Loading...
01/12/2026Monday, January 12, 2026 1:30 PM City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Main Library - Council Chambers Council Work Session Work Session Agenda January 12, 2026Council Work Session Work Session Agenda 1. Call to Order 2. Presentations January Service Awards2.1 The Sound Quarterly Update - Susan Crockett, Ruth Eckerd Hall, President and CEO 2.2 3. Economic Development and Housing Sunset the Affordable Housing Advisory Committee and adopt Resolution 26-01. 3.1 Declare as surplus certain real property located at 706 N. Missouri Avenue Clearwater, Florida 33755, approve the transfer of the property to the City of Clearwater Community Redevelopment Agency, and authorize appropriate officials to effectuate the transaction. (APH) 3.2 4. Gas System Authorize purchase orders to Florida Industrial Products of Tampa, FL, Hughes Supply HAJOCA Corp. of St. Petersburg, FL, Mine and Mill Supply Company of Lakeland, FL, Tampa Winsupply of Tampa, FL, and Technico Gas LLC of Lake Worth, FL for the supply of galvanized steel pipe and fittings in the cumulative annual not-to-exceed the amount of $200,000.00 with the option for two, one-year renewals, pursuant to Invitation to Bid No. 02-26 and authorize the appropriate officials to execute same. (consent) 4.1 Authorize a purchase order to AECOM Technical Services of Tampa, FL, for design consulting services of Clearwater Beach Gas Pipeline Intercoastal Subaqueous Crossings in the not-to-exceed amount of $934,000.00 pursuant to Request for Qualifications No. 30-25 and authorize the appropriate officials to execute same. (consent) 4.2 Ratify and confirm an increase to the Purchase Order with Trillium Transportation Fuels, LLC dba Trillium CNG (Trillium) of Houston TX for the maintenance, remote monitoring, diagnostics, and repair services of the compressed natural gas (CNG) stations in the amount of $15,575.74 bringing the total purchase order amount for year one ending November 30, 2025 to $130,575.74 pursuant to ITB 61-24, and authorize the appropriate officials to execute same. (consent) 4.3 5. Public Works Page 2 City of Clearwater Printed on 1/9/2026 January 12, 2026Council Work Session Work Session Agenda Approve a Purchase Order to Bayside Dredging LLC of Clearwater, FL, for inspection and dredging services at stormwater locations throughout the City in the 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) 5.1 Approve a Roadway Transfer Agreement with the Town of Belleair for a certain portion of Watkins Road pursuant to Florida Statute 335.0415(3) and authorize the appropriate officials to execute same. (consent) 5.2 6. Planning Approve the annexation, initial Future Land Use Map designation of Residential Medium (RM) and initial Zoning Atlas designation of Medium Density Residential (MDR) District for Unaddressed S. McMullen Booth Road, together with the abutting right-of-way of S. McMullen Booth Road and pass Ordinances 9866-26, 9867-26, 9868-26 on first reading. (ANX2025-11011) 6.1 Approve the annexation, initial Future Land Use Map designation of Residential Suburban (RS) and initial Zoning Atlas designation of Low Density Residential (LDR) District for 2265 N. McMullen Booth Road and pass Ordinances 9869-26, 9870-26 and 9871-26 on first reading. (ANX2025-11012) 6.2 Update on North Ward Elementary School roof repairs and disposition strategy. (WSO) 6.3 7. Information Technology Approve a services agreement with Charter Communications dba Spectrum Enterprise (Spectrum) of St. Louis, MO, for cable, internet access and point-to-point data network services in the amount of $400,000.00, for services from October 1, 2025 through September 30, 2030, pursuant to Clearwater Code of Ordinances Section 2.563 (1)(d), Non-competitive purchase (Impractical), and authorize the appropriate officials to execute same. (consent) 7.1 Page 3 City of Clearwater Printed on 1/9/2026 January 12, 2026Council Work Session Work Session Agenda Authorize an increase to the purchase order with Accela, Inc. of San Ramon, CA for the renewal of plan review and database licensing for ePermitHub plan review services supporting the City’s land management and permitting software services for the term that began in May 2024 through October 5, 2029, in the amount of $388,964.53, for a revised not to exceed amount of $2,292,747.64 pursuant to Clearwater Code of Ordinances Code Section 2.563 (1)(d), Non-competitive purchase (Impractical), and authorize the appropriate officials to execute same. (consent) 7.2 8. Customer Service Approve an agreement with Cayenta, a division of N. Harris Computer Corp., of British Columbia, Canada, for support and maintenance, professional services, and hosted AI agent services in support of the Utility Billing Management System, for a total not-to-exceed amount of $1,192,873.13, for the 5-year term beginning November 1, 2025 through October 31, 2030, pursuant to Clearwater Code of Ordinances Section 2.563(1)(d), Non-competitive purchase (impractical), and authorize the appropriate officials to execute same. (consent) 8.1 9. Marine & Aviation Accept Florida Department of Transportation (FDOT) Grant Agreement Amendment (No. 453898-1-94-01) in the amount of $1,100,000.00 for the Parking Lot Expansion and Rehabilitation at Clearwater Executive Airport and authorize the appropriate officials to execute same. (consent) 9.1 Approve a purchase order to and lease Agreement with Mobile Modular Management Corporation for the lease of one five-wide modular building to temporarily house Fixed Base Operator (FBO) operations at Clearwater Executive Airport during terminal and parking lot construction in the amount of $147,833.16 pursuant to City Code 2.563(1)(c), piggyback, and authorize the appropriate officials to execute same. (consent) 9.2 10. Public Utilities Authorize Purchase Orders to Core and Main LP, and Pasco Pipe Supply Inc. of FL, for ductile iron pipes, fittings, mechanical joint restraints, and polyethylene tubing in the cumulated annual not-to-exceed amount of $400,000.00, for the term January 16, 2026 through January 15, 2027, with two, one-year renewal options pursuant to ITB 57-25 Ductile Iron Pipes, Fittings, and authorize the appropriate officials to execute same. (consent) 10.1 Page 4 City of Clearwater Printed on 1/9/2026 January 12, 2026Council Work Session Work Session Agenda Authorize an increase and a ninety day extension of the existing purchase order with Odyssey Manufacturing Company of Tampa, Florida, for the supply of liquid sodium hypochlorite in the amount of $300,000.00, increasing the annual not-to-exceed amount from $1,500,000.00 to $1,800,000.00, and extending the term for ninety days through April 16, 2026, pursuant to ITB 04-23 and authorize the appropriate officials to execute same. (consent) 10.2 Approve an agreement between Hadronex Inc. dba SmartCover Systems, of Escondido, California, and the City of Clearwater Public Utilities Department for the use of SmartCover software for online mapping and monitoring service, continued hardware and extended warranties for all existing wastewater system units; participation in the SmartCare maintenance program, including system troubleshooting, routine proactive maintenance , parts and labor, for the term February 01, 2026 through January 31, 2028, in the amount of $438,398.64 pursuant to City Code 2.563(1)(d) Non-competitive purchase (impractical), and authorize the appropriate official to execute same. (consent) 10.3 Authorize purchase orders to Core and Main LP of St. Louis, MO, Empire Pipe and Supply Company Inc of Sanford, FL, Ferguson Enterprises, LLC dba Ferguson Waterworks of Tampa, FL, Staline Waterworks of Charlotte, NC, and Tampa Winsupply of Tampa, FL, for the supply of service brass and brass valves in the cumulative annual not-to-exceed amount of $395,000.00 with the option of two, one-year renewals pursuant to Invitation to Bid (ITB) 60-25, Service Brass and Brass Fittings, and authorize the appropriate officials to execute same. (consent) 10.4 11. Parks and Recreation Approve a professional services agreement and work order with PBK Architects, for the design of the Eddie C. Moore Complex Renovations project (25-0032-PR) in the amount of $1,430,149.00 per Request for Qualifications (RFQ) 41-25; transfer $740,000 from Athletic Fields R & R (M2207) to E.C. Moore Renovations (C2510) at mid-year; and authorize the appropriate officials to execute same. (consent) 11.1 12. City Clerk Appoint John Carey to the Brownfields Advisory Board to fill the Resident category for a term set to expire January 15, 2030. (consent) 12.1 Reappoint Philip Kirkpatrick to the Brownfields Advisory Board to fill the Government Representative category for a term set to expire on January 15, 2030. (consent) 12.2 Page 5 City of Clearwater Printed on 1/9/2026 January 12, 2026Council Work Session Work Session Agenda Approve the Mayor’s reappointment of Melanie Humphrey to the Clearwater Housing Authority Board for a term ending January 15, 2030. (consent) 12.3 Appoint Mark Lutz to the Public Art and Design Board, as the citizen representative, with a term set to expire on January 15, 20230. (consent) 12.4 Reappoint Dean Strickland to the Municipal Code Enforcement Board with a term set to expire on January 15, 2029. (consent) 12.5 Appoint an individual to the Marine Advisory Board with a term set to expire on January 15, 2030. 12.6 Appoint seven individuals to the Community Resiliency and Leisure Services Advisory Board with terms set to expire on January 15, 2030. 12.7 Schedule a special work session on Monday, February 9, 2026 at 9:00 a.m. and on Wednesday, March 4, 2026 at 2:00 p.m. for the purpose of holding a strategic planning session at the Morningside Recreation Center. (consent) 12.8 Approve the 2026 State Legislative Agenda.12.9 13. City Attorney Adopt Ordinance 9858-26 on second reading, amending Clearwater Code of Ordinances Sections 2.063, 2.411, 2.412, 2.413, and 2.425 relating to the Clearwater Employees’ Pension Plan. 13.1 Adopt Ordinance 9859-26 on second reading, amending Clearwater Code of Ordinances Section 2.561 relating to Public-Private Partnerships; repeal Sections 2.581 - 2.587 relating to Public-Private Partnerships. 13.2 Approve a retainer agreement with Banker Lopez Gassler Law Firm P.A. for Willis Kelsey vs. City of Clearwater and authorize the appropriate officials to execute same. (consent) 13.3 Approve a retainer agreement with Banker Lopez Gassler Law Firm P.A. for Vanessa Thorrington vs. Carolyn A. Morobitto, Michael J. Sanders and City of Clearwater and authorize the appropriate officials to execute same. (consent) 13.4 Approve renewal of worker's compensation agreement with the law firm of Banker Lopez Gassler and authorize the appropriate officials to execute same. (consent) 13.5 14. City Manager Verbal Reports Page 6 City of Clearwater Printed on 1/9/2026 January 12, 2026Council Work Session Work Session Agenda 15. City Attorney Verbal Reports 16. Council Discussion Item (requested at a prior meeting or added between meetings via Councilmember request to the City Manager) Reinstating Public Comment for Non-Agenda Items - Councilmember Cotton 16.1 Discuss City Attorney’s Resignation - Councilmember Mannino16.2 City Attorney Search Process - Mayor Rector16.3 17. New Business (requests by Councilmembers to add discussion items to the next work session or, if agreed to by the majority of Council, at the upcoming council meeting instead) 18. Council Comments 19. Closing Comments by Mayor 20. Adjourn 21. Presentation(s) for Council Meeting Volunteer Program 2025 Annual Recap - Kelsy Johnson, Recreation Specialist 21.1 Page 7 City of Clearwater Printed on 1/9/2026 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1242 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: PresentationIn Control: Council Work Session Agenda Number: 2.1 SUBJECT/RECOMMENDATION: January Service Awards SUMMARY: 5 Years of Service: Aaron Braley Marine & Aviation Michael MacDonald Public Utilities David Kadau Fire Nathan Pandy Parks & Recreation Robert Mitchell Parks & Recreation Alexa Walling CGS 10 Years of Service: Johnareus Young Parks & Recreation Brandon Coulter Public Utilities Myra James Public Works 15 Years of Service: Richard Chapman Information Technology 20 Years of Service: Krystal Epperson Public Communications Jonathan Cappa Police Stewart Phillips Police Michael Spitaleri Police Christopher Pranschke Police Jerry Dunner General Services Melody Phelps Police Selena Hyppolite Police Terrance White Public Utilities Lori Vogel Finance/Procurement 25 Years of Service: Heather Parsons Public Communications STRATEGIC PRIORITY: The city of Clearwater celebrates its employees and the Superior Public Service they provide to our citizens. The city strives to attract and retain top-quality personnel through the maintenance of a competitive compensation program. The service awards are a testament to the city and our high performing government. Page 1 City of Clearwater Printed on 1/9/2026 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1247 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: PresentationIn Control: Council Work Session Agenda Number: 2.2 SUBJECT/RECOMMENDATION: The Sound Quarterly Update - Susan Crockett, Ruth Eckerd Hall, President and CEO Page 1 City of Clearwater Printed on 1/9/2026 2025 59 Events currently January 2025 - December 2025 PERFORMANCE DATE GENRE Styx w/ Loverboy SAT 1.11.2025 Rock Melissa Etheridge w/ Lisa Loeb & Maggie Rose SAT 1.25.2025 Americana Rock Alice Cooper SAT 2.8.2025 Hard Rock Metal Willie Nelson SAT 2.15.2025 Americana Country Of The Trees SAT 2.22.2025 Electronic Dance Wallows SUN 2.23.2025 Alternative Indie Dropkick Murphys SAT 3.8.2025 Rock Celtic Punk Foreigner with 38 Special SAT 3.15.2025 Rock Diana Ross SUN 3.16.2025 R&B 2025 Year 2 PERFORMANCE DATE GENRE Little River Band 50th Anniversary with Florida Rock Symphony & John Waite SAT 3.29.2025 Rock SchoolTime Youth Performance for Students MON 3.31.2025 Family Youth Educational FRI 4.11.2025 Rock Pop Lane 8 SAT 4.12.2025 Electronic Dance Air Supply 50th Anniversary with Taylor Dayne SUN 4.13.2025 Rock Pop Warren Zeiders THU 4.17.2025 Young Country Khruangbin FRI 4.18.2025 Psychedelic Rock Remi Wolf THU 5.1.2025 Pop REH Gala - Tom Jones FRI 5.2.2025 Pop Liquid Stranger w/ Inzo, TVBOO b2b Jantsen, Shlump, Gardella, Wonky Willa SAT 5.3.2025 Electronic Dance Elderbrook SAT 5.10.2025 Electronic Dance Chicago PERFORMANCE DATE GENRE Hauser SAT 5.17.2025 Classical Pop Pinellas County School Graduations - (4 in one day) WED 5.28.2025 Graduation Pinellas County School Graduations - (4 in one day) THU 5.29.2025 Graduation Pinellas County School Graduations - (4 in one day) FRI 5.30.2025 Graduation Old Dominion SAT 6.07.2025 Country Nikki Glaser SUN 6.15.2025 Comedy Rainbow Kitten Surprise WED 6.18.2025 Alternative Indie Ringo Starr & His All Starr Band SAT 6.21.2025 Beatles Legend Classic Rock Slightly Stoopid w/ Iration and Little Stranger FRI 6.27.2025 Rock Reggae Counting Crows w/ The Gaslight Anthem SUN 7.20.2025 Rock Alternative Indie Brad Paisley SUN 8.03.2025 Country PERFORMANCE DATE GENRE UB40 THU 8.21.2025 Pop Reggae Astropical (Bomba Estéreo x Rawayana) SUN 8.24.2025 Pop Reggae Latin Dance Dream Theater WED 9.10.2025 Rock Metal Lee Brice THU 9.11.2025 Country Leon Bridges MON 9.15.2025 Funk SoulR&B 97x Next Big Thing Legends feat. Cage the Elephant WED 9.17.2025 Rock Alternative Indie Weird Al Yankovic THU 9.25.2025 Musical Parody Comedy Alison Krauss & Union Station SAT 9.27.2025 Bluegrass Country Tedeschi Trucks Band SUN 10.12.2025 Rock T-Pain TUE 10.14.2025 Hip-Hop Rap Clearwater Jazz Holiday 10.16 - 10.19.2025 4 Night Festival World Music Blues Rock Americana Jazz/R&B PERFORMANCE DATE GENRE Cole Swindell SAT 10.25.2025 Country LPGA Concert - Fitz and the Tantrums TUE 11.11.2025 Indie Pop Greensky Bluegrass THU 11.13.2025 Bluegrass Russell Dickerson FRI 11.14.2025 Country All Time Low SAT 11.15.2025 Pop Punk Dark Star Orchestra THU 12.4.2025 Rock St. Petersburg College Winter Graduation MON 12.15.2025 Graduation Christmas Event (Whoville Holiday) SUN 12.07.2025 Family 2025 Year 2 Events By Genre currently 12 9 7 2 2 2 11 9 4 1 Community Events Alternative Rock / Indie Rock / Punk Rock Americana / Country Pop / Electronic / Dance Classic Rock / Rock / Blues R&B / Jazz / Latin Comedy Family Reggae Hip Hop / Rap 2026 PERFORMANCE DATE GENRE INZO w/ Truth, Late Night Radio, Zen Selekta & Blookah SAT 2.14.2026 Electronic Dance Styx w/ Cheap Trick FRI 2.27.2026 Rock Little River Band & Lords of 52nd Street FRI 3.06.2026 Rock Bret Michaels w/ Tesla SAT 3.07.2026 Rock SchoolTime Youth Peformance for Students MON 3.09.2026 Family Youth Educational 98 Rockfest: Three Days Grace, I Prevail, Sleep Theory, The Funeral Portrait, The Pretty Wild, and Skratch ’N Sniff FRI 3.20.2026 Rock Alternative Metal Joe Bonamassa w/ Kingfish SAT 3.21.2026 Rock & Blues Guitar Alan Parsons Live Project w/ Rock Symphony SUN 3.29.2026 Rock Dwight Yoakam w/ Flatland Calvary SAT 4.11.2026 Country 23 Events currently January 2026 - December 2026 2026 Year 3 PERFORMANCE DATE GENRE Goose FRI 4.17.2026 Alternative Jam Band Foreigner / Night Ranger SAT 4.18.2026 Rock SATCHVAI Band feat. Joe Satriani & Steve Vai w/ Animals As Leaders FRI 4.24.2026 Rock Progressive Metal Alabama Shakes THU 4.30.2026 Rock Blues The Florida Orchestra FRI 5.08.2026 Orchestra Bush WED 5.13.2026 Hard Rock Grunge Stetson Law Graduation SAT 5.16.2026 Graduation Sam Barber THU 5.21.2026 Country Pinellas County School Graduations (2 schools) FRI 5.22.2026 Graduation Men at Work w/ Toad the Wet Sprocket SAT 7.18.2026 Pop Alternative Rock The Black Keys TUE 7.28.2026 Alternative Rock PERFORMANCE DATE GENRE Blues Traveler, Spin Doctors, Gin Blossoms TUE 9.01.2026 Alternative Rock CAKE FRI 10.23.2026 Alternative Rock Christmas Event (Whoville Holiday) SUN 12.13.2026 Family 2026 Year 3 Events By Genre currently 9 3 2 6 2 1 Classic Rock / Rock / Blues Alternative Rock / Indie Rock / Punk Rock Community Events Americana / Country Family Pop / Electronic / Dance PinkPantheress 2026 Pop Electronic Third Eye Blind 1.23 - 1.25.2026 Pop/Rock Alternative Rock Tucker Whetmore 2.20.2026 Country Willie Nelson 3.04 OR 3.05.2026 Country Buju Banton 3.18 - 3.30.2026 Reggae Madison Beer 3.18 - 3.22.2026 Pop Wyatt Flores 3.25 - 10.31.2026 Country Of The Trees 4.03 - 12.31.2026 Electronic Dance Mt Joy 4.08 - 4.10.2026 Alternative Indie Rock PERFORMANCE DATE GENRE 60 Offers / Holds currently January 2026 - December 2026 2026 Year 3 PERFORMANCE DATE GENRE Alice Cooper 4.19 - 4.23.2026 Hard Rock Metal Caamp 4.21 - 4.22.2026 Alternative Indie Rock Ziggy Marley 4.23 - 5.3.2026 Reggae David Byrne 4.29 - 5.17.2026 Alternative Indie Disco Lines 5.01 - 6.27.2026 Electronic Dance Liquid Stranger 5.02 - 8.29.2026 Electronic Dance Disclosure 5.14 - 5.20.2026 Electronic Dance KC and The Sunshine Band w/ Nile Rodgers & Chic SAT 5.23.2026 Funk Disco Marcus King Band 5.26 - 6.03.2026 Southern Rock Blues John Fogerty w/ Steve Winwood 5.27 - 6.10.2026 Classic Rock Flipturn 5.29 - 9.20.2026 Alternative Indie Rock PERFORMANCE DATE GENRE Charlie Puth 5.30 - 6.06.2026 Pop YUNGBLUD 5.31 - 6.15.2026 Alternative Rock Les Claypool 6.02 - 6.15.2026 Progressive Metal Sombr 6.06 - 6.13.2026 Alternative Indie Rock Billy Currington w/ special guest 6.20 - 10.03.2026 Country HAIM 7.13 - 7.17.2026 Alternative Indie Rock Zeds Dead 7.16 - 9.20.2026 Electronic Dance Steel Pulse 7.23 - 7.26.2026 Reggae The Hip Abduction 7.30 - 8.02.2026 Reggae The Guess Who w/ special guest 8.04 - 8.09.2026 Rock Jordan Davis w/ special guest 8.13 - 8.23.2026 Country PERFORMANCE DATE GENRE Slightly Stoopid 8.19 - 8.30.2026 Rock Reggae Lamb of God 8.22.2026 Metal Myles Smith 8.31 - 9.06.2026 Indie Pop Tape B 9.04 - 12.18.2026 Electronic Dance Social Distortion 9.06 - 9.07.2026 Rock Punk AWROCK 9.08 - 9.27.2026 Rock LCD Soundsystem 9.10 - 9.20.2026 Punk Dance Turnpike Troubadours 9.10 - 10.04.2026 Country Mersiv 9.12.2026 Electronic Dance The War on Drugs 9.13 - 9.20.2026 Indie Rock Turnstile 9.14 - 9.24.2026 Rock Punk PERFORMANCE DATE GENRE Messina Group Holds 9.17 - 9.26.2026 Country Big Wild X DRAMA 9.17 - 9.19.2026 Electronic Dance Lil Yachty 9.19.2026 Hip-Hop Rap Lewis Capaldi 9.24 - 10.08.2026 Pop James Taylor 9.27 - 9.30.2026 Folk Rock Sierra Ferrell 10.1 - 10.14.2026 Folk Bluegrass Chris Lake 10.1 - 10.24.2026 Electronic Dance Ty Myers 10.8 - 10.10.2026 Country Tedeschi Trucks Band TUE 10.13.2026 Rock Parcels 10.13 - 10.15.2026 Alternative Indie Pop Clearwater Jazz Holiday (Coachman Park Site) 10.15 - 10.18.2026 4 Night Festival World Music Blues Rock Americana Jazz/R&B PERFORMANCE DATE GENRE The Living Tombstone 10.15 - 10.18.2026 Electronic Dance Niko Moon 11.05 - 11.22.2026 Country Pop Whiskey Myers 11.06 - 11.24.2026 Southern Rock LPGA WED 11.11.2026 Rock Hot Mulligan 11.13 - 11.21.2026 Alternative Indie 97x Next Big Thing (1-2 Nights) 12.2026 Alternative Rock Radio Festival - 7 bands John Oliver 12.29 - 12.31.2026 Comedy 2026 Year 3 Offers & Holds By Genre 18 10 5 1 1 17 7 1 Pop / Electronic / Dance Alternative Rock / Indie Rock / Punk Rock Americana / Country Classic Rock / Rock / Blues Reggae Comedy Hip-Hop / Rap R&B / Jazz / Latin Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1231 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Economic Development & Housing Agenda Number: 3.1 SUBJECT/RECOMMENDATION: Sunset the Affordable Housing Advisory Committee and adopt Resolution 26-01. SUMMARY: On August 21, 2025, the City Council adopted Resolution 25-11 which appointed the Neighborhood and Affordable Housing Advisory Board (NAHAB) and four additional members as the Affordable Housing Advisory Committee (AHAC). This action was necessary to comply with Florida Statute 420.9076. The AHAC reviewed the city’s policies, procedures, and land development regulations and provided recommendations in advance of city staff’s preparation of the Local Housing Assistant Plan. The AHAC’s objective was to recommend specific actions or initiatives to encourage or facilitate affordable housing. The AHAC’s recommendations were presented to the Clearwater City Council December 4, 2025. The AHAC has completed its work for FY 2025-2026 and therefore, the Council may sunset the committee. Per Florida Statutes, the AHAC must be appointed every year to review the Local Housing Incentives Strategies. Resolution 26-01 acknowledges the work of the AHAC has been completed and terminates their appointments. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: 2.4 Support equitable housing programs that promote household stability and reduce the incidence of homelessness within Clearwater. Page 1 City of Clearwater Printed on 1/9/2026 Resolution No. 26-01 RESOLUTION NO. 26-01 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA SUNSETTING THE AFFORDABLE HOUSING ADVISORY COMMITTEE REQUIRED FOR PURPOSES OF THE STATE HOUSING INITIATIVES PARTNERSHIP (SHIP) PROGRAM; PROVIDING AN EXPIRATION DATE FOR TERMS OF THE AFFORDABLE HOUSING ADVISORY COMMITTEE MEMBERS APPOINTED UNDER RESOLUTION NO. 25-11; PROVIDING AN EFFECTIVE DATE. WHEREAS, Resolution No. 25-11 appointed certain members of the Affordable Housing Advisory Committee (the “AHAC”); and WHEREAS, the AHAC has completed its work for the 2025-2026 period, Ordinance No. 8068-09 provides for the periodic reconstitution of the AHAC, and it is no longer necessary that the members appointed by Resolution No. 25-11 serve; now therefore, BE IT RESOVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: SECTION 1: The terms of the members of the Affordable Housing Advisory Committee shall expire on the effective date of this resolution. SECTION 2: This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this _______ day of _______ , 2025. ______________________ Bruce Rector Mayor Approved as to form: Attest: ___________________ ______________________ Matthew Mytych Rosemarie Call Assistant City Attorney City Clerk Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1319 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Economic Development & Housing Agenda Number: 3.2 SUBJECT/RECOMMENDATION: Declare as surplus certain real property located at 706 N. Missouri Avenue Clearwater, Florida 33755, approve the transfer of the property to the City of Clearwater Community Redevelopment Agency, and authorize appropriate officials to effectuate the transaction. (APH) SUMMARY: The subject property, commonly known as the Armory property, is located at 706 N. Missouri Avenue Clearwater, Florida 33755 and is legally described as follows: Lot 1, GREENFIELD SUBDIVISION, as recorded in Plat Book 31, Page 28, of the Public Records of Pinellas County, Florida. Parcel ID: 10-29-15-33300-000-0010 On August 18, 2025, the City acquired the property at no cost from the Internal Improvement Trust Fund of the State of Florida. The property is currently used by City of Clearwater Parks & Recreation Department for office space and storage of equipment and materials. Staff recommends declaring the property surplus and transferring it to the City of Clearwater Community Redevelopment Agency so the property can be used for future redevelopment purposes within the North Greenwood Community Redevelopment Area. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: 2.1: Strengthen public-private initiatives that attract, develop and retain diversified business sectors. 2.2 Cultivate a business climate that welcomes entrepreneurship, inspires local investment, supports Eco-friendly enterprises, and encourages high quality job growth. 3.2: Preserve community livability through responsible development standards, proactive code compliance and targeted revitalization. Page 1 City of Clearwater Printed on 1/9/2026 1 THIS INSTRUMENT PREPARED BY: Matthew J. Mytych, Esq. City Attorney's Office City of Clearwater 600 Cleveland St., STE 600 Clearwater, Florida 33755 QUIT-CLAIM DEED THIS QUIT-CLAIM DEED is made and given this ______ day of ___________________, 2025, by the City of Clearwater, Florida, a Florida municipal corporation, whose mailing address is P.O. Box 4748, Clearwater, FL 33758 (“Grantor”), to the City of Clearwater Community Redevelopment Agency, a public body corporate and politic of the State of Florida created pursuant to Part III, Chapter 163, Florida Statutes, whose mailing address is P.O. Box 4748, Clearwater, FL 33758 (“Grantee”). Grantor, for and in consideration of Ten Dollars and 00/100 Cents ($10.00), and other good and valuable consideration paid by Grantee, the receipt of which is acknowledged, hereby conveys to Grantee, its successors and assigns, quitclaims, remises, releases, and conveys forever, the following described parcel of land located in Pinellas County, Florida, to wit: See attached Exhibit “A”. TO HAVE AND TO HOLD, the same in fee simple forever. THIS DEED IS SUBJECT TO THE FOLLOWING: Applicable zoning restrictions and to easements, reservations and all matters of record, if any, which are not specifically reimposed or extended hereby, and to taxes for the current year and subsequent years, if any. Grantor has not performed any title examination related to this transaction and provides no warranties of title. Grantor expressly releases any automatic reservation and right of entry in accordance with Fla. Stat. § 270.11. This instrument is executed pursuant to Fla. Stat. § 692.01 & 692.02. THE CITY OF CLEARWATER, FLORIDA, a Florida municipal corporation. By: _________________________________ Bruce Rector Mayor Approved as to form: Attest: ____________________________________ ____________________________________ Matthew J. Mytych, Esq. Rosemarie Call Senior Assistant City Attorney City Clerk 2 EXHIBIT “A” LEGAL DESCRIPTION Lot 1, GREENFIELD SUBDIVISION, as recorded in Plat Book 31, Page 28, of the Public Records of Pinellas County, Florida. Parcel I.D. Number: 10-29-33300-000-0010 511 514 706 801 51511271143 816 1140113351011251125509 5111130 116551411231126 515 1205605 1139701 70111601166117811541172SEMINOLE ST NMISSOURIAVENMADISONAVENWASHINGTONAVENMISSOURIAVEELDRIDGE STPHILLIES DRMAPLE ST Document Path: C:\Users\Michael.Koter\City of Clearwater\Engineering Geographic Technology - GIS\Engineering\Location Maps\The Armory Location Map\The Armory\The Armory.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 The Armory Parcel Number: 10-29-15-33300-000-0010 Address: 706 N Missouri Ave N.T.S.Scale:MDMap Gen By:AAReviewed By:12/12/2025Date: AERIAL MAP PROJECT LOCATION 68996-1 LEGAL NOTICE CITY OF CLEARWATER NOTICE OF DISPOSITION OF REAL PROPERTY LOCATED IN THE NORTH GREENWOOD COMMUNITY REDEVELOPMENT AREA Notice is hereby given that the City of Clearwater (the “City”)will accept sealed letters of interests (“LOIs”) beginning on December 14,2025 until thirty (30)days thereafter with such date being 10:00 A.M.,Local Time, January 13,2026,from persons and groups interested in purchasing the property bearing the legal description and parcel I.D.number referenced below: Lot 1,GREENFIELD SUBDIVISION,as recorded in Plat Book 31,Page 28,of the Public Records of Pinellas County,Florida. Parcel I.D.Number:10-29-15-33300-000-0010 SUBMIT LETTERS OF INTERESTS TO:It is recommended that LOIs are submitted electronically through our website at https://www.myclearwater.com/ business/rfp.Alternatively,proposers may mail or hand- deliver LOIs to the address below: City of Clearwater Economic Development &Housing Department/RFDP 100 S.Myrtle Ave.,3rd Floor Clearwater,FL 33756 No responsibility will attach to the City,its employees,or agents for premature opening of a LOI that is not properly addressed and identified.Email or fax submissionswill not be accepted.Late submittals will not be considered. DESCRIPTION.The City seeks a buyer to acquire the above-referenced property for the purpose of future community redevelopment efforts in the North Greenwood Community Redevelopment Area.For questions and more information,please contact the City’s Procurement Division by email at purchasing@myclearwater.com or visit the Economic Development and Housing Department at the address listed above. The City shall consider all LOIs received in atimely manner. The City reserves the right to reject any or all LOIs,to waive technicalities,to re-advertise,and to otherwise conduct this process in the manner it deems to be in the best interests of the public. 12/14/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1289 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Gas System Agenda Number: 4.1 SUBJECT/RECOMMENDATION: Authorize purchase orders to Florida Industrial Products of Tampa, FL, Hughes Supply HAJOCA Corp. of St. Petersburg, FL, Mine and Mill Supply Company of Lakeland, FL, Tampa Winsupply of Tampa, FL, and Technico Gas LLC of Lake Worth, FL for the supply of galvanized steel pipe and fittings in the cumulative annual not-to-exceed the amount of $200,000.00 with the option for two, one-year renewals, pursuant to Invitation to Bid No. 02-26 and authorize the appropriate officials to execute same. (consent) SUMMARY: Invitation to Bid (ITB) No. 02-26 was released on October 08, 2025, for the supply of galvanized steel pipe and fittings. We received six (6) responsive, responsible bids and product specifications were requested from all vendors and evaluated for specification compliance and suitability for application. CGS Energy is recommending award of ITB No. 02-26, Galvanized Steel Pipe and Fittings as follows: Primary Award: ·Hughes Supply HAJOCA Corp: Groups 1, 3, 5, 11,12 ·Mine & Mill Supply Company: Groups 4, 6-9 ·Technico Gas LLC: Groups 2 and 10 Secondary Award: ·Florida Industrial Products: Groups 2 and 10 ·Hughes Supply HAJOCA Corp: Groups 4, 6, 8-9 ·Mine & Mill Supply Company: Group 1 ·Tampa Winsupply: Groups 7 and 12 ·Technico Gas LLC: Groups 3, 5, 11 To ensure a continuity of supply and operational flexibility, CGS Energy requests authorization to use the secondary vendor for each respective group when the primary vendor is unable to meet demand. All materials are code approved and will be used in CGS’s distribution system, to include new customers as well as replacement pipe and fittings on meters that have reached the end of their useful life. APPROPRIATION CODE AND AMOUNT: Funds are available in Gas New Mains and Service Lines 323-96377 (Pinellas), 323-96378 (Pasco), 4232068-531100 (Pinellas Installation) and 4232174-531100 (Pasco Installation); funded by Gas Utility Enterprise Fund revenues. USE OF RESERVE FUNDS: N/A 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 1 City of Clearwater Printed on 1/9/2026 December 3, 2025 NOTICE OF INTENT TO AWARD Clearwater Gas System Energy and the Procurement Division recommend award of ITB No. 02-26, Galvanized Steel Pipe and Fittings as follows: Primary Award: • Hughes Supply HAJOCA Corp. of St. Petersburg, Florida o Group 1: CAPS o Group 3: REDUCER 90 ELBOWS o Group 5: 45 ELBOWS o Group 11: UNIONS o Group 12: GALVANIZED PIPE • Mine & Mill Supply Company of Lakeland, Florida o Group 4: PLUGS o Group 6: TEES o Group 7: TEST TEE 90 o Group 8: COUPLINGS o Group 9: REDUCER COUPLINGS • Technico Gas LLC of Lake Worth, Florida o Group 2: 90 ELBOWS o Group 10: NIPPLES Secondary Award: • Florida Industrial Products of Tampa, Florida o Group 2: 90 ELBOWS o Group 10: NIPPLES • Hughes Supply HAJOCA Corp. of St. Petersburg, Florida o Group 4: PLUGS o Group 6: TEES o Group 8: COUPLINGS o Group 9: REDUCER COUPLINGS • Mine & Mill Supply Company of Lakeland, Florida o Group 1: CAPS • Tampa Winsupply of Tampa, Florida o Group 7: TEST TEE 90 o Group 12: GALVANIZED PIPE • Technico Gas LLC of Lake Worth, Florida o Group 3: REDUCER 90 ELBOWS o Group 5: 45 ELBOWS o Group 11: UNIONS These vendors represent the lowest, most responsible bidders overall, in accordance with the bid specifications, in the estimated annual amount of $200,000.00 for a period of one (1) year, with two (2), one (1) year renewal options. This Award recommendation will be considered by the City Council at the January 12, 2026, Work Session (1:30 p.m.) and voted on at January 15, 2026, Council Meeting (6:00 p.m.). These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Analyst at Milisa.Harris@myclearwater.com or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Milisa Harris Milisa Harris Procurement Analyst Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total11/2 INCH 1000 Each $1.05 $1,050.00 $3.36 $3,360.00 $.95 $950.00 $1.10 $1,100.00 $1.1428 $1,142.80 $1.03 $1,030.0023/4 INCH 3000 Each $1.52 $4,560.00 $4.67 $14,010.00 $1.37 $4,110.00 $1.30 $3,900.00 $1.649 $4,947.00 $1.39 $4,170.0031 INCH 400 Each $1.66 $664.00 $5.78 $2,312.00 $1.50 $600.00 $1.80 $720.00 $1.807 $722.80 $1.62 $648.0041 1/4 INCH 50 Each $2.42 $121.00 $7.62 $381.00 $2.18 $109.00 $2.44 $122.00 $2.6235 $131.175 $2.35 $117.5051 1/2 INCH 550 Each $3.08 $1,694.00 $9.76 $5,368.00 $2.78 $1,529.00 $3.06 $1,683.00 $3.348 $1,841.40 $3.00 $1,650.0062 INCH 50 Each $3.90 $195.00 $13.67 $683.50 $3.52 $176.00 $4.36 $218.00 $4.238 $211.90 $3.80 $190.0073 INCH 1 Each $15.03 $15.03 $48.16 $48.16 $13.56 $13.56 $12.50 $12.50 $16.315 $16.315 $14.64 $14.64Total$8,299.03 $26,162.66 $7,487.56 $7,755.50 $9,013.39 $7,820.14 Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total11/2 INCH 2000 Each $1.01 $2,020.00 $3.04 $6,080.00 $91.00 $182,000.00 $1.20 $2,400.00 $1.537 $3,074.00 $.98 $1,960.0023/4 INCH 4100 Each $1.21 $4,961.00 $3.73 $15,293.00 $1.10 $4,510.00 $1.40 $5,740.00 $1.8492 $7,581.72 $1.05 $4,305.00 3 1 INCH 2750 Each $2.26 $6,215.00 $6.92 $19,030.00 $2.04 $5,610.00 $2.54 $6,985.00 $3.4523 $9,493.825 $2.21 $6,077.5041 1/4 INCH 80 Each $3.49 $279.20 $10.94 $875.20 $3.15 $252.00 $3.70 $296.00 $5.3222 $425.776 $3.40 $272.0051 1/2 INCH 25 Each $4.60 $115.00 $9.64 $241.00 $4.15 $103.75 $4.60 $115.00 $7.018 $175.45 $4.48 $112.00 6 2 INCH 32 Each $7.66 $245.12 $23.40 $748.80 $6.92 $221.44 $7.74 $247.68 $11.525 $368.80 $7.46 $238.7273 INCH 1 Each $32.08 $32.08 $100.90 $100.90 $28.96 $28.96 $21.00 $21.00 $48.228 $48.228 $31.25 $31.25Total$13,867.40 $42,368.90 $192,726.15 $15,804.68 $21,167.799 $12,996.47 Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total11/2 INCH X 1/4 INCH 25 Each $1.88 $47.00 $1.70 $42.50 $1.22 $30.50 $1.9275 $48.1875 $1.83 $45.7521/2 INCH X 3/8 INCH 75 Each $1.76 $132.00 $1.59 $119.25 $1.62 $121.50 $1.858 $139.35 $1.71 $128.2533/4 INCH X 3/8 INCH 40 Each $2.71 $108.40 $2.45 $98.00 $1.98 $79.20 $2.7787 $111.148 $2.64 $105.6043/4 INCH X 1/2 INCH 330 Each $2.05 $676.50 $1.85 $610.50 $2.14 $706.20 $2.16 $712.80 $1.88 $620.4051 INCH X 1/2 INCH 60 Each $2.77 $166.20 $2.50 $150.00 $2.90 $174.00 $1.8361 $110.166 $2.70 $162.0061 INCH X 3/4 INCH 420 Each $2.61 $1,096.20 $2.36 $991.20 $3.10 $1,302.00 $2.84 $1,192.80 $2.55 $1,071.0071 1/4 INCH X 3/4 INCH 25 Each $5.26 $131.50 $4.75 $118.75 $5.02 $125.50 $5.395 $134.875 $5.12 $128.0081 1/2 INCH X 3/4 INCH 80 Each $6.73 $538.40 $6.08 $486.40 $5.64 $451.20 $7.114 $569.12 $6.56 $524.8092 INCH X 3/4 INCH 10 Each $9.54 $95.40 $8.61 $86.10 $9.20 $92.00 $9.783 $97.83 $9.29 $92.90101 1/4 INCH X 1 INCH 40 Each $4.38 $175.20 $3.96 $158.40 $5.08 $203.20 $4.623 $184.92 $4.26 $170.40111 1/2 INCH X 1 INCH 1000 Each $6.73 $6,730.00 $6.08 $6,080.00 $6.65 $6,650.00 $6.9075 $6,907.50 $6.56 $6,560.00122 INCH X 1 INCH 14 Each $9.35 $130.90 $8.44 $118.16 $9.05 $126.70 $9.145 $128.03 $9.11 $127.54 13 1 1/2 INCH X 1 1/4 INCH 15 Each $6.73 $100.95 $6.08 $91.20 $6.20 $93.00 $7.1138 $106.707 $6.56 $98.40142 INCH X 1 1/4 INCH 10 Each $9.35 $93.50 $8.61 $86.10 $8.90 $89.00 $9.896 $98.96 $9.11 $91.10152 INCH X 1 1/2 INCH 20 Each $8.17 $163.40 $7.37 $147.40 $8.90 $178.00 $8.6263 $172.526 $7.95 $159.00 16 2 1/2 INCH X 2 INCH 1 Each $26.62 $26.62 $24.03 $24.03 $16.20 $16.20 $28.124 $28.124 $25.93 $25.93Total$10,412.17 $0.00 $9,407.99 $10,438.20 $10,743.0435 $10,111.07 Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total 1 1/4 INCH 3000 Each $1.17 $3,510.00 $1.06 $3,180.00 $.75 $2,250.00 $1.263 $3,789.00 $1.08 $3,240.0021/2 INCH 100 Each $1.46 $146.00 $1.32 $132.00 $.80 $80.00 $1.5858 $158.58 $1.42 $142.0033/4 INCH 205 Each $1.46 $299.30 $1.32 $270.60 $.90 $184.50 $1.586 $325.13 $1.42 $291.10 4 1 INCH 2280 Each $1.60 $3,648.00 $1.44 $3,283.20 $1.34 $3,055.20 $1.7381 $3,962.868 $1.56 $3,556.8051 1/4 INCH 10 Each $2.46 $24.60 $2.22 $22.20 $1.92 $19.20 $2.6743 $26.743 $2.40 $24.0061 1/2 INCH 1 Each $3.32 $3.32 $2.99 $2.99 $2.25 $2.25 $3.601 $3.601 $3.23 $3.2372 INCH 20 Each $4.21 $84.20 $3.80 $76.00 $3.25 $65.00 $4.574 $91.48 $4.11 $82.20Total$7,715.42 $0.00 $6,966.99 $5,656.15 $8,357.402 $7,339.33 Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total11/2 INCH 215 Each $1.56 $335.40 $4.81 $1,034.15 $1.41 $303.15 $1.34 $288.10 $1.6968 $364.812 $1.50 $322.5023/4 INCH 160 Each $2.19 $350.40 $6.92 $1,107.20 $1.98 $316.80 $2.05 $328.00 $2.3807 $380.912 $2.14 $342.4031 INCH 120 Each $2.51 $301.20 $7.81 $937.20 $2.27 $272.40 $2.84 $340.80 $2.7305 $327.66 $2.45 $294.00 Fortiline, Inc. Group 5: 45 ELBOWS ITB No. 02-26, Galvanized Steel Pipe and Fittings Bid Tabulation Tampa WinsupplyGroup 4: PLUGS Group 4: PLUGS Florida Industrial Products Fortiline, Inc.Tampa Winsupply Group 1: CAPS Group 1: CAPS Group 1: CAPS Group 1: CAPS Mine & Mill Supply Company Group 1: CAPS Hughes Supply HAJOCA Corp Tampa WinsupplyFortiline, Inc. Florida Industrial Products Fortiline, Inc.Hughes Supply HAJOCA Corp Tampa WinsupplyGroup 2: 90 ELBOWS Group 2: 90 ELBOWS Group 2: 90 ELBOWS Group 2: 90 ELBOWS Florida Industrial Products Hughes Supply HAJOCA Corp Mine & Mill Supply CompanyGroup 2: 90 ELBOWS Mine & Mill Supply Company Group 4: PLUGS Group 4: PLUGS Group 3: REDUCER 90 ELBOWS Tampa Winsupply Group 3: REDUCER 90 ELBOWS TechnicoGroup 4: PLUGS TechnicoGroup 5: 45 ELBOWSFlorida Industrial Products Group 3: REDUCER 90 ELBOWS Mine & Mill Supply CompanyGroup 4: PLUGS Mine & Mill Supply CompanyGroup 5: 45 ELBOWS Technico Group 1: CAPS TechnicoGroup 2: 90 ELBOWS TechnicoGroup 3: REDUCER 90 ELBOWS Group 5: 45 ELBOWS Group 5: 45 ELBOWSFortiline, Inc. Group 3: REDUCER 90 ELBOWS Florida Industrial Products Group 3: REDUCER 90 ELBOWS Group 5: 45 ELBOWS Hughes Supply HAJOCA Corp Hughes Supply HAJOCA Corp 4 1 1/4 INCH 15 Each $4.58 $68.70 $14.61 $219.15 $4.14 $62.10 $4.60 $69.00 $4.972 $74.58 $4.46 $66.9051 1/2 INCH 10 Each $5.46 $54.60 $17.16 $171.60 $4.93 $49.30 $5.45 $54.50 $5.928 $59.28 $5.32 $53.2062 INCH 1 Each $8.15 $8.15 $25.40 $25.40 $7.35 $7.35 $7.20 $7.20 $8.847 $8.847 $7.93 $7.93 Total $1,118.45 $3,494.70 $1,011.10 $1,087.60 $1,216.091 $1,086.93 Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total11/2 INCH 75 Each $1.22 $91.50 $3.95 $296.25 $1.10 $82.50 $1.40 $105.00 $1.324 $99.30 $1.19 $89.2523/4 INCH 1650 Each $2.05 $3,382.50 $6.51 $10,741.50 $1.85 $3,052.50 $2.30 $3,795.00 $2.229 $3,677.85 $1.88 $3,102.0031 INCH 310 Each $3.35 $1,038.50 $10.51 $3,258.10 $3.03 $939.30 $3.30 $1,023.00 $3.64 $1,128.40 $3.27 $1,013.7041 1/4 INCH 30 Each $5.30 $159.00 $16.69 $500.70 $4.78 $143.40 $5.45 $163.50 $5.751 $172.53 $5.16 $154.8051 1/2 INCH 12 Each $6.61 $79.32 $20.74 $248.88 $5.97 $71.64 $5.75 $69.00 $7.181 $86.172 $6.44 $77.2862 INCH 8 Each $11.03 $88.24 $33.72 $269.76 $9.96 $79.68 $9.72 $77.76 $11.9802 $95.8416 $10.74 $85.9273/4 INCH X 3/4 INCH X 1/4 850 Each $2.94 $2,499.00 $10.59 $9,001.50 $2.66 $2,261.00 $3.40 $2,890.00 $3.1088 $2,642.48 $2.87 $2,439.5083/4 INCH X 3/4 INCH X 1/2 100 Each $2.83 $283.00 $9.00 $900.00 $2.55 $255.00 $3.15 $315.00 $3.071 $307.10 $2.75 $275.0093/4 INCH X 1/2 INCH X 1/2 70 Each $3.24 $226.80 $10.81 $756.70 $2.92 $204.40 $3.15 $220.50 $3.514 $245.98 $3.15 $220.50103/4 INCH X 3/4 INCH X 1 INCH 150 Each $4.81 $721.50 $15.56 $2,334.00 $4.34 $651.00 $4.45 $667.50 $5.19 $778.50 $4.68 $702.00111/2 INCH X 1/2 INCH X 3/4 20 Each $3.26 $65.20 $10.81 $216.20 $2.94 $58.80 $3.04 $60.80 $3.514 $70.28 $3.17 $63.40121 INCH X 3/4 INCH X 3/4 INCH 180 Each $4.78 $860.40 $19.69 $3,544.20 $4.31 $775.80 $4.50 $810.00 $5.19 $934.20 $4.65 $837.00131 INCH X 3/4 INCH X 1 INCH 60 Each $4.78 $286.80 $15.86 $951.60 $4.31 $258.60 $4.70 $282.00 $4.038 $242.28 $4.65 $279.00 14 1 INCH X 1/4 INCH X 1 INCH 1150 Each $6.39 $7,348.50 $19.69 $22,643.50 $5.77 $6,635.50 $0.00 $0.00 $6.135 $7,055.25 $6.22 $7,153.00151 INCH X 1/2 INCH X 1 INCH 100 Each $4.78 $478.00 $24.30 $2,430.00 $4.31 $431.00 $4.15 $415.00 $5.0475 $504.75 $4.65 $465.00161 INCH X 1 INCH X 3/4 INCH 210 Each $3.97 $833.70 $19.69 $4,134.90 $3.58 $751.80 $4.45 $934.50 $4.30 $903.00 $3.86 $810.60 17 1 1/4 INCH X 1 1/4 INCH X 3/4 INCH 32 Each $6.13 $196.16 $19.66 $629.12 $5.54 $177.28 $6.90 $220.80 $6.661 $213.152 $5.98 $191.36 18 1 1/4 INCH X 1 1/4 INCH X 1 INCH 15 Each $6.13 $91.95 $19.66 $294.90 $5.54 $83.10 $6.90 $103.50 $6.6617 $99.9255 $5.98 $89.70 19 1 1/2 INCH X 1 1/2 INCH X 3/4 INCH 12 Each $7.60 $91.20 $24.33 $291.96 $6.86 $82.32 $8.52 $102.24 $8.248 $98.976 $7.40 $88.80 20 1 1/2 INCH X 1 1/2 INCH X 1 INCH 15 Each $7.60 $114.00 $24.33 $364.95 $6.86 $102.90 $8.30 $124.50 $8.247 $123.705 $7.40 $111.00212 INCH X 2 INCH X 3/4 INCH 10 Each $11.08 $110.80 $35.52 $355.20 $10.00 $100.00 $11.75 $117.50 $12.032 $120.32 $10.79 $107.90222 INCH X 2 INCH X 1 INCH 10 Each $11.08 $110.80 $34.86 $348.60 $10.00 $100.00 $12.45 $124.50 $12.032 $120.32 $10.79 $107.90232 INCH X 2 INCH X 1 1/4 INCH 20 Each $12.89 $257.80 $41.822 $836.44 $11.64 $232.80 $12.75 $255.00 $13.999 $279.98 $12.56 $251.20Total$19,414.67 $65,348.96 $17,530.32 $12,876.60 $20,000.2921 $18,715.81 Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total13/4 INCH X 1/4 INCH X 3/4 3000 Each $15.44 $46,320.00 $15.05 $45,150.00 $3.50 $10,500.00 $8.096 $24,288.00 $12.87 $38,610.00Total$46,320.00 $45,150.00 $0.00 $10,500.00 $24,288.00 $38,610.00 Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total 1 1/2 INCH 200 Each $1.42 $284.00 $4.46 $892.00 $1.29 $258.00 $.95 $190.00 $1.547 $309.40 $1.39 $278.0023/4 INCH 300 Each $1.64 $492.00 $5.16 $1,548.00 $1.48 $444.00 $1.32 $396.00 $1.778 $533.40 $1.55 $465.0031 INCH 260 Each $2.69 $699.40 $8.41 $2,186.60 $2.43 $631.80 $2.06 $535.60 $2.926 $760.76 $2.62 $681.20 4 1 1/4 INCH 40 Each $3.71 $148.40 $11.88 $475.20 $3.35 $134.00 $3.25 $130.00 $4.03 $161.20 $3.61 $144.4051 1/2 INCH 18 Each $4.23 $76.14 $13.51 $243.18 $3.82 $68.76 $3.00 $54.00 $4.591 $82.638 $4.12 $74.1662 INCH 20 Each $6.17 $123.40 $19.73 $394.60 $5.57 $111.40 $5.15 $103.00 $6.703 $134.06 $6.01 $120.20 Total $1,823.34 $5,739.58 $1,647.96 $1,408.60 $1,981.458 $1,762.96 Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total11/2 INCH X 3/8 INCH 1 Each $1.42 $1.42 $1.29 $1.29 $1.30 $1.30 $1.506 $1.506 $1.39 $1.3923/4 INCH X 3/8 INCH 1 Each $1.88 $1.88 $1.70 $1.70 $1.60 $1.60 $1.983 $1.983 $1.83 $1.8333/4 INCH X 1/2 INCH 150 Each $1.66 $249.00 $1.50 $225.00 $1.80 $270.00 $1.751 $262.65 $1.61 $241.5041 INCH X 3/8 INCH 10 Each $3.40 $34.00 $3.07 $30.70 $2.10 $21.00 $3.588 $35.88 $3.31 $33.105 1 INCH X 1/2 INCH 50 Each $2.76 $138.00 $2.49 $124.50 $2.10 $105.00 $2.997 $149.85 $2.69 $134.5061 INCH X 3/4 INCH 3000 Each $2.56 $7,680.00 $2.31 $6,930.00 $2.10 $6,300.00 $2.784 $8,352.00 $2.36 $7,080.0071 1/4 INCH X 3/4 INCH 30 Each $3.51 $105.30 $3.17 $95.10 $3.45 $103.50 $3.816 $114.48 $3.42 $102.6081 1/2 INCH X 3/4 INCH 60 Each $4.53 $271.80 $4.09 $245.40 $3.60 $216.00 $4.92 $295.20 $4.41 $264.6092 INCH X 3/4 INCH 10 Each $7.39 $73.90 $6.67 $66.70 $5.45 $54.50 $8.02 $80.20 $7.19 $71.90 Hughes Supply HAJOCA Corp Mine & Mill Supply Company Group 6: TEES Mine & Mill Supply Company Tampa Winsupply Fortiline, Inc. Hughes Supply HAJOCA Corp Tampa Winsupply Group 8: COUPLINGS Group 9: REDUCER COUPLINGS Group 7: TEST TEE 90 Tampa Winsupply Florida Industrial ProductsGroup 9: REDUCER COUPLINGS Florida Industrial Products Hughes Supply HAJOCA Corp Group 7: TEST TEE 90 Mine & Mill Supply Company Group 6: TEES Hughes Supply HAJOCA Corp Tampa Winsupply Group 7: TEST TEE 90 Technico Group 6: TEES Technico TechnicoGroup 9: REDUCER COUPLINGS Technico Group 8: COUPLINGS Group 6: TEES Group 6: TEES Group 7: TEST TEE 90 Group 7: TEST TEE 90 Group 7: TEST TEE 90 Florida Industrial Products Fortiline, Inc. Florida Industrial Products Fortiline, Inc. Group 6: TEES Group 9: REDUCER COUPLINGSFortiline, Inc. Group 8: COUPLINGS Group 8: COUPLINGS Mine & Mill Supply Company Group 8: COUPLINGS Group 8: COUPLINGS Group 9: REDUCER COUPLINGSGroup 9: REDUCER COUPLINGS 10 1 1/4 INCH X 1 INCH 60 Each $3.51 $210.60 $3.17 $190.20 $3.60 $216.00 $3.816 $228.96 $3.42 $205.20111 1/2 INCH X 1 INCH 120 Each $4.53 $543.60 $4.09 $490.80 $3.65 $438.00 $4.9201 $590.412 $4.41 $529.20122 INCH X 1 INCH 36 Each $6.17 $222.12 $5.57 $200.52 $5.45 $196.20 $6.703 $241.308 $6.01 $216.36 13 1 1/2 INCH X 1 1/4 INCH 12 Each $4.28 $51.36 $3.86 $46.32 $3.60 $43.20 $4.65 $55.80 $4.17 $50.04142 INCH X 1 1/4 INCH 18 Each $6.52 $117.36 $5.89 $106.02 $5.50 $99.00 $7.08 $127.44 $6.35 $114.30152 INCH X 1 1/2 INCH 9 Each $6.17 $55.53 $5.57 $50.13 $5.50 $49.50 $6.703 $60.327 $6.01 $54.09 16 3 INCH X 2 INCH 1 Each $23.96 $23.96 $21.62 $21.62 $16.60 $16.60 $26.00 $26.00 $23.34 $23.34173 INCH X 2 1/2 INCH 1 Each $25.35 $25.35 $22.88 $22.88 $16.95 $16.95 $26.77 $26.77 $24.69 $24.69184 INCH X 2 INCH 1 Each $54.86 $54.86 $49.52 $49.52 $30.90 $30.90 $57.95 $57.95 $53.43 $53.43Total$9,860.04 $0.00 $8,898.40 $8,179.25 $10,708.716 $9,202.07 Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total11/2 INCH 120 Each $.75 $90.00 $2.47 $296.40 $.67 $80.40 $881.00 $105,720.00 $.73 $87.6021/2 INCH X 1 1/2 INCH 300 Each $.79 $237.00 $2.55 $765.00 $.71 $213.00 $.878 $263.40 $.77 $231.0031/2 INCH X 2 INCH 250 Each $.79 $197.50 $2.55 $637.50 $.71 $177.50 $.898 $224.50 $.77 $192.5041/2 INCH X 2 1/2 INCH 250 Each $.92 $230.00 $3.06 $765.00 $.83 $207.50 $1.05 $262.50 $.90 $225.0051/2 INCH X 3 INCH 350 Each $.92 $322.00 $3.06 $1,071.00 $.83 $290.50 $1.05 $367.50 $.90 $315.0061/2 INCH X 4 INCH 400 Each $1.13 $452.00 $3.74 $1,496.00 $1.01 $404.00 $1.28 $512.00 $1.10 $440.0071/2 INCH X 5 INCH 250 Each $1.36 $340.00 $4.48 $1,120.00 $1.22 $305.00 $1.54 $385.00 $1.33 $332.5081/2 INCH X 6 INCH 250 Each $1.54 $385.00 $5.14 $1,285.00 $1.38 $345.00 $1.74 $435.00 $1.50 $375.00 9 1/2 INCH X 8 INCH 200 Each $2.72 $544.00 $8.94 $1,788.00 $2.43 $486.00 $3.07 $614.00 $2.65 $530.00101/2 INCH X 10 INCH 250 Each $3.23 $807.50 $10.66 $2,665.00 $2.88 $720.00 $3.65 $912.50 $3.14 $785.00111/2 INCH X 12 INCH 300 Each $3.67 $1,101.00 $12.11 $3,633.00 $3.28 $984.00 $4.15 $1,245.00 $3.57 $1,071.00 12 3/4 INCH 650 Each $.91 $591.50 $2.95 $1,917.50 $.81 $526.50 $1.03 $669.50 $.85 $552.50133/4 INCH X 1 1/2 INCH 1800 Each $.98 $1,764.00 $3.20 $5,760.00 $.88 $1,584.00 $1.09 $1,962.00 $.96 $1,728.00143/4 INCH X 2 INCH 1700 Each $.98 $1,666.00 $3.20 $5,440.00 $.88 $1,496.00 $1.11 $1,887.00 $.96 $1,632.00 15 3/4 INCH X 2 1/2 INCH 1600 Each $1.08 $1,728.00 $3.55 $5,680.00 $.97 $1,552.00 $1.23 $1,968.00 $1.06 $1,696.00163/4 INCH X 3 INCH 3000 Each $1.08 $3,240.00 $3.55 $10,650.00 $97.00 $291,000.00 $1.23 $3,690.00 $1.06 $3,180.00173/4 INCH X 4 INCH 1200 Each $1.41 $1,692.00 $4.64 $5,568.00 $1.26 $1,512.00 $1.591 $1,909.20 $1.37 $1,644.00 18 3/4 INCH X 5 INCH 600 Each $1.67 $1,002.00 $5.47 $3,282.00 $1.50 $900.00 $1.89 $1,134.00 $1.63 $978.00193/4 INCH X 6 INCH 1900 Each $2.00 $3,800.00 $6.61 $12,559.00 $1.78 $3,382.00 $2.26 $4,294.00 $1.94 $3,686.00203/4 INCH X 8 INCH 600 Each $3.46 $2,076.00 $11.46 $6,876.00 $3.09 $1,854.00 $3.915 $2,349.00 $3.37 $2,022.00213/4 INCH X 10 INCH 350 Each $3.84 $1,344.00 $12.69 $4,441.50 $3.43 $1,200.50 $4.35 $1,522.50 $3.74 $1,309.00223/4 INCH X 12 INCH 400 Each $4.31 $1,724.00 $14.28 $5,712.00 $3.85 $1,540.00 $4.88 $1,952.00 $4.20 $1,680.00233/4 INCH X 14 INCH 225 Each $11.35 $2,553.75 $22.12 $4,977.00 $5.05 $1,136.25 $11.25 $2,531.25 $14.01 $3,152.25243/4 INCH X 18 INCH 200 Each $11.35 $2,270.00 $23.18 $4,636.00 $5.66 $1,132.00 $12.04 $2,408.00 $11.05 $2,210.00253/4 INCH X 24 INCH 200 Each $14.55 $2,910.00 $29.78 $5,956.00 $7.26 $1,452.00 $14.82 $2,964.00 $14.17 $2,834.00263/4 INCH X 36 INCH 200 Each $20.54 $4,108.00 $42.04 $8,408.00 $10.25 $2,050.00 $21.79 $4,358.00 $20.00 $4,000.00271 INCH 25 Each $1.23 $30.75 $4.09 $102.25 $1.10 $27.50 $1.396 $34.90 $1.20 $30.00281 INCH X 2 INCH 25 Each $1.46 $36.50 $4.79 $119.75 $1.30 $32.50 $1.645 $41.125 $1.42 $35.50291 INCH X 2 1/2 INCH 25 Each $1.57 $39.25 $5.18 $129.50 $1.40 $35.00 $1.77 $44.25 $1.53 $38.25301 INCH X 3 INCH 25 Each $1.57 $39.25 $5.18 $129.50 $1.40 $35.00 $1.77 $44.25 $1.53 $38.25 31 1 INCH X 4 INCH 25 Each $1.89 $47.25 $6.22 $155.50 $1.69 $42.25 $2.14 $53.50 $1.85 $46.25321 INCH X 5 INCH 25 Each $2.32 $58.00 $7.65 $191.25 $2.07 $51.75 $2.62 $65.50 $2.26 $56.50331 INCH X 6 INCH 25 Each $2.62 $65.50 $8.69 $217.25 $2.35 $58.75 $2.97 $74.25 $2.56 $64.00 34 1 INCH X 8 INCH 15 Each $4.39 $65.85 $14.52 $217.80 $3.92 $58.80 $4.96 $74.40 $4.27 $64.05351 INCH X 10 INCH 20 Each $5.01 $100.20 $16.59 $331.80 $4.48 $89.60 $5.67 $113.40 $4.88 $97.60361 INCH X 12 INCH 25 Each $5.84 $146.00 $19.31 $482.75 $5.22 $130.50 $6.60 $165.00 $5.69 $142.25 37 1 1/4 INCH 25 Each $1.66 $41.50 $5.47 $136.75 $1.48 $37.00 $1.88 $47.00 $1.62 $40.50381 1/4 INCH X 2 INCH 25 Each $1.79 $44.75 $5.92 $148.00 $1.60 $40.00 $2.02 $50.50 $1.74 $43.50391 1/4 INCH X 2 1/2 INCH 25 Each $1.95 $48.75 $6.44 $161.00 $1.75 $43.75 $2.21 $55.25 $1.90 $47.50 40 1 1/4 INCH X 3 INCH 25 Each $1.95 $48.75 $6.44 $161.00 $1.75 $43.75 $2.21 $55.25 $1.90 $47.50411 1/4 INCH X 4 INCH 25 Each $2.32 $58.00 $7.65 $191.25 $2.07 $51.75 $2.622 $65.55 $2.26 $56.50421 1/4 INCH X 5 INCH 25 Each $2.86 $71.50 $9.47 $236.75 $2.56 $64.00 $3.24 $81.00 $2.79 $69.75 43 1 1/4 INCH X 6 INCH 10 Each $3.33 $33.30 $11.01 $110.10 $2.98 $29.80 $3.76 $37.60 $3.24 $32.40441 1/4 INCH X 8 INCH 10 Each $5.38 $53.80 $17.79 $177.90 $4.81 $48.10 $7.90 $79.00 $5.24 $52.40451 1/4 INCH X 10 INCH 20 Each $6.44 $128.80 $21.28 $425.60 $5.76 $115.20 $9.46 $189.20 $6.27 $125.40461 1/4 INCH X 12 INCH 25 Each $7.73 $193.25 $25.53 $638.25 $6.91 $172.75 $8.744 $218.60 $7.53 $188.25471 1/2 INCH 25 Each $1.94 $48.50 $6.44 $161.00 $1.73 $43.25 $2.20 $55.00 $1.89 $47.25481 1/2 INCH X 2 INCH 25 Each $2.08 $52.00 $6.87 $171.75 $1.86 $46.50 $2.36 $59.00 $2.03 $50.75491 1/2 INCH X 3 INCH 25 Each $2.32 $58.00 $7.65 $191.25 $2.07 $51.75 $2.62 $65.50 $2.26 $56.50501 1/2 INCH X 4 INCH 25 Each $2.93 $73.25 $9.67 $241.75 $2.62 $65.50 $3.32 $83.00 $2.86 $71.5051 1 1/2 INCH X 5 INCH 25 Each $3.54 $88.50 $11.71 $292.75 $3.16 $79.00 $4.00 $100.00 $3.45 $86.25521 1/2 INCH X 6 INCH 25 Each $3.97 $99.25 $13.14 $328.50 $3.55 $88.75 $4.495 $112.375 $3.87 $96.75531 1/2 INCH X 8 INCH 10 Each $6.18 $61.80 $20.40 $204.00 $5.52 $55.20 $6.98 $69.80 $6.01 $60.10541 1/2 INCH X 10 INCH 10 Each $7.20 $72.00 $23.80 $238.00 $6.44 $64.40 $8.14 $81.40 $7.02 $70.20 Tampa WinsupplyGroup 10: NIPPLESFlorida Industrial Products Fortiline, Inc.Hughes Supply HAJOCA Corp TechnicoGroup 10: NIPPLESGroup 10: NIPPLES Group 10: NIPPLESMine & Mill Supply CompanyGroup 10: NIPPLES Group 10: NIPPLES 55 1 1/2 INCH X 12 INCH 10 Each $8.23 $82.30 $27.21 $272.10 $7.36 $73.60 $12.09 $120.90 $8.02 $80.20562 INCH 25 Each $2.73 $68.25 $9.00 $225.00 $2.44 $61.00 $3.086 $77.15 $2.66 $66.50572 INCH X 2 1/2 INCH 25 Each $3.07 $76.75 $10.13 $253.25 $2.74 $68.50 $3.47 $86.75 $2.99 $74.75 58 2 INCH X 3 INCH 25 Each $3.07 $76.75 $10.13 $253.25 $2.74 $68.50 $3.47 $86.75 $2.99 $74.75592 INCH X 4 INCH 25 Each $3.73 $93.25 $12.27 $306.75 $3.33 $83.25 $4.21 $105.25 $3.63 $90.75602 INCH X 5 INCH 25 Each $4.75 $118.75 $15.76 $394.00 $4.24 $106.00 $5.37 $134.25 $4.63 $115.75 61 2 INCH X 6 INCH 25 Each $5.53 $138.25 $18.28 $457.00 $4.94 $123.50 $6.252 $156.30 $5.38 $134.50622 1/2 INCH X 2 1/2 INCH 10 Each $8.11 $81.10 $26.80 $268.00 $7.25 $72.50 $9.17 $91.70 $7.90 $79.00632 1/2 INCH X 3 INCH 10 Each $8.42 $84.20 $27.85 $278.50 $7.52 $75.20 $9.52 $95.20 $8.20 $82.00642 1/2 INCH X 6 INCH 10 Each $11.98 $119.80 $39.61 $396.10 $10.71 $107.10 $13.546 $135.46 $11.67 $116.70653 INCH X 3 INCH 10 Each $11.07 $110.70 $36.60 $366.00 $8.69 $86.90 $10.99 $109.90 $10.79 $107.90663 INCH X 4 INCH 10 Each $12.98 $129.80 $42.91 $429.10 $11.60 $116.00 $14.69 $146.90 $12.64 $126.40673 INCH X 6 INCH 10 Each $16.00 $160.00 $52.91 $529.10 $14.30 $143.00 $18.10 $181.00 $15.58 $155.80684 INCH 10 Each $14.56 $145.60 $48.16 $481.60 $13.02 $130.20 $21.39 $213.90 $14.18 $141.80694 INCH X 6 INCH 10 Each $21.59 $215.90 $71.38 $713.80 $19.29 $192.90 $31.71 $317.10 $21.03 $210.30Total$40,780.90 $119,301.40 $319,740.40 $0.00 $150,813.96 $40,401.10 Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total11/2 INCH 60 Each $4.59 $275.40 $14.02 $841.20 $4.15 $249.00 $5.30 $318.00 $4.99 $299.40 $4.48 $268.8023/4 INCH 1200 Each $5.46 $6,552.00 $16.12 $19,344.00 $4.93 $5,916.00 $6.90 $8,280.00 $5.92 $7,104.00 $4.99 $5,988.00 3 1 INCH 500 Each $6.79 $3,395.00 $21.12 $10,560.00 $6.12 $3,060.00 $7.75 $3,875.00 $7.37 $3,685.00 $6.61 $3,305.0041 1/4 INCH 30 Each $9.22 $276.60 $30.52 $915.60 $8.32 $249.60 $10.35 $310.50 $10.01 $300.30 $8.98 $269.4051 1/2 INCH 10 Each $11.81 $118.10 $36.98 $369.80 $10.66 $106.60 $13.90 $139.00 $12.825 $128.25 $11.50 $115.00 6 2 INCH 30 Each $15.77 $473.10 $42.52 $1,275.60 $14.23 $426.90 $17.72 $531.60 $17.126 $513.78 $15.36 $460.80Total$11,090.20 $33,306.20 $10,008.10 $13,454.10 $12,030.73 $10,407.00 Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total 1 1/2 INCH 3780 Foot $6.07 $22,944.60 $.95 $3,591.00 $1.70 $6,426.00 $1.829 $6,913.6223/4 INCH 4095 Foot $7.07 $28,951.65 $1.26 $5,159.70 $2.10 $8,599.50 $1.71 $7,002.4531 INCH 5250 Foot $9.23 $48,457.50 $1.77 $9,292.50 $3.10 $16,275.00 $2.56 $13,440.0041 1/4 INCH 330 Foot $8.00 $2,640.00 $2.39 $788.70 $4.20 $1,386.00 $3.415 $1,126.9551 1/2 INCH 125 Foot $9.11 $1,138.75 $2.88 $360.00 $4.90 $612.50 $3.902 $487.7562 INCH 125 Foot $12.07 $1,508.75 $3.84 $480.00 $6.80 $850.00 $5.1829 $647.8625Total$105,641.25 $0.00 $19,671.90 $34,149.00 $29,618.6325 $0.00 Group 12: GALVANIZED PIPEHughes Supply HAJOCA Corp Tampa Winsupply Group 11: UNIONS Mine & Mill Supply Company Note: Did not meet specificationsNote: Intent to Award Group 11: UNIONS Group 11: UNIONS Note: No Bid Group 11: UNIONS TechnicoGroup 12: GALVANIZED PIPE TechnicoMine & Mill Supply Company Group 12: GALVANIZED PIPE Group 12: GALVANIZED PIPE Group 11: UNIONS Group 12: GALVANIZED PIPEGroup 12: GALVANIZED PIPE Florida Industrial Products Fortiline, Inc.Hughes Supply HAJOCA Corp Tampa Winsupply Florida Industrial Products Fortiline, Inc. Group 11: UNIONS 1) Florida Industrial Products 2) Fortiline, Inc. 1602 N 39th St 15850 Dallas Parkway Tampa, FL 33605 Dallas, TX 75248 3) Hughes Supply a Hajoca Corp.4) Mine & Mill Supply Company 2001 Joshua Road PO Box 729 Lafayette Hill, PA 19444 Eaton Park, FL 33840 5) Tampa Winsupply 6) Technico 7040 Anderson Road 507 South G Street Tampa, FL 33634 Lake Worth, FL 33460 ADVERTISED: TAMPA BAY TIMES 10/15/2025 POSTED:myclearwater.com 10/08/25 - 11/12/25 FOR THE CITY OF CLEARWATER Due/Opening: November 12, 2025; 10:00 a.m. INVITATION TO BID No. 02-26 Galvanized Steel Pipe and Fittings Solicitation Response Listing v. 7.2024 Procurement Division PO Box 4748 33758-4748 Clearwater FL 727-562-4630 INVITATION TO BID 02-26 GALVANIZED STEEL PIPE AND FITTINGS NOTICE Wednesday, October 8, 2025 NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Clearwater (City) until 10:00 am, Local Time, on Wednesday, November 12, 2025 to provide: The City of Clearwater’s is soliciting sealed bids from qualified vendors to supply galvanized steel pipe and fittings for the Clearwater Gas System Energy. 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/201214. 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/201214. 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: Wednesday, November 12, 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/201214 to view the Procurement Division's Intent to Award postings. 2.25 ITB Timeline Dates are tentative and subject to change. Release ITB: October 8, 2025 Advertise Tampa Bay Times: October 15, 2025 Question Submission Deadline: November 2, 2025, 10:00am Due Date & Time for Submissions and Opening: November 12, 2025, 10:00am Review Bids: November 12 - 26, 2025 v. 7.2024 7 Council Authorization: December 2025 Contract Begins: December 2025 STANDARD TERMS AND CONDITIONS In the event of a conflict between the Standard Terms & Conditions and the Professional Services Agreement, the terms of the Professional Services Agreement shall prevail. 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 v. 7.2024 8 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 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 v. 7.2024 9 with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. 4. The City may, at its sole discretion, conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any random verification performed. 5. Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 274B of the Federal Immigration and Nationality Act. D. Nondiscrimination. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor’s personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. 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: v. 7.2024 10 A. Keep and maintain public records required by the City of Clearwater (hereinafter “public agency” in this section) to perform the service being provided by the contractor hereunder. B. Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. C. Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. D. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. E. A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. F. The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. G. A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. H. If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 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. v. 7.2024 11 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 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 v. 7.2024 12 given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. 3.18 Remedies The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: A. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. B. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and costs. C. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. D. The City will not be liable for incidental, special, or consequential damages. 3.19 Breach of contract during emergency recovery periods for natural emergencies Pursuant to F. S. § 252.505, any vendor who breaches a contract for commodities or services related to an emergency response for a natural emergency during an emergency recovery period shall pay a $5,000 penalty and damages, which may be either actual and consequential damages or liquidated damages. As used in this section, the term “emergency recovery period” means a 1-year period that begins on the date that the Governor initially declared a state of emergency for a natural emergency. 3.20 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. 3.21 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. 3.22 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. 3.23 Termination for Non-Appropriation and Modification for Budgetary Constraints 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 v. 7.2024 13 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. 3.24 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. 3.25 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. 3.26 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. 3.27 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 v. 7.2024 14 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. 3.28 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. 3.29 No Guarantee of Work Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. 3.30 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. 3.31 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. 3.32 FOB Destination Freight Prepaid and Allowed All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. 3.33 Risk of Loss Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss, injury, or destruction will not release Contractor from any obligation hereunder. 3.34 Safeguarding City Property Contractor will be responsible for any damage to City real property or damage or loss of City personal property when such property is the responsibility of or in the custody of Contractor or its employees. 3.35 Warranty of Rights Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble, or hindrance from Contractor or third parties. 3.36 Proprietary Rights Indemnification Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret, or other intellectual property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action, or pay any settlement of such action or v. 7.2024 15 claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final judgment is obtained against the City’s use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense and without limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage, from the time of installation acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. 3.37 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). 3.38 Force Majeure Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. 3.39 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. 3.40 Fuel Charges and Price Increases No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City’s Procurement Division. 3.41 Notices All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid; (iii) sent via 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. v. 7.2024 16 3.42 Governing Law, Venue This Agreement is governed by the laws of the State of Florida. The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Pinellas County, Florida. 3.43 Integration Clause This Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. 3.44 Provisions Required by Law Any provision required by law to be in this Agreement is a part of this Agreement as if fully stated in it. 3.45 Severability If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or unenforceability. 3.46 Surviving Provisions Notwithstanding any completion, termination, or other expiration of this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth rights and obligations that extend beyond completion, termination, or other expiration of this Agreement, will survive and remain in full force and effect. Except as specifically provided in this Agreement, completion, termination, or other expiration of this Agreement will not release any party from any liability or obligation arising prior to the date of termination. DETAILED SPECIFICATIONS 4.1 Introduction The City of Clearwater (City) is a coastal community on Florida's West Coast and the third-largest city in the Tampa Bay area with a population of approximately 118,463 residents. Clearwater Beach, a renowned international destination in Pinellas County, attracts millions of tourists annually and most recently received the prestigious TripAdvisor Traveler’s Choice Award for 2024. It consistently ranks among the top vacation spots in both national and international publications, offering year-round attractions such as pristine "sugar sand" beaches, diverse dining options, and venues like the Philadelphia Phillies Spring Training and Clearwater Threshers Minor League Baseball. The acclaimed Clearwater Marine Aquarium, nationally recognized for its innovative work in marine rescue, rehabilitation, and release, remains a major draw for visitors. The City of Clearwater is committed to advancing sustainability through eco-friendly initiatives that enhance our economy, safeguard our environment, and fortify our community. 4.2 Scope of Work The City of Clearwater is seeking sealed bids from qualified vendors to supply galvanized pipes and fittings for Clearwater Gas System Energy (CGSE). The awarded vendor(s) shall provide these products on an as- needed basis, adhering to detailed specifications and service requirements outlined herein. The estimated quantities listed in the Pricing Sheet are provided solely for bid preparation and should not be interpreted as guaranteed purchase amounts under this contract. Vendor(s) are not required to bid on all items in the Pricing Sheet, however all items within a specific Group shall be bid on to be considered for the award of that Group. v. 7.2024 17 The City reserves the right to make multiple awards if it is in the best interest of the City to do so. The following Exhibits have been included for reference: Exhibit A - ITB No. 29-22 Previous Bid Tabulation Line-Item Pricing Exhibit B - ITB No. 29-22 Previous Bid Tabulation Summary 4.3 Specifications The awarded vendor(s) shall be responsible for providing all items in accordance with the following: General Requirements • All products supplied under this contract shall conform to the specifications, sizes, and variations outlined in the Pricing Sheet. • All materials shall include a minimum one (1) year warranty covering defects in materials and workmanship. Warranty documentation shall be submitted with the bid response. • The City may request product samples at no additional cost. Any samples provided may be retained for quality assurance, evaluation and testing purposes. Product Specifications • All materials supplied under this contact shall be new, unused, and free from contamination, rust, or any evidence of prior use. • Pipes: All pipes shall be seamless, Schedule 40 galvanized steel, and shall comply with the following standards: o American Society for Testing Materials (ASTM) A-53 - Standard specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless o ASTM A-106 - Standard Specification for Seamless Carbon Steel Pipe for High-Temperature Service o American National Standards (ANSI)/American Society of Mechanical Engineers (ASME) B36.10 - Welded and Seamless Wrought Steel Pipe • Fittings: Fittings shall be galvanized malleable iron, American National Pipe Thread (NPT), International Organization for Standardization (ISO) 9000 certified, and suitable for natural gas applications. All fittings shall comply with the following standards: o ASTM A-197-79 - Standard Specification for Cupola Malleable Iron o ANSI/ASME B1.20.1 (L-1 gauge) - Pipe Threads, General Purpose o ASME B16.3 - Malleable Iron Threaded Fittings o ASME B16.36 - Orifice Flanges o ASME B16.14 - Ferrous Pipe Plugs, Bushings, and Locknuts • Approved Brands: Only the following brands are approved under this solicitation: o Legend v. 7.2024 18 o SA (Siam Thailand) o Ward Service Requirements • The vendor(s) shall maintain an adequate inventory to ensure timely fulfillment of all City orders. • Customer service support shall be available during regular business hours (Monday–Friday, 9:00 A.M. to 5:00 P.M.) to address inquiries related to orders, deliveries, and product information. • The City reserves the right to return any products that are defective, damaged, non-conforming, or otherwise not in compliance with the specifications outlined in this ITB. • Return shipping and all associated costs shall be the responsibility of the vendor(s). • The vendor(s) shall issue credit or provide replacement products, as directed by the City, within fifteen (15) calendar days of notification of the issue. • Vendor(s) must have documented procedures for resolving discrepancies or issues identified by City staff at the time of delivery. 4.4 Delivery Requirements • Delivery shall be made to the designated location indicated below no later than five (5) business days after receipt of an order. • Delivery hours are from 9:00 A.M. to 5:00 P.M., Monday through Friday. • The Vendor(s) must ensure that all deliveries are made in a manner that maintains the quality and integrity of the products. Deliveries must be packaged securely to prevent damage during transportation. All deliveries shall be made to the following address: Clearwater Gas System Energy 777 Maple Street Clearwater, Florida 33765 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: v. 7.2024 19 5.2 Commercial General Liability Insurance Coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. 5.3 Commercial Automobile Liability Insurance Coverage for any owned, non-owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. 5.4 Workers’ Compensation Insurance Unless waived by the State of Florida and proof of waiver is provided to the City, statutory Workers’ Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer’s Liability Insurance in the minimum amount of $1,000,000 (one million dollars) each employee each accident, $1,000,000 (one million dollars) each employee by disease, and $1,000,000 (one million dollars) disease policy limit. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. 5.5 Waiver of Subrogation With regard to any policy of insurance that would pay third party losses, Contractor hereby grants City a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect such waiver, but this provision shall apply to such policies regardless of whether or not the city has received a waiver of subrogation endorsement from each insurer. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. 5.6 Other Insurance Provisions Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Vendor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an “Additional Insured” on the Commercial General Liability Insurance and the Commercial Automobile Liability Insurance. In addition when requested in writing from the City, Vendor will provide the City with certified 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, 02-26 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, v. 7.2024 20 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 December 2025 through December 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. In addition, the City of Clearwater will not honor any tariff related surcharge without documented evidence that the actual tariff increase was incurred by the vendor. 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 11 4903, Metal pipe fittings, flanges, and unions, 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 v. 7.2024 21 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 Galvanized Steel Pipe and Fittings to the City of Clearwater at the price(s) stated below. DELIVERY REQUIREMENTS FOB: Destination, Freight Prepaid and Allowed Freight Costs: Unit prices should include all freight and transportation charges PAYMENT TERMS: • City of Clearwater’s standard payment terms are NET30 GROUP 1: CAPS Note: Vendors are not required to bid on all items, however, all items within a specific group shall be bid on in order to be considered for award of that group. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 1 1/2 INCH 1,000 Each 2 3/4 INCH 3,000 Each 3 1 INCH 400 Each 4 1 1/4 INCH 50 Each 5 1 1/2 INCH 550 Each 6 2 INCH 50 Each 7 3 INCH 1 Each v. 7.2024 22 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid TOTAL GROUP 2: 90 ELBOWS Note: Vendors are not required to bid on all items, however, all items within a specific group shall be bid on in order to be considered for award of that group. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 1 1/2 INCH 2,000 Each 2 3/4 INCH 4,100 Each 3 1 INCH 2,750 Each 4 1 1/4 INCH 80 Each 5 1 1/2 INCH 25 Each 6 2 INCH 32 Each 7 3 INCH 1 Each TOTAL GROUP 3: REDUCER 90 ELBOWS Note: Vendors are not required to bid on all items, however, all items within a specific group shall be bid on in order to be considered for award of that group. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 1 1/2 INCH X 1/4 INCH 25 Each 2 1/2 INCH X 3/8 INCH 75 Each 3 3/4 INCH X 3/8 INCH 40 Each 4 3/4 INCH X 1/2 INCH 330 Each 5 1 INCH X 1/2 INCH 60 Each v. 7.2024 23 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 6 1 INCH X 3/4 INCH 420 Each 7 1 1/4 INCH X 3/4 INCH 25 Each 8 1 1/2 INCH X 3/4 INCH 80 Each 9 2 INCH X 3/4 INCH 10 Each 10 1 1/4 INCH X 1 INCH 40 Each 11 1 1/2 INCH X 1 INCH 1,000 Each 12 2 INCH X 1 INCH 14 Each 13 1 1/2 INCH X 1 1/4 INCH 15 Each 14 2 INCH X 1 1/4 INCH 10 Each 15 2 INCH X 1 1/2 INCH 20 Each 16 2 1/2 INCH X 2 INCH 1 Each TOTAL GROUP 4: PLUGS Note: Vendors are not required to bid on all items, however, all items within a specific group shall be bid on in order to be considered for award of that group. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 1 1/4 INCH 3,000 Each 2 1/2 INCH 100 Each 3 3/4 INCH 205 Each 4 1 INCH 2,280 Each 5 1 1/4 INCH 10 Each v. 7.2024 24 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 6 1 1/2 INCH 1 Each 7 2 INCH 20 Each TOTAL GROUP 5: 45 ELBOWS Note: Vendors are not required to bid on all items, however, all items within a specific group shall be bid on in order to be considered for award of that group. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 1 1/2 INCH 215 Each 2 3/4 INCH 160 Each 3 1 INCH 120 Each 4 1 1/4 INCH 15 Each 5 1 1/2 INCH 10 Each 6 2 INCH 1 Each TOTAL GROUP 6: TEES Note: Vendors are not required to bid on all items, however, all items within a specific group shall be bid on in order to be considered for award of that group. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 1 1/2 INCH 75 Each 2 3/4 INCH 1,650 Each 3 1 INCH 310 Each 4 1 1/4 INCH 30 Each v. 7.2024 25 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 5 1 1/2 INCH 12 Each 6 2 INCH 8 Each 7 3/4 INCH X 3/4 INCH X 1/4 INCH 850 Each 8 3/4 INCH X 3/4 INCH X 1/2 INCH 100 Each 9 3/4 INCH X 1/2 INCH X 1/2 INCH 70 Each 10 3/4 INCH X 3/4 INCH X 1 INCH 150 Each 11 1/2 INCH X 1/2 INCH X 3/4 INCH 20 Each 12 1 INCH X 3/4 INCH X 3/4 INCH 180 Each 13 1 INCH X 3/4 INCH X 1 INCH 60 Each 14 1 INCH X 1/4 INCH X 1 INCH 1,150 Each 15 1 INCH X 1/2 INCH X 1 INCH 100 Each 16 1 INCH X 1 INCH X 3/4 INCH 210 Each 17 1 1/4 INCH X 1 1/4 INCH X 3/4 INCH 32 Each 18 1 1/4 INCH X 1 1/4 INCH X 1 INCH 15 Each 19 1 1/2 INCH X 1 1/2 INCH X 3/4 INCH 12 Each 20 1 1/2 INCH X 1 1/2 INCH X 1 INCH 15 Each v. 7.2024 26 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 21 2 INCH X 2 INCH X 3/4 INCH 10 Each 22 2 INCH X 2 INCH X 1 INCH 10 Each 23 2 INCH X 2 INCH X 1 1/4 INCH 20 Each TOTAL GROUP 7: TEST TEE 90 Note: Vendors are not required to bid on all items, however, all items within a specific group shall be bid on in order to be considered for award of that group. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 1 3/4 INCH X 1/4 INCH X 3/4 INCH 3,000 Each TOTAL GROUP 8: COUPLINGS Note: Vendors are not required to bid on all items, however, all items within a specific group shall be bid on in order to be considered for award of that group. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 1 1/2 INCH 200 Each 2 3/4 INCH 300 Each 3 1 INCH 260 Each 4 1 1/4 INCH 40 Each 5 1 1/2 INCH 18 Each 6 2 INCH 20 Each v. 7.2024 27 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid TOTAL GROUP 9: REDUCER COUPLINGS Note: Vendors are not required to bid on all items, however, all items within a specific group shall be bid on in order to be considered for award of that group. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 1 1/2 INCH X 3/8 INCH 1 Each 2 3/4 INCH X 3/8 INCH 1 Each 3 3/4 INCH X 1/2 INCH 150 Each 4 1 INCH X 3/8 INCH 10 Each 5 1 INCH X 1/2 INCH 50 Each 6 1 INCH X 3/4 INCH 3,000 Each 7 1 1/4 INCH X 3/4 INCH 30 Each 8 1 1/2 INCH X 3/4 INCH 60 Each 9 2 INCH X 3/4 INCH 10 Each 10 1 1/4 INCH X 1 INCH 60 Each 11 1 1/2 INCH X 1 INCH 120 Each 12 2 INCH X 1 INCH 36 Each 13 1 1/2 INCH X 1 1/4 INCH 12 Each 14 2 INCH X 1 1/4 INCH 18 Each 15 2 INCH X 1 1/2 INCH 9 Each 16 3 INCH X 2 INCH 1 Each v. 7.2024 28 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 17 3 INCH X 2 1/2 INCH 1 Each 18 4 INCH X 2 INCH 1 Each TOTAL GROUP 10: NIPPLES Note: Vendors are not required to bid on all items, however, all items within a specific group shall be bid on in order to be considered for award of that group. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 1 1/2 INCH 120 Each 2 1/2 INCH X 1 1/2 INCH 300 Each 3 1/2 INCH X 2 INCH 250 Each 4 1/2 INCH X 2 1/2 INCH 250 Each 5 1/2 INCH X 3 INCH 350 Each 6 1/2 INCH X 4 INCH 400 Each 7 1/2 INCH X 5 INCH 250 Each 8 1/2 INCH X 6 INCH 250 Each 9 1/2 INCH X 8 INCH 200 Each 10 1/2 INCH X 10 INCH 250 Each 11 1/2 INCH X 12 INCH 300 Each 12 3/4 INCH 650 Each 13 3/4 INCH X 1 1/2 INCH 1,800 Each 14 3/4 INCH X 2 INCH 1,700 Each v. 7.2024 29 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 15 3/4 INCH X 2 1/2 INCH 1,600 Each 16 3/4 INCH X 3 INCH 3,000 Each 17 3/4 INCH X 4 INCH 1,200 Each 18 3/4 INCH X 5 INCH 600 Each 19 3/4 INCH X 6 INCH 1,900 Each 20 3/4 INCH X 8 INCH 600 Each 21 3/4 INCH X 10 INCH 350 Each 22 3/4 INCH X 12 INCH 400 Each 23 3/4 INCH X 14 INCH 225 Each 24 3/4 INCH X 18 INCH 200 Each 25 3/4 INCH X 24 INCH 200 Each 26 3/4 INCH X 36 INCH 200 Each 27 1 INCH 25 Each 28 1 INCH X 2 INCH 25 Each 29 1 INCH X 2 1/2 INCH 25 Each 30 1 INCH X 3 INCH 25 Each 31 1 INCH X 4 INCH 25 Each 32 1 INCH X 5 INCH 25 Each 33 1 INCH X 6 INCH 25 Each 34 1 INCH X 8 INCH 15 Each 35 1 INCH X 10 INCH 20 Each 36 1 INCH X 12 INCH 25 Each v. 7.2024 30 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 37 1 1/4 INCH 25 Each 38 1 1/4 INCH X 2 INCH 25 Each 39 1 1/4 INCH X 2 1/2 INCH 25 Each 40 1 1/4 INCH X 3 INCH 25 Each 41 1 1/4 INCH X 4 INCH 25 Each 42 1 1/4 INCH X 5 INCH 25 Each 43 1 1/4 INCH X 6 INCH 10 Each 44 1 1/4 INCH X 8 INCH 10 Each 45 1 1/4 INCH X 10 INCH 20 Each 46 1 1/4 INCH X 12 INCH 25 Each 47 1 1/2 INCH 25 Each 48 1 1/2 INCH X 2 INCH 25 Each 49 1 1/2 INCH X 3 INCH 25 Each 50 1 1/2 INCH X 4 INCH 25 Each 51 1 1/2 INCH X 5 INCH 25 Each 52 1 1/2 INCH X 6 INCH 25 Each 53 1 1/2 INCH X 8 INCH 10 Each 54 1 1/2 INCH X 10 INCH 10 Each 55 1 1/2 INCH X 12 INCH 10 Each 56 2 INCH 25 Each v. 7.2024 31 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 57 2 INCH X 2 1/2 INCH 25 Each 58 2 INCH X 3 INCH 25 Each 59 2 INCH X 4 INCH 25 Each 60 2 INCH X 5 INCH 25 Each 61 2 INCH X 6 INCH 25 Each 62 2 1/2 INCH X 2 1/2 INCH 10 Each 63 2 1/2 INCH X 3 INCH 10 Each 64 2 1/2 INCH X 6 INCH 10 Each 65 3 INCH X 3 INCH 10 Each 66 3 INCH X 4 INCH 10 Each 67 3 INCH X 6 INCH 10 Each 68 4 INCH 10 Each 69 4 INCH X 6 INCH 10 Each TOTAL GROUP 11: UNIONS Note: Vendors are not required to bid on all items, however, all items within a specific group shall be bid on in order to be considered for award of that group. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 1 1/2 INCH 60 Each 2 3/4 INCH 1,200 Each 3 1 INCH 500 Each 4 1 1/4 INCH 30 Each v. 7.2024 32 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 5 1 1/2 INCH 10 Each 6 2 INCH 30 Each TOTAL GROUP 12: GALVANIZED PIPE Note: Vendors are not required to bid on all items, however, all items within a specific group shall be bid on in order to be considered for award of that group. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 1 1/2 INCH 3,780 Foot 2 3/4 INCH 4,095 Foot 3 1 INCH 5,250 Foot 4 1 1/4 INCH 330 Foot 5 1 1/2 INCH 125 Foot 6 2 INCH 125 Foot TOTAL SUBMITTAL REQUIREMENTS 1 Exceptions* Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Do you have any exceptions to the provisions or specifications? ☐ Yes ☐ No *Response required When equals "Yes" Exceptions Taken* **Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a Proposal non-responsive. v. 7.2024 33 Upload a copy of any exceptions taken to the provisions or specifications in this solicitation. *Response required 2 Additional Materials* Have you included any additional materials? ☐ Yes ☐ No *Response required When equals "Yes" Description of Additional Materials* Provide a brief description of the additional materials included. *Response required 3 Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? ☐ Yes ☐ No *Response required When equals "Yes" Certified Business Type* Pick one of the following. ☐ Certified Small Business ☐ Certified Minority, Woman, or Disadvantaged Business Enterprise *Response required When equals "Yes" Certifying Agency* List the Agency that provided your certification. *Response required When equals "Yes" 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. v. 7.2024 34 B. It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. C. It has no known, undisclosed conflicts of interest. D. The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. E. No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. F. It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. G. It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. H. It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. I. It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. J. It is current in all obligations due to the City. K. It will accept all terms and conditions as set forth in this solicitation if awarded by the City. L. The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. ☐ Please confirm *Response required 5 E-Verify System Certification* 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. v. 7.2024 35 C. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. D. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. E. The Contractor must maintain a copy of such affidavit. F. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). G. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. H. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. ☐ Please confirm *Response required 6 Scrutinized Company Certification* Please download the below documents, complete, notarize, and upload. • SCRUTINIZED_COMPANIES_AND_B... *Response required 7 Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... *Response required 8 Warranty Documentation* Provide a minimum one (1) year warranty *Response required 9 W-9* Upload your current W-9 form. (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf) *Response required v. 7.2024 36 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1325 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Gas System Agenda Number: 4.2 SUBJECT/RECOMMENDATION: Authorize a purchase order to AECOM Technical Services of Tampa, FL, for design consulting services of Clearwater Beach Gas Pipeline Intercoastal Subaqueous Crossings in the not-to-exceed amount of $934,000.00 pursuant to Request for Qualifications No. 30-25 and authorize the appropriate officials to execute same. (consent) SUMMARY: Procurement on behalf of Clearwater Gas Systems Energy (CGS Energy), issued Request for Qualifications (RFQ) 30-25, Clearwater Beach Gas Pipeline Intercoastal Subaqueous Crossing Consulting Services. The City received ten submittals from engineering firms. In coordination with the Procurement Division, the RFQ Selection Committee consisting of representatives from CGS Energy, Public Utilities and Public Works evaluated the submissions and shortlisted the top five firms. Based on the evaluation results, the Selection Committee recommended an intent to award to the highest-ranked firm, AECOM Technical Services. CGS Energy subsequently engaged AECOM in contract negotiations and successfully reached a mutually agreed-upon proposal for the required design services. AECOM will provide design, permitting and construction document services for the competitive bidding and installation of two new 8-inch natural gas pipelines crossing the Intracoastal Waterway/Clearwater Bay. The first crossing will replace the existing subaqueous pipeline that originates west of The Baycare Sound Amphitheater and crossing the waterway west of the Memorial Causeway Bridge. Due to the pipeline’s proximity to the Amphitheater, CGS Energy is unable to adequately access, maintain, or replace the pipeline in the event of damage or at the end of its service life. To address this constraint, AECOM will evaluate and propose a new mainland crossing location that connects to the Memorial Causeway corridor. The second crossing will consist of a new natural gas feed originating south of downtown Clearwater and crossing the Intracoastal Waterway south of the Sand Key Bridge. Together, the replacement and new crossings will increase system reliability to support continued commercial and residential growth in Clearwater Beach. Each 8-inch pipeline will be installed within a 16-inch casing pipe. APPROPRIATION CODE AND AMOUNT: Funds are budgeted and available in capital project 323-96377, Gas New Mains and Service Lines (Pinellas), funded by revenues from the Gas Utility Enterprise Fund. 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 1 City of Clearwater Printed on 1/9/2026 1 SCOPE OF SERVICES Clearwater Beach Gas Pipeline Intracoastal Subaqueous Crossing Consulting Services Project No. ____________ December 15, 2025 GENERAL DESCRIPTION Clearwater Gas Services (CGS) selected AECOM Technical Services, Inc (AECOM) for the preparation of construction documents for the installation of two (2) new 8-inch gas pipelines that will cross the Intracoastal Waterway/Clearwater Bay to provide additional interconnections between the gas main system on the mainland and the system on the barrier islands. Each 8- inch pipe will be installed in a 16-inch casing pipe. The northern crossing will begin at the intersection of Drew Street and North Osceola Avenue and will travel approximately 3,000 lf connecting to an existing main located along the Clearwater Causeway. The southern crossing will begin at the intersection of Jeffords Street and Druid Road and will travel approximately 6,000 lf connecting to an existing main located in Gulf Blvd. near Sand Key Park. This Scope of Services sets forth the services, activities, responsibilities that will be performed by AECOM, and the Deliverables that will be prepared. The following summarizes this. SCOPE OF SERVICES The following scope of services is subdivided into tasks needed to prepare the construction documents, obtain the required permits, and assist the CGS with obtaining construction bids. Engineering services during the construction phase of the project are limited to the preparation of responses to contractor submitted Requests of Information (RFIs). Task 1 - Project Management AECOM will set up the project within our project management system to allow for the work to proceed. In addition, as part of this task, AECOM will provide the required project management activities such as communication and meetings with the CGS, staff management, invoicing, and progress reporting throughout the duration of this portion of the project. Monthly progress meetings as well as schedule updates are included. If needed progress meeting can be held bi-monthly. Project Goals: Overall Management of the project Project Deliverables: Monthly progress meetings, submittal of pay applications, submittal of schedule updates as needed, communication with CGS throughout the project and staff management. Task 2 - Basis of Design Report (BoDR) and 30% Submittal Task 2.1 Alignment Evaluation AECOM will meet with the CGS to discuss the proposed alternative alignments that were provided in our responses to the project RFQ to establish the conceptual crossing alignments. Next, AECOM will schedule meetings with the various municipalities and agencies that will be impacted by this project. These agencies will include: 2 1) City of Clearwater Public Works 2) Pinellas County Parks Department 3) SWFWMD* 4) FDOT 5) FDEP* 6) ACOE* *Meetings to be combined with AECOM environmental staff Task 2.3 These meetings will be used to introduce the project to the respective agencies and to discuss any potential issues that may need to be addressed. It will also be used to establish permitting requirements. Using the information gathered from the various agencies and CGS’s preferences for pipe routing, the preliminary crossing alignment will be established. Project Goals; Introduce project to stakeholders, regulatory agencies and right-of-way permitting agencies. Determine permitting requirements. Discuss routes for the two HDD crossings. Project Deliverables: Meeting minutes from each meeting conducted. Task 2.2 Geotechnical Investigation AECOM, through our subconsultant Tierra, will perform a series of soil borings along the alignment of the pipe crossings to define the subsurface geotechnical conditions. The boring program will consist of four (4) upland borings (one near each connection point) to a depth of 100 feet, and six (6) borings in the Intracoastal Waterway/Clearwater Bay to a depth of 100 feet below the mudline. In addition, soil samples will be collected for laboratory analysis to determine a soil legend using the USGS soil classification system. The analysis will include: 1) Fines Content Analysis 2) Particle Size Distribution 3) Atterberg Limits 4) Natural Moisture Content 5) Organic Content 6) Unconfined Compression- Rock 7) Unconfined Compression- Cohesive Soil 8) Splitting Tensile 9) Undrained Triaxial Compression- Rock 10) Unconsolidated-Undrained Triaxial- Cohesive Soil 11) Cerchar Abrasivity 12) Slake Durability The work performed will be summarized in a report and will be used as the basis for developing the initial vertical alignment for each crossing, as well as the specifications for the casing pipe and the horizontal directional drill. Project Goals: Determine soil conditions and characteristics along each HDD crossing. This information will be used to conduct geotechnical calculations supporting the HDD designs. Project Deliverables; Geotechnical Report summarizing soil conditions. 2.3 Initial Environmental Assessment An initial environmental assessment will be performed to determine existing conditions and what, if any, wetlands or endangered species could be impacted by this project. Once this initial 3 evaluation has been performed, AECOM will conduct a pre-application meeting with FDEP, ACOE and SWFWMD to introduce the project and to establish permitting requirements. Project Goals: Perform a site investigation of both HDD crossings to identify environmental areas and endangered species that could be impacted by the construction work. This task will be performed prior to initial meetings with environmental and regulatory agencies. Project Deliverables; N/A 2.4 Survey and Utility Locates AECOM, through our subconsultant CivilSurv, will conduct a survey of the proposed alignments. A detailed survey will be performed of the landside portions of the project. A bathymetric survey will also be performed to define the mudline of the Intracoastal Waterway/Clearwater Bay. Existing utilities located on the landside portion of the project will be located. A total of 60 Level A locates have been assumed. In addition, a Sovereign Submerged Lands (SSL) Sketch and Legal description meeting FDEP standards will be prepared for each crossing. For billing purposes, the total cost for this task will be based on the actual number of Level A locates actually performed. Project Goals: complete survey and utility locating necessary for preparation of construction documents. Prepare SSL sketch and legal description for easements across Clearwater Bay. Project Deliverables: AutoCAD DWG survey file and a verified utility spreadsheet for the Level A SUE services. Provide up to five (5) signed and sealed SSL easement sketches and legal descriptions. . 2.5 Conceptual Vertical Alignment Utilizing the information obtained from the Geotechnical investigation and the Survey, AECOM will establish a vertical alignment for the two crossings. To determine this, a series of geotechnical calculations will be performed, these calculations include: 1) Borehole stability analysis 2) Borehole heaves/collapse analysis 3) Pipe pull back and stress analysis. The goal of this analysis will be to: 1) Establish acceptable pipe materials for the crossings. 2) Establish vertical alignment required to minimize borehole collapse or frac-out. 3) Establish the need for a surface casing pipe. 4) Establish casing and carrier pipe specifications. Project Goals: Establishment of horizontal and vertical alignment for each HDD crossing. Determine DR rating of casing and carrier pipe. Determine if any soil enhancements or surface casings are necessary. Project Deliverables: No separate deliverable, but a detailed description of the work performed will be included in the Basis of Design Report Task 2.6 Preliminary Opinion of Probable Construction Costs A Class III level construction cost estimate will be prepared based on the conceptual design developed as part of this Task. The estimate will be developed based on AECOM’s library of costs, using similar projects as a basis. The accuracy range of this estimate will be (-) 20% to 4 (+) 30%. It is understood that CGS will be providing the contractor(s) with piping, valves and fittings. Project Goals: Establish a preliminary construction cost estimate for the project so it can be compared to available funding. Project Deliverables: No separate deliverable, but a detailed description of the work performed will be included in the Basis of Design Report Task 2.7 Basis of Design Report (BoDR) and 30% Design Submittal The work performed in the previous tasks will be summarized in a BoDR. This report will provide a recommendation for horizontal and vertical alignment for the two crossings, the permitting requirements, and a preliminary construction cost estimate. A draft version of the report will be provided to CGS for review and comment. A workshop style meeting will be held to address CGS comments so that the report can be finalized. Once finalized, the BoDR will become the basis for preparing the construction documents. Project Goals: Summarize work performed in Task 2, develop preliminary drawings detailing the proposed alignments for the HDD crossings, establish permitting requirements and establish preliminary construction cost estimate. Project Deliverables: submit Draft Basis of Design Report to CGS for review and comment, address comments, finalize report and submit to CGS. Task 3 - Detailed Design Task 3.1 - 3.3 – 60%, 90% and Final Design Submittals AECOM will prepare and submit to theCGS for review and comment 60%, 90% and Final design document submittals. The construction plans and specifications will detail the pipe installation and direction drill crossings. Each submittal will include plan and profile views of the pipeline, as well as updated construction cost estimate and maintenance of traffic details. Following each submittal, AECOM will meet with the CGS to discuss any comments the CGS may have. The finalized, ready for bid documents will include a formal Statement of Work to assist bidders. Project Goals: provide CGS with progress submittals at the 60%, 90% and Final Design stages for CGS to review and provide comments. Submittals will include construction plan set, specification and an updated construction cost estimate. Project Deliverables; progress submittals to CGS at 60%, 90% and Final design stages. Submittals can be electronic or hard copy. Task 4 - Permitting 4.1 Prepare Permit Applications and Obtain Permits Based on information obtained in Tasks 2 and 3, AECOM will apply for and obtain the following permits: FDEP/SWFWMD: Application for an ERP USACE: National Permit SAJ-14 for Subaqueous Utility and Transmission Lines in Florida (SAJ-2005-09981) 5 To support the permitting activity, the AECOM Scientific Diving Team will conduct a submerged aquatic vegetation (SAV) survey. Based on previous experience, AECOM has assumed that state and/or federal agencies will require these features to be mapped and protected in the case of an inadvertent return during the horizontal directional drill (HDD). For the purposes of this estimate, AECOM has assumed that the survey for the northern crossing will be comprised of a footprint of 1,300 feet in length by 20 feet in width and the southern crossing is 6,200 feet in length by 20 feet in width. Transect lines will be spaced 10 feet apart and will run parallel to the proposed pipeline route. Draft permit applications will be submitted to the CGS for review. Typically permit applications are submitted once the 90% design submittal has been approved. However, due to extensive review time for several of the environmental permits, they will be submitted once the 60% design submittal has been approved. Permits for the City of Clearwater, Pinellas County and FDOT will be handled by CGS. The cost for obtaining the permits that AECOM is responsible for includes response to any RFIs that might be generated by the regulatory agencies as well as application modifications that may be necessary to obtain the permits. 4.2 Post Construction Services (if needed) AECOM will perform a post construction sea grass survey if the grasses are disturbed by construction work as required by FDEP. Project Goals: Prepare the appropriate permit application for each regulatory or environmental agencies, submit applications, address comments and obtain permits. Project Deliverables: Each permit application will be submitted to CGS for review and comment prior to submitting them to the appropriate agency. Task 5 - Bidding Phase Services AECOM will provide technical support to the CGS during the bidding phase portion of the project. Our role during this phase will be limited to attendance at two Pre-bid meetings, and addressing technical questions submitted by bidders. All other work, such as review of bids with a recommendation for award and preparation of Conformed Drawings, will be performed by CGS. Project Goals; Provide technical support to CGS during the bidding phase portion of the project. Project Deliverables; Provide CGS with written responses to technical questions submitted by bidders. Task 6 - Public Outreach and Engagement Meetings AECOM will provide technical assistance to CGS in providing outreach type meetings to make the public aware of the upcoming project. Attendance at a total of three (3) meetings has been included in the project budget. It is assumed that CGS will be responsible for organizing and leading these meetings, with AECOM attending the meetings and providing technical support. This will be a Time and Materials task. Project Goals: keep public informed on status of project via meetings scheduled by CGS. Project Deliverables: provide graphics to support meetings as requested by CGS. 6 Task 7 - Limited Services During Construction At the request of CGS, AECOM’s services during the construction phase of the project will be limited to reviewing and responding to contractor submitted Request for Information (RFIs). For costing purposes, this will be limited to 16 RFIs in total for both projects. Other services such as attendance at the Preconstruction Conferences and monthly construction meetings, shop drawing reviews, pay application reviews, periodic site inspections, permit close out, and preparation of Record Drawings will be performed by CGS. Project Goals: provide limited technical assistance to CGS during the construction phase of the project which is limited to developing responses to RFIs submitted by the selected contractor(s). Project Deliverables: provide written responses to RFI’s submitted by the selected contractor(s) FEE SCHEDULE This price includes all labor and expenses to be incurred by AECOM for the completion of these tasks for a Lump Sum amount of nine hundred and thirty four thousand dollars ($934,000,00), with Task 2.4 being based on the number of Level A locates performed, Task 4.2 only being performed if sea grasses are disturbed by construction and Task 6 ($8,000.00) being time and materials. A detailed breakdown is provided below: Task Labor Cost Additional Labor costs Subconsultant Services Revised Fee Estimate 1.0 $46,000.00 $46,000.00 2.0 2.1 $44,000.00 $44,000.00 2.2 0 $5,000.00 $210,000.00 $215,000.00 2.3 $12,000.00 $12,000.00 2.4 0 $174,000.00 $174,000.00 2.5 $35,000.00 $35,000.00 2.6 $21,000.00 $21,000.00 2.7 $62,000.00 $62,000.00 3.0 3.1 $76,000.00 $76,000.00 3.2 $54,000.00 $54,000.00 3.3 $34,000.00 $34,000.00 4.0 4.1 $85,000.00 $85,000.00 4.2 $50,000.00 $50,000.00 5.0 $8,000.00 $8,000.00 6.0* $8,000.00 $8,000.00 7.0 $10,000.00 $10,000.00 $545,000.00 $5,000.00 $384,000.00 $934,000.00 *Time and Materials 1) AECOM Technical Services 2) BGE, Inc. 7650 West Courtney Campbell Cswy 1450 Lake Robbins DriveTampa, FL 33607 Suite 310 The Woodlands, TX 77380 3) CHA Consulting, Inc.4) Chen Moore and Associates 3 Winners Circle 450 Carillon Parkway Albany, NY 12205 Suite 210 St. Petersburg, FL 33716 5) EXP U.S. Services, Inc.6) Kimley-Horn and Associates, Inc.2601 Westhall Lane 200 Central Avenue Maitland, FL 32751 Suite 600 St. Petersburg, FL 33701 7) Magnolia River 8)McKim & Creed 408 Bank Street 551 N Cattlemen Rd #106 Decatur, AL 35601 Sarasota, FL 34232 9)Patrick Engineering 10)RJ Ruiz and Associates, Inc 55 East Monroe St 10101 SW 56 St Suite 3450 Miami, FL 33165Chicago, IL 60603 ADVERTISED: TAMPA BAY TIMES 4/23/2025 POSTED:myclearwater.com 4/22/25-6/4/25 FOR THE CITY OF CLEARWATER Due/Opening: June 4, 2025; 10:00 a.m. Request for Qualifications No. 30-25 Clearwater Beach Gas Pipeline Intercoastal Subaqueous Crossing Consulting Services Solicitation Response Listing June 30, 2025 NOTICE OF INTENT TO AWARD The Selection Committee, in coordination with the Procurement Division, has shortlisted the top five (5) firms for RFQ 30-25, Clearwater Beach Gas Pipeline Intercoastal Subaqueous Crossing Consulting Services. Based on the evaluations, the Committee has recommended an intent to award to the highest-ranked firm, AECOM Technical Services. The top five (5) firms have been ranked in the following order: 1. AECOM Technical Services 2. McKim & Creed 3. Chen Moore and Associates 4. EXP US Services Inc 5. Patrick Engineering Contract negotiations will begin soon with the top ranked firm. Should negotiations fail, the committee will move to the next ranked firm on the list. The negotiated contract is subject to Council’s authorization. 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 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#26-0002 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Gas System Agenda Number: 4.3 SUBJECT/RECOMMENDATION: Ratify and confirm an increase to the Purchase Order with Trillium Transportation Fuels, LLC dba Trillium CNG (Trillium) of Houston TX for the maintenance, remote monitoring, diagnostics, and repair services of the compressed natural gas (CNG) stations in the amount of $15,575.74 bringing the total purchase order amount for year one ending November 30, 2025 to $130,575.74 pursuant to ITB 61-24, and authorize the appropriate officials to execute same. (consent) SUMMARY: Clearwater Gas System Energy (CGS Energy) operates two Compressed Natural Gas (CNG) fueling stations, one located on Hercules Avenue and the other at the Solid Waste Transfer Station on Old Coachman Road. On December 5, 2024, City Council approved a purchase order with Trillium for maintenance, remote monitoring, diagnostics, and repair services for both stations in an annual not-to-exceed (NTE) amount of $115,000.00. The contract term runs through November 30, 2025, with three one-year renewal options. The contract includes a monthly maintenance and monitoring fee of $6,750.00, totaling $81,000.00 annually, along with $34,000.00 allocated for parts and incidental repairs for both stations. During the current contract period ending November 30, 2025, the total expenditure has reached $130,575.74 due to unanticipated repairs and additional service callouts. These increased costs were driven by unplanned station shutdowns, operational disruptions, safety system faults, and required preventive maintenance. Multiple service responses were necessary to address full and partial station shutdowns, fueling interruptions, and recurring compressor-related issues, including motor performance and electrical failures that ultimately required a rebuild of the Hydraulic Intensifier Compressor (HyC) system. Summary of Repair Costs and Service: ·Compressor gas detector replacements: $23,041.87 ·Hydraulic Intensifier Compressor (HyC) rebuild: $6,258.24 ·Consumables (oil, fuses, O-rings): $2,426.80 ·Fueling issue service callouts at pumps: $4,903.15 ·HyC service callouts: $5,310.18 ·Skid A compressor service callouts: $3,581.00 ·Skid B compressor service callouts: $4,054.50 Total repair and service costs: $49,575.74 These repairs were necessary to maintain system reliability, ensure safety compliance, and support uninterrupted fueling operations. As a result, this agenda item requests ratification in the amount of $15,575.74 to fully cover the expenses incurred by CGS Energy for these repairs. USE OF RESERVE FUNDS: Funding is budgeted and available at 3237323-530300-96387 (Natural Gas Vehicle) Page 1 City of Clearwater Printed on 1/9/2026 File Number: ID#26-0002 STRATEGIC PRIORITY: Deliver effective and efficient services by optimizing City Assets and Resources. 1.2, 1.3. Page 2 City of Clearwater Printed on 1/9/2026 File #: ID#24-1468 Version: 1 Name: CNG Stations Maintenance and Remote Monitoring Type: Action Item Status: Consent Agenda File created: 11/13/2024 In control: Gas System On agenda: 12/5/2024 Final action: Title: Authorize a purchase order to Trillium Transportation Fuels, LLC of Houston Texas, to provide electronic monitoring services and preventative maintenance for two Compressed Natural Gas (CNG) fueling stations in the annual not-to- exceed amount of $115,000.00 for the initial term December 1, 2024 through November 30, 2025, with three, one-year renewal options pursuant to ITB 61- 24 and authorize the appropriate officials to execute same. (consent) Attachments: 1. 61-24 CNG Fuel Stations Maintenance & Monitoring (4), 2. 61-24 Bid Tabulation.pdf, 3. ITB 61-24 Response Listing (3).pdf, 4. ITB 61-24_Notice of Intent to Award.pdf, 5. Trillium Response (1)  History (2)  Text SUBJECT/RECOMMENDATION: Title Authorize a purchase order to Trillium Transportation Fuels, LLC of Houston Texas, to provide electronic monitoring services and preventative maintenance for two Compressed Natural Gas (CNG) fueling stations in the annual not-to-exceed amount of $115,000.00 for the initial term December 1, 2024 through November 30, 2025, with three, one-year renewal options pursuant to ITB 61-24 and authorize the appropriate officials to execute same. (consent) Body SUMMARY: On August 30, 2024, Invitation to Bid (ITB) 61-24 for the maintenance and monitoring of CNG Fuel Stations was issued, with notifications sent to five companies likely interested in providing these services. The bid was also posted on the City’s website and the State of Florida’s website. Trillium Transportation Fuels, LLC was the only bidder who met the bid specifications and was deemed responsive and responsible. Trillium has successfully provided these services to Clearwater Gas System (CGS) for several years, demonstrating high-quality performance. CGS is recommending awarding Trillium the contract for maintenance, remote monitoring, diagnosis, and repairs for two CNG stations: one located on Hercules Ave and the other at the transfer station on Old Coachman Rd. The contract details are as follows: Maintenance: $66,000.00 annually  Hercules station maintenance contract: $33,000 annually ($2,750 monthly)  Transfer station maintenance contract: $33,000 annually ($2,750 monthly) Monitoring, Parts & Incidental Repairs: $49,000.00  Remote monitoring for Hercules station: $15,000 annually ($1,250 monthly)  Parts & incidental repairs (for both stations): $34,000 annually APPROPRIATION CODE AND AMOUNT: CGS has budgeted funds available in account code 3237323-530300-96387 STRATEGIC PRIORITY: Deliver effective and efficient services by optimizing City Assets and Resources. 1.2, 1.3 v. 11.2018 Procurement Division 100 S Myrtle Ave 33756-5520 PO Box 4748 33758-4748 Clearwater FL 727-562-4630 INVITATION TO BID #61-24 CNG Fuel Stations Maintenance & Monitoring August 30, 2024 NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Clearwater (City) until 10:00 A.M., Local Time, September 30, 2024, to provide CNG Fuel Stations Maintenance and Monitoring. Brief Description: The City of Clearwater’s Gas System seeks a qualified contractor for a term contract to provide a range of services, including electronic monitoring and notification, as well as preventive maintenance for Compressed Natural Gas Fueling Station(s). Bids must be in accordance with the provisions, specifications and instructions set forth herein and will be received by the Procurement Division until the above noted time, when they will be publicly acknowledged and accepted. Bid packets, any attachments and addenda are available for download at: https://www.myclearwater.com/business/rfp Please read the entire solicitation package and submit the bid in accordance with the instructions. This document (less this invitation and the instructions) and any required response documents, attachments, and submissions will constitute the bid. General, Process or Technical Questions concerning this solicitation should be directed, IN WRITING, to the following Procurement Analyst: Milisa Harris Procurement Analyst Milisa.Harris@myclearwater.com This Invitation to Bid is issued by: Lori Vogel, CPPB Procurement Manager lori.vogel@myclearwater.com INSTRUCTIONS CNG Fuel Stations Maintenance & Monitoring 2 ITB #61-24 i.1 VENDOR QUESTIONS: All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be directed solely to the contact listed on page 1. Questions should be submitted in writing via letter, fax or email. Questions received less than ten (10) calendar days prior to the due date and time may be answered at the discretion of the City. i.2 ADDENDA/CLARIFICATIONS: Any changes to the specifications will be in the form of an addendum. Addenda are posted on the City website no less than seven (7) days prior to the Due Date. Vendors are cautioned to check the Purchasing Website for addenda and clarifications prior to submitting their bid. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a bid. i.3 VENDOR CONFERENCE / SITE VISIT: Yes No Mandatory Attendance: Yes No If so designated above, attendance is mandatory as a condition of submitting a bid. The conference/site visit provides interested parties an opportunity to discuss the City's needs, inspect the site and ask questions. During any site visit you must fully acquaint yourself with the conditions as they exist and the character of the operations to be conducted under the resulting contract. i.4 DUE DATE & TIME FOR SUBMISSION AND OPENING: Date: September 30, 2024 Time: 10:00 A.M. (Local Time) The City will open all bids properly and timely submitted and will record the names and other information specified by law and rule. All bids become the property of the City and will not be returned except in the case of a late submission. Respondent names, as read at the bid opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, bids are available for inspection by contacting the Procurement Division. i.5 BID FIRM TIME: 90 days from Opening Bid shall remain firm and unaltered after opening for the number of days shown above. The City may accept the bid, subject to successful contract negotiations, at any time during this time. i.6 BID SECURITY: Yes No If so designated above, a bid security in the amount specified must be submitted with the bid. The security may be submitted in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, or cashier's check payable to the City of Clearwater (personal or company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. Such bid security shall be forfeited to the City of Clearwater should the bidder selected fail to execute a contract when requested. PERFORMANCE SECURITY: Yes No If required herein, the Contractor, simultaneously with the execution of the Contract, will be required to furnish a performance security. The security may be submitted in one-year increments and in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, cashier's check or money order payable to the City of Clearwater (personal and company checks are not acceptable); INSTRUCTIONS CNG Fuel Stations Maintenance & Monitoring 3 ITB #61-24 certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. If the Contractor fails or refuses to fully comply with the terms and conditions of the contract, the City shall have the right to use all or such part of said security as may be necessary to reimburse the City for loss sustained by reason of such breach. The balance of said security, if any, will be returned to Contractor upon the expiration or termination of the contract. i.7 BID SUBMITTAL TO: It is recommended that bids be submitted electronically through our bids website at https://www.myclearwater.com/business/rfp Bidders may mail or hand-deliver bids to the address below. E-mail or fax submissions will not be accepted. Use label at the end of this solicitation package. City of Clearwater Attn: Procurement Division 100 S Myrtle Ave, 3rd Fl, Clearwater FL 33756-5520 or PO Box 4748, Clearwater FL 33758-4748 No responsibility will attach to the City of Clearwater, its employees or agents for premature opening of a bid that is not properly addressed and identified. i.8 LATE BIDS. The bidder assumes responsibility for having the bid delivered on time at the place specified. All bids received after the date and time specified shall not be considered and will be returned unopened to the bidder. The bidder assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent by mail or by means of personal delivery. You must allow adequate time to accommodate all registration and security screenings at the delivery site. A valid photo I.D. may be required. It shall not be sufficient to show that you mailed or commenced delivery before the due date and time. All times are Clearwater, Florida local times. The bidder agrees to accept the time stamp in the City Procurement Office as the official time. i.9 LOBBYING; LOBBYING NO-CONTACT PERIOD; QUESTIONS REGARDING SOLICITATION. From the time a competitive solicitation is posted until such time as the contract is awarded by the city or the solicitation is cancelled, all bidders, offerors, respondents, including their employees, representatives, and other individuals acting on their behalf, shall be prohibited from lobbying city officers, city employees, and evaluation committee members. Violation of this section may result in rejection/disqualification from award of the contract arising out of the competitive solicitation. All questions regarding the competitive solicitation must be directed to the procurement manager or designee, who will respond in writing and post such response to ensure that all respondents receive the same information during the No-Contact Period. The penalty for violating the No-Contact Period may include suspension or debarment. i.10 COMMENCEMENT OF WORK. If bidder begins any billable work prior to the City’s final approval and execution of the contract, bidder does so at its own risk. i.11 RESPONSIBILITY TO READ AND UNDERSTAND. Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than seven (7) business days in advance of the due date notify the contact on INSTRUCTIONS CNG Fuel Stations Maintenance & Monitoring 4 ITB #61-24 page one (1). The City is not responsible for and will not pay any costs associated with the preparation and submission of the bid. Bidders are cautioned to verify their bids before submission, as amendments to or withdrawal of bids submitted after time specified for opening of bids may not be considered. The City will not be responsible for any bidder errors or omissions. i.12 FORM AND CONTENT OF BIDS. Unless otherwise instructed or allowed, bids shall be submitted on the forms provided. An original and the designated number of copies of each bid are required. Bids, including modifications, must be submitted in ink, typed, or printed form and signed by an authorized representative. Please line through and initial rather than erase changes. If the bid is not properly signed or if any changes are not initialed, it may be considered non-responsive. In the event of a disparity between the unit price and the extended price, the unit price shall prevail unless obviously in error, as determined by the City. The City may require that an electronic copy of the bid be submitted. The bid must provide all information requested and must address all points. The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception, the City may reject the bid. i.13 SPECIFICATIONS. Technical specifications define the minimum acceptable standard. When the specification calls for “Brand Name or Equal,” the brand name product is acceptable. Alternates will be considered upon demonstrating the other product meets stated specifications and is equivalent to the brand product in terms of quality, performance and desired characteristics. Minor differences that do not affect the suitability of the supply or service for the City’s needs may be accepted. Burden of proof that the product meets the minimum standards or is equal to the brand name, product, is on the bidder. The City reserves the right to reject bids that the City deems unacceptable. i.14 MODIFICATION / WITHDRAWAL OF BID. Written requests to modify or withdraw the bid received by the City prior to the scheduled opening time will be accepted and will be corrected after opening. No oral requests will be allowed. Requests must be addressed and labeled in the same manner as the bid and marked as a MODIFICATION or WITHDRAWAL of the bid. Requests for withdrawal after the bid opening will only be granted upon proof of undue hardship and may result in the forfeiture of any bid security. Any withdrawal after the bid opening shall be allowed solely at the City’s discretion. i.15 DEBARMENT DISCLOSURE. If the vendor submitting this bid has been debarred, suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a subcontractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pending, the bidder shall include a letter with its bid identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating the suspension or debarment. i.16 RESERVATIONS. The City reserves the right to reject any or all bids or any part thereof; to rebid the solicitation; to reject non-responsive or non-responsible bids; to reject unbalanced bids; to reject bids where the terms, prices, and/or awards are conditioned upon another event; to reject individual bids for failure to meet any requirement; to award by item, part or portion of an item, group of items, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any bid. The City may seek clarification of the bid from bidder at any time, and failure to respond is cause for rejection. Submission of a bid confers on bidder no right to an award or to a subsequent contract. The City is charged by its Charter to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor the City. No binding contract will exist between the bidder and the City until the City executes a written contract or purchase order. i.17 OFFICIAL SOLICITATION DOCUMENT. Changes to the solicitation document made by a bidder may not be acknowledged or accepted by the City. Award or execution of a contract does not INSTRUCTIONS CNG Fuel Stations Maintenance & Monitoring 5 ITB #61-24 constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be the official solicitation document. i.18 COPYING OF BIDS. Bidder hereby grants the City permission to copy all parts of its bid, including without limitation any documents and/or materials copyrighted by the bidder. The City’s right to copy shall be for internal use in evaluating the proposal. i.19 CONTRACTOR ETHICS. It is the policy of the City to promote courtesy, fairness, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this policy rests with each individual who participates in the Procurement process, including Respondents and Contractors. To achieve the purpose of this Article, it is essential that Respondents and Contractors doing business with the City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards to: a. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct. b. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or Services not provided. c. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract. i.20 GIFTS. The City will accept no gifts, gratuities or advertising products from bidders or prospective bidders and affiliates. The City may request product samples from vendors for product evaluation. i.21 RIGHT TO PROTEST. Pursuant to Section 2.562(3), Clearwater Code of Ordinances, a bidder who submitted a response to a competitive solicitation and was not selected may appeal the decision through the bid protest procedures, a copy of which shall be available in the Procurement Division. A protesting bidder must include a fee of one percent of the amount of the bid or proposed contract to offset the City’s additional expenses related to the protest. This fee shall not exceed $5,000.00 nor be less than $50.00. Full refund will be provided should the protest be upheld. No partial refunds will be made. ADDRESS PROTESTS TO: City of Clearwater – Procurement Division 100 S Myrtle Ave, 3rd Fl Clearwater FL 33756-5520 or PO Box 4748 Clearwater FL 33758-4748 INSTRUCTIONS – EVALUATION CNG Fuel Stations Maintenance & Monitoring 6 ITB #61-24 i.22 EVALUATION PROCESS. Bids will be reviewed by the Procurement Division and representative(s) of the respective department(s). The City staff may or may not initiate discussions with bidders for clarification purposes. Clarification is not an opportunity to change the bid. Bidders shall not initiate discussions with any City employee or official. Respondent is hereby notified that Section 287.05701, Florida Statutes, requires that the City may not request documentation of or consider a vendor's social, political, or ideological interests when determining if the vendor is a responsible vendor. i.23 PRESENTATIONS/INTERVIEWS. The bidder must provide a formal presentation/interview upon request. i.24 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (3) categories of information: responsiveness, responsibility, and price. All bids must meet the following responsiveness and responsibility criteria to be considered further. a) Responsiveness. The City will determine whether the bid complies with the instructions for submitting bids including completeness of bid which encompasses the inclusion of all required attachments and submissions. The City must reject any bids that are submitted late. Failure to meet other requirements may result in rejection. b) Responsibility. The City will determine whether the bidder is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced bids, past performance, references (including those found outside the bid), compliance with applicable laws-including tax laws, bidder's record of performance and integrity - e.g. has the bidder been delinquent or unfaithful to any contract with the City, whether the bidder is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A bidder must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review bidder’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. c) Price. We will then evaluate the bids that have met the requirements above. i.25 COST JUSTIFICATION. In the event only one response is received, the City may require that the bidder submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the bid price is fair and reasonable. i.26 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Bidder must be prepared for the City to accept the bid as submitted. If bidder fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject bid or revoke the award, and may begin negotiations with another bidder. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the bidder and the City until the City executes a written contract or purchase order. i.27 NOTICE OF INTENT TO AWARD. Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the bidder’s responsibility to check the City of Clearwater’s website at https://www.myclearwater.com/business/rfp to view relevant bid information and notices. i.28 BID TIMELINE. Dates are tentative and subject to change. Release ITB: August 30, 2024 Advertise Tampa Bay Times: 09/04/2024 Bids due: 09/30/2024 Review bids: 9/30/24 – 10/11/2024 Award recommendation: October 2024 Council authorization: November 2024 Contract begins: November 2024 STANDARD TERMS AND CONDITIONS CNG Fuel Stations Maintenance & Monitoring 7 ITB #61-24 S.1 DEFINITIONS. Uses of the following terms are interchangeable as referenced: “vendor, contractor, consultant, supplier, proposer, company, persons”, “purchase order, PO, contract, agreement”, “City, Clearwater”, “bid, proposal, response, quote”. S.2 INDEPENDENT CONTRACTOR. It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor’s employees, not City employees. Accordingly, Contractor and Contractor’s employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a retirement system, paid time off or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers’ compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from all such claims. S.3 SUBCONTRACTING. Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. S.4 ASSIGNMENT. This Agreement may not be assigned either in whole or in part without first receiving the City’s written consent. Any attempted assignment, either in whole or in part, without such consent will be null and void and in such event the City will have the right at its option to terminate the Agreement. No granting of consent to any assignment will relieve Contractor from any of its obligations and liabilities under the Agreement. S.5 SUCCESSORS AND ASSIGNS, BINDING EFFECT. This Agreement will be binding upon and inure to the benefit of the parties and their respective permitted successors and assigns. S.6 NO THIRD PARTY BENEFICIARIES. This Agreement is intended for the exclusive benefit of the parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights, or responsibilities in any third parties. S.7 NON- EXCLUSIVITY. The City, in its sole discretion, reserves the right to request the materials or services set forth herein from other sources when deemed necessary and appropriate. No exclusive rights are encompassed through this Agreement. S.8 AMENDMENTS. There will be no oral changes to this Agreement. This Agreement can only be modified in a writing signed by both parties. No charge for extra work or material will be allowed unless approved in writing, in advance, by the City and Contractor. S.9 TIME OF THE ESSENCE. Time is of the essence to the performance of the parties’ obligations under this Agreement. S.10 COMPLIANCE WITH APPLICABLE LAWS. a. General. Contractor must procure all permits and licenses, and pay all charges and fees necessary and incidental to the lawful conduct of business. Contractor must stay fully informed of existing and future federal, state, and local laws, ordinances, executive orders, and regulations that in any manner affect the fulfillment of this Agreement and must comply with the same at its own expense. Contractor bears full responsibility for training, safety, and providing necessary equipment for all Contractor personnel to achieve throughout the term of the Agreement. Upon request, Contractor will demonstrate to the City's satisfaction any programs, procedures, and other activities used to ensure compliance. b. Drug-Free Workplace. Contractor is hereby advised that the City has adopted a policy establishing a drug-free workplace for itself and those doing business with the City to ensure the safety and health of all persons working on City contracts and projects. Contractor will require a drug-free workplace for all Contractor personnel working under this Agreement. STANDARD TERMS AND CONDITIONS CNG Fuel Stations Maintenance & Monitoring 8 ITB #61-24 Specifically, all Contractor personnel who are working under this Agreement must be notified in writing by Contractor that they are prohibited from the manufacture, distribution, dispensation, possession, or unlawful use of a controlled substance in the workplace. Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel and will ensure that Contractor personnel do not use or possess illegal drugs while in the course of performing their duties. c. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration Reform and Control Act of 1986 (IRCA) in performance under this Agreement and to permit the City and its agents to inspect applicable personnel records to verify such compliance as permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all Contractor personnel have a legal right to live and work in the United States. (i) As applicable to Contractor, under this provision, Contractor hereby warrants to the City that Contractor and each of its subcontractors will comply with, and are contractually obligated to comply with, all federal immigration laws and regulations that relate to their employees (hereinafter “Contractor Immigration Warranty”). (ii) A breach of the Contractor Immigration Warranty will constitute as a material breach of this Agreement and will subject Contractor to penalties up to and including termination of this Agreement at the sole discretion of the City. (iii) The City retains the legal right to inspect the papers of all Contractor personnel who provide services under this Agreement to ensure that Contractor or its subcontractors are complying with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. (iv) The City may, at its sole discretion, conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any random verification performed. (v) Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 274B of the Federal Immigration and Nationality Act. d. Nondiscrimination. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor’s personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. S.11 SALES/USE TAX, OTHER TAXES. Contractor is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Contractor’s services under this Agreement, including by way of illustration but not limitation, federal and state income tax, Social Security tax, unemployment insurance taxes, and any other taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of the City or should otherwise claim the City is liable for the payment of taxes that are Contractor’s responsibility under this Agreement, Contractor will indemnify the City for any tax liability, interest, and penalties imposed upon the City. The City is exempt from paying state and local sales/use taxes and certain federal excise taxes and will furnish an exemption certificate upon request. STANDARD TERMS AND CONDITIONS CNG Fuel Stations Maintenance & Monitoring 9 ITB #61-24 S.12 AMOUNTS DUE THE CITY. Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. S.13 PUBLIC RECORDS. In addition to all other contract requirements as provided by law, the Contractor executing this Agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, Rosemarie Call, Phone: 727-444-7151 or Email: Rosemarie.Call@myclearwater.com, 600 Cleveland Street, Suite 600, Clearwater, FL 33755. The Contractor agrees to comply with the following: a) Keep and maintain public records required by the City of Clearwater (hereinafter “public agency” in this section) to perform the service being provided by the contractor hereunder. b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c) Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. d) Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. e) A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. f) The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. g) A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. h) If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: STANDARD TERMS AND CONDITIONS CNG Fuel Stations Maintenance & Monitoring 10 ITB #61-24 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 2. At least eight (8) business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. i) A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public records and to the contractor at the contractor’s address listed on its contract with the public agency or to the contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. A Contractor who complies with a public records request within eight (8) business days after the notice is sent is not liable for the reasonable costs of enforcement. S.14 AUDITS AND RECORDS. Contractor must preserve the records related to this Agreement for five (5) years after completion of the Agreement. The City or its authorized agent reserves the right to inspect any records related to the performance of work specified herein. In addition, the City may inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the Agreement. Contractor will permit such inspections and audits during normal business hours and upon reasonable notice by the City. The audit of records may occur at Contractor’s place of business or at City offices, as determined by the City. S.15 BACKGROUND CHECK. The City may conduct criminal, driver history, and all other requested background checks of Contractor personnel who would perform services under the Agreement or who will have access to the City’s information, data, or facilities in accordance with the City’s current background check policies. Any officer, employee, or agent that fails the background check must be replaced immediately for any reasonable cause not prohibited by law. S.16 SECURITY CLEARANCE AND REMOVAL OF CONTRACTOR PERSONNEL. The City will have final authority, based on security reasons: (i) to determine when security clearance of Contractor personnel is required; (ii) to determine the nature of the security clearance, up to and including fingerprinting Contractor personnel; and (iii) to determine whether or not any individual or entity may provide services under this Agreement. If the City objects to any Contractor personnel for any reasonable cause not prohibited by law, then Contractor will, upon notice from the City, remove any such individual from performance of services under this Agreement. S.17 DEFAULT. a. A party will be in default if that party: (i) is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects Contractor’s capability to perform under the Agreement; (ii) is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar days; (iii) conducts business in an unethical manner or in an illegal manner; or (iv) fails to carry out any term, promise, or condition of the Agreement. b. Contractor will be in default of this Agreement if Contractor is debarred or suspended in accordance with the Clearwater Code of Ordinances Section 2.565 or if Contractor is debarred or suspended by another governmental entity. c. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably STANDARD TERMS AND CONDITIONS CNG Fuel Stations Maintenance & Monitoring 11 ITB #61-24 calculated to provide notice of the nature and extent of such default. Failure of the non-defaulting party to provide notice of the default does not waive any rights under the Agreement. d. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor’s intent or ability to perform, the City may demand that Contractor give a written assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. S.18 REMEDIES. The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: a. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. b. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and costs. c. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. d. Neither party will be liable for incidental, special, or consequential damages. S.19 CONTINUATION DURING DISPUTES. Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. S.20 TERMINATION FOR CONVENIENCE. The City reserves the right to terminate this Agreement at its convenience, in part or in whole, upon thirty (30) calendar days’ written notice. S.21 TERMINATION FOR CONFLICT OF INTEREST. The City may cancel this Agreement after its execution, without penalty or further obligation, if any person significantly involved in initiating, securing, drafting, or creating the Agreement for the City becomes an employee or agent of Contractor. S.22 TERMINATION FOR NON-APPROPRIATION AND MODIFICATION FOR BUDGETARY CONSTRAINT. The City is a governmental agency which relies upon the appropriation of funds by its governing body to satisfy its obligations. If the City reasonably determines, in its sole discretion, that it does not have funds to meet its obligations under this Agreement, the City will have the right to terminate the Agreement without penalty on the last day of the fiscal period for which funds were legally available. In the event of such termination, the City agrees to provide written notice of its intent to terminate thirty (30) calendar days prior to the stated termination date. S.23 PAYMENT TO CONTRACTOR UPON TERMINATION. Upon termination of this Agreement, Contractor will be entitled only to payment for those services performed up to the date of termination, and any authorized expenses already incurred up to such date of termination. The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractor’s properly prepared final invoice. STANDARD TERMS AND CONDITIONS CNG Fuel Stations Maintenance & Monitoring 12 ITB #61-24 S.24 NON-WAIVER OF RIGHTS. There will be no waiver of any provision of this Agreement unless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the Agreement and will not be deemed a waiver of any such rights or remedies. S.25 INDEMNIFICATION/LIABILITY. a. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs, attorneys’, witnesses’, and expert witnesses’ fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel’s failure to comply with or fulfill the obligations established by this Agreement. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. b. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. c. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. d. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. S.26 WARRANTY. Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like, and professional manner. The City’s acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City’s reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will be free of defects in materials and workmanship, will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. S.27 CITY’S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will do nothing to prejudice the City’s right to recover against third parties for any loss, destruction, or damage to City property, and will at the City’s request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. S.28 NO GUARANTEE OF WORK. Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. S.29 OWNERSHIP. All deliverables, services, and information provided by Contractor or the City pursuant to this Agreement (whether electronically or manually generated) including without limitation, reports, test plans, and survey results, graphics, and technical tables, originally prepared STANDARD TERMS AND CONDITIONS CNG Fuel Stations Maintenance & Monitoring 13 ITB #61-24 in the performance of this Agreement, are the property of the City and will not be used or released by Contractor or any other person except with prior written permission by the City. S.30 USE OF NAME. Contractor will not use the name of the City of Clearwater in any advertising or publicity without obtaining the prior written consent of the City. S.31 FOB DESTINATION FREIGHT PREPAID AND ALLOWED. All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. S.32 RISK OF LOSS. Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss, injury, or destruction will not release Contractor from any obligation hereunder. S.33 SAFEGUARDING CITY PROPERTY. Contractor will be responsible for any damage to City real property or damage or loss of City personal property when such property is the responsibility of or in the custody of Contractor or its employees. S.34 WARRANTY OF RIGHTS. Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble, or hindrance from Contractor or third parties. S.35 PROPRIETARY RIGHTS INDEMNIFICATION. Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret, or other intellectual property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action, or pay any settlement of such action or claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final judgment is obtained against the City’s use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense and without limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage, from the time of installation acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. S.36 CONTRACT ADMINISTRATION. This Agreement will be administered by the Purchasing Administrator and/or an authorized representative from the using department. All questions regarding this Agreement will be referred to the administrator for resolution. Supplements may be written to this Agreement for the addition or deletion of services. Payment will be negotiated and determined by the contract administrator(s). S.37 FORCE MAJEURE. Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. STANDARD TERMS AND CONDITIONS CNG Fuel Stations Maintenance & Monitoring 14 ITB #61-24 S.38 COOPERATIVE USE OF CONTRACT. This Agreement may be extended for use by other municipalities, counties, school districts, and government agencies with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. S.39 FUEL CHARGES AND PRICE INCREASES. No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City’s Procurement Division. S.40 NOTICES. All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid; (iii) sent via electronic mail; (iv) sent via overnight courier; or (v) sent via facsimile. If provided by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or registered mail, receipt will be deemed effective three (3) calendar days after being deposited in the United States mail. If sent via electronic mail, overnight courier, or facsimile, receipt will be deemed effective two (2) calendar days after the sending thereof. S.41 GOVERNING LAW, VENUE. This Agreement is governed by the laws of the State of Florida. The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Pinellas County, Florida. S.42 INTEGRATION CLAUSE. This Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. S.43 PROVISIONS REQUIRED BY LAW. Any provision required by law to be in this Agreement is a part of this Agreement as if fully stated in it. S.44 SEVERABILITY. If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or unenforceability. S.45 SURVIVING PROVISIONS. Notwithstanding any completion, termination, or other expiration of this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth rights and obligations that extend beyond completion, termination, or other expiration of this Agreement, will survive and remain in full force and effect. Except as specifically provided in this Agreement, completion, termination, or other expiration of this Agreement will not release any party from any liability or obligation arising prior to the date of termination. DETAILED SPECIFICATIONS CNG Fuel Stations Maintenance & Monitoring 15 ITB #61-24 1. INTRODUCTION. The City of Clearwater (City) is a coastal community on Florida's West Coast and the third-largest city in the Tampa Bay area with a population of approximately 118,904 residents. Clearwater Beach, a renowned international destination in Pinellas County, attracts millions of tourists annually and most recently received the prestigious TripAdvisor Traveler’s Choice Award for 2024. It consistently ranks among the top vacation spots in both national and international publications, offering year-round attractions such as pristine "sugar sand" beaches, diverse dining options, and venues like the Philadelphia Phillies Spring Training and Clearwater Threshers Minor League Baseball. The acclaimed Clearwater Marine Aquarium, nationally recognized for its innovative work in marine rescue, rehabilitation, and release, remains a major draw for visitors. The City of Clearwater is committed to advancing sustainability through eco-friendly initiatives that enhance our economy, safeguard our environment, and fortify our community. 2. BACKGROUND. City of Clearwater’s Gas System manages two (2) Compressed Natural Gas (CNG) fueling stations in Clearwater, Florida. The primary station, Clearwater Gas CNG Station, open to the public, serves as the city’s main fueling site. The second station, located at the City of Clearwater’s Solid Waste Transfer Station, is designated specifically for fueling City CNG transfer trucks. Refer to Exhibit A – Clearwater Compressed Natural Gas Station Locations. Site locations: Clearwater Gas CNG Station City of Clearwater Solid Waste Transfer Station 1020 N Hercules Ave 1005 Old Coachman Rd Clearwater, FL 33765 Clearwater, FL 33765 3. SCOPE OF WORK. The City of Clearwater Gas System (CGS) is seeking responses from qualified Contractor(s) to provide a range of services, including electronic monitoring and notification, as well as preventive maintenance (PM) for CNG Fueling Stations. The services shall encompass the listed items, covering all parts and labor required for any necessary repairs. The components outlined below provide a general guide for the expected monthly preventative maintenance coverage for each item. Contractors should follow the manufacturer's recommended monthly maintenance and adhere to industry best practices for all equipment and related auxiliary systems. Compressors (ANGI)  Start all compressors if possible and check all pressure and start/stop settings and adjust as appropriate.  Check for fault codes, alarms and record  Inspect skid and enclosure for damage, corrosion, leaks and priority panel operation  Verify gas inlet valve and compressor inlet valves close upon ESD activation  Inspect HMI for proper function (i.e. display, contrast, function, etc.)  Check oil levels as well as the day tank and fill as needed  Check operating pressure and temperatures  Visually inspect PRV’s for blockage and operation  Check for unusual noises or vibrations  Record all operating conditions  Drain all filters  Check methane detectors/fan or system  Inspect compressor hold down and shims for proper torque  Drain Receiver tank  Visually inspect and snoop all piping, tubing and hoses for leaks, abrasion or vibration DETAILED SPECIFICATIONS CNG Fuel Stations Maintenance & Monitoring 16 ITB #61-24 Dryer  Check for alarms and notifications  Verify that the dew point reading is within tolerance  Check filter differential pressure while running  Check for gas leaks  Check for Damage  Check filters for Condensate  Visually Inspect PRV’s  Take dryer logs (dew Point, pressure reading)  Visually inspect and snoop all piping Priority Panel and Gas Storage Inspection  Check fault logs and active faults  Visually inspect Pressure Relief Valve (PRV)’s and vent stack  Visually inspect and snoop all piping, tubing and hoses for leaks, abrasion or vibration  Inspect storage vessel(s) for signs of damage/rust Fast Fill Inspection  Visually inspect and snoop all piping, tubing and hoses for leaks, abrasion  Inspect hoses, nozzles, valves, and breakaways for leaks or damage  Observe operation of fill posts Site Inspection  Test Emergency Shutdown (ESD) system  Check area lighting  Complete maintenance documentation  Review findings with designated onsite personnel No work shall be performed without prior approval from a City-designated representative. The City shall not be obligated to pay for any work that is not approved in advance. 4. CONTRACTOR RESPONSIBILITY. Contractors shall, at minimum, meet the following requirements: A. Be equipped with a laptop PC with modem or Wi-Fi connectivity to remotely access the compressor control panel. B. Respond to service calls within two (2) hours, twenty-four (24) hours a day, seven (7) days a week. Contractor shall provide a list of personnel assigned to the City no later than thirty (30) days after an Intent to Award has been issued. C. Provide remote monitoring of compressor health and operations, diagnose maintenance or operational issues, and resolve fault codes (when possible) for the Hercules CNG station only. D. Test and verify system functionality after completing any repair or maintenance work before leaving the site. The contractor shall maintain standard consumables as part of the routine monthly maintenance service. E. Generate a monthly report detailing maintenance and repairs (if any) performed and submit it to CGS within one (1) week of completion. F. Monitor and inform the City of upcoming service intervals, though this work is not included in routine maintenance services. DETAILED SPECIFICATIONS CNG Fuel Stations Maintenance & Monitoring 17 ITB #61-24 G. The Contractor’s technician shall physically visit and inspect the facilities weekly for the purpose of checking on the status of the station equipment and making necessary or appropriate adjustments to the equipment. H. Ensure that all personnel be required to wear company issued uniform with identification, use the appropriate Personal Protective Equipment (PPE), and adhere to all company and Occupational Safety and Health Administration (OSHA) safety standards. 5. EQUIPMENT/VEHICLES. A. All equipment and vehicles shall be in optimal operating condition, free of oil and fluid leaks, and properly maintained to ensure the safety of City residents, City personnel, and Contractor personnel. B. All vehicles used under this contract shall prominently display the company name, logo, and telephone number on both sides. Vehicles shall be clean, well-maintained, painted to present a neat, professional appearance, and free of any leaking fluids. 6. CITY’S RESPONSIBILITY. The City shall, at minimum, meet the following responsibilities: A. The City shall designate a CGS Representative to oversee the administration of the Contract. B. CGS Representative shall assist with planning, strategy, and setting objectives before work begins. C. CGS Representative shall respond promptly to issues and inquiries to avoid delays in the progress, completion, or compensation of the work. D. Upon award, City shall provide a method for technicians to access the fueling stations twenty-four (24) hours a day, seven (7) days a week. 7. PRICING. The pricing for monthly preventive maintenance shall be all-inclusive, covering labor, equipment, materials, tools, incidentals, and any other related services or charges necessary to complete the work outlined in this solicitation. No additional charges shall be accepted for equipment transport, fuel, fuel surcharges, disposal fees/increases, travel time, wait time, labor, insurance charges/increases, or any other unlisted fees. Any other maintenance work, such as the replacement of wear-and-tear items (e.g., valves, gaskets, etc.), outside of the preventive maintenance pricing, shall be billed at the rate agreed upon and listed in the BID PRICING section on page 22 of the solicitation. 8. MINIMUM QUALIFICATIONS. Contractors shall have a minimum of three (3) years’ experience to service ANGI CNG Fueling equipment. 9. REFERENCES. Contractors shall provide with bid submittal a minimum of (3) references in which similar services have been provided in the last three (3) years for CNG fueling facilities, including CNG compressors, natural gas dryers, CNG dispensers, and PLC-based equipment controllers is required. 10. INSURANCE REQUIREMENTS. The Vendor shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better. In addition, the City has the right to review the Contractor’s deductible or self-insured retention and to require that it be reduced or eliminated. DETAILED SPECIFICATIONS CNG Fuel Stations Maintenance & Monitoring 18 ITB #61-24 Specifically the Vendor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the termination or expiration of this Agreement: a. Commercial General Liability Insurance coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. b. Commercial Automobile Liability Insurance coverage for any owned, non-owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. c. Professional Liability/Malpractice/Errors or Omissions Insurance coverage appropriate for the type of business engaged in by the Respondent with minimum limits of $2,000,000 (two million dollars) per occurrence. If a claims made form of coverage is provided, the retroactive date of coverage shall be no later than the inception date of claims made coverage, unless the prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (SERP) of as great a duration as available, and with no less coverage and with reinstated aggregate limits, or by requiring that any new policy provide a retroactive date no later than the inception date of claims made coverage. d. Unless waived by the State of Florida and proof of waiver is provided to the City, statutory Workers’ Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer’s Liability Insurance in the minimum amount of $1,000,000 (one million dollars) each employee each accident, $1,000,000 (one million dollars) each employee by disease, and $1,000,000 (one million dollars) disease policy limit. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. e. Pollution Liability Insurance coverage, which covers any and all losses caused by pollution conditions (including sudden and non-sudden pollution conditions) arising from the servicing and operations of Vendor (and any subcontractors, representatives, or agents) involved in the work/transport, in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. WAIVER OF SUBROGATION – With regard to any policy of insurance that would pay third party losses, Firm hereby grants City a waiver of any right to subrogation which any insurer of Firm may acquire against the City by virtue of the payment of any loss under such insurance. Firm agrees to obtain any endorsement that may be necessary to affect such waiver, but this provision shall apply to such policies regardless. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. Other Insurance Provisions. a. Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Vendor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set DETAILED SPECIFICATIONS CNG Fuel Stations Maintenance & Monitoring 19 ITB #61-24 forth above and naming the City as an “Additional Insured” on the Commercial General Liability Insurance and the Commercial Automobile Liability Insurance. In addition when requested in writing from the City, Vendor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Procurement Division, ITB #61-24 P.O. Box 4748 Clearwater, FL 33758-4748 b. Vendor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. c. Vendor’s insurance as outlined above shall be primary and non-contributory coverage for Vendor’s negligence. d. Vendor reserves the right to appoint legal counsel to provide for the Vendor’s defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Vendor’s design, equipment, or service. Vendor agrees that the City shall not be liable to reimburse Vendor for any legal fees or costs as a result of Vendor providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and City’s failure to request evidence of this insurance shall not be construed as a waiver of Vendor’s (or any contractors’, subcontractors’, representatives’ or agents’) obligation to provide the insurance coverage specified. MILESTONES CNG Fuel Stations Maintenance & Monitoring 20 ITB #61-24 1. BEGINNING AND END DATE OF INITIAL TERM. November 2024 – October 2025 If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 2. EXTENSION. The City reserves the right to extend the term of this contract, provided however, that the City shall give written notice of its intentions to extend this contract no later than thirty (30) days prior to the expiration date of the contract. 3. RENEWAL. At the end of the initial term of this contract, the City may initiate renewal(s) as provided. The decision to renew a contract rest solely with the City. The City will give written notice of its intention to renew the contract no later than thirty (30) days prior to the expiration. Three (3), One (1) year renewal possible at the City’s option. 4. PRICES. All pricing shall be firm for the initial term of one (1) year, except where otherwise provided by the specifications, and include all transportation, insurance and warranty costs. The City shall not be invoiced at prices higher than those stated in any contract resulting from this bid. The Contractor certifies that the prices offered are no higher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions. The Contractor further agrees that any reductions in the price of the goods or services covered by this bid and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. During the sixty (60) day period prior to each annual anniversary of the contract effective date, the Contractor may submit a written request that the City increase the prices and such adjustment will be considered and approval for such will not exceed the percentage change in the US Department of Labor Consumer Price Index (CPI-U) for All Urban Consumers, All Items, Tampa-St. Petersburg-Clearwater, FL. (https://www.bls.gov/cpi/home.htm) The City shall review the request for adjustment and respond in writing; such response and approval shall not be unreasonably withheld. At the end of the initial term, pricing may be adjusted for amounts other than inflation based on mutual agreement of the parties after review of appropriate documentation. Renewal prices shall be firm for at least one year and may be adjusted thereafter as outlined in the previous paragraph. No fuel surcharges will be accepted. BID SUBMISSION CNG Fuel Stations Maintenance & Monitoring 21 ITB #61-24 1. BID SUBMISSION. It is recommended that bids be submitted electronically through our bids website at https://www.myclearwater.com/business/rfp For bids mailed and/or hand-delivered, bidder must submit one (1) signed original bid and one (1) electronic format on a CD or Thumb Drive, in a sealed container using label provided at the end of this solicitation. 2. BIDDER RESPONSE CHECKLIST. This checklist is provided for your convenience. It is not necessary to return a copy of this solicitation’s Instructions, Terms and Conditions, or Detailed Specifications with your bid response. Only submit the requested forms and any other requested or descriptive literature. Original and proper number of copies with electronic format (if requested) Bid container properly labeled Bid pricing form Exceptions/Additional Materials/Addenda form Vendor Information form Scrutinized Companies form(s) as required E-Verify Eligibility form as required Offer Certification form Minimum of three customer (3) references – match requirements W-9 Form to be provided by Bidder (http://www.irs.gov/pub/irs-pdf/fw9.pdf) BID PRICING CNG Fuel Stations Maintenance & Monitoring 22 ITB #61-24 Pursuant to the contract specifications enumerated and described in this solicitation, we agree to furnish CNG Monthly Preventative Maintenance to the City of Clearwater at the price(s) stated below. Item No. Description Quantity Unit Price Per Unit LINE SUBTOTAL 1 Monthly Preventative Maintenance (Hercules Station) 1 Month $ $ 2 Monthly Preventative Maintenance (Solid Waste Transfer Station) 1 Month $ $ 3 Remote Monitoring (Hercules Filling Station only) 1 Month $ $ 4 Base Labor Pricing (8 am to 5 pm) - Per Mechanic 1 Hour $ $ 5 After Hours & Weekends/ Holidays - Per Mechanic 1 Hour $ $ 6 Non-Ariel Parts, Oil and Consumables N/A Cost + % $ $ 7 Ariel Compressor Parts N/A Cost + % $ $ 8 Travel Time (Business Hours 8 am to 5 pm) 1 Hour $ $ 9 Travel Time (After Hours/Weekends/Holiday) 1 Hour $ $ 10 Travel Mileage 1 Mile $ $ 11 Waste Disposal Fees N/A Cost + % $ $ TOTAL $ *Please note any minimum billing requirements DELIVERY REQUIREMENTS FOB: Destination, Freight Prepaid and Allowed Freight Costs: Unit prices should include all freight and transportation charges PAYMENT TERMS: • City of Clearwater’s standard payment terms are NET30 Vendor: _________________________________________ Date: _______________________________ EXCEPTIONS/ADDITIONAL MATERIALS/ADDENDA CNG Fuel Stations Maintenance & Monitoring 23 ITB #61-24 Bidders shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Exceptions (mark one): Note – Any material exceptions taken to the City’s Standard Terms and Conditions will render a Bid Non-responsive. No exceptions Exceptions taken (describe--attach additional pages if needed) Additional Materials submitted (mark one): No additional materials have been included with this bid Additional Materials attached (describe--attach additional pages if needed) Addenda Bidders are responsible for verifying receipt of any addenda issued by checking the City’s website at http://www.myclearwater.com/business/bid-information/ prior to the bid opening. Failure to acknowledge any addenda issued may result in a response being deemed non-responsive. Acknowledgement of Receipt of Addenda (initial for each addenda received, if applicable): Addenda Number Initial to acknowledge receipt Vendor Name: Date: ____ VENDOR INFORMATION CNG Fuel Stations Maintenance & Monitoring 24 ITB #61-24 Company Legal/Corporate Name: Doing Business As (if different than above): Address: City: State: Zip: - Phone: Fax: E-Mail Address: Website: DUNS # Remit to Address (if different than above): Order from Address (if different from above): Address: Address: City: State: Zip: City: State: Zip: Contact for Questions about this bid: Name: Fax: Phone: E-Mail Address: Day-to-Day Project Contact (if awarded): Name: Fax: Phone: E-Mail Address: Certified Small Business Certifying Agency: Certified Minority, Woman or Disadvantaged Business Enterprise Certifying Agency: Provide supporting documentation for your certification, if applicable. SCRUTINIZED COMPANIES FORM CNG Fuel Stations Maintenance & Monitoring 25 ITB #61-24 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 3. “Boycott Israel” or “boycott of Israel” means refusing to deal, terminating business activities, or taking other actions to limit commercial relations with Israel, or persons or entities doing business in Israel or in Israeli-controlled territories, in a discriminatory manner. A statement by a company that it is participating in a boycott of Israel, or that it has initiated a boycott in response to a request for a boycott of Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may be considered as evidence that a company is participating in a boycott of Israel; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by ______________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. ______________________________________ Notary Public ____________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE SCRUTINIZED COMPANIES FORM CNG Fuel Stations Maintenance & Monitoring 26 ITB #61-24 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM IF YOUR BID/PROPOSAL IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria; and 3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _______________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. _______________________________________ Notary Public ____________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE E-VERIFY ELIGIBILITY FORM CNG Fuel Stations Maintenance & Monitoring 27 ITB #61-24 VERIFICATION OF EMPLOYMENT ELIGIBILITY FORM PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. 2. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. 3. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. 4. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. 5. The Contractor must maintain a copy of such affidavit. 6. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). 7. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. 8. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _______________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. ____________________________________ Notary Public ____________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE OFFER CERTIFICATION CNG Fuel Stations Maintenance & Monitoring 28 ITB #61-24 By signing and submitting this Bid/Proposal/Qualification/Response, the Vendor certifies that: a) It is under no legal prohibition on contracting with the City of Clearwater. b) It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. c) It has no known, undisclosed conflicts of interest. d) The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. e) No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. f) It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. g) It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. h) It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. i) It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. j) It is current in all obligations due to the City. k) It will accept all terms and conditions as set forth in this solicitation if awarded by the City. l) The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. ACCEPTED AND AGREED TO: Company Name: Signature: Printed Name: Title: Date: REFERENCES CNG Fuel Stations Maintenance & Monitoring 29 ITB #61-24 Instructions: Contractors shall provide with bid submittal a minimum of (3) references in which similar services have been provided in the last three (3) years for CNG fueling facilities, including CNG compressors, natural gas dryers, CNG dispensers, and PLC-based equipment controllers. Complete and return with bid submittal. Reference letters are highly encouraged and should accompany this form. Reference # 1 Project Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Notes: Reference # 2 Project Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Notes: Reference # 3 Project Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Notes: Vendor Name: Date: MAILING LABEL CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER CNG Fuel Stations Maintenance & Monitoring 30 ITB #61-24 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED BID Submitted by: Company Name: Address: City, State, Zip: ITB #61-24, CNG Fuel Stations Maintenance & Monitoring Due Date: September 30, 2024, at 10:00 A.M. City of Clearwater Attn: Procurement PO Box 4748 Clearwater FL 33758-4748 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ SEALED BID Submitted by: Company Name: Address: City, State, Zip: ITB #61-24, CNG Fuel Stations Maintenance & Monitoring Due Date: September 30, 2024, at 10:00 A.M. ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ City of Clearwater Attn: Procurement 100 S Myrtle Ave 3rd Fl Clearwater FL 33756-5520 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0011 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 5.1 SUBJECT/RECOMMENDATION: Approve a Purchase Order to Bayside Dredging LLC of Clearwater, FL, for inspection and dredging services at stormwater locations throughout the City in the annual not-to-exceed amount of $750,000.00 for an initial one-year term, with one, one-year renewal option on a unit price basis, pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c), Piggyback and authorize the appropriate officials to execute same. (consent) SUMMARY: The City’s stormwater ponds and creeks are critical components of the stormwater management system, designed to reduce flooding risks for residential neighborhoods, commercial properties, and public infrastructure. Recent hurricanes and increases in the frequency, intensity, and duration of rainfall events in Pinellas County have placed additional strain on these systems, underscoring the need for proactive maintenance. Unlike potable water and wastewater systems, stormwater is conveyed both above ground-via gutters, ditches, and swales-and below ground through culverts and pipes. Over time, sediment accumulates in locations such as detention and retention basins, ponds, and creeks, reducing their capacity and effectiveness. Periodic dredging is necessary to restore proper flow and function. Bayside Dredging LLC, a Clearwater-based contractor, has technical expertise, equipment, and experience to perform engineered dredging and related services. Under this contract, Bayside Dredging will provide proposals based on competitively bid unit prices for maintenance dredging at sediment traps, weirs, detention ponds, and other areas of sediment accumulation. Additional services include: ·Removal of fallen trees and debris ·Clearing of drainage swales ·Limited creek bank stabilization ·Removal of alluvial fans to improve flow and capacity This work will be performed under a piggyback arrangement utilizing the following competitively bid contracts: ·City of Tampa, FL - Bid #101100422: Outfall Maintenance Services (valid through December 14, 2023, with four one-year renewal options through December 14, 2027) - for alluvial fan (sediment) removal, waste/vegetation removal and mangrove trimming. ·City of Lighthouse Point, FL - RFP No. 2023-008: Municipal Dredging Services (valid through September 10, 2028, with three, one-year renewal options through September 10, 2031) - for dredging. These are unit price contracts, not to exceed a combined total of $750,000.00 annually, with an anticipated start date in January 2026. Public Works will ensure the best piggyback contract option is selected for the requested services. Page 1 City of Clearwater Printed on 1/9/2026 File Number: ID#25-0011 As the program is further developed, future budgets will include funding to complete this scope of work annually in Public Work’s citywide stormwater maintenance program. APPROPRIATION CODE AND AMOUNT: ENST180001-CONS-MATRLS $750,000.00. Funds are available in Capital Improvement Project 319-ENST180001, Storm System Improvements, funded by revenues from the Stormwater Utility Enterprise Fund. STRATEGIC PRIORITY: 1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. Page 2 City of Clearwater Printed on 1/9/2026 PURCHASING/MSB/EE/AR RESOLUTION NO.2025 - A RESOLUTION OF THE CITY OF TAMPA,FLORIDA,APPROVING THE RENEWAL OF THE AGREEMENT BETWEEN THE CITY OF TAMPA AND BAYSIDE DREDGING LLC, WITHOUT A PRICE ESCALATION,FOR THE FURNISHING OF OUTFALL MAINTENANCE SERVICES IN THE ESTIMATED AMOUNT OF $900,000 FOR USE BY THE MOBILITY DEPARTMENT;AUTHORIZING THE MAYOR TO EXECUTE SAID RENEWAL TO THE AGREEMENT;PROVIDING AN EFFECTIVE DATE. WHEREAS,pursuant to the authority contained in Resolution No.2022-1127,passed and adopted by City Council on December 15,2022,the City of Tampa and Bayside Dredging LLC entered into an Agreement with Bayside Dredging LLC for the furnishing of Outfall Maintenance Services for the Mobility Department's use;and WHEREAS,pursuant to the authority contained in Resolution No.2023-1126,passed and adopted by City Council on October 19,2023,the period of the Agreement was extended for a one-year period;and WHEREAS,pursuant to the authority contained in Resolution No.2024-815,passed and adopted by City Council on September 5,2024,the City of Tampa and Bayside Dredging LLC entered into a First Amendment to the Agreement to renew the Agreement for a one- year period with the option for two one-year renewals and to modify Bayside Dredging LLCs process for entering private property;and WHEREAS,the City of Tampa and Bayside Dredging LLC desire to renew the Agreement,without an escalation in price,for a one-year period commencing at 12:01 a.m.,December 15, 2025,and expiring at 12:00 a.m.,December 14,2026. NOW,THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF TAMPA,FLORIDA: Section 1.This Resolution renews the Agreement between the City of Tampa and Bayside Dredging LLC for the furnishing of Outfall Maintenance Services and providesestimatedamountof$900,000 over a twelve-month period,subject to annual appropriation,for the Mobility Department's use within the Stormwater Service Assessment Fund. an Section 2. things necessary and proper in order to carry out and make effective the provisions of this Resolution,which shall take effect immediately upon its adoption. That the proper officers of the City of Tampa are authorized to do all PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF TAMPA,FLORIDA,01^'OCT 0 9 2025 ●/ CHAIR/CHAIR PRO-TEM TAMPA CITY COUNCIL ATTEST: APPROVED AS TO FORM: e/s BY MEGAN BIRNHOLZ-COUTURE ASSISTANT CITY ATTORNEY 913.77 Page 2 of 2 /● ✓- ●N ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTRINSDWVD PRODUCER CONTACTNAME:FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION$ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A(Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement onthis certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 8/11/2025 (727) 258-5774 Bayside Dredging LLC12924 49th Street N. Clearwater, FL 33762 03463 20362 36897 34452 A 1,000,000 X X H0877660-03 8/12/2025 8/12/2026 100,000 10,000 1,000,000 2,000,000 2,000,000 1,000,000B X X AQ1YFL002855-03 8/12/2025 8/12/2026 2,000,000C X X EX0124811-02 8/12/2025 8/12/2026 2,000,000 25,000 D X 202401-14-06-26-5Y 8/12/2025 8/12/2026 1,000,000N1,000,000 1,000,000 E Work Comp USL&H X ALMA-081122-022457-04 8/12/2025 each accident 1,000,000 F Pollution Liability X X 7930120890004 8/12/2025 8/12/2026 Aggregate/Occurence 1,000,000 When required by written contract, the certificate holder is listed as additional insured, on a primary non-contributory basis, with regard to the General Liability and Pollution policies and is included as an additional insured on the Auto policy. A waiver of Subrogation applies on the Marine Package Policy(General Liability/Hull/P&I), Auto, Pollution, Workers Compensation, and USL&H policies. Excess policy is follow form. 30 Day Notice of Cancellation applies; 10 days for non-payment of premium. USL&H Workers Compensation coverage detail:Employers Liability: SEE ATTACHED ACORD 101 City of Clearwater Attn: Procurement Department P.O. Box 4748 Clearwater, FL 33758 BAYSDRE-01 DASBURY Construction Casualty Insurance, LLC3637 4th Street NorthSuite 310Saint Petersburg, FL 33704 Certificates certs@cci-ins.com Continental Casualty Insurance Company Clear Blue Insurance Company Mitsui Sumitomo Insurance Company Ltd Manufacturers Alliance Insurance Company American Longshore Mutual Association, Ltd. Homeland Insurance Company of New York X 8/12/2026 X X X X X X X X X FORM NUMBER: EFFECTIVE DATE: The ACORD name and logo are registered marks of ACORD ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE FORM TITLE: Page of THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, ACORD 101 (2008/01) AGENCY CUSTOMER ID: LOC #: AGENCY NAMED INSURED POLICY NUMBER CARRIER NAIC CODE © 2008 ACORD CORPORATION. All rights reserved. Construction Casualty Insurance, LLC BAYSDRE-01 SEE PAGE 1 1 SEE PAGE 1 ACORD 25 Certificate of Liability Insurance 1 SEE P 1 Bayside Dredging LLC12924 49th Street N.Clearwater, FL 33762 SEE PAGE 1 DASBURY 1 Description of Operations/Locations/Vehicles: Each accident $1,000,000 Disease policy limit: $1,000,000 Disease - Each Employee: $1,000,000 Vessel Pollution Policy: Policy Number V-18000-25 Effective date: 8/12/2025 - Expiration date: 8/12/2026 Insurance Carrier: Starr Indemnity & Liability Company General Aggregate: $1,000,000 Each occurrence: $1,000,000 Equipment Floater Coverage: Policy#H0877660-03 Effective date: 8/12/2025 - Expiration date: 8/12/2026 Insurance Carrier: Continental Casualty Insurance Company Leased/Rented/Borrowed limit: $250,000 HULL & Protection & Indemnity Coverage: Policy#H0877660-03Effective date: 8/12/2025 -Expiration date: 8/12/2026Insurance Carrier: Continental Casualty Insurance Company Hull & Machinery TIV - $555,775 P&I - General Aggregate: $1,000,000 Per Occurrence: $1,000,000 Jones Act Coverage is afforded under Protection and Indemnity (PI) portion of the policy under Crew Coverage. City of Clearwater is named as additional insured in regards to General Liability and the Auto Liability as required by written contract. Waiver of subrogation applies in favor of City of Clearwater. AGREEMENT Municipal Dredging Services THIS IS AN AGREEMENT, dated the /1 ~ day of~ 2023, between: CITY OF LIGHTHOUSE POINT, a Florida municipal corporation, hereinafter "CITY," and ~iJc,, ~, LLC.. INC., a Florida corporation, hereinafter "CO RACTOR." WITNESS ETH: WHEREAS, Request for Proposals, RFP No. 2023-008, Municipal Dredging Services 2023(Project) was advertised on July 20, 2023, and advised that sealed Proposals would be received at the CITY Clerk's Office until August 21 , 2023 at 2:00 p.m.; and, WHEREAS, the sealed Proposals that were received were opened and read aloud in the City Clerk's Office, at 2200 N.E. 38th Street, Lighthouse Point, Florida; and, WHEREAS, the Municipal Dredging Services 2023 Selection Committee met and reviewed and evaluated the Proposals received; and, WHEREAS, CONTRACTOR has been determined to be the most advantageous to the city taking into consideration price and the evaluation factors and criteria set forth in the RFP; and, WHEREAS, the CITY Commission deems it to be in the best interest of the residents and citizens to accept the Proposal from CONTRACTOR to perform Municipal Dredging Services; and, WHEREAS, CITY has determined that entering into this Agreement with CONTRACTOR for the Project contemplated by this Agreement is in the best interests of the health, safety, and welfare of the citizens and residents of the CITY; and, WHEREAS, CITY and CONTRACTOR have determined that it is in the best interests of the parties hereto to enter into this Agreement for Municipal Dredging Services (hereafter referred to as the "Project"); and, NOW, THEREFORE, IN CONSIDERATION of the mutual covenants and undertakings and other good and valuable consideration the receipt and sufficiency of which is hereby acknowledged, the parties do mutually covenant and agree as follows: 1.0 RECITALS. The foregoing "WHEREAS" clauses are true and correct and are hereby ratified by the parties. 2.0 DEFINITIONS. Wherever used in this Agreement or in the other Contract Documents the following terms have the meanings indicated which are applicable to both the singular and plural thereof: 2.1 Agreement -The written agreement between the CITY and CONTRACTOR covering the Work to be performed for the Project, including other Contract Documents that are attached to the Agreement or made a part thereof. 2.2 Contract Time -The time frame for the Project. 2.3 CITY -The CITY and its assigns, with which CONTRACTOR has entered into the Agreement and for whom the Work is to be provided. 2.4 Contract Documents -The Contract Documents, to be completed by the parties through this Agreement, include this Agreement, Notice to Proceed, Certificate(s) of Insurance, additional documents which are required to be submitted under this Agreement, and all Written Amendments, Field Orders, and Work Directives issued on or after the effective date of the Contract. 2.5 CONTRACTOR Representative -&ti: £pp duties and responsibilities as provided herein. , or designee, who shall have such 2.6 Contract Price -The unit price tables identified in Exhibit B. 2.7 CONTRACTOR -CONTRACTOR that provides all expertise, personnel, tools, materials, equipment, transportation, supervision and all other services and facilities of any nature necessary to provide municipal dredging services. 2.8 Defective-An adjective which when modifying the Work refers to Work that is unsatisfactory, faulty or deficient, or does not conform to the Contract Documents, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to final payment. 2.9 Effective Date of the Agreement -The date indicated in the Agreement on which it becomes effective, but ifno such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 2.10 Field Order - A written order issued by CITY Administrator, or designee, which orders minor changes in the Work. 2.11 Notice to Proceed - A written notice given by CITY to CONTRACTOR fixing the date on which the Contract Time will commence to run and on which CONTRACTOR shall start to perform CONTRACTOR obligations under the Contract Documents. 2.12 Specifications -Those portions of the Contract Documents cons1stmg of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. 2.13 Subcontractor -An individual, firm or corporation having a direct Contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the site. 2.14 Supplier - A manufacturer, fabricator, supplier, distributor, materialman, or vendor. 2.15 Unit Price -An amount stated in the Contract as a price per unit measurement for labor for the Work as described in the Contract Documents. 2.16 Work-Work is the result of performing services, specifically, including but not limited to, furnishing labor, equipment and materials, used or incorporated in the work as required by the Contract Documents. 2.17 Work Order -Authorization provided by CITY to CONTRACTOR to perform dredging services or the removal of rock in a specific location or area. 2.18 Work Directive-A written directive to CONTRACTOR issued on or after the Effective Date of the Agreement and signed by the CITY Administrator or designee ordering an addition, deletion, or revision in the Work. A Work directive shall not change the Unit Price included in Exhibit B, but it can add additional unit pricing for additional resources needed that were not anticipated when the Agreement was executed. Work Directives can be issued for unforeseen circumstances in the best interests of the health, safety, and welfare of the citizens and residents of the CITY. 2.19 Written Amendment -A written amendment of the Contract Documents, approved by the City Commission and signed by CITY and CONTRACTOR on or after the Effective Date of the Agreement that adds significant work or changes to tenns and conditions. 2.20 Written Notice -Shall be deemed to be duly served if delivered in person to the individual or to an officer of the Corporation for whom it is intended, if delivered at or sent by certified mail, return receipt requested, to the last business address known to him who gives notice. Facsimile, electronic or telephonic transmission shall not be considered as written notice. 3.0 CONTRACT DOCUMENTS 3.1 The Contract Documents, incorporated herewith, comprise the entire Agreement between CITY and CONTRACTOR and consists of elements, to be completed by the parties through this Agreement, including Exhibit A, which is a hydrographic survey map of the work area; Exhibit B, which is the CONTRACTOR'S Proposal to this Agreement; Exhibit C, which is an engineering analysis of the spoils; Notice to Proceed; Certificate(s) of Insurance; and any additional documents which are required to be submitted under this Agreement, and all Written Amendments, Field Orders, and Work Directives, and Work Orders, RFP 2023-008 Municipal Dredging Services 2023, as well as CONTRACTOR'S Response to the extent not in conflict with this Agreement, are incorporated in its entirety into this Agreement. 3.2 This Agreement and the Contract Documents listed in Paragraph 3.1 comprise the entire agreement between CITY and CONTRACTOR concerning the Work. The Contract Documents are complimentary; what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the State of Florida. 3.3 The intent of the Agreement is to describe a functionally complete Project, to be completed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result will be supplied whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe Work, materials or equipment such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association, or to the laws or regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code or laws or regulations in effect at the time of contract award, except as may be otherwise specifically stated. However, no provision of any referenced standard specification, manual or code (whether or not specifically incorporated by reference in the Contract Documents) shall be effective to change the duties and responsibilities of CITY, CONTRACTOR, or any of their consultants, agents or employees from those set forth in the Contract Documents. 3.4 CITY will not modify the terms and conditions to the Contract Documents except in a manner allowed by the Agreement. CONTRACTOR covenants and agrees that CITY shall not be responsible for the costs above those set forth herein unless the same are set forth in a Written Amendment or Work Directive approved pursuant to the tenns of this Agreement. Any and all modifications to terms and conditions issued by the authority of an entity not a party to this Agreement shall not be compensated by CITY. 3.5 The requirements of the Contract Documents may be supplemented and minor variations and deviations in the Work may be authorized by the CITY Administrator, or designee, by a written interpretation or clarification, or Field Order. 3.6 Execution of the Contract by the CONTRACTOR is a representation that CONTRACTOR has visited the site and become familiar with the local conditions under which the Work is to be performed. 3.7 This Work may be funded from the American Rescue Plan Act (Federal Funding). Therefore, the CONTRACTOR must follow the federal requirements identified in Section 24 herein. CONTRACTOR(S) shall perfonn these services and provide all required reports, when applicable, in accordance with established Federal and State guidelines to assure that the CITY shall have the means to be reimbursed for all eligible expenses with funding from the American Rescue Plan Act (ARP A). 4.0 SCOPE OF WORK 4.1 CONTRACTOR will provide municipal dredging services and is responsible for performing an on-site inspection to detennine conditions and work requirements. Areas to be serviced include canals and waterways in the CITY. The CONTRACTOR shall furnish all materials, tools, supplies, equipment, vehicles and labor necessary to perform the municipal dredging services work, including disposal of spoils. CONTRACTOR represents to CITY with full knowledge that CITY is relying upon these representations when submitting a Proposal, that CONTRACTOR has the professional expertise, experience, and manpower to perform the dredging services requested. The CONTRACTOR'S bid shall bear all costs associated with the Project. 4.2 CONTRACTOR will supply all equipment, vehicles, boats, barges, labor, safety equipment and signage, and supervisory personnel needed to fulfill this Agreement. A supervisor will be available on site at all times while dredging crews are performing services under this Agreement. CONTRACTOR vehicles and vessels must include signage reflecting the name of the company. 4.3 CONTRACTOR shall dredge and excavate the channel to a depth of -.5.00 feet at mean low water (MLW) and a typical channel bottom width of forty (40). No excavation shall be performed any closer than twenty (20) feet from any seawall, except for minimal non-navigational storm drain outfall work specifically directed by CITY's representative. All work shall be in accordance with the CITY's Code except where stated otherwise herein. 4.4 Excavated material shall be hauled in vessels, trucks, trailers, or other vehicles which are constructed tightly enough to prevent leakage or spillage onto CITY streets or waterways. CONTRACTOR shall be responsible for cleaning up such leakage and spillage should it occur. Disposal area will be located outside of the CITY at the expense of the CONTRACTOR. 4.5 It is the CONTRACTOR'S responsibility to make its own field investigation to determine the availability and suitability of excavated material transfer areas. During their field investigation, CONTRACTOR may select transfer areas on private property providing he makes their own arrangements and secures written permission from the property owner. 4.6 Equipment setup shall be performed in a manner that is approved by all relevant regulatory agencies and the Director of Public Works or designee. Work areas in all canals are accessible via the lntracoastal Waterway. 4.7 For purposes of this Agreement, "rock" applies to any naturally occurring bed of hard cemented material which cannot be excavated with the equipment used for dredging bottom sand and silt ("earth material") under this Contract. It is material which is so hard or tightly cemented that a drop punch or other mechanical means is necessary to break up the material prior to it being removed by the dredging equipment. The intent of this Contract is "maintenance dredging." Should rock be encountered, the CITY may direct the CONTRACTOR to allow the material to remain or to excavate to a lesser width or depth, thus minimizing the removal of rock material. The primary consideration in such cases will be the effect on navigation. Any rock excavation work must have CITY approval to proceed, at an agreed upon price at the issuance of the work order. 4.8 Quantities for bidding purposes are estimates only. Quantities for payment shall be based on the volume of material (cubic yards) hauled from the work area. Total volume shall be detennined based on the volume of each type of material per truck load, with an accurate count of the number of truck loads being kept by the CONTRACTOR and the CITY's representative on the job. CONTRACTOR'S representative and CITY's representative shall each sign the required daily report signifying agreement on the quantity of material hauled that day. 4.9 Trucks/vessels used for hauling shall be measured to determine the inside dimensions of length, width, and height of cargo area. Height shall be measured from the "floor" vertically up to the lowest point or rim of overflow of the cargo area. If trucks/vessels of different cargo capacities are used, the daily report shall reflect the number of loads hauled with each truck/vessel. For payment purposes, each truck/vessel shall be filled to capacity, with the excavated material either leveled or mounded. Where the excavated material is mounded, it shall be sufficient to fill the cargo area completely if the load were leveled off. Quantity per truck/vessel shall be limited to the volume of cargo area; i.e., no additional compensation will be made for loads which are mounded. 4.10 Items of work under this Agreement have been established to provide a basis for field measurement and a unit price based strictly on a per cubic yard price. It is acknowledged that dredging of the designated canals will require movement of the barges and equipment, utilization of several different excavated material transfer areas, and restoration of those areas. Payment for these moves, reduction in productivity, utilization, and restoration of work areas will be included in the unit prices bid. The basis of payment shall be the unit price bid per cubic yard for the quantity of earth material excavated, hauled, and disposed of by the CONTRACTOR; i.e. the "as-built" field measurement of earth volume by the truck/vessel load. 4.11 Type of equipment and method of operation is the CONTRACTOR'S option with the following exception( s ): a) Sauerman drag type equipment pulled back and forth between a pair of barges is not acceptable. b) Barges must have sides. Loading and unloading must be done in such a way so that no sand or other material is lost over the sides of the barge during loading, unloading, or transit. c) Under no circumstances will use of explosives be permitted. 4.12 In the event private owners wish to contract for removal of additional bottom material along their seawalls or docks, no such work shall be performed until the completion of all work under this Contract (within that canal) has been accomplished. Any work done for private owners shall be under separate written contract between the property owner and the CONTRACTOR only. The CITY will not be a party to said private contract and will not incur any liability for damages resulting from work there under, nor will it incur any responsibility for correcting said damages. 4.13 Canals and waterways included in this Project were approved by the Broward County Department of Planning and Environmental Protection, License Number 06-0350684-001-EE. Director of Public Works is responsible to ensure that only areas approved and licensed by Broward County will be dredged under this contract, the terms of which are incorporated herein. 4.14 CONTRACTOR shall comply with all requirements set forth by regulatory agency permits, including water quality and registration with Florida Department of Natural Resources as required by FS 370.034. CONTRACTOR shall further be fully responsible for complying with all local, state, and federal rules, regulations, ordinances, and statutes applicable to the dredging, transporting, and disposal of material under this Contract. 4.15 All work included in a Work Order must be started within ninety (90) days of a Notice to Proceed date. CONTRACTOR must complete each Work Order within one hundred eighty ( 180) days of issuance of a Notice to Proceed. Time extension may be granted by the Director of Public Works or designee due to unfavorable weather conditions or other reasonable causes substantiated by the CONTRACTOR. Work Orders shall specifically reference this Contract and state with specificity the estimated dredged volume and locations to be dredged. Work Orders must be approved by the Director of Public Works or designee. 4.16 All workers performing services shall be employees of CONTRACTOR, unless previously approved in writing as a Subcontractor by the CITY, and said employees will be covered accordingly by CONTRACTOR'S insurance, including Worker's Compensation. 4.17 CONTRACTOR agrees to perfonn contracted services in a professional and workmanlike manner and in compliance with all applicable laws, ordinances, rules, regulations, and permits. Only the highest quality workmanship will be acceptable. Services, equipment and workmanship not confonning to the intent of Agreement or meeting the approval of the CITY may be rejected. Replacements and/or rework, as required, will be accomplished on a timely basis at no additional cost to the CITY. 5.0 CONTRACT PERIOD The initial contract term is for a period of five (5) years with three (3) one-year renewal options. CONTRACTOR agrees that all Work shall be prosecuted regularly, diligently and uninterrupted at such rate of progress as will ensure full completion thereof within a time specified in a Work Order. Failure to achieve timely, substantial and/or final completion required by a Work Order shall be regarded as a breach of this Agreement and subject to the appropriate remedies. 6.0 CONTRACT PRICE 6.1 The CITY shall pay CONTRACTOR in current funds as full compensation for the performance of all the Work based on unit prices included in this Agreement in Exhibit B. All work will be paid on unit price. 6.2 The unit price includes all costs for the Project, including without limitation mobilization, general conditions, supervision, and disposal. 7.0 CONTRACTOR'S RESPONSIBILITIES In addition to those responsibilities enumerated in Article 4 above, the CONTRACTOR shall be responsible for the following: 7. I CONTRACTOR shall bear all of its own operating costs and is responsible for all permit and license fees, and maintenance of its own trucks and equipment to keep such property in a condition and manner adequate to accomplish contracted services. Upon receipt and acceptance of full documentation of the performance of services and an accurate invoice as specified by the CITY, the CONTRACTOR shall be reimbursed on a unit price basis as specified in the Agreement. 7.2 The CONTRACTOR shall develop a system of cost control for the Work, including regular monitoring of actual costs for activities in progress and estimates for uncompleted tasks and proposed changes. 7.3 As an inducement for CITY to enter into this Agreement, CONTRACTOR has represented an expertise in dredging services. In reliance upon those representations, CITY hired CONTRACTOR to provide dredging services. CONTRACTOR shall be liable for any negligence, strict liability or breach of other legal duty to the extent and in the manner as hereinafter set forth. 7.4 CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying CONTRACTOR'S best skill, attention and expertise. CONTRACTOR shall be responsible to see that the finished Work complies with recognized horticultural guidelines. 7.5 Management of the CONTRACTOR'S employees and subcontractors schedules and requests for payment shall be by a competent project manager. 7.6 CONTRACTOR shall provide and pay for competent, suitably qualified personnel to perform the Work. CONTRACTOR shall not permit employment ofunfit persons or persons not skilled in tasks assigned to them. CONTRACTOR shall at all times maintain good discipline and order at the site. 7.7 CONTRACTOR shall furnish, pay for, and assume full responsibility for all materials, equipment, transportation, machinery, tools, appliances, water, heat, utilities and all other facilities and services necessary for the furnishing, perfonnance, start-up, mobilization, and proper completion of the Work. 7.8 CONTRACTOR shall be fully responsible to CITY for all acts and om1ss1ons of the CONTRACTOR'S employees, Subcontractors, suppliers and other persons directly or indirectly employed by their Subcontractors, suppliers and of persons for whose acts any of them may be liable and any other persons and organizations perfonning or furnishing of the Work under a direct or indirect Contract with CONTRACTOR. Nothing in the Contract Documents shall create any contractual relationship between CITY and any such Subcontractor, supplier or other person or organization, nor shall it create any obligation on the part of CITY to pay or to see to the payment of any monies due any such Subcontractor, supplier or other person or organization except as may otherwise be required by laws and regulations. 7.9 If the City approves the use of a Subcontractor, all Work performed for CONTRACTOR by a Subcontractor will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor which specifically binds the Subcontractor to the applicable tenns and conditions of the Contract Documents for the benefit of CITY. 7 .10 CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the perfonnance of the Work or the incorporation in the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. 7.11 CONTRACTOR shall comply with and give all notices required by laws, ordinances, rules, regulations and lawful orders of public authorities applicable to the performance of the Work. CITY shall not be responsible for monitoring CONTRACTOR'S compliance with any laws and regulations. 7.12 CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid in accordance with the laws and regulations of the State of Florida and its political subdivisions. CONTRACTOR is responsible for reviewing the pertinent State Statutes involving such taxes and complying with all requirements. 7 .13 CONTRACTOR shall confine equipment., the storage of materials and equipment and the operations of workers to the Project site and shall not unreasonably encumber the premises or adjacent areas with equipment or other materials, particularly on private property. CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any land or areas contiguous thereto, resulting from the performance of the Work. Should any claim be made against CITY by any such owner or occupant because of the perfonnance of the Work, CONTRACTOR shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim. The general indemnification provided elsewhere in this Contract specifically applies to claims arising out of CONTRACTOR'S use of the premises and adjacent areas. 7.14 CONTRACTOR shall be responsible for initiating, maintaining, and superv1smg all safety precautions and programs in connection with the Work to prevent damage, injury, or loss to all employees on the work site and other persons and organizations who may be affected thereby; all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and other property at the site or adjacent thereto. CONTRACTOR is responsible for protection of the canals and waterways to control pollution and contamination by using booms and turbidity curtains, etc. 7.15 Equipment shall be maintained to prevent fuel, oil, and lubricant spills. Refueling, repairs, and lubrication will be performed at safe distances from the Waterway. Should fuel leaks, oil leaks, or hydraulic pipe rupture occur during construction, CONTRACTOR'S operators shall immediately remove the equipment to a safe area and take prompt action to minimize damage and safeguard the site. CONTRACTOR shall immediately report the spill or discharge, and requirements in Florida Statute Chapter 376, Pollution Discharge Prevention and Removal, will be followed. 7 .16 CONTRACTOR shall comply with all applicable laws and regulations of any public body having jurisdiction for the performance of the Project, safety of persons or property, or to protect them from damage, injury or loss. CONTRACTOR must have certified and licensed personnel, as required by the Federal Government, State of Florida and Broward County, to perfonn all tasks and duties identified in the Project. 7 .17 If required by CITY, CONTRACTOR shall promptly, as directed, either correct all defective Work or, if the Work has been rejected by CITY, correct Work and replace it with non-defective Work. CONTRACTOR shall bear all direct costs of such correction (including but not limited to fees and charges of engineers and other professionals) made necessary thereby. 8.0 DEFECTIVE WORK If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish or perfonn the Work in such a way that the completed Work will confonn to the Contract Documents, CITY may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of CITY to stop the Work shall not give rise to any duty on the part of CITY to exercise this right for the benefit of CONTRACTOR or any other party. 9.0 CITY ADMINISTRATOR'S OR DESIGNEE'S RESPONSIBILITIES 9.1 CITY Administrator, or designee, such designation to be made in writing, will be CITY'S contact person during the work period. 9.2 CITY Administrator, or designee, will make visits to the work sites to observe the progress and quality of the executed Work and to detennine, in general, if the Work is proceeding in accordance with the Contract Documents. City Administrator's, or designee's, efforts will be directed toward providing for CITY a greater degree of confidence that the completed Work will conform with Contract Documents. 9.3 CITY Administrator, or designee, will issue, with reasonable promptness, such written clarifications or interpretations of the technical requirements of the Contract Documents as CITY Administrator or designee may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. Should CONTRACTOR fail to request interpretation of questionable items in the Contract Documents, CITY will thereafter not entertain any excuse for failure to execute the Work in a satisfactory manner, or for payment of work claimed by CONTRACTOR that is not authorized by the terms of this Agreement. 9.4 CITY Administrator, or designee, will interpret and decide matters concerning perfonnance under the requirements of the Contract Documents upon written request of either CITY or CONTRACTOR. City Administrator, or designee, will make initial decisions on all claims, disputes or other matters in question between CITY and CONTRACTOR. Written notice of each such claim, dispute or other matter will be delivered by claimant to CITY Administrator, or designee, and the other party but in no event later than ten ( I 0) calendar days after the occurrence of the event giving rise thereto, together with written supporting data. 9.5 In the event CITY and CONTRACTOR disagree upon whether CONTRACTOR is entitled to be paid for Work required by CITY, or in the event of any other disagreements over the scope of Work included within the Contract Price, CITY and CONTRACTOR agree to negotiate in good faith to resolve the issue amicably. As part of the negotiation process, CONTRACTOR shall furnish CITY with a good faith estimate of the costs to perform the disputed Work in accordance with CITY'S interpretations. If the parties are unable to agree, and CITY expects CONTRACTOR to perform the Work in accordance with CITY'S interpretations, CONTRACTOR shall proceed to perform the disputed Work, conditioned upon CITY issuing a written order to CONTRACTOR directing CONTRACTOR to proceed and specifying CITY'S interpretation of the Work that is to be performed. 9.6 CITY Administrator is authorized to make Field Orders and execute Work Directives in the best interests of the health, safety, and welfare of the citizens and residents of the CITY. 10.0 INSURANCE UPON EXECUTION OF THE AGREEMENT, THE CONTRACTOR SHALL SUBMIT CERTIFICATE(S) OF INSURANCE EVIDENCING THE REQUIRED COVERAGES AND SPECIFICALLY PROVIDING THAT THE CITY OF LIGHTHOUSE POINT IS AN ADDITIONAL NAMED INSURED OR ADDITIONAL INSURED WITH RESPECT TO THE REQUIRED COVERAGE AND mE OPERATIONS OF mE CONTRACTOR UNDER THE CONTRACT. 10.1 The Certificates of Insurance shall not only name the types of policies provided, but shall also specifically refer to this Agreement and shall state that such insurance is as required by Article 10 and its subparts of this Agreement. CONTRACTOR shall not commence work under this Agreement until after CONTRACTOR has obtained all of the minimum insurance herein described and the policies of such insurance detailing the provisions of coverage have been received and approved by CITY. CONTRACTOR shall not pennit any Subcontractor to begin work until after similar minimum insurance to cover Subcontractor has been obtained and approved. In the event the insurance certificate provided indicates that the insurance shall terminate and lapse during the tenn of this Agreement, then in that event, CONTRACTOR shall furnish a renewed Certificate of Insurance as proof that equal and like coverage and extension hereunder is in effect. CONTRACTOR shall not continue to perform the services required by this Agreement unless all required insurance remains in full force and effect. 10.2 Insurance Companies selected must be acceptable to the CITY. All of the policies of insurance so required to be purchased and maintained shall contain a provision or endorsement that the coverage afforded shall not be canceled, or renewal refused until at least thirty (30) calendar days written notice has been given to CITY by regular mail. 10.3 It is expressly understood and agreed that the CITY may terminate this AGREEMENT, in total or in part, at any time without cause or penalty. In that event, the CITY'S sole obligation to the CONTRACTOR shall be payment for services for work previously authorized and performed. Such payment shall be determined on the basis of the hours or percentage of work performed by the CONTRACTOR up to the time of termination. Upon such termination, the CITY may, without penalty or other obligation to the CONTRACTOR, elect to employ other persons to perform the same or similar services. 10.3.1 Worker's Compensation Insurance for statutory obligations imposed by Worker's Compensation or Occupational Disease Laws, United States Longshoremen's and Harbor Worker's Act, the Federal Employer's Liability Act, and the Homes Act shall be provided with a minimum of One Million dollars ($1 ,000,000) limit, and One Hundred Thousand dollars ($100,000) per accident. CONTRACTOR agrees to be responsible for the employment, conduct and control of its employees and for any injury sustained by such employees in the course of their employment. 10.3.2 Comprehensive Automobile Liability Insurance for all owned, non-owned and hired automobiles and other vehicles used by the CONTRACTOR in the performance of the work with the following minimum limits of liability: limits ofliability: $1 ,000,000 Combined Single Limit, Bodily Injury and Property Damage Liability, per occurrence. I 0.3.3 Comprehensive General Liability Insurance (occurrence form) with the follow ing minimum $1,000,000 Combined Single Limit, Bodily Injury and Property Damage Liability, per occurrence and $2,000,000 annual aggregate Comprehensive General Liability coverage. CITY shall be named as an additional insured. I 0.3.4 Coverage must be offered in a fonn no more restrictive than the latest edition of the Comprehensive General Liability Policy without restrictive endorsements, as filed by the Insurance Services Office and shall specifically include the following with minimum limits not less than those required for Bodily Injury Liability and Property Damage Liability: 10.3.4.1 10.3.4.2 10.3.4.3 10.3.4.4 10.3.4.5 10.3.4.6 10.3.4.7 Premises and Operations; Independent Contractors; Product and Completed Operations Liability; Broad Fonn Property Damage; Broad Fonn Contractual Coverage applicable to Contract; Personal Injury Coverage; Explosion, collapse, underground coverage (XC-U) I 0.4 The required insurance coverage shall be issued by an insurance company authorized and licensed to do business in the State of Florida, with the following minimum rating of B+ to A+, in accordance with the latest edition of A.M. Best's Insurance Guide. I 0.5 All required insurance policies shall preclude any underwriter's rights of recovery or subrogation against CITY with the express intention of the parties being that the required insurance coverage protects both parties as the primary coverage for any and all losses covered by the above-described insurance. I 0.6 The CONTRACTOR shall ensure that any company issuing insurance to cover the requirements contained in this Contract agrees that they shall have no recourse against CITY for payment or assessments in any form on any policy of insurance. I 0.7 The clauses "Other Insurance Provisions" and "Insurers Duties in the Event of an Occurrence, Claim or Suit" as it may appear in any policy of insurance in which CITY is named as an additional named insured shall not apply to CITY. CITY shall provide written notice of occurrence within fifteen (l 5) business days of CITY'S actual notice of such an event. l 0.8 The CONTRACTOR agrees to perform the Work under the Contract as an independent CONTRACTOR, and not as a Subcontractor, agent or employee of CITY. 10.9 CONTRACTOR shall require each of its Subcontractors of any tier to maintain the insurance required herein for each category, and CONTRACTOR shall provide verification thereof to CITY upon request of CITY. I 0.10 Violation of the terms of this Article and its subparts, including without limitation, a lapse or cancellation of any required insurance, shall constitute a breach of the Contract and CITY, at its sole discretion, may cancel the Contract and all rights, title and interest of the CONTRACTOR shall thereupon cease and tenninate. I 0.11 CITY shall not be responsible for purchasing and maintaining any insurance to protect the interests of CONTRACTOR, Subcontractors or others on the Work; provided that should the insurance outlined above be canceled for any reason, the CITY shall have the right to purchase equivalent insurance and charge the cost of that insurance against any amount due the CONTRACTOR under the terms of this Contract, or find the CONTRACTOR in default and tenninate this Contract; provided, that CITY specifically reserves all statutory and common law rights and immunities and nothing herein is intended to limit or waive same including, but not limited to, the procedural and substantive provisions of Section 768.28, Florida Statutes and Section 95 .11 , Florida Statutes. 11 .0 WARRANTIES; TESTS AND INSPECTIONS; CORRECTION OF DEFECTIVE WORK 11 .1 The CONTRACTOR warrants that all services will be performed in a workmanlike manner. 11 .2 The CONTRACTOR shall guarantee all portions of the Project against poor workmanship and faulty materials for a period of one (I) year after final payment. If within one ( 1) year following the date of final payment pursuant to Article 14 below, such services fail to meet the aforesaid standards, and the CITY promptly advises CONTRACTOR thereof in writing, CONTRACTOR agrees to immediately correct any defects and re- perform such deficient services without charge to the CITY. 11.3 CONTRACTOR warrants to the CITY that it will comply with all applicable federal, state and local laws, regulations, and orders in carrying out its obligations under the Agreement. 11.4 CONTRACTOR warrants to the CITY that it is not insolvent, it is not in bankruptcy proceedings or receivership, nor is it engaged in or threatened with any litigation, arbitration or other legal or administrative proceedings or investigations of any kind which would have an adverse effect on its ability to perform its obligations under the Agreement. 11.5 CONTRACTOR warrants to the CITY that the consummation of the Work provided for in the Contract Documents will not result in the breach of any term or provision of, or constitute a default under any indenture, mortgage, contract, or Agreement to which the CONTRACTOR is a party. 11 .6 No warranty, either express or implied, may be modified, excluded or disclaimed in any way by CONTRACTOR. All warranties shall remain in full force and effect, notwithstanding acceptance and payment by CITY. 11. 7 If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, CITY may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated~ however, this right of CITY to stop the Work shall not give rise to any duty on the part of CITY to exercise this right for the benefit of CONTRACTOR or any other party. 12.0 CHANGES IN THE WORK CITY, without invalidating this Agreement, may order additions, deletions or revisions to the Work. Such additions, deletions or revisions shall be authorized by a Written Amendment or Work Directive executed by the CITY Administrator. 13.0 CONTRACTOR'S INDEMNIFICATION 13.1 The CONTRACTOR agrees to protect, defend, indemnify, and hold harmless the CITY, its officers, employees, and agents from and against any and all lawsuits, penalties, damages, settlements,judgments, decrees, costs, charges, and other expenses or liabilities of every kind in connection with or arising directly out of the work agreed to be performed herein, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of CONTRACTOR, its employees, servants, agents, and subcontractors. Without limiting the foregoing, any and all such claims, suits, etc., relating to personal injury, death, damage to property, defects in materials or workmanship, actual or alleged infringement of any patent, trademark, copyright or of any other tangible or intangible personal or property right, or any actual or alleged violation of any applicable statute, ordinance, administrative order, rule or regulation or decree of any court, is included in the indemnity. CONTRACTOR further agrees to investigate, handle, respond to, provide defense for, and defend any such claims, etc., at their sole expense and agrees to bear all other costs and expenses related thereto, even if the claim(s) is groundless, false, or fraudulent. In case of injury to persons, animals, or property, real or personal, by reason of failure to erect or maintain proper and necessary barricades, safeguards, and signals or by reason of any negligence of any CONTRACTOR, or any of the CONTRACTOR'S agents, servants, or employees during the performance of the work before the estimates have become due under this AGREEMENT, the CITY may, through its officials, withhold such payments as long as it may deem necessary for the indemnity of the CITY as Owner, provided that the failure to pay the same shall not be construed or considered as a waiver of the indemnity as hereinabove set forth . 13.2 The parties recognize that various provisions of this AGREEMENT, including but not necessarily limited to this Section, provide for indemnification by the CONTRACTOR and that Section 725.06, Florida Statutes, requires a specific consideration be given thereof. The parties therefore agree that the sum of Ten Dollars ($10.00), receipt of which is hereby acknowledged, is the specific consideration for such indemnities, and the providing of such indemnities is deemed to be part of the specifications with respect to the services to be provided by CONTRACTOR. Furthennore, the parties understand and agree that the covenants and representations relating to this indemnification provision shall serve the tenn of this AGREEMENT and continue in full force and effect as to the party's responsibility to indemnify. 14.0 PAYMENTS TO CONTRACTOR AND COMPLETION OF WORK 14.I CONTRACTOR may requisition payments for Work completed during the Project at intervals of not more than once a month. The CONTRACTOR'S requisition shall show a complete breakdown of the Project components, the quantities completed and the amount due, together with a certification by the CONTRACTOR that the CONTRACTOR has disbursed to all Subcontractors and suppliers their pro-rata shares of the payment out of previous payments received by the CONTRACTOR for all Work completed and materials furnished in the previous period or properly executed releases of liens by all Subcontractors, suppliers and materialmen who were included in the CONTRACTOR'S previous applications for payment, and any other supporting documentation as may be required by the City Administrator or designee or Contract Documents. CITY shall have seven (7) business days to approve or disapprove the requisition. If the requisition is not approved, the reasons therefor shall be stated with particularity. The CITY shall make payment to the CONTRACTOR within fifteen ( 15) calendar days after approval by the CITY Administrator, or designee, of the CONTRACTOR'S requisition for payment. Payments will be made by check and will be mailed to CONTRACTOR. 14.2 If, on the basis of CITY Administrator's, or designee's, observation of the Work during the perfonnance of dredging services, City Administrator, or designee, is satisfied that the Work has been completed in accordance with the Contract Documents and CONTRACTOR'S other obligations under the Contract Documents have been fulfilled, CITY Administrator, or designee, will process the payment requisition for payment. Otherwise, CITY Administrator, or designee, will return the payment requisition to CONTRACTOR, indicating in writing the reasons for refusing to recommend payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the payment requisition. Twenty (20) calendar days after presentation to CITY of the payment requisition and accompanying documentation, in appropriate fonn and substance, the amount recommended by CITY Administrator, or designee, will become due and will be paid by CITY to CONTRACTOR. 14.3 At the completion of the work in a Work Order, final payment for such Work Order, constituting the entire unpaid balance of the Contract Price for a Work Order shall be paid by the CITY to the CONTRACTOR when the Work has been completed in accordance with the Contract Documents, this Agreement fully perfonned, and a final certificate for payment has been issued by the CITY Administrator, or designee. The making of final payment shall constitute a waiver of claims by CITY except those arising from: unsettled. 14.3.1 Liens, claims, security interests or encumbrances arising out of this Agreement and 14.3.2 Faulty or defective Work and latent defects discovered after acceptance. 14.3.3 Failure of the Work to comply with the requirements of the Contract Documents. 14.3.4 Tenns of special warranties required by the Contract Documents. 14.3.5 Any of CONTRACTOR'S continuing obligations, including without limitation warranties, under this Agreement. 14.4 The acceptance of final payment by CONTRACTOR or the Subcontractor for materials and supplies shall constitute a waiver of claims by that payee except those previously made in writing and identified by payee as unsettled at the time of final application for payment 14.5 The CITY may withhold in whole or in part, final payment or any progress payment to such extent as may be necessary to protect itself from loss on account of: 14.5.1 Defective Work not remedied. 14.5.2 Claims filed or reasonable evidence indicating the probable filing of claims by other parties against the CONTRACTOR. 14.5 .3 Failure of the CONTRACTOR to make payment to Subcontractors or suppliers for materials or labor. 14 .5 .4 Damage to another contractor not remedied. 14 .5 .5 F ai I ure to carry out the Work in accordance with the Contract Documents. 14.6 Final payment for a Work Order will be paid after the completed Work is accepted by the CITY and proof of payment has been submitted from all subcontractors and material suppliers and releases of liens have been provided, or the CONTRACTOR provides an affidavit that all subcontractors and material suppliers have been paid in full. 14.7 When the above issues are removed or resolved or the CONTRACTOR provides a surety bond or consent of surety satisfactory to the CITY which will protect the CITY in the amount withheld, payment may be made in whole or in part. 14.8 CONTRACTOR acknowledges that all Work under this Agreement is performed on public property; therefore, CONTRACTOR cannot and will not record any liens or other encumbrances on such property to secure payment pursuant to this Agreement. 15.0 CITY'S TERM.INA TION OF THE CONTRACT IS.I Upon the occurrence of any one or more of the following events: I 5.1.1 If CONTRACTOR commences a voluntary case under any chapter of the Bankruptcy Code as now or hereafter in effect, or if CONTRACTOR takes any equivalent or similar action by filing a petition or otheiwise under any other federal or state law in effect at such time relating to the bankruptcy or insolvency. 15.1 .2 If a petition is filed against CONTRACTOR under any chapter of the Bankruptcy Code as now or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief against CONTRACTOR under any other federal or state law in effect at the time relating to bankruptcy or insolvency. 15.1.3 If CONTRACTOR makes a general assignment for the benefit of creditors. 15 .1.4 If a trustee, receiver, custodian or agent of CONTRACTOR is appointed under applicable law or under Contract, whose appointment or authority to take charge of property of CONTRACTOR is for the purpose of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit of CONTRACTOR'S creditors. 15.1.5 If CONTRACTOR admits in writing an inability to pay its debts generally as they become due. 15.1.6 If CONTRACTOR persistently fails to perform the Work in accordance with the Contract Documents (including but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the progress schedule as same may be revised from time to time, or failure to conduct the Work in a manner that takes due care of City and residents' property). 15. I. 7 If CONTRACTOR disregards laws or regulations of any public body having jurisdiction, State guide.lines, or acceptable safety and horticultural practices. 15. 1 .8 If CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents. 15.2 CITY reserves the right to terminate this Contract immediately for unsatisfactory performance. In such case CONTRACTOR shall not be entitled to receive any further payment for additional work performed. 15.3 Upon seven (7) calendar days written notice to CONTRACTOR, CITY may, through a resolution of the CITY Commission, without cause and without prejudice to any other right or remedy, terminate this agreement for CITY'S convenience whenever CITY determines that such tennination is in the best interests of CITY. Where the Agreement is terminated for the convenience of CITY, the notice of tennination to CONTRACTOR must state that the Contract is being terminated for the convenience of CITY under the termination clause the effective date of the termination and the extent of termination. Upon receipt of the notice of termination for convenience, CONTRACTOR shall promptly discontinue all Work at the time and to the extent indicated on the notice of termination, terminate all outstanding Subcontractors to the extent that they relate to the terminated portion of the Contract. and refrain from placing further orders and Subcontracts. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 16.0 NOTICE, COMPUTATION OF TIME 16.1 All notices required by any of the Contract Documents shall be in writing and shall be deemed delivered upon mailing by certified mail, return receipt requested to the following: For CITY: Copy to: For CONTRACTOR: John D. Lavisky, City Administrator 2200 NE 38th Street Lighthouse Point, Florida 33064 Telephone: 954-943-6500 Facsimile: 954-784-3446 Michael D. Cirullo, Jr., City Attorney 3099 East Commercial Boulevard, Suite 200 Fort Lauderdale, Florida 33308 Telephone: 954-771-4500 Facsimile: 954-771-4923 _&_~'l--..-...J~4-~.........-...n+ Notice by facsimile shall not be deemed received unti I the party receiving notice receives a copy of such notice through certified mail, return receipt requested. 16.2 When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. A calendar day of twenty-four (24) hours measured from midnight to the next midnight shall constitute a day. 17.0 RESPONSIBILITY FOR ACCURACY, ERRORS, OR OMISSIONS 17. I The CONTRACTOR shall be responsible for the accuracy of all data, computations, analyses, etc., and for any errors or omissions in the Work. The CONTRACTOR shall correct any inaccuracies, errors, or omission found in its Work without additional compensation. 17.2 The CONTRACTOR shall, at all times hereafter, indemnify, hold harmless, and defend the CITY, its agents, servants, and employees, from and against any claim, demand,judgment, decree, or cause of action of any kind or nature which may arise out of any error, omission, or activity of the CONTRACTOR, its agents, servants, or employees. 17.3 The CONTRACTOR shall pay all costs, attorney's fees, expenses, and liabilities incurred in the investigation and defense of any claim, demand, judgment, decree, or cause of action of any kind or nature which may arise out of any error, omission, or activity of the CONTRACTOR, its agents, servants, or employees. 17.4. The provisions of this Section shall survive the expiration or earlier termination of this Agreement. Nothing in this Agreement shall be deemed to affect the rights, privileges, or immunities of the CITY under the doctrine of sovereign immunity or as set forth in Section 768.28, Florida Statutes. 18.0 LIQUIDATED DAMAGES Upon failure of CONTRACTOR to complete the Work within the time specified for completion (plus approved extensions if any), CONTRACTOR shall pay to CITY the sum of$ I 00.00 for each and every calendar day that the completion of the Work in a Work Order is delayed beyond the time specified in this Agreement for completion, as fixed and agreed liquidated damages and not as a penalty. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by CITY as a consequence of such delay and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of CONTRACTOR to complete the Contract on time. CITY shall have the right to deduct from and retain out of monies which may be then due or which may become due and payable to CONTRACTOR, the amount of such liquidated damages and if the amount retained by CITY is insufficient to pay in full. 19.0 MISCELLANEOUS 19. I The duties and obligations imposed by the Contract Documents and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guaranties and obligations imposed upon CONTRACTOR and all of the rights and remedies available to CITY thereunder, are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available to any or all of them which are otherwise imposed or available by laws or regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents, and the provisions of this Paragraph will survive final payment and termination or completion of the Agreement. 19 .2 CONTRACTOR shall not assign or transfer the Contract or its rights, title or interests therein without CITY'S prior written approval as evidenced by a resolution duly adopted by the CITY Commission, which may be withheld for any or no reason. The obligations undertaken by CONTRACTOR pursuant to the Contract shall not be delegated or assigned to any other person or firm unless CITY shall first consent in writing to the assignment. Violation of the terms of this Paragraph shall constitute a breach of Contract by CONTRACTOR and the CITY may, at its discretion, cancel the Contract and all rights, title and interest of CONTRACTOR shall thereupon cease and terminate. 19.3 CONTRACTOR and its employees, volunteers and agents shall be and remain an independent contractor and not agents or employees of CITY with respect to all of the acts and services perfonned by and under the terms of this Agreement. This Agreement shall not in any way be construed to create a partnership, association or any other kind of joint undertaking or venture between the parties hereto. 19.4 The remedies expressly provided in this Agreement to CITY shall not be deemed to be exclusive but shall be cumulative and in addition to all other remedies in favor of CITY now or hereafter existing at law or in equity. 19.5 The validity, construction and effect of this Contract shall be governed by the laws of the State of Florida. Subject to provisions hereof relating to arbitration, any claim, objection or dispute arising out of this Agreement shall be litigated in the Seventeenth Judicial Circuit in and for Broward County, Florida. The prevailing party in any lawsuit, including appeals, concerning the terms of this Agreement shall be entitled to an award of attorney's fees, including paralegal fees, from the non-prevailing party. Each party waives its rights to a trial by jury. 19.6 Should any part, term or provision of this Agreement be by the courts decided to be invalid, illegal or in conflict with any law of the State, the validity of the remaining portion or provision shall not be affected thereby. 19.7 In accordance with the Public Records Law, CONTRACTOR agrees to permit CITY to examine all records and grants CITY the right to audit any books, documents and papers that were generated during the course of administration of this AGREEMENT. CONTRACTOR shall maintain the records, books, documents and papers associated with this AGREEMENT in accordance with the Public Records Act. Upon CITY'S request, CONTRACTOR shall provide CITY with copies of all public records related to this Agreement at no cost to CITY. 19.8 Neither party, nor its employees, shall have or hold any continuing or frequently recurring employment or contractual relationship, or have any adverse claim against the other party, that is substantially antagonistic or incompatible with that party's loyal and conscientious exercise or judgment related to its performance under this Agreement. This provision shall also apply to all of CONTRACTOR'S Subcontractors used for the work. 19.9 Any other governmental agency, department, or municipality which avails itself of this contract will establish its own contract, place its own orders, issue its own purchase orders, and issue its own exemption certificates as required by the Bidder. It is understood and agreed that the City of Lighthouse Point is not a legally bound party to any contractual agreement made between any other governmental entity and the Bidder as a result of this Bid. 20.0 PERFORMANCE BOND AND PAYMENT BOND CONTRACTOR shall execute and furnish to CITY a Performance Bond and a Payment Bond, each written by a corporate surety, having a resident agent in the State of Florida. The surety company shall have at least the following minimum qualification in accordance with the latest edition of A.M. Best's Insurance Guide, published by Alfred M. Best Company, Inc., Am best Road, Oldwick, New Jersey 08858: A to A+. The penal sum stated in each Bond shall be the amount equal to the total one hundred and twenty-five percent ( 125%) of the amount payable under the terms of the contract. The Performance Bond shall be conditioned that the CONTRACTOR perform the Work in the time and manner prescribed in the Agreement. The Payment Bond shall be conditioned that the CONTRACTOR promptly make payments to all persons who supply CONTRACTOR with labor, materials and supplies used directly or indirectly the prosecution of the Work. Pursuant to the requirements of Section 255.05(1 Xa), Florida Statutes, it shall be the duty of the CONTRACTOR to record the aforesaid Performance and Payment Bonds in the public records of Broward County, with the CONTRACTOR to pay all recording costs. 21.0 GOVERNING LAW, VENUE, WAIVER OF JURY TRIAL 21.1 CONTRACTOR agrees that the contracts shat 1 be governed by the laws of the State of Florida. The validity, construction and effect of this Agreement shall be governed by the laws of the State of Florida. Subject to provisions hereof relating to arbitration, any claim, objection or dispute arising out of this Agreement shall be litigated in the Seventeenth Judicial Circuit in and for Broward County, Florida. mE PARTIES KNOWINGLY, VOLUNTAR.Il, Y AND UNEQUIVOCALLY WAIVE THEIR RIGHT TO A TRIAL BY JURY FOR ANY CLAIMS WHETHER IN CONTRACT, TORT OR STATUTE, ARISING OUT OF OR RELATING TO THIS AGREEMENT. 21.2 Any remedies provided in this Agreement shall be deemed cumulative and additional and are not in lieu of or exclusive of each other or of any other rights or remedies any party hereto otherwise has by law, equity or statute. In any action arising under this Agreement issued hereunder, the prevailing party is entitled to recover a reasonable fee for the services of the prevailing party's attorney through trial and appeal, in an amount to be determined by the cou 1 i, together with the prevailing party's costs of the action. In the event each party shall partially prevail in such action, costs and reasonable attorneys' fees shall be equitably apportioned between the parties by the court. 22.0 PUBLIC RECORDS 22.1 Pursuant to section 119.070 I, Florida Statutes, CONTRACTOR shall (a) keep and maintain public records relating to this Contract; (b) upon request from the CITY, provide the CITY with public records that may be requested from the CITY in order to provide the public with access to such public records and at a cost that does not exceed that provided in Chapter 119, Florida Statutes, or as otherwise provided by law; (c) ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and (d) CONTRACTOR shall meet all requirements for retaining public records and transfer to the CITY, at no cost, all public records in possession of the CONTRACTOR upon tennination of this Agreement and destroy any duplicate public records that are exempt or confidential and exempt. 22.2 CONTRACTOR shall preserve and maintain all financial records, supporting documents, statistical records, and any other documents pertinent to this Agreement for a minimum period of three (3) years after termination of this Agreement, unless CONTRACTOR is notified in writing by the CITY of the need to extend the retention period. 22.3 All records stored electronically and requested by the CITY must be provided to the CITY in a format that is compatible with the information technology systems of the CITY. 23.0 IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO TIDS CONTRACT, CONTACT mE CUSTODIAN OF PUBLIC RECORDS AT: CITY CLERK City of Lighthouse Point 2200 N.E. 38th Street Lighthouse Point, FL 33064 (954) 943-6500 lhpadmin@lighthousepointfl.gov NONDISCRIMINATION AND EQUAL OPPORTUNITY EMPLOYMENT 23 .1 During the performance of this Agreement, CONTRACTOR shall not discriminate against any employee or applicant for employment because of race, religion, color, sex or national origin. CONTRACTOR will take affirmative action to ensure that employees are treated during employment, without regard to their race, creed, color or national origin. Such action must include, but not be limited to the following: employment, upgrading; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other fonns of compensation; and selection for training, including apprenticeship. CONTRACTOR shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. 23 .2 CONTRACTOR shall comply with all applicable local, state and federal labor and safety laws and regulations. 24.0 SCRUTINIZED COMPANIES In accordance with Section 287.135, Florida Statutes, as amended, a company is ineligible to, and may not, bid on, submit a proposal for, or enter into or renew a contract with an agency or local governmental entity for goods or services if: Any amount of, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statutes, or is engaged in a boycott of Israel; or One million dollars or more, if at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company: I. Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to Section 2 I 5. 73, Florida Statutes; or 2. Is engaged in business operations in Syria. By submitting a bid, proposal or response, the CONTRACTOR, principals or owners certify that they are not listed on the Scrutinized Companies that Boycott Israel List, Scrutinized Companies with Activities in Sudan List, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or is engaged in business operations in Syria. In the event CONTRACTOR is placed on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215 .4 725, Florida Statutes, or is engaged in a boycott of Israel, the CITY has the right to terminate this Agreement. 25.0 E-VERIFY CONTRACTOR certifies that it is aware of and complies with the requirements of Section 448.095, Florida Statues, as may be amended from time to time and briefly described herein below. For purposes of this Section 22 .0, "CONTRACTOR" shall have the same meaning as "CONTRACTOR." I) Definitions for this Section: "CONTRACTOR" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "CONTRACTOR" includes, but is not limited to, a vendor or consultant. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. "E-Verify system" means an Internet-based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. 2) Registration Requirement; Termination: Pursuant to Section 448.095, Florida Statutes, effective January I, 2021, CONTRACTORS, shall register with and use the E-verify system in order to verify the work authorization status of all newly hired employees. CONTRACTOR shall register for and utilize the U.S. Department of Homeland Security's E-Verify System to verify the employment eligibility of: a) All persons employed by a CONTRACTOR to perform employment duties within Florida during the term of the contract; and b) All persons (including subvendors/subconsultants/subcontractors) assigned by CONTRACTOR to perform work pursuant to the contract with the CITY of Lighthouse Point. The CONTRACTOR acknowledges and agrees that registration and use of the U.S. Department of Homeland Security's E- Verify System during the term of the contract is a condition of the contract with the CITY of Lighthouse Point; and c) The CONTRACTOR shall comply with the prov1s1ons of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes, but is not limited to registration and utilization of the E-Verify System to verify the work authorization status of all newly hired employees. CONTRACTOR shall also require all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The CONTRACTOR shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to tennination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be tenninated immediately. Any challenge to termination under this provision must be filed in the Circuit Court no later than twenty (20) calendar days after the date of tenn ination. Termination of this Contract under this Section is not a breach of contract and may not be considered as such. If this contract is tenninated for a violation of the statute by the CONTRACTOR, the CONTRACTOR may not be awarded a public contract for a period of one (I) year after the date of termination. 26.0 AMERICAN RESCUE PLAN ACT FUNDING (Federal Funding) This Work may be funded from the American Rescue Plan Act (Federal Funding). Therefore, the CONTRACTOR must follow the federal requirements identified in Section 24.0. The American Rescue Plan Act emphasizes resilience, long-term investments, and using funds to combat the severe public health and economic crises created by the COVID-19 pandemic. The SLFRF program ensures that state, local, and Tribal governmenls have the resources needed to fighl Jhe pandemic, sustain and strenglhen the economic recovery, maintain vital public services, and make investments Jhat support long-term growth, opportunity, and equity. Treasury looks forward to supporting and engaging with state, local, and Tribal governments as they use these funds Jo make transformative investments in their communities. Finally, with so many pressing and effective ways to use SLFRF funds, there is no excuse for waste.fraud, or abuse of these funds." The American Rescue Plan Act's funds must be used for costs incurred on or after March 3rd, 2021. These funds must be obligated by December 3pt, 2024, and expended by December 3l't, 2026. Per reporting guidelines, the CITY will commence reporting by April 301\ 2022, and annually thereafter. Eligible uses of the ARPA funds are as follows: addressing public health, negative economic impacts, services to disproportionately impacted communities, premium pay, infrastructure, revenue replacement, administrative, and others. The funds shall not be spent to offset a reduction in net tax revenue, deposit into pension funds, debt service, and replenishing reserves, settlements, and judgments. The CONTRACTOR shall spend funds to support the Milling and Paving Project conducted through ARPA for the CITY'S general government provisions and will abide by the eligibility regulations and guidance of the ARPA. I. The provisions in Section 24.0 shall apply to any Notice to Proceed issued under the Agreement for projects that are federally funded. The Notice to Proceed shall specifically identify that this Section for Federally Funded Projects shall apply to such Work. II. The CONTRACTOR and any and all of its subcontractors, shall comply with 2 CFR 200.327 and 2 CFR Part 200 Appendix II. A breach of this or any of the below provisions may be grounds for termination of the agreement, or for debarment of the CONTRACTOR. Ill. CONTRACTOR shall assist the CITY in completing any and all fonns necessary for reimbursements from state or federal agencies relating to the services provided by the CONTRACTOR hereunder. This includes the preparation and submittal of any and all necessary documents, and preparing any replies to all agency denials or inquiries. IV. Provisions for federally funded projects in applicable Notices to Proceed: 26.1 Nondiscrimination and Equal Opportunity Employment 26.1.1 CONTRACTOR will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The CONTRACTOR will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 26.1 .2 CONTRACTOR will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. 26.1.3 CONTRACTOR will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 26.1.4 CONTRACTOR will comply with all provisions of Executive Order 11246 of September 24, I 965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 26.1.5 CONTRACTOR will rurnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 26.1.6 In the event of the CONTRACTOR'S noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order I 1246 of September 24, 1965, and such other sanctions as may be imposed and remedies invoked as provided in Executive Order I 1246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 26.1.7 CCNTRACKR will include the portion of the sentence immediately preceding paragraph ( I) and the provisions of paragraphs (I) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The CONTRACTOR will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States. 26.2 Compliance with the Copeland "Anti-Kickback" Act 26.2.1 CONTRACTOR shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. 26.2.2 Subcontracts. The CONTRA TOR or subcontractor shall insert in any subcontracts the clause above and such other clauses as may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. 26.2.3 Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R.§ 5.12. 26.3 Compliance with the Contract Work Hours and Safety Standards Act 26.3.1 Overtime requirements. No CONTRACTOR or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-halftimes the basic rate of pay for all hours worked in excess of forty hours in such workweek. 26.3.2 Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (I) of this section the CONTRACTOR and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (I) of this section, in the sum of $10 for each calendar day on which such individual was required or pennitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph of this section. 26.3.3 Withholding for unpaid wages and liquidated damages. The CITY shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work perfonned by the CONTRACTOR or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally- assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such CONTRACTOR or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. 26.3.4 Subcontracts. CONTRACTOR or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (I) through ( 4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime CONTRACTOR shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs ( 1) through ( 4) of this section. 26. 4 Clean Air Act 26.4.1 CONTRACTOR agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. 26.4.2 CONTRACTOR agrees to report each violation to the CITY and understands and agrees that the CITY will, in tum, report each violation as required to assure notification to the State of Florida, federal awarding agency, and the appropriate Environmental Protection Agency Regional Office. 26.4.3 CONTRACTOR agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance. 26.5 Federal Water Pollution Control Act 26.5.1 CONTRACTOR agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. 26.5 .2 C ONT RAC TO R agrees to report each violation to the CI TY and understands and agrees that the CITY will, in tum, report each violation as required toassure notification to the State of Florida, federal awarding agency, and the appropriate Environmental Protection Agency Regional Office. 26.5.3 CONTRACTOR agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance. 26.6 Suspension and Debarment 26.6.1 This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the CONTRACTOR is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R.§ 180.940) or disqualified (defined at 2 C.F.R. § 180.935). 26.6.2 The CONTRACTOR must comply with 2 C.P.R. pt. 180, subpart C and 2 C.P.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. 26.6.3 This certification is a material representation of fact relied upon by CITY. If it is later detennined that the contractor did not comply with 2 C.P.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to Florida Division of Emergency Management, the Federal Government may pursue available remedies, including but not limited to suspension and/or debannent. 26.6.4 CONTRACTOR agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The CONTRACTOR further agrees to include a provision requiring such compliance in its lower tier covered transactions. 26.7 Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352 (as amended) Contractors who apply or bid for an award of$ I 00,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. 26.8 Preference for Purchase, Acquisition, or Use of Goods Products, or Materials Produced in the United States As appropriate and to the extent consistent with law, the non-Federal entity should, to the greatest extent practicable under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). The requirements of this section must be included in all subawards including all contracts and purchase orders for work or products under this award. For purposes of this section: "Produced in the United States" means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. "Manufactured products" means items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. 26.9 Maximum use of products containing recovered materials 26.9.1 In the performance of this contract, CON TRACTOR shall make maximum use of products containing recovered materials that are EPA designated items unless the product cannot be acquired; (i) Competitively within a timefrarne providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) at a reasonable price. 26.9.2 Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, bttp://www.epa,govicpg/. The list of EPA-designate items is available at httJ):/twww.epa:ZQ.v..icpg/products.htm . 26.10 No Obligation by Federal Government The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, CONTRACTOR, or any other party pertaining to any matter resulting from the contract. 26.11 Program Fraud and False or Fraudulent Statements or Related Acts CONTRACTOR acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the CONTRACTOR'S actions pertaining to this contract. 26.12 Davis-Bacon For infrastructure projects greater than ten million dollars($ I0,000,000.00), CONTRACTOR shall comply with the requirements of the Davis-Bacon Act, 40 U.S.C §§3141-4144 and 3146-3148, as supplemented by Department of Labor regulations 29 CFR Part 5, which are incorporated herein where this paragraph is applicable. 26.13 Rights to Inventions Made Under Contract or Agreement. If the Federal award meets the definition of"'funding agreement'" under 37 CFR § 401 .2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties. assignment or performance of experimental, developmental, or research work under that "funding agreement;· the recipient or subrecipient must comply with the requirements of37 CFR Part 401 , "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements, .. and any implementing regulations issued by the awarding agency. 26.14 Huawei Technologies Company or ZTE Corporation CONTRACTOR is prohibited from obligating/expending funds to: Procure or obtain; Extend or renew a contract to procure or obtain; or Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115-232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). Telecommunications or video surveillance services provided by such entities or using such equipment. Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. In implementing the prohibition under Public Law 115-232, section 889, subsection (t), paragraph (I). heads of executive agencies administering loan. grant, or subsidy programs shall prioritize available funding and technical support to assist affected businesses, institutions and organizations as is reasonably necessary for those affected entities to transition from covered communications equipment and services, to procure replacement equipment and services, and to ensure that communications service to users and customers is sustained. 26.15 Contracting with Small and Minority Businesses, Women's Business Enterprises, and Labor Surplus Area Firms The CONTRACTOR must take all necessary affinnative steps to assure that minority businesses, women's business enterprises, and labor surplus area finns are used when possible. Requiring the prime CONTRACTOR, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (1) through (5) of this section. Affirmative steps must include: 26.15.1 Placing qualified small and minority businesses and women's business enterprises on solicitation lists; 26.15.2 Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; 26.15.3 Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; 26.15.4 Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; 26.15 .5 Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. IN WITNESS WHEREOF, CITY and CONTRACTOR have signed this Agreement, in duplicate. ATTEST: CITY OF LIGHTHOUSE POINT, FLORIDA WITNESS: ~ Kigpafureoi~}tness e . ~2 ..:Print~a Name of Witnes~. (Corj5o.cate Seal). ST A TE OF FLORIDA ) ) SS : COUNTY OF P11!'.) e ti~ ) BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally ap~d :Bte:i_--Sapp .. as Pre.:,rdet'\+-, respecti~ely, of · f ,e.. l)r-t'd t LLC.. . a Flonda corporation, and acknowledged they executed the foregomg AGREEMENT as the p per offic1als of _________ _, for the use and purposes mentioned in the AGREEMENT and affixed the official seal of the corporation, and that the instrument is the act and deed of that corporation. IN WITNESS OF THE FOREGOING, I have set my hand and official seal in the State and County aforesaid on this _!L day of~~ et:. 2023 . Notary Seal CITY OF LIGHTHOUSE POINT REQUEST FOR PROPOSAL Sealed Proposals will be received until Monday, August 2 1, 2023, at 2:00 p.m. local time in the Office of the City Clerk, located in the Lighthouse Point City Hall, 2200 N.E. 38th Street, Lighthouse Point, Florida 33064. Subj ect to Florida's public records laws, Proposals will be publicly opened and the names of each bidder and the price submitted will be read aloud immediately thereafter in the Fletcher Hall fo r: "MUNICIPAL DREDGING SERVICES 2023" RFP NO. 2023-008 The selected Proposer will be expected to provide dredging services in City waterways and canals. The initial term of the contract is fi ve (5) years with three (3) one-year option renewals. Two separate projects with approximately 4,000 cubic yards of materials for each proj ect, for a total of 8,000 cubic yards, is expected to be dredged the first year of the contract. It is not guaranteed that dredging will occur each year of the contract and the City is not obligated to proceed with annual dredging. The selected Proposer shall furnish all materials, tools, equipment, supplies, and labor necessary to perform the work. Proposers represents to City, with full knowledge that City is rel ying upon these representations when submitting a Proposal, that Proposer has the professional expertise, experi ence, and manpower to perform the services requested. Proposers shall be licensed by the State of Florida to perform dredging services. The dredging wi ll occur in local City canals and waterways. Therefore, Proposers must have the appropriately sized equipment to work in the local waterways adjacent personal vessels docked behind homes, with many vessels located on lifts. The quality of work is of the essence to limit damage to public and private property. The City does not guarantee any mjnimum or maximum quantities of work as part of this RFP. It is at the City's sole discretion as to the amount of dredging authorized to proceed as part ofthis contract. This Work may be funded from the American Rescue Plan Act (Federal Funding). Therefore, the Proposers must follow the federal requirements identified in Section 5. Proposer(s) shall perform these services and provide all required reports, when app licable, in accordance with established Federal and State guidelines to assure that the City shall have the means to be reimbursed for all eligible expenses with funding from the American Rescue Plan Act (ARPA). Minority Businesses, Women's Business Enterprises, and Labor Surplus Area Firms are encouraged to submit proposals. Compliance with Federal Super Circular "2 CFR Chapter 2, Part 200 et al." is required. Following link to the Federal Super Circular: https://www.gpo.gov/fdsys/granule/CFR-2016-title2- vol 1/CFR-20 l 6-title2-vol l-part200/content-detail.html. A NON-MANDATORY PRE-PROPOSAL CONFERENCE wi ll be held in the City Commission Chambers, located at 2200 N.E. 38th Street, Lighthouse Point, Florida 33064 at 10:00 a.m., local time, on Monday, August l , 2023 Bidding blanks, filing instructions, and specifications may be obtained in the Office of the City Clerk. This Proposal is also advertised on www.Demandstar.com and the Sun Sentinel. It will be the sole responsibility of the Proposer to clearly mark Proposal as such, and ensure that the Proposal reaches the City prior to the operung date and time listed. One (l ) original, five (5) copies, and one (l) USB drive must be submitted in sealed packaging and clearly marked "SEALED PROPOSAL RFP NO. 2023-008 - MUNICIPAL DREDGING SERVICES 2023" on all packaging, including any outer shipping package or envelope. Any uncertainty regarding the time a Proposal is received will be resolved against the Proposer. Proposals will not be accepted from anyone who obtains the Proposal documents from any other party. A certified check, cashier's check, bank officer's check, or bid bond for TEN THOUSAND DOLLARS ($10,000.00), made payable to the City of Lighthouse Point, shall accompany each Proposal. Pursuant to Florida law, all responses to this Request for Proposal are exempt public records until thirty (3 0) days after opening, or award of Proposal, whichever is sooner. ln the event presentations are necessary, all Proposers will be required to exit the room during the presentations of the other Proposers as portions of selection committee meetings at which presentations are made are exempt from Florida's public meeting laws. The City of Lighthouse Point reserves the right to reject any and all Proposals, to waive any and all informalities and irregularities, and to accept or reject all or any part of any Proposal as they deem to be in the best interest of the citizens of the City of Li ghthouse Point, or the City may reject all Proposals and re-advertise. Contact the Office of the City Clerk, at 954-943-6500 with any questions concerning this Request for Proposal. Office of the City Clerk Advertised: Thursday, July 20, 2023 SECTION 1: INSTRUCTIONS TO CONTRACTORS The foll owing instructions are given for the purpose of guiding Proposers in properly preparing their Proposal or Proposals. These instructions have equal force and weight with th e specifications and strict compliance is required with all of these provisions. Selected Proposer and Contractor are used interchangeably in this Request for Proposal. One has the same meaning as the other. Contract and Agreement are used interchangeably in this Request for Proposal. One has the same meaning as the other. I. QUALIFICATIONS OF PROPOSERS: No Proposal will be considered from, nor will any contract be awarded to, any person who is in arrears to the City of Lighthouse Point, upon any debt or contract, or who has defaulted, as surety or otherwise, upon any obli gation to the City, who is deemed irresponsible or unreliable by the City Commission of Lighthouse Point, or is not qualifi ed to participate in the RFP process. Among other qualifications fo und in Appendix G, Proposers (dredging company) must possess at least five (5) years of demonstrated experi ence in dredging services in work similar to the work anticipated in this project. Proposers must have sufficient equipment and qualified staff to complete the work in the time required. The required quali ficatio ns of Proposers are located in Appendix G to this RFP. 2. PERSONAL INVESTIGATION: Proposers shall satisfy themselves by personal investigation and by such other means as they may think necessary or desirable, as to the conditions affecting the proposed work. No information derived fro m maps, plans, specifications, or fro m the City staff shall relieve Proposers from any risk or from fulfilling all terms of the contract, if so awarded. 3. lNCONSISTENCIES: Any seeming inconsistency between different provisions of specifications, Proposal or contract, or any point requiring explanation must be inquired into by Proposers, in writing, at least ten ( I 0) days prior to the time set for opening Proposals. After Proposals are opened, the Proposers shall abide by the decision of the City Administrator or designee as to such interpretation. 4. ADDENDA AND INTERPRETATIONS: No interpretations of the meaning of the specifications or related documents will be made orally to any Proposer. Proposers must request from the Office of the City Clerk such interpretation in writing. To be considered, such request must be received at least ten (10) days prior to the date fi xed for the opening of Proposal s. Any and all interpretations and any supplemental instructions will be in the form of a written addenda whi ch, if issued, wi ll be sent to all prospective Proposers (at the address furnished for such purpose) not later than five (5) days prior to the date fixed for the opening of Proposals if feasible. Fai lure of any Proposer to receive any such addenda or interpretation shall not relieve any Proposer from any obligation under this Request for Proposal. All addenda so issued shall become a part of the Request for Proposal document and ultimately incorporated into the Agreement. Proposer shall verify that they have all addenda before submitting their Proposal. 2 5. PUBLlC ENTITY CRIMES: A person or affiliate who has been placed on the convicted vendor list fo llowing a conviction for a public entity crime may not submit a Proposal on a contract to provide any goods or services to a public entity, may not submit a Proposal on a contract with a public entity fo r the construction or repair of a public building or public work, may not submit Proposals on leases of real property to a public entity, may not be awarded or perform wo rk as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity for a period of thirty-six (36) months from the date of being pl aced on the convicted vend or list. 6. DlSCRIMINATORY VENDOR UST: An entity or affi liate who has been placed on the Florida Department of Management Services' Discriminatory Vendor List may not submit a Proposal. 7. LEGAL CONDITIONS: Proposers are notified to familiarize themselves with the appli cable provisions of the laws and regulations of the United States, the State of Florida, applicable ordinances of Broward County, and with the provisions in the Charter and th e ordinances of the City of Lighthouse Point, including without limitation those relating to dredging services. Any omissions or inconsistencies herein shall not reli eve Proposer of any obligations to comply with such applicable laws, at Proposer's expense. 8. FORMS OF PROPOSALS: Each Proposal and its accompanying statements must be made on the blanks provided. The forms must be submitted in good order and with all the blanks filled in. One (1) original, five (5) copies, and one ( 1) USB drive must be enclosed in a sealed envelope when submitted to the Office of the City Clerk, 2200 N.E. 38th Street, Lighthouse Point, Flori da 33064, and all outer packaging must show the name of the Proposer and be clearly marked "SEALED PROPOSAL RFP NO. 2023-008 -MUNICIPAL DREDGING SERVICES 2023." The Proposal must be signed by one duly authorized to do so. No Proposal wi ll be accepted, for any reason whatsoever, which is not submitted to the Office of the City Clerk as stated above, within the specified time. 9. BID BOND: A certified check, cashier's check, bank officer's check, or bid bond for the sum of TEN THOUSAND DOLLARS ($10,000.00), made payable to the City of Lighthouse Point, Florida, must accompany each Proposal as evidence of the good faith and responsibility of the Proposer. The check or bid bond shall be retained by the City as liquidated damages should the selected Proposer refuse to or fail to enter into a contract with the City within thirty (30) days upon award of the Proposal. Retenti on of such amount shall not be construed as a penalty or forfeiture. The above bid bond or check shall be a guarantee that the Proposer shall furnish the specified work identified in the Request for Proposal. The check or bid bond accompanying the Proposal of the selected Proposer shall be returned to the selected Proposer after entering into a contract with the City. The checks or bid bonds of the Proposers not selected will be returned upon entering into a contract with the selected Proposer, so long as the Proposers have not forfeited such. 10. FIL LING IN PROPOSALS: All prices must be written in the Proposal and all Proposals must ful ly cover all items for which Proposers are asked and no other. Proposer shall distinctly state such fact and shall state that the Proposal is, in all respects, fair and without collusion or fraud. Where more than one person is interested, it is required th at all persons interested or their legal representative make all ve rification and subscribe to the Proposal. 11. PROPOSALS FIRM FOR ACCEPTANCE: Proposer warrants, by virtue of submitting a Proposal, that the Proposal and the pri ces quoted in the Proposal will be firm for acceptance by the City for a period of ninety (90) days from the date of Proposal opening. Should Proposer withdraw a Proposal for any reason within the above time period, it shall forfeit the bid bond should it do so. 12. WTTHDRA WALS : Any Proposer may, without prej udi ce to him self, withdraw their Proposal at any time prior to the expiration of the time during which Proposals may be submitted. Such request for withdrawal must be in writing and signed in the same manner and by the same person who signed the Proposal. After expiration of the period for receiving Proposals, no Proposal can be withdrawn, modified, or explained, and any such wi thdrawal, or attempt to modify or explain a Proposal, shall result in the forfeiture of the bond. 3 13. CAUSES FOR REJECTION: No Proposal wi ll be canvassed, considered, or accepted which, in the opinjon of the City Administrator, is informal or unbalanced, or contains inadequate or unreasonable prices for any items; each item must carry its own proportion of the cost as nearly as is practicable. Any alteration, erasure, interlineations, or failure to specify all items called fo r in the sched ule shall render the Proposal informal. 14. REJECTION OF PROPOSALS: The City reserves the right to reject any Proposal if the evidence submitted by the Proposer, or if the investigation of such Proposer, fails to satisfy the City that such Proposer is properly qualified to carry out the obligations and to complete the work contemplated. Any or all Proposals will be rejected if there is reason to believe that collusion exists among Proposers. A Proposal will be considered irregular and may be rejected if it shows serious omissions, alterations in form, additions not called for, conditions or unauthorized alternates, or irregularities of any kind. The City reserves the right to reject any and all Proposals, to waive any and all informalities and irregularities, and to accept or reject all or any part of any Proposal, and to waive such technical errors as may be deemed to be in the best interest of the City, or the City may reject Proposals and re-advertise. 15 . A WARD OF CONTRACT: The City wi ll award the Contract to the to the Proposer whose Proposal is determined to be the most advantageous to the City taking into consideration price and the evaluation factors and criteria set forth in the RFP as determined by the Selection Committee. In the event the selected Proposer does not execute an Agreement with the City within thirty (30) days upon award of the Proposal or provides information that the selected Proposer cannot do so, the award may be canceled and the City will have the right to pursue its legal remedies, including a claim on the bid bond. Additionally, the work may be awarded to the next Proposer whose Proposal is determined most advantageous to the City taking into consideration the evaluation factors and criteria set forth in the RFP at the discretion of the City Commission. If this occurs, the second selected Proposer shall fulfill every stipulation as if the original party to whom award was made. 16. AGREEMENT: The Proposer to whom award is made shall execute a written agreement to do the work. The form of Agreement is attached hereto, and wi ll include specific insurance and indemnification requirements. Any questions or concerns about the Agreement must be submitted witrun the same deadline as requests for interpretations above. The selected Proposer is expected to sign the Agreement as provided herein. 17. PAYMENT: Final payment wi ll be made on each Work Order when all work is completed to the satisfaction of the City Administrator or designee. Selected Proposer can submit payment requests no more than monthly. 18. AUDIT OF CONTRACTOR'S RECORDS : Upon award , the City reserves the right to conduct any necessary audit of the selected Proposer's records. Such an audit, or audits, may be conducted by the City or its representatives at any time prior to final payment, or thereafter, for a period up to three (3) years. The City may also require submittal of the records, at no cost to the City, from the Contractor, the subcontractor, or both. For the purpose of this Section, records shall include all books of account, supporting documents and papers deemed necessary by the City to assure compliance with the Request for Proposal provisions. Failure of the Selected Proposer to comply with these requirements may result in disqualification or suspension from bidding for future work or disapproval as a subcontractor at the option of the City. The selected Proposer shall assure that their subcontractors provide access to their records pertaining to the project upon request by the City. 19. Non-Mandatory Pre-Proposal Conference: A non-mandatory Pre-Proposal Conference will be held in Fletcher Hall, located at 2200 N.E. 38th Street, Lighthouse Point, Florida 33064, at 10:00 a.m., on Tuesday, August 1, 2023. 20. PERFORMANCE BONDS: Selected Proposer shall execute and furnish to City a Performance Bond and a Payment Bond, each written by a corporate surety, having a resident agent in the State of Florida. The surety company shall have at least the following minimum qualification in accordance with the latest edition of A.M. Best's Insurance Gwde, published by Alfred M. Best Company, Lnc., Ambest Road, Oldwick, New Jersey 08858: A to A+. The penal sum stated in each bond shall be the amount equal to the total one hundred twenty-five percent (125%) of the amount payable under the terms of the contract for each work order. Work will be assigned by 4 individual work order. The performance bond shall be conditioned that the selected Proposer perform the work in the time and manner prescribed in each work order. The payment bond shall be conditioned that the selected Proposer promptly make payments to all persons who supply the selected Proposer with labor, materials and supplies used directly or indirectly the prosecution of the work. Pursuant to the requirements of Section 255.05(1 )(a), Florida Statutes, it shall be the duty of the selected Proposer to record the aforesaid payment and performance bonds in the public records of Broward County, with the selected Proposer to pay all recording costs. 21. WARRANTY: The selected Proposer shall correct any defective or faulty work or material which appears within one (1) year after completion of the work. 22. QUESTIONS ABOUT THE RFP: Questions regarding the project or the Proposal process shall be directed in writing to the Office of the City Clerk, City of Lighthouse Point, 2200 N.E. 38th Street, Lighthouse Point, Florida 33064 or by email to lhpadmin@lighthousepointfl.gov no later than August 11 , 2023, at 2:00 p.m. local time. Failure by the City to respond to an inquiry shall not excuse a late or incomplete submission. 23. LOBBYISTS: Pursuant to Broward County Ordinance 2011-19, Lobbyists, and any of their principals or employers attending such meeting, are required to complete a Contact Log contemporaneously with the meeting. City of Lighthouse Point Ordinance 2011-0897 requires Lobbyists to register with the City PRIOR to engaging in lobbyist activities within the City. Contact with personnel of the City of Lighthouse Point other than the City Clerk or designated representative regarding the RFP shall be grounds for elimination and disqualification from the selection process. SECTION 2: GENERAL INFORMATION 1. The City of Lighthouse Point is interested in obtaining Proposals for the services of an experienced and qualified dredging Contractor. The City desires to hi re a Contractor that takes extreme pride in their work and will perform the dredgi ng services in a safe and timely manner, with little disruption to residents and boaters. The Contractor will supply all labor, materials, equipment, and dredge spoils removal and disposal. The permit from the Florida Department of Environmental Protection wi ll be obtained by the City. 2. The City proposes to perform maintenance dredging of the navigable channel of various canals and waterways. The attached exhibit shows waterways and canals in need of dredging based on a bathymetric survey of all City canals performed in 2022. The work assigned to the Contractor will be given in the form of a Work Order. The City does not expect to pay a mobi lization charge for each Work Order unless there is a lapse of time when Work Orders are issued by the City. 3. Based on the full y developed nature of the urban canals, limited availability of right of way or other City property for stockpiling, and the presence of fixed bridges, a combination of mechanical and hydraulic dredging may be needed to satisfy the stated requirements. It wi ll be the responsibility of the Contractor to dispose of all dredged materials in accordance with federal, state, and local standards as required by the government agencies having jurisdiction where the dredged material is placed. There are no lots or locations in the City that are available for the storage or transfer of spoils materials. It is the responsibility of the Contractor to make arrangements for the storage, transfer, and disposal of spoils outside the limits of the City, including obtaining all required permits and authorizations for such storage, transfer and disposal. 4. The presence of dredging equipment in the channel wi ll impact local boating traffic. Accommodations must be made to allow boaters to occasionally pass during dredging operations. The work sites must remain safe for boaters. All equipment must be moved from the navigable channel after work hours. Standard commercial work hours in the City are from 8 am to 6 pm, Monday through Friday. Weekend and holiday work is prohibited without advance written consent from the City Administrator or designee. 5. The initial term of the contract is for a period of five (5) years with three (3) one-year renewal options. 5 6. Proposers will have the required equipment and sufficient personnel for the work specified. Proposers are required to submit the information fo und in Appendix G of the RFP. Part of the selection process is to review the qualifications of the Proposers as well as their cost proposal. 7. It is the responsibility of Proposers to conduct a visual on-site inspection of City waterways and canals. Proposals received from companies that have not performed an on-site inspection prior to submitting the Proposal may be disqualified. 8. Selected Proposer shall maintain the work area, and keep area and waterways and canals free of trash and debris and pollution. 9. Selected Proposer shall be responsible for repairs or replacements of municipal property and private property that are damaged from actions of the Selected Proposer. Replacement and/or repairs of damaged property will be at selected Proposer's expense and must meet the sati sfaction of the City and the property owner. Selected Proposer shat I immediately contact the City of any damaged property during the project time. 10. Proposers must have appropriate State and County licenses to conduct dredging in waterways. 11. Selected Proposer will be required to provide municipal dredging services. Areas to be serviced include canals and waterways within the City of Lighthouse Point. The Contractor shall furnish all of the material s, tools, supplies, equipment, vehicles and labor necessary to perform the municipal dredging services work. Proposer represents to City with full knowledge that City is relying upon these representations when submitting a Proposal, that Proposer has the professional expertise, experience, and manpower to perform the dredging services requested. The Selected Proposer's bid shall bear all costs associated wi th the Project. 12. Contractor will supply all equipment, vehicles, boats, barges, labor, turbidity barriers, safety equipment and signage, and supervisory personnel needed to fulfill this Contract. A supervisor will be available on site at all times whi le dredging crews are performing services under this Contract. Contractor vehi cles and vessels must include signage reflecting the name of the company. Contractor shall provide City Administrator with contact information for an employee of Contractor who can immediately respond to and address issues at any time during the Work. 13. There will be two Works Orders for year I. Each Work Order would remove approximate ly 4,000 cubic yards of silt and sediment (spoils) that has collected in the channel as a result of storm water runoff and tidal flow, for a total of 8,000 cubic yards. Additional dredging is anticipated to be added; however, there is no guarantee as to how much work the Contractor will be authorized to perform. A soi Is report discussing the general condition and contents of the material is available as well as a seagrass survey and permitting documents. Dredging is required to a depth of -5.0 feet belo w mean low water (ML W) and the typical channel bottom width of forty ( 40) feet. No excavation shall be performed any closer than twenty (20) feet from any seawall or fi xed bridge, except for mi nimal non-navigati onal storm drain outfall work specifically directed in advance by City's representative. 14. Excavated material shall be hauled in barges, trucks, trailers, or other vehicles or vessels which are constructed tightly enough to prevent leakage or spi llage onto City streets or waterways. Contractor wi ll be responsible for cleaning up such leakage and spillage should it occur. Di sposal area wi ll be located outside of the City at the expense of the Contractor. Contractor is responsible for proper di sposal of the spoils in accordance with all environmental standards and shal I provide verification of such upon request from the City. 15. It is the Contractor's responsibility to make their own field investigation to determine the availability and suitability of excavated material transfer areas. 16. Equipment setup shal l be performed in a manner that is approved by all relevant regulatory agencies and the City Administrator or designee. Work areas in all canals are accessible via the lntracoastal Waterway. 6 17. For purposes of this work, "rock" applies to any naturally occurring bed of hard cemented material which cannot be excavated with the equipment used for dredging sand and silt (spoils). Rock is material which is so hard or tightly cemented that a drop punch or other mechanical means is necessary to break up the material prior to it being removed by the dredgi ng equipment. The intent of this Work is 'maintenance dredging." Should rock be encountered, the City may direct the Contractor to allow the material to remain or to excavate to a lesser width or depth, thus minimizing the removal of rock material. The primary consideration in such cases will be the effect on navigation. Any rock excavation work must have City approval to proceed, at an agreed upon price upon the issuance of the Work Order. 18. Quantities for bidding purposes are estimates only. Quantities for payment shall be based on the volume of material (cubic yards) hauled from the work area. Total vo lume shal l be determined based on the volume of each type of material per truck or vessel load, with an accurate and verifiable count of the number of truck or vessel loads being kept by the Contractor and the City's representative on the job. 19. Hauling vehicles and vessels shall be measured by the Contractor, and witnessed by the City, to determine the inside dimensions of length, width, and height of cargo area. Height shall be measured from the "floor" vertically up to the lowest point or rim of overflow of the cargo area. 20. Items of work under this Contract have been established to provide a basis for field measurement and a unit price based strictly on a per cubic yard price. It is acknowledged that dredging of the designated canals will require movement of the barges and equipment, utilization of several different excavated material transfer areas, and restoration of those areas. Payment for these moves, reduction in productivity, utilization, and restoration of work areas will be included in the unit prices bid. The basis of payment shall be the unit price bid per cubic yard for the quantity of spoils material excavated, hauled, and disposed of by the Contractor. 21. Type of equipment and method of operation is the Contractor's option with the following exception(s): a) Sauerman drag-type equipment pulled back and forth between a pair of barges is not acceptable. b) Barges must have sides. Loading and unloading must be done in such a way so that no sand or other material is lost over the sides of the barge during loading, un loading, or transit. c) Under no circumstances will the use of explosives be permitted. 22. One (I) canal to be dredged during the term of this Agreement is a dead-end canal with access under a fixed bridge. 23. [n the event pri vate owners wish to contract for the removal of additional bottom material along their seawalls or docks, no such work shall be performed until the completion of all work under an active Work Order. Any work done for private owners shall be under separate written contract between the property owner and the Contractor only. The City will not be a party to said private contract and will not incur any liability for damages resulting from work thereunder, nor will it incur any responsibility for correcting said damages. 24. Canals and waterways included in this Work were approved by the Broward County Department of Planning and Environmental Protection. Only areas approved and licensed by Broward County will be dredged. 25. The Contractor shall comply with all requirements set forth by regulatory agency permits, including water quality and registration with Florida Department of Natural Resources as required by FS 370.034. Contractor shall further be fully responsible for complying wi th all local, state, and federal rules, regulations, ordinances, and statutes applicable to the dredging, transporting, and disposal of material under this Contract. 26. All work shall be scheduled through the City representative designated by the City Administrator through written Work Orders. All Work included in a Work Order must be started within forty-five ( 45) days of a Notice to Proceed date. Contractor must complete each Work Order within the time designated in the Work 7 Order depending on the volume of Work. Time extension may be granted by the City's representative for reasonable causes substantiated by the Contractor. Work Orders must be approved in advance by the City's representative. 27. Selected Proposer(s) shall perform these services and provide all required reports, when applicable, in accordance with established Federal and State guidelines to assure that the City shall have the means to be reimbursed for all eligible expenses with funding from the American Rescue Plan Act (ARPA). Minority Businesses, Women's Business Enterprises, and Labor Surplus Area Firms are encouraged to submit proposals. Compliance with Federal Super Circular "2 CFR Chapter 2, Part 200 et al." is required. Following link to the Federal Super Circular: https://www.gpo.gov/fdsys/granule/CFR-20 l 6-title2-vol l/CFR-20 l 6-title2- vol 1-part200/content-detail.html. SECTIO 3: INSURANCE REQUIREME TS Contractor wil I have the proper insurance coverage and documents for this type of project, which will include: 1. Comprehensive General or Commercial Liability: Contractor shall provide Comprehensive General or Commercial Liability lnsurance, including the City of Lighthouse Point, as an additional insured, with minimum limits of One Million Dollars ($1,000,000) per occurrence, combined single limit for Bodily Injury Liability and Property Damage Liability. Contractor shall provide Two Million Dollar ($2,000,000) annual aggregate Comprehensive General Liability coverage. City shall be named as an additional insured. Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office. 2. Worker's Compensation: Contractor shall comply with statutory obligations imposed by Worker's Compensation or Occupational Disease Laws, including, the United States Longshoremen's and Harbor Worker's Act, the Federal Employer's Liability Act and the Homes Act. Employer's Liability insurance shall be provided with a minimum of One Million Dollars ($1,000,000) limit, and One Hundred Thousand Dollars ($100,000) per accident. Contractor agrees to be responsible for the employment, conduct and control of its employees and for any injury sustained by such employees in the course of their employment. Contractor shall provide Worker's Compensation and Empl oyer's Liability lnsurance for the benefit of Contractor's work force in accordance with State Statutes. 3. Business Automobile Liability: Contractor shall provide Business Automobile Liability with minimum limits of One Million Dollars ($1,000,000) per occurrence combined single limit fo r Bodily Injury Liabili ty and Property Damage Liability. The City shall be named as an additional insured in respect to this Agreement. Certificates evidencing the required limits will be provided to the City annually on the anniversary date of the Agreement. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobi le Liability policy, without restrictive endorsements, as filed by the Insurance Services Office. 4. Certificates of Insurance: Before commencing performance of the Agreement, the Contractor shall furnish the City of Lighthouse Point a duplicate policy of Certificate of Insurance for the required insurance as specified above, which shall contain the foll owing: a) Name of insurance carrier(s) b) Effective and expiration dates of policies c) Thirty (30) days written notice by carrier of any cancellation or material change in any policy d) Duplicate Policy or Certificates of Insurance stating that the interests of the City of Lighthouse Point, Florida, is included as an additional named insured, and specifying the project/location. Such insurance shall apply despite any insurance which the City of Lighthouse Point may carry in its own name. 5. Subcontractor Insurance: Contractor is advised to require all of its subcontractors to provide the aforementioned coverage as well as any other coverages that the Contractor may consider necessary, and any 8 deficiency in the coverages or policy limits of any subcontractors will be the sole responsibility of the Contractor. SECTION 4: INDEMNITY The Contractor agrees to protect, defend, indemnify, and hold harmless the City of Lighthouse Point, its officers, employees, and agents from and against any and all lawsuits, penalties, damages, settl ements, j udgments, decrees, costs, charges, and other expenses or li abilities of every kind in connection with or arising directly out of the Work agreed to be performed herein, to the extent caused by the negligence, reckl essness, or intentional wrongful misconduct of Contractor, its employees, servants, agents, and subcontractors. Without limiting the fo regoing, any and all such cla ims, suits, etc., relating to personal injury, death, damage to property, defects in materials or workmanship, actual or alleged infringement of any patent, trademark, copyright or of any other tangible or intangible personal or property right, or any actual or alleged violation of any applicable statute, ordinance, administrative order, rule or regulati on or decree of any court, is included in the indemnity. Contractor further agrees to investigate, handle, respond to, provide defense for, and defend any such claims, etc., at their sole expense and agrees to bear all other costs and expenses related thereto, even if the claim(s) is groundless, fal se, or fraudulent. In case of irtjury to persons, animals or property, real or personal, by reason of failure to erect or mai ntain proper and necessary barricades, safeguards and signals or by reason of any negli gence of any Contractor, subcontractor or any of the Contractor's agents, servants, or employees duri ng the performance of the Work before the estimates have become due under this Contract, the City may, through its officials, withhold such payments as long as it may deem necessary for the indemnity of the City as Owner, provided that the failure to pay the same shall not be construed or considered as a waiver of the indemnity as hereinabove set forth. SECTION 5. AMERICAN RESCUE PLAN ACT FUNDING (Federal Funding) This Work may be funded from the American Rescue Plan Act (Federal Funding). Therefore, the Selected Proposer/Contractor must follow the federal requirements identified in Section 5. The American Rescue Plan Act emphasizes resilience, long-term investments, and using funds to combat the severe public health and economic crises created by the COVID-19 pandemic. The SLFRF program ensures that state, local, and Tribal governments have the resources needed to fight the pandemic, sustain and strengthen the economic recovery, maintain vital public services, and make investments that support long-term growth, opportunity, and equity. Treasury looks forward to supporting and engaging with state, local, and Tribal governments as they use th ese f unds to make transformative investments in their communities. Finally, with so many pressing and effective ways to use SLFRF funds, there is no excuse for waste, fraud, or abuse of these funds." The American Rescue Plan Act's funds must be used for costs incurred on or after March 3'\ 2021. These funds must be obligated by December 31 st, 2024, and expended by December 31't, 2026. Per reporting guidelines, the City will commence reporting by April 301\ 2022, and annually thereafter. Eligible uses of the ARPA funds are as follows: addressing public health, negative economic impacts, services to disproportionately impacted communities, premium pay, infrastructure, revenue replacement, administrative, and others. The funds shall not be spent to offset a reduction in net tax revenue, deposit into pension funds, debt service, and replenishing reserves, settlements, and judgments. The consultant services firm shall spend funds to support the Bridges Project conducted through ARP A for the City's general government provisions and will abide by the eligibility regulations and guidance of the ARP A. I. The provisions in Section 5 shall apply to Work Orders issued under the Agreement fo r projects that are federally funded. The Work Order sha ll specifically identify that this Section for Federally Funded Projects shall apply to such Work Order. II. The CONTRACTOR and any and all of its subcontractors, shall comply with 2 CFR 200.327 and 2 CFR Part 200 Appendix II. A breach of this or any of the below provisions may be grounds for termination of the agreement, or for debarment of the CONTRACTOR 9 Ill. Provisions for federally fu nded projects in appl icable Work Orders: 5.1 ondiscrimination and Equal Opportunity Employment 5.1.1 The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenti ceship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscri mination clause. 5.1.2 CONTRACTOR will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. 5.1 .3 CONTRACTOR will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 5.1.4 CONTRACTOR will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 5.1.5 CONTRACTOR will furn ish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and wil l permit access to his books, records, and accounts by the adm inistering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such ru les, regulations, and orders. 5.1.6 ln the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions as may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 5.1.7 CONTRACTOR will include the portion of the sentence immediately preceding paragraph (l) and the provisions of paragraphs ( 1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or ven dor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States. 5.2 Compliance with the Copeland "Anti-Kickback" Act 5.2.1 CONTRACTOR shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. 10 5.2.2 Subcontracts. The CONTRACTOR or subcontractor shall insert in any subcontracts the clause above and such other clauses as may by appropriate in structions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsib le for the compliance by any subcontractor or lower tier su bcontractor with all of these contract clauses. 5.2.3 Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R.§ 5.12. 5.3 Compliance with the Contract Work Hours and Safety Standards Act 5.3.1 Overtime requirements. No CONTRACTOR or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-halftimes the basic rate of pay for al l hours worked in excess of forty hours in such workweek. 5.3.2 Violation; liability for unpaid wages; liquidated damages. 1n the event of any violation of the clause set forth in paragraph (1) of this section the CONTRACTOR and any subcontractor responsible therefor shall be liable for the unpaid wages. 1n addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of$ lO for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph ( 1) of this section. 5.3.3 Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is he ld by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such CONTRACTOR or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. 5.3.4 Subcontracts. CONTRACTOR or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (I) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime CONT R ACTOR shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (I) through (4) of this section. 5. 4 Clean Air Act 5.4.1 CONTRACTOR agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. 5.4.2 CONTRACTOR agrees to report each violation to the (name of the state agency or local or lndian tribal govern ment) and understands and agrees that the (name of the state agency or local or Indian tri bal government} will, in tum, report each violation as required to assure notification to the (name of recipient), federal awardi ng agency, and the appropriate Environm ental Protection Agency Regional Office. 5.4.3 CONTRACTOR agrees to include these requirements in each subcontract exceeding $150,000 11 financed in whole or in part with Federal assistance. 5.5 Federal Water Pollution Control Act 5.5.1 CONTRACTOR agrees to comply with al l applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 125 l et seq. 5.5.2 CONTRACTOR agrees to report each violation to the (name of the state agency or local or Indian tribal government) and understands and agrees that the (name of the state agency or local or Indian tribal government) will, in tum, report each violation as required to assure notification to the (name of recipient), fed era I awarding agency, and the appropriate Environmental Protection Agency Regional Office. 5.5.3 CONTRACTOR agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance. 5.6.0 Suspension and Debarment 5.6. l This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the CONTRACTOR is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R.§ 180.940) or disqualified (defined at 2 C.F.R. § 180.935). 5.6.2 The CONTRACTOR must comply with 2 C.P.R. pt. 180, subpart C and 2 C.P.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. 5.6.3 This certification is a material representation of fact relied upon by (insert name of subrecipient). If it is later determined that the contractor did not comply with 2 C.P.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies avai lab le to (nam e of state agency serving as recipient and name of subrecipient), the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. 5.6.4 CONTRACTOR agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The CONTRACTOR further agrees to include a provision requiring such compliance in its lower tier covered transactions. 5.7 Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352 (as amended) Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attem pting to influence an officer or employee of any agency, a member of Congress, officer or em ployee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to ti er up to the recipient. 5.8 Preference for Purchase, Acquisition, or Use of Goods Products, or Materials Produced in the United States As appropriate and to the extent consistent with law, the non-Federal entity should, to the greatest extent practicable under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (i ncluding but not I imited to iron, aluminum, steel, cement, and other 12 manufactured products). The requirements of this section must be included in all subawards including all contracts and purchase orders for work or products under thi s award. For purposes of this section: "Produced in the United States" means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. "Manufactured products" means items and construction materials composed in whol e or in part of non-ferrous metals such as aluminum; pl astics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. 5.9 Maximum use of products containing recovered materials 5.9.1 In the performance of this contract, CONTRACTOR shall make maximum use of products containing recovered materials that are EPA designated items unless the product cannot be acquired; ( i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) at a reasonable price. 5.9.2 Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, http: ',www.epa.gov cpg/. The list of EPA-designate items is available at http:, www.epa.gov cpg/products.htm. 5.10 No Obligation by Federal Government The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, CONTRACTOR, or any other party pertaining to any matter resulting from the contract. 5.11 .Program Fraud and False or Fraudulent Statements or Related Acts CONTRACTOR acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the CO TRACTOR'S actions pertaining to this contract. 5.12 Davis-Bacon For infrastructure projects greater than ten million dollars ($10,000,000.00), CO TRACTOR shall comply with the requirements of the Davis-Bacon Act, 40 U.S.C §§3141-4144 and 3146-3148, as supplemented by Department of Labor regulations 29 CFR Part 5, w hich are incorporated herein where this paragraph is applicable. 5.13 Rights to In ventions Made Under Contract or Agreement. If the Federal award meets the definition of "funding agreement" under 37 CFR § 401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 3:' Cr R Part 401 , "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. 5.14 Huawei Technologies Company or ZTE Corporation CONTRACTOR is prohibited from obligating/expending funds to: Procure or obtain; 13 Extend or renew a contract to procure or obtain; or Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered tel ecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115-232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). For the purpose of public safety, security of government facilities, phys ical security survei llance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Di gital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). Telecom munications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National [ntelligence or the Director of the Federal Bureau of In vestigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered fo reign country. In implementing the prohibition under Public Law 115-232, section 889, subsection (f), paragraph (l), heads of executive agencies administering loan, grant, or subsidy programs shall prioritize available funding and technical support to assist affected businesses, institutions and organizations as is reasonably necessary for those affected entities to transition from covered communications equipment and services, to procure replacement equipment and services, and to ensure that communications service to users and customers is sustained. 5.15 Contracting with Small and Minority Businesses, Women's Business Enterprises, and Labor Surplus Area Firm s The CONTRACTOR must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used when possibl e. Requiring the prime CONTRACTOR, if subcontracts are to be let, to take th e affirmative steps listed in paragraphs (1) th ro ugh (5) of this section. Affirmative steps must include: 5.15.1 Placing qualified small and minority busin esses and women's business enterprises on solicitation lists; 5.15.2 Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; 5.15.3 Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; 5.15.4 Establishing delivery schedules, where the requirement permits, which enco urage participation by small and minority businesses, and women's business enterp rises; 5.15.5 Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. SECTIO 6: SELECTION PROCESS The Selection Committee will evaluate the Proposals, references, and company information provided by Proposers, as contained in their submittals. Each firm must submit documents that provide evidence of capability and willingness to provide the services required for the Selection Committee's review. The score shall be determined by the Selection Committee at a meeting, portions of which may involve presentations by Proposers or question and answer sessions involving Proposers is exempt from Florida's public meeting requirements pursuant to Section 286.0113, Florida Statutes. Certain information that is exempt from public 14 records pursuant to Section 119 .071 ( l )(b) or ( c ), Florida Statutes, may not be disclosed during such meeting. The Selection Committee will rank proposers on a weighted score. City wi ll award the work to the Contractor that is the most advantageous to the City taking into consideration price and the evaluation factors and criteria set forth in the RFP. Scoring Criteria Criteria Weight Experience of Company and References 10% Qualifications -Appendix G 20% Price 70% Total 100% Experience of Company and References (10%): The degree to which the Contractor has demonstrated experience in providing quality dredging se rvices. References provided. Qualifications (20%): Qualification information provided by the Proposer -Appendix G. Price (70%): Price must include all services identified in the RFP including disposal. SECTION 7: GOVER ING LAW Interested Contractors will agree that the contracts shall be governed by the laws of the State of Florida. Subject to provisions hereof relating to arbitration, any claim, objection or di spute arising out of this Agreement shall be litigated in the Seventeenth Judicial Circuit in and for Broward County, Florida. THE PARTIES KNOWINGLY, VOLUNTARILY AND UNEQUIVOCALLY WAIVE THEIR RIGHT TO A TRIAL BY JURY FOR ANY CLAIMS WHETHER IN CONTRACT, TORT OR STATUTE, ARISING OUT OF OR RELATING TO THTS AGREEMENT. SECTION 8: PROPOSAL PACKAGE Each Contractor is required to complete and submit the following information with their Proposal: A. Proposal Form B. Proposer's Information Sheet C. Drug-Free Workplace Certification of Compliance D. Non-Collusion Affidavit E. Scrutinized Company Certification, pursuant to Florida State Statute 287.135 F. E-Verify Form, pursuant to Florida Statute 448.95 G. Qualifications -Additional information such as qualifications, references, technical information, and company information, etc. H. No Federal Appropriated Funds Requirement L Documentation from State of Florida Division of Corporations confirming that Contractor is authorized to do business in the State of Florida. J. Bid Bond REMAINDER OF THIS PAGE INTE TIONALLY LEFT BLANK 15 ATTACHME TA "MU ICIPAL DREDGING SERVICES 2023" RFP# 2023-008 PROPOSAL FORM Proposal of (Company Name) (Address, City, State, Zip, Phone Number) TO: City of Lighthouse Point Attention: City Clerk 2200 N.E. 38th Street Lighthouse Point, FL 33064 The undersigned, as Proposer, hereby declares that the on ly person or persons interested in the Proposal, as principal or principals, is or are named herein and that no other persons than herein mentioned has any interests in the Proposal of the contract to whi ch the Work pertains; that this Proposal is made without connection or arrangement with any other person, company, or parties making Proposals and that the Proposal is in all respects fair and made in good fai th wi thout collusion and fraud . The Contractor further declares that he has examined the Request for Proposal and understands the equipment and materials that are desired, that he has made sufficient investigations to fully satisfy himself that such labor, material, and equipment are avai lable, and he assumes fu ll responsibility therefore; that he has examined the specifications fo r the Work and from their own experience or from professional advice that the specifications are sufficient for the labor, eq uipment and materials to be provided, and has the Request for Proposal, Detailed Scope of Work/Specifications, Qualification Statement, Publi c Entity Crime Form, and he has read all addenda prior to the opening of Proposals, and the he has satisfied himself fully, relative to all matters and conditions with respect to the Work to which this Proposal pertains. The Contractor proposes and agrees, if this Proposal is accepted, to begin the project no later than thirty (30) days of the award of the Proposal to Proposer, and complete the project no later than ninety (90) days after Proposal award. REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK 16 Table 1. Municipal Dredging Services with access unrestricted. Disposal Included. Year Price Per Cubic Yard X 4,000 Mobilization For Each Work Total One Cubic Yards= Order= Year Price Per Cubic Yard X 4,000 Mobilization For Each Work Total One Cubic Yards= Order= Year Price Per Cubic Yard X 4,000 Mobilization for Each Work Total Two Cubic Yards= Order= Year Price Per Cubic Yard X 4,000 Mobilization for Each Work Total Three Cubic Yards= Order= Year Price Per Cubic Yard X 4,000 Mobilization for Each Work Total Four Cubic Yards= Order= Year Price Per Cubic Yard X 4,000 Mobilization for Each Work Total Five Cubic Yards= Order = Table 2. Municipal Dredging Services with access under fixed bridges. Disposal Included. Year Price Per Cubic Yard X 4,000 Mobilization For Each Work Total Two Cubic Yards Order= Proposer: Address: Name: Title: Email Address: ---------------- Phone Number: ---------------- Fax Number: 17 ATTACHMENT B PROPOSER'S INFORMATION SHEET Number of years your company has been in business as a dredging contractor: _______ _ List of similar projects, locations, and dates of completion: Project Location Date Completed Contact ame/Phone # Has this company ever fail ed to complete work awarded to it? _____ . If yes, where, when and why? Have you personally inspected the City waterways and canals? _______________ _ Will this company be using subcontract labor? ____ If yes, name of primary subcontractor. Does this company own the equipment needed to perform this work? ______________ _ Will this company need to rent additional equipment? ____________________ _ Provide a list of vehi cles, vessels, and equipment that will be used on this project. Provide Written Description Qualifications: (Attached company brochure or fact sheet if available) Certificate of Competency Number of Qualifying Agent: Effective Date: Expiration Date: Licensed in: -------------------------------------(County/State) Engineering Contractor's License#: ___________________________ _ Expiration Date: ------------------------------------ 18 NOTE: A Broward County Engineering Contractor's License and/or th e appropriate license issued by the State of Florida is required for working within public rights-of-way. Contractor must have proper licensing prior to submitting bid and must submit evidence of same with bid. Insurance limits: A. Workmen's Compensation - limit per accident $ ______________ _ B. Comprehensive General Liability - limit per occurrence $ C. Business and Automotive liability- limit per occurrence $ ______________ _ D. Other: $ ______________ _ (Contractor will be required to furnish documentation if awarded the contract) Is this company a subsidiary? _________ _ If yes, name of Parent company. ________ _ Names of principals or officers: Name Title Name Title Names of principals or officers of Parent Company, if any: Name Title Names of principals or officers of Primary Subcontractor, if any: Name Title Proposer: _________________ _ Address: -------------------- Phone umber: ----------Fax Number: ________ _ Email : ----------------------------- By: Signature Printed Name, Title 19 ATTACHMENT C DRUG-FREE WORKPLACE CERTIFICATION OF COMPLIANCE The undersigned Contractor (finn) m accordance with Chapter 287.087, Florida Statutes, hereby certifies that ________________ does: (Name of Company) 1. Publish a statement notifying employees that the unlawful manufacturing, distribution, dispensing, possession, or use of a controlled substance is prohjbited in the workplace and specify the actions that will be taken against employees for violations of such prorubition. 2. lnfonn employees about the dangers of drug abuse in the workplace, the business's policy of mmntaining 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 contractual serv ices that are under Proposal a copy of the statement specified in subsection (1). 4. Notify the employee that in accordance with the statement specified in subsection (1), as a condition of workjng on the contractual services that are under Proposal, the employee will abide by the tenns of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employer's community, by any employee who is so convicted. 6. Make a good fmth effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that tru s firm complies fully with the above requirements. Signature Print Name Title Date ST A TE OF FLORIDA ) ) SS: COUNTY OF ------) BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared ________ as-------~ of ________ ~ an organization authorized to do business in the State of Florida, and acknowledged and executed the foregoing AGREEMENT as the proper official of __________ for the use and purposes mentioned in it and affixed the official seal of the corporation, and that the instrument is the act and deed of that corporation. He/She is personally known to me or has produced ____________ as identification. IN WITNESS OF THE FOREGOING, I have set my hand and official seal in the State and County aforesmd on this ____ _ day of ______ ~ 2023. NOTARY SEAL (Notary Signature) 20 ATTACHMENT D NON-COLLUSION AFFIDAVIT The undersigned individual, being duly sworn, deposes and says that: I. He/She is ______ of ________ the Contractor that has submitted the attached Proposal; 2. He/She is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 3. Such Proposal is genuine and is not a collusive or sham Proposal; 4. Neither said Contractor nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, connived, or agreed, directly or indirectly, with any other Proposer, firm, or person to submit a collusive or sham Proposal in connection with the Agreement for which the attached Proposal has been submitted, or to refrain from proposing in connection with such Agreement, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Proposer, firm, or person to fix the price or prices in the attached RFP, or of any other Proposer, or to fix any overhead, profit or cost element of the Proposal or the response of any other Proposer, or to secure through any collusion, connivance, or unlawful agreement any advantage against the City of Lighthouse Point, Florida or any person interested in the proposed Agreement; and 5. The cost Proposals in the attached R.FP are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Contractor or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. Signature Title ST A TE OF FLORIDA COUNTY OF -------) Print Name Date ) ) ss BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared ________ as -------~ of--------~ an organization authorized to do business in the State of Florida, and acknowledged and executed the foregoing Agreement as the proper official of __________ for the use and purposes mentioned in it and affixed the official seal of the corporation, and that the instrument is the act and deed of that corporation. He/she is personally known to me or has produced ____________ as identification. lN WITNESS OF THE FOREGOING, I have set my hand and official seal in the State and County aforesaid on this _____ day of ______ ~ 2023. Notary Seal Signature of Notary Public 21 ATTACHME TE CERTIFICATION PURSUA T TO FLORIDA STATUTE 287.135 I, __________________ , on behalf of _____________ _ Print Name and Title Company Name Certify that ______________ does not: Company Name l. Participate in a boycott of Israel; and 2. ls not on the Scrutinized Companies that Boycott lsrael List; and 3. Is not on the Scrutinized Companies with Activities in Sudan List; and 4. ls not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and 5. Has not engaged in business operations in Syria. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to the Contractor of the City's determination concerning the false certification. The Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. lf the Contractor does not demonstrate that the City's determination of false certification was made in error, then the City shall have the right to terminate the contract and seek civil remedies pursuant to Florida Statute 287. 135. Section 287.135, Florida Statutes, prohibits the City from : I) Contracting with companies for goods or services in any amount if at the time of bidding on, submitting a Proposal for, or entering into or renewing a contract if the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4 725, F.S. or is engaged in a boycott of lsrael; and 2) Contracting with companies for goods or services over $1 ,000,000.00 that are on either the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473, or are engaged in business operations in Syria. As the person authorized to sign on behalf of the Proposer, I hereby certify that the company identified above in the section entitled "Contractor Name" does not participate in any boycott of Israel, is not listed on the Scrutinized Companies that Boycott Israel List, is not listed on either the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, and is not engaged in business operations in Syria. I understand that pursuant to section 287 .135, Florida Statutes, the submission of a false certification may subject the company to civi l penalties, attorney's fees, and/or costs. I further understand that any contract with the City for goods or services may be terminated at the option of the City if the company is found to have submitted a false certification or has been placed on the Scrutinized Companies with Activities in Sudan Li st or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Company Name Signature Print Name Title 22 ATTACHMENT F E-VERIFY FORM UNDER SECTION 448.095, FLORIDA STATUTES Project Name: Municipal Dredging Services 2023 Project No.: RFP 2023-008 1. Definitions: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Contractor" includes, but is not limited to, a vendor or Proposer. "Subcontractor " means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. "E-Verify system" means an Internet-based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. Effective January 1, 202 1, Contractors, shall register with and use the E-verify system in order to verify the work authorization status of all newly hired employees. Contractor shall register for and utilize the U.S . Department of Homeland Security's E-Verify System to verify the employment eligibility of: All persons employed by a Contractor to perform employment duties within Florida during the term of the contract; and All persons (including subvendors/subProposers/subcontractors) assigned by Contractor to perform work pursuant to the contract with the City of Lighthouse Point. The Contractor acknowledges and agrees that registration and use of the U.S. Department of Homeland Security's E-Verify System during the term of the contract is a condition of the contract with the City of Lighthouse Point; and Should vendor become the Contractor awarded for the above-named project, by entering into the contract, the Contractor shall comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This incl udes, but is not limited to registration and utilization of the E-Verify System to verify the work authorization status of all newly hired employees. Contractor shall also require all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The Contractor shall maintain a copy of such affidavit for the duration of the contract. 2. Contract Termination a) If the City has a good faith belief that a person or entity with which it is contracting has knowingly violated s. 448.09 (I) Fla. Stat., the contract shall be termi nated. b) [f the City has a good faith belief that a subcontractor knowingly violated s. 448.095 (2), but the Contractor otherwise complied with s. 448.095 (2) Fla. Stat., shall promptly notify the Contractor and order the Contractor to immediately terminate the contract with the subcontractor. c) A contract terminated under subparagraph a) orb) is not a breach of contract and may not be considered as such. d) Any challenge to termination under thi s provision must be filed in the Circuit Court no later than 20 calendar days after the date of termination. e) If the contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. 23 Company Name: Authori zed Signature: Print Name: Title Date: Phone: STATE OF COUNTY OF ) The foregoing instrument was acknowledged before me by means of • physical presence or • online notarizati on, this __ day of ________ , 2023, by on behalf of ____________ . He/she is personally known to me or has produced ________ as identification. NOTARY PUBLIC (Name of Notary Typed, Printed or Stamped) 24 ATTACHMENT G-EVALUATION AND QUALIFICATIONS PACKAGE All proposers must be qualifi ed in order for their Proposals to be considered by the City. The Selecti on Committee will review the Qualifications of each Proposer and grade them accordingly. It is the sole responsibili ty of Proposer to provide the fo llowing information with their proposal fo r evaluation by the Selection Committee: I. Describe method fo r dredging. 2. Identify spoil s transfer area. 3. Identify fi nal spoils disposal location. 4. Identify a detailed personnel plan for the work. 5. Identify job superintendent and project manager. 6. Identify project manager and job superintendent, and describe their experience in similar work. 7. Identify the amount of dredging done in the last 6 years (identify cubi c yards of each job). 8. Describe dredging experience. 9. Describe how spoils are transported from City, i.e.: barge, truck. 10. Describe fuel spill containment plan . 11 . Describe contaminated spoils containment plan. 12. List and photographs of equipment to be used during work. Wording or messaging other than necessary to identify the vessel and name of Contractor is highly discouraged. 13. Identify equipment and vessels to maneuver under a fi xed bridge. 14. Describe tropical storm plan. Where will vessels and equipment be stored? 15. Location of company headquarters Has your firm ever walked off a job? l 6. Describe the on-site in spection you performed of the work areas prior to submitting your proposal 17. When can the company start work? 18. Identify and describe any claims and lawsuits made against you in the past fi ve (5) years regarding disputes with subcontractors or suppliers, and for property damage or inj uri es relating to dredging work. 25 ATTACHMENT H NO FE DERAL APPROPRIATED FUNDS REQUIREMENT The undersigned [Contractor] certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, contin uation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or wi ll be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and. submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in . the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and di sclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 3 1, U.S .C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. Signature of Contractors Authorized Official 26 AGREEMENT Municipal Dredging Services THIS IS AN AGREEMENT, dated the ___ day of ___ __, 2023, between: CITY OF LIGHTHOUSE POINT, a Florida municipal corporation, hereinafter "CITY," and INC., a Florida corporation, hereinafter "CONTRACTOR." WlTNESSETH: WHEREAS, Request for Proposals, RFP No. 2023-008, Municipal Dredging Services 2023(Project) was advertised on July 20, 2023, and advised that sealed Proposals would be received at the CITY Clerk's Office until August 21, 2023 at 2:00 p.m.; and, WHEREAS, the sealed Proposals that were received were opened and read a loud in the City Clerk's Office, at 2200 N .E. 38th Street, Lighthouse Point, Florida; and, WHEREAS, the Municipal Dredging Services 2023 Selection Committee met and reviewed and evaluated the Proposals received; and, WHEREAS, CONTRACTOR has been determined to be the most advantageous to the city taking into consideration price and the evaluation factors and criteria set forth in the RFP; and, WHEREAS, the CITY Commission deems it to be in the best interest of the residents and citizens to accept the Proposal from CONTRACTOR to perform Municipal Dredging Services; and, WHEREAS, CITY has determined that entering into this Agreement with CONTRACTOR for the Project contemplated by this Agreement is in the best interests of the health, safety, and welfare of the citizens and residents of the CITY; and, WHEREAS, CITY and CONTRACTOR have determined that it is in the best interests of the parties hereto to enter into this Agreement for Municipal Dredging Services (hereafter referred to as the "Project"); and, NOW, THEREFORE, IN CONSIDERATION of the mutual covenants and undertakings and other good and valuable consideration the receipt and sufficiency of which is hereby acknowledged, the parties do mutually covenant and agree as follows: 1.0 RECITALS. The foregoing "WHEREAS" clauses are true and correct and are hereby ratified by the parties. 2.0 DEFINITIONS. Wherever used in this Agreement or in the other Contract Documents the following terms have the meanings indicated which are applicable to both the singular and plural thereof: 2.1 Agreement -The written agreement between the CITY and CONTRACTOR covering the Work to be performed for the Project, including other Contract Documents that are attached to the Agreement or made a part thereof. 2.2 Contract Time -The time frame for the Project. 2.3 CITY -The CITY and its assigns, with which CONTRACTOR has entered into the Agreement and for whom the Work is to be provided. 2.4 Contract Documents -The Contract Documents, to be completed by the parties through this Agreement, include this Agreement, Notice to Proceed, Certificate(s) of Insurance, additional documents which are required to be submitted under this Agreement, and all Written Amendments, Field Orders, and Work Directives issued on or after the effective date of the Contract. 2.5 CONTRACTOR Representative -__________ , or designee, who shall have such duties and responsibiliti es as provided herein. 2.6 Contract Price -The unit price tables identified in Exhibit B. 2.7 CONTRACTOR -CONTRACTOR that provides all expertise, personnel, tools, materials, equipment, transportation, supervision and all other se rvices and facilities of any nature necessary to provide municipal dredging services. 2.8 Defective -An adjective which when modifying the Work refers to Work that is unsatisfactory, faulty or deficient, or does not conform to the Contract Documents, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to final payment. 2.9 Effective Date of the Agreement -The date indicated in the Agreement on which it becomes effective, but ifno such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 2.10 Field Order -A written order issued by CITY Administrator, or designee, which orders minor changes in the Work. 2.11 Notice to Proceed - A written notice given by CITY to CONTRACTOR fixing the date on which the Contract Time will commence to run and on which CONTRACTOR shall start to perform CONTRACTOR obligations under the Contract Documents. 2.12 Specifications -Those po11ions of the Contract Documents cons1st111g of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. 2.13 Subcontractor -An individual, firm or corporation having a direct Contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the site. 2.14 Suppli er -A manufacturer, fabricator, supp li er, distributor, materialman, or vendor. 2.15 Unit Price -An amount stated in the Contract as a price per unit measurement for labor for the Work as described in the Contract Documents. 2.16 Work-Work is the result of performing services, specifically, including but not limited to, furnishing labor, equipment and materials, used or incorporated in the work as required by the Contract Documents. 2.17 Work Order -Authorization provided by CITY to CONTRACTOR to perform dredging services or the removal of rock in a specific location or area. 2.18 Work Directive - A written directive to CONTRACTOR issued on or after the Effective Date of the Agreement and signed by the CITY Administrator or designee ordering an addition, deletion, or revision in the Work. A Work directive shall not change the Unit Price included in Exhibit B, but it can add additional unit pricing for additional resources needed that were not anticipated when the Agreement was executed. Work Directives can be issued for unforeseen circumstances in the best interests of the health, safety, and welfare of the citizens and residents of the CITY. 2.19 Written Amendment -A written amendment of the Contract Documents, approved by the City Commission and signed by CITY and CONTRACTOR on or after the Effective Date of the Agreement that adds significant work or changes to terms and conditions. 2.20 Written Notice -Shall be deemed to be duly served if delivered in person to the individual or to an officer of the Corporation for whom it is intended, if delivered at or sent by certified mail, return receipt requested, to the last business address known to him who gives notice. Facsimile, electronic or telephonic transmission shall not be considered as written notice. 3.0 CONTRACT DOCUMENTS 3.1 The Contract Documents, incorporated herewith, comprise the entire Agreement between CITY and CONTRACTOR and consists of elements, to be completed by the parties through this Agreement, including Exhibit A, which is a hydrographic survey map of the work area; Exhibit B, which is the CONTRACTOR'S Proposal to this Agreement; Exhibit C, which is an engineering analysis of the spoi ls; Notice to Proceed; Ce11ificate(s) oflnsurance; and any additional documents which are requ ired to be submitted under this Agreement, and all Written Amendments, Field Orders, and Work Directives, and Work Orders, RFP 2023-008 Municipal Dredging Services 2023, as well as CONTRACTOR'S Response to the extent not in conflict with this Agreement, are incorporated in its entirety into this Agreement. 3.2 This Agreement and the Contract Documents listed in Paragraph 3.1 comprise the entire agreement between CITY and CONTRACTOR concerning the Work. The Contract Documents are complimentary; what is called for by one is as binding as if call ed for by a ll. The Contract Documents will be construed in accordance with the law of the State of Florida. 3.3 The intent of the Agreement is to describe a functionally complete Project, to be completed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result will be supplied whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe Work, materials or equipment such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association, or to the laws or regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code or laws or regulations in effect at the time of contract award, except as may be otherwise specifically stated. However, no provision of any referenced standard specification, manual or code (whether or not specifically incorporated by reference in the Contract Documents) shall be effective to change the duties and responsibilities of CITY, CONTRACTOR, or any of their consultants, agents or employees from those set forth in the Contract Documents. 3.4 CITY will not modify the terms and conditions to the Contract Documents except in a manner allowed by the Agreement. CONTRACTOR covenants and agrees that CITY shall not be responsible for the costs above those set forth herein unless the same are set fo 11h in a Written Amendment or Work Directive approved pursuant to the terms of this Agreement. Any and all modifications to terms and conditions issued by the authority of an entity not a party to this Agreement shall not be compensated by CITY. 3.5 The requirements of the Contract Documents may be supplemented and minor variations and deviations in the Work may be authorized by the CITY Administrator, or designee, by a written interpretation or clarification, or Field Order. 3.6 Execution of the Contract by the CONTRACTOR is a representation that CONTRACTOR has visited the site and become familiar with the local conditions under which the Work is to be performed. 3.7 This Work may be funded from the American Rescue Plan Act (Federal Funding). Therefore, the CONTRACTOR must follow the federal requirements identified in Section 24 herein. CONTRACTOR(S) shall perform these services and provide all required reports, when applicable, in accordance with established Federal and State guidelines to assure that the CITY shall have the means to be reimbursed for all eligible expenses with funding from the American Rescue Plan Act (ARPA). 4.0 SCOPE OF WORK 4.1 CONTRACTOR will provide municipal dredging services and is responsible for perfom1ing an on-site inspection to determine conditions and work requirements. Areas to be serviced include canals and waterways in the CITY. The CONTRACTOR shall furnish all materials, tools, supplies, equipment, vehicles and labor necessary to perform the municipal dredging services work, including disposal of spoils. CONTRACTOR represents to CITY with full knowledge that CITY is relying upon these representations when submitting a Proposal, that CONTRACTOR has the professional expertise, experience, and manpower to perform the dredging services requested. The CONTRACTOR's bid shall bear all costs associated with the Project. 4.2 CONTRACTOR will supply all equipment, vehicles, boats, barges, labor, safety equipment and signage, and supervisory personnel needed to fulfill this Agreement. A supervisor will be available on site at all times while dredging crews are perfonning services under this Agreement. CONTRACTOR vehicles and vessels must include signage reflecting the name of the company. 4.3 CONTRACTOR shall dredge and excavate the channel to a depth of -.5.00 feet at mean low water (MLW) and a typical channel bottom width of forty (40). No excavation shall be performed any closer than twenty (20) feet from any seawall, except for minimal non-navigational storm drain outfall work specifically directed by CITY's representative. All work shall be in accordance with the CITY's Code except where stated otherwise herein. 4.4 Excavated material shall be hauled in vessels, trucks, trailers, or other vehicles which are constructed tightly enough to prevent leakage or spillage onto CITY streets or waterways. CONTRACTOR shall be responsible for cleaning up such leakage and spillage should it occur. Disposal area will be located outside of the CITY at the expense of the CONTRACTOR. 4.5 It is the CONTRACTOR'S responsibility to make its own field investigation to determine the availability and suitability of excavated material transfer areas. During their field investigation, CONTRACTOR may select transfer areas on private property providing he makes their own arrangements and secures written permission from the property owner. 4.6 Equipment setup shall be performed in a manner that is approved by all relevant regulatory agencies and the Director of Public Works or designee. Work areas in all canals are accessible via the Intracoastal Waterway. 4.7 For purposes of this Agreement, "rock" applies to any naturally occurring bed of hard cemented material which cannot be excavated with the equipment used for dredging bottom sand and silt ("earth material") under this Contract. It is material which is so hard or tightly cemented that a drop punch or other mechanical means is necessary to break up the material prior to it being removed by the dredging equipment. The intent of this Contract is "maintenance dredging." Should rock be encountered, the CITY may direct the CONTRACTOR to allow the material to remain or to excavate to a lesser width or depth, thus minimizing the removal of rock material. The primary consideration in such cases will be the effect on navigation. Any rock excavation work must have CITY approval to proceed, at an agreed upon price at the issuance of the work order. 4.8 Quantities for bidding purposes are estimates on ly. Quantities for payment shall be based on the volume of material (cubic yards) hauled from the work area. Total volume shall be determined based on the volume of each type of material per truck load, with an accurate count of the number of truck loads being kept by the CONTRACTOR and the CITY's representative on the job. CONTRACTOR'S representative and CITY's representative shall each sign the required daily report signifying agreement on the quantity of material hauled that day. 4.9 Trucks/vessels used for hauling shall be measured to determine the inside dimensions of length, width, and height of cargo area. Height shall be measured from the "floor" vertically up to the lowest point or rim of overflow of the cargo area. If trucks/vessels of different cargo capacities are used, the daily report shall reflect the number of loads hauled with each truck/vessel. For payment purposes, each truck/vessel shall be filled to capacity, with the excavated material either leveled or mounded. Where the excavated material is mounded, it shall be sufficient to fill the cargo area completely if the load were leveled off. Quantity per truck/vessel shall be limited to the volume of cargo area; i.e., no additional compensation will be made for loads which are mounded. 4.10 Items of work under this Agreement have been established to provide a basis for field measurement and a unit price based strictly on a per cubic yard price. It is acknowledged that dredging of the designated canals will require movement of the barges and equipment, utilization of several different excavated material transfer areas, and restoration of those areas. Payment for these moves, reduction in productivity, utilization, and restoration of work areas will be included in the unit prices bid. The basis of payment shall be the unit price bid per cubic yard for the quantity of earth material excavated, hauled, and disposed of by the CONTRACTOR; i.e. the "as-built" field measurement of earth volume by the truck/vessel load. 4.11 Type of equipment and method of operation is the CONTRACTOR'S option with the following exception(s): a) Sauerman drag type equipment pulled back and forth between a pair of barges is not acceptable. b) Barges must have sides. Loading and unloading must be done in such a way so that no sand or other material is lost over the sides of the barge during loading, unloading, or transit. c) Under no circumstances will use of explosives be permitted. 4.12 In the event private owners wish to contract for removal of additional bottom material along their seawalls or docks, no such work shall be performed until the completion of all work under this Contract (within that canal) has been accomplished. Any work done for private owners shall be under separate written contract between the property owner and the CONTRACTOR only. The CITY will not be a party to said private contract and will not incur any liability for damages resulting from work there under, nor will it incur any responsibility for correcting said damages. 4.13 Canals and waterways included in this Project were approved by the Broward County Department of Planning and Environmental Protection, License Number 06-0350684-001-EE. Director of Public Works is responsible to ensure that only areas approved and licensed by Broward County will be dredged under this contract, the terms of which are incorporated herein. 4.14 CONTRACTOR shall comply with all requirements set forth by regulatory agency permits, including water quality and registration with Florida Department of Natural Resources as required by FS 370.034. CONTRACTOR shall further be fully responsible for complying with all local, state, and federal rules, regulations, ordinances, and statutes applicable to the dredging, transporting, and disposal of material under this Contract. 4.15 All work included in a Work Order must be started within ninety (90) days of a Notice to Proceed date. CONTRACTOR must complete each Work Order within one hundred eighty (180) days of issuance of a Notice to Proceed. Time extension may be granted by the Director of Public Works or designee due to unfavorable weather conditions or other reasonable causes substantiated by the CONTRACTOR. Work Orders shall specifically reference this Contract and state with specificity the estimated dredged volume and locations to be dredged. Work Orders must be approved by the Director of Public Works or designee. 4.16 All workers performing services shall be employees of CONTRACTOR, unless previously approved in writing as a Subcontractor by the CITY, and said employees will be covered accordingly by CONTRACTOR'S insurance, including Worker's Compensation. 7.7 CONTRACTOR shall furnish, pay for, and assume full responsibility for all materials, equipment, transportation, machinery, tools, appliances, water, heat, utilities and all other facilities and services necessary for the furnishing, performance, start-up, mobilization, and proper completion of the Work. 7.8 CONTRACTOR shall be fully responsible to CITY for all acts and om1ss1ons of the CONTRACTOR'S employees, Subcontractors, suppliers and other persons directly or indirectly employed by their Subcontractors, suppliers and of persons for whose acts any of them may be liable and any other persons and organizations performing or furnishing of the Work under a direct or indirect Contract with CONTRACTOR. Nothing in the Contract Documents shall create any contractual relationship between CITY and any such Subcontractor, supplier or other person or organization, nor shall it create any obligation on the part of CITY to pay or to see to the payment of any monies due any such Subcontractor, supplier or other person or organization except as may otherwise be required by laws and regulations. 7.9 If the City approves the use of a Subcontractor, all Work performed for CONTRACTOR by a Subcontractor will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of CITY. 7.10 CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product or device which is the subj ect of patent rights or copyrights held by others. 7.11 CONTRACTOR shall comply with and give all notices required by laws, ordinances, rules, regulations and lawfu l orders of public authorities applicable to the pe1formance of the Work. ClTY shall not be responsible for monitoring CONTRACTOR'S compliance with any laws and regulations. 7.12 CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid in accordance with the laws and regulations of the State of Florida and its political subdivisions. CONTRACTOR is responsible for reviewin g the pertinent State Statutes involving such taxes and complying with all requirements. 7.13 CONTRACTOR shall confine equipment, the storage of materials and equipment and the operations of workers to the Project site and shall not unreasonably encumber the premises or adjacent areas with equipment or other materials, particularly on private property. CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the owner or occupant th ereof or of any land or areas contiguous thereto, resulting from the performance of the Work. Should any claim be made against CITY by any such owner or occupant because of the performance of the Work, CONTRACTOR shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim. The general indemnification provided elsewhere in this Contract specifically applies to claims arising out of CONTRACTOR'S use of the premises and adjacent areas. 7.14 CONTRACTOR shall be responsible for initiating, maintaining, and superv1s111g all safety precautions and programs in connection with the Work to prevent damage, injury, or loss to all employees on the work site and other persons and organizations who may be affected thereby; all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and other property at the site or adjacent thereto. CONTRACTOR is responsible for protection of the canals and waterways to control pollution and contamination by using booms and turbidity curtains, etc. 7.15 Equipment shall be maintained to prevent fuel, oil , and lubricant spills. Refueling, repairs, and lubrication will be performed at safe di stances from the Waterway. Should fuel leaks, oil leaks, or hydraulic pipe rupture occur during construction, CONTRACTOR'S operators shall immediately remove the equipment to a safe area and take prompt action to minimize damage and safeguard the site. CONTRACTOR shall immediately report the spill or discharge, and requirements in Florida Statute Chapter 376, Pollution Discharge Prevention and Removal, will be followed. 7.16 CONTRACTOR shall comply with all applicable laws and regulations of any public body having jurisdiction for the performance of the Project, safety of persons or property, or to protect them from damage, injury or loss. CONTRACTOR must have certified and licensed personnel, as required by the Federal Government, State of Florida and Broward County, to perform all tasks and duties identified in the Project. 7.17 If required by CITY, CONTRACTOR shall promptly, as directed, either correct all defective Work or, if the Work has been rejected by CITY, correct Work and replace it with non-defective Work. CONTRACTOR shall bear all direct costs of such correction (including but not limited to fees and charges of engineers and other professionals) made necessary thereby. 8.0 DEFECTIVE WORK If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish or pe1form the Work in such a way that the completed Work will conform to the Contract Documents, CITY may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of CITY to stop the Work shall not give rise to any duty on the part of CITY to exercise this right for the benefit of CONTRACTOR or any other party. 9.0 CITY ADMINISTRATOR'S OR DESIGNEE'S RESPONSIBILITIES 9.1 CITY Administrator, or designee, such designation to be made in writing, will be CITY'S contact person during the work period. 9.2 CITY Administrator, or designee, will make visits to the work sites to observe the progress and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. City Administrator's, or designee's, efforts will be directed toward providing for CITY a greater degree of confidence that the completed Work will conform with Contract Documents. 9.3 CITY Administrator, or designee, will issue, with reasonable promptness, such written clarifications or interpretations of the technical requirements of the Contract Documents as CITY Administrator or designee may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. Should CONTRACTOR fail to request interpretation of questionable items in the Contract Documents, CITY will thereafter not entertain any excuse for failure to execute the Work in a satisfactory manner, or for payment of work claimed by CONTRACTOR that is not authorized by the terms of this Agreement. 9.4 CITY Administrator, or designee, will interpret and decide matters concerning performance under the requirements of the Contract Documents upon written request of either CITY or CONTRACTOR. City Administrator, or designee, will make initial decisions on all claims, disputes or other matters in question between CITY and CONTRACTOR. Written notice of each such claim, dispute or other matter will be delivered by claimant to CITY Administrator, or designee, and the other party but in no event later than ten ( I 0) calendar days after the occurrence of the event giving rise thereto, together with written supporting data. 9.5 In the event CITY and CONTRACTOR disagree upon whether CONTRACTOR is entitled to be paid for Work required by CITY, or in the event of any other disagreements over the scope of Work included within the Contract Price, CITY and CONTRACTOR agree to negotiate in good faith to resolve the issue amicably. As part of the negotiation process, CONTRACTOR shall furnish CITY with a good faith estimate of the costs to perform the disputed Work in accordance with CITY'S interpretations. If the parties are unable to agree, and CITY expects CONTRACTOR to perform the Work in accordance with CITY'S interpretations, CONTRACTOR shall proceed to perform the disputed Work, conditioned upon CITY issuing a written order to CONTRACTOR directing CONTRACTOR to proceed and specifying CITY'S interpretation of the Work that is to be performed. 9.6 CITY Administrator is authorized to make Field Orders and execute Work Directives in the best interests of the health, safety, and welfare of the citizens and residents of the CITY. 10.0 INSURANCE UPON EXECUTION OF THE AGREEMENT, THE CONTRACTOR SHALL SUBMIT CERTIFICATE(S) OF INSURANCE EVIDENCING THE REQUIRED COVERAGES AND SPECIFICALLY PROVIDING THAT THE CITY OF LIGHTHOUSE POINT IS AN ADDITIONAL NAMED INSURED OR ADDITIONAL INSURED WITH RESPECT TO THE REQUIRED COVERAGE AND THE OPERATIONS OF THE CONTRACTOR UNDER THE CONTRACT. I 0.1 The Certificates of In surance shall not only name the types of policies provided, but shall also specifically refer to this Agreement and shall state that such insurance is as required by Article IO and its subparts of this Agreement. CONTRACTOR shall not commence work under this Agreement until after CONTRACTOR has obtained all of the minimum insurance herein described and the policies of such insurance detailing the provisions of coverage have been received and approved by CITY. CONTRACTOR shall not permit any Subcontractor to begin work until after similar minimum insurance to cover Subcontractor has been obtained and approved. In the event the insurance certificate provided indicates that the insurance shall terminate and lapse during the tenn of this Agreement, then in that event, CONTRACTOR shall furnish a renewed Certificate of Insurance as proof that equal and like coverage and extension hereunder is in effect. CONTRACTOR shall not continue to perform the services required by this Agreement unless all required insurance remains in full force and effect. I 0.2 Insurance Companies selected must be acceptable to the CITY. All of the policies of insurance so required to be purchased and maintained shall contain a provision or endorsement that the coverage afforded shall not be canceled, or renewal refused until at least thirty (30) calendar days written notice has been given to CITY by regular mail. I 0.3 It is expressly understood and agreed that the CITY may terminate this AGREEMENT, in total or in part, at any time without cause or penalty. In that event, the CITY'S sole obligation to the CONTRACTOR shall be payment for services for work previously authorized and performed. Such payment shall be determined on the basis of the hours or percentage of work performed by the CONTRACTOR up to the time of termination. Upon such termination, the CITY may, without penalty or other obligation to the CONTRACTOR, elect to employ other persons to perform the same or similar services. I 0.3.1 Worker's Compensation Insurance for statutory obligations imposed by Worker's Compensation or Occupational Disease Laws, United States Longshoremen' s and Harbor Worker's Act, the Federal Employer's Liability Act, and the Homes Act shall be provided with a minimum of One Million dollars ($1 ,000,000) limit, and One Hundred Thousand dollars ($100,000) per accident. CONTRACTOR agrees to be responsible for the employment, conduct and control of its employees and for any injury sustained by such employees in the course of their employment. I 0.3 .2 Comprehensive Automobile Liability Insurance for all owned, non-owned and hired automobiles and other vehicles used by the CONTRACTOR in the performance of the work with the following minimum limits of liability: limits of liability: $1,000,000 Combined Single Limit, Bodily Injury and Property Damage Liability, per occurrence. 10.3.3 Comprehensive General Liability Insurance (occurrence form) with the fo llowing minimum $1 ,000,000 Combined Single Limit, Bodily Injury and Property Damage Liability, per occurrence and $2,000,000 annual aggregate Comprehensive General Liability coverage. CITY shall be named as an additional in sured. I 0.3.4 Coverage must be offered in a form no more restrictive than the latest edition of the Comprehensive General Liability Policy without restrictive endorsements, as filed by the Insurance Services Office and shall specifically include the following with minimum limits not less than those required for Bodily Injury Liability and Property Damage Liability: 10.3.4.1 10.3.4.2 10.3.4.3 10.3.4.4 10.3.4.5 I 0.3.4.6 10.3.4.7 Premises and Operations; Independent Contractors; Product and Completed Operations Liability; Broad Form Property Damage; Broad Form Contractual Coverage applicable to Contract; Personal Injury Coverage; Explosion, collapse, underground coverage (XC-U) I 0.4 The required insurance coverage shall be issued by an insurance company authorized and licensed to do business in the State of Florida, with the following minimum rating of B+ to A+, in accordance with the latest edition of A.M. Best's Insurance Guide. I 0.5 All required insurance policies shall preclude any underwriter's rights of recovery or subrogation against CITY with the express intention of the parties being that the required insurance coverage protects both parties as the primary coverage for any and all losses covered by the above-described insurance. I 0.6 The CONTRACTOR shall ensure that any company issuing insurance to cover the requirements contained in this Contract agrees that they shall have no recourse against CITY for payment or assessments in any form on any policy of insurance. I 0.7 The clauses "Other Insurance Provisions" and "Insurers Duties in the Event of an Occurrence, Claim or Suit" as it may appear in any policy of insurance in which CITY is named as an additional named insured shall not apply to CITY. CITY shat I provide written notice of occurrence within fifteen ( 15) business days of CITY'S actual notice of such an event. I 0.8 The CONTRACTOR agrees to perform the Work under the Contract as an independent CONTRACTOR, and not as a Subcontractor, agent or employee of CITY. I 0.9 CONTRACTOR shall require each of its Subcontractors of any tier to maintain the insurance required herein for each category, and CONTRACTOR shall provide verification thereof to CITY upon request of CITY. I 0.10 Violation of the terms of this Article and its subparts, including without limitation, a lapse or cancellation of any required insurance, shall constitute a breach of the Contract and CITY, at its sole discretion, may cancel the Contract and all rights, title and interest of the CONTRACTOR shall thereupon cease and terminate. I 0.11 CITY shall not be responsible for purchasing and maintaining any insurance to protect the interests of CONTRACTOR, Subcontractors or others on the Work; provided that should the insurance outlined above be canceled for any reason, the CITY shall have the right to purchase equivalent insurance and charge the cost of that insurance against any amount due the CONTRACTOR under the terms of this Contract, or find the CONTRACTOR in default and terminate this Contract; provided, that CITY specifically reserves all statutory and common law rights and immunities and nothing herein is intended to limit or waive same including, but not limited to, the procedural and substantive provisions of Section 768.28, Florida Statutes and Section 95.11, Florida Statutes. 11.0 WARRANTIES; TESTS AND INSPECTIONS; CORRECTION OF DEFECTIVE WORK 11.1 The CONTRACTOR warrants that all services will be performed in a workmanlike manner. 11 .2 The CONTRACTOR shall guarantee all portions of the Project against poor workmanship and faulty materials for a period of one (I) year after final payment. If with in one (I) year following the date of final payment pursuant to Article 14 below, such services fail to meet the aforesaid standards, and the CITY promptly advises CONTRACTOR thereof in writing, CONTRACTOR agrees to immediately correct any defects and re- perform such deficient services without charge to the CITY. 11.3 CONTRACTOR warrants to the CITY that it will comply with all applicable federal, state and local laws, regulations, and orders in carrying out its obligations under the Agreement. 11.4 CONTRACTOR warrants to the CITY that it is not insolvent, it is not in bankruptcy proceedings or receivership, nor is it engaged in or threatened with any litigation, arbitration or other legal or administrative proceedings or investigations of any kind which would have an adverse effect on its ability to perform its obligations under the Agreement. 11 .5 CONTRACTOR warrants to the CITY that the consummation of the Work provided for in the Contract Documents will not result in the breach of any term or provision of, or constitute a default under any indenture, mortgage, contract, or Agreement to which the CONTRACTOR is a party. 11 .6 No warranty, either express or implied, may be modified, excluded or disclaimed in any way by CONTRACTOR. All warranties shall remain in full force and effect, notwithstanding acceptance and payment by CITY. 11.7 If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, CITY may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of CITY to stop the Work shall not give rise to any duty on the part of CITY to exercise this right for the benefit of CONTRACTOR or any other party. 12.0 CHANGES IN THE WORK CITY, without invalidating this Agreement, may order additions, deletions or revisions to the Work. Such additions, deletions or revisions shall be authorized by a Written Amendment or Work Directive executed by the CITY Administrator. 13.0 CONTRACTOR'S INDEMNIFICATION 13 .1 The CONTRACTOR agrees to protect, defend, indemnify, and hold harmless the CITY, its officers, employees, and agents from and against any and all lawsuits, penalties, damages, settlements,judgments, decrees, costs, charges, and other expenses or liabilities of every kind in connection with or arising directly out of the work agreed to be performed herein, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of CONTRACTOR, its employees, servants, agents, and subcontractors. Without limiting the foregoing, any and all such claims, suits, etc., relating to personal injury, death, damage to property, defects in materials or workmanship, actual or alleged infringement of any patent, trademark, copyright or of any other tangible or intangible personal or property right, or any actual or alleged violation of any applicable statute, ordinance, administrative order, rule or regulation or decree of any court, is included in the indemnity. CONTRACTOR further agrees to investigate, handle, respond to, provide defense for, and defend any such claims, etc., at their sole expense and agrees to bear all other costs and expenses related thereto, even if the claim(s) is groundless, false, or fraudulent. In case of injury to persons, animals, or property, real or personal, by reason of failure to erect or maintain proper and necessary barricades, safeguards, and signals or by reason of any negligence of any CONTRACTOR, or any of the CONTRACTOR'S agents, servants, or employees during the performance of the work before the estimates have become due under this AGREEMENT, the CITY may, through its officials, withhold such payments as long as it may deem necessary for the indemnity of the CITY as Owner, provided that the failure to pay the same shall not be construed or considered as a waiver of the indemnity as hereinabove set forth. 13 .2 The parties recognize that various provisions of this AGREEMENT, including but not necessarily limited to this Section, provide for indemnification by the CONTRACTOR and that Section 725 .06, Florida Statutes, requires a specific consideration be given thereof. The parties therefore agree that the sum of Ten Dollars ($10.00), receipt of which is hereby acknowledged, is the specific consideration for such indemnities, and the providing of such indemnities is deemed to be part of the specifications with respect to the services to be provided by CONTRACTOR. Furthermore, the parties understand and agree that the covenants and representations relating to this indemnification provision shall serve the term of this AGREEMENT and continue in full force and effect as to the party's responsibility to indemnify. 14.0 PAYMENTS TO CONTRACTOR AND COMPLETION OF WORK 14.1 CONTRACTOR may requisition payments for Work completed during the Project at intervals of not more than once a month. The CONTRACTOR'S requisition shall show a complete breakdown of the Project components, the quantities completed and the amount due, together with a certification by the CONTRACTOR that the CONTRACTOR has disbursed to all Subcontractors and suppliers their pro-rata shares of the payment out of previous payments received by the CONTRACTOR for all Work completed and materials furnished in the previous period or properly executed releases of liens by all Subcontractors, suppliers and materialmen who were included in the CONTRACTOR'S previous applications for payment, and any other supporting documentation as may be required by the City Administrator or designee or Contract Documents. CITY shall have seven (7) business days to approve or disapprove the requisition. If the requisition is not approved, the reasons therefor shall be stated with particularity. The CITY shall make payment to the CONTRACTOR within fifteen ( 15) calendar days after approval by the CITY Administrator, or designee, of the CONTRACTOR'S requisition for payment. Payments will be made by check and wi ll be mailed to CONTRACTOR. 14.2 If, on the basis of CITY Administrator's, or designee's, observation of the Work during the performance of dredging services, City Administrator, or designee, is satisfied that the Work has been completed in accordance with the Contract Documents and CONTRACTOR'S other obligations under the Contract Documents have been fulfi lled, CITY Administrator, or designee, wi ll process the payment requisition for payment. Otherwise, CITY Administrator, or designee, will return the payment requisition to CONTRACTOR, indicating in writing the reasons for refusing to recommend payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the payment requisition. Twenty (20) calendar days after presentation to CITY of the payment requisition and accompanying documentation, in appropriate form and substance, the amount recommended by CITY Administrator, or designee, will become due and will be paid by CITY to CONTRACTOR. 14.3 At the completion of the work in a Work Order, final payment for such Work Order, constituting the entire unpaid balance of the Contract Price for a Work Order shall be paid by the CITY to the CONTRACTOR when the Work has been completed in accordance with the Contract Documents, this Agreement fully performed, and a final certificate for payment has been issued by the CITY Administrator, or designee. The making of final payment shall constitute a waiver of claims by CITY except those arising from: unsettled. 14.3.1 Liens, claims, security interests or encumbrances ansmg out of this Agreement and 14.3.2 Faulty or defective Work and latent defects discovered after acceptance. 14.3.3 Fai lure of the Work to comply with the requirements of the Contract Documents. 14.3 .4 Terms of special warranties required by the Contract Documents. 14.3.5 Any of CONTRACTOR'S continuing obligations, including without limitation warranties, under this Agreement. 14.4 The acceptance of final payment by CONTRACTOR or the Subcontractor for materials and supplies shall constitute a waiver of claims by that payee except those previously made in writing and identified by payee as unsettled at the time of final application for payment. 14.5 The CITY may withhold in whole or in part, final payment or any progress payment to such extent as may be necessary to protect itself from loss on account of: 14.5.1 Defective Work not remedied. 14.5.2 Claims filed or reasonable evidence indicating the probable filing of claims by other parties against the CONTRACTOR. 14.5.3 Fai lure of the CONTRACTOR to make payment to Subcontractors or suppliers for materials or labor. 14.5.4 Damage to another contractor not remedied. 14.5.5 Failure to carry out the Work in accordance with the Contract Documents. 14.6 Final payment for a Work Order wi ll be paid after the completed Work is accepted by the CITY and proof of payment has been submitted from a ll subcontractors and material suppliers and releases of liens have been provided, or the CONTRACTOR provides an affidavit that all subcontractors and material suppliers have been paid in full. 14.7 When the above issues are removed or resolved or the CONTRACTOR provides a surety bond or consent of surety satisfactory to the CITY which wi ll protect the CITY in the amount withheld, payment may be made in whole or in part. 14.8 CONTRACTOR acknowledges that all Work under this Agreement is performed on public property; therefore, CONTRACTOR cannot and w ill not record any li ens or other encumbrances on such property to secure payment pursuant to this Agreement. 15.0 CITY'S TERMINATION OF THE CONTRACT 15.1 Upon the occurrence of any one or more of the following events: 15 .1.1 If CONTRACTOR commences a voluntary case under any chapter of the Bankruptcy Code as now or hereafter in effect, or if CONTRACTOR takes any equivalent or similar action by filing a petition or otherwise under any other federal or state law in effect at such time relating to the bankruptcy or insolvency. 15 .1.2 If a petition is filed again st CONTRACTOR under any chapter of the Bankruptcy Code as now or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief against CONTRACTOR under any other federal or state law in effect at the time relating to bankruptcy or insolvency. 15.1.3 If CONTRACTOR makes a general assignment for the benefit of creditors. 15.1.4 If a trustee, receiver, custodian or agent of CONTRACTOR is appointed under applicable law or under Contract, whose appointment or authority to take charge of property of CONTRACTOR is for the purpose of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit of CONTRACTOR'S creditors. 15. l .5 If CONTRACTOR admits in writing an inability to pay its debts generally as they become due. 15.1 .6 If CONTRACTOR persistently fails to perform the Work in accordance with the Contract Documents (including but not limited to, fa ilure to supply suffic ient skilled workers or suitable materials or equipment, failure to adhere to the progress schedule as same may be revised from time to time, or failure to conduct the Work in a manner that takes due care of City and residents' property). 15.1.7 If CONTRACTOR disregards laws or regulations of any public body having jurisdiction, State guidelines, or acceptable safety and horticultural practices. I 5. I .8 If CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents. 15.2 CITY reserves the right to terminate this Contract immediately for unsatisfactory performance. In such case CONTRACTOR shall not be entitled to receive any further payment for additional work performed. 15.3 Upon seven (7) calendar days written notice to CONTRACTOR, CITY may, through a resolution of the CITY Commission, without cause and without prejudice to any other right or remedy, terminate this agreement for CITY'S convenience whenever CITY determines that such termination is in the best interests of CITY. Where the Agreement is terminated for the convenience of CITY, the notice of termination to CONTRACTOR must state that the Contract is being term inated for the convenience of CITY under the termination clause, the effective date of the termination and the extent of termination. Upon receipt of the notice of tennination for convenience, CONTRACTOR shall promptly discontinue all Work at the time and to the extent indicated on the notice of termination, terminate all outstanding Subcontractors to the extent that they relate to the terminated portion of the Contract, and refrain from placing fu1ther orders and Subcontracts. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 16.0 NOTICE, COMPUTATION OF TIME 16.1 All notices required by any of the Contract Documents shall be in writing and shall be deemed delivered upon mailing by certified mail, return receipt requested to the following: For CITY: Copy to: For CONTRACTOR: John D. Lavisky, City Administrator 2200 NE 3 8th Street Lighthouse Point, Florida 33064 Telephone: 954-943-6500 Facsimile: 954-784-3446 Michael D. Cirullo, Jr., City Attorney 3099 East Commercial Boulevard, Suite 200 Fort Lauderdale, Florida 33308 Telephone: 954-771-4500 Facsimile: 954-771-4923 Notice by facsimile shall not be deemed received until the party receiving notice receives a copy of such notice through certified mail, return receipt requested. 16.2 When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. A calendar day of twenty-four (24) hours measured from midnight to the next midnight shall constitute a day. 17.0 RESPONSIBILITY FOR ACCURACY, ERRORS, OR OMISSIONS 17. I The CONTRACTOR shall be responsible for the accuracy of all data, computations, analyses, etc., and for any errors or omissions in the Work. The CONTRACTOR shall correct any inaccuracies, errors, or omission found in its Work without additional compensation. 17.2 The CONTRACTOR shall, at all times hereafter, indemnify, hold harmless, and defend the CITY, its agents, servants, and employees, from and against any claim, demand, judgment, decree, or cause of action of any kind or nature which may arise out of any error, omission, or activity of the CONTRACTOR, its agents, servants, or employees. 17.3 The CONTRACTOR shall pay all costs, attorney's fees, expenses, and liabilities incurred in the investigation and defense of any claim, demand, judgment, decree, or cause of action of any kind or nature which may arise out of any error, omission, or activity of the CONTRACTOR, its agents, servants, or employees. 17.4. The provisions of this Section shall survive the expiration or earlier termination of this Agreement. Nothing in this Agreement shall be deemed to affect the rights, privileges, or immunities of the CITY under the doctrine of sovereign immunity or as set forth in Section 768.28, Florida Statutes. 18.0 LIQUIDATED DAMAGES Upon failure of CONTRACTOR to complete the Work within the time specified for completion (plus approved extensions if any), CONTRACTOR shall pay to CITY the sum of $100.00 for each and every calendar day that the completion of the Work in a Work Order is delayed beyond the time specified in this Agreement for completion, as fixed and agreed liquidated damages and not as a penalty. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by CITY as a consequence of such delay and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of CONTRACTOR to complete the Contract on time. CITY shall have the right to deduct from and retain out of monies which may be then due or which may become due and payable to CONTRACTOR, the amount of such liquidated damages and if the amount retained by CITY is insufficient to pay in full. 19.0 MISCELLANEOUS 19.1 The duties and obligations imposed by the Contract Documents and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guaranties and obligations imposed upon CONTRACTOR and all of the rights and remedies available to CITY thereunder, are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available to any or all of them which are otherwise imposed or available by laws or regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents, and the provisions of this Paragraph will survive final payment and termination or completion of the Agreement. 19 .2 CONTRACTOR shall not assign or transfer the Contract or its rights, title or interests therein without CITY'S prior written approval as evidenced by a resolution duly adopted by the CITY Commission, which may be withheld for any or no reason. The obligations undertaken by CONTRACTOR pursuant to the Contract shall not be delegated or assigned to any other person or firm unless CITY shall first consent in writing to the assignment. Violation of the terms of this Paragraph shall constitute a breach of Contract by CONTRACTOR and the CITY may, at its discretion, cancel the Contract and all rights, title and interest of CONTRACTOR shall thereupon cease and terminate. 19.3 CONTRACTOR and its employees, volunteers and agents shall be and remain an independent contractor and not agents or employees of CITY with respect to all of the acts and services performed by and under the terms of this Agreement. This Agreement shall not in any way be construed to create a partnership, association or any other kind of joint undertaking or venture between the parties hereto. 19.4 The remedies expressly provided in this Agreement to CITY shall not be deemed to be exclusive but shall be cumulative and in addition to all other remedies in favor of CITY now or hereafter existing at law or in equity. 19 .5 The validity, construction and effect of this Contract shall be governed by the laws of the State of Florida. Subject to provisions hereof relating to arbitration, any claim, objection or dispute arising out of this Agreement shall be litigated in the Seventeenth Judicial Circuit in and for Broward County, Florida. The prevailing party in any lawsuit, including appeals, concerning the terms of this Agreement shall be entitled to an award of attorney's fees, including paralegal fees, from the non-prevailing party. Each party waives its rights to a trial by jury. 19.6 Should any part, term or provision of this Agreement be by the courts decided to be invalid, illegal or in conflict with any law of the State, the validity of the remaining portion or provision shall not be affected thereby. 19.7 In accordance with the Public Records Law, CONTRACTOR agrees to permit CITY to examine all records and grants CITY th e ri ght to audit any books, documents and papers that were generated during the course of administration of this AGREEMENT. CONTRACTOR shall maintain the records, books, documents and papers associated with this AGREEMENT in accordance with the Public Records Act. Upon CITY'S request, CONTRACTOR shall provide CITY with copies of all public records related to this Agreement at no cost to CITY. 19.8 Neither party, nor its employees, shall have or hold any continuing or frequently recurring employment or contractual relationship , or have any adverse claim against the other party, that is substantially antagonistic or incompatible with that party 's loyal and consc ientious exercise or judgment related to its performance under this Agreement. This provision shall also apply to a ll of CONTRACTOR'S Subcontractors used for the work. 19.9 Any other governmental agency, department, or municipality which avails itself of this contract will establish its own contract, place its own orders, issue its own purchase orders, and issue its own exemption certificates as required by the Bidder. It is understood and agreed that the City of Lighthouse Point is not a legally bound party to any contractual agreement made between any other governmental entity and the Bidder as a result of this Bid. 20.0 PERFORMANCE BOND AND PAYMENT BOND CONTRACTOR shall execute and furnish to CITY a Performance Bond and a Payment Bond, each written by a corporate surety, having a resident agent in the State of Florida. The surety company shall have at least the following minimum qualification in accordance with the latest edition of A.M. Best's Insurance Guide, published by Alfred M. Best Company, Inc., Ambest Road, Oldwick, New Jersey 08858: A to A+. The penal sum stated in each Bond shall be the amount equal to the total one hundred and twenty-five percent (125%) of the amount payable under the terms of the contract. The Performance Bond shall be cond itioned that the CONTRACTOR perform the Work in the ti me and manner prescribed in the Agreement. The Payment Bond shall be conditioned that the CONTRACTOR promptly make payments to all persons who supply CONTRACTOR with labor, materials and supplies used directly or indirectly the prosecution of the Work. Pursuant to the requirements of Section 255.0S(l)(a), Florida Statutes, it shall be the duty of the CONTRACTOR to record the aforesaid Performance and Payment Bonds in the public records of Broward County, with the CONTRACTOR to pay all recording costs. 21.0 GOVERNING LAW, VENUE, W AIYER OF JURY TRIAL 21 .1 CONTRACTOR agrees that the contracts shall be govern ed by the laws of the State of Florida. The validity, construction and effect of this Agreement shall be governed by the laws of the State of Florida. Subj ect to provisions hereof relating to arbitration, any claim, objection or dispute arising out of this Agreement shall be litigated in the Seventeenth Judicial Circuit in and for Broward County, Florida. THE PARTIES KNOWINGLY, VO LUNT ARIL Y AND UNEQUIVOCALLY WAIVE THEIR RIGHT TO A TRIAL BY JURY FOR ANY CLAIMS WHETHER IN CONTRACT, TORT OR STATUTE, ARISING OUT OF OR RELATING TO THIS AGREEMENT. 21.2 Any remedies provided in this Agreement shall be deemed cumulative and additional and are not in lieu of or exclusive of each other or of any other rights or remedies any party hereto otherwise has by law, equity or statute. In any action arising under this Agreement issued hereunder, the prevailing party is entitled to recover a reasonable fee for the services of the prevailing party's attorney through trial and appeal, in an amount to be determined by the cou Ii , together w ith the prevailing party's costs of the action. In the event each party shall partially prevail in such action, costs and reasonable attorneys' fees shall be equitably apportioned between the parties by the court. 22.0 PUBLIC RECORDS 22.l Pursuant to section I 19.0701 , Florida Statutes, CONTRACTOR shall (a) keep and maintain public records relating to this Contract; (b) upon request from the CITY, provide the CITY with public records that may be requested from the CITY in order to provide the public with access to such public records and at a cost that does not exceed that provided in Chapter 11 9, Florida Statutes, or as otherwise provided by law; (c) ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and (d) CONTRACTOR shall meet all requirements for retaining public records and transfer to the CITY, at no cost, all public records in possession of the CONTRACTOR upon termination of this Agreement and destroy any duplicate public records that are exempt or confidential and exempt. 22.2 CONTRACTOR shall preserve and maintain al l financial records, supporting documents, statistical records, and any other documents pertinent to this Agreement for a minimum period of three (3) years after tennination of this Agreement, unless CONTRACTOR is notified in writing by the CITY of the need to extend the retention period. 22.3 All records stored electronically and requested by the CITY must be provided to the CITY in a format that is compatible with the information technology systems of the CITY. 23.0 IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY CLERK City of Lighthouse Point 2200 N.E. 38th Street Lighthouse Point, FL 33064 (954) 943-6500 lhpadmin@lighthousepointfl.gov NONDISCRIMINATION AND EQUAL OPPORTUNITY EMPLOYMENT 23 .1 During the performance of this Agreement, CONTRACTOR shall not discriminate against any employee or applicant for employment because of race, religion, color, sex or national origin. CONTRACTOR will take affirmative action to ensure that employees are treated during employment, without regard to their race, creed, color or national origin. Such action must include, but not be limited to the following: employment, upgrading; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. CONTRACTOR shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. 23 .2 CONTRACTOR shall comply with all applicable local, state and federal labor and safety laws and regulations. 24.0 SCRUTINIZED COMPANIES In accordance with Section 287.135, Florida Statutes, as amended, a company is ineligible to, and may not, bid on, submit a proposal for, or enter into or renew a contract with an agency or local governmental entity for goods or services if: Any amount of, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statutes, or is engaged in a boycott oflsrael; or One million dollars or more, if at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company: I. Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to Section 215 . 73 , Florida Statutes; or 2. Is engaged in business operations in Syria. By submitting a bid, proposal or response, the CONTRACTOR, principals or owners certify that they are not listed on the Scrutinized Companies that Boycott Israel List, Scrutinized Companies with Activities in Sudan List, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or is engaged in business operations in Syria. In the event CONTRACTOR is placed on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215 .4 725, Florida Statutes, or is engaged in a boycott of Israel, the CITY has the right to terminate this Agreement. 25.0 E-VERIFY CONTRACTOR certifies that it is aware of and complies with the requirements of Section 448.095, Florida Statues, as may be amended from time to time and briefly described herein below. For purposes of this Section 22.0, "CONTRACTOR" shall have the same meaning as "CONTRACTOR." 1) Definitions for this Section: "CONTRACTOR" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "CONTRACTOR" includes, but is not limited to, a vendor or consultant. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. "E-Verify system" means an Internet-based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. 2) Registration Requirement; Termination: Pursuant to Section 448.095, Florida Statutes, effective January 1, 2021 , CONTRACTORS, shall register with and use the E-verify system in order to verify the work authorization status of all newly hired employees. CONTRACTOR shall register for and utilize the U.S. Department of Homeland Security's E-Verify System to verify the employment eligibility of: a) All persons employed by a CONTRACTOR to perform employment duties within Florida during the term of the contract; and b) All persons (including subvendors/subconsultants/subcontractors) assigned by CONTRACTOR to perform work pursuant to the contract with the CITY of Lighthouse Point. The CONTRACTOR acknowledges and agrees that registration and use of the U.S. Department of Homeland Security's E- Verify System during the term of the contract is a condition of the contract with the CITY of Lighthouse Point; and c) The CONTRACTOR shall comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes, but is not limited to registration and utilization of the E-Verify System to verify the work authorization status of all newly hired employees. CONTRACTOR shall also require all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The CONTRACTOR shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. Any challenge to termination under this provision must be filed in the Circuit Court no later than twenty (20) calendar days after the date of termination. Termination of this Contract under this Section is not a breach of contract and may not be considered as such. If this contract is terminated for a violation of the statute by the CONTRACTOR, the CONTRACTOR may not be awarded a public contract for a period of one (1) year after the date of termination. 26.0 AMERICAN RESCUE PLAN ACT FUNDING (Federal Funding) This Work may be funded from the American Rescue Plan Act (Federal Funding). Therefore, the CONTRACTOR must follow the federal requirements identified in Section 24.0. The American Rescue Plan Act emphasizes resilience, long-term investments, and using funds to combat the severe public health and economic crises created by the COVID-19 pandemic. The SLFRF program ensures that state, local, and Tribal governments have the resources needed to fight the pandemic, sustain and strengthen the economic recovery, maintain vital public services, and make investments that support long-term growth, opportunity, and equity. Treasury looks forward to supporting and engaging with state, local, and Tribal governments as they use these funds to make transformative investments in their communities. Finally, with so many pressing and effective ways to use SLFRF funds, there is no excuse for waste,fraud, or abuse of these funds." The American Rescue Plan Act's funds must be used for costs incurred on or after March Yd, 2021. These funds mu st be obligated by December 3Pt, 2024, and expended by December 3Pt, 2026. Per reporting guidelines, the CITY will commence reporting by April 301\ 2022, and annually thereafter. Eligible uses of the ARPA funds are as follows: addressing public health, negative economic impacts, services to disproportionately impacted communities, premium pay, infrastructure, revenue replacement, administrative, and others. The funds shall not be spent to offset a reduction in net tax revenue, deposit into pension funds, debt service, and replenishing reserves, settlements, and judgments. The CONTRACTOR shall spend funds to support the Milling and Paving Project conducted through ARPA for the CITY'S general government provisions and will abide by the eligibility regulations and guidance of the ARPA. I. The provisions in Section 24.0 shall apply to any Notice to Proceed issued under the Agreement for projects that are federally funded. The Noti ce to Proceed shall specifically identify that this Secti on for Federally Funded Proj ects shall apply to such Work. II. The CONTRACTOR and any and all of its subcontractors, shall comply with 2 CFR 200.327 and 2 CFR Part 200 Appendix II. A breach of this or any of the below provisions may be grounds for termination of the agreement, or for debarment of the CONTRACTOR. III. CONTRACTOR shall assist the CITY in completing any and all forms necessary for reimbursements from state or federal agencies relating to th e services provided by the CONTRACTOR hereunder. This includes the preparation and submittal of any and all necessary documents, and preparing any replies to all agency denials or inquiries. IV. Provisions for federally funded projects in applicable Notices to Proceed: 26.1 Nondiscrimination and Equal Opportunity Employment 26.1.1 CONTRACTOR will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The CONTRACTOR will take affirmative action to ensure that appl icants are employed, and that employees are treated during employment without regard to thei r race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment adverti sing; layoff or termination; rates of pay or other fo rms of compensation; and selection for training, including apprent iceship. The contractor agrees to post in conspicuous places, available to employees and applicants fo r employment, notices to be prov ided setting forth the provisions of this nond iscrimination clause. 26.1.2 CONTRACTOR will , in all solicitations or adverti sements for employees placed by or on behalf of the contractor, state that a ll qualified applicants w ill receive considerati ons for employment without regard to race, color, religion, sex, or nati onal orig in. 26.1.3 CONTRACTOR will send to each labor union or representative of workers with wh ich he has a collective barga ining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitm ents under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 26.1.4 CONTRACTOR will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 26.1.5 CONTRACTOR will fanish all information and reports required by Executive Order I 1246 of September 24, I 965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 26.1.6 In the event of the CONTRACTOR'S noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions as may be imposed and remedies invoked as provided in Executive Order I 1246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 26.1.7 CXNTRACfOR will include the po1tion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (I) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order I 1246 of September 24, 1965, so that such provisions wi ll be binding upon each subcontractor or vendor. The CONTRACTOR will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States. 26.2 Compliance with the Copeland "Anti-Kickback" Act 26.2.1 CONTRACTOR shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. 26.2.2 Subcontracts. The CONTRA TOR or subcontractor shall insert in any subcontracts the clause above and such other c lauses as may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the comp I iance by any subcontractor or lower tier subcontractor with all of these contract clauses. 26.2.3 Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R.§ 5.12. 26.3 Compliance with the Contract Work Hours and Safety Standards Act 26.3.1 Overtime requirements. No CONTRACTOR or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-halftimes the basic rate of pay for all hours worked in excess of fo1ty hours in such workweek. 26.3.2 Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (I) of this section the CONTRACTOR and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph ( 1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of fo1ty hours without payment of the overtime wages required by the clause set fo11h in paragraph of this section. 26.3.3 Withholding for unpaid wages and liquidated damages. The CITY shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the CONTRACTOR or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally- assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such CONTRACTOR or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. 26.3.4 Subcontracts. CONTRACTOR or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime CONTRACTOR shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (I) through ( 4) of this section. 26. 4 Clean Air Act 26.4.1 CONTRACTOR agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 740 I et seq. 26.4.2 CONTRACTOR agrees to report each violation to the CITY and understands and agrees that the CITY will, in tum, report each violation as required to assure notification to the State of Florida, federal awarding agency, and the appropriate Environmental Protection Agency Regional Office. 26.4.3 CONTRACTOR agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance. 26.5 Federal Water Pollution Control Act 26.5.1 CONTRACTOR agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. 26.5.2 CONTRACTOR agrees to report each violation to the CITY and understands and agrees that the CITY will, in tum, report each violation as required toassure notification to the State of Florida, fed era I awarding agency, and the appropriate Environmental Protection Agency Regional Office. 26.5.3 CONTRACTOR agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance. 26.6 Suspension and Debarment 26.6.1 This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the CONTRACTOR is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R.§ 180.940) or disqualified (defined at 2 C.F.R. § 180.935). 26.6.2 The CONTRACTOR must comply with 2 C.P.R. pt. 180, subpart C and 2 C.P.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. 26.6.3 This certification is a material representation of fact re lied upon by CITY. If it is later determined that the contractor did not comply with 2 C.P.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to Florida Division of Emergency Management, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. 26.6.4 CONTRACTOR agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The CONTRACTOR further agrees to include a provision requiring such compliance in its lower tier covered transactions. 26.7 Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352 (as amended) Contractors who apply or bid for an award of$ I 00,000 or more shall file the required certification. Each tier certifies to the tier above that it wi ll not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § I 352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipi ent. 26.8 Preference for Purchase, Acquisition, or Use of Goods Products, or Materials Produced in the United States As appropriate and to the extent consistent with law, the non-Federal entity should, to the greatest extent practicable under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). The requirements of this section mu st be included in all subawards including all contracts and purchase orders for work or products under this award. For purposes of this section: "Produced in the United States" means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. "Manufactured products" means items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl ch loride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. 26.9 Maximum use of products containing recovered materials 26 .9.1 In the performance of this contract, CONTRACTOR shall make maximum use of products containing recovered materials that are EPA designated items unless the product cannot be acquired; (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) at a reasonable price. 26.9.2 Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, http://www.epa.gov/cpg/. The list of EPA-des ig nate items is available at http://www.epa.gov/cpg/prod ucts. htm. 26.10 No Obligation by Federal Government The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, CONTRACTOR, or any other party pertaining to any matter resulting from the contract. 26.11 _Program Fraud and False or Fraudulent Statements or Related Acts CONTRACTOR acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the CONTRACTOR'S actions pertaining to this contract. 26.12 Davis-Bacon For infrastructure projects greater than ten million dollars ($10,000,000.00), CONTRACTOR shall comply with the requirements of the Davis-Bacon Act, 40 U.S.C §§3 141-4144 and 3 146-3148, as supplemented by Department of Labor regulations 29 CFR Part 5, whi ch are incorporated herein where th is paragraph is applicable. 26.13 Rights to Inventions Made Under Contract or Agreement. lf th e Federal award meets the definition of"fu nding agreement" under 37 CFR § 401 .2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 3 7 CFR Part 40 I, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. 26.14 Huawei Technologies Company or ZTE Corporation CONTRACTOR is prohibited from obligating/expending fund s to: Procure or obtain; Extend or renew a contract to procure or obtain; or Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essenti al component of any system, or as critical technology as part of any system. As described in Public Law 115-232, section 889, covered telecommunications eq uipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affi liate of such entities). For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affili ate of such entities). Telecommunications or video surveillance services provided by such entities or using such equipment. Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelli gence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. In implementing the prohibition under Public Law 1 15-232, section 889, subsection (f), paragraph (I), heads of executive agencies administerin g loan, grant, or subsidy programs shall prioritize available funding and technical support to assist affected bus inesses, in stituti ons and organizations as is reasonably necessary for those affected entities to transition from covered communications equipment and services, to procure replacement equ ipment and services, and to ensure that communications service to users and customers is sustained. 26.15 Contracting with Small and Minority Businesses, Women's Business Enterprises, and Labor Surplus Area Firms The CONTRACTOR must take all necessary affirmati ve steps to assure that minority businesses, women's busin ess enterprises, and labor surplus area firms are used when possible. Requiring the prime CONTRACTOR, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (1) through {5) of this section. Affirmative steps must include: 26.15. I Plac ing qualified small and minority bu sinesses and women's business enterprises on so licitation lists; 26.15.2 Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potentia l sources; 26.15.3 Dividing total requirements, when economically feas ible, into smaller tasks or quantities to permit maximum participation by small and mi nority businesses, and women's business enterprises; 26.15.4 Establishing delivery schedules, where the requirement permits, whi ch encourage participation by small and minority busi nesses, and women's business enterprises; 26.15 .5 Using the services and assistance, as appropriate, of such organizations as the Small Business Admini stration and the Minority Business Development Agency of the Department of Commerce. IN WITNESS WHEREOF, CITY and CONTRACTOR have signed this Agreement, in duplicate. ATTEST: BY: --------------Kathryn Sims, City Clerk APPROVED AS TO FORM: City Attorney WITNESS: Signature of Witness Printed Name of Witness (Corporate Seal) STATE OF FLORIDA ) COUNTY OF ----- ) SS: ) CITY OF LIGHTHOUSE POINT, FLORIDA BY: -------------Kyle Van Buskirk, Mayor NAME OF CORPORATION Si gnature of Corporate President Printed Name of Corporate President Signature of Corporate Secretary BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared _________ as _______ , respectively, of _____________ a Florida corporation, and acknowledged they executed the foregoing AGREEMENT as the proper officials of , for the use and purposes mentioned in the AGREEMENT and affixed the official seal ----------· of the corporation, and that the instrument is the act and deed of that corporation. IN WITNESS OF THE FOREGOING, I have set my hand and official seal in the State and County aforesaid on this __ day of _____ ~ 2023. Notary Seal Signature of Notary Public MEMORAND UM CITY OF LIGHTHOUSE POINT 2200 NE 38TH STREET LI GHTHOUSE POINT, FLORIDA 33064 954-943-6500 -FAX 954-784-3446 To: Ross Licata, Acting City Administrator From : Nicole Davisson, Assistant City Clerk Date: August21 ,2023 Re: Bid Tabulation Sheet -Municipal Dredging Services 2023, RFP 2023-008 The following bid was received by 2:00 p.m. for the above-referenced project. Contractor Bayside Dredging LLC 5035 Ulmerton Road Clearwater, FL 33760 727 -436-5044 Coston Marine Services, Inc. 1400 Watertower Road Lake Park, FL 33403 561 -7 47-4382 Bid Bond/Check Yes Yes Total Bid Year 1 (Work Order 1 ): $630,000 Year 1 (Work Order 2): $620,000 Year 2 (unrestricted access): $655,000 Year 2 (access under fixed bridges): $655,000 Year 3: $660,000 Year 4: $685,000 Year 5: $685,000 Year 1 (Work Order 1): $736,415 Year 1 (Work Order 2): $736,415 Year 2 (unrestricted access): $773,234 Year 2 (access under fixed bridges): $1 ,071 ,000 Year 3: $811 ,899 Year 4: $852,494 Year 5: $895,119 A TT A CHM ENT A "MUNICIPAL DREDGING SERVICES 2023 .. RFP# 2023-008 PROPOSAL FORM Proposal of &"'-~s, t\, bcttd ~;J\3 LL C (Company Name · so :2.>6 UlMe( to(Ad~¼ b~\~~~~te~!me~3: '2 0 TO: City of Lighthouse Point Attention: City Clerk 2200 N.E. 381h Street Lighthouse Point, FL 33064 The undersigned, as Proposer, hereby declares that the only person or persons interested in the Proposal, as principal or principals, is or are named herein and that no other persons than herein mentioned has any interests in the Proposal of the contract to which the Work pertains; that this Proposal is made without connection or arrangement with any other person, company, or parties making Proposals and that the Proposal is in all respects fair and made in good faith without collusion and fraud. The Contractor further declares that he has examined the Request for Proposal and understands the equipment and materials that are desired, that he has made sufficient investigations to fully satisfy himself that such labor, material, and equipment are available, and he assumes full responsibility therefore; that he has examined the specifications for the Work and from their own experience or from professional advice that the specifications are sufficient for the labor, equipment and materials to be provided, and has the Request for Proposal, Detailed Scope of Work/Specifications, Qualification Statement, Public Entity Crime Fonn, and he has read all addenda prior to the opening of Proposals, and the he has satisfied himself fully, relative to all matters and conditions with respect to the Work to which this Proposal pertains. The Contractor proposes and agrees, if this Proposal is accepted, to begin the project no later than thirty (30) days of the award of the Proposal to Proposer, and complete the project no later than ninety (90) days after Proposal award. REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK 16 Table 1. Municipal Dredging Services with access unrestricted. Disposal Included. Year Price Per Cubic Yard X 4,000 Mobilization For Each Work Total One Cubic Yards= $145.00 Order= $50,000.00 $630,000.00 Year Price Per Cubic Ya rd X 4,000 Mobilization For Each Work Total One Cubic Yards= $145.00 Order= $40,000.00 $620,000.00 Year Price Per Cubic Yard X 4,000 Mobilization for Each Work Total Two Cubic Yards= $150_00 Order= $55,000.00 $655,000.00 Year Price Per Cubic Yard X 4,000 Mobilization for Each Work Total Three Cubic Yards= $150.00 Order= $60,000.00 $660,000.00 Year Price Per Cu hie Ya rd X 4,000 Mobilization for Each Work Total Four Cubic Yards= $155.00 Order= $65,000.00 $685,000.00 Year Price Per Cubic Yard X 4,000 Mobilization for Each Work Total Five Cubic Yards= $155.00 Order= $65,000.00 $685,000.00 Table 2. Municipal Dredging Services with access under fixed bridges. Disposal Included. Year Price Per Cubic Ya rd X 4,000 Mobilization For Each Work Total Two Cubic Yards Order= $150.00 $55,000.00 $655,000.00 Proposer: 5035 Ulmerton Road Address: Clearwater, Fl 33760 Name: Bret Sapp Title: President Email Address: __ B_re_t@_b_a_y_si_d_ed_r_ed_g_i_n_g._c_om ___ _ Phone Number: __ 7_2_7_4_3_6_-5_o_44 _______ _ Fax Number: 727-436-5003 17 NOTE: A Broward County Engineering Contractor's License and/or the appropriate license issued by the State of Florida is required for working within public rights-of-way. Contractor must have proper licensing prior to submitting bid and must submit evidence of same with bid. Insurance limits: A. Workmen's Compensation• limit per accident 8 . Comprehensive General Liability - limit per occurrence $ C. Business and Automotive liability- limit per occurrence $ _____________ _ D. Other: $----------~- (Contractor will be required to furnish documentation if awarded the contract) Is this company a subsidiary? /4 If yes, name of Parent company. ________ _ Names of principals or officers: Name Title Name Title Names of principals or officers of Parent Company, if any: Name Title Names of principals or officers of Primary Subcontractor, if any: Name Title Proposer: _________________ _ Address: Phone Number: ________ _ Fax Number: --------- Email: By: Signature Printed Name, Title 19 ATTACHMENT B PROPOSER'S INFORMATION SHEET Number of years your company has been in business as a dredging contractor: -:J.. Jta.C:S f So\~\' o of k\-o-,-bru¼~~ A.f4-e< List of similar projects, locations, and dates of completion: '1 • .u. r, ,. \' · ., v,.>01"'"''1 ""c.r~ ..-,,, ~ 'f~r- Project Location Date Completed Contact Name/Phone Ii Has this company ever failed to complete work awarded to it?~ No .. If yes, where, when and why? Have you personally inspected the City waterways and canals? .,.¼ .... e""S.__ _________ _ Will this company be using subcontract labor? Nn If yes, name of primary subcontractor. Does this company own the equipment needed to perform this work? --"/_,d,_,a ..... _0~/--o.__ _______ _ Will this company need to rent additional equipment? ---'-~.i, ""'o ____________ ~ Provide a list of vehicles, vessels, and equipment that will be used on this project. See-alit ~«l e, ..; p,...,,., I-l,S t Provide Written Description Qualifications: (Attached company brochure or fact sheet if available) Su "ti4Gk~J so Cl Certificate of Competency Number of Qualifying Agent: SC.G./3 / /5Z.8Z S- Effective Date: / z. /z. "~1. i.. Expiration Date: ar -3 /-Z LJ Licensed in : Stq,h< a£ Ek.tJ .½ (County/State) Engineering Contractor's License#: _..,_,_'--'-0-'--Y-'---------------------- Expiration Date: __ 2--1/c...-2...:a5"'-+-/ _2.--'')'"'------------------------ 16 ATTACHMENT C DRUG-FREE WORKPLACE CERTIFICATION OF COMPLIANCE The und~gned CQlltractor (firm) in that ~~sik J\c~it!\ LLl. (N~ci Company) accordance with does: Chapter 287.087, Florida Statutes, hereby certifies 1. Publish a statement notifying employees that the unlawful manufacturing, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specify the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the contractual services that are under Proposal a copy of the statement specified in subsection (I). 4. Notify the employee that in accordance with the statement specified in subsection ( 1 ), as a condition of working on the contractual services that are under Proposal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. S. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employer's community, by any employee who is so convicted. 6. to continue to maintain a drug-free workplace through implementation of this section. · red to sign the statement, I certify that this finn complies fully with the above requirements. g(i ~fl Print Name Signature fritsiJC'f),f Title Date ST ATE OF FLORIDA ) ) SS: COUNTY OF ¥ e ~ ) BEFORE ME, an offi~ duly authorized by law to administer oaths and _tak~ ackno~ledgrnents, ~rson~lly appeared ~t S~-p as --6td~+ , of ~1d-e.~LLC.. an orgamzat1on authorized to do busmess m the State of Florida, an acknowledged and executed the foregoing AG~T as the proper official of &,~tdeDrr~ue. for the use and purposes mentioned in it and affixed the official seal of the corporation, and that the instrument is the a ~ deed of that corporation. ~She i~onally known to m£_or has produced ___________ as identification. NOTARY SEAL IN WITNESS OF THE FOREGOING, I have set my hand and official seal in the State and County aforesaid on this ~D~i-li __ _ day of A IA ,u~+ , 2023. ~-f:V~ 20 ATTACHMENT D NON-COLLUSION AFFIDAVIT The undersigned individual, being duly sworn, deposes and says that: I. He/She is Bait S~ -f of ~,i.k. tkc.J, ,_,L,kcfcontractor that has submitted the attached Proposal; 2. 3. 4. 5. He/She is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; Such Proposal is genuine and is not a collusive or sham Proposal; Neither said Contractor nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, connived, or agreed, directly or indirectly, with any other Proposer, firm, or person to submit a collusive or sham Proposal in connection with the Agreement for which the attached Proposal has been submitted, or to refrain from proposing in connection with such Agreement, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Proposer, firm, or person to fix the price or prices in the attached RFP, or of any other Proposer, or to fix any overhead, profit or cost element of the Proposal or the response of any other Proposer, or to secure through any collusion, connivance, or unlawful agreement any advantage against the City of Lighthouse Point, Florida or any person interested in the proposed Agreement; and The cost Proposals in the attached RFP are fair and proper and are not tainted by any collusion, ce, or unlawful agreement on the part of the Contractor or any of its agents, ----=-¥4~--•-e_m_p_Jo_y_e_e_s,_o_r_p_arties in interest ;Ju in~i.:,~_ia_n_t. __ _ Signature Print Name tt,- Prts1 Jerif _-.J..<8 ........... -/t--Z; Title Date ST ATE OF FLORIDA COUNTY OF Mri.e.l\a. ~ ) ) ss BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared 'B ~ as f'Cl!-:itcten+ , of ~tde. t>rmgn:,u..c,..an organization authorized to do business in the State of Florida, and acknowledged and executed the foregoing Agreement as the proper official of ~::t:l 6 ._~~ for the use and purposes mentioned in it and affixed the official seal of the corporation, andthatthe instrument is the act and deed of that corporation. He/she is ~rsonally known to me or has produced as identification. -· ·· • IN WITNESS OF THE FOREGOING, I have set my hand and official seal in the State and County aforesaid on this No;:I dayof Av.~,-,2023. ~ • . ~J;;;:,L~ / s~Tuiilic ~ 21 ATTACHMENT E CERTIFICATION PURSUANT TO FLORIDA STATUTE 287.135 I, Bee-/: Si(~. Preis,'JGA-t ,onbehalfof gAystk t),.cJty? Lt.(, Print · e and Title Company Na e Certify that .&,.'fi!~.G, f\,,.,._,J ,..L... LL{., does not: Compa~ I. Participate in a boycott of Israel; and 2. Is not on the Scrutinized Companies that Boycott Israel List; and 3. ls not on the Scrutinized Companies with Activities in Sudan List; and 4. Is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and 5. Has not engaged in business operations in Syria. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to the Contractor of the City's determination concerning the false certification. The Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Contractor does not demonstrate that the City's determination of false certification was made in error, then the City shall have the right to terminate the contract and seek civil remedies pursuant to Florida Statute 287.135 . Section 287.135, Florida Statutes, prohibits the City from: I) Contracting with companies for goods or services in any amount if at the time of bidding on, submitting a Proposal for, or entering into or renewing a contract if the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, F.S. or is engaged in a boycott of Israel; and 2) Contracting with companies for goods or services over $1 ,000,000.00 that are on either the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215 .4 73, or are engaged in business operations in Syria. As the person authorized to sign on behalf of the Proposer, I hereby certify that the company identified above in the section entitled "Contractor Name" does not participate in any boycott of Israel, is not listed on the Scrutinized Companies that Boycott Israel List, is not listed on either the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, and is not engaged in business operations in Syria. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject the company to civil penalties, attorney's fees, and/or costs. I further understand that any contract with the City for goods or services may be tenninated at the option of the City if the company is found to have submitted a false certification or has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Co wit Acti ities in the Iran Petroleum Energy Sector List. . Lt,c, Title 22 A TT AC HM ENT F E-VERIFY FORM UNDER SECTION 448.095, FLORIDA STATUTES Project Name: Municipal Dredging Services 2023 Project No.: RFP 2023-008 I. Definitions: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Contractor" includes, but is not limited to, a vendor or Proposer. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. "E-Verify system" means an Internet-based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. Effective January I, 2021 , Contractors, shall register with and use the E-verify system in order to verify the work authorization status of all newly hired employees. Contractor shall register for and utilize the U.S. Department of Homeland Security's E-Verify System to verify the employment eligibility of: All persons employed by a Contractor to perform employment duties within Florida during the term of the contract; and All persons (including subvendors/subProposers/subcontractors) assigned by Contractor to perform work pursuant to the contract with the City of Lighthouse Point. The Contractor acknowledges and agrees that registration and use of the U.S. Department of Homeland Security's E-Verify System during the term of the contract is a condition of the contract with the City of Lighthouse Point; and Should vendor become the Contractor awarded for the above-named project, by entering into the contract, the Contractor shall comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes, but is not limited to registration and utilization of the E-Verify System to verify the work authorization status of all newly hired employees. Contractor shall also require all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The Contractor shall maintain a copy of such affidavit for the duration of the contract. 2. Contract Termination a) If the City has a good faith belief that a person or entity with which it is contracting has knowingly violated s. 448.09 (I) Fla. Stat, the contract shall be terminated. b) If the City has a good faith belief that a subcontractor knowingly violated s. 448.095 (2), but the Contractor otherwise complied withs. 448.095 (2) Fla. Stat., shall promptly notify the Contractor and order the Contractor to immediately terminate the contract with the subcontractor. c) A contract terminated under subparagraph a) orb) is not a breach of contract and may not be considered as such. d) Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the date of termination. e) If the contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of I year after the date of termination. 23 STATE OF ~\oc, QC\ COUNTY OF :Y,ne\\a:'!;> ) ) ) LLL The foregoing instrument was acknowledged before me by means of ~ physical presence or o online notarization, this ,t1I-"' day of Q I.A~+ . 2023, by Bret :'.Jof' p on behalf of ___________ . fu/she is ~rsonall~known to me or has produced _______ as identification. 24 ATTACHMENT G-EVALUATION AND QUALIFICATIONS PACKAGE All proposers must be qualified in order for their Proposals to be considered by the City. The Selection Committee will review the Qualifications of each Proposer and grade them accordingly. It is the sole responsibility of Proposer to provide the following information with their proposal for evaluation by the Selection Committee: 1. Describe method for dredging. We plan to use a barge mounted hydraulic pump to hydraulically pump the dredge material into 0111· dewatering truck(s) 2. Identify spoils transfer area. We plan to pump the dredge material directly into our dewatering truck(s). No transfer area will be needed besides a staging area for the dump truck(s) 3. Identify final spoils disposal location. We plan to haul the dredge spoils to BG Katz Nurseries located at 15800 Loxahatchee Rd. Parkland, FL 33076. Contact person onsite is Victoria #561-218-2811 4. Identify a detailed personnel plan for the work. One or two crews at all times. Each crew will consist of a Superintendent, 2 Crew Members. and 1 or 2 Drivers 5. Identify job superintendent and project manager. Garrell Ces/ok-#239-834-1843 6. Identify project manager and job superintendent, and describe their experience in similar work. Garrell Ceslok -please reference our SOQ. as it has Garrett 's resume and list his past experience 7. Identify the amount of dredging done in the last 6 years (identify cubic yards of each job). Please reference our SOQ 8. Describe dredging experience. Please reference our SOQ 9. Describe how spoils are transported from City, i.e.: barge, truck. Once the dredge material is pumped into our watertight dewatering truck(s), the truck will be hauled to our designated disposal site and dumped I 0. Describe fuel spill containment plan. 1. Shut off and eliminate all ignition sources. 2. Keep unnecessary personnel and the public away. 3. Minimize breathing vapors. 4. Contain the spill, and if needed. use dikes or curbs to prevent the spread of hazardous materials. 5. Recover all free diesel fuel. 6. Report the incident to the Water Management District and/or its Engineer (owner/client). 7. As WMD directs, report incident to other agencies (i.e. local fire department, USCG National Response Center at 1-800-424-8802, FDEP, etc.). 8. Cooperate with all responding state and/or federal authorities. 9. Prepare and remit any required written follow-up reports. 11. Describe contaminated spoils containment plan. Please reference our contaminated spoils containment plan exhibit 12. List and photographs of equipment to be used during work. Wording or messaging other than necessary to identify the vessel and name of Contractor is highly discouraged. Please reference our SOQ and attached pictures for the equipment to be used during the work 13. Identify equipment and vessels to maneuver under a fixed bridge. Our hydraulic barge has moving spuds which allow us to lower them to maneuver under a f ued bridge 14. Describe tropical storm plan. Where will vessels and equipment be stored? Please reference our Severe Hurricane Preparedness Plan I 5. Location of company headquarters Has your firm ever walked off a job? Our Company address is 5035 Ulmerton Rd, Clearwater, FL 33 760. No, we have never walked off of a job 16. Describe the on-site inspection you performed of the work areas prior to submitting your proposal Ownership drove around the site areas and reviewed all canals and work locations. Our dredges and vessels can pass and fit under all the city bridges. 17. When can the company start work? 30 to 60 days from receMng a NTP (Notice to Proceed) 18. Identify and describe any claims and lawsuits made against you in the past five (5) years regarding disputes with subcontractors or suppliers, and for property damage or injuries relating to dredging work. N A 25 BAYSIDE DREDGING ASSET UST· REVISED 8-18-2023 Asset Yeiir Type Bllyside Niime Description VIN# NO 013 2017 Dump Truck 013 Kenworth T880 Dump Truck 1NKZX4EXOHJ163994 014 2017 Dump Truck 014 Kenworth T880 Dump Truck 1NKZX4EX2HJ163995 015 2017 Dump Truck 015 Kenworth T880 Dump Truck 1NKZX4EX4HJ163996 016 2024 Dump Truck 016 Peterbilt 567 Dump Truck 1NPCX4EXORD660737 168 Boat Engine Boat Engine on Boat #1328 418 2018 Pick-up Truck Garret's Truck Ram 2500 3C6URSHL4JG359391 419 2022 Pick-up Truck Local Crew Truck Ram 2500 Crew Cab 3C6URSHJXNG299136 420 2022 2022 Brandon's Truck Ram 3500 Crew Cab 3C7WRTCLXNG378808 564 2017 Box Trailer Grapple Barge Trailer #1 2017 Arising 7 x 16 Box Trailer SYC8E162XHH037302 570 2012 Box Trailer Grapple Barge Trailer #2 2012 Freedom 8.5 x 24 Box Trailer SWKBE2429Cl014795 573 2021 Box Trailer Grapple Barge Trailer #3 2021 Arising 8.5 X 18 cargo 5YCBE1822MH002857 574 2023 Box Trailer Grapple Barge Trailer #4 2023 Arising 8.5 X 24TA cargo SYCBE2424PH002150 601 Boat Trailer Boat Master FOR MONARK 627 2009 Boat Trailer 2009 Oquawka Boat Trailer 1Z9AB31269A056205 632 Boat Trailer 20' Hanko Boat Trailer AL Slideon 701 2023 Gooseneck Trailer Gooseneck Trailer #1 2023 Texas Pride Trailer (Gooseneck} 7HCGF3538PB038172 824 2021 Excavator Long reach 2021 Volvo EC250ELR 72: Ditch Bucket serial #3160S5 1034 2015 Boat Engine Boat Engine on Boat #1313 1051 Boat Engine 225 HP on Boat #1324 1069 1210 2014 Forklift 2014 JLG Variable Reach G9-43A 1313 1985 Boat Monark 17' 1985 Monark 17' MAK40124U0685 1324 2009 Boat Oquawka Oquawka -26' OQBZ32L8H910 1328 Boat Hanko 20' Hanko Skiff HK0446508515 2003 2014 Hydraulic Dredge Love Boat 014 Steel Barge "Grapple" -10' x 20' x3' 2004 2014 Hydraulic Dredge Suzy Creamcheese 2014 Steel Barge "Grapple" -10' x 20'x 3' 2813 2019 Utility Trailer/Equip Handheld Support Trailer 2019 Express Trailer Open Utility SGL8U162KC0000109 2819 2022 Utility Trailer/equip Handheld Support Trailer 2022 Predator Eagle Tandem Axle 5HVBU1429MU26816 2905 2014 Mechanical Dredge Stooges 2014 Steel Barge 4 Piece Mechanical 3001 2023 Diesel Pump 2023 Ori-Prime CDlSOM Diesel Pump 0229389-91-4045D198456 3002 Subm Pump Head HHTC004 4" SUBM Pump H1 Head 14561 3003 Subm Pump Head HHTC004 4" SUBM Pump HI Head 14565 3004 Subm Pump Head HTC004 Trash Pump/SUBM Hi Head 14562 3005 Diesel Pump Ori Prime CDlSOM Diesel Pump Unit#D-62858 4001 2023 Welder/Plasma Cutter Welder/Plasma Cun.r/Spoolgun/Wire fNder MIL907798002 'TBAYSIDE DREDGING IIAYSJDI: DREDGJNCi U.C 5031 ULMIRTON ROAD CI.IARWAffR, ,L 33760 PHONI 727.436.5044 FAX 727.436.5003 -.~.com SAVO>OH:11111SDl:25Nfl'f: IU».VIS f'lOTtU) ON: lf1 taD2:1 J:20 PM N w E s FLOATING TUR8IOITY CURTAINS WIU. BE Pt.ACEO AROUND AU. DREDGE OPERATlONS. TURBIDITY MONITORING SYSTEM WILL BE STATlONEO AT THE DREDGE AREA ANO 250 FT AWAY. FOR City of Lighthouse Point Municipal Dredging Services EXHIBIT TITLE PLAN VIEW: TYP. SPOILS CONTAINMENT PLAN Project Address: DATE: Exhibit No. PROPOSAl CJ .,,_ ~ PIIB.MINAIIY -BY: FIGURE 1.A . f>ERMITTl'jQ CJ City of Lighthouse Point ~DAYIII ISSUED FOR CONSTRUCTION CJ Waterways and Canals CHl!CK!D BY: RECORD DRAWING CJ 8.SN'I' J08NO.: TYP.OWO Xl0CD0( SCALE: 1• = 20' Municipal Dredging Services 2023 Severe Storm & Hurricane Preparedness Plan August 17, 2023 SECTION 1 -Storm Hazard Awareness When warned by the weather forecast, the RESONSIBLE PERSON FOR IMPLEMENTING THIS PLAN will designate an observer to monitor and report real-time weather radar and warn the RESPONSIBLE PERSON when appropriate. SECTION 2 -Thunder-storms Thunder-storms can be a daily occurrence, especially in Florida during the summer months, but may occur anytime of the year in the Southeastern United States. High winds, waves, under-toe, lightning and even tornadoes are possible during thunder-storms. • RESPONSIBLE PERSON shall monitor the storm progress toward the vicinity of the project site. • RESPONSIBLE PERSON shall inform personnel to abandon scaffolding, form work, cranes, excavators, and other areas where lightning is likely to strike when the storm is approximately five (5) miles form the site. • Daily clean-up and proper bundling and stabilization of stored materials/equipment must be maintained to minimize the possible of debris and materials becoming airborne during these storm events. • RESPONSIBLE PERSON shall inform personnel when it is safe to return to work. SECTION 3 -Tornadoes If a Tornado Watch is issued by the weather forecast in the area, the RESPONSIBLE PERSON shall be ready to act quickly to advise personnel to take shelter and check supply kits. The RESPONSIBLE PERSON shall monitor radio and television stations for more information. SEVERE STORM & HURRICANE PREPAREDNESS PLAN If a tornado is seen or reported (via Tornado Warning) by the weather forecast in the area, the RESPONSIBLE PERSON shall cease work and have personnel take refuge shelter in the designated underground shelter or sheltering structure on the site, or the nearest sheltering structure to the project site. The RESPOSIBLE PERSON shall consider the following if an underground shelter is unavailable: • Seek a small Interior room or hallway or the lowest floor possible • Stay away from doors, windows, and outside walls • Stay in the center of the room and avoid corners because they attract debris • Seek rooms constructed with reinforced concrete, brick or block with no windows and heavy concrete floor or roof system overhead • Avoid auditoriums, cafeterias and gymnasiums that have flat, wide-span roofs. If personnel are caught outdoors when a tornado is threating and cannot seek shelter in a basement or sturdy building within walking distance, personnel should try to drive in a vehicle, using a seat belt, to the nearest shelter. If flying debris is encountered while in a vehicle, there are two options: 1.) Staying in the vehicle with the seat belt on, keeping your head below the windows and covering it with your hands or a blanket 2.) If there is an area which is noticeable lower than the roadway, lie in that area and cover your head with your hands. Once the tornado has passed, the RESPONSIBLE PERSON shall ensure all personnel are accounted for and safe. If the project site was hit by the tornado, the RESPONSIBLE PERSON shall survey the site for damage before authorizing work to re-commence. The RESPONSIBLE PERSON shall determine how and who will initiate repairs (if any) before the general workforce returns to their stations. When returning to work stations, all personnel should proceed with caution and inform the RESPONSIBLE PERSON of any downed power lines, washed out areas, debris, and other storm damage they may encounter. SECTION 4 -Hurricane Preparations The RESPONSIBLE PERSON shall make the following preparations prior to beginning any work at the site that will take place during hurricane season: 1.) NOTE= Atlantic hurricane season runs from June 1st to November 30th and the Eastern Pacific hurricane season runs from May 15th to November 30th. The Atlantic hurricane basin includes the Atlantic Ocean, Caribbean Sea and Gulf of Mexico. 2.) Ensure that the project office/trailer is outfitted with a portable electronic device to track hurricanes 3.) Develop, maintain and distribute a list of emergency telephone numbers and email addresses for employees and authorities. 4.) Organize a Damage Survey and Repair Team (DSRT). This team will be the first on the site to assess damage after the storm and make the site safe enough for the return of the entire workforce. Page 2 of 7 SEVERE STORM & HURRICANE PREPAREDNESS PLAN S.) Prepare a system to inform employees of when to return to work. 6.) Identify and avoid long-term material storage in areas prone to flooding. 7.) Identify vulnerable work in progress and determine how to best protect it from damage whether by boarding up windows, sand bags, capping pipes, buried incomplete underground work, surveying of upland dredge material dewatering site, surveying of in-water dredging work, etc. 8.) Develop a list, procure and store supplies necessary for preparing the site for a hurricane. 9.) Keep the project free from accumulation of debris and scrap material that can become windblown hazards. This will reduce the amount of time necessary to complete preparations on the job site in the event of a hurricane/emergency. 10.) Ensure that fuel supplies, dewatering pumps and generators are adequate for repairs after the storm. 11.) Be prepared to anchor or restrain everything that could blow away or become wind-blown with netting for dumpsters, banding and banding tools for lumper/materials, form-work/scaffolding, port-a-potties, etc. 'LOOK AND SEE WHAT WILL FLY ... THEN RESTRAIN IT' 12.) Be alert to job conditions that will require advanced attention or special attention. SECTION 5 -Hurricane Approaching/ Preparedness Plan See the next four (4) pages for the 72-hour, 48-hour, 24-hour and 12-hour checklists shall be carried out and checked by the RESPONSIBLE PERSON if a named storm approaches the job. SECTION 6 -Damage Assessment (After Storm is Over) The Damage Survey and Repair Team (DSRT) shall inspect the job site, identify and document the damage, prioritize the repairs, complete Job Hazard Analysis (JHA's) and Safe Plans of Action, then initiate repairs. Below are procedures for the DSRT to follow: • Class A hazards will have priority and must be abated before calling in the workforce to resume construction. • Do not touch loose or dangling wires. Report such damages to the electrical Contractor, utility company or local police. • Stay clear of disaster areas where first aid or rescue workers may need to access. • Stay alert to prevent any fires. Note water pressure in hydrants may be low after storms. • Complete preparations for return of the workforce. Page 3 of 7 SEVERE STORM & HURRICANE PREPAREDNESS PLAN 72-HOUR CHECKLIST/ PLAN 1.) Confirm that all emergency contact information Is current 2.) Verify that all erosion and sediment control devices are in place and meet adequate standards. 3.) Verify that all storage and office trailers are correctly tied down. 4.) Verify that all trailers, boats, barges and dredges have been identified for movement for higher ground or removal from water. 5.) Confirm all pumps and generators are in working order. 6.) Prioritize work-plan to minimize any open excavation, loose framework. 7.) Schedule trash dumpsters to be emptied. 8.) Ensure the job-site weather tracking device is charged. 9.) Ensure there is sufficient supply of banding, clips, duct tape, tarps, sand-bags and manpower to accomplish preparations. 10.) Ensure there is sufficient room to lay crane or excavator booms down. Page 4 of 7 SEVERE STORM & HURRICANE PREPAREDNESS PLAN 48-HOUR CHECKLIST/ PLAN 1.) Review 72-hour checklist. 2.) If outside owners of trailers, storage containers exist on-site, notify to anchor them or remove them from the site. 3.) Review all scaffolding or form-work (If any). Remove, stack and band planks, secure or take down. 4.) Tie-down and/or remove trailers, boats, barges and dredges have been identified for movement for higher ground or removal from water. 5.) Verify that all equipment is fueled and all storage cans topped off and secure to prevent contamination of soil or wetlands. 6.) Begin banding loose materials. 7.) Review site drainage patterns and relocate materials stored in low areas which may be subject to flooding and/or storm surge. 8.) Ensure all hazardous materials cannot contaminate water supplies. Store these materials in high and dry places. Note hurricanes are capable of producing 20-30 inches of rainfall and storm surges up to 15-feet. 9.) Remove screening on fences and all signs. 10.) Ensure computer files are backed up and paperwork is ready to be removed from site to safe storage place. 11.) Ensure in-water mooring location is clear and prepared to moor the barges. Page S of 7 SEVERE STORM & HURRICANE PREPAREDNESS PLAN 24-HOUR CHECKLIST/ PLAN 1.) Review 48-hour checklist. 2.) Document the status of the project with pictures and store them in a dry secure place. 3.) Back-up all computer files with the newly captured photos and store in a dry secure place. 4.) Secure all windows with plywood or tape and move all items vulnerable to water damage away from windows. 5.) Lower crane and excavator booms. 6.) Remove or anchor all trailer and storage containers that are not secured. 7 .) Remove all non-essential barricades. Sandbag or tie-down essential barricades. 8.) Move all trailers, boats and dredges to higher ground and tie-down. 9.) Incomplete piping is to be capped to prevent sand and water infiltration. 10.) Tie-down all materials and place adequate weight on items that can be physically moved or wind-blown. 11.) Moor in-water barges in their protected location and tie down all deck equipment and materials. 12.) Review stored materials for potential of wind or rain damage. 3.) Confirm inventory of all equipment in the office trailer and job site. Page 6 of 7 SEVERE STORM & HURRICANE PREPAREDNESS PLAN 12-HOUR CHECKLIST/ PLAN 1.) Review 24-hour checklist. 2.) Turn off water, power, gas, etc. at source. 3.) Review photos to ensure pictures of all equipment and site conditions are captured. 4.} Evacuate site. Page 7 of 7 ATTACHMENT H NO FEDERAL APPROPRIATED FUNDS REQUIREMENT The undersigned (Contractor] certifies, to the best of his or her knowledge, that: I. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and. submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in . the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than$ l0,000 and not more than $100,000 for each such failure. The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § seq., apply to this certification and disclosure, if any. 26 J POWER OF ATTORNEY HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Bond # Bid Bond Member companies of IAT Insurance Group, Headquartered: 4200 Six Forks Rd, Suite 1400, Raleigh, NC 27609 KNOW ALL MEN BY THESE PRESENTS: That HARCO NATIONAL INSURANCE COMPANY, a tOIJ)Oration organized and existing under the laws of the State of Illinois. and INTERNATIONAL FIDELITY INSURANCE COMPANY. a corporation organized and existing under the laws of the State of New Jersey, and having their principal offices located respectively in the cities of Roling Meadows. Illinois and Newark, New Jersey, do hereby constitute and appoint MARGARET A. SCHULZ, JESSICA P. RENO, KEVIN WOJTOWICZ, JOHN R. NEU, DANIEL F. OAKS Miami Lakes, FL their true and lawful attomey(s)~n-fact to execute. seal and deliver for and on its behalf as surety. any and al bonds and undertakings, contracts of indemnity and other writings obligatory in the natl.l'e thereof, which are or may be allowed, required or permitted by taw statute, rule, regulation. contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY. as fully and amply, to all intents and purposes. as if the same had been duty executed and aclmowledged by their regularly elected officers at their principal offices This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By-Laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December. 2018 and by the Board of Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December 2018. "RESOLVED. that (1) the Chief Executive Officer, President. Executive Vice President, Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint. and to revoke the appointments of, Attorneys-in-Fact or agents with power and authority as defined or lim•ted in their respective powers of attorney. and to execute on behalf of the Corporation and affix the Corporation's seat thereto. bonds, undertakings. recognizances. contracts of indemnity and other written obligations in the nature thereof or related thereto: and (2) any such Officers of the Corporation may appoint and revoke the appointments of joint-control custodians, agents for acceptance of process, and Attorneys-in•fact with authority to execute waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimHe to any power of attorney or certification given for the execution of any bond, undertaking, recognizance. contract of indemnity or other written obMgation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter. being hereby adopted by the Corporation as the original signature of such oficer and the original seal of the Corporation. to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WITNESS WHEREOF, HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31st day of December, 2022 STATE OF NEW JERSEY County of Essex Kemeth Chapman STATE OF ILLINOIS County of Cook Executive Vice President. Harco National Insurance Company and International Fidelity Insurance Company On this 31st day of December. 2022 . before me came the individual who executed the preceding instrument, to me personally known, and. being by me duly sworn, said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. IN TESTIMONY VVHEREOF. I have hereunto set my hand affixed my Official Seal, at the City of Newark, New Jersey the day and ye;y first above written. CERTIFICATION My Commission Expires April 4, 2023 I, the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and afidavit, and the copy of the Sections of the By-Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies. and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my hand on this day, August 21, 2023 A00144 Irene Martins, Assistant Secretary Document A31 O TM -201 O Conforms with The American lnstHute of Architects AIA Document 310 Bid Bond CONTRACTOR: (N,mie, /q,rl .itm,~, mrd 11dJn::1:r) Bayside Dredging LLC 5035 Ulmerton Road Clearwater, FL 33760 OWNER: (Nn,w, l~1tal stat11s a11d ndr.fn:ssJ CITY OF LIGHTHOUSE POINT 2200 N.E. 38th Street Lighthouse Point, FL 33064 BOND AMOUNT: S $10,000 PROJECT: SURETY: (N,m,e. lq,tl ,g11111.t mid prl11clpt1/ place qf hHfitre.~:r) Harco National Insurance Company 4200 Six Forks Rd, Suite 1400 Raleigh, NC 27609 Ten Thousand Dollars and 00/100 This document has Important legal consequences. Consultation with an 11tomey Is encouraged with respeet to Its compf.Uon or mocllflcatfon. Ally 51ngular rererence to Contractor, Surety, OWner or other party shall be considered plural where applicable. (Nont,1, loca1/011 or addrr:ss. a,Kf l'rofecl 1111111bcJr, If "'IJ~ MUNICIPAL DREDGING SERVICES 2023, RFP NO. 2023-008 The Conln:ic:tor ond S111c1y ore bound to the Owner in the :unount set forih obo\'C. for the p,ymcnt of which tho Contn1Ctor ond Surety bind themselves. their heirs, executors, odministr.itors, successors and ossisns. jointly and SC\.'crally, 11s provided herein. Tho cottditions of this Bond oro such that if the Owner 11Cecpts the bid of the Cont~ctor within the lime specified in the bid documents, or \Yithin such time period as mny be o8"cd lo by the O\\-llct oud Contractor, and tho Contractor either (I) enters into o conlr:ict \\ith tho Q\,ncr in accordance \\ilh the terms of such bid, 1111d liVC$ such bond or bonds 01 may be specified in tho bidding or Controct Uocumcnts, l\itb n S11rcty ndmitted in the jurisdiction of the l'rojcct 11nd othcn\isc acccplllblc to 1110 O1\11er, for tho tiu1hful performance of such Contract and for the prompt po)mcnt oflobor ond moteriol furnished in tile prosecution thereof: or (2) po)·s to the Owner the diffcren«, not to exceed the omount of this Bond, bctwcon tho amount spceificd in 11:1id bid and such l:irscr amount for whieh the O\\'ner may in good faith contract with 11nothcr part)' tu (11:rlhrm the 1\111!.; covered by said bid, then d1is obligAlion 11hall be null and ,·,lid, olhm-.,ise lo remain in full force 1111d effect. The Surely hereby wuivcii Wl)' notic:c of 11n agreement between the Owner and C.inlnlclor lo extend the lime in \Yhic:h the Omtcr m11y a"cpl the bid. Wah<cr ol' nutilolO by the Surety shall not apply 111 011y cxlcnllion o:u:ccding :ocixt)' (60) dlly~ in the qgrcple bcyund the lime for occeptoncc ul'bids ll)leCilicd in lho bid docun1cnL,i, nnd th110\\1ier and C.in1r.u:k1r llholl ohlain the Sun,ly~ con.'!Cnl for an cxtcnllinn beyond sildy (60)duy11. lflhis Bond is issued in connection 1,i1h o subcontroctor's bid too Controctor, the tcnn Controctor in this Bond shall bo deemed to be Subcontractor ond the term Owner sh311 be deemed lo be ContnJCtor. 'When lhi~ Dnnd hllll been lu111i1hcd to cumjlly with II K111lutor}' 111' other lcalll rcquinsmenl in 1110 location of the P~ec:t. w1y pnwimon in thiii DtNtd 1.,inllictina v.ith 1111id :itolukll)' or lcgnl requirement ~all bll deemed dolelcd herefmm and pn.1\•i~ions conli1rming lu 1111:h i;tatultlry or other lqul requirement "111II bll deemed incurporoled herein. When 1111 lumishc:d, lhc inlcnt iK thut lhi~ A1N1r.l td1ull lie 1:111i-c111111d a.1 a lllatulury bnnd 1111d 11111 WI II cunmll'ln 111w bond. Siancd 11nd scaled this 21st doy of August, 2023 Bayside Dredging LLC (W/1/ICW) Harco National Insurance Company (Sun:ty) (Seu/) By: ~Or:- tTltle)Kevin Wojtowicz Attorney-in-Fact S-OOS.UAS 8110 Ron DeSantls, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION ~Y,JJCENSING BOARD THE MARINE SPECIALf\l'CO~:rRJr-Q QR1~lE~11'J r5'trfRTIFIED UNDER THE PROVISIONS QFeH.APrE:R4~feRH)A St:ATUTES EXPIRATION DATE: AUGUST 31, 2024 Always verify licenses online at MyFloridalicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. , BAYSIDE DREDGING STATEMENT OF QUALIFICATIONS www.baysidedredging.com Bayside Dredging LLC was founded in 2022 and is fully licensed, insured, and bondable (10M+) certified marine specialty contractor (SCC# 131152825) capable of handling all your environmental restoration, marine engineering, permitting, and dredging needs. The principles of Bayside Dredging LLC are Bret Sapp, John Schamp, Kevin Davis, and Garrett Ceslok. Bayside Dredging has created a company that combines their engineering knowledge and dredging experience to cut down time and cost from start to finish, while maintaining the highest quality of work. Bayside Dredging owners have over 50 years of experience in hydraulic and mechanical dredging. Our engineering and design team have come up with innovative ways to complete projects with little to no access or little to no dewatering areas, and still finish under budget. Our operations and management team have decades of experience in dewatering bags and polymer as well. Our custom-built environmentally friendly dredges are designed to meet the projects needs and goals while not impacting our natural resources first and foremost. Every job is different depending on the dewatering area and material type, but we have both hydraulic and mechanical methods to get the job done. Pr opo~.il Design Engineering Bayside Dredging might be a new company, but you couldn't tell with the quality and difficulty of work that gets accomplished day after day. On private residential projects, we pride ourselves on protecting the owner's property, so when the work is complete, it requires very little or no restoration. We're able to accomplish this all while managing cost, safety, and scheduling. With an extensive inventory of dredging equipment, and some of the best operators in the industry, there's simply no dredging project that Bayside Dredging can't handle. Please take a moment to review the attached projects that were managed and completed by Bayside Dredging staff and see for yourself why we feel confident in making these statements. For additional information, and to learn more about our company's capabilities, visit our website (www.baysidedredging.com), Check out our reviews on Google. @ Go gle REVIEWS PPrrn itt,ni: Dispos.i I , BAYSIDE DREDGING SCOPE: The City of Tampa awarded an annual contract to Bayside Dredging LLC in December 2022. The project consisted of removing all dirt, barnacles, and foreign materials at the outfall and up to 20 feet of pipe which is impeding the flow of the stormwater into the waterway. All outfall pipe cleaning included cleaning of the headwall structure 24 inches around all pipe sizes. Other service items include alluvial fan removal of sediment build up from the outfalls, box culvert cleaning, mangrove trimming as directed by the City of Tampa, and hauling and disposal of waste/vegetation material was cleared via the use of excavators and hauled off in dump trucks. Project location: Name of Owner: Owner Contact: Telephone No. Proiect Value Tampa, FL City of Tampa --- Mike Edson : City of Tampa · Engineering Tech. 813-690-1898 $900,400.00 annually --~"'" .,,, ,. ··"' ,. "" ",,·,.,,I I .... ,, ··" "'. ''• , .. "" · ... ,,,., ,., ., .. ' " '" ---I , BAYSIDE DREDGING SCOPE: This project included dredging a series of storrnwater facility repairs through a "piggyback" contractual arrangement. Removal of invasive species of vegetation along the banks and sediment that has built up in the pond over the years. Vegetation and dredge spoils were trucked to the City of Pinellas Park Public Works stockpile. This project consisted of alluvial fan removal of 3,800cy, mangrove trimming of 1,000sy, hauling of waste/ vegetation material of 4,750 tons, and the inspection of outfalls. Sediment from the Pinebrook Estates project was ProJect Location Name of Owner Owner Contact: Telephone No· t11Jil Address cleared via the use of excavators and hauled off in Proiect Value: dump trucks. Pinellas Park, FL City of Pinellas Park Aaron Petersen 6250 82nd Ave N Pinellas Park, FL 33781 n7-369-5728 apetersen@pinellas-park.com $643,337.00 , BAYSIDE DREDGING SCOPE: Pelican Isles Yacht Club is comprised of 190 slips in their marina and needed the removal of approximately 7,000cy of unconsolidated material to a depth of -5.0 ft-MLW. The project consisted of dredging in wet slips, under boat lifts, and under floating docks. The project was performed with a 6-inch hydraulic dredge that pumped the dredge material into dewaterfng trucks that were staged in the marina. The trucks then hauled the material offsite to a local approved disposal site. The project took approximately 6 months to complete once all permits were obtained. SLIP LJ\YOUT Pro1ect Location. Naples, FL Name of Owner. Pelican Isles Yacht Club Owner Contact Ali Feezor Telephone No: 239·566· 1606 Project Va lue $1,006,000.00 [j> PELICAN ISLE VA C"H T C l lJH DREDGE DESIGN , BAYSIDE DREDGING SCOPE: On September 15, 2022, Justin James and other neighbors executed a $342,190 contract for 2,363 cubic yards of unconsolidated material to be removed to a depth of -4.0 ft- MLW in their Hammerhead Canal. The project was performed with a 6-inch hydraulic dredge that pumped the dredge material into dewatering trucks that were staged in the street. The trucks then hauled the material of fsite to a local approved disposal site. The project took approximately 2 months to complete once all permits were obtained. Proiect Location. Name of Owner: Telephone No. ProJect Value Tampa, FL Justin James and Other Neighbors 813-885-4144 $342,190.00 ,,,,,', "' ',,·, '' ',., ,,. ,, ,, ;,,.,I . ' CJ, "'• ,, •• ,, '"' ,,, .,·, ,,, "I .,',' .. ,,., ,. ·" ,, ""' I , BAYSIDE DREDGING SCOPE: The Town of Belleair awarded a contract to Bayside Dredging LLC in January 2023 in the amount of $318,290. The project consists of removing sediment and vegetation accumulation within a 19,510 sq. ft. area. Total volume of removal is approximately 2,316 cu. yds. of material that's preventing the original design purpose of Harold Lake. The original design includes stormwater drainage from surrounding neighborhoods and communities. PROJECT PARAMETERS l =• ==-• c.-=:z.:-----·---- Project Location Name of Owner Owner Contact. Proiect Value: ' '-,. "' > . '\. .. ' ' Belleair, FL Town of Belleair Ashley Bernal Assistant to the Town Manager (727) 588-3769 ext. 244 $318,290 , BAYSIDE DREDGING SCOPE: The City of Dunedin Marina Maintenance Dredge Project consisted of dredging approximately 13,000cy of material from the marina entrance taking the channel depth to -7 .23 feet (NGVD29) and the marina municipal basin depth varying from -5.23 feet (NGVD29) to -7.23 feet (NGVD29). In addition to the dredging, 130cy of debris was removed, improving safety of navigation throughout the marina. The material was mechanically removed and placed into hoppers where it was transferred to an onsite DWM. for dewatering and prepped for final disposal. Project Location: Name of Owner· Owner Contact· Telephone No: E ·-,ail Address: Project Value . ·lj ---· -'-~· ··----.~, --•~~----·--· ff., , .... -,~------ ii.' '"' .,e,. ___ _ (:~ J~ lt.i.:. __ _ I{ Dunedin, FL The City of Dunedin Douglas Hutchens Dep City Manager City Hall 542 Main St Dunedin, FL 34698 n1-29s.30os dhutchens@dunedinfl.net $1,246,978.00 --< --- Lf'JI ----~----- . .--~-\:.---i~ I,' ~t;,· --~---- l ,i.t --~;--· It ·,l _.t, ---~ ..... ,,,, '". -. ,,._,, ··•u,,. , ..•.• _ •. ,, ........ ,, ..•. ,,, . ., .• ,, ...... · .. ·•······•··•" .... .,_.... I , BAYSIDE DREDGING SCOPE: Dredging of the 3 awarded contracts was completed from 2015 through 2018 for a total of $149,768.50 with the City of Bradenton for the dredging of Ware's Creek, a part of the City's canals and waterway system. The jobs were performed using hydraulic and mechanical methods. The project consisted of removing 890 cubic yards of accumulated sediment from Wares Creek. Project Location: Name of Owner: Owner Contact· Telephone No· Email Addres~: Proiect Value: Bradenton, Aorida City of Bradenton, Aorida Kim Clayback City of Bradenton, Florida Public Works and Utilities 941-708-6300 ext224 Kim .clayback@cityof bradenton. com $149,768.50 ' ., . '' ' '" '"' I ' "· ',• '" ''· """ ' . '" ., "· '•"" ' -,, •• ,, "'' ,,,, ' I ... " '"'. ,"'"''• ., ·,. '" " I , BAYSIDE DREDGING SCOPE: n February of 2023, the City of Tampa added a 21.087 cubic yard proiect of unconsolidated malerial, valued at S325,050, to be removed to a depth of -5.0 ft-MLW in the eastern end of Hammerhead Canal. The project was performed with a 6-inch hydraulic dredge, that pumped the dredge material into dewatering trucks that were staged in the street. The trucks then hauled the material offsite to a local approved disposal site. The project took approximately 2 months to complete once all permits were obtained. l;lAMMERHEAD CANA~ DREDGE DESIGN Proiect location· Name of Owner: Owner Contact Telephone No Project Value· Tampa, Florida City of Tampa, Florida, Aorida Michael Edson -Engineering Tech. Ill 813-69()-1898 $325,050.00 . ;;·_, -·(!:'' -~.·,·-·.,~ \ j\~-~--~ ,· ,,;s.;;----! ... ..:-_~ • . • ,< t r---:-.. _:__:::...:...:., --· :----_ ., ·•i ·.,,;,&~- P.;;; --. . ... ,. •!lit .. ~: . . . .(:~ [J) ~. . ' ._ .. . ·-.. • ·,. .. .•. ··'.···. ·1 ~1' ' I . :., • . , . ..J. .. , ·,· ''. ··F-":_~•;•; ·_ •• . . . ::;. i ~r-. . ·i -. . 1:.·· -I ~ -.~ .. • . . .., "' _. .' . _. .. ;.A • . . , ... _ -,;;J. . "r BAYSIDE DREDGING SCOPE: The Stormwater Discharge Maintenance Program for Morgan Johnson consisted of dredging sediment from a stormwater outfall north of 43rd Ave Eon Morgan Johnson Road in Bradenton, Aorida. This project consisted of dredging of 555 cubic yards of sediment from one stormwater outfall. The sediment was mechanically and hydraulically removed. The dredged sediment was dewatered and loaded onto trucks for hauling. The sediment being transported was hauled to the Manatee County Landfill. Project Location· Name of Owner: Owner Contact: Te ephone No: t 'T1ail Address: Project Value: Manatee County, Florida Manatee County Robert Halbach 1022 26th Avenue Bradenton, FL 34208 941. 708.7450 ext. 7329 robe rt. halbach@mymanatee.org $173,615.75 , BAYSIDE DREDGING SCOPE: Dredging was performed and inspected within the canal to determine elevations, control depth and bottom. It was determined that approximately 1700cy of material from an area near Scottsmoore Landing Park . This project was completed using mechanical dredging equipment, extracting material, and placing it into special dewatering trucks. This material was disposed of at the Dunn Road Pitt in Brevard County. Project Location: Name of Owner: Owner Contact· Telephone No h1~il Address PmJect Value Brevard County Brevard County Tex Loadhioltz 2725 Judge Fran Jamieson Parkway, Build B suite 203 Melbou-ne,FL32940 321-302-1608 Tex.loadholtz@brevardfl.gov $331,700.00 , BAYSIDE DREDGING SCOPE: The George English Park project consisted of the excavation the removal of 600cy +/-effluent and silt deposited into the lagoon as a result of two broken force mains. The dredge material was pumped into Geosynthetic dewatering bags. The effluent from the dewatering bags was then pumped through an inline ultraviolet (UV) light system to disinfect the organics without the use of chemicals before Bayside Dredging LLC the water was returned to the lagoon. The material captured in the geosynthetic dewatering bags were then hauled off sf te to an approved waste management facility. During the course of this project, standard manatee conditions (version 2011 ) were adhered to for all in-water work. Prior to construction commencement, weighted floating turbidity curtains, extending to within one foot from the submerged bottom were utilized around the project area to ensure that any turbidity resulting from construction activities would be contaf ned wfthf n the project boundaries. All water bodies, including any adjacent submerged aquatic vegetation outside the specific limits of construction were protected from erosion, siltation, sedimentation, and/or scouring . Proiect Location: NJ -ne of Owner·. Owner Contact· Telephone No· Ema il Address. Proiect Value· Ft. Lauderdale, Fl The City of Ft. Lauderdale Todd Hiteshew Environmental Compliance Manager 954-828-7807 thiteshew@fortlauderdale.gov $2 14,780.00 . ·" ., ... •·. "· .,c, ........... ·-·· .•... , •·· ........ • ......... ·, .... •····· .............. "' I , BAYSIDE DREDGING SCOPE: The Hillsborough County East Lake channel dredging and nutrient removal project consisted of dredging approximately 7551 CY of soft accumulated organic material. The material consisted of fine-grained silts, clays, and organic material. The footprint of this project included several residential channels within the main waterbody of East Lake Channel. The material was mechanically removed and placed into hoppers where it was transferred to an onsite DMMA for dewatering and prepped for final disposal. Project Location : Name of Owner. Owner Contact Telephone No. Email Address: Project Value Tampa, Florida Hillsborough County BOCC Pierre Valles, P.E. Hillsborough County 9325 Bay Plaza Blvd. Suite 201 Tampa, Fl.33619 813-307 · 1852 vallesp@HCFLGov.net $TT6, 122.00 ,--,,, ·"""-, .,,, , , •. ". "_,,. -. "· . ,,, •,c,, •"'"" , .. -, ..... ,. " ·•--,, ..... -,,,.. I , BAYSIDE DREDGING SCOPE: The Robinson Bayou dredge project consisted of 977cy that needed to be dredged, dried, stored, and hauled to a County property. The project also included installing and maintaining all turbidity barriers and monitoring turbidity levels so as not to exceed 29 N.T.U.'s above natural background levels while dredging. As-built surveys were required upon completion of the dredging operation within Robinson Bayou and after cleanup of the spoil site. The project took 30 days to complete. Project Location: Name of Owner· Owner Contact: Te lephone No: r '11~11 Address: Project Value --------------- Panama City, FL Bay County Luke Powell Environmental Coordinator 840 W. 11 11 St. Panama City, FL 32401 850· 248-8304 l_,gowell@baj'.Count;}'fl.sov~--- $226,085 -,,,',II' I I ,, ,, , ' . I ', ,, ,, .: "/>/ lu '">I: .. I,.~,, ''"" ·''' a Experience • • President, Bayside Dredging August 2022 Present Operations Manager, Gator Dredging August 2006 August 2022 • Worked on and managed over 1000 projects in the last 16 years • Overseeing multiple municipal and private projects at the same time and responsible for staffing of 120 employees on average throughout the year. • Lead Bid Estimator and responsible for the preparation of bid proposals and government submlttals Education • BS Environmental Science And Policy, University Of South Florida State Certified Marine Specialty Contractor SCC# 131152825 Fall 2008 Technical Skill sf Certifications • Microsoft Office 365 Software • Confined Space Certified • QulckBooks Desktop • OSHA 10 Certified • Trimble Hardware • PADI Certified • Surveying in/out water elevations • TWIC Card • Turbidity Monitor and Trainer • Florida Phosphate Training Key Project Experience • Pinellas County-Lake Seminole Muck Removal Brevard County • Turkey Creek Muck Removal • Kings Bay Restoration Project • Florida Power ft Light · Turkey Point Cooling Canal Dredging • USACOE • Stevenson Creek Ecosystem Restoration • City of Cape Coral • Citywide Master Canal Dredging • Tierra Verde Island HOA • Shell Island Channel Dredging • Tierra Verde Island HOA • Oceanview Channel Dredging • City of Destin • Emergency Old Pass Lagoon Dredging • City of Pinellas Park·Annual Pond Maintenance Dredging • City of Tampa-Storrnwater Annual Maintenance • Caribbean Isles • Canal Dredging, Apollo Beach Exper ence • • Education President of Engineering, Bayside Dredging August 2022 Present • Responsible for the authorization of permits for marine construction through municipalities / state / federal levels. • Implementing AutoCAD skills on a regular basis • Collection of field data which includes bathymetric/topographic surveys, geotechnical analysis, and core boring collections. • Project analysis and project projections. • Responsible for setup and maintenance of computer hardware/software for computer usage. • Carrying out processes for reconfiguring and networking new workstations. • Server upkeep • Troubleshooting software and hardware issues . Project Engineer/ I.T. Specialist, Gator Dredging August 2010 August 2022 • Responsible for the authorization of permits for marine construction through municipalities / state / federal levels. • Implementing AutoCAD skills on a regular basis • Collection of field data which includes bathymetric/topographic surveys, geotechnical analysis, and core boring collections. • Responsible for setup and maintenance of computer hardware/software for computer usage. • Carrying out processes for reconfiguring and networking new workstations. • Server upkeep • Troubleshooting software and hardware issues. • B.S. Civil Engineering, University Of South Florida Summer 2010 Technical Skills/Certifications • AutoCAD CIVIL3D • Windows OS • Microsoft Office 365 Software • Trimble • Q.JickBooks Desktop • Software/ Hardwar • Surveying in/out water elevations • GPS • Office Pathfinder Experience • • Vice President, Bayside Dredging August 2022 Present Project Manager/ Estimator, Gator Dredging August 2015 August 2022 • Worked on and managed over 700 projects in the last 11 years • Overseeing multiple commercial and private projects at the same time and responsible for staffing of employees throughout the year. • Estimator and responsible for the preparation of proposals for residential and commercial projects • Communicating with accounting for project invoicing • Foreman/ Sales Associate, Gator Dredging August 2011 August 2015 • Facilitated Large Canal, Marina, And Residential Dredging Project • Maintained And Exceeded Project Deadlines • Delegated Responsibilities To Ensure Project Effectiveness And Completion • Communicated With New And Existing Clients To Discuss Pricing, Permitting, Operation Logistics, And • Project Timeframes Education • University of South Florida, St. Petersburg-Credits Obtained • St. Petersburg College, St. Petersburg -Credits Obtained Technical Skills/Certificat1ons • Microsoft Office 365 Software • QuickBooks Desktop • Trimble Hardware • Surveying in/out water elevations <.ey Project Experience • Pinellas County-Lake Seminole Muck Removal • Manatee County-Highland Shores • USACOE • Stevenson Creek Ecosystem • Restoration Brevard County-Scottsmoore Landing Park • Turbidity Monitor and Trainer • Confined Space Certified • OSHA 10 Certified • Aorida Phosphate Training • City of Tampa-Eastlake Dredging Project • City of Destin -Emergency Old Pass Lagoon Dredging • City of Tampa-Stormwater Annual Maintenance • Caribbean Isles -Canal Dredging, Apollo Beach Garrett Ceslok Experience • • Managing Partner, Bayside Dredalng August 2022 Present Superintendent, Gator Dredging August 2012 August 2022 ,,·,,-.or;, ·I,,: 1-, --:. • Worked on and managed over 500 projects in the last 10 years • Overseeing multiple public and private projects at the same time and responsible for staffing of employees for each project • Built relationships with customers and affiliated contractors to promote long term business Technical Skills/Certifications • Trimble Hardware • Confined Space Certified • Surveying in/ out water elevations • OSHA 10 Certified • Turbidity Monitor and Trainer Key Project Experience • Lee County-Powell Creek • Kings Bay Restoration Project • Lake Martha Fuel Cleanup • City of Naples-Lake Restoration Project • City of Cape Coral -Citywide Master Canal Dredging • City of Pensacola Stormwater Cleaning • Manatee County-Bowless Creek Dredging • Manatee County-Highland Shores • City of Tampa-Stormwater Annual • Maintenance Caribbean Isles -Canal Dredging, Apollo Beach 503 5 Ulmerton Roa Clearwater, FL 33760 Tel: 727.436. 5044 Fax: 727-436-5003 www.baysided red ging.com Ron DeSantls, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INQUS..TRY JJCENSING BOARD THE MARINE SPECIAl,'JY(:9NJRAeyo,R-a,-tEitaN f~4RTIFIED UNDER THE PROVISIONS OF ()-tAl'rE,R 489, FJ:'ORIQA-"$fit\,TUTES EXPIRATION DATE: AUGUST 31, 2024 Always verify licenses onllne at MyFlorldallcense.c:om Do not alter this document In any form. This Is your license. It Is unlawful for anyone other than the licensee to use this document PINELLAS COUNTY SMALL BUSINESS ENTERPRISE PROGRAM THIS CERTIFICATE IS AWARDED TO Bayside Dredging LLC HAS SUCCESSFULLY COMPLETED THE SBE Certification Requirements for: Construction Certification Expires: 12/29/2025 Approved, C µ 12/ 30 / 202a.0.'<1'1l.,,~,.,, ,,., The City of St. Petersburg Small Business Enterprise Certification This certificate Is awarded ta Bays/M Dredging LLC SBE CHtiftcatfon Number: This certificate Is applicable in NIGP 67053; PIPtttnr Eautomrnr and Tools, construct1on and Laving of the Pipeline NIGP 760J 6: Dredqlna Machfa,s and faulpmrnt NIGP 91.223: Construction. Grn,rol: Boddill S,rvlus..R!1ml!!s, Oltchlnq. Road Grrzdlna, RockSIDblllzotfon • .ftt.:. NIGP 9J339: Constn,glon. Pie, Culr,,t NIGP 91345: Construction, Sewer and Stonn Drain NIGP 95926: Breakwot,r Construcdon, /ntenance, and flcee{r NIGP 96239; Hqulmq SfcYlm N/Gf 96833; Ditch Malnr,nance NIGP 96834: Oc,dqlnq s,rv1w. Ibr City of St. Pctrrsburq Certified: July 11, 2023 Stephanie Swinson. Esq. Contracts Compliance Manager 727-Bf>J-4109 ~ub«aie smawa@stpere org Expires: July 12, 2026 ._~_.1hlCl)'fllSlPamlJw1'aS..-....,,._.. ,_,,,_o,--.,fl9..0,~~-&CIWW••Salil .___&ao,,w.,tllCC-,,dSaPltm .... V• .. IMH IO ..... ,,_,ol,_.,_.~L,caN--)•.• .... ,mew,cuotn,fbt•nli .. lfl'IC1...a"'J'l.,_)'m'I .,11..,_.-....,.._o1,-s111Eu111o1,-,.._ ~,_ ... _...,........,sas.,.-..,. nwc-,.111 ~ ,_,..,~sacnalhcntfW4"-Gf ~-... nc...•-,c..--•• ,._, .. ... ..,.._,1.,~la~Nl-• .... er..u 1 ... ...,.....~ ... SBE..-bma Hillsborough County ~ Board of County Commissioners Economic Development Department Minority and Disadvantaged Business Development Small Business Registration Bayside Dredging LLC HC-2114/23 Valid from July 6, 2023 -July 6, 2025 Approved Lines of Business: Contractor -Certified Marine Specialty, Environmental Restoration, Marine Engineering, Pennitting, And Dredging Needs Theresa Kempa, Manager, MCA Minority & Small Business Enterprises Division ~ BAYSDRE-01 n.&.~RIIRY ACORD. CERTIFICATE OF LIABILITY INSURANCE I DATI!: (MM/OOIYYYY) ~ 8/14/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the tenns and conditions of the policy, certain pollcles may require an endorsement A statement on this certificate does not confer rlahts to the certificate holder In lieu of such endorsemenUsi. PRODUCER S9HJ:~CT Certificates Construction Casualty Insurance, LLC r.-t1c~Jo Eltl: (727) 502•2190 Ir~ No•: 3637 4th Street North ~~\. ••. certsta!ccl-lns.com Suite 310 Saint Petersburg, FL 33704 INSURED•~-A~~OROING COVERAGE NAIC# 111suRERA:Continental Casualtv Insurance Comnanv INSURED I11suRER A: Clear Blue Insurance Com nanv 28860 Bayside Dredging LLC INSURER c : Mitsui Sumitomo Insurance Comnanv Ltd 5035 Ulmerton Rd ,.,quRERn :Manufacturers Alliance Insurance Comoanv 36897 Clearwater, FL 33760 INsuRER I!: : American Lont:ishore Mutual Association Ltd. 1NsuRER F: Homeland Insurance Comaanv of New York 34452 COVERAGES CERTIFICATE NUMBER· REVISION NUMBER· THIS IS TO CERTIFY THAT lliE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTV',ITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO VIA-ilCH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOW'N MAY HAVE BEEN REDUCED BY PAID CLAIMS I~~ TYPE OF .. SURANCE l~PJ ~'!ti POLICY NUMBER POLICYEFF POUCYEXP LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 -D Cl.AIMS-MADE 0 OCCUR X X H0877660.01 8/12/2023 8/12/2024 ~~~~19.~E_Nl"E_[l_ ___ , s 100,000 MEO EXP••-· ona "9'1"'"' s 10,000 1-- PERc:r,NAl & Ar;N INJURV s 1,000,000 - ~LAGGREGATE LIMIT APPllES PER "ENE<>AI AGGREGATE s 2,000,000 POLICY • rra • LOC PRODUCTS · COMPKJP AGG s 2,000,000 OTHER: s 8 AUT~LI!: LIABILITY ~~~~~~l?,~NGLE LIMIT s 1,000,000 - -Al-l'f AUTO X X ~Q1 YFL002855-01 8/12/2023 8112/2024 BOOtl Y INJURY tpe, -on' s O'MIEO X SCI-EOULEO -AUTOS ONLY _ AUTOS 0 ~IL Y INJURY tPar accidenl\ S X mONLY X ~r~~ ~FW,,RAMAGE s -- s C UMIIR!UA LIAB ~OCCUR EACH OCCURRENCE • 2,000,000 X EXCESS LIAB CLAIMS-MADE X X OLM2510569 8/12/2023 8/1212024 A,..-"REGATE s 2,000,000 OED I X I RETENTION s 25,000 $ D WORKERS COMPENSATION X J ~~T11Te l lnH-AND !MPLOffRS' LIABILJ'TY YIN X 1406255Y 8/12/2023 8/12/2024 1,000,000 />HY PROPRtETORIPARTNERIEXECUTIVE [fil E.L. EACH ACCIDENT s ~=.~~~~ EXCLUOED7 NIA 1,000,000 E.L. OtS"'cE . EA EMPLOYEI S ~;~:t~~PERATIONS-E.L. Dl""''"SE-POLICY LIMIT s 1,000,000 E USL&H X IALMA.081122-022457.02 8/12/2023 8/12/2024 each accident 1,000,000 F Pollution Liability 17930120890001 8/12/2023 8/12/2024 Aggregate/Occurence 1,000,000 DESCRPTION OF o,ERATIONS I LOCATIONS I VEHICLES (ACORD 101, Addftlanal Romarlco Schodulo. moy bo attached II mo .. opac:e I• .. q.-, When required by written contract. the certificate holder Is listed as additional Insured, on a primary non-contributory basis, with regard to the General Liability policy and Is Included as an additional Insured on the Auto policy. A waiver of Subrogation applies on the Marine Package Polley (General Llability/Hull/P&I), Auto, Workers Compensation. and USL&H policies. Excess pollcy Is follow fonn. USL&H Workers Compensation coverage detail: Employers Llabllty: Each accident S1 ,000,000 SEE A TT ACHED ACORD 101 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE For lnfonnatlonal Purposes Only THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHOIUZED IU!PlltESENTA~ -b I ACORD 25 (2016/03) © 1988-2016ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: BA YSDRE-01 DAS BURY ~ ACORD" ~ LOC #: 1 ------------- ADDITIONAL REMARKS SCHEDULE AGl!HCY nstruction Casualty Insurance, LLC ------------------ - E PAGE 1 ADDITIONAL REMARKS NAIIC QlllE EEP 1 THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TlnE: C.rtlflc:ate of Llablllt¥ Insurance - Description of Operatlons/LocatlonsNehlcles: Disease policy limit $1,000,000 Disease -Each Employee: $1,000,000 Vessel Pollution Policy: Policy Number V-18000-23 Effective date: 8/12/2023 -Expiration date: 8/12/2024 Insurance Carrier: Safe Harbor Insurance Company General Aggregate: $1,000,000 Each occurrence: $1,000,000 Equipment Floater Coverage: Policy#H0877660 Effective date: 8/12/2023 -Expiration date: 8/1212024 Insurance Carrier: Continental Casualty Insurance Company Leased/Rented/Borrowed limit: $140,000 HULL & Protection & Indemnity Coverage: Pollcy#H0877660 Effective data: 8/12/2023 -Expiration date: 8/12/2024 Insurance Carrier: Continental Casualty Insurance Company Hull & Machinery TIV -$470,000 P&I -General Aggregate: $1,000,000 NAMED IHSURED Bayside Dredging LLC 5035 Ulmerton Ra Clearwater, FL 33760 EFFECTIYE DATE: Jones Act Coverage Is afforded under Protection and Indemnity (Pl) portion of the policy under Crew Coverage. Page 1 of 1 ACORD 101 (2008/01) @ 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD LIGHTHOUSE POINT CANAL DREDGING PREPARED FOR LIGHTHOUSE POINT z m z ~ ¥ '1~ ; i : ; ; s !i ~ LIGHTHOUSE POINT FL z I ~ ~ ~ ~ NE 21cWAY N.E.21stAV'E ; !f N.E 22ndTERR ~ NE 241nAVE / 11 N.E.261tlAVE I co..i:l / ~FUk!AN()OW( O<PORTA NOOVA 1;( N.E 2'1't1AVE ·1' ' / ~I.Jtll.A1'AU(X' ii N.E.27thTERR l1 \ C:ANALE~1reu.o t, N.E ZSlhA\IE '\ 'I ---· ~ALE 01 S PIETRO C) ::u fTI fTI z N z 0 (/) r'1 -I ::u fTI 0 (/) -I (/) fTI -I EXHIBIT 1 N.E 19thAVE NE.301hA\IE r fTI C) fTI z 0 E !lElJ.A PAUV, ~ i N.E.JOO'IAVE ~HAPRO.£Cl \JCDGlll~ 140979106 '"' APRIL 2023 Sl[fAN0 V1Q.A, ?.( m il ~ N.E.2'111TERR N.E. 2htAVE N.E 2 Kimley>>>Horn ~ 201J ~!Wt.[Y-H()IIN it.NO "5SOOAl[S.. INC 820ll'ETE11S1tOAD.sum:uoo.fl\.Aljt.1.Tl<l'rt.nnn~ Plt()t;[ ~-~~•oo ru Q5-0-7J9-21'7 'll"fl'#tUWL[Y-i'IOll'NCOW RCCISllilTl'<I 1116 .. , j DATE BY CITY OF LIGHTHOUSE POINT, FLORIDA CITY COMMISSIO AGENDA ITEM REPORT MEETING DA TE -September 13, 2023 AGENDA ITEM 0. -11- PREPARED BY -Charles Schramm, Public Works Director DIRECTOR APPROVAL-~ ADMINISTRATOR APPROVAL -\LA-~--- SUBJECT: Resolution No., 2023-2540, awarding the bid and approving an Agreement for Municipal Dredging Services, RFP 2023 -008 1. BACKGROUND/HISTORY The City is responsible fo r maintaining the canal channels at -5 .0 feet below mean low water (average low tide). A review of the most recent bathymetric survey performed indicates there are a number of areas that require maintenance dredging to meet that specificati on. The City is in th e process of obtaining the required permits and is prepared to hire a contractor to perform the necessary maintenance dredging to bring the canals back into specification. 2. FINDINGS/CURRENT ACTIVITY A Request for Proposal (RFP) was advertised on DemandStar and the Sun Sentinel on July 20, 2023 and bids were publicly opened on August 21, 2023 . Bids were received from th e following two (2) compani es and were based on 4,000 CY quan tities for comparison purposes: Contractor Location Proposal Bayside Dredging LLC Clearwater, FL Year 1 (Work Order 1): $630,000 Year 1 (Work Order 2): $620,000 Year 2 (unrestri cted access): $655 ,000 Year 2 (access under fixed bridges): $655,000 Year 3: $660,000 Year 4: $685,000 Year 5: $685,000 Coston Marine Services, Inc. Lake Park, FL Year 1 (Work Order 1): $736,4 15 Year l (Work Order 2): $736,4 15 Year 2 (unrestricted access): $773 ,234 Year 2 (access under fixed bridges): $1 ,071,000 Year 3: $81 1,899 Year 4: $852,494 Year 5: $895,119 A Selection Committee consisting of Public Works Director Charles Schramm, Public Works Assistant Jim Finley, and Kimley-Hom Representative Stefano Viola reviewed the proposals and perfo rmed due diligence. The Committee recommends Bayside Dredging, LLC as the most responsible and responsive lowest bidder. They have the resources, machinery, experience and knowhow to perform the required work. The pri cing includes transport and disposal of th e spoils. The funds requested below are for two (2) work orders in year one. 3. ATTACHMENTS a) Resolution No. 2023-2540 b) RFP and Agreement with Bayside Dredging, LLC c) Bid Tab Sheet d) Proposal from Bays ide Dredging, LLC e) Map of proposed dredging areas 4. FINANCIAL IMP ACT Based on Bayside Dredging, LLC's costs per cubic yard and quantity estimates of approximately 4,000 cubic yards (per work order) of material, the total expenditure for the two work orders proposed in year one is $1 ,25 0,000.00 There are $2,754,530.32 of American Rescue Plan funds remaining based on the August 22nd, 2023 financial report. The Infrastructure/Canal Maintenance fund contains $140,827.76. Staff proposes to use the Canal Maintenance fund, supplemented by ARP A funds, to pay for work orders # l and #2 in year one . The numbers are as follows: Year one work orders ($1 ,250,000) plus 5% contingency ($62,500.00) = $1,312,500.00 Canal Maintenance Fund = $140,827.76 ARPA Funds= $1 ,171,672.24 5. ACTION OPTIONS/RECOMMENDATION Recommend the City Commission adopt Resolution No. 2023 -2540, awarding the bid and approving an Agreement with Bayside Dredging, LLC, authorize the expenditure of Canal Maintenance funds in the amount of $140,827.76, and American Rescue Plan Act funds of $1,171,672.24, which includes the expected year one work orders plus a 5% contingency, and authorize City officials to execute the necessary documents. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1286 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 5.2 SUBJECT/RECOMMENDATION: Approve a Roadway Transfer Agreement with the Town of Belleair for a certain portion of Watkins Road pursuant to Florida Statute 335.0415(3) and authorize the appropriate officials to execute same. (consent) SUMMARY: The City of Clearwater owns a portion of Watkins Road west of Bay Avenue. It has been determined to be in the best interests of both municipalities to enter into this agreement to transfer title to the road from the City of Clearwater to the Town of Belleair. The City of Clearwater will retain ownership of their water main located along the north side of the road with the ability to access and maintain the line through a right-of-way easement. As part of this transfer the City of Clearwater milled and resurfaced the subject section of Watkins Road with the cost shared jointly between both municipalities. The mill/resurfacing total cost of $20,971.38, was shared equally between the City and Belleair. The City has received payment from the Town of Belleair’s portion ($10,485.69). STRATEGIC PRIORITY: [1.2] Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management. Page 1 City of Clearwater Printed on 1/9/2026 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ANX2025-11011 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: Planning & Development Agenda Number: 6.1 SUBJECT/RECOMMENDATION: Approve the annexation, initial Future Land Use Map designation of Residential Medium (RM) and initial Zoning Atlas designation of Medium Density Residential (MDR) District for Unaddressed S. McMullen Booth Road, together with the abutting right-of-way of S. McMullen Booth Road and pass Ordinances 9866-26, 9867-26, 9868-26 on first reading. (ANX2025-11011) SUMMARY: This voluntary annexation petition involves a 0.64 acre property consisting of one vacant parcel of land occupied. The property is located on the east side of South McMullen Booth Road, approximately 326 feet north of Gulf to Bay Boulevard. The applicant is requesting annexation in order to receive sanitary sewer and solid waste service from the city. The Development Review Committee is proposing that the 0.005-acres of abutting South McMullen Booth Road right-of-way not currently within the city limits also be annexed. The property is located within an enclave and is contiguous to existing city boundaries to the north, south, and west. The property is proposed to be assigned a Future Land Use Map designation of Residential Medium (RM) and a Zoning Atlas designation of Medium Density Residential (MDR). The Planning and Development Department determined that the proposed annexation is consistent with the provisions of Community Development Code Section 4-604.E as follows: ·The city has adequate capacity to serve this property with sanitary sewer, solid waste, police, fire and EMS service. The property currently receives water service from the city of Clearwater. The closest sanitary sewer line is approximately 1,300 feet east of the subject property. Due to the distance of this line, sewer service is not readily available to the applicant’s property. Collection of solid waste will be provided by the City of Clearwater. The applicant is aware of the additional costs to extend city sewer service to this property. Collection of solid waste will be provided by the city of Clearwater. The property is located within Police District III and service will be administered through the district headquarters located at 2851 N. McMullen Booth Road. Fire and emergency medical services will be provided to this property by Station #49 located at 565 Sky Harbor Drive. Therefore, the proposed annexation will not have an adverse effect on public services and their levels of service; and ·The proposed annexation is consistent with and promotes the following objective and policy of Clearwater 2045, the city’s Comprehensive Plan: Objective PI 9.1 Continue to work with Pinellas County in the orderly annexation of the City’s existing enclaves. ·The proposed Residential Medium (RM) Future Land Use Map designation is consistent with the current Countywide Plan designation of the property. This designation primarily permits residential uses at a density of 15 units per acre. The proposed zoning district to be assigned to the property is the Medium Density Residential (MDR) District. The use of the subject property is consistent with the uses allowed in the District and the property exceeds the District’s minimum dimensional requirements. The proposed annexation is therefore consistent with the Countywide Plan and the city’s Comprehensive Plan and Page 1 City of Clearwater Printed on 1/9/2026 File Number: ANX2025-11011 Community Development Code; and ·The property proposed for annexation is contiguous to existing city boundaries to the North, South, and West; therefore, the annexation is consistent with Florida Statutes Chapter 171.044. STRATEGIC PRIORITY: This annexation petition supports the Deliver Effective and Efficient Services by Optimizing City Assets and Resources goal of the city’s Strategic Plan by reducing enclaves and delivering city services to properties within the city’s service boundary. This petition also supports Ensure Exceptional Communities and Neighborhoods Where Everyone Can Thrive goal by better unifying neighborhoods and reducing issues with multiple jurisdictions. Page 2 City of Clearwater Printed on 1/9/2026 Ordinance No. 9866-26 ORDINANCE NO. 9866-26 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN UNADDRESSED REAL PROPERTY LOCATED ON THE EAST SIDE OF S. MCMULLEN BOOTH ROAD, APPROXIMATELY 350 FEET NORTH OF GULF TO BAY BOULEVARD, IN CLEARWATER, FLORIDA 33759, TOGETHER WITH ABUTTING S. MCMULLEN BOOTH ROAD RIGHT-OF-WAY, INTO THE CORPORATE LIMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITION; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner of the real property described herein and depicted on the map attached hereto as Exhibit ‘”A” has petitioned the City of Clearwater to annex the property into the City pursuant to Section 171.044, Florida Statutes, and the City has complied with all applicable requirements of Florida law in connection with this ordinance; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property is hereby annexed into the City of Clearwater and the boundary lines of the City are redefined accordingly: A portion of Section 16, Township 29 South, Range 16 East, Pinellas County, Florida, described as follows: The West 333 feet of the South 100 feet of the North 900 feet of the SE 1/4 of the NW 1/4 of said Section 16, less road and also less that portion deeded to Pinellas County by deed recorded in O.R. Book 6627, Page 571, on November 12, 1987, Public Records of Pinellas County, Florida. Together with the abutting Right of Way of S. McMullen Booth Rd. (ANX2025-11011) The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The provisions of this ordinance are found and determined to be consistent with the City of Clearwater Comprehensive Plan. The City Council hereby accepts the dedication of all easements, parks, rights-of-way and other dedications to the public, which have heretofore been made by plat, deed or user within the annexed property. The City Engineer, the City Clerk and the Community Development Coordinator are directed to include and show the property described herein upon the official maps and records of the City. Section 3. This ordinance shall take effect immediately upon adoption. The City Clerk shall file certified copies of this ordinance, including the map attached hereto, with the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida, within 7 days after adoption, and shall file a certified copy with the Florida Department of State within 30 days after adoption. Ordinance No. 9866-26 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk PROPOSED ANNEXATION Owner(s): Ardian Teka Case: ANX2025-11011 Site: Unaddressed S. McMullen Booth Road Property Size(Acres): ROW (Acres): 0.65 0.005 Land Use Zoning PIN: 16-29-16-00000-240-0400 From: Residential Medium (RM) Limited Office (LO)& Rural Residential (RR) Atlas Page: 292A To: Residential Medium (RM) Medium Density Residential (MDR) Exhibit “A” Ordinance No. 9867-26 ORDINANCE NO. 9867-26 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE FUTURE LAND USE ELEMENT OF THE COMPREHENSIVE PLAN OF THE CITY, TO DESIGNATE THE LAND USE FOR CERTAIN UNADDRESSED REAL PROPERTY LOCATED ON THE EAST SIDE OF S. MCMULLEN BOOTH ROAD, APPROXIMATELY 350 FEET NORTH OF GULF TO BAY BOULEVARD, IN CLEARWATER, FLORIDA 33759 UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS RESIDENTIAL MEDIUM (RM); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Future Land Use Element of the Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is amended by designating the land use category for the hereinafter described property, upon annexation into the City of Clearwater, as follows: Property Land Use Category A portion of Section 16, Township 29 South, Range 16 East, Pinellas County, Florida, describes as follows: The West 333 feet of South 100 feet of the North 900 feet of the SE 1/4 of the NW 1/4 of said Section 16, less road and also less that portion deeded to Pinellas County by deed recorded in O.R Book 6627, Page 571, on November 12, 1987, Public Records of Pinellas County, Florida. Residential Medium (RM) (ANX2025-11011) The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The City Council does hereby certify that this ordinance is consistent with the City’s Comprehensive Plan. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9866-26. Ordinance No. 9867-26 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk PROPOSED FUTURE LAND USE MAP Owner(s): Ardian Teka Case: ANX2025-11011 Site: Unaddressed S. McMullen Booth Road Property Size(Acres): ROW (Acres): 0.65 0.005 Land Use Zoning PIN: 16-29-16-00000-240-0400 From: Residential Medium (RM) Limited Office (LO)& Rural Residential (RR) Atlas Page: 292A To: Residential Medium (RM) Medium Density Residential (MDR) Exhibit “A” Ordinance No. 9868-26 ORDINANCE NO. 9868-26 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY ZONING CERTAIN UNADDRESSED REAL PROPERTY LOCATED ON THE EAST SIDE OF S. MCMULLEN BOOTH ROAD, APPROXIMATELY 350 FEET NORTH OF GULF TO BAY BOULEVARD, IN CLEARWATER, FLORIDA 33759 UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS MEDIUM DENSITY RESIDENTIAL (MDR); PROVIDING AN EFFECTIVE DATE. WHEREAS, the assignment of a zoning classification as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property located in Pinellas County, Florida, is hereby zoned as indicated upon annexation into the City of Clearwater, and the Zoning Atlas of the City is amended, as follows: The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9866-26. Property Zoning District A portion of Section 16, Township 29 South, Range 16 East, Pinellas County, Florida, describes as follows: The West 333 feet of South 100 feet of the North 900 feet of the SE 1/4 of the NW 1/4 of said Section 16, less road and also less that portion deeded to Pinellas County by deed recorded in O.R Book 6627, Page 571, on November 12, 1987, Public Records of Pinellas County, Florida. Medium Density Residential (MDR) (ANX2025-11011) Ordinance No. 9868-26 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk PROPOSED ZONING MAP Owner(s): Ardian Teka Case: ANX2025-11011 Site: Unaddressed S. McMullen Booth Road Property Size(Acres) ROW (Acres): 0.65 0.005 Land Use Zoning PIN: 16-29-16-00000-240-0400 From: Residential Medium (RM) Limited Office (LO)& Rural Residential (RR) Atlas Page: 292A To: Residential Medium (RM) Medium Density Residential (MDR) Exhibit “A” LOCATION MAP Owner(s): Ardian Teka Case: ANX2025-11011 Site: Unaddressed S. McMullen Booth Road Property Size(Acres): ROW (Acres): 0.65 0.005 Land Use Zoning PIN: 16-29-16-00000-240-0400 From: Residential Medium (RM) Limited Office (LO)& Rural Residential (RR) Atlas Page: 292A To: Residential Medium (RM) Medium Density Residential (MDR) AERIAL PHOTOGRAPH Owner(s): Ardian Teka Case: ANX2025-11011 Site: Unaddressed S. McMullen Booth Road Property Size(Acres): ROW (Acres): 0.65 0.005 Land Use Zoning PIN: 16-29-16-00000-240-0400 From: Residential Medium (RM) Limited Office (LO)& Rural Residential (RR) Atlas Page: 292A To: Residential Medium (RM) Medium Density Residential (MDR) EXISTING SURROUNDING USES MAP Owner(s): Ardian Teka Case: ANX2025-11011 Site: Unaddressed S. McMullen Booth Road Property Size(Acres): ROW (Acres): 0.65 0.005 Land Use Zoning PIN: 16-29-16-00000-240-0400 From: Residential Medium (RM) Limited Office (LO)& Rural Residential (RR) Atlas Page: 292A To: Residential Medium (RM) Medium Density Residential (MDR) Vacant Vacant Attached Dwellings Attached Dwellings Hotel/Motel Institutional Institutional ANX2025-11011 Ardian Teka Unaddressed S. McMullen Booth Road Facing east at the subject property, from McMullen Booth Road Across the street, to the west of the subject property South of the subject property North of the subject property View looking north along S. McMullen Booth Road Facing south along S. McMullen Booth Road Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ANX2025-11012 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: Planning & Development Agenda Number: 6.2 SUBJECT/RECOMMENDATION: Approve the annexation, initial Future Land Use Map designation of Residential Suburban (RS) and initial Zoning Atlas designation of Low Density Residential (LDR) District for 2265 N. McMullen Booth Road and pass Ordinances 9869-26, 9870-26 and 9871-26 on first reading. (ANX2025-11012) SUMMARY: This voluntary annexation petition involves a 1.07-acre property consisting of one parcel of land occupied by a detached dwelling. The property is located on the east side of Lauren Lane, approximately 550 feet west of N. McMullen Booth Road. The applicant is requesting annexation in order to receive sanitary sewer and water service from the City. The property is located within an enclave and is contiguous to existing city boundaries to the north, south, and west. The property is proposed to be assigned a Future Land Use Map designation of Residential Suburban (RS) and a Zoning Atlas designation of Low Density Residential (LDR). The Planning and Development Department determined that the proposed annexation is consistent with the provisions of Community Development Code Section 4-604.E as follows: ·The city has adequate capacity to serve this property with sanitary sewer, solid waste, police, fire and EMS service. The property currently receives water service from the city of Clearwater. The closest sanitary sewer line is located in the adjacent Lauren Lane right-of-way. The applicant has paid the city's sewer impact and assessment fees and is aware of the additional costs to extend city sewer service to this property. Collection of solid waste will be provided by the city of Clearwater. The property is located within Police District III and service will be administered through the district headquarters located at 2851 S. McMullen Booth Road. Fire and emergency medical services will be provided to this property by Station #49 located at 565 Sky Harbor Drive. Therefore, the proposed annexation will not have an adverse effect on public services and their levels of service; and ·The proposed annexation is consistent with and promotes the following objective and policy of Clearwater 2045, the city’s Comprehensive Plan: Objective PI 9.1 Continue to work with Pinellas County in the orderly annexation of the city’s existing enclaves. Policy PI 9.1.2 Continue to process voluntary annexations for single-family residential properties upon request. ·The proposed Residential Suburban (RS) Future Land Use Map designation is consistent with the current Countywide Plan designation of the property. This designation primarily permits residential uses at a density of 2.5 units per acre. The proposed zoning district to be assigned to the property is the Low Density Residential (LDR) District. The use of the subject property is consistent with the uses allowed in the District and the property exceeds the District’s minimum dimensional requirements. The proposed annexation is therefore consistent with the Countywide Plan and the City’s Comprehensive Plan and Page 1 City of Clearwater Printed on 1/9/2026 File Number: ANX2025-11012 Community Development Code; and ·The property proposed for annexation is contiguous to existing city boundaries to the north, south, and west; therefore, the annexation is consistent with Florida Statutes Chapter 171.044. STRATEGIC PRIORITY: This annexation petition supports the Deliver Effective and Efficient Services by Optimizing City Assets and Resources goal of the city’s Strategic Plan by reducing enclaves and delivering city services to properties within the city’s service boundary. This petition also supports Ensure Exceptional Communities and Neighborhoods Where Everyone Can Thrive goal by better unifying neighborhoods and reducing issues with multiple jurisdictions. Page 2 City of Clearwater Printed on 1/9/2026 Ordinance No. 9869-26 ORDINANCE NO. 9869-26 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTY LOCATED ON THE EAST SIDE OF LAUREN LANE APPROXIMATELY 550 FEET WEST OF N. MCMULLEN BOOTH ROAD, WHOSE POST OFFICE ADDRESS IS 2265 MCMULLEN BOOTH ROAD, CLEARWATER, FLORIDA 33759 INTO THE CORPORATE LIMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITION; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner of the real property described herein and depicted on the map attached hereto as Exhibit “A” has petitioned the City of Clearwater to annex the property into the City pursuant to Section 171.044, Florida Statutes, and the City has complied with all applicable requirements of Florida law in connection with this ordinance; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property is hereby annexed into the City of Clearwater and the boundary lines of the City are redefined accordingly: See attached Exhibit “B” (ANX2025-11012) The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The provisions of this ordinance are found and determined to be consistent with the City of Clearwater Comprehensive Plan. The City Council hereby accepts the dedication of all easements, parks, rights-of-way and other dedications to the public, which have heretofore been made by plat, deed or user within the annexed property. The City Engineer, the City Clerk and the Community Development Coordinator are directed to include and show the property described herein upon the official maps and records of the City. Section 3. This ordinance shall take effect immediately upon adoption. The City Clerk shall file certified copies of this ordinance, including the map attached hereto, with the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida, within 7 days after adoption, and shall file a certified copy with the Florida Department of State within 30 days after adoption. Ordinance No. 9869-26 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PROPOSED ANNEXATION Owner(s): Jennifer Hearn and Julie Haern, Co-Trustees of The Springer Farm Trust Case: ANX2025-11012 Site: 2265 N. McMullen Booth Road Property Size(Acres): ROW (Acres): 1.07 Land Use Zoning PIN: 33-28-16-00000-320-0430 From: Residential Suburban (RS) Residential Agriculture (R-A) Atlas Page: 245A To: Residential Suburban (RS) Low Denisty Residential (LDR) Exhibit “B” LEGAL DESCRIPTION A PORTION OF THE NORTHWEST 1/ 4 OF THE SOUTHWEST 1/ 4 OF SECTION 33, TOWNSHIP 28 SOUTH, RANGE 16 EAST, PINELLAS COUNTY, FLORIDA AND BEING FURTHER DESCRIBED AS FOLLOWS: COMMENCE AT THE SOUTHWEST CORNER OF TRACT A-3, RENAISSANCE OAKS AS SHOWN ON THE PLAT RECORDED IN PLAT BOOK 133, PAGES 3 THROUGH 7 OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA, THE SAME BEING THE NORTHWEST CORNER OF THE PARCEL DESCRIBED IN OFFICAL RECORDS BOOK 17407, PAGE 2244 OF SAID PUBLIC RECORDS FOR A POINT OF BEGINNING; THENCE ALONG THE SOUTH BOUNDARY LINE OF SAID TRACT A-3, THE SAME BEING THE NORTH BOUNDARY OF SAID PARCEL DESCRIBED IN OFFICIAL RECORDS BOOK 17407, PAGE 2244, N89°43'29”.E, A DISTANCE OF 180.00 FEET; THENCE S25°04'13”.E, A DISTANCE OF 62.06 FEET; THENCE S14°11'14”E, A DISTANCE OF 50.00 FEET; THENCE S03°47'44”W, A DISTANCE OF 42.00 FEET; THENCE S02°32'00”E, A DISTANCE OF 77.00 FEET TO THE SOUTH BOUNDARY LINE OF SAID PARCEL, THE SAME BEING THE NORTH BOUNDARY LINE OF TRACT A-4 OF SAID RENAISSANCE OAKS; THENCE ALONG THE SOUTH BOUNDARY LINE OF SAID PARCEL, THE SAME BEING THE NORTH BOUNDARY LINE OF SAID TRACT A-4 AND LOTS 26 AND 27 OF SAID RENAISSANCE OAKS, S89°43'29”W, A DISTANCE OF 218.00 FEET TO THE SOUTHWEST CORNER OF SAID PARCEL, THE SAME BEING THE NORTHWEST CORNER OF SAID LOT 27; THENCE ALONG THE WEST BOUNDARY LINE OF SAID PARCEL THE SAME BEING THE EAST BOUNDARY LINE TRACT A-1 OF SAID RENAISSANCE OAKS, N00'18'02”W, A DISTANCE OF 223.71 FEET, TO THE POINT OF BEGINNING. Ordinance No. 9870-26 ORDINANCE NO. 9870-26 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE FUTURE LAND USE ELEMENT OF THE COMPREHENSIVE PLAN OF THE CITY, TO DESIGNATE THE LAND USE FOR CERTAIN REAL PROPERTY LOCATED ON THE EAST SIDE OF LAUREN LANE APPROXIMATELY 550 FEET WEST OF N. MCMULLEN BOOTH ROAD, WHOSE POST OFFICE ADDRESS IS 2265 MCMULLEN BOOTH ROAD, CLEARWATER, FLORIDA 33759 UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS RESIDENTIAL SUBURBAN (RS); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Future Land Use Element of the Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is amended by designating the land use category for the hereinafter described property, upon annexation into the City of Clearwater, as follows: Property Land Use Category See attached Exhibit “B” Residential Suburban (RS) (ANX2025-11012) The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The City Council does hereby certify that this ordinance is consistent with the City’s Comprehensive Plan. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9869-26. Ordinance No. 9870-26 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit "A" PROPOSED FUTURE LAND USE MAP Owner(s): Jennifer Hearn and Julie Hearn, Co-Trustees of the Springer Farm Trust Case: ANX2025-11012 Site: 2265 N. McMullen Booth Road Property Size(Acres): ROW (Acres): 1.07 Land Use Zoning PIN: 33-28-16-00000-320-0430 From: Residential Suburban (RS) Residential Agriculture (R-A) Atlas Page: 245A To: Residential Suburban (RS) Low Denisty Residential (LDR) Exhibit “B” LEGAL DESCRIPTION A PORTION OF THE NORTHWEST 1/ 4 OF THE SOUTHWEST 1/ 4 OF SECTION 33, TOWNSHIP 28 SOUTH, RANGE 16 EAST, PINELLAS COUNTY, FLORIDA AND BEING FURTHER DESCRIBED AS FOLLOWS: COMMENCE AT THE SOUTHWEST CORNER OF TRACT A-3, RENAISSANCE OAKS AS SHOWN ON THE PLAT RECORDED IN PLAT BOOK 133, PAGES 3 THROUGH 7 OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA, THE SAME BEING THE NORTHWEST CORNER OF THE PARCEL DESCRIBED IN OFFICAL RECORDS BOOK 17407, PAGE 2244 OF SAID PUBLIC RECORDS FOR A POINT OF BEGINNING; THENCE ALONG THE SOUTH BOUNDARY LINE OF SAID TRACT A-3, THE SAME BEING THE NORTH BOUNDARY OF SAID PARCEL DESCRIBED IN OFFICIAL RECORDS BOOK 17407, PAGE 2244, N89°43'29”.E, A DISTANCE OF 180.00 FEET; THENCE S25°04'13”.E, A DISTANCE OF 62.06 FEET; THENCE S14°11'14”E, A DISTANCE OF 50.00 FEET; THENCE S03°47'44”W, A DISTANCE OF 42.00 FEET; THENCE S02°32'00”E, A DISTANCE OF 77.00 FEET TO THE SOUTH BOUNDARY LINE OF SAID PARCEL, THE SAME BEING THE NORTH BOUNDARY LINE OF TRACT A-4 OF SAID RENAISSANCE OAKS; THENCE ALONG THE SOUTH BOUNDARY LINE OF SAID PARCEL, THE SAME BEING THE NORTH BOUNDARY LINE OF SAID TRACT A-4 AND LOTS 26 AND 27 OF SAID RENAISSANCE OAKS, S89°43'29”W, A DISTANCE OF 218.00 FEET TO THE SOUTHWEST CORNER OF SAID PARCEL, THE SAME BEING THE NORTHWEST CORNER OF SAID LOT 27; THENCE ALONG THE WEST BOUNDARY LINE OF SAID PARCEL THE SAME BEING THE EAST BOUNDARY LINE TRACT A-1 OF SAID RENAISSANCE OAKS, N00'18'02”W, A DISTANCE OF 223.71 FEET, TO THE POINT OF BEGINNING. Ordinance No. 9869-26 ORDINANCE NO. 9871-26 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY ZONING CERTAIN REAL PROPERTY LOCATED ON THE WEST SIDE OF LAUREN LANE APPROXIMATELY 550 FEET ALONG N. MCMULLEN BOOTH ROAD, WHOSE POST OFFICE ADDRESS IS 2265 MCMULLEN BOOTH ROAD, CLEARWATER, FLORIDA 33759, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS LOW DENISTY RESIDENTIAL (LDR); PROVIDING AN EFFECTIVE DATE. WHEREAS, the assignment of a zoning classification as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property located in Pinellas County, Florida, is hereby zoned as indicated upon annexation into the City of Clearwater, and the Zoning Atlas of the City is amended, as follows: The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9869-26. Property Zoning District See attached Exhibit “B” Low Denisty Residential (LDR) (ANX2025-11012) Ordinance No. 9869-26 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PROPOSED ZONING MAP Owner(s): Jennifer Hearn and Julie Haern, Co-Trustees of The Springer Farm Trust Case: ANX2025-11012 Site: 2265 N. McMullen Booth Road Property Size(Acres): ROW (Acres): 1.07 Land Use Zoning PIN: 33-28-16-00000-320-0430 From: Residential Suburban (RS) Residential Agriculture (R-A) Atlas Page: 245A To: Residential Suburban (RS) Low Denisty Residential (LDR) Exhibit “B” LEGAL DESCRIPTION A PORTION OF THE NORTHWEST 1/ 4 OF THE SOUTHWEST 1/ 4 OF SECTION 33, TOWNSHIP 28 SOUTH, RANGE 16 EAST, PINELLAS COUNTY, FLORIDA AND BEING FURTHER DESCRIBED AS FOLLOWS: COMMENCE AT THE SOUTHWEST CORNER OF TRACT A-3, RENAISSANCE OAKS AS SHOWN ON THE PLAT RECORDED IN PLAT BOOK 133, PAGES 3 THROUGH 7 OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA, THE SAME BEING THE NORTHWEST CORNER OF THE PARCEL DESCRIBED IN OFFICAL RECORDS BOOK 17407, PAGE 2244 OF SAID PUBLIC RECORDS FOR A POINT OF BEGINNING; THENCE ALONG THE SOUTH BOUNDARY LINE OF SAID TRACT A-3, THE SAME BEING THE NORTH BOUNDARY OF SAID PARCEL DESCRIBED IN OFFICIAL RECORDS BOOK 17407, PAGE 2244, N89°43'29”.E, A DISTANCE OF 180.00 FEET; THENCE S25°04'13”.E, A DISTANCE OF 62.06 FEET; THENCE S14°11'14”E, A DISTANCE OF 50.00 FEET; THENCE S03°47'44”W, A DISTANCE OF 42.00 FEET; THENCE S02°32'00”E, A DISTANCE OF 77.00 FEET TO THE SOUTH BOUNDARY LINE OF SAID PARCEL, THE SAME BEING THE NORTH BOUNDARY LINE OF TRACT A-4 OF SAID RENAISSANCE OAKS; THENCE ALONG THE SOUTH BOUNDARY LINE OF SAID PARCEL, THE SAME BEING THE NORTH BOUNDARY LINE OF SAID TRACT A-4 AND LOTS 26 AND 27 OF SAID RENAISSANCE OAKS, S89°43'29”W, A DISTANCE OF 218.00 FEET TO THE SOUTHWEST CORNER OF SAID PARCEL, THE SAME BEING THE NORTHWEST CORNER OF SAID LOT 27; THENCE ALONG THE WEST BOUNDARY LINE OF SAID PARCEL THE SAME BEING THE EAST BOUNDARY LINE TRACT A-1 OF SAID RENAISSANCE OAKS, N00'18'02”W, A DISTANCE OF 223.71 FEET, TO THE POINT OF BEGINNING. ANX2025-11012 Jennifer Hearn & Julie Hearn, Co-Trustees to The Springer Farm Trust 2265 N. McMullen Booth Road Facing east towards the subject property, 2265 North McMullen Booth Road Across the street, to the West of the subject property Side of Lauren Lane facing of the subject property North of the subject property Facing South along Lauren Lane, subject property located to the right Facing north along Lauren Lane, subject property located to the right Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1341 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Planning & Development Agenda Number: 6.3 SUBJECT/RECOMMENDATION: Update on North Ward Elementary School roof repairs and disposition strategy. (WSO) SUMMARY: The historic North Ward Elementary School was one of the first public schools constructed in the newly formed Pinellas County, with the original structure built in 1915 and expanded with a second structure in 1926. Initially, North Ward was a segregated facility but became integrated in the late 1960s and early 1970s. The school was closed in 2009. Despite its closure, North Ward remains a place of significance within the community, holding a deep historical and cultural value for generations of students.   In 2019, the City of Clearwater acquired the North Ward School from the Pinellas County School Board for $1.8 million. Since acquiring the property, the City has commissioned several professionals to provide opinions of value, architectural design review/concepts and development concept plans for adaptive reuse.  In each instance, there was a recognition of the value of preserving the two main historic structures and modern approaches to the northernmost portion of the site.      On February 15, 2024, the City Council approved an agreement with Rowe Architects, LLC, to conduct a building conditions assessment for the school.   On September 15, 2025, Rowe Architects presented a Building Assessment and Repair Recommendations Study to Council. The work product included five tasks: ·Historic building research and identification of potential grants to fund improvements. ·Building documentation. ·Existing conditions assessment. ·Recommendations for pre-development improvements and use analysis. ·Development of cost estimates for identified improvements.   The Rowe Architects work product also included several potential development scenarios for the property including a Community Wellness Center, Mixed-Use Residential Development and Professional Office Space.  As part of the presentation, city staff provided cost estimates to address short-term actions such as weatherproofing the roof to preserve the building’s structural integrity. Following the presentation, Council affirmed its interest in preserving the site’s historically designated buildings and pursuing a mixed-use redevelopment concept. Furthermore, Council directed staff to obtain cost estimates for roof repairs and to secure property appraisals. On December 1, 2025, staff presented roof repair estimates, two property appraisals, and a proposed pre-marketing and disposition strategy. City Council requested additional information on the expected lifespan of the “shrink-wrap” roof repair option and asked staff to return in January 2026 with further details on the disposition strategy.   Repair Estimate Information: Capital Improvement Project C2503 - North Ward Renovations currently contains $200,000.  Roof Page 1 City of Clearwater Printed on 1/9/2026 File Number: ID#25-1341 replacement for the North Ward School is estimated at $278,634 for the three historically significant buildings; or $372,674 to replace roofing for all buildings.  To apply a "shrink wrap" covering to temporarily cover the structures is estimated to cost $83,000 for Buildings, A, B and C and would be warrantied for one year. It was determined that Building D did not need the “shrink wrap” option.     Appraisals: In November 2025, two independent property appraisals were completed, establishing values of $2,700,000 and $1,600,000 respectively.   Property Marketing and Property Disposition Approach: For a property as unique as this one, a prescribed pre-marketing process is recommended prior to inviting qualified applicants to submit proposals.  Staff recommends between 120-150 days of pre-marketing prior to accepting proposals.  Staff also envision an approach to solicitation that is described in summary below: ·City Council declares the property surplus to City operational needs and authorizes staff to proceed with disposition under this policy. ·Define potential reuse parameters and public goals that establish a transparent, equitable, and preservation-minded process for the disposition and redevelopment of the Historic North Ward School property. ·Issue an RFQ to prequalify developers or organizations with proven historic or adaptive reuse experience. ·Invite qualified respondents to submit full proposals including: o Conceptual reuse plan and proposed uses. o Preservation and rehabilitation approach. o Financial capacity and project pro forma. o Development schedule and community benefits. ·Proposals shall be evaluated by an Evaluation Committee with a preferred proposal sent to the City Council for consideration. ·If a proposal is selected by the City Council, city staff would be directed to negotiate a Development Agreement with terms and conditions outlining sales price, preservation details, performance milestones, project schedule, financial commitments and other provisions normally included in this type of contract. STRATEGIC PRIORITY: This item advances the following priority areas of the City’s Strategic Plan: ·1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. ·​2.1 Strengthen public-private initiatives that attract, development and retain diversified business sectors. ·​3.2 Preserve community liability through responsible development standards, proactive code compliance, and targeted revitalization . Page 2 City of Clearwater Printed on 1/9/2026 North Ward Elementary School Buildings Roof Repair/Replacement Estimates A B B B C D D Roof Replacement with Shingles: •$278,634 for three historically significant buildings (Buildings A, B & C) or •$372,674 to replace roofing for all buildings “Shrink Wrap” Covering: •$83,000 for Buildings, A, B & C •Warrantied for one year Shrink Wrap Example Shrink Wrap Example Shrink Wrap Example Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1318 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Information Technology Agenda Number: 7.1 SUBJECT/RECOMMENDATION: Approve a services agreement with Charter Communications dba Spectrum Enterprise (Spectrum) of St. Louis, MO, for cable, internet access and point-to-point data network services in the amount of $400,000.00, for services from October 1, 2025 through September 30, 2030, pursuant to Clearwater Code of Ordinances Section 2.563 (1)(d), Non-competitive purchase (Impractical), and authorize the appropriate officials to execute same. (consent) SUMMARY: Spectrum Enterprise provides cable, internet access and point-to-point data connections at approximately 15 locations across the City’s network. This agreement will be used citywide by multiple departments but will be managed by the Information Technology Department. Spectrum is one of five service providers used to support the City’s network and computer operations. Spectrum is the current provider at these locations and has been a provider for nearly ten years at most locations. In some locations, Spectrum is the only vendor capable of providing this service. Staff is recommending the continued standardization of these services at these locations due to the lack of availability from other providers throughout the entire city, to ensure continuity of coverages, and to avoid disruption of services at the existing recreation centers and government facilities. The agreement includes an indemnification provision for certain claims caused by the City. Nothing in the agreement, however, shall be deemed a waiver of the limitations on liability contained in Section 768.28, Florida Statutes, or the doctrine of sovereign immunity. APPROPRIATION CODE AND AMOUNT: Funding is available in the Information Technology operating budget code 5559862-530300, contractual services. Funding for fiscal years 2026-2030 will be requested in the annual proposed budgets. The Information Technology department is funded by revenues from the Administrative Services Fund, an internal service fund of the city responsible for the administration of city-wide technology services. STRATEGIC PRIORITY: Approval of the purchase order supports Strategic Plan Objectives of High Performing Government. Page 1 City of Clearwater Printed on 1/9/2026 Spectrum Business - Enterprise Terms of Service v 250206 CONFIDENTIAL Page 1 of 12 © 2016-2025 Charter Communications, all rights reserved SPECTRUM BUSINESS AGREEMENT FOR ENTERPRISE SERVICES The customer identified below (“Customer”) hereby acknowledges and agrees to the Commercial Terms of Service attached hereto (“Terms of Service”) with respect to any service order(s) placed by Customer and accepted by Spectrum hereafter (each, a “Service Order”), which together with this agreement constitute the “Service Agreement” by and between Customer and Charter Communications Operating, LLC on behalf of those operating subsidiaries providing the services hereunder (“Spectrum”). BY EXECUTING THIS SERVICE AGREEMENT COVER PAGE, CUSTOMER ACKNOWLEDGES THAT: (1) CUSTOMER ACCEPTS AND AGREES TO BE BOUND BY THE TERMS OF SERVICE, INCLUDING THE ARBITRATION SECTION THEREOF, WHICH PROVIDES THAT THE PARTIES DESIRE TO RESOLVE ANY CONTROVERSY OR CLAIM ARISING OUT OF OR RELATING TO THE SERVICE AGREEMENT THROUGH ARBITRATION; AND (2) BY AGREEING TO ARBITRATION, CUSTOMER IS GIVING UP VARIOUS RIGHTS, INCLUDING THE RIGHT TO TRIAL BY JURY AND TO BRING CLAIMS AS CLASS ACTIONS. Authorized Signature for Customer Charter Communications Operating, LLC By: Charter Communications, Inc., its Manager By: By: Name: Name: Title: Title: Date: Date: Spectrum Sales Contact Information Spectrum Account Executive: Michael Caban Mobile 813 245 8537 Email Michael.caban@charter.com Customer Information Customer Name (Exact Legal Name): The City of Clearwater Street Address: 100 S. Myrtle Avenue Suite: City: Clearwater State: FL Zip: 33756 Customer’s Main Tel. No.: 727-562-4538 Customer Contact Name: Erica Powell Email: Erica.powell@myclearwater.com Tel No: 727-444-8081 Billing Address: 100 S. Myrtle Avenue Suite: City: Clearwater State: FL Zip: 33756 Billing Contact Name: Erica Powell Email: Erica.powell@myclearwater.com Tel No: 727-444-8081 Agreement Spectrum Business - Enterprise Terms of Service v 250206 CONFIDENTIAL Page 2 of 12 © 2016-2025 Charter Communications, all rights reserved COMMERCIAL TERMS OF SERVICE These Commercial Terms of Service (“Terms of Service”) include all Service Attachments (defined below), any applicable Service Level Agreements, and all other documents identified hereunder, each of which are incorporated herein by reference, and together with any service orders placed by Customer and accepted by Spectrum hereafter (“Service Order(s)”), constitute the “Service Agreement”. The Service Attachments further describe Spectrum’s services (each a “Service” and collectively the “Services”) and set forth additional terms and conditions for the applicable Service. As used herein, “Spectrum” means Charter Communications Operating, LLC on behalf of those operating subsidiaries providing the Services hereunder, and “Customer” means the customer identified on the Service Agreement cover page or Service Order, as applicable. Spectrum and Customer may each be referred to herein as a “Party” and collectively as the “Parties.” GENERAL 1. SERVICE AGREEMENT TERM. The Service Agreement shall be effective upon the earlier to occur of: (a) the latest date of the signatures of the Parties on the Service Agreement cover page; (b) the date of the first Service Order referencing these Terms of Service; or (c) Spectrum’s commencement of performance (the “Effective Date”). The Service Agreement shall remain in effect until the expiration or proper termination of the last remaining Service Order entered into under the Service Agreement (the “Term”). 2. SERVICES. Customer shall request Services hereunder by submitting Service Orders in a manner required by Spectrum. All submitted Service Orders are subject to approval and acceptance by Spectrum. Upon Spectrum’s acceptance of a Service Order, as indicated by: (a) Spectrum’s written acceptance; or (b) Spectrum’s commencement of performance, such Service Order shall be deemed incorporated into the Service Agreement. Spectrum shall provide the Services to Customer at the Service address(es) specified in the applicable Service Order (“Service Location(s)”). 3. ORDER TERM. The “Initial Order Term” is the time period starting on the date the Services are functional in all material respects and available for use (the “Billing Start Date”) and continuing for the period of time specified in the Service Order(s). Upon expiration of the Initial Order Term, the applicable Service Order shall automatically renew for successive one-month terms (each a “Renewal Order Term”, collectively with the Initial Order Term, the “Order Term”), unless either Spectrum or Customer elects to not renew the Service Order by providing notice to the other at least thirty (30) days in advance of the expiration of the then-current Order Term. 4. AVAILABILITY OF FACILITIES. Customer understands that certain Services, or certain features, may not be available in all Spectrum service areas, may change from time to time, and Spectrum may decline to provide any requested Services. Spectrum’s ability to provide Services depends upon its ability to secure and retain, without additional expense, suitable facilities, third-party connections, and rights to construct and maintain necessary facilities, such as pole attachments and conduits, to serve the Service Location. If Spectrum is unable to secure and retain such items in accordance with the foregoing, Spectrum may decline to accept or cancel a Service Order upon notice to Customer in accordance with Section 5(f). Spectrum may order access connection facilities provided by other providers or entities to facilitate connection of a Service Location to Spectrum’s Network (defined below). 5. SERVICE LOCATION ACCESS AND INSTALLATION. (a) Access. Spectrum requires reasonable access to each Service Location at any time throughout the Term as necessary for Spectrum to provide the Services and to install, inspect, maintain, repair, or remove any Spectrum-provided cabling, modems, related splitters, routers or other equipment (“Spectrum Equipment”) used to provide the Services. If Customer owns or controls the Service Location(s), Customer hereby grants Spectrum permission to enter the Service Location(s) for Spectrum to fulfill its obligations and exercise its rights under the Service Agreement. If a Service Location is not owned or controlled by Customer, Customer will obtain, with Spectrum's reasonable assistance, an appropriate right of access. If such right of access for Spectrum is not obtained by either Party, then Spectrum may decline Customer’s request for Services, or terminate or amend the related Service Order with respect to the Services at the Service Location that Spectrum cannot access, without any liability to Customer. (b) Installation Review. Spectrum may perform, either before or after acceptance of a Service Order, an installation review (including a review of Customer’s inside wiring) of each proposed Service Location prior to installation of the Services to determine the serviceability of such Service Location and/or the need to extend Spectrum’s facilities, fiber optic cable, electronics, or other equipment (collectively, the “Network”) to provide the Services at the Service Location. (c) Site Preparation. Customer shall be responsible for necessary preparations at each Service Location (including the relocation of Customer’s equipment, furniture, and furnishings as necessary for Spectrum to access the Spectrum Equipment), and shall provide Spectrum with floor space, rack space, other space, inside wiring (except if wiring is to be provided by Spectrum as set forth below), and clean power as reasonably necessary for the delivery, installation, and operation of Spectrum Equipment and Services. Customer shall not charge Spectrum, and shall ensure that Spectrum does not incur, any fees or expenses whatsoever in connection with Customer’s provision of space, power, inside wiring, or access as described herein, or otherwise in connection with Customer’s performance of its obligations pursuant to this section. Any such fees or expenses charged by any other end user accessing or using the Services (“End User”) shall be borne solely by Customer. Spectrum Business - Enterprise Terms of Service v 250206 CONFIDENTIAL Page 3 of 12 © 2016-2025 Charter Communications, all rights reserved Notwithstanding the foregoing, any wiring that Spectrum installs between the point of entry into the building at the Service Location to the applicable network interface device (“NID”) is referred to herein as “Demarc Wiring.” Any wiring from the NID to the terminating equipment at the Service Location (e.g., cameras, WiFi access points, phones, etc.) is referred to herein as “Inside Wiring.” Spectrum will install Demarc Wiring as necessary in connection with installation of the Service. Additionally, Spectrum offers a wiring installation service related to certain Services, whereby Spectrum will install Inside Wiring if selected by Customer and Customer enters a Service Order for such installation. With regard to both Demarc Wiring and Inside Wiring that Spectrum installs, such wiring is considered part of the Spectrum Equipment. (d) Installation. Spectrum will schedule one or more installation visits with Customer. At Customer’s request, Spectrum may perform installation or maintenance on weekends or times other than during normal business hours; provided, however, Customer may be assessed reasonable, additional Service Charges based on Spectrum’s actual incurred labor, material or other costs for such non-routine installation or maintenance. Customer’s authorized representative must be present during installation. If Spectrum is unable to install the Service as a result of (i) Customer’s (or any End User’s) failure to deliver any required materials, support or information to Spectrum; (ii) Customer’s (or any End User’s) failure to provide access to a Service Location; (iii) Spectrum’s inability to obtain access to equipment at the Service Location as necessary for installation of the Service, or (iv) Customer’s Equipment (as defined herein) being inadequate to interconnect with the Services, then Customer shall pay Spectrum a Service Charge at Spectrum’s then prevailing rates for any installation trip made by Spectrum and an additional Service Charge for each subsequent trip necessary to perform the Service installation. In addition, if Spectrum’s installation of the Service is delayed as a result of Customer’s actions or inactions as set forth above or if Customer is otherwise refusing the installation of Services or is not ready to receive Services, then Spectrum will notify Customer that Spectrum is ready to commence or complete installation of the Services (the “Ready Notice”), and may begin invoicing Service Charges as set forth in Section 7 upon the earlier of the Billing Start Date or sixty (60) days after the date of the Ready Notice. Customer shall perform interconnection of the Services and Spectrum Equipment with any Customer-provided or End User equipment (collectively, “Customer Equipment”), unless otherwise set forth in a Service Attachment or agreed in writing between the Parties, and shall conform its Customer Equipment and software, and ensure that each End User conforms its equipment and software, to the technical specifications for the Services. (e) Restoration; Hazardous Materials. Spectrum shall be responsible for reasonable restoration efforts necessary to address any displacement resulting from excavation and for those damages directly caused by Spectrum’s faulty workmanship or installation of the Service, provided that the boring of holes or insertion of fasteners through the surface of walls for attachment of peripheral equipment will not be deemed damages but rather part of normal workmanship. If the installation and maintenance of Services at a Service Location is or becomes, in Spectrum’s sole opinion, hazardous or dangerous to Spectrum’s employees or Network, the public, or property, including without limitation due to the presence of asbestos or other hazardous materials, Spectrum may refuse to install and maintain such Services or stop providing Services until such time as the condition is remedied or an alternative Service Location is designated that is not hazardous or dangerous. Customer shall bear any additional costs incurred by Spectrum arising from any such hazardous or dangerous conditions. (f) Service Order Revisions and Cancellations. If either before or after a Service Order is executed, or during the course of the Service Agreement, Spectrum determines that: (i) there is a lack of available service, facilities, or other items as detailed in Section 4, or the criteria outlined in Section 5 are not met; (ii) additional work is necessary to enable Spectrum to deliver the Services to the Service Location; (iii) access, transmission medium, equipment, adequate transmission capacity, or services from or interconnection with the services or facilities of other providers would require additional costs or are unavailable; (iv) Customer’s inside wiring is causing signal leakage which violates the Federal Communications Commission’s rules or guidelines; or (v) there is any other cause beyond Spectrum’s control that causes an adverse effect on Spectrum’s ability to provide the Service, then Spectrum may, at Spectrum’s sole discretion, either decline to accept or cancel the applicable Service or Service Order. Alternatively, Spectrum will notify Customer of any additional Service Charges in excess of the amounts previously specified in a quote or Service Order. If Spectrum notifies Customer that additional Service Charges will apply and if Customer does not agree to pay such Service Charges by executing a revised Service Order within five (5) business days of receiving the same, Customer and Spectrum shall each have the right to cancel the applicable Service at the applicable Service Location or, if no Service Order has been executed, Spectrum has the right to decline to accept and cancel the pending Service or Service Order. 6. EQUIPMENT. (a) Equipment Responsibilities and Safeguards. Spectrum shall use commercially reasonable efforts to maintain and secure the Spectrum Equipment used by Spectrum to provide Services to Customer. Except as otherwise provided in the Service Agreement or any Service Order(s), Customer shall be responsible for the maintenance and repair of any cable, electronics, structures, equipment, or materials owned or provided by Customer. Customer shall not, and shall not cause any third party to, move, modify, disturb, alter, remove, relocate to another Service Location, install software on the Spectrum Equipment not provided by Spectrum, or otherwise tamper with or use any portion of the Spectrum Equipment without the prior consent of Spectrum. Customer shall be responsible for loss or damage to the Spectrum Equipment at each Service Location. Customer shall also ensure that all Spectrum Equipment at each Service Location remains free and clear of all liens and encumbrances. Spectrum Business - Enterprise Terms of Service v 250206 CONFIDENTIAL Page 4 of 12 © 2016-2025 Charter Communications, all rights reserved (b) Customer Security Responsibilities. Customer shall be responsible for all access to and use of the Service, including whether or not Customer has knowledge of or authorizes such access or use. Customer shall be responsible for the implementation of reasonable security measures and procedures with respect to use of and access to the Service Location, Service, and Spectrum Equipment. Customer shall secure and maintain any and all Customer Equipment, including, but not limited to, private branch exchanges, where applicable, and any applications accessible through use of Customer Equipment, and shall be solely responsible for any conduct through and any charges incurred on Customer’s Service account, regardless of whether such activity or charges are authorized by Customer management or involve fraudulent activity until such time as Customer informs Spectrum of any fraudulent or unauthorized access. Without limiting Customer’s responsibilities, Spectrum has the right to implement reasonable measures to track, manage, and secure the connection between any Customer Equipment or applications used by Customer, End Users, or any third party who accesses the Customer Equipment and the Spectrum Network, including without limitation authentication or other security access procedures. Spectrum may suspend any affected Services if Spectrum discovers or becomes aware of any breach or compromise of the security of any Customer Equipment, Service, Service Location, Spectrum Equipment, or connection to the Spectrum Network. (c) Equipment Return, Retrieval, Repair, and Replacement. Upon termination or expiration of the Service Agreement or Service Order(s) (“Termination”), if applicable, Customer shall immediately cease all use of any software or software services provided by Spectrum (“Software”). Additionally, upon Termination, at the discretion and direction of Spectrum (x) Customer shall return the applicable Spectrum Equipment to Spectrum; (y) Customer shall allow Spectrum to retrieve the applicable Spectrum Equipment, which must be in the condition in which the Spectrum Equipment was originally received by Customer, subject to ordinary wear and tear; or (z) Spectrum may choose not to recover all or certain portions of the applicable Spectrum Equipment at the Service Location. If, upon Spectrum’s request, Customer fails to return the Spectrum Equipment, or does not allow Spectrum to retrieve the Spectrum Equipment within fifteen (15) days after Services are terminated, Spectrum may, at its discretion charge Customer an amount equal to: (i) Spectrum’s then-applicable unreturned equipment charge, or the retail cost of replacement of the unreturned Spectrum Equipment, whichever is greater; plus (ii) any and all costs and expenses incurred by Spectrum in obtaining or attempting to regain possession of the Spectrum Equipment. If applicable, Customer shall pay for the repair or replacement of any damaged Spectrum Equipment, except such repairs or replacements as may be necessary due to normal and ordinary wear and tear or material or workmanship defects. The proper disposition of any Spectrum Equipment that is not returned to or recovered by Spectrum will be the sole responsibility of Customer, and must be in accordance with applicable laws. The foregoing Customer obligations will survive the termination of Service. 7. STANDARD PAYMENT TERMS. Customer shall pay (i) monthly recurring charges specific to the Services (“MRCs”); (ii) non-recurring, one-time charges (“OTCs”); (iii) taxes and fees for the Services; and (iv) other applicable charges as described in the Service Agreement (collectively, “Service Charges”). (a) Charges. Except as otherwise specified herein, Spectrum commences billing for Services on the Billing Start Date. Spectrum invoices for MRCs, plus applicable taxes, fees, and surcharges, in advance on a monthly basis. Spectrum invoices for OTCs, such as construction or installation charges, after the Billing Start Date or as specified in the Service Order or as otherwise provided herein. All other charges, including usage-based charges (e.g., phone usage, pay-per view charges), will be invoiced monthly in arrears. Service Charges are payable within thirty (30) days after the date appearing on the invoice. If Spectrum fails to present a Service Charge in a timely manner, such failure shall not constitute a waiver of the charges for the Services to which it relates, and Customer shall be responsible for and pay such Service Charges when invoiced in accordance with these payment terms. Spectrum shall have the right to increase MRCs for each Service after the Initial Order Term for such Service upon thirty (30) days’ notice to Customer. (b) Taxes, Surcharges, and Fees. Customer shall pay all applicable taxes, fees, or surcharges imposed on or in connection with the Services that are the subject of the Service Agreement, including but not limited to applicable federal, state, and local sales, use, excise, telecommunications, or other taxes, franchise fees, federal and state universal service fund fees, and other state or local governmental charges or regulatory fees, excluding income taxes measured on Spectrum’s net income. If a Customer wishes to claim tax-exempt status, then Customer must supply Spectrum with a copy of Customer’s tax exemption certificate or other documentation supporting Customer’s certification of its entitlement to such exempt status within fifteen (15) days of installation of applicable Services. If Customer supplies such documentation after that time, Spectrum will apply it to Customer’s account on a prospective basis, allowing Spectrum at least thirty (30) days for processing. To the extent such documentation is held invalid for any reason, Customer agrees to pay or reimburse Spectrum for any tax or fee not collected or liability incurred, including without limitation related interest and penalties arising from Spectrum’s reliance on such invalid certificate or documentation. Customer hereby consents that Spectrum may disclose such written documentation, which may include a tax exemption form, to any governmental authority. Tax-exempt status shall not relieve Customer of its obligation to pay applicable franchise fees or other non-tax fees and surcharges since the application of such fees and surcharges may not be governed by the tax standing of Customer. Spectrum reserves the right, from time to time, to change the surcharges for Services under the Service Agreement to reflect incurred costs, charges, or obligations imposed on Spectrum to the extent permitted, required, or otherwise not prohibited under applicable law (e.g., universal service fund charges). Furthermore, unless prohibited by applicable law, Spectrum shall have the right to collect or recover from Customer the amount of any federal, state, or local fees or taxes arising as a result of the Service Agreement, which are imposed on Spectrum or its services, or otherwise assessed or calculated based on Spectrum’s receipts from Customer or to otherwise charge Customer for Customer’s use or receipt of the Services. Such fees or taxes shall be invoiced to Customer in the form of a surcharge included on Customer’s invoice. Spectrum Business - Enterprise Terms of Service v 250206 CONFIDENTIAL Page 5 of 12 © 2016-2025 Charter Communications, all rights reserved To the extent that a dispute arises under the Service Agreement as to which Party is liable for fees or taxes, Customer shall bear the burden of proof in showing that the fee or tax is imposed upon Spectrum’s net income. This burden may be satisfied by Customer producing written documentation from the jurisdiction imposing the fee or tax indicating that the fee or tax is based on Spectrum’s net income. Customer acknowledges that currently, and from time to time, there is uncertainty about the taxability or regulatory classification of some of the Services Spectrum provides and, consequently, uncertainty about what fees, taxes, and surcharges are due to or from Spectrum or from its customers. Customer agrees that Spectrum has the right to determine, in its sole discretion, what fees, taxes, and surcharges are due and to collect and remit them to the relevant governmental authorities, or to pay and pass them through to Customer. Customer hereby waives any claims it may have regarding Spectrum’s collection or remittance of such fees, taxes, and surcharges. (c) Change Requests. Any charges associated with Customer requested changes or additions related to a Service, Spectrum Equipment, installation, or Customer Equipment subsequent to executing a Service Order for the applicable Service Location are the sole financial responsibility of Customer. Spectrum shall notify Customer of any additional OTCs and/or adjustments to MRCs associated with or applicable to such Customer change requests prior to making any such change. Customer’s failure to accept such additional charges within five (5) business days of receiving such notice shall be deemed a rejection by Customer, and Spectrum shall not be required to perform any work giving rise to such charges. For accepted charges, Customer shall be assessed such additional OTCs and/or adjustments of the MRCs either (i) in advance of implementation of the change request or (ii) beginning on Customer’s next and/or subsequent invoice(s). (d) Site Visits and Repairs. If Spectrum visits a Service Location to either inspect the Services or respond to a service request, and Spectrum reasonably determines that the cause of the service issue is not due to a problem arising from the Network or Spectrum Equipment, but rather is due to Customer misuse, abuse, or modification of the Services, Customer Equipment or facilities, or due to similar acts by a third party not under Spectrum’s control or direction, then Spectrum may invoice Customer at Spectrum’s then-prevailing commercial rates for an on-site visit, plus any charges for repairs or replacements that may be necessary as a result of damage to Spectrum Equipment caused by Customer or a third-party. (e) Invoicing Disputes; Late and Collection Fees. Customer must provide notice to Spectrum of any disputed charges within sixty (60) days of the invoice date on which the disputed charges appear for Customer to receive any credit that may be due. Customer must present a reasonable basis for disputing any amount charged. Undisputed amounts not paid within thirty (30) days of the invoice date shall be past due and subject to a late fee up to the lesser of 1.5% of the Service Charges per month or the maximum amount permitted by law. If Services are suspended due to late payment, Spectrum may require that Customer pay all past due charges, a reconnect fee, and one or more MRCs in advance before reconnecting Services. Spectrum may charge a reasonable service fee for all returned checks and bankcard, credit card or other charge card chargebacks. Customer shall be responsible for all expenses, including reasonable attorneys’ fees and collection costs, incurred by Spectrum in collecting any unpaid amounts due under the Service Agreement. (f) Credit Verification. Spectrum shall have the right to verify Customer’s credit standing at any time. (g) Bundled Pricing. If Customer has selected a bundled offer, meaning a discounted MRC for receiving more than one Service (“Bundle”), then the following conditions shall apply: i. In consideration for Customer’s purchase of all Services in the Bundle, and only with respect to that period of time during which Customer continues to purchase the specific Services in such Bundle and during which such Bundle is in effect, the correlating discount to the Services in such Bundle, ordered pursuant to the Spectrum program governing such Bundle, will be reflected in the MRC for the respective Services. ii. Upon Termination by Customer, for any reason other than a Spectrum Default, of any Service component of the applicable Bundle, the pricing for the remaining Service(s) shall revert to Spectrum’s unbundled pricing for such Service(s) in effect at the time of Termination. Termination liability applicable to the Services under the Service Agreement shall otherwise remain unchanged. 8. ADMINISTRATIVE WEBSITE. Spectrum may, at its sole option, make one or more administrative websites, including without limitation https://spectrumenterprise.net/, available to Customer in connection with Customer’s use of the Services (each an “Administrative Website”). Spectrum may furnish Customer with one or more user identifications and/or passwords for use on the Administrative Website and Customer must promptly change any Spectrum-provided user identifications and passwords to a secure, Customer-designated user identification and password. Customer shall be responsible for the confidentiality and use of such user identifications and passwords, whether provided by Spectrum or designated by Customer, and any equipment or devices used to access any Administrative Website, and shall immediately notify Spectrum if there has been an unauthorized release, use, or other compromise of any user identification or password. In addition, Customer agrees that its authorized users shall keep confidential and not distribute any information or other materials made available by the Administrative Website. Customer shall be solely responsible for all use of the Administrative Website. Spectrum shall not be liable for any loss, cost, expense, or other liability arising out of any Customer use of the Administrative Website. Spectrum may change or discontinue the Administrative Website, or Customer’s right to use the Administrative Website, at any time. Any additional terms and policies applicable to Customer’s use of the Administrative Website will be posted on the site. Spectrum Business - Enterprise Terms of Service v 250206 CONFIDENTIAL Page 6 of 12 © 2016-2025 Charter Communications, all rights reserved 9. SUPPORT. Spectrum shall provide contact information for inquiries and remote problem support for the Services. All such Customer support shall be provided only to Customer’s designated personnel or as mutually agreed upon by Spectrum and Customer. Customer is responsible for all communications and support for its End Users. Customer shall provide routine operational support for Spectrum Equipment located at a Service Location, including without limitation, by performing reboots as requested by Spectrum. Customer is responsible for the installation, repair, and use of Customer Equipment and Customer- supplied software for the use of any Service or third-party services. Except as explicitly stated in a Service Attachment, Spectrum does not support third-party hardware or software used in conjunction with third-party services or supplied by Customer. Any questions concerning third-party hardware or software should be directed to the provider of that product. Spectrum assumes no liability or responsibility for the installation, maintenance, compatibility or performance of third-party software, or any Customer Equipment or Customer-supplied software with the Services. If such third-party hardware or software impairs the Services, Customer shall continue to pay all applicable Service Charges. If, at Customer’s request, Spectrum should attempt to resolve difficulties caused by such third-party equipment or software, such efforts shall be performed at Spectrum’s discretion and subject to Service Charges as set forth in Section 7. 10. CUSTOMER REPRESENTATIONS AND OBLIGATIONS. (a) Representations. Customer represents and warrants to Spectrum that: (i) Customer has the authority to execute, deliver and carry out the terms of the Service Agreement; and (ii) its End Users and any person who accesses any Services at the Service Location will use the Service and Network for Customer’s internal business purposes and will comply with the terms of the Service Agreement. (b) No Reselling. Customer shall not resell or redistribute (whether for a fee or otherwise) access to the Service(s) or system capacity, or any part thereof, in any manner without the express prior consent of Spectrum, including without limitation, any use to provide services for the benefit of, or on behalf of, any third party other than Customer or its End Users. (c) No Illegal Purpose or Unauthorized Access. Customer shall not use or permit End Users or third parties to use the Service(s), including the Spectrum Equipment and Software, for any illegal purpose, or to achieve unauthorized access to any computer systems, software, data, or copyright or patent protected material. (d) No Interference. Customer shall not interfere with or cause technical difficulties for other customers’ use of Spectrum Equipment or Services or interfere with or disrupt the Spectrum Network, backbone, nodes, other Services, or third-party providers. Customer shall not install any equipment, including without limitation, any antenna or signal amplification system, at the Service Location that interferes with the Services. (e) Applicable Laws. With respect to Customer’s and End Users’ use of the Service (including the transmission or use of any content via the Service), Customer shall comply, and shall ensure that its End Users comply, with all applicable laws and regulations in addition to the terms of the Service Agreement. Spectrum shall have the right to audit Customer's use of the Service remotely or otherwise, to ensure compliance with the Service Agreement (f) Acceptable Use. As between the Parties, Customer is solely responsible for (i) all use (whether or not authorized) of the Service by Customer, any End User or any unauthorized person or entity, which use shall be deemed Customer’s use for purposes of the Service Agreement; (ii) all content that is viewed, stored or transmitted via the Service, as applicable; and (iii) all third-party charges incurred for merchandise and services accessed via the Service, if any. Customer shall not use, or allow the Services to be used, in any manner that would violate the applicable Spectrum Acceptable Use Policies or that would cause, or be likely to cause, Spectrum to qualify as a “Covered 911 Service Provider” as defined in 47 C.F.R. §9.19 or any successor provision of the rules of the Federal Communication Commission. For avoidance of doubt, Customer and Spectrum agree that any failure to satisfy the covenants set forth in the preceding sentence shall constitute a material breach of the Service Agreement. 11. PERFORMANCE. Unless otherwise set forth in a Service Attachment or Service Level Agreement, Spectrum will use commercially reasonable efforts to provide the Services to Customer twenty-four (24) hours per day, seven (7) days per week. The Service may be unavailable from time-to-time either for scheduled or unscheduled maintenance, technical difficulties, or reasons beyond Spectrum’s reasonable control. Such temporary service interruptions or outages, as well as service interruptions or outages caused by Customer, its agents and employees, or by a Force Majeure Event, shall not constitute a failure by Spectrum to perform its obligations under the Service Agreement. 12. MONITORING, EQUIPMENT UPGRADES AND NETWORK MODIFICATIONS. Spectrum has the right, but not the obligation, to (a) upgrade, modify, and enhance the Spectrum Network and the Service and take any action that Spectrum deems appropriate to protect or improve the Service and its facilities; and (b) monitor, record, and maintain oral communications with Customer regarding Customer’s account or Services for the purpose of service quality assurance, or as permitted under applicable law. Spectrum Business - Enterprise Terms of Service v 250206 CONFIDENTIAL Page 7 of 12 © 2016-2025 Charter Communications, all rights reserved 13. DEFAULT, SUSPENSION OF SERVICE, AND TERMINATION. (a) Default; Mutual Termination Rights. A Party shall be in default under the Service Agreement if (i) it has failed to comply with the terms of the Service Agreement or any Service Orders, including without limitation the obligation to pay any amounts due, and such Party fails to correct each such noncompliance within thirty (30) days of receipt of notice from the non-defaulting Party describing in reasonable detail the default or noncompliance; or (ii) it liquidates, makes an assignment for the benefit of creditors, invokes any provision of law for general relief from its debts, initiates any proceeding seeking general protection from its creditors, or is removed or delisted from a trading exchange (each condition listed in (i) and (ii), a “Default”). Either Party may terminate the Service Agreement or a Service Order if the other Party is in Default. (b) Termination for Convenience by Customer. Notwithstanding any other term or provision in the Service Agreement, Customer may terminate a Service Order, in full or in part, or the Service Agreement, at any time upon thirty (30) days prior notice to Spectrum submitted in accordance with Section 21(b) below, subject to payment of all outstanding amounts due, payment of any applicable Termination Charges (as defined below), and the return of any Spectrum Equipment. (c) Spectrum’s Right to Suspend. Spectrum shall have the right, at its option, without prior notice, and in addition to any other rights of Spectrum expressly set forth in the Service Agreement and any other remedies it may have under applicable law to suspend Services or any component thereof if Customer fails to comply with any applicable laws or regulations or the Service Agreement, or if Customer’s or any End Users’ use of the Service is determined by Spectrum, in its sole discretion, to result in a material degradation of the Spectrum Network until Customer remedies any such noncompliance or degradation. Any suspension shall not affect Customer’s ongoing obligation to pay Spectrum any amounts due under the Service Agreement. If Spectrum suspends any Service, Spectrum may require the payment of reconnect or other charges before restarting the suspended Service. (d) Termination Charges. Upon Termination, Customer must pay all Services Charges then due for Services provided through the effective date of Termination. In addition, if Termination is due to Customer Default or for Customer’s convenience, Customer must pay Spectrum a termination charge (a “Termination Charge”), which the Parties recognize as liquidated damages and not as a penalty. This Termination Charge shall be equal to 100% of the unpaid balance of all Service Charges that would have been due throughout the applicable Order Term, including, without limitation, the outstanding balance of any and all unpaid OTCs. The foregoing terms will also apply to any partial Termination impacting one or more Service Orders, but not the entire Service Agreement. (e) Survival. The provisions of Sections 6(c), 7(b), 7(e), 13(d), 13(e), 14, 15, and 18-22; and the Service Attachments shall survive the termination or expiration of the Service Agreement. 14. DISCLAIMER OF WARRANTY; LIMITATION OF LIABILITY. (a) DISCLAIMER OF WARRANTY. CUSTOMER ASSUMES TOTAL RESPONSIBILITY FOR USE OF THE SERVICE AND SPECTRUM EQUIPMENT, AND USES THE SAME AT ITS OWN RISK, AND FOR ACCESS TO AND SECURITY OF CUSTOMER’S EQUIPMENT AND CUSTOMER’S NETWORK. SPECTRUM EXERCISES NO CONTROL OVER AND HAS NO RESPONSIBILITY WHATSOEVER FOR THE APPLICATIONS OR CONTENT TRANSMITTED OR ACCESSIBLE THROUGH THE SERVICE AND SPECTRUM EXPRESSLY DISCLAIMS ANY RESPONSIBILITY FOR SUCH APPLICATIONS OR CONTENT. EXCEPT AS SPECIFICALLY SET FORTH IN THE SERVICE AGREEMENT, THE SERVICE, SPECTRUM EQUIPMENT, AND ANY SPECTRUM MATERIALS ARE PROVIDED “AS IS, WITH ALL FAULTS,” WITHOUT WARRANTIES OF ANY KIND, EITHER EXPRESS OR IMPLIED, INCLUDING, BUT NOT LIMITED TO, WARRANTIES OF TITLE, NON-INFRINGEMENT, SYSTEM INTEGRATION, DATA ACCURACY, QUIET ENJOYMENT, MERCHANTABILITY, OR FITNESS FOR A PARTICULAR PURPOSE. NO ADVICE OR INFORMATION GIVEN BY SPECTRUM, ITS AFFILIATES OR ITS CONTRACTORS OR THEIR RESPECTIVE EMPLOYEES SHALL CREATE ANY WARRANTY. SPECTRUM DOES NOT REPRESENT OR WARRANT THAT THE SERVICE WILL MEET CUSTOMER’S REQUIREMENTS, PREVENT UNAUTHORIZED ACCESS BY THIRD PARTIES, WILL BE UNINTERRUPTED, SECURE, ERROR FREE, WITHOUT DEGRADATION OF VOICE QUALITY OR WITHOUT LOSS OF CONTENT, DATA OR INFORMATION, OR THAT ANY MINIMUM TRANSMISSION SPEED IS GUARANTEED AT ANY TIME. EXCEPT AS SET FORTH IN THE SERVICE AGREEMENT, SPECTRUM DOES NOT WARRANT THAT ANY SERVICE OR EQUIPMENT PROVIDED BY SPECTRUM WILL PERFORM AT A PARTICULAR SPEED, BANDWIDTH, OR THROUGHPUT RATE. IN ADDITION, CUSTOMER ACKNOWLEDGES AND AGREES THAT TRANSMISSIONS OVER THE SERVICE MAY NOT BE SECURE. Spectrum Business - Enterprise Terms of Service v 250206 CONFIDENTIAL Page 8 of 12 © 2016-2025 Charter Communications, all rights reserved CUSTOMER FURTHER ACKNOWLEDGES AND AGREES THAT ANY DATA, MATERIAL OR TRAFFIC OF ANY KIND WHATSOEVER CARRIED, UPLOADED, DOWNLOADED OR OTHERWISE OBTAINED THROUGH THE USE OF THE SERVICE IS DONE AT CUSTOMER’S OWN DISCRETION AND RISK AND THAT CUSTOMER WILL BE SOLELY RESPONSIBLE FOR ANY DAMAGE TO CUSTOMER’S OR ANY END USER’S EQUIPMENT OR LOSS OF SUCH DATA, MATERIAL OR TRAFFIC DURING, OR RESULTING FROM, CUSTOMER’S OR ANY END USER’S USE OF THE SERVICE, INCLUDING, WITHOUT LIMITATION, VIA SENDING OR RECEIVING, UPLOADING OR DOWNLOADING, OR OTHER TRANSMISSION OF SUCH DATA, MATERIAL OR TRAFFIC. IN ADDITION, CUSTOMER ACKNOWLEDGES AND AGREES THAT SPECTRUM’S THIRD-PARTY SERVICE PROVIDERS DO NOT MAKE ANY WARRANTIES TO CUSTOMER UNDER THE SERVICE AGREEMENT, AND SPECTRUM DOES NOT MAKE ANY WARRANTIES ON BEHALF OF SUCH SERVICE PROVIDERS UNDER THE SERVICE AGREEMENT, EXPRESS OR IMPLIED, INCLUDING, BUT NOT LIMITED TO, THE IMPLIED WARRANTIES OF MERCHANTABILITY, NON-INFRINGEMENT, TITLE, FITNESS FOR A PARTICULAR PURPOSE, SYSTEM INTEGRATION, DATA ACCURACY, OR QUIET ENJOYMENT. (b) LIMITATION OF LIABILITY. NOTWITHSTANDING ANYTHING IN THE SERVICE AGREEMENT TO THE CONTRARY, NEITHER PARTY NOR ITS AFFILIATES SHALL BE LIABLE TO THE OTHER PARTY OR ITS AFFILIATES, ANY END USER, OR ANY THIRD PARTY FOR ANY INDIRECT, CONSEQUENTIAL, EXEMPLARY, SPECIAL, INCIDENTAL, RELIANCE, OR PUNITIVE DAMAGES (INCLUDING LOST BUSINESS, REVENUE, PROFITS, OR GOODWILL) ARISING IN CONNECTION WITH THE SERVICE AGREEMENT OR THE PROVISION OF SERVICES, INCLUDING ANY SERVICE IMPLEMENTATION DELAYS OR FAILURES, UNDER ANY THEORY OF TORT, CONTRACT, WARRANTY, STRICT LIABILITY, MISREPRESENTATION, OR NEGLIGENCE, EVEN IF THE PARTY HAS BEEN ADVISED, KNEW OR SHOULD HAVE KNOWN OF THE POSSIBILITY OF SUCH DAMAGES. THE FOREGOING LIMITATION OF LIABILITY SHALL NOT APPLY TO ANY OF CUSTOMER’S PAYMENT OBLIGATIONS UNDER THE SERVICE AGREEMENT. SPECTRUM’S AND ITS AFFILIATES’ MAXIMUM AGGREGATE LIABILITY TO CUSTOMER AND ITS AFFILIATES WITH RESPECT TO ANY AND ALL LOSSES, DAMAGES, AND CAUSES OF ACTION SHALL NOT EXCEED THREE (3) MONTHS’ WORTH OF MRCS UNDER THE SERVICE AGREEMENT AS OF THE DATE OF THE EVENTS FIRST GIVING RISE TO THE CLAIM. SPECTRUM SHALL NOT BE RESPONSIBLE FOR ANY LOSSES OR DAMAGES ARISING AS A RESULT OF THE UNAVAILABILITY OF THE SERVICE, INCLUDING THE INABILITY TO REACH 911 OR ANY OTHER EMERGENCY SERVICES, THE INABILITY TO CONTACT A SECURITY SYSTEM OR REMOTE MEDICAL OR OTHER MONITORING SERVICE PROVIDER OR ANY FAILURE OR FAULT RELATING TO CUSTOMER-PROVIDED EQUIPMENT, FACILITIES, OR SERVICES. 15. INDEMNIFICATION. The Indemnification obligation of Customer is subject to the applicable limitations of Section 768.28, Florida Statutes. Unless prohibited under applicable law, Customer, at its own expense, shall indemnify, defend, and hold harmless Spectrum, its affiliates, service providers, and suppliers, and their directors, employees, representatives, officers, and agents (collectively, the “Indemnified Parties”) against any and all third-party claims, liabilities, lawsuits, damages, losses, judgments, costs, fees and expenses incurred by Indemnified Parties, including reasonable attorneys’ and other professionals’ fees and court costs, to the extent that such arise from or relate to any one or more of the following: (a) Customer’s misuse of the Services; (b) Customer’s failure to comply with any applicable law, order, rule, regulation or ordinance or the Service Agreement; or (c) bodily injury (including death) or tangible property damage caused by Customer’s or its employees’ or agents’ negligence or willful misconduct. Indemnified Parties, at their own cost, shall have the right but not the obligation to participate in the defense of the claim. 16. COMPLIANCE WITH LAWS. As between the Parties, Spectrum shall obtain and maintain at its own expense all licenses, approvals and regulatory authority required by law with respect to Spectrum’s operation and provision of the Services as contemplated in the Service Agreement, and Customer shall obtain and maintain at its own expense all licenses, approvals, and regulatory authority required by law with respect to Customer’s use of the Services as contemplated in the Service Agreement. Unless otherwise specified in the Service Agreement, each Party shall give all notices, pay all fees and comply with all applicable laws, ordinances, rules and regulations relating to its performance obligations specified in the Service Agreement. The Service Agreement is subject to all applicable federal, state, or local laws and regulations in effect in the relevant jurisdiction(s) in which Spectrum provides the Services. If any provision of the Service Agreement contravenes or is in conflict with any such law or regulation, then the terms of such law or regulation shall take priority over the relevant provision of the Service Agreement. If the relevant law or regulation applies to some but not all of the Services being provided under the Service Agreement, then such law or regulation shall take priority over the relevant provision of the Service Agreement only for purposes of those Services to which the law or regulation applies. Except as explicitly stated in the Service Agreement, nothing contained in the Service Agreement shall constitute a waiver by Spectrum of any rights under applicable laws or regulations pertaining to the installation, construction, operation, maintenance, or removal of the Services, facilities or Spectrum Equipment. Spectrum Business - Enterprise Terms of Service v 250206 CONFIDENTIAL Page 9 of 12 © 2016-2025 Charter Communications, all rights reserved 17. REGULATORY CHANGES. If any change in applicable law, regulation, decision, rule, or order, including without limitation any new application of or increase in any government- or quasi-government-imposed fees or charges, increases the costs of Spectrum’s delivery of Service to Customer, or in the event of any increase in pole attachment or conduit charges applicable to any facilities used by Spectrum in providing Services, then Spectrum may pass through to Customer any such increased fees or costs, but only to the extent of the actual increase. Spectrum shall use commercially reasonable efforts to notify Customer at least thirty (30) days in advance of the increase. If such increase materially increases the Service Charges payable by Customer for the applicable Service, Customer may, within thirty (30) days after notification of such increase, terminate the affected Service without an obligation to pay a Termination Charge, provided Customer notifies Spectrum at least thirty (30) days in advance of Customer’s requested termination date. Further, if Spectrum is required to file tariffs or rate schedules with a regulatory agency or otherwise publish or make generally available its rates in accordance with regulatory agency rules or policies respecting the delivery of the Services or any portion thereof, then the terms set forth in the applicable tariff or rate schedule shall govern Spectrum’s delivery of, and Customer’s use or consumption of, Services. In addition, if Spectrum determines that offering or providing the Services, or any part thereof, has become impracticable for legal or regulatory reasons or circumstances, then Spectrum may terminate the Service Agreement and any affected Service Orders without liability by giving Customer thirty (30) days prior notice or any such notice as is required by law or regulation applicable to such determination. 18. ARBITRATION. The Service Agreement requires the use of arbitration to resolve disputes and otherwise limits the remedies available to Customer in the event of a dispute. Subject to the “Exclusions” paragraph below, Spectrum and Customer agree to arbitrate disputes and claims arising out of or relating to the Service Agreement, the Services, the Spectrum Equipment, Network, or marketing of the Services. The arbitrator of any dispute or claim brought under or in connection with the Service Agreement shall not have the power to award injunctive relief, which may only be sought in an appropriate court of law. No claim subject to arbitration under the Service Agreement may be combined with a claim subject to resolution before a court of law. THE SERVICE AGREEMENT MEMORIALIZES A TRANSACTION IN INTERSTATE COMMERCE. THE FEDERAL ARBITRATION ACT GOVERNS THE INTERPRETATION AND ENFORCEMENT OF THESE ARBITRATION PROVISIONS. (a) Arbitration Notice; AAA Rules; Costs; Venue. A Party who intends to seek arbitration must first send to the other a written notice of intent to arbitrate, entitled “Notice of Intent to Arbitrate” (“Arbitration Notice”). The Arbitration Notice to Spectrum should be addressed to: VP and Associate General Counsel, Litigation, Charter Communications, 12405 Powerscourt Drive, St. Louis, MO 63131 (“Arbitration Notice Address”). The Arbitration Notice must: (a) describe the nature and basis of the claim or dispute; and (b) set forth the specific relief sought. If the Parties do not reach an agreement to resolve the claim within thirty (30) days after the Arbitration Notice is received, Customer or Spectrum may commence an arbitration proceeding, in which all issues are for the arbitrator to decide (including the scope of the arbitration clause), but the arbitrator shall be bound by the terms of the Service Agreement. The arbitration shall be governed by the Commercial Arbitration Rules (“AAA Rules”) of the American Arbitration Association (“AAA”), as modified by the Service Agreement, and the arbitration shall be administered by the AAA. The AAA Rules and fee information are available at www.adr.org. EXCEPT AS OTHERWISE SET FORTH HEREIN, EACH PARTY SHALL BEAR THE COST OF ANY ARBITRATION FILING FEES, ARBITRATOR’S FEES, AND OTHER COSTS OF ARBITRATION THAT SUCH PARTY INCURS INCLUDING, BUT NOT LIMITED TO, ATTORNEYS FEES OR EXPERT WITNESS COSTS UNLESS OTHERWISE REQUIRED UNDER APPLICABLE LAW. Unless Spectrum and Customer agree otherwise in writing, all hearings conducted as part of the arbitration shall take place in Hillsborough County, Florida. (b) (c) Appeals. Except as otherwise set forth below, the arbitrator’s decision shall be final and binding. If the arbitrator’s award exceeds $75,000, either Party may appeal such award to a three-arbitrator panel administered by the AAA and selected according to the AAA Rules, by filing a written notice of appeal within thirty (30) days after the date of entry of the arbitration award. The appealing Party must provide the other Party with a copy of such appeal concurrently with its submission of the appeals notice to AAA. The three-arbitrator panel must issue its decision within one hundred twenty (120) days of the date of the appealing Party’s notice of appeal. The decision of the three-arbitrator panel shall be final and binding, except for any appellate right which may exist under the Federal Arbitration Act. (d) NO CLASS ACTION OR CONSOLIDATION. CUSTOMER AND SPECTRUM AGREE THAT ANY AND ALL CLAIMS, INCLUDING THOSE SPECIFICALLY EXCLUDED FROM ARBITRATION AS SET FORTH BELOW, MAY ONLY BE BROUGHT IN CUSTOMER’S INDIVIDUAL CAPACITY AND NOT ON BEHALF OF, OR AS PART OF, A CLASS ACTION OR REPRESENTATIVE PROCEEDING. Furthermore, unless both Customer and Spectrum agree otherwise in writing, an arbitrator may not consolidate proceedings or more than one person’s claims and may not otherwise preside over any form of representative or class proceeding. (e) EXCLUSIONS. CUSTOMER AND SPECTRUM AGREE THAT THE FOLLOWING CLAIMS OR DISPUTES SHALL NOT BE SUBJECT TO ARBITRATION: i. ANY ACTION THAT IS WITHIN THE JURISDICTION OF A COURT THAT IS LIMITED TO ADJUDICATING SMALL CLAIMS. ii. ANY DISPUTE OVER THE VALIDITY OF ANY PARTY’S INTELLECTUAL PROPERTY RIGHTS. iii. ANY ALLEGATION OR DISPUTE RELATED TO OR ARISING FROM THE UNAUTHORIZED USE OR RECEIPT OF SERVICE. Spectrum Business - Enterprise Terms of Service v 250206 CONFIDENTIAL Page 10 of 12 © 2016-2025 Charter Communications, all rights reserved iv. ANY CLAIM SEEKING INJUNCTIVE RELIEF. 19. PROPRIETARY RIGHTS AND CONFIDENTIALITY. (a) Spectrum’s Proprietary Rights. All materials including, but not limited to, any Spectrum Equipment (including related firmware), Software, data and information provided by Spectrum, any identifiers or passwords used to access the Service or otherwise provided by Spectrum, and any know-how, methodologies or processes including, but not limited to, all copyrights, trademarks, patents, trade secrets, and any other proprietary rights inherent therein and appurtenant thereto, used by Spectrum to provide the Service (collectively “Spectrum Materials”) shall remain the sole and exclusive property of Spectrum or its suppliers and shall not become a fixture to the Service Location. Customer shall acquire no title to, interest, or right (including intellectual property rights) in the Spectrum Materials by virtue of the payments provided for herein other than the limited, non-exclusive, and non-transferable license to use the Spectrum Materials solely for Customer's use of the Service. Customer shall not disassemble, decompile, reverse engineer, reproduce, translate, modify, attempt to learn the source code of, or distribute the Spectrum Materials, in whole or in part, or use them for the benefit of any third party. Customer shall not cause or permit the disabling or circumvention of any security mechanism contained in or associated with the Services. All rights in the Spectrum Materials not expressly granted to Customer herein are reserved to Spectrum or its suppliers. Customer shall not open, alter, misuse, tamper with, or remove the Spectrum Equipment or Spectrum Materials, and shall not remove any markings or labels from the Spectrum Equipment or Spectrum Materials indicating Spectrum (or its suppliers) ownership or serial numbers. (b) Confidentiality. Subject to the applicable provisions of Florida’s Public Records Law (Chapter 119, Florida Statutes), Customer agrees to maintain in confidence, and not to disclose to third parties or use, except for such use as is expressly permitted herein, the Spectrum Materials and any other information and materials provided by Spectrum in connection with the Service Agreement, including but not limited to the contents of the Service Agreement and any Service Orders. Customer may not issue a press release, public announcement or other public statements regarding the Service Agreement without Spectrum’s prior consent. (c) Software. If Software is provided to Customer hereunder, Spectrum grants Customer a limited, non-exclusive, and non-transferable license to use such Software, in object code form only, for the sole and limited purpose of using the Services for Customer’s internal business purposes during the applicable Order Term. Upon termination of a Service Order, or relevant portion thereof, the license to use any Software provided by Spectrum to Customer in connection with the Services provided under the Service Order shall terminate and Customer shall destroy any copies of the Software provided to Customer. (d) Marketing. During the Term, Customer grants Spectrum the right to include Customer’s name and logo in any Spectrum marketing materials and to identify the general type of Services purchased by Customer. Customer shall have the right to require Spectrum to terminate the use of Customer’s name, logo, and Service description at any time by written notice. 20. PRIVACY. Spectrum maintains a Privacy Policy that provides customers with notice of Spectrum’s collection, use, maintenance, and disclosure of information, and their rights and choices with respect to such practices under applicable U.S. state and/or federal laws and regulations. The Privacy Policy may be found on Spectrum’s website at https://enterprise.spectrum.com/. The Privacy Policy may be updated or modified from time-to-time by Spectrum, with or without notice to Customer. Customer’s privacy interests, including Customer’s ability to limit disclosure of certain information to third parties, may be addressed by, among other laws, the Federal Telecommunications Act, the Federal Cable Communications Act, the Electronic Communications Privacy Act, and, to the extent applicable, state laws and regulations. Customer proprietary network information and personally identifiable information that may be collected, used or disclosed in accordance with applicable laws is described in a Service Attachment, the Privacy Policy, and, if applicable, in Spectrum’s tariff, which are incorporated into, and made a part of, the Service Agreement by this reference. In addition to the foregoing, Spectrum may disclose Customer's and its employees' personally identifiable information as required by law or regulation, or the American Registry for Internet Numbers or any similar agency, or in accordance with the Privacy Policy or, if applicable, tariff(s). Spectrum shall also have the right (except where prohibited by law), but not the obligation, to disclose any information to protect its rights, property or operations, or where circumstances suggest that individual or public safety is in peril. 21. NOTICES. (a) Generally. Except for notice to terminate the Service Agreement or to disconnect any Services as set forth in Section 21(b) below, all other notices to be given under the Service Agreement shall be validly given or served only if in writing and sent by nationally recognized overnight delivery service or certified mail, return receipt requested, to the following addresses: If to Spectrum: Charter Communications Operating, LLC ATTN: Commercial Customer Agreements Corporate - Legal Operations 12405 Powerscourt Drive St. Louis, MO 63131 Spectrum Business - Enterprise Terms of Service v 250206 CONFIDENTIAL Page 11 of 12 © 2016-2025 Charter Communications, all rights reserved Notice to Customer shall be sent to Customer’s billing address or as set forth in the Service Agreement. Such notices shall be deemed effectively given in all respects when actually received (or if delivery is rejected at such address). Each Party may change its respective address(es) for legal notice by providing notice to the other Party. Upon Spectrum’s request, Customer will also provide Spectrum with a current email address that Customer regularly checks so that Spectrum may provide copies of notices and other communications to Customer by email. (b) Disconnect Notice. Customer may disconnect Service(s) by following the instructions available at this link: https://enterprise.spectrum.com/support/faq/account/how-to-cancel-service.html (such instructions in the link may be updated from time to time). 22. MISCELLANEOUS. (a) Entire Agreement. These Terms of Service incorporate all applicable Service Attachments located at https://enterprise.spectrum.com/legal/terms-and-conditions.html (or successor URL), as the same are updated from time to time (“Service Attachments”). A Service Attachment will apply only if Customer purchases Service(s) associated with the particular Service Attachment, and Customer’s use of the Service(s) shall be deemed acknowledgement that Customer has read and agreed to the applicable Service Attachments. The Service Agreement constitutes the entire agreement and understanding between the Parties with respect to the subject matter hereof. The Service Agreement supersedes all prior understandings, promises, and agreements, if any, made orally or in writing by or on behalf of the Parties with respect to the subject matter of the Service Agreement, including without limitation any prior confidentiality or non-disclosure agreement between the Parties regarding the purchase and sale of the Services. For the avoidance of doubt, any existing confidentiality agreements between Spectrum and Customer or its affiliates specifically related to Spectrum’s Network location information are separate and apart from the Service Agreement and shall continue in full force and effect. Customer should also consult Spectrum’s website https://enterprise.spectrum.com/ to be sure Customer is aware of Spectrum’s Acceptable Use Policies, Network Management Practices, applicable tariffs, online product descriptions, and other policies or practices that are applicable to Customer’s use of the Services (collectively “Policies”). Customer’s use of the Services shall be deemed acknowledgment that Customer has read and agreed to Spectrum’s Policies as a part of the Service Agreement. (b) Signatures; Electronic Transactions. The Service Agreement may be executed in one or more counterparts, each of which is an original, but together constituting one and the same instrument. Execution of a facsimile or other electronic copy will have the same force and effect as execution of an original, and a facsimile or electronic signature will be deemed an original and valid signature. The Parties agree to conduct business using electronic means including using electronic records and electronic signatures, except as provided with respect to notices in Section 21. (c) Order of Precedence. If Spectrum permits Customer to use its own purchase order form to order Services or Customer provides its purchase order form, any terms and conditions of such Customer purchase order shall have no force or effect, and the terms and conditions of the Service Agreement shall control. To the extent that the terms of the Service Agreement or any Service Order are inconsistent with the terms of any applicable tariff, the tariff shall control. Except for any mutually agreed terms in the Special Terms section of a Service Order, to the extent that the terms of any Service Order are inconsistent with the terms of these Terms of Service, the Terms of Service shall control. (d) Assignment or Transfer. Customer may not assign or transfer (directly or indirectly by any means, including by operation of law or otherwise) the Service Agreement and the associated Service Order(s), or its rights or obligations hereunder to any other entity without first obtaining consent from Spectrum, and any assignment or transfer in violation of this Section shall be null and void. Spectrum may assign its rights and obligations under the Service Agreement and any Service Orders, in whole or in part, to affiliates controlling, controlled by or under common control with Spectrum, or to its successor-in-interest if Spectrum sells some or all of the underlying communications system(s), without the prior approval of or notice to Customer. The rights and obligations of Spectrum in the Service Agreement may accrue to, or be fulfilled by, Spectrum, its affiliates, and its subcontractors. (e) Severability. To the extent any term, covenant, condition or portion of the Service Agreement is held to be invalid or unenforceable, the remainder of such term, covenant, condition or portion of the Service Agreement shall be amended to as closely as possible achieve the intended effect of the Parties in a valid, lawful, and enforceable manner, or if not possible, then deleted and ineffective to the extent thereof, all without affecting any other term, covenant, condition or portion of the Service Agreement. (f) Force Majeure. Notwithstanding anything to the contrary in the Service Agreement, neither Party shall be liable to the other for any delay, inconvenience, loss, liability or damage resulting from any failure or interruption of Services, directly or indirectly caused by circumstances beyond such Party’s control, including but not limited to denial of use of poles or other facilities of a utility company, labor disputes, acts of war or terrorism, criminal, illegal or unlawful acts, weather, fire, flood, natural disasters, mechanical or power failures, fiber cuts, or any governmental acts, orders, laws or ordinances in any way restricting the operation of the Services (each a “Force Majeure Event”). Changes in economic, business, or competitive conditions shall not be considered a Force Majeure Event. Spectrum Business - Enterprise Terms of Service v 250206 CONFIDENTIAL Page 12 of 12 © 2016-2025 Charter Communications, all rights reserved (g) Governing Law; Claims Limitation; WAIVER OF JURY TRIAL. The law of the state of Florida shall govern the construction, interpretation, and performance of the Service Agreement, except that any conflicts-of-law principles of such state that would result in the application of the law of another jurisdiction shall be disregarded. Except as otherwise provided in the Service Agreement, any legal action brought under or in connection with the subject matter of the Service Agreement shall be brought only in the United States District Court for the Middle District of Florida or, if such court would not have jurisdiction over the matter, then only in a Florida State court sitting in Hillsborough County, Florida. Each party submits to the exclusive jurisdiction of these courts and agrees not to commence any legal action under or in connection with the subject matter of the Service Agreement in any other court or forum. Each Party waives any objection to the laying of the venue of any legal action brought under or in connection with the subject matter of the Service Agreement in the Federal or state courts sitting in Hillsborough County, Florida, and agrees not to plead or claim in such courts that any such action has been brought in an inconvenient forum. Except as otherwise specified in Section 7(e), any claim that Customer wishes to assert under the Service Agreement must be initiated not later than one (1) year after the claim arose. IN ANY AND ALL CONTROVERSIES OR CLAIMS ARISING OUT OF OR RELATING TO THE SERVICE AGREEMENT, CUSTOMER AND SPECTRUM EACH HEREBY WAIVES ITS RIGHT TO TRIAL BY JURY WITH RESPECT TO SUCH CONTROVERSIES OR CLAIMS. (h) No Third-Party Beneficiaries. The terms of the Service Agreement and the Parties’ respective performance of obligations as described are not intended to benefit any person or entity not a Party to the Service Agreement, and no other person or entity shall have any rights hereunder nor the right to require performance of obligations by either of the Parties. (i) Waiver. Except as otherwise provided herein, the failure of either Party to enforce any provision of the Service Agreement shall not constitute or be construed as a waiver of such provision or of the right to enforce such provision. To be legally binding on either Party, any waiver must be in writing. (j) Remedies Cumulative and Nonexclusive. Unless stated otherwise in the Service Agreement, all rights and remedies of the Parties are cumulative, nonexclusive and in addition to, but not in lieu of, any other rights or remedies available to the Parties whether provided by law, in equity, by statute or otherwise, and the exercise of any right or remedy does not preclude the exercise of any other rights or remedies. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1339 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Information Technology Agenda Number: 7.2 SUBJECT/RECOMMENDATION: Authorize an increase to the purchase order with Accela, Inc. of San Ramon, CA for the renewal of plan review and database licensing for ePermitHub plan review services supporting the City’s land management and permitting software services for the term that began in May 2024 through October 5, 2029, in the amount of $388,964.53, for a revised not to exceed amount of $2,292,747.64 pursuant to Clearwater Code of Ordinances Code Section 2.563 (1)(d), Non-competitive purchase (Impractical), and authorize the appropriate officials to execute same. (consent) SUMMARY: Accela serves as the City’s enterprise land management solution for permitting, code enforcement, and land planning. This agreement provides for the upgrade of the City’s existing Building and Permitting system to Accela’s cloud-based software-as-a-Service (SaaS) platform for a five-year term which began in May 2024 and extends through October 5, 2029. The system will continue to support all building permitting, code enforcement and land management review processes. Accela has served as the City's land management solution for more than 20 years and has been extensively configured to meet the City’s specific processes and code requirements. Transitioning to an alternative system would require a significant financial investment, a multi-year implementation effort, retraining of staff and constituents, and would result in operational disruption. Continuing with Accela ensures system continuity while minimizing cost, risk and impacts on city operations. In 2025, Accela acquired PermitRocket Software LLC, the City’s current electronic plan provider (ePermitHub), and integrated that solution into its enterprise land management platform. This agenda item consolidates all existing Accela and ePermitHub products into a single Accela purchase order for all products. For the remaining four years of the subscription term, the annual service periods and costs are as follows: ·Year 1 (10/06/2025-10/05/2026) - $378,999.16 ·Year 2 (10/06/2026-10/05/2027) - $424,481.00 ·Year 3 (10/06/2027-10/05/2028) - $445,705.05 ·Year 4 (10/06/2028-10/05/2029) - $467,990.31 The software subscription includes all web services and development tools required for customization, workflow configuration, and data display across all Accela products. The initial agenda item was approved by Council on June 6, 2024, and included services through September 30, 2029, Accela Public Stuff for a six month term, and other ongoing professional services. During this term, an additional $1,436.07 was required to purchase the Enhanced Reporting Database module in support for the electronic plan review features within ePermitHub. Pursuant to City Code Section 2.554(6), the City Manager approved Amendment 1 in July 2025, which extended the agreement by five days. However, the amendment did not include the additional funding required for the enhanced Page 1 City of Clearwater Printed on 1/9/2026 File Number: ID#25-1339 reporting module. Payments will be made annually in accordance with the maintenance schedule. APPROPRIATION CODE AND AMOUNT: Funding for the current year is available in the Information Technology operating budget, cost code 5559864-530300 (contractual services). Funding for future years will be requested as part of the annual budget process. The Information Technology department is funded by revenues from the Administrative Services Fund, an internal service fund of the city responsible for the administration of city-wide technology services. STRATEGIC PRIORITY: This purchase will support all the objectives of a High-Performance Government, as well as Superior Public Service. Page 2 City of Clearwater Printed on 1/9/2026 Page 1 of 3 9110 Alcosta Blvd, Suite H #3030 San Ramon, CA, 94583 Proposed by: Kristine Nelson Contact Phone: 212.430.4767 Contact Email: knelson@accela.com Quote ID: Q-37824 Valid Through: 12/31/2025 Currency: USD Renewal Order Form Address Information Bill To: Ship To: City of Clearwater, Planning & Development City of Clearwater, Planning & Development 100 S. Myrtle Ave. 100 S. Myrtle Ave. Clearwater, Florida, 33756 Clearwater, Florida33756 United States United States Billing Name: David Pearson Billing Phone: 8727-562-4862 Billing Email: david.pearson@myclearwater.com Services Year Start Date End Date Term (Months) Price Qty Net Total ePermitHub Digital Plan Room Year 1 01/01/2026 10/05/2026 9 $85,773.77 1 $65,505.31 TOTAL: $65,505.31 Services Year Start Date End Date Term (Months) Price Qty Net Total ePermitHub Digital Plan Room Year 2 10/06/2026 10/05/2027 12 $90,062.46 1 $90,062.46 TOTAL: $90,062.46 Services Year Start Date End Date Term (Months) Price Qty Net Total ePermitHub Digital Plan Room Year 3 10/06/2027 10/05/2028 12 $94,565.58 1 $94,565.58 TOTAL: $94,565.58 Services Year Start Date End Date Term (Months) Price Qty Net Total ePermitHub Digital Plan Room Year 4 10/06/2028 10/05/2029 12 $99,293.86 1 $99,293.86 TOTAL: $99,293.86 Page 2 of 3 Pricing Summary Period Net Total Year 1 $65,505.31 Year 2 $90,062.46 Year 3 $94,565.58 Year 4 $99,293.86 Tota l $349,427.21 Renewal Terms/Information: 1. Notwithstanding anything to the contrary, this Order Form is governed by the terms and conditions in the (1) Accela Subscription Services Agreement, dated June 17, 2024, as thereafter amended (where applicable) for Subscription Services, (2) Enhanced Reporting Database (ERD) Policy at www.accela.com/terms/ for ERD, and (3) ManagedApplication Services (MAS) Policy at www.accela.com/terms/ for MAS (collectively, the “Agreement”). 2.No additional or conflicting terms or conditions stated in Customer’s order documentation, including, without limitation, purchase orders, will be incorporated into or form any part of this Order Form or the governing agreement, and all such terms or conditions will be null and void. 3.For Software Licenses, Accela may terminate this Order Form in the event the Software is phased out across Accela’s customer base. In such event, Accela will provide Customer sufficient advance notice and the parties will mutually agree to a migration plan for converting Customer to another Accela generally-available offering with comparable functionality. 4. Subscriptions continue from the Order Start Date through the number of months listed in this Order Form (or if not listed, twelve (12) months). Thereafter Subscriptions automatically renew annually as calculated from Order Start Date of Customer’s first Subscription purchase. 5.All Software Licenses, Maintenance, and Subscription purchases are non-cancelable and non-refundable. 6.Pricing is based upon payment by ACH and check. Payment by credit card (including Purchase Cards) for product and services in this Order Form will be subject to a service charge of 3%. There is no service charge for ACH or check payment. 7.Customer may purchase additional licenses at the same price and for the same term as the licenses in this OrderForm. Additional licenses purchased in this way will have the same annual price applicable for the purchase periodand will have the same uplift and term dates as Customer’s existing licenses. 8. PermitRocket Software LLC - dba, ePermitHub (“ePermitHub”) is a recent acquisition by Accela, Inc. and, as such,the ePermitHub products listed in this Order Form (“ePH Products”) are not currently covered by Accela’s SOCII orother security certifications provided herein. Nevertheless, the ePH Products are covered by commerciallyreasonable security processes and controls intended to safeguard the solution. With the above exceptions, ePHProducts are subject to all other terms and conditions in this Order Form. Page 3 of 3 Signatures Accela, Inc. Customer Signature: Signature: Print Name: Print Name: Title: Title: Date: Date: Countersigned: CITY OF CLEARWATER, FLORIDA ___________________________ By: __________________________ Bruce Rector Jennifer Poirrier Mayor City Manager Approved as to form: Attest: ___________________________ ________________________________ Owen Kohler Rosemarie Call Assistant City Attorney City Clerk Page 1 of 3 9110 Alcosta Blvd, Suite H #3030 San Ramon, CA, 94583 Proposed by: Zach Ramsey Contact Phone: Contact Email: zramsey@accela.com Quote ID: Q-37372 Valid Through: 10/11/2025 Currency: USD Order Form Address Information Bill To: Ship To: City of Clearwater, Planning & Development City of Clearwater, Planning & Development 100 S. Myrtle Ave. 100 S. Myrtle Ave. Clearwater, Florida 33756 Clearwater, Florida, 33756 United States United States Billing Name: Tony Lenning Billing Phone: 8137286756 Billing Email: tony.lenning@myclearwater.com Services Year Start Date End Date Term (Months) Price Qty Net Total ePermitHub Enhanced Reporting Database (ERD) Year 1 08/14/2025 10/05/2025 2 $10,000.00 1 $1,436.07 TOTAL: $1,436.07 Services Year Start Date End Date Term (Months) Price Qty Net Total ePermitHub Enhanced Reporting Database (ERD) Year 2 10/06/2025 10/05/2026 12 $5,000.00 1 $5,000.00 TOTAL: $5,000.00 Services Year Start Date End Date Term (Months) Price Qty Net Total ePermitHub Enhanced Reporting Database (ERD) Year 3 10/06/2026 10/05/2027 12 $10,500.00 1 $10,500.00 TOTAL: $10,500.00 Services Year Start Date End Date Term (Months) Price Qty Net Total ePermitHub Enhanced Reporting Database (ERD) Year 4 10/06/2027 10/05/2028 12 $11,025.00 1 $11,025.00 TOTAL: $11,025.00 Page 2 of 3 Services Year Start Date End Date Term (Months) Price Qty Net Total ePermitHub Enhanced Reporting Database (ERD) Year 5 10/06/2028 10/05/2029 12 $11,576.25 1 $11,576.25 TOTAL: $11,576.25 Pricing Summary Period Net Total Year 1 $1,436.07 Year 2 $5,000.00 Year 3 $10,500.00 Year 4 $11,025.00 Year 5 $11,576.25 Total $39,537.32 Additional Terms: 1. No additional or conflicting terms or conditions stated in Customer’s order documentation, including, without limitation, purchase orders, will be incorporated into or form any part of this Order Form or the governing agreement, and all such terms or conditions will be null and void. 2. This Order Form, including any OnPrem Licenses, Maintenance and Support, Subscription Services, Enhanced Reporting Database and Managed Application Services will be governed by the applicable terms and conditions. If those terms and conditions are non-existent, have expired, do not apply, or have otherwise been terminated, the following terms at AccelaTerms will govern as applicable, based on the Customer’s purchase. 3. All Software Licenses, Maintenance, and Subscription purchases are non-cancelable and non-refundable. 4. If Customer has a prior agreement with Accela, and this purchase is co-terming with that prior agreement, if the start date on this Order Form is before the actual delivery date of the purchase, Accela may pro-rate this purchase so that it can co-term with the prior agreement. 5. If this Order Form is executed or returned to Accela by Customer after the Order State Date above, Accela may adjust the Order Start Date and Order End Date without increasing the total price based on the date Accela activates the products and provided that the total term length does not change. 6. Pricing is based upon payment by ACH and check. Payment by credit card (including Purchase Cards) for product and services in this Order Form will be subject to a service charge of 3%. There is no service charge for ACH or check payment. 7. Customer may purchase additional licenses at the same price and for the same term as the licenses in this Order Form. Additional licenses purchased in this way will have the same annual price applicable for the purchase period and will have the same uplift and term dates as Customer’s existing licenses. 8. If Customer has Enhanced Reporting Database, pricing will be based on a percentage of SaaS Annual Contract Value. As SaaS Annual Contract Value increases/decreases based on seat count changes or annual uplift ERD pricing will be adjusted accordingly at contract renewal. 9. Customer will be invoiced upon delivery of software with first annual payment sent after 10/5/2025. All other annual payments will be per the terms of the contract. Page 3 of 3 Signatures Accela, Inc. Customer Signature: \signature2 {"size": "medium"}\ Signature: \signature1 {"size": "medium"}\ Print Name: \fullname2\ Print Name: \fullname1\ Title: \title2\ Title: \title1\ Date: \date2\ Date: \date1\ Michael E Gigliello Controller Aug-15-2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1317 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Customer Service Agenda Number: 8.1 SUBJECT/RECOMMENDATION: Approve an agreement with Cayenta, a division of N. Harris Computer Corp., of British Columbia, Canada, for support and maintenance, professional services, and hosted AI agent services in support of the Utility Billing Management System, for a total not-to-exceed amount of $1,192,873.13, for the 5-year term beginning November 1, 2025 through October 31, 2030, pursuant to Clearwater Code of Ordinances Section 2.563(1)(d), Non-competitive purchase (impractical), and authorize the appropriate officials to execute same. (consent) SUMMARY: Utility Customer Service currently uses Cayenta’s Utility Management System to bill a wide range of City services, including water, sewer, reclaimed water, stormwater, solid waste, recycling and gas, serving more than 50,000 customers. The system maintains customer records, consumption histories and billable service records for all city utilities and supports the collection of approximately $180 million annually. In addition, the system is used by multiple city departments including Clearwater Gas, Clearwater Police, Public Utilities and Solid Waste and Recycling, to support customer communications, event planning, emergency response, and project planning activities. Cayenta has been the City's utility management solution for more than 24 years, with configurations tailored to meet specific customer and billing requirements.  Transitioning to an alternative system would require a substantial financial investment, a multi-year implementation effort, retraining of staff, and a disruption in operations.  Continuing with Cayenta ensures cost savings, operational efficiency, and continuity of service. Utility Customer Service recommends continuing the use of Cayenta’s Utility Billing Management System, as it is a mission-critical system and has been established as the standard solution for all billable city utility services. The total cost for regular annual support and maintenance over the five-year term beginning November 1, 2025, through October 31, 2030, is $715,241.13, with annual increases capped at a maximum of 5% as outlined below: ·11/01/2025 - 10/31/2026: $129,440.62 ·11//012026 - 10/31/2027: $135,912.65 ·11/01/2027 - 10/31/2028: $142,708.28 ·11/01/2028 - 10/31/2029: $149,843.70 ·11/01/2029 - 10/31/2030: $157,335.88 Additionally, professional services will be utilized for integration enhancements supporting the City’s asset management system (Trimble Unity) and to improve accounting report reconciliation between Cayenta and the City’s financial management system (Tyler MUNIS). These professional services are estimated to not exceed $247,410.00 and will be used over the first three years of the service agreement. The City’s Utility Customer Service Department also plans to invest in Cayenta’s hosted AI agent services (Cayla AI) to augment the City’s call center capacity and expand citizen engagement capabilities in support of Citywide service operations. Planned expenditures for these services are estimated at Page 1 City of Clearwater Printed on 1/9/2026 File Number: ID#25-1317 $230,222.00 over the five-year term, based on an assumed AI call engagement of up to 40% of the City’s average call volume. This volume may be adjusted by call center management based on performance or operational needs, and actual costs may vary during the contract term. Should the City elect to discontinue the use of AI services, no further hosting or service charges will be incurred. The AI Agent and Asset Management integrations are built on Cayenta’s proprietary product code environment (and future cloud environment) and are therefore not practicable for a third-party vendor to develop, hence these services are impractical to bid. APPROPRIATION CODE AND AMOUNT: Funds for fiscal year 2025/26 have been budgeted in Utility Customer Service (UCS) operating cost code 5559884-530500, maintenance contracts, for the annual maintenance agreement and cost code 5559887-530100, professional services, for funding of billable support services. Funding for costs related to the Cayla AI Agent services will be paid initially from capital project 94829, CIS Upgrades, with future year costs requested as part of the annual budget process in UCS operating cost-code 5559887-530100, professional services. Funding for future years will be requested as part of the annual budget process. Utility Customer Service is an Internal Service Fund of the which supports customer service and billing functions of the City’s utility enterprise funds. STRATEGIC PRIORITY: This purchase will support all the objectives of a High-Performance Government, as well as Superior Public Service. Page 2 City of Clearwater Printed on 1/9/2026 -1- SUPPORT AND MAINTENANCE AGREEMENT THIS AGREEMENT made as of the 1st day of November 2025. BETWEEN: N. HARRIS COMPUTER CORPORATION (“Harris”) with a business address of 4200 North Fraser Way, Suite 201, Burnaby, BC, Canada V5J 5K7 - And - THE CITY OF CLEARWATER, FLORIDA (“Organization”) RECITALS 1. Harris has licensed to Organization certain Software pursuant to a Software License Agreement; 2. The Organization wishes to receive support and maintenance services related to the Software; 3. Harris shall provide the support and maintenance services related to the Software; NOW THEREFORE, in consideration of the mutual covenants set out in this support and maintenance agreement (the “Support and Maintenance Agreement”) and for other good and valuable consideration (the receipt and sufficiency of which is hereby acknowledged), the parties agree as follows: Definitions Throughout the Support and Maintenance Agreement, except as otherwise expressly provided, the following words and expressions shall have the following meaning (a) “Designated Computer System” shall mean the City of Clearwater ’s platform and operating environment which is operating the Software. (b) “Documentation” means collectively: (i) all of the written, printed, electronic or other format materials published or otherwise made available by Harris that related to the functional, operations and/or performance capabilities of the -2- Designated Computer System and/or any Software: and (ii) all user guides, operator manuals, educational materials, product descriptions and specifications, technical manuals, supporting manuals and materials, system administration manuals, and other manuals and information regardless of the media on which it is provided, and all other written, printed, electronic or other format materials published or otherwise made available by Harris that describe the functional, operational, and/or performance capabilities of the Designated Computer System and/or any Software; and (iii) any and all amendments, modifications, and supplements thereto. Documentation shall not include Source Code. (c) “Software” means the Cayenta Utilities software products 7.9.0 and newer including releases of upgrades. (d) “Third Party Software” means the third party software products licensed to the City of Clearwater by Actuate, MicroFocus (AcuCobol) and Loris. Future Releases of the Software may require alternate Third Party Software to be licenced by the City of Clearwater , which will be subject to a third party license agreement between the City of Clearwater and the relevant Third Party Software licensor. (e) “Update” means a minor modification or enhancement to the Software related to a bug fix, minor additional functionality or legislative changes. (f) “Upgrade” means a major overhaul of the Software which is a completely new version of the Software 1. This Support and Maintenance Agreement is the exclusive statement of the entire support and maintenance agreement between Harris and Organization. 2. Harris shall provide software support primarily via telephone, electronic mail and Cayenta.com in addition to site visits only when necessary. The Organization shall be provided After Hours Support in addition to Support Services described in Exhibit 2 hereto for effective 24 hour coverage which are in effect as of the Start Date (as defined below. Services may, by mutual agreement, be modified or supplemented from time to time. An after hours Support telephone number will be provided. To enable Harris to provide effective support, the Organization will establish remote access procedures compatible with Harris’s then current practices which may be revised over time. 3. In consideration for the support services specified in Exhibit 2, Organization shall pay the “Support and Maintenance Fee” as detailed in Exhibit 1 below. The Support and Maintenance Fee will be billed annually in advance per the schedule in Exhibit 1 and thereafter on November 1st or on an alternative date mutually agreed to by both parties. If the Organization would like to match the annual invoicing of the Support and Maintenance Fee to its fiscal year or any other period it may request, during the initial term of this Support and Maintenance Agreement, that Harris issue a prorated invoice for the portion of the year remaining during the initial term. Organization shall only be billed once per year per the schedule in Exhibit 1 through 2029. The Support and Maintenance -3- fee shall not increase more than 2% per annum thereafter. 4. In addition to the Support and Maintenance Fee, Organization shall reimburse Harris for its direct expenses in providing support services (“Billable Fees”) pursuant to this Support and Maintenance Agreement which include as of the Start Date: Its direct travel expenses that are excluded from the total fees amount including hotel, airfare, car rental, tolls, meal per diem, parking and airline and travel agents fees will be reimbursed based on the City of Clearwater’s Travel policy 4004.7. Meal per diem is limited to IRS and GSA reimbursement guidelines for our region. Harris may update its reimbursement policies and rates related to the Billable Fees from time to time, in which case such updated policies shall apply for purposes of this Support and Maintenance Agreement, provided that such updated reimbursement policies must generally apply to all clients of Harris. Harris will provide notice of any changes in rates. 5. Harris shall supply all Upgrades to Organization at no additional charge other than the payment of the Support and Maintenance Fee. Upgrades may require additional services to be performed by Harris outside of the scope of those services provided by Harris including additional training not covered by the Software Implementation Services Agreement and professional services for the installation and implementation of the Upgrade that will be subject to the Harris’s then-prevailing policies, terms and Billable Fees related to pricing and hourly rates. All such services shall be performed subject to a newly negotiated Scope of Work that will be subject to the terms of the Software Implementation Services Agreement. 6. All Updates of the Software and all those services listed in Exhibit 2 which are included as part of Organization’s Software support will be made available to Organization at no additional charge other than the payment of the Support and Maintenance Fee. 7. All payments hereunder shall be in U.S. dollars 8. Insurance N. Harris Computer Corporation will maintain the following minimum levels of insurance: a. Commercial General Liability Insurance coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. -4- b. Commercial Automobile Liability Insurance coverage for any owned, non-owned, or hired automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. c. Professional Liability/Errors or Omissions Insurance coverage appropriate for the type of business engaged in by the Respondent with minimum limits of $2,000,000 (two million dollars) per claim. If a claims-made form of coverage is provided, the retroactive date of coverage shall be no later than the inception date of claims made coverage, unless the prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (SERP) of six years, and with no less coverage and with reinstated aggregate limits, or by requiring that any new policy provide a retroactive date no later than the inception date of claims made coverage. d. Cyber Liability coverage in an amount of $2,000,000 (two million dollars) per claim, including notification and monitoring, as required under Florida Statute 501.171. e. Theft or Loss coverage shall be maintained with minimum limits of $1,000,000 (one million dollars) per occurrence. Coverage shall be provided using ISO form CR 00 01 Employee Dishonestly Coverage Form or its equivalent and shall include ISO endorsement CR 04 01 Clients’ Property or its equivalent. f. Unless waived by the State of Florida and proof of waiver is provided to the City, statutory Workers’ Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer’s Liability Insurance in the minimum amount of $500,000 (five hundred thousand dollars) each employee each accident, $500,000 (five hundred thousand dollars) each employee by disease, and $500,000 (five hundred thousand dollars) disease policy limit. Coverage should include Voluntary Compensation, and U.S. Longshoremen’s and Harbor Worker’s Act coverage where applicable. Coverage must be applicable to employees Other Insurance Provisions a. Annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, N. Harris Computer Corporation 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. The address where such certificates and certified policies shall be sent or delivered is as follows: -5- City of Clearwater Attn: Gail Rini, Customer Service 100 S. Myrtle Ave Clearwater, FL 33756 Or Gail.Rini@myclearwater.com b. N. Harris Computer Corporation shall endeavor to provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. c. N. Harris Computer Corporation’s insurance as outlined above shall be primary and non-contributory coverage for N. Harris Computer Corporation’s negligence. d. N. Harris Computer Corporation reserves the right to appoint legal counsel to provide for the N. Harris Computer Corporation’s defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to N. Harris Computer Corporation’s design, equipment, or service. N. Harris Computer Corporation agrees that the City shall not be liable to reimburse N. Harris Computer Corporation for any legal fees or costs as a result of N. Harris Computer Corporation 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 N. Harris Computer Corporation (or any contractors’, subcontractors’, representatives’ or agents’) obligation to provide the insurance coverage specified. 9. Indemnity In consideration of the sum of One Hundred Dollars ($100.00), the receipt and sufficiency of which is acknowledged, payable as part of the first payment for services, Harris agrees to defend, save and hold Organization, its agents, assigns and employees, harmless from all claims or causes of action, including costs and attorney's fees, and all judgements whatsoever, involving property damage, arising out of any negligent act or omission, or the violation of any federal, state or local law or regulations by Harris, its subcontractors, agents, assigns, invitees or employees in connection with this Agreement. Harris agrees to indemnify and hold harmless Organization from losses, damages or lawsuits resulting from Harris intentional misconduct or intentional torts committed during the performance of this contract. Harris hereby further agrees to indemnify, defend, save and hold harmless Organization from all claims, demands, liabilities and suits caused by any negligent act, error or omission of Harris, Harris’s subcontractors, agents, or employees in rendering the professional services called for herein. It is specifically understood and agreed, however, that this indemnification agreement does not cover or indemnify Organization for its own negligence. Harris hereby further agrees to indemnify, defend, save and hold harmless -6- Organization from any and all fines, costs, and expenses caused by, directly or indirectly, with Harris failure to comply with any applicable laws, statutes, ordinances, or government regulations. Harris hereby further agrees to indemnify and hold harmless Organization, and its officers and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of Harris and other persons employed or utilized by Harris in the performance of the contract. 10. Term. This Agreement shall commence on the Effective Date and shall continue for a period of five (5) years (the “Initial Term”). Thereafter, this Support and Maintenance Agreement shall automatically renew for further one-year periods (each a “Renewal Term”) unless one party gives written notice to the other party not less than ninety (90) days prior to the end of the then current term of its intention not to renew. The Initial Term and the Renewal Terms shall collectively be referred to as the “Term”. Notwithstanding the forgoing, it is specifically understood that if and when organization moves to a cloud subscription base model, this agreement shall be superseded and replaced by a new agreement negotiated by the parties. 11. Title to and ownership of all proprietary rights in the Releases and all related proprietary information supplied by Harris in providing the services pursuant to this Support and Maintenance Agreement shall at all times remain with Harris, and Organization shall acquire no proprietary rights by virtue of this Support and Maintenance Agreement. 12. Unless otherwise agreed to by the parties, all notices required hereunder shall be made in accordance with the provisions of the License Agreement between the parties. 13. Either party’s lack of enforcement of any provision in this Support and Maintenance Agreement in the event of a breach by the other shall not be construed to be a waiver of any such provision and the non-breaching party may elect to enforce any such provision in the event of any repeated or continuing breach by the other. 14. The parties agree that the terms and conditions contained herein shall prevail notwithstanding any variations on any orders, e-mails or other correspondence submitted by Organization. 15. The particular provisions of this Support and Maintenance Agreement shall be deemed confidential in nature and neither Organization nor Harris shall divulge any of its provisions as set forth herein to any third party except as may be required by law. 16. TERMINATION FOR LACK OF FUNDING The Organization’s performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Clearwater City Council. In the event the Clearwater City Council does not appropriate funds in a sufficient amount for Organization to perform -7- its obligations hereunder, Organization terminate this Agreement upon thirty (30) days written notice to Harris. 17. General Termination : i. In addition to any other rights and remedies available to it, either party may immediately terminate this Agreement in the event of material breach by the other party of its obligations hereunder that is not cured within thirty (30) days of receipt of written notice from the other party to that effect; ii. If Organization has failed to pay the Fees or other amounts due then Harris shall have the right to terminate this Agreement effective immediately upon written notice to Organization that effect; iii. Upon sixty (60) days written notice prior to expiration of a Term, this Agreement may be terminated by non-renewal; and iv. Either party may terminate this Agreement effective immediately upon written notice to the other party if the other party: (i) becomes insolvent; (ii) becomes the subject of any proceeding under any bankruptcy, insolvency or liquidation law, whether domestic or foreign, and whether voluntary or involuntary, which is not resolved favourably to the subject party within ninety (90) days of commencement thereof; or (iii) becomes subject to property seizure under court order, court injunction or other court order which has a material adverse effect on its ability to perform hereunder. 18. Effects of Termination. In the event of termination of this Agreement: Organization shall immediately pay all outstanding Fees and other amounts owing to Harris under this Agreement at a pro-rated payment for “Term used” The termination of this Support and Maintenance Agreement by Organization shall not affect the License or the Software License Agreement. Termination of this Support and Maintenance Agreement shall not affect any right of action of either party arising from anything which was done or not done, as the case may be, prior to the termination taking effect. 19. Limitation of Liability. The Organization and Harris recognize that circumstances may arise entitling the Organization to damages for breach or other fault on the part of Harris arising from this Support and Maintenance Agreement. The parties agree that in all such circumstances the Organization’s remedies and Harris’s liabilities will be limited as set forth below and that these provisions will survive notwithstanding the termination or other discharge of the obligations of the parties under this Support and Maintenance Agreement. i. FOR BREACH OR DEFAULT BY HARRIS OR OTHERWISE IN CONNECTION WITH THIS SUPPORT AND MAINTENANCE AGREEMENT, REGARDLESS OF THE NATURE OF THE CAUSE OF ACTION WHETHER IN CONTRACT OR IN TORT, INCLUDING FUNDAMENTAL BREACH OR NEGLIGENCE OR STRICT LIABILITY, -8- THE ORGANIZATION’S EXCLUSIVE REMEDY, IN ADDITION TO ELECTING IF SO ENTITLED TO RESCIND OR BE DISCHARGED FROM THE PROVISIONS OF THIS SUPPORT AND MAINTENANCE AGREEMENT, SHALL BE (1) ACCESS TO THE ESCROWED SOURCE CODE IN ACCORDANCE WITH SCHEDULE “A” (2) PAYMENT BY HARRIS OF THE ORGANIZATION’S DIRECT DAMAGES TO A MAXIMUM AMOUNT EQUAL TO, AND HARRIS SHALL IN NO EVENT BE LIABLE IN EXCESS OF, THE AMOUNT OF FEES ACTUALLY PAID BY THE ORGANIZATION TO HARRIS UNDER THIS SUPPORT AND MAINTENANCE AGREEMENT DURING THE THEN-CURRENT TERM (NOT TO EXCEED 12 MONTHS) OF THE SUPPORT AND MAINTENANCE AGREEMENT UP TO AND INCLUDING THE DATE OF TERMINATION, EXCLUDING COSTS AND EXPENSES (INCLUDING REASONABLE ATTORNEY’S FEES) INCURRED BY THE ORGANIZATION IN CONNECTION WITH OBTAINING A COPY OF THE SOURCE CODE IN ACCORDANCE WITH THE ESCROW AGREEMENT BETWEEN THE PARTIES WHICH SHALL BE REIMBURSED BY HARRIS IF AN EVENT OF DEFAULT OCCURS. ii. IN NO EVENT SHALL ANY DAMAGES INCLUDE, NOR SHALL HARRIS BE LIABLE FOR, ANY SPECIAL, INDIRECT OR CONSEQUENTIAL DAMAGES EVEN IF HARRIS HAS BEEN ADVISED OF THE POSSIBILITY THEREOF. WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, HARRIS SHALL NOT BE LIABLE FOR LOST PROFITS, LOST BUSINESS REVENUE, FAILURE TO REALIZE EXPECTED SAVINGS, OTHER COMMERCIAL OR ECONOMIC LOSS OF ANY KIND, OR FOR ANY CLAIM WHATSOEVER AGAINST THE ORGANIZATION BY ANY OTHER PARTY. 20. The parties hereby confirm that the waivers and disclaimers of liability, releases from liability, limitations and apportionments of liability, and exclusive remedy provisions expressed throughout this Support and Maintenance Agreement shall apply even in the event of default, negligence (in whole or in part), strict liability or breach of contract of the person released or whose liability is waived, disclaimed, limited, apportioned or fixed by such remedy provision, and shall extend to such person’s affiliates and to its shareholders, directors, officers, employees and affiliates. 21. Where remedies are expressly afforded by this Support and Maintenance Agreement, such remedies are intended by the parties to be the sole and exclusive remedies of the Organization for liabilities of the Harris arising out of or in connection with this Support and Maintenance Agreement, notwithstanding any remedy otherwise available at law or in equity. 22. The Organization may, at Organization’s option, enter into an escrow arrangement with Harris. Upon the Organization’s request: -9- (i) Organization shall be presented with the standard escrow beneficiary enrollment document for participation in Harris’s source code escrow arrangement with an escrow agent (the “Escrow Arrangement”) (ii) By entering into this Escrow Arrangement, the Organization shall have all the rights as stipulated in escrow agreement together with those rights which are more specifically outlined in Exhibit 23. Agreement shall be governed by the laws of the State of Florida. Any legal action taken by either party arising out of this Agreement shall be filed in a court of competent jurisdiction in the State of Florida. 24. This Support and Maintenance Agreement may not be assigned by the Organization unless, concurrently with any such assignment, the Organization assigns its rights under, and complies with the provisions of the License Agreement. 25. This Support and Maintenance Agreement shall be binding upon the successors and assigns of the parties and enure to the benefit of the successors and permitted assigns of the parties. 26. The invalidity or unenforceability of any provision or covenant contained in this Support and Maintenance Agreement shall not affect the validity or enforceability of any other provision or covenant herein contained and any such invalid provision or covenant shall be deemed to be severable. 27. This Support and Maintenance Agreement may be executed in counterparts (whether by facsimile signature or in PDF format via e-mail or otherwise), each of which when so executed shall constitute an original and all of which together shall constitute one and the same agreement. -10- IN WITNESS WHEREOF, the Parties have executed this Support and Maintenance Agreement to be effective as of the date first written above. City of Clearwater, FL N. Harris Computer Corporation. Name: Name: Title: Title: Signature: Signature: Date: Date: Countersigned: CITY OF CLEARWATER, FLORIDA ___________________________ By: __________________________ Approved as to form: Attest: ___________________________ ________________________________ Exhibit 1 Annual Support and Maintenance Fee Exhibit 2 Standard Support and Maintenance Services – Standard Guidelines The purpose of this Exhibit 2 is to provide our customers with information on our standard coverage, the services which are included as part of your annual software support, a listing of Support Ticket priorities, an outline of our escalation procedures and other important details. Harris reserves the right to make modifications to this document as required; provided, however, Harris shall not reduce the scope of support provided hereunder without the prior written consent of the Organization. The services listed below are services that are included as part of your software support. • 800 Toll Free Telephone support • Scheduled assistance for installations, upgrades & other special projects (there may be charges depending on the scope of work) • Technical & Functional troubleshooting & issue resolution • E-mail support Ticket logging and notification • Free Cayenta Support Portal access 24 x 7 with the following on-line benefits: - Log & close Tickets - View & update Tickets - Update contact information - Access published documentation - Access available downloads - Access Support knowledge base - Participate in Discussion Forums - Report on metrics • Standard software releases and updates - Defect corrections (as warranted) - Planned enhancements - State and/or Federal mandated changes - Payroll regulated changes - Participation in BETA program, optional at CPU’s discretion - Release notes - Updated documentation as available • Limited training questions (15 minute guideline) • Customer Care Program - Quarterly News Letter with support tips - Technical support bulletins - Communication on new products and services - On-site visits (as required) • Design review for potential enhancements or custom modifications • Design review for potential configuration changes • Outstanding Tickets Report with conference call (as required) • Ability to attend the annual customer conference (attendance fees apply) Helpdesk Hours Our standard hours of support are from 8:00 a.m. EST to 8:00 p.m. EST, Monday to Friday, excluding designated statutory holidays. After Hours Support is available from 8:00 p.m. EST through to 8:00 a.m. EST and is billable on an hourly basis. Weekend assistance is available and must be scheduled in advance and in most cases is billable. Response Times Response times will vary and are dependent on the priority of the call. We do our best to ensure that we deal with incoming Tickets in the order that they are received, however Tickets will be escalated based on the urgency of the issue reported. Our response time guidelines are as follows: Priority 1: Within 1 hour Priority 2: 1 - 4 hours Priority 3: 1 - 8 hours Priority 4: 1 - 24 hours Ticket Priorities In an effort to assign our resources to incoming Tickets as effectively as possible, we have identified four types of Ticket priorities, 1, 2, 3 and 4. A Priority 1 Ticket is deemed by our support staff to be an Urgent or High Priority Ticket, Priority 2 is classified as a Medium Priority and Priority 3 is deemed to be a Low Priority. The criteria used to establish guidelines for these Tickets are as follows: Priority 1 – Critical • System Down (Software Application, Hardware, Operating System, Database) • Inability to process payroll checks • Inability to process accounts payable checks • Inability to process bills • Inability to process work orders • Inability to process payments Priority 2 - High • Program errors without workarounds • Incorrect calculation errors impacting a majority of the current bill cycle records • Aborted postings or error messages preventing data integration and update • Performance issues of severe nature impacting critical processes • Hand-held interface issues preventing billing or creating billing errors • Security issues Priority 3 – Medium • System errors that have workarounds • Calculation errors impacting a minority of records • Reports calculation issues • Printer related issues (related to interfaces with our software and not the printer itself) • Hand-held issues not preventing billing • Performance issues not impacting critical processes • Usability issues • Workstation connectivity issues (Workstation specific) Priority 4 - Low • Report formatting issues • Training questions, how to, or implementing new processes • Aesthetic issues • Issues with workarounds for large majority of accounts • Recommendations for enhancements on system changes • Questions on documentation Support Ticket Process All issues or questions reported to support are tracked via a support Ticket; our support analysts cannot provide assistance unless a support Ticket is logged. Our current process for logging Tickets includes the following: Cayenta Support Portal (via website), email, and phone. • Your Ticket must contain at a minimum: your organization name, contact person, software product and version, module and/or menu selection, nature of issue, detailed description of your question or issue and any other information you believe pertinent. • Our support system or one of our support analysts will provide you with a Ticket id to track your issue and your Ticket will be logged into our support tracking database. • Your Ticket will be stored in a queue and the first available support representative will be assigned to deal with your issue. • As the support representative assigned to your Ticket investigates your issue, you will be contacted and advised as to where the issue stands and the course of action that will be taken for resolution. If we require additional information, you will be contacted by the assigned support representative to supply the information required. • All correspondence and actions associated with your Ticket will be tracked against your all in our support database. At any time, if available to you, you may log onto our website to see the status of your Ticket. • Once your Ticket has been resolved, you will receive an automated notification by email that your Ticket has been closed. This email will contain the entire event history of the Ticket from the time the Ticket was created and leading up to the resolution of the Ticket. You also have the option of viewing both your open and closed Tickets, if available to you, via our website. • If your issue needs to be escalated to a development resource or programmer for resolution, your issue will be logged into our development tracking database and you will be provided with a separate id number to track the progress of the issue. Your Support Ticket is linked to your Development issue. The development issue id number will remain open until your issue has been completely resolved. Issues escalated to development will be scheduled for resolution and may not be resolved immediately depending on the nature and complexity of the issue. • Contact the support department at your convenience for a status update on your development issues, or log onto our website (if available to you) to view your issues on- line. Escalation Process Our escalation process is defined below. This process has been put in place to ensure that issues are being dealt with appropriately. If at any time you are not completely satisfied with the resolution of your issue, you are encouraged to escalate with the support department as follows: Level 1: Contact the support representative working on your issue Level 2: Contact the support supervisor or group lead Level 3: Contact the director of support Level 4: Contact the vice president of support Level 5: Contact the CEO of Harris Holiday Schedule Below is a listing of statutory holidays. Please note that support services will be closed on designated days as outlined below. New Year’s Eve Early Closure New Year's Day Closed Labor Day Closed Christmas Eve Early Closure Christmas Day Closed Billable Support Services The services listed below are services that are out of scope of your support and maintenance agreement and are therefore considered billable services. • Extended telephone training (beyond 15 minutes per call) • Performing Forms redesign or creation (includes Bill Prints, Notice Prints and Letters) • Performing Setup & changes to hand-held interface or creation of new interface • Performing Setup of new services or changes to services ( PAP, ACH, etc) • Setup or Creating File imports/exports - Interfaces to other applications • Performing Refreshes, backups, restores, setting up test areas • Setup of new printers, printer setup changes • Performing Custom modifications (reports, bills, forms, reversal of customizations) • Setting up additional companies / agencies / tokens / general ledgers • Performing Data conversions / global modification to setup table data • Performing Database maintenance, repairs & optimization • Extended Hardware & Operating System support • Performing Upgrades & support of third party software • Performing Installations / re-installations (workstations, servers) Test Databases & Environments We support customers in the maintenance of independent Test Environments for testing purposes. This allows customers the opportunity to test fixes, modifications, new business processes and/or scenarios without risking any potentially unwanted changes to the live environment. The creation of Test Databases & Environments is a billable service unless otherwise noted in the implementation SOW, quotations & incremental maintenance rates will be provided on request. Connection Methods To ensure we can effectively support our clients, we require that a communication link is established and maintained between our two sites. It is the client’s responsibility to ensure the connection is valid at your location so that we can connect to your site and resolve any issues. Our supported methods of connection are: Direct internet, Virtual Private Network (VPN), Remote Access Server (RAS), Direct Connection (modem) and Terminal Services (a backup connection may be required for file transfers). Hardware and Third Party Support – if applicable The purpose of this section is to provide our customers with information on our standard coverage and the services which are included as part of your annual hardware and third party software support (if applicable). This section serves as a guideline for the support department but is superseded by an existing third party or other agreement. Standard Hardware and Third Party Software Support Services • 800 telephone support – first line phone support for troubleshooting (note more complex issues will be escalated to the actual vendor of the products) • “on call” after hours support (scheduled assistance for installations, upgrades and other special projects – there may be charges depending on the scope of work) • remote connection support • technical troubleshooting • limited training questions (15 minute guideline) • assistance with creation of backup scripts / backup recovery • assistance with recovering data resulting from system crashes (charges may apply) • recommendations on specific hardware requirements • support provided for installed database issues (30 minute guideline) • ODBC installation and connection to database assistance • updating databases to support new versions of installed applications • assistance with database installation, configuration and updating The services listed below are services that are out of scope and are therefore considered billable – please note that we do not provide hardware support for any printers: • on-site installation or upgrade of hardware and third party software • extended telephone training (beyond 15 minutes) • performing reconfiguration of hardware and fileservers • recovering data resulting from client error • upgrading of hardware systems • preventative maintenance monitoring or other services • recommending or assisting with disaster recovery plans • re-establishment of ODBC connection if connection was lost due to actions of customer • ODBC connections to other third party products due to the customer or third party software • creation of custom reports • report writer training, upgrades and installations (other than at time of initial purchase) 1 | P a g e C o n f i d e n t i a l Scope Statement for Integration of Cityworks/Trimble Unity Maintain for the City Clearwater Jira CBI-17418 Project Name: Integration of Cityworks/Trimble Unity Maintain Date: December 16, 2025 Prepared By Document Owner(s) Project/Organization Role Juanita Townsend Account Manager Document Version Control Version Date Author Change Description 1 06/02/2025 Juanita Townsend Created document 2 11/03/2025 Juanita Townsend Revision to document 3 12/11/2025 Juanita Townsend Revision to document - added T&M hours and modified assumptions 4 12/16/2025 Juanita Townsend Naming change to Cityworks/Trimble Unity Maintain and changed assumption to read “Management of integration consultants at Trimble or third-party consultant” Project In accordance with the Support and Maintenance Agreement between N. Harris Computer Corporation and City of Clearwater, dated November 1, 2025. City of Clearwater (CLIENT) is engaging HARRIS (Cayenta or HARRIS) for Cayenta professional services to provide consulting services to develop integration between Cayenta Customer Information System (CIS) and Cityworks/Trimble Unity Maintain. These services are not included in the Software and Maintenance Fees. CLIENT is replacing their current asset and work management system from Oracle Work and Asset Management (OWAM) to Cityworks/Trimble Unity Maintain Scope Statement 2 | P a g e C o n f i d e n t i a l Under the direction of the CLIENT Project Owner, the CLIENT Project Manager will drive and oversee the project in coordination with the Cayenta Project Manager. This scope covers the development of the customer Functional Design Document (FDD), integration, and testing support for JIRA CBI-17418 Integration with Cityworks/Trimble Unity Maintain. HARRIS will remotely provide the following: • Project Management oversight • Requirements FDD Document • Cayenta Integration Services to support Cityworks/Trimble Unity Maintain • Integration Development Services • Testing Support CLIENT will provide the following: • Project Management oversight • Access to Subject Matter Experts (SMEs) • Sign-off on Functional Design Document • Appropriate remote access to dedicated CIS Test environment • Integration of Development Services within Cityworks/Trimble Unity Maintain • Management of integration consultants at Trimble or third-party consultant • Configuration of Cityworks/Trimble Unity Maintain for template mapping and custom fields • Testing and integration acceptance Constraints and Assumptions • Solution excludes any synchronization of inventory between the two systems. • Both HARRIS and CLIENT will ensure members are available on dates agreed to and scheduled for technical tasks. • HARRIS will define an integrated project plan that the third party will agree to. • CLIENT is responsible for all Cityworks/Trimble Unity Maintain configuration and testing of the application. • Project is scheduled for 5 months. • Work for this effort will be remote, unless otherwise requested by CLIENT. • Solution will follow the workflows as identified in CBI-17418-Integrations workflow, attached in Appendix A. • T&M Hours added for professional services and project management available for three years from the agreement effective date: a. CLIENT will authorize the use of T&M hours prior to using the hours. b. Professional services assistance on additional analysis, mapping, configuration, and integrated testing i. This would be intended to accommodate potential and future changes to the integration, which may result from updates to underlying table structures, modifications or additions to workflows and/or assets involved in the integration, business process changes or additions, and/or software updates. Scope Statement 3 | P a g e C o n f i d e n t i a l c. Project Management i. Additional project management time in the event additional professional services are needed, within the scope of a formalized project. Price: City Works Integration Project Task # Type Item Description Cost Estimate 1.01 Fixed BI Project Management and Meetings $16,200.00 2.01 Fixed Analysis, mapping, Functional Design Document (FDD) $16,200.00 2.02 Fixed GIS new service location - GIS foreign id is null then Call Esri geocode web service and call create web service into Esri GIS, update GIS foreign id in Cayenta $16,200.00 2.03 Fixed Base City Works to Trimble Unity Maintain integration which includes Cayenta generates SO, City Works to Trimble Unity Maintain generates WO, Cayenta cancels SO, Cityworks/Trimble Unity Maintain WO $64,800.00 2.04 Fixed GIS sync process for updated service location information in Cayenta $6,480.00 2.05 Fixed Meter/Backflow GIS integration $16,200.00 2.06 Fixed Professional services assistance on mapping, configuration, and integrated testing $16,200.00 Fixed Price Total $152,280.00 T&M Additional BI Services (Optional 208 hours) $56,250.00 T&M Additional BI PM Services (Optional 114 hours) $38,880.00 Time and Material Total $95,130.00 Total $247,410.00 Scope Statement 4 | P a g e C o n f i d e n t i a l Milestones: Fixed Price Milestone Name& Acceptance Criteria Milestone Due Description Milestone Amount MP-01 Milestone Description: BI PM Month 1 Acceptance Criteria: First month of the project is complete $3,240.00 MP-02 Milestone Description: BI PM Month 2 Acceptance Criteria: Second month of project is complete $3,240.00 MP-03 Milestone Description: BI PM Month 3 Acceptance Criteria: Third month of project is complete $3,240.00 MP-04 Milestone Description: BI PM Month 4 Acceptance Criteria: Forth month of project is complete $3,240.00 MP-05 Milestone Description: BI PM Month 5 Acceptance Criteria: Fifth month of project is complete $3,240.00 MP-06 Milestone Description: Analysis and Mapping Acceptance Criteria: Analysis and Mapping is complete $8,100.00 MP-07 Milestone Description: FDD Delivered Acceptance Criteria: Delivered to CLIENT for review $4,050.00 MP-08 Milestone Description: FDD Signed Off Acceptance Criteria: Approved by CLIENT and HARRIS $4,050.00 MP-09 Milestone Description: GIS new service location delivered for testing Acceptance Criteria: GIS New service location applied to CAYTEST for testing $16,200.00 MP-10 Milestone Description: Cityworks/Trimble Unity Maintain integration delivered for testing Acceptance Criteria: Base Cityworks/Trimble Unity Maintain integration applied to CAYTEST for testing $32,400.00 MP-11 Milestone Description: Base Cityworks/Trimble Unity Maintain integration Completed Acceptance Criteria: Base Cityworks/Trimble Unity Maintain integration applied to CAYPROD $32,400.00 MP-12 Milestone Description: GIS sync process for updated service location Completed Acceptance Criteria: GIS New service location applied to CAYPROD $6,480.00 MP-13 Milestone Description: Meter/Backflow GIS integration delivered for testing Acceptance Criteria: Meter/Backflow GIS integration applied to CAYTEST for testing $8,100.00 Scope Statement 5 | P a g e C o n f i d e n t i a l MP-14 Milestone Description: Meter/Backflow GIS integration Completed Acceptance Criteria: Meter/Backflow GIS Integration applied to CAYPROD $8,100.00 MP-15 Milestone Description: Professional services assistance on mapping, configuration, and integrated testing Month 1 Acceptance Criteria: First month of testing is complete $4,050.00 MP-16 Milestone Description: Professional services assistance on mapping, configuration, and integrated testing Month 2 Acceptance Criteria: Second month of testing is complete $4,050.00 MP-17 Milestone Description: Professional services assistance on mapping, configuration, and integrated testing Month 3 Acceptance Criteria: Third month of testing is complete $4,050.00 MP-18 Milestone Description: Professional services assistance on mapping, configuration, and integrated testing Month 4 Acceptance Criteria: Forth month of testing is complete $4,050.00 Fixed Total $152,280.00 TOTAL $152,280.00 Additional Terms and Conditions: 1. Pricing excludes any applicable taxes. 2. Fixed Price will be invoiced as Milestones are completed. 3. Time and Material will be invoiced as incurred. All work will be billed as performed with invoices to occur at the end of each month. 4. Payment Terms: all fees shall be paid within thirty (30) days of Cayenta’s invoice date. 5. HARRIS reserves the right to pause work upon notification to CLIENT if HARRIS invoices become aged greater than 60 days. 6. In the event CLIENT terminates this Agreement, CLIENT shall be invoiced for work done to date of notification and CLIENT will pay all the outstanding fees and other amounts owing to HARRIS under this Agreement. 7. Additional services deemed out of scope (per this document) will be billed at $270 per hour. 8. Both HARRIS and CLIENT will ensure members are available on dates agreed and scheduled. 9. HARRIS and CLIENT agree to schedule and begin the project within 90 days of signature. 10. HARRIS travel guidelines will be used by all HARRIS personnel traveling to the client's site unless specifically stated in this section of the Scope Statement of Work. 11. Hardware costs are priced/managed directly by CLIENT. 12. Solution excludes any synchronization of inventory between the two systems. Change Order Process Scope Statement 6 | P a g e C o n f i d e n t i a l The "Change Control Process" governs changes to the Project parameters (scope, schedule, budget, quality, risk) during the life of the Project. Change Orders can be requested by HARRIS or however, all Change Orders must be approved in writing by both HARRIS and CLIENT before any changes are formally accepted into the project. No Change Order shall become effective unless mutually agreed to in writing by both parties. No work, other than estimating, will be performed on a Change Order by HARRIS until sign off has been obtained by the parties. There will not be fees charged by HARRIS to provide estimates for Change Orders. In order to effectively control changes to the project, HARRIS uses an industry standard Change Control process to assess all impacts of a potential project change. The Change Control process is described below: Change Request Submission CLIENT and/or HARRIS identify a need for a change to the project and submit a request. It is expected that the party raising the request will provide as much relevant information as possible at the time of raising the request to support proper impact assessment activities. Such a request must be in writing and identify the business and other reasons for the requested change and the impacts it would have if the change is agreed upon, which may include Budget, Deliverables, Milestone Payments, Schedule, Risks, and Resources. Change Request Assessment HARRIS and CLIENT Project Managers will assess the potential change and the impact to budget, schedule, quality, resources and risks. Where applicable, options will be defined and documented. Change Order Requests will be tracked online with the Project tool and reviewed as part of Project Management Meetings. Change Order (document) The HARRIS Project Manager will prepare a formal Change Order document and submit to CLIENT for review. The Change Order document will contain at a minimum: 1. Business reason/justification for the change 2. Detailed description of the change 3. Impact assessment of the change 4. Any payment milestone revisions impacted by the change (projected billing dates and amounts) 5. Project impacts of not approving the change Any Deliverables that have already been completed and accepted by the CLIENT that are subsequently altered as a result of a Change Order must be appropriately revised, pursuant to the Change Order, with the change number and date noted. An updated version of such a Deliverable will then be signed and stored with the project documentation. Scope Statement 7 | P a g e C o n f i d e n t i a l CLIENT and HARRIS will review the Change Order for approval or rejection. Change Order Review Period After any request for a Change Order is made, the parties will have five (5) business days, or any additional, mutually agreed upon period, to consider the request (the “Change Order Review Period”). The Change Order Review Period will commence the day the Change Order request is received in writing by the party being asked for the Change Order. During the Change Order Review Period, HARRIS will provide the CLIENT with all information material to the requested Change Order, regardless of which party initiated the Change Order, including but not limited to any additional fees that would be incurred, the impacts on the relevant Deliverables, and any alteration of the MS Project Schedule that would result if the Change Order were agreed to. HARRIS will also, during the Change Order Review Period, provide a time and materials or a Fixed Price cost based on the CLIENT’s desired pricing model. During the Change Order Review Period, the CLIENT will provide HARRIS with any information reasonably requested by HARRIS to evaluate any Change Order requested by the CLIENT. Change Order Approval If both the CLIENT and HARRIS agree to the change, all relevant terms shall be documented in the Change Order. Any charges not already specified in the Statement of Work or which are different than those in this Statement of Work will be noted in the Change Order. Any additional services performed by HARRIS as a result of a Change Order will require the payment to HARRIS of additional fees as agreed. Upon approval, CLIENT and HARRIS will sign the Change Order document and have the executed copy stored in the project document repository Change Order Rejection If agreement on a requested Change Order does not occur by the end of the Change Order Review Period, the change order is considered rejected. At this point, either party may initiate the conflict resolution process set forth in this Statement of Work regarding the requested Change Order, unless the change solely regards a Deliverable that was completed and accepted before the request for the Change Order was made. Change Order Rejection If agreement on a requested Change Order does not occur by the end of the Change Order Review Period, the change order is considered rejected. At this point, either party may initiate the conflict resolution process set forth in this Statement of Work regarding the requested Change Order, unless the change solely regards a Deliverable that was completed and accepted before the request for the Change Order was made. Change Request/Change Order Log HARRIS will maintain an ongoing log of all Change Orders during the life of the project. Scope Statement 8 | P a g e C o n f i d e n t i a l City of Clearwater By: Name Printed: Title: Date: Cayenta, a division of N. Harris Computer Corp. By: Name Printed: Title: Date: Scope Statement 9 | P a g e C o n f i d e n t i a l Appendix A: CBI-17418 Integration Workflows Scope Statement 10 | P a g e C o n f i d e n t i a l Scope Statement 11 | P a g e C o n f i d e n t i a l \ Scope Statement 12 | P a g e C o n f i d e n t i a l Scope Statement 13 | P a g e C o n f i d e n t i a l Scope Statement 14 | P a g e C o n f i d e n t i a l Scope Statement 15 | P a g e C o n f i d e n t i a l Scope Statement 16 | P a g e C o n f i d e n t i a l Scope Statement 17 | P a g e C o n f i d e n t i a l Scope Statement 18 | P a g e C o n f i d e n t i a l Scope Statement 19 | P a g e C o n f i d e n t i a l Scope Statement 20 | P a g e C o n f i d e n t i a l Scope Statement 21 | P a g e C o n f i d e n t i a l Scope Statement 22 | P a g e C o n f i d e n t i a l Scope Statement 23 | P a g e C o n f i d e n t i a l Scope Statement 24 | P a g e C o n f i d e n t i a l Scope Statement 25 | P a g e C o n f i d e n t i a l Cayenta, A Division of N. Harris Computer Corporation Page 1 December 18, 2025 Daniel Mayer Customer Service Administrator City of Clearwater RE: Cayla AI Dear Daniel, Cayenta would like to thank the City of Clearwater (Clearwater) for allowing us to present this proposal. Clearwater is an important partner for Cayenta. We are delighted to have the opportunity to engage with you in conversation where we can discuss assisting you with implementing our Cayla AI-powered customer service tool that will enable you to deliver fast, consistent, and intelligent support across multiple communication channels. We are confident that the implementation of Cayla functionality along side the Cayenta CIS application will prove to be both effective and efficient for Clearwater. Cayla is Multi-lingual and Omni-channel A division of N. Harris Computer Corporation 8333 Eastlake Drive Phone: (604) 570-4300 Unit 101, Burnaby B.C., Fax: (604) 291-0742 V5A 4W2, Canada Web: cayenta.com Clearwater Cayla Proposal Cayenta, A Division of N. Harris Computer Corporation Page 2 Pain Points These pain points can be managed and mitigated with Cayla as part of your Call Center team. Budgetary numbers Please find below the proposed budgetary numbers (subject to change upon further discussion and refinement). $1.50 transaction fees will be held for five (5) years. Annual Hosting Fee and 1 Cayenta Router total (5% increase included) Clearwater Cayla Proposal Cayenta, A Division of N. Harris Computer Corporation Page 3 This proposal includes: • Project Coordination • Solution setup for four (4) common call workflows o Pay Arrangements o Start Service o Stop Service o Billing Questions • CIS Integration • Training • Testing Support • Go-Live Support • Post Go-Live Support (before scheduled handover to Standard Support) Assumptions: 1) Multi-lingual languages supported • English and Spanish With additional languages available for review depending on need. 2) This proposal is based on calls to CSRs; however, costs for additional communication channels can be prepared if desired: • email, or • chat, or • text 3) Development and customization of call workflows beyond the standard four (4) workflows would require additional professional services, which can be quoted once requirements are documented. 4) One additional Cayenta Router has been priced in for API traffic-flow regulation. Non-Disclosure Agreement Please note that this proposal provided by Cayenta contains confidential information of a commercially sensitive and proprietary nature and that this proposal is confidential and proprietary. Disclosure in any form to third parties is not permitted unless prior authorization is granted by Cayenta. Conclusion Cayenta is committed to developing a comprehensive, configurable Enterprise Resource Planning (ERP) solution, which meet the needs of organizations that manage essential services. On behalf of Cayenta, I would like to thank you for the opportunity to present this proposal. If you require a more in-depth explanation of any part of this document or would like more information, please do not hesitate to contact me. Sincerely, Juanita Townsend Account Manager jtownsend@cayenta.com (716) 402-2349 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1142 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Marine & Aviation Agenda Number: 9.1 SUBJECT/RECOMMENDATION: Accept Florida Department of Transportation (FDOT) Grant Agreement Amendment (No. 453898-1-94-01) in the amount of $1,100,000.00 for the Parking Lot Expansion and Rehabilitation at Clearwater Executive Airport and authorize the appropriate officials to execute same. (consent) SUMMARY: On January 12, 2023, City Council approved the Lease and Property Operating Agreement (Operating Agreement) with FlyUSA to manage Clearwater Executive Airport and subsequently approved the First Amendment to the Lease and Property Operating Agreement on March 7, 2024. On February 15, 2024, Council approved Resolution 24-01 and a Public Transportation Grant Agreement with the Florida Department of Transportation in the amount of $800,000.00 for the Parking Lot Expansion and Rehabilitation at Clearwater Executive Airport. FDOT is to pay 80% ($640,000.00) with the Airport Reserves to match 20% ($160,000.00) and FlyUSA to reimburse the local match amount. On September 4, 2024, Council approved a proposal and Purchase order to American Infrastructure Development, Inc., of Tampa, Florida for Design Services for Airport Renovations (23-0013-AP) in the amount of $432,400.50 pursuant to RFQ 17-24. This will bring the total PTGA grant amount to $1,900,000.00 with FDOT contributing $1,520,000.00 (80%) and Airpark Reserves to match $380,000.00 (20%) with FlyUSA to reimburse local match amount. This increase is the result of increased site work and the installation of a temporary modular trailer for relocation of Fixed Base Operator operations during construction of the new terminal building. APPROPRIATION CODE AND AMOUNT: A first quarter budget amendment will increase capital project 302-G2307, Aviation Operations Center, by $1,100,000.00, recognizing grant funding of $880,000.00 and reimbursement revenues of $220,000.00. STRATEGIC PRIORITY: High Performing Government: 1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. Economic & Housing Opportunity: 2.2 Cultivate a business climate that welcomes entrepreneurship, inspires local investment, supports Eco-friendly enterprises, and encourages high-quality job growth. Page 1 City of Clearwater Printed on 1/9/2026 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION AMENDMENT TO THE PUBLIC TRANSPORTATION GRANT AGREEMENT Form 725-000-03 STRATEGIC DEVELOPMENT OGC 10/25 THIS AMENDMENT TO THE PUBLIC TRANSPORTATION GRANT AGREEMENT (“Amendment”) is made and entered into on , by and between the State of Florida, Department of Transportation (“Department”), and City of Clearwater, (“Agency”),collectively referred to as the “Parties.” RECITALS WHEREAS, the Department and the Agency on 2/28/2024 (date original Agreement entered) entered into a Public Transportation Grant Agreement (“Agreement”). WHEREAS, the Parties have agreed to modify the Agreement on the terms and conditions set forth herein. NOW THEREFORE, in consideration of the mutual covenants in this Amendment, the Agreement is amended as follows: 1. Amendment Description. The project is amended FY 2026 Funds and Scope Amendment outlined in Exhibit A. 2. Program Area. For identification purposes only, this Agreement is implemented as part of the Department program area selected below (select all programs that apply): X Aviation Seaports Transit Intermodal Rail Crossing Closure Match to Direct Federal Funding (Aviation or Transit) (Note: Section 15 and Exhibit G do not apply to federally matched funding) Other 3. Exhibits. The following Exhibits are updated, attached, and incorporated into this Agreement: X Exhibit A: Project Description and Responsibilities X Exhibit B: Schedule of Financial Assistance *Exhibit B1: Deferred Reimbursement Financial Provisions *Exhibit B2: Advance Payment Financial Provisions *Exhibit C: Terms and Conditions of Construction X Exhibit D: Agency Resolution Exhibit E: Program Specific Terms and Conditions Exhibit F: Contract Payment Requirements X *Exhibit G: Financial Assistance (Single Audit Act) *Exhibit H: Audit Requirements for Awards of Federal Financial Assistance Financial Project Number(s): (item-segment-phase-sequence) Fund(s): DDR,DPTO FLAIR Category: 088719 453898-1-94-01 Work Activity Code/Function: 215 Object Code: 751000 Federal Number/Federal Award Identification Number (FAIN) – Transit only: Org. Code: 55072020728 Vendor Number: VF596000289005 Contract Number: G2O92 Federal Award Date: Amendment No.: 1 CFDA Number: N/A SAM/UEI Number: CFDA Title: N/A CSFA Number: 55.004 CSFA Title: Aviation Grant Program Page 1 of 8 Docusign Envelope ID: 2B635FD2-EA73-4FFB-9DB1-4071A3D1770B STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION AMENDMENT TO THE PUBLIC TRANSPORTATION GRANT AGREEMENT Form 725-000-03 STRATEGIC DEVELOPMENT OGC 10/25 Agency_Sign Invoice_Director_Sign FDOT_District_Sign *Exhibit I: Certification of Disbursement of Payment to Vehicle and/or Equipment Vendor *Additional Exhibit(s): 4. Project Cost. The estimated total cost of the Project is X increased/ decreased by $1,100,000 bringing the revised total cost of the project to $1,900,000. The Department’s participation is X increased/ decreased by $880,000. The Department agrees to participate in the Project cost up to the maximum amount of $1,520,000, and, additionally the Department’s participation in the Project shall not exceed 80.00% of the total eligible cost of the Project. Except as modified, amended, or changed by this Amendment, all of the terms and conditions of the Agreement and any amendments thereto shall remain in full force and effect. IN WITNESS WHEREOF, the Parties have executed this Amendment on the day and year written above. AGENCY City of Clearwater STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION By: By: Name: Name: Kelli Bradley, P.E. Title: Title: Director of Transportation Development STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION Legal Review: Martin Hernandez Page 2 of 8 Docusign Envelope ID: 2B635FD2-EA73-4FFB-9DB1-4071A3D1770B 12/10/2025 | 4:33 PM EST STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS Form 725-000-02 STRATEGIC DEVELOPMENT OGC 10/25 EXHIBIT A Project Description and Responsibilities A. Project Description (description of Agency’s project to provide context, description of project components funded via this Agreement (if not the entire project)): Parking Lot Expansion and Rehabilitation B. Project Location (limits, city, county, map): Clearwater Air Park/Clearwater, FL/Pinellas C. Project Scope (allowable costs: describe project components, improvement type/service type, approximate timeline, project schedule, project size): Design and construction of parking lot expansion at Clearwater Airpark. This project will rehab the current parking lot and allow us to design and construct to expand the existing parking lot. This project will include utility, earth moving, construction of parking lot, but no limited to Geotech, labor, draining, gating, asphalt, electrical, painting and permitting. This project also provides for the installation of a temporary modular office facility required to maintain Fixed Base Operator (FBO) operations during construction. Demolition of the existing terminal building will displace the current FBO operational space, and a temporary facility is necessary to ensure continuous and compliant airport operations throughout the duration of the construction activities. D. Deliverable(s): The project scope identifies the ultimate project deliverables. Deliverables for requisition, payment and invoice purposes will be the incremental progress made toward completion of project scope elements. Supporting documentation will be quantifiable, measurable, and verifiable, to allow for a determination of the amount of incremental progress that has been made, and provide evidence that the payment requested is commensurate with the accomplished incremental progress and costs incurred by the Agency. E. Unallowable Costs (including but not limited to): F. Transit Operating Grant Requirements (Transit Only): Transit Operating Grants billed as an operational subsidy will require an expenditure detail report from the Agency that matches the invoice period. The expenditure detail, along with the progress report, will be the required deliverables for Transit Operating Grants. Operating grants may be issued for a term not to exceed three years from execution. The original grant agreement will include funding for year one. Funding for years two and three will be added by amendment as long as the grantee has submitted all invoices on schedule and the project deliverables for the year have been met. Page 3 of 8 Docusign Envelope ID: 2B635FD2-EA73-4FFB-9DB1-4071A3D1770B Page 4 of 8 Docusign Envelope ID: 2B635FD2-EA73-4FFB-9DB1-4071A3D1770B STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS Form 725-000-02 STRATEGIC DEVELOPMENT OGC 10/25 EXHIBIT B Schedule of Financial Assistance FUNDS AWARDED TO THE AGENCY AND REQUIRED MATCHING FUNDS PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: A. Fund Type and Fiscal Year: Financial Management Number Fund Type FLAIR Category State Fiscal Year Object Code CSFA/ CFDA Number CSFA/CFDA Title or Funding Source Description Funding Amount 453898-1-94-01 453898-1-94-01 453898-1-94-01 453898-1-94-01 453898-1-94-01 DDR DPTO DPTO LF LF 088719 088719 088719 088719 088719 2026 2026 2024 2026 2024 751000 751000 751000 751000 751000 55.004 55.004 55.004 55.004 55.004 Aviation Grant Program Aviation Grant Program Aviation Grant Program Aviation Grant Program Aviation Grant Program $108,196.00 $771,804.00 $640,000.00 $220,000.00 $160,000.00 Total Financial Assistance $1,900,000.00 B. Estimate of Project Costs by Grant Phase: Phases* State Local Federal Totals State % Local % Federal % Land Acquisition $0.00 $0.00 $0.00 $0.00 0.00 0.00 0.00 Planning $0.00 $0.00 $0.00 $0.00 0.00 0.00 0.00 Environmental/ Design/ Construction $1,520,000.00 $380,000.00 $0.00 $1,900,000.00 80.00 20.00 0.00 Capital Equipment/ Preventative Maintenance $0.00 $0.00 $0.00 $0.00 0.00 0.00 0.00 Match to Direct Federal Funding $0.00 $0.00 $0.00 $0.00 0.00 0.00 0.00 Mobility Management (Transit Only) $0.00 $0.00 $0.00 $0.00 0.00 0.00 0.00 Totals $1,520,000.00 $380,000.00 $0.00 $1,900,000.00 *Shifting items between these grant phases requires execution of an Amendment to the Public Transportation Grant Agreement. Scope Code and/or Activity Line Item (ALI) (Transit Only) Common Name/UZA Name (Transit Only) BUDGET/COST ANALYSIS CERTIFICATION AS REQUIRED BY SECTION 216.3475, FLORIDA STATUTES: I certify that the cost for each line item budget category (grant phase) has been evaluated and determined to be allowable, reasonable, and necessary as required by Section 216.3475, Florida Statutes. Documentation is on file evidencing the methodology used and the conclusions reached. Raymond Clark Department Grant Manager Name Page 5 of 8 Docusign Envelope ID: 2B635FD2-EA73-4FFB-9DB1-4071A3D1770B STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS Form 725-000-02 STRATEGIC DEVELOPMENT OGC 10/25 Signature Date Page 6 of 8 Docusign Envelope ID: 2B635FD2-EA73-4FFB-9DB1-4071A3D1770B STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS Form 725-000-02 STRATEGIC DEVELOPMENT OGC 10/25 EXHIBIT D AGENCY RESOLUTION PLEASE SEE ATTACHED Page 7 of 8 Docusign Envelope ID: 2B635FD2-EA73-4FFB-9DB1-4071A3D1770B STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS Form 725-000-02 STRATEGIC DEVELOPMENT OGC 10/25 EXHIBIT G AUDIT REQUIREMENTS FOR AWARDS OF STATE FINANCIAL ASSISTANCE THE STATE RESOURCES AWARDED PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: SUBJECT TO SECTION 215.97, FLORIDA STATUTES:~ Awarding Agency: Florida Department of Transportation State Project Title: Aviation Grant Program CSFA Number: 55.004 *Award Amount: $1,520,000 *The award amount may change with amendments Specific project information for CSFA Number 55.004 is provided at: https://apps.fldfs.com/fsaa/searchCatalog.aspx COMPLIANCE REQUIREMENTS APPLICABLE TO STATE RESOURCES AWARDED PURSUANT TO THIS AGREEMENT: State Project Compliance Requirements for CSFA Number 55.004 are provided at: https://apps.fldfs.com/fsaa/searchCompliance.aspx The State Projects Compliance Supplement is provided at: https://apps.fldfs.com/fsaa/compliance.aspx Page 8 of 8 Docusign Envelope ID: 2B635FD2-EA73-4FFB-9DB1-4071A3D1770B FLORIDA DEPARTMENT OF TRANSPORTATION FUNDS APPROVAL G2O92 10/24/2025 CONTRACT INFORMATION FUNDS APPROVAL INFORMATION FUNDS APPROVED/REVIEWED FOR JASON ADANK, CPA, COMPTROLLER ON 10/24/2025 Action:Supplemental Reviewed or Approved:APPROVED Organization Code:55072020728 Expansion Option:A6 Object Code:751000 Amount:$880,000.00 Financial Project:45389819401 Work Activity (FCT):215 CFDA: Fiscal Year:2026 Budget Entity:55100100 Category/Category Year:088719/26 Amendment ID:S001 Sequence:00 User Assigned ID:1 Enc Line (6s)/Status:0002/04 Total Amount:$880,000.00 Contract:G2O92 Contract Type:GD - GRANT DISBURSEMENT (GRANT) Vendor Name:CITY OF CLEARWATER Vendor ID:F596000289005 Beginning Date of This Agreement:02/28/2024 Ending Date of This Agreement:06/30/2027 Contract Total/Budgetary Ceiling:ct = $1,520,000.00 Method of Procurement:G - GOVERMENTAL AGENCY (287.057,F.S.) Description:PARKING LOT EXPANSION AND REHABILITATION Page1 of 1 To: Raymond.Clark@dot.state.fl.us Docusign Envelope ID: 2B635FD2-EA73-4FFB-9DB1-4071A3D1770B Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1305 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Marine & Aviation Agenda Number: 9.2 SUBJECT/RECOMMENDATION: Approve a purchase order to and lease Agreement with Mobile Modular Management Corporation for the lease of one five-wide modular building to temporarily house Fixed Base Operator (FBO) operations at Clearwater Executive Airport during terminal and parking lot construction in the amount of $147,833.16 pursuant to City Code 2.563(1)(c), piggyback, and authorize the appropriate officials to execute same. (consent) SUMMARY: On January 12, 2023, City Council approved the Lease and Property Operating Agreement with FlyUSA to manage Clearwater Executive Airport, and subsequently approved amendments related to the redevelopment of the airport terminal and FBO facilities. As part of the ongoing terminal building and associated parking lot construction project, temporary facilities are required to ensure continuity of FBO operations and uninterrupted service to airport users during construction. To meet this operational need, the City proposes leasing one five-wide modular building from Mobile Modular Management Corporation. The modular building will serve as a temporary FBO facility for the duration of construction activities and will allow airport operations to continue safely and efficiently while permanent facilities are under construction. The proposed lease will be executed utilizing Suwannee County School District RFP No. 20-209, Type IIB Panelized Modular Buildings, a competitively solicited and publicly advertised Request for Proposals that was awarded by the Suwannee County School Board on February 25, 2020, with an effective date of July 1, 2020. The contract expressly allows other Florida public agencies to utilize the agreement through cooperative purchasing, consistent with Florida procurement requirements. Mobile Modular Management Corporation was awarded the contract under RFP No. 20-209 and remains an active vendor under the agreement. The Suwannee County School Board approved a three-year contract extension on May 27, 2025, extending the contract term and pricing through June 30, 2028. Pricing for the City’s proposed five-wide modular building lease is based directly on the unit pricing, delivery, installation, ramp, and removal rates established in the pricing schedules. The proposed monthly lease rate of $5,570.12, along with one-time delivery, installation, and removal costs, aligns with the pricing set forth in the competitively bid rates for similarly sized and configured modular buildings. Mobile Modular has provided a lease quotation confirming that the City of Clearwater’s authorization to piggyback Suwannee County School District RFP No. 20-209 and that the pricing offered to the City is consistent with, and in some cases discounted from, the competitively bid contract rates. The proposed lease term is 18 months, with a monthly rental cost of $5,570.12, one-time delivery and installation costs estimated at $27,350.00, and estimated removal and return costs of $20,221.00 at the conclusion of the lease term for a total of $147,833.16. This procurement approach provides pricing certainty, transparency, and compliance with city purchasing requirements while allowing the project schedule for the permanent terminal building to remain on track. APPROPRIATION CODE AND AMOUNT: Funding is available in capital improvement project 302-G2307 to cover this proposed lease; 80% reimbursement from FDOT and 20% reimbursement from Airport FBO FlyUSA. Page 1 City of Clearwater Printed on 1/9/2026 File Number: ID#25-1305 STRATEGIC PRIORITY: High Performing Government 1.2 Maintain public infrastructure and mobility systems through systematic management and investment. Economic & Housing Opportunity 2.2 Cultivate a business climate that supports aviation activity, private investment, and uninterrupted commercial operations. 2.3 Promote Clearwater as a premier destination by maintaining high-quality aviation facilities and services. Page 2 City of Clearwater Printed on 1/9/2026 Page 1 of 7 Quote # Q-573308 12/15/2025 8:33:10 AM Mobile Modular Management Corporation 1100 Highway 559 Auburndale, FL 33823 863-965-3700 www.mgrc.com Lease Quotation and Agreement Quote # Q-573308 Date of Quote 12/15/2025 Quote Expiration Date: 12/31/2025 Lease Term: 18 Months Lessee PO#: Lessee Name and Billing Address Site Information Lessor Name City Of Clearwater (“Lessee”) 1900 Grand Avenue Clearwater, FL 33765 Lori Vogel Phone: 1 (727) 562-4567 lori.vogel@myclearwater.com , Cell: Mobile Modular Management Corporation a Division of McGrath RentCorp ("Lessor") Questions? Contact: Kristy Elkins Direct Phone: (407) 960-9624 kristy.elkins@mobilemodular.com Equipment and Accessories Qty Monthly Rent Extended Rent Taxable Office, 60x56 DBPR (Item1761W) (Flexible Configuration Multiplex.Size excludes 4' towbar.) 1 $4,768.12 $4,768.12 N RNT, Ramp 2 $401.00 $802.00 N Equipment and Accessories Monthly Subtotal: $5,570.12 Charges Upon Delivery Qty Charge Each Total One Time Taxable Office, 60x56 DBPR (Item1761W) (Flexible Configuration Multiplex.Size excludes 4' towbar.) Delivery 5 $840.00 $4,200.00 N Block and Level Building 1 $19,975.00 $19,975.00 N Essential Material Handling Fee 5 $75.00 $375.00 N RNT, Install or Delivery 2 $1,400.00 $2,800.00 N Charges Upon Delivery Subtotal: $27,350.00 Charges Upon Return Qty Charge Each Total One Time Taxable Office, 60x56 DBPR (Item1761W) (Flexible Configuration Multiplex.Size excludes 4' towbar.) Return 5 $840.00 $4,200.00 N Prepare Equipment For Removal 1 $11,221.00 $11,221.00 N Cleaning Fee 5 $400.00 $2,000.00 N RNT, Removal 2 $1,400.00 $2,800.00 N Estimated Charges Upon Return Subtotal: $20,221.00 Total Estimated Charges Subtotal of Monthly Rent $5,570.12 Personal Property Expense $0.00 Taxes on Monthly Charges $0.00 Total Charges per Month (including tax) $5,570.12 Charges Upon Delivery (including tax) $27,350.00 Estimated Charges Upon Return (including tax)* $20,221.00 Estimated Initial Invoice* $32,920.12 *Charges upon return will be charged at Lessor’s then-current rates for lease terms greater than 12 months. City of Clearwater 1000 N. Hercules AveClearwater, FL 33765 (727) 562-4567 Page 2 of 7 Quote # Q-573308 12/15/2025 8:33:10 AM Mobile Modular Management Corporation 1100 Highway 559 Auburndale, FL 33823 863-965-3700 www.mgrc.com Lease Quotation and Agreement Quote # Q-573308 Date of Quote 12/15/2025 Quote Expiration Date: 12/31/2025 Lease Term: 18 Months Lessee PO#: Special Notes Additional Information • Quote is valid for 30 days. • Lessee's site must be dry, compacted, level and accessible by normal truck delivery. Costs to dolly, crane, forklift, etc. will be paid by Lessee. Unless noted, prices do not include permits, ramp removal, stairs, foundation systems, foundation system removal, temporary power, skirting, skirting removal, engineering, taxes or utility hookups. • Subject to equipment availability. Unless noted, equipment and related furnishings, finishes, accessories and appliances provided are previously leased and materials, dimensions, and specifications vary. Detailed specifications may be available upon request. • For lease transactions, Lessor reserves the right to substitute equal or better equipment prior to delivery without notice. • This transaction is subject to prior credit approval. Security deposit and payment in advance may be required. • Sales Tax will be calculated based on the tax rate at the time of invoicing. • Unless otherwise noted, prices do not include prevailing wages, Davis-Bacon wages, or other special or certified wages. Estimated Equipment Value The Estimated Equipment Value is listed below. Lessee is solely responsible for complying with all insurance requirements set forth in the Lease Terms and Conditions attached hereto. Equipment Description Qty Estimated Equipment Value (each) Office, 60x56 DBPR (Item1761W) 1 $226,650.00 Mobile Modular authorizes the City of Clearwater to piggyback our Bid/RFP 20-209 with the School Districtof Suwanee County, Florida. We have discounted our pricing to the city. See Section 3, Attachment C, item8 for the building items. See Attachment D for the ADA ramps and cleaning fee. Page 3 of 7 Quote # Q-573308 12/15/2025 8:33:10 AM Mobile Modular Management Corporation 1100 Highway 559 Auburndale, FL 33823 863-965-3700 www.mgrc.com Lease Quotation and Agreement Quote # Q-573308 Date of Quote 12/15/2025 Quote Expiration Date: 12/31/2025 Lease Term: 18 Months Lessee PO#: This Lease Quotation and Agreement is entered into by and between Lessor and Lessee effective as of the date signed by Lessee. This Lease Quotation and Agreement includes the terms and conditions set forth in the following two documents (collectively, the “Agreement”), each of which is incorporated herein by this reference: 1. Lease Terms and Conditions attached hereto; and 2. Supplemental Lease Terms and Conditions located at (https://www.mobilemodular.com/contractterms), as the same may be updated from time to time in the sole and absolute discretion of Lessor. 3. Supplemental Terms for Starlink Services and Starlink Kit located at (https://www.mobilemodular.com/contractterms), as the same may be updated from time to time in the sole and absolute discretion of Lessor, provided that such terms shall only apply in the event the Agreement includes the provision of Starlink broadband internet services. 4. Supplemental Terms for Broadband Services (Non-Starlink) located at (https://www.mobilemodular.com/contractterms), as the same may be updated from time to time in the sole and absolute discretion of Lessor, provided that such terms shall only apply in the event the Agreement includes the provision of non-Starlink broadband internet services. IN THE EVENT THE LESSOR AND LESSEE HAVE ENTERED INTO A MASTER LEASE AGREEMENT, THE TERMS OF SUCH MASTER LEASE AGREEMENT ARE INCORPORATED HEREIN BY THIS REFERENCE, ARE DEEMED A PART OF THIS AGREEMENT, AND TAKE PRECEDENCE OVER ANY CONFLICTING TERMS IN THIS AGREEMENT. By signing below, Lessee: (1) acknowledges and agrees that it has received, read and understands the terms of this Agreement and agrees to be bound by the terms of this Agreement, including prices and specifications, and (2) instructs Lessor to make appropriate arrangements for the preparation and delivery of the Equipment identified herein. This Agreement may be executed in one or more counterparts (including through the use of electronic signatures), each of which shall be deemed an original and all of which shall constitute one and the same Agreement. Upon execution of this Agreement, Lessor shall generate a Lease Agreement Number, which shall be referenced on all Lessor invoices. No document provided by Lessee, including, without limitation, Lessee’s purchase orders, work orders, bills of lading, or forms for receipt or acknowledgment or authorization (“Lessee Forms”), nor the terms and conditions associated with such Lessee Forms, shall amend, modify, supplement, waive, or release any term or condition of this Agreement (or the Master Lease Agreement, as applicable) even if such Lessee Forms are signed by an agent or representative of Lessor. The terms and conditions of this Agreement (or the Master Lease Agreement, as applicable) shall prevail over any Lessee Forms, and any inconsistent or additional terms and conditions in Lessee Forms shall be deemed void ab initio and of no force or effect. The individuals signing this Agreement affirm that they are duly authorized to execute this Agreement by and on behalf of the parties hereto. LESSOR: LESSEE: Mobile Modular Management Corporation a Division of McGrath RentCorp City Of Clearwater Signature: /InternalSigner/ Signature: /CustomerSigner/ Name: /InternalSignerName/ Name: /CustomerSignerName/ Title: /InternalSignerTitle/ Title: /CustomerSignerTitle/ Date: /InternalDateSigned/ Date: /CustomerDateSigned/ Page 4 of 7 Quote # Q-573308 12/15/2025 8:33:10 AM Mobile Modular Management Corporation 1100 Highway 559 Auburndale, FL 33823 863-965-3700 www.mgrc.com Lease Quotation and Agreement Quote # Q-573308 Date of Quote 12/15/2025 Quote Expiration Date: 12/31/2025 Lease Term: 18 Months Lessee PO#: Page 5 of 7 Quote # Q-573308 12/15/2025 8:33:10 AM Mobile Modular Management Corporation 1100 Highway 559 Auburndale, FL 33823 863-965-3700 www.mgrc.com Lease Quotation and Agreement Quote # Q-573308 Date of Quote 12/15/2025 Quote Expiration Date: 12/31/2025 Lease Term: 18 Months Lessee PO#: LEASE TERMS AND CONDITIONS 1. LEASE. Lessor agrees to lease to Lessee, and Lessee agrees to lease from Lessor, the Equipment (as defined below). The lease of any Equipment is governed by the terms of this Agreement. The Equipment is and shall remain the personal property of Seller. 2. TERMS. All capitalized terms used and not otherwise defined herein, will have the meanings set forth in this Agreement. As used in this Agreement, the following definitions shall apply: “Accessories” shall mean any additions, attachments, or accessories to the modular buildings, or ancillary services, provided by Lessor to Lessee and identified in this Agreement; “Equipment” shall mean the modular buildings, Accessories, and/or Services identified in this Agreement, together with any replacements, repairs, additions, attachments or accessories hereafter rented to Lessee under this Agreement. 3. PAYMENTS AND PRICE ADJUSTMENTS. Lessee agrees to pay to Lessor each payment specified herein on a net invoice basis. Payment terms are net due upon receipt unless otherwise agreed upon in writing. All payments due from Lessee pursuant to this Agreement shall be made by Lessee without any abatement or setoff of any kind whatsoever arising from any cause whatsoever. Prices will be increased by Lessor for unknown circumstances or conditions, including, but not limited to, driver waiting time, special transport permits, difficult site conditions and/or increases in fuel prices. 4. LEASE TERM; EARLY TERMINATION. The Lease Term and Monthly Rent, each of which are specified in this Agreement, shall commence on the date the Equipment is delivered to the Site (the "Start Rent Date”), unless a different date is mutually agreed upon in writing, and shall continue thereafter for the number of months specified in this Agreement as the Lease Term. Lessee agrees to pay the Total Charges per Month specified in this Agreement (as may be adjusted pursuant to Section 5 below) for each month during the Lease Term and any extensions thereof. A month is defined as thirty (30) calendar days; rent will be billed monthly unless otherwise specified in this Agreement (but rent shall be due and owing even in the absence of actual receipt by Lessee of an invoice or bill). In the event that Lessee terminates this Agreement prior to the expiration of the Lease Term, Lessor shall be entitled to charge an early termination fee, even if such termination occurs prior to delivery of the Equipment. Such fee shall be determined by Lessor, in its sole discretion, following the receipt of the termination request. Such early termination fee may include, but shall not be limited to, charges related to the preparation of the Equipment for delivery and/or the rental value of this Agreement. In no event shall any such early termination fee exceed the total value of this Agreement. Lessor shall not be liable to Lessee for any failure or delay in obtaining, delivering or setting up the Equipment. If Lessee delays delivery of the Equipment for any reason for thirty (30) days or longer from the original delivery date mutually agreed upon between both parties, Lessor may, in Lessor’s sole discretion, charge Lessee a monthly storage fee equal to the Monthly Rent starting on the original delivery date, and/or terminate this Agreement, subject to the early termination provisions set forth above. 5. EXTENSION OF LEASE TERM. Upon expiration of the initial Lease Term set forth in this Agreement, the lease of the Equipment shall automatically be extended on a month-to-month basis until the Equipment is returned to Lessor. This Agreement does not expire and the terms and conditions hereof shall remain in full force and effect for any extension of the Lease Term, unless otherwise agreed upon by Lessor and Lessee in writing. Lessor may periodically revise the Total Charges per Month from those reflected in this Agreement if the lease of the Equipment is extended beyond the initial Lease Term. If the lease of the Equipment is extended beyond the initial Lease Term, Lessor may revise the charges for the Charges Upon Return from those specified in this Agreement to reflect Lessor’s then-current market rates for such services. 6. PREPARATION FOR REMOVAL OF THE EQUIPMENT. Prior to the scheduled removal of the Equipment, Lessee shall, at a minimum: (a) provide clear access to the Equipment for Lessor to dismantle and remove the Equipment from the Site by industry-standard trucking methods; (b) disconnect all utilities; (c) remove all personal property of Lessee’s from the Equipment; and (d) in the case of Equipment that includes plumbing, flush the plumbing lines clean and ensure that no foreign matter remains in any fixtures. Plumbing must be properly disconnected by Lessee at its sole cost and expense. Lessee will be responsible for costs of repair required by improper plumbing disconnection to the extent that the Equipment is damaged. Any components, parts or accessories supplied by Lessor must be returned with the Equipment. In the event that Lessee fails to meet the requirements herein, additional charges may be incurred by Lessee for additional labor, waiting time, or dry-runs in the event that Lessor is unable to return the Equipment as scheduled. 7. RETURN OF EQUIPMENT. Lessee must provide a minimum of thirty (30) days prior, written notice to Lessor when requesting to return the Equipment. Lessee is responsible for complying with the requirements set forth in the “Preparation for Removal of the Equipment” section of these Lease Terms and Conditions. Unless otherwise agreed upon by Lessor in writing, Lessee shall continue to be responsible for payment of the Total Charges per Month set forth in this Agreement (as may be adjusted pursuant to Section 5 hereto) until return of the Equipment to Lessor is completed. The Total Charges per Month will be prorated in one-half (1/2) month increments only. If the Equipment is returned within the first fifteen (15) days of the billing period, Lessee shall be responsible for paying half of the Total Charges per Month; if Equipment is returned between the sixteenth (16th) and thirtieth (30th) days of the billing period, Lessee shall be responsible for paying the entire amount of the Total Charges per Month. The charges reflected in this Agreement for Charges Upon Return will be adjusted for any Lease Term longer than twelve (12) months or if the Lease is extended beyond the initial Lease Term, pursuant to Section 5. 8. WARRANTIES; DISCLAIMER. Lessor warrants to Lessee that the Equipment, when delivered and set up and under normal use and regular service and maintenance by Lessee, shall be free from major defects in materials and workmanship that prevent any normal use and operation. Accessories supplied by Lessor pursuant to this Agreement but not owned by Lessor shall not be subject to the foregoing warranty, but shall carry the applicable warranty of the Accessory owner, which Lessor hereby assigns to Lessee to the extent transferable. Lessor’s liability under this warranty shall be limited to the replacement or repair of the defective Equipment (during Lessor’s normal working hours), at Lessor’s option; provided, however, that Lessee shall provide written notice of any failure or defect to Lessor within four (4) days after discovery, and within the applicable warranty period, and failure to provide such notice in a timely manner may result in a limitation of this warranty at Lessor’s sole option. If Lessee does not grant clear, unobstructed access for any such repairs between 8:00 a.m. and 5:00 p.m., Monday through Friday, Lessee shall bear the cost of repair rates for labor at the applicable overtime rates. This warranty does not Page 6 of 7 Quote # Q-573308 12/15/2025 8:33:10 AM Mobile Modular Management Corporation 1100 Highway 559 Auburndale, FL 33823 863-965-3700 www.mgrc.com Lease Quotation and Agreement Quote # Q-573308 Date of Quote 12/15/2025 Quote Expiration Date: 12/31/2025 Lease Term: 18 Months Lessee PO#: extend to any Equipment subjected to improper application, damaged by accident or abuse, or repaired or altered outside of Lessor’s facilities without prior written authorization from Lessor. THE EXPRESS WARRANTIES CONTAINED IN THIS AGREEMENT ARE LESSOR’S SOLE AND EXCLUSIVE WARRANTIES WITH RESPECT TO THE EQUIPMENT AND SERVICES, AND ARE IN LIEU OF AND EXCLUDE ALL OTHER WARRANTIES, GUARANTEES, PROMISES, AFFIRMATION OR REPRESENTATIONS OF ANY KIND, EXPRESSED OR IMPLIED, WHICH MAY BE DEEMED APPLICABLE TO THE EQUIPMENT OR SERVICES, INCLUDING WITHOUT LIMITATION, THE CONDITION OF THE EQUIPMENT, ITS MERCHANTABILITY OR ITS FITNESS FOR ANY PARTICULAR PURPOSE, ANY WARRANTY AGAINST INFRINGEMENT OR AS TO TITLE, WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OR TRADE OR ANY OTHER MATTER. EXCEPT AS EXPRESSLY SET FORTH IN THIS SECTION, ALL EQUIPMENT AND SERVICES ARE BEING PROVIDED “AS IS”, “WHERE IS, WITH ALL FAULTS”. LESSOR SPECIFICALLY DISCLAIMS ANY WARRANTY, GUARANTY OR REPRESENTATION, ORAL OR WRITTEN, PAST OR PRESENT, THERETO. LESSEE HAS SELECTED ALL EQUIPMENT FOR LESSEE’S INTENDED USE AND RECOGNIZES THAT LESSOR IS NOT A DESIGNER OR MANUFACTURER OF ANY EQUIPMENT. 9. TAXES. Lessee agrees to be responsible for all charges, fees and taxes (local, state and federal) levied or assessed upon Lessee or Lessor relating to the ownership, leasing, rental, sale, possession, use or operation of the Equipment (including, without limitation, sales, use and personal property taxes); provided, however, that the foregoing obligation shall not apply to any local, state or federal income tax assessed against the Lessor as a result of this Agreement which shall continue to be the obligation of Lessor. Lessee shall pay all such taxes for which it is responsible to the appropriate taxing authorities or, if directed or invoiced by Lessor, pay such amounts to Lessor for remittance by Lessor to the appropriate taxing authorities. 10. LOSS OR DAMAGE. Upon delivery and until the Equipment is removed from the Site by Lessor or its authorized agent, Lessee assumes all risk of loss or damage to the Equipment. Should any Equipment damaged be capable of repair, the Equipment shall be repaired and restored to its condition existing prior to such damage, at Lessee’s sole cost and expense. In the event any of the Equipment is damaged beyond repair or is lost, stolen or wholly destroyed, this Agreement shall cease and terminate as to such Equipment as of the date of the event, accident or occurrence causing such loss or destruction, and Lessee shall pay Lessor within forty-five (45) days thereafter, an amount equal to the full replacement value of the Equipment, which payment obligation shall survive the termination of this Agreement. 11. INSURANCE. Lessee shall procure and maintain, at its sole expense (including all premiums, deductibles and self-insured retentions), (i) property insurance covering the loss, theft, destruction, or damage to the Equipment in an amount not less than the full replacement value thereof (and with a deductible no higher than $25,000), naming Lessor as loss payee of the proceeds, and (ii) commercial general liability insurance (minimum of $1,000,000 per occurrence and $2,000,000 in the aggregate) (and with a deductible no higher than $25,000), naming Lessor and its designees as additional named insureds. Lessee's insurance shall be primary and non-contributory to any insurance maintained by Lessor or any other additional insureds or additional named insureds. The liability insurance policy shall contain coverage for all contractual indemnity obligations of Lessee set forth in this Agreement, cross-liability and waiver of subrogation provisions in favor of Lessor and any other additional insureds. All evidence of all required insurance shall be in a form reasonably acceptable to Lessor and with a company having an A.M. Best rating of A- (VII) or better, and shall not be subject to cancellation without thirty (30) days’ prior written notice to Lessor. Lessee shall provide to Lessor insurance certificates and endorsements (including without limitation, additional insured and loss payee endorsements) evidencing compliance with the insurance requirements of this Agreement (including without limitation, the deductible amounts and waiver of subrogation) prior to delivery of the Equipment and shall maintain all required insurance coverage until the Equipment is returned to Lessee. Lessor will not and does not provide insurance for any of Lessee’s personal property that may be in or on any Equipment. 12. INDEMNIFICATION AND LIMITATION OF LIABILITY. (a) LESSEE ON BEHALF OF ITSELF, ITS SUCCESSORS, ASSIGNS, PARENTS, SUBSIDIARIES, VENDORS, SUBCONTRACTORS, AND AFFILIATES, AND THEIR RESPECTIVE REPRESENTATIVES, DIRECTORS, OFFICERS, MANAGERS, VENDORS, MEMBERS, SHAREHOLDERS, PARTNERS, CONTRACTORS, EMPLOYEES, AGENTS, AND ASSIGNS (EACH, A “LESSEE PARTY,” AND COLLECTIVELY, THE “LESSEE PARTIES”) SHALL INDEMNIFY, DEFEND, RELEASE, AND HOLD HARMLESS LESSOR, ITS SUCCESSORS, ASSIGNS, PARENTS, SUBSIDIARIES, VENDORS, CONTRACTORS, AND AFFILIATES, AND THEIR RESPECTIVE REPRESENTATIVES, DIRECTORS, OFFICERS, MANAGERS, VENDORS, MEMBERS, SHAREHOLDERS, PARTNERS, CONTRACTORS, EMPLOYEES, AGENTS, AND ASSIGNS (EACH A "LESSOR INDEMNIFIED PARTY,” AND COLLECTIVELY, THE “LESSOR INDEMNIFIED PARTIES”) FROM AND AGAINST ANY AND ALL LOSSES, FEES, COSTS, EXPENSES, CLAIMS, LIABILITIES, DAMAGES, PENALTIES, FINES, FORFEITURES, AND SUITS (INCLUDING COSTS OF DEFENSE, SETTLEMENT AND REASONABLE ATTORNEYS’ FEES, ENVIRONMENTAL CONSULTANTS AND EXPERT WITNESS FEES AT TRIAL AND ON APPEAL) (COLLECTIVELY, “LOSSES”) RELATING TO, ARISING OUT OF OR IN CONNECTION WITH: (1) ANY BREACH OR NON-FULFILLMENT OF ANY COVENANT, AGREEMENT, OR OBLIGATION TO BE PERFORMED BY LESSEE PURSUANT TO THIS AGREEMENT, OR ANY INACCURACY IN OR BREACH OF ANY OF THE REPRESENTATIONS OF LESSEE SET FORTH IN THIS AGREEMENT; (2) THE OCCURRENCE OF ANY EVENT SET FORTH IN SECTION 13; (3) THE SELECTION, USE, POSSESSION, DELIVERY, RENTING, LEASING, SUBLEASING, OPERATION, TRANSPORT, MAINTENANCE, CONDITION, REPAIR, REPLACEMENT, REPOSSESSION, RETURN OR STORAGE OF ANY EQUIPMENT OR ANY SERVICES; (4) ANY FAILURE BY ANY LESSEE PARTY TO COMPLY WITH ANY APPLICABLE LAW IN CONNECTION WITH ANY EQUIPMENT OR THE SERVICES OR THIS AGREEMENT; (5) ANY DEATH OR BODILY INJURY TO ANY PERSON OR DESTRUCTION OR DAMAGE TO ANY PROPERTY TO WHICH THE ACTS OR OMISSIONS OF A LESSEE PARTY CONTRIBUTED; OR (6) ANY NEGLIGENT OR INTENTIONAL ACT OR OMISSION OF ANY LESSEE PARTY FOR ANY ACTION RELATED TO OR ANY USE OF ANY EQUIPMENT. THIS INDEMNITY SHALL APPLY EVEN IF SAID LOSSES ARE OCCASIONED, BROUGHT ABOUT OR CAUSED BY THE CONCURRENT NEGLIGENCE OF ANY LESSOR INDEMNIFIED PARTY, UNLESS A COURT OF COMPETENT JURISDICTION SHOULD DETERMINE THAT THE LOSSES WERE PROXIMATELY CAUSED BY THE SOLE NEGLIGENCE OR WILLFUL ACTS OR OMISSIONS OF A LESSOR INDEMNIFIED PARTY. IF THE FOREGOING Page 7 of 7 Quote # Q-573308 12/15/2025 8:33:10 AM Mobile Modular Management Corporation 1100 Highway 559 Auburndale, FL 33823 863-965-3700 www.mgrc.com Lease Quotation and Agreement Quote # Q-573308 Date of Quote 12/15/2025 Quote Expiration Date: 12/31/2025 Lease Term: 18 Months Lessee PO#: OBLIGATIONS ARE NOT ENFORCEABLE AGAINST LESSEE UNDER APPLICABLE LAW, LESSEE AGREES TO INDEMNIFY, DEFEND, RELEASE AND HOLD HARMLESS LESSOR INDEMNIFIED PARTIES FROM AND AGAINST ANY AND ALL LOSSES TO THE FULLEST EXTENT PERMITTED BY APPLICABLE LAW, INCLUDING, WITHOUT LIMITATION, TO THE EXTENT OF THE ACTS OR OMISSIONS OF THE LESSEE PARTIES’ NEGLIGENT OR WORSE CONDUCT. THIS INDEMNIFICATION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. (b) TO THE FULLEST EXTENT NOT PROHIBITED BY LAW, LESSOR’S LIABILITY, IF ANY, SHALL BE LIMITED TO THE VALUE OF RENTAL FEES AND ALL OTHER AMOUNTS PAID BY LESSEE AND RECEIVED BY LESSOR UNDER THIS AGREEMENT FOR THE EQUIPMENT AND/OR SERVICES, AND LESSOR SHALL HAVE NO LIABILITY TO LESSEE OR ANY THIRD-PARTY FOR ANY INDIRECT, SPECIAL, INCIDENTAL OR CONSEQUENTIAL DAMAGES WHETHER BASED ON CONTRACT, TORT (INCLUDING NEGLIGENCE), STRICT LIABILITY OR OTHERWISE. 13. EVENTS OF DEFAULT; REMEDIES. Each of the following shall constitute an "Event of Default": (1) failure by Lessee to make any payment within ten (10) days after its due date; (2) failure by Lessee to perform any other obligation under this Agreement, and the continuance of such default for ten (10) days after written notice thereof by Lessor to Lessee; (3) any material misrepresentation or false statement of fact by Lessee; (4) the loss, theft, damage, destruction or the attempted sale or encumbrance by Lessee of any of the Equipment; or (5) Lessee’s dissolution, termination of existence, discontinuance of business, insolvency, or the commencement of any bankruptcy proceedings by or against, Lessee. Lessee acknowledges that any Event of Default will substantially impair the lease value of the Equipment hereof. Upon the occurrence of any Event of Default, Lessor may, without notice, exercise one or more of the following remedies: (1) declare all unpaid payments under this Agreement to be immediately due and payable; (2) terminate this Agreement as to any or all items of the Equipment; (3) take possession of the Equipment wherever found, and for this purpose enter upon any premises of Lessee and remove the Equipment, without any liability to Lessee; (4) direct Lessee at its expense to promptly prepare the Equipment for pickup by Lessor; (5) proceed by appropriate action either in law or in equity to enforce performance by Lessee of the terms of this Agreement or to recover damages for the breach hereof, including attorneys’ fees and any other expenses paid or incurred by Lessor in connection with the repossession of the Equipment; (6) apply the security deposit specified in this Agreement (“Security Deposit”) to payment of Lessor’s costs, expenses and attorney fees in enforcing the terms of this Agreement and to indemnify Lessor against any damages sustained by Lessor; and/or (7) recover the replacement cost of any Equipment which Lessor is unable to repossess.. Lessor’s waiver of any Event of Default shall not constitute a waiver of any other Event of Default or of any term or condition of this Agreement. No right or remedy referred to herein is intended to be exclusive and each may be exercised concurrently or separately and from time to time. In the event of repossession, Lessee waives any bond posting requirement. Lease Terms and Conditions, Rev. 07/01/2022 May 1, 2025 Ronnie Gray Superintendent of Schools Suwannee County School District 1740 Ohio Avenue, South Live Oak, FL 32064 Dear Superintendent Gray: We would like to request a 3-year extension per the terms of RFP 20-209. The extension would start July 1, 2025, and end June 30, 2028. I have reviewed the pricing for RFP 20-209 and have provided updated pricing for your review. Updated pricing would take effect July 1, 2025. We are thankful for our relationship with The Suwannee County School District and look forward to continuing to serve the district. Please let me know if you have any questions or need any further information. Regards, Wes Kent Wes Kent Regional Sales Manager Mobile Modular (727) 798-2488 The School District of Suwannee County, Florida Request For Proposal (RFP) RFP #20-209 ATTACHMENT “A” - RFP Modular Unit and Accessory PURCHASE COST Bid Form Type IIB Panelized Modular Units (Items per RFP Specifications) ITEM DESCRIPTION AMOUNT Item 1: Type IIB Panelized 24’x36’ Classroom Unit; (130 MPH Wind Load) 1. Without restroom $151,000.00 2. With one (1) restroom $155,750.00 3. Cost of delivery to site $3,750.00 4. Cost for block, level and anchoring $6,000.00 [Type here] Note ALL Variations to Bid Documents: What was Specified What is Proposed Reasoning End of Attachment “A”, Modular Unit Purchase Bid Form (Also refer to Attachment “B”, Modular Unit Rental Bid Form) Piggyback Bid prices will be per Attachments “C” and “D”. __________________________________________________ SUWANNEE COUNTY PUBLIC SCHOOLS RFP 20-209 Effective July 1, 2025 Page 1 of 2 The School District of Suwannee County, Florida Request For Proposal (RFP) RFP #20-209 ATTACHMENT “B” - RFP Modular Unit and Accessory RENTAL COST Bid Form Type IIB Panelized Modular Units (Items per RFP Specifications) ITEM DESCRIPTION AMOUNT Item 1: Type IIB Panelized 24’x36’ Classroom Unit; (130 MPH Wind Load) 5. Without restroom $1,450.00 6. With one (1) restroom $1,500.00 7. Cost of delivery to site $3,750.00 8. Cost for block, level and anchoring $6,000.00 9. Cost of dismantle at end of lease $4,700.00 10. Cost for return deliver to vendor $3,750.00 Note ALL Variations to Bid Documents: What was Specified What is Proposed Reasoning End of Attachment “B”, Modular Unit Rental Bid Form (Also refer to Attachment “A”, Modular Unit Purchase Bid Form) Piggyback Bid prices will be per Attachments “C” and “D”. __________________________________________________ SUWANNEE COUNTY PUBLIC SCHOOLS RFP 20-209 Effective July 1, 2025 Page 2 of 2 The School District of Suwannee County, Florida RFP 20-209 Attachment "C" - Other Modular Buildings Included in Bid Section 1 Used Panelized Buildings Mobile Modular in Fleet Product 1 Description - 24'x36' Campus Maker Hybrid Style Classroom Unit Price Purchase Price (without restroom)120,800.00$ Purchase Price (with restroom)124,600.00$ Rental Price per month (without restroom)1,667.00$ Rental Price per month (with restroom)1,725.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *7,500.00$ Dismantle cost at end of lease *5,875.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile 2 Description - 24'x36' Campus Maker Classroom (140 MPH w/ Impact Windows)Unit Price Purchase Price (without restroom)124,700.00$ Purchase Price (with restroom)128,400.00$ Rental Price per month (without restroom)1,782.00$ Rental Price per month (with restroom)1,840.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *7,500.00$ Dismantle cost at end of lease *5,875.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile 3 Item Description - 24'x36' Campus Maker Classroom (146 MPH w/ Impact Windows)Unit Price Purchase Price (without restroom)128,550.00$ Purchase Price (with restroom)132,300.00$ Rental Price per month (without restroom)2,012.00$ Rental Price per month (with restroom)2,070.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *7,500.00$ Dismantle cost at end of lease *5,875.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile 4 Item Description - 36'x36' Campus Maker Hybrid Style Multipurpose Building Unit Price Purchase Price (without restroom)219,000.00$ Purchase Price (with one restroom)222,000.00$ Purchase Price (with two restrooms)227,000.00$ Rental Price per month (without restroom)3,220.00$ Rental Price per month (with one restroom)3,335.00$ Rental Price per month (with two restrooms)3,450.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *15,000.00$ Dismantle cost at end of lease *10,250.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile * Shipping and installation/dismantle sites over 250 miles from Auburndale, FL are subject to haulage and Installation/dismantle per diem. Suwannee County Public Schools RFP 20-209 Effective July 1, 2025 1 The School District of Suwannee County, Florida RFP 20-209 Attachment "C" - Other Modular Buildings Included in Bid Section 1 Continued 5 Item Description - 48'x36' Campus Maker Hybrid Style Multipurpose Building Unit Price Purchase Price (without restroom)271,000.00$ Purchase Price (with one restroom)275,000.00$ Purchase Price (with two restrooms)280,000.00$ Rental Price per month (without restroom)4,750.00$ Rental Price per month (with one restroom)4,875.00$ Rental Price per month (with two restrooms)5,000.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *20,000.00$ Dismantle cost at end of lease *13,625.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile 6 Item Description - 12'x36' Campus Maker Hybrid Style Men's Restroom Building Unit Price Purchase Price 192,000.00$ Rental Price per month 4,375.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *6,875.00$ Dismantle cost at end of lease *5,500.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile 7 Item Description - 12'x36' Campus Maker Hybrid Style Women's Restroom Building Unit Price Purchase Price 229,000.00$ Rental Price per month 4,375.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *6,875.00$ Dismantle cost at end of lease *5,500.00$ Return delivery to MMMC at end if lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile 8 Item Description - 12'x36' Campus Maker Hybrid Style Women's/Men's Combo Restroom Unit Price Purchase Price 215,000.00$ Rental Price per month 4,375.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *6,875.00$ Dismantle cost at end of lease *5,500.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile 9 Description - 24'x36' Campus Maker "Eco 1" Classroom (2" Panel Exterior, 186 Vult)Unit Price Purchase Price (without restroom)170,000.00$ Purchase Price (with restroom)174,000.00$ Rental Price per month (without restroom)2,660.00$ Rental Price per month (with restroom)2,750.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *7,500.00$ Dismantle cost at end of lease *5,875.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile * Shipping and installation/dismantle sites over 250 miles from Auburndale, FL are subject to haulage and Installation/dismantle per diem. Suwannee County Public Schools RFP 20-209 Effective July 1, 2025 2 The School District of Suwannee County, Florida RFP 20-209 Attachment "C" - Other Modular Buildings Included in Bid Section 2 Steel Frame Type IIB Buildings (Steel, Hardipanel or Panel Exterior) Mobile Modular in Fleet Product 1 Item Description - 24'x36' Standard IIB Classroom Unit Price Purchase Price (without restroom)158,025.00$ Purchase Price (with restroom)162,275.00$ Rental Price per month (without restroom)1,805.00$ Rental Price per month (with restroom)1,855.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *7,500.00$ Dismantle cost at end of lease *5,875.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile 2 Item Description - 24'x36' Single Slope/Side Stacking Classroom Unit Price Purchase Price (without restroom)159,043.00$ Purchase Price (with restroom)163,293.00$ Rental Price per month (without restroom)1,815.00$ Rental Price per month (with restroom)1,865.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *7,500.00$ Dismantle cost at end of lease *5,875.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile 3 Item Description - 24'x36' Campus Maker Hybrid Style (140 MPH)Unit Price Purchase Price (without restroom)188,000.00$ Purchase Price (with restroom)193,000.00$ Rental Price per month (without restroom)2,060.00$ Rental Price per month (with restroom)2,110.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *7,500.00$ Dismantle cost at end of lease *5,875.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile 4 Item Description - 24'x36' Campus Maker Hybrid Style (146 MPH/W-Impact)Unit Price Purchase Price (without restroom)193,600.00$ Purchase Price (with restroom)198,500.00$ Rental Price per month (without restroom)2,110.00$ Rental Price per month (with restroom)2,160.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *7,500.00$ Dismantle cost at end of lease *5,875.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile * Shipping and installation/dismantle sites over 250 miles from Auburndale, FL are subject to haulage and Installation/dismantle per diem. Suwannee County Public Schools RFP 20-209 Effective July 1, 2025 3 The School District of Suwannee County, Florida RFP 20-209 Attachment "C" - Other Modular Buildings Included in Bid Section 2 Continued 5 Item Description - 36'x36' Classroom/Multipurpose Campus Maker Hybrid Style Unit Price Purchase Price (without restroom)281,000.00$ Purchase Price (with one restroom)286,000.00$ Purchase Price (with two restrooms)291,000.00$ Rental Price per month (without restroom)4,370.00$ Rental Price per month (with one restroom)4,430.00$ Rental Price per month (with two restrooms)4,600.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *15,000.00$ Dismantle cost at end of lease *10,250.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile 6 Item Description - 36'x36' Classroom/Multipurpose Campus Maker (146MPH/W-Impact)Unit Price Purchase Price (without restroom)286,000.00$ Purchase Price (with one restroom)291,000.00$ Purchase Price (with two restrooms)295,500.00$ Rental Price per month (without restroom)4,430.00$ Rental Price per month (with one restroom)4,490.00$ Rental Price per month (with two restrooms)4,700.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *15,000.00$ Dismantle cost at end of lease *10,250.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile 7 Item Description - 36'x56' Classroom/Multipurpose (Steel Exterior)Unit Price Purchase Price (without restroom)355,000.00$ Purchase Price (with one restroom)360,000.00$ Purchase Price (with two restrooms)366,000.00$ Rental Price per month (without restroom)5,750.00$ Rental Price per month (with one restroom)5,800.00$ Rental Price per month (with two restrooms)5,900.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *20,625.00$ Dismantle cost at end of lease *13,750.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile 8 Item Description - 48'x36' Classroom/Multipurpose Campus Maker Hybrid Style Unit Price Purchase Price (without restroom)331,000.00$ Purchase Price (with one restroom)336,000.00$ Purchase Price (with two restrooms)341,000.00$ Rental Price per month (without restroom)5,900.00$ Rental Price per month (with one restroom)6,000.00$ Rental Price per month (with two restrooms)6,100.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *20,000.00$ Dismantle cost at end of lease *13,625.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile Suwannee County Public Schools RFP 20-209 Effective July 1, 2025 4 The School District of Suwannee County, Florida RFP 20-209 Attachment "C" - Other Modular Buildings Included in Bid Section 2 Continued 9 Item Description - 48'x36' Classroom/Multipurpose Campus Maker (146MPH/W-Impact)Unit Price Purchase Price (without restroom)336,500.00$ Purchase Price (with one restroom)341,400.00$ Purchase Price (with two restrooms)346,000.00$ Rental Price per month (without restroom)5,960.00$ Rental Price per month (with one restroom)6,000.00$ Rental Price per month (with two restrooms)6,100.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *20,000.00$ Dismantle cost at end of lease *13,625.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile 10 Item Description - 24'x56' Office Building (Type IIB Construction)Unit Price Purchase Price (with two restrooms)255,000.00$ Rental Price per month (with two restrooms)4,370.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *7,625.00$ Dismantle cost at end of lease *5,500.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile 11 Item Description - 24'x60' Classroom (Two 12' Wide Floors)Unit Price Purchase Price (without restroom)243,000.00$ Purchase Price (with two restroom)252,000.00$ Rental Price per month (without restroom)4,200.00$ Rental Price per month (with two restrooms)4,400.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *7,625.00$ Dismantle cost at end of lease *5,500.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile 12 Item Description - 12'x30' Men's/Women's Combination Restroom Building Unit Price Purchase Price 132,500.00$ Rental Price per month 3,340.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *4,625.00$ Dismantle cost at end of lease *3,700.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile 13 Item Description - 12'x42' Men's/Women's Combination Restroom Building Unit Price Purchase Price 166,000.00$ Rental Price per month 4,500.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *5,400.00$ Dismantle cost at end of lease *4,000.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile Suwannee County Public Schools RFP 20-209 Effective July 1, 2025 5 The School District of Suwannee County, Florida RFP 20-209 Attachment "C" - Other Modular Buildings Included in Bid Section 2 Continued 14 Item Description - 24'x36' Men's/Women's Combination Restroom Building Unit Price Purchase Price 274,000.00$ Rental Price per month 6,500.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *7,500.00$ Dismantle cost at end of lease *5,875.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile 15 Item Description - 24'x40' Men's/Women's Combination Restroom Building Unit Price Purchase Price 293,000.00$ Rental Price per month 7,900.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *8,100.00$ Dismantle cost at end of lease *6,250.00$ Return delivery to MMMC at end if lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile 16 Item Description - 12'x36' Men's Campus Maker (Hardipanel) Restroom Building Unit Price Purchase Price 170,000.00$ Rental Price per month 3,700.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *6,400.00$ Dismantle cost at end of lease *5,500.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile 17 Item Description - 12'x36' Women's Campus Maker (Hardi) Restroom Building Unit Price Purchase Price 179,000.00$ Rental Price per month 3,900.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *6,400.00$ Dismantle cost at end of lease *5,500.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile 18 Item Description - 12'x36' Women's/Men's Combination Campus Maker (Hardi) Restroom Unit Price Purchase Price 168,500.00$ Rental Price per month 4,100.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *6,400.00$ Dismantle cost at end of lease *5,500.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile 19 Item Description - Approximately 1300 square feet Multipurpose Building Unit Price Purchase Price 299,000.00$ Rental Price per month 6,000.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *14,000.00$ Dismantle cost at end of lease *10,250.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile Restrooms (additional purchase amount per restroom)11,900.00$ Restrooms (additional monthly rental amount per restroom)170.00$ Suwannee County Public Schools RFP 20-209 Effective July 1, 2025 6 The School District of Suwannee County, Florida RFP 20-209 Attachment "C" - Other Modular Buildings Included in Bid Section 2 Continued 20 Item Description - Approximately 2000 square feet Multipurpose Building Unit Price Purchase Price 385,000.00$ Rental Price per month 10,000.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *22,500.00$ Dismantle cost at end of lease *20,000.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile Restrooms (additional purchase amount per restroom)11,900.00$ Restrooms (additional monthly rental amount per restroom)170.00$ 21 Item Description - Approximately 3000 square feet Multipurpose Building Unit Price Purchase Price 550,000.00$ Rental Price per month 13,100.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *33,700.00$ Dismantle cost at end of lease *24,000.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile Restrooms (additional purchase amount per restroom)11,900.00$ Restrooms (additional monthly rental amount per restroom)170.00$ 22 Item Description - 48'x56' Multipurpose Building Unit Price Purchase Price 549,000.00$ Rental Price per month 8,500.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *25,300.00$ Dismantle cost at end of lease *21,250.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile 23 Description - 24'x36' Campus Maker "Eco 2" Classroom (2" Panel Exterior, 186 Vult)Unit Price Purchase Price (without restroom)217,000.00$ Purchase Price (with restroom)222,000.00$ Rental Price per month (without restroom)3,100.00$ Rental Price per month (with restroom)3,300.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *7,500.00$ Dismantle cost at end of lease *5,875.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile * Shipping and installation/dismantle sites over 250 miles from Auburndale, FL are subject to haulage and Installation/dismantle per diem. Suwannee County Public Schools RFP 20-209 Effective July 1, 2025 7 The School District of Suwannee County, Florida RFP 20-209 Attachment "C" - Other Modular Buildings Included in Bid Section 2 Continued 24 Description - 24' x 36' "Xpand First-Story" Classroom (with Second Story Capabilities) *Unit Price Purchase Price (without restroom)220,000.00$ Purchase Price (with restroom)225,000.00$ Purchase Price (with male group restroom)235,000.00$ Purchase Price (with female group restroom)238,000.00$ Purchase Price (with female 3 fixture group restroom)240,000.00$ Rental Price per month (without restroom)4,000.00$ Rental Price per month (with restroom)4,150.00$ Rental Price (with male group restroom)4,600.00$ Rental Price (with female group restroom)4,600.00$ Rental Price (with female 3 fixture group restroom)4,600.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *TBD based on site conditions and requirements Dismantle cost at end of lease *TBD based on site conditions and requirements Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile 25 Description - 24' x 36' "Xpand Second-Story" Classroom (Placement above 1st Story) *Unit Price Purchase Price (without restroom)220,000.00$ Purchase Price (with restroom)225,000.00$ Purchase Price (with male group restroom)235,000.00$ Purchase Price (with female group restroom)238,000.00$ Purchase Price (with female 3 fixture group restroom)240,000.00$ Rental Price per month (without restroom)4,000.00$ Rental Price per month (with restroom)4,150.00$ Rental Price (with male group restroom)4,600.00$ Rental Price (with female group restroom)4,600.00$ Rental Price (with female 3 fixture group restroom)4,600.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *TBD based on site conditions and requirements Dismantle cost at end of lease *TBD based on site conditions and requirements Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile * Regarding Items 24 & 25: Accessories, options and additional services will be negotiated at time of order based on scope of work and delineation of responsibility for the project. * Shipping and installation/dismantle sites over 250 miles from Auburndale, FL are subject to haulage and Installation/dismantle per diem. 26 Item Description - 12'x36' Office Building (Type IIB Construction)Unit Price Purchase Price 88,500.00$ Rental Price per month 1,200.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *5,000.00$ Dismantle cost at end of lease *3,800.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile Suwannee County Public Schools RFP 20-209 Effective July 1, 2025 8 The School District of Suwannee County, Florida RFP 20-209 Attachment "C" - Other Modular Buildings Included in Bid Section 3 Wood Frame Type V Buildings Mobile Modular in Fleet Product 1 Item Description - 12'x40' Office Building Unit Price Purchase Price 102,000.00$ Rental Price per month 1,650.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *3,250.00$ Dismantle cost at end of lease *2,100.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile 2 Item Description - 12'x52' Office Building (140 MPH)Unit Price Purchase Price 118,000.00$ Rental Price per month 1,780.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *3,250.00$ Dismantle cost at end of lease *2,100.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile 3 Item Description - 12'x52' Office Building (146 MPH)Unit Price Purchase Price 123,000.00$ Rental Price per month 1,830.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *3,250.00$ Dismantle cost at end of lease *2,100.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile 4 Item Description - 12'x56' Office Building (140 MPH)Unit Price Purchase Price 116,000.00$ Rental Price per month 1,880.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *3,400.00$ Dismantle cost at end of lease *2,600.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile 5 Item Description - 12'x56' Office Building (146 MPH)Unit Price Purchase Price 121,000.00$ Rental Price per month 1,930.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *3,400.00$ Dismantle cost at end of lease *2,600.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile 6 Item Description - 24'x56' Office Building (140 MPH)Unit Price Purchase Price 169,000.00$ Rental Price per month 3,250.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *7,600.00$ Dismantle cost at end of lease *5,500.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile Suwannee County Public Schools RFP 20-209 Effective July 1, 2025 9 The School District of Suwannee County, Florida RFP 20-209 Attachment "C" - Other Modular Buildings Included in Bid Section 3 Continued 7 Item Description - 24'x56' Office Building (146 MPH)Unit Price Purchase Price 174,000.00$ Rental Price per month 3,500.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring *7,600.00$ Dismantle cost at end of lease *5,500.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile 8 Item Description - 12'x56' M-Plex Floors Unit Price End Unit with Restrooms Purchase Price (per floor)118,000.00$ End Unit with Restrooms Monthly Rental Price (per floor)1,950.00$ End Unit without Restrooms Purchase Price (per floor)104,000.00$ End Unit without Restrooms Monthly Rental Price (per floor)1,700.00$ Center Unit Purchase Price (per floor)99,000.00$ Center Unit Monthly Rental Price (per floor)1,575.00$ Delivery cost to site (per floor) *$1125 first 50 miles + $9.30 for each additional mile Block, level and anchoring (per floor) *5,750.00$ Dismantle cost at end of lease (per floor) *4,100.00$ Return delivery to MMMC at end of lease (per floor) *$1125 first 50 miles + $9.30 for each additional mile * Shipping and installation/dismantle sites over 250 miles from Auburndale, FL are subject to haulage and Installation/dismantle per diem. Suwannee County Public Schools RFP 20-209 Effective July 1, 2025 10 The School District of Suwannee County, Florida RFP 20-209 Attachment "C" - Other Modular Buildings Included in Bid Section 4 Steel Storage Containers/Offices 1 Item Description - 8'x10' Storage Unit Unit Price Rental Price per month 115.00$ Delivery cost to site (per floor) *$50 + $5.00 per mile Anchoring *$75 per anchor + $5 per mile Return delivery to MMMC at end of lease (per floor) *$50 + $5.00 per mile 2 Item Description - 8'x20' Storage Unit Unit Price Rental Price per month 115.00$ Delivery cost to site (per floor) *$50 + $5.00 per mile Anchoring *$75 per anchor + $5 per mile Return delivery to MMMC at end of lease (per floor) *$50 + $5.00 per mile 3 Item Description - 8'x20' Storage Unit (double door)Unit Price Rental Price per month 125.00$ Delivery cost to site (per floor) *$50 + $5.00 per mile Anchoring *$75 per anchor + $5 per mile Return delivery to MMMC at end of lease (per floor) *$50 + $5.00 per mile 4 Item Description - 8'x20' Office/Storage Combination Unit Unit Price Rental Price per month 265.00$ Delivery cost to site (per floor) *$50 + $5.00 per mile Anchoring *$75 per anchor + $5 per mile Return delivery to MMMC at end of lease (per floor) *$50 + $5.00 per mile 5 Item Description - 8'x20' Office Unit Unit Price Rental Price per month 410.00$ Delivery cost to site (per floor) *$50 + $5.00 per mile Anchoring *$75 per anchor + $5 per mile Return delivery to MMMC at end of lease (per floor) *$50 + $5.00 per mile 6 Item Description - 8'x24' Storage Unit Unit Price Rental Price per month 135.00$ Delivery cost to site (per floor) *$50 + $5.00 per mile Anchoring *$75 per anchor + $5 per mile Return delivery to MMMC at end of lease (per floor) *$50 + $5.00 per mile 7 Item Description - 8'x40' Storage Unit Unit Price Rental Price per month 140.00$ Delivery cost to site (per floor) *$50 + $5.00 per mile Anchoring *$75 per anchor + $5 per mile Return delivery to MMMC at end of lease (per floor) *$50 + $5.00 per mile 8 Item Description - 8'x40' Storage Unit (double door)Unit Price Rental Price per month 165.00$ Delivery cost to site (per floor) *$50 + $5.00 per mile Anchoring *$75 per anchor + $5 per mile Return delivery to MMMC at end of lease (per floor) *$50 + $5.00 per mile Suwannee County Public Schools RFP 20-209 Effective July 1, 2025 11 The School District of Suwannee County, Florida RFP 20-209 Attachment "C" - Other Modular Buildings Included in Bid Section 4 Continued 9 Item Description - 8'x40' Office/Storage Combination Unit Unit Price Rental Price per month 375.00$ Delivery cost to site (per floor) *$50 + $5.00 per mile Anchoring $75 per anchor + $5 per mile Return delivery to MMMC at end of lease (per floor) *$50 + $5.00 per mile 10 Item Description - 8'x40' Office Unit Unit Price Rental Price per month 475.00$ Delivery cost to site (per floor) *$50 + $5.00 per mile Anchoring *$75 per anchor + $5 per mile Return delivery to MMMC at end of lease (per floor) *$50 + $5.00 per mile 11 Other Container Products Shelving - per 12' section (exclusive of lumber) $10 monthly Pipe Rack - per 12' section $10 monthly Puck lock - $10 monthly Folding Table and 4 chairs $75 monthly 12 Item Description - 8'x10' Office Unit Unit Price Rental Price per month 275.00$ Delivery cost to site (per floor) *$50 + $5.00 per mile Anchoring *$75 per anchor + $5 per mile Return delivery to MMMC at end of lease (per floor) *$50 + $5.00 per mile 13 Item Description - 8'x20' Insulated Storage Unit Price Rental Price per month 250.00$ Delivery cost to site (per floor) *$50 + $5.00 per mile Anchoring *$75 per anchor + $5 per mile Return delivery to MMMC at end of lease (per floor) *$50 + $5.00 per mile 14 Item Description - 8'x40' Insulated Storage Unit Price Rental Price per month 375.00$ Delivery cost to site (per floor) *$50 + $5.00 per mile Anchoring *$75 per anchor + $5 per mile Return delivery to MMMC at end of lease (per floor) *$50 + $5.00 per mile Containers may be purchased and the cost will be determined at the time of purchse in accordance with the provisions outlined in Section 1, B, 1.0 of this bid. * Shipping and installation/dismantle sites over 250 miles from Auburndale, FL are subject to haulage and Installation/dismantle per diem. Suwannee County Public Schools RFP 20-209 Effective July 1, 2025 12 The School District of Suwannee County, Florida RFP 20-209 Attachment "C" - Other Modular Buildings Included in Bid Section 5 Kitchens To Go - Modular & Mobile Kitchens 1 Description - 12' x 56' Single Unit Compact Commercial Modular Kitchen Unit Price Purchase Price 2,894,385.00$ Rental Price per month 25,000.00$ Delivery Transportation (per floor) 750 miles - $1900 plus $10.00/mile additional (for Florida) Block, level and anchoring TBD based on site conditions and requirements Dismantle cost at end of lease TBD based on site conditions and requirements Return Delivery (per floor)750 miles - $1900 plus $10.00/mile additional (for Florida) Technician Training and Maintenance costs are site dependent. Cleaning fee of $2500/unit due prior to delivery. 2 Description - 24' x 56' Campus Modular Kitchen (C&P)Unit Price Purchase Price 4,166,532.00$ Rental Price per month 41,250.00$ Delivery Transportation (per floor) 750 miles - $1900 plus $10.00/mile additional (for Florida) Block, level and anchoring TBD based on site conditions and requirements Dismantle cost at end of lease TBD based on site conditions and requirements Return Delivery (per floor)750 miles - $1900 plus $10.00/mile additional (for Florida) Technician Training and Maintenance costs are site dependent. Cleaning fee of $2500/unit due prior to delivery. 3 Unit Price Purchase Price 5,526,080.00$ Rental Price per month 65,889.00$ Delivery Transportation (per floor) 750 miles - $1900 plus $10.00/mile additional (for Florida) Block, level and anchoring TBD based on site conditions and requirements Dismantle cost at end of lease TBD based on site conditions and requirements Return Delivery (per floor)750 miles - $1900 plus $10.00/mile additional (for Florida) Technician Training and Maintenance costs are site dependent. Cleaning fee of $2500/unit due prior to delivery. 4 Description - 48' x 56' Hospital/Univ Modular Kitchen (C,P,P,W)Unit Price Purchase Price 6,595,028.00$ Rental Price per month 84,639.00$ Delivery Transportation (per floor) 750 miles - $1900 plus $10.00/mile additional (for Florida) Block, level and anchoring TBD based on site conditions and requirements Dismantle cost at end of lease TBD based on site conditions and requirements Return Delivery (per floor)750 miles - $1900 plus $10.00/mile additional (for Florida) Technician Training and Maintenance costs are site dependent. Cleaning fee of $2500/unit due prior to delivery. Suwannee County Public Schools RFP 20-209 Effective July 1, 2025 Description - 36' x 56' Corp. Mod. Comm. Kitchen - Temp Controlled Environment (Cook Module w/33" hood with fire supression, food preparation modulae and Ware wash module with 86" rack conveyor dishwasher and 3-compartment sink) 13 The School District of Suwannee County, Florida RFP 20-209 Attachment "C" - Other Modular Buildings Included in Bid Section 5 Continued 5 Description - 60' x 56' High Volume Modular Kitchen (C,C,P,P,W)Unit Price Purchase Price 8,618,369.00$ Rental Price per month 107,139.00$ Delivery Transportation (per floor) 750 miles - $1900 plus $10.00/mile additional (for Florida) Block, level and anchoring TBD based on site conditions and requirements Dismantle cost at end of lease TBD based on site conditions and requirements Return Delivery (per floor)750 miles - $1900 plus $10.00/mile additional (for Florida) Technician Training and Maintenance costs are site dependent. Cleaning fee of $2500/unit due prior to delivery. 6 Description - 53' Mobile Kitchen - Semi Trailer Unit Price Purchase Price 2,905,972.00$ Rental Price per month 23,414.00$ Delivery Transportation (per floor) 750 miles - $1900 plus $10.00/mile additional (for Florida) Block, level and anchoring TBD based on site conditions and requirements Dismantle cost at end of lease TBD based on site conditions and requirements Return Delivery (per floor)750 miles - $1900 plus $10.00/mile additional (for Florida) Technician Training and Maintenance costs are site dependent. Cleaning fee of $2500/unit due prior to delivery. 7 Description - 35'-40' Mobile Kitchen - Fifth Wheel Trailer Unit Price Purchase Price 1,601,892.00$ Rental Price per month 23,141.00$ Delivery Transportation (per floor) 750 miles - $1900 plus $10.00/mile additional (for Florida) Block, level and anchoring TBD based on site conditions and requirements Dismantle cost at end of lease TBD based on site conditions and requirements Return Delivery (per floor)750 miles - $1900 plus $10.00/mile additional (for Florida) Technician Training and Maintenance costs are site dependent. Cleaning fee of $2500/unit due prior to delivery. 8 Description - 48'-53' Flight Dishwasher - Semi Trailer Unit Price Purchase Price 1,955,738.00$ Rental Price per month 19,389.00$ Delivery Transportation (per floor) 750 miles - $1900 plus $10.00/mile additional (for Florida) Block, level and anchoring TBD based on site conditions and requirements Dismantle cost at end of lease TBD based on site conditions and requirements Return Delivery (per floor)750 miles - $1900 plus $10.00/mile additional (for Florida) Technician Training and Maintenance costs are site dependent. Cleaning fee of $2500/unit due prior to delivery. Suwannee County Public Schools RFP 20-209 Effective July 1, 2025 14 The School District of Suwannee County, Florida RFP 20-209 Attachment "C" - Other Modular Buildings Included in Bid Section 5 Continued 9 Description -8' x 20' Cooler/Freezer with shelving Unit Price Purchase Price 67,500.00$ Rental Price per month 4,839.00$ Delivery Transportation (per floor) 750 miles - $1900 plus $10.00/mile additional (for Florida) Block, level and anchoring TBD based on site conditions and requirements Dismantle cost at end of lease TBD based on site conditions and requirements Return Delivery (per floor)750 miles - $1900 plus $10.00/mile additional (for Florida) Technician Training and Maintenance costs are site dependent. Cleaning fee of $2500/unit due prior to delivery. * Delivery and Return haulage to calculated from and to Etna Green, IN. Building Type for all Module purchase price is based on Type V buildings. Suwannee County Public Schools RFP 20-209 Effective July 1, 2025 15 The School District of Suwannee County, Florida RFP #20-209 Attachment "D" - Other Options Included in Bid Item Description - Aluminum Stairs and Ramps Systems Unit Price Stair Purchase Price (Education Compliant)5,895.00$ Stair Monthly Rental Price (Education Compliant)300.00$ 30' Ramp Purchase Price (Education Compliant)15,000.00$ 30' Ramp Monthly Rental Price (Education Compliant)1,600.00$ 5' x 5' Landing Purchase 2,970.00$ 5' x 5' Landing Monthly Rental 350.00$ 6' x 8' Landing Purchase 4,000.00$ 6' x 8' Landing Monthly Rental 340.00$ 5'-4" x 10'-10" Turnback Landing Purchase 6,600.00$ 5'-4" x 10'-10" Turnback Landing Rental Price 300.00$ Additional 10' ramp sections Purchase Price 4,700.00$ Additional 10' ramp sections Rental Price 340.00$ OSHA Stair Purchase Price 1,750.00$ OSHA Stair Monthly Rental Price 185.00$ Deliver and install each stair *1,875.00$ Deliver and install 30' ramp *5,250.00$ Dismantle and return each stair *1,875.00$ Dismantle and return each 30' ramp *5,250.00$ Deliver and install each additional landing *2,000.00$ Dismantle and return each additional landing *2,000.00$ Deliver and install each additional 10' ramp section *2,125.00$ Dismantle and return each additional 10' ramp section *2,125.00$ Engineered Drawings on Custom Installations 6,000.00$ * Pricing based on up to a 250 mile radius from Auburndale, FL. Delivery and Installation more than 250 miles = add $5.00 per mile. Item Description - Panelized Awning Unit Price Purchase Price 2,200.00$ Monthly Rental Price 210.00$ Delivery and Installation 550.00$ Dismantle and Return 550.00$ Item Description - Building Skirting Available. Cost = per Linear Foot.Unit Price Vinyl Skirting Delivered and Installed $39.00/ft Vinyl Skirting Dismantled and Removed $11.00/ft Hardipanel Skirting Delivered and Installed $47.00/ft Hardipanel Skirting Dismantled and Removed $11.00/ft Item Description - Impact Windows and Doors Impact rated windows and doors may be added to any building with the price to be determined at time of order based on the number of windows and doors to be changed. Suwannee County Public Schools RFP 20-209 Effective July 1, 2025 1 The School District of Suwannee County, Florida RFP #20-209 Attachment "D" - Other Options Included in Bid (Continued) Item Description - Lease/Purchase Options MMMC utilizes an independent third party for these transactions. Prices will be determined at time of sale based on dollar amount of purchase, length of term and interest rates. Item Description - Fuel Surcharge MMMC may adjust building transportation charges to cover increases in fuel costs. Item Description - Customized or Concrete Foundations Customized and/or concrete foundations may be added to any building with the price to be determined at time of order based on foundation design. Item Description - Security/Hurricane Screens Security and/or Hurricane screens can be added to any building. Price will be determined by the size and number of windows and doors to be protected. Item Description - Additional Services As provided in the original bid document, additional services, site related services, re-rent items, engineering, architectual services, drawings, site plans, permitting, calculations, energy calculations, building recertifications, new products and services can be quoted upon request. Item Description - Building Upgrades All buildings can be modified or upgraded to meet the customer's needs. The additional cost of any changes or upgrades will be on a negotiated basis. Item Description - New Constructed Fleet Buildings, Custom Buildings, Upgrades and Modifications New and custom buildings of any type and configuration can be quoted upon request. Upgrades and modifications can be quoted upon request. Item Description - Cleaning Fee and Repairs A cleaning fee of $400 per building section/floor will be charged upon the return of rental buildings. Necessary repairs and maintenance beyond normal wear and tear will be quoted upon the buildings return. Item Description - Walkway Canopies Walkway canopy systems can be quoted upon request. Item Description - Ballistic Building Protection Ballistic and Bullet Proof doors, windows, walls, etc.. Can be quoted upon request Item Description - Transportation Escorts If escorts are required for hauling a building due to it being over height and/or width per Florida regulations, the following charges will be applied. Over height =$12.00/mile Over width =$7.50/mile Over height & width =$12.00/mile Florida Keys (add to mileage charges) =$5,500/trip Suwannee County Public Schools RFP 20-209 Effective July 1, 2025 2 The School District of Suwannee County, Florida RFP #20-209 Attachment "D" - Other Options Included in Bid (Continued) Item Description - Short Term Leases Original bid pricing for rental is based on a minimum 12 month lease. Short term leases (less than 12 months) are available, however, pricing will be on a negotiated basis determined by the item and the length of Lease. Short term Leases can exceed established bid pricing. Suwannee County Public Schools RFP 20-209 Effective July 1, 2025 3 SUWANNEE COUNTY SCHOOL DISTRICT LESLEY FRY ED DASILVA DISTRICT l DISTRICT4 NORMAN CRAWFORD RONALD WHITE DISTRICT 2 DISTRICT 5 TIM ALCORN LEONARD DIETZEN, Ill D1STRICT3 BOARD ATTORNEY 1740 Ohio Avenue, South Live Oak, Florida 32064 Telephone: (386) 647-4600 • Fax: (386) 364-2635 RONNIE GRAY Superintendent of Schools May 29, 2025 Mr. Wes Kent Mobile Modular Management Corp. 24 7 4 Sand Lake Road Orlando, FL 32809 Dear Mr. Kent: This letter will serve to notify you that the Suwannee County School Board, acting in regular session on May 27, 2025, approved the three-year extension for RFP 20-209, Type IIB Panelized Modular Buildings, along with the proposed pricing to be effective July 1, 2025. We look forward to continuing our relationship with Mobile Modular. Sincerely, Ethan R. Butts Director Facilities Department ERB/cjv "Suwannee County Sc/zoo/ District will be a system of excellence ensuring all students are prepared for personal success." A Fully Accredited Sc/zoo/ System-SACS CASI. an Accrediting Division of AdvancED • Equal Opportunity Employer SUWANNEE COUNTY SCHOOL DISTRICT RFP INSTRUCTIONS TO BIDDERS FOR TYPE IIB PANELIZED MODULAR BUILDINGS Page 1 of 29 SUWANNEE COUNTY SCHOOL DISTRICT TYPE IIB Panelized Modular Buildings RFP # 20-209 TABLE OF CONTENTS RFP for Type IIB Panelized Modular Buildings I. INTRODUCTION II. GENERAL INFORMATION III. INSTRUCTIONS TO PROPOSERS IV. BID PROPOSALS V. FORMS VI. INDEMNIFICATION/HOLD HARMLESS AGREEMENT VII. INTELLECTUAL PROPERTY RIGHTS VIII. SUB-CONTRACTS IX. AGREEMENT X. JOINT PROPOSAL XI. FUNDING OUT/TERMINATION/CANCELLATION XII. PERFORMANCE AND PAYMENT BONDS XIII. CONFIDENTIALITY OF INFORMATION SUBMITTED BY BIDDER XIV. BID QUANTITIES XV. AUTHORIZATION TO PERFORM UNDER A CONTRACT XVI. MINIMUM ELIGIBILITY REQUIREMENTS XVII. EVALUATION AND AWARD XVIII. LEGAL REQUIREMENTS XIX. FEDERAL AND STATE TAX XX. CONFLICT OF INTEREST XXI. ASSIGNMENT OF CONTRACT AND/OR PAYMENT XXII. POSSESSION OF FIREARMS XXIII. SPECIFICATIONS FOR TYPE IIB PANELIZED BUILDINGS XXIV. ALTERNATE MODULAR FACILITIES XXV. ADDITIONAL OPTIONS XXVI. MAINTENANCE AND REPAIRS FOR RENTAL UNITS XXVII. PUBLIC ENTITY CRIME & CONVICTION VENDOR LIST XXVIII. REQUIRED RESPONSE INFORMATION Attachment “A” RFP Modular Unit and Accessory PURCHASE COST Bid Form Attachment “B” RFP Modular Unit and Accessory RENTAL COST Bid Form Attachment “C” Other building options Attachment “D” Other options End of Table of Contents SUWANNEE COUNTY SCHOOL DISTRICT RFP INSTRUCTIONS TO BIDDERS FOR TYPE IIB PANELIZED MODULAR BUILDINGS Page 2 of 29 SUWANNEE COUNTY SCHOOL DISTRICT INSTRUCTIONS TO BIDDERS TYPE IIB PANELIZED MODULAR BUILDINGS I. INTRODUCTION: A. CONTRACT SERVICES: This is a Request for Proposal (“RFP”) for a firm or firms (the “proposer”) to provide TYPE IIB PANELIZED MODULAR BUILDINGS for Suwannee County School District, Florida (the “District”). Suwannee County School District, hereinafter referred to as the District, wishes to receive proposals for the selection of multiple qualified firms to provide rental and the purchase of complete; manufactured, delivered and installed Type IIB Panelized Buildings and other modular facilities to the District for a base period of FIVE (5) years effective July 1, 2020 through June 30, 2025. In addition, both parties may extend this contract at the conclusion of the base period for THREE (3) additional years at the same terms and conditions, or as negotiated, if mutually agreeable. The proposer(s) will be notified when the Board has acted upon the recommendation. All costs for this service shall be firm for the term of this contract, or as herein addressed. The awardee(s) agrees to this condition by signing their proposal. The term of this contract shall be subject to the cancellation and/or termination provisions of this RFP. The proposer(s) may provide a list of new or additional services and products, or new products, with the then subject proposed costs to the District, after the time of award, for the District’s consideration and approval. The cost of the original services and products may be adjusted annually upon mutual agreement between awardee(s) and District. Modular buildings on Lease from this bid may have the Lease rate adjusted annually by awardee(s) based on market conditions to a maximum of 5%. In no way will a product receive more than one rental increase in a 24 month period. Effective July 5, 1990, State Board of Education Rule 6(1)-1.012(5) allows school districts to make purchases from contracts awarded by other school districts, community colleges, state universities or governmental entities when so permitted in the bids/RFQs. Please be advised that other school districts, community colleges, state universities or other state agencies may make use of the bid/RFQ at the same prices and conditions. Suwannee County School District supports the Americans with Disabilities Act of 1990, and we will take all reasonable steps to accommodate individuals using our services, programs and activities. Where applicable all goods and/or construction must meet the provisions of the Americans With Disabilities Act of 1990 as adopted in January 1992. Request for reasonable accommodations must be made at least two (2) working days in advance of the event. B. SCOPE OF SERVICES: 1.0 FABRICATION & DELIVERY/INSTALLATION: The awarded firm(s) will design and fabricate (or have fabricated factory direct), deliver and set in place (or have delivered and set in place) in accordance with the Florida Building Code, the Florida Department of Business and Professional Regulation (DBPR) and Terms and Conditions, and specifications of this document, or approved revisions thereof, of the modular units herein addressed. Firm(s) will prepare the foundations for the unit(s) and set the unit(s) complete, including proper tie down when applicable, on District prepared site(s). THE AWARDED FIRM MAY DESIGN AND PERFORM SITE WORK AND MAKE UTILITY CONNECTIONS ON A “BID COST” PLUS 25% OVER HEAD AND PROFIT BASIS AT THE OWNERS REQUEST. HOWEVER, NO SITE DESIGN, PREPARATION OR SITE FINISH WORK OF ANY KIND, EXCEPT FOR THE UNIT PRICES REQUESTED, IS TO BE INCLUDED IN THE PRICING AT THIS SUWANNEE COUNTY SCHOOL DISTRICT RFP INSTRUCTIONS TO BIDDERS FOR TYPE IIB PANELIZED MODULAR BUILDINGS Page 3 of 29 TIME. The intent of specifying site work in this RFP is for the proposer(s) to provide an assessment of each site and provide a detailed cost proposal for the necessary design and site work for review and approval by the District before any design or site work begins. Each site will be reasonably level and accessible to the firm’s equipment, and of a sufficient density to permit operations thereon. All work is to be done in accordance with Florida Statutes, Florida Building Code, DBPR requirements and the specifications of this bid. If during the term of the contract; the manufacturer develops new products, or changes to the specifications are required by the District, Department of Education, the Florida Building Code, or any regulatory agency, the District reserves the right to request the awarded vendor(s) to make the changes to the modular unit designs and to negotiate the addition or deduction in the cost of the units. All changes shall be in writing by an authorized representative of the District. During the course of the contract, alternative modular buildings / classrooms, accessories, options, and additional services may be offered by the awardee(s) with the prices negotiated by the District. The awarded vendor(s) and the District may enter into negotiations for the rental or purchase of any other special units. During the course of the contract, alternative modular buildings and new products may be developed by the vendor(s) and offered to the District with the cost of such items and/or services for the District’s consideration and possible incorporation into the work as approved by the District. Nothing in this bid shall prohibit the awarded vendor(s) from reducing or discounting their bid prices during the term of this award. Under this contract, any of the units specified herein, may be rented by the District for a 12 month time period at the price bid by the awarded vendor(s). Rental period extensions may be negotiated between vendor(s) and the District. 2.0 PERMITS & APPROVALS: It shall be the responsibility of the District to arrange for, and to pay for the cost associated with, any and all permits, local governmental approvals, certificates of occupancy compliance or any other local requirement for the installation of the units. This includes any responsibility for site permits and the arrangements or costs associated with installation or connection of any utility services, which shall be the responsibility of the District. It is the responsibility of the awarded firm(s) for all arrangements, designs, permits or costs associated with the fabrication, delivery and installation of the units. The awarded firm(s) will provide the foundation design work necessary for the site permit applications. 3.0 APPROVED DRAWINGS: The awarded firm(s) shall have complete drawings approved by the Florida Department of Business and Professional Regulation (DBPR) 4.0 ASBESTOS: The awarded firm(s) shall certify that the units being supplied do not contain any asbestos. 5.0 NEW UNITS: The awarded firm shall warrant that purchased modular units shall be “NEW” (unused) unless otherwise agreed upon in advance. The firm(s) further warrants the units to be free from defective workmanship and material for a period of one (1) year from acceptance by the District. 6.0 IDENTITY PLATES: The awarded firm(s) shall provide on each unit, at a location to be agreed upon with the District, a permanent identity plate, which contains the following information: Manufacturer of unit with address of manufacturer, serial number(s), and date of manufacture. 7.0 INSPECTIONS: The awarded firm(s) shall provide certifications to the District, from the Department of Business and Professional Regulation (DBPR), and certified state threshold inspections as required by law, that each building has been inspected and is in compliance in all respects with the requirements of FBC in effect at time of manufacture. 8.0 QUALIFICATION OF FIRM (S): The awarded firm(s) shall be experienced in design, construction of, and handling of modular building. Awarded firm(s) shall have a license to manufacture modular buildings in the state of Florida, and a minimum of three (3) year’s experience in Florida. Prior to receiving a purchase order or contract; the awarded firm(s) must demonstrate that they are properly licensed State Certified Building Contractors, State Certified General Contractors, or properly qualified SUWANNEE COUNTY SCHOOL DISTRICT RFP INSTRUCTIONS TO BIDDERS FOR TYPE IIB PANELIZED MODULAR BUILDINGS Page 4 of 29 “Registered” contractors in same categories, with current certifications by the State of Florida, all in accordance with Florida State Statutes, Chapter 489, part 1, July, 1979, as amended. It is intended that these modular unit(s) be fabricated by a manufacturer(s) who will have a certification as an approved builder of commercial (non-housing) structures under the provision of the Florida Manufactured Building Act, Chapter 553, FZS. Buildings delivered to the District’s site for installation and erection by the awarded firm(s), shall be installed in accordance with manufacturer’s standard instructions. 9.0 WORK PAPERS: In all cases, the awarded firm(s) shall retain all work papers for a period of five (5) years after the conclusion of the contract period and shall provide the District and/or its assignee access, free of charge, to any or all work papers at any reasonable time. Work Papers are defined by the District as documents, correspondence, memoranda, reports, and other materials in preliminary or developmental form before their completion as a final product. Work papers may be destroyed, by the awarded firm(s), at the end of this period. Destruction of said work papers shall be at the awarded firm’s expense. 10.0 These documents constitute the complete set of specifications, requirements, and/or proposal forms. 11.0 All terms and conditions of this RFP, any addenda, proposer’s submissions and negotiated terms, are incorporated into the contract by reference as set forth herein. 12.0 Document files may be examined, during normal working hours, ten days after proposals have been opened. II GENERAL INFORMATION: A. PROPOSER’S LIABILITY: Bidders are expected to examine the specifications and all special and general conditions, requirements and instructions. Negligence on the part of the bidder to make the necessary examinations and investigations, or failure to fulfill, in every detail, the requirements of the contract documents, will not be accepted as a basis for varying the requirements of the district. Failure to follow the instructions contained in the bid for completion of a bid response may be cause for the rejection of a bid. B. DIVISION OF CORPORATIONS REGISTRATION REQUIREMENTS: Vendors who are required to be registered with the Division of Corporations or who are incorporated within the State of Florida must furnish their Florida document number. All registered vendors must have an active status in order to be eligible to do business with the Suwannee County School District. Bids received from vendors with an inactive status will be considered non-responsive. The specific requirements for registration are found in Chapter 607 of the Florida Statutes. To register, visit Sunbiz.org. The following guidelines may be helpful: Sole Proprietorship – Individual: A person doing business under his/her own name, as an individual, is not required to register with the Division of Corporations. Fictitious Name: A person doing business under a name other than his/her own is required to register with the Division of Corporations. Out of State (Foreign) Corporations: A business incorporated in another state that does not have an office in the State of Florida does not have to register with the Division of Corporations. In State Corporations: A business that is incorporated in another state that has an office in the State of Florida or has a subsidiary in the State of Florida, is required to register with the Division of Corporations. SUWANNEE COUNTY SCHOOL DISTRICT RFP INSTRUCTIONS TO BIDDERS FOR TYPE IIB PANELIZED MODULAR BUILDINGS Page 5 of 29 III. INSTRUCTIONS TO PROPOSERS: A. Proposals must be submitted in a sealed container, clearly identified as RFP 20-209 for Rent and/or Purchase of TYPE IIB PANELIZED MODULAR BUILDINGS. Sealed proposals will be received until 2:00 p.m. (EDT) on February 12, 2020, in the office of the Chief Financial Officer, Suwannee County School Board, located at 1740 Ohio Avenue S., Live Oak, Florida 32064. All proposals must be date and time stamped. Proposals will be opened in this same office after the deadline for receiving proposals. Any proposal received after the deadline indicated above, will be date/time stamped and will not be opened. It is the proposer’s responsibility to see that their proposal is properly received at the correct location prior to the deadline. B. All proposals must be signed by an officer or employee having authority to legally bind the proposer(s). C. Any corrections of unit prices must be initialed. This includes corrections made using correction fluid (white out)or any other method of correction. D. Proposers should become familiar with any local conditions, which may, in any manner, effect the services required. The proposer(s) is/are required to carefully examine the RFP terms and to become thoroughly familiar with any and all conditions and requirements that may in any manner affect the work to be performed under the contract. No additional allowance will be made due to lack of knowledge of these conditions. E. Proposals not conforming to the instructions provided herein may be subject to disqualification and/or rejection at the sole option of the District. F. Any proposal may be withdrawn prior to the date and time the proposals are due. Any proposal not withdrawn will constitute an irrevocable offer, for a period of 90 days, to provide the District with the services specified in the proposal. G. BOARD CONTACT AND ADDRESS INFORMATION: This RFP is issued by the School District’s Facilities Department. The Facilities Department is the point of contact with regard to this RFP and all contractual matters related to the services described herein. 1740 Ohio Avenue S., Live Oak, Florida 32064, Mark Carver; Phone: 386-647-4152, Fax: 386-330-2128, Email: mark.carver@suwannee.k12.fl.us. H. PRE-BID CONFERENCE: A pre-bid conference will not be held IV. BID PROPOSALS: A. BIDS RECEIVED BY TELEPHONE, TELEGRAPH, E-MAIL, OR FACSIMILE MACHINES SHALL BE CONSIDERED NON RESPONSIVE. B. Any person requiring a special accommodation because of a disability should notify the Purchasing Department by Fax at least five (5) workdays prior to the bid opening. C. PROPOSAL FORM: Bids must be typed or printed, enclosed herewith and returned in a sealed envelope. Bids which do not bear the original signature of an authorized representative in ink, will be considered non-responsive. D. CORRECTIONS: The use of correction fluid or erasures to correct line item bid prices and/or quantities are not acceptable. Corrections must be by line-outs of the incorrect figures, writing in of correct figures and initialing of the corrections by the originator. Correction fluid or erasure corrected bids will be considered non-responsive for the corrected items only. SUWANNEE COUNTY SCHOOL DISTRICT RFP INSTRUCTIONS TO BIDDERS FOR TYPE IIB PANELIZED MODULAR BUILDINGS Page 6 of 29 E. BUDGETARY LIMITATIONS: Suwannee County School District reserves the right to reject any item or items and/or increase or decrease quantities as required due to budgetary limitations. F. AWARDS: Suwannee County School District reserves the right to make award(s) on an individual, multiple, lump sum or low total basis. G. PURCHASES BY OTHER PUBLIC AGENCIES: With the consent and agreement of the successful bidder(s), awards may be made under this bid by other governmental agencies within the State of Florida. Such awards shall be governed by the same terms and conditions as stated herein. H. NONCOMPLIANCE WITH CONTRACT: It is expected that the service contract will be for the period of specified in 1.0 A & B. Any deviation from the awarded contract period or cancellation of any item(s) awarded may result in your company being barred from doing business with the Suwannee County School District, in accordance with School District Policies and Procedures: Other assessments as outlined elsewhere in this document may also apply. I. EVALUATION CRITERIA: Documented poor performance of contractors on previous contracts with the Suwannee County School District or other governmental entity(s) will be considered during evaluation and may be sufficient cause not to award. J. VARIANCE TO BID DOCUMENTS: For the purpose of the bid evaluation all bidders are required to meet the minimum specifications detailed herein. Any variance must be of equal or greater value. It will be incumbent upon the bidder to provide proof that any such variance is of equal or greater value. The District shall have the final authority to determine whether or not a variance meets or exceeds these specifications. K. CLARIFICATION OF BIDS: Bidders should contact (in writing) any questions regarding this bid to, Mr. Mark Carver, by email at mark.carver@suwannee.k12.fl.us no later than 4:00 pm on February 5, 2020. Questions received after that date will not be acknowledged. Changes to the bid which have a material effect shall be communicated to bidders only by written addenda. L. ADDENDA TO BIDS: From time to time, addenda’s may be issued to this bid. Any such addenda will be sent to each vendor who has requested the RFP documents from the school district. Addenda’s must be acknowledged on the Form of Proposal in the space provided by the appropriate Addendum Number. Bids received without addendum acknowledgement shall be considered non-responsive. M. NO BIDS: A no response will be interpreted as indicating the vendor does not desire to do business with the District and the company name will be removed from consideration for this project. SUWANNEE COUNTY SCHOOL DISTRICT RFP INSTRUCTIONS TO BIDDERS FOR TYPE IIB PANELIZED MODULAR BUILDINGS Page 7 of 29 N. BIDDER’S ERRORS: Where unit price and total price cannot be reconciled, the quoted unit price shall govern. Where numerical price and written price cannot be reconciled, the written price shall govern. No submissions or amendments made after bid or proposal opening shall be considered. O. BID RENEWAL: This bid may be renewable under the same terms and conditions as the original bid, or as negotiated and mutually agreed upon, for three (3) additional years. P. BID TABULATIONS: After approval by the Suwannee County School Board, bid tabulations will be available for review in the Facilities and Superintendent’s Offices Q. NOTICE OF INTENT TO AWARD BIDS: Once bids are evaluated and a recommendation for award is made by the Finance Department, a Notice of Intent to Award will be posted on the Suwannee County School Board website: http://www.suwannee.k12.fl.us/bids/awarded. R. DISPUTE: Bid tabulations with recommendations will be posted on the Suwannee County School Board website: http://www.suwannee.k12.fl.us/bids/awarded. A bidder who wishes to file a protest pertaining to a bid must file such notice in accordance with procedures prescribed by Florida Statute 120.57(3) and School District Policy. The notice must be filed with the Director of Facilities. Any person who is adversely affected by the District’s decision or intended decision shall file with the Supervisor of Purchasing, a notice of protest in writing within seventy-two (72) hours after the posting of the bid tabulation or Notice of Intent to Award and shall file a formal written protest within ten (10) calendar days after filing the notice of protest. With respect to a protest of the specifications contained in an Invitation for Bid or Request for Proposal, the notice of protest shall be filed in writing within seventy-two (72) hours after the receipt of notice of the project plan and specification or intended project plan and specifications in an Invitation for Bid or Request for Proposal, and the formal written protest shall be filed within 10 days after the date the notice of protest is filed. Failure to file a notice of protest or failure to file a formal written protest shall constitute a waiver of proceedings under this chapter. The formal written protest shall state with particularity the facts and law upon which the protest is based. Saturdays, Sundays, and legal holidays shall be excluded in the computation of the seventy-two (72) hour time periods provided in this paragraph. Any person who files an action protesting a decision or intended decision pertaining to a bid pursuant to Florida Statute 120.57(3)(b), shall post at the time of filing the formal written protest, a bond payable to the School District of Suwannee County in an amount equal to three percent (3%) of the total estimated contract value, but not less than $1,000 nor more than $25,000, which bond shall be conditioned upon the payment of all costs which may be adjudged against the protester in the administrative hearing in which the action is brought and in any subsequent appellate court proceeding. In lieu of a bond, a cashier’s check, treasurer’s check, bank draft of any national or state bank payable to the School District of Suwannee County will be an acceptable form of security. If, after completion of the administrative hearing process and appellate court proceedings, the District prevails, it shall recover all costs and charges which shall be included in the final order or judgment, including charges made by the Division of Administrative Hearings, but excluding attorney’s fees. Upon payment of such costs and charges by the protester, the protest security shall be returned. If the protester prevails, protester shall recover from the district all costs and charges which shall be included in the final order of judgment, excluding attorney’s fees. Failure to file a notice of intent to protest, or failure to file a formal written protest within the time prescribed in Florida Statute 120.57(3), shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. SUWANNEE COUNTY SCHOOL DISTRICT RFP INSTRUCTIONS TO BIDDERS FOR TYPE IIB PANELIZED MODULAR BUILDINGS Page 8 of 29 S. MINIMUM ORDER: Bids requiring minimum quantity and/or dollar purchases will be considered only if determined to be in the best interest of the School District. T. DEFAULTS: If the Bidder defaults after the Board awards a bid, the Bidder shall pay to the District, as liquidated damages, an amount equal to two percent (2%) of the unit prices times the quantity of each item in question, or $500.00, whichever amount is larger. If the bid pricing was expressed as a lump sum amount, the amount due will be two percent (2%) of the remaining value of the contract. A successful bidder who fails to pay said liquidated damages within fifteen (15) days after notification that liquidated damages are due, shall lose eligibility to transact business with the District for a period of not less than one (1) year, but no more than two (2) years after the date of the default. Thereafter, the bidder may request to be reinstated to the active vendor list(s). Any delivered item(s) failure to conform with specifications as bid shall be subject to return or replacement at the buyer’s option. Failure to deliver one (1) or more items on two (2) or more consecutive deliveries may be viewed as default. Delivery on standard rental units is generally expected within 45 days. Delivery on Modulars with special specifications is generally expected within 60 days. Penalties may be assessed when failure to deliver places a financial burden on the School Board. U. INSURANCE: Proof of the following insurance will be furnished by the awarded bidders to the District. THE DISTRICT SHALL BE NAMED AS AN ADDITIONAL INSURED ON THE CERTIFICATE FOR ALL REQUIRED INSURANCE. ALL INSURANCE MUST BE ISSUED BY A COMPANY OR COMPANIES WITH AN AM BEST RATING OF A- OR GREATER. The successful bidder shall furnish the District with proof of: (1) Statutory Limits of Worker’s Compensation in compliance with Florida Statute440. Employer’s Liability Insurance in an amount not less than $300,000 per occurrence. (2) Comprehensive General Liability Insurance in an amount equal to or greater than $1,000,000 per occurrence for any occurrence resulting in bodily injury or death to any one or group of persons, including any consequential damages that arise therefrom. If policy is on a “CLAIMS MADE” basis, contractor’s insurance carrier will identify policy as such and indicate in writing the amount of claims paid by this policy and reserves outstanding. Policy aggregates must equal at least two (2) times the occurrence limit. (3) Liability Insurance in an amount equal to or greater than $1,000,000 per occurrence for bodily injuries and/or death to any person or persons caused by passenger automobiles or commercial vehicles. (4) Liability Insurance equal to or greater than $1,000,000 per occurrence for property damage caused by passenger automobiles or commercial vehicles. (5) Property Damage Insurance for damage other than that described in 4 above in an amount equal to or greater than $1,000,000 per occurrence. Said property coverage shall provide coverage for all consequential damage (except loss of profits) arising from the negligent operation of the contractor, a subcontractor, or by anyone directly or indirectly employed by either of them. Coverage shall be on a “BROAD FORM” basis. (6) Contractual Liability in an amount equal to or greater than $1,000,000 per occurrence. Policy must include endorsement for indemnification in the event third party damages are sought against the School District. (7) Personal Injury Coverage (not bodily injury) in an amount equal to or greater than $1,000,000 per occurrence. (8) Completed Operations Endorsement equal to or greater than $1,000,000 per occurrence. (9) Independent Contractors Endorsement in an amount equal to or greater than $1,000,000 per occurrence. (10) Additional Insured Endorsement: Suwannee County School District shall be named as an additional insured on all policies that are required by these specifications. (11) Cancellation Notice: All policies in effect shall contain cancellation endorsements providing sixty (60) days written notice of such cancellation, non-renewal and/or reduction in coverage limits prior to the effective date of such cancellation, non-renewal and/or reduction. (12) Indemnification shall be in accordance with F.S. 725.06. (13) The District is responsible for insuring the products during the time it is located on the District’s property. SUWANNEE COUNTY SCHOOL DISTRICT RFP INSTRUCTIONS TO BIDDERS FOR TYPE IIB PANELIZED MODULAR BUILDINGS Page 9 of 29 V. SAFETY STANDARDS: All equipment must meet the applicable requirements of the Occupational Safety and Health Act (OSHA) and any standards thereunder. W. MATERIAL SAFETY DATA SHEETS: Any items bid which contain substances found on the current State of Florida Toxic Substances List must include with shipment the appropriate Material Safety Data Sheets (MSDS), in accordance with Florida Statutes Chapter 442.106. X. NOTIFICATION OF AWARD: After award by the District, the Purchasing Department will issue official award or non-award letters to all bidders. Y. TAX EXEMPTIONS: When purchasing directly from a supplier District is exempt from Federal Excise, State Sales and Use Taxes. Tax exemption certificates and numbers will be furnished on request. The proposer may request that the owner provide up to two separate purchase orders so that the District may take advantage of the tax savings program. V. FORMS: A. PUBLIC ENTITY CRIMES CERTIFICATE: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. B. DRUG FREE WORK PLACE CERTIFICATION: In accordance with Florida Statute 287.087, whenever two or more bids, proposals or replies that are equal with respect to price, quality, and service are received by the District for the procurement of commodities or contractual services, a reply received from a business which certifies that it has implemented a Drug Free Workplace Program by signing the enclosed Drug Free Workplace Certification Form, shall be given preference in the award process. C. FEDERAL DEBARMENT CERTIFICATION FORM: As required by Executive Order 12549, Debarment and Suspension, 7CFR Part 3017 Section 3017.510 and/or 34 CFR Part 85, Section 85.510, Participants Responsibilities, a sworn statement is enclosed for proper completion and return with the bid for prospective participants in lower tier covered transactions for any single contract or single purchase order in excess of $100,000.00. VI. INDEMNIFICATION/HOLD HARMLESS AGREEMENT: A. Awarded proposers shall, in addition to any other obligations agree to indemnify the District to the fullest extent permitted by law, protect, defend, indemnify and hold harmless the School Board, their agents, officer, elected officials and employees from and against all claims, actions, liabilities, losses (including economic losses), costs arising out of any actual alleged; bodily injury, sickness, disease or death, or injury to or destruction of tangible property including the loss of use resulting there from, or any other damage or loss arising out of, or claimed to have resulted in whole or in part from any actual or alleged act or omission of the contractor, subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable in SUWANNEE COUNTY SCHOOL DISTRICT RFP INSTRUCTIONS TO BIDDERS FOR TYPE IIB PANELIZED MODULAR BUILDINGS Page 10 of 29 the performance of the work; or violation of law, statute, ordinance, governmental administration order, rule or regulation by contractor in the performance of the work; or liens, claims or actions made by the contractor or any subcontractor or other party performing the work. B. The indemnification obligations hereunder shall not be limited to any limitation on the amount, type of damages, compensation or benefits payable by or for the contractor of any subcontractor under worker’s compensation acts, disability benefit acts, other employee benefit acts or any statutory bar. C. Any costs or expenses, including reasonable attorney’s fees, incurred by the District to enforce this agreement shall be borne by the proposer(s). D. The Indemnification/Hold Harmless provisions shall survive the termination of any contract with the School Board. VII. INTELLECTUAL PROPERTY RIGHTS: A. The proposer(s) will indemnify and hold harmless, the District from liability of any nature or kind; including costs and expenses for or on account of any copyrighted, service marked, trademarked, patented or un- patented invention, process, article or work manufactured or used in the performance of the contract, including its use by the District. If the proposer(s) uses any design, device, materials or works covered by letters, service mark, trademark, patent, copyright or any other intellectual property right, it is mutually agreed and understood without exception that the proposal prices will include all royalties of costs arising from the use of such design, device, or materials in any way involved in the work. This article will survive the termination of any contract with the School Board. VIII. SUB-CONTRACTS: A. Nothing contained in this specification will be construed as establishing any contractual relationship between any sub-proposer(s) and the District. B. The proposer(s) will be fully responsible to the District for the acts and omissions of the sub proposer(s) and their employees. After award of contract, any changes in subcontractors or sub-proposers require prior School District written approval. IX. AGREEMENT: A. The RFP, the proposal, and negotiated terms will constitute the complete agreement between the proposer and the District. If the proposer requires an additional contract, then the proposer(s) should include their sample contract as an attachment to the proposal submitted for review. X. JOINT PROPOSAL: A. In the event multiple proposers submit a joint proposal in response to the RFP, a single proposer shall be identified as the Prime Vendor. If offering a joint proposal, Prime Vendor must include the name and address of all parties of the joint proposal. Prime Vendor shall provide all bonding and insurance requirements, execute any Contract, complete the REQUIRED RESPONSE FORM shown herein, have overall and complete accountability to resolve any dispute arising within this contract. Only a single contract with one proposer shall be acceptable. Prime Vendor responsibilities shall include, but not be limited to, performing of overall contract administration, preside over other proposers participating or present at District meetings, oversee preparation of reports and presentations, and file any notice of protest and final protest as described herein. The District shall issue only one check for each consolidated invoice to the Prime Vendor for services performed. Prime Vendor shall remain responsible for performing services associated with response to this RFP. SUWANNEE COUNTY SCHOOL DISTRICT RFP INSTRUCTIONS TO BIDDERS FOR TYPE IIB PANELIZED MODULAR BUILDINGS Page 11 of 29 XI. FUNDING OUT/TERMINATION/CANCELLATION: A. Florida School Laws (Section 237.161, Florida Statutes) prohibit School Boards from creating obligations on anticipation of budgeted revenues from one fiscal year to another without year-to-year extension provisions in the agreements. B. It is necessary that fiscal funding out provisions be included in all proposals in which the terms are for periods longer than one (1) year. C. Therefore, the following funding out provisions are an integral part of this proposal and must be agreed to by all proposers: The School Board may, during the contract period, terminate or discontinue the services covered in this proposal at the end of the School Board’s then current fiscal year upon ninety (90) days prior written notice to the successful proposer(s). Such prior written notice will state: 1.0 That the lack of appropriated funds is the reason for termination, and 2.0 Agreement not to replace the services being terminated with services similar to those covered in this proposal from another vendor in the succeeding funding period. 3.0 This written notification will thereafter release the School Board of all further obligations in anyway related to the services covered herein.” 4.0 The Funding Out statement must be included as part of any agreement. No agreement will be considered that does not include this provision for “funding out”. XII. PERFORMANCE AND PAYMENT BONDS A. At the District’s discretion it may require, within 10 days from notice of award of bid, the successful bidder (Primary, by type of building) must submit to the District, a satisfactory performance bond executed by the bidder and a Surety Company in an amount equal to fifteen (15%) percent of the bid award. (The bid award will be based, among other items as specified, upon the total number of modular units the District will annually lease from the vendor upon review of the submitted bid documents and evaluation of the bid package.) The performance bond submitted is to serve as security for performance of contract. If the seller (the successful bidder) fails to comply in full with these specifications and/or render any services, as noted therein, during the period of this contract, the District reserves the right to cancel this award and its attendant purchase order and revoke this performance bond. A Certified or Cashier’s Check in the amount of 15% of the bid will be acceptable. (A personal or business firm check will not be acceptable.) Upon satisfactory bidder for an item or items for an amount of two thousand dollars ($2000.00) or less, a performance bond will not be required.) Alternate vendors recommended for award shall not be required to submit a performance bond until an actual purchase order has been issued to the alternate vendor. The same performance bond terms and conditions as stated above will apply to the alternate vendors. The performance bonds shall remain in effect throughout the term of this contract and any extensions periods. XIII. CONFIDENTIALITY OF INFORMATION SUBMITTED BY BIDDER: A. The District reserves the right to retain all copies of the bidders’ proposals and associated documentation submitted. Under Florida’s public records laws, sealed bids or proposals received by the District pursuant to invitations to bid or requests for proposals may only be kept confidential until such time as the District provides notice of a decision or intended decision within ten (10) days after the bid or proposal opening, whichever is earlier. Vendor requests to hold certain submitted materials or information in confidence cannot generally be honored. If a vendor feels that public scrutiny of certain information requested in the bid documents could be detrimental to its business, the vendor should notify the District and site the governing statute, which exempts such material from public scrutiny. SUWANNEE COUNTY SCHOOL DISTRICT RFP INSTRUCTIONS TO BIDDERS FOR TYPE IIB PANELIZED MODULAR BUILDINGS Page 12 of 29 XIV. BID QUANTITIES: A. At this time the District does not have an estimate for the number of buildings needed. XV. AUTHORIZATION TO PERFORM UNDER A CONTRACT: A. All purchases must be properly authorized in advance. Vendors must first obtain either a printed purchase order or a purchasing card account number before commencing performance under a contract. Vendors shall take no directions to modify (increase, change, decrease, cancel) a purchase order, once issued, from anyone other than the District’s Purchasing Department. Additional work must be authorized in advance by the Purchasing Department who will issue either a change order to the original purchase order or a supplemental purchase order. The vendor assumes all liability for any costs or damages incurred and payment will be denied for additional work if this procedure is not strictly followed. XVI. MINIMUM ELIGIBILITY REQUIREMENTS: A. Prior to the district placing any orders under this contract the successful awardee(s) shall: 1.0 Be a properly Certified or Registered Contractor; 2.0 Designate the Architect-of-Record; 3.0 The manufacturer, and the awarded firm(s), shall be certified as builders of commercial structures by Florida DBPR; XVII. EVALUATION AND AWARDS: A. RFP’s are received and publicly opened. B. The Evaluation Committee will review all proposals submitted. C. The Evaluation Committee will assign points in the evaluation of the written proposals and recommendation process in accordance with the evaluation criteria listed in the Evaluation Criteria. Discussion of proposals may be supplemented by an overview, summary or comments by appropriate District personnel and/or outside consultants or advisors. The Evaluation Committee will in turn assign points rating the proposals. From this, the Evaluation Committee may select the best firms, for Oral Presentations. D. A selected group of firms may be required to make an oral presentation to the Evaluation Committee. Such a presentation will provide an opportunity for the proposer(s) to clarify their understanding of the District’s requirements and to ensure that the District understands their offer. The presentations will be evaluated based on the criteria listed below. See Evaluation Criteria. If presentations are required, they will be made at the Suwannee County School Board Office, 1740 Ohio Avenue S., Live Oak, Florida 32064 The Selected Vendors will be invited to make a thirty (30) minute presentation to be followed by a question and answer session of approximately fifteen (15) minutes in length. The Facilities Office will schedule any necessary presentations. E. The Evaluation Committee reserves the right to negotiate further terms and conditions, including price with the highest ranked proposer(s). If the Evaluation Committee cannot reach a mutually beneficial agreement with the first selected proposer(s), the Committee reserves the right to enter into negotiations with the next highest ranked proposer(s) and continue this process until agreement is reached. F. Each proposer will be ranked based on an analysis of their proposal, experience and costs. A maximum of 100 points will be awarded based upon the bid proposal, experience and possible oral presentation of the proposing firm. The following items will be considered: SUWANNEE COUNTY SCHOOL DISTRICT RFP INSTRUCTIONS TO BIDDERS FOR TYPE IIB PANELIZED MODULAR BUILDINGS Page 13 of 29 RFP Proposal Evaluation Criteria Weighted Value Delivery Schedule for all modular buildings required 15 points maximum Financial strength of bidder 15 points maximum Bonding Capacity 10 points maximum Florida Contractor License 10 points maximum Experience of Bidder 15 points maximum Service/Warranty Program 15 points maximum Scope of Product Line 10 points maximum Client References 10 points maximum TOTAL NUMBER OF POINTS: 100 points maximum Each proposer, invited to give an Oral Presentation, will be ranked based on an analysis of the following: Oral Presentation Evaluation Criteria Weighted Value Delivery Schedule for all modular buildings required 20 points maximum Financial strength of bidder 20 points maximum Experience of bidder 20 points maximum Service/Warranty Program 15 points maximum Scope of Product Line 15 points maximum Client References 10 points maximum TOTAL NUMBER OF POINTS: 100 points maximum H. The District reserves the right to accept or reject any or all proposals. I. The District reserves the right to waive any irregularities and technicalities and may, at its sole discretion, request clarification or other information to evaluate any or all proposals. J The District reserves the right, prior to Board approval, to cancel the RFP or portions thereof, without penalty. K. The District reserves the right to: (1) accept the proposals of any or all of the items it deems, at its sole discretion, to be in the best interest of the District; and (2) the District reserves the right to reject any and/or all items proposed or award to multiple proposers. L. The District reserves the right to further negotiate any proposal(s), including price. M. An award to multiple vendors for the same line items is not expected. The District reserves the right to place orders with those supplier(s) that are most capable of meeting delivery and service needs at the best price. N. The Purchasing Department will prepare and submit its recommendation as an agenda item to the Superintendent. SUWANNEE COUNTY SCHOOL DISTRICT RFP INSTRUCTIONS TO BIDDERS FOR TYPE IIB PANELIZED MODULAR BUILDINGS Page 14 of 29 O. The Superintendent will recommend to the School Board, the award or rejection of any and/or all proposal(s). P. The School Board will award or reject any or all proposal(s). XVIII. LEGAL REQUIREMENTS: A. It shall be the responsibility of the proposer(s) to be knowledgeable of all federal, state, county and local laws, ordinances, rules and regulations that in any manner affect the items covered herein which may apply. Lack of knowledge by the proposer(s) will in no way be a cause for relief from responsibility. B. Proposer(s) doing business with the District are prohibited from discriminating against any employee, applicant, or client because of race, creed, color, national origin, sex or age with regard to but not limited to the following: employment practices, rates of pay or other compensation methods, and training selection. XIX. FEDERAL AND STATE TAX: A. The District is exempt from federal and state taxes for tangible personal property. The Purchasing Director will sign an exemption certificate submitted by the successful proposer(s). Proposer(s) doing business with the District will not be exempted from paying sales tax to their suppliers for materials to fulfill contractual obligations with the District, nor will any proposer be authorized to use the District’s Tax Exemption Number in securing such materials. XX. CONFLICT OF INTEREST: A. All proposers must disclose the name of any officer, director, or agent who is also an employee of the District. All proposers must disclose the name of any District employee who owns, directly or indirectly, any interest in the proposers’ business or any of its branches. XXI. ASSIGNMENT OF CONTRACT AND/OR PAYMENT: A. This contract or agreement is personal to the parties herein and may not be assigned, in whole or in part, by the proposer without prior written consent of the School District. B. The proposer may assign payments under this contract or agreement with prior written notification of the School District. XXII. POSSESSION OF FIREARMS: A. Possession of firearms will not be tolerated on School District property. “Firearm” means any weapon (including a starter gun or antique firearm) which will, is designed to, or may readily be converted to expel a projectile by the action of an explosive; the frame or receiver of any such weapon; any destructive device, or any machine gun. B. No person who has a firearm in their vehicle may park their vehicle on School District property. Furthermore, no person may possess or bring a firearm on School District property. C. If any employee of an independent contractor or sub-contractor is found to have brought a firearm on School District property, said employee will be terminated from the School District project by the independent contractor or sub-contractor. If the sub-contractor fails to terminate said employee or fails to terminate the agreement with the sub-contractor who fails to terminate said employee, the independent contractor’s agreement with the School District shall be terminated. XXIII. SPECIFICATIONS FOR TYPE IIB PANELIZED MODULAR BUILDINGS: A. Within 30 days of award the successful vendor(s) is required to submit plans and documents from DBPR for SUWANNEE COUNTY SCHOOL DISTRICT RFP INSTRUCTIONS TO BIDDERS FOR TYPE IIB PANELIZED MODULAR BUILDINGS Page 15 of 29 the modular facilities specified herein. The vendor(s) must provide upon delivery to the District written proof, which ensures that the unit(s) was inspected and certified by a DBPR approved factory Inspector. Each unit shall meet the requirements of the State of Florida Building Code at the time it was manufactured and meet the following minimum specifications: 1.0 Be a minimum size of approximately 864 square feet in gross area with either the width or length not less than 24-0’ (this dimension may be approximated to allow for manufacturing designs and transportation). See bid form for more building size information. 2.0 Panels minimum testing shall include: ASTM E84, ASTM E119, off-gassing, acoustic, R-value, structural testing (sufficient for approval and approval by a Florida structural engineer), and an IAQ evaluation for listed and to-be listed carcinogens. FL approvals and impact testing. 3.0 At a minimum, a one-hour fire rating shall be provided on the two long walls of the classroom. 4.0 At a minimum, the threshold height must be twelve (14) inches or less above grade. 5.0 Suspended ceiling grid system with two (2) feet by two (2) feet acoustical lay-in panels system with recessed lighting (lighting as herein specified); minimum 9’0 nominal clear ceiling height. 6.0 Provide general illumination and emergency lighting as required by State Department of Education S.R.E.F. rules. Provide a weatherproof exterior light above exterior doors. Illumination in a standard classroom unit shall be designed to FBC. 7.0 All exterior doors shall be 3’-0” x 6’-8” x 1 ¾” thick, 18 ga. H.M. with 16 ga. H.M. frames. Each exterior door shall have a Schlage lockset, or equivalent, and a door closure. Interior doors to be 3’-0” X 6'-8" 1.1 Doors shall have a level platform on the inside of the door. The District will provide the exterior platform. The minimum length of the platform shall be sixty (60) inches and the minimum width shall be the width of the door plus twenty-four (24) inches on the latch side. Exterior doors shall have weather stripping to prevent rain or moisture from entering. 8.0 All construction to be insulated per the FBC at time of manufacture. Thermal insulation Energy Code minimum requirements for floor, wall and ceiling/roof construction. Side walls and roof must provide a minimum of R11 insulation value. 9.0 Heating, ventilating, and air conditioning per the FBC at time of manufacture. 10.0 All structural requirements, including wind hold-down requirements, if applicable, shall be in compliance with FBC and appropriate wind load requirements. Hold-down straps shall be installed in accordance with the engineered drawings submitted for permitting. Building skirting is not required as a part of this contract. 11.0 Operating windows shall be furnished in compliance with the FBC rules for natural lighting and ventilation. Awning type windows are not acceptable. 12.0 Provide (1) 12’ marker board with marker tray. Provide one (1) 4’-0" x 4’-0" wide tack boards. Provide and install as directed by the District. 13.0 Interior wall finishes shall be non-combustible vinyl fabric over gypsum. Wall covering must conform to the most recent 2017 FBC requirements. 14.0 Carpet floor minimum 26 oz. Face weight nylon tufted carpet meeting Class A requirements and MC-1 Specification for tufted, yarn dyed direct glue-down carpet issued by Florida School Plant Managers Association (F.S.P.M.A.) Division 9, Finishes, Section 09680 Indoor carpeting for general educational facilities use; S.R.E.F. Interior finishes. Carpet shall be tested and certified by the manufacturer as passing the Methylamine Tablet Test. SUWANNEE COUNTY SCHOOL DISTRICT RFP INSTRUCTIONS TO BIDDERS FOR TYPE IIB PANELIZED MODULAR BUILDINGS Page 16 of 29 15.0 All clearances, switch-mounting heights, grab bars. etc. shall be in compliance with physically handicapped accessibility standards as listed under D.O.E., S.R.E.F. (OEFCAR and ADAAG). 16.0 Communications riser. A ¾” EMT stub out will suffice. The riser shall have the first junction box at 48” A.F.F. (for the pull station). The second junction box will be 52” A.F.F. (for intercom call in switch). The third junction box will be at 72” A.F.F. (for the interoom speaker). The fourth junction box shall remain at the ridge beam; for a smoke detector. 14.0 Battery operated emergency lights wired to electrical system to be located adjacent to each exit. 15.0 Eight duplex receptacles, 120 volt. Four 4”x4” “J” boxes, one on each wall, 18” high. Two additional 1” conduit runs no longer than 15” each, without wire, shall be included in the bid price. The location shall be determined at a later date prior to construction. 16.0 All units with a removable tongue (if applicable) will have the tongue removed and stored under the unit. Axles shall be removed from unit or if not removed shall not be responsibility the District if stolen. Wheels and tires shall be removed and stored by the Lessor or he may elect to leave the wheels and tires on the unit at his risk. If tires and/or wheels are damaged, stolen, or deteriorate during the life of the lease, the Lessor, upon being requested to remove the classroom unit, shall replace the wheels and/or tires as required at no additional cost to the School Board. 17.0 Toilet rooms shall be accessible for use by the physically handicapped and include: 17.1 Water closet with shut-off valve. The District reserves the right to select the size (handicapped, regular or small) of the water closet at the time of order at no additional cost. H.C. signage, if required, shall be installed per ADA requirements. 18.0 Mechanical ventilation with time-delay off switch. 19.0 Individual toilet room floors and base may be of solid sheet vinyl without seams and with edges turned up at the walls with heat welded seams to form an integral cove base a minimum of six (6) inches high. A cove shaped molding shall be provided behind the sheet vinyl at the floor-to-wall joint. Walls shall be finished with impervious materials to a minimum height of eight (8) feet and the ceiling with suspended, non-combustible, moisture resistant lay-in tile. 20.0 Sanitary Facilities – The areas associated with personal hygiene are multifunction areas with activities including toilet, washing, bathing grooming, and changing clothes and dressing. All areas designed to provide for these activities shall comply with this section. All sanitary drops are to be manifolded to allow a single point connection. 21.0 Sink cabinet of plastic laminate covered formaldehyde free particle board with water proof resin., with 4” splashback, stainless steel classroom sink with integral drinking fountain, and goose neck spout, shut-off valve. Cold water supply only. (Plumbing for insta-hot heaters installed and heaters provided if needed.) 22.0 Use of Materials Containing Formaldehyde 22.1 Due to recent reports of the carcinogenic nature of formaldehyde and the irritation caused by Formaldehyde fumes in enclosed spaces; materials containing formaldehyde in excess of low emission standards are banned from the construction of the relocatable classroom units. 22.2 Materials in compliance with low omission standards formaldehyde, OSHA. Standard 29CFR 1910.1000, but limiting eight (8) hour exposure to one (1) perm (one part per million in air) are acceptable. Manufactures must provide test evidence showing compliance with this standard before School Board will accept the unit for occupancy. 23.0 If it is discovered that materials containing formaldehyde exceeding low emission SUWANNEE COUNTY SCHOOL DISTRICT RFP INSTRUCTIONS TO BIDDERS FOR TYPE IIB PANELIZED MODULAR BUILDINGS Page 17 of 29 standards have been used in a relocatable classroom unit accepted by the School Board, the Lessor shall replace that unit on demand with a unit meeting the formaldehyde low emission standards at no additional cost to the Board. This includes the cost of disconnecting utility services. 24.0 Door Hardware – Handles, pulls, latches, locks and other operating devices on accessible doors shall have a shape that is easy to grasp with one hand and does not require tight grasping, tight pinching, or twisting of the wrist to operate. Lever-operated mechanisms, push-type mechanisms, and U-shaped exposed and acceptable designs. When sliding doors are fully open, operating hardware shall be no higher than forty-eight (48) inches (1220 mm.) above finished floor. 25.0 It is the intent of the District to require the vendor to provide units with the above mentioned specifications. If the specifications conflict with the Type II Panelized Building requirement, it is the vendors responsibility to inform the school board as to the nature of the conflict 7 days prior to the submission of the bid proposal. XXIV. ADDITIONAL MODULAR BUILDINGS: Proposer(s) may present for evaluation other modular/portable buildings that as a minimum meet FBC for the type building being submitted. Vendor shall provide all pricing information required to lease and/or purchase these units along with the cost of delivery, block, level, anchoring, dismantle and return charges. Additional buildings will not be used as criteria for awarding this bid. Include prices on Attachment “C” XXV. ADDITIONAL OPTIONS: Proposer(s) may present for evaluation other services and products. Vendor shall provide all pricing information appropriate to each option submitted. Additional options will not be used as criteria for awarding this bid. Include prices on Attachment “D” XXVI. MAINTENANCE AND REPAIRS FOR RENTAL UNITS: A. The vendor shall include in his bid providing of all repairs necessary to the rental units to maintain them in an acceptable condition as determined by the School Board. The vendor for shall provide a complete service warranty for all components of the modular buildings as long as units are rented to the School Board. Repairs shall be performed within 5 days of notice to the vendor. The Vendor shall be responsible for submitting a request form to the District personnel to use when requesting services and tracking status of requests. If the Vendor fails to repair the units within 5 days of notice, the School Board may perform the repairs, or contract the repairs, and charge the vendor for all charges incurred for the necessary repairs. B. School Board Maintenance personnel will be responsible for the following services only: janitorial services, routine replacement of inside and outside a/c filters, routine cleaning of a/c coils, replace light bulbs, site maintenance and lamps, and replace and/or repair items that are above and beyond normal wear and tear or vandalism. C. The Vendor shall coordinate the replacement of carpet pursuant to claims under the manufactures standard warranty period. After that time, the school board may replace the carpet or have the vendor replace the carpet based upon the cost plus 25% profit and overhead. D. The Vendor shall not be responsible for switching the swing of the door if needed due to replacement of the unit. E. The Vendor as requested by the school board shall furnish materials and labor to repair damaged units. The school board reserves the right to furnish materials to the Vendor. If the Vendor is required to provide materials and labor the school board shall be billed according to the Vendors actual prices paid for labor and materials SUWANNEE COUNTY SCHOOL DISTRICT RFP INSTRUCTIONS TO BIDDERS FOR TYPE IIB PANELIZED MODULAR BUILDINGS Page 18 of 29 used. A copy of the Vendor’s invoices for materials and labor used shall be submitted when requested. The school board shall pay fair market prices for materials and labor plus 25% profit and overhead. F. Upon receipt of a request from the School Boards for repairs the Vendor shall prepare a written estimate of the labor and materials required to complete the work. The estimate shall provide specific information including the following: hourly labor rates and a list of materials required. The estimate shall also include the time work will be started and completed. G. The Vendor must return an estimate to the School Board’s authorized representative (s) within five (5) workdays, or as otherwise directed. H. The estimate provided from the Vendor shall be firm, no increases will be permitted unless unforeseen circumstances arise. The school board reserves the right to enter into “value engineering” negotiations with the Vendor whenever it deems that negotiations will be in the best interest of the School Board. Upon completion of negotiations, a new estimate will be prepared by the Vendor and submitted to the school board for approval. I. The Vendor acknowledges that work will be performed only after receipt of an authorized purchase order. J. If, during the course of work, the Vendor encounters unforeseen conditions which impact the work and which could not initially be evaluated, the Vendor shall not proceed without written authorization of the School Board’s authorized representative (s). K. The Vendor shall have sufficient number of personnel, materials, transportation and an adequate inventory of the tools and equipment to perform work at the job site. The vendor shall be held responsible for the on-site supervision, scheduling, receiving and placement of materials. L. Emergency Work requests may be needed from time to time. The Vendor shall within twenty-four (24) hours notice meet District personnel at the job sites, review the scope of work, provide an estimate, proceed with work without delay and in general be responsive to the emergency request. M. The Vendor shall, and in addition to all other guarantees, be responsible for faulty labor or workmanship and shall promptly correct improper work, without cost to the School Board, within 5 days after receipt of notification of such faulty labor or workmanship. If the Vendor fails within 5 days to correct defects, the Owner shall be entitled to have such work remedied and the Vendor shall be fully liable for all costs and expense reasonably incurred by the Owner. Payments in full or otherwise do not constitute a waiver of this guarantee. The guarantee period shall be effective for one (1) year after acceptance of the work by the School Board. N. Precautions will be exercised at all times for the protection of persons (including employees) and property. The Vendor at Vendor’s expense will provide barricades, when work is performed in areas traversed by persons or vehicles, or when deemed necessary by the School Board’s Representative. O. The Vendor shall conform to all Federal, State and City regulations during the performance of the Agreement. Any fines levied due to inadequacies or failure to comply with any and all requirements shall be the sole responsibility of the Vendor. Any person found not in conformance with any laws, statues, rules or regulations will not be allowed on the job site. Continued violations and the Vendor shall constitute cause for immediate termination of the Agreement. P. All existing structures, services, roads, trees, shrubbery, etc., shall be protected against damage or interrupted service at all times by the Vendor and the Vendor shall be held responsible for any damage to property caused by reason of his operations on the property. Q. Material quality is expected to be commercial grade and of such to accomplish the service work satisfactorily, as specified in the given scope of work for each job. The School Board reserves the right to set the standard of quality for materials for a given job. All materials and labor used shall be billed at the Vendor’s actual net cost plus 25% allowance for profit and overhead. SUWANNEE COUNTY SCHOOL DISTRICT RFP INSTRUCTIONS TO BIDDERS FOR TYPE IIB PANELIZED MODULAR BUILDINGS Page 19 of 29 R. JOB CONDITIONS The Vendor shall be responsible for notifying the school board in writing of any conditions detrimental to proper and timely completion of work. Do not proceed with work until unsatisfactory conditions have been corrected in a manner acceptable to the Vendor. S. SERVICE WORK All requested work shall be completed in accordance with all federal, state and local codes. T. Work To Be Furnished By The School Board (unless otherwise requested): Paper towel and toilet paper dispenser, soap dispensers. All movable casework and furniture needed for classroom use. 1.0 Janitorial service to the classroom unit. 2.0 All utility connections, site work and interior furnishings. U. SITE WORK Lessor shall repair any damage to school equipment or site (s) caused by the setup or removal of classroom building. This includes, but is not limited to, damage to lawns, shrubs, sidewalks, drives, buildings, or other property on the site. The District will be responsible for providing clear access to the site including removal of all fencing and landscaping. XXVII. PUBLIC ENTITY CRIME & CONVICTION VENDOR LIST Per the provisions of Florida Statute 287.133(2)(a), a person or affiliate who has been placed on the Convicted Vendor list for the State of Florida following a conviction for a public entity crime:  May not submit a bid on a contract to provide any goods or services to a Public Entity.  May not submit a bid on a contract with a Public Entity for the construction or repair of a public building or public work.  May not submit bids on leases of real property to a Public Entity.  May not be awarded or perform work as contractor, supplier, subcontractor or consultant under a contract with any Public Entity. Applicable Law The Laws of the State of Florida shall govern this contract: jurisdiction and venue shall lie in Suwannee County, Florida. XXVIII. REQUIRED RESPONSE INFORMATION – (INFORMATION TO BE INCLUDED IN THE SUBMITTED PROPOSAL) In order to maintain comparability and enhance the review process, it is required that proposals be organized in the manner specified below. Responses must not exceed one single page per item listed bellow, except where noted. Title Page: Show the RFP title, proposer name, address, telephone number and the date Table of Contents: Include a clear identification of the material by section and by page number. Required Response Form: Include signed “Required Response Form” found at the end of this section. Experience of Proposer: Show your past experience with modular construction and demonstrate your ability to successfully complete this project. Give the names of the persons who will be authorized to make representation for the proposer, their titles, addresses and phone numbers. SUWANNEE COUNTY SCHOOL DISTRICT RFP INSTRUCTIONS TO BIDDERS FOR TYPE IIB PANELIZED MODULAR BUILDINGS Page 20 of 29 Product Information Sheet: Submit a completed Product Information Sheet so that the District can make a comparison of the product features being bid. Scope of Products; Identify what types of modular buildings you sell and lease in Florida and explain how your products can assist Suwannee County Schools in meeting their facility needs. Availability/Delivery: Show a schedule for delivery and installation of a classroom starting at the time you receive the District Purchase Order until the building is delivered to site, blocked, leveled, anchored and trimmed out. Service/Warranty: Thoroughly explain your warranty program and how you plan to service the modular units in Suwannee County. Client References: Include a listing of references that can attest to your quality of work and your ability to service your product. Drug Free Workplace Certification: Include a signed copy of the attached “Drug Free Workplace Certification Form” found at the end of this section. Financial Strength of Proposer: (this section may exceed the one page limit) Provide most recent financial statement and your company’s current credit rating. Bonding Capacity: Include a letter for your bonding company that clearly sets forth the bonding capacity of your company. Contractor License: Include a copy of your current Contractor License for the State of Florida. Statement of Understanding: Include a completed “Statement of Understanding” form. Pricing: One completed set of pricing forms must be submitted in a separately sealed envelope. (Attachments A through D) Note: Entries must be completed in ink or typewritten. An original manual signature is required. Proposed Evaluation Process: RFP’s are received and publicly opened. Only names of respondents are read at this time. The Evaluation Committee will review all proposals submitted. The Evaluation Committee will evaluate each proposal as to compliance with the attached specifications and scope. The Evaluation Committee may select a firm for recommendation to the Superintendent and School Board or they may require oral presentations. SUWANNEE COUNTY SCHOOL DISTRICT RFP INSTRUCTIONS TO BIDDERS FOR TYPE IIB PANELIZED MODULAR BUILDINGS Page 21 of 29 The School District of Suwannee County, Florida Request For Proposal (RFP) RFP #20-209 REQUIRED RESPONSE FORM Title: RFP for Type IIB Panelized Modular Buildings; Anti-Collusion Statement/Public Domain I, the undersigned proposer, have not divulged, discussed or compared this proposal with any other proposers and have not colluded with any other proposer in the preparation of this proposal in order to gain an unfair advantage in the award of this proposal. I acknowledge that all information contained herein is part of the public domain as defined in the Public Records Act, Chapter 119 F.S. PROPOSAL CERTIFICATION I hereby certify that I am submitting the following information as my company’s proposal and understand that by virtue of executing and returning with this proposal this “Required Response Form.” I further certify full, complete and unconditional acceptance of the contents of this proposal, and all attachment and the contents of any Addendum hereto. Proposer: (firm name): ___________________________________________________________ Street Address: _________________________________________________________________ City: _____________________________ State: __________________ Zip Code: ____________ Print Name of Authorized Representative: ____________________________________________ Title: ______________________________________________________ Date: ______________ Contact Person: _________________________________________________________________ Contact Person’s Address: ________________________________________________________ Telephone #: _____________________________ FAX #: _______________________________ Proposer Taxpayer Identification Number: ____________________________________________ Acknowledgement of Addendum (list number): _______________________________________ Signature of Authorized Representative: _____________________________________________ SUWANNEE COUNTY SCHOOL DISTRICT RFP INSTRUCTIONS TO BIDDERS FOR TYPE IIB PANELIZED MODULAR BUILDINGS Page 22 of 29 The School District of Suwannee County, Florida Request For Proposal (RFP) RFP #20-209 INFORMATION SHEET Please complete questions below: Size and square feet of proposed building: ______________________________________________________ Fire rating on building side walls: _____________________________________________________________ What is the minimum threshold height above grade? ______________________________________________ Type of ceiling in building; __________________________________________________________________ Type of light fixtures provided in building: ______________________________________________________ “R” value of side walls of building: ____________________________________________________________ “R” value of roof of building: _________________________________________________________________ Type heating, ventilating and air conditioning systems provided: _____________________________________ Engineered foundation plans provided: __________________________________________________________ Type of operational windows provided: _________________________________________________________ Size and quantity of marker boards provided: ____________________________________________________ What are the interior wall finishes? _____________________________________________________________ Type and weight of carpet provided in buildings: __________________________________________________ Are code compliant emergency lights provided? ___________________________________________________ SUWANNEE COUNTY SCHOOL DISTRICT RFP INSTRUCTIONS TO BIDDERS FOR TYPE IIB PANELIZED MODULAR BUILDINGS Page 23 of 29 Are toilet rooms handicapped accessible? _________________________________________________________ What type flooring is provided in toilet rooms? _____________________________________________________ Florida Manufacturer’s License Number? _____________________________________________________ Years experience providing classrooms to Florida school district __________________ As a person authorized to sign this statement, I certify that the information provided is true and accurate. _______________________________________________ Vendor’s Signature (Authorized Representative) SUWANNEE COUNTY SCHOOL DISTRICT RFP INSTRUCTIONS TO BIDDERS FOR TYPE IIB PANELIZED MODULAR BUILDINGS Page 24 of 29 The School District of Suwannee County, Florida Request For Proposal (RFP) RFP #20-209 DRUG-FREE WORPLACE CERTIFICATION FORM In accordance with Florida Statutes 287.087, preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids/RFQ’s, which are equal with respect to price, quality and service, are received by the State or any other political subdivision for the procurement of commodities or contractual services, a bid/RFQ received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied Vendors have a drug-free workplace program. In order to have a drug-free workplace program, a small business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibitions. 2. Inform employees about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs and 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 this statement specified in subsection (1). 4. In the statement specified in subsection (1) notify employees that as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee’s community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As a person authorized to sign this statement, I certify that this firm complies fully with the above requirements. _______________________________________________ Vendor’s Signature (Authorized Representative) SUWANNEE COUNTY SCHOOL DISTRICT RFP INSTRUCTIONS TO BIDDERS FOR TYPE IIB PANELIZED MODULAR BUILDINGS Page 25 of 29 The School District of Suwannee County, Florida Request For Proposal (RFP) RFP #20-209 STATEMENT OF UNDERSTANDING (This document, with original manual signature, must be included in the sealed envelope with all pricing forms) The Bidder acknowledges the following: That he has read, understands and agrees to the terms and conditions stated in the Instructions to Bidders contained in this bid. PURCHASES BY OTHER PUBLIC AGENCIES - With the consent and agreement of the successful bidder(s), awards may be made under this bid by other public schools and governmental agencies within the State of Florida. Such awards shall be governed by the same terms and conditions as stated herein. The Bidder further declares that he has examined the requirements and specifications for the materials to be furnished, and has read all special provisions listed therein prior to the opening of bids. The Bidder proposes and agrees, if this proposal is accepted, to contract with the Suwannee County School District, in the form of contract specified, to deliver the materials/services listed, at the prices set forth. Furnish all labor, material, equipment, transportation permits and insurance necessary to perform the work in compliance with bid documents including Scope of Work, Specifications and Contractor’s One (1) Year Warranty. WARRANTY: Materials/Services are guaranteed against defects in materials and workmanship for a period of One (1) year on all purchased buildings. Term of Contract: The term of the contract shall be for five years (5) years. Both parties may extend this contract for three (3) additional years at the same terms and conditions if mutually agreeable. The District reserves the right to accept or reject any or all proposals. The district reserves the right to waive any irregularities and technicalities and may, at its sole discretion, request a clarification or other information to evaluate any or all proposals. The District reserves the right to further negotiate any proposal(s), including price. NAME OF RFP: LEGAL NAME OF BIDDER: MAILING ADDRESS: EMAIL: _____________________ TELEPHONE: FAX: SIGNATURE:___________________________________________________ DATE: PRINTED NAME: TITLE: SUWANNEE COUNTY SCHOOL DISTRICT RFP INSTRUCTIONS TO BIDDERS FOR TYPE IIB PANELIZED MODULAR BUILDINGS Page 26 of 29 The School District of Suwannee County, Florida Request For Proposal (RFP) RFP #20-209 ATTACHMENT “A” - RFP Modular Unit and Accessory PURCHASE COST Bid Form Type IIB Panelized Modular Units (Items per RFP Specifications) ITEM DESCRIPTION AMOUNT Item 1: Type IIB Panelized 24’x36’ Classroom Unit; (130 MPH Wind Load) 1. Without restroom $.00 2. With one (1) restroom $.00 3. Cost of delivery to site $.00 4. Cost for block, level and anchoring $.00 Note ALL Variations to Bid Documents: What was Specified What is Proposed Reasoning End of Attachment “A”, Modular Unit Purchase Bid Form (Also refer to Attachment “B”, Modular Unit Rental Bid Form) Piggyback Bid prices will be per Attachments “C” and “D”. SUWANNEE COUNTY SCHOOL DISTRICT RFP INSTRUCTIONS TO BIDDERS FOR TYPE IIB PANELIZED MODULAR BUILDINGS Page 27 of 29 The School District of Suwannee County, Florida Request For Proposal (RFP) RFP #20-209 ATTACHMENT “B” - RFP Modular Unit and Accessory RENTAL COST Bid Form Type IIB Panelized Modular Units (Items per RFP Specifications) ITEM DESCRIPTION AMOUNT Item 1: Type IIB Panelized 24’x36’ Classroom Unit; (130 MPH Wind Load) 5. Without restroom $.00 6. With one (1) restroom $.00 7. Cost of delivery to site $.00 8. Cost for block, level and anchoring $.00 9. Cost of dismantle at end of lease $.00 10. Cost for return deliver to vendor $.00 Note ALL Variations to Bid Documents: What was Specified What is Proposed Reasoning End of Attachment “B”, Modular Unit Rental Bid Form (Also refer to Attachment “A”, Modular Unit Purchase Bid Form) Piggyback Bid prices will be per Attachments “C” and “D”. SUWANNEE COUNTY SCHOOL DISTRICT RFP INSTRUCTIONS TO BIDDERS FOR TYPE IIB PANELIZED MODULAR BUILDINGS Page 28 of 29 The School District of Suwannee County, Florida Request For Proposal (RFP) RFP #20-209 ATTACHMENT “C” - Other Modular Buildings Item Description - 1. Purchase Price $.00 2. Month Rental Price $.00 3. Cost of delivery to site $.00 4. Cost for block, level and anchoring $.00 5. Cost of dismantle at end of lease $.00 6. Cost for return deliver to vendor $.00 Piggyback Bid prices will be per Attachment “C” and “D” SUWANNEE COUNTY SCHOOL DISTRICT RFP INSTRUCTIONS TO BIDDERS FOR TYPE IIB PANELIZED MODULAR BUILDINGS Page 29 of 29 The School District of Suwannee County, Florida Request For Proposal (RFP) RFP #20-209 ATTACHMENT “D” - Other Options Piggyback Bid prices will be per Attachments “C” and “D” Suwannee County School Board Request for Proposals RFP# 20-209 Notice is hereby given that the Suwannee County School Board will receive sealed proposals to provide Type IIB Panelized Modular Buildings in the office of the Chief Financial Officer, Suwannee County School Board, located at 1740 Ohio Avenue S., Live Oak, Florida 32064, until 2:00 p.m. on Wednesday, February 12, 2020. All responses will be publicly opened in the District Office at that time. Recommendations will be made to the School Board at the regular board meeting on February 25, 2020. Bids must be submitted in a sealed envelope plainly marked: SCSB Bid #20-209, Type IIB Panelized Modular Buildings, Attn: Vickie DePratter. All submittals must be in accordance with the instructions and forms found on our website: http://www.suwannee.k12.fl.us/bids/open. If you have any questions regarding this RFP, please contact the Director of Facilities at 386-647- 4152. Questions will be accepted until 4:00 p.m., February 5, 2020. You may also email questions to mark.carver@suwannee.k12.fl.us. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1294 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 10.1 SUBJECT/RECOMMENDATION: Authorize Purchase Orders to Core and Main LP, and Pasco Pipe Supply Inc. of FL, for ductile iron pipes, fittings, mechanical joint restraints, and polyethylene tubing in the cumulated annual not-to-exceed amount of $400,000.00, for the term January 16, 2026 through January 15, 2027, with two, one-year renewal options pursuant to ITB 57-25 Ductile Iron Pipes, Fittings, and authorize the appropriate officials to execute same. (consent) SUMMARY: Invitation to Bid (ITB) No. 57-25, Ductile Iron Pipes, Fittings, Mechanical Joint Restraints and Polyethylene Tubing was issued on September 12, 2025. Four bids were received. Core & Main LP and Pasco Pipe Supply Inc. represent the lowest responsive, responsible bidders in accordance with the bid specifications. For placing orders, the award is as follows: Core & Main LP Group 5 - Tapping Saddles and Sleeves Group 6- Meter and Valve Boxes Pasco Pipe Supply Inc. Group 1 - Ductile Iron Pipe Fittings Group 2 - Restraining Adapters, Gaskets, and Glands Group 3 - Large Valves Group 4 - Clamps and Couplings Group 7 - Ductile Iron Pipe Group 8 - Service Tubing These parts are stocked in the Public Utilities Warehouse to have them on-hand for use in the field. The initial contract term will be from January 16, 2026 through January 15, 2027, with the option for two, one-year renewals. APPROPRIATION CODE AND AMOUNT: Funding is available in Public Utilities’ cost centers, cost code 550400 Operating Supplies and Materials. Funding for future fiscal years will be requested within contract calendar and spending limits. The operations of the Public Utilities department are funded by revenues from the Water and Sewer Utility Enterprise Fund. STRATEGIC PRIORITY: In furtherance of the Council’s Strategic Plan to achieve High Performing Government by maintaining public infrastructure through systematic management efforts, approval for an agreement is requested. Page 1 City of Clearwater Printed on 1/9/2026 November 12, 2025 NOTICE OF INTENT TO AWARD Public Utilities Department and the Procurement Division recommend award of ITB No. 57-25, Ductile Iron Pipe, Fittings, Mechanical Joint Restraints, and Polyethylene Tubing as follows: Core & Main LP • Group 5 - Tapping Saddles and Sleeves • Group 6 - Meters and Valve Boxes Pasco Pipe Supply, Inc. • Group 1 -Ductile Iron Pipe Fittings • Group 2 - Restraining Adapters, Gaskets, and Glands • Group 3 - Large Valves • Group 4 - Clamps and Couplings • Group 7 - Ductile Iron Pipe • Group 8 -Service Tubing These vendors represent the lowest, most responsible bidders overall, in accordance with the bid specifications, in the estimated annual amount of $400,000.00, for a period of one (1) year, with the option for two (2) additional one-year renewals. This Award recommendation is tentatively scheduled to be considered by the City Council on December 1, 2025, Work Session (1:30 p.m.) and voted on December 4, 2025, Council Meeting (6:00 p.m.). These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Analyst at 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 Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number Unit Cost Total Manufacturer and Part Number Unit Cost Total Manufacturer and Part Number Unit Cost Total Manufacturer and Part Number 1 CAPS, MJ 3", TAPPED 2"1 EACH $66.83 $66.83 Star MJC03T $66.83 $66.83 STAR $66.90 $66.90 Star/Sigma 2 CAPS, MJ 4", TAPPED 2" 3 EACH $68.09 $204.27 Star MJC04T $68.09 $204.27 STAR $68.16 $204.48 Star/Sigma3CAPS,MJ 6", TAPPED 2" 3 EACH $93.30 $279.90 Star MJC06T $93.30 $279.90 STAR $93.41 $280.23 Star/Sigma 4 CAPS, MJ 8", TAPPED 2" 1 EACH $129.87 $129.87 Star MJC08T $129.87 $129.87 STAR $130.01 $130.01 Star/Sigma5CAPS, MJ 10", TAPPED 2"1 EACH $153.83 $153.83 Star MJC10T $153.83 $153.83 STAR $153.99 $153.99 Star/Sigma6CAPS, MJ 12", TAPPED 2"1 EACH $213.09 $213.09 Star MJC12T $213.09 $213.09 STAR $213.32 $213.32 Star/Sigma 7 CAPS, MJ 14", TAPPED 2"1 EACH $321.52 $321.52 Star MJC14T $321.52 $321.52 STAR $321.87 $321.87 Star/Sigma8CAPS, MJ 16", TAPPED 2" 1 EACH $411.04 $411.04 Star MJC16T $411.04 $411.04 STAR $411.49 $411.49 Star/Sigma 9 CAPS, MJ 20", TAPPED 2"1 EACH $652.50 $652.50 Star MJC20T $652.50 $652.50 STAR $653.21 $653.21 Star/Sigma10CAPS, MJ 24", TAPPED 2" 1 EACH $868.74 $868.74 Star MJC24T $868.74 $868.74 STAR $869.68 $869.68 Star/Sigma 11 COUPLING, REDUCER, FLANGED 4" X 3"4 EACH $110.33 $441.32 Star FRD0403 $110.33 $441.32 STAR $110.45 $441.80 Star/Sigma 12 COUPLING, REDUCER, FLANGED 6" X 4" 2 EACH $171.48 $342.96 Star FRD0604 $171.48 $342.96 STAR $171.66 $343.32 Star/Sigma 13 ELL, ANCHOR, SWIVEL X SWIVEL 6"2 EACH $271.72 $543.44 Star MJHB9006 $271.72 $543.44 STAR $272.01 $544.02 Star/Sigma14ELL, FLANGE 3" 45 1 EACH $80.70 $80.70 Star FBD4503 $80.70 $80.70 STAR $80.78 $80.78 Star/Sigma 15 ELL, FLANGE 3" 90 15 EACH $104.02 $1,560.30 Star FBD9003 $104.02 $1,560.30 STAR $104.13 $1,561.95 Star/Sigma16ELL, FLANGE 4" 45 1 EACH $143.74 $143.74 Star FBD4504 $143.74 $143.74 STAR $143.90 $143.90 Star/Sigma 17 ELL, FLANGE 4" 90 30 EACH $160.76 $4,822.80 Star FBD9004 $160.76 $4,822.80 STAR $160.94 $4,828.20 Star/Sigma18ELL, FLANGE 6" 45 1 EACH $220.65 $220.65 Star FBD4506 $220.65 $220.65 STAR $220.89 $220.89 Star/Sigma19ELL, FLANGE 6" 90 50 EACH $248.39 $12,419.50 Star FBD9006 $248.39 $12,419.50 STAR $248.66 $12,433.00 Star/Sigma 20 ELL, FLANGE 8" 45 1 EACH $335.39 $335.39 Star FBD4508 $335.39 $335.39 STAR $335.76 $335.76 Star/Sigma21ELL, FLANGE 8" 90 20 EACH $406.00 $8,120.00 Star FBD9008 $406.00 $8,120.00 STAR $406.44 $8,128.80 Star/Sigma 22 ELL, FLANGE 10" 45 2 EACH $541.54 $1,083.08 Star FBD4510 $541.54 $1,083.08 STAR $542.13 $1,084.26 Star/Sigma23ELL, MJ 3" 22.5 1 EACH $46.02 $46.02 Star MJB2203 $46.02 $46.02 STAR $46.07 $46.07 Star/Sigma24ELL, MJ 3" 45 1 EACH $73.13 $73.13 Star MJB4503 $73.13 $73.13 STAR $73.21 $73.21 Star/Sigma 25 ELL, MJ 3" 90 1 EACH $80.70 $80.70 Star MJB9003 $80.70 $80.70 STAR $80.78 $80.78 Star/Sigma26ELL, MJ 4" 22.5 1 EACH $68.72 $68.72 Star MJB2204 $68.72 $68.72 STAR $68.79 $68.79 Star/Sigma 27 ELL, MJ 4" 45 3 EACH $73.13 $219.39 Star MJB4504 $73.13 $219.39 STAR $73.21 $219.63 Star/Sigma28ELL, MJ 4" 90 15 EACH $87.63 $1,314.45 Star MJB9004 $87.63 $1,314.45 STAR $87.73 $1,315.95 Star/Sigma29ELL, MJ 6" 22.5 1 EACH $105.28 $105.28 Star MJB2206 $105.28 $105.28 STAR $105.40 $105.40 Star/Sigma 30 ELL, MJ 6" 45 10 EACH $116.00 $1,160.00 Star MJB4506 $116.00 $1,160.00 STAR $116.13 $1,161.30 Star/Sigma31ELL, MJ 6" 90 20 EACH $143.11 $2,862.20 Star MJB9006 $143.11 $2,862.20 STAR $143.26 $2,865.20 Star/Sigma 32 ELL, MJ 8" 22.5 1 EACH $164.54 $164.54 Star MJB2208 $164.54 $164.54 STAR $164.72 $164.72 Star/Sigma33ELL, MJ 8" 45 4 EACH $168.96 $675.84 Star MJB4508 $168.96 $675.84 STAR $169.14 $676.56 Star/Sigma34ELL, MJ 8" 90 10 EACH $206.15 $2,061.50 Star MJB9008 $206.15 $2,061.50 STAR $206.38 $2,063.80 Star/Sigma 35 ELL, MJ 10" 45 1 EACH $243.35 $243.35 Star MJB4510 $243.35 $243.35 STAR $243.61 $243.61 Star/Sigma36ELL, MJ 10" 90 1 EACH $326.57 $326.57 Star MJB9010 $326.57 $326.57 STAR $326.92 $326.92 Star/Sigma 37 ELL, MJ 12" 22.5 1 EACH $317.74 $317.74 Star MJB2212 $317.74 $317.74 STAR $318.08 $318.08 Star/Sigma38ELL, MJ 12" 45 1 EACH $363.76 $363.76 Star MJB4512 $363.76 $363.76 STAR $364.16 $364.16 Star/Sigma39ELL, MJ 12" 90 1 EACH $439.41 $439.41 Star MJB9012 $439.41 $439.41 STAR $439.89 $439.89 Star/Sigma 40 ELL, MJ 16" 45 1 EACH $711.13 $711.13 Star MJB4516 $711.13 $711.13 STAR $711.90 $711.90 Star/Sigma41ELL, MJ 16" 90 1 EACH $994.20 $994.20 Star MJB9016 $994.20 $994.20 STAR $995.28 $995.28 Star/Sigma 42 ELL, MJ 20" 90 1 EACH $1,721.09 $1,721.09 Star MJB9020 $1,721.09 $1,721.09 STAR $1,722.96 $1,722.96 Star/Sigma43ELL, MJ X PE 3" 22.5 1 EACH $58.63 $58.63 Star MJBP2203 $58.63 $58.63 STAR $58.69 $58.69 Star/Sigma44ELL, MJ X PE 3" 45 1 EACH $68.09 $68.09 Star MJBP4503 $68.09 $68.09 STAR $68.16 $68.16 Star/Sigma 45 ELL, MJ X PE 3" 90 1 EACH $79.43 $79.43 Star MJBP9003 $79.43 $79.43 STAR $79.52 $79.52 Star/Sigma46ELL, MJ X PE 4" 22.5 1 EACH $78.80 $78.80 Star MJBP2204 $78.80 $78.80 STAR $78.89 $78.89 Star/Sigma 47 ELL, MJ X PE 4" 45 1 EACH $76.91 $76.91 Star MJBP4504 $76.91 $76.91 STAR $77.00 $77.00 Star/Sigma48ELL, MJ X PE 4" 90 4 EACH $104.02 $416.08 Star MJBP9004 $104.02 $416.08 STAR $104.13 $416.52 Star/Sigma49ELL, MJ X PE 6" 22.5 1 EACH $134.28 $134.28 Star MJBP2206 $134.28 $134.28 STAR $134.43 $134.43 Star/Sigma 50 ELL, MJ X PE 6" 45 3 EACH $129.87 $389.61 Star MJBP4506 $129.87 $389.61 STAR $130.01 $390.03 Star/Sigma51ELL, MJ X PE 6" 90 4 EACH $171.48 $685.92 Star MJBP9006 $171.48 $685.92 STAR $171.66 $686.64 Star/Sigma 52 ELL, MJ X PE 8" 45 1 EACH $204.89 $204.89 Star MJBP4508 $204.89 $204.89 STAR $205.11 $205.11 Star/Sigma53ELL, MJ X PE 8" 90 1 EACH $243.35 $243.35 Star MJBP9008 $243.35 $243.35 STAR $243.61 $243.61 Star/Sigma54ELL, MJ X PE 8" 22.5 1 EACH $204.89 $204.89 Star MJBP2208 $204.89 $204.89 STAR $205.11 $205.11 Star/Sigma 55 ELL, REDUCER 4" X 3" FLANGE 13 EACH $132.39 $1,721.07 Star FBRD900403 $110.33 $1,434.29 STAR $132.54 $1,723.02 Star/Sigma56FLANGE REDUCER 3" X 2" TAP 13 EACH $78.11 $1,015.43 Sigma DFR32 $361.24 $4,696.12 TYLER UNION $77.63 $1,009.19 Star/Sigma 57 FLANGE REDUCER 4" X 2" TAP 12 EACH $109.36 $1,312.32 Sigma DFR42 $400.33 $4,803.96 TYLER UNION $108.55 $1,302.60 Star/Sigma58FLANGE REDUCER 6" X 2" TAP 3 EACH $148.83 $446.49 Sigma DFR62 $443.20 $1,329.60 TYLER UNION $147.68 $443.04 Star/Sigma59FLANGE REDUCER 6" X 4" TAP 1 EACH $106.14 $106.14 Sigma DFR64 $904.73 $904.73 TYLER UNION $177.58 $177.58 Star/Sigma 60 HYDRANT ADAPTER 6" X 12" 16 EACH $232.63 $3,722.08 Sigma SSA613 $187.01 $2,992.16 TYLER UNION $232.88 $3,726.08 Star/Sigma 61 6" HYDRANT OFFSET 6"SWIVEL X SWIVEL (GRADELOK)7 EACH $396.00 $2,772.00 Gradelok GL06SW $344.35 $2,410.45 GRADELOK $344.72 $2,413.04 Gradelok 62 12" HYDRANT OFFSET 6" SWIVEL X SWIVEL (GRADELOK)3 EACH $609.00 $1,827.00 Gradelok GL12SW $529.57 $1,588.71 GRADELOK $530.14 $1,590.42 Gradelok 63 PLUG, MJ 3", TAPPED 2" 1 EACH $80.70 $80.70 Star MJP03T $80.70 $80.70 STAR $80.78 $80.78 Star/Sigma64PLUG, MJ 4", TAPPED 2" 3 EACH $75.65 $226.95 Star MJP04T $75.65 $226.95 STAR $75.73 $227.19 Star/Sigma Core & Main LP Empire Pipe & Supply Company Inc.Pasco Pipe Supply, Inc.Staline Waterworks DUCTILE IRON PIPE FITTINGSDUCTILE IRON PIPE FITTINGS DUCTILE IRON PIPE FITTINGS BID TABULATION ITB No. 57-25, DUCTILE IRON PIPE, FITTINGS, MECHANICAL JOINT RESTRAINTS, AND POLYETHYLENE TUBING DUCTILE IRON PIPE FITTINGS 65 PLUG, MJ 6", TAPPED 2" 14 EACH $110.33 $1,544.62 Star MJP06T $110.33 $1,544.62 STAR $110.45 $1,546.30 Star/Sigma66PLUG, MJ 8", TAPPED 2" 1 EACH $147.52 $147.52 Star MJP08T $147.52 $147.52 STAR $147.68 $147.68 Star/Sigma67PLUG, MJ 10", TAPPED 2" 1 EACH $231.37 $231.37 Star MJP10T $231.37 $231.37 STAR $231.62 $231.62 Star/Sigma68PLUG, MJ 12", TAPPED 2" 2 EACH $227.59 $455.18 Star MJP12T $227.59 $455.18 STAR $227.83 $455.66 Star/Sigma 69 PLUG, MJ 14", TAPPED 2" 1 EACH $454.54 $454.54 Star MJP14T $454.54 $454.54 STAR $455.04 $455.04 Star/Sigma70PLUG, MJ 16", TAPPED 2" 1 EACH $566.13 $566.13 Star MJP16T $566.13 $566.13 STAR $566.75 $566.75 Star/Sigma71PLUG, MJ 20", TAPPED 2" 1 EACH $931.15 $931.15 Star MJP20T $931.15 $931.15 STAR $932.17 $932.17 Star/Sigma72PLUG, MJ 24", TAPPED 2" 1 EACH $1,262.13 $1,262.13 Star MJP24T $1,262.13 $1,262.13 STAR $1,263.50 $1,263.50 Star/Sigma73REDUCER, 4"MJ X 3"MJ 1 EACH $75.65 $75.65 Star MJR0403 $75.65 $75.65 STAR $75.73 $75.73 Star/Sigma 74 REDUCER, 4"MJ X 3"PE 1 EACH $66.20 $66.20 Star MJRP0403 $79.43 $79.43 TYLER UNION $79.52 $79.52 Star/Sigma75REDUCER, 4"PE X 3"MJ 1 EACH $68.72 $68.72 Star MJRS0403 $68.72 $68.72 TYLER UNION $68.79 $68.79 Star/Sigma76REDUCER, 4"PE X 3"PE 1 EACH $66.20 $66.20 Star MJRP0403 $66.20 $66.20 STAR $66.27 $66.27 Star/Sigma77REDUCER, 6"MJ X 4"MJ 1 EACH $83.22 $83.22 Star MJR0604 $88.22 $88.22 STAR $83.31 $83.31 Star/Sigma78REDUCER, 6"MJ X 4"PE 1 EACH $100.87 $100.87 Star MJRP0604 $130.50 $130.50 TYLER UNION $130.64 $130.64 Star/Sigma 79 REDUCER, 6"PE X 4"MJ 1 EACH $86.37 $86.37 Star MJRS0604 $86.37 $86.37 TYLER UNION $86.46 $86.46 Star/Sigma80REDUCER, 6"PE X 4"PE 1 EACH $100.87 $100.87 Star MJRP0604 $100.87 $100.87 STAR $100.98 $100.98 Star/Sigma81REDUCER, 8"MJ X 6"MJ 1 EACH $121.04 $121.04 Star MJR0806 $121.04 $121.04 STAR $121.18 $121.18 Star/Sigma82REDUCER, 8"MJ X 6"PE 1 EACH $157.61 $157.61 Star MJRP0806 $119.15 $119.15 TYLER UNION $119.28 $119.28 Star/Sigma83REDUCER, 8"PE X 6"MJ 1 EACH $130.50 $130.50 Star MJRS0806 $130.50 $130.50 TYLER UNION $130.64 $130.64 Star/Sigma 84 REDUCER, 8"PE X 6"PE 1 EACH $157.61 $157.61 Star MJRP0806 $157.61 $157.61 STAR $157.78 $157.78 Star/Sigma85REDUCER, 12"MJ X 8"MJ 1 EACH $208.04 $208.04 Star MJR1208 $208.04 $208.04 STAR $208.27 $208.27 Star/Sigma86REDUCER, 12"MJ X 10"PE 1 EACH $242.72 $242.72 Star MJRP1210 $282.43 $282.43 TYLER UNION $282.74 $282.74 Star/Sigma87SLEEVE, MJ 3" LONG PATTERN 1 EACH $68.09 $68.09 Star MJSL03 $68.09 $68.09 STAR $68.16 $68.16 Star/Sigma88SLEEVE, MJ 3" SHORT PATTERN 1 EACH $58.63 $58.63 Star MJSS03 $58.63 $58.63 STAR $58.69 $58.69 Star/Sigma 89 SLEEVE, MJ 4" LONG PATTERN 1 EACH $77.54 $77.54 Star MJSL04 $77.54 $77.54 STAR $77.63 $77.63 Star/Sigma90SLEEVE, MJ 4" SHORT PATTERN 7 EACH $54.85 $383.95 Star MJSS04 $54.85 $383.95 STAR $54.91 $384.37 Star/Sigma91SLEEVE, MJ 6" LONG PATTERN 11 EACH $129.87 $1,428.57 Star MJSL06 $129.87 $1,428.57 STAR $130.01 $1,430.11 Star/Sigma92SLEEVE, MJ 6" SHORT PATTERN 3 EACH $97.09 $291.27 Star MJSS06 $97.09 $291.27 STAR $97.19 $291.57 Star/Sigma93SLEEVE, MJ 8" LONG PATTERN 2 EACH $208.04 $416.08 Star MJSL08 $208.04 $416.08 STAR $208.27 $416.54 Star/Sigma 94 SLEEVE, MJ 8" SHORT PATTERN 2 EACH $126.09 $252.18 Star MJSS08 $126.09 $252.18 STAR $126.22 $252.44 Star/Sigma95SLEEVE, MJ 10" LONG PATTERN 1 EACH $249.02 $249.02 Star MJSL10 $249.02 $249.02 STAR $249.29 $249.29 Star/Sigma96SLEEVE, MJ 10" SHORT PATTERN 1 EACH $226.33 $226.33 Star MJSS10 $226.33 $226.33 STAR $226.57 $226.57 Star/Sigma97SLEEVE, MJ 12" LONG PATTERN 2 EACH $335.39 $670.78 Star MJSL12 $335.39 $670.78 STAR $335.76 $671.52 Star/Sigma98SLEEVE, MJ 14" LONG PATTERN 1 EACH $506.24 $506.24 Star MJSL14 $506.24 $506.24 STAR $506.79 $506.79 Star/Sigma 99 SLEEVE, MJ 16" LONG PATTERN 1 EACH $640.52 $640.52 Star MJSL16 $640.52 $640.52 STAR $641.22 $641.22 Star/Sigma100SLEEVE, MJ 20" LONG PATTERN 1 EACH $1,019.41 $1,019.41 Star MJSL20 $1,019.41 $1,019.41 STAR $1,020.52 $1,020.52 Star/Sigma101SLEEVE, MJ 24" LONG PATTERN 1 EACH $1,341.57 $1,341.57 Star MJSL24 $1,341.57 $1,341.57 STAR $1,343.03 $1,343.03 Star/Sigma102SLEEVE, MJ 30" LONG PATTERN 2 EACH $2,809.22 $5,618.44 Star MJSL30 $2,809.22 $5,618.44 STAR $2,812.27 $5,624.54 Star/Sigma103TEE, FLANGE 3" 9 EACH $148.15 $1,333.35 Star FTD0303 $148.15 $1,333.35 STAR $148.31 $1,334.79 Star/Sigma 104 TEE, FLANGE 4" 9 EACH $293.15 $2,638.35 Star FTD0404 $293.15 $2,638.35 STAR $293.47 $2,641.23 Star/Sigma105TEE, FLANGE 6" 3 EACH $363.76 $1,091.28 Star FTD0606 $363.76 $1,091.28 STAR $364.16 $1,092.48 Star/Sigma106TEE, FLANGE 8" 1 EACH $605.22 $605.22 Star FTD0808 $605.22 $605.22 STAR $605.88 $605.88 Star/Sigma107TEE, MJ 3" 1 EACH $107.80 $107.80 Star MJT0303 $107.80 $107.80 STAR $107.92 $107.92 Star/Sigma108TEE, MJ 4" 1 EACH $114.74 $114.74 Star MJT0404 $114.74 $114.74 STAR $114.86 $114.86 Star/Sigma 109 TEE, MJ 4" X 4" X 6" 1 EACH $190.39 $190.39 Star MJT0604 $489.22 $489.22 TYLER UNION $410.00 $410.00 Star/Sigma110TEE, MJ 6" 2 EACH $204.89 $409.78 Star MJT0606 $204.89 $409.78 STAR $205.11 $410.22 Star/Sigma111TEE, MJ 6" x 6" x 4" 1 EACH $190.39 $190.39 Star MJT0604 $190.39 $190.39 STAR $190.60 $190.60 Star/Sigma112TEE, MJ 8" 1 EACH $307.02 $307.02 Star MJT0808 $307.02 $307.02 STAR $307.36 $307.36 Star/Sigma113TEE, MJ 8" X 8" X 4" 1 EACH $221.28 $221.28 Star MJT0804 $221.28 $221.28 STAR $221.52 $221.52 Star/Sigma 114 TEE, MJ 8" X 8" X 6" 1 EACH $254.07 $254.07 Star MJT0806 $254.07 $254.07 STAR $254.34 $254.34 Star/Sigma115TEE, MJ 10" X 10" X 8" 1 EACH $383.30 $383.30 Star MJT1008 $383.30 $383.30 STAR $383.72 $383.72 Star/Sigma 116 TEE, MJ 12" 1 EACH $610.26 $610.26 Star MJT1212 $610.26 $610.26 STAR $610.92 $610.92 Star/Sigma117TEE, MJ 12" X 12" X 6" 1 EACH $414.20 $414.20 Star MJT1206 $414.20 $414.20 STAR $414.65 $414.65 Star/Sigma118TEE, MJ 12" x 12" X 8" 1 EACH $476.61 $476.61 Star MJT1208 $476.60 $476.60 STAR $477.13 $477.13 Star/Sigma 119 TEE, MJ X MJ X SWIVEL 6" 4 EACH $235.78 $943.12 Star MJTH0606 $235.78 $943.12 STAR $236.04 $944.16 Star/Sigma120TEE, MJ X MJ X SWIVEL 8" X 8" X 6" 1 EACH $295.67 $295.67 Star MJTH0806 $295.67 $295.67 STAR $296.00 $296.00 Star/Sigma 121 TEE, MJ X MJ X SWIVEL 10" X 10" X 6" 1 EACH $373.85 $373.85 Star MJTH1006 $373.85 $373.85 STAR $374.25 $374.25 Star/Sigma 122 TEE, MJ X MJ X SWIVEL 12" X 12" X 6" 1 EACH $424.91 $424.91 Star MJTH1206 $424.91 $424.91 STAR $425.38 $425.38 Star/Sigma 123 TEE, MJ X MJ X SWIVEL 14" X 14" X 6" 1 EACH $1,000.50 $1,000.50 Star MJTH1406 $1,000.50 $1,000.50 STAR $1,001.59 $1,001.59 Star/Sigma 124 TEE, MJ X MJ X SWIVEL 16" X 16" X 6" 1 EACH $755.26 $755.26 Star MJTH1606 $755.26 $755.26 STAR $756.08 $756.08 Star/SigmaTotal$96,883.78 $104,469.20 $96,701.10 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number Unit Cost Total Manufacturer and Part Number Unit Cost Total Manufacturer and Part Number Unit Cost Total Manufacturer and Part Number 1 FLANGE ADAPTER, 3" STEEL 3.5 O.D. (FORD UNIFLANGE 200-S)(EBBA E-Z FLANGE 1000 SERIES)1 EACH $45.83 $45.83 Ford UFA200-S-3 $54.35 $54.35 STAR $35.72 $35.72 EBAA/ROMAC/STAR RESTRAINING ADAPTERS, GASKETS, AND GLANDS RESTRAINING ADAPTERS, GASKETS, AND GLANDS RESTRAINING ADAPTERS, GASKETS, AND GLANDSRESTRAINING ADAPTERS, GASKETS, AND GLANDS Core & Main LP Empire Pipe & Supply Company Inc.Pasco Pipe Supply, Inc.Staline Waterworks 2 FLANGE ADAPTER 3" DI-C900 (FORD UNIFLANGE 200 SERIES) (EBBA E-Z FLANGE 1000 SERIES)5 EACH $45.83 $229.15 Ford UFA200-C-3 $54.35 $271.75 STAR $35.72 $178.60 EBAA/ROMAC/STAR 3 FLANGE ADAPTER 4" DI-C900 (FORD UNIFLANGE 200 SERIES) (EBBA E-Z FLANGE 1000 SERIES)12 EACH $61.95 $743.40 Ford UFA200-C-4 $57.39 $688.68 STAR $48.20 $578.40 EBAA/ROMAC/STAR 4 FLANGE ADAPTER 6" DI-C900 (FORD UNIFLANGE 200 SERIES) (EBBA E-Z FLANGE 1000 SERIES)18 EACH $66.73 $1,201.14 Ford UFA200-C-6 $72.17 $1,299.06 STAR $51.85 $933.30 EBAA/ROMAC/STAR 5 FLANGE ADAPTER 8" DI-C900 (FORD UNIFLANGE 200 SERIES) (EBBA E-Z FLANGE 1000 SERIES)5 EACH $92.67 $463.35 Ford UFA200-C-8 $79.57 $397.85 STAR $70.73 $353.65 EBAA/ROMAC/STAR 6 FLANGE ADAPTER 10" DI-C900 (FORD UNIFLANGE 200 SERIES) (EBBA E-Z FLANGE 1000 SERIES)2 EACH $166.47 $332.94 Ford UFA200-C-10 $162.17 $324.34 STAR $129.86 $259.72 EBAA/ROMAC/STAR 7 FLANGE ADAPTER 12" DI-C900 (FORD UNIFLANGE 200 SERIES) (EBBA E-Z FLANGE 1000 SERIES)1 EACH $194.15 $194.15 Ford UFA200-C-12 $191.30 $191.30 STAR $151.45 $151.45 EBAA/ROMAC/STAR 8 FLANGE ADAPTER 16" DI-C900 (FORD UNIFLANGE 200 SERIES) (EBBA E-Z FLANGE 1000 SERIES)1 EACH $553.00 $553.00 Ford UFA400-C-16 $443.04 $443.04 STAR $448.36 $448.36 EBAA/ROMAC/STAR 9 HARNESS, PIPE DI 10" (EBBA 1100HD SERIES) (FORD UNIFLANGE 1390 SERIES) (ROMAC 611 SERIES)( SMITH BLAIR STYLE 165)1 EACH $204.18 $204.18 Ford 1390C $185.22 $185.22 STAR $304.06 $304.06 EBAA/ROMAC/STAR 10 HARNESS, PIPE DI 12" (EBBA 1100HD SERIES) (FORD UNIFLANGE 1390 SERIES) (ROMAC 611 SERIES)( SMITH BLAIR STYLE 165)1 EACH $223.48 $223.48 Ford 1390C $202.61 $202.61 STAR $332.68 $332.68 EBAA/ROMAC/STAR 11 HARNESS, PIPE DI 16" (EBBA 1100HD SERIES) (FORD UNIFLANGE 1390 SERIES) (ROMAC 611 SERIES)( SMITH BLAIR STYLE 165)1 EACH $563.29 $563.29 Ford 1390C $470.00 $470.00 STAR $698.09 $698.09 EBAA/ROMAC/STAR 12 RESTRAIN RING, PVC 4" C-900 (EBBA MEGA LUG 1200 SERIES) (FORD 1500 SERIES) (ROMAC ROMA GRIP - C900 PVC) (SMITH BLAIR CAM-LOCK 120 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK)23 EACH $52.17 $1,199.91 Star PVCPK4004G2 $52.17 $1,199.91 STAR $52.80 $1,214.40 EBAA/ROMAC/STAR 13 RESTRAIN RING, PVC 6" C-900 (EBBA MEGA LUG 1200 SERIES) (FORD 1500 SERIES) (ROMAC ROMA GRIP - C900 PVC) (SMITH BLAIR CAM-LOCK 120 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK)25 EACH $65.22 $1,630.50 Star PVCPK4006G2 $65.22 $1,630.50 STAR $66.00 $1,650.00 EBAA/ROMAC/STAR 14 RESTRAIN RING, PVC 8" C-900 (EBBA MEGA LUG 1200 SERIES) (FORD 1500 SERIES) (ROMAC ROMA GRIP - C900 PVC) (SMITH BLAIR CAM-LOCK 120 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK)10 EACH $87.83 $878.30 Star PVCPK4008G2 $87.83 $878.30 STAR $88.88 $888.80 EBAA/ROMAC/STAR 15 RESTRAIN RING, SOLID 3" DIP (EBBA MEGA LUG 1100 SERIES) (FORD 1400 SERIES) (ROMAC ROMA GRIP - DI) (SMITH BLAIR CAM-LOCK 111 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK)1 EACH $41.74 $41.74 Star UFR1400-DA-3-I $41.74 $41.74 STAR $27.72 $27.72 EBAA/ROMAC/STAR 16 RESTRAIN RING, SOLID 4" DIP (EBBA MEGA LUG 1100 SERIES) (FORD 1400 SERIES) (ROMAC ROMA GRIP - DI) (SMITH BLAIR CAM-LOCK 111 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK)24 EACH $45.22 $1,085.28 Star UFR1400-DA-4-I $45.22 $1,085.28 STAR $29.48 $707.52 EBAA/ROMAC/STAR 17 RESTRAIN RING, SOLID 6" DIP (EBBA MEGA LUG 1100 SERIES) (FORD 1400 SERIES) (ROMAC ROMA GRIP - DI) (SMITH BLAIR CAM-LOCK 111 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK)40 EACH $56.09 $2,243.60 Star UFR1400-DA-6-I $56.09 $2,243.60 STAR $34.32 $1,372.80 EBAA/ROMAC/STAR 18 RESTRAIN RING, SOLID 8" DIP (EBBA MEGA LUG 1100 SERIES) (FORD 1400 SERIES) (ROMAC ROMA GRIP - DI) (SMITH BLAIR CAM-LOCK 111 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK)10 EACH $76.52 $765.20 Star UFR1400-DA-8-I $76.52 $765.20 STAR $51.48 $514.80 EBAA/ROMAC/STAR 19 RESTRAIN RING, SOLID 10" DIP (EBBA MEGA LUG 1100 SERIES) (FORD 1400 SERIES) (ROMAC ROMA GRIP - DI) (SMITH BLAIR CAM-LOCK 111 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK)2 EACH $135.50 $271.00 Star UFR1400-DA-10-I $108.26 $216.52 STAR $76.56 $153.12 EBAA/ROMAC/STAR 20 RESTRAIN RING, SOLID 12" DIP (EBBA MEGA LUG 1100 SERIES) (FORD 1400 SERIES) (ROMAC ROMA GRIP - DI) (SMITH BLAIR CAM-LOCK 111 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK)1 EACH $145.65 $145.65 Star UFR1400-DA-12-I $145.65 $145.65 STAR $111.32 $111.32 EBAA/ROMAC/STAR 21 RESTRAIN RING, SOLID 14" DIP (EBBA MEGA LUG 1100 SERIES) (FORD 1400 SERIES) (ROMAC ROMA GRIP - DI) (SMITH BLAIR CAM-LOCK 111 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK)1 EACH $167.39 $167.39 Star UFR1400-DA-14-I $193.48 $193.48 STAR $147.40 $147.40 EBAA/ROMAC/STAR 22 RESTRAIN RING, SOLID 16" DIP (EBBA MEGA LUG 1100 SERIES) (FORD 1400 SERIES) (ROMAC ROMA GRIP - DI) (SMITH BLAIR CAM-LOCK 111 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK)3 EACH $261.30 $783.90 Star UFR1400-DA-16-I $261.30 $783.90 STAR $210.32 $630.96 EBAA/ROMAC/STAR 23 RESTRAIN RING, SOLID 20" DIP (EBBA MEGA LUG 1100 SERIES) (FORD 1400 SERIES) (ROMAC ROMA GRIP - DI) (SMITH BLAIR CAM-LOCK 111 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK)1 EACH $430.87 $430.87 Star UFR1400-DA-20-I $430.87 $430.87 STAR $370.04 $370.04 EBAA/ROMAC/STAR 24 RESTRAIN RING, SOLID 24" DIP (EBBA MEGA LUG 1100 SERIES) (FORD 1400 SERIES) (ROMAC ROMA GRIP - DI) (SMITH BLAIR CAM-LOCK 111 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK)1 EACH $530.00 $530.00 Star UFR1400-DA-24-I $583.91 $583.91 STAR $513.92 $513.92 EBAA/ROMAC/STAR 25 RESTRAIN RING, SOLID 30" DIP (EBBA MEGA LUG 1100 SERIES) (FORD 1400 SERIES) (ROMAC ROMA GRIP - DI) (SMITH BLAIR CAM-LOCK 111 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK)1 EACH $1,325.22 $1,325.22 Star UFR1400-DA-30-I $1,296.10 $1,296.10 STAR $1,297.12 $1,297.12 EBAA/ROMAC/STAR 26 RESTRAIN RING, SPLIT 10" DIP (EBBA MEGA LUG 1100 SERIES) (FORD 1400 SERIES) (ROMAC ROMA GRIP - DI) (SMITH BLAIR CAM-LOCK 111 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK)1 EACH $200.42 $200.42 Star SGDPPK10S $209.13 $209.13 STAR $181.51 $181.51 EBAA/ROMAC/STAR 27 RESTRAIN RING, SPLIT 12" DIP (EBBA MEGA LUG 1100 SERIES) (FORD 1400 SERIES) (ROMAC ROMA GRIP - DI) (SMITH BLAIR CAM-LOCK 111 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK)1 EACH $248.75 $248.75 Star SGDPPK12S $259.57 $259.57 STAR $279.63 $279.63 EBAA/ROMAC/STAR 28 RESTRAIN RING, SPLIT 14" DIP (EBBA MEGA LUG 1100 SERIES) (FORD 1400 SERIES) (ROMAC ROMA GRIP - DI) (SMITH BLAIR CAM-LOCK 111 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK)1 EACH $544.58 $544.58 Star SGDPPK14S $568.26 $568.26 STAR $615.78 $615.78 EBAA/ROMAC/STAR 29 RESTRAIN RING, SPLIT 16" DIP (EBBA MEGA LUG 1100 SERIES) (FORD 1400 SERIES) (ROMAC ROMA GRIP - DI) (SMITH BLAIR CAM-LOCK 111 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK)1 EACH $609.58 $609.58 Star SGDPPK16S $636.09 $636.09 STAR $580.49 $580.49 EBAA/ROMAC/STAR 30 RESTRAIN RING, SPLIT 20" DIP (EBBA MEGA LUG 1100 SERIES) (FORD 1400 SERIES) (ROMAC ROMA GRIP - DI) (SMITH BLAIR CAM-LOCK 111 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK)1 EACH $932.50 $932.50 Star SGDPPK20S $973.04 $973.04 STAR $1,057.05 $1,057.05 EBAA/ROMAC/STAR 31 RESTRAIN RING, SPLIT 4" DIP (EBBA MEGALUG 1100SD) (FORD UNIFLANGE 1405 SERIES)1 EACH $92.50 $92.50 Star SGDPPK04S $96.52 $96.52 STAR $77.36 $77.36 EBAA/ROMAC/STAR 32 RESTRAIN RING, SPLIT 6" DIP (EBBA MEGALUG 1100SD) (FORD UNIFLANGE 1405 SERIES)1 EACH $130.42 $130.42 Star SGDPPK06S $136.10 $136.10 STAR $109.57 $109.57 EBAA/ROMAC/STAR 33 RESTRAIN RING, SPLIT 8" DIP (EBBA MEGALUG 1100SD) (FORD UNIFLANGE 1405 SERIES)1 EACH $160.42 $160.42 Star SGDPPK08S $167.40 $167.40 STAR $134.77 $134.77 EBAA/ROMAC/STAR 34 RESTRAINT, PIPE 2" STEEL 2.38 O.D. (FORD UNIFLANGE 1300 SERIES) (ROMAC 612 SERIES) (SMITH BLAIR STYLE 115)1 EACH $35.30 $35.30 Ford UFR1300-S-2-I $40.45 $40.45 ROMAC $34.50 $34.50 EBAA/ROMAC/STAR 35 RESTRAINT, PIPE 3" STEEL 3.5 O.D. (FORD UNIFLANGE 1300 SERIES) (ROMAC 612 SERIES) (SMITH BLAIR STYLE 115)1 EACH $42.92 $42.92 Ford UFR1300-S-3-I $42.45 $42.45 ROMAC $38.75 $38.75 EBAA/ROMAC/STAR 36 RESTRAINT, PIPE 4" DI - C900 4.80 O.D. (FORD UNIFLANGE 1300 SERIES) (ROMAC 612 SERIES) (SMITH BLAIR STYLE 115)9 EACH $42.67 $384.03 Ford UFR1300-C-4-I $46.10 $414.90 ROMAC $57.60 $518.40 EBAA/ROMAC/STAR 37 RESTRAINT, PIPE 4" STEEL 4.5 O.D. (FORD UNIFLANGE 1300 SERIES) (ROMAC 612 SERIES) (SMITH BLAIR STYLE 115)1 EACH $45.55 $45.55 Ford UFR1300-S-4-I $46.20 $46.20 ROMAC $57.60 $57.60 EBAA/ROMAC/STAR 38 RESTRAINT, PIPE 6" DI-C900 6.90 OD (FORD UNIFLANGE 1300 SERIES) (ROMAC 612 SERIES) (SMITH BLAIR STYLE 115)17 EACH $52.41 $890.97 Ford UFR1300-C-6-I $55.84 $949.28 ROMAC $69.80 $1,186.60 EBAA/ROMAC/STAR 39 RESTRAINT, PIPE 6" STEEL 6.625 O.D. (FORD UNIFLANGE 1300 SERIES) (ROMAC 612 SERIES) (SMITH BLAIR STYLE 115)1 EACH $55.80 $55.80 Ford UFR1300-S-6-I $55.84 $55.84 ROMAC $69.80 $69.80 EBAA/ROMAC/STAR 40 RESTRAINT, PIPE 8" DI - C900 9.05 O.D. (FORD UNIFLANGE 1300 SERIES) (ROMAC 612 SERIES) (SMITH BLAIR STYLE 115)9 EACH $87.33 $785.97 Ford UFR1300-C-8-I $83.05 $747.45 ROMAC $103.82 $934.38 EBAA/ROMAC/STAR 41 RESTRAINT, PIPE 8" STEEL 8.63 O.D. (FORD UNIFLANGE 1300 SERIES) (ROMAC 612 SERIES) (SMITH BLAIR STYLE 115)1 EACH $74.77 $74.77 Ford UFR1300-S-8-I $83.05 $83.05 ROMAC $103.82 $103.82 EBAA/ROMAC/STAR 42 RESTRAINT PIPE 10" DI-C900 11.10 (FORD UNIFLANGE 1300 SERIES) (ROMAC 612 SERIES) (SMITH BLAIR STYLE 115)4 EACH $146.73 $586.92 Ford UFR1300-C-10-I $155.80 $623.20 ROMAC $194.76 $779.04 EBAA/ROMAC/STAR 43 RESTRAINT, PIPE 12" DI-C900 13.20 O.D.(FORD UNIFLANGE 1300 SERIES) (ROMAC 612 SERIES) (SMITH BLAIR STYLE 115)1 EACH $156.94 $156.94 Ford UFR1300-C-12-I $165.55 $165.55 ROMAC $206.94 $206.94 EBAA/ROMAC/STAR 44 RESTRAIN RING, PVC 10" C-900 (EBBA MEGA LUG 1200 SERIES) (FORD 1500 SERIES) (ROMAC ROMA GRIP - C900 PVC) (SMITH BLAIR CAM-LOCK 120 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK)2 EACH $185.22 $370.44 Star PRC1110G2 $153.04 $306.08 STAR $257.75 $515.50 EBAA/ROMAC/STAR 45 RESTRAIN RING, PVC 12"(EBBA MEGA LUG 1200 SERIES) (FORD 1500 SERIES) (ROMAC ROMA GRIP - C900 PVC) (SMITH BLAIR CAM-LOCK 120 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK)1 EACH $202.61 $202.61 Star PRC1112G2 $160.43 $160.43 STAR $271.68 $271.68 EBAA/ROMAC/STAR 46 RESTRAIN RING, PVC 16" C-900 (EBBA MEGA LUG 1200 SERIES) (FORD 1500 SERIES) (ROMAC ROMA GRIP - C900 PVC) (SMITH BLAIR CAM-LOCK 120 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK)1 EACH $470.00 $470.00 Star PRC1116G2 $330.87 $330.87 STAR $578.21 $578.21 EBAA/ROMAC/STAR Total $23,273.86 $23,035.02 $22,205.33 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number Unit Cost Total Manufacturer and Part Number Unit Cost Total Manufacturer and Part Number Unit Cost Total Manufacturer and Part Number 1 2" OS&Y GATE VALVE FIP X FIP (EPOXY, EPDM RW)EACH $421.91 $421.91 KENNEDY $404.70 $404.70 KENNEDY VALVE 2 VALVE, GATE FLANGE 3" OS&Y (EPOXY, EPDM RW)2 EACH $490.00 $980.00 ZURN $653.61 $1,307.22 KENNEDY VALVE 3 VALVE, GATE FLANGE 4' OS&Y (EPOXY, EPDM RW)1 EACH $640.00 $640.00 ZURN $745.56 $745.56 KENNEDY VALVE 4 VALVE, GATE FLANGE 6" OS&Y (EPOXY, EPDM RW)8 EACH $970.00 $7,760.00 ZURN $1,085.41 $8,683.28 KENNEDY VALVE 5 VALVE, GATE FLANGE 8" OS&Y (EPOXY, EPDM RW)1 EACH $1,560.00 $1,560.00 ZURN $1,778.78 $1,778.78 KENNEDY VALVE 6 VALVE, GATE MJ 10" (EPOXY, EPDM RW)1 EACH $2,191.10 $2,191.10 KENNEDY $2,101.69 $2,101.69 KENNEDY VALVE 7 VALVE, GATE MJ 12" (EPOXY, EPDM RW)1 EACH $2,772.55 $2,772.55 KENNEDY $2,659.43 $2,659.43 KENNEDY VALVE 8 VALVE, GATE MJ 14" (EPOXY, EPDM RW) (Gearing is not required)1 EACH $8,567.59 $8,567.59 KENNEDY $7,690.27 $7,690.27 KENNEDY VALVE 9 VALVE, GATE MJ 16" (EPOXY, EPDM RW) (Gearing is not required)1 EACH $9,500.00 $9,500.00 KENNEDY $4,648.14 $4,648.14 KENNEDY VALVE 10 VALVE, GATE MJ 20" (EPOXY, EPDM RW) (Gearing is not required)1 EACH $16,000.00 $16,000.00 KENNEDY $10,979.60 $10,979.60 KENNEDY VALVE 11 VALVE, GATE MJ 4" (EPOXY, EPDM RW)3 EACH $691.36 $2,074.08 KENNEDY $663.16 $1,989.48 KENNEDY VALVE 12 VALVE, GATE MJ 6" (EPOXY, EPDM RW)17 EACH $882.23 $14,997.91 KENNEDY $846.23 $14,385.91 KENNEDY VALVE 13 VALVE, GATE MJ 8" (EPOXY, EPDM RW)2 EACH $1,405.18 $2,810.36 KENNEDY $1,347.85 $2,695.70 KENNEDY VALVE 14 VALVE, TAP 4" (EPOXY, EPDM RW)15 EACH $871.59 $13,073.85 KENNEDY $836.03 $12,540.45 KENNEDY VALVE 15 VALVE, TAP 6" (EPOXY, EPDM RW)30 EACH $1,230.68 $36,920.40 KENNEDY $1,181.21 $35,436.30 KENNEDY VALVE 16 VALVE, TAP 8" (EPOXY, EPDM RW)10 EACH $1,828.86 $18,288.60 KENNEDY $1,754.25 $17,542.50 KENNEDY VALVE 17 VALVE, TAP 12" (EPOXY, EPDM RW)1 EACH $4,165.91 $4,165.91 KENNEDY $3,739.32 $3,739.32 KENNEDY VALVETotal$142,724.26 $129,328.33 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number Unit Cost Total Manufacturer and Part Number Unit Cost Total Manufacturer and Part Number Unit Cost Total Manufacturer and Part Number 1 CLAMP, BELL JOINT REPAIR 4" C900 / DI(FORD FBC SERIES) (JCM 274 SERIES) (ROMAC STYLE 517) (SMITH BLAIR 274 SERIES)1 EACH $147.63 $147.63 Smith Blair 27400000480000 $157.30 $157.30 JCM $152.60 $152.60 JCM 2 CLAMP, BELL JOINT REPAIR 6" C900 / DI (FORD FBC SERIES) (JCM 274 SERIES) (ROMAC STYLE 517) (SMITH BLAIR 274 SERIES)1 EACH $162.59 $162.59 Smith Blair 27400000690000 $174.16 $174.16 JCM $168.95 $168.95 JCM 3 CLAMP, BELL JOINT REPAIR 8" C900 / DI (FORD FBC SERIES) (JCM 274 SERIES) (ROMAC STYLE 517) (SMITH BLAIR 274 SERIES)1 EACH $224.65 $224.65 Smith Blair 27400000905000 $241.57 $241.57 JCM $234.35 $234.35 JCM 4 CLAMP,BELL JOINT REPAIR 10" C900 / DI (FORD FBC SERIES) (JCM 274 SERIES) (ROMAC STYLE 517) (SMITH BLAIR 274 SERIES)1 EACH $282.28 $282.28 Smith Blair 27400001110000 $325.84 $325.84 JCM $316.10 $316.10 JCM 5 CLAMP,BELL JOINT REPAIR 12" C900 / DI (FORD FBC SERIES) (JCM 274 SERIES) (ROMAC STYLE 517) (SMITH BLAIR 274 SERIES)2 EACH $305.33 $610.66 Smith Blair 27400001320000 $376.40 $752.80 JCM $365.15 $730.30 JCM 6 CLAMP, REPAIR 4", 4.80 OD, 30" LONG (FORD F1 STYLE) (JCM #101 SERIES) (ROMAC CL1 SERIES) (SMITH BLAIR 226 SERIES)1 EACH $394.26 $394.26 Smith Blair 22600048030001 $370.79 $370.79 JCM $359.70 $359.70 JCM 7 CLAMP, REPAIR 4", 4.80 OD, 15" LONG (FORD F1 STYLE) (JCM #101 SERIES) (ROMAC CL1 SERIES) (SMITH BLAIR 226 SERIES)30 EACH $191.38 $5,741.40 Smith Blair 22600048015001 $174.16 $5,224.80 JCM $168.95 $5,068.50 JCM Staline Waterworks Core & Main LP Empire Pipe & Supply Company Inc.Pasco Pipe Supply, Inc.Staline Waterworks Core & Main LP Empire Pipe & Supply Company Inc. LARGE VALVES LARGE VALVES Pasco Pipe Supply, Inc. CLAMPS AND COUPLINGSCLAMPS AND COUPLINGSCLAMPS AND COUPLINGS LARGE VALVES CLAMPS AND COUPLINGS LARGE VALVES 8 CLAMP, REPAIR 6", 6.90 OD, 30" LONG (FORD F1 STYLE) (JCM #101 SERIES) (ROMAC CL1 SERIES) (SMITH BLAIR 226 SERIES)2 EACH $437.43 $874.86 Smith Blair 22600069030001 $421.35 $842.70 JCM $408.75 $817.50 JCM 9 CLAMP, REPAIR 6", 6.90 OD, 15" LONG (FORD F1 STYLE) (JCM #101 SERIES) (ROMAC CL1 SERIES) (SMITH BLAIR 226 SERIES)40 EACH $209.75 $8,390.00 Smith Blair 22600069015001 $196.63 $7,865.20 JCM $190.75 $7,630.00 JCM 10 CLAMP, REPAIR 8", 9.05 OD, 30" LONG (FORD F1 STYLE) (JCM #101 SERIES) (ROMAC CL1 SERIES) (SMITH BLAIR 226 SERIES)1 EACH $504.33 $504.33 Smith Blair 22600090530001 $471.91 $471.91 JCM $457.80 $457.80 JCM 11 CLAMP, REPAIR 8", 9.05 OD 15" LONG (FORD F1 STYLE) (JCM #101 SERIES) (ROMAC CL1 SERIES) (SMITH BLAIR 226 SERIES)8 EACH $251.83 $2,014.64 Smith Blair 22600090515001 $230.34 $1,842.72 JCM $223.45 $1,787.60 JCM 12 CLAMP, REPAIR 10", 11.10 OD 15" LONG (FORD F1 STYLE) (JCM #101 SERIES) (ROMAC CL1 SERIES) (SMITH BLAIR 226 SERIES)2 EACH $304.05 $608.10 Smith Blair 22600111015001 $297.75 $595.50 JCM $288.85 $577.70 JCM 13 CLAMP, REPAIR 12", 13.20 OD, 15" LONG (FORD F1 STYLE) (JCM #101 SERIES) (ROMAC CL1 SERIES) (SMITH BLAIR 226 SERIES)3 EACH $338.02 $1,014.06 Smith Blair 22600132015001 $342.70 $1,028.10 JCM $332.45 $997.35 JCM 14 CLAMP, REPAIR 14," 15.30 OD, 20" LONG (FORD F2 STYLE) (JCM #102 SERIES) (ROMAC CL2 SERIES) (SMITH BLAIR 228 SERIES)1 EACH $977.80 $977.80 Smith Blair 22820150720001 $853.93 $853.93 JCM $828.40 $828.40 JCM 15 CLAMP, REPAIR 16", 17.40 OD, 20" LONG (FORD F2 STYLE) (JCM #102 SERIES) (ROMAC CL3 SERIES) (SMITH BLAIR 228 SERIES)1 EACH $1,022.12 $1,022.12 Smith Blair 22820171520001 $887.64 $887.64 JCM $861.10 $861.10 JCM 16 CLAMP, REPAIR 18" (19.50 OD, 30", LONG ) (FORD F2 STYLE) (JCM #102 SERIES) (ROMAC CL3 SERIES) (SMITH BLAIR 228 SERIES)1 EACH $1,606.18 $1,606.18 Smith Blair 22820192330001 $1,735.96 $1,735.96 JCM $1,684.05 $1,684.05 JCM 17 CLAMP, REPAIR 20", 21.60 OD, 30" LONG (FORD F2 STYLE) (JCM #102 SERIES) (ROMAC CL3 SERIES) (SMITH BLAIR 228 SERIES)1 EACH $1,681.24 $1,681.24 Smith Blair 22820215230001 $1,837.10 $1,837.10 JCM $1,782.15 $1,782.15 JCM 18 CLAMP, REPAIR 24" , 25.80 OD, 30" LONG (FORD F3 STYLE) (JCM #102 SERIES) (ROMAC CL3 SERIES) (SMITH BLAIR 228 SERIES)2 EACH $3,059.83 $6,119.66 Smith Blair 22830257030001 $2,949.44 $5,898.88 JCM $2,861.25 $5,722.50 JCM 19 CLAMP, REPAIR 30", 32.00 OD, 30" LONG (FORD F3 STYLE) (JCM #102 SERIES) (ROMAC CL3 SERIES) (SMITH BLAIR 228 SERIES)1 EACH $3,294.05 $3,294.05 Smith Blair 22830317030001 $3,353.93 $3,353.93 JCM $3,253.65 $3,253.65 JCM 20 CLAMP, REPAIR, TAP 4 X 2 AWWA CC THREAD, 4.80 OD, 15" LONG (FORD F1 STYLE) (JCM 103 SERIES) (ROMAC CL1 SERIES) (SMITH BLAIR #238 SERIES)2 EACH $250.52 $501.04 Smith Blair 23800048015115 $252.80 $505.60 JCM $245.25 $490.50 JCM 21 CLAMP,REPAIR, TAP 6 X 2 AWWA CC THEAD, 6.90 OD, 15" LONG (FORD F1 STYLE) (JCM 103 SERIES) (ROMAC CL1 SERIES) (SMITH BLAIR #238 SERIES)1 EACH $268.89 $268.89 Smith Blair 23800069015115 $275.28 $275.28 JCM $267.05 $267.05 JCM 22 CLAMP,REPAIR, TAP 8 X 2 AWWA CC THREAD, 9.05 OD, 15" LONG (FORD F1 STYLE) (JCM 103 SERIES) (ROMAC CL1 SERIES) (SMITH BLAIR #238 SERIES)1 EACH $310.98 $310.98 Smith Blair 23800090515115 $315.00 $315.00 JCM $305.20 $305.20 JCM 23 CLAMP, PATCH 1/2" X 3" STEEL PIPE SIZE (Smith Blair Redi Clamp) (JCM #110 Patch Clamp) (Ford style FSC) (Romac Style SC)3 EACH $14.97 $44.91 Smith Blair 24500008403001 $7.73 $23.19 JCM $7.49 $22.47 JCM 24 CLAMP, PATCH 3/4" X 3" STEEL PIPE SIZE (Smith Blair Redi Clamp) (JCM #110 Patch Clamp) (Ford style FSC) (Romac Style SC)60 EACH $15.16 $909.60 Smith Blair 24500010503001 $7.83 $469.80 JCM $7.59 $455.40 JCM 25 CLAMP, PATCH 3/4" X 6" STEEL PIPE SIZE (Smith Blair Redi Clamp) (JCM #110 Patch Clamp) (Ford style FSC) (Romac Style SC)50 EACH $27.21 $1,360.50 Smith Blair 24500010506001 $14.79 $739.50 JCM $14.34 $717.00 JCM 26 CLAMP, PATCH 1" X 3" STEEL PIPE SIZE (Smith Blair Redi Clamp) (JCM #110 Patch Clamp) (Ford style FSC) (Romac Style SC)50 EACH $15.85 $792.50 Smith Blair 24500013203001 $8.65 $432.50 JCM $8.39 $419.50 JCM 27 CLAMP, PATCH 1" X 6" STEEL PIPE SIZE (Smith Blair Redi Clamp) (JCM #110 Patch Clamp) (Ford style FSC) (Romac Style SC)50 EACH $27.96 $1,398.00 Smith Blair 24500013206001 $15.66 $783.00 JCM $15.19 $759.50 JCM 28 CLAMP, PATCH 1 1/4" X 3" STEEL PIPE SIZE (Smith Blair Redi Clamp) (JCM #110 Patch Clamp) (Ford style FSC) (Romac Style SC)10 EACH $15.91 $159.10 Smith Blair 24500016603001 $9.12 $91.20 JCM $8.85 $88.50 JCM 29 CLAMP, PATCH 1 1/4" X 6" STEEL PIPE SIZE (Smith Blair Redi Clamp) (JCM #110 Patch Clamp) (Ford style FSC) (Romac Style SC)4 EACH $28.64 $114.56 Smith Blair 24500016606001 $16.12 $64.48 JCM $15.64 $62.56 JCM 30 CLAMP, PATCH 1 1/2" X 3" STEEL PIPE SIZE (Smith Blair Redi Clamp) (JCM #110 Patch Clamp) (Ford style FSC) (Romac Style SC)9 EACH $17.89 $161.01 Smith Blair 24500019003001 $9.43 $84.87 JCM $9.14 $82.26 JCM 31 CLAMP, PATCH 1 1/2" X 6" STEEL PIPE SIZE (Smith Blair Redi Clamp) (JCM #110 Patch Clamp) (Ford style FSC) (Romac Style SC)8 EACH $34.35 $274.80 Smith Blair 24500019006001 $17.52 $140.16 JCM $16.99 $135.92 JCM 32 CLAMP, PATCH 2" X 3"STEEL PIPE SIZE (Smith Blair Redi Clamp) (JCM #110 Patch Clamp) (Ford style FSC) (Romac Style SC)40 EACH $18.50 $740.00 Smith Blair 24500023803001 $10.46 $418.40 JCM $10.14 $405.60 JCM 33 CLAMP, PATCH 2" X 6" STEEL PIPE SIZE (Smith Blair Redi Clamp) (JCM #110 Patch Clamp) (Ford style FSC) (Romac Style SC)40 EACH $35.72 $1,428.80 Smith Blair 24500023806001 $18.65 $746.00 JCM $18.09 $723.60 JCM 34 COUPLING, 1/2" (DRESSER MODEL 65) (SMITH BLAIR MODEL 525) (JCM MODEL 220)8 EACH $13.27 $106.16 Smith Blair 52500008400003 $10.71 $85.68 JCM $10.38 $83.04 JCM 35 COUPLING, 3/4" (DRESSER MODEL 65) (SMITH BLAIR MODEL 525) (JCM MODEL 220)100 EACH $15.43 $1,543.00 Smith Blair 52500010500003 $12.00 $1,200.00 JCM $11.61 $1,161.00 JCM 36 COUPLING, 1" (DRESSER MODEL 65) (SMITH BLAIR MODEL 525) (JCM MODEL 220)100 EACH $18.54 $1,854.00 Smith Blair 52500013200003 $16.07 $1,607.00 JCM $15.58 $1,558.00 JCM 37 COUPLING, 1 1/4" (DRESSER MODEL 65) (SMITH BLAIR MODEL 525) (JCM MODEL 220)2 EACH $23.16 $46.32 Smith Blair 52500016600003 $19.52 $39.04 JCM $18.93 $37.86 JCM 38 COUPLING, 1 1/2" (DRESSER MODEL 65) (SMITH BLAIR MODEL 525) (JCM MODEL 220)20 EACH $27.28 $545.60 Smith Blair 52500019000003 $22.25 $445.00 JCM $21.60 $432.00 JCM 39 COUPLING, 2" (DRESSER MODEL 65) (SMITH BLAIR MODEL 525) (JCM MODEL 220)50 EACH $33.84 $1,692.00 Smith Blair 52500023800003 $31.30 $1,565.00 JCM $30.34 $1,517.00 JCM 40 ROMAC, 4" STANDARD ALPHA RESTRAINT COUPLING, 4.50" - 4.90" O.D.20 EACH $419.42 $8,388.40 Romac ALPHA 4.50-4.90 X 12 SSFE EPOXY L&C, SBR, 304SS B&N $433.56 $8,671.20 ROMAC $420.59 $8,411.80 ROMAC 41 ROMAC, 6" STANDARD ALPHA RESTRAINT COUPLING, 6.60" - 7.00" O.D.30 EACH $577.68 $17,330.40 Romac ALPHA 6.60-7.00 X 12 SSFE EPOXY L&C, SBR, 304SS B&N $597.16 $17,914.80 ROMAC $579.30 $17,379.00 ROMAC 42 ROMAC, 8" STANDARD ALPHA RESTRAINT COUPLING, 8.60" - 9.10" O.D.10 EACH $746.12 $7,461.20 Romac ALPHA 8.60-9.10 X 12 SSFE EPOXY L&C, SBR, 304SS B&N $771.27 $7,712.70 ROMAC $748.20 $7,482.00 ROMAC 43 ROMAC, 10" STANDARD ALPHA RESTRAINT COUPLING, 10.75" - 11.20" O.D.2 EACH $947.10 $1,894.20 Romac ALPHA 10.75-11.20 X 12 SSFE EPOXY L&C, SBR, 304SS B&N $979.02 $1,958.04 ROMAC $949.74 $1,899.48 ROMAC 44 ROMAC, 12" STANDARD ALPHA RESTRAINT COUPLING, 12.75" - 13.30" O.D.2 EACH $1,115.04 $2,230.08 Romac ALPHA 12.75-13.30 X 12 SSFE EPOXY L&C, SBR, 304SS B&N $1,152.63 $2,305.26 ROMAC $1,118.16 $2,236.32 ROMAC Total $87,226.56 $83,053.53 $80,562.86 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number Unit Cost Total Manufacturer and Part Number Unit Cost Total Manufacturer and Part Number Unit Cost Total Manufacturer and Part Number Pasco Pipe Supply, Inc.Staline WaterworksCore & Main LP Empire Pipe & Supply Company Inc.TAPPING SADDLES AND SLEEVESTAPPING SADDLES AND SLEEVESTAPPING SADDLES AND SLEEVES TAPPING SADDLES AND SLEEVES 1 SADDLE, 2" X 1" CC, TAPPING SADDLE (FORD MODEL FC202 / FCD202) (JCM MODEL406) (ROMAC MODEL202NS) (SMITH BLAIR MODEL397 / 317)5 EACH $59.90 $299.50 Smith Blair X397 $73.06 $365.30 JCM $78.60 $393.00 JCM406 $72.77 $363.85 JCM 2 SADDLE, 4" X 3/4" CC, TAPPING SADDLE (FORD MODEL FC202 / FCD202) (JCM MODEL406) (ROMAC MODEL202NS) (SMITH BLAIR MODEL397 / 317)2 EACH $60.38 $120.76 Smith Blair X397 $76.40 $152.80 JCM $81.60 $163.20 JCM406 $75.55 $151.10 JCM 3 SADDLE, 4" X 1" CC, TAPPING SADDLE (FORD MODEL FC202 / FCD202) (JCM MODEL406) (ROMAC MODEL202NS) (SMITH BLAIR MODEL397 / 317)42 EACH $60.38 $2,535.96 Smith Blair X397 $76.40 $3,208.80 JCM $81.60 $3,427.20 JCM406 $74.72 $3,138.24 JCM 4 SADDLE, 4" X 1 1/2" CC, TAPPING SADDLE (FORD MODEL FC202 / FCD202) (JCM MODEL406) (ROMAC MODEL202NS) (SMITH BLAIR MODEL397 / 317)1 EACH $72.10 $72.10 Smith Blair X397 $89.90 $89.90 JCM $96.00 $96.00 JCM406 $88.88 $88.88 JCM 5 SADDLE, 4" X 2" CC, TAPPING SADDLE (FORD MODEL FC202 / FCD202) (JCM MODEL406) (ROMAC MODEL202NS) (SMITH BLAIR MODEL397 / 317)3 EACH $72.10 $216.30 Smith Blair X397 $89.90 $269.70 JCM $96.00 $288.00 JCM406 $88.88 $266.64 JCM 6 SADDLE, 6" X 3/4" CC, TAPPING SADDLE (FORD MODEL FC202 / FCD202) (JCM MODEL406) (ROMAC MODEL202NS) (SMITH BLAIR MODEL397 / 317)1 EACH $68.78 $68.78 Smith Blair X397 $87.08 $87.08 JCM $93.00 $93.00 JCM406 $86.11 $86.11 JCM 7 SADDLE, 6" X 1" CC, TAPPING SADDLE (FORD MODEL FC202 / FCD202) (JCM MODEL406) (ROMAC MODEL202NS) (SMITH BLAIR MODEL397 / 317)63 EACH $68.78 $4,333.14 Smith Blair X397 $87.08 $5,486.04 JCM $93.00 $5,859.00 JCM406 $85.16 $5,365.08 JCM 8 SADDLE, 6" X 1 1/2" CC, TAPPING SADDLE (FORD MODEL FC202 / FCD202) (JCM MODEL406) (ROMAC MODEL202NS) (SMITH BLAIR MODEL397 / 317)1 EACH $81.14 $81.14 Smith Blair X397 $102.25 $102.25 JCM $109.20 $109.20 JCM406 $101.11 $101.11 JCM 9 SADDLE, 6" X 2" CC, TAPPING SADDLE (FORD MODEL FC202 / FCD202) (JCM MODEL406) (ROMAC MODEL202NS) (SMITH BLAIR MODEL397 / 317)16 EACH $81.14 $1,298.24 Smith Blair X397 $102.25 $1,636.00 JCM $109.20 $1,747.20 JCM406 $100.00 $1,600.00 JCM 10 SADDLE, 8" X 1" CC, TAPPING SADDLE (FORD MODEL FC202 / FCD202) (JCM MODEL406) (ROMAC MODEL202NS) (SMITH BLAIR MODEL397 / 317)14 EACH $79.98 $1,119.72 Smith Blair X397 $103.37 $1,447.18 JCM $110.40 $1,545.60 JCM406 $102.22 $1,431.08 JCM 11 SADDLE, 8 X 1 1/2" CC, TAPPING SADDLE (FORD MODEL FC202 / FCD202) (JCM MODEL406) (ROMAC MODEL202NS) (SMITH BLAIR MODEL397 / 317)1 EACH $92.74 $92.74 Smith Blair X397 $120.22 $120.22 JCM $128.40 $128.40 JCM406 $118.88 $118.88 JCM 12 SADDLE, 8" X 2" CC, TAPPING SADDLE (FORD MODEL FC202 / FCD202) (JCM MODEL406) (ROMAC MODEL202NS) (SMITH BLAIR MODEL397 / 317)7 EACH $92.74 $649.18 Smith Blair X397 $102.22 $715.54 JCM $128.40 $898.80 JCM406 $118.88 $832.16 JCM 13 SADDLE, 12" X 2" CC, TAPPING SADDLE (FORD MODEL FC202 / FCD202) (JCM MODEL406) (ROMAC MODEL202NS) (SMITH BLAIR MODEL397 / 317)12 EACH $120.39 $1,444.68 Smith Blair X397 $157.30 $1,887.60 JCM $168.00 $2,016.00 JCM406 $153.84 $1,846.08 JCM 14 SADDLE, 16" X 2" CC, TAPPING SADDLE (FORD MODEL FC202 / FCD202) (JCM MODEL406) (ROMAC MODEL202NS) (SMITH BLAIR MODEL397 / 317)2 EACH $207.95 $415.90 Smith Blair X317 $207.30 $414.60 JCM $221.40 $442.80 JCM406 $205.00 $410.00 JCM 15 SADDLE, 20" X 2" CC, TAPPING SADDLE (FORD MODEL FC202 / FCD202) (JCM MODEL406) (ROMAC MODEL202NS) (SMITH BLAIR MODEL397 / 317)3 EACH $310.13 $930.39 Smith Blair X317 $291.57 $874.71 JCM $311.40 $934.20 JCM406 $285.16 $855.48 JCM 16 TAP SLEEVE 4" X 4" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622)5 EACH $402.61 $2,013.05 Smith Blair 62204800400286 $488.76 $2,443.80 JCM $466.70 $2,333.50 SMITH BLAIR $478.02 $2,390.10 JCM 17 TAP SLEEVE 6" X 4" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622)5 EACH $431.22 $2,156.10 Smith Blair 62206900400086 $595.50 $2,977.50 JCM $499.87 $2,499.35 SMITH BLAIR $582.41 $2,912.05 JCM 18 TAP SLEEVE 6" X 6" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622)20 EACH $523.34 $10,466.80 Smith Blair 62206900600286 $651.70 $13,034.00 JCM $606.64 $12,132.80 SMITH BLAIR $630.43 $12,608.60 JCM 19 TAP SLEEVE 8" X 4" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622)3 EACH $446.92 $1,340.76 Smith Blair X622 $612.36 $1,837.08 JCM $518.07 $1,554.21 SMITH BLAIR $598.90 $1,796.70 JCM 20 TAP SLEEVE 8" X 6" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622)9 EACH $532.04 $4,788.36 Smith Blair 62209050600086 $657.30 $5,915.70 JCM $616.70 $5,550.30 SMITH BLAIR $635.86 $5,722.74 JCM 21 TAP SLEEVE 8" X 8" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622)4 EACH $643.80 $2,575.20 Smith Blair 62209050800286 $842.70 $3,370.80 JCM $746.30 $2,985.20 SMITH BLAIR $815.21 $3,260.84 JCM 22 TAP SLEEVE 10" X 4"(FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622)1 EACH $450.40 $450.40 Smith Blair X622 $634.83 $634.83 JCM $522.10 $522.10 SMITH BLAIR $620.87 $620.87 JCM 23 TAP SLEEVE 10" X 6" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622)1 EACH $502.17 $502.17 Smith Blair X622 $685.39 $685.39 JCM $582.12 $582.12 SMITH BLAIR $670.32 $670.32 JCM 24 TAP SLEEVE 10" X 8" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622)1 EACH $636.75 $636.75 Smith Blair X622 $859.55 $859.55 JCM $738.12 $738.12 SMITH BLAIR $840.65 $840.65 JCM 25 TAP SLEEVE 12" X 4" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622)2 EACH $486.63 $973.26 Smith Blair X622 $668.54 $1,337.08 JCM $564.10 $1,128.20 SMITH BLAIR $635.84 $1,271.68 JCM 26 TAP SLEEVE 12" X 6" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622)8 EACH $545.11 $4,360.88 Smith Blair 62213200600086 $730.34 $5,842.72 JCM $631.89 $5,055.12 SMITH BLAIR $706.52 $5,652.16 JCM 27 TAP SLEEVE 12" X 8" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622)1 EACH $723.61 $723.61 Smith Blair 62213200800086 $927.00 $927.00 JCM $838.81 $838.81 SMITH BLAIR $891.89 $891.89 JCM 28 TAP SLEEVE 12" X 12"(FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622)1 EACH $1,209.24 $1,209.24 Smith Blair X622 $1,353.93 $1,353.93 JCM $1,401.75 $1,401.75 SMITH BLAIR $1,302.70 $1,302.70 JCM 29 TAP SLEEVE 14" x 4" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622)1 EACH $509.08 $509.08 Smith Blair X622 $691.00 $691.00 JCM $590.124 $590.124 SMITH BLAIR $664.86 $664.86 JCM 30 TAP SLEEVE 14" x 6" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622)1 EACH $567.75 $567.75 Smith Blair X622 $758.43 $758.43 JCM $658.14 $658.14 SMITH BLAIR $729.72 $729.72 JCM 31 TAP SLEEVE 14" x 8" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622)1 EACH $717.86 $717.86 Smith Blair X622 $966.30 $966.30 JCM $832.14 $832.14 SMITH BLAIR $929.72 $929.72 JCM 32 TAP SLEEVE 16" x 4" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622)1 EACH $540.05 $540.05 Smith Blair X622 $713.48 $713.48 JCM $626.028 $626.028 SMITH BLAIR $686.48 $686.48 JCM 33 TAP SLEEVE 16" x 6" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622)1 EACH $605.13 $605.13 Smith Blair X622 $795.51 $795.51 JCM $701.472 $701.472 SMITH BLAIR $765.40 $765.40 JCM 34 TAP SLEEVE 16" x 8" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622)1 EACH $779.00 $779.00 Smith Blair X622 $1,011.24 $1,011.24 JCM $903.012 $903.012 SMITH BLAIR $972.97 $972.97 JCM 35 TAP SLEEVE 16" x 12" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622)1 EACH $1,221.82 $1,221.82 Smith Blair X622 $1,460.67 $1,460.67 JCM $1,416.324 $1,416.324 SMITH BLAIR $1,405.40 $1,405.40 JCM 36 TAP SLEEVE 20" x 6" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622)1 EACH $642.09 $642.09 Smith Blair X622 $865.17 $865.17 JCM $744.312 $744.312 SMITH BLAIR $832.43 $832.43 JCM 37 TAP SLEEVE 20" x 8" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622)1 EACH $1,020.11 $1,020.11 Smith Blair X622 $1,112.36 $1,112.36 JCM $1,182.516 $1,182.516 SMITH BLAIR $1,070.27 $1,070.27 JCM 38 TAP SLEEVE 20" x 12" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622)1 EACH $1,312.10 $1,312.10 Smith Blair X622 $1,601.12 $1,601.12 JCM $1,520.988 $1,520.988 SMITH BLAIR $1,548.91 $1,548.91 JCMTotal$53,790.10 $68,052.38 $64,638.236 $66,202.15 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number Unit Cost Total Manufacturer and Part Number Unit Cost Total Manufacturer and Part Number Unit Cost Total Manufacturer and Part Number 1 WATER METER BOX LID ONLY, 11" x 18" FIBERGLASS / POLYMER CONCRETE WITH CAST IRON READER, TIER 8 100 EACH $57.69 $5,769.00 CDR C00111802D050X $82.76 $8,276.00 CDR 2 WATER METER BOX LID ONLY 11" x 32" FIBERGLASS / POLYMER CONCRETE WITH CAST IRON READER, TIER 8 50 EACH $123.08 $6,154.00 CDR C00113202F050X $166.80 $8,340.00 CDR 3 WATER METER BOX LID ONLY 13" x 24", FIBERGLASS / POLYMER CONCRETE WITH CAST IRON READER, TIER 8 2 EACH $94.51 $189.02 CDR C00132402D050X $123.50 $247.00 CDR 4 WATER METER BOX LID ONLY, 17" x 30" FIBERGLASS / POLYMER CONCRETE WITH CAST IRON READER, TIER 8 9 EACH $167.03 $1,503.27 CDR C00173002F050X $234.00 $2,106.00 CDR 5 11" x 18" FIBERGLASS / POLYMER CONCRETE WATER METER BOX WITH CAST IRON READER LID, TIER 8, STRAIGHT SIDES, 12" DEEP OPEN BOTTOM, STANDARD MOUSE HOLES ON EACH END 238 EACH $162.64 $38,708.32 CDR A03111812M $236.00 $56,168.00 CDR 6 11" x 32" FIBERGLASS / POLYMER CONCRETE WATER METER BOX WITH CAST IRON READER LID, TIER 8, STRAIGHT SIDES, 12" DEEP OPEN BOTTOM, STANDARD MOUSE HOLES ON EACH END 40 EACH $291.21 $11,648.40 CDR A03113212M $426.50 $17,060.00 CDR 7 13" x 24" FIBERGLASS / POLYMER CONCRETE WATER METER BOX WITH CAST IRON READER LID, TIER 8, STRAIGHT SIDES, 12" DEEP OPEN BOTTOM, STANDARD MOUSE HOLES ON EACH END 7 EACH $248.35 $1,738.45 CDR A03132412M $350.14 $2,450.98 CDR 8 17" x 30" FIBERGLASS / POLYMER CONCRETE WATER METER BOX WITH CAST IRON READER LID, TIER 8, STRAIGHT SIDES, 12" DEEP OPEN BOTTOM, STANDARD MOUSE HOLES ON EACH END 1 EACH $378.02 $378.02 CDR A03173012M $525.00 $525.00 CDR 9 RECLAIMED WATER METER BOX LID ONLY 11"x32" FIBERGLASS / POLYMER CONCRETE, BOLT DOWN, PURPLE, CAST IRON READER, TIER 8 29 EACH $170.33 $4,939.57 CDR C00113202FJW1ZX $238.23 $6,908.67 CDR 10 RECLAIMED WATER METER BOX LID ONLY 13"x24", FIBERGLASS / POLYMER CONCRETE, PURPLE, CAST IRON READER, TIER 8 8 EACH $151.65 $1,213.20 CDR C00132402DJW1ZX $213.00 $1,704.00 CDR Core & Main LP Empire Pipe & Supply Company Inc.Pasco Pipe Supply, Inc.Staline Waterworks METERS AND VALVE BOXES METERS AND VALVE BOXES METERS AND VALVE BOXESMETERS AND VALVE BOXES 11 RECLAIMED WATER METER BOX LID ONLY 14"x19", PLASTIC, NDS 113P-CR 17 EACH $21.56 $366.52 NDS 113P-CR $44.75 $760.75 NDS 12 RECLAIMED WATER METER BOX, 11"X 32" FIBERGLASS / POLYMER CONCRETE WITH PURPLE BOLT DOWN CAST IRON LID WITH READER, TIER 8, STRAIGHT SIDES, 12" DEEP OPEN BOTTOM, STANDARD MOUSE HOLES ON EACH END 8 EACH $342.86 $2,742.88 CDR A03113212M $469.00 $3,752.00 CDR 13 RECLAIMED WATER METER BOX, 13" X 24" FIBERGLASS / POLYMER CONCRETE WITH PURPLE BOLT DOWN LID WITH CAST IRON READER, TIER 8, STRAIGHT SIDES, 12" DEEP OPEN BOTTOM, STANDARD MOUSE HOLES ON EACH END 4 EACH $305.49 $1,221.96 CDR A03132412M $425.64 $1,702.56 CDR 14 RECLAIMED WATER METER BOX, 13" X 20", 12" DEEP, PURPLE, BOLT DOWN FLUSH COVER WITH CAST IRON READER (CARSON 1220-12)85 EACH $49.16 $4,178.60 Carson 12201057 $52.58 $4,469.30 DFW 15 RECLAIMED WATER METER BOX COVER, 13" X 20", PURPLE, BOLT DOWN, FLUSH COVER WITH CAST IRON READER (CARSON 1220)111 EACH $19.94 $2,213.34 Carson 12204029 $21.38 $2,373.18 DFW 16 RECLAIMED WATER METER BOX COVER, 17" X 30", PURPLE, BOLT DOWN, FLUSH COVER WITH CAST IRON READER (CARSON 1730)2 EACH $132.87 $265.74 Carson 17304057 $139.88 $279.76 DFW 17 RECLAIMED WATER METER BOX, 17" X 30", 12" DEEP, PURPLE, BOLT DOWN FLUSH COVER WITH CAST IRON READER (CARSON 1730-12)3 EACH $271.24 $813.72 Carson 17301090 $284.11 $852.33 DFW 18 RISERS, VALVE BOX 1", SLIP TYPE, 5 1/4"154 EACH $18.18 $2,799.72 Star VBR1 $18.82 $2,898.28 STAR 19 RISERS, VALVE BOX 2", SLIP TYPE, 5 1/4"87 EACH $23.30 $2,027.10 Star VBR2 $24.12 $2,098.44 STAR 20 RISERS, VALVE BOX 3", SLIP TYPE, 5 1/4"54 EACH $25.00 $1,350.00 Star VBR3 $25.88 $1,397.52 STAR 21 RISERS, VALVE BOX 4", SLIP TYPE, 5 1/4"40 EACH $38.07 $1,522.80 Star VBR4 $39.41 $1,576.40 STAR 22 WATER VALVE BOX TOP, 5 1/4", SLIP TYPE WITH STANDARD DROP LID, CAST IRON, ASSEMBLED 18 EACH $41.83 $752.94 Sigma VB4611 and VB2600W $35.29 $635.22 STAR 23 WATER VALVE BOX, TWO PIECE, 5 1/4", SLIP TYPE, WITH STANDARD DROP LID, CAST IRON, ASSEMBLED 75 EACH $75.61 $5,670.75 Sigma VB461 $111.76 $8,382.00 STAR 24 WATER VALVE BOX STANDARD DROP LID ONLY, 5 1/4", CAST IRON 120 EACH $15.33 $1,839.60 Sigma VB2600W $21.76 $2,611.20 STAR 25 VALVE BOX BOTTOM, 5 1/4" SLIP TYPE, 24" LENGTH, CAST IRON 10 EACH $31.67 $316.70 Sigma VB4612 $53.53 $535.30 STAR 26 VALVE BOX BOTTOM, 5 1/4" SLIP TYPE, 36" LENGTH, CAST IRON 5 EACH $51.09 $255.45 Sigma VB4622 $73.53 $367.65 STAR 27 VALVE BOX, SQUARE TOP, SCREW TYPE, TOP BOTTOM AND LID, HEAVY DUTY, RECLAIMED WATER (SIGMA VB-2503)4 EACH $96.40 $385.60 Sigma VB2503 $111.00 $444.00 SIGMA 28 VALVE BOX COVER ONLY, SQUARE, RECLAIMED WATER (SIGMA VB-2503C)4 EACH $36.53 $146.12 Sigma VB2503C $26.18 $104.72 SIGMA 29 RISER, 2" FOR SIGMA VALVE BOX 2503, SQUARE 5 EACH $42.15 $210.75 Sigma VB2503R20 $38.00 $190.00 SIGMA Total $101,321.54 $139,216.26 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number Unit Cost Total Manufacturer and Part Number Unit Cost Total Manufacturer and Part Number Unit Cost Total Manufacturer and Part Number 1 PIPE, DUCTILE IRON, 3" (length 18' to 20')20 FT $73.43 $1,468.60 McWane Tyton X PE 52 CL SC/SC FT $74.94 $1,498.80 US PIPE $72.85 $1,457.00 US PIPE Pasco Pipe Supply, Inc.Staline WaterworksCore & Main LP Empire Pipe & Supply Company Inc.DUCTILE IRON PIPE DUCTILE IRON PIPEDUCTILE IRON PIPEDUCTILE IRON PIPE 2 PIPE, DUCTILE IRON, 4" (length 18' to 20'))160 FT $40.47 $6,475.20 McWane Tyton X PE 350 CL SC/SC FT $41.37 $6,619.20 US PIPE $40.21 $6,433.60 US PIPE 3 PIPE, DUCTILE IRON, 6" (length 18' to 20')140 FT $27.66 $3,872.40 McWane Tyton X PE 350/50 CL SC/SC FT $28.28 $3,959.20 US PIPE $27.49 $3,848.60 US PIPE 4 PIPE, DUCTILE IRON, 8" (length 18' to 20')20 FT $36.42 $728.40 McWane Tyton X PE 350 CL SC/SC FT $37.23 $744.60 US PIPE $36.19 $723.80 US PIPE 5 PIPE, DUCTILE IRON, 10" (length 18' to 20')1 FT $43.47 $43.47 McWane Tyton X PE 350 CL SC/SC FT $44.43 $44.43 US PIPE $43.19 $43.19 US PIPE 6 PIPE, DUCTILE IRON, 12" (length 18' to 20')1 FT $55.83 $55.83 McWane Tyton X PE 350 CL SC/SC FT $57.07 $57.07 US PIPE $55.47 $55.47 US PIPE 7 PIPE, DUCTILE IRON, 14" (length 18' to 20')1 FT $72.46 $72.46 McWane Tyton X PE 350 CL SC/SC FT $74.08 $74.08 US PIPE $70.67 $70.67 US PIPE 8 PIPE, DUCTILE IRON, 16" (length 18' to 20'))1 FT $90.35 $90.35 McWane Tyton X PE 350/50 CL SC/SC FT $92.34 $92.34 US PIPE $88.10 $88.10 US PIPE 9 PIPE, DUCTILE IRON, 20" (length 18' to 20')1 FT $125.30 $125.30 McWane Tyton X PE 350 CL SC/SC FT $128.07 $128.07 US PIPE $122.18 $122.18 US PIPE 10 PIPE, DUCTILE IRON, 24" (length 18' to 20')1 FT $169.20 $169.20 McWane Tyton X PE 350 CL SC/SC FT $173.06 $173.06 US PIPE $165.10 $165.10 US PIPE 11 PIPE, DUCTILE IRON, 30" (length 18' to 20')1 FT $287.53 $287.53 McWane Tyton X PE 350 CL SC/SC FT $336.12 $336.12 US PIPE $320.66 $320.66 US PIPETotal$13,388.74 $13,726.97 $13,328.37 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number Unit Cost Total Manufacturer and Part Number Unit Cost Total Manufacturer and Part Number Unit Cost Total Manufacturer and Part Number 1 POLYETHYLENE, 3/4" BLUE (SDR9 100 FT)30 ROLL $29.41 $882.30 Endot 3/4" BLUE (SDRP3/4 $30.06 $901.80 ENDOT $28.60 $858.00 ENDOT $29.00 $870.00 Endot 2 POLYETHYLENE, 1" BLUE/PURPLE (SDR9 100 FT)100 ROLL $47.06 $4,706.00 Endot 1" BLUE/PURPLE (SDRP1 $49.71 $4,971.00 ENDOT $47.58 $4,758.00 ENDOT $47.55 $4,755.00 Endot 3 POLYETHYLENE, 1 1/2" BLUE (SDR9 100 FT)2 ROLL $98.82 $197.64 Endot 1 1/2" BLUE (SDRP1 1/2 $106.36 $212.72 ENDOT $101.48 $202.96 ENDOT $104.00 $208.00 Endot 4 POLYETHYLENE, 2" BLUE/PURPLE (SDR9 100 FT)11 ROLL $167.06 $1,837.66 Endot 2" BLUE/PURPLE (SDRP2 $169.94 $1,869.34 ENDOT $161.43 $1,775.73 ENDOT $166.00 $1,826.00 EndotTotal$7,623.60 $7,954.86 $7,594.69 $7,659.00 Staline Waterworks SERVICE TUBING Core & Main LP Empire Pipe & Supply Company Inc. SERVICE TUBING Pasco Pipe Supply, Inc. Note: No Bid Note: Did not meet specifications Intent to Award SERVICE TUBINGSERVICE TUBING 1) Core & Main 2) Empire Pipe & Supply Company Inc. 1830 Craig Park Court 2260 Old Lake Mary Rd. St. Louis, MO 63146 Sanford, FL 32771 3) Pasco Pipe Supply, Inc.4)Staline Waterworks 14700 US-19 670 Griffith Road Hudson, FL 34667 Greenville, SC 29607 ADVERTISED: TAMPA BAY TIMES 9.17.2025 POSTED:myclearwater.com 9/12/25 - 10/13/25 FOR THE CITY OF CLEARWATER Due/Opening: October 13, 2025; 10:00 a.m. INVITATION TO BID No. 57-25 Solicitation Response Listing Ductile Iron Pipe, Fittings, Mechanical Joint Restraints, and Polyethyle ene Tubing v. 7.2024 Procurement Division PO Box 4748 33758-4748 Clearwater FL 727-562-4630 INVITATION TO BID 57-25 DUCTILE IRON PIPE, FITTINGS, MECHANICAL JOINT RESTRAINTS, AND POLYETHYLENE TUBING NOTICE Friday, September 12, 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, October 13, 2025 to provide: The City of Clearwater’s is soliciting sealed bids for ductile iron pipes, fittings, mechanical joint restraints, and polyethylene tubing for the Public Utilities Department. 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/194790. 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/194790. 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, October 13, 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/194790 to view the Procurement Division's Intent to Award postings. 2.25 ITB Timeline Dates are tentative and subject to change. Release ITB: September 12, 2025 Advertise Tampa Bay Times: September 17, 2025 Question Submission Deadline: October 3, 2025, 10:00am Due Date & Time for Submissions and Opening: October 13, 2025, 10:00am Review Bids: October 13 - 27, 2025 v. 7.2024 7 Council Authorization: November 2025 Contract Begins: November 2025 STANDARD TERMS AND CONDITIONS In the event of a conflict between the Standard Terms & Conditions and the Professional Services Agreement, the terms of the Professional Services Agreement shall prevail. 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 v. 7.2024 8 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 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 v. 7.2024 9 with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. 4. The City may, at its sole discretion, conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any random verification performed. 5. Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 274B of the Federal Immigration and Nationality Act. D. Nondiscrimination. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor’s personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. 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: v. 7.2024 10 A. Keep and maintain public records required by the City of Clearwater (hereinafter “public agency” in this section) to perform the service being provided by the contractor hereunder. B. Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. C. Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. D. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. E. A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. F. The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. G. A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. H. If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 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. v. 7.2024 11 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 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 v. 7.2024 12 given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. 3.18 Remedies The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: A. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. B. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and costs. C. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. D. The City will not be liable for incidental, special, or consequential damages. 3.19 Breach of contract during emergency recovery periods for natural emergencies Pursuant to F. S. § 252.505, any vendor who breaches a contract for commodities or services related to an emergency response for a natural emergency during an emergency recovery period shall pay a $5,000 penalty and damages, which may be either actual and consequential damages or liquidated damages. As used in this section, the term “emergency recovery period” means a 1-year period that begins on the date that the Governor initially declared a state of emergency for a natural emergency. 3.20 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. 3.21 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. 3.22 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. 3.23 Termination for Non-Appropriation and Modification for Budgetary Constraints 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 v. 7.2024 13 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. 3.24 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. 3.25 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. 3.26 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. 3.27 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 v. 7.2024 14 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. 3.28 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. 3.29 No Guarantee of Work Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. 3.30 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. 3.31 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. 3.32 FOB Destination Freight Prepaid and Allowed All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. 3.33 Risk of Loss Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss, injury, or destruction will not release Contractor from any obligation hereunder. 3.34 Safeguarding City Property Contractor will be responsible for any damage to City real property or damage or loss of City personal property when such property is the responsibility of or in the custody of Contractor or its employees. 3.35 Warranty of Rights Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble, or hindrance from Contractor or third parties. 3.36 Proprietary Rights Indemnification Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret, or other intellectual property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action, or pay any settlement of such action or v. 7.2024 15 claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final judgment is obtained against the City’s use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense and without limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage, from the time of installation acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. 3.37 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). 3.38 Force Majeure Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. 3.39 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. 3.40 Fuel Charges and Price Increases No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City’s Procurement Division. 3.41 Notices All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid; (iii) sent via 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. v. 7.2024 16 3.42 Governing Law, Venue This Agreement is governed by the laws of the State of Florida. The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Pinellas County, Florida. 3.43 Integration Clause This Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. 3.44 Provisions Required by Law Any provision required by law to be in this Agreement is a part of this Agreement as if fully stated in it. 3.45 Severability If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or unenforceability. 3.46 Surviving Provisions Notwithstanding any completion, termination, or other expiration of this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth rights and obligations that extend beyond completion, termination, or other expiration of this Agreement, will survive and remain in full force and effect. Except as specifically provided in this Agreement, completion, termination, or other expiration of this Agreement will not release any party from any liability or obligation arising prior to the date of termination. DETAILED SPECIFICATIONS 4.1 Introduction The City of Clearwater (City) is a coastal community on Florida's West Coast and the third-largest city in the Tampa Bay area with a population of approximately 118,463 residents. Clearwater Beach, a renowned international destination in Pinellas County, attracts millions of tourists annually and most recently received the prestigious TripAdvisor Traveler’s Choice Award for 2024. It consistently ranks among the top vacation spots in both national and international publications, offering year-round attractions such as pristine "sugar sand" beaches, diverse dining options, and venues like the Philadelphia Phillies Spring Training and Clearwater Threshers Minor League Baseball. The acclaimed Clearwater Marine Aquarium, nationally recognized for its innovative work in marine rescue, rehabilitation, and release, remains a major draw for visitors. The City of Clearwater is committed to advancing sustainability through eco-friendly initiatives that enhance our economy, safeguard our environment, and fortify our community. 4.2 Scope of Work The City of Clearwater is requesting sealed bids to establish a term contract(s) for the supply of ductile iron pipes, mechanical joint fittings, joint restraints, and polyethylene tubing for use by the Public Utilities Department. The awarded vendor(s) will be responsible for delivering these materials on an as-needed basis. Quantities listed in the Pricing Sheet represent estimated annual usage and are not guaranteed purchase amounts under this contract. NOTE: Reference Exhibit A - 25-23 Bid Tabulation and Current Pricing under Attachments section. 4.3 Technical Specifications v. 7.2024 17 All products must conform to the applicable standards and guidelines established by the following organizations: • ANSI – American National Standards Institute • ASTM – American Society for Testing and Materials • AWWA – American Water Works Association • BHN – Brinell Hardness Number • CTS – Copper Tubing Sizes • EPDM – Ethylene Propylene Diene Monomer • FM – Factory Mutual • HDPE – High-Density Polyethylene • ISO – International Organization for Standardization • MJ - Mechanical Joint • MSS – Manufacturers Standardization Society • NPT – National Pipe Thread • NRS – Non-Rising Stem • NSF – National Sanitation Foundation • OD – Outside Diameter • PPI – Plastics Pipe Institute • UL – Underwriters Laboratories Vendors are required to supply all specified items in full accordance with the technical standards and requirements listed above. Mechanical Joint Fittings – AWWA C110 Full Body (4”–36”) Material & Requirements: • Ductile iron per ASTM A536 • Manufactured to AWWA C110 (ANSI A21.10) specifications for laying lengths and thickness • Rubber gaskets per AWWA C111 (ANSI A21.11) • ISO 9001 certified or domestically poured in the U.S.A. • NSF 61 certified for potable water • 4”–12” fittings must be UL Listed or FM Approved • Clearly marked with manufacturer info, pressure rating, nominal size, bend angle, and "DI" or "Ductile" • Factory-coated with cement mortar and asphaltic finish unless otherwise specified v. 7.2024 18 • Affidavit of compliance must be available upon request Coating & Lining: • Potable/Reclaimed Water: Asphaltic exterior; cement mortar interior (AWWA C104) or epoxy (AWWA C116) • Sewer/Force Mains: Asphaltic exterior; interior coating with 40 mil Protecto 401 epoxy or calcium aluminate mortar, with thicknesses per size listed Pressure Rating: • 350 psi (4”–24”), 250 psi (30”–36”) Approved Manufacturers: • UL and/or FM certified producers Mechanical Joint Fittings – AWWA C153 Compact Body (4”–36”) Material & Requirements: • Ductile iron per ASTM A536 • Manufactured to AWWA C153 (ANSI A21.53) • Rubber gaskets per AWWA C111 (ANSI A21.11) • ISO 9001 certified or domestically poured • NSF 61 certified • 4”–12” fittings must be UL Listed or FM Approved • Marked with manufacturer details and “DI” or “Ductile” • Cement mortar and asphaltic coating per AWWA C110/C153 standards • Affidavit of compliance must be available upon request Coating & Lining: • Potable/Reclaimed Water: Asphaltic exterior; cement mortar interior (AWWA C104) or epoxy (AWWA C116) • Sewer/Force Mains: Asphaltic exterior; interior coating with 40 mil Protecto 401 epoxy or calcium aluminate mortar, with thicknesses per size listed • Bell socket areas coated with a minimum 8 mil epoxy Pressure Rating: • 350 psi (4”–24”), 250 psi (30”–36”) Approved Manufacturers: • UL and/or FM certified producers Joint Restraints – Mechanical Joint / Multiple Wedge Style v. 7.2024 19 Material & Requirements: • Compatible with AWWA C110, C111, and C153 standards • ISO 9001 certified or U.S.-poured • UL Listed (3”–24”); FM Approved (4”–12”) • Gland: Ductile iron (ASTM A536) • Wedges: Heat-treated ductile iron (min. 370 BHN) Design: • Wedge-style MJ follower gland, increasing grip with pressure • Shear-type torque restraint nuts • Safety factor: 2:1 minimum Accessory Kits Must Include: • Ductile iron gland • Rubber gasket • Correct number of T-bolts and nuts • Boxed packaging Approved Manufacturers: • EBAA IRON – Mega Lug 1100/2000 • FORD – Uni-Flange 1400/1500 • ROMAC – RomaGrip • SMITH-BLAIR – Cam-Lock 111/120 • STAR PIPE – StarGrip • SIGMA – One-Lok Polyethylene Service Tubing Material & Requirements: • PE-3408 or PE-4710 HDPE per ASTM D3350 (cell class 34544 or 345464) • Dimensional standard: ASTM D2737 (CTS OD-controlled) • AWWA C901 compliant • NSF 61 certified • Manufacturer must be listed by PPI for pipe classification compliance Pressure Rating: v. 7.2024 20 • 200 psi at 73.4°F Color Coding: • Blue: Potable water • Purple/Pantone 522: Reclaimed water Size & Dimensions: • CTS OD-controlled, DR-9 • Sizes: ¾”, 1”, 1½”, 2” Approved Manufacturers: • ADS • Charter Plastics / Blue Ice / Lav Ice • EndoPure • Endot / EndoCore RWT Ductile Iron Pipe (All Sizes) Material & Requirements: • Class 350; AWWA C151 (ANSI A21.51) compliant • Clearly marked with origin, year, "DI"/"Ductile", class, weight, and period • ISO 9001 certified or U.S.-poured • NSF 61 certified • UL Listed and FM Approved • Joints: AWWA C111 (ANSI A21.11); push-on style (Tyton/Fastite) Pressure Rating: • Hydrostatic test: 500 psi minimum Coating & Lining: • Exterior: Asphaltic • Interior: Cement mortar per AWWA C104 Approved Manufacturers: • American Cast Iron Pipe • McWane Ductile • Permox CTF • U.S. Pipe Resilient Seat Gate Valves – AWWA C509/C515 (4”–12”) v. 7.2024 21 Specifications: • NRS gate valves per AWWA C509 or C515 • MJ x MJ or FLG x MJ connections per AWWA C111 • FLG: Raised centering ring (MSS SP-60) • ISO 9001 certified or U.S.-poured • NSF 61 certified; UL Listed and FM Approved • Affidavit of compliance required Materials: • Body: Ductile iron (ASTM A536) • Wedge: EPDM encapsulated ductile iron • Seals: Buna-N or EPDM • Operating Nut/Stuffing Box: ASTM A126/A536 • Stem: Bronze or stainless steel • Bolts/Nuts: 304/316 stainless steel Design: • NRS, opens left (counterclockwise) • 2” square operating nut Coating: • Fusion-bonded epoxy per AWWA C550 Pressure Rating: • Minimum 250 psi Approved Manufacturers: • American AVK 45 Series • American Flow Control 2500 Series • Clow 2639/2640 • Kennedy 8571/8950 • M&H 4067/4751 • Mueller A-2360/2361 • US Pipe A-USPO-23/19 • Wilkins v. 7.2024 22 Tapping Saddles (¾”–2” Taps) Specifications: • Body: Ductile iron (ASTM A536) • Gaskets: ASTM D2000, EPDM rubber • NSF 61 certified • Outlets: AWWA CC female threads (¾”–2”) • Straps: 18-8 type 304 stainless steel (multiple or single, 3” + width) • Nuts/Bolts: 18-8 type 304 stainless with anti-galling compound • Welds: Fully passivated Coating: • Nylon or fusion-bonded epoxy (min. 12 mils) Approved Manufacturers: • Ford FC202/FCD202 • JCM 406 • Romac 202NS • Smith-Blair 397/317 Tap Sleeves – 4”–24” (Flanged Connection) Specifications: • Body: Fabricated carbon steel (ASTM A36/A283 Gr. C) • Flange: AWWA C207 Class D / ANSI 150 lb. drilling (MSS SP-60 recess) • Gasket: ASTM D2000, EPDM • Bolts/Nuts: 18-8 type 304 stainless • Outlet includes ¾” NPT test port w/ plug (bronze or stainless) • NSF 61 certified Coating: • Fusion-bonded epoxy (min. 12 mils) Approved Manufacturers: • Ford FTSC • JCM 412 • Romac FTS 420 • Smith-Blair 622 v. 7.2024 23 4.4 Delivery • All deliveries must be completed within thirty (30) days of order receipt, unless the Vendor provides a written quote or email indicating a longer lead time. • Delivery hours are Monday through Friday, 8:00 AM to 3:00 PM. • All deliveries shall be made to: City of Clearwater Public Utilities Department 1650 Arcturas Ave. Clearwater, Florida 33765 4.5 References Under SUBMITTAL REQUIREMENTS, 6. References, Bidders shall provide a minimum of three (3) references, preferably from public entities, for which similar services have been performed. 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) v. 7.2024 24 disease policy limit. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. 5.5 Waiver of Subrogation With regard to any policy of insurance that would pay third party losses, Contractor hereby grants City a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect such waiver, but this provision shall apply to such policies regardless of whether or not the city has received a waiver of subrogation endorsement from each insurer. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. 5.6 Other Insurance Provisions Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Vendor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an “Additional Insured” on the Commercial General Liability Insurance and the Commercial Automobile Liability Insurance. In addition when requested in writing from the City, Vendor will provide the City with certified 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, 57-25 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 November 2025 through November 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 v. 7.2024 25 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. 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 101502, Pressure and soil pipe and fittings, cast iron, 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 Ductile Iron Pipe, Fittings, Mechanical Joint Restraints and Polyethylene Tubing to the City of Clearwater at the price(s) stated below. v. 7.2024 26 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 DUCTILE IRON PIPE FITTINGS Pricing must be submitted by Group, and all items within a Group must be included for the bid to be considered. However, vendors are not required to submit pricing for every Group. Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number No Bid 1 CAPS, MJ 3", TAPPED 2" 1 EACH 2 CAPS, MJ 4", TAPPED 2" 3 EACH 3 CAPS,MJ 6", TAPPED 2" 3 EACH 4 CAPS, MJ 8", TAPPED 2" 1 EACH 5 CAPS, MJ 10", TAPPED 2" 1 EACH 6 CAPS, MJ 12", TAPPED 2" 1 EACH 7 CAPS, MJ 14", TAPPED 2" 1 EACH 8 CAPS, MJ 16", TAPPED 2" 1 EACH 9 CAPS, MJ 20", TAPPED 2" 1 EACH 10 CAPS, MJ 24", TAPPED 2" 1 EACH 11 COUPLING, REDUCER, FLANGED 4" X 3" 4 EACH 12 COUPLING, REDUCER, FLANGED 6" X 4" 2 EACH 13 ELL, ANCHOR, SWIVEL X SWIVEL 6" 2 EACH 14 ELL, FLANGE 3" 45 1 EACH 15 ELL, FLANGE 3" 90 15 EACH v. 7.2024 27 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number No Bid 16 ELL, FLANGE 4" 45 1 EACH 17 ELL, FLANGE 4" 90 30 EACH 18 ELL, FLANGE 6" 45 1 EACH 19 ELL, FLANGE 6" 90 50 EACH 20 ELL, FLANGE 8" 45 1 EACH 21 ELL, FLANGE 8" 90 20 EACH 22 ELL, FLANGE 10" 45 2 EACH 23 ELL, MJ 3" 22.5 1 EACH 24 ELL, MJ 3" 45 1 EACH 25 ELL, MJ 3" 90 1 EACH 26 ELL, MJ 4" 22.5 1 EACH 27 ELL, MJ 4" 45 3 EACH 28 ELL, MJ 4" 90 15 EACH 29 ELL, MJ 6" 22.5 1 EACH 30 ELL, MJ 6" 45 10 EACH 31 ELL, MJ 6" 90 20 EACH 32 ELL, MJ 8" 22.5 1 EACH 33 ELL, MJ 8" 45 4 EACH 34 ELL, MJ 8" 90 10 EACH 35 ELL, MJ 10" 45 1 EACH 36 ELL, MJ 10" 90 1 EACH 37 ELL, MJ 12" 22.5 1 EACH 38 ELL, MJ 12" 45 1 EACH v. 7.2024 28 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number No Bid 39 ELL, MJ 12" 90 1 EACH 40 ELL, MJ 16" 45 1 EACH 41 ELL, MJ 16" 90 1 EACH 42 ELL, MJ 20" 90 1 EACH 43 ELL, MJ X PE 3" 22.5 1 EACH 44 ELL, MJ X PE 3" 45 1 EACH 45 ELL, MJ X PE 3" 90 1 EACH 46 ELL, MJ X PE 4" 22.5 1 EACH 47 ELL, MJ X PE 4" 45 1 EACH 48 ELL, MJ X PE 4" 90 4 EACH 49 ELL, MJ X PE 6" 22.5 1 EACH 50 ELL, MJ X PE 6" 45 3 EACH 51 ELL, MJ X PE 6" 90 4 EACH 52 ELL, MJ X PE 8" 45 1 EACH 53 ELL, MJ X PE 8" 90 1 EACH 54 ELL, MJ X PE 8" 22.5 1 EACH 55 ELL, REDUCER 4" X 3" FLANGE 13 EACH 56 FLANGE REDUCER 3" X 2" TAP 13 EACH 57 FLANGE REDUCER 4" X 2" TAP 12 EACH 58 FLANGE REDUCER 6" X 2" TAP 3 EACH 59 FLANGE REDUCER 6" X 4" TAP 1 EACH 60 HYDRANT ADAPTER 6" X 12" 16 EACH v. 7.2024 29 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number No Bid 61 6" HYDRANT OFFSET 6"SWIVEL X SWIVEL (GRADELOK) 7 EACH 62 12" HYDRANT OFFSET 6" SWIVEL X SWIVEL (GRADELOK) 3 EACH 63 PLUG, MJ 3", TAPPED 2" 1 EACH 64 PLUG, MJ 4", TAPPED 2" 3 EACH 65 PLUG, MJ 6", TAPPED 2" 14 EACH 66 PLUG, MJ 8", TAPPED 2" 1 EACH 67 PLUG, MJ 10", TAPPED 2" 1 EACH 68 PLUG, MJ 12", TAPPED 2" 2 EACH 69 PLUG, MJ 14", TAPPED 2" 1 EACH 70 PLUG, MJ 16", TAPPED 2" 1 EACH 71 PLUG, MJ 20", TAPPED 2" 1 EACH 72 PLUG, MJ 24", TAPPED 2" 1 EACH 73 REDUCER, 4"MJ X 3"MJ 1 EACH 74 REDUCER, 4"MJ X 3"PE 1 EACH 75 REDUCER, 4"PE X 3"MJ 1 EACH 76 REDUCER, 4"PE X 3"PE 1 EACH 77 REDUCER, 6"MJ X 4"MJ 1 EACH 78 REDUCER, 6"MJ X 4"PE 1 EACH 79 REDUCER, 6"PE X 4"MJ 1 EACH 80 REDUCER, 6"PE X 4"PE 1 EACH 81 REDUCER, 8"MJ X 6"MJ 1 EACH 82 REDUCER, 8"MJ X 6"PE 1 EACH v. 7.2024 30 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number No Bid 83 REDUCER, 8"PE X 6"MJ 1 EACH 84 REDUCER, 8"PE X 6"PE 1 EACH 85 REDUCER, 12"MJ X 8"MJ 1 EACH 86 REDUCER, 12"MJ X 10"PE 1 EACH 87 SLEEVE, MJ 3" LONG PATTERN 1 EACH 88 SLEEVE, MJ 3" SHORT PATTERN 1 EACH 89 SLEEVE, MJ 4" LONG PATTERN 1 EACH 90 SLEEVE, MJ 4" SHORT PATTERN 7 EACH 91 SLEEVE, MJ 6" LONG PATTERN 11 EACH 92 SLEEVE, MJ 6" SHORT PATTERN 3 EACH 93 SLEEVE, MJ 8" LONG PATTERN 2 EACH 94 SLEEVE, MJ 8" SHORT PATTERN 2 EACH 95 SLEEVE, MJ 10" LONG PATTERN 1 EACH 96 SLEEVE, MJ 10" SHORT PATTERN 1 EACH 97 SLEEVE, MJ 12" LONG PATTERN 2 EACH 98 SLEEVE, MJ 14" LONG PATTERN 1 EACH 99 SLEEVE, MJ 16" LONG PATTERN 1 EACH 100 SLEEVE, MJ 20" LONG PATTERN 1 EACH 101 SLEEVE, MJ 24" LONG PATTERN 1 EACH 102 SLEEVE, MJ 30" LONG PATTERN 2 EACH 103 TEE, FLANGE 3" 9 EACH 104 TEE, FLANGE 4" 9 EACH 105 TEE, FLANGE 6" 3 EACH v. 7.2024 31 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number No Bid 106 TEE, FLANGE 8" 1 EACH 107 TEE, MJ 3" 1 EACH 108 TEE, MJ 4" 1 EACH 109 TEE, MJ 4" X 4" X 6" 1 EACH 110 TEE, MJ 6" 2 EACH 111 TEE, MJ 6" x 6" x 4" 1 EACH 112 TEE, MJ 8" 1 EACH 113 TEE, MJ 8" X 8" X 4" 1 EACH 114 TEE, MJ 8" X 8" X 6" 1 EACH 115 TEE, MJ 10" X 10" X 8" 1 EACH 116 TEE, MJ 12" 1 EACH 117 TEE, MJ 12" X 12" X 6" 1 EACH 118 TEE, MJ 12" x 12" X 8" 1 EACH 119 TEE, MJ X MJ X SWIVEL 6" 4 EACH 120 TEE, MJ X MJ X SWIVEL 8" X 8" X 6" 1 EACH 121 TEE, MJ X MJ X SWIVEL 10" X 10" X 6" 1 EACH 122 TEE, MJ X MJ X SWIVEL 12" X 12" X 6" 1 EACH 123 TEE, MJ X MJ X SWIVEL 14" X 14" X 6" 1 EACH 124 TEE, MJ X MJ X SWIVEL 16" X 16" X 6" 1 EACH TOTAL RESTRAINING ADAPTERS, GASKETS, AND GLANDS v. 7.2024 32 Pricing must be submitted by Group, and all items within a Group must be included for the bid to be considered. However, vendors are not required to submit pricing for every Group. Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number No Bid 1 FLANGE ADAPTER, 3" STEEL 3.5 O.D. (FORD UNIFLANGE 200- S)(EBBA E-Z FLANGE 1000 SERIES) 1 EACH 2 FLANGE ADAPTER 3" DI-C900 (FORD UNIFLANGE 200 SERIES) (EBBA E-Z FLANGE 1000 SERIES) 5 EACH 3 FLANGE ADAPTER 4" DI-C900 (FORD UNIFLANGE 200 SERIES) (EBBA E-Z FLANGE 1000 SERIES) 12 EACH 4 FLANGE ADAPTER 6" DI-C900 (FORD UNIFLANGE 200 SERIES) (EBBA E-Z FLANGE 1000 SERIES) 18 EACH 5 FLANGE ADAPTER 8" DI-C900 (FORD UNIFLANGE 200 SERIES) (EBBA E-Z FLANGE 1000 SERIES) 5 EACH 6 FLANGE ADAPTER 10" DI-C900 (FORD UNIFLANGE 200 SERIES) (EBBA E-Z FLANGE 1000 SERIES) 2 EACH 7 FLANGE ADAPTER 12" DI-C900 (FORD UNIFLANGE 200 SERIES) (EBBA E-Z FLANGE 1000 SERIES) 1 EACH 8 FLANGE ADAPTER 16" DI-C900 (FORD UNIFLANGE 200 SERIES) (EBBA E-Z FLANGE 1000 SERIES) 1 EACH 9 HARNESS, PIPE DI 10" (EBBA 1100HD SERIES) (FORD UNIFLANGE 1390 SERIES) (ROMAC 611 SERIES)( SMITH BLAIR STYLE 165) 1 EACH 10 HARNESS, PIPE DI 12" (EBBA 1100HD SERIES) (FORD UNIFLANGE 1390 SERIES) (ROMAC 611 SERIES)( SMITH BLAIR STYLE 165) 1 EACH 11 HARNESS, PIPE DI 16" (EBBA 1100HD SERIES) (FORD UNIFLANGE 1390 SERIES) (ROMAC 611 SERIES)( SMITH BLAIR STYLE 165) 1 EACH v. 7.2024 33 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number No Bid 12 RESTRAIN RING, PVC 4" C-900 (EBBA MEGA LUG 1200 SERIES) (FORD 1500 SERIES) (ROMAC ROMA GRIP - C900 PVC) (SMITH BLAIR CAM-LOCK 120 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK) 23 EACH 13 RESTRAIN RING, PVC 6" C-900 (EBBA MEGA LUG 1200 SERIES) (FORD 1500 SERIES) (ROMAC ROMA GRIP - C900 PVC) (SMITH BLAIR CAM-LOCK 120 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK) 25 EACH 14 RESTRAIN RING, PVC 8" C-900 (EBBA MEGA LUG 1200 SERIES) (FORD 1500 SERIES) (ROMAC ROMA GRIP - C900 PVC) (SMITH BLAIR CAM-LOCK 120 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK) 10 EACH 15 RESTRAIN RING, SOLID 3" DIP (EBBA MEGA LUG 1100 SERIES) (FORD 1400 SERIES) (ROMAC ROMA GRIP - DI) (SMITH BLAIR CAM-LOCK 111 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK) 1 EACH 16 RESTRAIN RING, SOLID 4" DIP (EBBA MEGA LUG 1100 SERIES) (FORD 1400 SERIES) (ROMAC ROMA GRIP - DI) (SMITH BLAIR CAM-LOCK 111 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK) 24 EACH 17 RESTRAIN RING, SOLID 6" DIP (EBBA MEGA LUG 1100 SERIES) (FORD 1400 SERIES) (ROMAC ROMA GRIP - DI) (SMITH BLAIR CAM-LOCK 111 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK) 40 EACH 18 RESTRAIN RING, SOLID 8" DIP (EBBA MEGA LUG 1100 SERIES) (FORD 1400 SERIES) (ROMAC ROMA GRIP - DI) (SMITH BLAIR CAM-LOCK 111 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK) 10 EACH v. 7.2024 34 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number No Bid 19 RESTRAIN RING, SOLID 10" DIP (EBBA MEGA LUG 1100 SERIES) (FORD 1400 SERIES) (ROMAC ROMA GRIP - DI) (SMITH BLAIR CAM-LOCK 111 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK) 2 EACH 20 RESTRAIN RING, SOLID 12" DIP (EBBA MEGA LUG 1100 SERIES) (FORD 1400 SERIES) (ROMAC ROMA GRIP - DI) (SMITH BLAIR CAM-LOCK 111 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK) 1 EACH 21 RESTRAIN RING, SOLID 14" DIP (EBBA MEGA LUG 1100 SERIES) (FORD 1400 SERIES) (ROMAC ROMA GRIP - DI) (SMITH BLAIR CAM-LOCK 111 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK) 1 EACH 22 RESTRAIN RING, SOLID 16" DIP (EBBA MEGA LUG 1100 SERIES) (FORD 1400 SERIES) (ROMAC ROMA GRIP - DI) (SMITH BLAIR CAM-LOCK 111 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK) 3 EACH 23 RESTRAIN RING, SOLID 20" DIP (EBBA MEGA LUG 1100 SERIES) (FORD 1400 SERIES) (ROMAC ROMA GRIP - DI) (SMITH BLAIR CAM-LOCK 111 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK) 1 EACH 24 RESTRAIN RING, SOLID 24" DIP (EBBA MEGA LUG 1100 SERIES) (FORD 1400 SERIES) (ROMAC ROMA GRIP - DI) (SMITH BLAIR CAM-LOCK 111 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK) 1 EACH 25 RESTRAIN RING, SOLID 30" DIP (EBBA MEGA LUG 1100 SERIES) (FORD 1400 SERIES) (ROMAC ROMA GRIP - DI) (SMITH BLAIR CAM-LOCK 111 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK) 1 EACH 26 RESTRAIN RING, SPLIT 10" DIP (EBBA MEGA LUG 1100 SERIES) (FORD 1400 SERIES) (ROMAC ROMA GRIP - DI) (SMITH BLAIR CAM-LOCK 111 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK) 1 EACH v. 7.2024 35 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number No Bid 27 RESTRAIN RING, SPLIT 12" DIP (EBBA MEGA LUG 1100 SERIES) (FORD 1400 SERIES) (ROMAC ROMA GRIP - DI) (SMITH BLAIR CAM-LOCK 111 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK) 1 EACH 28 RESTRAIN RING, SPLIT 14" DIP (EBBA MEGA LUG 1100 SERIES) (FORD 1400 SERIES) (ROMAC ROMA GRIP - DI) (SMITH BLAIR CAM-LOCK 111 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK) 1 EACH 29 RESTRAIN RING, SPLIT 16" DIP (EBBA MEGA LUG 1100 SERIES) (FORD 1400 SERIES) (ROMAC ROMA GRIP - DI) (SMITH BLAIR CAM-LOCK 111 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK) 1 EACH 30 RESTRAIN RING, SPLIT 20" DIP (EBBA MEGA LUG 1100 SERIES) (FORD 1400 SERIES) (ROMAC ROMA GRIP - DI) (SMITH BLAIR CAM-LOCK 111 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK) 1 EACH 31 RESTRAIN RING, SPLIT 4" DIP (EBBA MEGALUG 1100SD) (FORD UNIFLANGE 1405 SERIES) 1 EACH 32 RESTRAIN RING, SPLIT 6" DIP (EBBA MEGALUG 1100SD) (FORD UNIFLANGE 1405 SERIES) 1 EACH 33 RESTRAIN RING, SPLIT 8" DIP (EBBA MEGALUG 1100SD) (FORD UNIFLANGE 1405 SERIES) 1 EACH 34 RESTRAINT, PIPE 2" STEEL 2.38 O.D. (FORD UNIFLANGE 1300 SERIES) (ROMAC 612 SERIES) (SMITH BLAIR STYLE 115) 1 EACH 35 RESTRAINT, PIPE 3" STEEL 3.5 O.D. (FORD UNIFLANGE 1300 SERIES) (ROMAC 612 SERIES) (SMITH BLAIR STYLE 115) 1 EACH 36 RESTRAINT, PIPE 4" DI - C900 4.80 O.D. (FORD UNIFLANGE 1300 SERIES) (ROMAC 612 SERIES) (SMITH BLAIR STYLE 115) 9 EACH v. 7.2024 36 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number No Bid 37 RESTRAINT, PIPE 4" STEEL 4.5 O.D. (FORD UNIFLANGE 1300 SERIES) (ROMAC 612 SERIES) (SMITH BLAIR STYLE 115) 1 EACH 38 RESTRAINT, PIPE 6" DI-C900 6.90 OD (FORD UNIFLANGE 1300 SERIES) (ROMAC 612 SERIES) (SMITH BLAIR STYLE 115) 17 EACH 39 RESTRAINT, PIPE 6" STEEL 6.625 O.D. (FORD UNIFLANGE 1300 SERIES) (ROMAC 612 SERIES) (SMITH BLAIR STYLE 115) 1 EACH 40 RESTRAINT, PIPE 8" DI - C900 9.05 O.D. (FORD UNIFLANGE 1300 SERIES) (ROMAC 612 SERIES) (SMITH BLAIR STYLE 115) 9 EACH 41 RESTRAINT, PIPE 8" STEEL 8.63 O.D. (FORD UNIFLANGE 1300 SERIES) (ROMAC 612 SERIES) (SMITH BLAIR STYLE 115) 1 EACH 42 RESTRAINT PIPE 10" DI-C900 11.10 (FORD UNIFLANGE 1300 SERIES) (ROMAC 612 SERIES) (SMITH BLAIR STYLE 115) 4 EACH 43 RESTRAINT, PIPE 12" DI-C900 13.20 O.D.(FORD UNIFLANGE 1300 SERIES) (ROMAC 612 SERIES) (SMITH BLAIR STYLE 115) 1 EACH 44 RESTRAIN RING, PVC 10" C-900 (EBBA MEGA LUG 1200 SERIES) (FORD 1500 SERIES) (ROMAC ROMA GRIP - C900 PVC) (SMITH BLAIR CAM-LOCK 120 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK) 2 EACH 45 RESTRAIN RING, PVC 12"(EBBA MEGA LUG 1200 SERIES) (FORD 1500 SERIES) (ROMAC ROMA GRIP - C900 PVC) (SMITH BLAIR CAM- LOCK 120 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK) 1 EACH v. 7.2024 37 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number No Bid 46 RESTRAIN RING, PVC 16" C-900 (EBBA MEGA LUG 1200 SERIES) (FORD 1500 SERIES) (ROMAC ROMA GRIP - C900 PVC) (SMITH BLAIR CAM-LOCK 120 SERIES) (STAR PIPE STARGRIP) (SIGMA ONE-LOK) 1 EACH TOTAL LARGE VALVES Pricing must be submitted by Group, and all items within a Group must be included for the bid to be considered. However, vendors are not required to submit pricing for every Group. Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number No Bid 1 2" OS&Y GATE VALVE FIP X FIP (EPOXY, EPDM RW) 1 EACH 2 VALVE, GATE FLANGE 3" OS&Y (EPOXY, EPDM RW) 2 EACH 3 VALVE, GATE FLANGE 4' OS&Y (EPOXY, EPDM RW) 1 EACH 4 VALVE, GATE FLANGE 6" OS&Y (EPOXY, EPDM RW) 8 EACH 5 VALVE, GATE FLANGE 8" OS&Y (EPOXY, EPDM RW) 1 EACH 6 VALVE, GATE MJ 10" (EPOXY, EPDM RW) 1 EACH 7 VALVE, GATE MJ 12" (EPOXY, EPDM RW) 1 EACH 8 VALVE, GATE MJ 14" (EPOXY, EPDM RW) (Gearing is not required) 1 EACH 9 VALVE, GATE MJ 16" (EPOXY, EPDM RW) (Gearing is not required) 1 EACH 10 VALVE, GATE MJ 20" (EPOXY, EPDM RW) (Gearing is not required) 1 EACH 11 VALVE, GATE MJ 4" (EPOXY, EPDM RW) 3 EACH v. 7.2024 38 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number No Bid 12 VALVE, GATE MJ 6" (EPOXY, EPDM RW) 17 EACH 13 VALVE, GATE MJ 8" (EPOXY, EPDM RW) 2 EACH 14 VALVE, TAP 4" (EPOXY, EPDM RW) 15 EACH 15 VALVE, TAP 6" (EPOXY, EPDM RW) 30 EACH 16 VALVE, TAP 8" (EPOXY, EPDM RW) 10 EACH 17 VALVE, TAP 12" (EPOXY, EPDM RW) 1 EACH TOTAL CLAMPS AND COUPLINGS Pricing must be submitted by Group, and all items within a Group must be included for the bid to be considered. However, vendors are not required to submit pricing for every Group. Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number No Bid 1 CLAMP, BELL JOINT REPAIR 4" C900 / DI(FORD FBC SERIES) (JCM 274 SERIES) (ROMAC STYLE 517) (SMITH BLAIR 274 SERIES) 1 EACH 2 CLAMP, BELL JOINT REPAIR 6" C900 / DI (FORD FBC SERIES) (JCM 274 SERIES) (ROMAC STYLE 517) (SMITH BLAIR 274 SERIES) 1 EACH 3 CLAMP, BELL JOINT REPAIR 8" C900 / DI (FORD FBC SERIES) (JCM 274 SERIES) (ROMAC STYLE 517) (SMITH BLAIR 274 SERIES) 1 EACH 4 CLAMP,BELL JOINT REPAIR 10" C900 / DI (FORD FBC SERIES) (JCM 274 SERIES) (ROMAC STYLE 517) (SMITH BLAIR 274 SERIES) 1 EACH 5 CLAMP,BELL JOINT REPAIR 12" C900 / DI (FORD FBC SERIES) (JCM 274 SERIES) (ROMAC STYLE 517) (SMITH BLAIR 274 SERIES) 2 EACH v. 7.2024 39 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number No Bid 6 CLAMP, REPAIR 4", 4.80 OD, 30" LONG (FORD F1 STYLE) (JCM #101 SERIES) (ROMAC CL1 SERIES) (SMITH BLAIR 226 SERIES) 1 EACH 7 CLAMP, REPAIR 4", 4.80 OD, 15" LONG (FORD F1 STYLE) (JCM #101 SERIES) (ROMAC CL1 SERIES) (SMITH BLAIR 226 SERIES) 30 EACH 8 CLAMP, REPAIR 6", 6.90 OD, 30" LONG (FORD F1 STYLE) (JCM #101 SERIES) (ROMAC CL1 SERIES) (SMITH BLAIR 226 SERIES) 2 EACH 9 CLAMP, REPAIR 6", 6.90 OD, 15" LONG (FORD F1 STYLE) (JCM #101 SERIES) (ROMAC CL1 SERIES) (SMITH BLAIR 226 SERIES) 40 EACH 10 CLAMP, REPAIR 8", 9.05 OD, 30" LONG (FORD F1 STYLE) (JCM #101 SERIES) (ROMAC CL1 SERIES) (SMITH BLAIR 226 SERIES) 1 EACH 11 CLAMP, REPAIR 8", 9.05 OD 15" LONG (FORD F1 STYLE) (JCM #101 SERIES) (ROMAC CL1 SERIES) (SMITH BLAIR 226 SERIES) 8 EACH 12 CLAMP, REPAIR 10", 11.10 OD 15" LONG (FORD F1 STYLE) (JCM #101 SERIES) (ROMAC CL1 SERIES) (SMITH BLAIR 226 SERIES) 2 EACH 13 CLAMP, REPAIR 12", 13.20 OD, 15" LONG (FORD F1 STYLE) (JCM #101 SERIES) (ROMAC CL1 SERIES) (SMITH BLAIR 226 SERIES) 3 EACH 14 CLAMP, REPAIR 14," 15.30 OD, 20" LONG (FORD F2 STYLE) (JCM #102 SERIES) (ROMAC CL2 SERIES) (SMITH BLAIR 228 SERIES) 1 EACH 15 CLAMP, REPAIR 16", 17.40 OD, 20" LONG (FORD F2 STYLE) (JCM #102 SERIES) (ROMAC CL3 SERIES) (SMITH BLAIR 228 SERIES) 1 EACH 16 CLAMP, REPAIR 18" (19.50 OD, 30", LONG ) (FORD F2 STYLE) (JCM #102 SERIES) (ROMAC CL3 SERIES) (SMITH BLAIR 228 SERIES) 1 EACH v. 7.2024 40 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number No Bid 17 CLAMP, REPAIR 20", 21.60 OD, 30" LONG (FORD F2 STYLE) (JCM #102 SERIES) (ROMAC CL3 SERIES) (SMITH BLAIR 228 SERIES) 1 EACH 18 CLAMP, REPAIR 24" , 25.80 OD, 30" LONG (FORD F3 STYLE) (JCM #102 SERIES) (ROMAC CL3 SERIES) (SMITH BLAIR 228 SERIES) 2 EACH 19 CLAMP, REPAIR 30", 32.00 OD, 30" LONG (FORD F3 STYLE) (JCM #102 SERIES) (ROMAC CL3 SERIES) (SMITH BLAIR 228 SERIES) 1 EACH 20 CLAMP, REPAIR, TAP 4" X 2" AWWA CC THREAD, 4.80 OD, 15" LONG (FORD F1 STYLE) (JCM 103 SERIES) (ROMAC CL1 SERIES) (SMITH BLAIR #238 SERIES) 2 EACH 21 CLAMP,REPAIR, TAP 6" X 2" AWWA CC THEAD, 6.90 OD, 15" LONG (FORD F1 STYLE) (JCM 103 SERIES) (ROMAC CL1 SERIES) (SMITH BLAIR #238 SERIES) 1 EACH 22 CLAMP,REPAIR, TAP 8" X 2" AWWA CC THREAD, 9.05 OD, 15" LONG (FORD F1 STYLE) (JCM 103 SERIES) (ROMAC CL1 SERIES) (SMITH BLAIR #238 SERIES) 1 EACH 23 CLAMP, PATCH 1/2" X 3" STEEL PIPE SIZE (Smith Blair Redi Clamp) (JCM #110 Patch Clamp) (Ford style FSC) (Romac Style SC) 3 EACH 24 CLAMP, PATCH 3/4" X 3" STEEL PIPE SIZE (Smith Blair Redi Clamp) (JCM #110 Patch Clamp) (Ford style FSC) (Romac Style SC) 60 EACH 25 CLAMP, PATCH 3/4" X 6" STEEL PIPE SIZE (Smith Blair Redi Clamp) (JCM #110 Patch Clamp) (Ford style FSC) (Romac Style SC) 50 EACH 26 CLAMP, PATCH 1" X 3" STEEL PIPE SIZE (Smith Blair Redi Clamp) (JCM #110 Patch Clamp) (Ford style FSC) (Romac Style SC) 50 EACH v. 7.2024 41 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number No Bid 27 CLAMP, PATCH 1" X 6" STEEL PIPE SIZE (Smith Blair Redi Clamp) (JCM #110 Patch Clamp) (Ford style FSC) (Romac Style SC) 50 EACH 28 CLAMP, PATCH 1 1/4" X 3" STEEL PIPE SIZE (Smith Blair Redi Clamp) (JCM #110 Patch Clamp) (Ford style FSC) (Romac Style SC) 10 EACH 29 CLAMP, PATCH 1 1/4" X 6" STEEL PIPE SIZE (Smith Blair Redi Clamp) (JCM #110 Patch Clamp) (Ford style FSC) (Romac Style SC) 4 EACH 30 CLAMP, PATCH 1 1/2" X 3" STEEL PIPE SIZE (Smith Blair Redi Clamp) (JCM #110 Patch Clamp) (Ford style FSC) (Romac Style SC) 9 EACH 31 CLAMP, PATCH 1 1/2" X 6" STEEL PIPE SIZE (Smith Blair Redi Clamp) (JCM #110 Patch Clamp) (Ford style FSC) (Romac Style SC) 8 EACH 32 CLAMP, PATCH 2" X 3"STEEL PIPE SIZE (Smith Blair Redi Clamp) (JCM #110 Patch Clamp) (Ford style FSC) (Romac Style SC) 40 EACH 33 CLAMP, PATCH 2" X 6" STEEL PIPE SIZE (Smith Blair Redi Clamp) (JCM #110 Patch Clamp) (Ford style FSC) (Romac Style SC) 40 EACH 34 COUPLING, 1/2" (DRESSER MODEL 65) (SMITH BLAIR MODEL 525) (JCM MODEL 220) 8 EACH 35 COUPLING, 3/4" (DRESSER MODEL 65) (SMITH BLAIR MODEL 525) (JCM MODEL 220) 100 EACH 36 COUPLING, 1" (DRESSER MODEL 65) (SMITH BLAIR MODEL 525) (JCM MODEL 220) 100 EACH 37 COUPLING, 1 1/4" (DRESSER MODEL 65) (SMITH BLAIR MODEL 525) (JCM MODEL 220) 2 EACH 38 COUPLING, 1 1/2" (DRESSER MODEL 65) (SMITH BLAIR MODEL 525) (JCM MODEL 220) 20 EACH v. 7.2024 42 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number No Bid 39 COUPLING, 2" (DRESSER MODEL 65) (SMITH BLAIR MODEL 525) (JCM MODEL 220) 50 EACH 40 ROMAC, 4" STANDARD ALPHA RESTRAINT COUPLING, 4.50" - 4.90" O.D. 20 EACH 41 ROMAC, 6" STANDARD ALPHA RESTRAINT COUPLING, 6.60" - 7.00" O.D. 30 EACH 42 ROMAC, 8" STANDARD ALPHA RESTRAINT COUPLING, 8.60" - 9.10" O.D. 10 EACH 43 ROMAC, 10" STANDARD ALPHA RESTRAINT COUPLING, 10.75" - 11.20" O.D. 2 EACH 44 ROMAC, 12" STANDARD ALPHA RESTRAINT COUPLING, 12.75" - 13.30" O.D. 2 EACH TOTAL TAPPING SADDLES AND SLEEVES Pricing must be submitted by Group, and all items within a Group must be included for the bid to be considered. However, vendors are not required to submit pricing for every Group. Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number No Bid 1 SADDLE, 2" X 1" CC, TAPPING SADDLE (FORD MODEL FC202 / FCD202) (JCM MODEL406) (ROMAC MODEL202NS) (SMITH BLAIR MODEL397 / 317) 5 EACH 2 SADDLE, 4" X 3/4" CC, TAPPING SADDLE (FORD MODEL FC202 / FCD202) (JCM MODEL406) (ROMAC MODEL202NS) (SMITH BLAIR MODEL397 / 317) 2 EACH 3 SADDLE, 4" X 1" CC, TAPPING SADDLE (FORD MODEL FC202 / FCD202) (JCM MODEL406) (ROMAC MODEL202NS) (SMITH BLAIR MODEL397 / 317) 42 EACH v. 7.2024 43 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number No Bid 4 SADDLE, 4" X 1 1/2" CC, TAPPING SADDLE (FORD MODEL FC202 / FCD202) (JCM MODEL406) (ROMAC MODEL202NS) (SMITH BLAIR MODEL397 / 317) 1 EACH 5 SADDLE, 4" X 2" CC, TAPPING SADDLE (FORD MODEL FC202 / FCD202) (JCM MODEL406) (ROMAC MODEL202NS) (SMITH BLAIR MODEL397 / 317) 3 EACH 6 SADDLE, 6" X 3/4" CC, TAPPING SADDLE (FORD MODEL FC202 / FCD202) (JCM MODEL406) (ROMAC MODEL202NS) (SMITH BLAIR MODEL397 / 317) 1 EACH 7 SADDLE, 6" X 1" CC, TAPPING SADDLE (FORD MODEL FC202 / FCD202) (JCM MODEL406) (ROMAC MODEL202NS) (SMITH BLAIR MODEL397 / 317) 63 EACH 8 SADDLE, 6" X 1 1/2" CC, TAPPING SADDLE (FORD MODEL FC202 / FCD202) (JCM MODEL406) (ROMAC MODEL202NS) (SMITH BLAIR MODEL397 / 317) 1 EACH 9 SADDLE, 6" X 2" CC, TAPPING SADDLE (FORD MODEL FC202 / FCD202) (JCM MODEL406) (ROMAC MODEL202NS) (SMITH BLAIR MODEL397 / 317) 16 EACH 10 SADDLE, 8" X 1" CC, TAPPING SADDLE (FORD MODEL FC202 / FCD202) (JCM MODEL406) (ROMAC MODEL202NS) (SMITH BLAIR MODEL397 / 317) 14 EACH 11 SADDLE, 8 X 1 1/2" CC, TAPPING SADDLE (FORD MODEL FC202 / FCD202) (JCM MODEL406) (ROMAC MODEL202NS) (SMITH BLAIR MODEL397 / 317) 1 EACH 12 SADDLE, 8" X 2" CC, TAPPING SADDLE (FORD MODEL FC202 / FCD202) (JCM MODEL406) (ROMAC MODEL202NS) (SMITH BLAIR MODEL397 / 317) 7 EACH v. 7.2024 44 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number No Bid 13 SADDLE, 12" X 2" CC, TAPPING SADDLE (FORD MODEL FC202 / FCD202) (JCM MODEL406) (ROMAC MODEL202NS) (SMITH BLAIR MODEL397 / 317) 12 EACH 14 SADDLE, 16" X 2" CC, TAPPING SADDLE (FORD MODEL FC202 / FCD202) (JCM MODEL406) (ROMAC MODEL202NS) (SMITH BLAIR MODEL397 / 317) 2 EACH 15 SADDLE, 20" X 2" CC, TAPPING SADDLE (FORD MODEL FC202 / FCD202) (JCM MODEL406) (ROMAC MODEL202NS) (SMITH BLAIR MODEL397 / 317) 3 EACH 16 TAP SLEEVE 4" X 4" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622) 5 EACH 17 TAP SLEEVE 6" X 4" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622) 5 EACH 18 TAP SLEEVE 6" X 6" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622) 20 EACH 19 TAP SLEEVE 8" X 4" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622) 3 EACH 20 TAP SLEEVE 8" X 6" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622) 9 EACH 21 TAP SLEEVE 8" X 8" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622) 4 EACH 22 TAP SLEEVE 10" X 4"(FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622) 1 EACH v. 7.2024 45 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number No Bid 23 TAP SLEEVE 10" X 6" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622) 1 EACH 24 TAP SLEEVE 10" X 8" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622) 1 EACH 25 TAP SLEEVE 12" X 4" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622) 2 EACH 26 TAP SLEEVE 12" X 6" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622) 8 EACH 27 TAP SLEEVE 12" X 8" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622) 1 EACH 28 TAP SLEEVE 12" X 12"(FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622) 1 EACH 29 TAP SLEEVE 14" x 4" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622) 1 EACH 30 TAP SLEEVE 14" x 6" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622) 1 EACH 31 TAP SLEEVE 14" x 8" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622) 1 EACH 32 TAP SLEEVE 16" x 4" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622) 1 EACH 33 TAP SLEEVE 16" x 6" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622) 1 EACH v. 7.2024 46 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number No Bid 34 TAP SLEEVE 16" x 8" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622) 1 EACH 35 TAP SLEEVE 16" x 12" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622) 1 EACH 36 TAP SLEEVE 20" x 6" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622) 1 EACH 37 TAP SLEEVE 20" x 8" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622) 1 EACH 38 TAP SLEEVE 20" x 12" (FORD MODEL FTSC) (JCM MODEL 412) (ROMAC MODEL FTS420) (SMITH BLAIR MODEL 622) 1 EACH TOTAL METER AND VALVE BOXES Pricing must be submitted by Group, and all items within a Group must be included for the bid to be considered. However, vendors are not required to submit pricing for every Group. Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number No Bid 1 WATER METER BOX LID ONLY, 11" x 18" FIBERGLASS / POLYMER CONCRETE WITH CAST IRON READER, TIER 8 100 EACH 2 WATER METER BOX LID ONLY 11" x 32" FIBERGLASS / POLYMER CONCRETE WITH CAST IRON READER, TIER 8 50 EACH 3 WATER METER BOX LID ONLY 13" x 24", FIBERGLASS / POLYMER CONCRETE WITH CAST IRON READER, TIER 8 2 EACH v. 7.2024 47 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number No Bid 4 WATER METER BOX LID ONLY, 17" x 30" FIBERGLASS / POLYMER CONCRETE WITH CAST IRON READER, TIER 8 9 EACH 5 11" x 18" FIBERGLASS / POLYMER CONCRETE WATER METER BOX WITH CAST IRON READER LID, TIER 8, STRAIGHT SIDES, 12" DEEP OPEN BOTTOM, STANDARD MOUSE HOLES ON EACH END 238 EACH 6 11" x 32" FIBERGLASS / POLYMER CONCRETE WATER METER BOX WITH CAST IRON READER LID, TIER 8, STRAIGHT SIDES, 12" DEEP OPEN BOTTOM, STANDARD MOUSE HOLES ON EACH END 40 EACH 7 13" x 24" FIBERGLASS / POLYMER CONCRETE WATER METER BOX WITH CAST IRON READER LID, TIER 8, STRAIGHT SIDES, 12" DEEP OPEN BOTTOM, STANDARD MOUSE HOLES ON EACH END 7 EACH 8 17" x 30" FIBERGLASS / POLYMER CONCRETE WATER METER BOX WITH CAST IRON READER LID, TIER 8, STRAIGHT SIDES, 12" DEEP OPEN BOTTOM, STANDARD MOUSE HOLES ON EACH END 1 EACH 9 RECLAIMED WATER METER BOX LID ONLY 11"x32" FIBERGLASS / POLYMER CONCRETE, BOLT DOWN, PURPLE, CAST IRON READER, TIER 8 29 EACH 10 RECLAIMED WATER METER BOX LID ONLY 13"x24", FIBERGLASS / POLYMER CONCRETE, PURPLE, CAST IRON READER, TIER 8 8 EACH 11 RECLAIMED WATER METER BOX LID ONLY 14"x19", PLASTIC, NDS 113P-CR 17 EACH 12 RECLAIMED WATER METER BOX, 11"X 32" FIBERGLASS / POLYMER CONCRETE WITH PURPLE BOLT DOWN CAST IRON LID WITH READER, TIER 8, STRAIGHT SIDES, 12" DEEP OPEN BOTTOM, STANDARD MOUSE HOLES ON EACH END 8 EACH v. 7.2024 48 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number No Bid 13 RECLAIMED WATER METER BOX, 13" X 24" FIBERGLASS / POLYMER CONCRETE WITH PURPLE BOLT DOWN LID WITH CAST IRON READER, TIER 8, STRAIGHT SIDES, 12" DEEP OPEN BOTTOM, STANDARD MOUSE HOLES ON EACH END 4 EACH 14 RECLAIMED WATER METER BOX, 13" X 20", 12" DEEP, PURPLE, BOLT DOWN FLUSH COVER WITH CAST IRON READER (CARSON 1220-12) 85 EACH 15 RECLAIMED WATER METER BOX COVER, 13" X 20", PURPLE, BOLT DOWN, FLUSH COVER WITH CAST IRON READER (CARSON 1220) 111 EACH 16 RECLAIMED WATER METER BOX COVER, 17" X 30", PURPLE, BOLT DOWN, FLUSH COVER WITH CAST IRON READER (CARSON 1730) 2 EACH 17 RECLAIMED WATER METER BOX, 17" X 30", 12" DEEP, PURPLE, BOLT DOWN FLUSH COVER WITH CAST IRON READER (CARSON 1730-12) 3 EACH 18 RISERS, VALVE BOX 1", SLIP TYPE, 5 1/4" 154 EACH 19 RISERS, VALVE BOX 2", SLIP TYPE, 5 1/4" 87 EACH 20 RISERS, VALVE BOX 3", SLIP TYPE, 5 1/4" 54 EACH 21 RISERS, VALVE BOX 4", SLIP TYPE, 5 1/4" 40 EACH 22 WATER VALVE BOX TOP, 5 1/4", SLIP TYPE WITH STANDARD DROP LID, CAST IRON, ASSEMBLED 18 EACH 23 WATER VALVE BOX, TWO PIECE, 5 1/4", SLIP TYPE, WITH STANDARD DROP LID, CAST IRON, ASSEMBLED 75 EACH 24 WATER VALVE BOX STANDARD DROP LID ONLY, 5 1/4", CAST IRON 120 EACH v. 7.2024 49 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number No Bid 25 VALVE BOX BOTTOM, 5 1/4" SLIP TYPE, 24" LENGTH, CAST IRON 10 EACH 26 VALVE BOX BOTTOM, 5 1/4" SLIP TYPE, 36" LENGTH, CAST IRON 5 EACH 27 VALVE BOX, SQUARE TOP, SCREW TYPE, TOP BOTTOM AND LID, HEAVY DUTY, RECLAIMED WATER (SIGMA VB-2503) 4 EACH 28 VALVE BOX COVER ONLY, SQUARE, RECLAIMED WATER (SIGMA VB-2503C) 4 EACH 29 RISER, 2" FOR SIGMA VALVE BOX 2503, SQUARE 5 EACH TOTAL DUCTILE IRON PIPE Pricing must be submitted by Group, and all items within a Group must be included for the bid to be considered. However, vendors are not required to submit pricing for every Group. Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number No Bid 1 PIPE, DUCTILE IRON, 3" (length 18' to 20') 20 FT 2 PIPE, DUCTILE IRON, 4" (length 18' to 20')) 160 FT 3 PIPE, DUCTILE IRON, 6" (length 18' to 20') 140 FT 4 PIPE, DUCTILE IRON, 8" (length 18' to 20') 20 FT 5 PIPE, DUCTILE IRON, 10" (length 18' to 20') 1 FT 6 PIPE, DUCTILE IRON, 12" (length 18' to 20') 1 FT 7 PIPE, DUCTILE IRON, 14" (length 18' to 20') 1 FT v. 7.2024 50 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number No Bid 8 PIPE, DUCTILE IRON, 16" (length 18' to 20')) 1 FT 9 PIPE, DUCTILE IRON, 20" (length 18' to 20') 1 FT 10 PIPE, DUCTILE IRON, 24" (length 18' to 20') 1 FT 11 PIPE, DUCTILE IRON, 30" (length 18' to 20') 1 FT TOTAL SERVICE TUBING Pricing must be submitted by Group, and all items within a Group must be included for the bid to be considered. However, vendors are not required to submit pricing for every Group. Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Manufacturer and Part Number No Bid 1 POLYETHYLENE, 3/4" BLUE (SDR9 100 FT) 30 ROLL 2 POLYETHYLENE, 1" BLUE/PURPLE (SDR9 100 FT) 100 ROLL 3 POLYETHYLENE, 1 1/2" BLUE (SDR9 100 FT) 2 ROLL 4 POLYETHYLENE, 2" BLUE/PURPLE (SDR9 100 FT) 11 ROLL TOTAL SUBMITTAL REQUIREMENTS 1 Exceptions* Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Do you have any exceptions to the provisions or specifications? ☐ Yes ☐ No *Response required v. 7.2024 51 When equals "Yes" Exceptions Taken* **Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a Proposal non-responsive. Upload a copy of any exceptions taken to the provisions or specifications in this solicitation. *Response required 2 Additional Materials* Have you included any additional materials? ☐ Yes ☐ No *Response required When equals "Yes" Description of Additional Materials* Provide a brief description of the additional materials included. *Response required 3 Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? ☐ Yes ☐ No *Response required When equals "Yes" Certified Business Type* Pick one of the following. ☐ Certified Small Business ☐ Certified Minority, Woman, or Disadvantaged Business Enterprise *Response required When equals "Yes" Certifying Agency* List the Agency that provided your certification. *Response required When equals "Yes" Certification Documentation* Provide a copy of your certification. *Response required 4 Vendor Certification* v. 7.2024 52 By submitting this response, the Vendor hereby certifies that: A. It is under no legal prohibition on contracting with the City of Clearwater. B. It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. C. It has no known, undisclosed conflicts of interest. D. The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. E. No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. F. It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. G. It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. H. It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. I. It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. J. It is current in all obligations due to the City. K. It will accept all terms and conditions as set forth in this solicitation if awarded by the City. L. The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. ☐ Please confirm *Response required 5 E-Verify System Certification* 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. v. 7.2024 53 B. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. C. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. D. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. E. The Contractor must maintain a copy of such affidavit. F. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). G. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. H. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. ☐ Please confirm *Response required 6 References* Please download the below documents, complete, and upload. • REFERENCES.pdf *Response required 7 Scrutinized Company Certification* Please download the below documents, complete, notarize, and upload. • SCRUTINIZED_COMPANIES_AND_B... *Response required 8 Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... *Response required 9 W-9* Upload your current W-9 form. (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf) *Response required v. 7.2024 54 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1307 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 10.2 SUBJECT/RECOMMENDATION: Authorize an increase and a ninety day extension of the existing purchase order with Odyssey Manufacturing Company of Tampa, Florida, for the supply of liquid sodium hypochlorite in the amount of $300,000.00, increasing the annual not-to-exceed amount from $1,500,000.00 to $1,800,000.00, and extending the term for ninety days through April 16, 2026, pursuant to ITB 04-23 and authorize the appropriate officials to execute same. (consent) SUMMARY: Liquid sodium hypochlorite is a chemical disinfectant used at the City of Clearwater’s water and wastewater treatment plants to comply with regulatory requirements established by the Florida Department of Environmental Protection’s operating permits, the Florida Administrative Code and the Safe Drinking Water Act. On January 9, 2023, City Council approved a three-year contract pursuant to ITB 04-23, with an annual not-to-exceed amount of $1,200,000.00. On February 6, 2025, Council authorized an increase to the annual not-to exceed amount from $1,200,000.00 to $1,500,000.00 for the final year ending January 16, 2026, primarily due to a unit price increase from $1.33 to $1.48 per gallon. An additional $300,000.00, increasing the not-to-exceed amount to $1,800,000.00, along with a contract extension through April 16, 2026, is requested to ensure continued operations during the procurement and approval process for the next contract cycle. APPROPRIATION CODE AND AMOUNT: Budgeted funds for FY26 are available in various Public Utilities cost centers cost code 551700 Bulk Chemicals. The Public Utilities Department is funded by the Water and Sewer Utility Enterprise Fund. STRATEGIC PRIORITY: Disinfection falls under objectives: 1.3 (Adopt responsive levels of service for public facilities and amenities and identify resources) and 4.2 (Adopt renewable resource usage and waste reduction practices to ensure a vibrant City for current and future generations). Page 1 City of Clearwater Printed on 1/9/2026 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1316 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 10.3 SUBJECT/RECOMMENDATION: Approve an agreement between Hadronex Inc. dba SmartCover Systems, of Escondido, California, and the City of Clearwater Public Utilities Department for the use of SmartCover software for online mapping and monitoring service, continued hardware and extended warranties for all existing wastewater system units; participation in the SmartCare maintenance program, including system troubleshooting, routine proactive maintenance , parts and labor, for the term February 01, 2026 through January 31, 2028, in the amount of $438,398.64 pursuant to City Code 2.563(1)(d) Non-competitive purchase (impractical), and authorize the appropriate official to execute same. (consent) SUMMARY: The SmartCover system renewal contract will continue to provide online mapping and monitoring services with real-time notifications of conditions and events detected within the gravity sewer system, including alerts intended to help prevent sanitary sewer overflows. The renewal also allows for continued data collection and reporting from existing SmartCover units, as well as integration of rainfall sensor data within the system. This contract includes coverage for sensors, batteries, materials, devices, and hardware, along with continued extended warranties for all SmartCover units in currently installed within the City’s gravity system. Additionally, renewal of the SmartCare program provides ongoing system troubleshooting, routine maintenance, and the installation or replacement of parts and batteries as needed, including the potential purchase of up to 30 new SmartCover units. SmartCover is considered impractical to competitively bid because it is a proprietary, integrated monitoring system already installed throughout the City’s gravity sewer system. Only the manufacturer can provide compatible software, data access, warranties, maintenance, and support for the existing units. Replacing the system would require removal of installed equipment, disrupt operations, increase regulatory risk, and result in significantly higher costs, making renewal the most practical and cost-effective option. APPROPRIATION CODE AND AMOUNT: 3277327-546900-96212 $192,270.00 4211346-530300 $246,128.64 Funds are available in capital improvement project 96212 - Sanitary Sewer Upgrades/Improvements and in Public Utilities operating budget in cost code 530300 - Contractual Services. These purchases are funded by revenues from the Water and Sewer Utility Enterprise Fund. Future year funding will be requested as part of the annual budget process. STRATEGIC PRIORITY: In furtherance of the Council’s Strategic Plan to achieve High Performing Government by maintaining public infrastructure through systematic management efforts, approval for an agreement is requested. Page 1 City of Clearwater Printed on 1/9/2026 PUBLIC UTILITIES REQUISITION REQUEST FORM Revised: 5/11/18 Select Type Sole Source NOTE: Exempt from bidding 2.564(1)(b) (Vendor Sole Source Letter addressed to City & complete Sole Source section below) x Standardization – NOTE: Exempt from bidding 2.564(1)(e): Impractical to bid (Complete Sole Source Section below and explain why it is impractical to bid. $1,000 - $2,499.99 Purchasing a Fixed Asset (Quote for equipment) $2,500 - $50,000 (3 Quotes) $50,000 - $99,999 (Formal Bid) $100,000 (Agenda City Council Approval) Note: Certificate of Insurance is required for vendor on City property or working on City asset DATE 12/08/2025 VENDOR Hadronex Inc. - SmartCover monitoring system, SmartCare maintenance program AMOUNT $438,398.64 SHIP TO 1650 North Arcturas Ave, Clearwater Florida, 33765 VENDOR EMAIL SmartCoversystems.com // Doug Boccuti EMPLOYEE Michael Vacca ACCT CODE SOLE SOURCE SECTION What are we buying? Renewal and combining current contracts into one 1. Renewal - combined Quote SmartCover & SmartCare $203,374.64 2. SmartCover & SmartCare – continued Labor warranty, using SmartCare service: system troubleshooting and routine maintenance of all installed SmartCover systems in manhole of the gravity system. for two years. 3. Potential 30 new SmartCover subsonic system components -System parts warranty 1-year, extended parts warranty 1-year, power pack warranty 2-year, active site management 2-year, smartrain ASM 2-year, installation & labor, labor warranty prorated, & shipping cost. (quoted Cost $235,024.00) How do you intend to use the product/service? 1. SmartCover Continue provided coverage for the online application of mapping and monitoring services of at live condition, continued notifications of prevention of SSO overflows 2. Each SmartCare unit installed - System troubleshooting, routine proactive maintenance and adjustments, parts and battery replacement and disposal, quick response from vendor to make necessary repairs. 3. Potential purchase 30 SmartCover units - Public Utilities will utilize these new units to monitor the wastewater collection systems through using these unit placed with manholes to measure sewage level heights to send alert when sanitary sewer overflows (SSO) may be developing prior to the actual occurrence of spill and regulatory impacts. Estimated cost/timeframe? $203,374.64 02-01-2026 through 01-31-2028 / 30 potential new units $235,024.00 What is the benefit for the agency/city/public? SmartCover System provides Public Utilities with water levels and or flow data in the sewer collection system. These new units will assist in being able to prevent SSO (sanitary sewer overflow) in a proactive way rather than Reactive of cleanup after the fact of SSO spills. This will protect the public’s health and reduce the potential for regulatory violations and fines. Data is collected and transmitted via satellite network by providing 24-hour user access. PUBLIC UTILITIES REQUISITION REQUEST FORM Revised: 5/11/18 What about this vendor making them a single source? Hadronex Inc. DBA SmartCover System are the only manufacturers that provide equipment and services of this kind, especially targeted to you and design for the wastewater utilities industry utilizing satellite radio data transmission for live data transmitting. Public utilities currently use these services. What is unique about the product? Currently in use by Public Utilities, providing Monitoring services, maintenance from vendor of site locations, maintain constant system uptime and for repairs to units. Is there an alternative available? No, the system is protected by registered trademarks and international patents. If so, why is not acceptable? Budget Quote 2 Year -Pay in Full Page 1 of 7 Due Date Period Covered Quote Number 01/31/2026 02/01/2026-01/31/2028 00004729 Hadronex, Inc. DBA SmartCover Systems 2110 Enterprise Street Escondido, CA 92029 USA P: 760-291-1980 F: 760-291-1982 Remit PO to orders@smartcoversystems.com or return this quote signed with PO number. Scan of PO is preferred. Bill To:Ship To:Date 12/04/2025 City of Clearwater Public Utilities One Clearwater Tower 6th Floor 600 Cleveland St Clearwater, FL 33756, USA City of Clearwater 1650 N Arcturas Ave Bldg A Clearwater, FL 33765, USA #Product Description Qty Mo Rate Total 1 ASM-SC2R Renewal: SmartLevel – REQUIRED for system to function. 2 year rate. Date Covered: 8/20/2026-1/31/2028 14559 518 Bamboo Ln. /2987035 14560 1014 Pine Brook Dr. /269B8045 14561 Bamboo/ Gulf to Bay 14562 211 S. Prospect Ave /287A2100 14563 1928 Gulf to Bay Blvd. /298A4085 14564 1040 Sunset Point Rd./251A2135 14565 604 Brookside Dr /298A1065 7 17 $609.88 $4,269.16 2 PW-5C2R Renewal: Power Warranty: PARTS ONLY. 2 year rate. Date Covered: 8/20/2026-1/31/2028 14559 518 Bamboo Ln. /2987035 14560 1014 Pine Brook Dr. /269B8045 14561 Bamboo/ Gulf to Bay 14562 211 S. Prospect Ave /287A2100 14563 1928 Gulf to Bay Blvd. /298A4085 14564 1040 Sunset Point Rd./251A2135 14565 604 Brookside Dr /298A1065 7 17 $344.25 $2,409.75 3 EW-SC2R Renewal: System Warranty- Covers all systems parts except PowerPack- PARTS ONLY. 2 year rate. Date Covered: 8/20/2026-1/31/2028 14559 518 Bamboo Ln. /2987035 14560 1014 Pine Brook Dr. /269B8045 14561 Bamboo/ Gulf to Bay 14562 211 S. Prospect Ave /287A2100 14563 1928 Gulf to Bay Blvd. /298A4085 14564 1040 Sunset Point Rd./251A2135 14565 604 Brookside Dr /298A1065 7 17 $689.92 $4,829.44 4 Extended Warranty Labor Labor services for onsite visits during coverage period. Level,FLOE, Vault. SmartCare. Date Covered: 8/20/2026-1/31/2028 14559 518 Bamboo Ln. /2987035 14560 1014 Pine Brook Dr. /269B8045 14561 Bamboo/ Gulf to Bay 14562 211 S. Prospect Ave /287A2100 14563 1928 Gulf to Bay Blvd. /298A4085 7 17 $1,133.00 $7,931.00 Budget Quote 2 Year -Pay in Full Page 2 of 7 14564 1040 Sunset Point Rd./251A2135 14565 604 Brookside Dr /298A1065 5 ASM-RD-2R Renewal: SmartRain™ - Rain data service. Provides continued rain data per site 2 year rate. Date Covered: 8/20/2026-1/31/2028 14566 S Hercules Ave SmartRain 14567 Gulf Blvd SmartRain 14568 Fairmont St SmartRain 3 17 $165.04 $495.12 6 ASM-SC2R Renewal: SmartLevel – REQUIRED for system to function. 2 year rate. Date Covered: 2/1/2026-1/31/2028 8311 Nursery Rd MH 317B7075 8312 Corona MH 289A2080 8313 Barrington Dr West MH 262A3020 8314 Montclair Apts. 8315 Sherwood St MH 270B7075 8316 Harn Blvd MH 309B6075 8317 Ridge Ave MH 270B5005 8318 Nash St. 8319 Powderhorn Dr MH 252A3080 8320 Brattle Ln MH 178A3055 8321 Enterprise Rd MH233B5055 8323 Rosewood St MH 279A4115 8324 Highland Ave MH 270A3005 8325 MLK Apartments 8326 Gulf View Blvd MH 285A3110 8327 Stag Run MH 263B8040 9129 1480 Barry MH 307A1100 9130 1219 South Fort Harrison MH 305B5090 9131 610 Woodlawn St MH 313B7105 9132 409 East Shore Dr MH 267A4010 9133 1484 South Belcher Rd MH 316B7130 9134 2450 Drew St MH 290B5005 9135 1201 Gulf Blvd MH 303B7005 9136 Sheraton Sand Key MH 294A2035 9137 1846 Union St MH242A2090 9138 1751 N Highland MH 261A4095 10192 608 N Bayshore MH 283B8005 10800 Ream Wilson Trail/NE of Carpenter Field 10801 400 Larboard Way MH 267B5015 10802 Mandalay Ave/San Marco 10803 Seville Blvd. MH 300A4100 10804 25720 US 19 12043 Fairwood Ave 282A3015 12044 1115 Pinellas Street MH306A3080 12045 701 South Madison MH 296A3100 12046 2346 DRUID 299A4010 12047 1001 N MLK Jr MH 269A 12048 3030 Enterprise Rd East MH 323A2085 12049 2690 Drew St MH 282A2120 12050 901 Fairwood Ave. MH 282A3005 12051 212 David Ave MH 291B6030 12052 Imperial Lake & MH 318A1025 12053 2246 Gulf to Bay 290A2120 45 24 $861.00 $38,745.00 Budget Quote 2 Year -Pay in Full Page 3 of 7 12054 115 N Duncan MH 288B7005 12055 Douglas Ave MH 269B6060 7 PW-5C2R Renewal: Power Warranty: PARTS ONLY. 2 year rate. Date Covered: 2/1/2026-1/31/2028 8311 Nursery Rd MH 317B7075 8312 Corona MH 289A2080 8313 Barrington Dr West MH 262A3020 8314 Montclair Apts. 8315 Sherwood St MH 270B7075 8316 Harn Blvd MH 309B6075 8317 Ridge Ave MH 270B5005 8318 Nash St. 8319 Powderhorn Dr MH 252A3080 8320 Brattle Ln MH 178A3055 8321 Enterprise Rd MH233B5055 8323 Rosewood St MH 279A4115 8324 Highland Ave MH 270A3005 8325 MLK Apartments 8326 Gulf View Blvd MH 285A3110 8327 Stag Run MH 263B8040 9129 1480 Barry MH 307A1100 9130 1219 South Fort Harrison MH 305B5090 9131 610 Woodlawn St MH 313B7105 9132 409 East Shore Dr MH 267A4010 9133 1484 South Belcher Rd MH 316B7130 9134 2450 Drew St MH 290B5005 9135 1201 Gulf Blvd MH 303B7005 9136 Sheraton Sand Key MH 294A2035 9137 1846 Union St MH242A2090 9138 1751 N Highland MH 261A4095 10192 608 N Bayshore MH 283B8005 10800 Ream Wilson Trail/NE of Carpenter Field 10801 400 Larboard Way MH 267B5015 10802 Mandalay Ave/San Marco 10803 Seville Blvd. MH 300A4100 10804 25720 US 19 12043 Fairwood Ave 282A3015 12044 1115 Pinellas Street MH306A3080 12045 701 South Madison MH 296A3100 12046 2346 DRUID 299A4010 12047 1001 N MLK Jr MH 269A 12048 3030 Enterprise Rd East MH 323A2085 12049 2690 Drew St MH 282A2120 12050 901 Fairwood Ave. MH 282A3005 12051 212 David Ave MH 291B6030 12052 Imperial Lake & MH 318A1025 12053 2246 Gulf to Bay 290A2120 12054 115 N Duncan MH 288B7005 12055 Douglas Ave MH 269B6060 45 24 $486.00 $21,870.00 8 EW-SC2R Renewal: System Warranty- Covers all systems parts except PowerPack- PARTS ONLY. 2 year rate. Date Covered: 2/1/2026-1/31/2028 8311 Nursery Rd MH 317B7075 8312 Corona MH 289A2080 45 24 $974.00 $43,830.00 Budget Quote 2 Year -Pay in Full Page 4 of 7 8313 Barrington Dr West MH 262A3020 8314 Montclair Apts. 8315 Sherwood St MH 270B7075 8316 Harn Blvd MH 309B6075 8317 Ridge Ave MH 270B5005 8318 Nash St. 8319 Powderhorn Dr MH 252A3080 8320 Brattle Ln MH 178A3055 8321 Enterprise Rd MH233B5055 8323 Rosewood St MH 279A4115 8324 Highland Ave MH 270A3005 8325 MLK Apartments 8326 Gulf View Blvd MH 285A3110 8327 Stag Run MH 263B8040 9129 1480 Barry MH 307A1100 9130 1219 South Fort Harrison MH 305B5090 9131 610 Woodlawn St MH 313B7105 9132 409 East Shore Dr MH 267A4010 9133 1484 South Belcher Rd MH 316B7130 9134 2450 Drew St MH 290B5005 9135 1201 Gulf Blvd MH 303B7005 9136 Sheraton Sand Key MH 294A2035 9137 1846 Union St MH242A2090 9138 1751 N Highland MH 261A4095 10192 608 N Bayshore MH 283B8005 10800 Ream Wilson Trail/NE of Carpenter Field 10801 400 Larboard Way MH 267B5015 10802 Mandalay Ave/San Marco 10803 Seville Blvd. MH 300A4100 10804 25720 US 19 12043 Fairwood Ave 282A3015 12044 1115 Pinellas Street MH306A3080 12045 701 South Madison MH 296A3100 12046 2346 DRUID 299A4010 12047 1001 N MLK Jr MH 269A 12048 3030 Enterprise Rd East MH 323A2085 12049 2690 Drew St MH 282A2120 12050 901 Fairwood Ave. MH 282A3005 12051 212 David Ave MH 291B6030 12052 Imperial Lake & MH 318A1025 12053 2246 Gulf to Bay 290A2120 12054 115 N Duncan MH 288B7005 12055 Douglas Ave MH 269B6060 9 Extended Warranty Labor Labor services for onsite visits during coverage period. Level,FLOE, Vault. SmartCare. Date Covered: 2/1/2026-1/31/2028 8311 Nursery Rd MH 317B7075 8312 Corona MH 289A2080 8313 Barrington Dr West MH 262A3020 8314 Montclair Apts. 8315 Sherwood St MH 270B7075 8316 Harn Blvd MH 309B6075 8317 Ridge Ave MH 270B5005 8318 Nash St. 8319 Powderhorn Dr MH 252A3080 8320 Brattle Ln MH 178A3055 8321 Enterprise Rd MH233B5055 45 24 $1,600.00 $72,000.00 Budget Quote 2 Year -Pay in Full Page 5 of 7 8323 Rosewood St MH 279A4115 8324 Highland Ave MH 270A3005 8325 MLK Apartments 8326 Gulf View Blvd MH 285A3110 8327 Stag Run MH 263B8040 9129 1480 Barry MH 307A1100 9130 1219 South Fort Harrison MH 305B5090 9131 610 Woodlawn St MH 313B7105 9132 409 East Shore Dr MH 267A4010 9133 1484 South Belcher Rd MH 316B7130 9134 2450 Drew St MH 290B5005 9135 1201 Gulf Blvd MH 303B7005 9136 Sheraton Sand Key MH 294A2035 9137 1846 Union St MH242A2090 9138 1751 N Highland MH 261A4095 10192 608 N Bayshore MH 283B8005 10800 Ream Wilson Trail/NE of Carpenter Field 10801 400 Larboard Way MH 267B5015 10802 Mandalay Ave/San Marco 10803 Seville Blvd. MH 300A4100 10804 25720 US 19 12043 Fairwood Ave 282A3015 12044 1115 Pinellas Street MH306A3080 12045 701 South Madison MH 296A3100 12046 2346 DRUID 299A4010 12047 1001 N MLK Jr MH 269A 12048 3030 Enterprise Rd East MH 323A2085 12049 2690 Drew St MH 282A2120 12050 901 Fairwood Ave. MH 282A3005 12051 212 David Ave MH 291B6030 12052 Imperial Lake & MH 318A1025 12053 2246 Gulf to Bay 290A2120 12054 115 N Duncan MH 288B7005 12055 Douglas Ave MH 269B6060 10 ASM-RD-2R Renewal: SmartRain™ - Rain data service. Provides continued rain data per site 2 year rate. Date Covered: 2/1/2026-1/31/2028 8328 Opal Sands SmartRain 8329 Thames St SmartRain 8330 Grovewood Ct SmartRain 8331 Countryside Blvd SmartRain 9125 Lakeview Rd SmartRain 9126 Stewart Blvd SmartRain 9127 McCormick Dr SmartRain 9128 Wood Dr SmartRain 10805 US 19 SmartRain 10806 Crest Lake Park SmartRain 10807 Gulf to Bay SmartRain 10808 Country Club Estates SmartRain 10809 Mandalay Ave SmartRain 10569 3230 San Pedro St SmartRain 14 24 $233.00 $3,262.00 11 ASM-TD-2R Renewal: SmartTide™ - Tidal data service. Provides continued tidal data for ONE site for TWO years. Date Covered: 2/1/2026-1/31/2028 10567 Old Port Tampa 10568 Clearwater Beach 2 24 $233.00 $466.00 Budget Quote 2 Year -Pay in Full Page 6 of 7 12 ASM-SC2R Renewal: SmartLevel – REQUIRED for system to function. 2 year rate. Date Covered: 6/5/2026-1/31/2028 14134 Opal Sol Resort 1 20 $717.50 $717.50 13 PW-5C2R Renewal: Power Warranty: PARTS ONLY. 2 year rate. Date Covered: 6/5/2026-1/31/2028 14134 Opal Sol Resort 1 20 $405.00 $405.00 14 EW-SC2R Renewal: System Warranty- Covers all systems parts except PowerPack- PARTS ONLY. 2 year rate. Date Covered: 6/5/2026-1/31/2028 14134 Opal Sol Resort 1 20 $811.67 $811.67 15 Extended Warranty Labor Labor services for onsite visits during coverage period. Level,FLOE, Vault. SmartCare. Date Covered: 6/5/2026-1/31/2028 14134 Opal Sol Resort 1 20 $1,333.00 $1,333.00 Budget Quote 2 Year -Pay in Full Page 7 of 7 Signature for Approval __________________________ P.O. No. We appreciate your business! Terms and Conditions for this transaction: 1.Invoices shall be paid within thirty (30) days of the invoice date. 2.All applicable taxes must be added to prices offered. 3.Prices are FOB Factory. Shipping costs can be calculated and added to the offer. 4.All paid warranties and Active Site Management (ASM) services begin on the date of shipment. 5.Returns are accepted only with a valid Return Material Authorization (RMA) number. Please contact SmartCover Customer Service for an RMA number. 6.Loss of Communications: Customer acknowledges that SmartCover is not responsible for the loss of wireless communication, internet communications, or any communications used in the operation of this system. 7.Advisory Only: SmartCover is an advisory service only. As such, SmartCover is not responsible for any damage of any kind or from any cause whatsoever that may result from, in relation to, in connection with, due to, or as a result of the installation or operation of the system, including without limitation, equipment failure, or any consequential damages caused by, or resulting from, the use or installation of the SmartCover system. 8.Traffic Control: SmartCover does not provide traffic control. The customer must provide traffic control for the installation and servicing of all units. 9.This offer is made subject to the terms and conditions that can be found here: https://smartcoversystems.com/wp- content/uploads/2025/04/smartcover-terms-conditions.pdf Subtotal $203,374.64 Tax $0.00 Total $203,374.64 SMARTLEVEL™ REMOTE SEWER MONITORING FOR CLEARWATER FL 11-24-25 1 November 24, 2025 Mr. Mike Vacca, CPM Water & Sewer Infrastructure Manager City of Clearwater 1650 N. Arcturas Ave, Bldg A Clearwater, FL 33765 Mr. Vacca: Thank you for the opportunity to submit this price proposal for a SmartLevel solution to be installed for the City of Clearwater. The SmartLevel system offers cost effective satellite manhole monitoring to eliminate sewer overflows, optimize collection system cleaning, and accurately identify inflow and infiltration (I&I). The comprehensive data management and analytics software platform allows you to efficiently manage real-time data to enhance performance, reduce costs, and optimize resources. Additional benefits include: ● Continuous system visibility through Iridium satellite communication with no disruptions during extreme weather events or poor coverage associated with cellular networks. ● No confined space entry required, which minimizes field resources and safety hazards. ● Quick, simple manhole retrofit installation provides instant coverage. ● Mobile app delivers system insights whenever and wherever. If you have any questions, please don’t hesitate to contact me at 407-404- 0882 or via email at dboccuti@smartcoversystems.com. Best Regards, Doug Boccuti Regional Sales Manager SmartCover 2 Contents 1 SMARTCOVER – SMARTLEVEL MONITORING SYSTEM 3 1.1 INSTALLATION 3 1.2 TRAINING 3 1.3 SMARTCARE™ SERVICE 3 2 PRICING SUMMARY 5 2.1 PRODUCT DELIVERY 6 2.2 TERMS & CONDITIONS 6 2.3 LIMITED WARRANTY 7 2.4 PURCHASE & ACCEPTANCE 7 3 ONGOING COSTS AFTER 1ST YEAR 9 4 PURCHASE ACCEPTANCE 10 3 1 SMARTCOVER – SMARTLEVEL MONITORING SYSTEM SmartCover is pleased to provide the following proposal for the installation and operation of thirty (30) SmartCover, SmartLevel remote monitoring systems in the collection system of Clearwater. The price for the system is provided in Section 2 - Pricing Summary. Pricing on page 5 represents the purchase, installation, and ongoing operating costs for two (2) years. SmartCover reserves the right to amend the pricing in the proposal if additional costs to SmartCover Systems are required by the Customer (ex. bonds, additional insurance requirements beyond standard coverages carried by SmartCover, etc.). 1.1 INSTALLATION Installation: SmartCover will install the SmartLevel hardware (see Section 2) and, while on site, verify operations, including full two-way communications to the SmartCover system. NO CONFINED SPACE ENTRY IS REQUIRED for installation of the SmartLevel unit. Installation takes no longer than ninety (90) minutes per site, usually less. Traffic control is not included in this pricing proposal and, if needed, is assumed to be the responsibility of the Customer. 1.2 TRAINING After installation of the units and verification of operation, SmartCover will provide training to gather and interpret the SmartLevel data. Training should take no longer than one (1) hour and will be performed online or in person if installed by SmartCover. Instructions on general data access will still be provided after the installation. 1.3 SMARTCARE™ SERVICE When purchased with battery and parts warranty, SmartCover Labor Warranty services offered in this proposal include: ● System troubleshooting ● Routine maintenance ● Parts and battery replacement Services will be performed by a local SmartCover factory-trained representative. Adequate spare parts inventory will be maintained locally to minimize downtime of systems. 4 Damage to the units caused by the Customer or Customer contractors will be documented and invoiced at the time of service. 5 2 PRICING SUMMARY Part Number Description Unit Qty Unit Price Extended Price SC-Q-SB-15 SubSonic® System Components ● E-Box System Control with onboard computer, modem, digital radio; fully potted and IP-68 rated. ● Distance Sensing Module (DSM) with 0” to 79” sensor range, with 15’ cable and dual sensor. ● PowerPack™- lithium thionyl chloride battery with high power density. ● E-Square™ antenna, including antenna and installation kit. Mounting bracket kit- three-part amounting bracket set made of heavy gauge, hard-anodized aluminum; includes all mounting hardware. 30 $5,024 $150,720 System Parts Warranty ONE (1) Year, System Parts-Only Warranty ● Limited Parts-Only Warranty on all SmartCover® System™ hardware. ● See Warranty Statement for complete details- Section 6 30 Included Included EW-1 ONE (1) Year, System EXTENDED Parts-Only Warranty ● Limited Parts-Only Warranty on all SmartCover® System™ hardware. See Warranty Statement for complete details- Section 6 30 $503 $15,090 PowerPack™ Warranty TWO (2) Year, PowerPack Warranty ● Limited Parts-Only Warranty on the PowerPack™ 30 Included Included ASM-SC2 Active Site Management (ASM), Two-Year: Comprehensive support services including: ● Software subscription with unlimited number of users accessed with secure user name and password ● Complete maintenance of all cloud based software ● Regular feature updates and upgrades including SmartTrend™. ● Hosting of data storage – unlimited data storage ● Iridium Satellite connectivity service with bi-directional communication. ● Advisories, Maintenance Alerts and Alarms issued to customer defined personnel via email and/or text message ● Ongoing technical support via phone or online. 30 $860 $25,800 ASM-RD-2Y SmartRain® ASM, Two-Year 8 $233 $1,864 Installation Labor Installation Completed by trained SmartCover tech. 30 $550 $16,500 Labor Warranty SmartCare™ Service: System troubleshooting and routine maintenance of installed SmartCover systems, One-Year…******Optional***** 30 $800 $24,000 Tax* Not Included 1 N/A N/A Shipping Shipping and Handling Ground shipment FOB Escondido, CA 30 $35 $1,050 TOTAL All items above $235,024 6 STANDARD TERMS & CONDITIONS 2.1 PRODUCT DELIVERY • Standard lead time is four (4) to six (6) weeks upon receipt of a Purchase Order and with receipt of complete engineering and site information from the customer as requested. • The standard lead time is a good-faith estimate and is subject to change based on component availability, global supply chain constraints, or credit review. It is strongly recommended that an order be placed as early as possible. Reasonable efforts will be made to provide earlier delivery if requested. 2.2 TERMS & CONDITIONS • Invoices shall be paid within thirty (30) days of the invoice date. • All applicable taxes must be added to prices offered. • Prices are FOB Factory. Shipping costs can be calculated and added to the offer. • A 20% restocking charge is applied to order cancellations. • All paid warranties and Active Site Management (ASM) services begin on the date of shipment. • Returns are accepted only with a valid Return Material Authorization (RMA) number. Please contact SmartCover Customer Service for an RMA number. • Loss of Communications: Customer acknowledges that SmartCover is not responsible for the loss of wireless communication, internet communications, or any communications used in the operation of this system. • Advisory Only: SmartCover is an advisory service only. As such, SmartCover is not responsible for any damage of any kind or from any cause whatsoever that may result from, in relation to, in connection with, due to, or as a result of the installation or operation of the system, including without limitation, equipment failure, or any consequential damages caused by, or resulting from, the use or installation of the SmartCover system. • Traffic Control: SmartCover does not provide traffic control. The customer must provide traffic control for the installation and servicing of all units. 7 • This offer is made subject to the terms and conditions that can be found here: https://smartcoversystems.com/wp-content/uploads/2025/04/smartcover- terms-conditions.pdf 2.3 LIMITED WARRANTY • The equipment components of the SmartCover are warranted free from material defects in material and workmanship for one year from the date of installation or delivery, whichever applies. Unless otherwise stated, the SmartCover warranty herein is parts-only. Should the Customer discover any condition that might invoke a warranty claim, they are to expeditiously and without delay notify SmartCover Customer Service. Upon notification, SmartCover will assess and instruct the user on follow- up actions. Should a component fail during the warranty period as a result of a defect in material or workmanship, SmartCover will repair or replace the component at its sole discretion. For all valid warranty claims as determined by SmartCover, reasonable freight charges to and from the Customer shall be paid by SmartCover. In all cases, SmartCover shall determine the shipping method and/or carrier unless otherwise agreed to in writing by Customer and SmartCover. • The foregoing warranty is exclusive. Repair or replacement in the manner provided above shall be the sole and exclusive remedy for breach of warranty and shall constitute fulfillment of all liabilities of SmartCover with respect to the quality and performance of the products. This warranty does not cover damage, repairs, or replacements beyond the control of SmartCover, including acts of nature, improper use, lack of proper maintenance, vandalism, or unauthorized repair. SmartCover shall not be liable for any actual, exemplary, indirect, or consequential damages, including damages for loss of goodwill or profits and/or losses, that stem from a failure or malfunction of the SmartCover system. • In no event shall SmartCover’s liability, whether in contract or in tort (including negligence and strict liability), exceed the price of the Product from which such liability arises. 2.4 PURCHASE & ACCEPTANCE • Prices listed are valid sixty (60) days from this offer date. The undersigned have read, acknowledged, and agree to this offer. Please include this entire document with a Purchase Order. 9 3 ONGOING COSTS AFTER 2ND YEAR Ongoing Costs After the first year of operation, the following fees will provide continued comprehensive services including software support, data storage, upgrades, added features, and satellite connectivity. These are annual charges paid prior to the start of the year. Part number Months covered Payment schedule Cost per year Active Site Management (ASM) (Required) Website Access, software subscription, satellite connectivity, data analysis, data storage, trend advisories, maintenance alerts, alarms, online S/C monitoring. ASM-SC1R 12 Every year $443 Each ASM-SC2R 24 Every other year $860 Each PowerPack™ Warranty (Optional) PARTS-ONLY, PowerPack™ Warranty for each installation, offering unlimited replacements during the Warranty term. PW-5C1R 12 Every year $250 Each PW-5C2R 24 Every other year $485 Each Systems Parts Warranty Extension (Optional) PARTS-ONLY, Warranty for each installation, covers: E-Box System Control, Distance Sensing Module (DSM), antenna, and mounting brackets EW-SC1R 12 Every year $503 Each EW-SC2R 24 Every other year $973 Each SmartCare™ Labor Warranty Extension (Optional) System troubleshooting and routine maintenance Labor Warranty 12 Every Year $900 Each SmartRain Environmental Data Service (Optional) Supplies hourly data for rainfall. Cost is per site per year. ASM-RD-1R 12 Every year $121 ASM-RD-2R 24 Every other year $233 10 4 PURCHASE ACCEPTANCE Prices listed are valid for 60 days from this proposal date. ACTION: Please include this entire document with Purchase Order Signatures SmartCover City of Clearwater, FL _________________ _ Signature Doug Boccuti Printed Name Regional Sales Manager Title November 24, 2025 Date ______________________________ Signature Printed Name Title Date Sole Source – Manufacturer 25009SD Rev D 03/2021 Page 1 of 1 Customer Name Date Address City, State Zip This letter is to provide notification that Hadronex, Inc. (doing business as SmartCover® Systems™) herein known as “Company” with corporate offices located at 2110 Enterprise Street, Escondido, CA 92029, is the sole creator, manufacturer and marketer of a group of systems and products, including: the award winning SmartCover®; SmartFLOE™; SmartVault™; SmartWeir™; SmartClean®; SmartTank; SmartTrend®; SmartRain™; SmartTide™; UnderCover®; SubSonic®; H2Scents® and StreamWatch®. The SmartCover® family of products are both patented and proprietary, designed and manufactured by the Company to provide users with unique qualities and functions based on acquiring water level and/or flow data as well as other data in the sewer collection system or other structures with open channel flows, using ultrasonic, pressure or combined technology combined with embedded analytics and data fusion. The SmartCover® system, which acquires and transmits data through the Iridium® military grade satellite network, is immune to terrestrial communications interruptions caused by storms or hurricanes and provides 24/7 user access via a secure web browser and through a dedicated, secure user website. SmartCover® uniquely provides real-time, continuous monitoring capability powered by an engineered and proprietary long-life lithium thionyl chloride battery pack. It uniquely communicates with an embedded digital radio through the Iridium® satellite system assuring global, redundant and continuous coverage. Users acquire trend data via the patented and proprietary SmartTrend® analysis software tool which issues predictive “Advisories” on developing trends, “Alarms” for surcharges and intrusions and maintenance “Alerts” that monitor specific operational parameters system. All notifications provide information and resources enabling Sewer Intelligence® - effective, informed decision-making for corrective or preemptive action. Patent pending SmartRain™; StreamWatch® and SmartTide™ data services are available where users are presented a “multigraph view” for fast and easy comparison of the SmartCover® (level) or SmartFLOE™ (flow) data with local environmental data. SmartClean® provides advanced maintenance forecasting to reduce cost and risk. Mounted directly on the manhole cover, the patented SmartCover® configuration is designed to be installed with no confined space entry per OSHA CFR 1910.146(b). The manhole cover mounting also provides a real-time intrusion alarm when the manhole cover is opened, providing a unique capability to detect intrusions or entries into the manhole or hatch. Company solely provides ongoing professional services for management and security of data, software maintenance and upgrades, the user website interface and exercise of the Iridium Satellite communications system. These essential services directly enable users to have seamless, robust and ongoing access to real-time data from remote locations. Company is protected by the following US Patents: 7,589,630; 7,598,858; 7,944,352; 7,948,215; 8,607,654; 9,297,684; 9,482,568; 10,612,228 and 10,901,068. The systems are also protected by registered trademarks and international patents. Company also has a Madrid Treaty filing for its main trademark. We hope this information will satisfy your requirements and that it clearly demonstrates the special, patented, unique and proprietary features of our systems. Sincerely, Corey Williams, P.E. President/CEO, SmartCover Systems cwilliams@smartcoversystems.com Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1323 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 10.4 SUBJECT/RECOMMENDATION: Authorize purchase orders to Core and Main LP of St. Louis, MO, Empire Pipe and Supply Company Inc of Sanford, FL, Ferguson Enterprises, LLC dba Ferguson Waterworks of Tampa, FL, Staline Waterworks of Charlotte, NC, and Tampa Winsupply of Tampa, FL, for the supply of service brass and brass valves in the cumulative annual not-to-exceed amount of $395,000.00 with the option of two, one-year renewals pursuant to Invitation to Bid (ITB) 60-25, Service Brass and Brass Fittings, and authorize the appropriate officials to execute same. (consent) SUMMARY: Service brass and brass fittings are essential components used for making connections between water lines, meters, and points of use within the city's water infrastructure. The Clearwater Public Utilities department maintains a stock of these materials to ensure the continuity of service for both routine maintenance and emergency repair and replacement operations. ITB #60-25 was issued on September 30, 2025, to solicit bids for the supply of these materials. Six bids were received and publicly opened on October 30, 2025. Following a thorough evaluation, five vendors were identified as the most responsive and responsible low bidders meeting all the technical specifications outlined in ITB #60-25. The primary awards are as follows: ·Core & Main LP of St. Louis, MO o Corporation Stops o Curb Stops o Valves o Adapters, Poly Compression o Unions, Poly o Meter Couplings ·Empire Pipe & Supply Company Inc of Sanford, FL o Reclaimed Water o Adapters o Caps o Couplings o Elbows (ELL) o Tees o Nipples ·Staline Waterworks of Charlotte, NC o Hydrant Swivels o Meter Adapter and Resetters ·Tampa Winsupply of Tampa, FL o Bushings o Plugs Page 1 City of Clearwater Printed on 1/9/2026 File Number: ID#25-1323 Secondary awards provide additional sources for these vital components: ·Core & Main LP of St. Louis, MO o Reclaimed Water o Plugs ·Empire Pipe & Supply Company Inc of Sanford, FL o Corporation Stops o Curb Stops o Valves o Adapters, Poly Compression o Unions, Poly o Hydrant Swivels o Meter Adapter and Resetters ·Ferguson Waterworks of Tampa, FL o Meter Couplings o Bushings ·Staline Waterworks of Charlotte, NC o Adapters o Caps o Tees o Nipples ·Tampa Winsupply of Tampa, FL o Couplings o Elbows (ELL) To ensure supply continuity and operational flexibility, this recommendation proposes awarding a primary and secondary vendor across various categories. This structure will allow Public Utilities to rely on secondary vendors when a primary vendor is unable to meet demand. APPROPRIATION CODE AND AMOUNT: Budgeted funds for FY26 are available in Public Utilities’ cost centers, cost code 550400, operating supplies & materials. Funded by revenues from the Water & Sewer Utility Enterprise Fund. Funding for future years will be requested within contract calendar and spending limits. STRATEGIC PRIORITY: In furtherance of the Council’s Strategic Plan to achieve High Performing Government by maintaining public infrastructure through systematic management efforts, approval for an agreement is requested. Page 2 City of Clearwater Printed on 1/9/2026 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total 1 CORP STOP, 3/4" CC X INCREASING MIP (FORD FB800-3-NL) (MUELLER B- 20003N) (A.Y. McDONALD 73121B)20 EACH $44.35 $887.00 $44.37 $887.40 $45.24 $904.80 $46.27 $925.40 $45.35 $907.00 2 CORP STOP, 1" CC X INCREASING MIP (FORD FB800-4-NL) (MUELLER B- 20003N) (A.Y. McDONALD 73121B)200 EACH $56.15 $11,230.00 $56.14 $11,228.00 $57.15 $11,430.00 $58.54 $11,708.00 $56.95 $11,390.00 3 CORP STOP, 3/4" CC X COMP (FORD FB1001-3-Q-NL) (MUELLER B-25008N) (A.Y. McDONALD 74701BQ)10 EACH $56.27 $562.70 $45.83 $458.30 $57.45 $574.50 $47.79 $477.90 $46.85 $468.50 4 CORP STOP, 1" CC X COMP (FORD FB1000-4-Q-NL) (MUELLER B-25008N) (A.Y. McDONALD 74701BQ)30 EACH $60.26 $1,807.80 $60.27 $1,808.10 $61.50 $1,845.00 $62.85 $1,885.50 $61.60 $1,848.00 5 CORP STOP, 1-1/2" CC X MIP (FORD FB400-6-NL) (MUELLER B-2996N) (A.Y. McDONALD 73128B)25 EACH $123.93 $3,098.25 $123.99 $3,099.75 $126.40 $3,160.00 $129.30 $3,232.50 $125.95 $3,148.75 6 CORP STOP, 2" CC X MIP (FORD FB400-7-NL) (MUELLER B-2996N) (McDONALD No Lead 73128B)25 EACH $211.35 $5,283.75 $211.42 $5,285.50 $215.60 $5,390.00 $220.47 $5,511.75 $214.75 $5,368.75 7 CORP STOP, 1-1/2" MIP X MIP (FORD FB500-6-NL) (MUELLER B-2969N) (A.Y. McDONALD 73131)10 EACH $123.93 $1,239.30 $123.99 $1,239.90 $126.40 $1,264.00 $129.30 $1,293.00 $125.95 $1,259.50 8 CORP STOP, 2" MIP X MIP (FORD FB500-7-NL) MUELLER B-2969N) (A.Y. McDONALD 73131)10 EACH $211.35 $2,113.50 $211.42 $2,114.20 $215.70 $2,157.00 $220.47 $2,204.70 $214.75 $2,147.50 9 CORP STOP, 3/4" MIP X INCREASING MIP (FORD F900-3-NL) (MUELLER B- 20013N) (A.Y. McDONALD 73122)12 EACH $27.22 $326.64 $44.37 $532.44 $27.79 $333.48 $46.27 $555.24 $45.35 $544.20 10 CORP STOP, 1" MIP X INCREASING MIP (FORD F900-4-NL) (MUELLER B- 20013N) (A.Y. McDONALD 73122)12 EACH $41.14 $493.68 $56.14 $673.68 $42.00 $504.00 $58.54 $702.48 $57.35 $688.20 Total $27,042.62 $27,327.27 $27,562.78 $28,496.47 $27,770.40 CURB STOPS CURB STOPS CURB STOPS CURB STOPS CURB STOPS CURB STOPS Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total 1 CURB STOP, 3/4" CTS X MTR (FORD B43-332W-NL-Q) (MUELLER B-24350N) (A.Y. McDONALD 76100MWQ)250 EACH $65.31 $16,327.50 $65.35 $16,337.50 $66.48 $16,620.00 $68.15 $17,037.50 $66.35 $16,587.50 2 CURB STOP, 1" CTS X MTR (FORD B43-444W-NL-Q) (MUELLER B-24350N) (A.Y. McDONALD 76100MWQ )100 EACH $96.55 $9,655.00 $96.56 $9,656.00 $98.38 $9,838.00 $100.69 $10,069.00 $98.05 $9,805.00 3 CURB STOP, 1"CTS COMP X 3/4" MTR (FORD B43-342W-NL) (MUELLER B- 24350N) (A.Y. McDONALD 76100MWQ )300 EACH $70.59 $21,177.00 $70.62 $21,186.00 $71.85 $21,555.00 $73.65 $22,095.00 $71.70 $21,510.00 4 CURB STOP, 3/4" FIP X FIP (FORD B11-333W-NL) (MUELLER B-20200N) (A.Y. McDONALD 76101W)300 EACH $50.73 $15,219.00 $50.76 $15,228.00 $51.64 $15,492.00 $52.93 $15,879.00 $51.55 $15,465.00 5 CURB STOP, 1" FIP X FIP (FORD B11-444W-NL) (MUELLER B-20200N (A.Y. McDONALD 76101W )150 EACH $77.75 $11,662.50 $77.78 $11,667.00 $79.20 $11,880.00 $81.11 $12,166.50 $78.95 $11,842.50 Total $74,041.00 $74,074.50 $75,385.00 $77,247.00 $75,210.00 VALVES VALVES VALVES VALVES VALVES VALVES Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total 1 VALVE, ANGLE METER 3/4" FIP X METER SWIVEL (FORD BA13-332W-NL) (MUELLER B-24265N) (A.Y. McDONALD 74644B)125 EACH $65.40 $8,175.00 $65.42 $8,177.50 $66.70 $8,337.50 $68.22 $8,527.50 $66.45 $8,306.25 2 VALVE, ANGLE METER 1" FIP X METER SWIVEL (FORD BA13-444W-NL) (MUELLER B-24265N) (A.Y. McDONALD 74644B)125 EACH $98.53 $12,316.25 $98.58 $12,322.50 $100.40 $12,550.00 $102.80 $12,850.00 $99.95 $12,493.75 Empire Pipe & Supply Empire Pipe & Supply Empire Pipe & Supply Tampa Winsupply Tampa Winsupply Tampa Winsupply Bid Tabulation ITB No. 60-25, Service Brass & Brass Fittings Core & Main Ferguson Waterworks Pasco Pipe Supply Core & Main Ferguson Waterworks Pasco Pipe Supply Core & Main Ferguson Waterworks Pasco Pipe Supply Staline Waterworks Staline Waterworks Staline Waterworks CORPORATION STOPS CORPORATION STOPS CORPORATION STOPS CORPORATION STOPS CORPORATION STOPS CORPORATION STOPS 3 VALVE, ANGLE 1-1/2" FIP X METER FLANGE (FORD BFA13-666W-NL) (MUELLER B-24286N) (A.Y. McDONALD 74604B FLANGED)40 EACH $213.83 $8,553.20 $213.91 $8,556.40 $218.10 $8,724.00 $223.07 $8,922.80 $217.30 $8,692.00 4 VALVE, ANGLE 2" FIP X METER FLANGE (FORD BFA13-777W-NL) (MUELLER B- 24286N) (A.Y. McDONALD 74604B FLANGED)40 EACH $252.33 $10,093.20 $252.42 $10,096.80 $257.10 $10,284.00 $263.23 $10,529.20 $256.45 $10,258.00 5 VALVE, BALL 1-1/2" FIP X 1-1/2" FIP (FORD B11-666W-NL) (MUELLER B- 20200N) (A.Y. McDONALD 76101W)24 EACH $157.11 $3,770.64 $157.38 $3,777.12 $160.30 $3,847.20 $164.12 $3,938.88 $159.85 $3,836.40 6 VALVE, BALL 2" FIP X 2" FIP (FORD B11-777W-NL) (MUELLER B-20200N) (McDONALD 76101W)40 EACH $228.88 $9,155.20 $229.15 $9,166.00 $233.45 $9,338.00 $238.96 $9,558.40 $232.80 $9,312.00 7 VALVE, BALL STRAIGHT 1-1/2" FIP X METER FLANGE (FORD BF13-666W-NL) Mueller b-24337N) (A.Y. McDONALD 76101M)20 EACH $163.06 $3,261.20 $163.11 $3,262.20 $166.40 $3,328.00 $170.09 $3,401.80 $165.70 $3,314.00 8 VALVE, BALL STRAIGHT 2" FIP X METER FLANGE (FORD BF13-777W-NL) Mueller b-24337N) (A.Y. McDONALD 76101M)20 EACH $260.03 $5,200.60 $260.12 $5,202.40 $265.00 $5,300.00 $271.25 $5,425.00 $264.25 $5,285.00 Total $60,525.29 $60,560.92 $61,708.70 $63,153.58 $61,497.40 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total 1 RCLM 3/4" BALL VALVE (FORD BRW11-333W) (MUELLER B-20200-20) (McDONALD 76101W-RWC)300 EACH $52.88 $15,864.00 $52.93 $15,879.00 $53.80 $16,140.00 $55.19 $16,557.00 $53.75 $16,125.00 2 RCLM 1" BALL VALVE FIP X FIP (FORD BRW11-444W) (MUELLER B-20200-20) (A.Y. McDONALD 76101W-RWC )20 EACH $79.90 $1,598.00 $79.96 $1,599.20 $81.50 $1,630.00 $83.38 $1,667.60 $81.65 $1,633.00 3 RCLM 2" BALL VALVE FIP X FIP (FORD BRW11-777W) (MUELLER B-20200-20) (A.Y. McDONALD 76101W-RWC)12 EACH $231.02 $2,772.24 $231.32 $2,775.84 $235.90 $2,830.80 $241.22 $2,894.64 $234.95 $2,819.40 4 RCLM 1" BALL VALVE CTS COMP. X METER SWIVEL (FORD BRW43-444W-Q) (MUELLER B-24350-20) (A.Y. McDONALD 76100MWQ-RWC)40 EACH $98.70 $3,948.00 $98.88 $3,955.20 $100.75 $4,030.00 $103.12 $4,124.80 $100.95 $4,038.00 5 RCLM BALL CORP 1" CC X INCREASING MIP (FORD FBRW800-4) (MUELLER B- 20003-20) (A.Y. McDONALD 73121B "MARKED "RECLAIMED WATER")40 EACH $61.22 $2,448.80 $56.14 $2,245.60 $62.50 $2,500.00 $58.54 $2,341.60 $57.30 $2,292.00 6 RCLM BALL CORP 1" CC X COMP (FORD FBRW1000-4-Q) (MUELLER B-25008- 20) (A.Y. McDONALD 74701BQ, MARKED "RECLAIMED WATER")20 EACH $65.34 $1,306.80 $60.27 $1,205.40 $66.70 $1,334.00 $62.86 $1,257.20 $61.55 $1,231.00 7 RCLM BALL CORP 2" CC X MIP (FORD FBRW400-7) (MUELLER B-2996-20) (A.Y. McDONALD 73128B, MARKED "RECLAIMED WATER")12 EACH $216.45 $2,597.40 $211.42 $2,537.04 $221.00 $2,652.00 $220.48 $2,645.76 $214.75 $2,577.00 Total $30,535.24 $30,197.28 $31,116.80 $31,488.60 $30,715.40 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total 1 ADAPTER, 3/4" REGULATOR, MIP X MALE METER THREAD (FORD RA-2-NL) OR APPROVED EQUIVALENT 100 PAIR $19.94 $1,994.00 $18.48 $1,848.00 $20.35 $2,035.00 $19.28 $1,928.00 $18.80 $1,880.00 2 APPROVED EQUIVALENT 100 PAIR $25.79 $2,579.00 $25.37 $2,537.00 $26.33 $2,633.00 $26.45 $2,645.00 $25.80 $2,580.00 3 FLANGE ADAPTER 2" X 1-1/2" (FORD A67-NL) OR APPROVED EQUIVALENT 24 EACH $201.68 $4,840.32 $92.75 $2,226.00 $205.80 $4,939.20 $96.72 $2,321.28 $94.70 $2,272.80 4 C8K-44-Q-NL) (MUELLER H15428N SERIES "K110 IPS COMP. X MIP")(A.Y. McDONALD 74753K)24 EACH $39.08 $937.92 $36.29 $870.96 $39.90 $957.60 $37.85 $908.40 $37.05 $889.20 Total $10,351.24 $7,481.96 $10,564.80 $7,802.68 $7,622.00 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Empire Pipe & Supply Empire Pipe & Supply Empire Pipe & Supply Staline Waterworks Staline Waterworks Tampa Winsupply Tampa Winsupply Tampa Winsupply Core & Main Ferguson Waterworks Pasco Pipe Supply Core & Main Ferguson Waterworks Pasco Pipe Supply ADAPTERS ADAPTERS ADAPTERS ADAPTERS ADAPTERS ADAPTERS ADAPTERS, POLY COMPRESSION ADAPTERS, POLY COMPRESSION ADAPTERS, POLY COMPRESSION ADAPTERS, POLY COMPRESSION ADAPTERS, POLY COMPRESSION RECLAIMED WATER RECLAIMED WATER RECLAIMED WATER RECLAIMED WATER RECLAIMED WATER RECLAIMED WATER Core & Main Ferguson Waterworks Pasco Pipe Supply Staline Waterworks ADAPTERS, POLY COMPRESSION 1 ADAPTER, POLY 3/4" FIP X COMP.(FORD C14-33-Q-NL) (MUELLER H15451N SERIES) (A.Y. McDONALD 74754Q SERIES)50 EACH $14.94 $747.00 $14.95 $747.50 $15.25 $762.50 $15.59 $779.50 $15.25 $762.50 2 ADAPTER, POLY 1" FIP X COMP.(FORD C14-44-Q-NL) (MUELLER H15451N SERIES) (A.Y. McDONALD 74754Q SERIES)100 EACH $20.27 $2,027.00 $20.26 $2,026.00 $20.70 $2,070.00 $21.13 $2,113.00 $20.60 $2,060.00 3 ADAPTER, POLY 1-1/2" FIP X COMP. (FORD C14-66-Q-NL) (MUELLER H15451N SERIES) (A.Y. McDONALD 74754Q SERIES)12 EACH $58.93 $707.16 $58.96 $707.52 $60.18 $722.16 $61.48 $737.76 $60.20 $722.40 4 ADAPTER, POLY 2" FIP X COMP. ( FORD C14-77-Q-NL)(MUELLER H15451N SERIES) (A.Y. McDONALD 74754Q SERIES)20 EACH $70.17 $1,403.40 $70.18 $1,403.60 $71.65 $1,433.00 $73.19 $1,463.80 $71.65 $1,433.00 5 ADAPTER, POLY 3/4" MIP X COMP. (FORD C84-33-Q-NL) (MUELLER H15428N SERIES) (A.Y. McDONALD 74753Q SERIES)300 EACH $14.20 $4,260.00 $14.21 $4,263.00 $14.48 $4,344.00 $14.82 $4,446.00 $14.45 $4,335.00 6 ADAPTER, POLY 1" MIP X COMP.(FORD C84-44-Q-NL) (MUELLER H15428N SERIES) (A.Y. McDONALD 74753Q SERIES)400 EACH $16.81 $6,724.00 $16.83 $6,732.00 $17.15 $6,860.00 $17.55 $7,020.00 $17.10 $6,840.00 7 ADAPTER, POLY 1-1/2" MIP X COMP. (FORD C84-66-Q-NL) (MUELLER H15428N SERIES) (A.Y. McDONALD 74753Q SERIES) 36 EACH $46.06 $1,658.16 $46.08 $1,658.88 $47.03 $1,693.08 $48.06 $1,730.16 $47.05 $1,693.80 8 ADAPTER, POLY 2" MIP X COMP. (FORD C84-77-Q-NL)(MUELLER H15428 N SERIES )(A.Y. McDONALD 74753Q SERIES)100 EACH $67.13 $6,713.00 $67.15 $6,715.00 $68.47 $6,847.00 $70.02 $7,002.00 $68.20 $6,820.00Total$24,239.72 $24,253.50 $24,731.74 $25,292.22 $24,666.70 UNIONS, POLY UNIONS, POLY UNIONS, POLY UNIONS, POLY UNIONS, POLY UNIONS, POLY Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total 1 UNION, 3/4" CTS (FORD C44-33-Q-NL)(MUELLER H15403N SERIES) (A.Y. McDONALD 74758Q SERIES)100 EACH $17.29 $1,729.00 $17.29 $1,729.00 $17.66 $1,766.00 $18.04 $1,804.00 $17.55 $1,755.00 2 UNION, 1" CTS (FORD C44-44-Q-NL)(MUELLER H15403N SERIES) (A.Y. McDONALD 74758Q SERIES)100 EACH $19.78 $1,978.00 $19.79 $1,979.00 $20.20 $2,020.00 $20.64 $2,064.00 $20.10 $2,010.00 3 UNION, 1 1/2" CTS FORD C44-66-Q-NL)(MUELLER H15403N SERIES) (A.Y. McDONALD 74758Q SERIES)12 EACH $66.20 $794.40 $66.20 $794.40 $67.60 $811.20 $69.04 $828.48 $67.60 $811.20 4 UNION, 2" CTS (FORD C44-77-Q-NL)(MUELLER H15403N SERIES) (A.Y. McDONALD 74758Q SERIES)24 EACH $89.36 $2,144.64 $89.40 $2,145.60 $91.20 $2,188.80 $93.23 $2,237.52 $91.30 $2,191.20 Total $6,646.04 $6,648.00 $6,786.00 $6,934.00 $6,767.40 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total 1 HYDRANT SWIVEL, 2.5" HYDRANT SWIVEL X 2" MIP 30 EACH $58.00 $1,740.00 $43.92 $1,317.60 $55.00 $1,650.00 $47.89 $1,436.70 $21.40 $642.00Total$1,740.00 $1,317.60 $1,650.00 $1,436.70 $642.00 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total 1 METER ADAPTER, 5/8" METER TO 3/4" METER SIZE (FORD A13-NL) OR APPROVED EQUIVALENT 150 EACH $15.45 $2,317.50 $8.14 $1,221.00 $15.77 $2,365.50 $8.22 $1,233.00 $8.05 $1,207.50 2 METER ADAPTER, 3/4" METER TO 1" METER SIZE (FORD A34-NL) OR APPROVED EQUIVALENT 100 EACH $18.06 $1,806.00 $9.55 $955.00 $18.44 $1,844.00 $9.65 $965.00 $9.45 $945.00 3 METER ADAPTER, 5/8" x 3/4" METER TO 1" METER SIZE (FORD A24-NL) OR EQUIVALENT 48 EACH $23.55 $1,130.40 $12.45 $597.60 $24.05 $1,154.40 $12.57 $603.36 $12.35 $592.80 4 METER ADAPTER, 1 1/2" FLANGE X 1" METER SWIVEL (FORD A46 -NL) OR APPROVED EQUIVALENT 36 EACH $136.96 $4,930.56 $72.21 $2,599.56 $139.70 $5,029.20 $72.92 $2,625.12 $71.40 $2,570.40 5 METER FLANGE, 1 1/2" FIP (FORD CF31-66-NL) (MUELLER H10129N) (A.Y. McDONALD 7610F)80 EACH $41.05 $3,284.00 $43.28 $3,462.40 $41.92 $3,353.60 $43.71 $3,496.80 $42.80 $3,424.00 Empire Pipe & Supply Empire Pipe & Supply Empire Pipe & Supply Staline Waterworks Tampa Winsupply Tampa Winsupply Tampa Winsupply Core & Main Ferguson Waterworks Pasco Pipe Supply HYDRANT SWIVELS HYDRANT SWIVELS HYDRANT SWIVELS HYDRANT SWIVELS HYDRANT SWIVELS HYDRANT SWIVELS METER ADAPTER AND RESETTERS METER ADAPTER AND RESETTERS METER ADAPTER AND RESETTERS METER ADAPTER AND RESETTERS METER ADAPTER AND RESETTERS METER ADAPTER AND RESETTERS Core & Main Ferguson Waterworks Pasco Pipe Supply Core & Main Ferguson Waterworks Pasco Pipe Supply Staline Waterworks Staline Waterworks 6 METER FLANGE, 2" FIP (FORD CF31-77-NL) (MUELLERH10129N) (A.Y. McDONALD 7610F)120 EACH $53.59 $6,430.80 $56.51 $6,781.20 $54.65 $6,558.00 $57.07 $6,848.40 $55.60 $6,672.00 7 METER FLANGE, 1 1/2" MIP (FORD CF38-66-2-NL) (MUELLER H10129MN) (A.Y. McDONALD 7610M)60 EACH $44.34 $2,660.40 $46.76 $2,805.60 $45.28 $2,716.80 $47.23 $2,833.80 $46.25 $2,775.00 8 METER FLANGE, 2" MIP (FORD CF38-77-125-NL) (MUELLER H10129MN) (A.Y. McDONALD 7610M)80 EACH $59.17 $4,733.60 $62.36 $4,988.80 $60.35 $4,828.00 $62.98 $5,038.40 $61.65 $4,932.00 Total $27,293.26 $23,411.16 $27,849.50 $23,643.88 $23,118.70 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total 1 METER X FIP CONNECTION, 3/4" (FORD C31-23-NL) (A.Y.McDONALD 74637 SERIES) OR APPROVED EQUIVALENT 150 EACH $13.50 $2,025.00 $14.08 $2,112.00 $13.78 $2,067.00 $14.22 $2,133.00 $13.90 $2,085.00 2 METER X FIP CONNECTION, 1" (FORD C31-44-NL) (A.Y.McDONALD 74637 SERIES) OR APPROVED EQUIVALENT 100 EACH $19.48 $1,948.00 $20.29 $2,029.00 $19.89 $1,989.00 $20.50 $2,050.00 $20.05 $2,005.00 3 METER RESETTER, 5/8" X 3/4" X 7" (FORD VB43-7W-NL) (MUELLER B24118N SERIES) (A.Y. McDONALD 718-207WX)60 EACH $120.75 $7,245.00 $95.09 $5,705.40 $123.00 $7,380.00 $96.03 $5,761.80 $93.95 $5,637.00 4 METER RESETTER, 5/8" X 3/4" X 9" (FORD VB43-9W-NL) (MUELLER B24118N SERIES) (A.Y. McDONALD 718-209WX)40 EACH $124.11 $4,964.40 $96.18 $3,847.20 $126.60 $5,064.00 $97.14 $3,885.60 $95.10 $3,804.00 5 METER RESETTER, 5/8" X 3/4" X 12" (FORD VB43-12W-NL) (MUELLER B24118N SERIES) (A.Y. McDONALD 718-212WX)20 EACH $124.11 $2,482.20 $99.33 $1,986.60 $126.70 $2,534.00 $100.31 $2,006.20 $98.20 $1,964.00 6 METER RESETTER, 5/8" X 3/4" X 15" (FORD VB43-15W-NL) (MUELLER B24118N SERIES) (A.Y. McDONALD 718-215WX)10 EACH $128.70 $1,287.00 $103.23 $1,032.30 $131.40 $1,314.00 $104.25 $1,042.50 $102.05 $1,020.50 7 METER RESETTER, 5/8" X 3/4" X 18" (FORD VB43-18W-NL) (MUELLER B24118N SERIES) (A.Y. McDONALD 718-218WX)10 EACH $144.35 $1,443.50 $116.73 $1,167.30 $147.40 $1,474.00 $117.88 $1,178.80 $114.85 $1,148.50 8 METER RESETTER, 1" X 10" (FORD VB44-10W-NL) (MUELLER B24118N SERIES) (A.Y. McDONALD 718-410WX)10 EACH $203.96 $2,039.60 $196.78 $1,967.80 $208.20 $2,082.00 $198.73 $1,987.30 $193.55 $1,935.50 9 METER RESETTER, 1" X 15" (FORD VB44-15W-NL) (MUELLER B24118N SERIES) A.Y. McDONALD 718-412WX)15 EACH $213.11 $3,196.65 $205.63 $3,084.45 $217.60 $3,264.00 $207.67 $3,115.05 $202.25 $3,033.75 Total $26,631.35 $22,932.05 $27,168.00 $23,160.25 $22,633.25 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total 1 METER "SPUD", STRAIGHT COUPLING, 1"x 2" LONG (FORD C38-44-2-NL) (MUELLER H-10891N SERIES) (A.Y. McDONALD 74620 SERIES) 250 EACH $13.80 $3,450.00 $15.04 $3,760.00 $14.08 $3,520.00 $15.19 $3,797.50 $14.80 $3,700.00 2 METER "SPUD", STRAIGHT COUPLING 1"X 2.5" LONG (STANDARD LENGTH 2.63" - 2 5/8") (FORD C38-44-2-625-NL) (MUELLER H-10891N SERIES) (A.Y. McDONALD 74620 SERIES) 250 EACH $14.20 $3,550.00 $15.47 $3,867.50 $14.48 $3,620.00 $15.62 $3,905.00 $15.20 $3,800.00 3 METER SPUD, STRAIGHT COUPLING 3/4" x 2" LONG (FORD C38-23-2-NL) (MUELLER H-10891N SERIES) (A.Y. McDONALD 74620 SERIES) 150 EACH $9.22 $1,383.00 $10.04 $1,506.00 $9.41 $1,411.50 $10.15 $1,522.50 $9.95 $1,492.50 4 METER SPUD, STRAIGHT COUPLING 3/4" x 2.25" LONG (FORD C38-23-2-25- NL) (MUELLER H-10891N SERIES) (A.Y. McDONALD 74620 SERIES) 150 EACH $9.22 $1,383.00 $10.04 $1,506.00 $9.41 $1,411.50 $10.15 $1,522.50 $9.95 $1,492.50 5 METER SPUD, STRAIGHT COUPLING 3/4"x 2.5" LONG (FORD C38-23-2-5-NL) (MUELLER H-10891N SERIES) (A.Y. McDONALD 74620 SERIES) 100 EACH $9.22 $922.00 $10.04 $1,004.00 $9.41 $941.00 $10.15 $1,015.00 $9.95 $995.00 6 METER SPUD, STRAIGHT COUPLING 3/4" x 3" LONG (FORD C38-23-3-NL) (MUELLER H-10891N SERIES) (A.Y. McDONALD 74620 SERIES) 100 EACH $11.18 $1,118.00 $12.17 $1,217.00 $11.41 $1,141.00 $12.30 $1,230.00 $12.05 $1,205.00 Total $11,806.00 $12,860.50 $12,045.00 $12,992.50 $12,685.00 Empire Pipe & Supply Empire Pipe & Supply Empire Pipe & Supply Staline Waterworks Staline Waterworks Staline Waterworks METER ADAPTER AND RESETTERS Core & Main Ferguson Waterworks Pasco Pipe Supply METER ADAPTER AND RESETTERS METER ADAPTER AND RESETTERS METER ADAPTER AND RESETTERS METER ADAPTER AND RESETTERS Core & Main Ferguson Waterworks Tampa Winsupply Tampa Winsupply Tampa Winsupply METER ADAPTER AND RESETTERS METER COUPLINGS METER COUPLINGS METER COUPLINGS METER COUPLINGS METER COUPLINGS METER COUPLINGS BUSHINGS BUSHINGS BUSHINGS BUSHINGS BUSHINGS BUSHINGS Pasco Pipe Supply Core & Main Ferguson Waterworks Pasco Pipe Supply Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total 1 BUSHING, REDUCER, 1/2" X 1/4" (IPT)50 EACH $1.96 $98.00 $1.76 $88.00 $1.93 $96.50 $1.83 $91.50 $2.04 $102.10 2 BUSHING, REDUCER, 3/4" X 1/4" (IPT)24 EACH $3.27 $78.48 $2.93 $70.32 $3.21 $77.04 $3.06 $73.44 $3.89 $93.36 3 BUSHING, REDUCER, 3/4" X 1/2" (IPT)6 EACH $2.71 $16.26 $2.43 $14.58 $2.66 $15.96 $2.54 $15.24 $2.81 $16.86 4 BUSHING, REDUCER, 1" X 3/4" (IPT)24 EACH $4.09 $98.16 $3.67 $88.08 $4.02 $96.48 $3.83 $91.92 $4.25 $102.00 5 BUSHING, REDUCER, 1" X 1-1/4" (IPT)12 EACH $6.98 $83.76 $6.27 $75.24 $6.86 $82.32 $6.54 $78.48 $7.25 $87.00 6 BUSHING, REDUCER, 1-1/2" X 3/4" (IPT)12 EACH $10.90 $130.80 $9.80 $117.60 $10.72 $128.64 $10.22 $122.64 $11.32 $135.84 7 BUSHING, REDUCER, 2" X 3/4" (IPT)20 EACH $15.92 $318.40 $14.30 $286.00 $15.65 $313.00 $14.91 $298.20 $16.51 $330.20 8 BUSHING, REDUCER, 1-1/4" X 1" (IPT)6 EACH $6.98 $41.88 $6.27 $37.62 $6.86 $41.16 $6.54 $39.24 $7.25 $43.50 9 BUSHING, REDUCER, 1-1/2" X 1" (IPT)24 EACH $8.92 $214.08 $8.02 $192.48 $8.77 $210.48 $8.36 $200.64 $9.25 $222.00 10 BUSHING, REDUCER, 1-1/2" X 1-1/4" (IPT)6 EACH $8.92 $53.52 $8.02 $48.12 $8.77 $52.62 $8.36 $50.16 $9.25 $55.50 11 BUSHING, REDUCER, 2" X 1" (IPT)50 EACH $15.92 $796.00 $14.30 $715.00 $15.51 $775.50 $14.91 $745.50 $16.51 $825.50 12 BUSHING, REDUCER, 2" X 1-1/4" (IPT)6 EACH $13.21 $79.26 $11.88 $71.28 $13.00 $78.00 $12.39 $74.34 $13.71 $82.26 13 BUSHING, REDUCER, 2" X 1-1/2" (IPT)6 EACH $13.21 $79.26 $11.88 $71.28 $13.00 $78.00 $12.39 $74.34 $13.71 $82.26 14 BUSHING, REDUCER, 2-1/2" X 2" (IPT)6 EACH $26.41 $158.46 $23.75 $142.50 $25.98 $155.88 $24.75 $148.50 $27.42 $164.52 15 BUSHING, REDUCER, 3" X 2" (IPT)6 EACH $39.93 $239.58 $35.93 $215.58 $39.25 $235.50 $37.45 $224.70 $41.47 $248.82 16 BUSHING, REDUCER, 2" CC X 3/4" CC 6 EACH $55.63 $333.78 $81.24 $487.44 $56.80 $340.80 $84.66 $507.96 $16.51 $99.06 17 BUSHING, REDUCER, 2" CC X 1" CC 6 EACH $56.89 $341.34 $83.08 $498.48 $58.08 $348.48 $86.59 $519.54 $16.51 $99.06 18 BUSHING, REDUCER, 2" CC X 1-1/2" CC 6 EACH $42.43 $254.58 $61.95 $371.70 $43.32 $259.92 $64.56 $387.36 $13.71 $82.26 Total $3,415.60 $3,591.30 $3,386.28 $3,743.70 $0.00 $2,872.10 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total 1 CAPS, PIPE, 3/4" (FIPT)12 EACH $3.27 $39.24 $2.93 $35.16 $3.21 $38.52 $3.06 $36.72 $3.05 $36.60 $3.05 $36.60 2 CAPS, PIPE, 1" (FIPT)75 EACH $5.12 $384.00 $4.61 $345.75 $5.03 $377.25 $4.80 $360.00 $4.80 $360.00 $4.79 $359.25 3 CAPS, PIPE, 1 1/2" (FIPT)12 EACH $10.51 $126.12 $9.46 $113.52 $10.33 $123.96 $9.86 $118.32 $9.85 $118.20 $9.81 $117.72 4 CAPS, PIPE, 1 1/4"(FIPT)75 EACH $7.78 $583.50 $7.00 $525.00 $7.65 $573.75 $7.30 $547.50 $7.25 $543.75 $7.28 $545.63 5 CAPS, PIPE, 2"(FIPT)40 EACH $17.83 $713.20 $16.04 $641.60 $17.54 $701.60 $16.73 $669.20 $16.70 $668.00 $16.66 $666.40 Total $1,846.06 $1,661.03 $1,815.08 $1,731.74 $1,726.55 $1,725.60 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total 1 COUPLING, 3/4" (FIPT)200 EACH $4.09 $818.00 $3.67 $734.00 $4.02 $804.00 $3.83 $766.00 $3.85 $770.00 $3.83 $765.00 2 COUPLING, 1" (FIPT)150 EACH $6.22 $933.00 $5.60 $840.00 $6.10 $915.00 $5.84 $876.00 $5.85 $877.50 $5.81 $871.80 3 COUPLING, 1-1/2" (FIPT)50 EACH $13.21 $660.50 $11.88 $594.00 $12.98 $649.00 $12.39 $619.50 $12.35 $617.50 $12.34 $616.85 4 COUPLING, 1-1/4" (FIPT)12 EACH $9.72 $116.64 $8.74 $104.88 $9.55 $114.60 $9.11 $109.32 $9.10 $109.20 $9.09 $109.06 5 COUPLING, 2" (FIPT)100 EACH $21.74 $2,174.00 $19.55 $1,955.00 $21.20 $2,120.00 $20.38 $2,038.00 $20.30 $2,030.00 $20.31 $2,031.10 6 COUPLING, REDUCER 3/4" X 1/2" (FIPT)12 EACH $4.92 $59.04 $4.42 $53.04 $4.84 $58.08 $4.60 $55.20 $4.60 $55.20 $4.60 $55.20 7 COUPLING, REDUCER 1" X 3/4" (FIPT)25 EACH $8.18 $204.50 $7.36 $184.00 $8.00 $200.00 $7.68 $192.00 $7.65 $191.25 $7.64 $191.00 8 COUPLING, REDUCER 1-1/4" X 3/4" (FIPT)12 EACH $13.21 $158.52 $11.88 $142.56 $12.98 $155.76 $12.38 $148.56 $12.35 $148.20 $12.34 $148.04 9 COUPLING, REDUCER 1-1/2" X 3/4" (FIPT)12 EACH $18.80 $225.60 $16.90 $202.80 $18.45 $221.40 $17.61 $211.32 $17.55 $210.60 $16.73 $200.78 10 COUPLING, REDUCER 1-1/4" X 1" (FIPT)12 EACH $13.21 $158.52 $11.88 $142.56 $12.95 $155.40 $12.38 $148.56 $12.35 $148.20 $12.34 $148.05 11 COUPLING, REDUCER 1-1/2" X 1" (FIPT)12 EACH $16.69 $200.28 $15.01 $180.12 $16.40 $196.80 $15.65 $187.80 $15.60 $187.20 $15.59 $187.05 12 COUPLING, REDUCER 1-1/2" X 1-1/4" (FIPT)6 EACH $16.69 $100.14 $15.01 $90.06 $16.40 $98.40 $15.65 $93.90 $15.60 $93.60 $14.86 $89.15 13 COUPLING, REDUCER 2" X 1" (FIPT)20 EACH $27.92 $558.40 $25.13 $502.60 $27.40 $548.00 $26.19 $523.80 $26.15 $523.00 $24.87 $497.32 14 COUPLING, REDUCER 2" X 1-1/4" (FIPT)6 EACH $24.81 $148.86 $22.30 $133.80 $24.30 $145.80 $23.24 $139.44 $23.20 $139.20 $23.18 $139.05 15 COUPLING, REDUCER 2" X 1-1/2" (FIPT)6 EACH $24.81 $148.86 $22.30 $133.80 $24.30 $145.80 $23.24 $139.44 $23.20 $139.20 $23.18 $139.05 16 COUPLING, REDUCER 2-1/2" X 1-1/2" (FIPT)6 EACH $43.93 $263.58 $39.52 $237.12 $43.10 $258.60 $41.19 $247.14 $41.10 $246.60 $31.56 $189.38 17 COUPLING, REDUCER 2-1/2" X 2" (FIPT)6 EACH $43.93 $263.58 $39.52 $237.12 $43.10 $258.60 $41.19 $247.14 $41.10 $246.60 $39.12 $234.70 Total $7,192.02 $6,467.46 $7,045.24 $6,743.12 $6,733.05 $6,612.58 Empire Pipe & Supply Empire Pipe & Supply Staline WaterworksCore & Main Ferguson Waterworks Pasco Pipe Supply Core & Main Ferguson Waterworks Pasco Pipe Supply Tampa Winsupply Tampa Winsupply CAPS CAPS COUPLINGS COUPLINGS COUPLINGS COUPLINGS COUPLINGS COUPLINGS Staline Waterworks CAPS CAPS CAPS CAPS Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total 1 ELL 45, 3/4" (FIPT)20 EACH $5.07 $101.40 $4.55 $91.00 $4.95 $99.00 $4.74 $94.80 $4.75 $95.00 $4.51 $90.15 2 ELL 45, 1" (FIPT)20 EACH $8.54 $170.80 $7.68 $153.60 $8.35 $167.00 $8.01 $160.20 $8.05 $161.00 $7.60 $152.05 3 ELL 45, 1 1/2" (FIPT)20 EACH $17.12 $342.40 $15.40 $308.00 $16.80 $336.00 $16.05 $321.00 $16.05 $321.00 $15.24 $304.76 4 ELL 45, 2" (FIPT)20 EACH $27.77 $555.40 $24.97 $499.40 $27.20 $544.00 $26.02 $520.40 $25.95 $519.00 $24.72 $494.48 5 ELL 90, 3/4" (FIPT)400 EACH $5.07 $2,028.00 $4.55 $1,820.00 $4.95 $1,980.00 $4.74 $1,896.00 $4.75 $1,900.00 $4.51 $1,803.12 6 ELL 90, 1" (FIPT)400 EACH $7.81 $3,124.00 $7.20 $2,880.00 $7.61 $3,044.00 $7.50 $3,000.00 $7.45 $2,980.00 $6.95 $2,779.60 7 ELL 90, 1-1/4" (FIPT)20 EACH $12.42 $248.40 $11.26 $225.20 $12.20 $244.00 $11.73 $234.60 $11.70 $234.00 $11.05 $221.06 8 ELL 90, 1-1/2" (FIPT)100 EACH $15.50 $1,550.00 $15.26 $1,526.00 $15.11 $1,511.00 $15.91 $1,591.00 $15.85 $1,585.00 $13.80 $1,380.10 9 ELL 90, 2" (FIPT)200 EACH $25.23 $5,046.00 $24.59 $4,918.00 $24.58 $4,916.00 $25.63 $5,126.00 $25.50 $5,100.00 $22.46 $4,491.12 10 ELL 90, REDUCER 1" X 3/4" (FIPT)100 EACH $9.72 $972.00 $8.74 $874.00 $9.50 $950.00 $9.11 $911.00 $9.10 $910.00 $8.65 $865.45 11 ELL 90, REDUCER 1-1/4" X 1" (FIPT)200 EACH $15.18 $3,036.00 $13.65 $2,730.00 $14.80 $2,960.00 $14.23 $2,846.00 $14.20 $2,840.00 $14.71 $2,942.50 12 ELL 90, REDUCER 1-1/2" X 1" (FIPT)20 EACH $19.18 $383.60 $17.24 $344.80 $18.80 $376.00 $17.96 $359.20 $17.95 $359.00 $39.29 $785.75 13 ELL 90, REDUCER 2" X 1-1/2" (FIPT)12 EACH $35.38 $424.56 $31.82 $381.84 $34.70 $416.40 $33.16 $397.92 $33.10 $397.20 $44.89 $538.73 14 ELL 90, REDUCER 2-1/2" X 2" (FIPT)12 EACH $59.94 $719.28 $53.91 $646.92 $58.85 $706.20 $56.19 $674.28 $56.05 $672.60 $75.93 $911.13 Total $18,701.84 $17,398.76 $18,249.60 $18,132.40 $18,073.80 $17,760.00 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total 1 PLUG, 1/4" (MIPT) 12 EACH $1.64 $19.68 $1.26 $15.12 $1.61 $19.32 $1.32 $15.84 $1.56 $18.70 2 PLUG, 1/2" (MIPT)30 EACH $2.59 $77.70 $2.33 $69.90 $2.52 $75.60 $2.43 $72.90 $2.45 $73.57 3 PLUG, 3/4" (MIPT)50 EACH $2.97 $148.50 $2.66 $133.00 $2.90 $145.00 $2.78 $139.00 $2.81 $140.50 4 PLUG, 1" (MIPT) 30 EACH $3.91 $117.30 $3.51 $105.30 $3.81 $114.30 $3.66 $109.80 $3.71 $111.26 5 PLUG, 1-1/4"(MIPT)12 EACH $5.81 $69.72 $5.23 $62.76 $5.70 $68.40 $5.45 $65.40 $5.52 $66.21 6 PLUG, 1-1/2" (MIPT)12 EACH $7.41 $88.92 $6.77 $81.24 $7.25 $87.00 $7.06 $84.72 $7.04 $84.42 7 PLUG, 2" (MIPT) 50 EACH $11.69 $584.50 $10.50 $525.00 $11.45 $572.50 $10.95 $547.50 $11.09 $554.658PLUG, 3/4" (CC)20 EACH $7.85 $157.00 $11.48 $229.60 $8.02 $160.40 $10.14 $202.80 $1.70 $33.94 9 PLUG, 1" (CC)20 EACH $11.44 $228.80 $16.70 $334.00 $11.68 $233.60 $17.41 $348.20 $3.98 $79.55 10 PLUG, 1-1/2" (CC)12 EACH $30.97 $371.64 $37.43 $449.16 $31.62 $379.44 $39.02 $468.24 $7.70 $92.34 11 PLUG, 2" (CC)12 EACH $53.05 $636.60 $48.54 $582.48 $54.18 $650.16 $50.60 $607.20 $14.19 $170.26 Total $2,500.36 $2,587.56 $2,505.72 $2,661.60 $0.00 $1,425.40 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total 1 TEE, 3/4"(FIPT)50 EACH $6.22 $311.00 $5.95 $297.50 $6.10 $305.00 $6.19 $309.50 $6.20 $310.00 $5.54 $276.95 2 TEE, 1" (FIPT)50 EACH $11.06 $553.00 $9.93 $496.50 $10.80 $540.00 $10.36 $518.00 $10.35 $517.50 $9.84 $491.98 3 TEE, 1" X 1" X 3/4" (FIPT)200 EACH $13.61 $2,722.00 $12.25 $2,450.00 $13.27 $2,654.00 $12.77 $2,554.00 $12.70 $2,540.00 $14.54 $2,907.50 4 TEE, 1-1/2" (FIPT)12 EACH $21.32 $255.84 $20.22 $242.64 $20.90 $250.80 $21.08 $252.96 $21.05 $252.60 $18.98 $227.77 5 TEE, 2" (FIPT)40 EACH $34.96 $1,398.40 $32.21 $1,288.40 $34.30 $1,372.00 $33.56 $1,342.40 $33.45 $1,338.00 $31.11 $1,244.52 Total $5,240.24 $4,775.04 $5,121.80 $4,976.86 $4,958.10 $5,148.72 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total 1 NIPPLE, 1/2" x 48" 6 EACH $63.68 $382.08 $43.17 $259.02 $58.80 $352.80 $45.00 $270.00 $42.70 $256.20 $69.92 $419.51 2 NIPPLE, 3/4" X 2" 400 EACH $3.97 $1,588.00 $2.73 $1,092.00 $3.50 $1,400.00 $2.84 $1,136.00 $2.80 $1,120.00 $3.52 $1,406.72 3 NIPPLE, 3/4" X 3" 150 EACH $5.31 $796.50 $3.70 $555.00 $4.70 $705.00 $3.85 $577.50 $3.85 $577.50 $4.71 $705.80 4 NIPPLE, 3/4" X 4" 200 EACH $6.92 $1,384.00 $4.87 $974.00 $6.05 $1,210.00 $5.08 $1,016.00 $5.05 $1,010.00 $6.14 $1,227.20 Staline Waterworks Staline Waterworks Staline Waterworks Empire Pipe & Supply Empire Pipe & Supply Empire Pipe & Supply Empire Pipe & Supply Tampa Winsupply Tampa Winsupply Tampa Winsupply Tampa Winsupply PLUGS PLUGS PLUGS Core & Main Ferguson Waterworks Pasco Pipe Supply ELL ELL ELL ELL ELL ELL Core & Main Ferguson Waterworks Pasco Pipe Supply Staline Waterworks PLUGS PLUGS TEES TEES TEES TEES TEES TEES NIPPLES NIPPLES NIPPLES NIPPLES NIPPLES NIPPLES Core & Main Ferguson Waterworks Pasco Pipe Supply Core & Main Ferguson Waterworks Pasco Pipe Supply PLUGS 5 NIPPLE, 3/4" X 5" 50 EACH $8.31 $415.50 $6.03 $301.50 $7.30 $365.00 $6.29 $314.50 $6.25 $312.50 $7.37 $368.38 6 NIPPLE, 3/4" X 6" 50 EACH $10.11 $505.50 $7.45 $372.50 $9.30 $465.00 $7.76 $388.00 $7.75 $387.50 $8.96 $448.22 7 NIPPLE, 3/4" X 8" 25 EACH $13.33 $333.25 $9.78 $244.50 $12.00 $300.00 $10.20 $255.00 $10.15 $253.75 $14.19 $354.65 8 NIPPLE, 3/4" X 10" 40 EACH $16.28 $651.20 $13.98 $559.20 $15.00 $600.00 $14.56 $582.40 $14.55 $582.00 $18.09 $723.76 9 NIPPLE, 3/4" X 12" 80 EACH $19.38 $1,550.40 $14.96 $1,196.80 $17.70 $1,416.00 $15.59 $1,247.20 $15.55 $1,244.00 $17.17 $1,373.52 10 NIPPLE, 3/4" X 24" 24 EACH $40.00 $960.00 $30.03 $720.72 $37.50 $900.00 $31.30 $751.20 $31.20 $748.80 $16.65 $399.51 11 NIPPLE, 3/4" X CLOSE 400 EACH $3.16 $1,264.00 $2.16 $864.00 $2.70 $1,080.00 $2.26 $904.00 $2.25 $900.00 $2.79 $1,117.32 12 NIPPLE, 1" X 2" 100 EACH $5.73 $573.00 $3.92 $392.00 $5.30 $530.00 $4.09 $409.00 $4.10 $410.00 $5.08 $508.14 13 NIPPLE, 1" X 3" 100 EACH $7.70 $770.00 $5.28 $528.00 $7.10 $710.00 $5.50 $550.00 $5.50 $550.00 $6.83 $682.50 14 NIPPLE, 1" X 4" 50 EACH $10.02 $501.00 $6.87 $343.50 $9.20 $460.00 $7.16 $358.00 $7.20 $360.00 $8.89 $444.35 15 NIPPLE, 1" X 5" 40 EACH $12.37 $494.80 $8.48 $339.20 $11.40 $456.00 $8.83 $353.20 $8.80 $352.00 $10.96 $438.36 16 NIPPLE, 1" X 6" 50 EACH $14.77 $738.50 $10.30 $515.00 $13.50 $675.00 $10.74 $537.00 $10.70 $535.00 $13.09 $654.55 17 NIPPLE, 1" X 10" 40 EACH $24.33 $973.20 $19.09 $763.60 $22.40 $896.00 $19.89 $795.60 $19.85 $794.00 $21.94 $877.5218NIPPLE, 1" X 12" 80 EACH $29.09 $2,327.20 $20.77 $1,661.60 $26.80 $2,144.00 $21.65 $1,732.00 $21.60 $1,728.00 $26.17 $2,093.60 19 NIPPLE, 1" X 24" 24 EACH $60.04 $1,440.96 $41.87 $1,004.88 $55.90 $1,341.60 $43.63 $1,047.12 $43.50 $1,044.00 $54.96 $1,318.92 20 NIPPLE, 1" X CLOSE 400 EACH $4.64 $1,856.00 $3.19 $1,276.00 $4.25 $1,700.00 $3.32 $1,328.00 $3.25 $1,300.00 $4.12 $1,646.12 21 NIPPLE, 1-1/4" X 3"12 EACH $10.71 $128.52 $7.60 $91.20 $9.80 $117.60 $7.92 $95.04 $7.90 $94.80 $9.50 $113.99 22 NIPPLE, 1-1/4" X 6" 12 EACH $20.59 $247.08 $15.49 $185.88 $18.90 $226.80 $16.15 $193.80 $16.10 $193.20 $18.25 $219.04 23 NIPPLE, 1-1/4" X CLOSE 12 EACH $7.01 $84.12 $4.82 $57.84 $6.40 $76.80 $5.02 $60.24 $5.05 $60.60 $6.21 $74.56 24 NIPPLE, 1-1/2" X 2" 24 EACH $9.81 $235.44 $6.73 $161.52 $9.00 $216.00 $7.01 $168.24 $7.05 $169.20 $8.70 $208.68 25 NIPPLE, 1-1/2" X 3" 24 EACH $13.50 $324.00 $9.26 $222.24 $12.40 $297.60 $9.65 $231.60 $9.65 $231.60 $11.96 $287.09 26 NIPPLE, 1-1/2" X 4" 24 EACH $17.58 $421.92 $12.07 $289.68 $16.10 $386.40 $12.58 $301.92 $12.55 $301.20 $15.58 $373.91 27 NIPPLE, 1-1/2" X 5" 24 EACH $21.88 $525.12 $15.25 $366.00 $20.00 $480.00 $15.90 $381.60 $15.85 $380.40 $19.40 $465.50 28 NIPPLE, 1-1/2" X 6" 24 EACH $26.00 $624.00 $18.42 $442.08 $23.90 $573.60 $19.20 $460.80 $19.15 $459.60 $23.05 $553.13 29 NIPPLE, 1-1/2" X 12" 24 EACH $50.96 $1,223.04 $37.02 $888.48 $39.40 $945.60 $38.58 $925.92 $38.50 $924.00 $45.92 $1,102.02 30 NIPPLE, 1-1/2" X 18"24 EACH $79.00 $1,896.00 $55.10 $1,322.40 $74.00 $1,776.00 $57.42 $1,378.08 $57.25 $1,374.00 $69.54 $1,669.02 31 NIPPLE, 1-1/2" X 24" 24 EACH $105.32 $2,527.68 $73.46 $1,763.04 $98.00 $2,352.00 $76.55 $1,837.20 $76.35 $1,832.40 $92.72 $2,225.34 32 NIPPLE, 1-1/2" X CLOSE 24 EACH $9.11 $218.64 $6.25 $150.00 $8.32 $199.68 $6.52 $156.48 $6.50 $156.00 $8.08 $193.90 33 NIPPLE, 2" X 3" 50 EACH $17.29 $864.50 $11.87 $593.50 $15.90 $795.00 $12.38 $619.00 $12.35 $617.50 $15.33 $766.26 34 NIPPLE, 2" X 4" 40 EACH $22.63 $905.20 $15.52 $620.80 $20.70 $828.00 $16.18 $647.20 $16.15 $646.00 $20.06 $802.40 35 NIPPLE, 2" X 5" 40 EACH $28.01 $1,120.40 $19.18 $767.20 $25.60 $1,024.00 $20.00 $800.00 $19.95 $798.00 $24.82 $992.68 36 NIPPLE, 2" X 6" 50 EACH $33.42 $1,671.00 $23.30 $1,165.00 $30.60 $1,530.00 $24.29 $1,214.50 $24.25 $1,212.50 $29.61 $1,480.53 37 NIPPLE, 2" X 12" 40 EACH $65.87 $2,634.80 $46.66 $1,866.40 $60.50 $2,420.00 $48.64 $1,945.60 $47.75 $1,910.00 $58.37 $2,334.92 38 NIPPLE, 2" X 18" 30 EACH $101.96 $3,058.80 $71.13 $2,133.90 $95.00 $2,850.00 $74.13 $2,223.90 $72.75 $2,182.50 $93.36 $2,800.83 39 NIPPLE, 2" X 24" 50 EACH $135.97 $6,798.50 $94.83 $4,741.50 $127.00 $6,350.00 $98.82 $4,941.00 $96.90 $4,845.00 $124.48 $6,224.05 40 NIPPLE, 2" X CLOSE 100 EACH $13.88 $1,388.00 $9.52 $952.00 $12.80 $1,280.00 $9.93 $993.00 $9.85 $985.00 $12.31 $1,230.51 Total $46,401.85 $32,743.68 $42,431.48 $34,126.84 $33,838.75 $41,326.99 Note: Secondary Award Note: No Bid Note: Primary Award November 21, 2025 NOTICE OF INTENT TO AWARD Public Utilities Department and the Procurement Division recommend award of ITB No. 60-25, Service Brass & Brass Fittings as follows: Primary Awards: • Core & Main LP of St. Louis, MO o Corporation Stops o Curb Stops o Valves o Adapters, Poly Compression o Unions, Poly o Meter Couplings • Empire Pipe & Supply Company Inc of Sanford, FL o Reclaimed Water o Adapters o Caps o Couplings o Elbows (ELL) o Tees o Nipples • Staline Waterworks of Charlotte, NC o Hydrant Swivels o Meter Adapter and Resetters • Tampa Winsupply of Tampa, FL o Bushings o Plugs Secondary Awards: • Core & Main LP of St. Louis, MO o Reclaimed Water o Plugs • Empire Pipe & Supply Company Inc of Sanford, FL o Corporation Stops o Curb Stops o Valves o Adapters, Poly Compression o Unions, Poly o Hydrant Swivels o Meter Adapter and Resetters • Ferguson Waterworks of Tampa, FL o Meter Couplings o Bushings • Staline Waterworks of Charlotte, NC o Adapters o Tees o Nipples • Tampa Winsupply of Tampa, FL o Caps o Couplings o Elbows (ELL) These vendors represent the lowest, most responsible bidders overall, in accordance with the bid specifications, in the estimated annual amount of $395,000.00, 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 for its meeting on January 12, 2026, Work Session (9:00 a.m.) and voted on January 15, 2026, Council Meeting (6:00 p.m.). These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Analyst at Milisa.Harris@myclearwater.com or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Milisa Harris Milisa Harris Procurement Analyst 1) Core & Main LP 2) Empire Pipe & Supply Company Inc 1830 Craig Park Court 2260 Old Lake Mary Rd St. Louis, MO 63146 Sanford, FL 32771 3) Ferguson Waterworks 4) Pasco Pipe Supply, Inc. 8008 E Sligh Ave 14700 US-19 Tampa, FL 33610 Hudson, FL 34667 5) Staline Waterworks 6) Tampa Winsupply 670 Griffith Road 7040 Anderson Rd Charlotte, NC 28217 Tampa, FL 33634 ADVERTISED: TAMPA BAY TIMES 10.30.2025 POSTED:myclearwater.com 09.30.25 - 10.30.25 FOR THE CITY OF CLEARWATER Due/Opening:October 30, 2025; 10:00 a.m. INVITATION TO BID No. 60-25 Service Brass & Brass Fittings Solicitation Response Listing v. 7.2024 Procurement Division PO Box 4748 33758-4748 Clearwater FL 727-562-4630 INVITATION TO BID 60-25 SERVICE BRASS & BRASS FITTINGS NOTICE Tuesday, September 30, 2025 NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Clearwater (City) until 10:00 am, Local Time, on Thursday, October 30, 2025 to provide: The City of Clearwater is seeking sealed bids to establish term contract(s) for the supply of lead-free brass service fittings and valves to support operations within the City of Clearwater's Public Utilities Department. 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/192949. 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/192949. All answers to inquiries will be posted on the City’s e-Procurement Portal. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries. This Request for Proposals is issued by: Lori Vogel, CPPB Procurement ManagerLori.vogel@myclearwater.com v. 7.2024 2 INSTRUCTIONS 2.1 Vendor Questions All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be submitted through the City's e-Procurement Portal, located at https://procurement.opengov.com/portal/myclearwater. Please note the deadline for submitting inquiries. All answers to inquiries will be posted on the City’s e-Procurement Portal. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries. 2.2 Addenda/Clarifications Any changes to the specifications will be in the form of an addendum. Vendors are required to register for an account via the City’s e-Procurement Portal hosted by OpenGov. Once the bidder has completed registration, they will receive addenda notifications to their email by clicking “Follow” on this project. Ultimately, it is the sole responsibility of each bidder to periodically check the site for any addenda at https://procurement.opengov.com/portal/myclearwater. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a bid. 2.3 Due Date & Time for Submission and Opening Date: Thursday, October 30, 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/192949 to view the Procurement Division's Intent to Award postings. 2.25 ITB Timeline Dates are tentative and subject to change. Release ITB: September 30, 2025 Advertise Tampa Bay Times: October 8, 2025 Question Submission Deadline: October 22, 2025, 10:00am Due Date & Time for Submissions and Opening: October 30, 2025, 10:00am Review Bids: October 30 - November 13, 2025 v. 7.2024 7 Council Authorization: December 2025 Contract Begins: December 2025 STANDARD TERMS AND CONDITIONS In the event of a conflict between the Standard Terms & Conditions and the Professional Services Agreement, the terms of the Professional Services Agreement shall prevail. 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 v. 7.2024 8 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 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 v. 7.2024 9 with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. 4. The City may, at its sole discretion, conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any random verification performed. 5. Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 274B of the Federal Immigration and Nationality Act. D. Nondiscrimination. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor’s personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. 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: v. 7.2024 10 A. Keep and maintain public records required by the City of Clearwater (hereinafter “public agency” in this section) to perform the service being provided by the contractor hereunder. B. Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. C. Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. D. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. E. A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. F. The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. G. A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. H. If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 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. v. 7.2024 11 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 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 v. 7.2024 12 given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. 3.18 Remedies The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: A. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. B. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and costs. C. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. D. The City will not be liable for incidental, special, or consequential damages. 3.19 Breach of contract during emergency recovery periods for natural emergencies Pursuant to F. S. § 252.505, any vendor who breaches a contract for commodities or services related to an emergency response for a natural emergency during an emergency recovery period shall pay a $5,000 penalty and damages, which may be either actual and consequential damages or liquidated damages. As used in this section, the term “emergency recovery period” means a 1-year period that begins on the date that the Governor initially declared a state of emergency for a natural emergency. 3.20 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. 3.21 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. 3.22 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. 3.23 Termination for Non-Appropriation and Modification for Budgetary Constraints 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 v. 7.2024 13 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. 3.24 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. 3.25 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. 3.26 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. 3.27 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 v. 7.2024 14 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. 3.28 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. 3.29 No Guarantee of Work Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. 3.30 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. 3.31 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. 3.32 FOB Destination Freight Prepaid and Allowed All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. 3.33 Risk of Loss Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss, injury, or destruction will not release Contractor from any obligation hereunder. 3.34 Safeguarding City Property Contractor will be responsible for any damage to City real property or damage or loss of City personal property when such property is the responsibility of or in the custody of Contractor or its employees. 3.35 Warranty of Rights Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble, or hindrance from Contractor or third parties. 3.36 Proprietary Rights Indemnification Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret, or other intellectual property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action, or pay any settlement of such action or v. 7.2024 15 claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final judgment is obtained against the City’s use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense and without limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage, from the time of installation acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. 3.37 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). 3.38 Force Majeure Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. 3.39 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. 3.40 Fuel Charges and Price Increases No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City’s Procurement Division. 3.41 Notices All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid; (iii) sent via 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. v. 7.2024 16 3.42 Governing Law, Venue This Agreement is governed by the laws of the State of Florida. The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Pinellas County, Florida. 3.43 Integration Clause This Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. 3.44 Provisions Required by Law Any provision required by law to be in this Agreement is a part of this Agreement as if fully stated in it. 3.45 Severability If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or unenforceability. 3.46 Surviving Provisions Notwithstanding any completion, termination, or other expiration of this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth rights and obligations that extend beyond completion, termination, or other expiration of this Agreement, will survive and remain in full force and effect. Except as specifically provided in this Agreement, completion, termination, or other expiration of this Agreement will not release any party from any liability or obligation arising prior to the date of termination. DETAILED SPECIFICATIONS 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 purpose of this solicitation is to establish a term contract for the supply of lead-free brass service fittings and valves for the City of Clearwater’s Public Utilities Department. The selected Vendor(s) shall provide these materials on an as-needed basis throughout the contract term. The estimated quantities listed in the Pricing Sheet are provided solely for bid preparation and should not be interpreted as guaranteed purchase amounts under this contract. Vendor(s) are not required to bid on all items in the Pricing Sheet, however all items within a specific Group shall be bid on to be considered for the award of that Group. v. 7.2024 17 The City reserves the right to make multiple awards if it is in the best interest of the City to do so. The following exhibits have been included for reference: • Exhibit A – ITB No. 45-22 Previous Bid Tabulation (Core & Main Pricing, Year 3) • Exhibit B – ITB No. 45-22 Previous Bid Tabulation (Fortiline Pricing, Year 3) 4.3 Specifications The awarded vendor(s) shall be responsible for providing all items in accordance with the following: General Requirements • Brass fittings may be either domestically manufactured or imported. • All lead-free brass service fittings and valves must comply with the U.S. Safe Drinking Water Act and applicable Environmental Protection Agency (EPA) standards. • Products must be certified by an American National Standards Institute (ANSI)-accredited laboratory in accordance with ANSI/National Sanitation Foundation (NSF) Standard 61 (Health Effects, Section 8) and NSF 372. • Proof of certification must be provided with the bid submission as outlined under Submittal Requirements. • Wetted components shall not exceed a weighted average lead content of 0.25%. Product Standards • All service fittings and valves must be permanently marked with the manufacturer’s name or trademark and include “NL” or equivalent to indicate a lead-free alloy. • Approved compression fittings: o Mueller C-110 Compression Connection o Ford Quick Joint o AY McDonald McQuik Compression • Pack joint fittings are not permitted. • All Curb stops, meter valves, and corporation stops must meet the following: o Ball valve type o Watertight in both directions o Full port opening design o Straight body design Note: Plug valves are not permitted. o Quarter-turn operation and lock wings, unless otherwise specified v. 7.2024 18 o Threads must conform to American Water Works Association (AWWA) Corporation Cock (CC) taper, Male Iron Pipe (MIP), or Female Iron Pipe (FIP) thread types, unless otherwise specified • Components identified for “Reclaimed Water” use must be made from 85-5-5-5 brass alloy. • Nipples and bushings must be red brass conforming to ASTM B43, ASTM B62, and ANSI B16.15 (latest revisions). • Any fitting in contact with potable water must be made from “No-Lead Brass,” defined as: o UNS Copper Alloy C89520 (per ASTM B584), or o Copper Alloy CDA No. C89833 o Lead content not exceeding 0.20% by weight • Threads must be standard iron pipe thread. • Approved brands: Merit Brass, Lee Brass, Cambridge Brass, and Ford. 4.4 References Vendors must submit a minimum of three (3) current customer references demonstrating use of the proposed products in similar applications. 4.5 Delivery • All deliveries must be completed within thirty (30) days of order receipt. • For orders requiring a longer lead time, the awarded Vendor(s) shall indicate the anticipated lead time on each quote for review and approval by the designated City representative. • Delivery hours are Monday through Friday, 8:00 AM to 3:00 PM. • Packaging must be clearly labeled to indicate “Lead-Free” contents. • Each shipment must be accompanied by an affidavit of compliance with these specifications. Delivery Location: City of Clearwater – Public Utilities 1650 N. Arcturas Avenue Clearwater, FL 33765 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. v. 7.2024 19 Specifically the Vendor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the termination or expiration of this Agreement: 5.2 Commercial General Liability Insurance Coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. 5.3 Commercial Automobile Liability Insurance Coverage for any owned, non-owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. 5.4 Workers’ Compensation Insurance Unless waived by the State of Florida and proof of waiver is provided to the City, statutory Workers’ Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer’s Liability Insurance in the minimum amount of $1,000,000 (one million dollars) each employee each accident, $1,000,000 (one million dollars) each employee by disease, and $1,000,000 (one million dollars) disease policy limit. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. 5.5 Waiver of Subrogation With regard to any policy of insurance that would pay third party losses, Contractor hereby grants City a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect such waiver, but this provision shall apply to such policies regardless of whether or not the city has received a waiver of subrogation endorsement from each insurer. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. 5.6 Other Insurance Provisions Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Vendor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an “Additional Insured” on the Commercial General Liability Insurance and the Commercial Automobile Liability Insurance. In addition when requested in writing from the City, Vendor will provide the City with certified 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, 60-25 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. v. 7.2024 20 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 November 2025 through November 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. In addition, the City of Clearwater will not honor any tariff related surcharge without documented evidence the actual tariff increase was incurred by the vendor. 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 105, Plumbing fixtures and fittings, 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. v. 7.2024 21 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 lead-free brass service fittings and valves to the City of Clearwater at the price(s) stated below. DELIVERY REQUIREMENTS FOB: Destination, Freight Prepaid and Allowed Freight Costs: Unit prices should include all freight and transportation charges PAYMENT TERMS: • City of Clearwater’s standard payment terms are NET30 CORPORATION STOPS Bid Pricing must be completed by Group and all items within a Group must be bid on in order to be considered; however, a vendor does not have to bid all Groups. Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total No Bid 1 CORP STOP, 3/4" CC X INCREASING MIP (FORD FB800- 3-NL) (MUELLER B- 20003N) (A.Y. McDONALD 73121B) 20 EACH v. 7.2024 22 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total No Bid 2 CORP STOP, 1" CC X INCREASING MIP (FORD FB800-4-NL) (MUELLER B- 20003N) (A.Y. McDONALD 73121B) 200 EACH 3 CORP STOP, 3/4" CC X COMP (FORD FB1001-3-Q-NL) (MUELLER B- 25008N) (A.Y. McDONALD 74701BQ) 10 EACH 4 CORP STOP, 1" CC X COMP (FORD FB1000-4-Q-NL) (MUELLER B- 25008N) (A.Y. McDONALD 74701BQ) 30 EACH 5 CORP STOP, 1-1/2" CC X MIP (FORD FB400-6-NL) (MUELLER B-2996N) (A.Y. McDONALD 73128B) 25 EACH 6 CORP STOP, 2" CC X MIP (FORD FB400-7-NL) (MUELLER B-2996N) (McDONALD No Lead 73128B) 25 EACH 7 CORP STOP, 1-1/2" MIP X MIP (FORD FB500-6-NL) (MUELLER B-2969N) (A.Y. McDONALD 73131) 10 EACH v. 7.2024 23 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total No Bid 8 CORP STOP, 2" MIP X MIP (FORD FB500-7-NL) MUELLER B-2969N) (A.Y. McDONALD 73131) 10 EACH 9 CORP STOP, 3/4" MIP X INCREASING MIP (FORD F900-3- NL) (MUELLER B- 20013N) (A.Y. McDONALD 73122) 12 EACH 10 CORP STOP, 1" MIP X INCREASING MIP (FORD F900-4-NL) (MUELLER B- 20013N) (A.Y. McDONALD 73122) 12 EACH TOTAL CURB STOPS Bid Pricing must be completed by Group and all items within a Group must be bid on in order to be considered; however, a vendor does not have to bid all Groups. Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total 1 CURB STOP, 3/4" CTS X MTR (FORD B43-332W-NL-Q) (MUELLER B-24350N) (A.Y. McDONALD 76100MWQ) 250 EACH 2 CURB STOP, 1" CTS X MTR (FORD B43-444W-NL-Q) (MUELLER B-24350N) (A.Y. McDONALD 76100MWQ ) 100 EACH v. 7.2024 24 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total 3 CURB STOP, 1"CTS COMP X 3/4" MTR (FORD B43-342W-NL) (MUELLER B-24350N) (A.Y. McDONALD 76100MWQ ) 300 EACH 4 CURB STOP, 3/4" FIP X FIP (FORD B11-333W-NL) (MUELLER B-20200N) (A.Y. McDONALD 76101W) 300 EACH 5 CURB STOP, 1" FIP X FIP (FORD B11-444W-NL) (MUELLER B- 20200N (A.Y. McDONALD 76101W ) 150 EACH TOTAL VALVES Bid Pricing must be completed by Group and all items within a Group must be bid on in order to be considered; however, a vendor does not have to bid all Groups. Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total 1 VALVE, ANGLE METER 3/4" FIP X METER SWIVEL (FORD BA13- 332W-NL) (MUELLER B-24265N) (A.Y. McDONALD 74644B) 125 EACH 2 VALVE, ANGLE METER 1" FIP X METER SWIVEL (FORD BA13- 444W-NL) (MUELLER B-24265N) (A.Y. McDONALD 74644B) 125 EACH 3 VALVE, ANGLE 1-1/2" FIP X METER FLANGE (FORD BFA13- 666W-NL) (MUELLER B-24286N) (A.Y. McDONALD 74604B FLANGED) 40 EACH v. 7.2024 25 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total 4 VALVE, ANGLE 2" FIP X METER FLANGE (FORD BFA13-777W- NL) (MUELLER B-24286N) (A.Y. McDONALD 74604B FLANGED) 40 EACH 5 VALVE, BALL 1-1/2" FIP X 1-1/2" FIP (FORD B11-666W-NL) (MUELLER B-20200N) (A.Y. McDONALD 76101W) 24 EACH 6 VALVE, BALL 2" FIP X 2" FIP (FORD B11-777W-NL) (MUELLER B-20200N) (McDONALD 76101W) 40 EACH 7 VALVE, BALL STRAIGHT 1-1/2" FIP X METER FLANGE (FORD BF13-666W-NL) Mueller b- 24337N) (A.Y. McDONALD 76101M) 20 EACH 8 VALVE, BALL STRAIGHT 2" FIP X METER FLANGE (FORD BF13- 777W-NL) Mueller b-24337N) (A.Y. McDONALD 76101M) 20 EACH TOTAL RECLAIMED WATER Bid Pricing must be completed by Group and all items within a Group must be bid on in order to be considered; however, a vendor does not have to bid all Groups. Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total 1 RCLM 3/4" BALL VALVE (FORD BRW11-333W) (MUELLER B- 20200-20) (McDONALD 76101W- RWC) 300 EACH 2 RCLM 1" BALL VALVE FIP X FIP (FORD BRW11-444W) (MUELLER B-20200-20) (A.Y. McDONALD 76101W-RWC ) 20 EACH v. 7.2024 26 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total 3 RCLM 2" BALL VALVE FIP X FIP (FORD BRW11-777W) (MUELLER B-20200-20) (A.Y. McDONALD 76101W-RWC) 12 EACH 4 RCLM 1" BALL VALVE CTS COMP. X METER SWIVEL (FORD BRW43-444W-Q) (MUELLER B- 24350-20) (A.Y. McDONALD 76100MWQ-RWC) 40 EACH 5 RCLM BALL CORP 1" CC X INCREASING MIP (FORD FBRW800-4) (MUELLER B-20003- 20) (A.Y. McDONALD 73121B "MARKED "RECLAIMED WATER") 40 EACH 6 RCLM BALL CORP 1" CC X COMP (FORD FBRW1000-4-Q) (MUELLER B-25008-20) (A.Y. McDONALD 74701BQ, MARKED "RECLAIMED WATER") 20 EACH 7 RCLM BALL CORP 2" CC X MIP (FORD FBRW400-7) (MUELLER B-2996-20) (A.Y. McDONALD 73128B, MARKED "RECLAIMED WATER") 12 EACH TOTAL ADAPTERS Bid Pricing must be completed by Group and all items within a Group must be bid on in order to be considered; however, a vendor does not have to bid all Groups. Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total 1 ADAPTER, 3/4" REGULATOR, MIP X MALE METER THREAD (FORD RA-2-NL) OR APPROVED EQUIVALENT 100 PAIR v. 7.2024 27 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total 2 ADAPTER, 1" REGULATOR, MIP X MALE METER THREAD (FORD RA-4-NL) OR APPROVED EQUIVALENT 100 PAIR 3 FLANGE ADAPTER 2" X 1-1/2" (FORD A67-NL) OR APPROVED EQUIVALENT 24 EACH 4 ADAPTER, 1" MIP X 1" KITEC COMPRESSION "FOR KITEC IPS TUBING" (FORD C8K-44-Q-NL) (MUELLER H15428N SERIES "K110 IPS COMP. X MIP")(A.Y. McDONALD 74753K) 24 EACH TOTAL ADAPTERS, POLY COMPRESSION Bid Pricing must be completed by Group and all items within a Group must be bid on in order to be considered; however, a vendor does not have to bid all Groups. Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total 1 ADAPTER, POLY 3/4" FIP X COMP.(FORD C14-33-Q-NL) (MUELLER H15451N SERIES) (A.Y. McDONALD 74754Q SERIES) 50 EACH 2 ADAPTER, POLY 1" FIP X COMP.(FORD C14-44-Q-NL) (MUELLER H15451N SERIES) (A.Y. McDONALD 74754Q SERIES) 100 EACH 3 ADAPTER, POLY 1-1/2" FIP X COMP. (FORD C14-66-Q-NL) (MUELLER H15451N SERIES) (A.Y. McDONALD 74754Q SERIES) 12 EACH v. 7.2024 28 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total 4 ADAPTER, POLY 2" FIP X COMP. ( FORD C14-77-Q-NL)(MUELLER H15451N SERIES) (A.Y. McDONALD 74754Q SERIES) 20 EACH 5 ADAPTER, POLY 3/4" MIP X COMP. (FORD C84-33-Q-NL) (MUELLER H15428N SERIES) (A.Y. McDONALD 74753Q SERIES) 300 EACH 6 ADAPTER, POLY 1" MIP X COMP.(FORD C84-44-Q-NL) (MUELLER H15428N SERIES) (A.Y. McDONALD 74753Q SERIES) 400 EACH 7 ADAPTER, POLY 1-1/2" MIP X COMP. (FORD C84-66-Q-NL) (MUELLER H15428N SERIES) (A.Y. McDONALD 74753Q SERIES) 36 EACH 8 ADAPTER, POLY 2" MIP X COMP. (FORD C84-77-Q- NL)(MUELLER H15428 N SERIES )(A.Y. McDONALD 74753Q SERIES) 100 EACH TOTAL UNIONS, POLY Bid Pricing must be completed by Group and all items within a Group must be bid on in order to be considered; however, a vendor does not have to bid all Groups. Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total 1 UNION, 3/4" CTS (FORD C44-33- Q-NL)(MUELLER H15403N SERIES) (A.Y. McDONALD 74758Q SERIES) 100 EACH v. 7.2024 29 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total 2 UNION, 1" CTS (FORD C44-44-Q- NL)(MUELLER H15403N SERIES) (A.Y. McDONALD 74758Q SERIES) 100 EACH 3 UNION, 1 1/2" CTS FORD C44- 66-Q-NL)(MUELLER H15403N SERIES) (A.Y. McDONALD 74758Q SERIES) 12 EACH 4 UNION, 2" CTS (FORD C44-77-Q- NL)(MUELLER H15403N SERIES) (A.Y. McDONALD 74758Q SERIES) 24 EACH TOTAL HYDRANT SWIVELS Bid Pricing must be completed by Group and all items within a Group must be bid on in order to be considered; however, a vendor does not have to bid all Groups. Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total 1 HYDRANT SWIVEL, 2.5" HYDRANT SWIVEL X 2" MIP 30 EACH TOTAL METER ADAPTER AND RESETTERS Bid Pricing must be completed by Group and all items within a Group must be bid on in order to be considered; however, a vendor does not have to bid all Groups. Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total 1 METER ADAPTER, 5/8" METER TO 3/4" METER SIZE (FORD A13- NL) OR APPROVED EQUIVALENT 150 EACH v. 7.2024 30 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total 2 METER ADAPTER, 3/4" METER TO 1" METER SIZE (FORD A34- NL) OR APPROVED EQUIVALENT 100 EACH 3 METER ADAPTER, 5/8" x 3/4" METER TO 1" METER SIZE (FORD A24-NL) OR EQUIVALENT 48 EACH 4 METER ADAPTER, 1 1/2" FLANGE X 1" METER SWIVEL (FORD A46 -NL) OR APPROVED EQUIVALENT 36 EACH 5 METER FLANGE, 1 1/2" FIP (FORD CF31-66-NL) (MUELLER H10129N) (A.Y. McDONALD 7610F) 80 EACH 6 METER FLANGE, 2" FIP (FORD CF31-77-NL) (MUELLERH10129N) (A.Y. McDONALD 7610F) 120 EACH 7 METER FLANGE, 1 1/2" MIP (FORD CF38-66-2-NL) (MUELLER H10129MN) (A.Y. McDONALD 7610M) 60 EACH 8 METER FLANGE, 2" MIP (FORD CF38-77-125-NL) (MUELLER H10129MN) (A.Y. McDONALD 7610M) 80 EACH TOTAL METER ADAPTER AND RESETTERS Bid Pricing must be completed by Group and all items within a Group must be bid on in order to be considered; however, a vendor does not have to bid all Groups. v. 7.2024 31 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total 1 METER X FIP CONNECTION, 3/4" (FORD C31-23-NL) (A.Y.McDONALD 74637 SERIES) OR APPROVED EQUIVALENT 150 EACH 2 METER X FIP CONNECTION, 1" (FORD C31-44-NL) (A.Y.McDONALD 74637 SERIES) OR APPROVED EQUIVALENT 100 EACH 3 METER RESETTER, 5/8" X 3/4" X 7" (FORD VB43-7W-NL) (MUELLER B24118N SERIES) (A.Y. McDONALD 718-207WX) 60 EACH 4 METER RESETTER, 5/8" X 3/4" X 9" (FORD VB43-9W-NL) (MUELLER B24118N SERIES) (A.Y. McDONALD 718-209WX) 40 EACH 5 METER RESETTER, 5/8" X 3/4" X 12" (FORD VB43-12W-NL) (MUELLER B24118N SERIES) (A.Y. McDONALD 718-212WX) 20 EACH 6 METER RESETTER, 5/8" X 3/4" X 15" (FORD VB43-15W-NL) (MUELLER B24118N SERIES) (A.Y. McDONALD 718-215WX) 10 EACH 7 METER RESETTER, 5/8" X 3/4" X 18" (FORD VB43-18W-NL) (MUELLER B24118N SERIES) (A.Y. McDONALD 718-218WX) 10 EACH 8 METER RESETTER, 1" X 10" (FORD VB44-10W-NL) (MUELLER B24118N SERIES) (A.Y. McDONALD 718-410WX) 10 EACH 9 METER RESETTER, 1" X 15" (FORD VB44-15W-NL) (MUELLER B24118N SERIES) A.Y. McDONALD 718-412WX) 15 EACH TOTAL v. 7.2024 32 METER COUPLINGS Bid Pricing must be completed by Group and all items within a Group must be bid on in order to be considered; however, a vendor does not have to bid all Groups. Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total 1 METER "SPUD", STRAIGHT COUPLING, 1"x 2" LONG (FORD C38-44-2-NL) (MUELLER H- 10891N SERIES) (A.Y. McDONALD 74620 SERIES) 250 EACH 2 METER "SPUD", STRAIGHT COUPLING 1"X 2.5" LONG (STANDARD LENGTH 2.63" - 2 5/8") (FORD C38-44-2-625-NL) (MUELLER H-10891N SERIES) (A.Y. McDONALD 74620 SERIES) 250 EACH 3 METER SPUD, STRAIGHT COUPLING 3/4" x 2" LONG (FORD C38-23-2-NL) (MUELLER H-10891N SERIES) (A.Y. McDONALD 74620 SERIES) 150 EACH 4 METER SPUD, STRAIGHT COUPLING 3/4" x 2.25" LONG (FORD C38-23-2-25-NL) (MUELLER H-10891N SERIES) (A.Y. McDONALD 74620 SERIES) 150 EACH 5 METER SPUD, STRAIGHT COUPLING 3/4"x 2.5" LONG (FORD C38-23-2-5-NL) (MUELLER H-10891N SERIES) (A.Y. McDONALD 74620 SERIES) 100 EACH 6 METER SPUD, STRAIGHT COUPLING 3/4" x 3" LONG (FORD C38-23-3-NL) (MUELLER H-10891N SERIES) (A.Y. McDONALD 74620 SERIES) 100 EACH TOTAL BUSHINGS v. 7.2024 33 Bid Pricing must be completed by Group and all items within a Group must be bid on in order to be considered; however, a vendor does not have to bid all Groups. Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total 1 BUSHING, REDUCER, 1/2" X 1/4" (IPT) 50 EACH 2 BUSHING, REDUCER, 3/4" X 1/4" (IPT) 24 EACH 3 BUSHING, REDUCER, 3/4" X 1/2" (IPT) 6 EACH 4 BUSHING, REDUCER, 1" X 3/4" (IPT) 24 EACH 5 BUSHING, REDUCER, 1" X 1-1/4" (IPT) 12 EACH 6 BUSHING, REDUCER, 1-1/2" X 3/4" (IPT) 12 EACH 7 BUSHING, REDUCER, 2" X 3/4" (IPT) 20 EACH 8 BUSHING, REDUCER, 1-1/4" X 1" (IPT) 6 EACH 9 BUSHING, REDUCER, 1-1/2" X 1" (IPT) 24 EACH 10 BUSHING, REDUCER, 1-1/2" X 1- 1/4" (IPT) 6 EACH 11 BUSHING, REDUCER, 2" X 1" (IPT) 50 EACH 12 BUSHING, REDUCER, 2" X 1-1/4" (IPT) 6 EACH 13 BUSHING, REDUCER, 2" X 1-1/2" (IPT) 6 EACH 14 BUSHING, REDUCER, 2-1/2" X 2" (IPT) 6 EACH v. 7.2024 34 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total 15 BUSHING, REDUCER, 3" X 2" (IPT) 6 EACH 16 BUSHING, REDUCER, 2" CC X 3/4" CC 6 EACH 17 BUSHING, REDUCER, 2" CC X 1" CC 6 EACH 18 BUSHING, REDUCER, 2" CC X 1- 1/2" CC 6 EACH TOTAL CAPS Bid Pricing must be completed by Group and all items within a Group must be bid on in order to be considered; however, a vendor does not have to bid all Groups. Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total 1 CAPS, PIPE, 3/4" (FIPT) 12 EACH 2 CAPS, PIPE, 1" (FIPT) 75 EACH 3 CAPS, PIPE, 1 1/2" (FIPT) 12 EACH 4 CAPS, PIPE, 1 1/4"(FIPT) 75 EACH 5 CAPS, PIPE, 2"(FIPT) 40 EACH TOTAL COUPLINGS Bid Pricing must be completed by Group and all items within a Group must be bid on in order to be considered; however, a vendor does not have to bid all Groups. v. 7.2024 35 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total 1 COUPLING, 3/4" (FIPT) 200 EACH 2 COUPLING, 1" (FIPT) 150 EACH 3 COUPLING, 1-1/2" (FIPT) 50 EACH 4 COUPLING, 1-1/4" (FIPT) 12 EACH 5 COUPLING, 2" (FIPT) 100 EACH 6 COUPLING, REDUCER 3/4" X 1/2" (FIPT) 12 EACH 7 COUPLING, REDUCER 1" X 3/4" (FIPT) 25 EACH 8 COUPLING, REDUCER 1-1/4" X 3/4" (FIPT) 12 EACH 9 COUPLING, REDUCER 1-1/2" X 3/4" (FIPT) 12 EACH 10 COUPLING, REDUCER 1-1/4" X 1" (FIPT) 12 EACH 11 COUPLING, REDUCER 1-1/2" X 1" (FIPT) 12 EACH 12 COUPLING, REDUCER 1-1/2" X 1-1/4" (FIPT) 6 EACH 13 COUPLING, REDUCER 2" X 1" (FIPT) 20 EACH 14 COUPLING, REDUCER 2" X 1- 1/4" (FIPT) 6 EACH 15 COUPLING, REDUCER 2" X 1- 1/2" (FIPT) 6 EACH 16 COUPLING, REDUCER 2-1/2" X 1-1/2" (FIPT) 6 EACH 17 COUPLING, REDUCER 2-1/2" X 2" (FIPT) 6 EACH v. 7.2024 36 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total TOTAL ELL Bid Pricing must be completed by Group and all items within a Group must be bid on in order to be considered; however, a vendor does not have to bid all Groups. Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total 1 ELL 45, 3/4" (FIPT) 20 EACH 2 ELL 45, 1" (FIPT) 20 EACH 3 ELL 45, 1 1/2" (FIPT) 20 EACH 4 ELL 45, 2" (FIPT) 20 EACH 5 ELL 90, 3/4" (FIPT) 400 EACH 6 ELL 90, 1" (FIPT) 400 EACH 7 ELL 90, 1-1/4" (FIPT) 20 EACH 8 ELL 90, 1-1/2" (FIPT) 100 EACH 9 ELL 90, 2" (FIPT) 200 EACH 10 ELL 90, REDUCER 1" X 3/4" (FIPT) 100 EACH 11 ELL 90, REDUCER 1-1/4" X 1" (FIPT) 200 EACH 12 ELL 90, REDUCER 1-1/2" X 1" (FIPT) 20 EACH 13 ELL 90, REDUCER 2" X 1-1/2" (FIPT) 12 EACH 14 ELL 90, REDUCER 2-1/2" X 2" (FIPT) 12 EACH v. 7.2024 37 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total TOTAL PLUGS Bid Pricing must be completed by Group and all items within a Group must be bid on in order to be considered; however, a vendor does not have to bid all Groups. Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total 1 PLUG, 1/4" (MIPT) 12 EACH 2 PLUG, 1/2" (MIPT) 30 EACH 3 PLUG, 3/4" (MIPT) 50 EACH 4 PLUG, 1" (MIPT) 30 EACH 5 PLUG, 1-1/4"(MIPT) 12 EACH 6 PLUG, 1-1/2" (MIPT) 12 EACH 7 PLUG, 2" (MIPT) 50 EACH 8 PLUG, 3/4" (CC) 20 EACH 9 PLUG, 1" (CC) 20 EACH 10 PLUG, 1-1/2" (CC) 12 EACH 11 PLUG, 2" (CC) 12 EACH TOTAL TEES Bid Pricing must be completed by Group and all items within a Group must be bid on in order to be considered; however, a vendor does not have to bid all Groups. v. 7.2024 38 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total 1 TEE, 3/4"(FIPT) 50 EACH 2 TEE, 1" (FIPT) 50 EACH 3 TEE, 1" X 1" X 3/4" (FIPT) 200 EACH 4 TEE, 1-1/2" (FIPT) 12 EACH 5 TEE, 2" (FIPT) 40 EACH TOTAL NIPPLES Bid Pricing must be completed by Group and all items within a Group must be bid on in order to be considered; however, a vendor does not have to bid all Groups. Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total 1 NIPPLE, 1/2" x 48" 6 EACH 2 NIPPLE, 3/4" X 2" 400 EACH 3 NIPPLE, 3/4" X 3" 150 EACH 4 NIPPLE, 3/4" X 4" 200 EACH 5 NIPPLE, 3/4" X 5" 50 EACH 6 NIPPLE, 3/4" X 6" 50 EACH 7 NIPPLE, 3/4" X 8" 25 EACH 8 NIPPLE, 3/4" X 10" 40 EACH 9 NIPPLE, 3/4" X 12" 80 EACH 10 NIPPLE, 3/4" X 24" 24 EACH 11 NIPPLE, 3/4" X CLOSE 400 EACH 12 NIPPLE, 1" X 2" 100 EACH v. 7.2024 39 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total 13 NIPPLE, 1" X 3" 100 EACH 14 NIPPLE, 1" X 4" 50 EACH 15 NIPPLE, 1" X 5" 40 EACH 16 NIPPLE, 1" X 6" 50 EACH 17 NIPPLE, 1" X 10" 40 EACH 18 NIPPLE, 1" X 12" 80 EACH 19 NIPPLE, 1" X 24" 24 EACH 20 NIPPLE, 1" X CLOSE 400 EACH 21 NIPPLE, 1-1/4" X 3" 12 EACH 22 NIPPLE, 1-1/4" X 6" 12 EACH 23 NIPPLE, 1-1/4" X CLOSE 12 EACH 24 NIPPLE, 1-1/2" X 2" 24 EACH 25 NIPPLE, 1-1/2" X 3" 24 EACH 26 NIPPLE, 1-1/2" X 4" 24 EACH 27 NIPPLE, 1-1/2" X 5" 24 EACH 28 NIPPLE, 1-1/2" X 6" 24 EACH 29 NIPPLE, 1-1/2" X 12" 24 EACH 30 NIPPLE, 1-1/2" X 18" 24 EACH 31 NIPPLE, 1-1/2" X 24" 24 EACH 32 NIPPLE, 1-1/2" X CLOSE 24 EACH 33 NIPPLE, 2" X 3" 50 EACH 34 NIPPLE, 2" X 4" 40 EACH v. 7.2024 40 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total 35 NIPPLE, 2" X 5" 40 EACH 36 NIPPLE, 2" X 6" 50 EACH 37 NIPPLE, 2" X 12" 40 EACH 38 NIPPLE, 2" X 18" 30 EACH 39 NIPPLE, 2" X 24" 50 EACH 40 NIPPLE, 2" X CLOSE 100 EACH TOTAL SUBMITTAL REQUIREMENTS 1 Exceptions* Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Do you have any exceptions to the provisions or specifications? ☐ Yes ☐ No *Response required When equals "Yes" Exceptions Taken* **Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a Proposal non-responsive. Upload a copy of any exceptions taken to the provisions or specifications in this solicitation. *Response required 2 Additional Materials* Have you included any additional materials? ☐ Yes ☐ No *Response required When equals "Yes" v. 7.2024 41 Description of Additional Materials* Provide a brief description of the additional materials included. *Response required 3 Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? ☐ Yes ☐ No *Response required When equals "Yes" Certified Business Type* Pick one of the following. ☐ Certified Small Business ☐ Certified Minority, Woman, or Disadvantaged Business Enterprise *Response required When equals "Yes" Certifying Agency* List the Agency that provided your certification. *Response required When equals "Yes" Certification Documentation* Provide a copy of your certification. *Response required 4 Vendor Certification* By submitting this response, the Vendor hereby certifies that: A. It is under no legal prohibition on contracting with the City of Clearwater. B. It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. C. It has no known, undisclosed conflicts of interest. D. The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. E. No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. v. 7.2024 42 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). 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. v. 7.2024 43 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 Proof of Product Certification* Upload product certification *Response required 7 References* Please download the below documents, complete, and upload. • REFERENCES.pdf *Response required 8 Scrutinized Company Certification* Please download the below documents, complete, notarize, and upload. • SCRUTINIZED_COMPANIES_AND_B... *Response required 9 Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... *Response required 10 W-9* Upload your current W-9 form. (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf) *Response required v. 7.2024 44 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1208 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 11.1 SUBJECT/RECOMMENDATION: Approve a professional services agreement and work order with PBK Architects, for the design of the Eddie C. Moore Complex Renovations project (25-0032-PR) in the amount of $1,430,149.00 per Request for Qualifications (RFQ) 41-25; transfer $740,000 from Athletic Fields R & R (M2207) to E.C. Moore Renovations (C2510) at mid-year; and authorize the appropriate officials to execute same. (consent) SUMMARY: The Eddie C. Moore complex includes fields 1-4 and the multipurpose fields east and west. The project scope includes design and construction of a new press box to replace the existing building and renovation of the surrounding field areas to enhance functionality, safety, and aesthetics, and to meet current accessibility and operational standards. The project will involve structural and civil engineering evaluations, press box design, site improvements, and utility coordination. The existing building is inadequate to meet the current needs of the local teams and will increase sports tourism use. In July 2025, Request for Qualifications (RFQ) No. 41-25 was issued seeking an architectural firm to design the renovation of the Eddie C. Moore complex. The RFQ selection committee, consisting of seven representatives from the Parks and Recreation and Public Works departments, conducted interviews with five of the seven architectural firms that submitted qualifications. The committee selected PBK Architects to design the renovation of the Eddie C. Moore complex. PBK was chosen as they combine extensive experience, proven local performance, and a client-focused approach tailored to Clearwater’s needs. PBK brings to the project nearly nine decades of architectural expertise, a $20B portfolio in sports and recreation facilities, and a Florida-based sports division skilled in delivering upgrades within active, community-use environments. Their 25+ year relationship with the City of Clearwater demonstrates deep familiarity with local processes, permitting, and expectations, supported by a large, flexible team of 130+ Florida professionals. PBK’s commitment to clear communication, responsiveness, and collaborative problem-solving-along with a strong track record in sustainable, resilient design-positions them to enhance the Eddie C. Moore Complex with minimal disruption and long-term value. This work order will include schematic design phase (programming and site planning), design development (initial stakeholder and Land Development team reviews), construction documents, permitting, and construction administration. It is anticipated the design services will be completed within 10 months, followed by 12 months for construction from issuance of Notice to Proceed. A Request for Qualifications (RFQ #13-26) will be issued seeking a construction manager at risk to provide preconstruction phase services and a negotiated Guaranteed Maximum Price (GMP) to construct the project. The GMP will be presented to Council for approval in late 2026. The design fees were refined through scope clarification and corrections. Stormwater management and drainage design were formally added to the project description to accurately reflect the required services, and an allowance added for foundation design associated with sports complexes and associated lighting. Total budgeted funds for this project are $21,850,000 of which $7,750,000 is from a TDC grant. Current funding available for this agreement is $1,060,000 for design services. Staff is requesting a mid-year transfer of $740,000 from Athletic Fields R & R project M2207 to fund this item and future construction Page 1 City of Clearwater Printed on 1/9/2026 File Number: ID#25-1208 management costs. The remainder of funding for this project is budgeted in FY2026/27 to FY2028/29 Total budgeted funds for this project are $21,850,000 of which $7,750,000 is from a TDC grant. Current funding available for this agreement is $1,060,000 for design services. Staff is requesting a mid-year transfer of $740,000 from Athletic Fields R & R project M2207 to fund this item and future construction management costs. The remainder of funding for this project is budgeted in FY2026/27 to FY2028/29. APPROPRIATION CODE AND AMOUNT: Total budgeted project cost $21,850,000. With the transfer of $740,000 from Athletic Fields R&R (M2207) at mid-year there will be sufficient funding in project 3157575-530100-C2510 for this agreement. STRATEGIC PRIORITY: High Performing Government   1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts.   Economic & Housing Opportunity   2.3 Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events. Page 2 City of Clearwater Printed on 1/9/2026 PBK Architects City of Clearwater Consultant Work Order Page 1 of 6 Revised: 7/23/2025 CONSULTANT WORK ORDER Date: 12/16/25 1. PROJECT INFORMATION: Project Title: Eddie C. Moore Complex City Project Number: 25-0032-PR City Plan Set Number: N/A Consultant Project Number: 25078 2. SCOPE OF SERVICES: PBK design services include in-house architectural, interior, sports field design, renderings, graphics, wayfinding and assistance with signage and branding design. As the prime consultant, we will lead our team of consultants, who will provide civil, landscaping, irrigation, structural, mechanical, electrical, plumbing, fire protection and technology design. A new survey and Geotech report will be provided as outlined in the project design fees. Our scope of work is organized into distinct design phases, each culminating in a set of deliverables. PBK will transmit a set of deliverables to you in PDF format for your distribution to pertinent stakeholders. Our design team will actively participate / lead regularly scheduled coordination meetings with all project stakeholders to review progress, promote effective collaboration, and communicate updates related to design and project development. The design plans shall be compiled using the City of Clearwater CAD standards. I. PRE-DESIGN PHASE: Task 1.1: Geotechnical Report Task 1.2: Site Topo Survey Task 1.3 Subsurface Utility Engineering (SUE) Task 1.4: Arborist – Tree Inventory Task 1.5: Arborist – Tree Preservation Plan II. DESIGN PHASE: Task 2.1: Schematic Design – 30% Plans Task 2.2: Design Development – 60% Plans CONSULTANT WORK ORDER Eddie C. Moore Complex PBK Architects 25-0032-PR City of Clearwater Consultant Work Order Page 2 of 6 Revised: 7/23/2025 Task 2.3: Initial Civil submission for permitting III. FINAL DESIGN PHASE: Task 3.1: Construction Documents – 90% Plans IV. BIDDING PHASE : Task 4.1: Bidding and Negotiation Task 4.2: Final Civil Permitting Task 4.3: Building Permitting Task 4.4: Final Construction Documents – 100% V. CONSTRUCTION PHASE: Task 5.1: Construction Administration Task 5.2: Project Certifications 3. PROJECT GOALS: Schematic Design (SD): Predesign services such as site planning and programming to confirm layout, adjacencies, and circulation. Confirm project requirements, goals, and priorities. Establish spatial relationships, building form, orientation, and circulation strategies. Develop design options through sketches, diagrams, and massing studies. Design Development (DD): Further develop the design drawings by defining major components, finishes, systems and assemblies to help evaluate options based on performance, cost, aesthetics and constructability. Provide information to support a high-level cost estimate and overall schedule evaluation. Provide preliminary spec book. Construction Documents (CD) Complete a comprehensive set of detailed drawings with finalized code, building systems materials and critical components. Drawings will be signed and sealed and delivered to the CM for submission to the building department for permit approval. Final spec book provided. Bidding & Negotiation (BN) Coordinate with governing agencies and respond to plan review comments. During this time, we will also respond to contractor inquiries, issuing clarifications as needed to assist the CM with updating the construction cost estimate. Construction Administration (CA) Provide oversight during the construction phase to ensure that the project is built according to the approved construction documents. Our services include review of CONSULTANT WORK ORDER Eddie C. Moore Complex PBK Architects 25-0032-PR City of Clearwater Consultant Work Order Page 3 of 6 Revised: 7/23/2025 contractor submittals, RFIs, and periodic site visits for observation. PBK will attend OAC meetings weekly, if required, with a preference to have no more than two meetings a month on site. Consultants will attend as needed. 4. FEES: See Attachment “A” for breakdown of fees per phase/task and firm. This price includes all labor and expenses anticipated to be incurred by PBK Architects for the completion of these tasks in accordance with Professional Services Method “B” – Lump Sum – Percentage of Completion by Task, for a subtotal of One Million Four Hundred Fourteen Thousand Six Hundred Forty Nine Dollars ($ 1,414,649) plus, the allowances for foundation lighting design and civil permitting fees, for a grand total of One Million Four Hundred Thirty Thousand One Hundred Forty Nine Dollars ($ 1,430,149). Civil permit application fees will be paid by the consultant and invoiced to the City as a reimbursable expense. 5. SCHEDULE: PHASE DURATION START END SD – 30% 3 MONTHS 12/2/2025 2/27/2026 Review 2 WEEKS 3/1/2026 3/13/2026 DD – 60% 2 MONTHS 3/16/2026 5/8/2026 Review 2 WEEKS 5/11/2026 5/22/2026 CD – 90% 2 MONTHS 5/25/2026 7/17/2026 Finalize GMP 2 WEEKS 7/20/2026 7/31/2026 BN / PERMITTING 3 MONTHS 8/3/2026 10/30/2026 Board Approval of GMP 2 WEEKS 11/2/2026 11/13/2026 CA 12 MONTHS 11/16/2026 11/16/2027 The project is to be completed in 24 months (730 days) from issuance of notice-to- proceed. The project deliverables are to be phased as follows: 30% Construction Plans: 90 calendar days 60% Construction Plans and Civil Permit Applications: 60 calendar days 90% Construction Plans: 60 calendar days Bidding/Negotiations and Building Permitting: 90 calendar days Construction Phase: 365 calendar days CONSULTANT WORK ORDER Eddie C. Moore Complex PBK Architects 25-0032-PR City of Clearwater Consultant Work Order Page 4 of 6 Revised: 7/23/2025 Note: Two weeks review time allowed at the end of each phase to allow time for the City and CM to review drawings and update the construction estimate. Review times may vary which may alter the project schedule. 6.STAFF ASSIGNMENT: PBK staff for architecture, sports/field design, interior design and renderings includes Christy M. Woods, Sr. PM and Steve Padgett, Principal. Our consultants include Pennoni Associates for structural engineering, landscape architecture, and civil engineering. Engineering Matrix for MEP engineering and fire protection design. 7.CORRESPONDENCE/REPORTING PROCEDURES: Consultant’s project correspondence shall be directed to: Christy M. Woods, Sr. PM for PBK christy.woods@pbk.com Cell Phone: 941-271-1449 All City project correspondence shall be directed to: Taner Hamzawi, P.E. Taner.Hamzawi@MyClearwater.com Cell Phone: 727-224-7519 8.INVOICING/FUNDING PROCEDURES: City Invoicing Code: 3157575-530100-C2510 For work performed, invoices shall be submitted monthly to: ATTN DIVISION CONTROLLER CITY OF CLEARWATER, PUBLIC WORKS DEPARTMENT/ENGINEERING PO BOX 4748 CLEARWATER FL 33758-4748 PublicWorksAccounting@MyClearwater.com Contingency services will be billed as incurred only after written authorization provided by the City to proceed with those services. 9.INVOICING PROCEDURES: At a minimum, in addition to the invoice amount(s) the following information shall be provided on all invoices submitted on the Work Order: CONSULTANT WORK ORDER Eddie C. Moore Complex PBK Architects 25-0032-PR City of Clearwater Consultant Work Order Page 5 of 6 Revised: 7/23/2025 1. Purchase Order, Project and Invoice Numbers and Contract Amount. 2. The time period (begin and end date) covered by the invoice. 3. A short narrative summary of activities completed in the time period. 4. Contract billing method – Lump Sum or Hourly Rate. 5. If Lump Sum, the percent completion, amount due, previous amount earned and total earned to date for all tasks (direct costs, if any, shall be included in lump sum amount). 6. If Hourly Rate, hours, hourly rates, names of individuals being billed, amount due, previous amount earned, the percent completion, total earned to date for each task and other direct costs (receipts will be required for any single item with a cost of $50 or greater or cumulative monthly expenses greater than $100). 7. If the Work Order is funded by multiple funding codes, an itemization of tasks and invoice amounts by funding code. 10. CONSIDERATIONS: Consultant acknowledges the following: 1. The Consultant named above is required to comply with Section 119.0701, Florida Statutes, where applicable. 2. All City directives shall be provided by the City Project Manager. 3. “Alternate equals” shall not be approved until City Project Manager agrees. 4. All submittals must be accompanied by evidence each has been internally checked for QA/QC before providing to City. 5. Consultants/Contractors are not permitted to use City-owned equipment (i.e., sampling equipment, etc.). 6. Documents posted on City website must be ADA accessible. 11. ADDITIONAL CONSIDERATIONS: All work orders should include considerations for the following: 1. Sea Level Rise and Flood Resilience, as applicable. 2. Submittal of a Critical Path Method (CPM) Schedule(s). 3. Submittal of a Project Catalog with the following items, as appropriate: a. Data requests, assumptions, critical correspondence, meeting agenda, sign-in sheets, meeting minutes, document comment-response log(s), technical memorandum/reports, addenda, progress reports, regulatory correspondence, and other project-related documents. b. If construction project, also include design plans, conformed plans, change orders, field orders, RFIs, work change directives, addenda, progress reports, shop drawing and progress submittals, as-builts, record drawings, and other project-related documents such as O&M manuals and warranty information. CONSULTANT WORK ORDER Eddie C. Moore Complex PBK Architects 25-0032-PR City of Clearwater Consultant Work Order Page 6 of 6 Revised: 7/23/2025 c. At the conclusion of the project, ENGINEER will combine this information into Project Catalog and submit it to the City for review and comment. 4. Arc Flash labeling requirements: a. All electrical designs and construction shall adhere to NFPA 70 E “Standard for Electrical Safety in the Workplace”. b. Updated calculations of Fault and Arc Flash, and provisions for new or updated Arc Flash equipment labeling shall be included in the contract documents. 12. SPECIAL CONSIDERATIONS: The project is anticipated to follow a Construction Manager at Risk (CMAR) delivery method. Confirmation from the client is needed regarding this delivery method. Should a hard bid approach be required, adjustments to production timelines and drawings may be necessary. We also anticipate that construction will be done in one phase as the complex will be out of use during construction. 13. SIGNATURES: PREPARED BY: APPROVED BY: Christy M. Woods Tara Kivett, P.E. Senior Project Manager City Engineer PBK Architects City of Clearwater 12.16.25 Date Date Christy Woods ATTACHMENT “A” CONSULTANT WORK ORDER – PROJECT FEES TABLE Eddie C. Moore Complex PBK Architects 25-0032-PR City of Clearwater Consultant Work Order – Project Fees Table Page 1 of 1 Revised: 7/23/2025 CONSULTANT WORK ORDER PROJECT FEES TABLE Task Description Services Labor Total 1.0 Pre-Design 1.1 Geotechnical Report $ 13,200 1.2 Topo Survey $ 20,450 1.3 SUE $ 11,275 1.4 Arborist – Tree Inventory $ 8,750 1.5 Arborist – Tree Preservation Plan $ 5,500 Pre-Design Total: $ 59,175 2.0 Design Plans and Specifications 2.1 Schematic Design – 30% Submittal $223,754.80 2.2 Design Development – 60% Submittal $340,912.25 2.3 Initial Civil Submission for Permitting $12,750 Design Total: $577,417.05 3.0 Final Design Plans and Specifications 3.1 Construction Documents – 90% Submittal $424,394.70 Final Design Plans and Specifications Total: $424,394.70 4.0 Bidding Phase 4.1 Bidding and Negotiations $70,732.45 4.2 Final Civil Permitting 4.3 Building Permitting 4.4 Final GMP – 100% Permitting Services Total: $70,732.45 5.0 Construction Phase Services 5.1 Construction Administration $278,679.80 5.2 Project Certifications $4,250 Construction Phase Services Total: $282,929.80 SUBTOTAL, LABOR, AND SUB-CONTRACTORS: $1,414,649 6.0 Permit Fees – Allowance $10,000 7.0 Foundation for light poles – Allowance $5,500 GRAND TOTAL: $ 1,430,149 ATTACHMENT “B” CONSULTANT WORK ORDER – CITY DELIVERABLES Eddie C. Moore Complex PBK Architects 25-0032-PR City of Clearwater Consultant Work Order – City Deliverables Page 1 of 1 Revised: 7/23/2025 CONSULTANT WORK ORDER CITY DELIVERABLES 1. FORMAT: The design plans shall be compiled utilizing the following methods: 1. City of Clearwater CAD standards. 2. Datum: Horizontal and Vertical datum shall be referenced to North American Vertical Datum of 1988 (vertical) and North American Datum of 1983/90 (horizontal). The unit of measurement shall be the United States Foot. Any deviation from this datum will not be accepted unless reviewed by City of Clearwater, Public Works Department, Geographic Technology Division. 2. DELIVERABLES: The design plans shall be produced on bond material, 24" x 36" at a scale of 1" = 20’ unless approved otherwise. Upon completion the Consultant shall deliver all drawing files in digital format with all project data in Autodesk Civil 3D® file format. NOTE: If approved deviation from Clearwater CAD standards is used, the Consultant shall include all necessary information to aid in manipulating the drawings including either .pcp, .ctb file or pen schedule for plotting. The drawing file shall include only authorized fonts, shapes, line types or other attributes contained in the standard release of Autodesk software. All block references and other references contained within the drawing file shall be included. Please address any questions regarding format to Mr. Kyle Vaughan, at (727) 444-8232 or email address Kyle.Vaughan@myClearwater.com. All electronic files (including CAD and Specification files) must be delivered upon completion of project or with 100% plan submittal to City of Clearwater. v. 7.2024 Procurement Division PO Box 4748 33758-4748 Clearwater FL 727-562-4630 REQUEST FOR QUALIFICATION 41-25 DESIGN SERVICES FOR PRESSBOX AND SPORTS FIELD AT EDDIE C MOORE COMPLEX NOTICE Thursday, July 3, 2025 NOTICE IS HEREBY GIVEN that sealed proposals will be received by the City of Clearwater (City) until 10:00 am, Local Time, on Tuesday, August 5, 2025 to provide: The City of Clearwater is seeking responses from qualified architectural and/or engineering firms to provide consulting and design services for the renovation of the Eddie C. Moore Complex fields 1-4 and adjacent multi-purpose fields to the east and west. Responses 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. Response packets, any attachments and addenda are available for download at: https://procurement.opengov.com/portal/myclearwater/projects/181056. 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/181056. 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 Qualifications is issued by: Lori Vogel, CPPB Procurement ManagerLori.vogel@myclearwater.com v. 7.2024 2 INSTRUCTIONS 2.1 Vendor Questions All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be submitted through the City's e-Procurement Portal, located at https://procurement.opengov.com/portal/myclearwater. Please note the deadline for submitting inquiries. All answers to inquiries will be posted on the City’s e-Procurement Portal. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries. 2.2 Addenda/Clarifications Any changes to the specifications will be in the form of an addendum. Vendors are required to register for an account via the City’s e-Procurement Portal hosted by OpenGov. Once the bidder has completed registration, they will receive addenda notifications to their email by clicking “Follow” on this project. Ultimately, it is the sole responsibility of each bidder to periodically check the site for any addenda at https://procurement.opengov.com/portal/myclearwater. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a proposal. 2.3 Due Date & Time for Submission and Opening Date: Tuesday, August 5, 2025 Time: 10:00 am The City will open all responses properly and timely submitted and will record the names and other information specified by law and rule. All responses become the property of the City and will not be returned except in the case of a late submission. Respondent names, as read at the bid opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, proposals are available for inspection by contacting the Procurement Division. 2.4 Response Submittals It is recommended that responses 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 response that is not properly addressed and identified. 2.5 Late Responses The respondent assumes responsibility for having the response delivered on time at the place specified. All responses received after the date and time specified shall not be considered and will be returned unopened to the respondent. The respondent assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent by mail or by means of personal delivery. It shall not be sufficient to show that you mailed or commenced delivery before the due date and time. All times are Clearwater, Florida local times. The respondent agrees to accept the time stamp in the City’s Procurement Office as the official time. 2.6 Lobbying; Lobbying No-Contact Period; Questions Regarding Solicitation v. 7.2024 3 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. 2.7 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 response. Respondents are cautioned to verify their responses before submission, as amendments to or withdrawal of responses submitted after time specified for opening of responses may not be considered. The City will not be responsible for any respondent errors or omissions. 2.8 Form and Content of Responses Responses, including modifications, must be certified by an authorized representative and submitted electronically. The City requires that an electronic copy of the response be submitted through the City's e- Procurement portal located at https://procurement.opengov.com/portal/myclearwater. The respondent 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 response. 2.9 Modification/Withdrawal of Response For responses 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 responses, written requests to modify or withdraw the proposal response 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 response and marked as a MODIFICATION or WITHDRAWAL of the response. No oral requests will be allowed. 2.10 Debarment Disclosure If the vendor submitting a response 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 respondent shall include a letter with its response identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the v. 7.2024 4 suspension or debarment, and the relevant circumstances relating to the suspension or debarment. If suspension or debarment is currently pending, a detailed description of all relevant circumstances including the details enumerated above must be provided. A response from a respondent who is currently debarred, suspended or otherwise lawfully prohibited from any public procurement activity may be rejected. 2.11 Reservations The City reserves the right to reject any or all responses or any part thereof; to reissue the solicitation; to reject non-responsive or non-responsible responses; to reject unbalanced responses; to reject responses where the terms and/or awards are conditioned upon another event; to reject individual responses for failure to meet any requirement; to award by part or portion, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any response. The City may seek clarification of the response from respondent at any time, and failure to respond is cause for rejection. Submission of a response confers on respondent no right to an award or to a subsequent contract. The City is responsible to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor the City. No binding contract will exist between the respondent and the City until the City executes a written contract or purchase order. 2.12 Official Solicitation Document Changes to the solicitation document made by a respondent 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. 2.13 Contractor Ethics It is the intention of the City to promote courtesy, fairness, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this policy rests with each individual who participates in the Procurement process, including Respondents and Contractors. To achieve this purpose, it is essential that Respondents and Contractors doing business with the City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards to: A. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct. B. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or Services not provided. C. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract. 2.14 Gifts The City will accept no gifts, gratuities or advertising products from respondents or prospective respondents and affiliates. 2.15 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. v. 7.2024 5 ADDRESS PROTESTS TO: City of Clearwater - Procurement Division 1255 Cleveland St, 3rd FL Clearwater FL 33755 or PO Box 4748 Clearwater FL 33758-4748 2.16 Evaluation Process Responses will be reviewed by a screening committee comprised of City employees and/or authorized agents. The City staff may or may not initiate discussions with respondents for clarification purposes. Clarification is not an opportunity to change the response. Respondents 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. 2.17 Criteria for Evaluation and Award The City evaluates three (3) categories of information: responsiveness, responsibility, and the technical response. All responses must meet the following responsiveness and responsibility criteria. A. Responsiveness. The City will determine whether the response complies with the instructions for submitting responses including completeness of response which encompasses the inclusion of all required attachments and submissions. The City must reject any responses that are submitted late. Failure to meet other requirements may result in rejection. B. Responsibility. The City will determine whether the respondent 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: past performance, references (including those found outside the response), compliance with applicable laws, respondent's record of performance and integrity- e.g. has the respondent been delinquent or unfaithful to any contract with the City, whether the respondent is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A respondent 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 respondent’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. C. Technical Response. The City will determine how well responses meet its requirements in terms of the response to the solicitation and how well the offer addresses the needs of the project. The City will rank offers using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. For this RFQ, see Section CRITERIA FOR EVALUATION AND AWARD for the criteria that will be evaluated and their relative weights. 2.18 Short-Listing v. 7.2024 6 The City at its sole discretion may create a short-list of the highest ranked responses based on evaluation against the evaluation criteria. Short-listed proposers may be invited to give presentations and/or interviews. Upon conclusion of any presentations/interviews, the City will finalize the ranking of shortlisted firms. 2.19 Presentations/Interviews Presentations and/or interviews may be requested at the City’s discretion. The location for these presentations and/or interviews will be determined by the City and may be held virtually. 2.20 Contract Negotiations and Acceptance Respondent must be prepared for the City to accept the response as submitted. If respondent 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 response or revoke the award, and may begin negotiations with another Respondent. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the respondent and the City until the City executes a written contract or purchase order. 2.21 Notice of Intent to Award Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the respondent’s responsibility to check the City of Clearwater’s website at https://procurement.opengov.com/portal/myclearwater/projects/181056 to view the Procurement Division's Intent to Award postings. 2.22 RFQ Timeline Dates are tentative and subject to change. Release Project Date: July 3, 2025 Advertise Tampa Bay Times: July 9, 2025 Question Submission Deadline: July 26, 2025, 10:00am Due Date & Time for Submissions and Opening: August 5, 2025, 10:00am Review Responses: August 5 - 15, 2025 Presentations (if requested): Week of August 25, 2025 Award recommendation: Week of August 25, 2025 Council Authorization: October 2025 Contract Begins: October 2025 CRITERIA FOR EVALUATION AND AWARD The City evaluates three (3) categories of information: responsiveness, responsibility, and the technical response. All responses must meet the following responsiveness and responsibility criteria. v. 7.2024 7 A. Responsiveness. The City will determine whether the response complies with the instructions for submitting responses including completeness of response which encompasses the inclusion of all required attachments and submissions. The City must reject any responses that are submitted late. Failure to meet other requirements may result in rejection. B. Responsibility. The City will determine whether the respondent 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: past performance, references (including those found outside the response), compliance with applicable laws, respondent's record of performance and integrity- e.g. has the respondent been delinquent or unfaithful to any contract with the City, whether the respondent is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A respondent 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 respondent’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. C. Technical Response. The City will determine how well responses meet its requirements in terms of the response to the solicitation and how well the offer addresses the needs of the project. The City will rank offers using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. For this RFQ, the criteria that will be evaluated and their relative weights are: No. Evaluation Criteria Scoring Method Weight (Points) 1. Firm's Relevant Experience Points Based 25 (25% of Total) 2. Key Personnel Qualifications Points Based 20 (20% of Total) 3. Project Understanding and Approach Points Based 20 (20% of Total) 4. Past Performance and References Points Based 15 (15% of Total) 5. Workload and Availability Points Based 10 (10% of Total) 6. Local Knowledge and Community Familiarity Points Based 5 (5% of Total) 7. Commitment to Sustainability and Resilience Points Based 5 (5% of Total) STANDARD TERMS AND CONDITIONS 4.1 Definitions v. 7.2024 8 Uses of the following terms are interchangeable as referenced: “vendor, contractor, consultant, supplier, proposer, company, persons”, “purchase order, PO, contract, agreement”, “City, Clearwater”, “bid, proposal, response, quote”. 4.2 Independent Contractor It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor’s employees, not City employees. Accordingly, Contractor and Contractor’s employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a retirement system, paid time off or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers’ compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from all such claims. 4.3 Subcontracting Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. 4.4 Assignment This Agreement may not be assigned either in whole or in part without first receiving the City’s written consent. Any attempted assignment, either in whole or in part, without such consent will be null and void and in such event the City will have the right at its option to terminate the Agreement. No granting of consent to any assignment will relieve Contractor from any of its obligations and liabilities under the Agreement. 4.5 Successor and Assigns, Binding Effect This Agreement will be binding upon and inure to the benefit of the parties and their respective permitted successors and assigns. 4.6 No Third Party Beneficiaries This Agreement is intended for the exclusive benefit of the parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights, or responsibilities in any third parties. 4.7 Non-Exclusivity The City, in its sole discretion, reserves the right to request the materials or services set forth herein from other sources when deemed necessary and appropriate. No exclusive rights are encompassed through this Agreement. 4.8 Amendments There will be no oral changes to this Agreement. This Agreement can only be modified in a writing signed by both parties. No charge for extra work or material will be allowed unless approved in writing, in advance, by the City and Contractor. 4.9 Time of the Essence Time is of the essence to the performance of the parties’ obligations under this Agreement. v. 7.2024 9 4.10 Compliance with Applicable Laws A. General. Contractor must procure all permits and licenses, and pay all charges and fees necessary and incidental to the lawful conduct of business. Contractor must stay fully informed of existing and future federal, state, and local laws, ordinances, executive orders, and regulations that in any manner affect the fulfillment of this Agreement and must comply with the same at its own expense. Contractor bears full responsibility for training, safety, and providing necessary equipment for all Contractor personnel to achieve throughout the term of the Agreement. Upon request, Contractor will demonstrate to the City's satisfaction any programs, procedures, and other activities used to ensure compliance. B. Drug-Free Workplace. Contractor is hereby advised that the City has adopted a policy establishing a drug-free workplace for itself and those doing business with the City to ensure the safety and health of all persons working on City contracts and projects. Contractor will require a drug-free workplace for all Contractor personnel working under this Agreement. Specifically, all Contractor personnel who are working under this Agreement must be notified in writing by Contractor that they are prohibited from the manufacture, distribution, dispensation, possession, or unlawful use of a controlled substance in the workplace. Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel and will ensure that Contractor personnel do not use or possess illegal drugs while in the course of performing their duties. C. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration Reform and Control Act of 1986 (IRCA) in performance under this Agreement and to permit the City and its agents to inspect applicable personnel records to verify such compliance as permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all Contractor personnel have a legal right to live and work in the United States. 1. As applicable to Contractor, under this provision, Contractor hereby warrants to the City that Contractor and each of its subcontractors will comply with, and are contractually obligated to comply with, all federal immigration laws and regulations that relate to their employees (hereinafter “Contractor Immigration Warranty”). 2. A breach of the Contractor Immigration Warranty will constitute as a material breach of this Agreement and will subject Contractor to penalties up to and including termination of this Agreement at the sole discretion of the City. 3. The City retains the legal right to inspect the papers of all Contractor personnel who provide services under this Agreement to ensure that Contractor or its subcontractors are complying with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. 4. The City may, at its sole discretion, conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any random verification performed. 5. Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 274B of the Federal Immigration and Nationality Act. v. 7.2024 10 D. Nondiscrimination. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor’s personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. 4.11 Sales/Use Tax, Other Taxes Contractor is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Contractor’s services under this Agreement, including by way of illustration but not limitation, federal and state income tax, Social Security tax, unemployment insurance taxes, and any other taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of the City or should otherwise claim the City is liable for the payment of taxes that are Contractor’s responsibility under this Agreement, Contractor will indemnify the City for any tax liability, interest, and penalties imposed upon the City. The City is exempt from paying state and local sales/use taxes and certain federal excise taxes and will furnish an exemption certificate upon request. 4.12 Amounts Due the City Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. 4.13 Public Records In addition to all other contract requirements as provided by law, the Contractor executing this Agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, Rosemarie Call, Phone: 727-444-7151 or Email: Rosemarie.Call@myclearwater.com, 600 Cleveland Street, Suite 600, Clearwater, FL 33755. The Contractor agrees to comply with the following: A. Keep and maintain public records required by the City of Clearwater (hereinafter “public agency” in this section) to perform the service being provided by the contractor hereunder. B. Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. C. Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. v. 7.2024 11 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. 4.14 Audits and Records Contractor must preserve the records related to this Agreement for five (5) years after completion of the Agreement. The City or its authorized agent reserves the right to inspect any records related to the performance of work specified herein. In addition, the City may inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the Agreement. Contractor will permit such inspections and audits during normal business hours and upon reasonable notice by the City. The audit of records may occur at Contractor’s place of business or at City offices, as determined by the City. 4.15 Background Check v. 7.2024 12 The City may conduct criminal, driver history, and all other requested background checks of Contractor personnel who would perform services under the Agreement or who will have access to the City’s information, data, or facilities in accordance with the City’s current background check policies. Any officer, employee, or agent that fails the background check must be replaced immediately for any reasonable cause not prohibited by law. 4.16 Security Clearance and Removal of Contractor Personnel The City will have final authority, based on security reasons: (i) to determine when security clearance of Contractor personnel is required; (ii) to determine the nature of the security clearance, up to and including fingerprinting Contractor personnel; and (iii) to determine whether or not any individual or entity may provide services under this Agreement. If the City objects to any Contractor personnel for any reasonable cause not prohibited by law, then Contractor will, upon notice from the City, remove any such individual from performance of services under this Agreement. 4.17 Default A. A party will be in default if that party: (i) is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects Contractor’s capability to perform under the Agreement; (ii) is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar days; (iii) conducts business in an unethical manner or in an illegal manner; or (iv) fails to carry out any term, promise, or condition of the Agreement. B. Contractor will be in default of this Agreement if Contractor is debarred or suspended in accordance with the Clearwater Code of Ordinances Section 2.565 or if Contractor is debarred or suspended by another governmental entity. C. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non-defaulting party to provide notice of the default does not waive any rights under the Agreement. D. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor’s intent or ability to perform, the City may demand that Contractor give a written assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. 4.18 Remedies The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: A. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. B. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring v. 7.2024 13 immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and costs. C. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. D. Neither party will be liable for incidental, special, or consequential damages. 4.19 Continuation During Disputes Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. 4.20 Termination for Convenience The City reserves the right to terminate this Agreement at its convenience, in part or in whole, upon thirty (30) calendar days’ written notice. 4.21 Termination for Conflict of Interest The City may cancel this Agreement after its execution, without penalty or further obligation, if any person significantly involved in initiating, securing, drafting, or creating the Agreement for the City becomes an employee or agent of Contractor. 4.22 Termination for Non-Appropriation and Modification for Budgetary Contraints The City is a governmental agency which relies upon the appropriation of funds by its governing body to satisfy its obligations. If the City reasonably determines, in its sole discretion, that it does not have funds to meet its obligations under this Agreement, the City will have the right to terminate the Agreement without penalty on the last day of the fiscal period for which funds were legally available. In the event of such termination, the City agrees to provide written notice of its intent to terminate thirty (30) calendar days prior to the stated termination date. 4.23 Payment to Contractor Upon Termination Upon termination of this Agreement, Contractor will be entitled only to payment for those services performed up to the date of termination, and any authorized expenses already incurred up to such date of termination. The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractor’s properly prepared final invoice. 4.24 Non-Waiver of Rights There will be no waiver of any provision of this Agreement unless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the Agreement and will not be deemed a waiver of any such rights or remedies. 4.25 Indemnification/Liability v. 7.2024 14 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. 4.26 Warranty Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like, and professional manner. The City’s acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City’s reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will be free of defects in materials and workmanship, will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. 4.27 City's Right to Recover Against Third Parties Contractor will do nothing to prejudice the City’s right to recover against third parties for any loss, destruction, or damage to City property, and will at the City’s request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. 4.28 No Guarantee of Work Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. 4.29 Ownership v. 7.2024 15 All deliverables, services, and information provided by Contractor or the City pursuant to this Agreement (whether electronically or manually generated) including without limitation, reports, test plans, and survey results, graphics, and technical tables, originally prepared in the performance of this Agreement, are the property of the City and will not be used or released by Contractor or any other person except with prior written permission by the City. 4.30 Use of Name Contractor will not use the name of the City of Clearwater in any advertising or publicity without obtaining the prior written consent of the City. 4.31 FOB Destination Freight Prepaid and Allowed All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. 4.32 Risk of Loss Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss, injury, or destruction will not release Contractor from any obligation hereunder. 4.33 Safeguarding City Property Contractor will be responsible for any damage to City real property or damage or loss of City personal property when such property is the responsibility of or in the custody of Contractor or its employees. 4.34 Warranty of Rights Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble, or hindrance from Contractor or third parties. 4.35 Proprietary Rights Indemnification Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret, or other intellectual property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action, or pay any settlement of such action or claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final judgment is obtained against the City’s use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense and without limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage, from the time of installation acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. 4.36 Contract Administration This Agreement will be administered by the Purchasing Administrator and/or an authorized representative from the using department. All questions regarding this Agreement will be referred to the administrator for resolution. Supplements may be written to this Agreement for the addition or deletion of services. Payment will be negotiated and determined by the contract administrator(s). 4.37 Force Majeure v. 7.2024 16 Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. 4.38 Cooperative Use of Contract This Agreement may be extended for use by other municipalities, counties, school districts, and government agencies with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. 4.39 Fuel Charges and Price Increases No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City’s Procurement Division. 4.40 Notices All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid; (iii) sent via electronic mail; (iv) sent via overnight courier; or (v) sent via facsimile. If provided by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or registered mail, receipt will be deemed effective three (3) calendar days after being deposited in the United States mail. If sent via electronic mail, overnight courier, or facsimile, receipt will be deemed effective two (2) calendar days after the sending thereof. 4.41 Governing Law, Venue This Agreement is governed by the laws of the State of Florida. The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Pinellas County, Florida. 4.42 Integration Clause This Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. 4.43 Provisions Required by Law Any provision required by law to be in this Agreement is a part of this Agreement as if fully stated in it. 4.44 Severability If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or unenforceability. 4.45 Surviving Provisions v. 7.2024 17 Notwithstanding any completion, termination, or other expiration of this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth rights and obligations that extend beyond completion, termination, or other expiration of this Agreement, will survive and remain in full force and effect. Except as specifically provided in this Agreement, completion, termination, or other expiration of this Agreement will not release any party from any liability or obligation arising prior to the date of termination. DETAILED SPECIFICATIONS 5.1 Introduction The City of Clearwater (City) is a coastal community on Florida's West Coast and the third-largest city in the Tampa Bay area with a population of approximately 118,463 residents. Clearwater Beach, a renowned international destination in Pinellas County, attracts millions of tourists annually and most recently received 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 dedicated to providing superior services to its customers in order to improve the quality of life for Clearwater residents, businesses and visitors. The City of Clearwater is committed to ensuring that we have a sustainable city through green measures focusing on our economy, environment, and community and is looking for vendors who share that dedication and will help the City meet that goal. 5.2 Project Mission The City of Clearwater is dedicated to providing superior services to its customers in order to improve the quality of life for Clearwater residents, businesses and visitors. The City of Clearwater is committed to ensuring that we have a sustainable city through green measures focusing on our economy, environment, and community and is looking for vendors who share that dedication and will help the City meet that goal. 5.3 Background The Eddie C. Moore Complex is a premier softball facility used by local leagues, regional tournaments, and national competitions. Multi-purpose fields east and west are used primarily for local leagues and co-sponsor group programs. In 2024, we hosted 28 tournaments including the Shriners Children Clearwater Invitational, where all 40 games were broadcasted on the ESPN Network and the National Fastpitch Coaches Association Leadoff Classic where they had games broadcast on the MLB Network. We also supported over 100 adult softball teams, two youth co-sponsored groups(Clearwater Lady Bombers and Clearwater Bullets), misc. rentals and all of the home games for the St. Petersburg College Softball Team. This project will address the oldest of the EC Moore complex, fields 1-4 and the multipurpose fields east and west. When the fields were originally constructed in 1983 a single- story concession and restroom building with a shade overhang was constructed in the center of the four fields. The existing building is inadequate to meet the current needs of the local teams and increase sports tourism use. This project will include construction of a new press box to replace this building and renovate the surrounding field areas to enhance functionality, safety, and aesthetics, and to meet current accessibility and operational standards. The project will involve structural and civil engineering evaluations, press box design, site improvements, and utility coordination. It is imperative that this project is under construction by February 2027 and completed by January 2028. 5.4 Scope of Services v. 7.2024 18 The City of Clearwater is seeking responses from qualified architectural/engineering firms to provide consulting and design services for the renovation of the Eddie C. Moore Complex fields 1-4 and adjacent multi-purpose fields to the east and west. The project aims to enhance the operational efficiency and safety of the facilities while improving the overall spectator experience. The selected firm will work closely with city personnel and stakeholders to ensure that project goals align with community needs, budget constraints, and regulatory requirements. The selected firm will be responsible for providing professional engineering and design services that may include, but are not limited to: • Site investigation and assessment of existing conditions • Subsurface Utility Engineering (SUE) • Geotechnical Site Review • Tree Inventory & Preservation • Structural and civil engineering design for press box and adjacent field infrastructure • ADA compliance review and recommendations • Utility system and stormwater drainage analysis and redesign • Cost estimating and phasing recommendations • Construction documents and technical specifications • Permitting • Bid and construction phase support (if authorized) • Engineering services during construction and construction administration Proposed Scope of Services – Softball Fields • Building Construction: Construction of a two-story building, including finished restrooms, multipurpose rooms, elevator, lobby, storage areas, windows, doors, plumbing, electrical systems, sewer connections, and a technology room. • Field Amenities: Installation of half walls, wall padding, netting, seating, dugouts, benches, field fixtures, warm-up areas, roofing, plumbing, electrical systems, sewer connections, and irrigation. • Field Lighting: Installation of LED athletic lighting on all nine (9) fields. • Technology and Scoreboards: Installation of Wi-Fi, replacement of technology terminations, new public address system, and new scoreboards with controllers for Fields 1 through 4. • Flatwork: Replacement of flatwork throughout the complex. • Site Work: Demolition of existing structures, regrading of infield clay and warm-up areas, selective fencing replacement, construction of a retention pond if required, and connection of sewer lines to existing infrastructure. • Landscaping: Installation of landscaping, tree replacement, and irrigation across the entire complex. Proposed Scope of Services – Multi-Purpose Fields • Field Improvements: Regrade both turf fields, install a new irrigation system, modify select fencing, and install LED field lighting. 5.5 Minimum Qualifications Responding firms must demonstrate: • Current professional engineering license in the State of Florida v. 7.2024 19 • Proven experience with athletic facility or park improvement projects of similar scope for public agencies • Proven knowledge of municipal permitting processes and regulatory compliance • Sufficient staffing and resources to complete the project in a timely manner A minimum of three (3) references, preferably from other public entities for which similar services have been provided, are required. INSURANCE REQUIREMENTS A list of Insurance Policies that may be required. 6.1 Requirements The Vendor shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better. In addition, the City has the right to review the Contractor’s deductible or self-insured retention and to require that it be reduced or eliminated. Specifically the Vendor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the termination or expiration of this Agreement: 6.2 Commercial General Liability Insurance Coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. 6.3 Commercial Automobile Liability Insurance Coverage for any owned, non-owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. 6.4 Professional Liability/Malpractice/Errors or Omissions Insurance Coverage appropriate for the type of business engaged in by the Respondent with minimum limits of $2,000,000 (two million dollars) per occurrence. If a claims made form of coverage is provided, the retroactive date of coverage shall be no later than the inception date of claims made coverage, unless the prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (SERP) of as great a duration as available, and with no less coverage and with reinstated aggregate limits, or by requiring that any new policy provide a retroactive date no later than the inception date of claims made coverage. 6.5 Workers’ Compensation Insurance Unless waived by the State of Florida and proof of waiver is provided to the City, statutory Workers’ Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer’s Liability Insurance in the minimum amount of $1,000,000 (one million dollars) each employee each accident, $1,000,000 (one million dollars) each employee by disease, and $1,000,000 (one million dollars) disease policy limit. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. v. 7.2024 20 6.6 Waiver of Subrogation With regard to any policy of insurance that would pay third party losses, Contractor hereby grants City a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect such waiver, but this provision shall apply to such policies regardless of whether or not the city has received a waiver of subrogation endorsement from each insurer. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. 6.7 Other Insurance Provisions Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Vendor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an “Additional Insured” on the Commercial General Liability Insurance and the Commercial Automobile Liability Insurance. In addition when requested in writing from the City, Vendor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Procurement Division, 41-25 P.O. Box 4748 Clearwater, FL 33758-4748 Vendor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. Vendor’s insurance as outlined above shall be primary and non-contributory coverage for Vendor’s negligence. Vendor reserves the right to appoint legal counsel to provide for the Vendor’s defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Vendor’s design, equipment, or service. Vendor agrees that the City shall not be liable to reimburse Vendor for any legal fees or costs as a result of Vendor providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and City’s failure to request evidence of this insurance shall not be construed as a waiver of Vendor’s (or any contractors’, subcontractors’, representatives’ or agents’) obligation to provide the insurance coverage specified. MILESTONES 7.1 Anticipated Beginning and End of Initial Term The initial term is estimated to be from October 1, 2025 through Project Completion. If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 7.2 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. v. 7.2024 21 RESPONSE ELEMENTS NOTE: Every proposal received by the City is considered a public record pursuant to Chapter 119, Florida Statutes. Vendors who mark responses as exempt from public disclosure must identify the specific exemption applicable to the information. In the event the City receives a public records request for a Vendor’s proposal, the City reserves the right to independently review the proposal for statutory exemptions. While the City will take the proposed exemption into consideration when responding to a public records request, please be aware that the proposal may still be subject to complete disclosure, and the proposed exemption may not meet the statutory criteria. For questions, please contact the City Clerk. 8.1 Response Submission The City prefers responses are submitted electronically through the City's e-Procurement Portal located at https://procurement.opengov.com/portal/myclearwater. Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor internet connections. The City strongly recommends completing your response well ahead of the deadline. Bidders can get help through OpenGov Assist, located on the bottom right of the OpenGov portal. 8.2 Responsel Format RESPONSE FORMAT – All responses, whether submitted by mail, hand delivery, or electronically, shall not exceed twenty-eight (28) total pages, inclusive of typed content, graphics, charts, and photographs. Each tab outlined below specifies the allowable number of pages. Page counts are based on standard 8½" x 11" paper, with each printed side counted as one (1) page. The total page limit excludes documents submitted under Tab 9, reference letters under Tab 5, required forms, tabbed dividers, the cover page, and the back cover. Submittals exceeding the page count limit may be deemed non- responsive. NOTE: Every response received by the City will be considered a public record pursuant to Chapter 119, Florida Statutes. Any response marked confidential may be deemed non- responsive to this RFQ. TAB 1 – Letter of Interest [2 pages]. The cover letter should briefly introduce the Firm and include: A. A statement confirming that all information contained in the response is complete and accurate. B. Signature from the firm’s principal certifying that sufficient resources in personnel, equipment, and time are available and can be committed to this project. C. Contact information for the firm’s principal including email address and phone number. TAB 2 - Firm’s Relevant Experience [6 pages] a. Demonstrated experience in engineering design and renovation of sports complexes, athletic fields, press box structures, and associated site improvements. b. Experience working with public sector clients, especially municipalities or counties. c. History of delivering similar projects on time and within budget. TAB 3 - Key Personnel Qualifications [4 pages] a. Experience, certifications, and roles of key team members assigned to this project. v. 7.2024 22 b. Specific expertise in structural engineering, sports facility upgrades, site drainage, and utility coordination. c. Resumes and project responsibilities for the proposed project team. TAB 4 - Project Understanding and Approach [6 pages] a. Understanding of project scope, including considerations for phased construction, public access, and event scheduling. b. Approach to meeting the City’s expectations regarding aesthetics, safety, ADA compliance, and functionality. c. Anticipated challenges and the firm’s proposed mitigation strategies. TAB 5 - Past Performance and References [4 pages] a. Quality and relevance of past performance with similar engineering projects. b. Minimum of three client references (preferably from public agencies) with contact information. o Reference letters are highly encouraged and will not count against page limit restriction. c. Record of responsiveness, problem-solving, and communication throughout prior projects. TAB 6 - Workload and Availability [2 pages] a. Current and projected workload and ability to begin work immediately upon award. b. Availability of key personnel throughout the duration of the project. TAB 7 - Local Knowledge and Community Familiarity [2 pages] a. Understanding local conditions, permitting requirements, and familiarity with the Eddie C. Moore Complex or similar regional facilities. TAB 8 - Commitment to Sustainability and Resilience [2 pages] a. Incorporation of sustainable design principles, environmental considerations, and durability of materials. b. Awareness of climate resiliency and energy-efficient design practices. TAB 9 – Litigation. NOTE: this is not considered Confidential or Proprietary information – any response indicating such may be deemed non-responsive to the RFQ. A. Provide a complete listing of any convictions or fines incurred by the respondent firm or any of its principals for violations of any state or federal law within the past three (3) years. Identify firm’s executives who have current claims or who have participated in litigation against the City of Clearwater while with another firm. Executives of firms currently under litigation with the City may not be considered for this project. B. Provide a complete listing of all litigation involving a construction project or contract (excluding personal injury and workers’ compensation) whether currently pending or concluded within the past three (3) years in which the respondent firm was a named party. C. Provide a complete listing of all administrative proceedings involving a construction project or contract, whether currently pending or concluded within the past three (3) years, in which the respondent firm was a named party. (NOTE: Administrative Proceedings shall include: (i) any action taken or proceeding brought by a governmental agency, department, or officer to enforce any law, regulation, code, legal, or contractual requirement, except for those brought in state or federal courts; (ii) any action taken by a governmental agency, department, or officer imposing penalties, fines, or other sanctions for failure to comply with any such legal or contractual requirement; or (iii) any other matter before an administrative body.) D. Provide a complete listing of all arbitrations involving a construction project or contract, whether currently pending or concluded in the past three (3) years, in which the respondent firm was a named party. v. 7.2024 23 Other Forms. The following forms should be completed and signed: A. Scrutinized Companies Form(s) as required B. Truth In Negotiations Form C. Compliance with Anti-Human Trafficking Laws Form as required D. Copy of the firm’s current Florida Department of Business and Professional Regulation’s License  E. If the firm is a corporation, a copy of the current Florida Corporation Registration   F. W-9 Form. All responses should include a fully completed, most current W-9 form. Failure to include the W-9 will not disqualify your bid. (http://www.irs.gov/pub/irs-pdf/fw9. SUBMITTAL REQUIREMENTS 1 Exceptions* Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Do you have any exceptions to the provisions or specifications? ☐ Yes ☐ No *Response required When equals "Yes" Exceptions Taken* **Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a Proposal non-responsive. Upload a copy of any exceptions taken to the provisions or specifications in this solicitation. *Response required 2 Additional Materials* Have you included any additional materials? ☐ Yes ☐ No *Response required When equals "Yes" Description of Additional Materials* Provide a brief description of the additional materials included. *Response required 3 Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? ☐ Yes ☐ No v. 7.2024 24 *Response required When equals "Yes" Certified Business Type* Pick one of the following. ☐ Certified Small Business ☐ Certified Minority, Woman, or Disadvantaged Business Enterprise *Response required When equals "Yes" Certifying Agency* List the Agency that provided your certification. *Response required When equals "Yes" Certification Documentation* Provide a copy of your certification. *Response required 4 Vendor Certification* By submitting this response, the Vendor hereby certifies that: A. It is under no legal prohibition on contracting with the City of Clearwater. B. It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. C. It has no known, undisclosed conflicts of interest. D. The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. E. No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. F. It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. G. It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. v. 7.2024 25 H. It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. I. It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. J. It is current in all obligations due to the City. K. It will accept all terms and conditions as set forth in this solicitation if awarded by the City. L. The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. ☐ Please confirm *Response required 5 E-Verify System Certification* PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. The affiant, by virtue of confirming below, certifies that: A. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. B. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. C. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. D. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. E. The Contractor must maintain a copy of such affidavit. F. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). G. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. H. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. ☐ Please confirm *Response required 6 Vendor's Response* Upload a copy of your response with the information requested as detailed in the solicitation titled 41-25 Design Services for Pressbox and Sports Field at Eddie C Moore Complex. *Response required v. 7.2024 26 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 Truth in Negotiations Certificate* Please download the below documents, complete, and upload. • Truth_In_Negotiation_Certif... *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 27 1) ASD|SKY 2) CPH Consulting LLC 1240 5th Ave 500 W Fulton St Tampa, FL 33605 Sanford, FL 32771 3) PBK Architects Florida Inc 4) Rowe Architects LLC 2714 Dr. Martin Luther King JR St N 100 Madison St, Ste 200 St. Petersburg, FL 33704 Tampa, FL 33602 5) The Osborn Engineering Company 6) Wannemacher Jensen Archtects, LLC dba OSPORTS 132 Mirror Lake Dr N, Ste 301 400 N Tampa St, Ste 2230 St. Petersburg, FL 33701 Tampa, FL 33602 7) West Architecture + Design LLC 820 N 4th St Lantana, FL 33462 ADVERTISED: TAMPA BAY TIMES 07.09.25 POSTED:myclearwater.com 07.03.25-08.05.25 Due/Opening: August 5, 2025; 10:00 a.m. REQUEST FOR QUALIFICATIONS No. 41-25 Design Services for Pressbox and Sports Field at Eddie C Moore Complex Solicitation Response Listing FOR THE CITY OF CLEARWATER City of Clearwater Procurement Jay Ravins, Department Director 100 South Myrtle Avenue, Clearwater, FL 33756 [PBK ARCHITECTS FLORIDA, INC.] RESPONSE DOCUMENT REPORT RFQ No. 41-25 Design Services for Pressbox and Sports Field at Eddie C Moore Complex RESPONSE DEADLINE: August 5, 2025 at 10:00 am Report Generated: Tuesday, August 5, 2025 PBK Architects Florida, Inc. Response CONTACT INFORMATION Company: PBK Architects Florida, Inc. Email: marketing_east@pbk.com Contact: Gina Tecilla Address: 2714 Dr. ML King Jr. St. N St. Peteresburg, FL 33704 Phone: (727) 896-4611 Website: www.pbk.com Submission Date: Aug 4, 2025 6:42 PM (Eastern Time) [PBK ARCHITECTS FLORIDA, INC.] RESPONSE DOCUMENT REPORT RFQ No. 41-25 Design Services for Pressbox and Sports Field at Eddie C Moore Complex [PBK ARCHITECTS FLORIDA, INC.] RESPONSE DOCUMENT REPORT Request For Qualification - Design Services for Pressbox and Sports Field at Eddie C Moore Complex Page 2 ADDENDA CONFIRMATION No addenda issued QUESTIONNAIRE 1. Exceptions* Pass Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Do you have any exceptions to the provisions or specifications? No 2. Additional Materials* Pass Have you included any additional materials? No 3. Certified Business* Pass Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? No [PBK ARCHITECTS FLORIDA, INC.] RESPONSE DOCUMENT REPORT RFQ No. 41-25 Design Services for Pressbox and Sports Field at Eddie C Moore Complex [PBK ARCHITECTS FLORIDA, INC.] RESPONSE DOCUMENT REPORT Request For Qualification - Design Services for Pressbox and Sports Field at Eddie C Moore Complex Page 3 4. Vendor Certification* Pass 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. [PBK ARCHITECTS FLORIDA, INC.] RESPONSE DOCUMENT REPORT RFQ No. 41-25 Design Services for Pressbox and Sports Field at Eddie C Moore Complex [PBK ARCHITECTS FLORIDA, INC.] RESPONSE DOCUMENT REPORT Request For Qualification - Design Services for Pressbox and Sports Field at Eddie C Moore Complex Page 4 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 5. E-Verify System Certification* Pass PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. The affiant, by virtue of confirming below, certifies that: A. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. B. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. C. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. D. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. E. The Contractor must maintain a copy of such affidavit. F. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). G. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. H. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. Confirmed [PBK ARCHITECTS FLORIDA, INC.] RESPONSE DOCUMENT REPORT RFQ No. 41-25 Design Services for Pressbox and Sports Field at Eddie C Moore Complex [PBK ARCHITECTS FLORIDA, INC.] RESPONSE DOCUMENT REPORT Request For Qualification - Design Services for Pressbox and Sports Field at Eddie C Moore Complex Page 5 6. Vendor's Response* Upload a copy of your response with the information requested as detailed in the solicitation titled 41-25 Design Services for Pressbox and Sports Field at Eddie C Moore Complex. RFQ41-25_PBK_Response.pdf 7. Scrutinized Company Certification* Please download the below documents, complete, and upload. • SCRUTINIZED_COMPANIES_AND_B... SCRUTINIZED_COMPANIES_AND_BUSINESS_OPERATIONS_CERTIFICATION.pdf 8. Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... Compliance_with_787.06_form_.pdf 9. Truth in Negotiations Certificate* Please download the below documents, complete, and upload. • Truth_In_Negotiation_Certif... Truth_In_Negotiation_Certificate_Form.pdf 10. W-9* Upload your current W-9 form. (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf) Current_PBK_Architects_FL_W9.pdf PBK.COMRFQ #41-25 • AUGUST 5, 2025 DESIGN SERVICESPRESS BOX & SPORTS FIELDAT EDDIE C MOORE COMPLEX CITY OF CLEARWATER CITY OF CLEARWATER • RFQ #41-25 TOC • DESIGN SERVICES FOR PRESSBOX AND SPORTS FIELD AT EDDIE C MOORE COMPLEX • PAGE 2 LETTER OF INTERESTPAGE 3-4 1 FIRM’S RELEVANT EXPERIENCEPAGE 5-11 2 KEY PERSONNEL QUALIFICATIONS PAGE 12-16 3 PROJECT UNDERSTANDING & APPROACHPAGE 17-22 4 PAST PERFORMANCE & REFERENCESPAGE 23-29 5 WORKLOAD & AVAILABILITYPAGE 30-31 6 LOCAL KNOWLEDGE & COMMUNITY FAMILIARITYPAGE 32-33 7 COMMITMENT TO SUSTAINABILITY & RESILIENCEPAGE 34-36 8 LITIGATIONPAGE 37-38 9 OTHER FORMS PAGE 39-46 10 TABLE OF CONTENTS TAB 1 | LETTER OF INTEREST PBK • 101 PARAMOUNT DRIVE • SUITE 250 • SARASOTA, FL 34323 • T. 941.954.7632 PBK.COM AUGUST 5TH, 2025 LICENSE #AR0013140 City of Clearwater 100 S Myrtle Avenue, 3rd Floor Cleveland St. 3rd FL Clearwater, FL 33756 RE: #29-25 DESIGN SERVICES FOR PRESSBOX AND SPORTS FIELD AT EDDIE C. MOORE COMPLEX Dear Members of the Selection Committee, PBK is pleased to submit our qualifications for the City of Clearwater’s Design Services for the Pressbox and Sports Field at the Eddie C. Moore Complex. With over 87 years of architectural service in Florida and $20 billion in sports and recreation facility construction, we are well-positioned to deliver efficient, performance-driven solutions that support long-term municipal needs. This project offers an important opportunity to enhance one of Clearwater’s most active community sports venues. We understand the balance it requires: improving infrastructure, accessibility, and event operations, while maintaining ongoing programming and minimizing disruption. The addition of a modernized pressbox and associated upgrades will elevate safety, functionality, and the overall user experience. Our Florida-based Sports Division, supported by our St. Petersburg team, brings direct experience delivering athletic facility improvements in live, community-use environments. We have managed phased construction, permitting, and stakeholder coordination across similar projects statewide. Our collaborative approach begins with listening and is supported by a national network of more than 40 sports design professionals. CLEARWATER EXPERIENCE AND LOCAL COMMITMENT PBK has partnered with the City of Clearwater for over 25 years, with a portfolio that includes the Main and Countryside Libraries, the District Three Operations and Training Center, and multiple continuing services contracts. Most recently, we are working towards the completion of the South Osceola Parking Garage. This history reflects our working knowledge of the City’s permitting, process standards, and project expectations. For this project, our local team stands ready to provide direct, responsive support throughout design and construction. LARGE, EXPERIENCED TEAM WITH DEPTH AND FLEXIBILITY PBK employs over 130 professionals across Florida, including 46+ registered architects and interior designers. This allows us to manage complex, concurrent projects with continuity and flexibility. Every engagement is led by committed local staff, with seamless support from our statewide and national teams. CLIENT-FOCUSED PROCESS We operate with a service-first culture—emphasizing responsiveness, clear communication, and a team-oriented mindset. Many of our long-standing client relationships are built on trust, follow-through, and consistently delivering on expectations. SUSTAINABLE AND RESILIENT DESIGN Our portfolio includes more than 20 LEED-certified projects and others designed to meet Florida’s evolving energy and resilience standards. We will integrate sustainable strategies that reduce maintenance needs and support long-term durability—particularly critical for high-use recreational assets like Eddie C. Moore, along with designing to City of Clearwater’s Sustainability Greenprint. We value the opportunity to continue our work with the City of Clearwater through this important improvement. Our team is prepared to help enhance the City’s parks and recreation offerings with a facility that serves athletes, staff, and the greater community. I confirm that all information in this response is accurate and that we have the staff, resources, and commitment necessary to support the project’s success. Please feel free to contact me directly at Steve.Padgett@pbk.com or 941.320.3991 with any questions. Sincerely, Steve Padgett AIA, NCARB, LEED APPrincipal TAB 2 | FIRM’S RELEVANT EXPERIENCE TAB 2 • FIRM’S RELEVANT EXPERIENCE • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 6 CITY OF CLEARWATER • RFQ #41-25 Team’s Demonstrated Expertise SPORTS & RECREATION FACILITIES • $20B+ in Sports Facility Construction • 320+ Athletic Programs Served • 135+ Stadium Complexes • 120+ Recreational Sports Complexes • 50+ Baseball/Softball Stadiums • 400+ Synthetic & Natural Turf Fields CITY OF CLEARWATER & LOCAL PRESENCE • 25+ Years Serving the City of Clearwater • 60+ Structural & Civil Sports Projects for the City of Clearwater • 125+ Parks & Recreation Projects in Clearwater • 300+ Projects Completed in Collaboration with PBK & Pennoni • 25+ Years of Structural & Civil Experience at Eddie C. Moore Complex PENNONI’S ENGINEERING, SITE, & INFRASTRUCTURE EXPERIENCE • 63 Clearwater Sports Facility Structural Projects by Pennoni • 10+ Structural Assessments & Repairs at BayCare Ballpark (2021–2025) • 15+ Structural Evaluations at Bright House Field • 10+ Structural & ADA Upgrades at Jack Russell Stadium • 10+ Field Wall, Dugout, and Utility Projects at Eddie C. Moore Complex • 30+ Waterproofing, Concrete, and Drainage Remediation Projects • 125+ Public Park Site Improvements Across Florida Relevant Experience Our team brings unmatched depth in the design and renovation of athletic facilities, combining decades of sports-specific architectural expertise with seasoned engineering, field design, and site development professionals who have delivered successful sports and recreation projects throughout Florida. At the core of our team is PBK’s dedicated Sports Division, responsible for over $20 billion in sports construction, and extensive work on more than 120 recreational sports complexes, 50+ baseball/softball stadiums, and 400+ synthetic and natural turf fields. Our team understands how to deliver performance-driven solutions that enhance the athlete and fan experience while ensuring operational efficiency and long-term value for municipal clients. Complementing our architectural expertise, Pennoni brings over 25 years of experience at the Eddie C. Moore Complex and more than 60 sports-related engineering projects with the City of Clearwater alone. Their extensive work on BayCare Ballpark, Spectrum Field, and Jack Russell Stadium includes structural assessments, pressbox modifications, grandstand retrofits, concrete and waterproofing repairs, and ADA seating upgrades. Their unmatched familiarity with Clearwater’s permitting standards and Parks & Recreation priorities allows for seamless integration of structural, drainage, and site infrastructure improvements in live-use environments. Engineering Matrix further strengthens our engineering bench with their recent and ongoing work across more than 20 active sports park and athletic facility projects, of which several have and are being performed with Principal-In-Charge, Steve Padgett. This team was assembled strategically, drawing on each firm’s proven history of delivering successful sports and recreation projects across Florida—many for municipal clients facing similar challenges around live site renovations, phased construction, utility coordination, and multi-user programming. Together, our team brings a deep bench of professionals who understand the operational realities of municipal sports complexes, the technical demands of pressbox and field upgrades, and the civic responsibility of designing public facilities that endure. We have selected professionals who know Clearwater, know these facilities, and have consistently delivered projects that balance performance, accessibility, resilience, and cost-conscious design. TAB 2 • FIRM’S RELEVANT EXPERIENCE • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 7 CITY OF CLEARWATER • RFQ #41-25 PROJECT SIZE 23 Acres PROJECT COST $24,000,000 OWNER CONTACTKitson & PartnersBill MooreBabcock Property Holdings, LLC239.449.5920bmoore@kitsonpartners.com PBK led the design and construction administration of this 23-acre multi-sport complex supporting football, soccer, lacrosse, baseball, softball, and track & field. The facility includes a synthetic turf stadium field, full track & field venue, natural turf soccer field, and separate baseball/softball fields with dugouts, bullpens, and batting cages. Designed for both high school and community use, the project emphasizes sustainability through native landscaping, water-efficient irrigation, and compliance with Babcock Ranch and SFWMD standards. WILLIAM & MARY ANN SMITH SPORTS COMPLEX, BABCOCK RANCH, FL KEY WEST HIGH SCHOOL BACKYARD STADIUM, KEY WEST, FL PROJECT SIZE 900 SF Building6.4 Acres Site PROJECT COST $10,296,289 OWNER CONTACTMonroe County School District Douglas Pryor 305.293.1400 x53465 douglas.pryor@keyschools.com This 6.4-acre design-build project features a synthetic turf field for football, soccer, and lacrosse; a synthetic softball field with bullpens and batting cages; and a natural grass practice field with a removable outfield fence. Ecotherm recycled infill was used to reduce surface temperatures while maintaining G-Max performance. The complex also includes a rubberized track, bleachers, press boxes, and a flood-proofed 900 SF concessions/restroom building with a hardscaped plaza and ticketing canopy. Completed on time & within budget. Completed on time & within budget. TAB 2 • FIRM’S RELEVANT EXPERIENCE • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 8 CITY OF CLEARWATER • RFQ #41-25 PROJECT SIZE 11 Acres PROJECT COST $4,000,000 OWNER CONTACTHillsborough County Chris Postiglione813.635.5400postiglionec@hcfl.gov Home to the largest FIFA Quality Certified synthetic turf field in the U.S., the SouthShore Sportsplex was designed for multi-sport use, including baseball, softball, soccer, lacrosse, and football. PBK collaborated with the architect, civil engineer, and County to ensure field standards were met while optimizing layouts, markings, drainage, and infrastructure. Led by field design specialist Bill McBride, PBK developed the master plan and technical details, delivering a high-performance, durable facility that meets County and governing body requirements. SOUTHSHORE SPORTSPLEX, APOLLO BEACH, FL XXX X X X X X X X X X XXXXXXXXXXXXXXXXXXXXXX XXXXXXXXXX X X X X X X X X X X X X X X X X X XXXXX X X X X X XX X XX XXX XECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECECRWXX X X X X XXXXXX X X X X X X X X X X X XXXX X X XXXXXX EC X X X X X X X X X X X XX XXXXXXXX X X X X X X X X X X X XX XXXX X X X XXXXX X X X X X X XX XX X X XXXX XXXXXXX X X X X X X X X XXXX X X X X X X XXXX X X X X X X X X X X X X X XX XXXXXXXXXX X X X X X XXXXX X X XXXX XXXXXXX X X X X X X X X XXXX X X X X X X XXXXXXXXXXXXXXX XAA / PF-7 . 0 0 A / PF-7 . 0 0 SYNTHETIC TURFPROFILE 90°'60' - 0"60' - 0"3'15' AA / PF-7 . 0 0 R8' Q / PF-7.00 BATTER'S B O XDETAIL R60' 30' - 0"A / PF-7.00T / PF-7.00BASE ANCHORDETAIL B + C / PF-7.00SYNTHETIC T U R F ATTACHMENTDETAIL 10' 10'10'A / PF-7.00SYNTHETIC T U R F PROFILESCOREBOARDY / PF7.0 0 FOUL POLEDETAIL Y / PF7.00FOUL POLEDETAIL43' - 0" SYNTHETIC T U R FPROFILEPITCHERS MOUNDLAYOU T C + D / PF-7.00SYNTHETIC TURFATTACHM E N TDETAILDUGOU T 45'14'BULLPEN43' - 0"68' - 0" 15' DUGOUTBULLPEN 60' - 0"60' - 0"3'15'AA / PF-7 . 0 0 R8'Q / PF-7.00BATTER'S B O XDETAIL R60' 30' - 0" A / PF-7. 0 0 T / PF-7.00BASE ANCHO R DETAILB + C / PF-7.00SYNTHETIC T U R F ATTACHM E N TDETAIL 10'10'10'A / PF-7.00SYNTHETIC T U R F PROFILESCOREBOA R D Y / PF7.0 0 FOUL POLEDETAIL Y / PF7.00FOUL P O L EDETAIL 43' - 0"SYNTHETIC TURFPROFILE PITCHERS M O U N D LAYOUTC + D / PF - 7 . 0 0 SYNTHETIC TURFATTACHM E N TDETAILDUGOU T 45'14'BULLPEN 43' - 0"60' - 0" 15' DUGOUTBULLPEN 74' - 0"60' - 0"68' - 0"74' - 0" Y / PF7.00FOUL POLEDETAIL 225' RIGHT FIEL D P O W ER ALLE Y 225' FROM HOME PLATE TO CENTER FIELD 225' LEFT FIELD POWER ALLEY10' 10' 10' Y/ PF-7. 0 0 FOUL PO L EDETAIL SCOREBOARDA / PF-7.00 SYNTHETIC TURFPROFILE A / PF-7.00SYNTHETIC T U R F PROFILE43' - 0"90°'R13'Q / PF-7 . 0 0 BATTER'S B O XDETAILR8'A / PF-7.00SYNTHET I C T U R F PROFILET / PF-7.00BASE ANCHORDETAILR60'PITCHERS MOUNDLAYOU T DUGOUT DUGOUT 3'BULLPENBULLPEN B + C / PF- 7 . 0 0 SYNTHETIC TURFATTACHM E N TDETAIL 43' - 0"60' - 0"C + D / PF-7.00SYNTHETIC TURFATTACHME N TDETAIL 60' - 0"60' - 0"225' RIGH T F I E L D F O U L L I N E 225' LEFT FIELD FOUL LINE 30' - 0"15'45'14' 15' Y / PF7.00FOUL POLEDETAIL 10'10' 10' Y/ PF-7. 0 0 FOUL PO L EDETAIL SCOREB O A R D A / PF-7.00 SYNTHETIC T U R FPROFILE A / PF-7.00SYNTHETIC T U R F PROFILER13'Q / PF-7.00BATTER'S B O XDETAILR8'A / PF-7.00 SYNTHETIC TURFPROFILE T / PF-7.00BASE ANCH O R DETAILR60' DUGOUT DUGOUT3'BULLPEN BULLPENB + C / PF- 7 . 0 0 SYNTHETIC T U R F ATTACHM E N TDETAIL 43' - 0"60' - 0" C + D / PF-7 . 0 0 SYNTHETIC TURFATTACHME N TDETAIL 60' - 0"60' - 0"30' - 0"15' 45' 14' 15' AA / PF-7 . 0 0 PITCHERS M O U N D LAYOUT225' RIGHT FIELD POWER ALLEY 225' FROM HOME PLATE TO CENTER FIELD 225' LEFT FIELD POWER ALLEY225' RIGHT FIELD FOUL LINE225' LEFT F I E L D F O U L L I N E225' RIGHT FIELD P O WER ALLEY 225' FROM HO M E PLATE TO CENTER FIELD 225' LEFT FIELD POWER ALLEY 225' RIGH T F I E L D F O U L L I N E 225' LEFT FIELD FOUL LINE 43' - 0" 90°' 225' RIGHT FIELD POWER ALLEY 225' FROM HOME PLATE TO CENTER FIELD 225' LEFT F I E L D POW E R A L L E Y225' RIGHT FIELD FOUL LINE225' LEFT F I E L D F O U L L I N E 43' - 0"60' - 0" 45' 14'15'BULLPEN DUGOUTC + D / PF-7.00SYNTHETIC T U R F ATTACHMENTDETAIL Y/ PF-7.00FOUL POL E DETAIL SCOREBOA R D 275' RIGHT FIELD POWER ALLEY 275' FROM HOME PLATE TO CENTER FIELD 275' LEFT F I E L D PO W E R A L L E Y 275' RIGHT FIELD FOUL LINE 275' LEFT FIE L D F O U L L I N E DUGOUT BULLPEN 60' - 0" 60' - 0"10'A / PF-7.00SYNTHETIC TURFPROFILE A / PF-7.00SYNTHETIC T U R F PROFILE A / PF-7 . 0 0 SYNTHETIC TURFPROFILE T / PF-7.00 BASE ANCHORDETAIL R8'R60' 3'15'AA / PF-7.00PITCHER S M O U N D LAYOUTQ / PF-7.0 0 BATTER'S BOXDETAIL R13'R13'R13' 30' - 0"43' - 0"90°'B + C / PF-7.00SYNTHETIC T U R F ATTACHMENTDETAIL 10'10'Y / PF7.0 0 FOUL PO L EDETAIL60' - 0" 60' - 0"C + D / PF-7.00SYNTHETIC TURFATTACHME N TDETAIL 74'-0"60'-6"BULLPEN DUGOUT45'14'15'DUGOUT BULLPEN325' RIGH T F I E L D POWE R ALLEY 325' FROM HOME PLATE TO CENTER FIELD 325' LEFT FIELD POWER ALLEY 325' RIGHT FIELD FOUL LINE325' LEFT FIELD FOUL LINE 90' - 0"90' - 0"R9'R13'60'-6"50' - 0"P / PF-7.00BATTER'S BOXDETAIL T / PF-7.00BASE ANC H O RDETAIL A / PF-7. 0 0 SYNTHETIC TURFPROFILE A / PF-7 . 0 0 SYNTHETIC TURFPROFILE A / PF-7.00SYNTHETIC T U R FPROFILE R13'R13'R13' 5'20'Z / PF-7.00 PITCHERS MOUNDLAYOUT Y / PF7. 0 0 FOUL POLEDETAIL Y / PF7.00FOUL POLEDETAIL 15'15'20'B + C / PF - 7 . 0 0 SYNTHETIC T U R F ATTACHM E N TDETAILKEY SHEET12435602550100SCALE: 1" = 50'EXISTING SOIL BORING LOCATIONDENOTES LIMITS OF SYNTHETIC TURF INFIELDTURF GRASS COLOR: (LIGHT BROWN)X / XX-X.00XXXXXDETAIL DESCRIPTIONDETAIL LETTERDETAIL SHEETDENOTES LIMITS OF SYNTHETIC TURF WARNINGTURF GRASS COLOR: (RED BRICK)DENOTES LIMITS OF SYNTHETIC TURFB-X1. THE CONTRACTOR SHALL COORDINATE AND PROVIDE UTILITYLOCATES SERVICES WITHIN THE AREA OF CONSTRUCTION ACTIVITY.2. THE CONTRACTOR SHALL REMOVE ALL EXCESSIVE SOIL ANDEXISTING MATERIALS OFF-SITE IN A LEGAL MANNER AT NOADDITIONAL COST TO THE COUNTY. THE CONTRACTORIS FULLY RESPONSIBLE FOR ALL QUANTITIES OF MATERIALS ANDCUT/FILL CALCULATIONS.3. THE CONTRACTOR IS FULLY RESPONSIBLE FOR FIELD VERIFYINGALL EXISTING CONDITIONS PRIOR TO ANY CONSTRUCTION ACTIVITY.ANY FIELD DEVIATIONS FOUND SHALL BE BROUGHT TO THE E.O.R.ATTENTION.4. THE CONTRACTOR IS FULLY RESPONSIBLE FOR ALL LANDSURVEYING LAYOUTS AND AS-BUILT SURVEYING IN ACCORDANCEWITH THE PROJECT SPECIFICATIONS OR PERMIT CONDITIONS.5. THE CONTRACTOR IS RESPONSIBLE FOR ALL SITE ANDCONSTRUCTION SAFETY MEASURES IN ACCORDANCE WITH THE MOSTCURRENT O.S.H.A. STANDARDS.6. THE CONTRACTOR SHALL SUBMIT ALL MATERIALS FOR SHOPDRAWING REVIEW AND APPROVAL PRIOR TO ORDERING ORINSTALLING ANY MATERIALS.7. THE CONTRACTOR SHALL OBTAIN THE N.P.D.E.S PERMIT PRIORTO ANY ON-SITE CONSTRUCTION ACTIVITY.8. ALL WHITE INLAID TURF TO BE 4" WIDE UNLESS OTHER WISEDENOTED ON THIS PLAN OR DETAILS.9. REFER TO SHEET PF-7.00 FOR ADDITIONAL CONSTRUCTION DETAILS.GENERAL NOTESARCHITECT / ENGINEERC:\Users\bmcbride\OneDrive - PBK Architects (Houston Office)\Documents\Waterset Regional Park\01_Sheets\PF-1.00 - Layout and Material Plan.dwg Last Saved: BMCBRIDECONSTRUCTION DOCUMENTS6110 WATERSET BOULEVARDAPOLLO BEACH, FLORIDA 33572DESIGN PROFESSIONALWATERSET SPORTS COMPLEX - PHASE 2HILLSBOROUGH COUNTYDRAWING HISTORYCLIENTDATEPROJECT NUMBER1/28/2025NO.DESCRIPTIONDATESHEET NAMEPBK SPORTS, SARASOTA OFFICE1255 NORTH GULFSTREAM AVE SARASOTA, FLORIDA , 34236GEZA.BANKUTY@PBK.COMPBKSPORTS.COMGEZA F. BANKUTY, JR., P.E.FL LICENCE NO: 82295SITE CONTRACTORCONTRACTOR NAME, "STATE" OFFICEXXXX STREET NAME CITY, STATE ZIP CODE(XXX) XXX-XXXXNOT FORCONSTRUCTIONLEGEND:DENOTES LIMITS OF SYNTHETIC TURF AREA BULLPENS:TURF GRASS COLOR: (LIGHT BROWN)PLAYING FIELDLAYOUT + MATERIALPLANPF-1.0ADIAMONDS AT DAILY PARK, DAILY, TX PROJECT SIZE 94 Acres Site PROJECT COST $15,000,000 OWNER CONTACTRBP Sport, LLCJason Ford281.731.8289 The Diamonds of Daily Road was designed with the traveling club tournament player and their families in mind. The spacious, multi-phased 94-acre tournament facility boasts eight synthetic turf fields, with the potential to expand to twenty. Located in Fort Bend County, Texas, the facility features LED lighting, ample Texas-sized parking spaces, shaded stadium seating, concessions, and air-conditioned restrooms. Each field is equipped with warm-up facilities, including batting cages and bullpens along the first and third baselines, spacious dugouts with pro-style benches, scoreboards, and custom synthetic turf. Completed on time & within budget. Completed on time & within budget. TAB 2 • FIRM’S RELEVANT EXPERIENCE • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 9 CITY OF CLEARWATER • RFQ #41-25 PROJECT SIZE Approx. 200,000 SF PROJECT COST $11,200,000 OWNER CONTACTSarasota County SchoolKevin Snyder 941.915.7196kevin.snyder@sarasotacountyschool.net PBK led the renovation of Powell-Davis Stadium at Venice High School, enhancing athletic performance and spectator experience while meeting NFHS standards. The project included a new synthetic turf field, resurfaced track and field areas, expanded seating for nearly 5,000, a larger press box, upgraded concessions and restrooms, improved ADA accessibility, and site safety enhancements. PBK provided full design, planning, and construction administration services to deliver a modern, high-performing athletic venue. VENICE HIGH SCHOOL STADIUM ENHANCEMENTS & TURF CONVERSION, VENICE, FL EAST TEXAS A&M UNIVERSITY JOHN CAIN FAMILY SOFTBALL COMPLEX, COMMERCE, TX PROJECT SIZE 45,000 SF PROJECT COST $1,470,569 OWNER CONTACTEast Texas A&M UniversityDavid McKenna903.886.5761david.mckenna@tamu-commerce.edu PBK provided sports engineering for a new collegiate-level softball complex at Texas A&M University–Commerce. The facility features a synthetic turf field, masonry backstop wall with padding and netting, 600-seat bleachers, a 200-square-foot press box, home and visitor bullpens, a 9-inning scoreboard, 70/50 footcandle lighting, hitting tunnels, and a flagpole—designed to support both competition and year-round training. Completed on time & within budget. Completed on time & within budget. TAB 2 • FIRM’S RELEVANT EXPERIENCE • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 10 CITY OF CLEARWATER • RFQ #41-25 PROJECT SIZE 108,000 SF PROJECT COST $4,300,000 OWNER CONTACTSan Bernadino Community College District Ryan Smith 632.687.0580 This transformative project at San Bernardino Valley College created a brand-new, state-of-the-art softball complex on campus, providing the team with a dedicated home venue after years of playing off-site. The facility features a high-performance synthetic turf field for year-round use, a permanent stadium with raised spectator seating, batting cages, bullpens, and lighting for night games. Additional amenities include a combined restroom and storage building, with all associated site work completed to deliver a fully functional and modern athletic environment tailored to the team’s needs. SAN BERNARDINO VALLEY COLLEGE SOFTBALL COMPLEX, SAN BERNARDINO, CA JACKIE ROBINSON TRAINING COMPLEX STADIUM UPGRADES, VERO BEACH, FL* PROJECT SIZE 2,000 SF PROJECT COST $107,000 A/E Fees OWNER CONTACTJackie Robinson Training Complex at MLBRachelle Madrigal 772.569.4900 Renovations to the stadium at the Jackie Robinson Training Complex focused on modernizing key amenities and enhancing the overall game-day experience for athletes, staff, and spectators. Upgrades included improved restrooms and concessions, enhanced dugouts to better support team operations, and the addition of new gathering spaces designed to foster community interaction and team cohesion. These enhancements not only improved functionality but also preserved the legacy and continued utility of this historic training facility. Completed on time & within budget. Completed on time & within budget. *Project completed by Steve Padgett & Bill McBride while with prior firms. TAB 2 • FIRM’S RELEVANT EXPERIENCE • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 11 CITY OF CLEARWATER • RFQ #41-25 PBK –Pasco County High Schools Multiple School Stadium Renovations –Hillsborough County Parks & Recreation On-Call Services –Babcock Ranch Regional Park Master Plan –Athens Sports and Entertainment District Master Plan –Cherokee County Sports Complex Master Plan –Florida State University Athletics District Master Plan –Cape Coral Sports Park Master Plan –Dynasty Ocoee Youth Sports Campus Field Design –Huntsville ISD Baseball / Softball Complex –Gregory Portland Baseball / Softball Complex –Sweeny ISD Baseball / Softball Complex –North East ISD Sports Park –Cabaniss Baseball / Softball Sports Complex –Grand Oaks High School Baseball / Softball Sports Complex –Jordan High School Baseball / Softball Sports Complex –Cy-Fair High School Baseball / Softball Sports Complex –Plemons-Stinnett-Phillips CISD Baseball / Softball Multi-Sport Complex –Angleton ISD Softball Field Renovations PENNONI –Baycare Ball Field 2021 Repairs –Baycare Ballpark 2022 Condition Assessment And Repairs –Baycare Ballpark 2023 Ph I Condition Assessment –Baycare Ballpark 2024 Condition Survey –Baycare Ballpark 2024 Repairs –Baycare Ballpark 2025 Berm Review –Baycare Ballpark Berm Wall Repair –Baycare Ballpark 2025 Repairs –Baycare Ballpark Marquee Sign Emergency Site Visits –Baycare Ballpark WiFi Installation –Bright House Field 2013 Structural Assessment –Bright House Field Backstop Netting –Bright House Field Concourse Level Concrete Repair –Bright House Field Concrete Repair –Bright House Field Freezer Investigation –Bright House Field Hvac Replacement –Bright House Field Limited Structural Assessment –Bright House Field Ongoing Temp Shoring Insp –Bright House Field Raker Beams Inspection –Bright House Field Range Hood –Bright House Field Repairs Lower Stadium –Bright House Field Score Board –Bright House Field Stadium Reserve Study –Bright House Field Structural Evaluation –Bright House Field Structural Inspection –Bright House Field Testing –Bright House Field Upper Stadium Assessment –Bright House Field Waterproofing –Bright House Field Waterproofing Ph II –Bright House Field Waterproofing Ph III –Bright House Networks Field –Brighthouse Field Post Pockets –Bright House Raker Beams –Bright House Reserve Study –Carpenter Complex 2024 Ph I Condition Assessment –Carpenter Field 2025 Complex –Carpenter Field Phillies Training Center Investigation –Dugout Shelter Clearwater –Eddie C. Moore Softball Complex Addition –Eddie C. Moore Pressbox Addition –Eddie C. Moore Sports Complex Walls –Eddie C. Moore East Planter Walls –Eddie C. Moore West Planter Walls –Jack Russell Stad/Carpenter Field –Jack Russell Stadium –Jack Russell Stadium Ada Seating –Jack Russell Stadium Elevator –Jack Russell Stadium Handicap Seat –Jack Russell Stadium Light Pole Feasibility Study –Jack Russell Stadium Office Addition –Jack Russell Stadium Phase Ii –Jack Russell Stadium Repairs –Joe DiMaggio Batters Eye Wall –Phillies Weight Training Building –Phillies Backstop –Spectrum Field 2017 Annual Structural Assessment –Spectrum Field 2018 Structural Assessment –Spectrum Field 2019 Structural Assessment –Spectrum Field Batter’s Eye Storm Damage –Spectrum Field Diamond Outfitters Door Emergency Assessment –Spectrum Field Retaining Wall –Spectrum Field Pete & Shorty’s Kiosk Range Hood –Spectrum Field Upgrades-Design –Ross Norton Park –Baycare Phillies Carpenter Complex –Joe DiMaggio Complex Maintenance Building –Marshall Street Wrf Pavement Upgrades –Edgewater Park New Pier And Parking –Belmont Park Basketball Court And Soccer Field –Coachman Ridge Park Upgrades And Site Amenities –Baycare Ballpark Building Addition – Ongoing Civil/Site Work ENGINEERING MATRIX –Baycare Park Sump Pump –High Point Community Park Restrooms –Venice High School Stadium Enhancements –LECOM Park Renovation & Expansion –The Bay Park –Buffalo Creek Park Expansion –Northeast Park –Dansville Park –Hecksher Park –Rosemary Park –University of South Florida Baseball Stadium Weight Room Upgrades –University of South Florida Football Locker –Premier Sports Campus Pickleball & Aquatics Center –Parrish Community Park Renovations –GT Bray Park Tennis Courts –East Bradenton Park Basketball Court Renovations –GT Bray Park Pickleball Complex –GT Bray Park Pool –State College of Florida Batting Cage Upgrades –Covington Park Site Lighting –Fort Hamer Park Site Lighting –Lincoln Park Basketball Courts –Lincoln Park Aquatics Facility ADDITIONAL EXPERIENCE TAB 3 | KEY PERSONNEL QUALIFICATIONS TAB 3 • KEY PERSONNEL QUALIFICATIONS • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 13 CITY OF CLEARWATER • RFQ #41-25 STEVE PADGETT AIA, NCARB, LEED AP PRINCIPAL-IN-CHARGE CONSULTANTS IN-HOUSE SERVICES AMY WEBER BRADLOW AIA, LEED GA CLIENT EXECUTIVE BILL MCBRIDE PLAYING FIELD DESIGNER CHRISTY WOODS CGC, LEED AP BD+C PROJECT MANAGER ALLISON ANGLE SENIOR PROJECT DESIGNER Structural EngineeringCivil EngineeringLandscape Architecture Arborist Playing Field Design Environmental Graphics Signage & Wayfinding Visualization Lab Our team is purposefully assembled to address the full scope of this complex renovation, led by Steve Padgett, a registered architect with nearly 30 years of sports and recreation facility experience. He is paired with Bill McBride, a veteran in sports field design with decades of experience in grading, drainage, and turf systems. His expertise ensures long-term field performance and usability tailored to community and tournament play. Pennoni brings over 25 years of experience at the Eddie C. Moore Complex and more than 60 sports-related projects for the City of Clearwater, including structural upgrades, drainage, and ADA improvements. Engineering Matrix complements this with recent athletic facility projects such as LECOM Park, Premier Sports Campus (248 acres), and upgrades for USF and Venice High School, offering mechanical, electrical, and utility coordination expertise. To address the site’s mature canopy, our team also includes a certified arborist who will lead tree inventory, assess preservation or relocation strategies, and ensure future root growth and shading don’t interfere with field performance. This holistic team approach ensures a resilient, coordinated solution tailored to Clearwater’s goals. EXPERTISE IN STRUCTURAL ENGINEERING, SPORTS FACILITY UPGRADES, SITE DRAINAGE, AND UTILITY COORDINATION MEPF EngineeringAudio/VisualTechnology TAB 3 • KEY PERSONNEL QUALIFICATIONS • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 14 CITY OF CLEARWATER • RFQ #41-25 STEVE PADGETT AIA, NCARB, LEED AP PRINCIPAL-IN-CHARGE YEARS OF EXPERIENCE 27 Years EDUCATIONMasters in ArchitectureBachelors in ArchitectureClemson University REGISTRATIONSFL #AR95286 AFFILIATIONSUS Green Building Assoc. LEED AP –University of Nebraska Baseball & Softball Training Field –Venice High School Stadium Enhancements & Turf Conversion –Pine School Baseball & Softball Complex –Premier Sports Campus* –IMG Academy Baseball Complex* –CoolToday Park & Atlanta Braves Spring Training Complex* –LECOM Park Stadium Renovations* –Seattle Mariners Spring Training Master Plan –Roger Dean Chevrolet Stadium Renovation* –Jackie Robinson Training Complex Holman Stadium Press Box –Binghamton University Baseball Stadium & Fieldhouse* –City of Palms Stadium Redevelopment Concept –Toronto Blue Jays Hitting & Pitching Lab –LECOM Park Bullpen & Dugout Expansion* AMY WEBER BRADLOW AIA, LEED GA CLIENT EXECUTIVE YEARS OF EXPERIENCE 18 Years EDUCATIONBachelors in ArchitectureUniversity of Miami REGISTRATIONSFL #AR96872 AFFILIATIONSUS Green Building Assoc. LEED Green Associate –City of Clearwater District 3 Police Department Substation –City of Clearwater South Osceola Parking Garage –City of Clearwater City Hall Feasibility Study –City of Clearwater Main Library Museum Study –City of St. Petersburg Williams Park Bandshell Renovation –City of St. Petersburg Coliseum Structural Floor Replacement Study –City of St. Petersburg Science Center Condition Assessment –City of Gulfport Senior Center –City of Gulfport Public Safety Complex Study –City of Clearwater Countryside Library –Charlotte County Cultural Center Master Plan –St. Johns County NE Park Library / Recreation Center –Babcock Ranch Community Center CHRISTY WOODS CGC, LEED AP BD+C PROJECT MANAGER YEARS OF EXPERIENCE 23 Years EDUCATIONBachelors in ArchitectureUniversity of Miami REGISTRATIONSCert. General Contractor: FL#1520281 AFFILIATIONSUS Green Building Assoc. LEED AP BD+C –Pine School Baseball & Softball Complex –University of Nebraska Baseball & Softball Training Field –Venice High School Stadium Enhancements & Turf Conversion –Florida State University Athletics Master Plan –Premier Sports Campus Locker Room & Restrooms Expansion* –Manatee County Desantis Park Improvements* –Boys & Girls Club of Charlotte County* –Bradenton Area Convention Center Renovation & Expansion* –Charlotte County Port Charlotte Beach Recreation Center & Pool Facility ALLISON ANGLE SENIOR PROJECT DESIGNER YEARS OF EXPERIENCE 14 Years EDUCATIONMasters in ArchitectureBachelors in ArchitectureUniversity of Florida –Pine School Baseball & Softball Complex –University of Nebraska Baseball & Softball Training Field –Venice High School Stadium Enhancements & Turf Conversion –IMG Academy Baseball Complex* –Westminster Christian School Baseball Fieldhouse* –Florida State University Athletics Master Plan –CoolToday Park & Atlanta Braves Spring Training Complex* –Seattle Mariners Spring Training Master Plan –Roger Dean Chevrolet Stadium Renovation* –Jackie Robinson Training Complex Holman Stadium Press Box –Binghamton University Baseball Stadium & Fieldhouse* –Toronto Blue Jays Hitting & Pitching Lab –LECOM Park Bullpen & Dugout Expansion* *Reflects projects performed with prior firms. TAB 3 • KEY PERSONNEL QUALIFICATIONS • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 15 CITY OF CLEARWATER • RFQ #41-25 BILL MCBRIDE PLAYING FIELD SPECIALIST YEARS OF EXPERIENCE 35 Years EDUCATIONTurf Grass ManagementPennsylvania State University GROUNDSKEEPINGInternships with Tampa Bay Rays, Texas Rangers, & New England Patriots –William & Mary Ann Smith Sports Complex –SouthShore SportsPlex Phase 1 & 2 –The Dynasty Ocoee Youth Sports Park –Houston Astros Youth Academy –City of North Port Butler Park Sports Complex* –Sarasota County Robert L. Taylor Community Complex* –City of Port St. Lucie Tradition Regional Park* –Polk County Simmers-Young Park* –Hillsborough County Parks Playing Field Design (13+)* –Palm Beach County Parks Field Design (19)* –Valley View High School Stadium Field Analysis & Forensic Engineering* –St. Brendan High School Synthetic Turf Field Forensic Engineering* MLB Clients Include:Atlanta Braves* | NY Yankees* Toronto Blue Jays* | Tampa Bay Rays* | NY Mets* | Miami Marlins* St. Louis Cardinals* | Washington Nationals | Houston Astros | KC Royals* | Boston Red Sox* | Texas Rangers | Cleveland Guardians* Cincinnati Reds* | SF Giants JASON SHERIDAN PE CIVIL/SITE DESIGN MANAGER YEARS OF EXPERIENCE 18 Years EDUCATIONBachelors in Civil EngineeringDrexel University REGISTRATIONSFL #88424 AFFILIATIONSAmerican Society of Civil Engineers –City of Clearwater Joe DiMaggio Complex Maintenance Building –City of Clearwater Marshall Street WRF Pavement Upgrades –City of Clearwater Edgewater Park New Pier and Parking –City of Clearwater Coachman Ridge Park Upgrades & Site Amenities –City of Clearwater Belmont Park Basketball Court and Soccer Field –City of Clearwater BayCare Ballpark Building Addition - Ongoing Civil/Site Work –City of Sarasota BayCare Ballpark Marquee Sign Emergency Site Visit –City of Pinellas Park Youth Park Sports Facility –Pinellas County High Point Community Park –University of Florida Beach Volleyball and Tennis –University of Florida Soccer Fields Stair Design –City of Clearwater South Osceola Parking Garage JEFFREY SALEMME PE, SI STRUCTURAL DIRECTOR YEARS OF EXPERIENCE 38 Years EDUCATIONBAE in Arch. Eng./Structural OptionPSU REGISTRATIONSFL #44131 AFFILIATIONSAmerican Society of Civil EngineersNat’l. Society of Prof. Eng. –City of Clearwater Eddie C. Moore Pressbox –City of Clearwater Eddie C. Moore Scoreboards Field 8 &9 –City of Clearwater Eddie C. Moore Softball Complex Addition –City of Clearwater Eddie C. Moore Walls –City of Clearwater Sid Lickton Sports Complex Renovation - Site Features –City of Clearwater BayCare Ballpark Marquee Sign Emergency Site Visit –Sid Lickton Sports Complex - Restroom/Concession Building –Florida Auto Exchange Stadium (Formerly Vanech Stadium) –City of Dunedin Toronto Blue Jays Stadium & Player Development Center –City of Clearwater South Osceola Parking Garage J. VINCENT BARNERS III PE, SI-LIMITED FORENSIC DIVISION MANAGER YEARS OF EXPERIENCE 17 Years EDUCATIONBachelors in Civil EngineeringUniversity of South FL REGISTRATIONSFL #77754FL SI Limited Endt. AFFILIATIONSAmerican Society of Civil Engineers –City of Clearwater Spectrum Field Repairs –City of Clearwater Spectrum 2019 Assessment –City of Clearwater BayCare Ballpark Field 2021 Repairs –City of Clearwater BayCare Ballpark 2022 Condition Assessment and Repairs –City of Clearwater BayCare Ballpark 2023 Phase 1 Condition Assessment –City of Clearwater BayCare Ballpark 2024 Condition Survey –City of Clearwater BayCare Ballpark 2024 Repairs –City of Clearwater BayCare Ballpark 2025 Berm Review –City of Clearwater BayCare Ballpark 2025 Repairs *Reflects projects performed with prior firms. TAB 3 • KEY PERSONNEL QUALIFICATIONS • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 16 CITY OF CLEARWATER • RFQ #41-25 JASON RINARD PLA PRINCIPAL LANDSCAPE ARCH. YEARS OF EXPERIENCE 27 Years EDUCATIONBachelors in Landscape ArchitectureUniversity of Florida REGISTRATIONSFL #0001608 –City of Clearwater Ed Wright Park/ Ross Norton Recreation and Aquatic Complex –University of South Florida USF Beach Volleyball Venue –Lakewood Ranch Stewardship District Waterside Place Community Park –City of Lakeland Parks Recreation and Cultural Arts; Lake Crago Park –The University of Tampa Benson Alex Riseman Fitness and Recreation Center –Polk County Parks and Recreation Department Northeast Regional Park –Pasco County Park, Recreation, and Natural Resources Wesley Chapel District Park CHRIS ANUSZKIEWICZ PLA, AICP, ISA ARBORIST YEARS OF EXPERIENCE 22 Years EDUCATIONMBA BLAUniversity of Florida REGISTRATIONSFL #LA6667069CLARB #19910ISA Certified Arborist #FL-6613AAICP Planner # 35663ISA TRAQ / ISA PPQ –New York Yankee Steinbrenner Field Clubhouse –Philadelphia Phillies Carpenter Field Renovations –City of Clearwater Marine Aquarium Renovations –City of Clearwater Fire Station #46 –City of Clearwater Fire Station #47 –St. Paul’s Courtyard and Playground Renovation –Tampa Bay Boulevard Park Study –Hubert Ave Park –Big Creek Lake Watershed Management Plan –Three Mile Creek Water Management Plan –Port Richey Waterfront Park –Hazel Dell Sports Fields –Hood View Park –Trolley Trail –Boring Station Trailhead –Parkland Golf and Country Club –Coyote Springs PGA Village GREGORY BOWEN PE, LEED AP BD+C MEP PRINCIPAL-IN-CHARGE YEARS OF EXPERIENCE 36 Years EDUCATIONBachelors in Mechanical EngineeringUniversity of South FL REGISTRATIONSPE FL#55064Mechanical (1994) Fire Protection (2005) AFFILIATIONSLEED AP BD+C (2006) –Venice High School Stadium Enhancements –LECOM Park New Baseball Fields/Park Renovation –Bay Park Conservatory New “The Bay” Park –Manatee County Buffalo Creek Park Expansion –City of Venice New Northeast Park –Pinellas County New Dansville Park –USF Tampa Baseball Stadium Weight Room Upgrades –USF Football Locker Room Enhancements –BayCare Park Threshers Stadium Baseball Sump Pump –Manatee County Parrish Community Park Renovations –Manatee County Premier Park New Sports Complex –State College of Florida Baseball Batting Cages Upgrades –Hillsborough County Covington Park Site Lighting –Manatee County Ft. Hamer Park Site Lighting –Manatee County G.T. Bray Park New Tennis Courts & Pool JOSHUA WIDES PE SYSTEMS ENGINEER DESIGNER YEARS OF EXPERIENCE 21 Years EDUCATIONBachelors in EngineeringUniversity of Florida REGISTRATIONSPE FL#69258 –Venice High School Stadium Enhancements –LECOM Park New Baseball Fields/Park Renovation –Bay Park Conservatory New “The Bay” Park –Manatee County Buffalo Creek Park Expansion –City of Venice New Northeast Park –Pinellas County New Dansville Park –USF Tampa Baseball Stadium Weight Room Upgrades –USF Football Locker Room Enhancements –BayCare Park Threshers Stadium Baseball Sump Pump –Manatee County Parrish Community Park Renovations –Manatee County Premier Park New Sports Complex –State College of Florida Baseball Batting Cages Upgrades –Hillsborough County Covington Park Site Lighting –Manatee County Ft. Hamer Park Site Lighting *Reflects projects performed with prior firms. TAB 4 | PROJECT UNDERSTANDING & APPROACH TAB 4 • PROJECT UNDERSTANDING AND APPROACH • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 18 CITY OF CLEARWATER • RFQ #41-25 UNDERSTANDING OF PROJECT SCOPE, INCLUDING CONSIDERATIONS FOR PHASED CONSTRUCTION, PUBLIC ACCESS, AND EVENT SCHEDULING Led by our dedicated Sports Division with a national portfolio of complex athletic venue renovations, PBK understands that the Eddie C. Moore Complex is more than just a softball facility, it is a regional economic engine, a community cornerstone, and a nationally televised venue. This project presents an opportunity not only to upgrade aging infrastructure, but also to position the facility for long-term sustainability, enhanced broadcast exposure, and continued leadership in women’s collegiate and amateur athletics. The City of Clearwater’s vision reflects the urgent need to revitalize the oldest portion of the complex: Fields 1 through 4 and the adjacent multipurpose fields; while maintaining daily operations for tournaments, practices, and league play. From our vantage point, this project is about balancing strategic investment, community benefit, and operational continuity. SCOPE COMPREHENSIONThe scope includes demolition of the existing single-story support building and construction of a modern, two-story pressbox with restrooms, multipurpose rooms, technology infrastructure, and accessible vertical circulation. In parallel, the surrounding fields will be regraded and modernized with improved dugouts, seating, LED field lighting, new netting, half walls, padding and fencing, stormwater infrastructure, and significant site improvements. The project also includes technological enhancements: broadcast cabling, pressbox controls, PA systems, and scoreboard integration. These are essential for supporting high-profile streaming platforms like ESPN, MLB Network, and college-level streaming. PHASED CONSTRUCTION & OPERATIONAL CONTINUITYA key consideration is the need to keep the complex operational throughout construction, a challenge we have successfully navigated in similar projects across collegiate and municipal clients. We will lead a phased construction approach, segmenting the complex in a manner that: • Keeps a minimum of 50% of fields active at any given time.• Stages major disruptive work (utilities, flatwork, structural erection) during seasonal lulls or pre-coordinated event downtimes.• Maintains safe and clear pedestrian and vehicular paths for players, coaches, and spectators.• Deploys temporary restrooms and concessions where needed during transitional phases. Our construction phasing will be deeply informed by event scheduling coordination, working closely with City staff, St. Petersburg College, youth league directors, and tournament organizers to minimize disruption. Special attention will be paid to the Shriners Children’s Invitational and NFCA Leadoff Classic, both of which carry national broadcast responsibilities and tourism revenue implications. PUBLIC ACCESS, STAKEHOLDER COORDINATION & VISIBILITYThis facility is a vital tourism and economic driver, generating millions in visitor spending and creating year-round hotel occupancy. Community leaders have publicly emphasized the need to modernize the fields while protecting ongoing operations and enhancing the spectator experience. Their commentary underscores a reality we fully embrace: this is not simply a construction project—it’s a civic investment with eyes from the local public and national sports organizations alike.PBK will work collaboratively with a broad coalition of stakeholders, including: • City departments (Facilities, Parks and Rec, Maintenance, Permitting),• St. Petersburg College Athletics,• Youth league and adult rec organizers,• Tournament promoters,• Broadcasting partners and AV consultants. We will implement structured touchpoints, work sessions, and digital design visualization tools to ensure all voices are heard and that design decisions support long-term flexibility. LONG-TERM VISION AND STRATEGIC READINESSWe understand the importance of delivering a facility that: • Meets ADA standards and enhances accessibility across the site,• Supports advanced broadcasting and tech infrastructure,• Addresses stormwater and drainage challenges through responsible engineering,• Preserves the site’s tree canopy in a way that balances ecology with long-term field usability,• Integrates aesthetic and functional improvements that elevate the player and spectator experience. Most importantly, PBK is aligned with the City’s timeline goals: construction must begin by February 2027 and complete by January 2028. Our process is built to meet that objective with agile project management, front-loaded permitting coordination, and a disciplined approach to schedule and budget. TAB 4 • PROJECT UNDERSTANDING AND APPROACH • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 19 CITY OF CLEARWATER • RFQ #41-25 CHALLENGES & MITIGATION STRATEGIES MAINTAINING OPERATIONS DURING CONSTRUCTION Challenge: Fields 1–4 and multipurpose fields are heavily utilized year-round by numerous user groups. Downtime would negatively impact community programming and revenue-generating tournaments. Mitigation Strategy: We will implement a phased construction plan that: • Divides the project into logical zones (e.g., Fields 1–2, Fields 3–4, multipurpose fields). • Staggers work to ensure a minimum of 50% of fields remain operational throughout. • Prioritizes “shoulder seasons” or scheduled tournament downtimes for high-impact work. • Coordinates construction hours to avoid disruption during peak usage. Temporary facilities (portable restrooms, power reroutes, modular PA or scoreboard systems) can be deployed as needed to preserve usability during transitions. STAKEHOLDER COORDINATION ACROSS MULTIPLE USER GROUPS Challenge: The City of Clearwater must coordinate input from numerous departments (Facilities, O&M, Parks & Recreation), as well as colleges, co-sponsored leagues, and tournament directors. Mitigation Strategy: We propose a multi-track stakeholder engagement process: • Hold initial design charrettes with all groups to capture collective needs. • Establish an ongoing Project User Advisory Committee that includes city departments, St. Pete College, and league representatives. • Use visualization tools (3D modeling, virtual walk-throughs) to help non-technical stakeholders participate in decision-making. • Provide frequent updates using dashboards or communication platforms that simplify updates for all constituents. CODE-TRIGGERED FACILITY ENHANCEMENTS DUE TO SEATING EXPANSION Challenge: Adding seating capacity will increase the requirement for parking, restrooms, and concessions to meet code and user expectations. Mitigation Strategy: • Conduct a comprehensive code analysis early in schematic design to benchmark needs. • Assess current parking inventories and explore satellite lots or shuttle strategies during peak tournaments. • Use modular or hybrid restroom/concession buildings to supplement fixed facilities. • Explore shared use agreements with adjacent parcels or institutions for overflow capacity. FIRE ACCESS AND TWO POINTS OF EGRESS TO NEW PRESSBOX Challenge: The new two-story pressbox will require code-compliant fire department access and egress solutions. Mitigation Strategy: • Site the building with clear access lanes for emergency vehicles, as coordinated with local fire marshal input. • Integrate two compliant stair towers and an elevator for both egress and ADA access. • Ensure the structure is fire-rated and equipped with suppression, alarm, and egress lighting systems per NFPA and local building code. The Eddie C. Moore Complex plays a vital role in regional and national sports tourism, hosting collegiate, league, and tournament play for a wide range of stakeholders—from St. Petersburg College to ESPN-broadcast events. Renovating such an active, high-profile facility presents unique challenges. As a firm that specializes in the planning, phasing, and design of live sports venues, we anticipate the following complexities and propose the following strategies to ensure success: TAB 4 • PROJECT UNDERSTANDING AND APPROACH • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 20 CITY OF CLEARWATER • RFQ #41-25 BROADCASTING AND STREAMING INFRASTRUCTURE Challenge: The complex hosts nationally broadcast games on ESPN and MLB Network, requiring robust technical infrastructure. Mitigation Strategy: • Coordinate directly with ESPN/MLB technical staff to understand minimum requirements (camera positions, fiber runs, commentary booths). • Design dedicated camera platforms, media zones, and conduit pathways for cable runs from field to pressbox. • Provide ample power, data drops, HVAC, and acoustic treatment in the pressbox broadcast booth. TECHNOLOGY INTEGRATION FOR THE PRESSBOX AND VENUE Challenge: The pressbox must function as the digital nerve center—integrating broadcasting, PA, scoreboard, and streaming controls. Mitigation Strategy: • Design a technology room sized and outfitted to support A/V rack systems, with separate cooling and backup power. • Coordinate scoreboard integration early with the vendor (Daktronics or similar), ensuring that control interfaces and fiber paths are in place. • Utilize structured cabling and Wi-Fi mesh systems for flexibility across the site. CONSTRUCTION CONSTRAINTS: LIMITED STAGING AND OPERATIONAL NEEDS Challenge: The site has limited laydown area and must remain partially open for users throughout construction. Mitigation Strategy: • Use just-in-time delivery logistics to minimize stored materials. • Establish clearly defined construction zones with safe pedestrian detours. • Pre-fabricate major elements (such as modular restrooms or scoreboard foundations) off-site when possible. PRESERVATION AND MANAGEMENT OF THE MATURE TREE CANOPY Challenge: The existing canopy between fields contributes to the complex’s character and environmental value. Mitigation Strategy: • Begin with a complete tree inventory conducted by a certified arborist to assess species, condition, and replacement value. • Integrate tree preservation zones into the phasing plan and fence them off prior to mobilization. • Where trees must be removed, we will: • Evaluate opportunities for relocation of viable specimens. • Replace removed trees at a 2:1 or 3:1 ratio, using native or Florida-friendly species. LONG-TERM IMPACTS OF TREE PLACEMENT Challenge: Improperly placed trees may later interfere with fields due to shading or root intrusion. Mitigation Strategy: • Plan all landscape installations using GIS mapping and sun path analysis to evaluate shade over time. • Locate trees outside field drainage and fence lines, using root barriers to protect turf and infrastructure. • Select slow-growing, columnar species near sensitive areas to reduce long-term conflicts. TAB 4 • PROJECT UNDERSTANDING AND APPROACH • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 21 CITY OF CLEARWATER • RFQ #41-25 AGGRESSIVE TIMELINE AND FIXED COMPLETION DEADLINE Challenge: The City requires construction to begin by February 2027 and be complete by January 2028. This tight window demands precision in design, permitting, procurement, and construction. Mitigation Strategy: • Utilize a compressed design schedule that integrates early bid packages (i.e., demolition, utilities). • Engage in early permitting conversations with local agencies to streamline approvals. • Incorporate prefabricated or modular components for restrooms, pressbox elements, or flatwork features. • Leverage collaborative scheduling tools with all trades and City representatives to maintain transparency and on-time delivery ADA COMPLIANCE ACROSS LEGACY INFRASTRUCTURE Challenge: The current complex dates back to the 1980s and is not fully compliant with current ADA standards, especially in circulation, seating, restrooms, and access to pressbox and dugouts. Mitigation Strategy: • Conduct a full ADA accessibility audit of all fields and spectator routes. • Design pressbox access via elevator and incorporate accessible viewing areas. • Ensure restrooms, pathways, dugouts, and field access points meet current standards, even in transitional phases during construction STORMWATER MANAGEMENT AND DRAINAGE CONSTRAINTS Challenge: The scope includes field regrading and potential new retention areas. The coastal location and high water table could complicate drainage redesign. Mitigation Strategy: • Conduct early geotechnical and subsurface utility engineering (SUE) investigations to assess infiltration rates and groundwater levels. • Evaluate the feasibility of underground retention systems or bio-swales if space is limited. • Coordinate drainage strategy with Pinellas County Water and Navigation Control Authority (W&NCA) early in design UTILITY COORDINATION AND EXISTING INFRASTRUCTURE CONFLICTS Challenge: There is limited information on the condition or capacity of existing utilities, which will be impacted by restrooms, lighting, PA systems, pressbox tech, and potential concessions. Mitigation Strategy: • Begin with utility locates and SUE mapping. • Engage early with utility providers (electric, sewer, telecom) for capacity and relocation planning. • Phase utility upgrades to ensure uninterrupted service to portions of the site still in operation. SECURITY AND ACCESS CONTROL DURING AND AFTER CONSTRUCTION Challenge: The site serves youth leagues, adult rec leagues, and college teams. During construction, security and separation of construction areas from active use areas must be maintained Mitigation Strategy: • Establish secure fencing, signage, and pedestrian reroutes around construction zones. • Implement background check protocols for construction staff, especially in youth-accessible areas. • Post-renovation, recommend upgrades to lighting, surveillance, and access control in the new pressbox and restrooms. COMMUNITY VISIBILITY AND POLITICAL OVERSIGHT Challenge: The City is on record as pursuing $10 million in tourist bed tax funding. With that as a potential funding source and the public interest the project has garnered, transparency and visible community benefit are essential. Mitigation Strategy: • Provide visual progress updates, community presentations, and outreach as part of public engagement. • Demonstrate how improvements serve both local recreation and national exposure (ESPN, MLB). • Ensure aesthetic upgrades reflect Clearwater’s image as a premier tourist destination. • Integration of Public Art Requirements into the design. TAB 5 | PAST PERFORMANCE & REFERENCES TAB 5 • PAST PERFORMANCE AND REFERENCES • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 23 CITY OF CLEARWATER • RFQ #41-25 QUALITY AND RELEVANCE OF PAST PERFORMANCE WITH SIMILAR ENGINEERING PROJECTS When it comes to modernizing community athletic venues, PBK’s dedicated Sports Division offers the depth, scale, and specialization required to deliver transformative renovations without disrupting ongoing programs or community use. With over $20 billion in completed sports facility projects—including more than 120 recreation complexes, 50 baseball and softball facilities, and over 400 natural and synthetic turf fields—PBK brings the proven expertise needed to elevate high-performance environments like the Eddie C. Moore Complex. Our identified staff bring direct experience from major regional venues such as the Atlanta Braves, Pittsburgh Pirates, and Toronto Blue Jays Spring Training Complexes, IMG Academy, and Premier Sports Campus, giving us a well-rounded perspective on facility demands at every level of use. Community-focused venues like Eddie C. Moore are more than athletic fields. They are vital civic assets that support year-round training, recreation, tournaments, and economic activity. PBK approaches these projects with a commitment to long-term value, prioritizing athlete performance, fan experience, circulation, safety, and operational efficiency. Our work on the SouthShore SportsPlex, City of Fort Myers Shady Oaks Recreation Fields, and Venice High School Stadium Enhancements reflects our ability to transform aging infrastructure while maintaining public access and programming. These efforts included field upgrades, synthetic turf conversions, improved spectator zones, and press box enhancements, all delivered through carefully phased construction to keep the community engaged and facilities operational. For the Eddie C. Moore Complex, PBK brings more than a strong portfolio—we bring a strategic understanding of how to deliver impactful upgrades in active environments. Our phased approach prioritizes continuous facility use while aligning construction with programming calendars and operational needs. We work closely with city staff to optimize existing infrastructure, modernize building systems, and design improvements that reflect Clearwater’s goals for long-term community benefit. From upgraded support amenities to enhanced flexibility for future tournament use, our designs are informed by experience and shaped by collaboration. With deep experience in municipal and public-sector sports facilities, PBK is more than a design partner. We are an advocate, a strategist, and a trusted teammate committed to preparing the Eddie C. Moore Complex for its next era of excellence and community impact. $20 billionIn Sports Construction 120Recreation Complexes 50+Baseball/Softball Ballparks By The #’s Architecture Conceptual Design Space Planning Facility Planning Programming Building Design Building Information Modeling (BIM) 3D Visualization and Rendering Project Management Construction Documents Construction Administration Accessibility Compliance Building Code Compliance Sustainable Design LEED Certification Permitting & Approvals Bidding & Negotiation Quality Control & Observations Post-Occupancy Evaluation Sports Surface Design Natural Turf Synthetic Turf Stormwater Coordination FIFA Certifications Track Design Sport Court Design Interior Space Planning Interior Project Management Finish Selection Furniture & Fixture Selection Lighting Design Acoustic Design Branding & Graphics Wayfinding & Signage Procurement Interior Design 2000Renovations & Expansions So u t h S hore Sportsplex | H ill s borough Co.S ta d i um Enhancements | Veni ce HS400+Natural/Synthetic Turf Fields TAB 5 • PAST PERFORMANCE AND REFERENCES • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 24 CITY OF CLEARWATER • RFQ #41-25 CLIENT REFERENCES KEVIN SNYDER PMP, CAPM Senior Project Manager | Construction Services Sarasota County Schools n 941.927.9000 x 62600/69035 e Kevin.Snyder@sarasotacountyschools.net PROJECT(S): Venice High School Stadium Enhancements & Field Conversion. CHRIS POSTIGLIONE Senior Project Manager | Construction Services Sarasota County Schools n 813.299.2884 e PostiglioneC@hillsboroughcountry.org PROJECT(S): Multiple Turf Conversions, Southshore SportsPlex Phase I & II SWATI BOSE Manager of Parks and Recreation Hillsborough County n 239.273.8894 e BoseS@hcfl.gov PROJECT(S): Multiple Turf Conversions, Southshore SportsPlex Phase I & II BILL MOORE Senior Project Manager | Construction Services Babcock Ranch Communities n 239.206.7899 e bmoore@kitsonpartners.com PROJECT(S): William & Mary Ann Smith Sports Complex, Babcock Ranch Regional Sports Complex JEREMY FLOYD Project Manager | Planning, Design & Construction Florida State University n 850.656.0564 e jf24B@fsu.edu PROJECT(S): Women’s Lacrosse Stadium & Fieldhouse, Athletics District Master Plan BRIAN LEAVER President Tandem Construction n 941.954.1599 e Brian.Leaver@tandemconstruction.com PROJECT(S): IMG Academy, Atlanta Braves Spring Training Complex, Multiple Manatee County HS Turf Conversions* TAB 5 • PAST PERFORMANCE AND REFERENCES • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 25 CITY OF CLEARWATER • RFQ #41-25 CLIENT REFERENCES TAB 5 • PAST PERFORMANCE AND REFERENCES • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 26 CITY OF CLEARWATER • RFQ #41-25 CLIENT REFERENCES Gregory-Portland Independent School District Construction Department Alton A. Alexander, Construction Manager Office: (361) 777-1091 ext. 1027 Email: aalexander@g-pisd.org 1200 East Broadway • Portland, Texas 78374 • www.g-pisd.org facebook.com/gpisdwildcats • twitter.com – @GPISD1 To Whom It May Concern, PBK Sports is currently designing a Baseball/Softball complex for G-P ISD. Mark Menchaca has been a great asset and help on this project. PBK Sports has done a great job of listening to our wants, needs, and desires, and has helped to define and navigate the different aspects of each of those. They have been very effective in designing a fantastic complex and keeping the project in-budget. This is the first project that G-P ISD and PBK Sports have teamed up together on, and I would do it again without question. It has been a fantastic experience. If you have any questions or would like to discuss any details about this experience and the project, please feel free to e-mail or call me. Sincerely, Alton A. Alexander Construction Manager G-P ISD TAB 5 • PAST PERFORMANCE AND REFERENCES • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 27 CITY OF CLEARWATER • RFQ #41-25 CLIENT REFERENCES Athletics To Whom It May Concern, Working with PBK Sports has been a true asset to our athletic programs here at Conroe ISD. From concept to completion, their team has shown an unmatched level of professionalism, creativity, and commitment to delivering high-quality athletic facilities that serve both our students and community. Our partnership with PBK has included a range of sports facility projects, and each one has benefited from their deep expertise in athletics-focused design. They understand the needs of coaches, athletes, and administrators alike—and it shows in the thoughtful, functional, and future-ready spaces they help bring to life. Beyond their technical capabilities, PBK stands out for their collaborative approach. They are attentive listeners, proactive problem-solvers, and strong communicators. Throughout the design and construction process, their team remained accessible, transparent, and responsive—helping us navigate decisions with confidence and clarity. The results speak for themselves. The facilities PBK has helped us create are not only visually impressive, but they also enhance the daily experience of our student-athletes and strengthen community pride. Their attention to detail, understanding of UIL standards, and respect for timelines and budgets have made them a trusted partner in our ongoing growth. I highly recommend PBK Sports to any district or organization looking to elevate their athletic facilities with a team that brings both vision and value. Sincerely, Chris Feris Chris Feris Director of Athletics TAB 5 • PAST PERFORMANCE AND REFERENCES • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 28 CITY OF CLEARWATER • RFQ #41-25 CLIENT REFERENCES Huntsville Independent School District Office of the Superintendent 441 FM 2821 East Huntsville, Texas 77320 Phone: 936.435.6300 Fax: 936.435.6648 www.huntsville-isd.org December 20, 2023 To Whom It May Concern, I am delighted to recommend PBK Sports for all of your athletic facility design needs. Their team did an amazing job designing our new baseball/softball complex. Our site was complex and they integrated the aesthetics of the site to make our project one of a kind, saving trees and other geographic features to create a park-like atmosphere. They have also worked closely with our chosen construction firm to ensure completion of the project on time and within budget during one of the most volatile construction markets of all time. It is without hesitation that I recommend PBK Sports. Sincerely, L. Scott Sheppard, Ed.D. Superintendent, Huntsville ISD TAB 5 • PAST PERFORMANCE AND REFERENCES • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 29 CITY OF CLEARWATER • RFQ #41-25 CLIENT REFERENCES Teagle Hall, Campus Road Ithaca, New York 14853-6501 607-624-2852 tjg92@cornell.edu From the Office of Tom Gaube Executive Director, Student & Campus Life and Athletics Diversity and Inclusion are a part of Cornell University’s heritage. We are a recognized employer and educator valuing AA/EEO, Protecting Veterans, and Individuals with Disabilities. Athletics and Physical Education To Whom It May Concern, I am writing to extend my full recommendation for Steve Padgett, the driving force behind the design team responsible for the Binghamton University’s Baseball Complex. My role at the time allowed me to witness firsthand Steve's remarkable expertise and contributions to this transformative project. Steve displayed an outstanding ability to marry function, innovation, and aesthetics, resulting in a cutting-edge facility tailored for our baseball program. His comprehensive understanding of our specific needs, coupled with a visionary approach, led to a facility that went above and beyond our initial expectations. The leadership that Steve provided for the complex was exceptional. He exhibited exceptional communication skills and a remarkable ability to collaborate effectively, making proximity to the University a non-factor. He was able to effectively coordinate the design team, stakeholders, coaching staff, university officials and donors, a task that can often be challenging to traverse. His professionalism, responsiveness, and willingness to incorporate feedback throughout the project were pivotal in achieving the successful outcome we see today. Binghamton University’s Baseball Complex was a once in a lifetime project for the athletics program that resulted in the largest donation in the University’s history. It was a passion project for all of us associated with the program and Steve shared that same sentiment. He challenged his team to look beyond the architecture and understand the culture of the baseball program and the University. He aimed to enhance the student-athlete experience in its totality, not just on the field. From study spaces to hydrotherapy to a nutrition bar, the project was designed to address the whole athlete. I have since moved on from Binghamton University and currently serve in a similar capacity for Cornell University. If given the opportunity here at Cornell, or anywhere else, I would absolutely recommend any design team Steve Padgett was leading. Sincerely, Tom Gaube TAB 5 • PAST PERFORMANCE AND REFERENCES • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 30 CITY OF CLEARWATER • RFQ #41-25 CLIENT REFERENCES TAB 5 • PAST PERFORMANCE AND REFERENCES • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 31 CITY OF CLEARWATER • RFQ #41-25 CLIENT REFERENCES TAB 5 • PAST PERFORMANCE AND REFERENCES • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 32 CITY OF CLEARWATER • RFQ #41-25 CLIENT REFERENCES Harvard Jolly merged with PBK in 2023, and formally became PBK in 2025. TAB 5 • PAST PERFORMANCE AND REFERENCES • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 33 CITY OF CLEARWATER • RFQ #41-25 CLIENT REFERENCES Harvard Jolly merged with PBK in 2023, and formally became PBK in 2025. TAB 5 • PAST PERFORMANCE AND REFERENCES • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 34 CITY OF CLEARWATER • RFQ #41-25 CLIENT REFERENCES Harvard Jolly merged with PBK in 2023, and formally became PBK in 2025. TAB 5 • PAST PERFORMANCE AND REFERENCES • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 35 CITY OF CLEARWATER • RFQ #41-25 RECORD OF RESPONSIVENESS, PROBLEM-SOLVING, AND COMMUNICATION THROUGHOUT PRIOR PROJECTS At PBK, our process is rooted in our firmwide Laws of Obsessive Customer Service—a commitment to proactive communication, adaptive problem-solving, and intentional planning. These principles are essential when managing a complex, multi-field renovation with numerous stakeholders, phased delivery, and active community use. CLEAR AND CONSISTENT COMMUNICATIONWe establish direct lines of communication with the City of Clearwater’s Parks & Recreation team, project managers, and consultants from day one. —Weekly progress updates —Milestone presentations —Real-time collaboration tools This ensures alignment on goals, decisions, and schedules—reducing delays and maintaining transparency. USER-CENTERED, FLEXIBLE DESIGN PROCESSSuccessful athletic venues are built around how they function every day. PBK’s design process directly engages facility users—maintenance staff, athletic coordinators, and event managers—to understand circulation patterns, safety priorities, and programming needs. The result is a layout that performs just as well for routine practices as it does for large tournaments. BIM COORDINATION AND CLASH DETECTIONPBK utilizes Revit and Navisworks to model civil, structural, and MEP systems in 3D. This allows us to: —Identify spatial conflicts early —Optimize utility routing and grading —Minimize change orders and schedule impacts By resolving issues before construction begins, we reduce risk and ensure efficient field delivery. PHASED CONSTRUCTION STRATEGYWe have extensive experience delivering projects in active environments and understand how to maintain operations during construction. Our team will work with City staff and contractors to develop a detailed phasing plan that accommodates tournament schedules and daily programming. Field sequencing, temporary access paths, and active safety zones are all factored in to minimize disruptions and maintain facility availability. PERMITTING AND REGULATORY NAVIGATIONPBK’s Florida-based team brings deep knowledge of regional permitting procedures. We work closely with Clearwater’s review departments to address ADA, drainage, zoning, and utility coordination proactively. Our familiarity with local codes, reviewers, and processes allows us to streamline approvals and avoid unnecessary delays. PBK delivers architectural and engineering services nationwide, but for 87 years, Florida has been our home, providing us with a deep understanding of local standards. Both of our Florida offices are within close proximity to the Eddie C. Moore Complex, ensuring accessibility and hands-on collaboration. Our sports design professionals regularly support clients across the country, and with advanced technology and a strong commitment to this project, distance will not impact our ability to fully support the City of Clearwater’s goals. —Our team will be readily accessible for all meetings, whether in-person or virtual, using platforms like Zoom or Microsoft Teams. —We will maintain open lines of communication via phone and email, ensuring prompt responses to any inquiries or issues. —Coordination and supervision will be managed through regular updates and checkpoints, keeping all parties informed and aligned. —Each meeting will have a well-prepared agenda to address key issues and keep the project on track. —By committing to consistent, in-person and virtual participation at key meetings, we ensure thorough supervision and continuous engagement with the project’s progress. In-Person Virtual Meetings Phone, Text, & Email Shared Software METHODS OF COMMUNICATION VISUAL COMMUNICATORS PBK brings the expertise and resources to immediately advance the Eddie C. Moore Complex renovation. Using visual communication and collaborative workshops, we build consensus among City staff and stakeholders to foster ownership and alignment. This approach ensures we fully understand and uphold Clearwater’s design standards, operational goals, and community expectations at every project stage. TECHNOLOGY WE EMPLOY BENEFITS OF VISUAL COMMUNICATION —Expedites Client Buy-In —Enhances Spatial Clarity —Allows Decision-Makers To Make Informed Decisions —Clearly Communicates Progress & Accomplishments to Stakeholders —Improves Pricing Exercises —Mitigates Human Error Through Clash Detection & Consultant Collaboration —Creates Client Marketing Materials For Capital Campaigns TAB 5 • PAST PERFORMANCE AND REFERENCES • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 36 CITY OF CLEARWATER • RFQ #41-25 Real World Examples JOHNSON COLISEUM | SAM HOUSTON STATEUNIVERSITYDuring the Sam Houston State University Johnson Coliseum renovation project, the clients in house risk management and on-site Authority having Jurisdiction made an interpretation that the existing and original fire alarm system needed to be replaced to comply. The required work was outside of the renovation project’s scope and budget. PBK Sports brought a nationally recognized life safety and fire protection engineering consulting firm to assist the University. PBK Sport’s consultant worked to clarify the requirements for the fire alarm system. The consultant made a site visit to the facility, performed an inspection and evaluation of the existing system and created a plan of action for review and approval. Sports worked with the client to determine the appropriate course of action that mitigated the concerns of the university’s staff while minimizing the impact to the project’s budget. MAFRIGE FIELDHOUSE RENOVATION | SAM HOUSTON STATE UNIVERSITYTo efficiently resolve issues and maintain project commitments, PBK’s Sports Group and our consultants conducted clash detection and conflict avoidance during the design and documentation phase. We used Navisworks and Revit to model and compare the architectural, structural, MEP, technology, AV, and food service systems. This process generated a detailed report identifying any points where building systems intersect or clash. Each discipline then used this report to adjust the design, preventing conflicts during construction. As a result, the work was installed as designed, with minimal modifications required from contractors. FOOTBALL LOCKER ROOMS | UNIVERSITY OF HOUSTONThe UH Locker Room Renovation project was a fast track project which challenged all members of the design team, end users and stakeholders. The unique design for the locker room and the construction documents were all done within two months. The construction was limited to three months in a JOC project delivery process. It was paramount that the schedule of the project be completed on time to welcome the UH Football team to start the season. At the initial kickoff meeting a comprehensive planning schedule was created along with milestones, decision protocols and a team signed commitment created a successful game plan. Game plan schedule protocols: Biweekly Coordination Meetings | Collaborative Design Team Decisions Expedited Submittal Process | Availability of All Decision Makers | Vendor Participation Donor involvement Biweekly Updates / Action items | On-site Technical Design Directives RECORD OF PROBLEM-SOLVING THROUGHOUT PRIOR PROJECTS TAB 6 | WORKLOAD & AVAILABILITY TAB 6 • WORKLOAD AND AVAILABILITY • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 38 CITY OF CLEARWATER • RFQ #41-25 CURRENT AND PROJECTED WORKLOAD AND ABILITY TO BEGIN WORK IMMEDIATELY UPON AWARD The City’s goal to begin construction by February 2027 and complete by January 2028 aligns well with our internal schedule and the availability of our proposed staff: Steve Padgett (Principal-in-Charge), Amy Weber Bradlow (Client Executive), and Christy Woods (Project Manager). PBK is ready to begin immediately upon award and meet all key milestones, including design, permitting, and construction administration if authorized. PBK emphasizes continuity—the team presented is the team delivering the work, with no substitutions. Key personnel will remain available throughout the project, ensuring consistent leadership, clear communication, and institutional knowledge at every phase. COMMITMENT TO PROJECT DELIVERY & CLIENT SUCCESS PARTICIPATION BY PHASE PROJECT TEAM WORKLOAD SD DD CD Bid CA 2025 2026 Q2 Q3 Q4 Q2 Q3 Q4 25%20%20%5%10% STEVE PADGETT PRINCIPAL-IN-CHARGE Florida State University Women’s Lacrosse Stadium & Clubhouse Seattle Mariners Spring Training Facility Port Chartlotte Beach Recreation Center 5%5%5%1%1% AMY WEBER BRADLOW CLIENT EXECUTIVE South Osceola Parking Garage Charlotte County Cultural Center Master Plan 35%40%45%25%25% CHRISTY WOODS PROJECT MANAGER Florida State University Women’s Lacrosse Stadium & Clubhouse Seattle Mariners Spring Training Facility 40%25%20%10%5% ALLISON ANGLE PROJECT DESIGNER Florida State University Women’s Lacrosse Stadium & Clubhouse Seattle Mariners Spring Training Facility 20%20%25%10%10% BILL MCBRIDE PLAYING FIELD SPECIALIST SouthShore Sportsplex Ed Radice Sports Complex SUBCONSULTANTS 20%25%30%10%20%ENGINEERING MATRIX MEPF ENGINEER 20%25%30%10%20%PENNONI CIVIL/STRUCTURAL ENGINEER & LANDSCAPE ARCHITECTURE 10%15%20%5%5%PLACEMAKER DESIGN STUDIO ARBORIST Reflects % of time committed to assigned projects. Reds correspond to design phases, and greys to construction administration. TAB 7 | LOCAL KNOWLEDGE AND COMMUNITY FAMILIARITY TAB 7 • LOCAL KNOWLEDGE AND COMMUNITY FAMILIARITY • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 40 CITY OF CLEARWATER • RFQ #41-25 UNDERSTANDING LOCAL CONDITIONS, PERMITTING REQUIREMENTS, AND FAMILIARITY WITH THE EDDIE C. MOORE COMPLEX OR SIMILAR REGIONAL FACILITIES LOCAL PRESENCE WITH NATIONAL EXPERTISE PBK will manage the Eddie C. Moore Complex Renovation project locally from our Sarasota office, enabling a responsive and hands-on approach throughout design and construction. Our proximity to Clearwater allows for regular site visits, in-person stakeholder meetings, and close collaboration with City departments. With key team members—including Steve Padgett, Christy Woods, Allison Angle, and Bill McBride—based in Sarasota, and Amy Weber Bradlow in nearby St. Petersburg, we are positioned to respond quickly and maintain a strong on-site presence from kickoff to closeout. This strategic local setup is supported by PBK’s national sports design portfolio, giving the City of Clearwater access to experts who understand both regional conditions and best practices from across the country. The seamless integration of national expertise with local knowledge ensures a smooth project delivery that meets high standards while aligning with community expectations, municipal processes, and the pace of daily operations. KNOWLEDGE OF LOCAL CODES, PERMITTING, AND REGULATORY REQUIREMENTS PBK is highly experienced in working with Florida municipalities and is thoroughly familiar with the City of Clearwater’s codes, permitting pathways, and regulatory procedures. Our team is well-versed in the City’s ordinances, Community Development Code, Downtown Design Guidelines, Stormwater Drainage Manual, Coastal Construction Code, and Construction Specifications and Standards. We understand how these local requirements interact with the Florida Building Code, which we navigate regularly on municipal and recreation-based projects. Our firm’s history of successful work with the City has given us a strong understanding of internal review processes, procurement expectations, and the coordination required across City departments and external agencies. We are adept at managing permitting schedules and addressing requirements early in design to avoid delays. This working knowledge helps streamline documentation, facilitates smoother plan approvals, and supports a proactive approach to utility coordination, environmental compliance, and code adherence—critical for an active public athletic facility like Eddie C. Moore. Sarasota Office 101 Paramount Drive Suite 250 Sarasota, FL 34232 FAMILIARITY WITH EDDIE C. MOORE COMPLEX OR SIMILAR REGIONAL FACILITIES PBK understands the operational needs and civic importance of regional athletic complexes like Eddie C. Moore. We have led similar efforts at the SouthShore SportsPlex, William and Mary Ann Smith Sports Complex, and Venice High School Stadium—each involving phased construction, tournament circulation, and infrastructure modernization. These experiences allow us to design for both peak athletic performance and year-round community use, supporting Clearwater’s long-term goals while minimizing disruption during renovations. TAB 8 | COMMITMENT TO SUSTAINABILITY & RESILIENCE TAB 8 • COMMITMENT TO SUSTAINABILITY AND RESILIENCE • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 42 CITY OF CLEARWATER • RFQ #41-25 INCORPORATION OF SUSTAINABLE DESIGN PRINCIPLES, ENVIRONMENTAL CONSIDERATIONS, AND DURABILITY OF MATERIALS Sustainability is a core value at PBK, guiding our design decisions to create athletic facilities that are environmentally responsible, durable, and cost-effective over their lifecycle. For the Eddie C. Moore Complex renovation, we will apply proven sustainable strategies that reduce resource consumption, minimize environmental impacts, and enhance the facility’s resilience in Clearwater’s unique coastal climate. Our commitment ensures that the complex not only meets today’s standards but remains a valuable and adaptable community asset for decades to come. DURABLE, CLIMATE-APPROPRIATE MATERIALS PBK prioritizes the use of materials engineered to withstand Florida’s challenging coastal conditions—such as salt air, high humidity, intense sunlight, and heavy rainfall. Athletic field surfaces, whether synthetic turf or natural grass, will be selected for their water efficiency, durability, and ability to minimize the need for chemical treatments. Supporting site elements such as fencing, pathways, seating areas, and spectator amenities will utilize corrosion-resistant, sustainable materials that enhance longevity and reduce ongoing maintenance costs. This thoughtful selection of materials ensures that the complex maintains its functional and aesthetic qualities despite the region’s environmental stressors. WATER CONSERVATION AND STORMWATER MANAGEMENT Water stewardship is a critical component of our sustainable design approach. We will incorporate efficient irrigation systems tailored specifically to native and drought-tolerant landscaping, which dramatically reduces potable water consumption. Additionally, PBK will design and implement advanced stormwater management solutions consistent with Clearwater’s Stormwater Drainage Manual. These solutions include bio-retention basins, permeable pavements, rain gardens, and engineered drainage systems that effectively control runoff, prevent soil erosion, and protect the surrounding natural waterways. This holistic approach supports both regulatory compliance and the health of the local ecosystem. SUSTAINABLE CONSTRUCTION AND WASTE REDUCTION In collaboration with construction managers and contractors, PBK commits to implementing robust construction waste diversion strategies. Our approach focuses on maximizing recycling, donation, and reuse of construction materials to significantly reduce landfill contributions. We also advocate for the use of prefabricated and modular components whenever possible to streamline construction, minimize onsite waste, and reduce the overall environmental impact of the renovation. These efforts not only support sustainability goals but can also improve project schedules and budget predictability. LOCAL AND RECYCLED MATERIALS Wherever feasible, PBK prioritizes sourcing materials locally and selecting recycled content to reduce the embodied carbon footprint of the renovation. By supporting regional suppliers, we contribute to the local economy and reduce transportation-related emissions. We also specify low-VOC paints, adhesives, and finishes to promote healthier air quality for athletes, staff, and visitors, enhancing overall occupant well-being. This commitment aligns with best practices for environmental health and safety in public facilities. LIFECYCLE PERFORMANCE AND LONG-TERM VALUE Beyond immediate sustainability benefits, PBK’s integrated design approach emphasizes lifecycle performance. Durable materials and efficient systems reduce the frequency of repairs and replacements, lowering operational costs and environmental impacts over time. Our designs also allow for future adaptability, ensuring that the Eddie C. Moore Complex can respond to evolving community needs and technological advancements without extensive retrofits. Through these sustainable practices, PBK will ensure the Eddie C. Moore Complex renovation is environmentally responsible, cost-effective, and resilient—delivering a facility that supports Clearwater’s community while minimizing its ecological footprint for years. 10+20+20+1 LEED Certification Projects TAB 8 • COMMITMENT TO SUSTAINABILITY AND RESILIENCE • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 43 CITY OF CLEARWATER • RFQ #41-25 AWARENESS OF CLIMATE RESILIENCY AND ENERGY-EFFICIENT DESIGN PRACTICES Given the increasing environmental challenges facing coastal Florida, PBK is committed to designing athletic facilities that are not only energy efficient but also resilient to the long-term impacts of climate change. For the Eddie C. Moore Complex, our approach emphasizes reducing energy consumption, reinforcing critical infrastructure, and integrating systems that anticipate and adapt to extreme weather events common to the Clearwater region. RESILIENT INFRASTRUCTURE DESIGN Clearwater’s coastal location makes it especially vulnerable to hurricanes, flooding, and rising sea levels. PBK accounts for these risks by designing resilient site infrastructure, including storm-resistant grading, flood-tolerant drainage solutions, and reinforced utility pathways. Electrical panels, irrigation controls, and other vulnerable systems will be elevated or otherwise protected to minimize storm damage, accelerate recovery time, and extend system longevity. ENERGY-EFFICIENT LIGHTING AND SYSTEMS Energy conservation is integral to PBK’s facility design. For this project, all athletic lighting will feature high-efficiency LED fixtures with dimming capabilities and motion or time-based controls to reduce power consumption and minimize light pollution during off-hours. Support buildings—such as team rooms, press boxes, concessions, and restrooms—will incorporate energy-efficient HVAC units, low-wattage lighting, and automated building management systems that exceed the latest Florida energy code standards. PASSIVE DESIGN STRATEGIES In support spaces throughout the complex, PBK will implement passive cooling strategies where appropriate. This includes orienting structures for optimal natural ventilation, integrating shade structures and overhangs, and specifying high-reflectance or green roofing materials to reduce heat gain and improve comfort. These methods lower the demand on mechanical systems and contribute to year-round energy savings. FUTURE-PROOFING AND INNOVATION As building codes and climate expectations evolve, so too must facility design. PBK actively monitors trends and innovations in climate resilience, renewable energy, and net-zero readiness. For the Eddie C. Moore Complex, we will assess the feasibility of incorporating solar-ready infrastructure, allowing for future installation of photovoltaic panels and other clean energy solutions when funding and policy allow. PBK’s design will deliver a resilient, energy-efficient facility that protects public investment, lowers operational costs, and supports Clearwater’s long-term environmental goals. TAB 9 | LITIGATION TAB 9 • LITIGATION • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 45 CITY OF CLEARWATER • RFQ #41-25 PROVIDE A COMPLETE LISTING OF ANY CONVICTIONS OR FINES INCURRED BY THE RESPONDENT FIRM OR ANY OF ITS PRINCIPALS FOR VIOLATIONS OF ANY STATE OR FEDERAL LAW WITHIN THE PAST THREE (3) YEARS PBK confirms that the firm has not been a named party in any litigation involving a construction project or contract—excluding personal injury and workers’ compensation—whether currently pending or concluded within the past three (3) years. PBK confirms that the firm has not been a named party in any administrative proceedings involving a construction project or contract—whether currently pending or concluded—within the past three (3) years. PBK confirms that the firm has not been a named party in any arbitrations involving a construction project or contract—whether currently pending or concluded—within the past three (3) years. PBK affirms that neither the firm nor any of its principals have incurred any convictions or fines for violations of state or federal law within the past three (3) years. Additionally, none of PBK’s executives have current claims against, nor have participated in litigation involving, the City of Clearwater while employed at PBK or any previous firm. PBK and its leadership team maintain a strong record of compliance, professionalism, and integrity in all jurisdictions in which we operate. PROVIDE A COMPLETE LISTING OF ALL LITIGATION INVOLVING A CONSTRUCTION PROJECT OR CONTRACT WHETHER CURRENTLY PENDING OR CONCLUDED WITHIN THE PAST THREE (3) YEARS IN WHICH THE RESPONDENT FIRM WAS A NAMED PARTY PROVIDE A COMPLETE LISTING OF ALL ADMINISTRATIVE PROCEEDINGS INVOLVING A CONSTRUCTION PROJECT OR CONTRACT, WHETHER CURRENTLY PENDING OR CONCLUDED WITHIN THE PAST THREE (3) YEARS, IN WHICH THE RESPONDENT FIRM WAS A NAMED PARTY PROVIDE A COMPLETE LISTING OF ALL ARBITRATIONS INVOLVING A CONSTRUCTION PROJECT OR CONTRACT, WHETHER CURRENTLY PENDING OR CONCLUDED IN THE PAST THREE (3) YEARS, IN WHICH THE RESPONDENT FIRM WAS A NAMED PARTY TAB 10 | OTHER FORMS TAB 10 • OTHER FORMS • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 47 CITY OF CLEARWATER • RFQ #41-25 SCRUTINIZED COMPANIES FORMS 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 requirementsof section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities in SudanList, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in businessoperations in Cuba and Syria; and2.The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in thissolicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the ScrutinizedCompanies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba andSyria; and3.Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commercein any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling,possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, realproperty, military equipment, or any other apparatus of business or commerce; and4.If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate,or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any ofits principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companieswith Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria. STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ onlinenotarization on, this _____ day of _________________, 20____, by(name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. __________________________________________ Notary Public __________________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE Florida __________________________________________ Authorized Signature St____eve P___adg___ett,__ AIA___, N___CAR___B, _ _ LEE___D A___P __________ Printed Name Pr____incip___al ___________________________________ Title PB____K Ar___chit___ects__ Fl___orida___, Inc___. _____________________ Name of Entity/Corporation Pinellas 5th August 25 S_te___ve P___adg__et_t, A____IA N___CAR___B, ___LEE___D A_ P x PBK Architects Florida, Inc. Principal Susan Malusky August 11, 2027 TAB 10 • OTHER FORMS • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 48 CITY OF CLEARWATER • RFQ #41-25 SCRUTINIZED COMPANIES FORMS SCRUTINIZED COMPANIES FORMS SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL 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 requirementsof section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies that BoycottIsrael List, or engaged in a boycott of Israel; and2.The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in thissolicitation and is not listed on the Scrutinized Companies that Boycott Israel List, or engaged in aboycott of Israel; and3.“Boycott Israel” or “boycott of Israel” means refusing to deal, terminating business activities, or takingother actions to limit commercial relations with Israel, or persons or entities doing business in Israel orin Israeli-controlled territories, in a discriminatory manner. A statement by a company that it is participating in a boycott of Israel, or that it has initiated a boycott in response to a request for a boycottof Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may be considered asevidence that a company is participating in a boycott of Israel; and4.If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate,or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar daysafter any of its principals are placed on the Scrutinized Companies that Boycott Israel List, or engagedin a boycott of Israel. ______________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ onlinenotarization on, this _____ day of _________________, 20____, by(name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. __________________________________________ Notary Public __________________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE ______________________________________ Authorized Signature St____eve P___adg___ett, __AIA___, N___CAR___B, ____LEE___D AP___________ Printed Name Pr____incip___al _______________________________ Title PBK Architects Florida, Inc. Florida Pinellas 5th July 25 S_tev___e P___adg__et_t, AI____A, N___CAR___B, ___LEE___D A_ P PBK Architects Florida, Inc.Principal x Susan Malusky August 11, 2027 August TAB 10 • OTHER FORMS • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 49 CITY OF CLEARWATER • RFQ #41-25 TRUTH IN NEGOTIATIONS FORM Truth-In-Negotiation Form TRUTH-IN-NEGOTIATION CERTIFICATE In compliance with the Consultants’ Competitive Negotiation Act, Section 287.055, Florida Statutes, and The Truth in Negotiations Act (TINA), ______________________________________________________hereby certifies Contractor that wage rates, fringe rates and other factual unit costs supporting the compensation for the __________________________services of ____________________________ to be provided under this Agreement, concerning _____________________________ are accurate, complete and current as of the time of contracting. The hereby undersigned representative submits this certification that they are an authorized representative of the proposer who may legally bind the proposer attest to the accuracy of the information: ____________________________________ Authorized Signature Printed Name____________________________________ Title____________________________________ Name of Entity/CorporationSTATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ onlinenotarization on, this _____ day of _________________, 20____, by ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. ___________________________________ Notary Public ____________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE PBK Architects Florida, Inc. PBK Architects Florida, Inc.Design Pressbox and sports field at Eddie C. Moore Complex _______________Steve Padget, AIA, NCARB, LEED AP______ Principal PBK Architects Florida, Inc. Florida Pinellas 5th August 25 S_______________teve Padget, AIA, NCARB, LEED AP________________(name of person whose signature is being notarized)as thePrincipalPBK Architects Florida, Inc. x Susan Malusky August 11, 2027 TAB 10 • OTHER FORMS • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 50 CITY OF CLEARWATER • RFQ #41-25 COMPLIANCE WITH ANTI-HUMAN TRAFFICKING LAWS FORM 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 extendedbetweenthenon-governmental entity and the City of Clearwater. The undersigned,on behalf of the entity listed below (“Entity”),hereby attests under penalty ofperjurythat: 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: August 5, 25 PBK Architects Florida, Inc.Steve Padgett, AIA, NCARB, LEED AP Principal TAB 10 • OTHER FORMS • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 51 CITY OF CLEARWATER • RFQ #41-25 COPY OF THE FIRM’S CURRENT FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION’S LICENSE Melanie S. Griffin, SecretaryRon DeSantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE & INTERIOR DESIGN Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. THE ARCHITECT HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 481, FLORIDA STATUTES FRISZOLOWSKI, WARD J HARVARD JOLLY, INC.3566 BELLE VISTA DRIVE EASTST. PETE BEACH FL 33706 LICENSE NUMBER: AR0013140 EXPIRATION DATE: FEBRUARY 28, 2027 Always verify licenses online at MyFloridaLicense.com ISSUED: 12/03/2024 PBK’s Florida architecture services are currently provided under the license of our Qualifying Architect, Ward Friszolowski, AIA. TAB 10 • OTHER FORMS • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 52 CITY OF CLEARWATER • RFQ #41-25 COPY OF THE FIRM’S CURRENT FLORIDA CORPORATION REGISTRATION State of Florida Department of State I certify from the records of this office that PBK ARCHITECTS FLORIDA,INC.is a corporation organized under the laws of the State of Florida,filed onMarch15,1972. The document number of this corporation is 603450. I further certify that said corporation has paid all fees due this office throughDecember31,2025,that its most recent annual report/uniform business reportwasfiledonJanuary3,2025,and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and theGreatSealoftheStateofFloridaatTallahassee,the Capital,thistheTwenty-fourth day of July,2025 Tracking Number:0594070705CU To authenticate thiscertificate,visit the following site,enter this number,and thenfollowtheinstructionsdisplayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication TAB 10 • OTHER FORMS • PRESSBOX & SPORTS FIELD AT EDDIE C. MOORE COMPLEX • PAGE 53 CITY OF CLEARWATER • RFQ #41-25 W-9 FORM Form W-9 (Rev. March 2024) Request for Taxpayer Identification Number and Certification Department of the Treasury Internal Revenue Service Go to www.irs.gov/FormW9 for instructions and the latest information. Give form to the requester. Do not send to the IRS. Before you begin. For guidance related to the purpose of Form W-9, see Purpose of Form, below.Print or type. See Specific Instructions on page 3.1 Name of entity/individual. An entry is required. (For a sole proprietor or disregarded entity, enter the owner’s name on line 1, and enter the business/disregarded entity’s name on line 2.) 3a Check the appropriate box for federal tax classification of the entity/individual whose name is entered on line 1. Check only one of the following seven boxes. Individual/sole proprietor C corporation S corporation Partnership Trust/estate LLC. Enter the tax classification (C = C corporation, S = S corporation, P = Partnership) . . . . Note: Check the “LLC” box above and, in the entry space, enter the appropriate code (C, S, or P) for the tax classification of the LLC, unless it is a disregarded entity. A disregarded entity should instead check the appropriate box for the tax classification of its owner. Other (see instructions) 3b If on line 3a you checked “Partnership” or “Trust/estate,” or checked “LLC” and entered “P” as its tax classification, and you are providing this form to a partnership, trust, or estate in which you have an ownership interest, check this box if you have any foreign partners, owners, or beneficiaries. See instructions . . . . . . . . . 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3): Exempt payee code (if any) Exemption from Foreign Account Tax Compliance Act (FATCA) reporting code (if any) (Applies to accounts maintained outside the United States.) 5 Address (number, street, and apt. or suite no.). See instructions. 6 City, state, and ZIP code Requester’s name and address (optional) 7 List account number(s) here (optional) Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. See also What Name and Number To Give the Requester for guidelines on whose number to enter. Social security number –– or Employer identification number – Part II Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and, generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Here Signature of U.S. person Date General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. What’s New Line 3a has been modified to clarify how a disregarded entity completes this line. An LLC that is a disregarded entity should check the appropriate box for the tax classification of its owner. Otherwise, it should check the “LLC” box and enter its appropriate tax classification. New line 3b has been added to this form. A flow-through entity is required to complete this line to indicate that it has direct or indirect foreign partners, owners, or beneficiaries when it provides the Form W-9 to another flow-through entity in which it has an ownership interest. This change is intended to provide a flow-through entity with information regarding the status of its indirect foreign partners, owners, or beneficiaries, so that it can satisfy any applicable reporting requirements. For example, a partnership that has any indirect foreign partners may be required to complete Schedules K-2 and K-3. See the Partnership Instructions for Schedules K-2 and K-3 (Form 1065). Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS is giving you this form because they Cat. No. 10231X Form W-9 (Rev. 3-2024) 2 Business name/disregarded entity name, if differ ✔ 2714 Dr. Martin Luther King, Jr. Street North St. Petersburg, FL 33704 59 1430579 July 16, 2025 PBK Architects Florida, Inc. PBK • 101 PARAMOUNT DRIVE • SUITE 250 • SARASOTA, FL 34323 • T. 941.954.7632 PBK.COM 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 requirementsof section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities in SudanList, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in businessoperations in Cuba and Syria; and2.The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in thissolicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the ScrutinizedCompanies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba andSyria; and3.Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commercein any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling,possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, realproperty, military equipment, or any other apparatus of business or commerce; and4.If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate,or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any ofits principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companieswith Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria. STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by(name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. __________________________________________ Notary Public __________________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE Florida __________________________________________ Authorized Signature St____eve P___adg___ett,__ AIA___, N___CAR___B, _ _ LEE___D A___P __________ Printed Name Pr____incip___al ___________________________________ Title PB____K Ar___chit___ects__ Fl___orida___, Inc___. _____________________ Name of Entity/Corporation Pinellas 5th August 25 S_te ___ve P___adg__et_t, A ____IA N___CAR___B, ___LEE___D A_ P x PBK Architects Florida, Inc. Principal Susan Malusky August 11, 2027 SCRUTINIZED COMPANIES FORMS SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL 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 requirementsof section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies that BoycottIsrael List, or engaged in a boycott of Israel; and2.The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in thissolicitation and is not listed on the Scrutinized Companies that Boycott Israel List, or engaged in aboycott of Israel; and3.“Boycott Israel” or “boycott of Israel” means refusing to deal, terminating business activities, or takingother actions to limit commercial relations with Israel, or persons or entities doing business in Israel orin Israeli-controlled territories, in a discriminatory manner. A statement by a company that it isparticipating in a boycott of Israel, or that it has initiated a boycott in response to a request for a boycottof Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may be considered asevidence that a company is participating in a boycott of Israel; and4.If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate,or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar daysafter any of its principals are placed on the Scrutinized Companies that Boycott Israel List, or engagedin a boycott of Israel. ______________________________________ Authorized Signature ______________________________________ Printed Name ______________________________________ Title ______________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _____________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. __________________________________________ Notary Public __________________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE Steve Padgett, AIA, NCARB, RA, LEED AP Principal PBK Architects Florida, Inc. Florida Pinellas 5th July 25 Steve Padgett, AIA, NCARB, RA, LEED AP PBK Architects Florida, Inc.Principal x Susan Malusky August 11, 2027 August 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: August 5, 25 PBK Architects Florida, Inc.Steve Padgett, AIA, NCARB, LEED AP Principal Truth-In-Negotiation Form TRUTH-IN-NEGOTIATION CERTIFICATE In compliance with the Consultants’ Competitive Negotiation Act, Section 287.055, Florida Statutes, and The Truth in Negotiations Act (TINA), ______________________________________________________hereby certifies Contractor that wage rates, fringe rates and other factual unit costs supporting the compensation for the __________________________services of ____________________________ to be provided under this Agreement, concerning _____________________________ are accurate, complete and current as of the time of contracting. The hereby undersigned representative submits this certification that they are an authorized representative of the proposer who may legally bind the proposer attest to the accuracy of the information: ____________________________________ Authorized Signature Printed Name ____________________________________ Title ____________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. ___________________________________ Notary Public ____________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE PBK Architects Florida, Inc. PBK Architects Florida, Inc.Design Pressbox and sports field at Eddie C. Moore Complex _______________Steve Padget, AIA, NCARB, LEED AP______ Principal PBK Architects Florida, Inc. Florida Pinellas 5th August 25 S _______________teve Padget, AIA, NCARB, LEED AP________________ (name of person whose signature is being notarized) as the Principal PBK Architects Florida, Inc. x Susan Malusky August 11, 2027 Form W-9 (Rev. March 2024) Request for Taxpayer Identification Number and Certification Department of the Treasury Internal Revenue Service Go to www.irs.gov/FormW9 for instructions and the latest information. Give form to the requester. Do not send to the IRS. Before you begin. For guidance related to the purpose of Form W-9, see Purpose of Form, below.Print or type. See Specific Instructions on page 3.1 Name of entity/individual. An entry is required. (For a sole proprietor or disregarded entity, enter the owner’s name on line 1, and enter the business/disregarded entity’s name on line 2.) 3a Check the appropriate box for federal tax classification of the entity/individual whose name is entered on line 1. Check only one of the following seven boxes. Individual/sole proprietor C corporation S corporation Partnership Trust/estate LLC. Enter the tax classification (C = C corporation, S = S corporation, P = Partnership) . . . . Note: Check the “LLC” box above and, in the entry space, enter the appropriate code (C, S, or P) for the tax classification of the LLC, unless it is a disregarded entity. A disregarded entity should instead check the appropriate box for the tax classification of its owner. Other (see instructions) 3b If on line 3a you checked “Partnership” or “Trust/estate,” or checked “LLC” and entered “P” as its tax classification, and you are providing this form to a partnership, trust, or estate in which you have an ownership interest, check this box if you have any foreign partners, owners, or beneficiaries. See instructions . . . . . . . . . 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3): Exempt payee code (if any) Exemption from Foreign Account Tax Compliance Act (FATCA) reporting code (if any) (Applies to accounts maintained outside the United States.) 5 Address (number, street, and apt. or suite no.). See instructions. 6 City, state, and ZIP code Requester’s name and address (optional) 7 List account number(s) here (optional) Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. See also What Name and Number To Give the Requester for guidelines on whose number to enter. Social security number –– or Employer identification number – Part II Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and, generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Here Signature of U.S. person Date General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. What’s New Line 3a has been modified to clarify how a disregarded entity completes this line. An LLC that is a disregarded entity should check the appropriate box for the tax classification of its owner. Otherwise, it should check the “LLC” box and enter its appropriate tax classification. New line 3b has been added to this form. A flow-through entity is required to complete this line to indicate that it has direct or indirect foreign partners, owners, or beneficiaries when it provides the Form W-9 to another flow-through entity in which it has an ownership interest. This change is intended to provide a flow-through entity with information regarding the status of its indirect foreign partners, owners, or beneficiaries, so that it can satisfy any applicable reporting requirements. For example, a partnership that has any indirect foreign partners may be required to complete Schedules K-2 and K-3. See the Partnership Instructions for Schedules K-2 and K-3 (Form 1065). Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS is giving you this form because they Cat. No. 10231X Form W-9 (Rev. 3-2024) 2 Business name/disregarded entity name, if differ ✔ 2714 Dr. Martin Luther King, Jr. Street North St. Petersburg, FL 33704 59 1430579 July 16, 2025 PBK Architects Florida, Inc. September 11, 2025 NOTICE OF INTENT TO AWARD The Selection Committee and the Procurement Division recommend award of RFQ 41-25, Design Services for Pressbox and Sports Field at Eddie C Moore Complex, to PBK Architects of Florida, Inc, the top ranked firm. The ranked firms in order are as follows: 1. PBK Architects of Florida, Inc 2. ASD|SKY 3. The Osborn Engineering Company dba OSPORTS 4. CPH Consulting LLC 5. Wannemacher Jensen Architects, LLC Contract negotiations will begin soon with the top ranked firm. Should negotiations fail, the committee will move to the next ranked firm on the list. The negotiated contract is subject to Council’s authorization. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Manager at (727) 444-8524, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Lori Vogel Lori Vogel, CPPB Procurement Manager RFQ # 41-25_Design Services – Press Box and Sports Field at Eddie C Moore Page 1 of 15 AGREEMENT BETWEEN CITY OF CLEARWATER AND DESIGN PROFESSIONAL TABLE OF ARTICLES 1. AGREEMENT 2. GENERAL PROVISIONS 3. DESIGN PROFESSIONAL’S RESPONSIBILITIES 4. OWNER’S RESPONSIBILITIES 5. TIME 6. COMPENSATION AND PAYMENTS 7. INDEMNITY AND INSURANCE 8. TERMINATION 9. MISCELLANEOUS ARTICLE 1 AGREEMENT This Agreement is made this [ ] Day of [ ] in the year [ ], by and between the OWNER, [ ] and the DESIGN PROFESSIONAL, [PBK ] Tax identification number (TIN) [ ] License Identification for the state of the Project [FL ] for services in connection with the following PROJECT [EDDIE C MOORE SPORTS COMPLEX ] ARTICLE 2 GENERAL PROVISIONS 2.1 QUALIFICATIONS Design Professional represents that Design Professional and its consultants are duly qualified, licensed, registered, and authorized by law to perform the Services under this Agreement. 2.2 RELATIONSHIP OF THE PARTIES Design Professional will cooperate and exercise the skill and judgment required above in performing Services. Design Professional represents that it possesses the skill, expertise, and licensing to perform the Services. The Parties each agree to work together in good faith and fair dealings, and shall take actions reasonably necessary to enable each other to perform this Agreement in a timely, efficient, and economical manner. Neither Design Professional nor any of its agents or employees shall act on behalf of or in the name of Owner except as provided in this Agreement or authorized in writing by Owner. 2.3 SUBJECT TO THE STANDARD OF CARE Design Professional shall furnish or provide the architectural and engineering Services in accordance with Owner’s requirements, as outlined in Owner’s Program and other relevant data defining the Project, which are attached as Exhibit A. The Services shall include Basic Services plus any Additional Services, if any, authorized by Owner in this agreement. Services shall be performed in accordance with the standard of professional skill and care required by other professionals performing similar services for a project of similar size, location, scope, and complexity, during the time in which the Services are provided (the “Standard of Care”). 2.4 ETHICS RFQ # 41-25_Design Services – Press Box and Sports Field at Eddie C Moore Page 2 of 15 The Parties shall each perform their obligations with integrity, so that, at a minimum each: (a) avoids conflicts of interest; and (b) promptly discloses to the other Party any conflicts of interest which may arise. Each party warrants to the other Party that it has not and shall not pay nor receive any contingent fees, gratuities, refunds, rebates, or other compensation to or from the other Party or any others to secure preferential treatment. 2.5 DEFINITIONS 2.5.1 “Agreement” means this “Agreement Between City of Clearwater and Design Professional,” which is referred to herein as the Master Agreement, as well as the exhibits and attachments, the Owner’s Program documents, and any subsequent Work Orders or other Amendments issued under this Master Agreement, all of which are made part of the Agreement upon execution. 2.5.1.1 The following exhibits are part of this Agreement: [_] EXHIBIT A: Owner’s Program; [_] EXHIBIT B: Hourly rates charged to the Owner and a list of Reimbursable Expenses (this Exhibit does not apply to lump sum agreements). Information regarding specific Project and Worksite information, Key Project Personnel, and Schedule of Worksite visits shall be detailed in Work Orders issued under this Agreement. 2.5.2 “Building Information Modeling” or “BIM” refers to an optional design technology that visualizes the Project or segments of the Project in at least three dimensions, and is intended to facilitate coordination among each of the Project stakeholders. 2.5.3 “Business Days” are all Days, except weekends and City holidays where the Project is located. 2.5.4 “Constructor” means the person or entity retained by Owner to perform Work for the Project. 2.5.5 “Consultant” is a person or entity that contracts with Design Professional to provide professional architectural, engineering, or other consulting services for this Project. 2.5.6 “Cost of Construction” means Owner’s total cost of Project components. In the event the Project is not completed, Cost of Construction shall mean the final approved estimated cost of Project components. 2.5.7 “Day” means a calendar day. 2.5.8 “Design Professional” is the person or entity identified in ARTICLE 1 and includes Design Professional’s representative. 2.5.9 “Environmental Site Assessment” or “ESA” includes any study performed for the purpose of identifying the probability, location, and extent of potential contamination or environmental hazards at the Worksite. 2.5.10 “Guaranteed maximum price” or “GMP” refers to a fixed dollar amount that limits the total possible costs of the Project encompassing both the Cost of Construction as well as any fees due to the Constructor. . 2.5.11 “Laws” mean federal, state, and local laws, ordinances, codes, rules, and regulations applicable to the Services and with which Design Professional must comply that are enacted as of the Agreement date. 2.5.12 “Not To Exceed” or “NTE” refers to the total maximum cost or amount that the Owner can be charged for Basic Services. Any time or expense relating to Basic Services that exceeds the NTE shall RFQ # 41-25_Design Services – Press Box and Sports Field at Eddie C Moore Page 3 of 15 be paid or absorbed by the Design Professional or its Consultants at no additional cost to Owner, regardless of whether the Agreement is billed lump sum or hourly. 2.5.13 “Others” refer to contractors, suppliers, and persons at the Worksite who are not employed by Constructor or Subcontractors. 2.5.14 “Owner” refers to the City of Clearwater, and includes Owner’s Representative. In this agreement, “the City” can be used interchangeably with “the Owner.” 2.5.15 “Owner’s Program” refers to an initial description of Owner’s objectives that shall include budgetary and time criteria, space requirements and relationships, flexibility and expandability requirements, special equipment and systems, site requirements, City codes and policies related to procurement and construction delivery, and any other documents included in the City’s solicitations for the Project. 2.5.16 “Owner’s Representative” refers to the consultant retained by the City to represent the City’s interests in the Project, or the designated City official who is responsible for overseeing the Project. 2.5.17 “Parties” mean Owner and Design Professional collectively. 2.5.18 “Project,” as identified in ARTICLE 1, is the building, facility, or other improvements to be designed by Design Professional for which Constructor is to perform Work under the agreement between Owner and Constructor. It may also include construction by Owner, or Others. 2.5.19 “Project Schedule” is the timeframe, measured in calendar Days, in which the Owner expects the Design Professional to complete all Construction Documents so that any required building permits will be issued to the Owner or to the Constructor as well as the construction of the Work up to final completion and acceptance by the Owner, if applicable. 2.5.20 “Rough Order of Magnitude” or “ROM” refers to the Owner and Design Professional’s mutual and agreed understanding as to the acceptable range for the Cost of Construction. The Owner’s Program may propose a ROM, which will be reviewed and, if acceptable, confirmed by the Design Professional, in writing, prior to commencing Schematic Design. The parties recognize and intend that the ROM mandates that final Cost of Construction and all monetary obligations of the City related to the Project must fall within +/- 75% of the ROM unless the Owner requires otherwise in a specific Work Order. 2.5.21 “Services” mean the services provided by Design Professional or by consultants retained by Design Professional for the Project, including coordination of design services of subcontractors who may be procured by Constructor or Subcontractors. The Services include Basic Services and Additional Services as may be authorized by Owner. 2.5.22 “Substantial Completion” means the Work (or a specified part thereof) has progressed to the point where, in the opinion of the Design Professional, as evidenced by the Design Professional’s definitive certificate of Substantial Completion, is sufficiently complete, in accordance with the Agreement, so that the Work (or specified part) can be utilized for the purposes for which the City intended; or if no such certificate is issued, when the Work is complete and ready for final payment as evidenced by the Design Professional's recommendation of final payment. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 2.5.23 “Subcontractor” is a person or entity retained by Constructor as an independent contractor to provide the labor, materials, equipment, or services necessary to complete a specific portion of the Work. The term Subcontractor does not include Design Professional or Others. 2.5.24 “Work” means the construction and services necessary or incidental to fulfill Constructor’s obligations for the Project in conformance with the agreement between Owner and Constructor. RFQ # 41-25_Design Services – Press Box and Sports Field at Eddie C Moore Page 4 of 15 2.5.25 “Work Order” means a written outline of specific project details and tasks to be performed as well as the method of payment for said tasks. In the event of conflict between a Work Order and the Master Agreement, the Master Agreement shall govern. A Work Order shall only act to amend the terms of the Master Agreement when specifically stated in said Work Order that the intent is to amend this Master Agreement. 2.5.26 “Worksite” means the geographical area of the Project location as identified in ARTICLE 1 where the Work is to be performed. ARTICLE 3 DESIGN PROFESSIONAL’S RESPONSIBILITIES 3.1 GENERAL RESPONSIBILITIES 3.1.1 PROJECT REQUIREMENTS Prior to commencing compensated work, Design Professional shall review and preliminarily evaluate the Owner’s Program described in Exhibit A. The Design Professional’s acceptance of this Agreement shall constitute its professional opinion that in the absence of unreasonable delay by the Owner, the Construction Documents can generally be completed within the time-frame described within the Owner’s Program, and that the Project is generally constructible within a ROM of the Owner’s budget. If the Project Schedule or ROM are not available as part of the Owner’s Program, the Design Professional shall prepare a Work Order that specifies a date for Substantial Completion and a ROM, which may be accepted or reject by the Owner. Once the Parties have agreed, the Design Professional shall perform so that design is constructible within the ROM. 3.1.2 COST ESTIMATES AND PROFESSIONAL ADVICE As further described in Section 3.2, the Design Professional shall update the estimated Cost of Construction at the completion of Schematic Design Documents, and update the estimated Cost of Construction again at the completion of Design Development Documents. The Design Professional shall also update the estimated Cost of Construction upon completing the Construction Documents, unless the Owner and Constructor have already agreed to a GMP or lump sum to construct the Project. If at any time Design Professional’s estimate exceeds Owner’s most recently approved estimate, Design Professional shall recommend to Owner a range of options allowing the Project to proceed within the budget estimate most recently approved by the Owner. This paragraph shall not relieve the Design Professional of the obligation to design within the ROM as agreed upon by the Parties. 3.1.3 PROJECT SCHEDULE The Design Professional shall use professional efforts to adhere to the Project Schedule or if the Project Schedule is not yet developed, Design Professional will provide a mutually agreeable schedule prior to commencement of any compensable design work. Designer shall notify Owner of any deviation from the Project Schedule and provide a recovery plan that shall be subject to Owner’s written approval. The Project Schedule shall be updated for Owner’s review and approval at the completion of Schematic Design Documents, Design Development Documents, and Construction Documents, except when construction commences before the completion of such Documents. If Constructor has been retained to provide preconstruction services as part of the Work, Design Professional shall coordinate and update the Project Schedule with the Schedule of the Work prepared by Constructor. Design Professional shall make appropriate recommendations if any Project Schedule shows a deviation from previously approved Project Schedules. 3.1.4 ITERATIVE PROCESS Design Professional shall not proceed with the development of successive design documents until receiving written approval from Owner. Design Professional shall promptly revise without additional compensation: 3.1.4.1 those documents which have not been previously approved by Owner and which exceed the most recently approved ROM, unless the Owner agrees in writing to accept a higher Cost of Construction estimate; RFQ # 41-25_Design Services – Press Box and Sports Field at Eddie C Moore Page 5 of 15 3.1.4.2 those documents identified by Constructor as presenting constructability problems, regardless of whether the Owner has already accepted the design document(s); and 3.1.4.3 those documents needing revisions to reflect clarifications and assumptions and allowances on which a guaranteed maximum price is based. To the extent that any design documents approved by Owner deviate from the requirements of Owner’s Program, the approved design documents shall govern. 3.1.5 WORK SITE ACCESS The Owner shall ensure and provide the Design Professional with reasonable access to the Worksite at all times. 3.2 BASIC SERVICES Design Professional’s Basic Services include, at a minimum, the following: 3.2.1 SCHEMATIC DESIGN DOCUMENTS Based on Owner’s Program, including any mutually agreed refinements or clarifications, Design Professional shall prepare one or more Schematic Design Documents under the following terms and conditions: • Schematic Design Documents shall include drawings, outline specifications, and other documents illustrating the Project’s basic elements, scale, and their relationship to the Worksite, and if applicable, shall include presentation documents such as artistic or photorealistic renders as necessary to describe the design concept options to the City Council for approval when required by the Owner’s Program. • If Owner elects to require certain sole source products or the use of specific vendors in procurement, Designer shall include and maintain a list of sole source products and specific vendors as specified by Owner. • Schematic Design Documents shall include, as applicable, conceptual plans of the site and structures; preliminary sections and elevations; approximate areas, volumes, and dimensions; and preliminary selections of materials and systems. Designer shall confirm with Owner the level of detail required in said documents in the event that multiple concept options are required as part of the Owner’s Program. • One (1) reproducible set and one (1) electronic version (CAD files and PDF) of the Schematic Design Documents shall be provided to Owner. • When Design Professional submits the Schematic Design Documents, the Design Professional shall update the Project Schedule and provide a new cost estimate. The Design Professional shall promptly notify the City in writing of any changes to either the Project Schedule or expected Cost of Construction. • The Design Professional shall not proceed to Design Development unless and until the Owner, in its sole discretion, selects and confirms its approval of one or more Schematic Designs, including the new cost estimate and updated Project Schedule. • Design Professional shall respond to all owner document review comments in writing, including detail that the comment was incorporated/addressed or reasons why the requested change was not incorporated. Upon receipt of the Schematic Design Documents, new cost estimate, and updated Project Schedule, the City shall (1) approve the updates, or (2) end the Agreement or cancel the Work Order, in which case the Design Professional shall be compensated for services rendered up to the point of termination or cancelation. If the compensation method is lump sum, the Owner shall pay a pro rata portion of the lump sum to compensate for Schematic Designs only.. If the Schematic Design Documents include no concept plans that are within the City’s budget, the City may either instruct the Design Professional to revise or create new Schematic Design Documents aligning with the Owner’s budget or end the Agreement or cancel the Work Order as applicable. If Owner elects to require a revision, the Design Professional shall revise or create a Schematic Design at no additional cost to the Owner in which the expected Cost of Construction conforms to the ROM. 3.2.2 DESIGN DEVELOPMENT DOCUMENTS If the Owner approves the Schematic Design Documents and updated estimate of the Cost of Construction and Project Schedule, the Design RFQ # 41-25_Design Services – Press Box and Sports Field at Eddie C Moore Page 6 of 15 Professional shall prepare, for Owner’s review and approval, Design Development Documents under the following terms and conditions: • If the Owner has hired or retained a CMAR to provide preconstruction services, the Design Professional shall collaborate in good faith with the CMAR in all matters relating to Design Development, value engineering, cost estimating, and the Project Schedule. • The Design Development Documents shall further define the Project, including drawings and outline specifications fixing and describing the Project size, character, and site relationships, and other appropriate elements describing the structural, architectural, mechanical, and electrical systems. • Design Development Documents shall include, as applicable, plans, sections, and elevations; criteria and sizing of major components; equipment sizes and capacities and approximate layouts, including required spaces and clearances; typical details; materials selections and general quality levels. • Design Professional shall provide and maintain permit tracker software as specified by the Owner. • When Design Professional submits Design Development Documents, Design Professional shall identify in writing all material changes and deviations that have taken place from the Schematic Design Documents and the previously approved estimate of the Cost of Construction and Project Schedule. Designer must identify any material selections and specifications that require a specific manufacturer or sole source and may limit competitive bids consistent with City procurement procedures and applicable laws. A Minimum of three manufacturers should be listed unless a smaller list is approved by the Owner. • If requested by Owner, Design Professional shall prepare alternate bid documents. • Unless documents are required to be transmitted in electronic form, two printed sets and one reproducible set of Design Development Documents shall be provided to Owner. 3.2.3 CONSTRUCTION DOCUMENTS Based on the approved Design Development Documents and updated estimate of the Cost of Construction and Project Schedule, Design Professional shall prepare and submit Construction Documents for review and approval by the Owner and any other permitting authorities, under the following terms and conditions: • If the Owner has hired or retained a CMAR to provide preconstruction services, the Design Professional shall collaborate in good faith with the CMAR in all matters relating to the Construction Documents, cost estimating (if a GMP has not already been established), the Project Schedule, and permitting. • The Construction Documents shall consist of signed and sealed documents, setting forth in detail the quality levels of and the requirements for construction of the Project. The signed and sealed documents shall include all drawings and specifications required by law and ordinance prior to or as a condition of issuing building permits and any other required permits. • The Construction Documents shall describe all work necessary to bid and construct the Project. • When Design Professional submits the Construction Documents, Design Professional shall identify in writing for Owner’s approval all material changes and deviations that have taken place from the Design Development Documents and the previously approved estimate of the Cost of Construction and Project Schedule. Designer shall include a list of all approved sole source materials and/or vendors included in design or shall specify the applicable requirements for alternative “as equal” proposals that may be accepted when presented by the Constructor. • Unless documents are required to be transmitted in electronic form, two printed sets and one reproducible set of the Construction Documents shall be provided to Owner. 3.2.4 BIDDING OR NEGOTIATION ASSISTANCE Design Professional shall assist Owner in obtaining bids or negotiated proposals from contractors by providing electronic documents including drawings, specifications, and any addendum, attending pre-bid and pre-award meetings, clarifying the scope and intent of the Construction Documents, and, if appropriate, evaluating proposed subcontractors and suppliers for portions of the Work. Design Professional shall issue any required addenda or clarifications promptly in writing. RFQ # 41-25_Design Services – Press Box and Sports Field at Eddie C Moore Page 7 of 15 3.2.4.1 If the lowest bona fide bid or negotiated Guaranteed Maximum Price (“GMP”) exceeds the Design Professional’s most recently prepared and approved estimate of the Cost of Construction as specified in the ROM, and the Owner elects to rebid or otherwise renegotiate the Project, then the Design Professional, without additional compensation, shall make the necessary modifications to the Construction Documents to reduce the Cost of Construction to an amount less than or equal to the sum of the most recently approved estimate of the Cost of Construction. 3.2.5 CONSTRUCTION PHASE SERVICES The Construction Phase will commence upon the issuance of a written Notice to Proceed from Owner to the Constructor to proceed with the Work, with contemporaneous notification to Design Professional. Design Professional shall (a) review and advise Owner as to the accuracy and sufficiency of the schedule of values submitted by Constructor for the Work, (b) coordinate the Project Schedule with the Schedule of the Work submitted by Constructor and approved by Owner, (c) prepare design documents in connection with change orders, (d) respond to Constructor requests for information, and (e) prepare alternate bid documents after completion of schematic design documents. Design Professional shall furnish to Owner and, if directed, to Constructor interpretations and clarifications of the drawings and specifications, by means of additional drawings, addenda, or otherwise, as are necessary for the proper execution and progress of the Work. All such interpretations and clarifications shall be consistent with the intent of the Construction Documents and reasonably inferable from them. 3.2.5.1 REQUESTS FOR INFORMATION (“RFI”) AND SUBMITTALS Design Professional shall respond to Constructor’s RFI’s and review Constructor’s submittals, including shop drawings, product data, and samples. Design Professional shall approve or make recommendations concerning such submittals to Owner within ten (10) Business Days of receiving the submittals from Constructor, unless mutually agreed otherwise by Design Professional, Constructor, and Owner. Design Professional shall check Constructor’s submittals for conformance with the design and the scope of the Project and for compliance with the Construction Documents, and shall notify Owner of any material discrepancy or incomplete submittal. Design Professional’s review shall not extend to Constructor’s means, methods, techniques, sequences, or procedures, unless such means, methods, techniques, sequences, or procedures have been specified by Owner or Design Professional. 3.2.5.2 Design Professional shall assist Owner in the evaluation and processing of Constructor’s request for changes in the Work. Based on its evaluation, Design Professional shall make appropriate recommendations to Owner. 3.2.5.3 If applicable, Design Professional shall visit the Worksite at appropriate intervals, as specified in the relevant exhibit or Work Order to become generally familiar with the quality of the Work and to determine in general if the Work is proceeding in accordance with the Construction Documents. After each Worksite visit, Design Professional shall promptly provide Owner with a written report. If Design Professional becomes aware of any defects or deficiencies in the Work, or failure of the Work to progress in conformity with the Schedule of the Work, Design Professional shall provide prompt notice, followed by written confirmation, to Owner. If, in Design Professional’s opinion, special testing or inspection of the Work is needed, Design Professional shall recommend to Owner such testing or inspection procedures and appropriate consultants. Design Professional shall not be responsible for construction means, methods, techniques, sequences, and procedures, unless they are specified by Design Professional, or for ensuring that the Work is in accordance with the Construction Documents. 3.2.5.4 Design Professional shall attend meetings with Owner and Constructor upon reasonable request of Owner. The number of required meetings may be specified in the Owner’s Program or in a Work Order issued under this Agreement. 3.2.5.5 Design Professional shall assist Owner in conducting inspectionsto determine the date or dates of Constructor’s Substantial Completion of the Work. Such assistance shall include compiling a list of items to be completed or corrected so that Owner may occupy RFQ # 41-25_Design Services – Press Box and Sports Field at Eddie C Moore Page 8 of 15 or utilize the Work or a designated portion for its intended use, without unscheduled disruption. 3.2.5.6 Design Professional shall assist Owner in conducting inspections to determine Constructor’s final completion of the Work. 3.2.5.7 If requested by Owner, Design Professional shall make up to two (2) visits to the Worksite during Constructor’s one-year correction period to assist Owner in evaluating the need for any corrective measures and/or as required by any applicable warranty. Design Professional shall review commissioning reports during this period to ensure equipment and any other work as applicable is performing to design specifications. 3.2.5.8 Design Professional shall prepare record drawings from marked-up prints, drawings, or other documents that incorporated changes made during the Construction Phase. 3.2.6 Except as otherwise provided in this Agreement, Design Professional hereby grants a license to use design and construction documents prepared by Design Professional to those retained by Owner or Constructor to perform construction services for the Project. 3.3 ADDITIONAL SERVICES The following Services, if and to the extent selected by an “x”, shall be provided by Design Professional and paid for as Additional Services: 3.3.1 ☐ Surveys and related matters involving the identification or examination of property boundaries, ownership, easements, or topography, e.g. legal descriptions, ALTA surveys, or aerial photographs; 3.3.2 ☐ Environmental site assessments required by law or requested by the Owner; 3.3.3 ☐ Geotechnical analysis of any kind, including soils or the exploration of subsurface utilities; 3.3.4 ☐ Preparing measured drawings of existing conditions in anticipation of renovating existing buildings or existing facilities; 3.3.5 ☐ Traffic study or studies required by ordinance or requested by the Owner; 3.3.6 ☐ Landscape architecture; 3.3.7 ☐ Photovoltaic (“PV”) design services and coordination of install, e.g. solar panels; and 3.3.8 ☐ BIM – which, if selected, will be governed by its own addendum and exhibit, or shall be specified with detail in the Work Order: 3.3.9 ☐ Artistic renderings, models, or mockups of the Project or any part of the Project; 3.3.10 ☐ Inventories of existing furniture, fixtures, furnishings, and equipment which might be under consideration for incorporation into the Project; 3.3.11 ☐ Interior design and related services, including procurement and placement of new furniture, new furnishings, new artwork, and new decorations; 3.3.12 ☐ Pursuing Leadership in Energy and Environmental Design “LEED” certification or recognition; 3.3.13 ☐ Attend, present, and answer questions at public meetings held by government agencies, homeowners associations, civic groups, or other community stakeholder meetings identified by the Owner; RFQ # 41-25_Design Services – Press Box and Sports Field at Eddie C Moore Page 9 of 15 3.3.14 ☐ Any material revisions to the Schematic Design, Design Development, or Construction Documents after the respective phase was approved by the Owner, unless the Design Professional’s actions, or negligence created the need for revisions, or the revisions constitute Basic Services under Section §3.2.4.14 of this Agreement, or the revisions are needed to provide clarification or supplemental details for Constructor such as an architect’s or engineer’s supplemental instruction 3.3.15 ☐ Design, coordination, management, expediting, and other services supporting the procurement of materials to be obtained or work to be performed by Owner, including but not limited to telephone systems, computer wiring networks, sound systems, alarms, security systems, and other specialty systems which are not otherwise required by this Agreement; 3.3.16 ☐ Consultations and representations before governmental authorities if the duration or extent of said service exceeds the ordinary and customary process(es) of securing permits required by law or ordinance; 3.3.17 ☐ Worksite visits in excess of the number of visits provided for in the Work Order or or the number of visits in a schedule established by attachment to this Agreement; 3.3.18 ☐ Evaluation of payment applications. If this box is selected, the Design Professional will assist Owner in evaluating Constructor’s applications for payment, including recommending approval or denial. If this Additional Service is selected, Design Professional shall certify to Owner the amounts due Constructor and that the Work has progressed to the point indicated in the payment application based on the schedule of values submitted by Constructor. The Design Professional shall use professional skill and care when evaluating the Constructor’s applications, but the certification for payment shall not by itself constitute a representation that the Design Professional has evaluated the quality or quantity of the Work, or the construction means, methods, techniques, sequences, or procedures used by the Constructor in furthering the Work; 3.3.19 ☐ Performing formal commissioning services; 3.3.20 ☐ Document reproduction exceeding the limits provided for under §3.2; 3.3.21 ☐ Estimates, proposals, appraisals, consultations, negotiations, and services in connection with the repair or replacement of an insured loss; 3.3.22 ☐ Serving or preparing to serve as an expert witness in connection with any legal proceeding in which the Design Professional is not a party. The manner of payment and total cost of all selected Additional Services shall be negotiated and documented as required by Article 6 of this Agreement. The lump sum cost of each line item, or its hourly rate and NTE, shall be documented in a Work Order or shall be consistent with the Schedule of Fees attached as Exhibit B. 3.4 CONSULTANTS Design Professional shall notify the Owner at least ten (10) days prior to engaging consultants. Said engagement shall not be deemed to create any contractual relationship between Owner and any such consultant, but the Owner shall be considered the intended third-party beneficiary of the performance of their services. Except for the waivers required under §Error! Reference source not found. and §Error! Reference source not found., Design Professional shall not include any limits of liability in its agreements with any Consultants without the prior written approval of Owner. Design Professional shall bind its Consultants in the same manner as Design Professional is bound to Owner under this Agreement. 3.5 DESIGN PROFESSIONAL’S REPRESENTATIVE Design Professional’s representative shall be specified in the Work Order as part of Key Project Personnel, who shall possess full authority to receive and act on instructions from Owner, in accordance with this Agreement. If Design Professional changes its RFQ # 41-25_Design Services – Press Box and Sports Field at Eddie C Moore Page 10 of 15 representative or the representative’s authority, Design Professional shall immediately notify Owner in writing. 3.6 KEY PROJECT PERSONNEL The key Project personnel whom Design Professional shall assign and their anticipated time percentage each shall devote to Design Professional’s Services shall be set forth in a Work Order or provided in writing to the City for approval prior to commencing any compensable work. Such personnel shall not be changed without the written approval of Owner, which approval shall not be unreasonably withheld. 3.7 ROYALTIES, PENALTIES, AND COPYRIGHTS Design Professional shall pay all royalties and license fees which may be due on the inclusion of any patented or copyrighted materials, methods, or systems selected by Design Professional and incorporated in the design or construction documents prepared by Design Professional. Design Professional warrants that it possesses the copyright or permission to use the copyright of materials, methods, or systems selected by Design Professional and incorporated in the design or construction documents prepared by Design Professional. Design Professional shall defend, indemnify, and hold Owner, Constructor, and Subcontractors harmless from all suits or claims for infringement of any patent rights or copyrights arising out of such selection. ARTICLE 4 OWNER’S RESPONSIBILITIES 4.1 FINANCIAL INFORMATION Prior to commencement of Services, and thereafter, Design Professional shall have the right, upon written request, to receive from Owner evidence of Owner’s financial ability to pay for Design Professional’s Services. Evidence of Owner’s financial ability to pay for Services shall be a condition precedent to Design Professional commencing or continuing Services. Design Professional shall be notified prior to any material change in Owner’s ability to pay for Services. 4.2 INFORMATION AND SERVICES PROVIDED BY OWNER The Owner is not required to obtain or possess any of the information or services described in this Section 4.2. However, to the extent the Owner has obtained or does obtain the information or services, the Owner shall provide them to Design Professional with reasonable promptness. Unless otherwise limited by Owner in writing, Design Professional shall be entitled to rely on the accuracy of such information and services: 4.2.1 information describing the physical characteristics of the Worksite, including surveys, Worksite evaluations, legal descriptions, existing conditions, subsurface and environmental studies, reports, and investigations all in reasonable detail and as set forth in Exhibit A; 4.2.2 inspection reports and testing services conducted during construction as required by law or as mutually agreed; 4.2.3 unless otherwise provided in this Agreement, documentation evidencing any necessary approvals, site plan review, rezoning, easements and assessments, fees, and charges required for the construction, use, occupancy, or renovation of permanent structures. 4.2.4 Owner shall promptly report to Design Professional errors, inconsistencies, and omissions it discovers in the Construction Documents; however, nothing in this subsection shall relieve Design Professional of responsibility for its own errors, inconsistencies, and omissions. 4.2.5 Approvals by Owner shall not be deemed to be an assumption of responsibility by Owner for any error, inconsistency, or omission in the drawings and specifications or other documents prepared by Design Professional, its employees, agents, or consultants. Owner shall provide all approvals required under this Agreement in a timely manner. 4.3 OWNER’S REPRESENTATIVE Owner’s representative shall be the Director of the City Department that is managing the Project, or his or her designee, which may be an employee or a third-party Consultant. The Representative shall be fully acquainted with the Project; agrees to furnish the information and services required of Owner pursuant to §4.2 in a timely manner; and shall have authority to bind Owner in matters RFQ # 41-25_Design Services – Press Box and Sports Field at Eddie C Moore Page 11 of 15 requiring Owner’s approval, authorization, or written notice, but may not change this Agreement Between City of Clearwater and Design Professional, as modified by the Parties. If Owner changes its representative or their authority, Owner shall immediately notify Design Professional in writing. ARTICLE 5 TIME 5.1 TIME FOR SERVICES Time is of the essence. Subject to the Standard of Care, the Design Professional shall provide the Services required by this Agreement in a timely manner and in conformance with the Project Schedule. The Project Schedule can be modified with the Owner’s consent pursuant to the protocols described in Section 3.2 of this Agreement. However, the Owner’s approval of a delayed or modified Project Schedule shall not increase the compensation owed to the Design Professional, except as provided in Section 5.3 of this Agreement. 5.2 DELAYS BY DESIGN PROFESSIONAL If the progress or completion of the Project is delayed by reason of any error, inconsistency, or omission of Design Professional which violates its Standard of Care, Design Professional shall compensate Owner for and indemnify it against all damages that may accrue as a result of such delay. In addition, Design Professional shall provide Services at its own cost, including any overtime costs and expenses, required to make up time lost to Owner because of such delay. Owner shall provide prompt written notice to Design Professional of such delay after Owner first recognizes the delay. 5.3 DELAYS BY OWNER If Design Professional is delayed in the performance of its Services by any act or omission of Owner, or by changes ordered by Owner which are due to causes beyond Design Professional’s control, then the time allotted in the Project Schedule for Design Professional’s Services shall be extended for the period of such delay. In such instance(s), the Design Professional shall provide prompt written notice to Owner of such delay after Design Professional first recognizes such delay. The Owner shall, upon request by the Design Professional, consider an equitable adjustment in compensation to the extent that said adjustment is attributable to the Owner’s delay as defined in this Section 5.3. ARTICLE 6 COMPENSATION AND PAYMENTS 6.1 COMPENSATION FOR BASIC SERVICES For Basic Services as described in §3.1 and §3.2, Owner shall compensate Design Professional on the following basis (designate only one of the following options): ☐ Stipulated or Lump Sum Fee. The amount of [One Million Four Hundred Thirty Thousand One Hundred Forty Nine ] dollars ($[1,430,149]). This amount equals [%] percentage of the preliminary budget estimate. ☐ Hourly with NTE Fee. The actual cost of the sum of the following, up to a maximum of [insert NTE amount]: a. Design Professional’s personnel at the hourly rates listed in Exhibit B. b. Services of consultants and subcontractors at a multiple of [ ] ([ ]) times the amount billed to Design Professional for such services. c. Reimbursable Expenses incurred in connection with Basic Services. Regardless of which method is chosen, the lump sum or NTE shall not be modified for any reason except those recognized in Sections 5.3 or 6.3 of this Agreement. For the avoidance of doubt, neither an increase nor a decrease in the Owner’s project budget or expected Cost of Construction shall affect the amount owed, except as otherwise authorized by this Agreement. 6.2 COMPENSATION FOR ADDITIONAL SERVICES RFQ # 41-25_Design Services – Press Box and Sports Field at Eddie C Moore Page 12 of 15 6.2.1 In addition to the compensation described in Section 6.1 of this Agreement, the Design Professional shall be compensated for any Additional Services selected by the Owner pursuant to Section §3.3 of this Agreement. Each selected Additional Service shall be documented as a separate line item and paid as either a lump sum or Hourly with NTE. The amount of said compensation shall be documented by an exhibit or Work Order. The manner and timing of such compensation shall occur pursuant to Section 6.3 of this Agreement. 6.3 PAYMENTS 6.3.1 Design Professional shall submit to Owner for its approval monthly applications for payment for Basic and Additional Services and Reimbursable Expenses, if any, with reasonable supporting detail. Owner shall pay or deny payment applications in the manner and timing required by Florida’s Local Government Prompt Payment Act. 6.3.2 Prior to final payment to Design Professional, Design Professional shall furnish evidence satisfactory to Owner that there are no claims, obligations, or liens outstanding in connection with its Services. Acceptance of final payment shall constitute a waiver of all claims by Design Professional for compensation for its Services. 6.3.3 Design Professional’s expense records shall be maintained in accordance with generally accepted accounting principles and shall be available to Owner at mutually convenient times for all Services to be compensated on the basis of actual cost. ARTICLE 7 INDEMNITY AND INSURANCE 7.1 INDEMNITY 7.1.1 To the fullest extent permitted by law, Design Professional shall indemnify and hold harmless the City, and its officers and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the design professional and other persons employed or utilized by the design professional in the performance of this Agreement. 7.1.2 Design Professional shall not be responsible for the acts or omissions of Owner, Constructor, and Subcontractors, and their respective agents or employees, or any other persons or entities performing work on the Project other than those included in Section 7.1.1. 7.2 INSURANCE 7.2.1 PROFESSIONAL LIABILITY INSURANCE Before commencing its Services and as a condition of payment, Design Professional shall maintain at its own cost and expense Professional Liability Insurance and other applicable insurance coverages through a company that is satisfactory to Owner, whose approval shall not be unreasonably withheld, for claims arising under this Agreement. Specific Policies and Coverage amounts shall be stated by the Owner as part of the Owner’s Program or as otherwise required by City code, practice and procedure. 7.2.2 Design Professional shall furnish to Owner certificates of insurance evidencing the required coverage listed in this section and a copy of its policy. No policy shall be cancelled or modified without thirty (30) Days’ prior written notice to Owner. ARTICLE 8 TERMINATION 8.1 TERMINATION BY EITHER PARTY Should either Party be in material breach of this Agreement, the other Party may give written notice to the breaching Party that it intends to terminate this Agreement for RFQ # 41-25_Design Services – Press Box and Sports Field at Eddie C Moore Page 13 of 15 default absent appropriate corrective action upon seven (7) Days from receipt. Upon such time and absent appropriate corrective action, the non-breaching party may terminate this Agreement in writing. 8.2 TERMINATION BY OWNER FOR CONVENIENCE Upon ten (10) Days’ written notice, Owner may, without cause, terminate this Agreement with Design Professional. If this Agreement is terminated pursuant to this section, Design Professional may recover from Owner payment for Services performed up through the date on which the Design Professional receives the Owner’s notice of intent to terminate. To the extent that specific Basic Services or specific Additional Services were either partially performed or in progress as of the date on which the termination notice is delivered, the Owner shall compensate the Design Professional as if the in-progress Basic Service(s) or in-progress Additional Service(s) had been fully performed or shall compensate for actual services rendered, plus ten percent (10%) whichever is lower. The Design Professional shall identify in writing with reference to this Agreement or the applicable Work Order, which specific services were in progress in order to request this compensation, and provide the Owner the option of requesting the specific service be completed prior to requesting compensation pursuant to this paragraph. Additional compensation for partial performance pursuant to this paragraph shall be treated as liquidated damages, and in no event shall the Owner incur any further liability to the Design Professional after paying this sum. ARTICLE 9 MISCELLANEOUS 9.1 OWNERSHIP OF TANGIBLE DOCUMENTS Owner shall receive ownership of the property rights, including copyrights, of all documents, drawings, specifications, electronic data, and information ("Documents") prepared, provided, or procured by Design Professional or by consultants retained by Design Professional and distributed to Owner for this Project, upon making the final payment to Design Professional or in the event of termination under ARTICLE 8, upon payment for all sums due to Design Professional under ARTICLE 8. Owner’s acquisition of the copyright shall be subject to Owner’s making of all payments required by this Agreement. 9.1.1 DESIGN PROFESSIONAL’S USE OF DOCUMENTS Notwithstanding Section 9.1 of this Agreement, Design Professional may reuse Documents prepared by it pursuant to this Agreement in its practice, but only upon written request to and written permission granted by the Owner. Said permission shall not be unreasonably withheld. 9.2 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM AND ISRAEL CERTIFICATION FORM Pursuant to Section 287.135, Florida Statutes, any vendor, company, individual, principal, subsidiary, affiliate, or owner on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or is engaged in business operations in Cuba or Syria, is ineligible for, and may not bid on, submit a proposal for, or enter into or renew a contract with the City of Clearwater for goods or services for an amount equal to or greater than one million ($1,000,000.00) dollars. Any vendor, company, individual, principal, subsidiary, affiliate, or owner on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, is ineligible for, and may not bid on, submit a proposal for, or enter into or renew a contract with the City of Clearwater for goods or services for ANY amount. Each entity submitting a bid, proposal, or response to a solicitation must certify to the City of Clearwater that it is not on the aforementioned lists, or engaged in business operations in Cuba or Syria, or engaged in a boycott of Israel at the time of submitting a bid, proposal or response, in accordance with Section 287.135, Florida Statutes. 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. Boycott Israel or boycott of Israel means refusing to deal, terminating business activities, or taking other actions to limit commercial relations with Israel, or persons or entities doing business in Israel or in Israeli-controlled territories, in a discriminatory manner. A statement by a company that it is participating in a boycott of Israel, or that it has initiated a boycott in response to a request for a boycott of Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may be considered as evidence that a company is participating in a boycott of Israel. RFQ # 41-25_Design Services – Press Box and Sports Field at Eddie C Moore Page 14 of 15 The certification forms (the Certification) are attached hereto, and must be submitted, along with all other relevant contract documents, at the time of submitting a bid, proposal, or response. Failure to provide the Certification may deem the entity’s submittal non-responsive. If the City of Clearwater determines that an entity has submitted a false certification form, been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or the Scrutinized Companies that Boycott Israel List, or engaged in business operations in Cuba or Syria, or engaged in a boycott of Israel, then the contract may be terminated at the option of the City of Clearwater. Other than the submission of a false certification, the City of Clearwater, on a case-by-case basis and in its sole discretion, may allow a company to bid on, submit a proposal for, or enter into or renew a contract for goods or services, if the conditions set forth in Section 287.135, Florida Statutes, apply. The City retains the right to pursue civil penalties and any other applicable rights and remedies as provided by law for the false submission of the attached certification forms. 9.3 PUBLIC RECORDS The Design Professional will be required to comply with Chapter 119, Florida Statutes, regarding public records. IF THE DESIGN PROFESSIONAL HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: Rosemarie Call, phone: 727-562-4092 or Rosemarie.Call@myclearwater.com, 600 Cleveland Street, Suite 600, Clearwater, FL 33755. 9.4 EXTENT OF AGREEMENT Except to the extent expressly provided in this Agreement, this Agreement represents the entire and integrated agreement between Owner and Design Professional and supersedes all prior negotiations, representations, and agreements, either written or oral. This Agreement and each and every provision is for the exclusive benefit of Owner and Design Professional and not for the benefit of any third party. 9.5 ASSIGNMENT Except as provided in this paragraph, neither Owner nor Design Professional shall assign its interest in this Agreement without the written consent of the other Party. However, the Owner may in its sole discretion assign the Agreement to another local government entity in Florida, and the Design Professional may in its sole discretion assign its right to receive its proceeds. 9.6 GOVERNING LAW AND VENUE The laws of the State of Florida and the ordinances of the City of Clearwater shall govern this Agreement. Venue for any dispute or claim involving this Agreement shall be found in Pinellas County or, in the event of a federal lawsuit, the Middle District of Florida. 9.7 NOTICE Unless changed in writing, a Party’s address indicated in Article 1 shall be used when delivering notice to a physical address. Except for agreement termination, notice is effective upon transmission by any effective means, including U.S. postal service and overnight delivery service. 9.8 NO WAIVER OF PERFORMANCE Either Party’s failure to insist upon any, in any one or more instances, on the performance of any of the terms, covenants, or conditions of this Agreement, or to exercise any of its rights, shall not be construed as a waiver or relinquishment of such term, covenant, condition, or right with respect to further performance. 9.9 TITLES The title given to the articles and sections are for ease of reference only and shall not be relied upon or cited for any other purpose. 9.10 JOINT DRAFTING The Parties expressly agree that this Agreement was negotiated by professionals and with the advice of, or opportunity to consult with, legal counsel. Therefore, this Agreement shall be construed neither against nor in favor of either Party, but shall be construed in a neutral manner. [Signature Page to Follow] RFQ # 41-25_Design Services – Press Box and Sports Field at Eddie C Moore Page 15 of 15 IN WITNESS WHEREOF, the Parties have executed this Agreement as of the day and year first written above. CITY OF CLEARWATER, FLORIDA ATTEST: By: Bruce Rector, as its Mayor Rosemarie Call, City Clerk (SEAL) Approved as to Form: Jerrod Simpson, Senior Assistant City Attorney DESIGN PROFESSIONAL: [PBK ] BY: NAME: Steve Padgett TITLE: Principal WITNESS: NAME: Christy Woods TITLE: Sr. Project Manager END OF DOCUMENT Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1315 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Clerk Agenda Number: 12.1 SUBJECT/RECOMMENDATION: Appoint John Carey to the Brownfields Advisory Board to fill the Resident category for a term set to expire January 15, 2030. (consent) SUMMARY: APPOINTMENT WORKSHEET BOARD: Brownfields Advisory Board TERM: 4 years FINANCIAL DISCLOSURE: Not Required RESIDENCY REQUIREMENT: Not Required SPECIAL QUALIFICATIONS: Three members shall be Clearwater residents who live within or adjacent to the Brownfields area. Three members shall be owners or representatives of a business operating in the Brownfields area. Three members shall be representatives of federal/state agency/local government involved with Brownfields remediation process within Pinellas County. MEMBERS: 9 CHAIR: Mark Parry MEETING DATES: Meets as called. PLACE: Clearwater Main Library, 100 N Osceola Ave., Clearwater, FL 33755 APPTS. NEEDED: 1 THE FOLLOWING ADVISORY BOARD MEMBER COMPLETED THEIR TERM, WHICH REQUIRES A NEW APPOINTMENT: 1. Sioux Hart - 630 Fairmont St., 33755 - Resident Original Appointment:7/18/19 (was serving first term which expired 7/31/23) THE NAME BELOW IS BEING SUBMITTED FOR CONSIDERATION TO FILL THE ABOVE VACANCY: 1.John Carey - 1504 Laura Street, 33755 - Resident Zip codes of current members on board: 5 in 33755 Page 1 City of Clearwater Printed on 1/9/2026 File Number: ID#25-1315 1 in 33756 1 in 34209 Page 2 City of Clearwater Printed on 1/9/2026 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1348 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Clerk Agenda Number: 12.2 SUBJECT/RECOMMENDATION: Reappoint Philip Kirkpatrick to the Brownfields Advisory Board to fill the Government Representative category for a term set to expire on January 15, 2030. (consent) SUMMARY: APPOINTMENT WORKSHEET BOARD: Brownfields Advisory Board TERM: 4 years FINANCIAL DISCLOSURE: Not Required RESIDENCY REQUIREMENT: Not Required SPECIAL QUALIFICATIONS: Three members shall be Clearwater residents who live within or adjacent to the Brownfields area. Three members shall be owners or representatives of a business operating in the Brownfields area. Three members shall be representatives of federal/state agency/local government involved with Brownfields remediation process within Pinellas County. MEMBERS: 9 CHAIR: Mark Parry MEETING DATES: Meets as called. PLACE: Clearwater Main Library, 100 N Osceola Ave., Clearwater, FL 33755 APPTS. NEEDED: 1 THE FOLLOWING ADVISORY BOARD MEMBER COMPLETED THEIR TERM AND NOW REQUIRES REAPPOINTMENT: 1. Philip Kirkpatrick - 600 Cleveland Street, 33755 - Gov’t. Representative Original Appointment:12/1/22 *Completed an unexpired term Page 1 City of Clearwater Printed on 1/9/2026 Submit Date: Aug 27, 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? Brownfields Advisory Board: Submitted Occupation - If retired, enter former occupation. Economic Developer Have you served or do you serve on a board in Clearwater? Yes No If yes, please list the name of the board. Brownfields Advisory Board Philip S Kirkpatrick philip.kirkpatrick@myclearwater.com 600 Cleveland St.Suite 600 Clearwater FL 33755 Business: (727) 562-4054 Mobile: (727) 285-2663 City of Clearwater Economic DevelopmentCoordinator III Philip S Kirkpatrick 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. As an employee of the City, I guided the application for the current grant from EPA and oversaw the close out of the immediately prior grant. I believe my experience and knowledge would be valuable to the board and City. What personal qualifications can you bring to this board or committee? I have over 35 years in commercial real estate development and brokerage work in the industrial submarket of commercial real estate. I've retained professional services for a large number of projects that needed ESAs and have assisted in brownfields matters. List Community Activities Primarily, economic development 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. None. 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. I am employed by the City. 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) PSK_Resume_2022-02-03.docx Philip S Kirkpatrick Date of Birth 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: None 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. 01/04/1953 Philip S Kirkpatrick PHILIP S. KIRKPATRICK 897 Lantern Way, Clearwater, FL 33765 ● 727-214-8836 ● pkirkpatrick1@msn.com ● linkedin/com/in/philip-kirkpatrick REAL ESTATE DEVELOPMENT Leading Project Implementation, Performance & Investment ReturnsComprehensive experience in development, management and construction of healthcare and commercial real estate including leasing, sales, property management and asset management services. Extensive experience in long and short-term planning, financial forecasting, deal execution and fostering relationships with internal and external stakeholders. Areas of Expertise: Project management from concept through completion. Pre-construction management to include site and architectural design. Real estate development financial analytics Matrix analysis of financial parameters Incremental impact analysis Optimization of yield vs. cost vs. opportunity Real estate development project capitalization, structuring and acquisition, to include both equity and leverage components Feasibility assessments to steer real estate development, financing and investment opportunities Commercial real estate assessments for the office, retail and healthcare submarkets K ey Strengths: Leasing Management & Negotiation  Investment Underwriting  Data Management & Analytics Pre-Construction Management  Land Acquisition  Construction/Project Management Physician Negotiations  Conflict/Crisis Management  Contractual Negotiations Bachelor of Arts, Texas Tech University, Lubbock, TX, May 1976 (Degree awarded with honors) CITY OF CLEARWATER, Clearwater, FL Medium-sized city located on Florida’s Gulf Coast in the Tampa Bay Metropolitan Area Sr. Economic Development Coordinator, February 2020–current Recruitment of businesses to relocate to the City and facilitate project/property development for new and existing business within the City to include: Develop business/marketing plan to reach out to both businesses and key influencers regarding relocation to Clearwater. Outreach and sales encounters with target businesses and key influencers Respond to inquiries and increase likelihood of relocation. Manage and clarify incentives available to possible relocating and expanding businesses. Facilitate relocations. Assist with and facilitate expansion of existing businesses. Identify and solicit industrial and office development within the City by developers. SUNCOAST TEAM SERVICES, St. Petersburg, FL Mid-sized general contractor concentrating in automotive dealership construction Pre-Construction Manager, June 2018–July 2019 Management of design, bidding and buyout for contracted projects including: Manage site and building design to meet client needs and avoid excessive costs. Define subcontractor bid requirements. Manage bid process. Buyout all subcontract segments of the project. Manage relationships with clients. Temporarily execute projects as a Project Manager. Education Professional Experience EQUITY, LLC, Tampa, FL Mid-size general contractor, and commercial real estate developer and brokerage/property management agency. Vice President, Development, April 2006–October 2017 Project management and execution of all phases of commercial real estate development projects. Approval of all project- related documents, contracts and agreements. Managed and set priorities for project tasks in a rapidly changing environment to include: due diligence, design, legal, leasing, financing and construction services; provided direct and technical sales support. Led site selection process and managed acquisition of real estate including title work and legal documentation. Mentored staff regarding integration of their job functions with the development process. Highly effective in teaming with both internal and external professionals to secure quality, profitable projects delivered on-time and on-budget. Pre-construction management to include site and architectural design; management of leasing; origination and closing of project financing; coordination of construction; and tenant coordination. Managed design process from programming, space planning, schematic, design development and construction documentation for both site and architectural design for all phases of real estate development markets. Owner’s representative throughout the construction phase, site meetings, approval of GC draw applications, reviewed, rejected and approved change order requests/applications, tenant coordination and punch lists. Notable Achievements Healthcare Linebaugh Medical Office Building, Tampa, FL, 27,000 sq. ft. Himes MLK Medical Office Building, Tampa, FL, 36,000 sq. ft. Gainesville Health Care Center, Gainesville, FL, 97,000 sq. ft. BioSpine, Tampa, FL, 9,100 sq. ft., Lake Worth Medical Center, Lake Worth, FL, 34,753 sq. ft. Comprehensive Cancer Treatment Center, Aiken, SC Select Physicians’ Surgery Center, Tampa, FL Surgery Centers of America, Tampa, FL Lake Worth Surgical Center, Lake Worth, FL Women's Breast Imaging Center, Plano, TX Women's Breast Imaging Center, Richardson, TX 8 – MRI imaging centers in: Aiken, SC; Huntington, San Angelo, TX; Plano, TX; Easton, PA; Hamilton Twp., NJ; Lawrenceville, GA; Nashville, TN Retail Clermont College Station, Clermont, FL, multi-tenant retail, REO, value-add acquisition, in process of expanding from 85,000 sq. ft. to 130,000 sq. ft., improving IRR from 17.3% to 20.1%. Completed 2018. Shoppes at Lakeland Square Mall, Lakeland, FL, multi-tenant retail, 44,375 sq. ft., turnkey development, completed 2008 Southshore Commons, Tampa, FL, mixed-use, 1,600,000 sq. ft., turnkey development, stalled due to the great recession General Office Confidential, Tampa, FL, multi-tenant general office, 500,000 sq. ft., projected completion 2019 Pan Am Building, Tampa, FL, multi-tenant general office, 31,000 sq. ft., redevelopment, completed 2010 CASE STUDIES DEVELOPMENT— ENTITLEMENTS C ASE STUDY: PROJECT INFILL REQUIRED EXCESSIVE PARKING TO MEET PARKING STANDARDS WHICH ADVERSELY IMPACTED RENTABLE FLOOR AREA. Solving this matter was essential to achieving sufficient NOI to warrant developing the in-fill convenience retail strip. Background The jurisdiction within which this asset is located required parking of greater than 10 spaces per 1,000 sq. ft. of total rentable space in the in-fill development. Combined with the limitation for compact spaces (10%) and the size of the spaces, the yield on the development would not meet the Parking requirements in a jurisdiction adversely impacted the opportunity to achieve a favorable financial return during development of in-fill lease space in a value-add acquisition. My management of the variance process and participation in the variance hearing enabled the project to achieve the investment returns investment hurdle rate under these parking criteria. Goals Secure a variance to the parking requirement that would permit development of the in-fill building which would make the investment viable. My role As the manager of the project’s development, I evaluated the land development code with consultation of a land use attorney and determined the parking requirement could not be met in light of alternative parking layout with the input of the site design engineer. I would lead the effort to resolve this problem. Result With the civil engineer as partner, we applied for a variance to the land development requirements to include both parking and side yard setback to meet the rentable yield required to achieve investor-expected returns. In preparation for the zoning hearing and to complete the variance application, I retained a planning consultant to conduct a parking survey/analysis of the project to determine usage of the parking areas already in place with hopes of finding excess parking capacity on the project’s overall site. The study revealed that 75 parking spaces were available adjacent to the outparcel which would host the in-fill development. Further complicating this, the Conditional Use Permit under which this property was developed required that each outparcel park 100% of its needs on its own outparcel. Our variance package was submitted, and by standard procedure, the planning staff recommended that the jurisdiction’s governing council deny the variance. We scheduled the zoning hearing but decided to delay the hearing for one month due to the announced absence of one of the council’s members which would leave us with only one negative vote possible in order to succeed. The following month the hearing occurred with all council members in attendance thus permitting us to succeed with two negative votes. During the hearing, it became clear that the jurisdictional council did not like compact parking spaces and seemed to want all spaces to be 10’ x 20’. I offered, as the applicant, that we would gladly build all spaces at full size in exchange for approval of our variance which was 1) offsite parking (meaning adjacent to the outparcel), 2) approval of our requested side yard setback, and 3) minor reductions in the landscape buffer. All council members voted to approve the variance. DEVELOPMENT—DESIGN MANAGEMENT AND IMPACT FEES C ASE STUDY: ARCHITECTURAL DESIGN WAS ADVERSELY INCREASING WATER/SEWER IMPACT FEES. Managing the design effort can pay for itself in ways not often considered. Background The architect’s plumbing design sub- consultant on this project had specified that the property would require a 3” potable water tap in order to meet healthcare regulatory requirements (AHCA) Examine all costs to ensure savings are achieved whenever reasonable and possible. for water pressure at the ends of the plumbing runs. Guiding the Design I have found that future impact of design decisions can be analyzed a number of ways. One method I use is to anticipate the financial cost or impact of all decisions. Sometimes these costs are “first costs” and sometimes they are “second costs” or ongoing maintenance/replacement costs. In this case, the cost was a “soft” cost which would be outside of the cost of construction and wouldn’t be a consideration from a general construction or property management point of view. It was a pure capital cost to the ownership. As a part of my due diligence process, I research and archive the various soft costs that a project may incur and keep it readily accessible. One of the soft costs I research is tap/capacity fees or water/sewer impact fees for various size water services. I do this prior to design and set a budget based upon an informed estimate regarding the size water tap that will likely be required for the scale and type of project (this project is healthcare – skilled nursing). I determined that the incremental difference in water impact fees between 2” and 3” taps would be greater than $100,000 for both the water and sewer fees. Since this amount is material to the project, I decided to engage with the plumbing engineer regarding the detailed requirements of the design to meet by client, local jurisdiction and state standards. The plumbing engineer confirmed that a boost pump with a 2” tap would meet the pressure requirements for the client and would meet AHCA regulations. We priced the cost of a boost pump (installed with electrical) to be less than $20,000. Based on these facts, the plumbing engineer was directed to design using a 2” tap. During review of the construction documents developed in response to this request, I noted that the plumbing engineer had provided a table of values in his water calculations that included details not required for review in the permitting process. My experience with plans reviewers (and others) is that too much information sometimes triggers unforeseen objections. I was able to convince the plumbing engineer to eliminate the excessive data in the table of values. The submitted plans were approved and the water/sewer impact fees were accordingly reduced. DEVELOPMENT—MANAGING PLATTING C ASE STUDY: THE SUBDIVISION PROCESS WAS Investigate all possible paths to achieve needed results. REQUIRING A FORMAL PLAT WHICH WAS TRIGGERING OFFSITE IMPROVEMENTS THAT WOULD EXCEED THE PROJECT BUDGET. The platting process was causing both a schedule delay and project cost overrun. Background This project had been handled by other development managers and was assigned to me due to staff layoff in the early phase development. The formal platting process was requiring signoff/approval by an independent governmental drainage district which was demanding that the project culvert and cover an open drainage district that was 2 parcels distant from the project site at a cost of approximately $300,000. Goals Get this project moving forward quickly and eliminate the offsite improvement, if possible. Ownership had agreed internally to pay this unexpected cost. My role As the development manager for this project, I needed to motivate the land planning consultant who was representing the project to the jurisdiction to solve this problem in a manner less impactful to the project’s ownership. Result During meetings with the land planning consultant, I learned that the consultant was taking the path of least resistance to secure construction permits which require subdivision of the project’s parcel from another. The response to most of my questions were equivocal and indicated a lack of material knowledge in the process. I insisted that we find a professional with sufficient knowledge of the subdivision process. The consultancy’s principal joined our meeting and suggested I interview a highly experienced surveyor for guidance in alternative approaches. Upon interviewing the surveyor, I learned that the County in which the property was located permitted 2 lot subdivisions without requiring a formal plat. By this approach, we would eliminate the review and approval of the drainage district and completely avoid the offsite improvements the district demanded. We moved forward with the subdivision by survey and returned the project to forward progress with a nearly immediate ground breaking. DEVELOPMENT—DESIGN MANAGEMENT C ASE STUDY: CHALLENGING A CIVIL ENGINEER TO STEP OUTSIDE OF NORMAL DESIGN APPROACH RESULTED IN SAVINGS OF $2,700,000 IN SITE WORK COSTS. Taking a different approach to storage of storm water resulted in both a reduction in site construction costs, but also yielded more developable land along the primary frontage of the project. Background Understandi ng designer’s perspectives and approaches by asking good quality questions which delve into the underlying assumptions and prejudices of the designer often produces better outcomes. This project had a nine-foot fall from the rear of the property to its frontage. To balance the site, import fill would be required to “reverse” site drainage to storage at the rear of the site thus providing better yield at the frontage and an abundance of outparcels for sale, lease or development. The problem was that, though the project could afford it, the import fill would cost about $3,000,000 and would present a grading challenge to maintain good site lines from the arterial roadway on the frontage onto the project site. Goals Increase the financial yield along the frontage, reduce the site import fill costs and avoid design challenges related to maintaining site lines. As the manager of this project’s development, I represented project ownership as the owner’s representative. The project’s leasing effort was being conducted by an in-house agent as landlord representative who reported to me. My role As the project’s development manager, I managed the pre-construction design overall with input from the general contractor. Results Following a series of schematic site designs, I directed the site civil engineer to conduct a series of storm water studies to find an alternative solution including purchasing adjacent land for storm water storage. Though some improved the financial result, none were particularly attractive. I then challenged the engineer about lining the storm water ponds and placing them near the frontage, but much smaller than those laid out in the schematic plan (8+ acres). The conditions of the site included extremely shallow seasonal high ground water which resulted in large, shallow storm water ponds. The adjacent topography provided a significant elevation drop from the northwest corner of the property headed westward of about twelve feet over a 600’ run in the highway right of way. I discussed with the engineer if we could effectively lower the seasonal high ground water elevation by using the outfall elevation 600’ westward, we could then create storm water storage volume that would be deeper and thus, would occupy far less developable surface area then the current schematic design. The engineer countered that the cost to line the ponds would be significant. Asking how significant, the engineer told me it could cost as much as $300,000. Clearly, the engineer was a bit myopic in considering a $300,000 cost rather than the whole scope of storm water facility construction costs which necessarily included import fill or $3,000,000. The result was designing the site to use lined ponds, reducing site construction costs by $2,700,000 and providing greater financial yield from the highway frontage land. DEVELOPMENT—DESIGN MANAGEMENT C ASE STUDY: SITE DESIGN ENGINEER PROVIDED A POORLY LOCATED STORM WATER SYSTEM WHICH WOULD ADVERSELY IMPACT SITE CONSTRUCTION SEQUENCE AND SUBCONTRACTOR MOBILIZATION. Redesigning the storm water system was necessary to achieve both budget and schedule. Background Due to site size limitations and cost of the land, this project required underground storm water attenuation, storage and treatment. The initial schematic site design placed storm water chambers and drain fields on north, south and east sides of the building (the building was located at the minimum setback line from the western boundary of the parcel). I recognized that this arrangement would be problematic for crane placement during Paying attention to site design layout will reap large benefits in terms of budget construction impacting both sequence and mobilization of lifting equipment. I also noted that differential compacting over the chambers compared to other locations would be costly in execution. Goals Minimize the impact of the design to sequence and mobilization and, to the degree possible, reduce the cost of underground storm water facilities. As the manager of this project’s development, I represented project ownership as the owner’s representative. The project’s leasing effort was being conducted by an in-house agent as landlord representative who reported to me. My role As the project development manager, I represented project ownership as the owner’s representative and was responsible for guiding both design professionals and the general contractor during the pre- construction phase. I had retained the civil engineering firm with input from the general contractor (which was an internal vendor of the development company). Results With much effort, I convinced the civil engineering firm’s project manager to move all storm water facilities to the east side of the property (where the largest expanse of parking was to be located) and to eliminate all storm water facilities on the north and south sides of the building. I attempted without success to reduce materially the cost of the storm water system due to the unwillingness of the engineering firm’s project manager to entertain alternative designs…who insisted that a StormTech system be used. Some savings were achieved by locating all storm water excavation in one contiguous location. The final design result avoided the sequencing and mobilization problem that would’ve occurred with the initial design. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1350 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Clerk Agenda Number: 12.3 SUBJECT/RECOMMENDATION: Approve the Mayor’s reappointment of Melanie Humphrey to the Clearwater Housing Authority Board for a term ending January 15, 2030. (consent) SUMMARY: BOARD: Clearwater Housing Authority TERM: 4 years APPOINTED BY: Mayor, Approved by City Council FINANCIAL DISCLOSURE: Required RESIDENCY REQUIREMENT: City of Clearwater, except for the Public Housing Resident SPECIAL QUALIFICATIONS: 1 member shall be a Program Recipient - Clearwater residency not required. 2 members can be Pinellas County residents who are employed within city limits. Clearwater residency not required. Note - The appointment is made by the Mayor and confirmed by City Council. MEMBERS: 5 CHAIR: Caitlein Jammo MEETING DATES: 4th Friday, 9:00 a.m. (Every other month) PLACE: The Vincent Building, 908 Cleveland Street, Clearwater, FL 33755 APPTS. NEEDED: 1 THE MAYOR HAS SELECTED THE FOLLOWING APPLICANT FOR APPOINTMENT: 1.Melanie Humphrey - 1573 Cumberland Lane, 33755 - BayFirst National Bank, Vice President Zip codes current members on board: 1 at 33761 1 at 33770 1 at 33759 Page 1 City of Clearwater Printed on 1/9/2026 Submit Date: Dec 11, 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. * Less than 1 year 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? Westshore is my office location. I am the lead Commercial Lender in Pinellas County and own a home in Clearwater. Which Boards would you like to apply for? Clearwater Housing Authority: Submitted Occupation - If retired, enter former occupation. Commercial Lender Have you served or do you serve on a board in Clearwater? Yes No If yes, please list the name of the board. Melanie T Humphrey mhumphrey322@yahoo.com 1573 Cumberland Ln Clearwater FL 33755 Mobile: (727) 742-6432 BayFirst National Bank Vice President Melanie T Humphrey Upload a Resume Why do you wish to serve on this board/committee? If seeking reappointment, state why you should be reappointed. I wish to serve on the Clearwater Housing Authority Advisory Board because I believe stable, affordable housing is the cornerstone of a thriving community. As a Clearwater resident and financial professional, I see firsthand how rising housing costs affect families, small businesses, and long-term community growth. I want to contribute my skills to help ensure that Clearwater residents have access to safe, sustainable housing and to support strategies that balance economic development with the needs of working families. What personal qualifications can you bring to this board or committee? I bring over thirteen years of banking and lending experience, including commercial lending, credit analysis, and community banking leadership. My professional expertise has given me deep insight into economic development, risk assessment, and how financial structures impact individuals and families. In addition, I serve as Vice Chair of the Board for Pace Center for Girls Pinellas, which has strengthened my governance, fundraising, and community engagement skills. I can combine financial knowledge with a strong commitment to public service, ensuring decisions are both fiscally sound and community-focused. List Community Activities • Vice Chair, Board of Directors – Pace Center for Girls Pinellas • Volunteer – Girls Inc. of Pinellas • Partner – Pinellas County Housing Authority • Partner – Contemporary Housing Alternatives of Florida • Volunteer – Habitat for Humanity • Volunteer – The No More Foundation, Inc. • Member – BNI Inspire, Tampa Bay • Active participant in community outreach, financial education initiatives and housing and economic sustainability. 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. NA 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. NA 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) Resume.docx Melanie T Humphrey Date of Birth Ethnicity African American 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: 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. 03/22/1993 Melanie T Humphrey MELANIE HUMPHREY VICE PRESIDENT, COMMERCIAL LENDING OFFICER CONTACT 727.742.6432 Mhumphrey322@yahoo.com Tampa Bay Metro linkedin.com/in/melanie-humphrey-278013171/ PROFESSIONAL OVERVIEW Strategic business relationship leader with 12+ years of experience managing complex client portfolios, driving revenue growth, and delivering tailored financial and operational solutions. Adept at cultivating long-term partnerships with C-suite executives, hospitality operators, and business owners across competitive markets. Proven track record of exceeding growth targets, leading cross-functional teams, and executing relationship strategies that enhance client satisfaction, retention, and profitability. Recognized as a trusted advisor and dynamic communicator who bridges business needs with innovative solutions. PROFESSIONAL EXPERIENCE BayFirst National Bank Vice President and Commercial Lender | Jan 2023 – Present Directed strategic business development initiatives across multiple markets, driving multimillion-dollar growth and strengthening partnerships with business owners in hospitality, retail, and professional services sectors. Built and managed a 120MM portfolio of high-value business relationships, delivering tailored solutions that enhanced client satisfaction, loyalty, and retention. Served as trusted advisor to executives and entrepreneurs, aligning financial strategies with operational goals to maximize performance and profitability. Negotiated and structured complex contracts and service agreements consistently achieving growth and client outcomes in competitive markets. Led and coached cross-functional teams to elevate sales effectiveness, relationship management, and client service delivery. Executed market expansion strategies by leveraging referral networks, centers of influence, and community partnerships to capture new business opportunities. Recognized by senior leadership for responsiveness, strategic thinking, and ability to deliver results in high-pressure environments. Republic Bank & Trust Company Business Banking Officer | Apr 2022 – Dec 2022 Managed a $50MM+ portfolio of business relationships, providing personalized solutions that improved operational efficiency and long-term client value. Delivered consultative guidance to mid-market clients, including hospitality operators, driving adoption of tailored financial and business services. Expanded market share through proactive engagement with community influencers, trade associations, and industry networks. Strengthened client partnerships through consistent follow-up, service quality, and cross-sell of treasury and operational solutions. Positioned as a key relationship manager in competitive markets, achieving growth and retention goals while deepening brand presence. Seacoast National Bank (Formerly Freedom Bank) Senior Client Advisor | Sep 2015 – Mar 2022 Built and managed long-term client relationships across commercial, consumer, and hospitality industries, driving sustainable portfolio and revenue growth. Developed customized business solutions that aligned with client goals, supporting expansion and operational success. Partnered with compliance and internal audit teams to ensure exceptional client experience while meeting regulatory expectations. Drove local market penetration by building referral pipelines with industry associations, hospitality partners, and community organizations. Consistently exceeded client satisfaction goals by delivering proactive solutions, earning repeat and referral business. Sterling National Bank (Formerly Astoria Bank & Trust) Financial Services Representative | Oct 2013 – Sep 2015 Opened and managed business and consumer accounts, ensuring seamless financial onboarding for clients. Conducted financial transactions, deposits, and wire transfers while identifying cross-sell opportunities. Increased product penetration by 20% through proactive client engagement and relationship-building efforts. Assisted in operational compliance procedures, mitigating risk exposure and improving regulatory adherence. Supported lending and investment teams in structuring customized banking solutions for high-net-worth clients. LEADERSHIP & BUSINESS VENTURES Luxe Edge Consulting (DBA of Capri Humphrey Holdings LLC) Founder & Principal Consultant | 2024 – Present Provide strategic advisory services in financial consulting, business development, and real estate. Advise small business owners on financial structuring, funding strategies, and operational efficiencies. Leverage extensive banking expertise to deliver customized financial solutions that drive growth and profitability. BOARD MEMBERSHIPS & COMMUNITY INVOLVEMENT Vice Chair – PACE Center for Girls, Pinellas Volunteer – Girls Inc. of Pinellas Partner – Pinellas County Housing Authority Partner – Contemporary Housing Alternatives of Florida Volunteer – Habitat for Humanity Volunteer – The No More Foundation, Inc. Member – BNI Inspire, Tampa Bay EDUCATION Graduate School of Banking, GSBLSU – 2025-Present Florida School of Banking, Graduate – 2024 Bachelor’s in Accounting & Finance, South University – 2021 Associate’s in Accounting & Finance, Nassau Community College – 2015 KEY SKILLS & COMPETENCIES Commercial Lending & Portfolio Management Business Development & Revenue Growth Credit Risk Analysis & Loan Structuring Strategic Sales Leadership & Coaching P&L Management & Financial Strategy Client Relationship Management & COI Expansion Regulatory Compliance & BSA Audits High-Impact Negotiation & Deal Structuring Community Engagement & Board Leadership Entrepreneurship & Business Consulting CERTIFICATIONS & LICENSING Certified Notary Public Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#26-0001 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Clerk Agenda Number: 12.4 SUBJECT/RECOMMENDATION: Appoint Mark Lutz to the Public Art and Design Board, as the citizen representative, with a term set to expire on January 15, 20230. (consent) SUMMARY: BOARD: Public Art and Design Board TERM: 4 years APPOINTED BY: City Council FINANCIAL DISCLOSURE: Not Required RESIDENCY REQUIREMENT: City of Clearwater resident except for the Clearwater Arts Alliance, Inc., formerly, Clearwater Arts Foundation, and the Creative Pinellas representative MEMBERS: 7 Liaison: Amber Brice, Cultural Affairs Coordinator CHAIR: MEETING DATE: Quarterly - January, March, June, Sep. TIME/PLACE: 2:00 PM/Chambers APPOINTMENTS NEEDED: 1 THE FOLLOWING ADVISORY BOARD MEMBER COMPLETED THEIR TERM, REQUIRING AN APPOINTMENT: 1. Eric Seiler - 2513 Dogwood Ct, 33767 - Citizen Rep. Original Appointment: 03/02/2021 THE NAME BELOW IS BEING SUBMITTED FOR CONSIDERATION TO FILL THE VACANCY: 1.Mark Lutz - 1312 Moreland Drive, 33764 - Architect Zip codes of current members: 1 - 33774 2 - 33755 2 - 33765 Page 1 City of Clearwater Printed on 1/9/2026 Submit Date: Dec 26, 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? Public Art and Design Board: On Agenda Occupation - If retired, enter former occupation. Architect Have you served or do you serve on a board in Clearwater? Yes No If yes, please list the name of the board. Mark L Lutz mark.lutz@yahoo.com 1312 Moreland Drive Clearwater FL 33764 Mobile: (813) 230-0514 Mark Lutz Architect Mark L Lutz 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. Now that I am not travelling for business like I had in previous years, and now mostly retired, I still enjoy the arts. Many of the projects I was involved in where I practiced for over 30+ years, most of projects integrated the arts to some degree. Also, for me Architecture is where science intersects with the arts. I am back in the Clearwater Community and feel still have something to contribute to my community that I was raised in. The general population may not fully understand "why the arts", but we need to support the arts. What personal qualifications can you bring to this board or committee? I am still today a registered Architect in the State of Florida and practice/develop my own projects. List Community Activities Just moved back into town 24 months ago and getting back into the community. 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. NA 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. NA 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) Mark_Lutz_Resume__with_project_information_12.26.2025.pdf Mark L Lutz Date of Birth 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. Mark L Lutz Project Experience Nicklaus Children’s Hospital Advanced Pediatric Care Pavilion Imaging Department Replacement and Emergency Room Replacement Miami, Florida Nicklaus Children’s Hospital E.D. Addition and Renovation Miami, Florida Nicklaus Children’s Hospital Imaging Addition and Renovation Miami, Florida Nicklaus Children’s Hospital Advanced Pediatric Care Pavilion Miami, Florida Nicklaus Children’s Hospital Lab Master Planning Miami, Florida Jackson Health System Main Campus Cath Lab Miami, Florida Broward Health North Broward Medical Center Onocology Department Renovations Deerfield Beach, Florida Broward Health North Emergency Department + Operating Rooms Expansion Deerfield Beach, Florida Broward Health North Broward Medical Center Inpatient and Outpatient Planning Interior Renovations Pompano Beach, Florida Broward General Medical Center Orthopedics Sports Treatment Facility Fort Lauderdale, Florida UHealth Lennar Foundation Medical Center + Cath Lab Coral Gables, Florida SoLe Mia + Cath Lab University of Miami UHealth Medical Center Miami, Florida Jackson Health System Doral Campus + Cath Lab Doral, Florida Jackson Health System Main Campus Misc. Improvements Miami, Florida Baptist Miami Beach 709 Alton Road Miami Beach, Florida McKinley Outpatient Cancer Ambulatory Center Tampa, Florida Hospital Universitario San Vicente de Paul Inpatient Facility Replacement Outpatient Day Hospital Outpatient Oncology Treatment Center Medellin, Colombia Institute for Child and Family Health Family Psychiatric & Clinical Facility Miami Lakes, Florida Tseretopoulos Clinic Programming + Planning Lyford Cay, Bahamas Education Master of Architecture Georgia Institute of Technology Bachelor of Design University of Florida Registrations Registered Architect Florida, 2003 Georgia, 1993 Accreditations NCARB LEED AP® U.S. Green Building Council® Mark L. Lutz, RA, LEED® AP Managing Principal Mark Lutz has devoted his entire 32+ year career to the design of healthcare facilities. His expertise focuses on programming, planning and design. He is experienced in the documentation, material, and code research and compliance with Florida ACHA regulations. Mark has a successful track record of working effectively with fast-track and design-build projects. His involvement in the projects listed below highlight his effectiveness in coordination and in completing projects of diverse requirements and complexity. 52 Client: Crescent Heights Scope: New Construction Size: 120,000 square feet Construction Cost: Confidential Completion Date: 07/2018 Project Responsibilities and Role: Interior Design Services, Architecture, Landscape Architecture Personnel: Owner Contact: Marisa Galbut Crescent Heights 2200 Biscayne Boulevard Miami, Florida 33137 mgalbut@crescentheights.com 305.531.8443 Baptist Miami Beach 709 Alton Road Miami Beach, Florida Alton Road on Miami Beach is a thriving commercial corridor serving an active, pedestrian-focused community and giving rise to a number of new and modern buildings in recent years. The 709 Alton Road Miami Beach Outpatient project respects the character of low-rise commercial activity along Alton Road, while contributing to the more contemporary context populating the corridor. Most importantly, the building design responds to the needs of the local neighborhood as a retail and medical office building which focuses on community health and wellness. The project consists of 60,000 SF of interior spaces and 60,000 SF of parking. The facility has a variety of services including urgent care, primary care, diagnostic imaging, same-day GI center, physical therapy, physicians’ offices and retail space. Addressing the street on the ground level is a transparent façade revealing an interior “main street” with retail spaces and waiting areas which support an active streetscape, including an expanded sidewalk and outdoor seating. In addition, the ground floor hosts the “heavily equipped” departments, such as imaging and GI center. Imaging components includes X-ray, ultrasound, mammography, bone densitometry, CT and MRI. The GI center has three endoscopy rooms and one operating room, plus pre and post areas. 709 Alton Road ― WHAT MAKES IT COOL Mid-level parking located between ground floor retail and upper level clinics creates a novel mixed-use experience ← South façade ↓ Clinic interior ED/OR Expansion Deerfield Beach, Florida The Broward Health North Emergency Room and Operating Room Department Expansion is comprised of a replacement of the E.D. on the ground floor and an expansion of the existing Surgical Department directly above it. This addition is found directly to the north of the existing 1960’s vintage hospital structure. This work took the opportunity to reorganize the existing site, by dedicating trauma arrivals (by Ambulance and Helicopter) to the north side and public walk-in arrivals and visitors to the west. The new rezoning of Staff and Visitor areas resolves circulation patterns and helps eliminate cross-traffic currently found on the site with existing common visitor and ambulance arrival lanes. In addition, 106 car spaces are dedicated to the expansion and is expected to draw from a surplus of existing parking spaces currently found on the BHN campus. The addition went through a series of construction phases, allowing the ED and OR Departments to continue operating without interruption of patient services. Other supporting departments such as Central Sterile Processing, Outpatient Surgery and Physical Therapy will also be upgraded. ― WHAT IT IS Replacement of the E.D. on the ground floor and an expansion of the existing Surgical Department directly above it. Client: Broward Health North ― Size: 75,000 square feet ― Completion Date: 2017 ED/OR Expansion Emergency Department: Phasing of the ED lobby / waiting area was intended to occur through the existing outpatient entry area immediately to the east during the ED construction phase. The new unit is comprised of 53 new private exam rooms including those dedicated to trauma, pediatrics and behavioral health. The building area contains approximately 37,000 sf and is oriented in a primarily east/west axis. The new building still keeps more than the required minimal distance of the existing trauma helicopter landing pad. Its main mechanical/electrical room is situated on the roof above the new lobby area. Surgical Department: The surgical department was accommodated so their daily functions were not disrupted. Through careful study, BHN determined that only 6 new OR’s are required. The new suite resides in its own fire compartment which becomes a natural-light-filled terminus to the current arrangements of existing operating rooms. Total second floor area = 18,000 sf. Central Sterile: A new corridor was planned on the north side of the CSD in order to improve current soil and clean work flows. New washers and sterilizers within the unit were installed in the place of existing units. High efficiency model equipment with increased turn-around of clean product volume replaced the older, less productive equipment. Additionally, the SW- most area comprised of approximately 1,000 sf was remodeled to allow for the materials management function to be accommodated with a shelves on wheels storage system. perkinswill.com Perkins+Will was hired to develop a test fit of the programmatic needs for the new Wellness Center at the Broward Health Medical Center. The overall program consisted of a Reception/Waiting Area, Vending/ Juice Bar, Yoga/Pilates/Aerobics Room, Open Fitness Area for Cardio & Free Weights, Spinning/Classroom, Director Office, Fitness Assessment Office, Massage Therapy Rooms, Men’s & Women’s Locker Rooms and General Administrative Office. The design team produced two layout options. The first option focused on having the Juice Bar located adjacent to the Reception Area providing a more interactive, meeting area. The second option located the Spinning/Classroom at the main entry and visible from the exterior providing a glimpse of the activity and classes provided on a daily basis. LOCATION Ft. Lauderdale, Florida COMPLETION DATE 2009 CONSTRUCTION COST $2.3 million SIZE 9,000 square feet BROWARD HEALTH MEDICAL CENTER WELLNESS CENTER Option A Option B The renovated 5,600 square foot (520 square meter) Adult Infusion Center is the first in the United States to utilize the Philips Ambient Experience, which allows patients to personalize their surroundings with lighting and other aesthetic features. This gives the patients greater involvement in their treatment, increases their comfort, reduces their anxiety, and even reduces the time it takes to complete treatments. The interior offers an ample main reception waiting area with a dedicated iPad/internet resources area for patients to access while they wait. It also provides a non-clinical, spa-like atmosphere with 20 infusion chairs, two beds, and an express clinic that will perform triage and a variety of clinical laboratory services on-site. The design provides doctors, nurses, and pharmaceutical staff with improved sight lines and communications so they can easily monitor and provide individualized attention to each patient. Finish materials were carefully chosen for aesthetics, sustainability, durability, and easy maintenance in order to promote a safe and healthy healing environment. A landscaped healing garden for patients and family offers an alternative quiet space in which to receive treatment. LOCATION Fort Lauderdale, Florida COMPLETION DATE April 2014 CONSTRUCTION COST $1.2 million SIZE 5,600 square feet LEED Level AWARDS 2014 IIDA SANDI Award 2014 Healthcare Design Magazine Award BROWARD HEALTH MEDICAL ADULT CANCER INFUSION CENTER BROWARD HEALTH MEDICAL ADULT CANCER INFUSION CENTER / perkinswill.com perkinswill.com The public facility is unique in its design and focuses largely on specialized units that cater to a wide range of services from intensive care hospitalization to spa rehabilitation. It was designed not only with the needs of the medical profession but also largely inspired by the needs of the community. The hospital cathedral is one example, which is located on the hospital grounds within walking distance of the main complex. The design is based on the community’s daily public use of the on-site cathedral for religious service. The Rionegro facility incorporates many green initiatives within the design of the facility such as day lighting to all parts of the facility, green roof gardens, solar hot water heating, rain water retention, and a high performance building skin. Expanding the Hospital Universitario San Vincente De Paul’s facilities to Rionegro is an important move in main- taining the level of service and commit- ment to the people of the region. The Hospital Universitario San Vincente De Paul is well known for its advances in medical technology and was the first in the world to realize trachea and esophagus transplants. The facil- ity is designed to meet the needs of Oncology, Surgical, Imaging, Intensive Care, Emergency Care, Women’s Clinic, Pediatric Clinic, 260 Medical Surgical Beds, Outpatient Day Hospital facilities, Rehab Clinic, Cancer Clinic, Digestive Clinic, Plastic Surgery Clinic, support departments and on site Administrative Support Services. LOCATION Rionegro, Colombia COMPLETION DATE 2011 CONSTRUCTION COST Confidential SIZE 53,094 square meters LEED® Silver AWARDS Design Excellence for Healthcare Design, SANDI Award IIDA South Florida Chapter, 2012 Longlisted for Healthcare Design World Architecture News, 2012 Honorable Mention for Best Healthcare Interiors IIDA Latin America, 2012 Design Excellence for Commissioned Project, SANDI Award IIDA South Florida Chapter, 2011 Longlisted for Interior Design HOSPITAL UNIVERSITARIO SAN VICENTE DE PAUL 2 Section Title Black Section Title Blue It was designed not only with the needs of the medical profession but also largely inspired by the needs of the community. HOSPITAL UNIVERSITARIO SAN VICENTE DE PAUL / Client: Jackson Health System Size: 605,000 square feet (56,206 square meters) Completion Date: Q1 2021 est. Cost: $155 million Jackson Health System Doral Campus Doral, Florida Jackson Health System is an internationally-recognized academic medical health system teaming with the University of Miami, offering world-class care to any person who walks through its doors. Jackson Health’s mission is to build the health of the community by providing a single, high standard of quality care for the residents of Miami-Dade County. This campus is designed to promote the general health of the community.The buildings are designed to promote collaboration between primary care physicians and specialists and are planned for flexibility and future expansion. The initial phase of development consists of a 100-bed hospital inclusive of an Emergency Department and a 875 car support building which includes the central utility plant, vehicular parking, loading dock and maintenance services. September 2020 Construction Progress Client: Jackson Health System Size: 605,000 square feet (56,206 square meters) Completion Date: Q1 2021 est. Cost: $155 million Doral Campus Doral, Florida Jackson Health System is an internationally-recognized academic medical health system teaming with the University of Miami, offering world-class care to any person who walks through its doors. Jackson Health’s mission is to build the health of the community by providing a single, high standard of quality care for the residents of Miami-Dade County. This campus is designed to promote the general health of the community.The buildings are designed to promote collaboration between primary care physicians and specialists and are planned for flexibility and future expansion. The initial phase of development consists of a 100-bed hospital inclusive of an Emergency Department and a 875 car support building which includes the central utility plant, vehicular parking, loading dock and maintenance services. Reference: Aristides (Ardy) Pallin (previously with JHS) CEO/Vice President of CHS 1611 NW 12th Ave Miami, FL 33136 305.815.3656 apallin@chsfla.com June 2020 Construction Progress Perkins+Will was contracted to provide space programming and operational planning services for the McKinley Outpatient Center at Moffitt Cancer Center in Tampa. The client’s key reason for the new outpatient facility was to decompress the main campus by relocating many of the outpatient services, thereby creat- ing space for other programs to grow. This space will also allow for expansion of the inpatient services at the main Moffitt campus. The 205,000 square foot facility will provide outpatient exams, infusion services, same-day surgery, imaging, a retail pharmacy and a cafe. The new center will support patients throughout the entire spectrum of their cancer treatment. The patient experience was at the center of the project - with a focus on not only treating patients, but also educating and supporting every pa- tient’s journey. Patients were included in design meetings as well in order to accomplish this. Moffitt’s unique Arts and Medicine program will also be incorporated, with a full art studio and art display. In ad- dition, a patient library will offer a full complement of educational information as well as a place for respite. LOCATION Tampa, Florida COMPLETION DATE 2015 SIZE 205,000 total square feet MOFFITT CANCER CENTER McKINLEY OUTPATIENT CENTER perkinswill.com MOFFITT CANCER CENTER / MOFFITT CANCER CENTER / Efficiency for patients, physicians, staff), often through Lean Design Sustainable - integrated within the community and contributes to the community in a positive way Healthy – food choices, building materials, cleaning products that don’t have chemicals, etc. Control/Choice - choice of parking – self or valet, temperature, lighting – indirect instead of fluorescent, noise – measures to reduce noise and choice of a noisy environment versus quiet environment Access to natural light and outdoors/nature Ease of access - multiple entry points or ability to get to areas without cutting through other areas Intuitive and simple way-finding Spa-like – not a healthcare feeling and no smells Natural surroundings - including colors and materials Use of technology to increase efficiency (patient flow, tracking) Electronic access for patients - medical records, appointment scheduling, completing forms, registration/check-in Flexible planning and design to accommodate potential future changes (in process, technology) The design team outlined various trends in cancer center design specifically for the Moffitt Cancer Center McKinley Outpatient Center project. During a visioning session, the following trends were highlighted to enhance the design of this project and expand the well-being of the staff and patients. CANCER CENTER TRENDS perkinswill.com MOFFITT CANCER CENTER / Multi-purpose spaces – for example: one space that is used for support groups, yoga, physician education, patient educa- tion, tumor board, banquets, fundraising, and community events Improving quality - reducing infections, designing spaces and processes to prevent errors Comprehensive - holistic care One stop shop – collocation of services so that the patient doesn’t have to travel between many sites Complementary and Alternative Medicine - massage therapy, acupuncture, yoga, incense, etc. Boutiques - wigs, scarves, hair salon, etc. Collaboration amongst many providers (radiation oncology, medical oncologist, surgical oncologist, physicist, dietician, social worker, nurse, etc.) On-site - Physician offices, lab, and imaging services Positive Distractions that represent real life Privacy – ability to get in and out with privacy; places for respite and prayer Ability to stay connected – access to charging stations for electronics MOFFITT CANCER CENTER / 0 10 20 30 40 50 60 70 80 90 100 5:005:306:006:307:007:308:008:309:009:3010:0010:3011:0011:3012:0012:3013:0013:3014:0014:3015:0015:3016:0016:3017:0017:3018:0018:3019:0019:3020:00PatientsTime of Day Patient Arrivals and Departures at Moffitt McKinley Campus Arrival Depart FLOW AND EFFICIENCY Patient flow and efficiency in care was a major focus. Process flow maps and scheduling templates for each service were developed, and analyses were conducted to explore the occupancy of each area by time of day and day of week. These analyses served as decision support tools for planning the size and layout of each area and floor, as well as to inform staffing levels by time of day. Floors were laid out to facilitate streamlined patient flow and minimize walking distances for both patients and staff. One of the innovative solutions to reduce travel distances was relocation of the mechanical support spaces outside the building footprint. New solutions to automate registra- tion and patient tracking were implemented. Way-finding was built into the design, with each floor serving as its own destination. The team studied all areas of patient activity down to the valet. It was determined that volume peaks at 1:00pm, when there are 28 patients arriving and 62 patients departing If it takes 5 minutes to park a car and bring a different car back, there will need to be at least 15 valet attendants at 1:00pm to keep the flow moving and maintain a wait less than 15 minutes. perkinswill.com MOFFITT CANCER CENTER / 0 10 20 30 40 50 60 70 80 90 100 PatientsTime of Day Patient Arrivals and Departures at Moffitt McKinley Campus Arrival Depart 0 5 10 15 20 25 30 5:005:155:305:456:006:156:306:457:007:157:307:458:008:158:308:459:009:159:309:4510:0010:1510:3010:4511:0011:1511:3011:4512:0012:1512:3012:4513:0013:1513:3013:4514:0014:1514:3014:4515:0015:1515:3015:4516:0016:1516:3016:4517:00PatientsTime of Day Patient Occupancy in Prep/Recovery perkinswill.com The Owners wanted a facility where they could showcase their medical expertise in advanced cosmetic surgery techniques, age management therapies, skin care and cosmetic dentistry. Since a large percentage of their clientele is of celebrity status, they wanted to provide an exclusive VIP entrance where celebrities could arrive inconspicuously, receive close personalized attention and retreat from the outside world to relax and recover in luxurious accommodations. Working closely with the client and within a very tight physical space, the designers provided two full size state of the art operating rooms with recovery areas, six medical treatment rooms, a tea bar, men’s and women’s relaxation rooms with lockers and restroom facilities, a compounding room to prepare and dispense prescribed lotions and creams, three consultation rooms, physicians offices, a dental suite and staff support areas within 9,000 SF. The goal of the medical facility is to treat the whole person, helping them achieve the beauty and balance found in nature itself. Since human beauty is said to be based on the divine proportion, we were asked to employ the ancient formula of ‘PHI’ within our design. We borrowed from elements in nature that exemplify ‘PHI’, and used the Golden ratio to develop balanced compositions in the placement LED touch screen monitors, hi-tech design elements and cabinetwork. Modern finishes, such as stainless steel, fiber optic lighting, glass and natural stones with a deep rosewood veneer in a minimalist application were chosen to emphasize Miami’s technological leadership, while a 10’ illuminated water feature greets and soothes customers at the sky lobby entrance. LOCATION Miami, Florida COMPLETION DATE 2005 CONSTRUCTION COST $1,636,000 SIZE 9,000 square feet LEED Level AWARDS Healthcare Project Design Forum, 2006 IIDA Florida Chapter Healthcare Environment Awards First Place Winner Health and Fitness Facility, 2005 Contract Magazine Design Awards Finalist for Interior Design, 2005 AIA Miami Chapter MIAMI INSTITUTE FOR AGE MANAGEMENT & INTERVENTION perkinswill.com MIAMI INSTITUTE FOR AGE MANAGEMENT & INTERVENTION / perkinswill.com The 210,000-square-foot facility, which houses a neonatal intensive care unit (NICU), a pediatric intensive care unit (PICU), neurology unit, bone marrow transplant unit (BMTU) and a cardiovas- cular intensive care unit (CVICU), employs evidence-based design techniques to meet the unique healing needs of children. Namely, these techniques include access to daylight and nature, as well as ample op- portunities for social interaction with family and peers. Likely the first thing children and their families notice about the new private pa- tient rooms at Nicklaus Children’s Hospital is the generous space they provide for visit- ing family members. Designing for family bedside visits ensures that children have a sense of comfort and social support while they are healing. Beyond the patient rooms, “Wonder Rooms” throughout the hospital allow children to take their minds off their illness or injury, encouraging them to interact with textured surfaces and other playful objects for a multi-sensory experience. The “Family Rooms” provide a calming respite for par- ents, siblings, and other visitors. Programmatically, the building is divided into three distinct “zones”—family, patient, and caregiver—though all three flow together seamlessly. Wayfinding is simple and art-driven. And LEAN design principles enhance staff efficiencies and productivity. LOCATION Miami, Florida COMPLETION DATE October 2016 CONSTRUCTION COST Private SIZE 210,000 square feet LEED® Certified NICKLAUS CHILDREN’S HOSPITALADVANCED PEDIATRIC CARE PAVILION perkinswill.com NICKLAUS CHILDREN’S HOSPITAL | ADVANCED PEDIATRIC CARE PAVILION Patients and their families will also notice the building’s exterior, shaped like a prism and lined with windows on the western façade. These windows usher in an abundance of natural light while helping mitigate the South Florida heat through their varying degrees of translucence. The building’s unique form is intended to represent community outreach and togetherness. Strategically placed windows help to soften the transition between the outdoors and the indoors. Once outside, patients and visitors can enjoy a verdant courtyard that is shielded from the sun by tree canopies, providing not only a comfortable temperature, but also direct access to and engagement with nature. Telemedicine has evolved from provid- ing virtual access to patients in remote areas, to the emergence of a few new programs that embody the social aspect of technology through various scales. A study published by JAMA has shown an increase in cancer patient survival rate, when using technology for symptom monitoring, rather than relying on follow up consultations. In the study, overall survival was esti- mated to be 5 months greater than pa- tients not using self-reporting through telemedicine. This idea of telemedicine at a smaller scale allows symptoms to be caught at an earlier stage, and gives the patient greater control of their own health. The Nicklaus Children’s Hospital Telehealth Center offers many ways to connect via secure internet connec- tions. Patients from anywhere in the world with computer access are able to access pediatric subspecialty physi- cians and remote reading of diagnostic tests by highly trained experts. The design for virtual healthcare facilities requires an understanding of the services and programs needed to support these spaces. This opens up a new design territory to explore, not just within the telemedicine facilities, but by rethinking the ways in which technology can enhance health and quality of life within our healthcare communities. LOCATION Miami, Florida COMPLETION DATE 2016 CONSTRUCTION COST $XXX million SIZE XXXXX square feet / acres / hectares LEED Level NICKLAUS CHILDREN’S HOSPITAL TELE-HEALTH CENTER perkinswill.com NICKLAUS CHILDREN’S HOSPITAL TELE-HEALTH CENTER The 215,000-square-foot facility, which houses a neonatal intensive care unit (NICU), a pediatric intensive care unit (PICU), neurology unit, bone marrow transplant unit (BMTU) and a cardiovascular intensive care unit (CVICU), employs evidence-based design techniques to meet the unique healing needs of children. Namely, these techniques include access to daylight and nature, as well as ample opportunities for social interaction with family and peers. Likely the first thing children and their families notice about the new private patient rooms at Nicklaus Children’s Hospital is the generous space they provide for visiting family members. Designing for family bedside visits ensures that children have a sense of comfort and social support while they are healing. Beyond the patient rooms, “Wonder Rooms” throughout the hospital allow children to take their minds off their illness or injury, encouraging them to interact with textured surfaces and other playful objects for a multi-sensory experience. The “Family Rooms” provide a calming respite for parents, siblings, and other visitors. Programmatically, the building is divided into three distinct “zones”—family, patient, and caregiver—though all three flow together seamlessly. Wayfinding is simple and art-driven. And LEAN design principles enhance staff efficiencies and productivity. Patients and their families will also notice LOCATION Miami, Florida COMPLETION DATE October 2016 CONSTRUCTION COST Private SIZE 215,000 square feet LEED® Certified AWARDS 2018 IIDA South Florida Best Healthcare Large Project NICKLAUS CHILDREN’S HOSPITALADVANCED PEDIATRIC CARE PAVILION perkinswill.com NICKLAUS CHILDREN’S HOSPITAL | ADVANCED PEDIATRIC CARE PAVILION the building’s exterior, shaped like a prism and lined with windows on the western façade. These windows usher in an abundance of natural light while helping mitigate the South Florida heat through their varying degrees of translucence. The building’s unique form is intended to represent community outreach and togetherness. Strategically placed windows help to soften the transition between the outdoors and the indoors. Once outside, patients and visitors can enjoy a verdant courtyard that is shielded from the sun by tree canopies, providing not only a comfortable temperature, but also direct access to and engagement with nature. perkinswill.com Located at the University of Miami’s Coral Gables campus, the UHealth Gables Lennar Foundation Medical Center is the flagship of University of Miami/UHealth’s outpatient services brand. The new facility serves as an outpatient surgery center and multi-disciplinary clinic to students, employees and local Coral Gables residents. The clinical facility includes 110 exam rooms for various specialties, four ambulatory Operating Rooms, an Interventional Procedure room, an endoscopy suite, a chemotherapy treatment unit, radiation oncology and an imaging and diagnostic center. The facility is designed for the potential of future expansion to include four more Interventional operating rooms and two more procedure rooms. Specialties include: cancer, medicine, physical rehab, women’s and men’s Health, surgery, neuro-muscular, BPEI and oral surgery. Water, daylight and inviting transparency orient visitors and waiting patients. The building features two patios on the third and penthouse levels to create public event spaces and roof gardens for physical therapy activities and staff respite. The campus site also offers a natural palette characterized by southern Florida vegetation and cut coral canals. LOCATION Coral Gables, Florida COMPLETION DATE November 2016 CONSTRUCTION COST $129 million SIZE 206,000 square feet AWARDS 2018, American Institute of Architects, Georgia Association; Merit Award, Built Project 2018, American Society of Interior Designers, Georgia Chapter; Silver Design Award, Corporate - Healthcare Over 10,000SF 2018, Press Ganey; 2018 Guardian of Excellence Award Winners, Patient Experience 2018, International Interior Design Association, Georgia Chapter; Best of Healthcare [>35,000 SF] 2018, ULI Southeast Florida/Caribbean; Project of the Year, Finalist UHEALTH GABLES THE LENNAR FOUNDATION MEDICAL CENTER perkinswill.com THE LENNAR FOUNDATION MEDICAL CENTER / Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#26-0003 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Clerk Agenda Number: 12.5 SUBJECT/RECOMMENDATION: Reappoint Dean Strickland to the Municipal Code Enforcement Board with a term set to expire on January 15, 2029. (consent) SUMMARY: APPOINTMENT WORKSHEET Board: Municipal Code Enforcement Board Term: 3 years Financial DISCLOSURE: Required RESIDENCY REQUIREMENT: City of Clearwater SPECIAL QUALIFICATIONS: Members must be registered voters. Members shall be qualified and experienced in the fields of architecture, business, engineering, construction, or real estate (when possible). MEMBERS: 7 CHAIR: Greg Brown MEETING DATES: 4th Wednesday of each month at 1:30 p.m. APPTS. NEEDED: 1 THE FOLLOWING ADVISORY BOARD MEMBER HAS COMPLETED AN UNEXPIRED TERM AND IS ELIGIBLE FOR REAPPOINTEMENT: 1. Dean Strickland - 2427 Saber Ct., Clearwater, 33759 - Retired Attorney Original Appointment - 03/06/25, completed unexpired term Zip Codes of current members on board: 1 at 33755 1 at 33759 2 at 33756 1 at 33767 Page 1 City of Clearwater Printed on 1/9/2026 Submit Date: Dec 23, 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? N/A Which Boards would you like to apply for? Municipal Code Enforcement Board: Submitted Occupation - If retired, enter former occupation. Attorney/Business Executive Have you served or do you serve on a board in Clearwater? Yes No If yes, please list the name of the board. Municipal Code Enforcement Board Dean W Strickland deanstrickland1@aol.com 2427 Saber Ct. CLEARWATER FL 33759 Mobile: (918) 654-0534 Home: (727) 953-8802 Retired Retired Dean W Strickland Upload a Resume Please attach a copy of your current voter registration within city limits. 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 retired to spend more time with my family, but my youngest children are now in college and I am ready to serve the community and utilize my expertise. I can think of no better way to spend some of my extra time than helping preserve the health, safety and welfare of the City of Clearwater and its citizens. I have served on the Board since March 2025 and believe that I have been a solid contributing member. What personal qualifications can you bring to this board or committee? In addition to having served on the Board since March 2025, I have lived in Clearwater since May 29, 2009 and have a unique blend of business and legal experience as reflected in my Resume attached below. I have an undergraduate degree in Government from the College of William & Mary and a J.D. from the University of Miami. I oversaw real estate, construction, environmental and image activities for a nationwide company, dealing with numerous local code enforcement issues. I managed FDOT legal staff, balancing State and constituent needs, while upholding statutory, local and other laws, rules and regulations regarding transportation infrastructure, signage and related matters. I am an excellent listener and problem solver. List Community Activities City of Clearwater Municipal Code Enforcement Board member since March 2025 Girl Scouts of Eastern Oklahoma Board of Directors, Property Committee Chair City of Tulsa Municipal Court Early Settlement Program, Volunteer Mediator Coach: flag football, soccer, basketball and baseball HOA Boards in Virginia and Oklahoma Question applies to multiple boards 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 StricklandDeanResume0211A__10_.doc DeanStricklandVoterReg.pdf DeanDLic_20251223_0001.pdf Dean W Strickland Date of Birth 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 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: None 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. 07/01/1954 Dean W Strickland DEAN W. STRICKLAND 2427 Saber Ct. Clearwater, FL 33759 Home: (727) 953-8802 ~ Cell: (918) 645-0534 DeanStrickland1@aol.com EXPERIENCE Florida Department of Transportation, Tampa, FL 2009 - 2018 Chief Counsel, District Seven Served as part of the Office of General Counsel statewide leadership team, coordinating and directing the activities of the attorneys and support staff assigned to the Department’s District Seven office, including the negotiation, drafting and review of contracts, funding agreements, joint project agreements, intergovernmental agreements, and permits. Also monitored public records requests and eminent domain activity. Responsible for providing day-to-day legal advice to the executive leadership of the District. Co-leader of statewide Real Estate practice group. Managed District legal staff transition from decentralized district-based organizational structure to centralized Office of General Counsel team practice model. Served as Interim Chief Counsel for District One (October 2012 – February 2013). Member of Office of General Counsel Function Business Plan Development Team. Dollar Thrifty Automotive Group, Inc., Tulsa, OK 1995 - 2008 Vice President, Properties & Concessions Senior level executive providing overall direction and decision making for airport concession, real estate, construction, environmental, image and business license strategies and functions for the Dollar Rent A Car and Thrifty Car Rental brands throughout the United States and Canada. Promoted from Staff Vice President in 1997, after consolidating several units of Dollar Rent A Car Systems, Inc. and Pentastar Services, Inc., in preparation for the December 1997 IPO by Chrysler. Developed strategies and oversaw preparation of airport concession bids, negotiation and legal review of airport agreements, and airport relations for more than 100 corporate airport locations with aggregate contract obligations in excess of $100 million annually. Planned strategies and supervised site selection, negotiation and legal review of leases, disposition of surplus property, and landlord/tenant relations for more than 300 corporate rental locations, service facilities and other properties with aggregate annual lease obligations in excess of $25 million. Oversaw management of construction projects, including design, planning, budgeting, negotiation of contracts, and monitoring to completion. Individual capital project costs were up to $12 million, with total annual expenditures of about $20 million. Company participated in consolidated rental car facility projects with total proprietary and industry common area construction costs in some instances exceeding $200 million. Directed staff responsible for environmental, image, and business license compliance. Completely revised manuals and control systems. Centralized monitoring and remediation activities for more than 100 underground storage tanks. Enforced image standards throughout corporate and worldwide franchise systems. Developed and analyzed departmental databases, budgets, forecasts and personnel requirements. Oversaw facility management and services for 270,000 square feet of headquarters office space. Pentastar Services, Inc., Tulsa, OK 1993 – 1995 Corporate Attorney Provided legal advice to the Dollar, Thrifty and Snappy car rental subsidiaries of Pentastar, a Chrysler holding company. Primarily responsible for airport concession, real estate, environmental and contract matters. Assisted in divestiture of General Rent-A-Car leases and assets upon acquisition by Dollar Rent A Car. Developed strategies and negotiated terminations, transfers and other dispositions of General Rent-A Car airport concession agreements, leases, fixed assets and service contracts. Reduced total lease and concession obligations from $40 million to $8 million. Negotiated settlement agreement between the Metropolitan Washington Airports Authority, Dollar and the Dollar franchisee to terminate Dollar’s concession obligation at the BWI Airport and create a sublease with the Thrifty franchisee, saving Dollar more than one million dollars. Dynasty Express Corp. d/b/a General Rent-A Car, Hollywood, FL 1990 – 1993 Director of Properties, Concessions and Legal Affairs Created and ran department responsible for all airport concession, real estate, construction and environmental activities. Number of locations increased from 38 to 90. Provided legal advice regarding all other company matters. Ruden, McClosky, Smith, Schuster & Russell, P.A., Ft. Lauderdale, FL 1987 – 1990 Associate Primary areas of practice were bankruptcy, corporate transactions and commercial litigation. Began as Summer Associate. Continued as intern until graduating early and passing the Florida Bar Exam in February 1988. University of Miami Law & Economics Center, Coral Gables, FL 1986 – 1987 Research Associate Assisted Director with preparation of comprehensive manual: The Role of Privatization in Florida’s Growth. National Refrigerator Leasing Company, Arlington, VA 1980 – 1984 President Operated company primarily engaged in renting refrigerators to college students and military personnel throughout the United States. Assisted in Mercedes import, publishing, consulting and other affiliated enterprises. Began as Director of Operations. Omni International Hotels, Inc., Norfolk, VA 1977 – 1980 Operations Analyst Designed, implemented and maintained various analytical and control systems for a large convention hotel. Promoted from Accountant and Director of Purchasing positions. EDUCATION University of Miami School of Law, Coral Gables, FL J.D., January 1988 Dean’s Merit Scholarship Moot Court Negotiation Competition, Semi-finalist, 1986 & 1987 College of William & Mary, Williamsburg, VA B.A., Government, May 1976 Student Government Association, President Sigma Chi Fraternity, Social Chairman Jobs after school and during summers included: musician/vocalist, concert stagehand, camp counselor, night auditor, construction laborer, golf caddy, psychology lab assistant and stockroom assistant. OTHER Florida Bar member, 1988-2023 Girl Scouts of Eastern Oklahoma Board of Directors, Third Vice Chair, Property Committee Chair City of Tulsa Municipal Court Early Settlement Program, Volunteer Mediator Coach flag football, soccer and baseball Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1351 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Clerk Agenda Number: 12.6 SUBJECT/RECOMMENDATION: Appoint an individual to the Marine Advisory Board with a term set to expire on January 15, 2030. SUMMARY: APPOINTMENT WORKSHEET BOARD: Marine Advisory Board TERM: 4 years APPOINTED BY: City Council FINANCIAL DISCLOSURE: Not Required RESIDENCY REQUIREMENT: City of Clearwater SPECIAL QUALIFICATIONS: None MEMBERS: 7 MEETING DATES: 2nd Wed., 8 am (Quarterly) PLACE: Main Library APPTS. NEEDED: 1 THE FOLLOWING ADVISORY BOARD MEMBER HAS RESIGNED, CREATING A VACANCY ON THE BOARD: 1.Deena Stanley - 1280 Lakeview Rd., Lot 339, 33756 Resigned - 5/6/25 Original Appointment: 04/01/21; completed 1st term THE FOLLOWING INDIVIDUALS HAVE SUBMITTED APPLICATIONS: 1.Toby Brandenburgh - 200 Seacrest Dr, 33765 - Insurance Agent 2.Ivette Compton - 3317 San Carlos Street, 33759 - Global Sales Executive 3.David Farrar - 660 Island Way, Apt. 805, 33767 - Real Estate 4.James Martin - 145 Devon Drive, 33767 - Attorney 5.Jamie Smith - 167 Sand Key Estates Drive, 33767 - Stella Power Company, CEO 6.Eric Van Cleef - 2262 Spring Lake Ct., 33773 - Sales Executive Zip codes of current members on board: 1 at 33755 1 at 33761 1 at 33759 3 at 33767 Page 1 City of Clearwater Printed on 1/9/2026 File Number: ID#25-1351 Page 2 City of Clearwater Printed on 1/9/2026 Submit Date: Dec 24, 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? Insurance practice in 33765 - I do not conduct business with the city. Which Boards would you like to apply for? Marine Advisory Board: Submitted Occupation - If retired, enter former occupation. Insurance Agent Have you served or do you serve on a board in Clearwater? Yes No If yes, please list the name of the board. N/A Toby F.Brandenburgh tobybrandenburgh@gmail.com 200 S. Starcrest Dr. Clearwater FL 33765 Home: (727) 251-1263 Self Owner Toby F. Brandenburgh 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. Having been a resident since 1967, I would like to serve this community.. What personal qualifications can you bring to this board or committee? I've always had an appreciation for the natural beauty that Clearwater offers. Growing on Eldorado Avenue on Clearwater Beach, the Gulf of Mexico was literally steps away from my back door. Having served as a Sailor aboard a United States Navy guided missile destroyer for 3 years, I sailed across many bodies of water and I have a unique appreciation for our marine resources. I am a regular user of our Ream Wilson and Pinellas Trails. I've also been an active volunteer with the Friends of Brooker Creek Preserve since 2002 and a member of the Sierra Club for many years. List Community Activities Member of American Red Cross, Volunteer with Brooker Creek Preserve 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) Toby_Brandenburgh_resume_.docx Toby F. Brandenburgh Date of Birth Ethnicity Prefer not to Answer Gender Prefer not to say 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 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. 08/08/1988 Toby F. Brandenburgh [Street Address] [City, ST ZIP Code] [Telephone] [Email] TOBY BRANDENBURGH OBJECTIVE To continue to excel in the insurance industry by helping consumers obtain the insurance product(s) that will best serve their needs. SKILLS & ABILITIES Goal Setting, Time Management, Prospecting, Follow- up, Presenting, Closing. Proficient in Microsoft Office Suite. various CRMs Technology savvy. Skilled typist. Excellent listener. Tenacious. Goal oriented. Florida 2-15 insurance license: W514729 – NPN: 18927795 EXPERIENCE PRODUCER LIAISON/CONSULTANT JUNE 2016 – DECEMBER 2021 AGENT LINK MARKETING, CLEARWATER, FL I presented Agents & Advisors in the insurance and financial services industries with opportunities that would benefit them in their practice. I was consistently the top producer in volume of leads generated and total revenue produced. I was also in charge of meeting production goals for various established campaigns. More recently, I acted as a consultant so that I could spearhead new campaigns and create a model for the newly hired Producer Liaisons to follow. This, in addition to coaching and mentoring new hires resulted in great success for those who were, in fact, coachable. SALES REPRESENTATIVE APRIL 2014 – MAY 2016 CONSUMER ENERGY SOLUTIONS, CLEARWATER, FL I was the Lead Sales Representative for a highly coveted program, the success of which was a pre-requisite for the company to acquire additional programs from the same key client. Although the program endured many sales personnel changes, I was the only constant in the program’s sales force due to my consistent efficiency. TERRITORY ACCOUNT MANAGER OCTOBER 2012 – FEBRUARY 2014 CAMSING GLOBAL, SEMINOLE, FL  I was originally hired into the distributor/retail division where I sold promotional products to end-users. Within 7 months, I was promoted to Territory Account Manager & given a 4-state territory (AR, LA, OK & TX). Within 6 months, I was given 3 additional states to manage (AL, MS & TN), along with the key accounts from several open states. HUMAN RESOURCES CONSULTANT MAY 2011 – MARCH 2012 CERIDIAN CORPORATION, ST. PETERSBURG, FL  I solicited group health insurance brokers for the referral of their ancillary products business and responded to incoming inquiries from prospective end users. I was also the Team Lead Liaison for our group’s relationship with international conglomerate, ING. SALES REPRESENTATIVE DECEMBER 2005 – OCTOBER 2010 GCR CAPITAL, SAFETY HARBOR, FL  I assisted business owners in expanding their business portfolios and their personal net worth by explaining to them the benefits of and securing for them affordable equipment financing. My funding level was always in the top 10%. I earned Sales Representative of the Month twice in 12 months (among 20 Sales Reps) by generating the most net profit. COMMERCIAL ADVERTISING SALES REPRESENTATIVE SEPT. 1999 – OCTOBER, 2005 TRADER NAT’L PUBLICATIONS, CLEARWATER, FL  I helped selected business owners to increase their sales volume by educating them in the value of and securing for them advertising space within one or more of our niche publications. I consistently lead the sales team in new business generation, month in and month out. Submit Date: Nov 06, 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, yes Which Boards would you like to apply for? Marine Advisory Board: Submitted Occupation - If retired, enter former occupation. International Sales Medical Devices and Franchise Coaches Have you served or do you serve on a board in Clearwater? Yes No If yes, please list the name of the board. Ivette Compton ivettecompton@outlook.com 3317 San Carlos Street Clearwater FL 33759 Mobile: (727) 519-5726 Home: (727) 724-5945 Global Innovation Bridge &Global Bridge network Owner Ivette Compton 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. Motivation for Serving on the Advisory Board: Today marks my graduation from Clearwater Citizen Academy. This remarkable hands-on forum provided an in-depth understanding of how our beautiful city operates and the wide array of services it offers. I am eager to contribute my knowledge in international sales to the city government, leveraging this expertise to support Clearwater’s continued growth and development. Promoting Open Water Swimming in Clearwater As someone passionate about open water swimming, I envision promoting Clearwater as the world’s capital for this sport. Serving on the advisory board would allow me to act as an ambassador for this purpose, combining my professional skills and personal interests for the betterment of our community. What personal qualifications can you bring to this board or committee? Bringing Professional Experience and Passion to City Government - I hold an MBA and have over 20 years of experience in international sales and business. I'm also an avid swimmer who truly enjoys the sport. The quality of our waterways is of utmost importance for our area to keep growing and being one of the best places to live in the world. List Community Activities Appointed as a member of the North Florida District Export Council Clearwater Citizen Academy Class of 2025 Serve Team Leader at Harborside Church The Florida Orchestra North Suncoast Associate 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. NA 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. NA 2025-10- 16_Executive_Resume_ivette_compton_- _Shortend_-_Clean.pdf Ivette Compton 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 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: Not Applicable 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. 03/19/1960 Ivette Compton Ivette Compton Clearwater, FL 33759 │+1 (727) 519-5726 │ ivettecompton@outlook.com Global Sales Executive  Vice President of Sales  MBA Sales Leadership - Marketing Strategy - Customer Relationship Management - Global Sales Executive and appointed District Export Council member with 20+ years of progressively responsible leadership experience in various positions across B2B sales and the medical device industry. - Track record of developing and executing global sales strategies, onboarding international clients across continents, and driving revenue growth through data-informed decisions, market adaptability, and enduring client relationships. - Grew international sales by over 1,000% over a 7-year period as Director of International Sales. - Recognized with the President's “E” Award for Export Excellence, the highest recognition any person or firm can receive for making a significant contribution to increasing U.S. exports. - “Relationship maker” with a collaborative and lead by example approach to developing and expanding international footprints and brand recognitions. - Bilingual English-Spanish cross-cultural communicator with a track record of developing and nurturing partnerships across Europe, Latin America, and Austral-Asia. CORE COMPETENCIES Cross-Cultural Leadership │ Risk Taking & Decision-Making │ Relationship & Trust Building │Team & Business Development Active Listening │ International Distribution Campaigns │ Annual & Monthly Sales Plans │ Market Research │ Team Motivation │ Entrepreneurial Thinking │Transparency Advocate │ Resourcefulness │ Medical Device Export Initiatives CAREER EVOLUTION Sleepnet, Clearwater, FL 2019 to 8/2025 Manufacturer of high-quality gel masks used in the treatment of Obstructive Sleep Apnea and non-invasive ventilation. Vice President of Sales Promoted from Independent Sales Representative to VP role for consistently surpassing revenue goals, driving international expansion, and shaping strategic growth initiatives across key markets.  Spearheaded sales growth from $150K to $1.2M+ annually, exceeding targets by 23%–50%+ and delivering over $1.17M in revenue in 2024 alone.  Drove global expansion by securing strategic partnerships to establish European warehouse operations, improving delivery turnaround, customer satisfaction, and international revenue.  Led multi-region sales initiatives across the Americas and Europe, enhancing brand visibility and operational scalability.  Recognized internally as a key leader and company ambassador for driving cross-functional collaboration to influence product development, regulatory strategy, and brand growth. Salter Labs, Clearwater, FL 2018 to 2020 Global leader in respiratory and anesthesia innovation driven by collaboration with clinicians. International Sales Director (Contract) Entrusted to handle the first of its kind cross-company collaboration of airway management devices between Mercury Medical and Salter Labs in Asia Pacific, Australia, and New Zealand. Oversaw strategically important sales territory spanning across 9 countries. Managed distributors, product training, and promotion. Travelled internationally to represent company at medical congresses.  Surpassed sales quota at Mercury Medical (129.3%) despite major product loss and simultaneously introducing and promoting Salter Labs products.  Promoted Salter Labs and Mercury Medical simultaneously (e.g., medical congresses) in Japan, Korea, and Australia and New Zealand to penetrate strategically important markets.  Obtained VP of Sales buy-in to roll out a new methodology to better enter and conquer the Korean market. Ivette Compton, 2 Mercury Medical, Clearwater, FL 2007 to 2018 Manufacturer and distributor of medical devices with a focus on the anesthesia, respiratory, critical care, and EMS markets. Director International Sales (2009 to 2018) Promoted through the ranks to Director level after initial hire as International Sales Coordinator. Spearheaded and oversaw a team of 5 (International Sales Manager, Sales Coordinator, Customer Service Representative, and International Regulatory Engineer) as well as 40 distributors across the globe. Provided international strategic direction and managed an annual department budget of approximately half a million dollars.  Ignited, drove, and turned around sales performance from $350K to $5M+ through new business development initiatives and cultivation of client relationships across the globe.  Drove global brand and product recognition in 70+ countries through opening doors with channel and distribution partners in Europe, Latin America, and Austral-Asia.  Optimized department performance and ensured smooth operations with a lean cost approach by hiring, training, and developing team members, and open communication with team and senior leadership. Manager, International Business (2008 to 2009) Held full decision-making authority and budget responsibility for all international department activities. Supervised 2 Customer Service Representatives. Planned, coordinated, and implemented marketing and sales plans. Optimized sales performance while keeping costs down to a minimum.  Enabled the first $1M account for the company by developing and nurturing a relationship with a key Japanese company and servicing the account to the maximum.  Gained a true partner and collaborator reputation among business partners in Latin America and Europe through active listening, learning, and genuinely developing interest in customers’ businesses.  Implemented a “Distributor Agreement” for opening formal business relationships with new partners as well as for renewal of business. International Sales Coordinator (2007 to 2008) Proactively approached the company to create the International Sales Coordinator position. Identified and sourced prime distributors in Mexico and Australia through International Conventions (e.g., Medica, ASA, CLASA, FIME, and PGA). EARLY CAREER: The SSI Group, Inc., Clearwater, FL Manager Market and Sales Support EDUCATION Florida Institute of Technology Master of Business Administration (MBA) The University of South Alabama Bachelor of Science (BS), Marketing & International Business RECOGNITIONS & AFFILIATIONS  Appointed to District Export Council (DEC), granted by US Secretary of Commerce, 2018  Committee Member, Enterprise Florida, International Medical Industry Committee  Recommended an 'International Registration Grant Program' to the State of Florida, implemented in 2018  Recognized with the President's “E” Award for Export Excellence and increasing U.S. exports, 2018 Submit Date: Dec 15, 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? CLEARWATR BCH Which Boards would you like to apply for? Marine Advisory Board: On Agenda Occupation - If retired, enter former occupation. Real Estate Have you served or do you serve on a board in Clearwater? Yes No If yes, please list the name of the board. Municipal Code Enforecment Board David C Farrar davidfarrars@gmail.com 660 ISLAND WAY APT 805 Clearwater Beach FL 33767 Mobile: (813) 810-3564 Mobile: (813) 810-3564 David Farrar Properties Manager David C Farrar 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 have a good understanding of Roberts Rules, follow decorum in meetings. More on me, I am an avid boater (about once a week). My life work is real estate, not a Realtor, I'm an investor or some say flipper. At least once a week I walk through Seminole Boat Ramp and Coachman Park. I live near the docks at Island Way Grill as well as watch the progress on the Clearwater Beach Marina. What personal qualifications can you bring to this board or committee? My current role on MCEB should speak for itself. I have only missed on a scheduled vacation time. If you review the minutes of MCEB you will see I was the most active on the board. We worked with residents to get their code violation fixed, yet I moved it along efficiently. List Community Activities President of Island Estates Civic Association 2022 Class of City of Clearwater Citizens Academy. MCEB 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. Off MCEB 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. OFF MCEB Demographics David C Farrar Date of Birth 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. 02/14/1962 David C Farrar Submit Date: Dec 19, 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? Marine Advisory Board: On Agenda Occupation - If retired, enter former occupation. Attorney Have you served or do you serve on a board in Clearwater? Yes No If yes, please list the name of the board. City Beautification Board James A Martin Jr jam@macfar.com 145 Devon Dr.PO Box 3921 Clearwater FL 33767 Mobile: (727) 420-5925 MACFARLANE Ferguson &McMullen, PA Attorney James A Martin Jr 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 have been a boater for over 65 years and currently own 3 vessels. I previously owned a charter fishing boat in the Clearwater Municipal marina. I understand the needs and duties of individuals and companies in the industry and who service the industry. As an attorney, I also bring a particular perspective to the table What personal qualifications can you bring to this board or committee? See above List Community Activities Board member emeritus of the Morton Plant Mease Healthcare Foundation; Chairman of the Chapel By The Sea board; Member of the Golden Triangle representing Clearwater; Carlouel Yacht Club past Commodore; Past board member of the Clearwater Marine Aquarium 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. None 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. None 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) text.txt James A Martin Jr Date of Birth 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. 11/08/1945 James A Martin Jr JAMES MARTIN Position: Shareholder Location: Clearwater Email: jam@macfar.com Phone: 727.444.1408 EDUCATION Emory University College of Law, with Honors, J.D., 1973 Brown University, M.A., 1972 Duke University, B.A., 1967 PRACTICE AREAS Health Care Litigation Professional Liability COURT ADMISSIONS All Florida State Courts U.S. District Court – All Districts in Florida and Texas U.S. District Courts in Alabama, Georgia, Missouri, Oklahoma U.S. Court of Appeals – 5th and 11th Circuits U.S. Supreme Court U.S. Claims Court BAR MEMBERSHIPS The Florida Bar Clearwater Bar Association PROFESSIONAL RECOGNITION Mr. Martin is a member of the American Board of Trial Advocates 2022 Best Lawyers – Lawyer of the Year: Florida – selected by Peer Recognition AV Preeminent Peer Rating by Martindale Hubbell (since 1988) PRACTICE DESCRIPTION Mr. Martin joined the firm in 1974 after completing a clerkship with the Honorable Paul H. Roney on the U.S. Court of Appeals for the Fifth Circuit. Mr. Martin has specialized in jury trials defending healthcare organizations and corporate employers throughout his practice. He has served on the Board of Directors of the American Academy of Hospital Attorneys and was Chairman of the Florida Hospital Association of hospital attorneys. Submit Date: Dec 19, 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 Beach Marina Which Boards would you like to apply for? Marine Advisory Board: On Agenda Occupation - If retired, enter former occupation. Power Plant Development Have you served or do you serve on a board in Clearwater? Yes No If yes, please list the name of the board. Jamie Smith jamie@stellafishingco.com 167 SAND KEY ESTATES DRIVE CLEARWATER BEACH FL 33767 Home: (727) 424-0694 Stella Power Company Chief Executive Officer Jamie Smith 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. As a true Floridian growing up in the Bay Area, and having lived around the country, I believe that the Clearwater area is the best area for boating and watersports in the country. I have a significant, diverse maritime background that I think will be beneficial to the board to continue to make Clearwater a premier waterfront community in the United States. I give back to the community in terms of philanthropy and job creation. This is an opportunity to give back with my time and knowledge. What personal qualifications can you bring to this board or committee? I was a graduate of the US Coast Guard Academy and served 10 years as an officer in the US Coast Guard. I lead the American Bureau of Shipping, Americas Division, where I was responsible for over 1000 marine engineers and surveyors. The mission was to promote the security of life, property, and the natural environment by setting and verifying standards for the design, construction, and operational maintenance of marine and offshore assets. Finally, I own a small Charter Fishing Business in Clearwater, so I am well aware of the challenges and dynamics that are currently facing our marine community. List Community Activities Board of Trustees US Coast Guard Academy Active Donor to several local organizations 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 Jamie_Smith__12.19.2025_.pdf Jamie Smith 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. 02/27/1978 Jamie Smith Jamie Smith Clearwater, FL 33767 • (727) 424-0694 • jamie@stellafishingco.com Page 1 PROFESSIONAL SUMMARY Chief Executive Leader with +25 years of experience in leading high-performance teams, including P&L leadership in start-up, public, and private organizations. Diversified functional skill set covering operations, sales and strategy development. Former US Coast Guard commissioned officer. MBA, Master’s and Bachelor’s degrees in Industrial Engineering and Operations Research. • Distributed Energy, Energy Management and Energy Technology Expert. • Raised $400M in capital to grow distributed generation startup. Successful exit by merger. • President and COO of ABS Americas, responsible for $150M+ P&L and 700+ personnel. • Promoted to GE Executive in five years, responsible for $400M in sales. • Received prestigious Coast Guard Inspirational Leadership Award, 2009. • Commanding Officer (Captain) of $10M Coast Guard Cutter and crew of 20 personnel. EXPERIENCE Stella Power Company LLC – Chief Executive Officer June 2025 to Present Stella Power is an energy transition focused start-up that develops, builds, owns, operates and optimizes onsite power generation solutions that serve larger commercial and industrial customers, while providing services to utility grid infrastructure. Backed by a $400M investment from Arroyo Energy Investments. RPower LLC – President & Chief Operating Officer June 2022 to June 2025 Expertly led distributed energy startup in $400M capital raise. Created dominating brand awareness in the market and secured 40MWs of initial customers for onsite generation solutions, and over 80 MWs of load management clients. Successful exit in June of 2025. Generac Power Systems – Vice President, Commercial & Industrial Sales Dec 2018 to June 2022 Responsible for Generac’s Global Commercial and Industrial strategy and sales activities including new channel acquisition, corporate development initiatives, and end customer engagement. Lead cross functional commercial team across four global regions. Responsible for $45M subsidiary P&L (Motortech) in Celle, Germany. • Grew new Energy Management market segment from zero to over $125M in annual orders in less than 3 years. Added 30% incremental growth, all originated from new customers and partners. • Secured multi-year contract for global strategic partnership with Enchanted Rock with minimum contract value of $250M. • Secured order for largest natural gas fired plant in Generac history with a mid-west utility (10 MWs). • Identified targets for inorganic growth and participated in due diligence. Resulted in closing Microgrid Controls Platform – Deep Sea Electronics. • Developed and implemented North America Strategy with focus on key verticals – Utilities; Energy Management Project Developers; Engineering Procurement, & Construction firms; Healthcare; Retail; and Oil & Gas. American Bureau of Shipping (ABS) – Chief Commercial Officer Mar 2018 to Oct 2018 Responsible for $325M in global sales and organization’s commercial strategy to achieve $575M in revenue for 2018. Led strategic direction for Marine, Offshore and Government market sectors. • Achieved sales goals in Marine and Offshore market sectors and exceeded global revenue budget by more than 5%. • Implemented new global organization and sales process. Increased order share for new construction projects from under 20% to nearly 23% in six months. Jamie Smith Clearwater, FL 33767 • (727) 424-0694 • jamie@stellafishingco.com Page 2 • Provided quarterly market updates to the Board of Directors; received consistent compliments by Lead Director for presentation content as well as focus, intensity and strategy of the global commercial team. American Bureau of Shipping (ABS) – President and COO – Americas Feb 2017 to Mar 2018 Responsible for 700+ engineers & surveyors, associated support staff and $150M+ P&L, across North, Central, and South America. • Delivered $8.5M in incremental revenue in 2017, and drove cost reduction, to achieve 32% operating margin target in shrinking market. • Rationalized core survey process to reduce report cycle time and improve administrative efficiency. Division met all survey KPIs, reduction in report errors, and reduced report cycle time (revenue recognition) by 30%. • Centralized invoicing and collections. Resulted in a reduction of accounts receivable (>90 days) by $7M or 60%. Days Sales Outstanding (DSOs) improved by 15%. • Led a team of eight senior executives, over a six-month period, to develop a new strategy and operating model that enabled an organizational digital transformation. Developed strategy, outcomes, operating principles, process architecture and organization structure. Eliminated $35M in cost structure and positioned company for growth. Presented to Board of Directors and received $20M investment. American Bureau of Shipping (ABS) – Vice President – Global Marine Feb 2016 to Jan 2017 Built strategic marine sector organization and standardized commercial operations. Responsible for strategy to generate $220M in new marine market sales globally. • Developed and implemented core sales process across four global operating divisions. This included establishing pricing analytics & strategies, proposal processes, Client Relationship Management (CRM) tool procedures, sales metrics and account management protocols. • Led 2017 strategic plan and business plan development. Focused on specific markets: container ships, tankers, bulkers, gas carriers, LNG as a fuel and FSRUs. Established sales targets that were met or exceeded in all markets for 2017. • Developed product/service commercialization process. Executed sales initiatives focused on government, inland waterways and cyber security. Resulted in $8.5M in incremental sales during the second half of 2017. GE Distributed Power – Executive Sales – GM North America Nov 2015 to Feb 2016 Responsible for commercial organization of 22 personnel, and all sales related goals and metrics for the GE Distributed Power product portfolio. Charged with developing and executing overall gas engines commercial strategy in North America, including oil & gas, power generation and mechanical drive verticals. GE Distributed Power – Waukesha, Director of Sales – North America May 2014 to Oct 2015 Responsible for sales team of six, and all sales related goals and metrics for the Waukesha product portfolio. Charged with developing and executing overall oil & gas commercial strategy in North America. • Delivered on orders goal for 2014; 15% above operating plan. • Developed relationships and gained trust of customers – channel partners & end users – at c-suite level. Resulted in over $36M in incremental sales (new customer acquisition) and the closing of three significant projects, releasing new technology (valued at $14M total). • Managed ~$500M global project pipeline. Drove rigor in forecasting process & salesforce.com implementation. Enabled supply chain/manufacturing to exceed revenue goals by 10% for 2014. • Received “Sales Leader of the Year” award for $6B global GE P&L in 2014. Jamie Smith Clearwater, FL 33767 • (727) 424-0694 • jamie@stellafishingco.com Page 3 GE Energy – Gas Engines, Senior Business Development Manager Jan 2012 to Apr 2014 Responsible for business development strategy for team of six. Drove end-user sales to commercial distribution channels for the GE Gas Engines product portfolio – Waukesha and Jenbacher. Expertise in reciprocating engine applications and markets. • Account Manager for midstream oil & gas companies. Achieved $45M in incremental sales (~30% growth). • Managed GE Waukesha’s ~$500M global project pipeline. Responsible for annual projections. • Developed strategy, sales collateral, pricing, and competitive intelligence analysis for several GE Gas Engines’ commercial campaigns. Pitched solutions to GE leadership/officers. Received over $1M in resources to support initiatives; resulted in over 25% growth in consecutive years. GE Energy, Junior Officer Leadership Program Oct 2010 to Jan 2012 Cross-functional rotational training program for prior military officers that provided on-the-job experience and formal classroom training. Rotations included: • GE Power Generation Services – Marketing Manager: Analyzed $42B heavy duty gas turbine services industry. Completed ‘gap analysis’ and ‘profit pools’ to identify growth opportunities. • GE Gas Engines - Sales Manager: Developed market and enabled GE distributors to win and execute over $20M in power generation projects, including combined heat and power plants. • Training attended: Power Plant Fundamentals; Power Plant Evaluation, Analysis & Pricing; Gas Engines Technology; Gas Engines Fundamentals; and Miller Heiman’s Strategic Sales Course. United States Coast Guard (USCG), Lieutenant Commander May 2000 to Sep 2010 • Served on three different Coast Guard Cutters in various leadership positions, over a span of five years. Experienced in leading successful dry dock and dockside maintenance periods for multi-million-dollar government contracts. • First Commanding Officer (Captain) of USCG Cutter – Developed doctrine, conducted training, and coordinated logistics to commission cutter into service one month ahead of schedule. Safely delivered ship 5,500 nautical miles to homeport during busy hurricane season. • One of 22 Lieutenants (out of over 400) selected for command of a sea-going patrol boat. • Received the USCG Academy Junior Officer of the Year Award (2008) for outstanding performance and exemplifying personal commitment in developing future leaders of the Coast Guard. EDUCATION Emory University, Goizueta Business School, Atlanta, GA Master of Business Administration, May 2012 Beta Gamma Sigma Honors Society Stanford University, Stanford, CA Master of Science in Management Science and Engineering, April 2006 United States Coast Guard Academy, New London, CT Bachelor of Science in Operations Research with Honors, May 2000 Received Most Outstanding Student Award PROFESSIONAL US Coast Guard Academy Alumni Association, Board of Directors (Board Chair 2022 to 2023) US Coast Guard Academy, Board of Trustees (2023 to Present) Stella Fishing Co, LLC, Owner, Clearwater Beach, FL (March 2022 to Present) Submit Date: Jan 21, 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. * 1 to 5 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? Marine Advisory Board: On Agenda Occupation - If retired, enter former occupation. NA 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. To serve my community Eric Van Cleef vancleef025@gmail.com 2262 Spring Lake Ct Clearwater FL 33773 Mobile: (407) 242-9584 NA NA Eric Van Cleef 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. Date of Birth What personal qualifications can you bring to this board or committee? 35 years of leadership roles in multi national companies List Community Activities NA 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. NA 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. NA 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 Eric_A_Van_Cleef_Resume_2022_MA.pdf 06/25/1964 Eric Van Cleef 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. Eric Van Cleef Eric A. Van Cleef 2262 Spring Lake Ct. | Clearwater, FL 33763 | Vancleef025@gmail.com | (407) 242-9584 Multi-Site Operations/Sales Director Executional Excellence through People, Processes and Performance Versatile, proven leader with plant, distribution operations and sales experience across multiple industries and during varied business phases, including start-up, high-growth, acquisition integrations and right-sizing. Collaborative business partner recognized for exceptional communication, conflict resolution and decision-making abilities, as well as extraordinary change management leadership. Creative, intuitive and analytical customer-focused professional who exemplifies company values, commitment and integrity; learns quickly, simplifies complexity and leads with common sense. Sales/Service Operations Financial Plans/Analysis M&A Integrations/JV Support Program/Project Management Strategic & Tactical Planning Individual & Team Development Metric/KPI Design/Reporting Cross-Functional/Client Relations Process/Program Design Professional Experience PRIMO WATER NORTH AMERICA (fka DS SERVICES OF AMERICA, INC.) A division of Primo Water Corporation (NYSE: PRMW) a leading water solutions provider in North America, Europe and Israel; generates ~$2B in annual revenue; serves 2.6M customers and 22K+North American retail locations. Director of Sales, Home & Office Delivery—Eastern/Southeast/Central Divisions 2019–Present Lead multi-dimensional sales teams of 25–45+ across 3–11-states in design and execution of growth strategies for diverse portfolio of products and services. Spearhead account acquisition/retention across small to enterprise business and home consumer segments. Guide managers to ensure staffing and training are aligned with P&L objectives. Partner with recruiting to provide market-specific talent acquisition needs. Create resources and best practices to optimize efficiency and minimize costs. Collaborate with cross-functional senior/executive leaders to drive KPIs, productivity and efficiency to ensure organizational goal attainment. Manage departmental portion of $30M–$45M OPEX budget. • Delivered EBITDA of 102%+ of plan in 2020; achieved goal through strategic workforce reduction, reorganization and cost reductions. • Outperformed machine-on-location (MOL growth) goal of 3%; delivered 41% over plan in 2020; through in-field work-alongs, modeling and setting clear expectations; working with counterparts to create global behavioral programs and incentive promotions that provide clear return-on-investment (ROI). • Grew new customers 13% in 2020 vs. plan; redeployed portions of sales force to support local branch initiatives during pandemic; ramped performance back-up quickly in EOY. • Sustained favorable OPEX to plan since inception in role; 22% favorable in 2020 and 8% favorable in 2021; continuously delve into financials to identify opportunities in such as, fuel, T&E policies; cost allocation. • Sourced and trained new Midwest Division Director for Chicago, recognized for driving accountability and productivity; concurrently ensured seamless back-fill of former role by aiding with hiring and onboarding of new Costco Implementation Manager. • Sustained operations in Midwest/Texas markets by stepping in during searches for new leadership and supporting assimilation of new Director; led team of 40+ for 10 months, concurrent with East Division. • Led launch of redesigned equipment soundly; generated 48% of entire US’s sales with smallest team. • Improved frequency and severity of lost-time accidents 5% 2020 and 2021 YoY for Sales Dept. by elevating access and importance of safety through observations, training and hazard identification, among others. • Facilitated integration of sales operations of newly-acquired company; supported former owner during and post- announcement, represented company with communications, led transition teams in offers and onboarding, establishing hybrid compensation plans for interim; system integrations efforts. • Improved customer retention 8% YoY in 2020, in spite of pandemic and 7% in 2021. • Drove fulfillment process improvements from 88% (2019) to 92% (2020) and 94% (2021); partnered with operations and supply chain to coordinate product/equipment, delivery capacity and client input. Eric A. Van Cleef Page 2 of 3| Vancleef025@gmail.com | (407) 242-9584 National Implementation Manager 2013–2019 Developed and guided execution of annual, national roadshow/demonstration campaign for company’s largest customer, Costco, through ~17–27 managers and 90–140 sales representatives. Created and implemented national, standardized operating procedures (SOPs); trained sales managers/representatives. Coordinated extensively with Supply Chain, Production and local service branches to ensure adequate sampling supplies. Performed field audits; managed service- level agreement (SLA) adherence, local licensing and certification. Designed and deployed internal and external program planning and performance management reporting with BI/Analytics support. Handled customer escalations; worked cross-functionally to address and rectify root causes of service failures. Presented program status to C-level executives biweekly; liaised formally with Costco leadership to fulfill needs. • Trained 2 successors selected to backfill when promoted to Director of Sales position. • Enabled service expansion from 405 to 460 sites through excellent communication and program leadership. • Orchestrated ~2.5K events per year; produced 15% more shows than annual plan for 7 years and 10% more new customers than plan. • Grew member participation/channel customer base from 60K to 360K during tenure in role, became most- leveraged service used by Costco members; second in terms of revenues. • Decreased escalations dramatically from 55 (2017) to 14 per week (2019) by partnering with Operations and Marketing to design and initiate formal processes with increased senior/executive leadership exposure. • Accelerated closure of open escalations from 3 weeks to close to 2 days, assembled dedicated Call Center Team; provided training and coaching; identified common customer pain points and redefined procedures to ensure timely resolution and customer and Costco satisfaction. • Drove channel’s past-due customer aging improvement from 6.3% to 3.2% in one year (2017/2018); continued progress to current <3% through multi-prong efforts including Call Center and Sales training. • Assumed faltering organization following poorly executed launch 6 months into program; spent 6 months learning nuances of Costco organization and their needs; developed and instituted reporting, SOPs, etc. Area Manager—West FL 2009–2013 Managed operation of 5 distribution centers, fleet maintenance, production and business development, a total workforce of ~150, a $19M business unit. Developed and executed strategies for multi-channel growth through H2O, coffee and filtration sales/route distribution team of 102, servicing 40K locations. Oversaw coffee distribution team of 7 charged with purchase/management and pick/pack/ship of 200–600 products to 150 east coast branches. Also held full P&L responsibility for 20K sf Water Plant Production through staff of 25; Equipment Service team of 6; Fleet Operations staff of 5 in support of 155+ commercial vans, trucks, tractors, trailers and forklifts. • Expanded footprint in coffee five-fold by seamlessly integrated acquired competitor, Standard Coffee; drove efficiency and profitability by assessing and streamlining SKU portfolio. • Re-established confidence in leadership team by replacing toxic managers; engrained values of respect, equitable work distribution, fairness and communication into culture and eliminated favoritism. Resulted in market’s largest-union/Teamster facility attaining decertification during tenure. • Led teams through multiple acquisitions and integrations during that time; spent significant resources and time to optimize performance, uncover cultural differences and convey performance expectations. • Enhanced company’s competency in routing logistics, load balancing, etc. by establishing dedicated team. • Gained expertise in plant production and KPIs; challenged mental models and fostered experimentation. Route Operations Manager—Tampa, FL 2007–2009 Charged with branch operations and plan performance. Hired, trained and coached route sales and support personnel, a team of 18; supported market team’s business development, productivity, efficiency and cost containment strategic and executional planning. • Boosted team’s customer acquisition performance from ~5 to 15 each per month; outperformed all company records through coaching, modeling and training; team earned regional recognition. • Minimized expenses and beat OPEX plans through intensive training and correction of routing inefficiencies. Eric A. Van Cleef Page 3 of 3| Vancleef025@gmail.com | (407) 242-9584 ARAMARK UNIFORM SERVICES, INC. A division of Aramark (NYSE: ARMK), a provider of food, facilities and uniforms services to millions of people, in 19 countries around the world. AUS is a leading provider of uniforms and workplace supplies to 300K U.S. clients across a variety of industries. District Manager/Territory Manager—Ft. Worth, TX 2006–2007 Managed and developed ~$,5M business unit in Ft. Worth and surrounding metro area. Hired, trained and coached 6 Route Sales Representatives to achieve growth and operational objectives. • Attained 100% renewal rate for top 50 key accounts through focus on exceptional customer service and 6-month business reviews with key stakeholders. • Initiated customer-friendly contractual agreements; minimized client’s invoice variability by analyzing years of historical data to establish minimal risk, calculated flat rate programs. DESIGNER WATER USA Privately owned company specializing in custom-labeled bottled water to commemorate or advertise client messages or events. Co-Founder—Arlington, TX 2005–2006 Developed start-up business plan, worked with principal to create all marketing/brand identity materials. Established all human resource, sales and safety management procedures. Researched, selected and purchased capital equipment. Created vendor/supplier relationships; negotiated pricing. Conducted new hire training. • Secured $1M+ in SBA funding by drafting start-up plan and submitting all required documentation. • Generated $650K in revenues within 6 months; expanded product offerings to additional channels, such as wine and condiments. LE BLEU CORP A North Carolina-based bottled water and ancillary services company with 130K sf plant; serving 35K+ customers. Director of Employee Development—Advance, NC 2004–2005 Designed and deployed sales, operations and leadership development training for 100+ employees in 12 NC/SC locations. Recruited management for corporate-owned sites. Provided start-up support to licensee partners. • Enabled addition of 3 new franchises, 2 start-up and 1 existing operation; provided start-up operational support and training; established reporting processes and expectations. • Exited business with new direction into nutraceuticals. Professional Education & Development DAYTONA BEACH COMMUNITY COLLEGE, Daytona, Beach, FL A.S. Program, Business Management coursework Notable Professional Development PCPL—Diversity, Equity & Inclusion UNIVERSITY OF SOUTH FLORIDA—Post-Crisis Leadership Certificate TENNESSEE ASSOCIATES U.S.A. Inc.—Continuous Improvement INNOVATIVE THINKING—Service Quality Leadership WILSON LEARNING—Certified Facilitator, Counselor Sales DEVELOPMENTAL DIMENSIONS INTERNATIONAL—Certified Facilitator, Interaction Management, Leadership Strategies, Targeted Selection, Techniques, Service Plus ROLLINS COLLEGE—Adult Learning Techniques MAGER ASSOCIATES—Designing Training Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#26-0004 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Clerk Agenda Number: 12.7 SUBJECT/RECOMMENDATION: Appoint seven individuals to the Community Resiliency and Leisure Services Advisory Board with terms set to expire on January 15, 2030. SUMMARY: APPOINTMENT WORKSHEET BOARD: Community Resiliency and Leisure Services Advisory Board TERM: 4 Years APPOINTED BY: City Council FINANCIAL DISCLOSURE: Not required RESIDENCY REQUIREMENT: City of Clearwater SPECIAL QUALIFICATIONS: Three members with professional environmental science background, preferred. MEMBERS: 7 CHAIRPERSON: TBD MEETING DATES: TBD PLACE: Chambers - APPOINTMENTS NEEDED: 7 THE FOLLOWING INDIVIDUALS HAVE SUBMITTED APPLICATIONS: 1.Candace Gardner - 736 Island Way, Apt. 305, 33767 - Retired Guidance Counselor Served on the Parks and Recreation Advisory Board since 7/10/25 2.Allison Grantham - 2059 Imperial Way, 33764 - Sales and Marketing 3.Timothy Hughes - 17 South Cirus Ave., 33765 - Retired Environmental Specialist Served on the Environmental Advisory Board (EAB) since 10/15/25 4.Bianca Latvala - 19 N Neptune Ave., 33765 - Marketing Served on the Parks and Recreation Advisory Board since 7/10/25 5.Kelly Kelly - 1451 Sandy Lane, 33755 - Business Owner/Radio Host Served on the Parks and Recreation Advisory Board since 5/5/22 6.Michael Rubino - 2364 Terence Ct., 33759 - Air Quality Expert 7.Glenna Wentworth - 2227 Harn Blvd., 33764 - Retired Mental Health Counselor Served on the EAB since 12/3/20 8.Nana Westmark - 2768 Countryside Blvd., 33761 - Retired Environmental Geologist Page 1 City of Clearwater Printed on 1/9/2026 Submit Date: Dec 06, 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? Community Resiliency and Leisure Services Advisory Board: Submitted Occupation - If retired, enter former occupation. retired from the School System after 15 yrs as a Guidance Counselor Have you served or do you serve on a board in Clearwater? Yes No If yes, please list the name of the board. Park & rec Board for 6yrs also Library Board 4yrs, Community Relations Board Candace H Gardner candyfla1@aol.com 736 Island way Apt. 305 apt 305 Clearwater FL 33767 Home: (727) 447-0074 Mobile: (727) 296-8831 Pinellas County SchoolSystem Guidance Counselor Candace H Gardner 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. Date of Birth Why do you wish to serve on this board/committee? If seeking reappointment, state why you should be reappointed. I have been on several boards as you can see. so I have an understanding of the duties and responsibilities...research and evaluation of all information I have lived in Clearwater for over 50YRS.I am very active in the community . I always attend the meeting when on the boards and give my input and knowledge. I enjoy being involved in our lovely City of Clearwater and being a part of the community Question applies to Community Resiliency and Leisure Services Advisory Board Describe your experience with Clearwater library, parks, and recreation facilities and services. What personal qualifications can you bring to this board or committee? I have a Masters Degree in Guidance and Counselor .I was a guidance Counselor with the School System for 15yrs...I graduated from Citizens Academy in 2003. and graduated from Leadership Pinellas County in 1994 List Community Activities I was on the Charter Review Committee in 2007 Long Center Board of trustees Beautification Board I am active in several clubs and on the board. I was a delegate to the Clearwater 55th Anniversary Delegation trip to Japan in 2015 with the Mayor and staff. for 7 days ..wonderful trip stayed with a Japanize family Question applies to multiple boards 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 RESUME.pdf Candace_Gardner.pdf 03/05/1945 Candace H Gardner 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. Candace H Gardner Submit Date: Dec 17, 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. * 1 to 5 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? I work at the Tampa Bay Business Journal, covering Clearwater and the Tampa Bay Area. Many of my business clients are in Clearwater. Which Boards would you like to apply for? Community Resiliency and Leisure Services Advisory Board: Submitted Occupation - If retired, enter former occupation. Sales and Marketing Have you served or do you serve on a board in Clearwater? Yes No If yes, please list the name of the board. Allison M Grantham agrantham@bizjournals.com 2059 Imperial Way Clearwater FL 33764 Home: (727) 798-0053 Tampa Bay Business Journal Account Executive Allison M Grantham Upload a Resume Why do you wish to serve on this board/committee? If seeking reappointment, state why you should be reappointed. I would be a strong fit for the Community Resiliency and Leisure Services Advisory Board because my professional experience, community involvement, and personal roots in Clearwater uniquely position me to contribute meaningful, well-rounded insight. I was born and raised in Clearwater, and after spending time in Jacksonville following college, I made a deliberate decision to move back in 2021 to raise my family here. As a mother of two young children, I have a vested, day-to-day interest in the long-term resiliency, safety, and quality of life in our parks, recreational spaces, and community programs. Professionally, I work with the Tampa Bay Business Journal, where I partner closely with business leaders, nonprofits, and civic organizations throughout Clearwater and the greater Tampa Bay region. Through this role, I collaborate with many high-level decision-makers and organizations that are invested in Clearwater’s growth, infrastructure, and community wellbeing. I also serve on marketing and advisory boards and regularly volunteer in the community, giving me experience in strategic planning, stakeholder engagement, and communicating effectively across diverse audiences. This combination of local perspective, professional experience, and personal investment allows me to thoughtfully evaluate community needs, balance resident and business interests, and advocate for programs that strengthen resilience and enhance leisure services for families, visitors, and future generations. Serving on this board would be a meaningful way for me to give back to the city that shaped me and to help ensure Clearwater remains a vibrant, resilient community for years to come. Question applies to Community Resiliency and Leisure Services Advisory Board Describe your experience with Clearwater library, parks, and recreation facilities and services. What personal qualifications can you bring to this board or committee? I bring a strong mix of professional experience, community involvement, and personal investment in Clearwater. Through my role at the Tampa Bay Business Journal, I work closely with business and civic leaders in Clearwater and have experience serving on marketing and advisory boards, along with prior service on my neighborhood HOA. As a lifelong Clearwater resident who returned in 2021 to raise my family, I have a deep, personal connection to the community and a vested interest in its long-term resiliency and quality of life. I am also an active member of the Morningside Recreation Center, where my children attend camps and programs, giving me firsthand experience with Clearwater’s parks and recreation services. As a working parent, community volunteer, and local professional, I am committed to providing thoughtful, well-rounded input that reflects both resident and stakeholder perspectives. List Community Activities Community Activities: Hillsborough Education Foundation – mentor to young children Served on neighborhood HOA Regular attendee of charitable and community fundraising events Former teacher for 10 years. Spent part of that time in Pinellas County Schools at Sandy Lane Elementary. 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) Allie_Grantham_Resume_2025.pdf Allison M Grantham Date of Birth 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 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. 08/14/1990 Allison M Grantham Submit Date: Dec 22, 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. * 1 to 5 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? Community Resiliency and Leisure Services Advisory Board: Submitted Occupation - If retired, enter former occupation. Sr. Environmental Specialist in Watershed Protection Have you served or do you serve on a board in Clearwater? Yes No If yes, please list the name of the board. Environmental Advisory Board Timothy C Hughes tchughes1a@gmail.com 17 South Cirus Ave Clearwater FL 33765 Home: (703) 361-3732 Retired Retired Timothy C Hughes Upload a Resume Why do you wish to serve on this board/committee? If seeking reappointment, state why you should be reappointed. I'm a current member for the Clearwater Environmental Advisory Board (EAB) and wish to continue serving the City on the new Community Resiliency and Leisure Services Board. I believe my lifelong interests and twenty years of public service in the environmental field - especially as it relates to watershed protection, stormwater management and public outreach programs - supports sustainability and resiliency goals that will help protect the quality of life in Clearwater. Question applies to Community Resiliency and Leisure Services Advisory Board Describe your experience with Clearwater library, parks, and recreation facilities and services. What personal qualifications can you bring to this board or committee? Current board member for the Clearwater Environmental Advisory Board (EAB). Over thirty years career experience in the environmental field. The last twenty years of my career in public service for County Public Works Dept, Environmental Management Division and frequently collaborated with Parks Dept. Responsibilities implementing best practices for protecting County watersheds including inspection and maintenance of stormwater management facilities. Conducted watershed studies and stream assessments within the County. Managed inspection and maintenance of the County's undeveloped land assets. Collaborated with the County Parks Dept. transferring scores of undeveloped County owned land to the Parks Dept, Managed volunteer public outreach program including the Adopt-A- Pond and Adopt-a-Stream program; completed numerous volunteer reforestation projects on County owned waterways and floodplains. Project engineer for large in-stream trash trap located at headwaters to Potomac River estuary; volunteers collected data on plastic pollution; project won Public Works award for Best Environmental Project in Virginia in 2022. List Community Activities Current board member for the Clearwater Environmental Advisory Board (EAB). Chairman of Suncoast Sierra Club Conservation Committee and member of their Clean Energy Committee. Received Suncoast Sierra Club 2025 "Volunteer of the Year" Award. Advisor for Stevenson Creek Advocacy Group on watershed protection and Manatee Protection Zone (MPZ). Member of local Presbyterian Church. Fosters good relationships with neighbors. Works out at local fitness club. Occasionally bikes to Clearwater Beach and Safety Harbor. Occasionally kayak and fish local aquatic preserves like Stevenson Creek, Caladesi Island and Honeymoon Island. 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) TC_Hughes__Resume__2024.doc Timothy C Hughes Date of Birth 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. 08/09/1957 Timothy C Hughes TIMOTHY CHARLES HUGHES 17 S. Cirus Ave, Clearwater, FL 33765 (703) 361-3732 / tchughes1a@gmail.com OBJECTIVE: To support the goals and strategies of an organization whose mission is to implement best practices protecting local waterways to meet water quality standards and regulatory requirements in a cost-effective manner. SUMMARY OF QUALIFICATIONS AND EXPERIENCE: Over thirty years of experience implementing management systems and engineering practices in the public and private sector. Twenty most recent years implementing environmental programs in local government. Responsibilities included asset management of all undeveloped County owned properties, partnering with Parks Dept. transferring undeveloped County assets to Parks, and managing numerous small reforestation projects on undeveloped County land located along streams and rivers. Extensive experience implementing watershed protection and best stormwater management practices (BMP) programs. Includes five years conducting stream assessments using the Rapid Stream Assessment Technique (RSAT) another five years’ experience writing watershed studies using the RSAT method, GPS instruments, GIS data mapping and geotagging of digital photos. Extensive supervisory experience in the inspection and maintenance of stormwater facilities. Experience in stormwater retrofit and concept design of stormwater BMPs, delineating contributing drainage areas (CDAs) and working knowledge of the Runoff Reduction Method to estimate credits in Total Maximum Daily Load (TMDL) of nitrogen, phosphorous and total suspended solids. Implemented successful public outreach programs like Adopt-A-Stream and Adopt-A-Pond in partnership with the County Cooperative Extension. Implemented successful in-stream litter trap preventing stormwater litter from polluting estuary to the Potomac River. Other qualifications involve excellent database management and technical writing skills. EDUCATION AND CERTIFICATIONS: VA Dept. of Environmental Quality certification – Stormwater Inspector (2009-present), Stormwater Mgmt Reviewer (expired) ESRI-ArcGIS training and Trimble GNSS-GPS training for watershed protection applications (current). Applied GIS engineering in stormwater management, drainage area analysis, BMP retrofits and LID practices (current) Bachelor’s degree, focus environmental health & safety, Oakland Univ, Rochester, MI; 3.3 GPA Nat’l Honor Society (1995). Credits toward engineering degree (36 credits), George Mason University (1980-1982) Associates of Science degree, environmental studies, Ferrum College, Ferrum, VA (1977) EMPLOYMENT HISTORY: PRINCE WILLIAM COUNTY, VA, PUBLIC WORKS DEPARTMENT (2003 – PRESENT) SR. ENVIRONMENTAL SPECIALIST (2016 to 2024 Retirement) Reported directly to Natural Resources Section Chief, who reported directly to Assistant Watershed Management Branch Chief. Inspection and maintenance of undeveloped County owned properties. Identifies watershed improvement projects including reforestation projects along perennial streams and stormwater BMP retrofit projects in older developed areas to reduce urban stormwater runoff and marine debris. Excellent knowledge of GIS watershed related mapping systems including FEMA floodplains, stormwater easements, and sanitary easements. Coordinating interagency public outreach and environmental education, volunteer projects and developed volunteer Adopt-A-Waterway program with the local Soil and Water Conservation District. Assists with implementation of the MS4 permit and related watershed improvement action plans. Project management experience includes practical knowledge of construction, inspection and maintenance of BMP bio-retention and low impact development practices. Assesses drainage and stormwater improvement projects for undeveloped County owned properties. Supervised GIS interns and assigns tasks to college interns. Managed project for large in-stream trash trap preventing stormwater litter from polluting the estuary that feeds the Potomac River. ENGINEERING ASSISTANT III (2009 to 2016): Watershed Management Branch, Environmental Services Division. Reports directly to Watershed Protection Section Chief, who reports directly to Assistant Watershed Management Branch Chief. Responsibilities include: Technical support for watershed studies and stream assessments. Detailed GIS analyses of stormwater management facilities and their drainage areas. Assists with conducting wetlands delineations using GPS/GNSS instruments. Manages County contractor supervising task orders for the maintenance of undeveloped County owned properties. Possesses thorough knowledge of water resource facilities and systems. Possesses thorough knowledge in the use of GIS systems and GPS/GNSS instruments for watershed protection applications including wetland delineations. Thorough knowledge applying the Rosgen method for delineating stream reaches, applying the modified RSAT (Rapid Stream Assessment Technique) involving benthic/macro-invertebrate sampling, and preparing stream assessment reports involving technical narratives, data tables and detailed GIS maps. Obtains current VA DEQ inspector certification. Nominated for County Executive Award in 2016 for public outreach involving interagency volunteer projects involving the Adopt-A-Stream program and small reforestation projects. ENGINEERING ASSISTANT II (05/2005 – 04/2009) for Watershed Management Branch of Environmental Services Division. Reported to Stream Protection Manager. Handled interagency coordination of watershed / drainage assistance requests from citizens. Conducted inspections of stormwater ponds, BMP retrofits, erosion and sediment control, and drainage improvement projects. Conducted QA/QC inspections in the construction of bioretention facilities. Implemented innovative information management solutions for Watershed Mgmt. using Tidemark-Enterprise system, GIS/County Mapper, and ArcView to improve engineering services for County citizens. Assisted with management of RPAs, wetlands delineations and stream stabilization projects. Oversees inspection and maintenance of undeveloped County-owned properties. Managed weed/vegetation enforcement program and assigned contractor task orders. DRAINAGE INSPECTION SUPERVISOR (01/2004 – 04/2005) for Watershed Management Branch of Environmental Services Division. Reported to Drainage Engineer/Supervisor. Supervised inspection of county stormwater/BMP facilities and drainage systems to protect local streams/watersheds and to minimize flooding. Coordinated crew inspections, inspection reports, performance measures, drainage assessments and solutions. Improved SWM facility inspection process. PROPERTY CODE INSPECTOR (01/2003 - 01/2004) for Property Code Enforcement Branch of Neighborhood Services Division. Responsible for enforcing County zoning ordinances & property maintenance codes. Inspected properties, building structures; documented inspection findings, communicated corrective action plans for voluntary citizen compliance. Worked with County Attorney’s Office to ensure compliance with County code and prepare District Court cases. ANGLER ENVIRONMENTAL, LLC, Manassas, VA 01/2007 – 09/2008 PART-TIME CERTIFIED EROSION AND SEDIMENT CONTROL INSPECTOR – Part-time subcontractor by Angler Environmental assigned to conduct site inspections for erosion and sediment control and limits of clearing for clients in Loudoun and Fairfax counties in accordance with Virginia Stormwater Management Program (VSMP) permit. PRINCE WILLIAM COUNTY PUBLIC SCHOOLS, VA 2001 – 2005 FULL-TIME CLASSROOM SCIENCE TEACHER (2001-2002 school year) Godwin Middle, Dale City, VA Teacher of Life Sciences for three Grade 7 classes and teacher of Physical Science for two Grade 8 classes. Implemented curriculum standards of learning (SOLs) in good standing. Life science topics from cell biology to ecological-environmental systems. Physical science topics from basic chemistry and to basic physics. Applied SI metrics and labs w/ scientific method. PART-TIME HOMEBOUND TEACHER (2002 - 2005) Part-time homebound instructor providing general homebound instruction to expelled junior high and high school students to acheive grade level knowledge in core subjects. VISTA TECHNOLOGIES / SPECPRO, Inc., Lorton, VA 2000 - 2001. SpecPro is a consulting firm of 200 employees providing science and engineering services for government. SENIOR STAFF SCIENTIST: Reported to the Program Manager and the Dir. of Installation Support at U.S. Army base, Fort Belvoir, VA. (1) Responsible for implementing Air Quality Program involving RACT permit and reporting; updating Title-V permit and emissions inventory for boilers; generators and incinerators; preparing annual emissions statement. Used combustion analyzer w/ NOx & SO2 sensors for stack testing. Responsible for updating the asbestos inventory and database. ENVIRONMENTAL QUALITY RESOURCES (EQR), Inc., Gaithersburg, MD 1998 – 2000 Civil engineering firm specializing in watershed and stormwater management, stream restoration and urban reforestation. PROJECT MANAGER AND SAFETY OFFICER: Reported to the VP of Engineering. Managed NPDES stormwater management inspection & maintenance contract for Montgomery County DEP. Managed inspection staff to inspect 1500 county (aboveground and underground) stormwater facilities. Client deliverable included reporting inspection findings on scanned site plans, in database and digital photos. Assisted with bathometric studies of stormwater ponds. Obtained working knowledge of erosion and sediment control, stormwater drainage, and stream restoration. Implemented company safety program including employee training, job safety analysis (JSAs), confined space, fall protection, and trench safety. PPG INDUSTRIES, INC., Creighton, PA 1994 - 1998 Automotive glass plant with 300 employees located near Pittsburgh, PA. Manufactured OEM and ARG windshields. SUPERVISOR OF SAFETY, HEALTH AND ENVIRONMENTAL AFFAIRS: Reported to the HR Director, who reported to the Plant Manager. Supervised Plant Nurse and four Security Guards/EMTs. Implemented the Environment, Health, and Safety (EHS) program and maintained environmental permits (Title V Air permit, NPDES permit, POTW permit, RCRA permit, and storage tank permits). Prepared RCRA reports, CERCLA/SARA 313 TRI Form R reports. Managed waste reduction team, air quality team, water quality team, and pollution prevention (P2) and energy conservation team. Reduced hazardous waste by 80% in four years. Increased recycling to 96 % (by weight) for all non-hazardous waste generated. Implemented plant’s occupational safety and health management system. Facilitated ergonomics team, personal protective equipment (PPE) team, lockout-tagout team, confined space entry and fall protection team, housekeeping team, fork lift safety team, and behavioral safety team. Facilitated hearing conservation/noise reduction team, asbestos/fiber management team, industrial hygiene/air sampling team, and employee wellness team. In four years, the program resulted in 70% reduction in recordable case/injury rate. Handled accident investigations, case management, and OSHA 200 recordkeeping. Implemented plant security, emergency preparedness w/ SPCC plans, and fire/emergency drills. Reported safety performance measures in management meetings. PPG INDUSTRIES, Inc., Troy, Michigan 1987 – 1994 CAD / NC PROGRAMMER:Contractor for TSA Advanced Engineering Technologies, Inc. for PPG Industries in Ford City, PA, then hired by PPG and transferred to PPG’s Automotive Glass design and tooling headquarters in Troy, MI. Staff member for Design Services Group. Project responsibilities included scheduling, designing and programming 2D glass artwork, defrosters, and trademarks according to geometric specifications for automotive glass plants. Also, 3D programmed check fixtures on 5-axis mill. Member of the facility EHS Leadership Team that managed environment, health and safety issues. Participated in solving industrial hygiene and health exposure control issues in Tooling. SCIENCE APPLICATION INTERNATIONAL CORP., Pittsburgh, PA 1984 - 1987 SYSTEMS ANALYST: Staff member for information technologies contract at the U.S. Dept. of Energy, Office of Safety and Environmental Support at the Pittsburgh Energy Technology Center. Responsible for programming the Center’s process control system: the Security Alarm Notification and Energy Management System. Supervised part-time programmer analyst. INTERACTIVE GRAPHICS SERVICE COMPANY, McLean, VA 1982 – 1984 CAD SYSTEMS OPERATOR: Operated two DEC mini-computer systems networked with five Intergraph workstations. SOLAR DYNAMICS, INC., Fairfax, VA 1981 – 1982 CONSTRUCTION ASST ENGINEER: Assisted installing several large-scale solar hot water and space heating systems for commercial use. INSTITUTE OF MODERN PROCEDURES, INC., Navy Yard, Wash., D.C. 1978 – 1981 COMPUTER OPERATOR: Contractor for naval engineering computer center operating Digital 100 computer systems for staff of programmer analysts. Possessed security clearance. SUMMARY OF TECHNICAL SKILL SETS, CERTIFICATIONS, MEMBERSHIPS, ECT: Certified DEQ Erosion and Sediment Control Inspector. (2006-Present). Certified DEQ Combined Administrator. (2008-2012) Proficient user of MS Office Word, Excel, PowerPoint and database applications (2000-Present) Proficient user of ESRI GIS, ArcView, ArcMap and ArcGIS Pro for watershed management applications (2007-Present). Proficient user of GPS camera and digital camera applications (2008-Present) Effective user of handheld GPS TerraSync Trimble Ranger and desktop GPS Pathfinder Office software Thorough knowledge of stream assessments/watershed studies using Rosgen method and RSAT method.. (2008-Present) Applied analytical knowledge of urban stormwater management, contributing drainage areas and hydrology. (2006-Present) Applied field knowledge of design, construction and performance of BMP bio-retention/rain garden facilities. (2008-Present) Applied knowledge of civil engineering site plans, as-built drawings and topographical surveys (1998 - Present). Applied knowledge of 1987 COE Wetlands Determinations Manual and wetlands delineation practices (2008-Present) Applied knowledge of Resource Protection Areas (RPA) and Preservation Area Site Assessments (PASA) (2005-Present) Applied knowledge of NPDES, VPDES and MS4 stormwater permits (1994 - Present) Applied knowledge of Clean Water Act, EPA 40 CFR, Total Maximum Daily Loads (TMDLs) (1998-Present) Applied knowledge of County zoning ordinances and Design and Construction Standards Manual (DCSM) (2003-Present) Applied knowledge of Continuous Quality Improvement (CQI) techniques on the job. (2006-Present) Applied knowledge of Total Quality Management: ISO 14000 (1998, 2000), and ISO 9000, Deming, and Crosby (1990-1998). Applied knowledge of Environmental Management Systems (EMS) (1994-2000) Applied knowledge in pollution prevention and source reduction paradigm. (1992, 1994-1998) Applied knowledge Safe Drinking Water Act, EPA 40 CFR, drinking water permit and water sampling (1996-1998) Applied knowledge of Clean Air Act, EPA 40 CFR, Title-V and RACT permits (1996, 2000, 2001) Applied knowledge of industrial hjygiene and environmental air sampling strategies (1994 – 1998). Applied knowledge of CERCLA / EPCRA SARA Title 313 Form R reports, EPA 40 CFR (1994-1998). Applied knowledge of NEPA, EPA 40 CFR (2000, 2001); RCRA, EPA 40 CFR certification (1994-2000). Applied knowledge of OSHA 200 Recordkeeping, 29 CFR, Medical Management, and Disability Management (1994-1998). Applied OSHA 29CFR, Materials Mgmt and Haz Com (1994-1999); DOT 49CFR, Hazard Materials certification (1994-1998). Applied OSHA 29 CFR, Confined Space Entry (CSE) and Fall Protection (1994-2000). Ergonomics applications (1995-1998) and Behavioral Accident Prevention seminars (1995-1997). Site and facility security systems (1994-1998); County zoning ordinances, implementation and enforcement (2003) Extensive knowledge in CAD applications; AutoCAD and MicroStation (1989 – 1995) Member of City of Manassas Recreation and Parks Committee (2001-2007). Member of City of Manassas Solid Waste Committee (2003-2007). Submit Date: Dec 04, 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? 1451 Sandy Ln, Clearwater and no Which Boards would you like to apply for? Community Resiliency and Leisure Services Advisory Board: On Agenda Occupation - If retired, enter former occupation. Business owner, radio host, travel writer Have you served or do you serve on a board in Clearwater? Yes No If yes, please list the name of the board. Parks & Recreation Advisory Board Kelly S Kelly kellyshannonkelly@yahoo.com 1451 Sandy Lane Clearwater FL 33755 Home: (727) 831-0479 Kelly Security International President Kelly S Kelly 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. Date of Birth Why do you wish to serve on this board/committee? If seeking reappointment, state why you should be reappointed. I am one of a very few number of people that have been to all 110 parks in Clearwater several times and can instantly visualize what park is being discussed. I have a good rapport with many community leaders and city employees. I communicate frequently with various citizen groups. Question applies to Community Resiliency and Leisure Services Advisory Board Describe your experience with Clearwater library, parks, and recreation facilities and services. What personal qualifications can you bring to this board or committee? Excellent listening skills, verbal and written communication skills, relationships with diverse groups and people throughout the city of Clearwater List Community Activities The Kelly Kelly Show co-host, former member and Secretary of the Clearwater Neighborhoods Coalition, former mentor in Pinellas County Schools Lunch Pals program, former Bay Area Concierge Member, graduate of Clearwater and Pinellas Citizens Academies, former writer and columnist for the Clearwater Gazette and Suncoast News Question applies to multiple boards 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 Kelly_S_Kelly_Resume_120425.docx 09/18/1964 Kelly S Kelly 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. Kelly S Kelly Kelly Shannon Kelly 1451 Sandy Lane, Clearwater, FL 33755 (727) 831-0479 KellyShannonKelly@yahoo.com Twenty-two years experience in security consulting for International cruise lines and the hospitality industry Past President and Chairman of the Florida Outdoor Writers Association Award-winning editor, photographer and writer for magazines and newspapers EDUCATION Florida Metropolitan University Clearwater, FL 6/1998 Master's Degree in Business Administration with an emphasis on International Marketing Yale University School of Medicine Summer Medical and Dental Program 8/1993 Clearwater Christian College Clearwater, FL 5/1987 Bachelor's Degree in English WORK EXPERIENCE Co-Owner and President Clearwater, FL 6/2003 – Present Owner and President of Kelly Security International, a licensed security agency (A 2900351) specializing in mystery shoppings for International cruise lines, hotels, casinos and restaurants; Licensed P.I. (C 1200182) Radio Co-Host Clearwater 6/2018 – Present Radio talk show co-host of The Kelly Kelly Show, every Monday from 5 to 6 p.m. on WTAN Newpaper Columnist Tampa Bay, FL 10/2014 – 7/2016 Weekly Arts and Entertainment columnist for two newspapers owned by the Tampa Tribune and subsequently, the Tampa Bay Times - the Clearwater Gazette and The Suncoast News Managing Editor/Photo Editor Tampa, FL 12/2007 – 12/2008 For Traveling Sportsman, a magazine with an ABC-audited circulation of 220,000, distributed in 20 countries Freelance Writer/ Photographer World-wide 8/2003 - Present Multiple award-winning photographer and writer in National Geographic Florida, Fodor’s See It: Costa Rica, DK Eyewitness Travel Guide: Great Britain, Visit Florida publications, AOL Travel, Tampa Tribune, Miami Herald, Wild Blue Yonder, Florida Sportsman Magazine and other books, city guides, newspapers and magazines Past President and Chairman Florida 9/2003 – 9/2009 Florida Outdoor Writers Association (fowa.org) - Published bi-weekly market newsletter; Assistant Director 2003 – 2007; Recipient of the Horace Carter Award 2004 Associate Editor Fort Lauderdale, FL 5/2003 – 5/2006 For Wave Life Magazine, a water-activities magazine published by the Miami Herald Property Appraiser, Online teacher Submit Date: Dec 04, 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. * 1 to 5 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? Community Resiliency and Leisure Services Advisory Board: Submitted Occupation - If retired, enter former occupation. marketing Have you served or do you serve on a board in Clearwater? Yes No If yes, please list the name of the board. Parks and Recreation Bianca Latvala bsabrkhani@gmail.com 19 N Neptune Ave Clearwater FL 33765 Mobile: (407) 949-1740 Direct Mail Systems Director of Digital Marketing Bianca Latvala 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 previously served briefly on the Parks and Recreation Board and would welcome the opportunity to continue contributing to city projects under the new board. As an active member of the Clearwater community, a regular user of our local parks, an avid reader, and an arts patron, I care deeply about the public spaces and services that shape our city. With the board’s newly expanded responsibilities—including recreation, parks, athletic fields, library services, and cultural programs—I believe I can offer valuable insight and balanced representation grounded in both personal experience and community engagement. If appointed, I bring a consistent, engaged presence and a strong commitment to representing the needs and interests of our community, supported by my prior service on the board and my ongoing involvement in Clearwater’s parks and cultural offerings. Question applies to Community Resiliency and Leisure Services Advisory Board Describe your experience with Clearwater library, parks, and recreation facilities and services. What personal qualifications can you bring to this board or committee? I am an active user of Clearwater’s parks and recreation facilities and have enjoyed participating in various programs offered through our library system. As an avid reader and strong supporter of the arts, I value the educational, cultural, and community opportunities that our libraries and cultural programs bring to residents. I also regularly use Clearwater’s parks and recreation amenities, giving me firsthand insight into how these public spaces enhance quality of life and where continued improvements can further strengthen accessibility, safety, and community engagement. In addition to this personal experience, I bring a strong background in community service through my volunteer work and membership in several nonprofit organizations in Clearwater and Pinellas County. These roles have strengthened my commitment to civic engagement and equipped me with collaboration, communication, and organizational skills that would be valuable to this newly developed board. List Community Activities Rotary Club of Clearwater Sheriffs Citizens Academy Graduate Pinellas Citizens University - current Lyla Goode Foundation - Board Member Pace for Girls Pinellas - volunteer Board Member U.S. Patriot Chamber - Board Member Belleair Women's Republican Club - Member and Volunteer Clearwater Area Republican Club - President Question applies to multiple boards Demographics BiancaLatvalaResume.pdf Bianca Latvala Date of Birth 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: 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. 05/28/1986 Bianca Latvala DIRECTOR OF DEVELOPMENT & COMMUNICATIONS - ORLANDO, FL Victim Service Center | Jan 2018 - September 2019 Managed fundraising efforts, including events, donor portfolios, grants, and corporate giving Produced communications: emails, direct mail, press releases, media interviews and social media Conducted community outreach and media engagement Designed marketing materials, maintained website, and managed branding Oversaw prevention education, volunteer programs, policies, and community outreach B I A N C A L A T V A L A P R O F E S S I O N A L S K I L L S Social Media Marketing Content Creation Ad Data Analysis Website Development Email Marketing Audience Engagement Fundraising Event Planning Grant Writing Community Relations Media Relations Public Speaking Corporate Blogging Project Management Public Relations Crisis Communications Trauma Informed - Communications Networking Expert Government Relations E D U C A T I O N Master of Arts-Political Science American Military University Bachelor of Arts-Political Science University of Central Florida General Studies Valencia College ASSISTANT DIRECTOR, EXTERNAL RELATIONS - ORLANDO, FL UCF Alumni | Nov 2014 - Aug 2016 Developed Knights Advocates program to engage UCF Alumni in politics and university issues Identified and recruited alumni involved in public service Produced education programs on advocating for university priorities and collaboration Executed advocacy events, including UCF Day at the Capitol and legislative forums COORDINATOR CBA LIVE - WASHINGTON, D.C. Consumer Bankers Association | Oct 2013 - Nov 2014 GOVERNMENT AFFAIRS & PAC SPECIALIST - WASHINGTON, D.C. ACA International | May 2011 - Oct 2013 W O R K E X P E R I E N C E C O N T A C T (407) 949-1740 bsabrkhani@gmail.com ASSOCIATE DIRECTOR, ALUMNI ENGAGEMENT - ORLANDO, FL UCF Alumni | Aug 2016 - May 2017 Led national fundraising events for the IGNITE Campaign with UCF Leadership Oversaw UCF Alumni Homecoming and large-scale events, including the golf tournament and tailgates Managed UCF Alumni athletic events and served as liaison to UCF Athletics M A R K E T I N G & C O M M U N I C A T I O N S P R O F E S S I O N A L Seasoned public relations and marketing professional with a strong record in nonprofit and political sectors. Expertise in campaign strategy, branding, digital content, and fundraising. Proven success in managing multiple responsibilities and driving impactful results. A dedicated team player with a passion for community engagement. BL DIRECTOR OF DIGITAL MARKETING - CLEARWATER, FL Gulf Coast Imprinting| September 2019 - January 2023 Consulted on campaign strategies across Florida Specialized in social media growth, audience targeting, and data analysis Created engaging marketing materials, including copy and graphic design Developed and optimized websites; managed Google Ads Produced campaign marketing materials for digital and print Clients included candidates for US Congress, Florida House, County Commission, Sheriff, School Board, and Judges Established and led the digital department for a mail marketing company Expanded my client base to include nonprofit clients Progressed to have a larger role in the campaigns of political clients by drafting winning strategies DIRECTOR OF DIGITAL MARKETING ST. PETERSBURG, FL Direct Mail Systems| January 2023 - Current Submit Date: Dec 16, 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. * 1 to 5 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? Community Resiliency and Leisure Services Advisory Board: Submitted Occupation - If retired, enter former occupation. Air Quality Expert Have you served or do you serve on a board in Clearwater? Yes No If yes, please list the name of the board. Environmental Advisory Board Why do you wish to serve on this board/committee? If seeking reappointment, state why you should be reappointed. As an environmental expert in air quality, I think I can continue to provide value if I am reappointed. I am committed to serving my community. Michael Rubino michael@changetheairfoundation.org 2364 Terence Ct Clearwater FL 33759 Mobile: (908) 692-7366 HomeCleanse Chairman of the Board Michael Rubino Upload a Resume Date of Birth Question applies to Community Resiliency and Leisure Services Advisory Board Describe your experience with Clearwater library, parks, and recreation facilities and services. What personal qualifications can you bring to this board or committee? I have several years of board experience as a co-founder of Change the Air Foundation where I currently reside as board chairman. I am a council-certified microbial remediation supervisor that requires 10 years of experience dealing with environmental cleanup. I have a nationwide for-profit environmental services entity called HomeCleanse where I currently reside as chairman of the board. List Community Activities I have lived in clearwater since October of 2022, the environmental advisory board has been my first community activity and I look forward to continuing to help be involved in the community. 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 Curriculum_Vitae_of_Michael_Rubino__7_.pdf 09/28/1988 Michael Rubino 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. Michael Rubino 1712 Ginesi Drive,Suite 1 Freehold,NJ 07728 (888)668-6653 Michael@HomeCleanse.com Curriculum Vitae of Michael Rubino,CMRS SUMMARY/OVERVIEW Michael Rubino is board certified by the ACAC as a Certified Microbial Remediation Supervisor,carrying mold remediation licenses in New York,Florida,Louisiana,and Texas.He is an air quality expert who helps bridge the gap between the air in our homes and its direct impact on our health.Rubino works with over 10,000 doctors globally to not only raise awareness but also provide solutions to correctly identify and remove the pollutants causing this global health crisis.As President of HomeCleanse,he has been in business and performing remediation since July of 2013.He is a council-certified Mold Remediator by IICRC and ACAC and is a contributing member,sponsor,and speaker for the Indoor Air Quality Association.In December of 2020,he became author of The Mold Medic:An Expert’s Guide on Mold Removal. To date,he has been the direct manager of over 1,000 projects across the United States for purposes of microbial remediation and water mitigation. LICENSING/CERTIFICATIONS Council-certified Microbial Remediation Supervisor,American Council for Accredited Certification,Since 2022 Council-certified Microbial Remediator,American Council for Accredited Certification,Since 2014 Institute of Inspection Cleaning and Restoration Certification Certified Firm,All American Restoration,Since 2017 Licensed New Jersey Home Improvement Contractor,Since 2017 Licensed Pennsylvania Home Improvement Contractor,Since 2018 Licensed Connecticut Home Improvement Contractor,Since 2019 Licensed New York Mold Remediation Contractor,Since 2017 Licensed Florida Mold Remediation Contractor,Since 2019 Licensed Louisiana Mold Remediation Contractor,Since 2021 Licensed Texas Mold Remediation Contractor,Since 2021 EXPERIENCE JMC CONTRACTING CORP,New York New York -June 2013 to May 2017 Microbial Remediation Supervisor ●Inspected homes and buildings utilizing third party inspection reports and laboratory data to create a scope of work. ●Informed clients and tenants of microbial hazards and the worksite plan to ensure worksite safety for the duration of the project. ●Supervised the scope of work for accuracy,efficacy,and safety for employees and occupants of the homes and buildings. ●Worked with third party consultants to ensure the space was brought back to a normal ecology at project completion. HomeCleanse LLC,Freehold New Jersey -May 2017 to Present Founder and Chairman ●Train teams of consultants to analyze inspection reports to ensure we have enough data to safely and confidently restore homes and buildings back to a normal ecology. ●Train teams of consultants to develop scopes of work off of adequate inspection reports and laboratory data to create safer environments for our clients. ●Train teams of project managers to supervise projects from start to finish for accuracy,efficacy,and safety for employees and occupants of the homes and buildings. ●Train educators in our educational facility to train our staff on our process aimed at correctly and effectively removing mold,bacteria and its byproducts from water damaged homes and buildings. RECENT HISTORY OF LITIGATION SUPPORT/EXPERT WITNESS DOUGLAS POSLUSZNY,both individually and as Guardian Ad Litem for his minor children,RYAN POSLUSZNY,and infant,and ANDREW POSLUSZNY,and infant,and MICHELLE POSLUSZNY vs INDOOR AIR SPECIALISTS,LTD.and BRUCE JAZWINSKI and BRUCE JAZWINSKI,JR. Docket No.BER-L-006219-19,SUPERIOR COURT OF NEW JERSEY LAW DIVISION:BERGEN COUNTY Nature of Case:Breach of Contract,Breach of the Implied Covenant of Good Faith and Fair Dealing,Unjust Enrichment,Negligence,Violation of the New Jersey Consumer Fraud Act and Home Improvement Practices,Nuisance,Common Law Fraud, Negligent Misrepresentations,Alter Ego/Piercing the Corporate Veil. WESLEY JONES and LINDSEY JONES,Individually and as next of kin of JAGGER JAMES JONES,JET AMOS JONES,and ELLIE CAPRI JONES Minors vs UNITED WATER RESTORATION GROUP OF GREATER HOUSTON,UNITED WATER RESTORATION GROUP, INC.,AND LONE STAR PRO SERVICES Cause No.21-04-05449,District Court Montgomery Texas:457th Judicial District Court Nature of Case:Negligence,Gross Negligence,Breach of Contract,Breach of Express Warranty. S.J.,T.J.,and S.L.J.,minors,by their Guardian ad Litem,LINDSEY JOHNSON; SCOTT JOHNSON and LINDSEY JOHNSON,vs LENDLEASE (US)PUBLIC PARTNERSHIPS LLC,ATLANTIC MARINE CORPS COMMUNITIES LLC,and AMCC PROPERTY MANAGEMENT LLC, Cause No.7:21-cv-00188-D,IN THE UNITED STATES DISTRICT COURT FOR THE EASTERN DISTRICT OF NORTH CAROLINA SOUTHERN DIVISION Nature of Case:Unfair and Deceptive Trade Practices,Violation of the North Carolina Residential Rental Agreements Act,Negligence,Breach of Contract, Private Nuisance,Punitive Damages. Benjamin Maggio vs FLORIDA ATLANTIC UNIVERSITY BOARD OF TRUSTEES,and C-BB MANAGEMENT,LLC, Cause No.502019CA015230XXXXMB,IN THE CIRCUIT COURT OF THE 15TH JUDICIAL CIRCUIT IN AND FOR PALM BEACH COUNTY,FLORIDA Nature of Case:Negligence PROFESSIONAL AFFILIATIONS Member and Speaker of Indoor Air Quality Association (IAQA)-2015 to Present Author of The Mold Medic:An Expert’s Guide on Mold Removal -2020 to Present Chairman,Change the Air Foundation (CTA)-2021 to Present Submit Date: Dec 23, 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? N/A Which Boards would you like to apply for? Community Resiliency and Leisure Services Advisory Board: Submitted Occupation - If retired, enter former occupation. Mental Health Counselor Have you served or do you serve on a board in Clearwater? Yes No If yes, please list the name of the board. Environmental Advisory Board Glenna Wentworth gcwentworth@yahoo.com 2227 Harn Blvd. Clearwater FL 33764 Mobile: (314) 255-6152 Retired N/A Glenna Wentworth Upload a Resume Date of Birth Why do you wish to serve on this board/committee? If seeking reappointment, state why you should be reappointed. I believe my passion and expertise in environmental conservation as it relates to human health and wellness has made a positive contribution to the Environmental Advisory Board, and I would like to continue that work as it relates to the powers and duties of the Community Resiliency and Leisure Services Advisory Board. Question applies to Community Resiliency and Leisure Services Advisory Board Describe your experience with Clearwater library, parks, and recreation facilities and services. What personal qualifications can you bring to this board or committee? As a member of the Environmental Advisory Board since 2020, I have contributed to the Board's success in addressing topics such as the prohibition of cigarette smoking in Clearwater public beaches and parks, a water management plan to clean up Lake Bellevue, development of the Greenprint 2.0 Resiliency and Sustainability Plan, input into the city's tree maintenance and re-planting program, progress in achieving the city's energy efficiency and renewable energy goals, and the transition for the city's light duty vehicles to hybrids and EVs to name a few. A President of the Morningside-Meadows Homeowners Association for the last 8 years, I have worked closely with the Morningside Recreation Complex to plan community events, and with Clearwater Parks and Recreation Division to maintain city services to our neighborhood. List Community Activities Please see the attached list of community activities below. 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: Community_and_Professional_Volunteer_Experience_12.25.pdf 09/27/1952 Glenna Wentworth 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. Glenna Wentworth Community and Professional Volunteer Experience Community Volunteer Experience Soulard Neighborhood Improvement Association (S.N.I.A.), St. Louis, Missouri. President of the Board, 1979-1980. Neighborhood association charged with maintaining the economic mix in a recently established historic district by providing affordable housing, youth work programs, and senior services for long-term residents. Mental Health Association of Pettis County, Sedalia, Missouri. President of the Board, 2001- 2002. Non-profit organization which promotes mental health and treatment of persons with mental illness through advocacy, education, and service. Morningside-Meadows Neighborhood Association (M.M.H.A.), Clearwater, Florida. Association President, 2018 - present. Homeowners association which advocates and advises in such areas as legal, social, economic, or political that affects homeowners of the Morningside- Meadows neighborhood. Suncoast Sierra Club, Pinellas County, Florida. Member of the Suncoast Sierra Executive Committee, Political Committee Co-Chair, and member of the North Pinellas Conservation Committee, 2017 - present. Suncoast Sierra Club organizes and participates in environmental education, outdoor adventures, and local environmental activities. This group also lobbies local and state governments for pro-environment policy and legislation and actively works on conservation issues. City of Clearwater Environmental Advisory Board (EAB), Clearwater, Florida, 2020 - 2025. The EAB’s objective was to provide citizen insight to the city council and staff on environmental activities within and affecting Clearwater. Professional Volunteer Experience The following professional associations share similar missions in that they enhance the profession of mental health counseling through advocacy, education, leadership, and collaboration. I served on each of these boards in several capacities, but the highlights are listed here: St. Louis Counseling Association (S.L.C.A.). Association President, 1988-89. Missouri Mental Health Counselors Association (M.M.H.C.A.). Association President, 1991- 1992. Missouri Counseling Association (M.C.A.). Association President, 1993-1994. American Mental Health Counselors Association (A.M.H.C.A.), Alexandria,Virginia. Association President, 2000-2001. Stipend included. American Counseling Association (A.C.A.), Alexandria, Virginia. Governing Council Member, 2003-2006. Submit Date: Dec 22, 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? Community Resiliency and Leisure Services Advisory Board: On Agenda Occupation - If retired, enter former occupation. Environmental Geologist 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 worked in the environmental protection industry in the private sector for over 30 years and understand the nuances of developing Brownfields. I would like to be able to give back to the community now that I am retired. Nana G Westmark nana.westmark@gmail.com 2768 Countryside Blvd #4 Clearwater FL 33761 Home: (727) 437-8292 Mobile: (727) 437-8292 Intertek / PSI (ProfessionalService Industries, Inc.)Senior Geologist / PrincipalConsultant Nana G Westmark 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. Question applies to Community Resiliency and Leisure Services Advisory Board Describe your experience with Clearwater library, parks, and recreation facilities and services. What personal qualifications can you bring to this board or committee? - Professional Geologist license - Expert on environmental matters (contamination assessments, property due diligence, remediation, groundwater, solid waste.) - Long term resident of Clearwater (moved to Clearwater as a child in 1969) List Community Activities - 25 year member of Toastmasters - former board member of HOA - Volunteer at Meals on Wheels - former board member of FLERA (Florida Local Environmental Resource Agency) 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. not applicable 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 applicable 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) Westmark_Resume.pdf Nana G Westmark Date of Birth 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: 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. 04/01/1958 Nana G Westmark Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#26-0041 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Clerk Agenda Number: 12.8 SUBJECT/RECOMMENDATION: Schedule a special work session on Monday, February 9, 2026 at 9:00 a.m. and on Wednesday, March 4, 2026 at 2:00 p.m. for the purpose of holding a strategic planning session at the Morningside Recreation Center. (consent) SUMMARY: Per City Council Policy 3-11, “prior to June 1st of each year and prior to the development of the City Manager’s proposed budget, the City Council shall meet in a strategic planning session(s) to review the five-year financial forecast and update as necessary, the City’s Vision, Mission and Strategic Direction (Goals). From these documents a five-year strategic plan will be updated.” Staff is requesting to hold two sessions this year: February 9, 2026 and March 4, 2026. Page 1 City of Clearwater Printed on 1/9/2026 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#26-0005 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Clerk Agenda Number: 12.9 SUBJECT/RECOMMENDATION: Approve the 2026 State Legislative Agenda. SUMMARY: Page 1 City of Clearwater Printed on 1/9/2026 2026 State Legislative Priorities Funding Requests The city will seek funding through grants and other sources to assist in implementing projects to meet the needs of our citizens and improve their quality of life. Elevate Bayshore Boulevard - $1 million Design an elevated road and adjacent bike/pedestrian trail to minimize flooding during high storm surges and intense rain events. Stormwater improvements are planned to help mitigate adjacent property flooding and water quality improvements as area discharges into Old Tampa Bay, which has known high nutrient loading. Backup Emergency Power Generator Connection for Lift Stations - $800,000 Bolster hurricane resiliency of the critical wastewater infrastructure by upgrading 78 lift stations with standardized generator connection boxes. The project will prevent widespread sewage backups, protecting public health, and private property immediately following a natural disaster. Lift Station Rehab Program - $3 million Construct and refurbish five aging lift stations. This critical work will ensure the reliable operation of essential wastewater infrastructure and prevent sanitary sewer overflows to protect public health and the environment. Issues to Support The city of Clearwater supports legislation and programs that benefit municipalities and assists in implementing services to meet the unique needs of our citizens and improve their quality of life, including: Attainable Housing  Ensure all Sadowski State and Local Housing Trust Funds are used exclusively to finance affordable and workforce housing programs and rental assistance programs.  Preserve the authority of local governments to manage growth consistent with each community’s capacity to safeguard public safety, resilience, and financial stability.  Continue property insurance reform that encourages stabilization of the market and protects consumers from rising home insurance costs. Education  Support the expansion of the VPK program to include children at a younger age, allowing parents to return to the workforce sooner. Local Governance  Allow local governments to regulate vacation rental properties to protect the health and welfare of their residents, visitors, and businesses.  Preserve municipal government authority over equitable property tax decisions that fund essential programs and services, such as public safety, infrastructure, parks, and libraries, which define a community and support residents’ quality of life.  Maintain municipal authority to establish reasonable extraterritorial surcharges that reflect the actual cost of providing services outside of city limits, protecting municipal residents from subsidizing outside customers. Public Safety  Prohibit the carrying of weapons or firearms into specified locations, including government buildings, educational institutions, and public government meetings.  Provide additional funding to local governments to address requirements of unauthorized public camping/sleeping (HB1375), which requires local governments to address the problem with law enforcement as a compliance tool. Sustainability & Resiliency  Provide additional funding to My Safe Florida Home, assisting eligible homeowners with free wind mitigation home inspections and matching grants to fortify homes against hurricane damage.  Continue funding the State’s beach renourishment program.  Increase funding for the Resilient Florida Grants Program to assist municipalities with implementing climate-resilient infrastructure. Issues to Oppose  Erosion of local self-government (Home Rule), a constitutional right Floridians supported in a statewide vote 57 years ago.  Increased regulation of, or restriction on, municipal operations and budgeting.  Deterioration of existing laws related to offshore oil drilling in the Gulf of Mexico.  Restriction or elimination of Community Redevelopment Agencies.  Imposed consolidation of municipal and county services. In addition, the city will support the Florida League of Cities in pursuing its legislative issues. The city will strive to inform residents of legislative initiatives that will impact the city and their quality of life and encourage citizen engagement with state legislators. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1233 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Attorney Agenda Number: 13.1 SUBJECT/RECOMMENDATION: Adopt Ordinance 9858-26 on second reading, amending Clearwater Code of Ordinances Sections 2.063, 2.411, 2.412, 2.413, and 2.425 relating to the Clearwater Employees’ Pension Plan. SUMMARY: Page 1 City of Clearwater Printed on 1/9/2026 1 ORDINANCE NO. 9858-26 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA; AMENDING CHAPTER 2, ARTICLE V, DIVISION 3, EMPLOYEES’ PENSION PLAN, AMENDING SECTION 2.063 QUALIFICATIONS AND APPOINTMENT OF MEMBERS; AMENDING SECTION 2.411 PURPOSE OF THE PLAN AND THE TRUST; AMENDING SECTION 2.412 DEFINITIONS; AMENDING SECTION 2.413 PLAN ADMINISTRATION; AMENDING SECTION 2.425 PENSION FUND RECORDS; PROVIDING FOR INCLUSION IN THE CODE; PROVIDING FOR SEVERABILITY; PROVIDING FOR A REPEALER; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Clearwater Employees’ Pension Plan (the “Plan”) governs the payment of retirement benefits for City employees; and WHEREAS, in 2024, the process to determine whether a plan member meets the criteria for awarding a disability pension was changed; and WHEREAS, the Pension Advisory Committee (“PAC”) no longer determines whether a plan member is entitled to a disability retirement benefit; and WHEREAS, the duties of the PAC are now ministerial in nature and non- substantive; and WHEREAS, this Ordinance will eliminate the PAC, and the Pension Trustees will now perform these ministerial duties; and WHEREAS, this Ordinance will not impact pension benefits, employee contributions, or the actuarial soundness of the plan; and WHEREAS, the Plan’s actuary has studied the cost of this Ordinance; and WHEREAS, the City of Clearwater (the “City”) has determined that the adoption of this Ordinance to be in the best interests of the City. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA, THAT: Section 1: Section 2.063 of the Code of Ordinances of the City of Clearwater is hereby amended to read as follows: Sec. 2.063. – Qualifications and appointment of members. (1)In addition to other qualifications which may be specified for boardmembership, a person appointed to a board shall be a resident of the city at 2 the time of appointment and shall maintain residency within the city during the term of the appointment as a condition of eligibility to hold office. No employee of the city shall be appointed to membership on a board of the city. As exceptions to the requirements of this section: (a) The firefighters relief and pension fund (also known as the supplementary firefighters retirement fund) board of trustees shall be appointed or elected as provided in section 2.443. (b) The firefighters pension fund board of trustees shall be elected or, in the case of the mayor and chief of the fire department, assume office as provided in Section 5 of Article I of the Related Laws of the city, derived from Chapter 30658, Laws of Florida, Special Acts (1955), or as may be amended from time to time. (c) The gas fitter's examining board shall be appointed as provided in the Gas Code of the City of Clearwater, Florida, 1965, as adopted by Ordinance 1070 on December 6, 1965, or as may be amended from time to time. (d) The pension advisory committee shall be elected as provided in section 2.394(d). (e)(d) The police officers pension trust fund (also known as the supplementary police officers' retirement fund) board of trustees shall be appointed or elected as provided in section 2.473(1). (f)(e) The Brownfields Advisory Board shall be appointed as provided in section 2.241. (g) (f) The Clearwater Housing Authority shall be allowed to have members that are residents of Pinellas County who are employed within the city limits. This exception shall be limited to not more than two members serving concurrently. (h) (g) The persons appointed to the neighborhood and affordable housing advisory board need not be residents of the city as long as they meet the qualifications set forth in section 2.226(2), except that the person referenced in subsection 2.226(2)(f) must be a resident of the city. (i)(h) The public art and design board shall be appointed as provided in section 5-1102 of the Community Development Code. (j)(i) The Sister Cities Board shall be appointed as provided in section 2.251. 3 Section 2: Section 2.411 of the Code of Ordinances of the City of Clearwater is hereby amended to read as follows: Sec. 2.411. – Purpose of the plan and the trust. (a) Exclusive benefit. (1) This plan is created for the sole purpose of providing benefits to the participants. Except as otherwise permitted by law, in no event shall any part of the principal or income of the pension fund be paid to or reinvested in the employer or be used for or diverted to any purpose whatsoever other than for the exclusive benefit of the participants and their beneficiaries. (2) Notwithstanding the foregoing provisions of subparagraph (1), any contribution made by the employer to this plan by a mistake of fact may be returned to the employer within one year after the payment of the contribution. The circumstances as to whether a mistake of fact has occurred shall be reviewed by the pension advisory committee, which shall submit a written recommendation to the trustees. Notwithstanding the committee's recommendation, The trustees shall have final authority as to the determination of a mistake of fact. (b) Participants' rights. The establishment of this plan shall not be considered as giving any employee, or any other person, any legal or equitable right against the employer, the trustees, the committee or the principal or the income of the pension fund, except to the extent otherwise provided by law. The establishment of this plan shall not be considered as giving any employee, or any other person, the right to be retained in the employ of the employer. (c) Qualified plan. This plan and the assets comprising the pension fund are intended to qualify under the Internal Revenue Code as a tax-free employees' plan and trust, and the provisions of this plan should be interpreted accordingly. Section 3: Section 2.412 of the Code of Ordinances of the City of Clearwater is hereby amended to read as follows: Section 2.412. – Definitions. * * * Committee shall mean the pension advisory committee described in section 2.413. 4 * * * Section 4: Section 2.413 of the Code of Ordinances of the City of Clearwater is hereby amended to read as follows: Section 2.413. – Plan Administration. (a) Administration of the plan. The trustees, in conjunction with the committee, shall control and manage the operation and administration of the plan as provided in this section. (b) Trustees. (1) The members of the city council of the employer, whether elected or appointed, shall serve as the trustees. The term of office of each trustee shall be consistent with his term of office as a member of the city council. (2) The finance director of the employer shall be the treasurer for the trustees and shall provide such bond as may be prescribed by the trustees. (3) Each trustee shall be entitled to one vote. Three affirmative votes shall be necessary for any decision by the trustees at a meeting of the trustees. A trustee shall have the right to recuse himself from voting as the result of a conflict of interest provided that the trustee states in writing the nature of the conflict. (4) The trustees shall not receive any compensation for service as a trustee, but may be reimbursed expenses as provided by law; provided, however, that the trustees may receive compensation for services as a member of the city council. (c) Powers and duties of trustees. The trustees shall have final authority and control over the administration of the plan herein embodied, with all powers necessary to enable them to carry out their duties in that respect. Not in limitation, but in amplification of the foregoing, the trustees shall have the power and discretion to interpret or construe this plan and to determine all questions that may arise as to the status and rights of the participants and others hereunder. The trustees shall be deemed the named fiduciary of the plan and shall discharge their responsibilities solely in the interest of the members and beneficiaries of the plan for the exclusive purpose of providing benefits to the members and their beneficiaries and to defray the reasonable expenses of the plan. The trustees shall exercise those fiduciary responsibilities with the care, skill, prudence and diligence that a prudent person acting in a like capacity and familiar with such matters would use in the conduct of an enterprise of a 5 similar character and with similar aims under the circumstances then prevailing. The trustees may: (1) Invest and reinvest the assets of the pension fund to the extent permitted by Florida law. Notwithstanding any provision to the contrary, direct investments, including real estate investments, in businesses or property located within the City of Clearwater shall be prohibited; (2) Maintain such records as are necessary for calculating and distributing retirement benefits; (3) Maintain such records as are necessary for financial accounting and reporting of retirement plan funds; (4) Maintain such records as are necessary for actuarial evaluation of the retirement plan, including investigations into the mortality, service and compensation experience of its members and beneficiaries; (5) Compile such other administrative or investment information as is necessary for the management of the retirement plan; (6) Process, certify and respond to all correspondence, bills and statements received by the retirement plan, as well as all applications submitted to the board for retirement benefits; (7) Establish and maintain communication with city departments and other agencies of government as is necessary for the management of the retirement plan, including preparing, filing and distributing such reports and information as are required by law to be prepared, filed or distributed on behalf of the retirement plan; (8) Determine all questions relating to, and process all applications for, eligibility, participation and benefits; (9) Distribute at regular intervals to employees a comprehensive summary plan description and periodic reports, not less than biennially, regarding the financial and actuarial status of the plan; (10) Retain and compensate such professional and technical expertise as is necessary to fulfill its fiduciary responsibilities; (11) Make recommendations regarding changes in the provisions of the plan; (12) Assure the prompt deposit of all member contributions, city contributions, and investment earnings; (13) Establish a uniform set of rules and regulations for the management of the trust; 6 (14) Take such other action as the trustees shall deem, in their sole and exclusive discretion, as being necessary for the efficient management of the plan; (15) Cause any pension fund investment in securities to be registered in or transferred into its name as trustee or into the name of such nominee as it may direct, or it may retain them unregistered and in form permitting transferability, but the books and records shall at all times show that all investments are part of the pension fund; (16) Vote upon any stocks, bonds, or securities of any corporation, association, or trust comprising the pension fund, and give general or specific proxies or powers of attorney with or without power of substitution; participate in mergers, reorganizations, recapitalizations, consolidations, and similar transactions with respect to such securities; deposit such stock or other securities in any voting trust or any protective or like committee with the trustees or with depositories designated thereby; amortize or fail to amortize any part or all of the premium or discount resulting from the acquisition or disposition of assets; and generally exercise any of the powers of an owner with respect to stocks, bonds, or other investments comprising the pension fund which it may deem to be in the best interest of the pension fund to exercise; (17) Retain in cash and keep unproductive of income such amount of the pension fund as it may deem advisable, having regard for the cash requirements of the plan; and (18) Retain the services of a custodian bank, an investment advisor registered under Investment Advisors Act of 1940 or otherwise exempt from such required registration, an insurance company, trust company or a combination of these, for the purposes of investment decisions and management. Such investment manager shall have discretion, subject to any guidelines as prescribed by the trustees, in the investment of all pension fund assets. (19) Arrange for the necessary physicians to pass upon all medical examinations required under this plan. Such physicians shall report in writing to the trustees their conclusions and recommendations. (20) Investigate and determine the eligibility of participants for disability pension as provided in section 2.418. (d) Pension advisory committee. (1) a. There shall be a pension advisory committee comprised of seven persons. Three members of the committee shall be employees who are active employees and participants in the plan; three members shall be city council members or appointees of the city council; and the seventh member, who shall be a resident of the City of Clearwater, shall be appointed by the other six members. 7 b. Except as provided in subparagraph (3) below, terms of members shall be for two years. (2) Committee members representing the employees shall be elected by a majority of the active employees who are participants in the plan. Committee members representing the city council shall be appointed by a majority vote of the city council. The seventh member shall be appointed by a majority vote of the other six members of the committee. (3) Terms of office of employee elected committee members shall overlap, with two of the members to be initially elected for two years and the third member to be initially elected for one year. Terms of office of city council appointed members shall overlap, with two of the members to be initially appointed for two years and the third member to be initially appointed for one year. (4) a. Members of the committee last elected by employees on the date of adoption of this amended and restated plan shall continue to serve as the employee elected committee members for the remainder of their respective terms. b. Not less than 60 days before each election to be scheduled for an employee elected committee member, the existing employee elected committee members shall select and appoint a nomination group composed of five persons from employees participating in the plan to conduct the election process. The department of the city clerk shall provide necessary assistance to the employees for the administration of elections. (5) Any vacancy on the committee, whether employee elected, city council appointed, or the committee appointed seventh member, shall be filled for the remainder of the term and in the same manner as the original committee member who vacated the position. (6) Members of the committee shall serve without compensation additional to that earned in their respective capacities as regular employees or elected city council members. (7) Each committee member shall be entitled to one vote. Four affirmative votes shall be necessary for any decision by the committee at any meeting. A committee member shall have the right to recuse himself from voting as a result of a conflict of interest provided that the committee member states in writing the nature of the conflict. (e) Powers and duties of committee. (1) The committee shall have authority to: a. Investigate and recommend to the trustees, in conjunction with the actuaries, such mortality/service and other tables as shall be deemed necessary for the operation of the plan. b. Make recommendations to the trustees for improvements or changes in the plan. 8 c. Receive all applications for benefits under this plan and determine all facts that are necessary to establish the right of an applicant to benefits under the plan. d. Prepare and distribute to the participants information relating to the plan. e. Investigate and determine the eligibility of participants for disability pension as provided in section 2.418. (2) The committee shall, from time to time as it deems appropriate, submit recommendations to the trustees as to rules, procedures, forms and general administrative procedures relating to the responsibilities of the committee. (3) No benefits or relief shall be provided to any participant under the plan unless the same has been reviewed by the committee and a recommendation provided to the trustees. (4) The pension advisory committee members shall discharge their responsibilities solely in the interest of the members and beneficiaries of the plan and, in so doing, shall exercise their fiduciary responsibilities with the care, skill, prudence and diligence that a prudent person acting in a like capacity and familiar with such matters would use in the conduct of an enterprise of a similar character and with similar aims under the circumstances then prevailing. (f) (d) Conflict in terms. In the event of any conflict between the terms of this plan and any explanatory booklet or other material, this plan shall control. (g) (e) Final authority. Except to the extent otherwise required by law or by this plan, the decision of the trustees in matters within their jurisdiction shall be final, binding and conclusive upon the employer, the committee, each employee and beneficiary, and every other interested or concerned person or party. (h) (f) Appointment of advisors. The trustees may appoint such actuaries, accountants, professional investment counsel, legal counsel, specialists, third party pension administrators, and other persons that they deem necessary and desirable in connection with the administration of this plan or to assist them in the performance of their duties as trustees. The trustees are authorized to pay for such services from the pension fund. (i) (g) Actuarial valuation; actuarial standards. (1) At least once in each six-year period, the trustees shall cause an actuarial investigation to be made into the mortality, service and compensation experience of the members of the retirement plan. Taking into account the result of such investigation, the trustees shall adopt for the retirement plan such mortality, service and other tables as are necessary and proper. On the basis of these tables, an annual actuarial valuation of the assets and liabilities of the retirement plan shall be made. 9 (2) Actuarial assumptions based on the six-year experience analysis may be modified by the trustees at such times as they deem appropriate. (j) (h) Defense of actions; trustee liability; indemnification. (1) The board is authorized to prosecute or defend actions, claims or proceedings of any nature or kind for the protection of the fund assets or for the protection of the board in the performance of its duties. (2) Neither the board nor any of its individual members shall have any personal liability for any action taken in good faith. The trustees individually and the board as a whole shall be entitled to the protections in F.S. § 768.28. The trustees shall also be authorized to purchase from the assets of the fund, errors and omission insurance to protect the trustees and staff in the performance of their duties. Such insurance shall not provide the individual trustees and staff with protection against a fiduciary's fraud, intentional misrepresentation, willful misconduct or gross negligence. (3) To the extent not covered by insurance contracts in force from time to time, the employer shall indemnify and hold harmless the trustees and the members of the committee from all personal liability for damages and costs, including court costs and attorneys' fees, arising out of claims, suits, litigation, or threat of same, herein referred to as "claims," against these individuals because of acts or circumstances connected with or arising out of their official duty as trustees or members of the committee. The employer reserves the right, in its sole discretion, to settle or not settle the claim at any time, and to appeal or to not appeal from any adverse judgment or ruling, and in either event will indemnify and hold harmless any trustees or members of the committee from the judgment, execution, or levy thereon. (4) This section shall not be construed so as to relieve from liability any insurance company or other entity liable to defend the claim or liable for payment of the judgment or claim, nor does this paragraph waive any provision of law affording the employer immunity from any suit in whole or part, or waive any other substantive or procedural rights the employer may have. (5) This section shall not apply to, nor shall the employer be responsible in any manner to defend or pay for claims arising out of, acts or omissions of the trustees or members of the committee which constitute felonies or gross malfeasance or gross misfeasance in office. 10 Section 5: Section 2.425 of the Code of Ordinances of the City of Clearwater is hereby amended to read as follows: Sec. 2.425. – Pension fund records. The trustees and the pension advisory committee shall keep a record of all of their proceedings which shall be maintained and open to public inspection in accordance with F.S. Chs. 119, and 286. Such records shall reflect a complete and comprehensive account of the discussions and actions taken by the trustees. and the pension advisory committee. Coding: Words in strikeout type are deletions from existing text. Words in underline type are additions. Section 6: It is the intention of the City Council, and it is hereby ordained that the provisions of this Ordinance shall become and be made a part of the Code of Ordinances of the City of Clearwater, that the sections of the Ordinance may be renumbered or relettered to accomplish such intentions; and that the word “Ordinance” shall be changed to “Section” or other appropriate word. Section 7: If any clause, section, or other part or application of this Ordinance shall be held in any court of competent jurisdiction to be unconstitutional or invalid, such unconstitutional or invalid part or application shall be considered as eliminated and shall not affect the validity of the remaining portions or applications which shall remain in full force and effect. Section 8: All ordinances or parts of ordinances, resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. Section 9: This Ordinance shall become effective immediately upon adoption, unless otherwise provided. PASSED ON FIRST READING ____________________ PASSED ON SECOND AND FINAL ____________________ READING AND ADOPTED ____________________________ Bruce Rector Mayor 11 Approved as to form: Attest: _________________________ ____________________________ David Margolis Rosemarie Call City Attorney City Clerk December 4, 2025 Mr. Owen Kohler Lead Assistant City Attorney City of Clearwater - City Attorney’s Office 600 Cleveland Street, Suite 600 Clearwater, Florida 33755 Re: City of Clearwater Employees’ Pension Plan – No Actuarial Impact Letter for Proposed Ordinance Dear Mr. Kohler: We have reviewed proposed ordinance #9858-26, which would amend Sections 2.063, 2.411 – 2.413, and 2.425 of the City Code to eliminate the Pension Advisory Committee (“PAC”) and remove all references to the PAC throughout the City Code. The Ordinance also re-assigns the current administrative/ministerial duties of the PAC to the Pension Trustees. This Ordinance does not impact pension benefits or contributions to the Plan. It only eliminates the PAC and re-assigns the administrative/ministerial duties from the PAC to the Pension Trustees. Therefore, it is our opinion that this Ordinance will not have an actuarial impact on the cost of the Pension Plan, and a formal Actuarial Impact Statement is not required. We recommend you send a copy of this letter and the ordinance to the Bureau of Local Retirement Systems. Peter N. Strong is a member of the American Academy of Actuaries and meets the Academy’s Qualification Standards to render the actuarial opinion contained herein. The signing actuary is independent of the plan sponsor. Please let us know if there are any questions. Sincerely yours, Gabriel, Roeder, Smith & Company Peter N. Strong, FSA, EA, MAAA, FCA Senior Consultant and Actuary This communication shall not be construed to provide tax advice, legal advice or investment advice. cc: Mr. Jay Ravins, Finance Director Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1235 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Attorney Agenda Number: 13.2 SUBJECT/RECOMMENDATION: Adopt Ordinance 9859-26 on second reading, amending Clearwater Code of Ordinances Section 2.561 relating to Public-Private Partnerships; repeal Sections 2.581 - 2.587 relating to Public-Private Partnerships. SUMMARY: The City’s Procurement Code establishes fair and equitable methods of administering purchases of commodities, services, and construction to maximize the purchasing value of public funds. In 2013, the Florida Legislature enacted the P3 Statute. Public-Private Partnerships (P3) are commonly recognized as contractual agreements between a public body and the private sector that allow for greater private sector participation in the delivery of public projects. P3’s have demonstrated that they can meet the needs of the public by improving the schedule for project delivery, lowering project costs, and providing other benefits to the public. In 2021, the City adopted Ordinance 9502-21 which created the P3 method of project delivery and uniform procedures to be used by both the City and private entities for the procurement of such projects. In 2024, the Florida Legislature amended the P3 statute. Rather than amend the City’s Code after each statutory change, this ordinance will repeal Subdivision V in its entirety. Section 2.561 will be amended so that the City will follow the same processes and procedures as set forth in Florida Statutes 255.065, as may be further amended from time to time. APPROPRIATION CODE AND AMOUNT: N/A Page 1 City of Clearwater Printed on 1/9/2026 1 ORDINANCE NO. 9859-26 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA; AMENDING THE CODE OF ORDINANCES, CHAPTER 2, ARTICLE VI, DIVISION 3, PURCHASING; AMENDING SECTION 2.561 METHODS OF SOURCE SELECTION; REPEALING SUBDIVISION V PUBLIC-PRIVATE PARTNERSHIPS; REPEALING SECTIONS 2.581 - 2.587; PROVIDING FOR INCLUSION IN THE CODE; PROVIDING FOR SEVERABILITY; PROVIDING FOR A REPEALER; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, Division 3 of Article VI, Chapter 2 establishes fair and equitable methods of administering purchases of commodities, services, and construction to maximize the purchasing value of public funds; and WHEREAS, in 2013, the Florida Legislature enacted Chapter 2013-223, Laws of Florida, section 2 of which governs public-private partnerships (the "P3 Statute"); and WHEREAS, public-private partnerships ("P3") are commonly recognized as contractual agreements between a public body and the private sector that allow for greater private sector participation in the delivery of public projects; and WHEREAS, there is a public need for timely and cost-effective delivery of projects serving a public purpose, and this need may not be wholly satisfied by existing methods of procurement; and WHEREAS, P3’s have demonstrated that they can meet the needs of the public by improving the schedule for project delivery, lowering project costs, and providing other benefits to the public; and WHEREAS, the City of Clearwater (the “City”) wishes to encourage investment in the City by private entities, to facilitate funding sources for the development of public projects, and to provide for the greatest possible flexibility in contracting for public projects under the P3 Statute; and WHEREAS, the City is a "responsible public entity" as defined in the P3 Statute, authorized to follow the processes described in the P3 Statute to establish a P3 for a “qualifying project” as defined in the P3 Statute; and 2 WHEREAS, the P3 Statute recognizes the authority of local governments to create procurement processes for qualifying projects, and does not limit a local government’s existing authority to enter into agreements with the private sector, including authority from existing home rule powers; and WHEREAS, in 2021, the City adopted Ordinance 9502-21 which created the P3 method of project delivery and uniform procedures to be used by both the City and private entities for the procurement of such projects; and WHEREAS, in 2024, the Florida Legislature amended the P3 statute; and WHEREAS, rather than amend the City’s Code of Ordinances after each statutory change, this Ordinance will repeal Subdivision V in its entirety. Section 2.561 will be amended so that the City will follow the same processes and procedures as set forth in Florida Statutes 255.065, as may be further amended from time to time; and WHEREAS, the City has determined that the adoption of this Ordinance to be in the best interest of the City. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA IN SESSION AND DULY ASSEMBLED THAT: Section 1: The above-mentioned recitals are true and accurate and included herein by reference. Section 2: Section 2.561 of the Code of Ordinances of the City of Clearwater is hereby amended to read as follows: Sec. 2.561. Methods of source selection. (1) Methods of source selection. Unless otherwise authorized by law, all city contracts shall be procured by one of the following methods: (a) Competitive sealed bidding. (b) Competitive sealed proposals. (c) Request for qualifications. (d) Small purchases. (e) Professional services subject to CCNA. (f) Construction management at risk and design-build contracts. (g) Invitation to negotiate. (h) Job order contracting. (i) Reverse auctions. (j) Exceptions pursuant to section 2.563. 3 (k) Public-private partnerships (P3). (2) Competitive sealed bidding. Except as otherwise provided in this division, the purchase of commodities, services, or construction of an estimated value over $50,000.00 shall be by written contract with the vendor submitting the lowest responsive and responsible bid whose bid has been solicited, received, and approved pursuant to the following procedures: (a) Invitation to bid (ITB). An invitation to bid shall be requested from three or more vendors for commodities, services, or construction when the estimated value exceeds $50,000.00. Award through this process is based solely on bids received and is not subject to negotiation following bid opening. The contract may not be divided to avoid this monetary threshold. An invitation to bid must include a purchase description of the commodities, services, or construction sought; the time and date for the receipt of bids and the public opening; and all contractual terms and conditions applicable to the procurement, including the criteria to be used in determining acceptability of the bid. If the city contemplates renewal of the contract, that fact must be stated in the ITB. In the alternative, the city council or designee may award to the responsive, responsible bidder offering the lowest cost as the primary awardee and the next responsive, responsible bidder offering the next lowest cost as an alternate awardee(s), meeting all specifications, terms, and conditions. Nothing herein is meant to prevent multiple awards to the responsive and responsible bidders when such multiple awards are clearly stated in the bid solicitation documents. In the case of identical responsive and responsible bids, the decision as to the winning bid(s) must be made in accordance with the terms contained in the competitive solicitation. (b) Notice inviting bids. Notice for an invitation to bid shall be published at least 21 days prior to the bid opening date. Publication may be accomplished on the city's website, a newspaper of general circulation, or other means. (c) Notice inviting bids for construction projects. Construction projects with an estimated cost of $500,000.00 or less shall be published at least 21 days prior to the established opening date and at least five days prior to any scheduled pre-bid conference. Construction projects exceeding $500,000.00 shall be published at least 30 days prior to the established opening date and at least five days prior to any scheduled pre-bid conference. Publication may be accomplished on the city's website, a newspaper of general circulation, or other means. (d) Security (bid bonds). When the estimated cost of a construction contract is $150,000.00 or higher, or when otherwise deemed necessary by the city manager, security in the form of a bid bond issued by a surety company licensed to do business in Florida or a cash bond in an amount equal to ten percent of the bid shall be prescribed in the public notices inviting bids. A vendor shall forfeit a bid security upon a refusal or failure to execute the contract within ten days after the notice of award of contract has been posted on the city's website unless the city is solely responsible for the delay in executing the contract. The city council may, upon the refusal or failure of the vendor to execute the contract, award the contract to the next lowest vendor. In such event, the amount of the 4 forfeited security shall be applied by the city to the contract price differential between the lowest bid and second lowest bid, and the surplus, if any, shall be returned to the forfeiting vendor. (e) Performance and payment bonds. When the estimated cost of a construction contract is $150,000.00 or higher, or when otherwise deemed necessary by the city manager, a performance bond and a payment bond is required. The security must be provided in accordance with the minimum requirements of F.S. § 255.05. The bonds shall be issued by a surety insurer authorized to do business in Florida and in an amount equal to 100 percent of the price specified in the contract. Nothing in this subsection shall be construed to limit the authority of the city to require additional security. (f) Security in lieu of performance and payment bonds. In lieu of the bond required by this section, a vendor may file with the city, an alternative form of security in the form of cash, money order, certified check, cashier's check, irrevocable letter of credit, or a security of a type listed in F.S. Ch. 625. Any such alternative form of security shall be for the same purpose and be subject to the same conditions as those applicable to the bond required herein. The determination of the value of the alternative form of security shall be made by the purchasing agent or designee. (g) Bid opening procedures. Sealed written bids shall be returned to the city and identified as bids on the envelope, together with other information as may be specified in the invitation to bid. Bids shall be opened publicly, in the presence of one or more witnesses, on the time and at the time and place stated in the public notices. A tabulation of all bids received, including the amount of each bid, the name of each bidder, and such other relevant information as may be specified, shall made available to the public as required by law. (3) Competitive sealed proposals. Except as otherwise provided in this division, the purchase of commodities or services of an estimated value over $50,000.00 shall be written contract with the vendor submitting the lowest responsive and responsible proposal whose proposal has been solicited, received, and approved pursuant to the following procedures: (a) Request for proposals (RFP). Request for proposals shall be requested from three or more vendors for commodities or services when the estimated value exceeds $50,000.00. The purchase may not be divided to avoid this monetary threshold. A best value decision may result from this process where price is not the sole determinant for award. To procure commodities or services through an RFP, the procurement division must first determine that the use of an ITB is not practicable. The RFP must include a purchase description of commodities or services sought; the relative importance of price and other evaluation criteria; the time and date for the receipt of proposals and of the public opening; and all contractual terms and conditions applicable to the procurement, including the criteria to be used in determining responsiveness and acceptability of the proposal. In awarding to a vendor pursuant to an RFP, the city council or 5 designee may award to one or more responsive, responsible vendor in accordance with the selection criteria published in the RFP. (b) Notice of proposals. Projects with an estimated cost of $500,000.00 or less shall be published at least 21 days prior to the established opening date. Projects exceeding $500,000.00 shall be published at least 30 days prior to the established opening date. Publication may be accomplished on the city's website, a newspaper of general circulation, or other means. (c) Receipt of proposals. A register of proposals shall be prepared and shall be open for public inspection as required by law. (d) Evaluation factors. The RFP shall state the relative importance of price and other factors and subfactors, if any. (e) Discussions with responsible offerors and revisions to proposals. As provided in the RFP, discussions may be conducted with responsible offerors, who submitted proposals reasonably determined to be selected for award, to clarify and assure the full understanding and responsiveness to the RFP requirements. Offerors shall be accorded fair and equal treatment with respect to any opportunity for discussion and revision of proposals, and such revisions may be permitted after submissions and prior to award for the purpose of obtaining best and final offers. When conducting discussions, there shall be no disclosure of any information derived from proposals submitted by competing offerors. (f) Award. Award shall be made to the responsible offeror whose proposal conforms to the RFP and is determined in writing to be the most advantageous to the city taking into consideration best value and the evaluation factors set forth in the RFP. No other factors or criteria shall be used in the evaluation. Written notice of the award of a contract to the successful offeror shall be promptly given to all offerors. (4) Request for qualifications (RFQ). An RFQ is a qualifications-based selection process. Pursuant to F.S. § 287.055, an RFQ is required for the selection of professional services involving architecture, professional engineering, landscape architecture, or registered surveying and mapping. An RFQ may be issued to establish a roster of responsive and responsible firms utilized on an as-needed basis. Projects utilizing an RFQ shall follow the same procedures as set forth in section 2.561(3). (5) Small purchases. Purchases of commodities or services with a value of more than $10,000.00 but less than or equal to $50,000.00 require competition. Purchases may not be divided to avoid this monetary threshold. Small purchases will follow the following procedures: (a) Quotations. Quotations shall be obtained from at least three vendors. Small purchases shall be awarded to the lowest responsive and responsible vendor whose quotation provides best value to the city. (b) Notice inviting quotations. Quotations shall be solicited either by written request or orally. Acceptable means include but are not limited to facsimile transmissions, electronic mail, telephone, in person, internet, or through an approved electronic procurement or supplier relationship management system. 6 (c) Sealed written quotations. In the event the procurement manager determines that sealed written quotations are in the best interest of the city, quotations received shall be opened in public at the time and place designated in the notice inviting quotations. (d) Award of contract. Except as otherwise provided in this subdivision, each contract shall be awarded to the lowest responsible and responsive vendor. (6) Professional services subject to CCNA. Professional services within the scope of the practice of architecture, professional engineering, landscape architecture, or registered surveying and mapping shall be procured in accordance with F.S. § 287.055, referred to as the Consultants' Competitive Negotiation Act (CCNA). (a) Public announcement. The public notice must include a general description of the project and must indicate how the interested firms may apply for consideration. Publication may be accomplished on the city's website, a newspaper of general circulation, or other means. (b) Competitive selection. The city shall select in order of preference no fewer than three firms deemed to be the most highly qualified to perform the required services. In determining whether a firm is qualified, the city shall consider such factors as the ability of professional personnel; past performance; experience; capabilities; whether a firm is a certified minority business enterprise; willingness to meet time and budget requirements; location; recent, current, and projected workloads of the firms; and the volume of work previously awarded to each firm by the city. The city may request, accept, and consider proposals for the compensation to be paid under the contract only during competitive negotiations. If less than three firms respond to the solicitation, and every effort was made to comply with the requirements of F.S. § 287.055, the city may proceed with the evaluation process. (c) Competitive negotiations. The city shall negotiate a contract with the most qualified firm for professional services at compensation which the city determines is fair, competitive, and reasonable. In making such determination, the city shall conduct a detailed analysis of the cost of the professional services required in addition to considering their scope and complexity. Should the city be unable to negotiate a satisfactory contract with the firm considered to be the most qualified at a price the city determines to be fair, competitive, and reasonable, negotiations with that firm must be formally terminated. The city shall then undertake negotiations with the second most qualified firm. Failing accord with the second most qualified firm, the city must terminate negotiations. The city shall then undertake negotiations with the third most qualified firm. Should the city be unable to negotiate a satisfactory contract with any of the selected firms, the city shall select additional firms in the order of their competence and qualification and continue negotiations in accordance with this subsection until an agreement is reached. The city shall require the firm receiving the award to execute a truth-in-negotiation certificate stating that wage rates and other factual unit costs supporting the compensation are accurate, complete, and current at the time of 7 contracting. Any professional service contract under which such a certificate is required must contain a provision that the original contract price and any additions thereto will be adjusted to exclude any significant sums by which the city determines the contract price was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. All such contract adjustments must be made within one year following the end of the contract. (d) Continuing contract. Nothing in this section shall prohibit a continuing contract, as defined in F.S. § 287.055, between a firm and the city. The city may issue an RFQ to establish a roster of responsive and responsible firms utilized on an as- needed basis, pursuant to F.S. § 287.055. (7) Construction management at risk and design-build contracts. Construction management and design-build services, as defined in F.S. § 255.103 and § 287.055, respectively, shall be procured pursuant to the process defined in the CCNA, unless the purchasing agent or designee elects to bid construction management at risk and design-build contracts through an invitation to bid or request for proposal process, as provided in F.S. § 255.20(1), where price is considered in the award process. Contracts for construction management and design-build services shall follow the same procedures as set forth in section 2.561(6). (8) Invitation to negotiate (ITN). When procurement for commodities or services is not practicable through an ITB or an RFP, competitive sealed replies may be solicited through an ITN. The procurement division must first determine, in writing, why negotiation with one or more vendors may be necessary for the city to achieve specific goals or solve a particular problem and receive best value. Objective factors may include but are not limited to price, quality, design, and workmanship. The ITN must include a purchase description of the commodities or services sought, the time and date for the receipt of replies and of the public meeting, including the criteria to be used in determining the acceptability of the reply. Typically, price is not an evaluation criterion and is not addressed until the negotiation phase of the procurement. Projects utilizing an ITN shall follow the same notice procedures as set forth in section 2.561(3). (9) Job order contracting (JOC). Job order contracting is a project delivery method utilized to get numerous, commonly encountered construction projects done quickly and easily through multi-year contracts for a wide variety of renovation, repair, and minor construction projects. A job order contract is a competitively bid, fixed price, multi-year construction contract based on established or published unit prices from a unit price book or a price list with a multiplier applied to the unit prices. The unit prices are used to price construction tasks associated with the scope of work. The contract is an IDIQ (indefinite delivery indefinite quantity) contract for on-call construction services and serves as an umbrella contract with a potential maximum amount of work over a specified term such as annual or multi-year term. JOC is an appropriate delivery method for any type of repetitive work, especially small renovation jobs. It allows for a longer relationship with the selected vendor. Projects may include, but not be limited to, electrical, mechanical, plumbing, painting, roofing, landscape improvements, data communication, audio visual, signing, flooring, etc. Firms shall 8 be selected through one of the source selection methods as authorized in sections 2.561(2)—(4). (10) Reverse auctions. Reverse auction is a procurement method wherein bidders are invited to bid on specified commodities or services through real-time electronic bidding, with the award being made to the lowest responsive and responsible bidder. During the bidding process, bidders shall only be informed as to whether the bid is in the lead, meaning the lowest priced, or whether the bid is lagging. If a bid is lagging, the bidder is provided a good faith opportunity to modify the bid prices for the duration of the bidding period established at bid opening. Reverse auctions will not be used for construction. (11) Public-private partnerships (P3). Contracts for public-private partnerships (P3) shall follow the same processes and procedures as set forth in F.S. § 255.065, as may be further amended from time to time. (a) Initial application fee. A private entity that submits an unsolicited proposal to the city must concurrently pay an initial application fee of $25,000.00. The city shall follow the remaining procurement procedures as set forth in F.S. § 255.065(3). (b) Additional procedures. The purchasing agent is authorized to approve additional written procedures unless such procedures are inconsistent with F.S. § 255.065 or this Code. Section 3: Subdivision V - Public-Private Partnerships (P3) of Division 3, Article VI, Chapter 2 of the Code of Ordinances of the City of Clearwater is hereby repealed in its entirety. Sections 2.581, 2.582, 2.583, 2.584, 2.585, 2.586, and 2.587 are hereby repealed. Section 4: It is the intention of the City Council, and it is hereby ordained that the provisions of this Ordinance shall become and be made a part of the Code of Ordinances of the City of Clearwater, that the sections of the Ordinance may be renumbered or relettered to accomplish such intentions; and that the word “Ordinance” shall be changed to “Section” or other appropriate word. Section 5: If any clause, section, or other part or application of this Ordinance shall be held in any court of competent jurisdiction to be unconstitutional or invalid, such unconstitutional or invalid part or application shall be considered as eliminated and shall not affect the validity of the remaining portions or applications which shall remain in full force and effect. Section 6: All ordinances or parts of ordinances, resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. Section 7: This Ordinance shall become effective immediately upon adoption, unless otherwise provided. 9 PASSED ON FIRST READING ____________________ PASSED ON SECOND AND FINAL ____________________ READING AND ADOPTED ____________________________ Bruce Rector Mayor Approved as to form: Attest: _________________________ ____________________________ Owen Kohler Rosemarie Call Lead Assistant City Attorney City Clerk Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1281 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Attorney Agenda Number: 13.3 SUBJECT/RECOMMENDATION: Approve a retainer agreement with Banker Lopez Gassler Law Firm P.A. for Willis Kelsey vs. City of Clearwater and authorize the appropriate officials to execute same. (consent) SUMMARY: Senior Assistant City Attorney Michael Fuino has departed the City as of November 20th, 2025, and has been appointed as City Attorney for the City of North Port. To ensure the successful defense of the City, the City Attorney recommends retaining Banker Lopez to represent the City in this matter. The City has collaborated with Banker Lopez for nearly 17 years, and they have 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 $100,000. APPROPRIATION CODE AND AMOUNT: A budget amendment may be needed 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 1/9/2026 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1282 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Attorney Agenda Number: 13.4 SUBJECT/RECOMMENDATION: Approve a retainer agreement with Banker Lopez Gassler Law Firm P.A. for Vanessa Thorrington vs. Carolyn A. Morobitto, Michael J. Sanders and City of Clearwater and authorize the appropriate officials to execute same. (consent) SUMMARY: Senior Assistant City Attorney Michael Fuino has departed the City as of November 20, 2025, and has been appointed as City Attorney for the City of North Port. To ensure the successful defense of the City, the City Attorney recommends retaining Banker Lopez to represent the City in this matter. The City has collaborated with Banker Lopez for nearly 17 years, and they have 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 $100,000. APPROPRIATION CODE AND AMOUNT: A budget amendment may be needed 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 1/9/2026 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1288 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Attorney Agenda Number: 13.5 SUBJECT/RECOMMENDATION: Approve renewal of worker's compensation agreement with the law firm of Banker Lopez Gassler and authorize the appropriate officials to execute same. (consent) SUMMARY: Since 2008, attorney Mark Hungate with the law firm of Banker Lopez Gassler (BLG) has represented the City in worker's compensation proceedings. Mr. Hungate's services continue to prove cost-effective for taxpayers and have resulted in a high degree of client satisfaction from Risk Management's perspective and that of the City Attorney's Office. For those reasons, the City Attorney proposes a two-year renewal with Mr. Hungate and BLG with hourly billing, beginning January 2026 and concluding at the end of 2027, for the rates attached to this agenda item and recommends approving this engagement with a not-to-exceed appropriation of $500,000. Around the conclusion of this two-year term, Mr. Hungate may reach the conclusion of his full-time role at BLG. As that date approaches, the City Attorney will likely recommend a formal request for proposals (RFP) to select the City's next worker's compensation law firm. APPROPRIATION CODE AND AMOUNT: 5907590-545800 Page 1 City of Clearwater Printed on 1/9/2026 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1238 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 16.1 SUBJECT/RECOMMENDATION: Reinstating Public Comment for Non-Agenda Items - Councilmember Cotton SUMMARY: Councilmember Cotton is requesting consideration to reinstate public comment for non-agenda items, allowing each speaker three minutes, prohibiting time-sharing, and limiting the total public comment period to 30 minutes. At the December 1, 2025 work session, there was council consensus to bring back the discussion item for the January work session, providing the City Attorney time to confirm if Council has the ability to limit public comments on items not on the agenda to local stakeholders. Page 1 City of Clearwater Printed on 1/9/2026 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#26-0044 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Council Work Session Agenda Number: 16.2 SUBJECT/RECOMMENDATION: Discuss City Attorney’s Resignation - Councilmember Mannino SUMMARY: Page 1 City of Clearwater Printed on 1/9/2026 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1349 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 16.3 SUBJECT/RECOMMENDATION: City Attorney Search Process - Mayor Rector SUMMARY: Discuss process for selecting the next City Attorney. Page 1 City of Clearwater Printed on 1/9/2026 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1221 Agenda Date: 1/12/2026 Status: Agenda ReadyVersion: 1 File Type: Presentation(s) for Council Meeting In Control: Council Work Session Agenda Number: 21.1 SUBJECT/RECOMMENDATION: Volunteer Program 2025 Annual Recap - Kelsy Johnson, Recreation Specialist SUMMARY: Page 1 City of Clearwater Printed on 1/9/2026 2025 (Fiscal Year) Volunteer Program Recap City of Clearwater Parks and Recreation Department Kelsy Johnson, Volunteer Specialist Total Impact and Numbers for Fiscal Year 2025 •Total number of volunteers: 4,630 •Total number of volunteer hours: 14,879.15 •Total weight of litter collected from volunteer litter cleanups: 63,455.14 lbs or 31.73 tons •Value: 14,879.15 hours X $16/hr = $238,066.40 Number of volunteers X smiles = priceless •Volunteers cultivate a culture of service, civic engagement, environmental stewardship, and community •Events with greatest number of volunteers and volunteer hours: •Big Cleanup Clearwater 776 volunteers 2,326 volunteer hours 1 week •Shriners Children’s Clearwater Invitational ESPN Softball Tournament 485 volunteers 2,166.82 volunteer hours 4 days Projects and Impact Environmental Conservation Beautification Special EventsRec Center and Community Events Projects and Impact Moccasin Lake Nature Park Projects and Impact cont’d Keep Pinellas Beautiful Projects and Impact Volunteer Awards! Most hours volunteered at one-time events and projects Jane Grossman Community Champion Dennis Beeker Edna Stickel Best Attitude Longtime Service Award Diane Ingram Keeper of the Land Volunteer Awards! Lou Peterson Chris Adkins Outstanding Birds of Prey Volunteer Volunteer Awards! Adam Orris, Dave Burich, and Shawn Sperbeck Outstanding Coaches Coach Rocco LeDonni Thank you!