Loading...
02/02/2026Monday, February 2, 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 February 2, 2026Council Work Session Work Session Agenda 1. Call to Order 2. Economic Development and Housing Approve the Fifth Amendment to Contract for Sale of City-Owned Vacant Land between the City of Clearwater, Habitat for Humanity of Pinellas County, Inc., and Clearwater Neighborhood Housing Services, Inc. for real property located at 1454 South Martin Luther King Jr. Avenue and authorize the appropriate officials to execute same and such requisite documents necessary to effectuate the sale. 2.1 3. Parks and Recreation Approve a Professional Services Agreement to the Instigo LLC dba Instigo Agency of St. Petersburg FL for sponsorship sales services for the City of Clearwater assets in the amount of $5,000.00 per month retainage fee plus an additional 12 percent of gross sponsorship sales that are negotiated and secured by Instigo for an initial one-year term with four one-year renewal options, pursuant to Request for Proposal (RFP) 54-25 and authorize the appropriate officials to execute same. (consent) 3.1 Authorize an increase and extension to the purchase order with Sentry Event Services of Tampa, FL, for citywide security and event services in the amount of $86,000.00 for Year Four, increasing the annual not-to-exceed amount from $200,000.00 to $286,000.00, and extending the contract for up to 120 calendar days, pursuant to Request for Proposal (RFP) 06-22, and authorize the appropriate officials to execute same. (consent) 3.2 4. Public Utilities Award a construction contract to TLC Diversified, Inc for the Lift Station Point Repairs and Improvements in the annual amount of $5,000,000.00 for an initial term with three, one-year renewal options pursuant to invitation to Bid (ITB) 25-0006-UT; and authorize the appropriate officials to execute same. (consent) 4.1 Approve a work order with McKim and Creed of Clearwater, FL, for design and construction phase services associated with the Coachman Station Disinfection System Update (25-0041-UT) in the not-to-exceed amount of $243,454.00 pursuant to the continuing contract awarded under RFQ 34-23 and authorize the appropriate officials to execute same. (consent) 4.2 Page 2 City of Clearwater Printed on 1/27/2026 February 2, 2026Council Work Session Work Session Agenda Award construction contracts to TLC Diversified of Palmetto, FL, Murphy Pipeline Contractors of Jacksonville, FL and Applied Drilling Engineering of Tampa, FL for the Water, Reclaimed Water and Well Repair and Improvements project in the annual amount of $9,000,000.00 for a one year term with the option for three one-year renewals on a unit price basis pursuant to Invitation to Bid (ITB) 25-0027-UT and authorize the appropriate officials to execute same. (consent) 4.3 Authorize a purchase order to Ferguson Waterworks of Tampa, FL, for the procurement of Neptune water meter original equipment manufacturer (OEM) replacement parts in the one-time purchase amount of $45,679.30 pursuant to Clearwater Code of Ordinances Section 2.563(1)(d), impractical to bid, and authorize the appropriate officials to execute same. (consent) 4.4 5. Public Works Approve the Standard Grant Agreement between the State of Florida Department of Environmental Protection (FDEP) and the City of Clearwater for the design and construction of six stormwater pump stations and associated conveyance upgrades, Phase 1 of the North Beach Stormwater Improvements Project (24-0037-EN), in the amount of $3,000,000, providing State funding with no required match, 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. Solid Waste Approve a purchase order to Routeware, Inc of Austin, TX for solid waste and recycling service verification, including camera systems with back-office system integration in the not to exceed amount of $769,626.65 for a 36-month term pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c), Piggyback, and authorize appropriate officials to execute same. (consent) 6.1 7. City Clerk Appoint Chantala Davis to the North Greenwood Community Redevelopment Area Citizens Advisory Committee, as the Non Profit Representative, for a term expiring February 5, 2028. 7.1 8. City Attorney Page 3 City of Clearwater Printed on 1/27/2026 February 2, 2026Council Work Session Work Session Agenda Appoint Owen Kohler to serve as Interim City Attorney beginning February 10, 2026. 8.1 Amend Council Rule 6 to temporarily restore public comment regarding matters not on the agenda and adopt Resolution 26-02. 8.2 Adopt Ordinance 9866-26 on second reading, annexing certain unaddressed real property 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. 8.3 Adopt Ordinance 9867-26 on second reading, amending the future land use element of the Comprehensive Plan of the city to designate the land use for certain unaddressed real property in Clearwater, Florida 33759, upon annexation into the City of Clearwater, as Residential Medium (RM). 8.4 Adopt Ordinance 9868-26 on second reading, amending the Zoning Atlas of the city by zoning certain unaddressed real property in Clearwater, Florida 33759, upon annexation into the City of Clearwater, as Medium Density Residential (MDR). 8.5 Adopt Ordinance 9869-26 on second reading, annexing certain real property whose post office address is 2265 N. 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. 8.6 Adopt Ordinance 9870-26 on second reading, amending the future land use element of the Comprehensive Plan of the city to designate the land use for certain real property whose post office address is 2265 N. McMullen Booth Road, Clearwater, Florida 33759, upon annexation into the City of Clearwater, as Residential Suburban (RS). 8.7 Adopt Ordinance 9871-26 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 2265 N. McMullen Booth Road, Clearwater, Florida 33759, upon annexation into the City of Clearwater, as Low Density Residential (LDR). 8.8 9. City Manager Verbal Reports 10. City Attorney Verbal Reports 11. Council Discussion Item (requested at a prior meeting or added between meetings via Councilmember request to the City Manager) Adopt resolution opposing the inclusion of new offshore oil and gas leasing off the coast of Florida - Councilmember Allbritton. 11.1 Page 4 City of Clearwater Printed on 1/27/2026 February 2, 2026Council Work Session Work Session Agenda Discuss qualifications for new City Attorney - Councilmember Cotton.11.2 12. 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) 13. Council Comments 14. Closing Comments by Mayor 15. Adjourn 16. Presentation(s) for Council Meeting National 211 Day Proclamation - Micki Thompson (CEO) and Sean Schrader (Board Member) First Contact Organization 16.1 Page 5 City of Clearwater Printed on 1/27/2026 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1324 Agenda Date: 2/2/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Economic Development & Housing Agenda Number: 2.1 SUBJECT/RECOMMENDATION: Approve the Fifth Amendment to Contract for Sale of City-Owned Vacant Land between the City of Clearwater, Habitat for Humanity of Pinellas County, Inc., and Clearwater Neighborhood Housing Services, Inc. for real property located at 1454 South Martin Luther King Jr. Avenue and authorize the appropriate officials to execute same and such requisite documents necessary to effectuate the sale. SUMMARY: The City of Clearwater posted RFP/Q #43-22 as an opportunity for a Developer to acquire and develop city-owned property located at 1454 South Martin Luther King Jr. Avenue for use as affordable and workforce housing (Pinellas County Property I.D. #22-29-15-00000-320-1300). On December 1, 2022, Council authorized staff to negotiate a contract for the sale of real property to Habitat for Humanity of Pinellas County, Inc. and Clearwater Neighborhood Housing Services, Inc., together, as the selected Developer of the real property located at 1454 South Martin Luther King Jr. Avenue. On June 13th, 2023, Council approved a contract for sale of city-owned vacant land. The Developer will be assigning the contract to a single asset entity, Lake Belleview Development LLC. Development Agreement (Executed June 13th, 2023) Per the contract, the development shall be consistent with Developer’s response to City of Clearwater RFP/Q 43-22. The Developer shall construct 24 units of mixed-income, owner-occupied townhomes with 50% of the units reserved for households with total household income up to 80% of the Area Median Income (AMI) as determined by the United States Department of Housing and Urban Development, and the remaining 50% reserved for households with total household income up to 120% of the AMI. The Developer’s response to RFP 43-22 identified a $1,240,170 cash gap in addition to the requested donation of the property, therefore Exhibit B of the contract specifies the City agrees to commit to the donation of the parcel, valued at $525,000 and a contribution of an additional $357,585 for a total direct subsidy of $882,585 (half of the total direct subsidy identified as required in the response). Additional requirements provided by Exhibit B establishes terms and conditions that the Developer must meet prior to and after closing. Per the exhibit, all pre-development activities must be completed prior to closing including, but not limited to, funding commitments, site approval, and building permits. First Amendment (executed August 5th, 2024) Due to unforeseen delays in the development process, the Parties agreed to amend the Contract to extend the closing date to allow Developer more time to complete the pre-development activities indicated in Exhibit "B" of the Contract. This amendment extended the closing date to December 31st, 2024. Second Amendment (executed December 10th, 2024) Due to Hurricanes Helene and Milton, the parties agreed to extend the closing date to allow the Developer more time to work through predevelopment activities. This amendment extended the closing date to April 30th, 2025. Third Amendment (executed April 25th, 2025) Due to further issues with site plan approval and easement acquisition the Developer requested additional time. This amendment extended the closing date to July 31st, 2025. Fourth Amendment (executed July 15th, 2025) In June 2025, the Developer requesting an extension until December 31st, 2025, in order to obtain building permits, complete negotiations for a stormwater easement from a neighboring property and complete the Page 1 City of Clearwater Printed on 1/27/2026 File Number: ID#25-1324 platting application process for Duke Energy. This amendment extended the closing date to December 31st, 2025, with an option to extend an additional 90 days with city staff approval, which was exercised. Proposed Fifth Amendment Following approval of the fourth amendment, the Developer identified a conflict with the contract requirement for the Developer to obtain all building permits prior to closing. Under the City of Clearwater’s development code, a final plat must be recorded before building permits can be issued. However, the recording of the final plat cannot occur until infrastructure and site work are completed. As a result, the Developer is requesting that the City remove the permit contingency and allow the closing to proceed prior to final permit issuance. To protect the City’s interests, contract language has been included that grants the City the right, at its sole discretion, to revert ownership of the property if the project fails to meet contractual timelines. The amendment provides for an extension of the contract closing date to June 30th, 2026, it extends the project completion date to December 31st, 2028, removes the permit contingency and assigns the contract to the single-asset limited liability company formed by the Developer for purposes of holding the property. Staff is requesting Council approval of the Fifth Amendment to the sale agreement. APPROPRIATION CODE AND AMOUNT: Funding is to be provided by State Housing Initiatives Partnership (SHIP) Program and Revenue Recovery Funds provided by the American Rescue Plan Act - Local Fiscal Recovery Funds. No General Fund monies will be appropriated. If needed, staff may utilize Housing Trust Funds or Home Investment Partnership Program funds in place of SHIP funding. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Objective 2.4 - Supports equitable housing programs that promote household stability and reduces the incidence of Homelessness within Clearwater. Page 2 City of Clearwater Printed on 1/27/2026 RFN/Q #43-22 Development of 1456 S Martin Luther King Avenue Table of Contents Tab 1 - Narrative & Vision Statement Tab 2 - Developer Experience and Qualifications Tab 3 - Legal & Financial Feasibility Tab 4 - Development Concept Tab 5 - Proposed Timeline Tab 6 - Other Forms Tab 7 - Attachments Habitat for Humanity of Pinellas and West Pasco Counties (Habitat) and Tampa Bay Neighborhood Home Services (TBNHS), formerly known as Clearwater Neighborhood Housing Services, propose to jointly develop the parcel located at 1454 S Martin Luther King Jr. Avenue into twenty-four (24) townhome units exclusive for homeownership. The development will be named Lake Belleview Townhomes. 50% of the units (12 units) will be reserved for income-qualified homeowners making less than 80% of the area median income, with the other 50% of units (12 units) reserved for income-qualified homeowners for incomes up to 120% of the area median income. This development creates an opportunity for Habitat and TBNHS to collaborate on a shared interest in providing affordable housing options for residents with a mix of income ranges. Lake Belleview Townhomes would provide a choice in housing options for first-time homebuyers who may not be able to afford single-family homes but want to live in a safe, stable community that offers an opportunity for homeownership. The conceptual unit designs within the site plan will be two-story townhomes with a bottom floor garage and a secondary parking pad to minimize on- street parking. Townhomes will consist of 1,800 square feet under roof and 1,460 square feet of conditioned space. Each unit will be three bedrooms with 2 and a half bathrooms, and a laundry/storage room, subject to final design approval. Building elevations will include sufficient architectural elements to create visual interest and break up building massing. Proposed treatments include elements such as covered porches, various façade materials, compatible color variations, decorative columns/trim, and a rear patio. The development will also incorporate Florida- friendly landscaping that requires less irrigation. Lastly, a homeowner’s association will maintain the common exterior areas and ensure the development is well maintained. This development will assist in meeting the Lake Bellevue Neighborhood Revitalization Strategy Area (NRSA) Consolidated Plan 2020/2021 -2024/2025 housing related goals by providing twenty-four affordable, owner-occupied units of housing. The Lake Bellevue NRSA is predominately residential and while most of the residential development is single-family, there are many multifamily structures. Yet, the majority of such units are renter-occupied. A priority need identified within this targeted area is specifically additional affordable housing units, with the private sector's lack of investment as a barrier to growth. This development will address both of those concerns, while achieving the City’s established performance measurements to “construct 15 housing units for rental and support homebuyer activities”. TAB 1 Narrative and Vision Statement The proposed development is consistent with the City’s overarching Comprehensive Plan - Housing Element goal, which calls for a “affordable variety of standard housing units in decent and safe neighborhoods to meet the needs of the current and future residents, regardless of race, nationality, age marital status, handicap or religion.” It also meets various objectives within the Housing Element of the Comprehensive Plan, which include; C.1.1 – Adequate housing, C.1.2- Affordable Housing, C.1.4 – Adequate Sites for Very Low, Low and Moderate Income Households, C.1.9 – The City if Clearwater shall be proactive in incentivizing the construction of affordable housing and C.1.10 - Recognizing that sustainable building techniques contribute to keeping housing units affordable over the long term by reducing energy consumption, lowering utility bills and decreasing maintenance costs, the City of Clearwater will promote the use of green housing construction and renovation and rehabilitation techniques. In summary, the proposed development creates a shared interest partnership with Habitat and TBNHS, aligning both organization's strengths to meet all objectives of the RFP and best serve the community. Additionally, the proposal is responsive to the unmet needs of the Lake Bellevue NRSA, aligns with the Consolidated Plan goals, is consistent with local zoning and land use and meets the goals and objectives of the Housing Element of the City’s Comprehensive plan. TAB 1 Narrative and Vision Statement 1. Developer information Habitat for Humanity of Pinellas County Inc D/B/A: Habitat for Humanity of Pinellas & West Pasco Counties 13355 49th Street North, Suite B Clearwater, FL 33762 727-536-4755 Msutton@habitatpwp.org Mike Sutton – President & CEO Clearwater Neighborhood Housing Services, Inc. D/B/A: Tampa Bay Neighborhood Housing Services 608 N Garden Avenue Clearwater, FL 33755 727-442-4155 fcornier@tbnhs.org Frank Cornier, President & CEO 2. Project team Role Organization / Company Name President & CEO Habitat for Humanity of Pinellas & West Pasco Counties Mike Sutton President & CEO Tampa Bay Neighborhood Housing Services Frank Cornier Civil Engineer (Principal) High Point Engineering Braulio Grajales Architect (Principal) Keener Architecture John Keener Legal Counsel Tampa Bay Neighborhood Housing Services - Corporate Attorney Anthony P. Granese General Contractor Gulf Contracting Anthony Rembert TAB 2 Developer Experienceand Qualifications 3. Experience/Qualifications a. List of prior development experience including a short summary of relevant project(s), to include a listing of total projects/units developed within the last five (5) years TBNHS Over the past four decades, Tampa Bay Neighborhood Housing Services has administered income- restricted programs and services to the Clearwater and Pinellas County communities. TBNHS directly manages various housing programs funded by the City of Clearwater, Pinellas County and other local municipalities. Programs include; processing applications for down-payment assistance, owner-occupied rehabilitation programs, new construction for sale to low-to-moderate income homebuyers, and acquisition/rehab/resale to low-to-moderate income homebuyers. All of the programs mentioned above and services require beneficiaries to be income qualified, thus, TBNHS’ staff is trained and experienced in administering all of these programs as well as monitoring compliance with income qualifications. TBNHS has substantial experience developing over 250 new in-fill single-family homes as well as rehabilitating over 900 single-family homes, specifically within the City of Clearwater and Pinellas County. As for multifamily developments, TBNHS CEO Frank Cornier’s experience in multifamily development includes significant managerial roles in the construction and management of such developments and are listed below. List of multifamily projects within the past 5 years: • Preserve at Sabal Park – New construction of 144 family units in Seffner, FL • Sabal Place – New construction of 112 family units for formerly homeless in Seffner, FL • Cypress Village – New construction of 95 disabled and family units in Fort Myers, FL • Sandpiper Place – New construction of 92 family units in Bradenton, FL • Swan Lake Village - New construction of 84 disabled and family units in Lakeland, FL • Blue Sky Landing – Predevelopment and permitting management of new construction of 92 family units in Fort Pierce, FL • Fairlawn Village – Predevelopment management of new construction of 116 family and permanent supportive units in Orlando, FL • Jacaranda Place - Predevelopment management of new construction of 88 disabled and family units in Port Charlotte, FL All the projects above met the National Green Building Standards (NGBS) Silver, Bronze or Gold level. Additionally, solar panels were used on one project. TAB 2 Developer Experienceand Qualifications 1756 Dr. Martin Luther King Ave -Largo: 54 townhome units currently in the development review process 2100 18th Ave South – St. Petersburg: 44 townhome units in predevelopment 1801 18th Ave South – St. Petersburg: 12 townhome units in predevelopment Tellor Estates – Pinellas Park : 51-unit single-family home subdivision (completed) Habitat Habitat has vast experience in developing, constructing, and selling fee-simple affordable housing over our 37-year history in the community, having just completed our 760th home. Our current development team has contributed to most of our growth and success over the last several years. Our CEO Mike Sutton has led our organization to this immense growth in serving more families, building over 400 homes since taking over the helm. He leads our development team with more than 100 years of experience within the construction, development and financial services sectors. This last fiscal year, Habitat completed 67 single-family fee-simple homes sold to qualified low to moderate-income buyers. This fiscal year we are on track to complete 80 homes and have a 3-year strategic plan to complete a total of 210 homes. Nationally, we rank as the 2nd largest Habitat affiliate by new home construction and locally, according to the Tampa Bay Business Journal, we are the 14th largest homebuilder in the Tampa Bay region. List of multifamily projects within the past 5 years: b. Demonstrated experience with implementing sustainable building design standards, including sustainably sourced materials, energy efficiency measures, and/or renewable energy systems Habitat is proud to report we earned a 2022 ENERGY STAR® Market Leader Award from the U.S. Environmental Protection Agency (EPA) in recognition of our contribution to building energy-efficient new homes that have earned ENERGY STAR certification. Energy Star-certified homes are at least 10% more energy efficient than those built to code and achieve a 20% improvement on average while providing homeowners with better quality, performance, and comfort. The Market Leader Award recognizes partners participating in EPA’s ENERGY STAR Residential New Construction program who have significantly impacted energy-efficient construction and environmental protection. Every unit constructed will be EnergyStar certified. This includes; insulated fiberglass exterior doors, Low-E double panel windows throughout, HVAC system with programmable thermostat and fresh air intake damper, Mastic sealed ductwork, R-30 fiberglass insulation over living spaces, R-11 frame wall insulation, R-4.1 insulation on concrete exterior walls, and Microwave vented to the outside. Homes also come equipped with hurricane impact resistant windows and hurricane-rated garage doors as well as roof trusses hurricane strapped. All homes finished floor elevations are built above the local based flood elevation to mitigated flood issues, Lastly, finishes include; hardwood cabinets, carpet/tile/vinyl flooring, whirlpool appliances and be rewiring for both cable and phone. TAB 2 Developer Experienceand Qualifications c. Demonstrated experience with income qualification, monitoring, assistance and other activities associated with adhering to regulations of affordable housing Our organizations have over eighty (80) years of combined experience in monitoring compliance, determining income qualification and other activities associated with adhering to affordable housing regulations. In addition, both organizations utilize a multitude of local, state and federal funding that mandate monitoring compliance and set forth various regulatory measures that must be adhered to. Collectively, both organizations have vast experience with Community Development Block Grant (CDBG), HOME Investment Partnership Program, Self-Help Homeownership Opportunity Program (SHOP), Neighborhood Stabilization Program (NSP), State Housing Initiatives Partnership Program (SHIP) and local Tax Increment Financing (TIF) funding sources. The above- referenced sources of funding have income qualification requirements and often ongoing compliance. These sources fund programs such as: down-payment assistance, owner-occupied rehabilitation programs, new construction for sale to low-to-moderate income homebuyers, construction financing loans and property acquisition/rehab/resale to low-to-moderate income homebuyers, all of which our organizations collectively utilize to serve the community. Habitat is subject to an annual financial audit for major federal programs and major state financial assistance projects and has never been found in noncompliance by independent third party auditors. TBNHS is also subject to annual financial audits with its most recent audit completed in August and no findings reported. TAB 2 Developer Experienceand Qualifications 1. Financial institution reference contact(s)’ names and contact information. Co-developers will provide upon successful negotiation of financial term sheet 2. Preliminary financial plan to include: a. Construction budget detailing total project cost and proposed source(s) of funding Per the attached proforma, we seek a land grant with a total development cost of $9,040,170 or $376,673.72 a unit and an average blended sales price of $325,000 a unit. Given these unit economics, there is a $1,240,170 total development funding gap, which equals to $51,674.73 per unit, thus, this project necessitates subsidies to make the development financially feasible. Habitat believes we bring a competitive advantage within the marketplace with our ability to sell homes with 0% interest mortgages. Eliminating the interest component of the mortgage means homeowners can increase their purchasing power affording a higher purchase price while still remaining in their monthly payment affordability. In comparison, TBNHS has deep roots within the City of Clearwater and is an expert at leveraging down payment assistance programs to help individuals achieve homeownership. As co-developers, we would seek to work with the City of Clearwater to braid various funding sources available within the City, as well as utilize Penny for Pinellas (Penny IV) funding to eliminate this funding gap and ensure the project's financial feasibility. We are confident if selected by the City to develop this parcel, we will put forth a competitive application to Pinellas County for funding consideration. The Board of County Commissioners adopted resolution 19-6 in February of 2019 that provides preference to developments in which units will benefit households making 80% of the AMI or less. Additionally, this development meets several top-tier Penny for Pinellas scoring criteria, including; per unit subsidy, local government assistance (local contribution and regulatory relief), county funds to affordable units ratio, development location (in the NRSA), and low-income homeownership. To date, we are unaware of an affordable homeownership development funded by Penny IV, which again would put this project in a unique competitive landscape for funding. That being said, if Penny IV funding cannot be secured, we will need to seek additional subsidy from the City and/or other funding sources. However, we believe a $51,000 per unit subsidy to serve the below 80% AMI and workforce population through homeownership is extremely reasonable given the current market conditions and may be suitable for the City to fully fund to serve as a catalytic development for the community. TAB 3 Legal & Financial Feasibility: Developer and Project TAB 3 Legal & Financial Feasibility: Developer and Project b. Demonstration of developer’s financial capacity to develop the Site As for development financing, Habitat and TBNHS management teams have proven business and affordable housing development experience. Both organizations maintain relationships with local construction financing lenders and do not anticipate any issues with underwriting should the proposal move forward. As an organization, Habitat has working capital to help support the project underwriting finance requirements and a strong balance sheet to attract favorable terms. Before seeking traditional construction financing, we would seek to reduce financing costs by leveraging the various forms of public multifamily low-interest construction financing available for affordable housing developments within the community. If selected to develop this parcel, the co-developers will begin working immediately to secure favorable financing term sheets and would support conditioning such financing within the development terms sheet negotiated with the City. c. Projected sale price of units and anticipated sale schedule Both our organizations have provided affordable homeownership opportunities in the community for decades. There is significant awareness of our services within the public through extensive community involvement. Historically, both organizations have successfully recruited homebuyers from the local areas we built in. This is typically accomplished through a coordinated marketing and outreach effort within the focus community. While unique to each community, marketing efforts may include ad placements in hyper-local publications, location-targeted social media advertising, direct mail campaigns, and unearned media attention highlighting new initiatives. In synchronization, our community outreach efforts may include recruitment events at local community centers, engaging local businesses who serve the area or employ residents, word-of-mouth referrals, door knocking, attending community events, and leveraging stakeholders to spread the messaging. Although not a requirement, our preference, as stated above, is to recruit local homeowners from the areas we serve. We intend to partner with community partners, such as first-time homebuyers’ programs, local community led organizations and potentially the City to hold homeownership information events for residents. Specifically, Habitat’s program also operates differently than the traditional developers who spec build homes. Habitat actively recruits homeowners throughout the year and maintains a pipeline of 100+ qualified candidates at any given time. These qualified homeowners are then matched to vacant properties based on location and need, with the homes being built to family size. Given this model, we would expect the lots provided to be matched with a qualified candidate before a building permit is pulled. As stated above the anticipated average blended sales price for the development is $325,000 a unit. Per the project schedule (see project schedule) program/sales marketing will begin within a month of successful property acquisition. The sales and marketing period will last approximately twenty-six (26) months. We do not anticipate any issues with demand as the local region's lack of affordable and workforce housing options is extremely restricted. TAB 3 Legal & Financial Feasibility: Developer and Project 3. A description or table of the various residential units, including size, number of bedrooms/bathrooms, and any proposed amenities The conceptual unit designs within the site plan will be two-story townhomes with a bottom floor garage and a secondary parking pad to minimize on-street parking. Townhomes will consist of 1,800 square feet under roof and 1,460 square feet of conditioned space. Each unit will be three bedrooms with 2 and a half bathrooms, and a laundry/storage room, subject to final design approval. Building elevations will include sufficient architectural elements to create visual interest and break up building massing. Proposed treatments include elements such as covered porches, various façade materials, compatible color variations, decorative columns/trim, and a rear patio. The development will also incorporate Florida-friendly landscaping that requires less irrigation. Lastly, a homeowner’s association will maintain the common exterior areas and ensure the development is well maintained. Floor plans and front elevations are attached. TAB 3 Legal & Financial Feasibility: Developer and Project BEDROOM 11'-1"x14'-1012" BEDROOM 9'-234"x9'-812" BEDROOM 9'-234"x9'-812" CLOSET 7'-412"x5'-312" BATH 8'-512"x5'-4" BATH 8'-512"x5'-4"DN CLO. 5'-4"x2'-0" CLO. 5'-4"x2'-0" W D BEDROOM 11'-1"x14'-1012" BEDROOM 9'-234"x9'-812" BEDROOM 9'-234"x9'-812" CLOSET 7'-412"x5'-312" BATH 8'-512"x5'-4" BATH 8'-512"x5'-4"DN CLO. 5'-4"x2'-0" CLO. 5'-4"x2'-0" W D BEDROOM 11'-1"x14'-1012" BEDROOM 9'-234"x9'-812" BEDROOM 9'-234"x9'-812" CLOSET 7'-412"x5'-312" BATH 8'-512"x5'-4" BATH 8'-512"x5'-4"DN CLO. 5'-4"x2'-0" CLO. 5'-4"x2'-0" W D BEDROOM 11'-1"x14'-1012" BEDROOM 9'-234"x9'-812" BEDROOM 9'-234"x9'-812" CLOSET 7'-412"x5'-312" BATH 8'-512"x5'-4" BATH 8'-512"x5'-4"DN CLO. 5'-4"x2'-0" CLO. 5'-4"x2'-0" W D BEDROOM 11'-1"x14'-1012" BEDROOM 9'-234"x9'-812" BEDROOM 9'-234"x9'-812" CLOSET 7'-412"x5'-312" BATH 8'-512"x5'-4" BATH 8'-512"x5'-4"DN CLO. 5'-4"x2'-0" CLO. 5'-4"x2'-0" W D BEDROOM 11'-1"x14'-1012" BEDROOM 9'-234"x9'-812" BEDROOM 9'-234"x9'-812" CLOSET 7'-412"x5'-312" BATH 8'-512"x5'-4" BATH 8'-512"x5'-4"DN CLO. 5'-4"x2'-0" CLO. 5'-4"x2'-0" W D GARAGE 11'-4"x19'-4" KITCHEN 8'-912"x12'-0" LIVING 11'-6"x18'-11" UP PDR. 3'-412"x7'-11" A/C GARAGE 11'-4"x19'-4" KITCHEN 8'-912"x12'-0" LIVING 11'-6"x18'-11" UP PDR. 3'-412"x7'-11" GARAGE 11'-4"x19'-4" KITCHEN 8'-912"x12'-0" LIVING 11'-6"x18'-11" UP PDR. 3'-412"x7'-11" GARAGE 11'-4"x19'-4" KITCHEN 8'-912"x12'-0" LIVING 11'-6"x18'-11" UP PDR. 3'-412"x7'-11" GARAGE 11'-4"x19'-4" KITCHEN 8'-912"x12'-0" LIVING 11'-6"x18'-11" UP PDR. 3'-412"x7'-11" GARAGE 11'-4"x19'-4" KITCHEN 8'-912"x12'-0" LIVING 11'-6"x18'-11" UP PDR. 3'-412"x7'-11" PATIO 9'-0"x6'-0" PATIO 9'-0"x6'-0" PATIO 9'-0"x6'-0" PATIO 9'-0"x6'-0" PATIO 9'-0"x6'-0" PATIO 9'-0"x6'-0" A/C A/C A/C A/C A/C GARAGE 11'-4"x19'-4" KITCHEN 8'-912"x12'-0" LIVING 11'-6"x18'-11" UP PDR. 3'-41 2"x7'-11" PATIO 9'-0"x6'-0"A/C BEDROOM 11'-1"x14'-1012" BEDROOM 9'-234"x9'-812" BEDROOM 9'-234"x9'-812" CLOSET 7'-412"x5'-312" BATH 8'-512"x5'-4" BATH 8'-512"x5'-4"DN CLO. 5'-4"x2'-0" CLO. 5'-4"x2'-0" W D A-101 SHEET TITLE THIS DRAWING AND ALL GRAPHIC AND WRITTEN MATERIAL CONTAINED HEREIN CONSTITUTES ORIGINAL AND UNPUBLISHED WORK AND IS NOT TO BE COPIED, DISTRIBUTED, OR USED IN WHOLE OR IN PART, WITHOUT EXPRESSED, WRITTEN PERMISSION OF KEENER ARCHITECTURE. THIS DRAWING IS PROTECTED UNDER THE "ARCHITECTURAL WORKS COPYRIGHT PROTECTION ACT OF 1990." PROJECT NO DATE ISSUED SEPTEMBER 12, 2022 22-018LAKE BELLEVIEW TOWNHOMES1454 S. DR. MARTIN LUTHER KING JUNIOR AVE.CLEARWATER, FL 33756SCHEMATIC DESIGN KEENER ARCHITECTURE, PLC 600 SOUTH MAGNOLIA AVENUE SUITE 275 TAMPA, FLORIDA 33606 (813) 495-1400 WWW.KEENERARCHITECTURE.COM AR93258 16'8'0'4' 2 2ND FLOOR PLAN 16'8'0'4' 1 1ST FLOOR PLAN 16'8'0'4' A PROPOSED EXTERIOR ELEVATION 16'8'0'4' B 1ST FLOOR- SIX UNIT BUILDING PLAN 16'8'0'4' C 2ND FLOOR- SIX UNIT BUILDING PLAN Present in both narrative and visual form the extent of the development proposal for the Site. Drawings may be “conceptual” in format but should be detailed enough to reflect the scope of the proposed development. Narrative elements to be addressed include: a. Height b. Scale c. Density and Intensity d. Proposed architectural style and material types e. Site and building orientation f. Access points and curb cuts g. Proposed parking h. Highlight of creative and innovative design solutions i. Income mix of units (a minimum of 50% of total units must be reserved for households with total household income not exceeding 80% AMI) The conceptual site plan design (subject to development plan review and approval) consists of a total of twenty-four (24), two-story townhome units. The development will be in harmony, consistent with the scale, bulk, coverage, and character of adjacent properties, and permissible within the current zoning. The site is zoned Medium Density Residential (MDR) with a Future Land Use designation of Residential Medium which allows residential density up to fifteen (15) dwelling units per acre, however the Community Development Code provides for an affordable housing density increase of 20% bringing the total allowable density of the site to twenty-four (24) units. Buildings are 30ft (two story) in height and consist of five separate buildings, which are comprised of two (2) six (6) unit buildings, two (2) five (5) unit buildings and one (1) two (2) unit building. Building footprints range from 4,800 sqft (6 units design) to 1600 sqft (2 unit design) with setbacks meeting the minimum code requirements of 25ft front and 10ft side/rear requirements. The site plan design reflects the character of the surrounding residential neighborhood in density and site intensity, while maintaining a walkable, residential environment. The proximity of buildings has been taken into account when planning their layout in order to maximize greenspace and enhance privacy. The site plan utilizes South Martin Luther King, Jr. Avenue, as the primary entrance with curb cuts and signage identifying the development, while paying careful attention to the relationship between the building(s) and the street. Each unit will have a front-loaded one (1) car garage and an adjoining parking pad, equaling two (2) parking space per unit and forty-eight (48) total parking spaces for the development. Building elevations will include sufficient architectural elements to create visual interest and break up building massing. Each building will have decorative columns and metal roof awnings to create a visually appealing architectural design and add dimension to the front elevation. The outside façade will incorporate contemporary design elements with modern and traditional accents. The current proposed exterior elevations incorporate diverse cladding elements, which includes brick veneer and a stucco finish. Diverse color palates for buildings will be included to avoid creating a monochrome and bland façade. All elevation designs will adhere to local zoning requirements. Each building will be landscaped with Florida-friendly landscaping incorporated throughout the development. Ultimately, building materials will be selected based on their durability, maintenance required and value engineering to mitigate costs. TAB 4 Development Concept: Ability to Meet Redevelopment Objectives To satisfy the requirements of the Request for Proposal and to meet the City’s goal of developing a mixed-income housing development, 12 units (50%) will be reserved for income-qualified homeowners making less than 80% of area median income, and 12 units (50%) will be reserved for income-qualified homeowners making up to 120% of area median income. To accomplish this mixed income development Habitat and TBNHS would partner to co-develop the parcel, leveraging both organizations abilities to serve the diverse income range required. Conceptual Site Plan Attached TAB 4 Development Concept: Ability to Meet Redevelopment Objectives O O O OOOOOLPLPLPPROPOSED 6' BLACKALUMINUM PICKET FENCEPROPOSEDLIFT STATION413333O O O O OOOOOOOOO OOOOOOOOOOOOOOOOOOOOO44LPLP[][][][][][][][][][][][][][][][][][][][][][][][][][][][][][]682555572-STORY TOWNHOUSESFOOTPRINT AREA = 4,800 SF2-STORY TOWNHOUSESFOOTPRINT AREA = 4,800 SF2-STORY TOWNHOUSESFOOTPRINT AREA = 4,000 SF 2-STORY TOWNHOUSESFOOTPRINT AREA = 4,000 SF 2-STORY TOWNHOUSESFOOTPRINT AREA = 1,600 SF3PROPOSED COVEREDPEDESTAL MAILBOXES999999999999999999999999PROPOSEDMONUMENT SIGNSHEET:PROJECT: CONTENT: CLEARWATER, FLORIDA 33756 1454 S. DR. MARTIN LUTHER KING JR. AVENUE CONCEPTUAL SITE LAYOUT LAKE BELLEVIEW TOWNHOMES LAND PLANNING - CIVIL ENGINEERING - GEOTECHNICAL ENGINEERING 5300 W. Cypress Street, Suite 282Tampa, Florida 33607 Tel. (813) 644-8333Fax (813) 644-7000 Certificate of Authorization No. 30275C-2NOTESTHE LAYOUT AND PARKING PLAN SHOWN HEREON IS CONCEPTUAL.THE PROPERTY BOUNDARIES AND DESIGN INFORMATION USED WASPROVIDED BY THE OWNER AND/OR WAS OBTAINED FROM PUBLICLYAVAILABLE DOCUMENTS.THE INTENT OF THIS CONCEPTUAL LAYOUT AND PARKING PLAN IS FORPROJECT FEASIBILITY AND SHALL NOT BE USED FOR LOCAL AGENCYREVIEW.ALL DESIGN INFORMATION IS SUBJECT TO REVIEW AND APPROVAL BYLOCAL GOVERNMENT AGIENCIES HAVING JURISDICTION OVER THEPROJECT SITETHE CONCEPTUAL LAYOUT AND PARKING PLAN SHOWN HEREON MAYNOT REPRESENT THE FINAL SITE LAYOUT AND PARKING PLAN AND CANVARY DUE TO SITE TOPOGRAPHY, LAND USE RESTRICTIONS, ACTUALSOIL AND GROUNDWATER CONDITIONS, ENVIRONMENTAL CONDITIONS,PROPERTY ENCUMBRANCES, ETC.SNEWGRAPHIC SCALE 1"=50'PROJECT No: BGAPPROVED BY: ISSUE DATE: RT BG RT DESIGNED BY: CHECKED BY: DRAWN BY: 09-01-22 REVISIONS DESCRIPTIONDATEBYNo.50025CONCEPTSITE DATA1. PARCEL NUMBER : 22-29-15-00000-320-13002. SECTION / TOWNSHIP / RANGE: 22 / 29 S / 15 E3. SITE ADDRESS: 1454 S. MARTIN LUTHER KING JR. AVENUECLEARWATER, FLORIDA 337564. PROPERTY AREA: 58,500 SF (1.343 AC)5. EXISTING ZONING: MEDIUM DENSITY RESIDENTIAL "MDR"6. FUTURE LAND USE: RESIDENTIAL MEDIUM "RM"7. BUILDING SETBACKS:MIN. CODE REQ.FRONT (EAST)= 25.0 FT25.0 FTSIDE (NORTH)= 10.0 FT5.0 FTSIDE (SOUTH)= 10.0 FT5.0 FTREAR (WEST)= 10.0 FT10.0 FT8. BUILDING HEIGHT: 30.00 FT (2 STORIES)9. SITE AREAS:VEHICULAR USE AREA:15,225 SF(26.0%)BUILDING AREA:19,200 SF(32.8%)SIDEWALK, CURB, DUMPSTER:6,230 SF(10.7%)TOTAL IMPERVIOUS AREA:40,655 SF(69.5%)TOTAL PERVIOUS AREA:17,845 SF(30.5%)POND AREA:2,470 SF(4.2%)INTERIOR LANDSCAPE AREA:3,700 SF(24.3% OF VUA)TOTAL AREA:58,500 SF(100%)10. DENSITY:NUMBER OF DWELLING UNITS = 24SITE ACREAGE FOR DENSITY = 1.343 ACRESMAXIMUM DENSITY = 15 UNITS / ACRE PLUS 20% DENSITY BONUSFOR AFFORDABLE HOUSING = 18 UNITS PER ACREPROPOSED DENSITY = 24 UNITS / 1.343 ACRES = 17.87 UNITS PER ACRE(24 UNITS - 3 BEDROOM & 2-1/2 BATHROOM)11. OWNER: CITY OF CLEARWATER CASH & INVESTMENTS MANAGER P.O. BOX 4748 CLEARWATER, FLORIDA 3375812. STORMWATER MANAGEMENT: W.Q.T. & ATTENUATION13. FLOOD ZONE INFORMATION: ZONE "X" FEMA MAP 12103C0108J(EFFECTIVE DATE - 8/24/2021)14. SOLID WASTE MANAGEMENT: CURBSIDE COLLECTIONREFUSE CART LOCATED INSIDE THE GARAGE15. TOTAL PARKING PROVIDED: 48 SPACESREGULAR = 24 SPACES IN GARAGE, 24 SPACES IN DRIVEWAY16. TOTAL PARKING REQUIRED: 36 SPACES24 UNITS X 1.5 SPACES PER UNIT = 36(PARKING REDUCTION - 1.5 SPACES FOR AFFORDABLE HOUSING)TAG LEGENDDESCRIPTIONITEM124SPEED BUMPS "HEAVY DUTY RUBBER, SAFETYSTRIPED WITH RECESSED BOLTING"PROPOSED COVERED PEDESTAL MAILBOXESPROPOSED MONUMENT SIGN35678PROPOSED LIFT STATIONPROPOSED TRAFFIC SIGNPROPOSED LIGHT POLE & FIXTUREPROPOSED DETENSION PONDPROPOSED 6' BLACK ALUMINUM PICKET FENCE9PROPOSED 6' X 9' PATIO TAB 5 Proposed Timeline for Construction Project TimelineTask NameStart DateEnd DateMonthsProposal Award SEPT 22DEC 224Property Acquisition CompletedJAN 23`MAR 233Survey/Geotech/Enviormental JAN 23MAR 233Funding AwardsFEB 23AUG 237Sit e Pl an & Development Entitl ements FEB 23SEP 238Site WorkSEP 23DEC 234Program MarketingAPR 23MAY 2526Infrastructure ImprovementsOCT 23MAR 246Phase I Construction (12-Units)MAR 24FEB 2512Phase II Construction (12-Units)MAR 25FEB 2612Home Cl osi ngsSEP 24FEB 2618Project CompletedMAR 26MAR 261SOND2022Project Start Date : 12/20/202220232024JFMAMJJASOND20252026JFMAMJJASONDJFMAMJJASONDJFM TAB 6 Other Forms EXCEPTIONS / ADDITIONAL MATERIAL/ ADDENDA Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Exceptions (mark one): **Special Note -Any material exceptions taken to the City's Terms and Conditions may render a Proposal non-responsive. _X __ No exceptions ___ Exceptions taken (describe--attach additional pages if needed) Additional Materials submitted (mark one): X No additional materials have been included with this proposal ___ Additional Materials attached (describe-attach additional pages if needed) Acknowledgement of addenda issued for this solicitation: Prior to submitting a response to this solicitation, it is the vendor's responsibility to confirm if any addenda have been issued. Addenda Number #1 (8/18/2022) Development of 1454 S MLK Jr, Ave 24 Date: RFP/Q #43-22 Habitat for Humanity of Pinellas & West Pasco Counties VENDOR INFORMATION Company Legal/Corporate Name: Habitat for Humanity of Pinellas Inc Doing Business As (if different than above): Habitat for Humanity of Pinellas and West Pasco Counties Address: 13355 49th Street North Suite B City: Clearwater Phone: 727-536-4755 E-Mail Address: msutton@habitatpwp.org DUNS# 151901972 Remit to Address (if different than above): State: __ F_L _____ _ Zip: 33762 Fax: ______________ _ Website: www.habitatpwp.org Order from Address (if different from above): Address: ____________ _ Address: _____________ _ City: ______ State: __ Zip: __ _ Contact for Questions about this proposal: Name: Mike Sutton Phone: 727-536-4755 Day-to-Day Project Contact (if awarded): Name: Sean King Phone: 727-536-4755 Certified Small Business City: _______ State: __ Zip: __ _ Fax: ______________ _ E-Mail Address: msutton@habitatpwp.org Fax: ______________ _ E-Mail Address: sking@habitatpwp.org Certifying Agency: ____________________________ _ __ Certified Minority, Woman or Disadvantaged Business Enterprise Certifying Agency: ____________________________ _ Provide supporting documentation for your certification, if applicable. Development of 1454 S MLK Jr, Ave 25 RFP/Q #43-22 VENDOR CERTIFICATION OF PROPOSAL By signing and submitting this Proposal, the Vendor certifies that: a)It is under no legal prohibition to contract with the City of Clearwater.b)It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, aswell as its attachments, and any referenced documents.c)It has no known, undisclosed conflicts of interest.d)The prices offered were independently developed without consultation or collusion with any of the otherrespondents or potential respondents or any other anti-competitive practices.e) No offer of gifts, payments or other consideration were made to any City employee, officer, elected official,or consultant who has or may have had a role in the procurement process for the services and or goods/materials covered by this contract. f)It understands the City of Clearwater may copy all parts of this response, including without limitation anydocuments and/or materials copyrighted by the respondent, for internal use in evaluating respondent's offer,or in response to a public records request under Florida's public records law (F.S. 119) or other applicablelaw, subpoena, or other judicial process.g)Respondent hereby warrants to the City that the respondent and each of its subcontractors("Subcontractors") will comply with, and are contractually obligated to comply with, all Federal Immigrationlaws and regulations that relate to their employees.h)Respondent certifies that they are not in violation of section 60) of the Federal Export Administration Act andnot debarred by any Federal or public agency.i)It will provide the materials or services specified in compliance with all Federal, State, and Local Statutesand Rules if awarded by the City.j)It is current in all obligations due to the City.k)It will accept such terms and conditions in a resulting contract if awarded by the City.I)The signatory is an officer or duly authorized agent of the respondent with full power and authority to submitbinding offers for the goods or services as specified herein. ACCEPTED AND AGREED TO: Printed Name: Mike Sutton---------------- Title: ___;_P...;..re.;..s;;_id"'"e'-n-'t-'&_C+-. _E--"O�-----------t:;/i 1'/z-az.Z-Date : J , Development of 1454 S MLK Jr, Ave 26 RFP/Q #43-22 SCRUTINIZED COMPANIES FORMS SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM IF YOUR BID/PROPOSAL JS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSJVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirementsof section 287 .135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging inbusiness operations in Cuba and Syria; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in thissolicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the ScrutinizedCompanies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba andSyria; and 3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commercein any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, realproperty, military equipment, or any other apparatus of business or commerce; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate,or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any ofits principals are placed on the Scrutinized Companies with A�tiv�Jl.-6o ist, the Scrutinized Companieswith Activities in the Iran Petroleum Sector List, or engaged i �� atigps:.ih Cuba and Syria. STATE oF ------'-h...;...:lo'-'-r_!J___,a,__ __ COUNTY OF ___.7J,_.,..._t,=e�//oJ=----- , My Commission Expires: .Mor<.6 / )( Jlt.lJ.,NOTARY SEAL ABOVE Development of 1454 S MLK Jr, Ave Mike Sutton Printed NamePresident & CEO Title Habitat for Humanity of Pinellas Inc Name of Entity/Corporation 27 RFP/Q #43-22 SCRUTINIZED COMPANIES FORMS SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NON RESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1.The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirementsof section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies that BoycottIsrael List, or engaged in a boycott of Israel; and 2.The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate inthis solicitation and is not listed on the Scrutinized Companies that Boycott Israel List, or engaged in aboycott of Israel; and 3."Boycott Israel" or "boycott of Israel" means refusing to deal, terminating business activities, or takingother actions to limit commercial relations with Israel, or persons or entities doing business in Israel orin Israeli-controlled territories, in a discriminatory manner. A statement by a company that it isparticipating in a boycott of Israel, or that it has initiated a boycott in response to a request for aboycott of Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may beconsidered as evidence that a company is participating in a boycott of Israel; and 4.If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary,affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5)calendar days after any of its principals are placed on the Scrutinized Com anies that Boycott IsraelList, or engaged in a boycott of Israel. STATE OF f&r-,�161 COUNTY OF ____.7_,',.J_"5" ___ _ Mike Sutton Printed Name President & CEO Title Habitat for Humanity of Pinellas IncName of Entity/Corporation The foregoing instrurppn! was ackn:�efore me ci}J.eans of g' physicaLpresence or □onlinenotarization on, this� day of �f , 2 , by JtJidM.el �utb>" ,(pf.me! p� whose.osig_n,atyre ia being notarized) as the . '(LO (title) oftbt,i,..._ � �-,J'( ,:it �..,,J/,c .&, c (name of corporat1on/ent1ty), p�onal]y kDA'«O ___ , orproduced ___________ (type of id]f_ti�catio� a; identification, and w�/did not takeanoath. lffl)l, � ,..-��v •Ii."--•. _ CESAR FIGUEREDO _N_ oJ13 .=;._��-=-->,p"""u-bl-ic,_r-rr-__ -_ ,../-,.----------ff��°\ Notary Public• State of Florida � E...1 WU'CO .. \\,W./i Commission# HH 239361 _p...,._...,t.,,c..::..;d"'--N---"'-.P.-t-=-=-=--:�=------------'{1,0F,.._f!-·' My Comm. Expires Mar 13, 2026 rm e ame · Bonded through National Notary Aun. My Commission Expires: ...Lf,_ar_�_.....o..;;f 3�r-:Jd¼,-"""-........_ NOTARY SEAL ABOVE ' Development of 1454 S MLK Jr, Ave 28 RFP/Q #43-22 E-VERIFY ELIGIBILITY FORM VERIFICATION OF EMPLOYMENT ELIGIBILITY FORM PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1.The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095.2.The Contractor and its Subcontractors are registered with and using the E-Verify system to verify thework authorization status of newly hired employees.3.The Contractor will not enter into a contract with any Subcontractor unless each party to the contractregisters with and uses the E-Verify system.4.The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does notemploy, contract with, or subcontract with unauthorized alien.5.The Contractor must maintain a copy of such affidavit.6.The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractorsknowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). 7.If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not beawarded a public contract for at least 1 year after the date on which this Contract was terminated. 8.The Contractor is liable for any additional cost incurred by the Ci f the termination of this Contract. Development of 1454 S MLK Jr, Ave Printed Name President & CEO Title Habitat for Humanity of Pinellas Inc Name of Entity/Corporation 29 RFP/Q #43-22 TAB 7 Attachments September 15, 2022 Re: RFP/Q #44-23 Letter of support Dear Review Committee, On behalf of the Clearwater Urban Leadership Coalition, please accept this letter of support to Tampa Bay Neighborhood Housing Services in their Request for Proposal and Quantification submission to develop 1454 S. Martin Luther King Jr. Avenue. In order to ensure that our businesses have the workers they need, we need to address the issue of housing affordability. This means we need a diverse array of options that meet the needs of a variety of income levels. This is why we support the joint development proposal from Tampa Bay Neighborhood Housing Services in partnership with Habitat for Humanity of Pinellas & Pasco Counties to develop twenty-four townhomes for affordable and workforce housing. This proposal will provide homes for individuals and families seeking an affordable place to live within our city and we believe that it is an excellent use of public property. We are particularly excited about the impact this project will have on the community; it will provide stable housing, promote economic development, and increase access to healthy, sustainable communities. The approval of this project will help the city open a new chapter in the ever-evolving story of affordable and workforce housing. Let s get this built. Sincerely, Clearwater Urban Leadership Coalition Gloria Campbell Executive Director Seeking to put God's love into action, Habitat for Humanity brings people together to build homes, communities, and hope. Admin HQ 14010 Roosevelt Blvd, Suite 704 Clearwater, FL 33762 Clearwater ReStore & Truist Homeowner Education Center 13355 49th Street North, Suite B Clearwater, FL 33762 New Port Richey ReStore 6431 US Highway 19, New Port Richey, FL 34652 St Pete ReSource Center 1350 22nd Street South St. Petersburg, FL 33712 habitatpwp.org | (727) 536-4755 Address 608 N. Garden Avenue Clearwater, FL 33755 tbnhs.org | 727-442-4155 our missions To Improve the quality of life in the neighborhoods which it serves by promoting revitalization through Home Ownership, Rehabilitation, Economic Development and Education contact us Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#26-0045 Agenda Date: 2/2/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 3.1 SUBJECT/RECOMMENDATION: Approve a Professional Services Agreement to the Instigo LLC dba Instigo Agency of St. Petersburg FL for sponsorship sales services for the City of Clearwater assets in the amount of $5,000.00 per month retainage fee plus an additional 12 percent of gross sponsorship sales that are negotiated and secured by Instigo for an initial one-year term with four one-year renewal options, pursuant to Request for Proposal (RFP) 54-25 and authorize the appropriate officials to execute same. (consent) SUMMARY: In an effort to increase revenue opportunities for the City and support primarily Parks and Recreation programs, facilities, events and activities the city issued a Request for Proposal RFP 54-25 on August 5, 2025, for Sponsorship and Naming Rights services. Three responsive proposals were received by the due date of September 9, 2025. An evaluation team consisting of representatives from Finance, Arts & Cultural Affairs, and Parks and Recreation reviewed and ranked all proposals and recommended Instigo Agency to provide these services. A Notice of Intent to Award was issued on October 2, 2025. Since that time, Instigo has worked with City staff on developing an agreement that includes prospect identification, asset identification, and a sales campaign development and execution strategy. Instigo will serve as the exclusive sponsorship and naming rights representative of the City with respect to the sale of sponsorship, naming rights, presenting sponsor, official sponsor, category partnership, pouring rights, advertising, hospitality, and other related rights, as negotiated and approved by City of Clearwater staff. Included in this agreement are benchmarks that Instigo has agreed to in order to track and measure success. Instigo and the City have already been working closely in preparation for this agreement to maximize efficiency and effectiveness. Several City assets and major events have already been identified and Instigo and staff are ready to implement this agreement. APPROPRIATION CODE AND AMOUNT: A first quarter budget amendment will establish special program M2602, Sponsorship and Naming Rights Services, to account for the revenues and expenses of this contract. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: In approving this agreement, the City will support following City of Clearwater Strategic Plan Objectives: ·1.5: Embrace a culture of innovation that drives continuous improvement and successfully serves all our customers; ·2.1: Strengthen public-private initiatives that attract, develop, and retain diversified business sectors.; ·2.2: Cultivate a business climate that welcomes entrepreneurship, inspires local investment, supports Eco-friendly enterprises, and encourages high-quality job growth; Page 1 City of Clearwater Printed on 1/27/2026 File Number: ID#26-0045 ·2.3: Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events; and ·3.3: Promote marketing and outreach strategies that encourage stakeholder engagement, enhance community education, and build public trust. Page 2 City of Clearwater Printed on 1/27/2026 1 PROFESSIONAL SERVICES FOR SPONSORSHIP FACILITATION AGREEMENT This agreement ("Agreement") is entered into on the ___ day of _____________, 2026 ("Effective Date") and sets forth the terms and conditions between Instigo ("Instigo"), a Florida Corporation located at 7901 4th Street, North Suite 300, St. Petersburg, Florida 33702 and the City of Clearwater, Florida ("City"), located at Post Office Box 4748, Clearwater, FL 33758-4748 with respect to Sponsorship and Naming Rights Services to be provided by Instigo in connection with the marketable opportunities associated with the City’s owned marketable assets, including, without limitation, parks and recreation facilities (collectively referred to as “Property” or “Properties”), programs and special events (collectively referred to as Events),and certain vehicles and equipment (collectively referred to as "Assets"). Throughout this Agreement, Instigo and the City shall be referred to individually as a "Party" and collectively as "The Parties." For purposes of this Agreement, reference to City shall also include its affiliate entities that will be entering into Sponsorship Agreements (defined in Section 2) pursuant to this Agreement. WHEREAS, the City owns certain properties and assets located within and throughout the City’s Urban Service Area (USA) boundaries whether incorporated or unincorporated property; and WHEREAS, the City has the right to sell sponsorships and associated rights to any City-owned Property, Event, and/or Asset; and WHEREAS, Sponsor desires to acquire sponsorship partners who will purchase City Assets, as more fully set forth herein; and NOW, THEREFORE, in consideration of the foregoing and the mutual representations, warranties, covenants and agreements set forth herein, and for other good and valuable consideration, the receipt and sufficiency of which are hereby mutually acknowledged, the Parties, intending to be legally bound, hereby agree as follows: 1. Services: During the Term (defined in Section 4), the City hereby retains Instigo to serve as the exclusive sponsorship and naming rights representative of the City with respect to the sale of sponsorship, naming rights, presenting sponsor, official sponsor, category partnership, pouring rights, advertising, hospitality, or any other rights, benefits, or recognition, in whole or in part, in connection with the Properties and Assets ("Services"). The scope of Services and available assets will be negotiated and agreed upon with City of Clearwater representative. 2. Sponsor/Sponsorship Agreement: Each entity secured by Instigo that subsequently enters into a "Sponsorship Agreement" (defined below) with the City shall be referred to as a "Sponsor." If any entity, including any charitable corporate foundation related to any Sponsor, elects to make a contribution in support of the Assets, then subject to the terms of the applicable Sponsorship Agreement, such entity making the contribution shall also be deemed a Sponsor and the contribution shall be deemed consideration in connection with the Assets. Those contracts or agreements, including renewals, extensions and modifications thereof, by which any party enters to receive sponsorship, naming rights, presenting sponsor, official sponsor, category partnership, pouring rights, advertising, hospitality, or any other rights, benefits, or recognition, in whole or in part, in connection with the Assets are hereby referred 2 to as "Sponsorship Agreements." 3. Authority to Bind: Instigo Agency agrees that Instigo shall not have any right to bind or commit the City in any way. Any arrangement or understanding binding the City, or by which any Sponsor obtains any rights or benefits in connection with the Assets and the City, shall be set forth in a written agreement approved by the City and executed by the City and the Sponsor involved. The City shall provide Instigo with a copy of this agreement and any modification or renewal thereof affected at any time. 4. Term: One year from the executed date of the contract with four, one year renewal options. Renewal must be mutually agreed upon in writing before the end of each contracted year. 5. Consideration: 5.1. $5,000 per month retainer commencing on the start of the contracted date. The first month’s retainer shall be due and payable to Instigo upon execution of this Agreement. Instigo will invoice the City monthly for subsequent months. 5.2. 12 percent Commission on all approved sponsorship agreements negotiated and secured by Instigo. Commission to be based on gross sales revenue 5.3. If any retainer or commission payment is not received within thirty days of invoice or due date, it shall accrue interest at a rate of 1.5 percent per month until paid in full. 5.4. Any and all consideration, as stated in this Section 5, owed to Instigo pursuant to this Agreement that is derived from Sponsorship Income, and the City’s obligation pay such consideration, shall survive the termination or expiration of this Agreement. The City’s obligation to pay any Professional Services Fee and Retainer payments shall also survive the termination or expiration of this Agreement, in the event that such payments have not been paid upon the termination or expiration of this Agreement. 5.5. Agreement to scope of services outlined in Exhibit A. 6. Sponsorship Income: 6.1 As used herein, "Sponsorship Income" shall mean all amounts paid or payable by or on behalf of any entity as consideration for the right to receive any sponsorship, naming rights, presenting sponsor, official sponsor, category partnership, pouring rights, advertising, hospitality, or any other rights, benefits, or recognition, in whole or in part, in connection with the City and the Assets, regardless of whether such amounts are paid during the Term hereof or during any period following the last day of the Term, pursuant to: a. Any Sponsorship Agreement which is executed with a Sponsor during the Term of this Agreement; b. Any Sponsorship Agreement which is executed within 12 months following the expiration or termination of the Term hereof with any entity that was previously solicited by Instigo to become a Sponsor and with which Instigo had conducted good-faith discussions concerning the possibility of such entity becoming a Sponsor; and c. Any renewal, extension, or modification of any Sponsorship Agreement described in subsections 6.1(a) or 6.1(b) above. 3 6.2 If any entity set forth in Section 6.1 shall provide the City with any "in-kind" consideration (for example, products, services, advertising commitments, etc.), then such in-kind consideration shall be considered "Sponsorship Income" and shall be commissionable to Instigo at the rate described in Section 5 above. In-kind consideration shall be valued at the valuation set forth in the relevant Sponsorship Agreement, or if there is no such valuation, at the fair market value thereof. 7. Collection of Sponsorship Income: The City shall be solely responsible for and shall directly collect all Sponsorship Income. The City will remit any commission owed on Sponsorship Income to Instigo within 30 days of receipt of Sponsorship Income. Any payments shall be made by check payable to "The Instigo Agency” at the address set forth herein. Instigo shall supply the City with a report of sponsors who have signed agreements including their terms and amounts and City will update the report when payments have been received. 8. Exclusivity: 8.1. Instigo shall serve as the exclusive naming rights and sponsorship valuation and sales agent of the City to value and sell sponsorship, naming rights, presenting sponsor, official sponsor, category partnership, pouring rights, advertising, hospitality, or any other rights, benefits, or recognition, in whole or in part, in connection with the Properties and/or Assets during the Term of this Agreement. This does not relinquish the City’s ability to find and secure partners for other events and activities throughout the year among the multiple departments. 8.2. Notwithstanding the foregoing, for any existing Sponsorship Agreements secured by third parties prior to the Effective Date, Instigo shall be entitled to commissions under Section 5 on any upsell, expansion, additional revenue, renewal, or replacement generated with such sponsors, provided such transaction is structured as a wholly new and separate Sponsorship Agreement that is materially different from the original agreement (including, without limitation, substantial additions or changes to the scope of rights, Assets or Properties involved, financial terms, duration, or benefits granted). To qualify as materially different, the new Sponsorship Agreement must include significant new value or obligations not contemplated in the original agreement. Such new agreements shall not be deemed mere renewals, extensions, or modifications of prior agreements for the purposes of this Agreement. Instigo and the City shall collaborate in good faith to identify and define such distinct Assets or Properties and document the material differences to maximize revenue opportunities while ensuring the new agreement qualifies as independent under this section. 8.3. Additionally, the City, its staff, or affiliates may, at their sole discretion and at any time during the Term, refer any lead or opportunity related to the Properties and/or Assets to Instigo for negotiation, management, and closure. If the City elects to make such a referral and Instigo subsequently secures and executes a Sponsorship Agreement from that lead, Instigo shall be entitled to the full 12 percent commission under Section 5 on all resulting Sponsorship Income, regardless of the original source of the lead. The Parties agree to collaborate in good faith on any referred leads. At any time during the Term, the Parties may, upon mutual agreement, define a voluntary process for lead referrals (including suggested timelines not to exceed five business days for initial response) in writing. For clarity, the City retains the right to negotiate and close sponsorship opportunities directly without referral to Instigo, provided such opportunities do not otherwise infringe on Instigo's exclusivity as defined herein. 4 9. Progress Meetings: Representatives of Instigo will make themselves available to meet with City Staff on a periodic basis to assess the progress of the Services, and at such time Instigo will provide the City with Instigo’s opinions and recommendations in writing for obtaining a successful outcome for the naming rights and sponsorship sales. 10. Record Keeping: Each Party agrees that it will keep accurate and complete records and books of accounts showing all income it receives relating to this Agreement. Each Party or its representatives shall have the right at all reasonable times (prior to the expiration of two years after the end of the Term) to inspect and make copies of the books and records of the other Party so far as such books and records shall relate to the computation of amounts to be paid to Instigo and the City hereunder. 11. Partnership/Joint Venture: This Agreement does not constitute and shall not be construed as constituting a partnership or joint venture between the City and Instigo. Neither Party shall have any right to obligate or bind the other Party in any manner whatsoever, and nothing herein contained shall give or is intended to give any rights of any kind to any third person. 12. Ownership of Proprietary Information: This Agreement does not constitute, and shall not be construed as constituting, the transfer or assignment of any proprietary information from Instigo to the City. Instigo shall retain the ownership rights to all proprietary information that it owned (in whole or in part) prior to entering into this Agreement, including, but not limited to, trade secrets, technology, formulas, calculations, algorithms, or information pertaining to business operations and strategies, and information pertaining to customers and pricing. 13. Intellectual Property Rights. This Agreement does not constitute, and shall not be construed as constituting, the transfer or assignment of any intellectual property between the Parties, unless set forth otherwise in this Agreement. The Parties shall retain ownership right, title, and interest to all intellectual property that they each owned (in whole or in part) prior to entering into this Agreement, including, but not limited to, copyrights, patents, trademarks, and service marks. 14. Indemnification: 14.1 The City shall indemnify, save and hold harmless Instigo, its affiliates, their respective officers, directors, employees, shareholders, and any of them, from and against any and all expenses, damages, claims, suits, actions, judgments, and liabilities ("Claims") arising out of, or in any way connected with: a. the negligent act or omission or willful misconduct of the City and its employees relating to this Agreement, b. the negligent or unlawful use of the Asset by, or activities of, the City and its employees, related to or connected with the City, or c. breach by the City of any representation or warranty of the City herein set forth. In the event that Claims arise from the concurrent negligence of the City and Instigo, the duty to indemnify shall be limited to the extent of the negligence of the City and its employees. 5 Notwithstanding the foregoing, this Section 14 shall not apply to any claims, suits, actions, judgments, liabilities, and any costs, expenses, and damages resulting therefrom, between the Parties. Furthermore, this Section 14 shall survive the termination or expiration of this Agreement. Nothing contained herein is 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, as may be amended, or be construed as consent by the City to the sued by third parties. 15. Force Majeure: If either Party is delayed, prevented, prohibited, or materially impaired from performing any of its obligations under this Agreement (other than a payment obligation hereunder) as a result of a force majeure event, including, but not limited to, acts of God, adverse weather conditions, natural catastrophe, labor disputes, strikes, war, insurrection, terrorist action, government restrictions, civil commotion, riots, fire, flood, pandemics, epidemics, public health crisis or emergency, or other cause beyond the Parties' reasonable control, then such Party's failure to perform such obligation shall not constitute a breach of this Agreement and such Party and shall be excused from performance of such obligation for a period of time equal to the period during which the force majeure event delays, prevents, prohibits, or materially impairs such performance. Notwithstanding the foregoing, a force majeure event does not include any changes in general economic conditions such as inflation, interest rates, economic downturn or other factors of general application; or an occurrence that merely makes performance more difficult or expensive. 16. Damages: Except in regard to Sections 15 and 16 of this Agreement, under no circumstance shall Instigo or the City be liable to the other Party or any other person or entity for special, incidental, consequential or indirect damages, loss of good will, or exemplary or punitive damages. In addition, and without prejudice to the foregoing, Instigo’s total liability to the City shall not exceed the total sums paid by the City under this Agreement in respect of the Services, and City’s total liability to Instigo shall not exceed the total sums payable to Instigo under this Agreement. 17. Transfer/Assignment: Neither Party shall assign or otherwise transfer this Agreement, nor any rights or obligations hereunder, except upon receipt of the prior express written approval of the other Party hereto. 18. Governing Law and Venue: This Agreement shall be governed and construed according to the laws of the State of Florida without regard to conflict of laws. Any action brought by either Party shall lie only in Pinellas County Florida. 19. Construction: Instigo and the City hereby acknowledge that both Parties participated equally in the negotiation of this Agreement and that, accordingly, in interpreting this Agreement, no weight shall be placed upon which Party hereto or its counsel drafted the provision being interpreted. 20. Severability: The provisions of this Agreement are divisible. If any such provision shall be deemed invalid or unenforceable, such provision shall be limited to the extent necessary to render it valid and enforceable, and the remaining provisions of this Agreement shall continue in full force and effect, 6 without being impaired or invalidated in any way. 21. Survival: Provisions of this Agreement, which by their nature should apply beyond their terms, will remain in force after any termination or expiration of this Agreement. 22. Waiver: No failure to exercise, or delay in exercising, any rights, remedy, power, or privilege arising from this Agreement operates or may be construed as a waiver thereof or any other right, remedy, power, or privilege. No single or partial exercise of any right, remedy, power, or privilege hereunder precludes any other or further exercise thereof or the exercise of any other right, remedy, power, or privilege. 23. Entire Agreement: This Agreement, including all exhibits, schedules, and any documents or instruments incorporated herein by reference constitutes the sole and entire agreement of the Parties with respect to the subject matter hereof, and supersedes all prior or contemporaneous understandings, agreements, negotiations, representations and warranties, and communications, both written and oral, between the Parties with respect to the subject matter hereof. 24. Amendment: This Agreement may be amended from time to time only upon a written agreement between the Parties. 25. Counterparts. This Agreement may be executed in two or more counterparts (including, without limitation, by means of an electronic or facsimile signature), each of which shall be deemed an original, but all of which, when together constitute one and the same instrument. 26. Public Records: Instigo (hereinafter "contractor" in this Section 26 only) will be required to comply with Section 119.0701, Florida Statutes, as may be amended from time to time, specifically to: IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: 727-562-4092 Rosemarie.Call@myclearwater.com 600 Cleveland Street, Suite 600 Clearwater, FL 33755 Contractor shall comply with the following: a. Keep and maintain public records required by the City of Clearwater (hereinafter "public agency") to perform the service provided by the contractor hereunder. b. Upon request from the public agency's custodian of public records, provide the public agency 7 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. 27. E-Verify: Instigo and its subcontractors shall register with and use the E-Verify system to verify the work authorization status of all newly hired employees. Instigo will not enter into a contract with any subcontractor unless each Party to the contract registers with and uses the E-Verify system. Subcontractor must provide Instigo with an affidavit stating that subcontractor does not employ, contract with, or subcontract with an unauthorized alien. Instigo shall maintain a copy of such affidavit. The City may terminate this contract for any violation of this Section 27. See Section 448.095, Florida Statutes (2020), as may be amended. 28. Termination: 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 either Party's capability to perform under the Agreement; ii. is the subject of a petition for involuntary bankruptcy not removed within 60 calendar days; iii. conducts business in an illegal manner; or iv. fails to carry out any term, promise, or condition of the Agreement. In the event a Party is in default then the other Party may, at its option and at any time, provide written notice to the defaulting Party of the default. The defaulting Party will have 30 days from receipt of the notice to cure the default; the 30-day cure period may be extended by mutual agreement of the parties, but no cure period may exceed 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. b. Licensor may terminate this License Agreement immediately, at will, in Licensor's sole discretion, with or without cause. This License Agreement may also be terminated at any time 8 upon the mutual written agreement of Licensor and Licensee. c. The City may terminate this Agreement on the good faith belief that Licensee or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). If this Agreement is terminated pursuant to Florida Statute 448.095(2)(c), Licensee may not be awarded a public contract for at least one year after the date of which this Agreement was terminated. Licensee is liable for any additional costs incurred by the City as a result of the termination of this Agreement See Section 448.095, Florida Statutes (2020). d. The City may also terminate this Agreement if it is found that: i. The Licensee fails to comply with any requirement of this Agreement; or ii. The Agreement is deemed by the City to not be in the City's or the public's best interest. Upon termination of this Agreement, the Parks & Recreation Department Director shall give written notice of such action by certified mail, return receipt requested, to the permittee at the address listed in this Agreement, stating the reason(s) for revocation. The revocation shall become effective 15 days following mailing of the notice. 29. Insurance Requirements: Insurance Requirements are set forth in Exhibit B, which is incorporated by reference and attached hereto. IN WITNESS WHEREOF, the Parties herein have executed and delivered this Agreement this day of , 2026. Countersigned: CITY OF CLEARWATER, FLORIDA By: ___________________________ By: ____________________________ Bruce Rector Jennifer Poirrier Mayor City Manager Approved as to form: Attest: By: ___________________________ By: ____________________________ Melissa Isabel Rosemarie Call Assistant City Attorney City Clerk By: ____________________________ Samson Oni Founder Instigo Agency 9 EXHIBIT A SCOPE OF SERVICES A. PROSPECT IDENTIFICATION Instigo draws upon its background in sponsorship sales and its proprietary database to outline prospective partners for each marketable opportunity. This database includes both category identification and major corporate partners within each category. In our experience, optimum revenue generation is attained when there is a comprehensive understanding of: 1. The inventory available; and 2. How that inventory aligns with the needs of potential partners. Instigo’s experience in identifying and documenting marketing rights, combined with our knowledge of (and relationships with) large corporations, will give the City the tools to ensure the maximum revenues are leveraged out of every corporate partnership. B. STRATEGIC SALES CAMPAIGN DEVELOPMENT I. PROSPECTING a. Collaborate closely with the City's leadership and development teams on recommendations they may have; b. Exhaust Instigo’s contact database of thousands of corporate contacts, which is continually updated; c. Identify and research prospective corporations through various subscribed databases to match the marketing needs of corporations with the logical and most valuable marketing assets in Parks and Recreation and approved assets across the City. d. Promote sales campaign with a description of the City's initiatives through a myriad of resources; e. Create presentation material that will provide specific information for potential investments and/or partnerships with the City as part of sponsorship programs. II. NEGOTIATING AND COMPLETING AGREEMENTS Instigo will assist the City with finalizing and completing agreements with sponsors. III. CONTRACT FULFILLMENT Instigo will work with City staff to develop a system that accurately tracks the status of newly developed sponsorships to ensure all of the assets in sponsorship agreements have a plan towards fulfillment. IV. ACTIVATION AND AUDIT (TERM OF AGREEMENT) After delivery of a campaign agreement, Instigo will assist the City in the activation and compliance of each aspect of that agreement. Specifically, Instigo will: a. Finalize agreement terms and conditions; b. Assist the City with the first year of activation of each sponsorship they have brokered. c. Provide other services as requested by the City. V. PROGRESS REPORTS a. On a monthly basis Instigo is to provide City staff an update on activity during the period. We discuss these periodic sales update reports on a scheduled conference call. 10 b. Instigo agrees to outlining benchmarks for success. i. $45,000 by the nine-month mark from contract execution in the first year of this contract. VI. BENCHMARK TOLLING a. The timelines for the revenue benchmarks listed above shall be based on the assumption that the Discovery Phase is completed prior to the Effective Date. If the City causes any delay in providing necessary data, approvals, or signatures required for Instigo to execute its contracted services, the revenue benchmark timelines shall be tolled (extended) day-for-day for the period of such delay. 11 EXHIBIT B INSURANCE REQUIREMENTS. Instigo 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 Instigo’s deductible or self-insured retention and to require that it be reduced or eliminated. Specifically, Instigo 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-year tail following the termination or expiration of this Agreement. Specific work may require additional coverage on a case- by-case basis: a. Commercial General Liability Insurance coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 per occurrence and $2,000,000 general aggregate. b. Statutory Workers' Compensation Insurance coverage in accordance with the laws of the State of Ohio, and Employer's Liability Insurance in the minimum amount of $100,000 each employee each accident, $100,000 each employee by disease and $500,000 aggregate by disease with benefits afforded under the laws of the State of Ohio. Coverage should include Voluntary Compensation. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. c. Professional Liability Insurance coverage as appropriate for the type of business engaged in by Instigo with minimum limits of $1,000,000 per occurrence. If a claims made form of coverage is provided, the retroactive date of coverage shall be no later than the inception date of claims made coverage, unless prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental Extended Reporting Period (ERP) of as great a duration as available, and with no less coverage and with reinstated aggregate limits, or by requiring that any new policy provides a retroactive date no later than the inception date of claims made coverage. 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, Instigo will furnish the City with a Certificate of insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an "Additional Insured." In addition, when requested in writing from the City, Instigo will provide the City with certified copies of all applicable policies. The address 12 where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Parks & Recreation Department P.O. Box 4748 Clearwater, FL 33758-4748 b. Instigo shall provide 30 days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. c. Instigo’s insurance as outlined above shall be primary and non-contributory coverage for Instigo’s negligence. d. Instigo reserves the right to appoint legal counsel to provide for Instigo’s defense, for any and all claims that may arise related to Agreement, or work performed under this Agreement. Instigo agrees that the City shall not be liable to reimburse Instigo for any legal fees or costs as a result of Instigo providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and failure to request evidence of this insurance shall not be construed as a waiver of Instigo’s obligation to provide the insurance coverage specified. City of Clearwater Procurement Jay Ravins, Department Director 100 South Myrtle Avenue, Clearwater, FL 33756 [INSTIGO] RESPONSE DOCUMENT REPORT RFP No. 54-25 Sponsorship and Naming Rights Services RESPONSE DEADLINE: September 9, 2025 at 10:00 am Report Generated: Tuesday, September 9, 2025 Instigo Response CONTACT INFORMATION Company: Instigo Email: samson@instigoagency.com Contact: Samson Oni Address: 7901 4th St N STE 300 St. Petersburg, FL 33702 Phone: (321) 421-5776 Website: www.instigoagency.com Submission Date: Sep 9, 2025 9:58 AM (Eastern Time) [INSTIGO] RESPONSE DOCUMENT REPORT RFP No. 54-25 Sponsorship and Naming Rights Services [INSTIGO] RESPONSE DOCUMENT REPORT Request For Proposal - Sponsorship and Naming Rights Services Page 2 ADDENDA CONFIRMATION No addenda issued QUESTIONNAIRE 1. Exceptions* Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Do you have any exceptions to the provisions or specifications? No 2. Additional Materials* Have you included any additional materials? No 3. Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? Yes CERTIFIED BUSINESS TYPE* Pick one of the following. Certified Minority, Woman, or Disadvantaged Business Enterprise [INSTIGO] RESPONSE DOCUMENT REPORT RFP No. 54-25 Sponsorship and Naming Rights Services [INSTIGO] RESPONSE DOCUMENT REPORT Request For Proposal - Sponsorship and Naming Rights Services Page 3 CERTIFYING AGENCY* List the Agency that provided your certification. Florida CERTIFICATION DOCUMENTATION* Provide a copy of your certification. Minority-Owned_Certification_08-29-2024_to_08-29-2026.pdf 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. [INSTIGO] RESPONSE DOCUMENT REPORT RFP No. 54-25 Sponsorship and Naming Rights Services [INSTIGO] RESPONSE DOCUMENT REPORT Request For Proposal - Sponsorship and Naming Rights Services Page 4 G. It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. H. It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. I. It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. J. It is current in all obligations due to the City. K. It will accept all terms and conditions as set forth in this solicitation if awarded by the City. L. The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. Confirmed 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. [INSTIGO] RESPONSE DOCUMENT REPORT RFP No. 54-25 Sponsorship and Naming Rights Services [INSTIGO] RESPONSE DOCUMENT REPORT Request For Proposal - Sponsorship and Naming Rights Services Page 5 F. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). G. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. H. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. Confirmed 6. Vendor's Proposal* Upload a copy of your proposal with the information requested as detailed in the solicitation titled 54-25 Sponsorship and Naming Rights Services. RFP_54-25_Sponsorship_and_Naming_Rights_Services.pdf 7. Scrutinized Company Certification* Please download the below documents, complete, notarize, 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. W-9* Upload your current W-9 form. (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf) Instigo_LLC_W9_Form.pdf Office of Supplier Development4050 Esplanade Way, Suite 380 Tallahassee, Florida 32399 850-487-0915www.dms.myflorida.com/osd Florida Department of Management Services Pedro Allende Minority Business Certification Instigo, LLC 08/29/2024 08/29/2026 PROPOSAL 2025 Submitted electronically to: City of Clearwater, Florida Procurement Division through through the City's e-Procurement Portal Created by: SAMSON ONI - INSTIGO AGENCY CEO Address : Instigo, LLC 7901 4th St. N, 300 St. Petersburg FL. 33702 Phone : (321) 421-5776 Email : samson@instigoagency.com RFP 54-25 Sponsorship and Naming Rights Services Proprietary Information In compliance with Chapter 119 of the Florida Statutes (Public Record Law), we understand that all documents submitted in response to the Request for Proposal (RFP) are considered public records. However, Instigo identifies certain information within our proposal as confidential and proprietary, which we believe is exempt from public disclosure under Florida law. Specifically, any information marked as "Confidential" pertains to trade secrets, proprietary business methodologies, sensitive financial information, and client lists that, if disclosed, could provide a competitive advantage to other parties. These sections are clearly identified and cited with the applicable exempting law under Section 815.045 of the Florida Statutes (Trade Secret Information). We request that these confidential sections be treated accordingly to maintain their exempt status under the relevant provisions. September 9, 2025 City of Clearwater Re: Request for Proposal 54-25, Sponsorship and Naming Rights Services Dear Members of the Evaluation Committee, Instigo is thrilled to submit this proposal for the City of Clearwater’s Sponsorship and Naming Rights Services. We believe the City is at a pivotal and exciting moment. Following the historic redevelopment of the downtown waterfront through the Imagine Clearwater project, the City has already achieved significant success by securing premier foundational partners, including BayCare Health System as the naming rights partner for The Sound and Floridacentral Credit Union for the venue’s VIP area. These agreements have set the stage for the next, more comprehensive phase of this initiative, and we would be excited to partner with you to help you build upon that success. We understand the City’s objective is not merely to sell sponsorships, but to generate significant and sustainable new revenu e that supports and enhances the world-class community assets that make Clearwater a premier destination to live and visit. Instigo offers a distinct blend of national-level strategic experience, honed with globally recognized brands like the NBA and PBR, combined with the invaluable on -the-ground expertise of a firm rooted in the Central Florida market. Our lead consultant, Samson Oni, has direct experience developing the sponsorship pipeline for Orlando City Soccer, providing us with an unmatched understanding of the regional corporate landscape and a netw ork of local relationships. Our detailed approach, outlined within, moves beyond transactional sales to curate authentic, story-driven partnerships. We specialize in creating innovative platforms that deliver measurable results for the City and tangible value for its partners, ensuring a sustainable and thriving program for years to come. We are incredibly excited by the opportunity to partner with the City of Clearwater to build a sponsorship program that will become a model for municipalities across the country. Thank you for your time and consideration. Sincerely, Samson Oni Owner, Instigo Agency T:(321) 421-5776 E:samson@instigoagency.com W:www.instigoagency.com INSTIGO AGENCY 7901 4th ST N STE 300 ST PETERSBURG, FL 33702 Instigo is a specialized sponsorship management agency founded in 2020 to build powerful and authentic partnerships between brands and property rights- holders. Our mission is to move beyond transactional sponsorships to curate partnerships that generate sustainable revenue, b uild brand affinity, and empower the communities we serve. We focus on a storytelling-first approach, using business insight and creative packaging to achieve unparalleled results for our clients. Our firm is an expert in the full lifecycle of sponsorship and naming rights development, including: •Asset Identification, Inventory Analysis, and Valuation •Strategic Program Development and Creative Packaging •Targeted Prospecting, Solicitation, and Negotiation •Sponsor Activation, Fulfillment, and Relationship Management Municipal & Public Sector Experience Instigo has extensive experience developing successful sponsorship programs for governmental clients, and we are intimately familiar with the unique operational needs and objectives of public-sector partnerships. Our most relevant engagement involved building a comprehensive sponsorship and naming rights program from the ground up for the City of Spearfish, SD. Faced with a newly constructed sportsplex that had minimal e xisting sponsorship, we were hired as the City’s exclusive consultant to perform a complete asset audit, develop a new valuation and pricing structure, an d lead all solicitation efforts. Within just eight months, our strategic approach generated over $1 million in revenue for a city of only 12,000 residents, in cluding securing a $500,000 naming rights partner for the sportsplex. This project demonstrates our proven ability to deliver measurable results, regardless of market size. Regional Expertise & Major Brand Experience A key advantage Instigo brings to the City of Clearwater is our deep, authentic connection to the Central Florida market. Our principal consultant, Samson Oni, is based in the region and possesses an in-depth familiarity with its key businesses, stakeholders, and prospective sponsor s. This local insight was honed during his time executing sponsorship prospecting and strategy for Orlando City Soccer Club. This experience provided a direct education in the regional sports and entertainment landscape, building an extensive network of corporate contacts and a nuanced understanding of which brands are most inclined to invest in community-based assets in Central Florida. This regional expertise is complemented by our experience selli ng high-value advertising and sponsorship packages for globally recognized sports properties, including the NBA's Cleveland Cavaliers and Professional Bull Riders (PBR). Experience & Qualifications History of Past Work Performance* •City of Spearfish, SD •Size of Entity Serviced: City with a population of 12,000. •Period of Agreement: 2023/2024. •Services Offered: Complete sponsorship program development, including asset identification, valuation, packaging, solicitation, and agreement negotiation. •Professional Bull Riders (PBR) •Size of Entity Serviced: Global sports organization. •Period of Agreement: 2021/2022/2025. •Services Offered: Strategy development, market analysis, and proposal development. •Orlando City Soccer (Central Florida Region) •Size of Entity Serviced: Major league sports organization. •Period of Agreement: 2018/2019. •Services Offered: Sponsorship prospecting, strategy development, and market analysis. •Cleveland Cavaliers •Size of Entity Serviced: Major league sports organization. •Period of Agreement: 2016 - 2018. •Services Offered: Sponsorship prospecting, strategy development, and market analysis. Personnel with Primary Responsibility Samson Oni will have the primary responsibility for the City of St. Cloud’s contract. Samson will oversee all aspects of the project, from initial asset identification and valuation to the negotiation and finalization of sponsorship agreements. •Samson Oni, Principal Consultant •Function: Project Lead; responsible for overall strategy, sponsorship sales, and client management. •Experience: 10+ years in sponsorship strategy and sales, with a focus on sports sponsorship, event sponsorship, and public-sector. •Education: Postgraduate degree in Business Administration. Business Licenses and Permits Instigo is fully licensed, permitted, and certified to conduct business in the State of Florida. We hold all necessary federal, state , and local licenses required for the provision of our services including a Certified Business Enterprise (CBE) certification and a Minority Owned certification. Instigo was officially incorporated in 2020 as a sponsorship management agency. We help build partnerships between brands and property rights-holders. Our mission is to tip the scales of success in the favor of the clients we serve by using business insight, packaging & activation strategy, and storytelling to achieve unparalleled sponsorship results. We serve clients that are competing for sponsorship success in various industry sectors, including sports, entertainment, government, transit, art, and business events. We've helped to secure over $30 million in annual sponsorship revenue combined for property rights-holders. We've helped to sell sponsorship opportunities to over 100 brands including national brands like Audi, McDonald's, Pepsi, Disney, Anheuser-Busch, Toyota, Diageo, Lexus, Papa John's, Gatorade, and more. We've managed the servicing and execution of contractual sponsor benefits for multiple brands, valued at over $4 million in benefits. We consistently hit our most important prospecting KPIs, which include maintaining a lifetime conversion rate of approximately 25% of leads turned into either discovery meetings, 2-way conversations, proposal review, or negotiations. Legal Name: Instigo, LLC DBA: Instigo Agency Location and Type of Business: Florida Limited Liability Company FEIN: 85-0784313 key Personnel and Main Point of Contact: Samson Oni Mailing Address: 7901 4th St. N, STE 300, St. Petersburg, FL 33702 Organization Information Project: Spearfish Sportsplex Naming Rights, 2023/24 Client: City of Spearfish Brand: Keating Resources Summary Between 2021 and 2023, the City of Spearfish struggled to attract sponsors for its under-construction 40-acre sportsplex, securing only $7,500 from a single sponsor. With the property set to be completed in the summer of 2024, the City offered naming rights opportunities for its softball and soccer fields along with naming rights for the entire sportsplex. Faced with minimal success, the Mayor and Parks & Recreation department decided to hire Samson Oni from Instigo as their exclusive sponsorship consultant after a thorough RFP and bid process. As the City’s exclusive sponsorship consultant, our first task was to perform an asset audit and a valuation exercise for the naming rights of the sportsplex and other sponsorship assets, such as field naming rights. The challenge was to convince local and national businesses that investing in a community sportsplex in a relatively small city of 12,000 people would provide a unique opportunity with a high return on investment (ROI). We set out to increase the value of the sponsorship program by creating unrealized inventory and developing comprehensive packages that extended beyond mere brand awareness and exposure. The next step was to craft and distribute a compelling story that aligned with business objectives through digital, social, collateral, and personal connections. Anticipating pricing objections due to the small market size, we developed new pricing structures that better served both the property rights holder and the potential naming rights partners. Results Our immediate swing into action and strategic approach led to significant success within a short timeframe: •Within three months of outreach and market engagement, we secured six-figure deals for the City of Spearfish. •Through savvy negotiation, each sponsorship deal generated an average of 150% more revenue than the City had originally anticipated. •Within four months of sponsor prospecting, we secured a $500,000 naming rights partner for the sportsplex from Keating Resources, a national realty and land developer. This case study highlights how a strategic and creative approach to sponsorship sales can transform challenges into substantial revenue opportunities, even within a small market like Spearfish, SD. Past Performance Project: Sponsorship Sales Strategy, 2021/22 Client: Professional Bull Riders (PBR) Brand: Camping World Summary In 2019, Professional Bull Riders (PBR) secured a media rights deal with CBS, paving the way for continued growth. The organization aimed to expand its reach through a multi-circuit structure, encompassing both domestic and international competitions. To support this expansion, PBR sought to attract a naming rights sponsor for its new PBR Teams circuit, set to debut in July 2022. However, PBR faced stiff competition from established major leagues such as the NFL, NBA, MLB, and NHL. PBR's Chief Revenue Officer, Josh Baker, needed to develop a compelling sponsorship sales strategy that could successfully compete against these prominent sports leagues. The goal was to create an attractive proposition for potential sponsors, highlighting the growth potential and unique opportunities offered by the new PBR Teams circuit. Josh Baker enlisted the expertise of Samson Oni from Instigo to collaborate on crafting an effective sponsorship sales strategy. Samson focused on creating two impactful pitch decks: 1.Initial Engagement Pitch Deck: This deck was designed to capture the interest of potential sponsors by showcasing the growth potential of the new PBR Teams circuit. 2.Customized Pitch Deck: Once potential sponsors expressed interest and shared their business goals, a second, tailored pitch deck was developed. This deck integrated the specific business needs of the potential sponsors into PBR's sponsorship and naming rights offerings. Results The collaboration between PBR and Instigo led to a robust and effective sponsorship sales strategy, yielding several key outcomes: •The entire sales team executed a clear and cohesive strategy, resulting in a more engaged and motivated team. •The sales cycle for outreach activities was significantly shortened, reducing the time between initial prospect engagement and agreement execution. •A wave of sponsorship deals was secured, including partnerships with Stillhouse vodka and Bass Pro Shops. •Initially launched as PBR Teams, the new league successfully attracted a naming rights sponsor about a year later, securing a $5 million/year deal with Camping World, a recreational vehicle dealer. This strategic approach reinforced PBR's reputation as an innovative and forward-thinking sports organization capable of competing with traditional sports giants. Project: Entrance Naming rights Entitlement, 2018/19 Client: Cleveland Cavaliers Brand: Cleveland Cliffs Summary The Rocket Mortgage FieldHouse, home to the 2016 NBA Champions, the Cleveland Cavaliers, underwent a significant renovation in 2018. The 23- year-old venue received a much-needed facelift and expansion, particularly at its main North entrance, increasing the gathering space for attendees and pre-function events by over 300%. Following the extensive $185 million renovation, the business department of the Cleveland Cavaliers sought to attract high sponsorship dollars for the naming rights of the newly renovated entrance. The challenge was to capture the attention of target sponsor executives using non-traditional sales techniques. The objective was to create a compelling and innovative approach to demonstrate the value and potential of the new gathering space for sponsorship opportunities. Samson Oni, as part of a small strategy task force, conceptualized a unique and creative sales strategy. The team decided to send target executives a replicate newspaper and a building blueprint that visualized a story about their brand being integrated into the new gathering place. This approach aimed to engage the executives' imagination and interest, leading them to see the potential of the sponsorship opportunity. Results The innovative sales approach led to several notable outcomes: •It marked the introduction of the business department's first creative sales approach, moving away from traditional techniques. •A high percentage of executives responded to the call-to-action, attending in-person presentations and experiences at the newly renovated venue. •As a result, local company Cleveland Cliffs purchased the naming rights to the entrance for $5 million over 10 years, making it the first such sponsorship deal for the major iron ore producer and supplier. This strategic and creative approach demonstrated the effectiveness of innovative sales techniques in attracting high-value sponsors. 20 References Brooks Neil Senior Director New York Jets E: bneal@jets.nfl.com T: (201) 400-9733 Tyler Ehnes Parks and Rec Director City of Spearfish E: tyler.ehnes@cityofspearfish.com T: 605-717-1189 Callum Shepherd Director Orlando City Soccer Club E: cshepherd@orlandocitysc.com T: (863) 852-0845 *Confidential Key Personnel SAMSON ONI Expertise in new business sales strategy, building compelling business cases, pitching, and constructing emotional buying triggers that align with the needs of sponsors. I ensure any teams working under my management are as dedicated as I am in helping property rights-holders to sell the true value of their assets. The City of Clearwater’s contract will be managed directly by our owner and principal consultant, Samson Oni. He will serve as the dedicated Lead Consultant and the City’s single point of contact, personally overseeing all aspects of the project from initial strategy development to the final negotiation of all major partnership agreements. This structure ensures the City receives the highest level of strategic oversight and client service. •Name: Samson Oni •Role: Lead Consultant •Function: Responsible for overall project strategy, asset valuation, lead negotiation for all naming rights and top-tier sponsorships, and primary client relationship management with City of Clearwater staff and stakeholders. •Experience: Mr. Oni has 20 years of specialized experience in sponsorship strategy and sales, with a proven track record of success in both the public and private sectors. His expertise includes building a municipal sponsorship program from the ground up for the City of Spearfish, developing sponsorship strategy for major league sports organizations like Orlando City Soccer (MLS) and the Cleveland Cavaliers (NBA), and securing high-value partnerships for global brands like Professional Bull Riders (PBR) and the English Premier League (EPL). •Education: Postgraduate degree in Business Administration. Staffing Availability and Workload Instigo intentionally maintains a focused client portfolio to ensure that each partner, including the City of Clearwater, receives the dedicated attention and strategic focus required for success. We confirm that our firm possesses sufficient personnel and time resources to successfully perform the required services as outlined in this RFP. Our current and projected workload allows us to commence work immediately upon award of the contract. Our Understanding of the Opportunity The City of Clearwater is at a pivotal and exciting moment. The completion of the transformative, $84 million Imagine Clearwater redevelopment is a landmark achievement, and the City has already demonstrated significant success by securing a premier, long-term naming rights partner, BayCare Health System, for the park's anchor venue, The Sound. Furthermore, the City has successfully layered a secondary partnership with Floridacentral Credit Union for the venue's VIP area. We understand these foundational agreements have set the stage for the next, more comprehensive phase of this initiative. The City’s goal now is to engage a strategic partner to build upon this success and generate significant new revenue by marketing the rich portfolio of assets that remain across Coachman Park and the entire city. This RFP is strategically built upon the "Subordinate Rights" clause established in the City's existing agreements, which provides a clear mandate to develop a multi-layered, ecosystem of corporate partners. Our role is to execute this mandate. We will curate partnerships that authentically reflect Clearwater’s brand identity which is its pristine beaches, family-friendly values, and commitment to sustainability as outlined in the Clearwater Greenprint plan to attract partners who want to be part of the community’s next chapter. Our Phased Approach to Success: Our methodology is a comprehensive, six-phase process designed to build a professional, sustainable, and highly profitable sponsorship program from the ground up. This detailed approach ensures transparency for the City at every stage and is engineered to deliver measurable results. Phase 1: Discovery & Strategic Valuation The foundation of any successful program is a deep understanding of the assets. We will conduct a forensic analysis of the City's entire portfolio to uncover and quantify value. •Stakeholder Alignment: We will conduct in-depth interviews with City leadership and Parks & Recreation staff to align on goals, priorities, and operational parameters. •Comprehensive Asset Audit: We will perform on-site audits of all key facilities, including the unmonetized zones at Coachman Park (plaza, playground, splash pad), the six regional recreation centers, libraries, and the regional trail system. •Special Event Analysis: We will perform a specific review of signature events like The Sea-Blues Festival, Clearwater Celebrates America, and the Turkey Trot to benchmark their current sponsorship performance and identify new, sellable inventory. •Deliverable: An Asset Inventory & Valuation Report. This cornerstone document will assign a defensible market value to each major asset, benchmarked against the proven success of the existing BayCare and Floridacentral agreements, providing a clear roadmap of revenue potential. Project Understanding and Proposed Approach *Confidential Phase 2: Framework & Creative Packaging With a clear understanding of the inventory, we will package these assets into compelling, market-ready partnership opportunities. •Strategic Architecture: We will design a multi-tiered partnership framework (e.g., Naming Rights, Founding Partner, Presenting Partner, Community Partner) that allows for opportunities at various investment levels. •Bespoke Package Development: We will create integrated, high-value proposals for premier assets and special events, bundling benefits like on-site activation, digital media, and hospitality into cohesive platforms that tell a story. •Deliverable: A professional, master Partnership Opportunities Deck. This will serve as our primary sales tool, visually and narratively communicating the value of partnering with the City of Clearwater. Phase 3: Targeted Solicitation & Marketing Our approach is proactive and research-based, focusing on securing best-fit partners whose brand values align with the City's. •Prospect Identification: We will build a qualified prospect database focused on premier, unclaimed categories (Automotive, Telecom, Beverage, Retail, etc.), leveraging our deep network of regional and national contacts. •Customized Outreach: We will craft tailored pitches for each top-tier prospect, moving beyond generic emails to create compelling business cases that solve their specific marketing objectives. •Deliverable: A transparent Monthly Prospecting & Pipeline Report, giving the City a real-time view of our sales activities, conversations, and projected deal closures. Phase 4: Negotiation & Contracting We will serve as the City's expert representative to secure the most favorable terms possible. •Deal Structuring & Negotiation: We will lead all negotiations, structuring deals that maximize revenue and in-kind value for the City. •Streamlined Contracting: We will develop standardized term sheets and work closely with the City Attorney's office to ensure an efficient and rigorous contracting process. •Deliverable: Executed Partnership Agreements that form the basis of a new, sustainable revenue stream. *Confidential Phase 5: Activation & Fulfillment – The Instigo On-the-Ground Advantage Successful partnerships are not just signed; they are activated flawlessly. Unlike out-of-state firms, all partner activations will be personally project-managed by our Lead Consultant, Samson Oni. He is a resident of and works directly within the Central Florida region. This means the strategist who developed the partnership and understands its nuances is the same person overseeing its execution on the ground. This eliminates communication gaps and ensures the strategic vision is carried out with precision. •In-Person Site Visits: Weeks before any major activation, we will conduct in-person walkthroughs with sponsor representatives and City staff at the specific locations, whether at Coachman Park or a local recreation center. This allows us to map out guest flow, check power and data connectivity, and solve logistical challenges before they become day-of-event problems. •Real-Time Problem Solving: During major activations and signature events, our Lead Consultant will be physically present to ensure a flawless experience for both the sponsor and the public. •White-Glove Service: We will personally greet sponsor representatives upon arrival, oversee their setup, and serve as their dedicated concierge throughout the event. This high-touch service fosters stronger relationships, significantly increasing the likelihood of partnership renewal. •City Staff Augmentation: Our on-site presence frees up Parks and Recreation staff to focus on their core responsibilities of running a safe and successful event, rather than managing sponsor logistics. We act as the City’s professional extension, ensuring the business of the partnership is handled. •Post-Activation Reporting & Intelligence: Our on-the-ground presence enriches our ability to report on a partnership’s success. We will capture high-quality photos and videos of every activation in person. This content, combined with qualitative feedback gathered directly from attendees and sponsors on-site, allows us to build a comprehensive Fulfillment & ROI Report that tells a story of success far beyond simple metrics. Phase 6: Reporting & Renewal To achieve long-term success and growth, we focus on demonstrating value and building lasting relationships. Performance Reporting: For each major partner successfully solicitated, we will produce a comprehensive Fulfillment & ROI Report, including metrics such as media impressions, on-site attendance, digital engagement, and activation photos. This directly addresses the need for measurable results. Relationship Management: We will conduct annual partnership review meetings to discuss successes and plan for the future. Deliverable: A high sponsor retention rate and consistent year-over-year revenue growth for the City’s sponsorship program. *Confidential Our methodology comes to life through innovative activations designed for Clearwater’s unmonetized assets. The following initiatives are tangible examples of our approach: 1.The "Coachman Park Founding Partners" Program With the venue's naming rights secured, we will focus on the park itself. This program will offer category-exclusive partnerships for the park's other main zones, such as the grand plaza, gardens, and the signature splash pad and playground. This creates a cohesive family of brands that are deeply integrated into the park experience. •The Opportunity: The world-class zones within the new Coachman Park, including the Grand Plaza, the signature Playground & Splash Pad, and the Gardens. •Our Strategy: We will package these assets into a "Coachman Park Founding Partners" program, offering category -exclusive, multi-year agreements to a limited number of premier brands. This creates a cohesive and uncluttered partnership ecosystem. •Measurable Revenue Result: To secure 2-3 new naming rights or founding partner agreements for Coachman Park within the first 12 months of our engagement, with each agreement modeled after the financial scale and long-term structure of current Clearwater partnerships and partnerships in comparable neighborhoods. 2.The "Clearwater Innovation Lab" This initiative positions Clearwater as a forward-thinking city. We will leverage the City’s Greenprint plan to create "The Green Ripple," inviting a partner like Duke Energy to sponsor a network of artistically designed, solar-powered charging stations. We will also develop "The Wellness Wave," a program perfectly suited for collaboration with existing partner BayCare Health System to extend their health-and-wellness mission beyond the amphitheater and into the City's trails and recreational facilities. Bringing the Vision to Life: Strategies for Achieving Measurable Revenue Results *Confidential 3.Hyper-Local Experiential Moments This focuses on creating unique, shareable experiences that leverage Clearwater's core identity. We will create "The Sunset Stage," a series of exclusive, pop-up acoustic concerts on the beach sponsored by a lifestyle brand like Corona, generating social media buzz that money can’t buy. •The Opportunity: Key community events like the Sea-Blues Festival, Clearwater Celebrates America, and the Turkey Trot. •Our Strategy: We will restructure the sponsorship offerings with new, high-value inventory. For the Sea-Blues Festival, we can introduce a "Sunset Stage" concept as a new, premium asset that is exclusive, branded acoustic performance on the beach. For the Turkey Trot, we can create a "Presenting Wellness Partner" tier, directly tying into a "Wellness Wave" initiative. •Measurable Revenue Result: To increase year-over-year cash and in-kind sponsorship revenue by 25-40% for each signature event by implementing a tiered partnership structure and introducing new, high-value sellable assets. Navigating Challenges & Ensuring Success Our experience allows us to anticipate and mitigate potential challenges: •Challenge: A competitive Tampa Bay sponsorship market. •Our Solution: The exclusivity established by the BayCare and Floridacentral deals actually clarifies the market. We can now offer brands in other sectors a powerful, uncluttered platform to connect with the Clearwater community in a way that larger, multi-sponsor venues cannot. •Challenge: Demonstrating clear ROI to new sponsors. •Our Solution: The existing partnerships provide a template for the types of entitlements and benefits that attract major brands. We will build on this model, creating packages with robust and measurable digital, social media, and on-site activation rights. •Challenge: Integrating new sponsors with existing partners. •Our Solution: We see this as an opportunity. We will facilitate a collaborative environment, creating activation concepts that encourage ne w sponsors to partner with current partners on park-wide initiatives, creating a more cohesive and valuable experience for all. *Confidential Proposed Fee The Consultant's proposed fee for providing Corporate Sponsorship Consultant Services is structured as a percentage commission based on the value of each sponsorship along with a retainer. The proposed fee includes all costs the Consultant anticipates incurring during the performance of this RFP. Below is the detailed commission structure and retainer: Sponsorship/Naming Rights Deal Percentage Commission (%) All Deals 12% •A retainer of $66,000 (can be paid as a monthly retainer of $5,500 per month for the term of agreement; •Commission based on gross sales revenue *Confidential Required Forms 317 Address: 7901 4th St. N, 300 St. Petersburg FL. 77302 Phone: T(US): + 1 (321) 421-5776 T(UK): +44 (7888) 866 761 Catch us online: info@instigoagency.com www.instigoagency.com 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: 25Sept. 9 Instigo Samson Oni CEO Form W-9 (Rev. October 2018) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification a Go to www.irs.gov/FormW9 for instructions and the latest information. Give Form to the requester. Do not send to the IRS.Print or type. See Specific Instructions on page 3.1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. 2 Business name/disregarded entity name, if different from above 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the following seven boxes. Individual/sole proprietor or single-member LLC C Corporation S Corporation Partnership Trust/estate Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) a Note: Check the appropriate box in the line above for the tax classification of the single-member owner. Do not check LLC if the LLC is classified as a single-member LLC that is disregarded from the owner unless the owner of the LLC is another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single-member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner. Other (see instructions) a 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3): Exempt payee code (if any) Exemption from FATCA reporting code (if any) (Applies to accounts maintained outside the U.S.) 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. Also see 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 RevenueService (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 amno 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 a Date a 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. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) 07/11/2025 Form W-9 (Rev. 10-2018)Page 2 By signing the filled-out form, you: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. If applicable, you are also certifying that as a U.S. person, your allocable share of any partnership income from a U.S. trade or business is not subject to the withholding tax on foreign partners' share of effectively connected income, and 4. Certify that FATCA code(s) entered on this form (if any) indicating that you are exempt from the FATCA reporting, is correct. See What is FATCA reporting, later, for further information. Note: If you are a U.S. person and a requester gives you a form other than Form W-9 to request your TIN, you must use the requester’s form if it is substantially similar to this Form W-9. Definition of a U.S. person. For federal tax purposes, you are considered a U.S. person if you are: • An individual who is a U.S. citizen or U.S. resident alien; • A partnership, corporation, company, or association created or organized in the United States or under the laws of the United States; • An estate (other than a foreign estate); or • A domestic trust (as defined in Regulations section 301.7701-7). Special rules for partnerships. Partnerships that conduct a trade or business in the United States are generally required to pay a withholding tax under section 1446 on any foreign partners’ share of effectively connected taxable income from such business. Further, in certain cases where a Form W-9 has not been received, the rules under section 1446 require a partnership to presume that a partner is a foreign person, and pay the section 1446 withholding tax. Therefore, if you are a U.S. person that is a partner in a partnership conducting a trade or business in the United States, provide Form W-9 to the partnership to establish your U.S. status and avoid section 1446 withholding on your share of partnership income. In the cases below, the following person must give Form W-9 to the partnership for purposes of establishing its U.S. status and avoiding withholding on its allocable share of net income from the partnership conducting a trade or business in the United States. • In the case of a disregarded entity with a U.S. owner, the U.S. owner of the disregarded entity and not the entity; • In the case of a grantor trust with a U.S. grantor or other U.S. owner, generally, the U.S. grantor or other U.S. owner of the grantor trust and not the trust; and • In the case of a U.S. trust (other than a grantor trust), the U.S. trust (other than a grantor trust) and not the beneficiaries of the trust. Foreign person. If you are a foreign person or the U.S. branch of a foreign bank that has elected to be treated as a U.S. person, do not use Form W-9. Instead, use the appropriate Form W-8 or Form 8233 (see Pub. 515, Withholding of Tax on Nonresident Aliens and Foreign Entities). Nonresident alien who becomes a resident alien. Generally, only a nonresident alien individual may use the terms of a tax treaty to reduce or eliminate U.S. tax on certain types of income. However, most tax treaties contain a provision known as a “saving clause.” Exceptions specified in the saving clause may permit an exemption from tax to continue for certain types of income even after the payee has otherwise become a U.S. resident alien for tax purposes. If you are a U.S. resident alien who is relying on an exception contained in the saving clause of a tax treaty to claim an exemption from U.S. tax on certain types of income, you must attach a statement to Form W-9 that specifies the following five items. 1. The treaty country. Generally, this must be the same treaty under which you claimed exemption from tax as a nonresident alien. 2. The treaty article addressing the income. 3. The article number (or location) in the tax treaty that contains the saving clause and its exceptions. 4. The type and amount of income that qualifies for the exemption from tax. 5. Sufficient facts to justify the exemption from tax under the terms of the treaty article. Example. Article 20 of the U.S.-China income tax treaty allows an exemption from tax for scholarship income received by a Chinese student temporarily present in the United States. Under U.S. law, this student will become a resident alien for tax purposes if his or her stay in the United States exceeds 5 calendar years. However, paragraph 2 of the first Protocol to the U.S.-China treaty (dated April 30, 1984) allows the provisions of Article 20 to continue to apply even after the Chinese student becomes a resident alien of the United States. A Chinese student who qualifies for this exception (under paragraph 2 of the first protocol) and is relying on this exception to claim an exemption from tax on his or her scholarship or fellowship income would attach to Form W-9 a statement that includes the information described above to support that exemption. If you are a nonresident alien or a foreign entity, give the requester the appropriate completed Form W-8 or Form 8233. Backup Withholding What is backup withholding? Persons making certain payments to you must under certain conditions withhold and pay to the IRS 24% of such payments. This is called “backup withholding.” Payments that may be subject to backup withholding include interest, tax-exempt interest, dividends, broker and barter exchange transactions, rents, royalties, nonemployee pay, payments made in settlement of payment card and third party network transactions, and certain payments from fishing boat operators. Real estate transactions are not subject to backup withholding. You will not be subject to backup withholding on payments you receive if you give the requester your correct TIN, make the proper certifications, and report all your taxable interest and dividends on your tax return. Payments you receive will be subject to backup withholding if: 1. You do not furnish your TIN to the requester, 2. You do not certify your TIN when required (see the instructions for Part II for details), 3. The IRS tells the requester that you furnished an incorrect TIN, 4. The IRS tells you that you are subject to backup withholding because you did not report all your interest and dividends on your tax return (for reportable interest and dividends only), or 5. You do not certify to the requester that you are not subject to backup withholding under 4 above (for reportable interest and dividend accounts opened after 1983 only). Certain payees and payments are exempt from backup withholding. See Exempt payee code, later, and the separate Instructions for the Requester of Form W-9 for more information. Also see Special rules for partnerships, earlier. What is FATCA Reporting? The Foreign Account Tax Compliance Act (FATCA) requires a participating foreign financial institution to report all United States account holders that are specified United States persons. Certain payees are exempt from FATCA reporting. See Exemption from FATCA reporting code, later, and the Instructions for the Requester of Form W-9 for more information. Updating Your Information You must provide updated information to any person to whom you claimed to be an exempt payee if you are no longer an exempt payee and anticipate receiving reportable payments in the future from this person. For example, you may need to provide updated information if you are a C corporation that elects to be an S corporation, or if you no longer are tax exempt. In addition, you must furnish a new Form W-9 if the name or TIN changes for the account; for example, if the grantor of a grantor trust dies. Penalties Failure to furnish TIN. If you fail to furnish your correct TIN to a requester, you are subject to a penalty of $50 for each such failure unless your failure is due to reasonable cause and not to willful neglect. Civil penalty for false information with respect to withholding. If you make a false statement with no reasonable basis that results in no backup withholding, you are subject to a $500 penalty. Form W-9 (Rev. 10-2018)Page 3 Criminal penalty for falsifying information. Willfully falsifying certifications or affirmations may subject you to criminal penalties including fines and/or imprisonment. Misuse of TINs. If the requester discloses or uses TINs in violation of federal law, the requester may be subject to civil and criminal penalties. Specific Instructions Line 1 You must enter one of the following on this line; do not leave this line blank. The name should match the name on your tax return. If this Form W-9 is for a joint account (other than an account maintained by a foreign financial institution (FFI)), list first, and then circle, the name of the person or entity whose number you entered in Part I of Form W-9. If you are providing Form W-9 to an FFI to document a joint account, each holder of the account that is a U.S. person must provide a Form W-9. a. Individual. Generally, enter the name shown on your tax return. If you have changed your last name without informing the Social Security Administration (SSA) of the name change, enter your first name, the last name as shown on your social security card, and your new last name. Note: ITIN applicant: Enter your individual name as it was entered on your Form W-7 application, line 1a. This should also be the same as the name you entered on the Form 1040/1040A/1040EZ you filed with your application. b. Sole proprietor or single-member LLC. Enter your individual name as shown on your 1040/1040A/1040EZ on line 1. You may enter your business, trade, or “doing business as” (DBA) name on line 2. c. Partnership, LLC that is not a single-member LLC, C corporation, or S corporation. Enter the entity's name as shown on the entity's tax return on line 1 and any business, trade, or DBA name on line 2. d. Other entities. Enter your name as shown on required U.S. federal tax documents on line 1. This name should match the name shown on the charter or other legal document creating the entity. You may enter any business, trade, or DBA name on line 2. e. Disregarded entity. For U.S. federal tax purposes, an entity that is disregarded as an entity separate from its owner is treated as a “disregarded entity.” See Regulations section 301.7701-2(c)(2)(iii). Enter the owner's name on line 1. The name of the entity entered on line 1 should never be a disregarded entity. The name on line 1 should be the name shown on the income tax return on which the income should be reported. For example, if a foreign LLC that is treated as a disregarded entity for U.S. federal tax purposes has a single owner that is a U.S. person, the U.S. owner's name is required to be provided on line 1. If the direct owner of the entity is also a disregarded entity, enter the first owner that is not disregarded for federal tax purposes. Enter the disregarded entity's name on line 2, “Business name/disregarded entity name.” If the owner of the disregarded entity is a foreign person, the owner must complete an appropriate Form W-8 instead of a Form W-9. This is the case even if the foreign person has a U.S. TIN. Line 2 If you have a business name, trade name, DBA name, or disregarded entity name, you may enter it on line 2. Line 3 Check the appropriate box on line 3 for the U.S. federal tax classification of the person whose name is entered on line 1. Check only one box on line 3. IF the entity/person on line 1 is a(n) . . .THEN check the box for . . . • Corporation Corporation • Individual • Sole proprietorship, or • Single-member limited liability company (LLC) owned by an individual and disregarded for U.S. federal tax purposes. Individual/sole proprietor or single- member LLC • LLC treated as a partnership for U.S. federal tax purposes, • LLC that has filed Form 8832 or 2553 to be taxed as a corporation, or • LLC that is disregarded as an entity separate from its owner but the owner is another LLC that is not disregarded for U.S. federal tax purposes. Limited liability company and enter the appropriate tax classification. (P= Partnership; C= C corporation; or S= S corporation) • Partnership Partnership • Trust/estate Trust/estate Line 4, Exemptions If you are exempt from backup withholding and/or FATCA reporting, enter in the appropriate space on line 4 any code(s) that may apply to you. Exempt payee code. • Generally, individuals (including sole proprietors) are not exempt from backup withholding. • Except as provided below, corporations are exempt from backup withholding for certain payments, including interest and dividends. • Corporations are not exempt from backup withholding for payments made in settlement of payment card or third party network transactions. • Corporations are not exempt from backup withholding with respect to attorneys’ fees or gross proceeds paid to attorneys, and corporations that provide medical or health care services are not exempt with respect to payments reportable on Form 1099-MISC. The following codes identify payees that are exempt from backup withholding. Enter the appropriate code in the space in line 4. 1—An organization exempt from tax under section 501(a), any IRA, or a custodial account under section 403(b)(7) if the account satisfies the requirements of section 401(f)(2) 2—The United States or any of its agencies or instrumentalities 3—A state, the District of Columbia, a U.S. commonwealth or possession, or any of their political subdivisions or instrumentalities 4—A foreign government or any of its political subdivisions, agencies, or instrumentalities 5—A corporation 6—A dealer in securities or commodities required to register in the United States, the District of Columbia, or a U.S. commonwealth or possession 7—A futures commission merchant registered with the Commodity Futures Trading Commission 8—A real estate investment trust 9—An entity registered at all times during the tax year under the Investment Company Act of 1940 10—A common trust fund operated by a bank under section 584(a) 11—A financial institution 12—A middleman known in the investment community as a nominee or custodian 13—A trust exempt from tax under section 664 or described in section 4947 Form W-9 (Rev. 10-2018)Page 4 The following chart shows types of payments that may be exempt from backup withholding. The chart applies to the exempt payees listed above, 1 through 13. IF the payment is for . . .THEN the payment is exempt for . . . Interest and dividend payments All exempt payees except for 7 Broker transactions Exempt payees 1 through 4 and 6 through 11 and all C corporations. S corporations must not enter an exempt payee code because they are exempt only for sales of noncovered securities acquired prior to 2012. Barter exchange transactions and patronage dividends Exempt payees 1 through 4 Payments over $600 required to be reported and direct sales over $5,0001 Generally, exempt payees 1 through 52 Payments made in settlement of payment card or third party network transactions Exempt payees 1 through 4 1 See Form 1099-MISC, Miscellaneous Income, and its instructions. 2 However, the following payments made to a corporation and reportable on Form 1099-MISC are not exempt from backup withholding: medical and health care payments, attorneys’ fees, gross proceeds paid to an attorney reportable under section 6045(f), and payments for services paid by a federal executive agency. Exemption from FATCA reporting code. The following codes identify payees that are exempt from reporting under FATCA. These codes apply to persons submitting this form for accounts maintained outside of the United States by certain foreign financial institutions. Therefore, if you are only submitting this form for an account you hold in the United States, you may leave this field blank. Consult with the person requesting this form if you are uncertain if the financial institution is subject to these requirements. A requester may indicate that a code is not required by providing you with a Form W-9 with “Not Applicable” (or any similar indication) written or printed on the line for a FATCA exemption code. A—An organization exempt from tax under section 501(a) or any individual retirement plan as defined in section 7701(a)(37) B—The United States or any of its agencies or instrumentalities C—A state, the District of Columbia, a U.S. commonwealth or possession, or any of their political subdivisions or instrumentalities D—A corporation the stock of which is regularly traded on one or more established securities markets, as described in Regulations section 1.1472-1(c)(1)(i) E—A corporation that is a member of the same expanded affiliated group as a corporation described in Regulations section 1.1472-1(c)(1)(i) F—A dealer in securities, commodities, or derivative financial instruments (including notional principal contracts, futures, forwards, and options) that is registered as such under the laws of the United States or any state G—A real estate investment trust H—A regulated investment company as defined in section 851 or an entity registered at all times during the tax year under the Investment Company Act of 1940 I—A common trust fund as defined in section 584(a) J—A bank as defined in section 581 K—A broker L—A trust exempt from tax under section 664 or described in section 4947(a)(1) M—A tax exempt trust under a section 403(b) plan or section 457(g) plan Note: You may wish to consult with the financial institution requesting this form to determine whether the FATCA code and/or exempt payee code should be completed. Line 5 Enter your address (number, street, and apartment or suite number). This is where the requester of this Form W-9 will mail your information returns. If this address differs from the one the requester already has on file, write NEW at the top. If a new address is provided, there is still a chance the old address will be used until the payor changes your address in their records. Line 6 Enter your city, state, and ZIP code. Part I. Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. If you are a resident alien and you do not have and are not eligible to get an SSN, your TIN is your IRS individual taxpayer identification number (ITIN). Enter it in the social security number box. If you do not have an ITIN, see How to get a TIN below. If you are a sole proprietor and you have an EIN, you may enter either your SSN or EIN. If you are a single-member LLC that is disregarded as an entity separate from its owner, enter the owner’s SSN (or EIN, if the owner has one). Do not enter the disregarded entity’s EIN. If the LLC is classified as a corporation or partnership, enter the entity’s EIN. Note: See What Name and Number To Give the Requester, later, for further clarification of name and TIN combinations. How to get a TIN. If you do not have a TIN, apply for one immediately. To apply for an SSN, get Form SS-5, Application for a Social Security Card, from your local SSA office or get this form online at www.SSA.gov. You may also get this form by calling 1-800-772-1213. Use Form W-7, Application for IRS Individual Taxpayer Identification Number, to apply for an ITIN, or Form SS-4, Application for Employer Identification Number, to apply for an EIN. You can apply for an EIN online by accessing the IRS website at www.irs.gov/Businesses and clicking on Employer Identification Number (EIN) under Starting a Business. Go to www.irs.gov/Forms to view, download, or print Form W-7 and/or Form SS-4. Or, you can go to www.irs.gov/OrderForms to place an order and have Form W-7 and/or SS-4 mailed to you within 10 business days. If you are asked to complete Form W-9 but do not have a TIN, apply for a TIN and write “Applied For” in the space for the TIN, sign and date the form, and give it to the requester. For interest and dividend payments, and certain payments made with respect to readily tradable instruments, generally you will have 60 days to get a TIN and give it to the requester before you are subject to backup withholding on payments. The 60-day rule does not apply to other types of payments. You will be subject to backup withholding on all such payments until you provide your TIN to the requester. Note: Entering “Applied For” means that you have already applied for a TIN or that you intend to apply for one soon. Caution: A disregarded U.S. entity that has a foreign owner must use the appropriate Form W-8. Part II. Certification To establish to the withholding agent that you are a U.S. person, or resident alien, sign Form W-9. You may be requested to sign by the withholding agent even if item 1, 4, or 5 below indicates otherwise. For a joint account, only the person whose TIN is shown in Part I should sign (when required). In the case of a disregarded entity, the person identified on line 1 must sign. Exempt payees, see Exempt payee code, earlier. Signature requirements. Complete the certification as indicated in items 1 through 5 below. Form W-9 (Rev. 10-2018)Page 5 1. Interest, dividend, and barter exchange accounts opened before 1984 and broker accounts considered active during 1983. You must give your correct TIN, but you do not have to sign the certification. 2. Interest, dividend, broker, and barter exchange accounts opened after 1983 and broker accounts considered inactive during 1983. You must sign the certification or backup withholding will apply. If you are subject to backup withholding and you are merely providing your correct TIN to the requester, you must cross out item 2 in the certification before signing the form. 3. Real estate transactions. You must sign the certification. You may cross out item 2 of the certification. 4. Other payments. You must give your correct TIN, but you do not have to sign the certification unless you have been notified that you have previously given an incorrect TIN. “Other payments” include payments made in the course of the requester’s trade or business for rents, royalties, goods (other than bills for merchandise), medical and health care services (including payments to corporations), payments to a nonemployee for services, payments made in settlement of payment card and third party network transactions, payments to certain fishing boat crew members and fishermen, and gross proceeds paid to attorneys (including payments to corporations). 5. Mortgage interest paid by you, acquisition or abandonment of secured property, cancellation of debt, qualified tuition program payments (under section 529), ABLE accounts (under section 529A), IRA, Coverdell ESA, Archer MSA or HSA contributions or distributions, and pension distributions. You must give your correct TIN, but you do not have to sign the certification. What Name and Number To Give the Requester For this type of account:Give name and SSN of: 1. Individual The individual 2. Two or more individuals (joint account) other than an account maintained by an FFI The actual owner of the account or, if combined funds, the first individual on the account1 3. Two or more U.S. persons (joint account maintained by an FFI)Each holder of the account 4. Custodial account of a minor (Uniform Gift to Minors Act) The minor2 5. a. The usual revocable savings trust (grantor is also trustee) b. So-called trust account that is not a legal or valid trust under state law The grantor-trustee1 The actual owner1 6. Sole proprietorship or disregarded entity owned by an individual The owner3 7. Grantor trust filing under Optional Form 1099 Filing Method 1 (see Regulations section 1.671-4(b)(2)(i) (A)) The grantor* For this type of account:Give name and EIN of: 8. Disregarded entity not owned by an individual The owner 9. A valid trust, estate, or pension trust Legal entity4 10. Corporation or LLC electing corporate status on Form 8832 or Form 2553 The corporation 11. Association, club, religious, charitable, educational, or other tax- exempt organization The organization 12. Partnership or multi-member LLC The partnership 13. A broker or registered nominee The broker or nominee For this type of account:Give name and EIN of: 14. Account with the Department of Agriculture in the name of a public entity (such as a state or local government, school district, or prison) that receives agricultural program payments The public entity 15. Grantor trust filing under the Form 1041 Filing Method or the Optional Form 1099 Filing Method 2 (see Regulations section 1.671-4(b)(2)(i)(B)) The trust 1 List first and circle the name of the person whose number you furnish. If only one person on a joint account has an SSN, that person’s number must be furnished. 2 Circle the minor’s name and furnish the minor’s SSN. 3 You must show your individual name and you may also enter your business or DBA name on the “Business name/disregarded entity” name line. You may use either your SSN or EIN (if you have one), but the IRS encourages you to use your SSN. 4 List first and circle the name of the trust, estate, or pension trust. (Do not furnish the TIN of the personal representative or trustee unless the legal entity itself is not designated in the account title.) Also see Special rules for partnerships, earlier. *Note: The grantor also must provide a Form W-9 to trustee of trust. Note: If no name is circled when more than one name is listed, the number will be considered to be that of the first name listed. Secure Your Tax Records From Identity Theft Identity theft occurs when someone uses your personal information such as your name, SSN, or other identifying information, without your permission, to commit fraud or other crimes. An identity thief may use your SSN to get a job or may file a tax return using your SSN to receive a refund. To reduce your risk: • Protect your SSN, • Ensure your employer is protecting your SSN, and • Be careful when choosing a tax preparer. If your tax records are affected by identity theft and you receive a notice from the IRS, respond right away to the name and phone number printed on the IRS notice or letter. If your tax records are not currently affected by identity theft but you think you are at risk due to a lost or stolen purse or wallet, questionable credit card activity or credit report, contact the IRS Identity Theft Hotline at 1-800-908-4490 or submit Form 14039. For more information, see Pub. 5027, Identity Theft Information for Taxpayers. Victims of identity theft who are experiencing economic harm or a systemic problem, or are seeking help in resolving tax problems that have not been resolved through normal channels, may be eligible for Taxpayer Advocate Service (TAS) assistance. You can reach TAS by calling the TAS toll-free case intake line at 1-877-777-4778 or TTY/TDD 1-800-829-4059. Protect yourself from suspicious emails or phishing schemes. Phishing is the creation and use of email and websites designed to mimic legitimate business emails and websites. The most common act is sending an email to a user falsely claiming to be an established legitimate enterprise in an attempt to scam the user into surrendering private information that will be used for identity theft. Form W-9 (Rev. 10-2018)Page 6 The IRS does not initiate contacts with taxpayers via emails. Also, the IRS does not request personal detailed information through email or ask taxpayers for the PIN numbers, passwords, or similar secret access information for their credit card, bank, or other financial accounts. If you receive an unsolicited email claiming to be from the IRS, forward this message to phishing@irs.gov. You may also report misuse of the IRS name, logo, or other IRS property to the Treasury Inspector General for Tax Administration (TIGTA) at 1-800-366-4484. You can forward suspicious emails to the Federal Trade Commission at spam@uce.gov or report them at www.ftc.gov/complaint. You can contact the FTC at www.ftc.gov/idtheft or 877-IDTHEFT (877-438-4338). If you have been the victim of identity theft, see www.IdentityTheft.gov and Pub. 5027. Visit www.irs.gov/IdentityTheft to learn more about identity theft and how to reduce your risk. Privacy Act Notice Section 6109 of the Internal Revenue Code requires you to provide your correct TIN to persons (including federal agencies) who are required to file information returns with the IRS to report interest, dividends, or certain other income paid to you; mortgage interest you paid; the acquisition or abandonment of secured property; the cancellation of debt; or contributions you made to an IRA, Archer MSA, or HSA. The person collecting this form uses the information on the form to file information returns with the IRS, reporting the above information. Routine uses of this information include giving it to the Department of Justice for civil and criminal litigation and to cities, states, the District of Columbia, and U.S. commonwealths and possessions for use in administering their laws. The information also may be disclosed to other countries under a treaty, to federal and state agencies to enforce civil and criminal laws, or to federal law enforcement and intelligence agencies to combat terrorism. You must provide your TIN whether or not you are required to file a tax return. Under section 3406, payers must generally withhold a percentage of taxable interest, dividend, and certain other payments to a payee who does not give a TIN to the payer. Certain penalties may also apply for providing false or fraudulent information. October 2, 2025 NOTICE OF INTENT TO AWARD The Selection Committee in coordination with the Procurement Division has completed the evaluation process for RFP No. 54-25, Sponsorship and Naming Rights Services. The top-ranked firms have been shortlisted, and an awarded recommendation is being made to Instigo, the highest-ranked firm, for a period of one (1) year, with four (4), one (1) year renewal options. The ranked firms in order are as follows: 1) Instigo 2) CB Content Creation LLC 3) The Superlative Group Negotiations will commence soon with the top ranked firm. Should negotiations fail, the committee will move to the next ranked firm on the list. The negotiated contract is subject to City Manager or 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 1) CB Content Creation LLC 2) Instigo 8614 Firefly Place 7901 4th St N, Ste 300 Parrish, FL 34219 St Petersburg, FL 33702Certified: MBE 3) The Superlative Group 2843 Franklin Blvd Cleveland, OH 44113 ADVERTISED: TAMPA BAY TIMES 08.06.25 POSTED:myclearwater.com 08.05.25-09.09.25 Due/Opening: September 9, 2025; 10:00 a.m. REQUEST FOR PROPOSAL No. 54-25 Sponsorships and Naming Rights Rights Services Solicitation Response Listing FOR THE CITY OF CLEARWATER v. 7.2024 Procurement Division PO Box 4748 33758-4748 Clearwater FL 727-562-4630 REQUEST FOR PROPOSAL 54-25 SPONSORSHIP AND NAMING RIGHTS SERVICES NOTICE Tuesday, August 5, 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, September 9, 2025 to provide: The City of Clearwater is seeking to engage a qualified third-party consultant to evaluate, advise, solicit, secure, and support the implementation of sponsorship and naming rights opportunities for City-owned facilities and events. The goal is to generate additional revenue for designated facilities and activities. The selected vendor must have proven experience in these areas. Proposals must be in accordance with the provisions, specifications and instructions set forth herein and will be received by the Procurement Division until the above noted time, when they will be publicly acknowledged and accepted. Proposal packets, any attachments and addenda are available for download at: https://procurement.opengov.com/portal/myclearwater/projects/188227. 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/188227. All answers to inquiries will be posted on the City’s e-Procurement Portal. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries. This Request for Proposals is issued by: Lori Vogel, CPPB Procurement ManagerLori.vogel@myclearwater.com v. 7.2024 2 INSTRUCTIONS 2.1 Vendor Questions All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be submitted through the City's e-Procurement Portal, located at https://procurement.opengov.com/portal/myclearwater. Please note the deadline for submitting inquiries. All answers to inquiries will be posted on the City’s e-Procurement Portal. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries. 2.2 Addenda/Clarifications Any changes to the specifications will be in the form of an addendum. Vendors are required to register for an account via the City’s e-Procurement Portal hosted by OpenGov. Once the bidder has completed registration, they will receive addenda notifications to their email by clicking “Follow” on this project. Ultimately, it is the sole responsibility of each bidder to periodically check the site for any addenda at https://procurement.opengov.com/portal/myclearwater. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a proposal. 2.3 Due Date & Time for Submission and Opening Date: Tuesday, September 9, 2025 Time: 10:00 am The City will open all proposals properly and timely submitted and will record the names and other information specified by law and rule. All proposals become the property of the City and will not be returned except in the case of a late submission. Respondent names, as read at the bid opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, proposals are available for inspection by contacting the Procurement Division. 2.4 Proposal Firm Time Proposal shall remain firm and unaltered after opening for 120 days. The City may accept the proposal, subject to successful contract negotiations, at any time during this time. 2.5 Proposal Submittals It is recommended that proposals are submitted electronically through the City's e-Procurement Portal located at https://procurement.opengov.com/portal/myclearwater. By way of the e-Procurement Portal, responses will be locked and digitally encrypted until the submission deadline passes. E-mail or fax submissions will not be accepted. No responsibility will attach to the City of Clearwater, its employees or agents for premature opening of a proposal that is not properly addressed and identified. 2.6 Late Proposals The proposer assumes responsibility for having the proposal delivered on time at the place specified. All proposals received after the date and time specified shall not be considered and will be returned unopened to the proposer. The proposer assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent by mail or by means of personal delivery. It shall not be sufficient to show that you mailed or commenced delivery before the v. 7.2024 3 due date and time. All times are Clearwater, Florida local times. The proposer agrees to accept the time stamp in the City’s Procurement Office as the official time. 2.7 Lobbying; Lobbying No-Contact Period; Questions Regarding Solicitation From the time a competitive solicitation is posted until such time as the contract is awarded by the city or the solicitation is cancelled, all bidders, offerors, respondents, including their employees, representatives, and other individuals acting on their behalf, shall be prohibited from lobbying city officers, city employees, and evaluation committee members. Violation of this section may result in rejection/disqualification from award of the contract arising out of the competitive solicitation. All questions regarding the competitive solicitation must be submitted through the City's e-Procurement Portal, who will respond in writing and post such response to ensure that all respondents receive the same information during the No-Contact Period. The penalty for violating the No-Contact Period may include suspension or debarment. 2.8 Commencement of Work If proposer begins any billable work prior to the City’s final approval and execution of the contract, proposer does so at its own risk. 2.9 Responsibility to Read and Understand Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than seven (7) business days in advance of the due date notify the contact listed on this solicitation The City is not responsible for and will not pay any costs associated with the preparation and submission of the proposal. Proposers are cautioned to verify their proposals before submission, as amendments to or withdrawal of proposals submitted after time specified for opening of proposals may not be considered. The City will not be responsible for any proposer errors or omissions. 2.10 Form and Content of Proposals Proposals, including modifications, must be certified by an authorized representative and submitted electronically. In the event of a disparity between the unit price and the extended price, the unit price shall prevail unless obviously in error, as determined by the City. The City requires that an electronic copy of the proposal be submitted through the City's e-Procurement portal located at https://procurement.opengov.com/portal/myclearwater. The proposal must provide all information requested and must address all points. The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception, the City may reject the proposal. 2.11 Specifications Technical specifications define the minimum acceptable standard. When the specification calls for “Brand Name or Equal,” the brand name product is acceptable. Other products will be considered upon showing the other product meets stated specifications and is equivalent to the brand product in terms of quality, performance and desired characteristics. Minor differences that do not affect the suitability of the supply or service for the City’s needs may be accepted. Burden of proof that the product meets the minimum standards or is equal to the brand name product is on the proposer. The City reserves the right to reject proposals that the City deems unacceptable. v. 7.2024 4 2.12 Modification/Withdrawal of Proposal For proposals submitted electronically, vendors may use the "Unsubmit Response" button located on the Response Details page of their submission. Responses may be resubmitted once they have been edited or modified as needed. For mailed in or hand delivered proposals, written requests to modify or withdraw the proposal received by the City prior to the scheduled opening time will be accepted and will be corrected after opening. Written requests must be addressed and labeled in the same manner as the proposal and marked as a MODIFICATION or WITHDRAWAL of the proposal. No oral requests will be allowed. Requests for withdrawal after the bid opening will only be granted upon proof of undue hardship and may result in the forfeiture of any proposal security. Any withdrawal after the bid opening shall be allowed solely at the City’s discretion. 2.13 Debarment Disclosure If the vendor submitting a proposal has been debarred, suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a subcontractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pending, the proposer shall include a letter with its proposal identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating to the suspension or debarment. If suspension or debarment is currently pending, a detailed description of all relevant circumstances including the details enumerated above must be provided. A proposal from a proposer who is currently debarred, suspended or otherwise lawfully prohibited from any public procurement activity may be rejected. 2.14 Reservations The City reserves the right to reject any or all proposals or any part thereof; to rebid the solicitation; to reject non-responsive or non-responsible proposals; to reject unbalanced proposals; to reject proposals where the terms, prices, and/or awards are conditioned upon another event; to reject individual proposals for failure to meet any requirement; to award by item, part or portion of an item, group of items, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any proposal. The City may seek clarification of the proposal from proposer at any time, and failure to respond is cause for rejection. Submission of a proposal confers on proposer no right to an award or to a subsequent contract. The City is responsible to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor the City. No binding contract will exist between the proposer and the City until the City executes a written contract or purchase order. 2.15 Official Solicitation Document Changes to the solicitation document made by a proposer may not be acknowledged or accepted by the City. Award or execution of a contract does not constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be the official solicitation document. 2.16 Copying of Proposals Proposer hereby grants the City permission to copy all parts of its proposal, including without limitation any documents and/or materials copyrighted by the proposer. The City’s right to copy shall be for internal use in evaluating the proposal. 2.17 Contractor Ethics v. 7.2024 5 It is the intention of the City to promote courtesy, fairness, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this policy rests with each individual who participates in the Procurement process, including Respondents and Contractors. To achieve this purpose, it is essential that Respondents and Contractors doing business with the City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards to: A. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct. B. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or Services not provided. C. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract. 2.18 Gifts The City will accept no gifts, gratuities or advertising products from proposers or prospective proposers and affiliates. The City may request product samples from vendors for product evaluation. 2.19 Right to Protest Pursuant to Section 2.562(3), Clearwater Code of Ordinances, a bidder who submitted a response to a competitive solicitation and was not selected may appeal the decision through the bid protest procedures, a copy of which shall be available in the Procurement Division. A protesting bidder must include a fee of one percent of the amount of the bid or proposed contract to offset the City’s additional expenses related to the protest. This fee shall not exceed $5,000.00 nor be less than $50.00. Full refund will be provided should the protest be upheld. No partial refunds will be made. ADDRESS PROTESTS TO: City of Clearwater - Procurement Division 1255 Cleveland St, 3rd FL Clearwater FL 33755 or PO Box 4748 Clearwater FL 33758-4748 2.20 Evaluation Process Proposals will be reviewed by a screening committee comprised of City employees. The City staff may or may not initiate discussions with proposers for clarification purposes. Clarification is not an opportunity to change the proposal. Proposers shall not initiate discussions with any City employee or official. Respondent is hereby notified that Section 287.05701, Florida Statutes, requires that the City may not request documentation of or consider a vendor's social, political, or ideological interests when determining if the vendor is a responsible vendor. 2.21 Criteria for Evaluation and Award The City evaluates three (3) categories of information: responsiveness, responsibility, the technical proposal/price. All proposals must meet the following responsiveness and responsibility criteria. A. Responsiveness. The City will determine whether the proposal complies with the instructions for submitting proposals including completeness of proposal which encompasses the inclusion of all v. 7.2024 6 required attachments and submissions. The City must reject any proposals that are submitted late. Failure to meet other requirements may result in rejection. B. Responsibility. The City will determine whether the proposer is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced proposals, past performance, references (including those found outside the proposal), compliance with applicable laws, proposer's record of performance and integrity- e.g. has the proposer been delinquent or unfaithful to any contract with the City, whether the proposer is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A proposer must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review proposer’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. C. Technical Proposal. The City will determine how well proposals meet its requirements in terms of the response to the specifications and how well the offer addresses the needs of the project. The City will rank offers using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. If less than three (3) responsive proposals are received, at the City’s sole discretion, the proposals may be evaluated using simple comparative analysis instead of any announced method of evaluation, subject to meeting administrative and responsibility requirements. For this RFP, see Section CRITERIA FOR EVALUATION AND AWARD for the criteria that will be evaluated and their relative weights. 2.22 Short-Listing The City at its sole discretion may create a short-list of the highest ranked proposals based on evaluation against the evaluation criteria. Short-listed proposers may be invited to give presentations and/or interviews. Upon conclusion of any presentations/interviews, the City will finalize the ranking of shortlisted firms. 2.23 Presentations/Interviews Presentations and/or interviews may be requested at the City’s discretion. The location for these presentations and/or interviews will be determined by the City and may be held virtually. 2.24 Best and Final Offers The City may request best & final offers if deemed necessary, and will determine the scope and subject of any best & final request. However, the proposer should not expect that the City will ask for best & finals and should submit their best offer based on the terms and conditions set forth in this solicitation. 2.25 Cost Justification In the event only one response is received, the City may require that the proposer submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the proposal price is fair and reasonable. 2.26 Contract Negotiations and Acceptance v. 7.2024 7 Proposer must be prepared for the City to accept the proposal as submitted. If proposer fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject proposal or revoke the award, and may begin negotiations with another proposer. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the proposer and the City until the City executes a written contract or purchase order. 2.27 Notice of Intent to Award Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the proposer’s responsibility to check the City of Clearwater’s website at https://procurement.opengov.com/portal/myclearwater/projects/188227 to view the Procurement Division's Intent to Award postings. 2.28 RFP Timeline Dates are tentative and subject to change. Release Project Date: August 5, 2025 Advertise Tampa Bay Times: August 6, 2025 Question Submission Deadline: August 30, 2025, 10:00am Due Date & Time for Submissions and Opening: September 9, 2025, 10:00am Review proposals: September 9, 2025 - September 19, 2025 Presentations (if requested): Week of September 29, 2025 Award recommendation: Week of September 29, 2025 Council Authorization: November 2025 Contract Begins: November 2025 CRITERIA FOR EVALUATION AND AWARD The City evaluates three (3) categories of information: responsiveness, responsibility, the technical proposal/price. All proposals must meet the following responsiveness and responsibility criteria. A. Responsiveness. The City will determine whether the proposal complies with the instructions for submitting proposals including completeness of proposal which encompasses the inclusion of all required attachments and submissions. The City must reject any proposals that are submitted late. Failure to meet other requirements may result in rejection. B. Responsibility. The City will determine whether the proposer is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced proposals, past performance, references (including those found outside the proposal), compliance with applicable laws, proposer's record of performance and integrity- e.g. has the proposer been delinquent or unfaithful to any contract with the City, whether the proposer is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A proposer must at all times have v. 7.2024 8 financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review proposer’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. C. Technical Proposal. The City will determine how well proposals meet its requirements in terms of the response to the specifications and how well the offer addresses the needs of the project. The City will rank offers using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. If less than three (3) responsive proposals are received, at the City’s sole discretion, the proposals may be evaluated using simple comparative analysis instead of any announced method of evaluation, subject to meeting administrative and responsibility requirements. For this RFP, the criteria that will be evaluated and their relative weights are: No. Evaluation Criteria Scoring Method Weight (Points) 1. Proposers Experience and Qualifications Points Based 25 (25% of Total) 2. Past Performance and References Points Based 20 (20% of Total) 3. Key Personnel, Staffing and Workload Availability Points Based 20 (20% of Total) 4. Project Understanding and Approach Points Based 15 (15% of Total) 5. Cost Proposal Points Based 10 (10% of Total) 6. Local and Regional Knowledge Points Based 10 (10% of Total) 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. 4.1 Definitions Uses of the following terms are interchangeable as referenced: “vendor, contractor, consultant, supplier, proposer, company, persons”, “purchase order, PO, contract, agreement”, “City, Clearwater”, “bid, proposal, response, quote”. 4.2 Independent Contractor It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor’s employees, not City employees. Accordingly, Contractor and Contractor’s employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a v. 7.2024 9 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. 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 v. 7.2024 10 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. 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. v. 7.2024 11 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. 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. v. 7.2024 12 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 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 v. 7.2024 13 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 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. v. 7.2024 14 4.19 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. 4.20 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. 4.21 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. 4.22 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. 4.23 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 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. 4.24 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. 4.25 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. 4.26 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 v. 7.2024 15 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. 4.27 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 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. 4.28 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. 4.29 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. 4.30 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. v. 7.2024 16 4.31 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. 4.32 FOB Destination Freight Prepaid and Allowed All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. 4.33 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. 4.34 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. 4.35 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. 4.36 Proprietary Rights Indemnification Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret, or other intellectual property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action, or pay any settlement of such action or claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final judgment is obtained against the City’s use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense and without 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. 4.37 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). 4.38 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, v. 7.2024 17 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. 4.39 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. 4.40 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. 4.41 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. 4.42 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. 4.43 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. 4.44 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. 4.45 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. 4.46 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 v. 7.2024 18 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 committed to advancing sustainability through eco-friendly initiatives that enhance our economy, safeguard our environment, and fortify our community. 5.2 Background The City of Clearwater is proud of its longstanding commitment to delivering high-quality parks, recreation, and cultural programming, an effort that has earned numerous awards and national recognition. These accolades reflect what residents have known for years: Clearwater offers some of the most exceptional sports facilities in the country, with diverse programs catering to all ages, interests, and skill levels. From soccer and lacrosse to shuffleboard and horseshoes, Clearwater provides opportunities for nearly every type of recreation. Thanks to the city’s mild, year-round climate, both residents and visitors enjoy access to 3 public golf courses, as well as facilities for tennis, basketball, racquetball, and the increasingly popular pickleball. For those who prefer more leisurely outdoor activities, Clearwater offers numerous parks featuring trails, picnic shelters, playgrounds, and access to scenic beaches. Moccasin Lake Nature Park, for example, provides interactive environmental experiences for all ages, including nature trails, exhibits, Birds of Prey, a garden lodge, and more. Each year, thousands of youth, and collegiate, sports teams travel to Clearwater for national and international tournaments and training. Among the city’s most notable sports partnerships is its seven- decade relationship with Major League Baseball’s Philadelphia Phillies, who conduct spring training at BayCare Ballpark. The city is also home to the Clearwater Threshers, a Class-A affiliate of the Phillies. BayCare Ballpark, with a seating capacity of 8,500, offers fan-friendly amenities including a 360-degree concourse, grass berm seating, picnic areas, a tiki-hut pavilion, a children's play area, and a state-of-the-art video scoreboard. Through community partnerships, including one with the Tampa Bay Buccaneers and Clearwater for Youth, the city constructed a fully lit, multipurpose football and soccer practice field in the North Greenwood community. Named Tampa Bay Buccaneers Field, this facility supports local youth programs and serves as a symbol of positive community impact. Clearwater has also hosted Major League Soccer teams, including the Philadelphia Union and FC Cincy, pre-season training and exhibition matches against other teams training in nearby cities. v. 7.2024 19 The City of Clearwater operates six regional recreation centers, a nature center, tennis center and five public libraries. Each library is tailored to meet the specific needs of the communities they serve, with offerings that promote lifelong learning and engagement. Notably, the city’s joint-use library on the Clearwater campus of St. Petersburg College is a 40,000-square-foot, state-of-the-art facility serving both residents and students. To further enhance connectivity, Clearwater has been developing a comprehensive regional trail system that links neighborhoods, parks, and recreation facilities, while also connecting to the broader trail networks throughout Pinellas and Hillsborough counties. These off-street trails support biking, walking, jogging, and inline skating from Clearwater Beach to Tampa, and north-south from Tarpon Springs to St. Petersburg. The Clearwater Parks and Recreation Department also provides specialized programming through its Office on Aging, including services at the Aging Well Center. These programs promote health, wellness, education, creativity, and access to community resources for older adults. The Office on Aging serves as a comprehensive resource for seniors, caregivers, professionals, and community leaders. With a multi-year strategic plan in place, Clearwater continues to invest in enhancing the quality of life for older residents now and into the future. Clearwater also boasts a vibrant arts and cultural scene led by the renowned Ruth Eckerd Hall. This award-winning performing arts venue features a 2,180-seat acoustically acclaimed auditorium that hosts more than 200 performances annually, from classical and jazz to rock, Broadway, and international artists. Ruth Eckerd Hall also supports arts education through the Marcia P. Hoffman Center for the Performing Arts, offering programs and training to community members of all ages. Sports enthusiasts in Clearwater benefit from proximity to major professional teams in the Tampa Bay area, including the NFL’s Tampa Bay Buccaneers (Super Bowl Champions in 2003 and 2021), the NHL’s Tampa Bay Lightning (Stanley Cup Champions in 2004, 2020, and 2021), and MLB’s Tampa Bay Rays (American League Champions in 2008 and 2020). To sustain and expand the breadth of recreational and cultural experiences available to residents and visitors, the City of Clearwater is seeking qualified consultants to provide professional services for identifying, securing, and implementing sponsorships and naming rights opportunities. These efforts will support City-owned parks and recreation facilities, public buildings, and special events, helping generate supplemental revenue while enhancing community assets. 5.3 Scope of Services The City of Clearwater, Florida (City), is seeking proposals from qualified and experienced firms to provide sponsorship and naming rights services for City parks and recreation facilities, public buildings, and events. All services must be provided in accordance with the terms, conditions, and specifications outlined in this Request for Proposals (RFP). The purpose of this RFP is to retain a consultant or firm capable of delivering comprehensive sponsorship and naming rights solutions as described in the Scope of Work. Compensation shall be based on a commission percentage per sponsorship or naming rights secured. 5.4 Detailed Service Requirements and Deliverables v. 7.2024 20 The City organizes a variety of special events throughout the year, including major signature events such as The Sea Blues Festival, Clearwater Celebrates America, and the Turkey Trot. Sponsorship opportunities may be offered on a one-time, multi-year, or as-needed basis depending on the nature of the event or project. Naming rights may apply to existing City assets as well as future capital projects. The selected provider (Consultant) shall be responsible for the development and management of sponsorship and naming rights programs, including securing both cash and in-kind sponsors for City events, programs, and facilities (hereinafter referred to as “Services”). The Consultant must designate a single Lead Consultant to work directly with the City’s Special Events team. All services must be delivered in a diligent, professional, and results-driven manner, consistent with sound business practices. The Consultant must provide strategic recommendations that are in the best interest of the City. Timeliness is critical in all aspects of the agreement. The Consultant may continue providing promotional or consulting services to other clients, provided that such activities do not interfere with or conflict with their responsibilities to the City. The Consultant’s scope of services shall include, but not be limited to, the following: A. Sponsorship Program Development • Identify and establish sponsorship categories. • Develop sponsor package components. • Create benefit matrices showing sponsor contributions and corresponding benefits (e.g., on- site banners, radio spots, booths, etc.). • Design templates and blueprints for event sponsorships and identify untapped or incremental revenue sources. • Ensure alignment between sponsors and the City's quality standards and event reputations. • Support the development of marketing collateral. • Recommend promotional opportunities for both the City and sponsors. • Assist with creating electronic media promotions and contests to ensure professional quality. B. Sponsorship Solicitation • Develop comprehensive solicitation strategies and timelines. • Negotiate individual sponsorship agreements. • Ensure proper handling of permits, insurance, waivers, and other compliance documents. • Plan and manage sponsor-oriented contests, including legality of contest rules. • Address safety and security issues related to sponsorship activations. • Oversee the development of sponsorship signage. C. Naming Rights Services • Evaluate existing asset inventory and classify, value, and prioritize naming rights opportunities. v. 7.2024 21 • Identify and target business categories for solicitation. • Develop a strategic plan for pursuing naming rights, including assessment of existing agreements. • Design and implement a comprehensive naming rights program. D. Program Implementation • Create and execute a marketing plan to promote and secure naming rights and sponsorships. • Assist in evaluating proposals received by the City. • Support promotional initiatives designed to meet sponsor objectives. • Help secure in-kind sponsorships (e.g., media, hospitality, etc.). • Develop sponsor-specific timelines and schedules for each event. • Act as liaison between the City and sponsors to ensure successful outcomes. • Coordinate sponsor logistics including on-site setup, activation, and breakdown. • Collaborate with Special Events staff to ensure delivery of promised sponsor benefits. • Produce post-event recaps and documentation demonstrating fulfillment of sponsor commitments. E. Reporting & Communication • Participate in team meetings and provide monthly progress updates. • Submit quarterly progress reports to City staff. • Attend annual event planning meetings. • Provide a comprehensive year-end summary and analysis of results and accomplishments. 5.5 Minimum Qualifications Proposing firms must meet or exceed the following minimum requirements: • Demonstrated experience in securing naming rights and soliciting both cash and in-kind sponsorships for multiple, concurrent events, festivals, and City-owned facilities and buildings. • Familiarity with municipal operations, particularly in relation to Special Events and Capital Improvement Projects. • A minimum of five (5) years of relevant experience in sponsorship development and execution. • Sufficient staffing capacity to provide a consistent, dedicated Lead Consultant to work directly with City staff throughout the duration of the contract. • Proven ability to collaborate effectively with municipal staff, stakeholders, and community partners. • A minimum of three (3) references, preferably from other public entities, for whom similar services have been provided is required with submittal. v. 7.2024 22 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. 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. v. 7.2024 23 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, 54-25 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 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. 7.2 Renewal At the end of the initial term of this contract, the City may initiate renewal(s) as provided herein. The decision to renew a contract rests solely with the City. The City will give written notice of its intention to renew the contract no later than thirty (30) days prior to the expiration. four (4), one (1) year renewal(s) are possible at the City’s option. 7.3 Extension The City reserves the right to extend the term of this contract, provided however, that the City shall give written notice of its intentions to extend this contract no later than thirty (30) days prior to the expiration date of the contract. v. 7.2024 24 7.4 Prices All pricing shall be firm for the initial term of one (1) except where otherwise provided by the specifications, and include all transportation, insurance and warranty costs. The City shall not be invoiced at prices higher than those stated in any contract resulting from this proposal. A. The Contractor certifies that the prices offered are no higher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions. The Contractor further agrees that any reductions in the price of the goods or services covered by this proposal and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. B. During the sixty (60) day period prior to the renewal anniversary of the contract effective date, the Contractor may submit a written request that the City increase the prices in an amount for no more than the twelve month change in the Consumer Price Index for All Urban Consumers (CPI-U), US City Average, All Items, Not Seasonally Adjusted as published by the U.S. Department of Labor, Bureau of Labor Statistics for Tampa - St. Petersburg - Clearwater, FL (https://www.bls.gov/cpi/home.htm). The City shall review the request for adjustment and respond in writing; such response and approval shall not be unreasonably withheld. C. At the end of the initial term, pricing may be adjusted for amounts other than inflation based on mutual agreement of the parties after review of appropriate documentation. Renewal prices shall be firm for each renewal term listed above. D. No fuel surcharges will be accepted. RESPONSE ELEMENTS NOTE: Every proposal received by the City 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 Proposal Submission The City prefers responses are submitted electronically through the City's e-Procurement Portal located at https://procurement.opengov.com/portal/myclearwater. Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor internet connections. The City strongly recommends completing your response well ahead of the deadline. Bidders can get help through OpenGov Assist, located on the bottom right of the OpenGov portal. 8.2 Proposal Format The following items shall be included in your proposal and uploaded into the specified section of the TAB 1 – Letter of Interest. Provide a brief introductory letter that includes: a. A summary of the firm’s understanding of the City’s objectives and the scope of services described in this RFP. v. 7.2024 25 b. A statement signed by the firm’s principal confirming that the firm possesses sufficient personnel, equipment, and time resources to successfully perform the required services and is committed to this project. c. Contact information for the principal of the firm, including phone number and email address. TAB 2 – Proposers Experience and Qualifications. Provide a concise overview of the firm’s qualifications and relevant experience, including: a. Demonstrated expertise in securing sponsorships and naming rights for public or private sector organizations. b. Experience working with municipal or other public sector clients, especially those of similar size and scope. c. History of delivering successful outcomes on comparable projects, including examples of sponsorship revenue secured and naming rights agreements negotiated. d. Description of the firm’s approach to client service, including responsiveness, problem-solving capabilities, and effectiveness in communication and collaboration. TAB 3 – Past Performance and References. Demonstrate the firm’s past performance by including: a. A narrative describing the quality, relevance, and outcomes of prior work on similar engagements. b. A minimum of three (3) client references, preferably from public agencies, for which similar services were performed. Include agency name, contact name, title, phone number, and email address. c. Reference letters are encouraged and may be included to support the proposal. TAB 4 – Key Personnel and Staffing Availability. Identify the individuals assigned to the project and their qualifications: a. Names, roles, certifications, and relevant experience of key personnel. b. Specific expertise of assigned team members in the development, negotiation, and execution of sponsorships and naming rights. c. Resumes for all proposed staff, clearly identifying their responsibilities under this contract. d. Statement of the firm’s current and projected workload, and confirmation of its ability to commence work upon award. e. Availability of assigned personnel for the full duration of the project. TAB 5 – Project Understanding and Proposed Approach. Demonstrate the firm’s understanding of the City’s needs and explain how the services will be delivered: a. Description of the City’s goals as understood by the firm, including the development of naming rights opportunities for existing and planned assets, as well as sponsorship acquisition for special events. b. Detailed approach and methodology for fulfilling the scope of work, including roles, responsibilities, and staffing structure. c. Strategies for achieving measurable sponsorship revenue results that align with the City’s expectations. d. Discussion of potential project challenges and recommended solutions or mitigation strategies. e. Identification of any anticipated support, coordination, or resources needed from City staff. TAB 6 – Cost Proposal. Provide a detailed cost proposal that includes: a. Any proposed base monthly retainer or consulting fee, if applicable. Should both parties agree to extend the agreement, the awarded vendor may request a CPI increase applicable only to the monthly retainer (see the MILESTONES section for further details). b. Commission rates or fee structures related to sponsorship and naming rights revenue secured. c. A breakdown of any other anticipated costs associated with service delivery, materials, travel, or support services related to the scope of work. v. 7.2024 26 TAB 7 – Local and Regional Knowledge. Provide a summary demonstrating the firm’s knowledge of local and regional conditions that may influence the success of the project. Include specific examples of familiarity with the Clearwater community, its events, recreational assets, and any relevant partnerships or initiatives that may support project objectives. Other Forms. Reference Submittal Requirements  a. Scrutinized Companies Form(s)   b. Compliance with Anti-Human Trafficking Laws Form   c. W-9 Form.  Include a current W-9 form.  (available at http://www.irs.gov/pub/irs-pdf/fw9.pdf)  SUBMITTAL REQUIREMENTS 1 Exceptions* Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Do you have any exceptions to the provisions or specifications? ☐ Yes ☐ No *Response required When equals "Yes" Exceptions Taken* **Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a Proposal non-responsive. Upload a copy of any exceptions taken to the provisions or specifications in this solicitation. *Response required 2 Additional Materials* Have you included any additional materials? ☐ Yes ☐ No *Response required When equals "Yes" Description of Additional Materials* Provide a brief description of the additional materials included. *Response required 3 Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? ☐ Yes ☐ No *Response required v. 7.2024 27 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. 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. v. 7.2024 28 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 Proposal* Upload a copy of your proposal with the information requested as detailed in the solicitation titled 54-25 Sponsorship and Naming Rights Services. *Response required 7 Scrutinized Company Certification* Please download the below documents, complete, notarize, and upload. v. 7.2024 29 • 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 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#26-0048 Agenda Date: 2/2/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 3.2 SUBJECT/RECOMMENDATION: Authorize an increase and extension to the purchase order with Sentry Event Services of Tampa, FL, for citywide security and event services in the amount of $86,000.00 for Year Four, increasing the annual not-to-exceed amount from $200,000.00 to $286,000.00, and extending the contract for up to 120 calendar days, pursuant to Request for Proposal (RFP) 06-22, and authorize the appropriate officials to execute same. (consent) SUMMARY: On February 17, 2022, City Council approved a purchase order with Sentry Event Services, Inc. in an annual not-to-exceed amount of $200,000.00, with three one-year renewal options, pursuant to RFP 06-22 for Security Services. Under the current contract, Sentry provides security services for the Municipal Services Building (MSB), City Hall, City Council meetings, garage patrol, and Athletic and Special Event activities. The City has issued RFP 01-26 to establish a new security services contract; however, the evaluation and contract negotiation process will not be completed prior to the expiration of the current contract. In the interim, the Athletics and Special Events divisions have several upcoming events, including NFCA and ESPN-related events, that require continued security services. Approval of this item will authorize an extension of up to 120-days of the existing contract, through May 31, 2026, or until a new contract is awarded, whichever occurs first, and will ensure there is no lapse in security coverage while the new procurement process is completed. APPROPRIATION CODE AND AMOUNT: Funds have been budgeted in Building and Maintenance contractual services cost code for the Municipal Services Building and Main Library which includes Work Sessions, Council Meetings, and designated advisory board meetings. Security services for special events will be charged to Parks & Recreation Special Events Programs which are funded by special events revenues. Security services for parking will be charged to Engineering’s Parking Fund which is funded by parking revenues. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Approval of the purchase order supports several Strategic Plan Objectives, including: ·1.1: Provide evidence-based measurement tools to continually guide municipal performance and promote accountable governance. ·1.3: Adopt responsive levels of service for public facilities and amenities, and identify resources required to sustain that level of service. ·1.4: Foster safe and healthy communities in Clearwater through first-class public safety and emergency response services. ·2.3: Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events. Page 1 City of Clearwater Printed on 1/27/2026 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1152 Agenda Date: 2/2/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 4.1 SUBJECT/RECOMMENDATION: Award a construction contract to TLC Diversified, Inc for the Lift Station Point Repairs and Improvements in the annual amount of $5,000,000.00 for an initial term with three, one-year renewal options pursuant to invitation to Bid (ITB) 25-0006-UT; and authorize the appropriate officials to execute same. (consent) SUMMARY: The Public Utilities Department owns and operates 79 lift stations. The point repair and improvements contractor provides the Public Utilities Department with the flexibility and technical expertise necessary to address both planned and unforeseen maintenance needs. Proactive work under this program reduces the risk of equipment failures, minimizes costly emergency repairs, and ensures compliance with regulatory requirements, all while supporting long-term asset management and infrastructure renewal goals. On August 27, 2025, the city received three bids from pre-qualified bidders. TLC Diversified was the lowest and most responsive bidder. The other two bidders were Rowland Inc. and Razorback LLC. On October 24, 2025, the city’s Lift Station Program manager Tetra Tech reviewed the bidder’s submittal and prequalification package and consequently recommended award to TLC Diversified, Inc. This construction contract will be for an initial one-year term beginning upon issuance of the Notice to Proceed, with three additional one-year renewal options. APPROPRIATION CODE AND AMOUNT: 3217321-546700-96686 To provide additional funding needed for this project, a first quarter budget amendment will transfer Water revenue of $1,000,000.00 from project 321-96217, Pump Station R&R to 321-96686 Pump Station Replacement. This project is funded by revenues from the Water and Sewer Utility Enterprise Fund. STRATEGIC PRIORITY: This program aligns with Clearwater's 2023 Strategic Plan, particularly the priority areas of: ·Environmental Stewardship: Implementing proactive maintenance and rehabilitation of lift stations reduces the risk of sanitary sewer overflows (SSOs) and protects the surrounding coastal environment. ·High Performing Government: Utilizing an on-call contractor enhances the city's ability to deliver effective and efficient services by optimizing resources and responding promptly to maintenance needs. Community Well-Being: Ensuring the reliability of wastewater infrastructure contributes to exceptional communities and neighborhoods where residents can thrive. Page 1 City of Clearwater Printed on 1/27/2026 City of Clearwater Public Utilities Richard Gardner, Department Director 100 South Myrtle Avenue, Clearwater, FL 33756 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0006-UT Lift Station Point Repairs and Improvements RESPONSE DEADLINE: August 27, 2025 at 2:00 pm Report Generated: Thursday, August 28, 2025 TLC Diversified, Inc. Response CONTACT INFORMATION Company: TLC Diversified, Inc. Email: lmoore@tlcdiv.com Contact: Eric Macek Address: 2719 17th Street East Palmetto, FL 34221 Phone: (941) 722-0621 Website: www.tlcdiversified.com Submission Date: Aug 27, 2025 12:32 PM (Eastern Time) [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0006-UT Lift Station Point Repairs and Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - Lift Station Point Repairs and Improvements Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Aug 19, 2025 12:08 PM by Eric Macek Addendum #2 Confirmed Aug 19, 2025 12:08 PM by Eric Macek Addendum #3 Confirmed Aug 19, 2025 8:22 PM by Eric Macek QUESTIONNAIRE 1. Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? No 2. Vendor Certification* By submitting this response, the Vendor hereby certifies that: A. It is under no legal prohibition on contracting with the City of Clearwater. B. It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. C. It has no known, undisclosed conflicts of interest. D. The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0006-UT Lift Station Point Repairs and Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - Lift Station Point Repairs and Improvements Page 3 E. No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. F. It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. G. It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. H. It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. I. It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. J. It is current in all obligations due to the City. K. It will accept all terms and conditions as set forth in this solicitation if awarded by the City. L. The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. Confirmed 3. E-Verify System Certificattion* PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. The affiant, by virtue of confirming below, certifies that: A. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0006-UT Lift Station Point Repairs and Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - Lift Station Point Repairs and Improvements Page 4 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 4. Scrutinized Company Certification* Please download the below documents, complete, and upload. • SCRUTINIZED_COMPANIES_AND_B... Executed_Scrutinized_Company.pdf 5. Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... Executed_Compliance_with_Anti-Human.pdf [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0006-UT Lift Station Point Repairs and Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - Lift Station Point Repairs and Improvements Page 5 6. Section V - Contract Documents* Please download the below documents, complete, and upload. • Section_V_-_Contract_Docume... Section_V_Contract_Documents.pdf 7. W-9* Upload your current W-9 form. (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf) Typ_W-9_Executed_2025.pdf PRICE TABLES LIFT STATION POINT REPAIRS AND IMPROVEMENTS 25-0006-UT All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for Mobilization shall not exceed $3,000 for Non-Emergency Mobilization and $5,000 for Emergency Mobilization. Emergency and Non-Emergency mobilization are further defined in the Contract Documents. Line Item Description Quantity Unit of Measure Unit Cost Total GROUP A: LIFT STATION POINT REPAIRS AND IMPROVEMENTS (GENERAL CONTRACTOR) [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0006-UT Lift Station Point Repairs and Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - Lift Station Point Repairs and Improvements Page 6 Line Item Description Quantity Unit of Measure Unit Cost Total 1 Non-Emergency Mobilization/Demobilization & General Conditions (1) (Includes Group A, B and C) (3% of the Cost of the Work Performed NTE a Maximum of $3,000) 20 EA $3,000.00 $60,000.00 2 Emergency Mobilization/Demobilization & General Conditions (1) (Includes Group A, B and C) (5% of the Cost of the Work Performed NTE a Maximum of $5,000) 6 EA $5,000.00 $30,000.00 Bypass Pump Set Up / Demobilization & Maintenance (Labor and Materials) 3a 8” to 12” Gravity Sewer Flow 70 DAY $1,500.00 $105,000.00 3b 15” to 18” Gravity Sewer Flow 70 DAY $1,700.00 $119,000.00 3c 24” Gravity Sewer Flow 20 WK $12,500.00 $250,000.00 3d 30” Gravity Sewer Flow 20 WK $13,000.00 $260,000.00 3e 36” Gravity Sewer Flow 20 WK $13,500.00 $270,000.00 Maintenance of Traffic (*If not already included in Bid Items 4b-4f) 4a Flagman* 400 HR $60.00 $24,000.00 4b Multilane (FDOT Index No. 613) 70 EA/DAY $1,800.00 $126,000.00 4c Multilane (FDOT Index No. 614) 70 EA/DAY $1,800.00 $126,000.00 4d Multilane (FDOT Index No. 615) 70 EA/DAY $1,800.00 $126,000.00 4e Multilane (FDOT Index No. 616) 70 EA/DAY $1,800.00 $126,000.00 4f Multilane (FDOT Index No. 617) 70 EA/DAY $1,800.00 $126,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0006-UT Lift Station Point Repairs and Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - Lift Station Point Repairs and Improvements Page 7 Line Item Description Quantity Unit of Measure Unit Cost Total 4g Arrow Board - 5' Minimum Horizontal Size* 70 EA/DAY $28.00 $1,960.00 4h Variable Message Board* 70 EA/DAY $65.00 $4,550.00 4i Concrete Barrier (FDOT Index No. 415)* 70 EA/DAY $30.00 $2,100.00 4j Low Profile Barrier (FDOT Index No. 412)* 70 EA/DAY $25.00 $1,750.00 4k Sign in Work Zone* 70 EA/DAY $2.00 $140.00 4l FDOT Cone* 70 EA/DAY $2.00 $140.00 4m FDOT Channelizing Drum* 70 EA/DAY $2.00 $140.00 4n Barricade, Type III with Warning Light* 70 EA/DAY $5.00 $350.00 4o Barricade, Type I or II with Warning Light* 70 EA/DAY $2.00 $140.00 Labor Hours (Labor hours and equipment - Bid Items (5 and 6) shall only be used where not already included in a Bid Item.) 5a Superintendent regular time (Includes vehicle) 400 HOUR $120.00 $48,000.00 5b Superintendent overtime (Includes vehicle) 60 HOUR $145.00 $8,700.00 5c Forman regular time 800 HOUR $85.00 $68,000.00 5d Forman overtime 120 HOUR $100.00 $12,000.00 5e Operator regular time 800 HOUR $65.00 $52,000.00 5f Operator overtime 120 HOUR $85.00 $10,200.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0006-UT Lift Station Point Repairs and Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - Lift Station Point Repairs and Improvements Page 8 Line Item Description Quantity Unit of Measure Unit Cost Total 5g Truck Driver regular time 800 HOUR $60.00 $48,000.00 5h Truck Driver overtime 120 HOUR $75.00 $9,000.00 5i Pipe Layer regular time 800 HOUR $70.00 $56,000.00 5j Pipe Layer overtime 120 HOUR $90.00 $10,800.00 5k Laborer regular time 800 HOUR $60.00 $48,000.00 5l Laborer overtime 120 HOUR $80.00 $9,600.00 Equipment 6a Foreman's pickup truck with hand tools 920 HOUR $50.00 $46,000.00 6b Job truck with tools 920 HOUR $50.00 $46,000.00 6c Tractor & Trailer (Transport) 400 HOUR $50.00 $20,000.00 6d Track Hoe (to 100 HP) 400 HOUR $125.00 $50,000.00 6e Track Hoe (101 HP to 170 HP) 400 HOUR $125.00 $50,000.00 6f Track Hoe (171 HP and up) 400 HOUR $165.00 $66,000.00 6g Rubber Tired Backhoe 400 HOUR $100.00 $40,000.00 6h Wheel Loader (to 150 HP) 400 HOUR $75.00 $30,000.00 6i Wheel Loader (151 HP and up) 400 HOUR $85.00 $34,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0006-UT Lift Station Point Repairs and Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - Lift Station Point Repairs and Improvements Page 9 Line Item Description Quantity Unit of Measure Unit Cost Total 6j Track Type Tractors (to 100 HP) 400 HOUR $25.00 $10,000.00 6k Track Type Tractors (101 HP and up) 400 HOUR $26.00 $10,400.00 6l Dump Truck (Tandem Axle) 400 HOUR $90.00 $36,000.00 6m Plate Tamp 200 HOUR $20.00 $4,000.00 6n 3” Trash Pump 200 HOUR $20.00 $4,000.00 6o 4” Double Diaphragm Pump 200 HOUR $20.00 $4,000.00 6p Air Compressor (125 CFM min.) 200 HOUR $15.00 $3,000.00 6q 4” Jet Pump 200 HOUR $35.00 $7,000.00 6r Emergency Hauling up to 2500 gallons 100 HOUR $300.00 $30,000.00 6s Emergency Hauling over 2500 gallons 100 HOUR $325.00 $32,500.00 Landscaping/Restoration (Labor and Materials) 7a Seeding 1,000 SF $1.00 $1,000.00 7b Sodding 1,000 SF $2.25 $2,250.00 Site Materials 8a 3000 PSI Concrete with Concrete Additive (XYPEX) 100 CY $425.00 $42,500.00 8b Off Site Selected Fill 100 CY $30.00 $3,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0006-UT Lift Station Point Repairs and Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - Lift Station Point Repairs and Improvements Page 10 Line Item Description Quantity Unit of Measure Unit Cost Total 8c # 57 Washed Stone 50 TON $85.00 $4,250.00 8d Removal of Unsuitable Soil 50 TON $30.00 $1,500.00 8e Rip Rap 50 TON $200.00 $10,000.00 8f Flowable Fill 100 CY $225.00 $22,500.00 8g Misc. Concrete Removal 100 CY $165.00 $16,500.00 Well Point Dewatering (Labor and Materials) 9 Well Point Dewatering 3,000 LF/DAY $50.00 $150,000.00 Wet Well Misc. Rehabilitation (Labor and Materials) 10a Wet Well Fillet Repair for 6' dia. 10 EA $2,100.00 $21,000.00 10b Wet Well Fillet Repair for 8' dia. 10 EA $2,500.00 $25,000.00 10c Wet Well Fillet Repair for 10' dia. 10 EA $3,200.00 $32,000.00 10d Wet Well Fillet Replacement for 6' dia. 10 EA $5,500.00 $55,000.00 10e Wet Well Fillet Replacement for 8' dia. 10 EA $6,800.00 $68,000.00 10f Wet Well Fillet Replacement for 10' dia. 10 EA $7,900.00 $79,000.00 10g Injection grouting as required to stop Infiltration and Inflow 1,000 GAL $225.00 $225,000.00 10h Vac Truck 100 HR $425.00 $42,500.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0006-UT Lift Station Point Repairs and Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - Lift Station Point Repairs and Improvements Page 11 Line Item Description Quantity Unit of Measure Unit Cost Total 10i Vac Truck 70 Day $1,500.00 $105,000.00 10j Vac Truck 40 Week $4,000.00 $160,000.00 10k Remove existing liner for 6’ diameter wet well 250 VF $850.00 $212,500.00 10l Remove existing liner for 8’ diameter wet well 250 VF $1,150.00 $287,500.00 10m Remove existing liner for 10’ diameter wet well 250 VF $1,425.00 $356,250.00 Manhole Surfacing (Polyurethane) - Manhole Coating Product: Sprayroq (Labor and Materials) 11a Liner system for 6’ diameter wet well -125 MILS 300 VF $1,255.00 $376,500.00 11b Liner System for 6' diameter wet well -250 MILS 300 VF $1,500.00 $450,000.00 11c Liner system for 8’diameter wet well -125 MILS 300 VF $1,665.00 $499,500.00 11d Liner System for 8' diameter wet well -250 MILS 300 VF $2,000.00 $600,000.00 11e Liner system for 10’diameter wet well -125 MILS 300 VF $1,750.00 $525,000.00 11f Liner System for 10' diameter wet well -250 MILS 300 VF $2,080.00 $624,000.00 Clean and TV Sewer Pipe 12a 2"-6" 500 LF $40.00 $20,000.00 12b 8"-12" 500 LF $60.00 $30,000.00 12c 16"-24" 500 LF $90.00 $45,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0006-UT Lift Station Point Repairs and Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - Lift Station Point Repairs and Improvements Page 12 Line Item Description Quantity Unit of Measure Unit Cost Total 12d >30" 500 LF $92.00 $46,000.00 Grout Fill and Abandon Pipe 13a 2"-6" 500 LF $25.00 $12,500.00 13b 8"-12" 500 LF $40.00 $20,000.00 13c 16"-24" 500 LF $50.00 $25,000.00 13d >30" 500 LF $65.00 $32,500.00 Remove Abandoned Pipe 14a 2"-6" 500 LF $35.00 $17,500.00 14b 8"-12" 500 LF $50.00 $25,000.00 14c 16"-24" 500 LF $70.00 $35,000.00 14d >30" 500 LF $86.00 $43,000.00 Plug Valves (Labor and Materials) 15a 4” 20 EA $2,800.00 $56,000.00 15b 6” 20 EA $3,500.00 $70,000.00 15c 8” 20 EA $4,500.00 $90,000.00 15d 10” 20 EA $6,800.00 $136,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0006-UT Lift Station Point Repairs and Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - Lift Station Point Repairs and Improvements Page 13 Line Item Description Quantity Unit of Measure Unit Cost Total 15e 12” 20 EA $7,800.00 $156,000.00 15f 14” 10 EA $8,500.00 $85,000.00 15g 16" 10 EA $13,300.00 $133,000.00 15h 18” 10 EA $15,000.00 $150,000.00 15i 20” 10 EA $20,000.00 $200,000.00 15j 24" 6 EA $40,000.00 $240,000.00 15k 30" 2 EA $70,000.00 $140,000.00 Gate Valves (Labor and Materials) 16a 4” 20 EA $1,700.00 $34,000.00 16b 6” 20 EA $2,200.00 $44,000.00 16c 8” 20 EA $3,000.00 $60,000.00 16d 10” 20 EA $4,000.00 $80,000.00 16e 12” 20 EA $5,000.00 $100,000.00 16f 14” 10 EA $10,500.00 $105,000.00 16g 16" 10 EA $11,000.00 $110,000.00 16h 18” 10 EA $16,000.00 $160,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0006-UT Lift Station Point Repairs and Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - Lift Station Point Repairs and Improvements Page 14 Line Item Description Quantity Unit of Measure Unit Cost Total 16i 20” 10 EA $19,500.00 $195,000.00 16j 24" 6 EA $26,000.00 $156,000.00 16k 30" 2 EA $54,000.00 $108,000.00 Check Valves (Labor and Materials) 17a 4” 20 EA $3,000.00 $60,000.00 17b 6” 20 EA $4,800.00 $96,000.00 17c 8” 20 EA $6,500.00 $130,000.00 17d 10” 20 EA $7,500.00 $150,000.00 17e 12” 20 EA $12,000.00 $240,000.00 17f 14” 10 EA $14,500.00 $145,000.00 17g 16" 10 EA $18,500.00 $185,000.00 17h 18” 10 EA $23,000.00 $230,000.00 17i 20” 10 EA $27,000.00 $270,000.00 17j 24" 6 EA $49,000.00 $294,000.00 17k 30" 2 EA $69,000.00 $138,000.00 Ductile Iron Pipe Protecto 401 Ceramic Epoxy Lined (LF or VF) (Labor, Materials and Associated Restraints) [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0006-UT Lift Station Point Repairs and Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - Lift Station Point Repairs and Improvements Page 15 Line Item Description Quantity Unit of Measure Unit Cost Total 18a 4” 250 LF $175.00 $43,750.00 18b 6” 250 LF $180.00 $45,000.00 18c 8” 250 LF $185.00 $46,250.00 18d 10” 250 LF $190.00 $47,500.00 18e 12” 250 LF $215.00 $53,750.00 18f 14” 125 LF $260.00 $32,500.00 18g 16" 125 LF $270.00 $33,750.00 18h 18” 125 LF $320.00 $40,000.00 18i 20” 125 LF $330.00 $41,250.00 18j 24" 125 LF $420.00 $52,500.00 18k 30" 125 LF $550.00 $68,750.00 Ductile Iron 90 Degree Fittings (Labor, Materials and Associated Restraints) 19a 4” 20 EA $1,400.00 $28,000.00 19b 6” 20 EA $1,600.00 $32,000.00 19c 8” 20 EA $2,300.00 $46,000.00 19d 10” 20 EA $3,100.00 $62,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0006-UT Lift Station Point Repairs and Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - Lift Station Point Repairs and Improvements Page 16 Line Item Description Quantity Unit of Measure Unit Cost Total 19e 12” 20 EA $3,500.00 $70,000.00 19f 14” 10 EA $4,500.00 $45,000.00 19g 16" 10 EA $5,700.00 $57,000.00 19h 18” 10 EA $7,500.00 $75,000.00 19i 20” 10 EA $9,000.00 $90,000.00 19j 24" 10 EA $13,000.00 $130,000.00 19k 30" 10 EA $20,000.00 $200,000.00 Ductile Iron 45 Degree Fittings (Labor, Materials and Associated Restraints) 20a 4” 20 EA $1,300.00 $26,000.00 20b 6” 20 EA $1,500.00 $30,000.00 20c 8” 20 EA $2,000.00 $40,000.00 20d 10” 20 EA $2,200.00 $44,000.00 20e 12” 20 EA $2,900.00 $58,000.00 20f 14” 10 EA $3,500.00 $35,000.00 20g 16" 10 EA $4,500.00 $45,000.00 20h 18” 10 EA $6,800.00 $68,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0006-UT Lift Station Point Repairs and Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - Lift Station Point Repairs and Improvements Page 17 Line Item Description Quantity Unit of Measure Unit Cost Total 20i 20” 10 EA $8,500.00 $85,000.00 20j 24" 10 EA $10,000.00 $100,000.00 20k 30" 10 EA $20,000.00 $200,000.00 316L Stainless Steel SCH 40 Flanged Riser (LF or VF) (Labor and Materials) 21a 4” 250 LF $350.00 $87,500.00 21b 6” 250 LF $490.00 $122,500.00 21c 8” 250 LF $1,000.00 $250,000.00 21d 10” 250 LF $1,100.00 $275,000.00 21e 12” 250 LF $1,300.00 $325,000.00 HDPE (LF or VF) (Labor and Materials) 22a 4” 250 LF $55.00 $13,750.00 22b 6” 250 LF $65.00 $16,250.00 22c 8” 250 LF $75.00 $18,750.00 22d 10” 250 LF $85.00 $21,250.00 22e 12” 250 LF $100.00 $25,000.00 22f 14” 125 LF $120.00 $15,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0006-UT Lift Station Point Repairs and Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - Lift Station Point Repairs and Improvements Page 18 Line Item Description Quantity Unit of Measure Unit Cost Total 22g 16" 125 LF $140.00 $17,500.00 22h 18” 125 LF $185.00 $23,125.00 22i 20” 125 LF $200.00 $25,000.00 22j 24" 125 LF $260.00 $32,500.00 22k 30" 125 LF $370.00 $46,250.00 PVC (LF or VF) (Labor and Materials) 23a 2" 250 LF $25.00 $6,250.00 23b 4" 250 LF $50.00 $12,500.00 23c 6” 250 LF $55.00 $13,750.00 23d 8” 250 LF $70.00 $17,500.00 23e 10” 250 LF $90.00 $22,500.00 23f 12” 250 LF $105.00 $26,250.00 23g 14” 125 LF $115.00 $14,375.00 23h 16" 125 LF $135.00 $16,875.00 23i 18” 125 LF $155.00 $19,375.00 23j 20” 125 LF $185.00 $23,125.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0006-UT Lift Station Point Repairs and Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - Lift Station Point Repairs and Improvements Page 19 Line Item Description Quantity Unit of Measure Unit Cost Total 23k 24" 125 LF $250.00 $31,250.00 23l 30" 125 LF $350.00 $43,750.00 GROUP B: LIFT STATION POINT REPAIRS AND IMPROVEMENTS (ELECTRICAL CONTRACTOR) 1 Non-Emergency Mobilization/Demobilization & General Conditions (1) (3% of the Cost of the Work Performed NTE a Maximum of $3,000) Included in Group A: Lift Station Point Repairs and Improvements (General Contractor) 0 EA $3,000.00 2 Emergency Mobilization/Demobilization & General Conditions (1) (5% of the Cost of the Work Performed NTE a Maximum of $5,000) Included in Group A: Lift Station Point Repairs and Improvements (General Contractor) 0 EA $5,000.00 Labor Hours (Labor hours and equipment Bid Items 3 and 4 shall only be used where not already included in a Bid Item.) 3a Superintendent regular time (Includes vehicle) 400 HOUR $110.00 $44,000.00 3b Superintendent overtime (Includes vehicle) 60 HOUR $150.00 $9,000.00 3c Master Electrician regular time 800 HOUR $150.00 $120,000.00 3d Master Electrician overtime 120 HOUR $225.00 $27,000.00 3e Journeyman Electrician regular time 800 HOUR $120.00 $96,000.00 3f Journeyman Electrician overtime 120 HOUR $170.00 $20,400.00 3g Apprentice Electrician regular time 800 HOUR $106.00 $84,800.00 3h Apprentice Electrician overtime 120 HOUR $150.00 $18,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0006-UT Lift Station Point Repairs and Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - Lift Station Point Repairs and Improvements Page 20 Line Item Description Quantity Unit of Measure Unit Cost Total 3i Field Service Technician regular time 800 HOUR $150.00 $120,000.00 3j Field Service Technician overtime 120 HOUR $225.00 $27,000.00 3k Instrumentation and Controls Technician regular time 800 HOUR $190.00 $152,000.00 3l Instrumentation and Controls Technician overtime 120 HOUR $213.00 $25,560.00 Equipment 4a Master Electrician's job truck with tools 920 HOUR $65.00 $59,800.00 4b Job truck with tools 920 HOUR $65.00 $59,800.00 Disconnects (Includes Labor and Materials) 5a Square D 60 Amp 20 EA $11,000.00 $220,000.00 5b Square D 100 Amp 20 EA $13,500.00 $270,000.00 5c Square D 200 Amp 20 EA $20,000.00 $400,000.00 5d Square D 250 Amp 10 EA $20,000.00 $200,000.00 5e Square D 400 Amp 10 EA $20,500.00 $205,000.00 5f Square D 800 Amp 10 EA $23,000.00 $230,000.00 Breakers (Includes Labor and Materials) 6a Square D 15 Amp 20 EA $2,350.00 $47,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0006-UT Lift Station Point Repairs and Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - Lift Station Point Repairs and Improvements Page 21 Line Item Description Quantity Unit of Measure Unit Cost Total 6b Square D 20 Amp 20 EA $2,350.00 $47,000.00 6c Square D 25 Amp 20 EA $2,800.00 $56,000.00 6d Square D 30 Amp 20 EA $2,800.00 $56,000.00 6e Square D 35 Amp 20 EA $2,900.00 $58,000.00 6f Square D 40 Amp 20 EA $3,350.00 $67,000.00 6g Square D 45 Amp 20 EA $3,350.00 $67,000.00 6h Square D 50 Amp 20 EA $4,000.00 $80,000.00 6i Square D 60 Amp 20 EA $4,000.00 $80,000.00 6j Square D 70 Amp 20 EA $4,800.00 $96,000.00 6k Square D 80 Amp 20 EA $4,800.00 $96,000.00 6l Square D 90 Amp 20 EA $5,800.00 $116,000.00 6m Square D 100 Amp 20 EA $5,800.00 $116,000.00 6n Square D 110 Amp 10 EA $6,900.00 $69,000.00 6o Square D 125 Amp 10 EA $7,100.00 $71,000.00 6p Square D 200 Amp 10 EA $7,600.00 $76,000.00 6q Square D 250 Amp 10 EA $8,300.00 $83,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0006-UT Lift Station Point Repairs and Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - Lift Station Point Repairs and Improvements Page 22 Line Item Description Quantity Unit of Measure Unit Cost Total VFD's (480 - 3 Phase) (Includes Labor and Materials) 7a LS #42 - 40 HP / 58 A / 480 Volt - Yaskawa PW4A0058FAA 4 EA $24,000.00 $96,000.00 7b LS #45 - 125 HP / 165 A / 480 Volt - Yaskawa PW4A0165FAA 4 EA $35,000.00 $140,000.00 7c LS #16 - 125 HP / 165 A / 480 Volt - Yaskawa PW4A0165FAA 4 EA $36,000.00 $144,000.00 7d LS #58 - 200 HP / 250 A / 480 Volt - Yaskawa PW4A0250AAA 4 EA $50,000.00 $200,000.00 Soft Starters (480 - 3 Phase) (Includes Labor and Materials) 8a 25 HP to 50 HP Solcon RVS-DX-72 10 EA $11,000.00 $110,000.00 8b 60 HP to 75 HP Solcon RVS-DX-105 10 EA $13,100.00 $131,000.00 8c 50 HP to 100 HP Solcon RVS-DX-145 10 EA $21,000.00 $210,000.00 Motor Starters (480 Volt or 230 Volt - 3 Phase) (Includes Labor and Materials) 9a Allen Bradley NEMA 0 20 EA $11,500.00 $230,000.00 9b Allen Bradley NEMA 1 20 EA $14,000.00 $280,000.00 9c Allen Bradley NEMA 2 20 EA $18,000.00 $360,000.00 9d Allen Bradley NEMA 3 10 EA $20,000.00 $200,000.00 9e Allen Bradley NEMA 4 10 EA $22,500.00 $225,000.00 9f Square D NEMA 0 20 EA $11,170.00 $223,400.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0006-UT Lift Station Point Repairs and Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - Lift Station Point Repairs and Improvements Page 23 Line Item Description Quantity Unit of Measure Unit Cost Total 9g Square D NEMA 1 20 EA $14,000.00 $280,000.00 9h Square D NEMA 2 20 EA $16,500.00 $330,000.00 9i Square D NEMA 3 10 EA $19,000.00 $190,000.00 9j Square D NEMA 4 10 EA $21,500.00 $215,000.00 Controller (Includes Labor and Materials) 10a Data Flow Systems (DFS) 00540-008 10 EA $27,000.00 $270,000.00 10b Data Flow Systems (DFS) 00367-008 10 EA $30,000.00 $300,000.00 10c EMC Model SEL70B2 10 EA $19,500.00 $195,000.00 Generator Connection Box with Camlocks 11 Generator Connection Box with Camlocks 50 EA $37,000.00 $1,850,000.00 GROUP C: LIFT STATION POINT REPAIRS AND IMPROVEMENTS (MECHANICAL CONTRACTOR) 1 Non-Emergency Mobilization/Demobilization & General Conditions (1) (3% of the Cost of the Work Performed NTE a Maximum of $3,000) Included in Group A: Lift Station Point Repairs and Improvements (General Contractor) 0 EA $3,000.00 2 Emergency Mobilization/Demobilization & General Conditions (1) (5% of the Cost of the Work Performed NTE a Maximum of $5,000) Included in Group A: Lift Station Point Repairs and Improvements (General Contractor) 0 EA $5,000.00 Labor Hours. (Labor hours and equipment Bid Items (3 and 4) shall only be used where not already included in a Bid Item.) [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0006-UT Lift Station Point Repairs and Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - Lift Station Point Repairs and Improvements Page 24 Line Item Description Quantity Unit of Measure Unit Cost Total 3a Superintendent regular time (Includes vehicle) 400 HOUR $140.00 $56,000.00 3b Superintendent overtime (Includes vehicle) 60 HOUR $165.00 $9,900.00 3c Pump Technician regular time 800 HOUR $105.00 $84,000.00 3d Pump Technician overtime 120 HOUR $125.00 $15,000.00 3e Mechanical Technician regular time 800 HOUR $80.00 $64,000.00 3f Mechanical Technician overtime 120 HOUR $100.00 $12,000.00 3g Plumber regular time 800 HOUR $90.00 $72,000.00 3h Plumber overtime 120 HOUR $95.00 $11,400.00 3i Laborer regular time 800 HOUR $55.00 $44,000.00 3j Laborer overtime 120 HOUR $85.00 $10,200.00 Equipment 4a Pump Technician's job truck with tools 920 HOUR $50.00 $46,000.00 4b Job truck with tools 920 HOUR $50.00 $46,000.00 Replacement of One Pump (480/230 Volts - 3 Phase) (Labor and Materials) (If actual HP at the Lift Station is different than shown round up to larger HP) 5a Flygt N Series - 5 HP or Less (480/230 Volts) 20 EA $17,000.00 $340,000.00 5b Flygt N Series - 7.5 HP (480/230 Volts) 20 EA $22,000.00 $440,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0006-UT Lift Station Point Repairs and Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - Lift Station Point Repairs and Improvements Page 25 Line Item Description Quantity Unit of Measure Unit Cost Total 5c Flygt N Series - 10 HP (480/230 Volts) 20 EA $23,000.00 $460,000.00 5d Flygt N Series - 15 HP (480/230 Volts) 20 EA $25,000.00 $500,000.00 5e Flygt N Series - 20 HP (480/230 Volts) 20 EA $41,000.00 $820,000.00 5f Flygt N Series - 25 HP (480 Volts) 10 EA $49,000.00 $490,000.00 5g Flygt N Series - 30 HP (480 Volts) 10 EA $55,000.00 $550,000.00 5h Flygt N Series - 35 HP (480 Volts) 10 EA $58,000.00 $580,000.00 5i Flygt N Series - 45 HP (480 Volts) 10 EA $65,000.00 $650,000.00 5j Flygt N Series - 50 HP (480 Volts) 10 EA $77,000.00 $770,000.00 5k Flygt N Series - 60 HP (480 Volts) 6 EA $85,000.00 $510,000.00 5l Flygt N Series - 85 HP (480 Volts) 6 EA $90,000.00 $540,000.00 5m Flygt N Series - 100 HP (480 Volts) 6 EA $150,000.00 $900,000.00 5n Flygt N Series - 160 HP (480 Volts) 6 EA $260,000.00 $1,560,000.00 5o Flygt N Series - 200 HP (480 Volts) 6 EA $300,000.00 $1,800,000.00 TOTAL $37,419,355.00 CITY CONTROLLED CONTINGENCY Add 10% contingency based on subtotal of ALL lines in the Pricing Sheet above (Groups A, B and C, inclusive). [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0006-UT Lift Station Point Repairs and Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - Lift Station Point Repairs and Improvements Page 26 Line Item Description Quantity Unit of Measure Unit Cost Total X. City Controlled Contingency (10%) 1 LS $3,741,935.50 $3,741,935.50 TOTAL $3,741,935.50 ANNUAL CITY-CONTROLLED ALLOWANCE FOR ITEMS (LABOR AND/OR MATERIALS) NOT INCLUDED IN GROUPS A, B AND C ABOVE. Contractor Mark-up Not-To Exceed 10% will be negotiated for Identified Projects. Line Item Description Unit of Measure Total XX. City Controlled Allowance Annually Maximum Allowance $500,000.00 hll SlifNot g ☑ P p x M py oalag 230-3590 nnan sau ort County of Medina Ss.: TARIAL TATS TE OF Layph p Laur ElleEllan l X 25 Sa Ell X p D 8/19/2 8/19 EVerify C No S T 1 EVerify 1 EVerify THE STATE OF FLOGREAT SEAL OD WE TRUSDEPARTMENTXNS4RUCTION INDUSTRY LICENSINAL CONTRACTOR HEREIN IS CERTIFIED UNDERIONS OF CHAPTER 489, FLORIDA STATUTESLAMBERSON, DALAS HAMPTONRTLC DIVERSIFIED, INC.2719 17TH ST EASTPALMETTO FL 34221LICENSE NUMBER: CGC1534995DATE: AUGUST 31, 202FloridadborN STATE OF FLORID GREAT SEDEPARTMENTNALFloridadborRUCTION INDUSTRY LICENSINGUTILITY & EXCAVATION CO HEREIN ISCERTIFIED UNDER¡IONS OF CHAPTER 489, FLORIDA STATUTESGREAT SEXМАСЕК, ЕRICTLC DIVERSIFIED, INC.2719 17TH STREET EASTPALMETTOFL 34221LICENSE NUMBER: CUC1225581FLORIDN TLC tl-ett sam OTARY ASS Yonern TLC a p// State of Florida Department of State OF THE STATE OF IN GOD WE TRUS Da Fom W-9 property can..contributio s you are not required to sign the certification, bat on S Tetra Tech, Inc. 201 E. Pine Street, Suite 1000, Orlando, FL 32801 Tel 407.839.3955 Fax 407.839.3790 www.tetratech.com October 24, 2025 Mr. Adrian Gonzalez Engineering Specialist III City of Clearwater Public Utilities – Utilities Engineering Clearwater, FL Subject: Bid No. 25-0006-UT – Lift Station Point Repairs and Improvements Bid Evaluation TT #: 200-41125-23002 Dear Mr. Gonzalez, Tetra Tech has reviewed the bids that were received for the above referenced project by the City of Clearwater on August 27, 2025. The three (3) bids received are summarized below: Contractor TLC Diversified Rowland Razorback Total Base Bid (Group A, B, C) $37,419,355.00 $38,820,339.00 $56,073,845.00 City Controlled Contingency (10%) $3,741,935.50 $3,882,033.90 * $5,607,384.50 City Controlled Allowance (1 Year) $500,000.00 $500,000.00 $500,000.00 Total Bid $41,661,290.50 $43,202,372.90 $62,181,229.50 * Math Error Corrected The Bid Tabulation shows that TLC Diversified, Inc. is the apparent low bidder with a Total Bid of $41,661,290.50. TLC Diversified, Inc. was approved through the City’s Contractor Prequalification Program in 2023. Approved project categories include Demolition, HDD, Sanitary & Storm Sewers, Sanitary Pump Stations, Specialty Concrete & Coating Work, Wastewater & Water Treatment Facilities, Water & Force Mains. TLC Diversified has an Approved Maximum Bid Limit which is unlimited and a Prequalification Expiration date of February 22, 2026. Page 2 of 2 Project experience provided in TLC Diversified’s Prequalification Package includes similar previously completed projects. There were written references provided by three (3) municipalities in their Prequalification Package and all with favorable responses. TLC Diversified, Inc. is a Certified General Contractor in the State of Florida with an active license. Based on TLC Diversfied’s Pre-Qualification, the City’s review of their Bid, references submitted, and Tetra Tech’s review of the Bid Form; Tetra Tech recommends the City award this project to TLC Diversified, Inc. The City should verify that all of the submitted documents meet the City’s requirements for the project. Please do not hesitate to contact me if you have any questions. Tetra Tech Paul Clinghan, P.E. Senior Project Manager C: Andrew Woodcock, P.E., Tetra Tech James Uzdavinis, P.E., Tetra Tech October 27, 2025 NOTICE OF INTENT TO AWARD Public Utilities and the Procurement Division recommend award of ITB No. 25-0006-UT, Lift Station Point Repairs and Improvements, to TLC Diversified, Inc., the lowest most responsible bidder, in accordance with the bid specifications, in the estimated amount of $41,661,290.50, which includes a 10% City Controlled Contingency of $3,741,935.50 and a City Controlled Allowance for one year of $500,000. This Award recommendation will be considered and voted on by the City Council at the November 17, 2025, work session. These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. It is recommended that you check our website at City Meetings and View Meeting Calendars to ensure that the location has not changed. Inquiries regarding this Intent to Award can be directed to Michelle Mack, Contracts and Procurement Specialist at Michelle.Mack@myclearwater.com, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Michelle Mack Contracts and Procurement Specialist City of Clearwater Public Utilities Richard Gardner, Department Director 100 South Myrtle Avenue, Clearwater, FL 33756 EVALUATION TABULATION ITB No. 25-0006-UT Lift Station Point Repairs and Improvements RESPONSE DEADLINE: August 27, 2025 at 2:00 pm Report Generated: Tuesday, November 25, 2025 SELECTED VENDOR TOTALS Vendor Total TLC Diversified, Inc. $41,661,290.50 Rowland DE LLC. $43,210,878.90 Razorback LLC $62,181,229.50 LIFT STATION POINT REPAIRS AND IMPROVEMENTS 25-0006-UT All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for Mobilization shall not exceed $3,000 for Non-Emergency Mobilization and $5,000 for Emergency Mobilization. Emergency and Non-Emergency mobilization are further defined in the Contract Documents. Lift Station Point Repairs and Improvements 25-0006-UT Razorback LLC Rowland DE LLC. TLC Diversified, Inc. Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total GROUP A: LIFT STATION POINT REPAIRS AND IMPROVEMENTS (GENERAL CONTRACTOR) EVALUATION TABULATION ITB No. 25-0006-UT Lift Station Point Repairs and Improvements EVALUATION TABULATION Invitation To Bid - Lift Station Point Repairs and Improvements Page 2 Lift Station Point Repairs and Improvements 25-0006-UT Razorback LLC Rowland DE LLC. TLC Diversified, Inc. Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total X 1 Non-Emergency Mobilization/Demobilization & General Conditions (1) (Includes Group A, B and C) (3% of the Cost of the Work Performed NTE a Maximum of $3,000) 20 EA $3,000.00 $60,000.00 $3,000.00 $60,000.00 $3,000.00 $60,000.00 X 2 Emergency Mobilization/Demobilization & General Conditions (1) (Includes Group A, B and C) (5% of the Cost of the Work Performed NTE a Maximum of $5,000) 6 EA $5,000.00 $30,000.00 $5,000.00 $30,000.00 $5,000.00 $30,000.00 Bypass Pump Set Up / Demobilization & Maintenance (Labor and Materials) X 3a 8” to 12” Gravity Sewer Flow 70 DAY $2,000.00 $140,000.00 $1,600.00 $112,000.00 $1,500.00 $105,000.00 X 3b 15” to 18” Gravity Sewer Flow 70 DAY $3,000.00 $210,000.00 $2,250.00 $157,500.00 $1,700.00 $119,000.00 X 3c 24” Gravity Sewer Flow 20 WK $28,000.00 $560,000.00 $16,500.00 $330,000.00 $12,500.00 $250,000.00 X 3d 30” Gravity Sewer Flow 20 WK $90,000.00 $1,800,000.00 $19,750.00 $395,000.00 $13,000.00 $260,000.00 X 3e 36” Gravity Sewer Flow 20 WK $110,000.00 $2,200,000.00 $19,750.00 $395,000.00 $13,500.00 $270,000.00 Maintenance of Traffic (*If not already included in Bid Items 4b-4f) X 4a Flagman* 400 HR $65.00 $26,000.00 $50.00 $20,000.00 $60.00 $24,000.00 X 4b Multilane (FDOT Index No. 613) 70 EA/DAY $1,000.00 $70,000.00 $1,500.00 $105,000.00 $1,800.00 $126,000.00 EVALUATION TABULATION ITB No. 25-0006-UT Lift Station Point Repairs and Improvements EVALUATION TABULATION Invitation To Bid - Lift Station Point Repairs and Improvements Page 3 Lift Station Point Repairs and Improvements 25-0006-UT Razorback LLC Rowland DE LLC. TLC Diversified, Inc. Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total X 4c Multilane (FDOT Index No. 614) 70 EA/DAY $1,100.00 $77,000.00 $750.00 $52,500.00 $1,800.00 $126,000.00 X 4d Multilane (FDOT Index No. 615) 70 EA/DAY $2,000.00 $140,000.00 $750.00 $52,500.00 $1,800.00 $126,000.00 X 4e Multilane (FDOT Index No. 616) 70 EA/DAY $1,000.00 $70,000.00 $750.00 $52,500.00 $1,800.00 $126,000.00 X 4f Multilane (FDOT Index No. 617) 70 EA/DAY $2,000.00 $140,000.00 $750.00 $52,500.00 $1,800.00 $126,000.00 X 4g Arrow Board - 5' Minimum Horizontal Size* 70 EA/DAY $40.00 $2,800.00 $137.00 $9,590.00 $28.00 $1,960.00 X 4h Variable Message Board* 70 EA/DAY $100.00 $7,000.00 $182.00 $12,740.00 $65.00 $4,550.00 X 4i Concrete Barrier (FDOT Index No. 415)* 70 EA/DAY $9.00 $630.00 $500.00 $35,000.00 $30.00 $2,100.00 X 4j Low Profile Barrier (FDOT Index No. 412)* 70 EA/DAY $9.00 $630.00 $500.00 $35,000.00 $25.00 $1,750.00 X 4k Sign in Work Zone* 70 EA/DAY $1.00 $70.00 $4.00 $280.00 $2.00 $140.00 X 4l FDOT Cone* 70 EA/DAY $0.75 $52.50 $3.50 $245.00 $2.00 $140.00 X 4m FDOT Channelizing Drum* 70 EA/DAY $0.75 $52.50 $3.50 $245.00 $2.00 $140.00 X 4n Barricade, Type III with Warning Light* 70 EA/DAY $2.00 $140.00 $5.00 $350.00 $5.00 $350.00 X 4o Barricade, Type I or II with Warning Light* 70 EA/DAY $1.00 $70.00 $4.00 $280.00 $2.00 $140.00 Labor Hours (Labor hours and equipment - Bid Items (5 and 6) shall only be used where not already included in a Bid Item.) EVALUATION TABULATION ITB No. 25-0006-UT Lift Station Point Repairs and Improvements EVALUATION TABULATION Invitation To Bid - Lift Station Point Repairs and Improvements Page 4 Lift Station Point Repairs and Improvements 25-0006-UT Razorback LLC Rowland DE LLC. TLC Diversified, Inc. Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total X 5a Superintendent regular time (Includes vehicle) 400 HOUR $160.00 $64,000.00 $150.00 $60,000.00 $120.00 $48,000.00 X 5b Superintendent overtime (Includes vehicle) 60 HOUR $190.00 $11,400.00 $165.00 $9,900.00 $145.00 $8,700.00 X 5c Forman regular time 800 HOUR $150.00 $120,000.00 $125.00 $100,000.00 $85.00 $68,000.00 X 5d Forman overtime 120 HOUR $175.00 $21,000.00 $135.00 $16,200.00 $100.00 $12,000.00 X 5e Operator regular time 800 HOUR $88.00 $70,400.00 $110.00 $88,000.00 $65.00 $52,000.00 X 5f Operator overtime 120 HOUR $120.00 $14,400.00 $120.00 $14,400.00 $85.00 $10,200.00 X 5g Truck Driver regular time 800 HOUR $88.00 $70,400.00 $60.00 $48,000.00 $60.00 $48,000.00 X 5h Truck Driver overtime 120 HOUR $120.00 $14,400.00 $70.00 $8,400.00 $75.00 $9,000.00 X 5i Pipe Layer regular time 800 HOUR $90.00 $72,000.00 $100.00 $80,000.00 $70.00 $56,000.00 X 5j Pipe Layer overtime 120 HOUR $135.00 $16,200.00 $110.00 $13,200.00 $90.00 $10,800.00 X 5k Laborer regular time 800 HOUR $30.00 $24,000.00 $95.00 $76,000.00 $60.00 $48,000.00 X 5l Laborer overtime 120 HOUR $45.00 $5,400.00 $105.00 $12,600.00 $80.00 $9,600.00 Equipment X 6a Foreman's pickup truck with hand tools 920 HOUR $10.00 $9,200.00 $65.00 $59,800.00 $50.00 $46,000.00 X 6b Job truck with tools 920 HOUR $10.00 $9,200.00 $70.00 $64,400.00 $50.00 $46,000.00 X 6c Tractor & Trailer (Transport) 400 HOUR $200.00 $80,000.00 $80.00 $32,000.00 $50.00 $20,000.00 EVALUATION TABULATION ITB No. 25-0006-UT Lift Station Point Repairs and Improvements EVALUATION TABULATION Invitation To Bid - Lift Station Point Repairs and Improvements Page 5 Lift Station Point Repairs and Improvements 25-0006-UT Razorback LLC Rowland DE LLC. TLC Diversified, Inc. Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total X 6d Track Hoe (to 100 HP) 400 HOUR $150.00 $60,000.00 $130.00 $52,000.00 $125.00 $50,000.00 X 6e Track Hoe (101 HP to 170 HP) 400 HOUR $190.00 $76,000.00 $140.00 $56,000.00 $125.00 $50,000.00 X 6f Track Hoe (171 HP and up) 400 HOUR $220.00 $88,000.00 $200.00 $80,000.00 $165.00 $66,000.00 X 6g Rubber Tired Backhoe 400 HOUR $150.00 $60,000.00 $40.00 $16,000.00 $100.00 $40,000.00 X 6h Wheel Loader (to 150 HP) 400 HOUR $150.00 $60,000.00 $90.00 $36,000.00 $75.00 $30,000.00 X 6i Wheel Loader (151 HP and up) 400 HOUR $180.00 $72,000.00 $100.00 $40,000.00 $85.00 $34,000.00 X 6j Track Type Tractors (to 100 HP) 400 HOUR $150.00 $60,000.00 $30.00 $12,000.00 $25.00 $10,000.00 X 6k Track Type Tractors (101 HP and up) 400 HOUR $170.00 $68,000.00 $32.00 $12,800.00 $26.00 $10,400.00 X 6l Dump Truck (Tandem Axle) 400 HOUR $100.00 $40,000.00 $80.00 $32,000.00 $90.00 $36,000.00 X 6m Plate Tamp 200 HOUR $40.00 $8,000.00 $15.00 $3,000.00 $20.00 $4,000.00 X 6n 3” Trash Pump 200 HOUR $50.00 $10,000.00 $15.00 $3,000.00 $20.00 $4,000.00 X 6o 4” Double Diaphragm Pump 200 HOUR $70.00 $14,000.00 $25.00 $5,000.00 $20.00 $4,000.00 X 6p Air Compressor (125 CFM min.) 200 HOUR $100.00 $20,000.00 $20.00 $4,000.00 $15.00 $3,000.00 X 6q 4” Jet Pump 200 HOUR $75.00 $15,000.00 $30.00 $6,000.00 $35.00 $7,000.00 X 6r Emergency Hauling up to 2500 gallons 100 HOUR $190.00 $19,000.00 $550.00 $55,000.00 $300.00 $30,000.00 EVALUATION TABULATION ITB No. 25-0006-UT Lift Station Point Repairs and Improvements EVALUATION TABULATION Invitation To Bid - Lift Station Point Repairs and Improvements Page 6 Lift Station Point Repairs and Improvements 25-0006-UT Razorback LLC Rowland DE LLC. TLC Diversified, Inc. Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total X 6s Emergency Hauling over 2500 gallons 100 HOUR $220.00 $22,000.00 $550.00 $55,000.00 $325.00 $32,500.00 Landscaping/Restoration (Labor and Materials) X 7a Seeding 1000 SF $3.00 $3,000.00 $0.10 $100.00 $1.00 $1,000.00 X 7b Sodding 1000 SF $10.00 $10,000.00 $3.00 $3,000.00 $2.25 $2,250.00 Site Materials X 8a 3000 PSI Concrete with Concrete Additive (XYPEX) 100 CY $1,500.00 $150,000.00 $432.00 $43,200.00 $425.00 $42,500.00 X 8b Off Site Selected Fill 100 CY $400.00 $40,000.00 $36.00 $3,600.00 $30.00 $3,000.00 X 8c # 57 Washed Stone 50 TON $550.00 $27,500.00 $65.00 $3,250.00 $85.00 $4,250.00 X 8d Removal of Unsuitable Soil 50 TON $450.00 $22,500.00 $65.00 $3,250.00 $30.00 $1,500.00 X 8e Rip Rap 50 TON $600.00 $30,000.00 $276.00 $13,800.00 $200.00 $10,000.00 X 8f Flowable Fill 100 CY $1,200.00 $120,000.00 $276.00 $27,600.00 $225.00 $22,500.00 X 8g Misc. Concrete Removal 100 CY $800.00 $80,000.00 $250.00 $25,000.00 $165.00 $16,500.00 Well Point Dewatering (Labor and Materials) X 9 Well Point Dewatering 3000 LF/DAY $70.00 $210,000.00 $20.00 $60,000.00 $50.00 $150,000.00 Wet Well Misc. Rehabilitation (Labor and Materials) X 10a Wet Well Fillet Repair for 6' dia. 10 EA $1,800.00 $18,000.00 $550.00 $5,500.00 $2,100.00 $21,000.00 EVALUATION TABULATION ITB No. 25-0006-UT Lift Station Point Repairs and Improvements EVALUATION TABULATION Invitation To Bid - Lift Station Point Repairs and Improvements Page 7 Lift Station Point Repairs and Improvements 25-0006-UT Razorback LLC Rowland DE LLC. TLC Diversified, Inc. Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total X 10b Wet Well Fillet Repair for 8' dia. 10 EA $2,200.00 $22,000.00 $825.00 $8,250.00 $2,500.00 $25,000.00 X 10c Wet Well Fillet Repair for 10' dia. 10 EA $3,000.00 $30,000.00 $1,100.00 $11,000.00 $3,200.00 $32,000.00 X 10d Wet Well Fillet Replacement for 6' dia. 10 EA $1,900.00 $19,000.00 $2,500.00 $25,000.00 $5,500.00 $55,000.00 X 10e Wet Well Fillet Replacement for 8' dia. 10 EA $3,000.00 $30,000.00 $3,800.00 $38,000.00 $6,800.00 $68,000.00 X 10f Wet Well Fillet Replacement for 10' dia. 10 EA $4,000.00 $40,000.00 $6,000.00 $60,000.00 $7,900.00 $79,000.00 X 10g Injection grouting as required to stop Infiltration and Inflow 1000 GAL $100.00 $100,000.00 $165.00 $165,000.00 $225.00 $225,000.00 X 10h Vac Truck 100 HR $300.00 $30,000.00 $295.00 $29,500.00 $425.00 $42,500.00 X 10i Vac Truck 70 Day $3,000.00 $210,000.00 $3,500.00 $245,000.00 $1,500.00 $105,000.00 X 10j Vac Truck 40 Week $15,000.00 $600,000.00 $17,500.00 $700,000.00 $4,000.00 $160,000.00 X 10k Remove existing liner for 6’ diameter wet well 250 VF $400.00 $100,000.00 $457.00 $114,250.00 $850.00 $212,500.00 X 10l Remove existing liner for 8’ diameter wet well 250 VF $500.00 $125,000.00 $611.00 $152,750.00 $1,150.00 $287,500.00 X 10m Remove existing liner for 10’ diameter wet well 250 VF $700.00 $175,000.00 $759.00 $189,750.00 $1,425.00 $356,250.00 Manhole Surfacing (Polyurethane) - Manhole Coating Product: Sprayroq (Labor and Materials) EVALUATION TABULATION ITB No. 25-0006-UT Lift Station Point Repairs and Improvements EVALUATION TABULATION Invitation To Bid - Lift Station Point Repairs and Improvements Page 8 Lift Station Point Repairs and Improvements 25-0006-UT Razorback LLC Rowland DE LLC. TLC Diversified, Inc. Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total X 11a Liner system for 6’ diameter wet well -125 MILS 300 VF $400.00 $120,000.00 $1,139.00 $341,700.00 $1,255.00 $376,500.00 X 11b Liner System for 6' diameter wet well -250 MILS 300 VF $800.00 $240,000.00 $1,348.00 $404,400.00 $1,500.00 $450,000.00 X 11c Liner system for 8’diameter wet well -125 MILS 300 VF $450.00 $135,000.00 $1,518.00 $455,400.00 $1,665.00 $499,500.00 X 11d Liner System for 8' diameter wet well -250 MILS 300 VF $800.00 $240,000.00 $1,799.00 $539,700.00 $2,000.00 $600,000.00 X 11e Liner system for 10’diameter wet well -125 MILS 300 VF $500.00 $150,000.00 $1,900.00 $570,000.00 $1,750.00 $525,000.00 X 11f Liner System for 10' diameter wet well -250 MILS 300 VF $800.00 $240,000.00 $2,244.00 $673,200.00 $2,080.00 $624,000.00 Clean and TV Sewer Pipe X 12a 2"-6" 500 LF $50.00 $25,000.00 $12.00 $6,000.00 $40.00 $20,000.00 X 12b 8"-12" 500 LF $70.00 $35,000.00 $12.00 $6,000.00 $60.00 $30,000.00 X 12c 16"-24" 500 LF $100.00 $50,000.00 $12.00 $6,000.00 $90.00 $45,000.00 X 12d >30" 500 LF $200.00 $100,000.00 $12.00 $6,000.00 $92.00 $46,000.00 Grout Fill and Abandon Pipe X 13a 2"-6" 500 LF $50.00 $25,000.00 $18.00 $9,000.00 $25.00 $12,500.00 X 13b 8"-12" 500 LF $70.00 $35,000.00 $19.50 $9,750.00 $40.00 $20,000.00 EVALUATION TABULATION ITB No. 25-0006-UT Lift Station Point Repairs and Improvements EVALUATION TABULATION Invitation To Bid - Lift Station Point Repairs and Improvements Page 9 Lift Station Point Repairs and Improvements 25-0006-UT Razorback LLC Rowland DE LLC. TLC Diversified, Inc. Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total X 13c 16"-24" 500 LF $80.00 $40,000.00 $24.00 $12,000.00 $50.00 $25,000.00 X 13d >30" 500 LF $120.00 $60,000.00 $60.00 $30,000.00 $65.00 $32,500.00 Remove Abandoned Pipe X 14a 2"-6" 500 LF $100.00 $50,000.00 $26.50 $13,250.00 $35.00 $17,500.00 X 14b 8"-12" 500 LF $200.00 $100,000.00 $35.00 $17,500.00 $50.00 $25,000.00 X 14c 16"-24" 500 LF $300.00 $150,000.00 $53.00 $26,500.00 $70.00 $35,000.00 X 14d >30" 500 LF $370.00 $185,000.00 $70.50 $35,250.00 $86.00 $43,000.00 Plug Valves (Labor and Materials) X 15a 4” 20 EA $10,000.00 $200,000.00 $3,439.00 $68,780.00 $2,800.00 $56,000.00 X 15b 6” 20 EA $11,000.00 $220,000.00 $4,236.00 $84,720.00 $3,500.00 $70,000.00 X 15c 8” 20 EA $12,000.00 $240,000.00 $5,533.00 $110,660.00 $4,500.00 $90,000.00 X 15d 10” 20 EA $14,000.00 $280,000.00 $7,660.00 $153,200.00 $6,800.00 $136,000.00 X 15e 12” 20 EA $15,000.00 $300,000.00 $9,680.00 $193,600.00 $7,800.00 $156,000.00 X 15f 14” 10 EA $17,000.00 $170,000.00 $13,713.00 $137,130.00 $8,500.00 $85,000.00 X 15g 16" 10 EA $19,000.00 $190,000.00 $16,962.00 $169,620.00 $13,300.00 $133,000.00 X 15h 18” 10 EA $24,000.00 $240,000.00 $21,826.00 $218,260.00 $15,000.00 $150,000.00 X 15i 20” 10 EA $38,000.00 $380,000.00 $30,016.00 $300,160.00 $20,000.00 $200,000.00 X 15j 24" 6 EA $66,000.00 $396,000.00 $59,346.00 $356,076.00 $40,000.00 $240,000.00 EVALUATION TABULATION ITB No. 25-0006-UT Lift Station Point Repairs and Improvements EVALUATION TABULATION Invitation To Bid - Lift Station Point Repairs and Improvements Page 10 Lift Station Point Repairs and Improvements 25-0006-UT Razorback LLC Rowland DE LLC. TLC Diversified, Inc. Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total X 15k 30" 2 EA $110,000.00 $220,000.00 $107,699.00 $215,398.00 $70,000.00 $140,000.00 Gate Valves (Labor and Materials) X 16a 4” 20 EA $7,000.00 $140,000.00 $2,659.00 $53,180.00 $1,700.00 $34,000.00 X 16b 6” 20 EA $9,000.00 $180,000.00 $3,148.00 $62,960.00 $2,200.00 $44,000.00 X 16c 8” 20 EA $11,000.00 $220,000.00 $4,219.00 $84,380.00 $3,000.00 $60,000.00 X 16d 10” 20 EA $13,000.00 $260,000.00 $6,075.00 $121,500.00 $4,000.00 $80,000.00 X 16e 12” 20 EA $14,000.00 $280,000.00 $7,389.00 $147,780.00 $5,000.00 $100,000.00 X 16f 14” 10 EA $19,000.00 $190,000.00 $15,188.00 $151,880.00 $10,500.00 $105,000.00 X 16g 16" 10 EA $22,000.00 $220,000.00 $14,801.00 $148,010.00 $11,000.00 $110,000.00 X 16h 18” 10 EA $30,000.00 $300,000.00 $24,987.00 $249,870.00 $16,000.00 $160,000.00 X 16i 20” 10 EA $70,000.00 $700,000.00 $27,601.00 $276,010.00 $19,500.00 $195,000.00 X 16j 24" 6 EA $90,000.00 $540,000.00 $37,917.00 $227,502.00 $26,000.00 $156,000.00 X 16k 30" 2 EA $100,000.00 $200,000.00 $79,769.00 $159,538.00 $54,000.00 $108,000.00 Check Valves (Labor and Materials) X 17a 4” 20 EA $8,000.00 $160,000.00 $3,691.00 $73,820.00 $3,000.00 $60,000.00 X 17b 6” 20 EA $9,000.00 $180,000.00 $4,807.00 $96,140.00 $4,800.00 $96,000.00 X 17c 8” 20 EA $11,000.00 $220,000.00 $6,551.00 $131,020.00 $6,500.00 $130,000.00 X 17d 10” 20 EA $13,000.00 $260,000.00 $9,870.00 $197,400.00 $7,500.00 $150,000.00 EVALUATION TABULATION ITB No. 25-0006-UT Lift Station Point Repairs and Improvements EVALUATION TABULATION Invitation To Bid - Lift Station Point Repairs and Improvements Page 11 Lift Station Point Repairs and Improvements 25-0006-UT Razorback LLC Rowland DE LLC. TLC Diversified, Inc. Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total X 17e 12” 20 EA $16,000.00 $320,000.00 $17,371.00 $347,420.00 $12,000.00 $240,000.00 X 17f 14” 10 EA $20,000.00 $200,000.00 $22,070.00 $220,700.00 $14,500.00 $145,000.00 X 17g 16" 10 EA $24,000.00 $240,000.00 $29,486.00 $294,860.00 $18,500.00 $185,000.00 X 17h 18” 10 EA $28,000.00 $280,000.00 $36,407.00 $364,070.00 $23,000.00 $230,000.00 X 17i 20” 10 EA $32,000.00 $320,000.00 $42,645.00 $426,450.00 $27,000.00 $270,000.00 X 17j 24" 6 EA $33,000.00 $198,000.00 $72,493.00 $434,958.00 $49,000.00 $294,000.00 X 17k 30" 2 EA $39,000.00 $78,000.00 $101,348.00 $202,696.00 $69,000.00 $138,000.00 Ductile Iron Pipe Protecto 401 Ceramic Epoxy Lined (LF or VF) (Labor, Materials and Associated Restraints) X 18a 4” 250 LF $600.00 $150,000.00 $335.00 $83,750.00 $175.00 $43,750.00 X 18b 6” 250 LF $650.00 $162,500.00 $353.00 $88,250.00 $180.00 $45,000.00 X 18c 8” 250 LF $670.00 $167,500.00 $406.00 $101,500.00 $185.00 $46,250.00 X 18d 10” 250 LF $1,710.00 $427,500.00 $500.00 $125,000.00 $190.00 $47,500.00 X 18e 12” 250 LF $1,800.00 $450,000.00 $665.00 $166,250.00 $215.00 $53,750.00 X 18f 14” 125 LF $1,900.00 $237,500.00 $897.00 $112,125.00 $260.00 $32,500.00 X 18g 16" 125 LF $2,000.00 $250,000.00 $1,011.00 $126,375.00 $270.00 $33,750.00 X 18h 18” 125 LF $3,000.00 $375,000.00 $1,146.00 $143,250.00 $320.00 $40,000.00 X 18i 20” 125 LF $2,100.00 $262,500.00 $1,168.00 $146,000.00 $330.00 $41,250.00 X 18j 24" 125 LF $2,900.00 $362,500.00 $1,463.00 $182,875.00 $420.00 $52,500.00 EVALUATION TABULATION ITB No. 25-0006-UT Lift Station Point Repairs and Improvements EVALUATION TABULATION Invitation To Bid - Lift Station Point Repairs and Improvements Page 12 Lift Station Point Repairs and Improvements 25-0006-UT Razorback LLC Rowland DE LLC. TLC Diversified, Inc. Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total X 18k 30" 125 LF $3,200.00 $400,000.00 $2,004.00 $250,500.00 $550.00 $68,750.00 Ductile Iron 90 Degree Fittings (Labor, Materials and Associated Restraints) X 19a 4” 20 EA $2,000.00 $40,000.00 $2,051.00 $41,020.00 $1,400.00 $28,000.00 X 19b 6” 20 EA $3,000.00 $60,000.00 $2,683.00 $53,660.00 $1,600.00 $32,000.00 X 19c 8” 20 EA $5,000.00 $100,000.00 $3,426.00 $68,520.00 $2,300.00 $46,000.00 X 19d 10” 20 EA $6,000.00 $120,000.00 $4,686.00 $93,720.00 $3,100.00 $62,000.00 X 19e 12” 20 EA $7,000.00 $140,000.00 $5,819.00 $116,380.00 $3,500.00 $70,000.00 X 19f 14” 10 EA $8,000.00 $80,000.00 $7,386.00 $73,860.00 $4,500.00 $45,000.00 X 19g 16" 10 EA $9,000.00 $90,000.00 $8,600.00 $86,000.00 $5,700.00 $57,000.00 X 19h 18” 10 EA $12,000.00 $120,000.00 $10,961.00 $109,610.00 $7,500.00 $75,000.00 X 19i 20” 10 EA $20,000.00 $200,000.00 $13,202.00 $132,020.00 $9,000.00 $90,000.00 X 19j 24" 10 EA $25,000.00 $250,000.00 $19,002.00 $190,020.00 $13,000.00 $130,000.00 X 19k 30" 10 EA $30,000.00 $300,000.00 $32,996.00 $329,960.00 $20,000.00 $200,000.00 Ductile Iron 45 Degree Fittings (Labor, Materials and Associated Restraints) X 20a 4” 20 EA $2,000.00 $40,000.00 $2,009.00 $40,180.00 $1,300.00 $26,000.00 X 20b 6” 20 EA $3,000.00 $60,000.00 $2,569.00 $51,380.00 $1,500.00 $30,000.00 X 20c 8” 20 EA $5,000.00 $100,000.00 $3,212.00 $64,240.00 $2,000.00 $40,000.00 X 20d 10” 20 EA $6,000.00 $120,000.00 $4,302.00 $86,040.00 $2,200.00 $44,000.00 EVALUATION TABULATION ITB No. 25-0006-UT Lift Station Point Repairs and Improvements EVALUATION TABULATION Invitation To Bid - Lift Station Point Repairs and Improvements Page 13 Lift Station Point Repairs and Improvements 25-0006-UT Razorback LLC Rowland DE LLC. TLC Diversified, Inc. Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total X 20e 12” 20 EA $7,000.00 $140,000.00 $5,193.00 $103,860.00 $2,900.00 $58,000.00 X 20f 14” 10 EA $8,000.00 $80,000.00 $6,571.00 $65,710.00 $3,500.00 $35,000.00 X 20g 16" 10 EA $9,000.00 $90,000.00 $7,561.00 $75,610.00 $4,500.00 $45,000.00 X 20h 18” 10 EA $12,000.00 $120,000.00 $9,642.00 $96,420.00 $6,800.00 $68,000.00 X 20i 20” 10 EA $20,000.00 $200,000.00 $11,841.00 $118,410.00 $8,500.00 $85,000.00 X 20j 24" 10 EA $25,000.00 $250,000.00 $14,999.00 $149,990.00 $10,000.00 $100,000.00 X 20k 30" 10 EA $30,000.00 $300,000.00 $29,775.00 $297,750.00 $20,000.00 $200,000.00 316L Stainless Steel SCH 40 Flanged Riser (LF or VF) (Labor and Materials) X 21a 4” 250 LF $1,200.00 $300,000.00 $475.00 $118,750.00 $350.00 $87,500.00 X 21b 6” 250 LF $1,500.00 $375,000.00 $689.00 $172,250.00 $490.00 $122,500.00 X 21c 8” 250 LF $1,900.00 $475,000.00 $1,368.00 $342,000.00 $1,000.00 $250,000.00 X 21d 10” 250 LF $2,500.00 $625,000.00 $1,513.00 $378,250.00 $1,100.00 $275,000.00 X 21e 12” 250 LF $5,000.00 $1,250,000.00 $1,896.00 $474,000.00 $1,300.00 $325,000.00 HDPE (LF or VF) (Labor and Materials) X 22a 4” 250 LF $800.00 $200,000.00 $97.00 $24,250.00 $55.00 $13,750.00 X 22b 6” 250 LF $850.00 $212,500.00 $99.00 $24,750.00 $65.00 $16,250.00 X 22c 8” 250 LF $900.00 $225,000.00 $105.00 $26,250.00 $75.00 $18,750.00 X 22d 10” 250 LF $1,000.00 $250,000.00 $118.00 $29,500.00 $85.00 $21,250.00 EVALUATION TABULATION ITB No. 25-0006-UT Lift Station Point Repairs and Improvements EVALUATION TABULATION Invitation To Bid - Lift Station Point Repairs and Improvements Page 14 Lift Station Point Repairs and Improvements 25-0006-UT Razorback LLC Rowland DE LLC. TLC Diversified, Inc. Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total X 22e 12” 250 LF $1,100.00 $275,000.00 $132.00 $33,000.00 $100.00 $25,000.00 X 22f 14” 125 LF $1,200.00 $150,000.00 $159.00 $19,875.00 $120.00 $15,000.00 X 22g 16" 125 LF $1,300.00 $162,500.00 $181.00 $22,625.00 $140.00 $17,500.00 X 22h 18” 125 LF $1,500.00 $187,500.00 $203.00 $25,375.00 $185.00 $23,125.00 X 22i 20” 125 LF $1,700.00 $212,500.00 $267.00 $33,375.00 $200.00 $25,000.00 X 22j 24" 125 LF $1,800.00 $225,000.00 $329.00 $41,125.00 $260.00 $32,500.00 X 22k 30" 125 LF $1,900.00 $237,500.00 $437.00 $54,625.00 $370.00 $46,250.00 PVC (LF or VF) (Labor and Materials) X 23a 2" 250 LF $500.00 $125,000.00 $82.00 $20,500.00 $25.00 $6,250.00 X 23b 4" 250 LF $700.00 $175,000.00 $90.00 $22,500.00 $50.00 $12,500.00 X 23c 6” 250 LF $900.00 $225,000.00 $101.00 $25,250.00 $55.00 $13,750.00 X 23d 8” 250 LF $1,500.00 $375,000.00 $117.00 $29,250.00 $70.00 $17,500.00 X 23e 10” 250 LF $1,600.00 $400,000.00 $137.00 $34,250.00 $90.00 $22,500.00 X 23f 12” 250 LF $1,700.00 $425,000.00 $159.00 $39,750.00 $105.00 $26,250.00 X 23g 14” 125 LF $1,800.00 $225,000.00 $168.00 $21,000.00 $115.00 $14,375.00 X 23h 16" 125 LF $1,900.00 $237,500.00 $193.00 $24,125.00 $135.00 $16,875.00 X 23i 18” 125 LF $2,000.00 $250,000.00 $222.00 $27,750.00 $155.00 $19,375.00 X 23j 20” 125 LF $2,100.00 $262,500.00 $291.00 $36,375.00 $185.00 $23,125.00 EVALUATION TABULATION ITB No. 25-0006-UT Lift Station Point Repairs and Improvements EVALUATION TABULATION Invitation To Bid - Lift Station Point Repairs and Improvements Page 15 Lift Station Point Repairs and Improvements 25-0006-UT Razorback LLC Rowland DE LLC. TLC Diversified, Inc. Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total X 23k 24" 125 LF $2,200.00 $275,000.00 $336.00 $42,000.00 $250.00 $31,250.00 X 23l 30" 125 LF $2,300.00 $287,500.00 $502.00 $62,750.00 $350.00 $43,750.00 GROUP B: LIFT STATION POINT REPAIRS AND IMPROVEMENTS (ELECTRICAL CONTRACTOR) X 1 Non-Emergency Mobilization/Demobilization & General Conditions (1) (3% of the Cost of the Work Performed NTE a Maximum of $3,000) Included in Group A: Lift Station Point Repairs and Improvements (General Contractor) 0 EA $3,000.00 $0.00 $3,000.00 $0.00 $3,000.00 $0.00 X 2 Emergency Mobilization/Demobilization & General Conditions (1) (5% of the Cost of the Work Performed NTE a Maximum of $5,000) Included in Group A: Lift Station Point Repairs and Improvements (General Contractor) 0 EA $5,000.00 $0.00 $5,000.00 $0.00 $5,000.00 $0.00 Labor Hours (Labor hours and equipment Bid Items 3 and 4 shall only be used where not already included in a Bid Item.) X 3a Superintendent regular time (Includes vehicle) 400 HOUR $200.00 $80,000.00 $213.00 $85,200.00 $110.00 $44,000.00 X 3b Superintendent overtime (Includes vehicle) 60 HOUR $220.00 $13,200.00 $205.00 $12,300.00 $150.00 $9,000.00 X 3c Master Electrician regular time 800 HOUR $180.00 $144,000.00 $140.00 $112,000.00 $150.00 $120,000.00 EVALUATION TABULATION ITB No. 25-0006-UT Lift Station Point Repairs and Improvements EVALUATION TABULATION Invitation To Bid - Lift Station Point Repairs and Improvements Page 16 Lift Station Point Repairs and Improvements 25-0006-UT Razorback LLC Rowland DE LLC. TLC Diversified, Inc. Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total X 3d Master Electrician overtime 120 HOUR $220.00 $26,400.00 $210.00 $25,200.00 $225.00 $27,000.00 X 3e Journeyman Electrician regular time 800 HOUR $120.00 $96,000.00 $137.00 $109,600.00 $120.00 $96,000.00 X 3f Journeyman Electrician overtime 120 HOUR $180.00 $21,600.00 $205.00 $24,600.00 $170.00 $20,400.00 X 3g Apprentice Electrician regular time 800 HOUR $50.00 $40,000.00 $105.00 $84,000.00 $106.00 $84,800.00 X 3h Apprentice Electrician overtime 120 HOUR $75.00 $9,000.00 $157.00 $18,840.00 $150.00 $18,000.00 X 3i Field Service Technician regular time 800 HOUR $200.00 $160,000.00 $140.00 $112,000.00 $150.00 $120,000.00 X 3j Field Service Technician overtime 120 HOUR $220.00 $26,400.00 $210.00 $25,200.00 $225.00 $27,000.00 X 3k Instrumentation and Controls Technician regular time 800 HOUR $200.00 $160,000.00 $170.00 $136,000.00 $190.00 $152,000.00 X 3l Instrumentation and Controls Technician overtime 120 HOUR $220.00 $26,400.00 $255.00 $30,600.00 $213.00 $25,560.00 Equipment X 4a Master Electrician's job truck with tools 920 HOUR $15.00 $13,800.00 $167.00 $153,640.00 $65.00 $59,800.00 X 4b Job truck with tools 920 HOUR $20.00 $18,400.00 $27.00 $24,840.00 $65.00 $59,800.00 Disconnects (Includes Labor and Materials) EVALUATION TABULATION ITB No. 25-0006-UT Lift Station Point Repairs and Improvements EVALUATION TABULATION Invitation To Bid - Lift Station Point Repairs and Improvements Page 17 Lift Station Point Repairs and Improvements 25-0006-UT Razorback LLC Rowland DE LLC. TLC Diversified, Inc. Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total X 5a Square D 60 Amp 20 EA $1,000.00 $20,000.00 $1,680.00 $33,600.00 $11,000.00 $220,000.00 X 5b Square D 100 Amp 20 EA $2,000.00 $40,000.00 $2,241.00 $44,820.00 $13,500.00 $270,000.00 X 5c Square D 200 Amp 20 EA $6,000.00 $120,000.00 $3,116.00 $62,320.00 $20,000.00 $400,000.00 X 5d Square D 250 Amp 10 EA $12,000.00 $120,000.00 $6,935.00 $69,350.00 $20,000.00 $200,000.00 X 5e Square D 400 Amp 10 EA $20,000.00 $200,000.00 $6,935.00 $69,350.00 $20,500.00 $205,000.00 X 5f Square D 800 Amp 10 EA $35,000.00 $350,000.00 $18,463.00 $184,630.00 $23,000.00 $230,000.00 Breakers (Includes Labor and Materials) X 6a Square D 15 Amp 20 EA $1,000.00 $20,000.00 $3,377.00 $67,540.00 $2,350.00 $47,000.00 X 6b Square D 20 Amp 20 EA $2,000.00 $40,000.00 $3,377.00 $67,540.00 $2,350.00 $47,000.00 X 6c Square D 25 Amp 20 EA $2,500.00 $50,000.00 $3,377.00 $67,540.00 $2,800.00 $56,000.00 X 6d Square D 30 Amp 20 EA $2,700.00 $54,000.00 $3,377.00 $67,540.00 $2,800.00 $56,000.00 X 6e Square D 35 Amp 20 EA $2,900.00 $58,000.00 $3,377.00 $67,540.00 $2,900.00 $58,000.00 X 6f Square D 40 Amp 20 EA $3,000.00 $60,000.00 $3,377.00 $67,540.00 $3,350.00 $67,000.00 X 6g Square D 45 Amp 20 EA $3,500.00 $70,000.00 $3,377.00 $67,540.00 $3,350.00 $67,000.00 X 6h Square D 50 Amp 20 EA $3,500.00 $70,000.00 $3,377.00 $67,540.00 $4,000.00 $80,000.00 X 6i Square D 60 Amp 20 EA $4,000.00 $80,000.00 $3,475.00 $69,500.00 $4,000.00 $80,000.00 X 6j Square D 70 Amp 20 EA $5,000.00 $100,000.00 $3,845.00 $76,900.00 $4,800.00 $96,000.00 X 6k Square D 80 Amp 20 EA $5,500.00 $110,000.00 $3,845.00 $76,900.00 $4,800.00 $96,000.00 EVALUATION TABULATION ITB No. 25-0006-UT Lift Station Point Repairs and Improvements EVALUATION TABULATION Invitation To Bid - Lift Station Point Repairs and Improvements Page 18 Lift Station Point Repairs and Improvements 25-0006-UT Razorback LLC Rowland DE LLC. TLC Diversified, Inc. Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total X 6l Square D 90 Amp 20 EA $6,000.00 $120,000.00 $3,845.00 $76,900.00 $5,800.00 $116,000.00 X 6m Square D 100 Amp 20 EA $6,800.00 $136,000.00 $3,845.00 $76,900.00 $5,800.00 $116,000.00 X 6n Square D 110 Amp 10 EA $7,000.00 $70,000.00 $9,292.00 $92,920.00 $6,900.00 $69,000.00 X 6o Square D 125 Amp 10 EA $7,500.00 $75,000.00 $9,292.00 $92,920.00 $7,100.00 $71,000.00 X 6p Square D 200 Amp 10 EA $9,000.00 $90,000.00 $9,746.00 $97,460.00 $7,600.00 $76,000.00 X 6q Square D 250 Amp 10 EA $10,000.00 $100,000.00 $10,270.00 $102,700.00 $8,300.00 $83,000.00 VFD's (480 - 3 Phase) (Includes Labor and Materials) X 7a LS #42 - 40 HP / 58 A / 480 Volt - Yaskawa PW4A0058FAA 4 EA $20,000.00 $80,000.00 $11,195.00 $44,780.00 $24,000.00 $96,000.00 X 7b LS #45 - 125 HP / 165 A / 480 Volt - Yaskawa PW4A0165FAA 4 EA $38,000.00 $152,000.00 $22,520.00 $90,080.00 $35,000.00 $140,000.00 X 7c LS #16 - 125 HP / 165 A / 480 Volt - Yaskawa PW4A0165FAA 4 EA $40,000.00 $160,000.00 $22,520.00 $90,080.00 $36,000.00 $144,000.00 X 7d LS #58 - 200 HP / 250 A / 480 Volt - Yaskawa PW4A0250AAA 4 EA $51,000.00 $204,000.00 $28,400.00 $113,600.00 $50,000.00 $200,000.00 Soft Starters (480 - 3 Phase) (Includes Labor and Materials) X 8a 25 HP to 50 HP Solcon RVS- DX-72 10 EA $9,000.00 $90,000.00 $2,650.00 $26,500.00 $11,000.00 $110,000.00 EVALUATION TABULATION ITB No. 25-0006-UT Lift Station Point Repairs and Improvements EVALUATION TABULATION Invitation To Bid - Lift Station Point Repairs and Improvements Page 19 Lift Station Point Repairs and Improvements 25-0006-UT Razorback LLC Rowland DE LLC. TLC Diversified, Inc. Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total X 8b 60 HP to 75 HP Solcon RVS- DX-105 10 EA $15,000.00 $150,000.00 $3,205.00 $32,050.00 $13,100.00 $131,000.00 X 8c 50 HP to 100 HP Solcon RVS-DX-145 10 EA $18,000.00 $180,000.00 $3,900.00 $39,000.00 $21,000.00 $210,000.00 Motor Starters (480 Volt or 230 Volt - 3 Phase) (Includes Labor and Materials) X 9a Allen Bradley NEMA 0 20 EA $3,000.00 $60,000.00 $2,279.00 $45,580.00 $11,500.00 $230,000.00 X 9b Allen Bradley NEMA 1 20 EA $5,000.00 $100,000.00 $2,320.00 $46,400.00 $14,000.00 $280,000.00 X 9c Allen Bradley NEMA 2 20 EA $7,000.00 $140,000.00 $3,518.00 $70,360.00 $18,000.00 $360,000.00 X 9d Allen Bradley NEMA 3 10 EA $13,000.00 $130,000.00 $5,090.00 $50,900.00 $20,000.00 $200,000.00 X 9e Allen Bradley NEMA 4 10 EA $21,000.00 $210,000.00 $10,245.00 $102,450.00 $22,500.00 $225,000.00 X 9f Square D NEMA 0 20 EA $3,000.00 $60,000.00 $2,280.00 $45,600.00 $11,170.00 $223,400.00 X 9g Square D NEMA 1 20 EA $5,000.00 $100,000.00 $2,319.00 $46,380.00 $14,000.00 $280,000.00 X 9h Square D NEMA 2 20 EA $6,000.00 $120,000.00 $3,518.00 $70,360.00 $16,500.00 $330,000.00 X 9i Square D NEMA 3 10 EA $14,000.00 $140,000.00 $5,090.00 $50,900.00 $19,000.00 $190,000.00 X 9j Square D NEMA 4 10 EA $20,000.00 $200,000.00 $10,245.00 $102,450.00 $21,500.00 $215,000.00 Controller (Includes Labor and Materials) X 10a Data Flow Systems (DFS) 00540-008 10 EA $20,000.00 $200,000.00 $10,000.00 $100,000.00 $27,000.00 $270,000.00 X 10b Data Flow Systems (DFS) 00367-008 10 EA $16,000.00 $160,000.00 $10,000.00 $100,000.00 $30,000.00 $300,000.00 EVALUATION TABULATION ITB No. 25-0006-UT Lift Station Point Repairs and Improvements EVALUATION TABULATION Invitation To Bid - Lift Station Point Repairs and Improvements Page 20 Lift Station Point Repairs and Improvements 25-0006-UT Razorback LLC Rowland DE LLC. TLC Diversified, Inc. Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total X 10c EMC Model SEL70B2 10 EA $15,000.00 $150,000.00 $11,500.00 $115,000.00 $19,500.00 $195,000.00 Generator Connection Box with Camlocks X 11 Generator Connection Box with Camlocks 50 EA $7,000.00 $350,000.00 $42,730.00 $2,136,500.00 $37,000.00 $1,850,000.00 GROUP C: LIFT STATION POINT REPAIRS AND IMPROVEMENTS (MECHANICAL CONTRACTOR) X 1 Non-Emergency Mobilization/Demobilization & General Conditions (1) (3% of the Cost of the Work Performed NTE a Maximum of $3,000) Included in Group A: Lift Station Point Repairs and Improvements (General Contractor) 0 EA $3,000.00 $0.00 $3,000.00 $0.00 $3,000.00 $0.00 X 2 Emergency Mobilization/Demobilization & General Conditions (1) (5% of the Cost of the Work Performed NTE a Maximum of $5,000) Included in Group A: Lift Station Point Repairs and Improvements (General Contractor) 0 EA $5,000.00 $0.00 $5,000.00 $0.00 $5,000.00 $0.00 Labor Hours. (Labor hours and equipment Bid Items (3 and 4) shall only be used where not already included in a Bid Item.) X 3a Superintendent regular time (Includes vehicle) 400 HOUR $200.00 $80,000.00 $150.00 $60,000.00 $140.00 $56,000.00 X 3b Superintendent overtime (Includes vehicle) 60 HOUR $220.00 $13,200.00 $165.00 $9,900.00 $165.00 $9,900.00 EVALUATION TABULATION ITB No. 25-0006-UT Lift Station Point Repairs and Improvements EVALUATION TABULATION Invitation To Bid - Lift Station Point Repairs and Improvements Page 21 Lift Station Point Repairs and Improvements 25-0006-UT Razorback LLC Rowland DE LLC. TLC Diversified, Inc. Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total X 3c Pump Technician regular time 800 HOUR $200.00 $160,000.00 $217.00 $173,600.00 $105.00 $84,000.00 X 3d Pump Technician overtime 120 HOUR $220.00 $26,400.00 $336.00 $40,320.00 $125.00 $15,000.00 X 3e Mechanical Technician regular time 800 HOUR $180.00 $144,000.00 $217.00 $173,600.00 $80.00 $64,000.00 X 3f Mechanical Technician overtime 120 HOUR $200.00 $24,000.00 $336.00 $40,320.00 $100.00 $12,000.00 X 3g Plumber regular time 800 HOUR $140.00 $112,000.00 $217.00 $173,600.00 $90.00 $72,000.00 X 3h Plumber overtime 120 HOUR $180.00 $21,600.00 $336.00 $40,320.00 $95.00 $11,400.00 X 3i Laborer regular time 800 HOUR $40.00 $32,000.00 $95.00 $76,000.00 $55.00 $44,000.00 X 3j Laborer overtime 120 HOUR $60.00 $7,200.00 $105.00 $12,600.00 $85.00 $10,200.00 Equipment X 4a Pump Technician's job truck with tools 920 HOUR $20.00 $18,400.00 $167.00 $153,640.00 $50.00 $46,000.00 X 4b Job truck with tools 920 HOUR $20.00 $18,400.00 $27.00 $24,840.00 $50.00 $46,000.00 Replacement of One Pump (480/230 Volts - 3 Phase) (Labor and Materials) (If actual HP at the Lift Station is different than shown round up to larger HP) X 5a Flygt N Series - 5 HP or Less (480/230 Volts) 20 EA $20,000.00 $400,000.00 $17,716.00 $354,320.00 $17,000.00 $340,000.00 X 5b Flygt N Series - 7.5 HP (480/230 Volts) 20 EA $26,000.00 $520,000.00 $21,928.00 $438,560.00 $22,000.00 $440,000.00 X 5c Flygt N Series - 10 HP (480/230 Volts) 20 EA $27,000.00 $540,000.00 $22,282.00 $445,640.00 $23,000.00 $460,000.00 EVALUATION TABULATION ITB No. 25-0006-UT Lift Station Point Repairs and Improvements EVALUATION TABULATION Invitation To Bid - Lift Station Point Repairs and Improvements Page 22 Lift Station Point Repairs and Improvements 25-0006-UT Razorback LLC Rowland DE LLC. TLC Diversified, Inc. Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total X 5d Flygt N Series - 15 HP (480/230 Volts) 20 EA $30,000.00 $600,000.00 $33,360.00 $667,200.00 $25,000.00 $500,000.00 X 5e Flygt N Series - 20 HP (480/230 Volts) 20 EA $50,000.00 $1,000,000.00 $39,565.00 $791,300.00 $41,000.00 $820,000.00 X 5f Flygt N Series - 25 HP (480 Volts) 10 EA $60,000.00 $600,000.00 $45,865.00 $458,650.00 $49,000.00 $490,000.00 X 5g Flygt N Series - 30 HP (480 Volts) 10 EA $70,000.00 $700,000.00 $50,877.00 $508,770.00 $55,000.00 $550,000.00 X 5h Flygt N Series - 35 HP (480 Volts) 10 EA $80,000.00 $800,000.00 $54,650.00 $546,500.00 $58,000.00 $580,000.00 X 5i Flygt N Series - 45 HP (480 Volts) 10 EA $82,000.00 $820,000.00 $59,372.00 $593,720.00 $65,000.00 $650,000.00 X 5j Flygt N Series - 50 HP (480 Volts) 10 EA $91,000.00 $910,000.00 $70,333.00 $703,330.00 $77,000.00 $770,000.00 X 5k Flygt N Series - 60 HP (480 Volts) 6 EA $120,000.00 $720,000.00 $86,573.00 $519,438.00 $85,000.00 $510,000.00 X 5l Flygt N Series - 85 HP (480 Volts) 6 EA $150,000.00 $900,000.00 $99,112.00 $594,672.00 $90,000.00 $540,000.00 X 5m Flygt N Series - 100 HP (480 Volts) 6 EA $200,000.00 $1,200,000.00 $148,114.00 $888,684.00 $150,000.00 $900,000.00 X 5n Flygt N Series - 160 HP (480 Volts) 6 EA $375,000.00 $2,250,000.00 $247,270.00 $1,483,620.00 $260,000.00 $1,560,000.00 X 5o Flygt N Series - 200 HP (480 Volts) 6 EA $490,000.00 $2,940,000.00 $300,642.00 $1,803,852.00 $300,000.00 $1,800,000.00 EVALUATION TABULATION ITB No. 25-0006-UT Lift Station Point Repairs and Improvements EVALUATION TABULATION Invitation To Bid - Lift Station Point Repairs and Improvements Page 23 Lift Station Point Repairs and Improvements 25-0006-UT Razorback LLC Rowland DE LLC. TLC Diversified, Inc. Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Total $56,073,845.00 $38,820,339.00 $37,419,355.00 CITY CONTROLLED CONTINGENCY Add 10% contingency based on subtotal of ALL lines in the Pricing Sheet above (Groups A, B and C, inclusive). CITY CONTROLLED CONTINGENCY Razorback LLC Rowland DE LLC. TLC Diversified, Inc. Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total X X. City Controlled Contingency (10%) 1 LS $5,607,384.50 $5,607,384.50 $3,890,539.90 $3,890,539.90 $3,741,935.50 $3,741,935.50 Total $5,607,384.50 $3,890,539.90 $3,741,935.50 ANNUAL CITY-CONTROLLED ALLOWANCE FOR ITEMS (LABOR AND/OR MATERIALS) NOT INCLUDED IN GROUPS A, B AND C ABOVE. Contractor Mark-up Not-To Exceed 10% will be negotiated for Identified Projects. ANNUAL CITY-CONTROLLED ALLOWANCE FOR ITEMS (LABOR AND/OR MATERIALS) NOT INCLUDED IN GROUPS A, B AND C ABOVE. Razorback LLC Rowland DE LLC. TLC Diversified, Inc. Selected Line Item Description Unit of Measure Total Total Total X XX. City Controlled Allowance Annually Maximum Allowance $500,000.00 $500,000.00 $500,000.00 Total $500,000.00 $500,000.00 $500,000.00 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1293 Agenda Date: 2/2/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 4.2 SUBJECT/RECOMMENDATION: Approve a work order with McKim and Creed of Clearwater, FL, for design and construction phase services associated with the Coachman Station Disinfection System Update (25-0041-UT) in the not-to-exceed amount of $243,454.00 pursuant to the continuing contract awarded under RFQ 34-23 and authorize the appropriate officials to execute same. (consent) SUMMARY: McKim & Creed was selected through RFQ No. 34-23, Engineer of Record Consulting Services, to provide engineering and consulting services for improvements to the City of Clearwater’s Coachman Station. McKim & Creed was chosen because of their extensive experience and expertise in working on our Coachman Station facility. Coachman Station is a water pressure control facility located in the northeast corner of Coachman Park. It was constructed in 1990, and its primary purpose is to reduce pressure before water is transmitted to the barrier islands. The original design included equipment to boost chlorine levels going to Clearwater Beach, but that system was never placed into service. In 2024, Hurricane Helene reduced water demand on Clearwater Beach by damaging many properties. Lower usage increased water age in the system and made it difficult to maintain the minimum required chlorine residual at the north end of Clearwater Beach. The proposed improvements under this work order are intended to correct this problem and reduce the amount of flushing needed to maintain regulatory residual requirements. Services under this work order include project management, data collection, site evaluations, preliminary engineering, design, permitting, bidding assistance, and limited construction oversight and inspection. The total construction cost for the proposed project is not anticipated to exceed $4,000,000. APPROPRIATION CODE AND AMOUNT: 3217321-561300-96783 Funds are available in capital improvement project 321-96783 Water System Upgrades / Improvements, to fund the work order. This project is funded by revenues from the Water and Sewer Utility Enterprise Fund. STRATEGIC PRIORITY: To further the Council’s Strategic Plan to achieve High Performing Government by maintaining Coachman Station, a public infrastructure of the City, through systematic management efforts. Page 1 City of Clearwater Printed on 1/27/2026 McKim & Creed City of Clearwater Consultant Work Order Page 1 of 11 Revised: 07/23/2025 CONSULTANT WORK ORDER Date: 11/05/2025 1. PROJECT INFORMATION Project Title: Coachman Station Disinfection System Update City Project Number: 25-0041-UT Consultant Project Number: 0992-0275 2. SCOPE OF SERVICES The City of Clearwater (City) operates Coachman Station (the “Station”), which regulates pressure and directs flow to the Clearwater Beach area. The Station was originally designed to include chlorine boosting to help maintain residuals in the local distribution system. However, the chemical storage/feed system is not operational. As a result, the City must flush excess water in the North Clearwater Beach area to help maintain chlorine residuals in the area. The City intends to update the Station by installing a new chemical disinfection system. The project will include installation of a new sodium hypochlorite storage and metering pump system with static mixing installed in the existing pipe configuration. Also, the two (2) existing flow meters will be replaced; the safety shower will be relocated; a new monochloramine analyzer will be installed; and a new fence will be installed on the west side of the existing sidewalk. Design will include provisions for remote control and UPS back up of instruments, metering pumps, and SCADA control connection. Chemical delivery connections will be secured inside of building. Increased conditioned ventilation will be designed to minimize off-gassing issues. The new system will also include an odor control system to minimize the impacts of off-gassing from the proposed sodium hypochlorite storage tank. This scope of services for this project includes the following tasks: 1 PROJECT MANAGEMENT Task 1.1: Project Setup and Management Plan Task includes project setup and management plan. The project management plan will be developed prior to the project kickoff meeting and will be reviewed during this meeting. CONSULTANT WORK ORDER Coachman Station Disinfection System Update McKim & Creed City Project Number 25-0041-UT City of Clearwater Consultant Work Order Page 2 of 11 Revised: 07/23/2025 Task 1.2: Progress Reports Task includes monthly invoicing and progress reports over the duration of the design and construction phases. The progress reports will include details of tasks completed during the respective invoice periods. Task 1.3: Coordination Task includes coordination with the City and internal design team. Documentation will include emails and phone conversation summaries. Task 1.4: Meetings Task includes scheduling, developing meeting agendas, and meeting minutes. Project meetings will include a maximum of three of Consultant’s staff unless approved by the City Project Manager. The following is a list of meetings anticipated for this scope of services: 1. Consultant internal kickoff meeting 2. Kickoff meeting with City 3. BODR review meeting 4. 60% review meeting 5. 100% review meeting Task 1.5: Project Documentation At the conclusion of the project, the Consultant will combine files of correspondence, meeting minutes, Contract documents, deliverables, and comments, as available, into a draft project dossier that will be submitted electronically to the City for review and comment. City comments on the draft electronic dossier will be received and incorporated, and a final project dossier will be developed and submitted. 2 PRELIMINARY ENGINEERING Task 2.1: Data Collection and Analysis Consultant will develop a data request list and will coordinate with the City to document information received via a spreadsheet that will be included with project close-out documentation. Task 2.2: Site Visit Consultant will coordinate with City staff, as required, and will perform a site visit. The site visit will include a summary with photo documentation. Data Required from City:  Duke Energy Contact CONSULTANT WORK ORDER Coachman Station Disinfection System Update McKim & Creed City Project Number 25-0041-UT City of Clearwater Consultant Work Order Page 3 of 11 Revised: 07/23/2025  Water quality data and goals for the North Beach area. This may include target chlorine dosage at the Station.  Pressure control devices, if applicable (e.g., PRV)  SCADA and communication requirements  Information for the City’s preferred flow meters and instruments 3 BASIS OF DESIGN REPORT Task 3.1: Draft Basis of Design Report (BODR) Consultant will develop a draft BODR to summarize mechanical design approach, along with electrical, ventilation, and I&C requirements. The preliminary outline for the BODR is as follows: 1. Introduction & Project Background a. Introduction b. Background c. Purpose 2. Permitting Requirements 3. Preliminary Drawings 4. Technical Specifications Table of Contents 5. Costs a. Capital b. Operational (chemical costs) 6. Project Schedule 7. Recommendations & Conclusion The draft BODR will be submitted in PDF and MS Word formats via email to the City. Consultant will conduct a review workshop with the City to review alternatives and present recommendations outlined in the BODR. Task 3.2: Final BODR Consultant will compile and update the BODR to incorporate City comments and key design decisions. The final BODR will include preliminary drawings and will serve to document the recommendations and major decisions on for the Station and will form the basis for the 60% design. Consultant will develop a comment / response form to document City comments and how they were addressed. The final BODR will be electronically signed, sealed, and submitted to the City in PDF format. A MSWord version of the final BODR will also be submitted to the City. CONSULTANT WORK ORDER Coachman Station Disinfection System Update McKim & Creed City Project Number 25-0041-UT City of Clearwater Consultant Work Order Page 4 of 11 Revised: 07/23/2025 4 FINAL DESIGN Consultant will utilize information obtained from previous tasks to develop final design documents. Prior to each submittal, Consultant will provide Quality Assurance / Quality Control (QA/QC) reviews using professional engineer(s) who have no direct involvement with the project. The design plans shall be compiled using the City of Clearwater CAD standards, as attached. The following drawings are anticipated for the final design: Drawing Number of Sheets Cover sheet and General Notes 3 Civil 2 Mechanical 4 I&C 3 Electrical 2 City Standard Details 1 Total 15 Task 4.1: 60% Design Incorporate any remaining City comments from the BODR submittal and develop 60% level drawings, technical specifications, EOPCC and preliminary project schedule. Submit one (1) set of half size drawings, EOPCC, and technical specifications. Also submit electronic (PDF) format of each via e-mail to City staff for review and comment. A 60% review meeting with the design team and City staff will be scheduled approximately 21 calendar days after the 60% submittal to review and address City comments. Meeting minutes will be prepared and provided to City staff via e-mail (PDF copy). City comments and Consultant responses will be addressed and included with the 90% design phase. Task 4.2: 100% Design Incorporate City comments and revisions from the 90% review meeting and from regulatory agencies. Advance drawings and specifications to prepare 100% drawings, technical specifications, EOPCC and preliminary project schedule. Submit one (1) set of full-size drawings, half size drawings, EOPCC, project schedule, and technical specifications. Also submit electronic (PDF) format of each via e-mail to City staff for review and comment. A 100% review meeting with the design team and City staff will be scheduled for approximately 21 calendar days after the 100% submittal to review and address City comments. Meeting minutes will be prepared and provided to City staff via e-mail (PDF copy). City comments and Consultant responses for the 100% submittal will be addressed and included with the Bid Documents. CONSULTANT WORK ORDER Coachman Station Disinfection System Update McKim & Creed City Project Number 25-0041-UT City of Clearwater Consultant Work Order Page 5 of 11 Revised: 07/23/2025 Task 4.3: Issue for Bid Documents Incorporate City comments and revisions from the 100% review meeting and from regulatory agencies. Advance drawings and specifications to prepare Bid Documents. Submit one (1) set of signed & sealed drawings and technical specifications that will be used for bid advertisement. Task 4.4: FDEP Permitting Consultant will prepare the FDEP Application for a Specific Permit to Construct Components and will submit the permit application and the application fees to the FDEP. One permit application and one pre-application meeting is anticipated. Responses for up to two (2) RAIs are included in this task. Task 4.5: City of Clearwater Building Permit Following the 100% review meeting, Consultant will prepare a City of Clearwater Building permit application package and will submit the permit application and the application fees to the City. One permit application and one pre-application meeting is anticipated. Responses for up to two (2) RAIs are included in this task. 5 BIDDING ASSISTANCE Task 5.1: Pre-bid Meeting and Bidding Assistance: Consultant will provide bidding services inclusive of the following items: 1. Attend a Pre-Bid meeting that will be conducted by the City; agenda shall be prepared by the City. 2. Provide responses to Contractors’ questions during bidding and aid the City in the preparation of addenda. The City will issue all addenda. 3. Review bids received and provide an award recommendation to the City. 6 LIMITED CONSTRUCTION SERVICES Consultant will provide limited construction administrative and construction inspection services as described in subtasks below. Task 6.1: Prepare Conformed Construction Documents: Consultant will prepare conformed Construction Drawings and Technical Specifications to include addenda issued during bidding. Two (2) sets of full-size and half-size drawings will be provided to the Contractor at the pre-construction meeting. Task 6.2: Pre-Construction Meeting Prior to the start of construction, the Consultant will prepare agenda and arrange for a pre- construction meeting to include the contractor, key subcontractors, and engineer. CONSULTANT WORK ORDER Coachman Station Disinfection System Update McKim & Creed City Project Number 25-0041-UT City of Clearwater Consultant Work Order Page 6 of 11 Revised: 07/23/2025 Task 6.3: Submittal Review Consultant will track and review Contractor submittals for conformance with the Contract Documents and will provide submittal review as required. Task 6.4: Contractor Requests for Information Request for Information (RFI) from the Contractor will be tracked, reviewed by consultant and, if needed, forwarded to the City for additional information. RFI responses will be provided within 14 calendar days of receipt of each RFI. Task 6.5: Limited Construction Observation Services Consultant will provide limited onsite construction observation services, during key construction activities, averaging eight (8) hours per week for the anticipated 14-week active construction period. Field reports to document progress will be included for the site visits. Daily site visits and daily inspection reports are not included. Task 6.6: Monthly Construction Progress Meetings Consultant will prepare agenda, conduct the meetings, and provide meeting minutes for the anticipated six (6) (includes preliminary and active construction periods) construction progress meeting for this project. Task 6.7: Contractor Pay Request Review Consultant will review contractor pay applications within ten (10) days after receipt, will provide written notice to the City recommending payment to the Contractor, or return the request to the Contractor, providing written notice of Consultant’s reason for returning the pay request. As part of the review process, McKim & Creed shall review the progress of record drawings and that appropriate releases of liens are submitted with the pay requests. Upon receipt of the Contractor’s request for final payment, McKim & Creed shall observe and, if acceptable, submit to the City a recommendation as to acceptance of the work and as to the final payment request of the Contractor. Task 6.8: Construction Change Orders Consultant will review and comment on Change Order Requests from the Contractor based on the Contract Documents. Consultant will also provide review of pricing and content, as well as providing a recommendation of approval or disapproval to the City. A log of Change Order requests will be kept for review by the City. Task 6.9: Substantial and Final Walkthrough Consultant will conduct a substantial site walkthrough for substantial completion, followed by a final walkthrough. A punch list will be developed for the substantial completion walkthrough. Substantial CONSULTANT WORK ORDER Coachman Station Disinfection System Update McKim & Creed City Project Number 25-0041-UT City of Clearwater Consultant Work Order Page 7 of 11 Revised: 07/23/2025 and final walkthroughs will be attended by the Contractor, key subcontractors, and key staff from the City. Task 6.10: Record Drawings and Final Certifications Consultant will review and provide comments on the As-Built Drawings supplied by the Contractor prior to their submittal to the City. McKim & Creed will use the completed As-Built Drawings to prepare Record Drawings needed for the Certification of Construction Completion and Requests for Clearance to Place Permitted public water supply components into Operation. 3. PROJECT GOALS The main project goal is to increase the chlorine residual levels in the North Clearwater Beach area and to reduce costs and effort associated with potable water flushing. Deliverables for the project will include:  Meeting minutes  One (1) copy of draft and final BODR  One (1) copy of construction documents, including technical specifications, construction drawings, and the Engineer’s Opinion of Probable Construction Cost (EOPCC), at BODR, 60%, and 100% (final) submittals. Electronic (PDF) copies of the construction documents will be provided at each submittal stage.  Permits  Construction reports  Electronic project dossier All deliverables will comply with City requirements. 4. FEES See Attachment “A.” This price includes all labor and expenses anticipated to be incurred by Consultant for the completion of these tasks in accordance with Professional Services Method “A” – Hourly Rate Task, for a fee not to exceed Two Hundred Forty-Three Thousand, Four Hundred Fifty-Four Dollars ($243,454.00). The permit application fees will be paid by the consultant and invoiced to the City as a reimbursable. CONSULTANT WORK ORDER Coachman Station Disinfection System Update McKim & Creed City Project Number 25-0041-UT City of Clearwater Consultant Work Order Page 8 of 11 Revised: 07/23/2025 5. SCHEDULE Project schedule will commence upon receipt of written authorization from the City. The design phase of the project is to be completed in approximately 180 calendar days from issuance of notice-to- proceed. The project deliverables are to be phased as follows: Kickoff Meeting 14 calendar days Data Collection & Review 7 calendar days BODR Design Submittal 30 calendar days BODR Review Meeting 21 calendar days 60% Design Submittal 30 calendar days 60% Review Meeting 21 calendar days 100% Design Submittal 21 calendar days 100% Review Meeting 21 calendar days Permit Application Packages 14 calendar days Bid Documents 14 calendar days Approximate Total Design Period 194 calendar days Construction Period 180 calendar days 6. STAFF ASSIGNMENTS McKim & Creed: Project Director: Dan Keck, PE, 850-516-1418| dkeck@mckimcreed.com Project Manager: Phil Locke, PE, 727-754-0131 | plocke@mckimcreed.com Engineering Designer: Omar Mulla-Saleh | omullasaleh@mckimcreed.com Engineering Designer: Josephine Garas, EI. | jgaras@mckimcreed.com Sr. Project Engineer: Aubrey Haudricourt, PE | ahaudricourt@mckimcreed.com St. Technical Specialist: Eric Brown, EI | ebrown@mckimcreed.com City of Clearwater: PU Project Manager: Skyler Belloise | 727-408-0247 | Skyler.Belloise@MyClearwater.com PU Engineering Manager: Kaylynn Price | 727-444-8252 | Kaylynn.Price@MyClearwater.com PU Acting Director: Michael Flanigan | 727-224-7690 | Michael.Flanigan@MyClearwater.com PU Manager (Water & Sewer Infrastructure): Michael Vacca |727-224-7051 | Mike.Vacca@MyClearwater.com PU Assistant Manager (Water Division): Todd Kuhnel |727-224-6702| Todd.Kunhel@MyClearwater.com PU Manager (Drinking Water Production): Frederick Hemerick |727-224-7993| Fred.Hemerick@MyClearwater.com PU Assistant Manager (Infrastructure Maintenance): Wayne LaFleur |727-309-7386 | Wayne.LaFleur@MyClearwater.com 7. CORRESPONDENCE/REPORTING PROCEDURES Consultant’s project correspondence shall be directed to Phil Locke, PE with copies to Dan Keck, PE, Project Director. CONSULTANT WORK ORDER Coachman Station Disinfection System Update McKim & Creed City Project Number 25-0041-UT City of Clearwater Consultant Work Order Page 9 of 11 Revised: 07/23/2025 All City project correspondence shall be directed to: Skyler Belloise with copies to Kaylynn Price, and Michael Flanigan. 8. INVOICING/FUNDING PROCEDURES City Invoicing Code: 3217321-561300-96783 For work performed, invoices shall be submitted monthly to: CITY OF CLEARWATER, PUBLIC UTILITIES ENGINEERING 1650 N ARCTURAS AVE BLDG C CLEARWATER, FLORIDA 33765 EMAIL ADDRESS: PUEngineering@myclearwater.com Contingency services will be billed as incurred only after written authorization provided by the City to proceed with those services. 9. INVOICING PROCEDURES At a minimum, in addition to the invoice amount(s) the following information shall be provided on all invoices submitted on the Work Order: 1. Purchase Order, Project and Invoice Numbers and Contract Amount. 2. The time period (begin and end date) covered by the invoice. 3. A short narrative summary of activities completed in the time period. 4. Contract billing method – Lump Sum or Hourly Rate. 5. If Lump Sum, the percent completion, amount due, previous amount earned and total earned to date for all tasks (direct costs, if any, shall be included in lump sum amount). 6. If Hourly Rate, hours, hourly rates, names of individuals being billed, amount due, previous amount earned, the percent completion, total earned to date for each task and other direct costs (receipts will be required for any single item with a cost of $50 or greater or cumulative monthly expenses greater than $100). 7. If the Work Order is funded by multiple funding codes, an itemization of tasks and invoice amounts by funding code. 10. CONSIDERATIONS Consultant acknowledges the following: CONSULTANT WORK ORDER Coachman Station Disinfection System Update McKim & Creed City Project Number 25-0041-UT City of Clearwater Consultant Work Order Page 10 of 11 Revised: 07/23/2025 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. c. At the conclusion of the project, ENGINEER will combine this information into a Project Catalog and submit to the City for review and comment. 4. Arc Flash labeling requirements: a. All electrical designs and construction shall adhere to NFPA 70E “Standard for Electrical Safety in the Workplace”. b. Updated calculations of Fault and Arc Flash, and provisions for new or updated Arc Flash equipment labeling shall be included in the contract documents. 12. SPECIAL CONSIDERATIONS The following items are added for clarification of this work order: 1. Survey work is not anticipated and is not included in this Scope of Work. CONSULTANT WORK ORDER Coachman Station Disinfection System Update McKim & Creed City Project Number 25-0041-UT City of Clearwater Consultant Work Order Page 11 of 11 Revised: 07/23/2025 2. It is understood that the City will be responsible for coordinating any bypass pumping that may be required during construction. City will also be responsible for taps and air release valves prior to construction. 3. City will be responsible for coordination with potential public events that may occur during construction. 4. Public meetings are not anticipated and are not included in this Scope of Work. 5. The anticipated active (on-site) construction period is 14 weeks. 6. Permit application fees will be issued by the Consultant. 7. City will be responsible for rehabilitation / replacement of existing valves. 8. The project schedule includes 21 calendar days between project submittals and review meetings with the City. If additional time is required for City review, the project schedule will be updated accordingly. PREPARED BY: ________________________ Dan Keck, P.E. Regional Manager McKim & Creed ___________________ Date APPROVED BY: _______________________ Michael Flanigan Interim Director, Public Utilities City of Clearwater ___________________ Date ATTACHMENT “A” CONSULTANT WORK ORDER – PROJECT FEES TABLE Coachman Station Disinfection System Update McKim & Creed City Project Number 25-0041-UT City of Clearwater Consultant Work Order – Project Fees Table Page 1 of 2 Revised: 07/23/2025 CONSULTANT WORK ORDER PROJECT FEES TABLE Task Description Subconsultant Services Labor Total 1.0 PROJECT MANAGEMENT 1.1 Project Setup & Management Plan $0 $1,480 $1,480 1.2 Progress Reports $0 $3,390 $3,390 1.3 Coordination $0 $3,810 $3,810 1.4 Meetings $0 $6,300 $6,300 1.5 Project Documentation $0 $1,240 $1,240 Project Management Total: $16,220 2.0 PRELIMINARY ENGINEERING 2.1 Data Collection and Analysis $0 $1,890 $1,890 2.2 Site Visits $0 $935 $935 Preliminary Engineering Total: $2,825 3.0 BASIS OF DESIGN REPORT (BODR) 3.1 Draft Basis of Design Report (BODR) $0 $31,760 $31,760 3.2 Final BODR $0 $12,840 $12,840 Interconnect Evaluation Total: $44,600 4.0 FINAL DESIGN 4.1 60% Design $0 $44,880 $44,880 4.2 100% Design $0 $27,925 $27,925 4.3 Issue for Bid Documents $0 $20,910 $20,910 4.4 FDEP Public Water Supply Permit $0 $2,210 $2,210 4.5 City Building Permit $0 $7,330 $7,330 Final Design Plans and Specifications Total: $103,255 5.0 BIDDING ASSISTANCE 5.1 Pre-Bid Meeting and Bidding Assistance $0 $4,315 $4,315 Bid Documents and Bidding Assistance Total: $4,315 6.0 LIMITED CONSTRUCTION SERVICES 6.1 Conformed Documents $0 $1,445 $1,445 6.2 Preconstruction Meeting $0 $1,850 $1,850 6.3 Submittals $0 $3,240 $3,240 6.4 RFIs $0 $2,540 $2,540 6.5 Engineer Site Visits (8 hrs/week for 14- weeks) $0 $24,160 $24,160 6.6 Construction Progress Meetings $0 $3,540 $3,540 CONSULTANT WORK ORDER Coachman Station Disinfection System Update – PROJECT FEES TABLE McKim & Creed City Project Number 25-0041-UT City of Clearwater Consultant Work Order – Project Fees Table Page 2 of 2 Revised: 07/23/2025 6.7 Contractor Pay Application Reviews $0 $1,540 $1,540 6.8 Construction Change Orders $0 $1,725 $1,725 6.9 Substantial and Final Completion Walkthroughs $0 $2,540 $2,540 6.10 Record Drawings & Final Certification $0 $1,890 $1,890 Limited Construction Services Total: $44,470 SUBTOTAL, LABOR, AND SUB-CONTRACTORS: $215,685 6.0 Contingency (10%) $21,569 7.0 Permit Application Fees $2,000 8.0 Other Direct Costs (prints, photocopies, postage, etc.) (Not applicable to lump sum Work Orders) $4,200 GRAND TOTAL: $243,454 ATTACHMENT “C” CONSULTANT WORK ORDER – CITY DELIVERABLES Coachman Station Disinfection System Update McKim & Creed City Project Number 25-0041-UT 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 Engineering/Geographic Technology Division. 2. DELIVERABLES The design plans shall be produced on bond material, 24" x 36" at a scale of 1" = 20’ unless approved otherwise. Upon completion the Consultant shall deliver all drawing files in digital format with all project data in Autodesk Civil 3D® file format. NOTE: If approved deviation from Clearwater CAD standards is used, the Consultant shall include all necessary information to aid in manipulating the drawings including either .pcp, .ctb file or pen schedule for plotting. The drawing file shall include only authorized fonts, shapes, line types or other attributes contained in the standard release of Autodesk software. All block references and other references contained within the drawing file shall be included. Please address any questions regarding format to Mr. 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. ! ! ! ! ! ! 221 100255303200311DREW ST NOSCEOLAAVEDocument Path: C:\Users\Michael.Koter\City of Clearwater\Engineering Geographic Technology - GIS\Engineering\Location Maps\25-0041-UT Coachman Station Disinfection\Coachman Station Disinfection System Update\Coachman Station Disinfection System Update.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 311 Drew St. Coachman Station Disinfection System Update 25-0041-UT ² N.T.S.Scale:MDMap Gen By:SBReviewed By:10/15/2025Date: AERIAL MAP PROJECT LOCATION Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#26-0042 Agenda Date: 2/2/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 4.3 SUBJECT/RECOMMENDATION: Award construction contracts to TLC Diversified of Palmetto, FL, Murphy Pipeline Contractors of Jacksonville, FL and Applied Drilling Engineering of Tampa, FL for the Water, Reclaimed Water and Well Repair and Improvements project in the annual amount of $9,000,000.00 for a one year term with the option for three one-year renewals on a unit price basis pursuant to Invitation to Bid (ITB) 25-0027-UT and authorize the appropriate officials to execute same. (consent) SUMMARY: This request seeks to establish a multi-year, unit-price contract for as-needed infrastructure improvements, specifically targeting water, reclaimed water, and well systems, along with associated asphalt and concrete repairs. This contract is a replacement of the contract from 21-0025-UT, which similarly established a multi-year contract for as needed services in water and reclaimed water infrastructure improvements. That contract expired on December 31, 2025 and a new contract has been initiated to continue this work. Following the ITB 25-0027-UT process, CHA Consulting, Inc. recommended awarding the lowest responsible bidders based on unit prices for five distinct groups as follows: TLC Diversified is recommended to perform in Group A - Water and Reclaimed Water Point Repair for an amount not to exceed $3,750,000.00 per one year term. Murphy Pipeline Contractors is recommended to perform in Group B - Water and Reclaimed Water Trenchless Pipe Installation for an amount not to exceed $3,750,000.00 per one year term. It was determined that TLC Diversified did not meet the qualifications for this group therefore is considered non-responsive for Group B. TLC Diversified is recommended to perform in Group C - Asphalt Milling and Resurfacing for an amount not to exceed $750,000.00 per one year term. TLC Diversified is recommended to perform in Group D - Concrete Aprons, Sidewalk and Curb for an amount not to exceed $250,000.00 per one year term. Applied Drilling Engineering is recommended to perform in Group E - Well Maintenance for an amount not to exceed $500,000.00 per one year term. The City of Clearwater will direct the contractors to those high priority areas as established in the Public Utilities Department Capital Improvement Plan, Water Master Plan and Reclaimed Water Master Plan. Construction duration is anticipated to be one year for each group with the option for three one-year renewals. APPROPRIATION CODE AND AMOUNT: 3217321-546900-96721 $6,800,000.00 Page 1 City of Clearwater Printed on 1/27/2026 File Number: ID#26-0042 3277327-546900-96784 $1,700,000.00 Public Utilities-operating supplies $500,000.00 Funding for these contracts are available in capital improvement projects 97621, Water System R&R Maintenance, and 96784, Reclaimed Water Distribution System R&R; and in various Public Utilities operating cost centers cost code 550400, operating supplies and materials. Future funding will be requested as part of the annual budget process. The operations of the Public Utilities Department, and capital projects which support, are funded by revenue from the Water & 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, award of a Construction Contract is requested. The project also aligns with the City’s Strategic goals of Environmental Stewardship. Page 2 City of Clearwater Printed on 1/27/2026 ITB # 25-0027-UT WATER, RECLAIMED WATER AND WELL REPAIR IMPROVEMENTS BIDDER TABULATIONS - ALL GROUPS GROUP A GROUP B GROUP C GROUP D GROUP E #1 Applied Drilling Engineering, Inc. $0.00 $0.00 $0.00 $0.00 $1,494,350.00 #2 Rowland DE LLC.$60,595,741.25 $0.00 $0.00 $0.00 $0.00 #3 Murphy Pipeline Contractors $53,006,306.18 $60,996,574.24 $2,558,063.75 $0.00 $0.00 #4 TLC Diversified, Inc.$48,455,220.00 $57,382,820.00 $2,544,025.00 $14,045,625.00 $2,395,580.00 Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost TotalGENERAL - GROU*Mobilization sha X 1 *Emergency Mobilization/Demobilization & GeneralConditions and Traffic Control1 (max $5,000)30 EA $0.00 $0.00 $5,000.00 $150,000.00 $5,000.00 $150,000.00 $3,000.00 $90,000.00 X 2 Non-Emergency Mobilization/Demobilization & General Conditions and Traffic Control1 (max 75 EA $0.00 $0.00 $4,000.00 $300,000.00 $4,000.00 $300,000.00 $4,000.00 $300,000.00Bid Items 3a to 3 X 3a FDOT Index 601 - Work Beyond the Shoulder 180 EA/DAY $0.00 $0.00 $1,000.00 $180,000.00 $800.00 $144,000.00 $1,500.00 $270,000.00X3bFDOT Index 602 - Work on Shoulder 180 EA/DAY $0.00 $0.00 $1,500.00 $270,000.00 $800.00 $144,000.00 $1,500.00 $270,000.00 X 3c FDOT Index 603 - Two Lane Two Way Work within Travel way 60 EA/DAY $0.00 $0.00 $1,650.00 $99,000.00 $1,500.00 $90,000.00 $1,600.00 $96,000.00 X 3d FDOT Index 604 - Two Lane Two Way - Intersection Work 60 EA/DAY $0.00 $0.00 $1,650.00 $99,000.00 $1,500.00 $90,000.00 $1,600.00 $96,000.00 X 3e FDOT Index 613 - Multilane Roadway - Lane Closures 60 EA/DAY $0.00 $0.00 $1,980.00 $118,800.00 $1,500.00 $90,000.00 $1,600.00 $96,000.00 X 3f FDOT Index 615 - Multilane Roadway - Intersection Work 60 EA/DAY $0.00 $0.00 $1,980.00 $118,800.00 $1,500.00 $90,000.00 $1,600.00 $96,000.00 X 3g FDOT Index 620 - Multilane Roadway - Temporary Diversion 60 EA/DAY $0.00 $0.00 $1,980.00 $118,800.00 $1,500.00 $90,000.00 $1,600.00 $96,000.00X3hFDOT Index 625 - Temporary Road Closure 60 EA/DAY $0.00 $0.00 $2,062.50 $123,750.00 $1,000.00 $60,000.00 $800.00 $48,000.00X3iFDOT Index 628 - Two Way Left Turn Lanes 60 EA/DAY $0.00 $0.00 $2,062.50 $123,750.00 $1,000.00 $60,000.00 $1,600.00 $96,000.00X3jFlagman200 HOUR $0.00 $0.00 $72.00 $14,400.00 $50.00 $10,000.00 $65.00 $13,000.00X3kArrow Board - 5' Minimum Horizontal Size 30 EA/DAY $0.00 $0.00 $48.00 $1,440.00 $137.00 $4,110.00 $65.00 $1,950.00X3lVariable Message Board 30 EA/DAY $0.00 $0.00 $84.00 $2,520.00 $182.00 $5,460.00 $75.00 $2,250.00X3mConcrete Barrier (FDOT Index No. 415)60 EA/DAY $0.00 $0.00 $550.00 $33,000.00 $500.00 $30,000.00 $25.00 $1,500.00X3nLow Profile Barrier (FDOT Index No. 412)60 EA/DAY $0.00 $0.00 $650.00 $39,000.00 $500.00 $30,000.00 $20.00 $1,200.00X3oSign in Work Zone 100 EA/DAY $0.00 $0.00 $2.00 $200.00 $4.00 $400.00 $2.00 $200.00X3pFDOT Cone 100 EA/DAY $0.00 $0.00 $1.10 $110.00 $3.50 $350.00 $2.00 $200.00X3qFDOT Channelizing Drum 100 EA/DAY $0.00 $0.00 $1.10 $110.00 $3.50 $350.00 $2.00 $200.00X3rBarricade, Type III with Warning Light 100 EA/DAY $0.00 $0.00 $1.10 $110.00 $5.00 $500.00 $6.00 $600.00X3sBarricade, Type I or II with Warning Light 100 EA/DAY $0.00 $0.00 $1.10 $110.00 $5.00 $500.00 $7.00 $700.00LABOR AND EQUBid Items 4a-l anLABOR HOURX4a Foreman regular time 1500 HOUR $0.00 $0.00 $115.00 $172,500.00 $125.00 $187,500.00 $100.00 $150,000.00X4bForeman overtime 200 HOUR $0.00 $0.00 $172.50 $34,500.00 $135.00 $27,000.00 $150.00 $30,000.00X4cOperator regular time 2000 HOUR $0.00 $0.00 $64.90 $129,800.00 $110.00 $220,000.00 $65.00 $130,000.00X4dOperator overtime 200 HOUR $0.00 $0.00 $96.80 $19,360.00 $120.00 $24,000.00 $88.00 $17,600.00X4eTruck Driver regular time 1000 HOUR $0.00 $0.00 $67.85 $67,850.00 $60.00 $60,000.00 $65.00 $65,000.00X4fTruck Driver overtime 50 HOUR $0.00 $0.00 $101.20 $5,060.00 $70.00 $3,500.00 $88.00 $4,400.00X4gPipe Layer regular time 2000 HOUR $0.00 $0.00 $61.95 $123,900.00 $100.00 $200,000.00 $65.00 $130,000.00X4hPipe Layer overtime 200 HOUR $0.00 $0.00 $92.40 $18,480.00 $110.00 $22,000.00 $88.00 $17,600.00X4iLaborer regular time 2000 HOUR $0.00 $0.00 $55.65 $111,300.00 $95.00 $190,000.00 $60.00 $120,000.00X4jLaborer overtime 2000 HOUR $0.00 $0.00 $84.00 $168,000.00 $105.00 $210,000.00 $82.00 $164,000.00X4kPreconstruction Video 30 DAY $0.00 $0.00 $85.00 $2,550.00 $500.00 $15,000.00 $500.00 $15,000.00X4lAsbuilt Survey 80 DAY $0.00 $0.00 $275.00 $22,000.00 $2,500.00 $200,000.00 $2,200.00 $176,000.00EQUIPMENTX5aForeman's pickup truck with hand tools 1500 HOUR $0.00 $0.00 $33.75 $50,625.00 $65.00 $97,500.00 $40.00 $60,000.00X5bJob truck with tools 1500 HOUR $0.00 $0.00 $35.125 $52,687.50 $70.00 $105,000.00 $50.00 $75,000.00X5cTractor & Trailer (Transport)200 HOUR $0.00 $0.00 $125.00 $25,000.00 $80.00 $16,000.00 $55.00 $11,000.00X5dTrack Hoe (to 100 HP)1100 HOUR $0.00 $0.00 $87.50 $96,250.00 $130.00 $143,000.00 $115.00 $126,500.00X5eTrack Hoe (101 HP to 170 HP)500 HOUR $0.00 $0.00 $143.75 $71,875.00 $140.00 $70,000.00 $120.00 $60,000.00X5fTrack Hoe (171 HP and up)750 HOUR $0.00 $0.00 $218.75 $164,062.50 $200.00 $150,000.00 $130.00 $97,500.00LANDSCAPING/RX6aSodding 75000 SF $0.00 $0.00 $1.75 $131,250.00 $3.00 $225,000.00 $1.75 $131,250.00X6bBrush Removal 40 TON $0.00 $0.00 $500.00 $20,000.00 $212.50 $8,500.00 $200.00 $8,000.00X6cTree Protection 15 EA $0.00 $0.00 $312.50 $4,687.50 $120.00 $1,800.00 $300.00 $4,500.00X6dTree Removal (<6" Trunk Diameter)5 EA $0.00 $0.00 $625.00 $3,125.00 $262.00 $1,310.00 $1,000.00 $5,000.00X6eTree Removal (6"-12" Trunk Diameter)3 EA $0.00 $0.00 $750.00 $2,250.00 $1,740.00 $5,220.00 $1,500.00 $4,500.00X6fTree Removal (13"-18" Trunk Diameter)3 EA $0.00 $0.00 $2,025.00 $6,075.00 $3,480.00 $10,440.00 $3,000.00 $9,000.00X6gTree Removal (>18" Trunk Diameter)3 EA $0.00 $0.00 $3,375.00 $10,125.00 $8,700.00 $26,100.00 $6,000.00 $18,000.00MATERIALS X 7a Remove and Replace Concrete Sidewalk, (4" Min Thickness)500 SF $0.00 $0.00 $27.50 $13,750.00 $16.50 $8,250.00 $25.00 $12,500.00 X 7b Remove and Replace Concrete Sidewalk, (6" Min Thickness)500 SF $0.00 $0.00 $32.50 $16,250.00 $27.00 $13,500.00 $28.00 $14,000.00X7cRemove and Replace Concrete Driveway 250 SY $0.00 $0.00 $193.75 $48,437.50 $182.50 $45,625.00 $165.00 $41,250.00X7dFull Width Milling (Up to 2")7500 SY $0.00 $0.00 $40.00 $300,000.00 $45.00 $337,500.00 $30.00 $225,000.00X7eFull Width Milling (2" to 4")7500 SY $0.00 $0.00 $31.25 $234,375.00 $45.00 $337,500.00 $35.00 $262,500.00X7fSP 12.5 Asphalt Concrete Resurfacing 500 TON $0.00 $0.00 $275.00 $137,500.00 $450.00 $225,000.00 $400.00 $200,000.00X7gSP 9.5 Asphalt Concrete Resurfacing 500 TON $0.00 $0.00 $275.00 $137,500.00 $450.00 $225,000.00 $400.00 $200,000.00X7hPavement Marking - Crosswalks (Lane)500 LF $0.00 $0.00 $2.50 $1,250.00 $36.00 $18,000.00 $20.00 $10,000.00X7iPavement Marking - Stop Bars (Lane)250 EA $0.00 $0.00 $112.50 $28,125.00 $180.00 $45,000.00 $345.00 $86,250.00X7jPavement Marking - School Crossing/RR 50 EA $0.00 $0.00 $110.00 $5,500.00 $264.00 $13,200.00 $600.00 $30,000.00X7kPavement Marking - Turn, Straight, Combo Arrows 50 EA $0.00 $0.00 $125.00 $6,250.00 $192.00 $9,600.00 $80.00 $4,000.00 X 7l Pavement Marking - Dashed (White, Yellow, or Double Yellow)500 LF $0.00 $0.00 $1.25 $625.00 $12.00 $6,000.00 $9.00 $4,500.00X7mPavement Marking - Solid White 250 LF $0.00 $0.00 $1.25 $312.50 $12.00 $3,000.00 $9.00 $2,250.00X7nPavement Marking - Solid Double Yellow 250 LF $0.00 $0.00 $1.875 $468.75 $12.00 $3,000.00 $12.00 $3,000.00X7oPavement Marking - Solid Yellow 250 LF $0.00 $0.00 $1.25 $312.50 $12.00 $3,000.00 $9.00 $2,250.00 X 7p Temporary Pavement Marking - Turn, Straight, Combo Arrows 250 EA $0.00 $0.00 $125.00 $31,250.00 $192.00 $48,000.00 $75.00 $18,750.00 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements (GROUP A - Water and RCW Point Repair)Applied Drilling Engineering, Inc.Murphy Pipeline Contractors Rowland DE LLC.TLC Diversified, Inc. X 7q Temporary Pavement Marking - Dashed (White, Yellow, or Double Yellow)250 LF $0.00 $0.00 $1.25 $312.50 $7.25 $1,812.50 $5.00 $1,250.00X7rTemporary Pavement Marking - Solid White 250 LF $0.00 $0.00 $1.25 $312.50 $7.25 $1,812.50 $5.00 $1,250.00X7sTemporary Pavement Marking - Solid Double Yellow 250 LF $0.00 $0.00 $1.875 $468.75 $7.25 $1,812.50 $8.00 $2,000.00X7tTemporary Pavement Marking - Solid Yellow 250 LF $0.00 $0.00 $1.25 $312.50 $7.25 $1,812.50 $5.00 $1,250.00 X 7u Remove and replace concrete curb and gutter (FDOT Type A)750 LF $0.00 $0.00 $56.25 $42,187.50 $54.00 $40,500.00 $45.00 $33,750.00 X 7v Remove and replace concrete curb and gutter (FDOT Type E)750 LF $0.00 $0.00 $87.50 $65,625.00 $84.00 $63,000.00 $60.00 $45,000.00 X 7w Remove and replace concrete curb and gutter (FDOT Type F)750 LF $0.00 $0.00 $87.50 $65,625.00 $84.00 $63,000.00 $60.00 $45,000.00 X 7x 3000 psi Concrete 100 CY $0.00 $0.00 $625.00 $62,500.00 $450.00 $45,000.00 $425.00 $42,500.00 X 7y Off Site Selected Fill 1500 CY $0.00 $0.00 $62.50 $93,750.00 $36.00 $54,000.00 $55.00 $82,500.00 X 7z Limerock Base Material 750 TON $0.00 $0.00 $91.25 $68,437.50 $70.00 $52,500.00 $95.00 $71,250.00 X 7aa Crushed Concrete Base Material 750 TON $0.00 $0.00 $117.50 $88,125.00 $132.00 $99,000.00 $100.00 $75,000.00 X 7ab Stabilized Subgrade 750 TON $0.00 $0.00 $91.25 $68,437.50 $60.00 $45,000.00 $85.00 $63,750.00 X 7ac # 57 Washed Stone 750 TON $0.00 $0.00 $156.25 $117,187.50 $72.00 $54,000.00 $130.00 $97,500.00 X 7ad Removal of unsuitable soil 300 TON $0.00 $0.00 $28.75 $8,625.00 $72.00 $21,600.00 $50.00 $15,000.00 X 7ae Removal of buried concrete 300 TON $0.00 $0.00 $400.00 $120,000.00 $72.00 $21,600.00 $75.00 $22,500.00 X 7af Removal of Hazardous Material 300 TON $0.00 $0.00 $1,500.00 $450,000.00 $120.00 $36,000.00 $100.00 $30,000.00 X 7ag Rip Rap 300 TON $0.00 $0.00 $187.50 $56,250.00 $265.00 $79,500.00 $185.00 $55,500.00 X 7ah Flowable Fill 100 CY $0.00 $0.00 $250.00 $25,000.00 $265.00 $26,500.00 $250.00 $25,000.00 X 7ai Brick Pavers 100 SY $0.00 $0.00 $150.00 $15,000.00 $120.00 $12,000.00 $125.00 $12,500.00 X 7aj Geo Grid 20 SY $0.00 $0.00 $35.00 $700.00 $18.00 $360.00 $65.00 $1,300.00 X 7ak Shoring (4' to 6' deep)10 EA $0.00 $0.00 $1,500.00 $15,000.00 $3,000.00 $30,000.00 $2,700.00 $27,000.00 X 7al Shoring (6' to 10' deep)10 EA $0.00 $0.00 $4,000.00 $40,000.00 $5,000.00 $50,000.00 $3,600.00 $36,000.00 X 7am Steel Road Plates 40 EA $0.00 $0.00 $300.00 $12,000.00 $750.00 $30,000.00 $500.00 $20,000.00 WELL POINT DEW X 8 Well Point Dewatering 2000 LF/DAY $0.00 $0.00 $82.50 $165,000.00 $80.00 $160,000.00 $55.00 $110,000.00 GROUT FILL AND X 9a 2"-6"7500 LF $0.00 $0.00 $18.75 $140,625.00 $18.00 $135,000.00 $22.00 $165,000.00 X 9b 8"-12"7500 LF $0.00 $0.00 $20.00 $150,000.00 $19.00 $142,500.00 $24.00 $180,000.00 X 9c 16"-24"5000 LF $0.00 $0.00 $25.00 $125,000.00 $24.00 $120,000.00 $25.00 $125,000.00 X 9d >30"5000 LF $0.00 $0.00 $62.50 $312,500.00 $60.00 $300,000.00 $40.00 $200,000.00 REMOVE ABAND X 10a 2"-6"5000 LF $0.00 $0.00 $12.50 $62,500.00 $12.00 $60,000.00 $30.00 $150,000.00 X 10b 8"-12"5000 LF $0.00 $0.00 $18.75 $93,750.00 $18.00 $90,000.00 $37.00 $185,000.00 X 10c 16"-24"2000 LF $0.00 $0.00 $37.50 $75,000.00 $36.00 $72,000.00 $39.00 $78,000.00 X 10d >30"500 LF $0.00 $0.00 $62.50 $31,250.00 $40.00 $20,000.00 $42.00 $21,000.00 PRESSURE PIPE ( PVC (Inclusive all X 11a 4" diameter (0' to 5')1000 LF $0.00 $0.00 $93.75 $93,750.00 $108.50 $108,500.00 $100.00 $100,000.00 X 11b 4" diameter (5.1' to 10')500 LF $0.00 $0.00 $150.00 $75,000.00 $119.00 $59,500.00 $125.00 $62,500.00 X 11c 4" diameter (10.1' to 15')100 LF $0.00 $0.00 $300.00 $30,000.00 $185.00 $18,500.00 $160.00 $16,000.00 X 11d 4" diameter (15.1' to 20')50 LF $0.00 $0.00 $515.00 $25,750.00 $284.50 $14,225.00 $215.00 $10,750.00 X 11e 6" diameter (0' to 5')1000 LF $0.00 $0.00 $110.00 $110,000.00 $115.00 $115,000.00 $110.00 $110,000.00 X 11f 6" diameter (5.1' to 10')500 LF $0.00 $0.00 $157.50 $78,750.00 $139.50 $69,750.00 $135.00 $67,500.00 X 11g 6" diameter (10.1' to 15')100 LF $0.00 $0.00 $316.25 $31,625.00 $205.50 $20,550.00 $175.00 $17,500.00 X 11h 6" diameter (15.1' to 20')50 LF $0.00 $0.00 $528.75 $26,437.50 $305.00 $15,250.00 $230.00 $11,500.00 X 11i 8" diameter (0' to 5')1000 LF $0.00 $0.00 $127.50 $127,500.00 $138.00 $138,000.00 $120.00 $120,000.00 X 11j 8" diameter (5.1' to 10')500 LF $0.00 $0.00 $177.50 $88,750.00 $167.00 $83,500.00 $150.00 $75,000.00 X 11k 8" diameter (10.1' to 15')100 LF $0.00 $0.00 $337.50 $33,750.00 $233.00 $23,300.00 $180.00 $18,000.00 X 11l 8" diameter (15.1' to 20')50 LF $0.00 $0.00 $506.00 $25,300.00 $332.50 $16,625.00 $240.00 $12,000.00 X 11m 10" diameter (0' to 5')200 LF $0.00 $0.00 $140.25 $28,050.00 $165.50 $33,100.00 $135.00 $27,000.00 X 11n 10" diameter (5.1' to 10')200 LF $0.00 $0.00 $195.25 $39,050.00 $200.00 $40,000.00 $160.00 $32,000.00 X 11o 10" diameter (10.1' to 15')50 LF $0.00 $0.00 $371.25 $18,562.50 $280.00 $14,000.00 $210.00 $10,500.00 X 11p 10" diameter (15.1' to 20')30 LF $0.00 $0.00 $556.60 $16,698.00 $400.00 $12,000.00 $250.00 $7,500.00 DUCTILE IRON (In X 12a 4" diameter (0' to 5')1000 LF $0.00 $0.00 $143.75 $143,750.00 $156.00 $156,000.00 $135.00 $135,000.00 X 12b 4" diameter (5.1' to 10')500 LF $0.00 $0.00 $193.75 $96,875.00 $188.50 $94,250.00 $165.00 $82,500.00 X 12c 4" diameter (10.1' to 15')100 LF $0.00 $0.00 $352.50 $35,250.00 $254.50 $25,450.00 $230.00 $23,000.00 X 12d 4" diameter (15.1' to 20')50 LF $0.00 $0.00 $565.00 $28,250.00 $354.00 $17,700.00 $310.00 $15,500.00 X 12e 6" diameter (0' to 5')1000 LF $0.00 $0.00 $130.00 $130,000.00 $157.00 $157,000.00 $145.00 $145,000.00 X 12f 6" diameter (5.1' to 10')500 LF $0.00 $0.00 $178.75 $89,375.00 $225.00 $112,500.00 $175.00 $87,500.00 X 12g 6" diameter (10.1' to 15')100 LF $0.00 $0.00 $337.50 $33,750.00 $234.00 $23,400.00 $185.00 $18,500.00 X 12h 6" diameter (15.1' to 20')50 LF $0.00 $0.00 $550.00 $27,500.00 $334.00 $16,700.00 $320.00 $16,000.00 X 12i 8" diameter (0' to 5')1000 LF $0.00 $0.00 $146.25 $146,250.00 $158.50 $158,500.00 $155.00 $155,000.00 X 12j 8" diameter (5.1' to 10')500 LF $0.00 $0.00 $195.00 $97,500.00 $234.00 $117,000.00 $185.00 $92,500.00 X 12k 8" diameter (10.1' to 15')100 LF $0.00 $0.00 $353.75 $35,375.00 $257.00 $25,700.00 $200.00 $20,000.00 X 12l 8" diameter (15.1' to 20')50 LF $0.00 $0.00 $568.75 $28,437.50 $356.50 $17,825.00 $350.00 $17,500.00 X 12m 10" diameter (0' to 5')100 LF $0.00 $0.00 $190.00 $19,000.00 $180.00 $18,000.00 $165.00 $16,500.00 X 12n 10" diameter (5.1' to 10')100 LF $0.00 $0.00 $328.75 $32,875.00 $217.50 $21,750.00 $225.00 $22,500.00 X 12o 10" diameter (10.1' to 15')50 LF $0.00 $0.00 $415.00 $20,750.00 $283.50 $14,175.00 $275.00 $13,750.00 X 12p 10" diameter (15.1' to 20')30 LF $0.00 $0.00 $587.50 $17,625.00 $383.00 $11,490.00 $375.00 $11,250.00 X 12q 12" diameter (0' to 5')1000 LF $0.00 $0.00 $187.50 $187,500.00 $230.50 $230,500.00 $175.00 $175,000.00 X 12r 12" diameter (5.1' to 10')500 LF $0.00 $0.00 $340.00 $170,000.00 $267.00 $133,500.00 $230.00 $115,000.00 X 12s 12" diameter (10.1' to 15')100 LF $0.00 $0.00 $396.25 $39,625.00 $316.00 $31,600.00 $290.00 $29,000.00 X 12t 12" diameter (15.1' to 20')50 LF $0.00 $0.00 $608.75 $30,437.50 $415.50 $20,775.00 $425.00 $21,250.00 X 12u 14" diameter (0' to 5')100 LF $0.00 $0.00 $280.00 $28,000.00 $304.00 $30,400.00 $225.00 $22,500.00 X 12v 14" diameter (5.1' to 10')50 LF $0.00 $0.00 $495.00 $24,750.00 $367.00 $18,350.00 $325.00 $16,250.00 X 12w 14" diameter (10.1' to 15')20 LF $0.00 $0.00 $505.00 $10,100.00 $404.50 $8,090.00 $420.00 $8,400.00 X 12x 14" diameter (15.1' to 20')20 LF $0.00 $0.00 $676.25 $13,525.00 $504.00 $10,080.00 $550.00 $11,000.00 X 12y 16" diameter (0' to 5')500 LF $0.00 $0.00 $221.25 $110,625.00 $290.00 $145,000.00 $230.00 $115,000.00 X 12z 16" diameter (5.1' to 10')200 LF $0.00 $0.00 $270.00 $54,000.00 $364.00 $72,800.00 $335.00 $67,000.00X12aa16" diameter (10.1' to 15')50 LF $0.00 $0.00 $470.00 $23,500.00 $401.00 $20,050.00 $435.00 $21,750.00X12ab16" diameter (15.1' to 20')30 LF $0.00 $0.00 $641.00 $19,230.00 $501.00 $15,030.00 $585.00 $17,550.00X12ac18" diameter (0' to 5')50 LF $0.00 $0.00 $268.75 $13,437.50 $293.00 $14,650.00 $325.00 $16,250.00X12ad18" diameter (5.1' to 10')50 LF $0.00 $0.00 $483.75 $24,187.50 $354.00 $17,700.00 $440.00 $22,000.00X12ae18" diameter (10.1' to 15')20 LF $0.00 $0.00 $493.75 $9,875.00 $391.50 $7,830.00 $495.00 $9,900.00X12af18" diameter (15.1' to 20')20 LF $0.00 $0.00 $666.25 $13,325.00 $491.00 $9,820.00 $500.00 $10,000.00X12ag20" diameter (0' to 5')500 LF $0.00 $0.00 $268.75 $134,375.00 $359.00 $179,500.00 $365.00 $182,500.00X12ah20" diameter (5.1' to 10')200 LF $0.00 $0.00 $318.75 $63,750.00 $433.50 $86,700.00 $445.00 $89,000.00X12ai20" diameter (10.1' to 15')50 LF $0.00 $0.00 $517.50 $25,875.00 $541.50 $27,075.00 $450.00 $22,500.00X12aj20" diameter (15.1' to 20')30 LF $0.00 $0.00 $691.25 $20,737.50 $725.00 $21,750.00 $500.00 $15,000.00X12ak24" diameter (0' to 5')500 LF $0.00 $0.00 $368.75 $184,375.00 $430.00 $215,000.00 $415.00 $207,500.00X12al24" diameter (5.1' to 10')200 LF $0.00 $0.00 $417.50 $83,500.00 $521.00 $104,200.00 $440.00 $88,000.00X12am24" diameter (10.1' to 15')50 LF $0.00 $0.00 $650.00 $32,500.00 $629.00 $31,450.00 $465.00 $23,250.00X12an24" diameter (15.1' to 20')30 LF $0.00 $0.00 $757.50 $22,725.00 $812.50 $24,375.00 $550.00 $16,500.00X12ao30" diameter (0' to 5')100 LF $0.00 $0.00 $507.50 $50,750.00 $581.00 $58,100.00 $450.00 $45,000.00X12ap30" diameter (5.1' to 10')50 LF $0.00 $0.00 $735.00 $36,750.00 $702.00 $35,100.00 $480.00 $24,000.00X12aq30" diameter (10.1' to 15')20 LF $0.00 $0.00 $777.50 $15,550.00 $810.00 $16,200.00 $500.00 $10,000.00X12ar30" diameter (15.1' to 20')20 LF $0.00 $0.00 $992.45 $19,849.00 $994.00 $19,880.00 $625.00 $12,500.00X12as36" diameter (0' to 5')100 LF $0.00 $0.00 $586.50 $58,650.00 $731.00 $73,100.00 $550.00 $55,000.00X12at36" diameter (5.1' to 10')50 LF $0.00 $0.00 $795.80 $39,790.00 $882.00 $44,100.00 $585.00 $29,250.00X12au36" diameter (10.1' to 15')20 LF $0.00 $0.00 $833.75 $16,675.00 $991.50 $19,830.00 $750.00 $15,000.00X12av36" diameter (15.1' to 20')20 LF $0.00 $0.00 $1,110.90 $22,218.00 $1,174.00 $23,480.00 $825.00 $16,500.00HDPE (Inclusive aX13a4" diameter (0' to 5')1000 LF $0.00 $0.00 $88.75 $88,750.00 $78.00 $78,000.00 $55.00 $55,000.00X13b4" diameter (5.1' to 10')500 LF $0.00 $0.00 $138.75 $69,375.00 $79.00 $39,500.00 $75.00 $37,500.00X13c4" diameter (10.1' to 15')100 LF $0.00 $0.00 $297.50 $29,750.00 $118.50 $11,850.00 $110.00 $11,000.00X13d4" diameter (15.1' to 20')50 LF $0.00 $0.00 $510.00 $25,500.00 $162.00 $8,100.00 $128.00 $6,400.00X13e6" diameter (0' to 5')1000 LF $0.00 $0.00 $100.00 $100,000.00 $78.00 $78,000.00 $60.00 $60,000.00X13f6" diameter (5.1' to 10')500 LF $0.00 $0.00 $148.75 $74,375.00 $94.50 $47,250.00 $75.00 $37,500.00X13g6" diameter (10.1' to 15')100 LF $0.00 $0.00 $308.75 $30,875.00 $133.50 $13,350.00 $125.00 $12,500.00X13h6" diameter (15.1' to 20')50 LF $0.00 $0.00 $520.00 $26,000.00 $178.00 $8,900.00 $135.00 $6,750.00X13i8" diameter (0' to 5')1000 LF $0.00 $0.00 $113.75 $113,750.00 $81.00 $81,000.00 $70.00 $70,000.00X13j8" diameter (5.1' to 10')500 LF $0.00 $0.00 $162.50 $81,250.00 $130.00 $65,000.00 $82.00 $41,000.00X13k8" diameter (10.1' to 15')100 LF $0.00 $0.00 $321.25 $32,125.00 $154.00 $15,400.00 $128.00 $12,800.00X13l8" diameter (15.1' to 20')50 LF $0.00 $0.00 $533.75 $26,687.50 $198.00 $9,900.00 $140.00 $7,000.00X13m10" diameter (0' to 5')200 LF $0.00 $0.00 $130.00 $26,000.00 $81.00 $16,200.00 $85.00 $17,000.00X13n10" diameter (5.1' to 10')200 LF $0.00 $0.00 $178.75 $35,750.00 $140.50 $28,100.00 $93.00 $18,600.00X13o10" diameter (10.1' to 15')50 LF $0.00 $0.00 $338.75 $16,937.50 $179.00 $8,950.00 $135.00 $6,750.00X13p10" diameter (15.1' to 20')30 LF $0.00 $0.00 $550.00 $16,500.00 $223.50 $6,705.00 $150.00 $4,500.00X13q12" diameter (0' to 5')200 LF $0.00 $0.00 $151.25 $30,250.00 $81.00 $16,200.00 $92.00 $18,400.00X13r12" diameter (5.1' to 10')200 LF $0.00 $0.00 $201.25 $40,250.00 $172.00 $34,400.00 $100.00 $20,000.00X13s12" diameter (10.1' to 15')100 LF $0.00 $0.00 $361.25 $36,125.00 $210.00 $21,000.00 $145.00 $14,500.00X13t12" diameter (15.1' to 20')50 LF $0.00 $0.00 $572.50 $28,625.00 $254.50 $12,725.00 $162.00 $8,100.00X13u16" diameter (0' to 5')500 LF $0.00 $0.00 $181.50 $90,750.00 $108.00 $54,000.00 $105.00 $52,500.00X13v16" diameter (5.1' to 10')200 LF $0.00 $0.00 $241.50 $48,300.00 $200.00 $40,000.00 $110.00 $22,000.00X13w16" diameter (10.1' to 15')100 LF $0.00 $0.00 $433.50 $43,350.00 $237.00 $23,700.00 $150.00 $15,000.00X13x16" diameter (15.1' to 20')50 LF $0.00 $0.00 $687.00 $34,350.00 $281.00 $14,050.00 $165.00 $8,250.00X13y18" diameter (0' to 5')500 LF $0.00 $0.00 $199.65 $99,825.00 $123.00 $61,500.00 $112.00 $56,000.00X13z18" diameter (5.1' to 10')200 LF $0.00 $0.00 $265.65 $53,130.00 $213.00 $42,600.00 $120.00 $24,000.00X13aa18" diameter (10.1' to 15')100 LF $0.00 $0.00 $476.85 $47,685.00 $252.00 $25,200.00 $165.00 $16,500.00X13ab18" diameter (15.1' to 20')50 LF $0.00 $0.00 $755.70 $37,785.00 $300.00 $15,000.00 $190.00 $9,500.00X13ac20" diameter (0' to 5')500 LF $0.00 $0.00 $219.615 $109,807.50 $141.00 $70,500.00 $125.00 $62,500.00X13ad20" diameter (5.1' to 10')200 LF $0.00 $0.00 $292.215 $58,443.00 $231.00 $46,200.00 $135.00 $27,000.00X13ae20" diameter (10.1' to 15')100 LF $0.00 $0.00 $524.535 $52,453.50 $270.00 $27,000.00 $180.00 $18,000.00X13af20" diameter (15.1' to 20')50 LF $0.00 $0.00 $831.27 $41,563.50 $314.00 $15,700.00 $201.00 $10,050.00X13ag24" diameter (0' to 5')500 LF $0.00 $0.00 $241.5765 $120,788.25 $181.00 $90,500.00 $145.00 $72,500.00X13ah24" diameter (5.1' to 10')200 LF $0.00 $0.00 $321.4365 $64,287.30 $271.00 $54,200.00 $160.00 $32,000.00X13ai24" diameter (10.1' to 15')100 LF $0.00 $0.00 $576.9885 $57,698.85 $310.00 $31,000.00 $200.00 $20,000.00X13aj24" diameter (15.1' to 20')50 LF $0.00 $0.00 $914.397 $45,719.85 $354.00 $17,700.00 $220.00 $11,000.00X13ak30" diameter (0' to 5')500 LF $0.00 $0.00 $265.7341 $132,867.05 $251.00 $125,500.00 $170.00 $85,000.00X13al30" diameter (5.1' to 10')200 LF $0.00 $0.00 $353.5802 $70,716.04 $341.00 $68,200.00 $175.00 $35,000.00X13am30" diameter (10.1' to 15')100 LF $0.00 $0.00 $634.6874 $63,468.74 $380.00 $38,000.00 $215.00 $21,500.00X13an30" diameter (15.1' to 20')50 LF $0.00 $0.00 $1,005.8367 $50,291.835 $420.00 $21,000.00 $235.00 $11,750.00X13ao36" diameter (0' to 5')500 LF $0.00 $0.00 $292.3076 $146,153.80 $340.00 $170,000.00 $188.00 $94,000.00X13ap36" diameter (5.1' to 10')200 LF $0.00 $0.00 $388.9382 $77,787.64 $430.00 $86,000.00 $200.00 $40,000.00X13aq36" diameter (10.1' to 15')100 LF $0.00 $0.00 $698.1561 $69,815.61 $470.00 $47,000.00 $230.00 $23,000.00X13ar36" diameter (15.1' to 20')50 LF $0.00 $0.00 $1,106.4204 $55,321.02 $615.00 $30,750.00 $250.00 $12,500.00DUCTILE IRON FITX14a4" diameter 2 TON $0.00 $0.00 $30,375.00 $60,750.00 $42,000.00 $84,000.00 $26,000.00 $52,000.00X14b6" diameter 2 TON $0.00 $0.00 $30,375.00 $60,750.00 $42,000.00 $84,000.00 $25,000.00 $50,000.00X14c8" diameter 2 TON $0.00 $0.00 $30,375.00 $60,750.00 $42,000.00 $84,000.00 $24,500.00 $49,000.00X14d10" diameter 2 TON $0.00 $0.00 $30,375.00 $60,750.00 $42,000.00 $84,000.00 $21,500.00 $43,000.00X14e12" diameter 2 TON $0.00 $0.00 $30,375.00 $60,750.00 $42,000.00 $84,000.00 $21,000.00 $42,000.00X14f14" diameter 2 TON $0.00 $0.00 $30,375.00 $60,750.00 $42,000.00 $84,000.00 $18,000.00 $36,000.00X14g16" diameter 2 TON $0.00 $0.00 $30,375.00 $60,750.00 $42,000.00 $84,000.00 $17,000.00 $34,000.00X14h18" diameter 2 TON $0.00 $0.00 $30,375.00 $60,750.00 $42,000.00 $84,000.00 $16,500.00 $33,000.00X14i20" diameter 2 TON $0.00 $0.00 $30,375.00 $60,750.00 $42,000.00 $84,000.00 $16,500.00 $33,000.00X14j24" diameter 2 TON $0.00 $0.00 $30,375.00 $60,750.00 $42,000.00 $84,000.00 $16,500.00 $33,000.00X14k30" diameter 2 TON $0.00 $0.00 $30,375.00 $60,750.00 $42,000.00 $84,000.00 $16,000.00 $32,000.00X14l36" diameter 2 TON $0.00 $0.00 $30,375.00 $60,750.00 $42,000.00 $84,000.00 $15,800.00 $31,600.00PIPE BURSTING X 15a Furnish and Install 4" HDPE Perchlorinated Pipe Bursting, DR 11 1000 LF $0.00 $0.00 $115.00 $115,000.00 $275.00 $275,000.00 $250.00 $250,000.00 X 15b Furnish and Install 6" HDPE Perchlorinated Pipe Bursting, DR 11 1000 LF $0.00 $0.00 $135.00 $135,000.00 $302.50 $302,500.00 $275.00 $275,000.00 X 15c Furnish and Install 8" HDPE Perchlorinated Pipe Bursting, DR 11 1000 LF $0.00 $0.00 $170.00 $170,000.00 $330.00 $330,000.00 $300.00 $300,000.00 X 15d Furnish and Install 10" HDPE Perchlorinated Pipe Bursting, DR 11 500 LF $0.00 $0.00 $175.00 $87,500.00 $357.50 $178,750.00 $310.00 $155,000.00 X 15e Furnish and Install 12" HDPE Perchlorinated Pipe Bursting, DR 11 1000 LF $0.00 $0.00 $185.00 $185,000.00 $385.00 $385,000.00 $350.00 $350,000.00 X 15f Furnish and Install 16" HDPE Perchlorinated Pipe Bursting, DR 11 1000 LF $0.00 $0.00 $220.00 $220,000.00 $440.00 $440,000.00 $380.00 $380,000.00 X 15g Furnish and Install 20" HDPE Perchlorinated Pipe Bursting, DR 11 1000 LF $0.00 $0.00 $270.00 $270,000.00 $528.00 $528,000.00 $450.00 $450,000.00 X 15h Furnish and Install 24" HDPE Perchlorinated Pipe Bursting, DR 11 500 LF $0.00 $0.00 $290.00 $145,000.00 $660.00 $330,000.00 $500.00 $250,000.00 X 15i Furnish and Install 30" HDPE Perchlorinated Pipe Bursting, DR 11 500 LF $0.00 $0.00 $400.00 $200,000.00 $715.00 $357,500.00 $625.00 $312,500.00JACK AND BORE X 16a Furnish and Install 4" PVC or DI Pipe in 16" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF $0.00 $0.00 $250.00 $125,000.00 $664.00 $332,000.00 $350.00 $175,000.00 X 16b Furnish and Install 6" PVC or DI Pipe in 16" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF $0.00 $0.00 $287.50 $143,750.00 $684.00 $342,000.00 $400.00 $200,000.00 X 16c Furnish and Install 8" PVC or DI Pipe in 18" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF $0.00 $0.00 $300.00 $150,000.00 $770.00 $385,000.00 $525.00 $262,500.00 X 16d Furnish and Install 12" PVC or DI Pipe in 24" OD Steel Casing Pipe by Jack and Bore per city standard detail 750 LF $0.00 $0.00 $331.25 $248,437.50 $990.00 $742,500.00 $530.00 $397,500.00 X 16e Furnish and Install 16" PVC or DI Pipe in 30" OD Steel Casing Pipe by Jack and Bore per city standard detail 750 LF $0.00 $0.00 $397.50 $298,125.00 $1,270.00 $952,500.00 $540.00 $405,000.00 X 16f Furnish and Install 20" PVC or DI Pipe in 36" OD Steel Casing Pipe by Jack and Bore per city standard detail 750 LF $0.00 $0.00 $465.00 $348,750.00 $1,611.00 $1,208,250.00 $700.00 $525,000.00 X 16g Furnish and Install 24" PVC or DI Pipe in 42" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF $0.00 $0.00 $545.00 $272,500.00 $2,037.00 $1,018,500.00 $800.00 $400,000.00 X 16h Furnish and Install 30" PVC or DI Pipe in 48" OD Steel Casing Pipe by Jack and Bore per city standard detail 300 LF $0.00 $0.00 $652.50 $195,750.00 $2,150.00 $645,000.00 $875.00 $262,500.00 X 16i Furnish and Install 36" PVC or DI Pipe in 54" OD Steel Casing Pipe by Jack and Bore per city standard detail 300 LF $0.00 $0.00 $750.00 $225,000.00 $2,300.00 $690,000.00 $900.00 $270,000.00 X 16j Furnish and Install 42" PVC or DI Pipe in 60" OD Steel Casing Pipe by Jack and Bore per city standard detail 300 LF $0.00 $0.00 $875.00 $262,500.00 $2,875.00 $862,500.00 $1,000.00 $300,000.00 DIRECTIONAL DR X 17a Furnish and Install 4" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1000 LF $0.00 $0.00 $146.41 $146,410.00 $109.00 $109,000.00 $115.00 $115,000.00 X 17b Furnish and Install 6" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1000 LF $0.00 $0.00 $164.56 $164,560.00 $126.50 $126,500.00 $125.00 $125,000.00 X 17c Furnish and Install 8" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1000 LF $0.00 $0.00 $188.76 $188,760.00 $155.00 $155,000.00 $145.00 $145,000.00 X 17d Furnish and Install 10" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 500 LF $0.00 $0.00 $220.22 $110,110.00 $178.00 $89,000.00 $150.00 $75,000.00 X 17e Furnish and Install 12" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1000 LF $0.00 $0.00 $257.73 $257,730.00 $252.00 $252,000.00 $175.00 $175,000.00 X 17f Furnish and Install 16" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1000 LF $0.00 $0.00 $347.27 $347,270.00 $409.00 $409,000.00 $180.00 $180,000.00 X 17g Furnish and Install 20" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1000 LF $0.00 $0.00 $447.70 $447,700.00 $750.00 $750,000.00 $220.00 $220,000.00 X 17h Furnish and Install 24" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1000 LF $0.00 $0.00 $605.00 $605,000.00 $821.00 $821,000.00 $300.00 $300,000.00 X 17i Furnish and Install 30" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1000 LF $0.00 $0.00 $665.50 $665,500.00 $859.00 $859,000.00 $425.00 $425,000.00 X 17j Furnish and Install 36" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1000 LF $0.00 $0.00 $1,000.00 $1,000,000.00 $1,030.00 $1,030,000.00 $550.00 $550,000.00 X 17k Furnish and Install 4" Restrained PVC by directional drill, DR 18 with Transitional Ends 1000 LF $0.00 $0.00 $160.00 $160,000.00 $93.50 $93,500.00 $100.00 $100,000.00 X 17l Furnish and Install 6" Restrained PVC by directional drill, DR 18 with Transitional Ends 1000 LF $0.00 $0.00 $160.00 $160,000.00 $126.50 $126,500.00 $115.00 $115,000.00 X 17m Furnish and Install 8" Restrained PVC by directional drill, DR 18 with Transitional Ends 1000 LF $0.00 $0.00 $192.00 $192,000.00 $155.00 $155,000.00 $145.00 $145,000.00 X 17n Furnish and Install 10" Restrained PVC by directional drill, DR 18 with Transitional Ends 500 LF $0.00 $0.00 $224.00 $112,000.00 $178.00 $89,000.00 $165.00 $82,500.00 X 17o Furnish and Install 12" Restrained PVC by directional drill, DR 18 with Transitional Ends 1000 LF $0.00 $0.00 $272.00 $272,000.00 $252.00 $252,000.00 $190.00 $190,000.00 X 17p Furnish and Install 16" Restrained PVC by directional drill, DR 18 with Transitional Ends 1000 LF $0.00 $0.00 $480.00 $480,000.00 $409.00 $409,000.00 $210.00 $210,000.00 X 17q Furnish and Install 20" Restrained PVC by directional drill, DR 18 with Transitional Ends 1000 LF $0.00 $0.00 $640.00 $640,000.00 $749.00 $749,000.00 $265.00 $265,000.00 X 17r Furnish and Install 24" Restrained PVC by directional drill, DR 18 with Transitional Ends 1000 LF $0.00 $0.00 $800.00 $800,000.00 $1,004.00 $1,004,000.00 $310.00 $310,000.00 X 17s Furnish and Install 30" Restrained PVC by directional drill, DR 18 with Transitional Ends 1000 LF $0.00 $0.00 $960.00 $960,000.00 $1,017.00 $1,017,000.00 $460.00 $460,000.00 X 17t Furnish and Install 36" Restrained PVC by directional drill, DR 18 with Transitional Ends 1000 LF $0.00 $0.00 $1,280.00 $1,280,000.00 $1,030.00 $1,030,000.00 $625.00 $625,000.00SLIPLINE HDPE TH X 18a Furnish and Install 4" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1000 LF $0.00 $0.00 $80.00 $80,000.00 $99.00 $99,000.00 $100.00 $100,000.00 X 18b Furnish and Install 6" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1000 LF $0.00 $0.00 $90.00 $90,000.00 $110.00 $110,000.00 $115.00 $115,000.00 X 18c Furnish and Install 8" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1000 LF $0.00 $0.00 $100.00 $100,000.00 $121.00 $121,000.00 $125.00 $125,000.00 X 18d Furnish and Install 10" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1000 LF $0.00 $0.00 $110.00 $110,000.00 $132.00 $132,000.00 $130.00 $130,000.00 X 18e Furnish and Install 12" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1000 LF $0.00 $0.00 $120.00 $120,000.00 $143.00 $143,000.00 $140.00 $140,000.00 X 18f Furnish and Install 16" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1000 LF $0.00 $0.00 $140.00 $140,000.00 $176.00 $176,000.00 $170.00 $170,000.00 X 18g Furnish and Install 20" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1000 LF $0.00 $0.00 $165.00 $165,000.00 $203.50 $203,500.00 $195.00 $195,000.00 X 18h Furnish and Install 24" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 500 LF $0.00 $0.00 $310.00 $155,000.00 $385.00 $192,500.00 $350.00 $175,000.00 X 18i Furnish and Install 30" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 500 LF $0.00 $0.00 $405.00 $202,500.00 $467.50 $233,750.00 $425.00 $212,500.00TEMPORARY WA X 19a 2" Temporary HDPE Water Main (Including Tap Connections to Existing Main)2500 LF $0.00 $0.00 $41.00 $102,500.00 $28.00 $70,000.00 $15.00 $37,500.00 X 19b 4" Temporary HDPE Water Main (Including Tap Connections to Existing Main)2500 LF $0.00 $0.00 $46.00 $115,000.00 $38.00 $95,000.00 $16.00 $40,000.00 X 19c 6" Temporary HDPE Water Main (Including Tap Connections to Existing Main)1000 LF $0.00 $0.00 $56.00 $56,000.00 $45.00 $45,000.00 $18.00 $18,000.00 APPURTENANCES X 20a 4"100 EA $0.00 $0.00 $2,062.50 $206,250.00 $4,127.00 $412,700.00 $2,000.00 $200,000.00 X 20b 6"100 EA $0.00 $0.00 $2,431.25 $243,125.00 $5,084.00 $508,400.00 $2,300.00 $230,000.00 X 20c 8"50 EA $0.00 $0.00 $3,431.25 $171,562.50 $6,640.00 $332,000.00 $3,130.00 $156,500.00 X 20d 10" 10 EA $0.00 $0.00 $4,928.75 $49,287.50 $9,192.00 $91,920.00 $4,000.00 $40,000.00 X 20e 12" 30 EA $0.00 $0.00 $6,003.75 $180,112.50 $11,616.00 $348,480.00 $6,000.00 $180,000.00 X 20f 14" 10 EA $0.00 $0.00 $14,838.75 $148,387.50 $16,455.00 $164,550.00 $12,000.00 $120,000.00 X 20g 16"10 EA $0.00 $0.00 $24,536.00 $245,360.00 $23,955.00 $239,550.00 $12,500.00 $125,000.00 X 20h 18"10 EA $0.00 $0.00 $29,425.00 $294,250.00 $26,195.00 $261,950.00 $20,000.00 $200,000.00 X 20i 20" 5 EA $0.00 $0.00 $30,913.75 $154,568.75 $36,020.00 $180,100.00 $21,000.00 $105,000.00 X 20j 24"5 EA $0.00 $0.00 $40,678.75 $203,393.75 $71,215.00 $356,075.00 $28,000.00 $140,000.00 X 20k 30"5 EA $0.00 $0.00 $88,875.00 $444,375.00 $129,240.00 $646,200.00 $60,000.00 $300,000.00 X 20l 36"5 EA $0.00 $0.00 $95,595.00 $477,975.00 $198,550.00 $992,750.00 $85,000.00 $425,000.00 BUTTERFLY VALV X 21a 12" 5 EA $0.00 $0.00 $21,000.00 $105,000.00 $5,212.00 $26,060.00 $4,500.00 $22,500.00 X 21b 16"5 EA $0.00 $0.00 $29,000.00 $145,000.00 $8,366.00 $41,830.00 $8,800.00 $44,000.00 X 21c 18"5 EA $0.00 $0.00 $33,000.00 $165,000.00 $10,140.50 $50,702.50 $10,000.00 $50,000.00 X 21d 20" 5 EA $0.00 $0.00 $35,000.00 $175,000.00 $11,392.50 $56,962.50 $11,500.00 $57,500.00 X 21e 24"5 EA $0.00 $0.00 $63,000.00 $315,000.00 $16,716.50 $83,582.50 $16,000.00 $80,000.00 X 21f 30"5 EA $0.00 $0.00 $110,000.00 $550,000.00 $49,215.00 $246,075.00 $40,000.00 $200,000.00 SERVICE SADDLE X 22a 3/4"300 EA $0.00 $0.00 $1,430.65 $429,195.00 $373.00 $111,900.00 $750.00 $225,000.00 X 22b 1"300 EA $0.00 $0.00 $1,460.10 $438,030.00 $395.00 $118,500.00 $825.00 $247,500.00 X 22c 1.5"300 EA $0.00 $0.00 $1,472.50 $441,750.00 $420.00 $126,000.00 $975.00 $292,500.00 X 22d 2"100 EA $0.00 $0.00 $1,474.05 $147,405.00 $450.00 $45,000.00 $1,000.00 $100,000.00 X 22e 4"10 EA $0.00 $0.00 $1,602.70 $16,027.00 $500.00 $5,000.00 $1,025.00 $10,250.00 X 22f 6"10 EA $0.00 $0.00 $1,618.20 $16,182.00 $525.00 $5,250.00 $1,100.00 $11,000.00 X 22g 8"10 EA $0.00 $0.00 $1,658.50 $16,585.00 $600.00 $6,000.00 $1,150.00 $11,500.00 X 22h 10" 10 EA $0.00 $0.00 $1,712.75 $17,127.50 $625.00 $6,250.00 $1,165.00 $11,650.00 X 22i 12" 10 EA $0.00 $0.00 $1,805.75 $18,057.50 $650.00 $6,500.00 $1,185.00 $11,850.00 X 22j 14" 10 EA $0.00 $0.00 $1,842.95 $18,429.50 $650.00 $6,500.00 $1,190.00 $11,900.00 X 22k 16"10 EA $0.00 $0.00 $1,923.00 $19,230.00 $700.00 $7,000.00 $1,200.00 $12,000.00 X 22l 18"10 EA $0.00 $0.00 $1,973.15 $19,731.50 $750.00 $7,500.00 $1,210.00 $12,100.00 X 22m 20" 10 EA $0.00 $0.00 $2,114.20 $21,142.00 $900.00 $9,000.00 $1,220.00 $12,200.00 TAPPING SLEEVE X 23a 4"25 EA $0.00 $0.00 $5,194.00 $129,850.00 $5,916.00 $147,900.00 $6,000.00 $150,000.00 X 23b 6"25 EA $0.00 $0.00 $6,116.60 $152,915.00 $7,080.00 $177,000.00 $6,800.00 $170,000.00 X 23c 8"25 EA $0.00 $0.00 $7,758.80 $193,970.00 $8,736.00 $218,400.00 $7,500.00 $187,500.00 X 23d 10" 10 EA $0.00 $0.00 $11,520.60 $115,206.00 $12,000.00 $120,000.00 $8,000.00 $80,000.00 X 23e 12" 10 EA $0.00 $0.00 $14,379.40 $143,794.00 $12,240.00 $122,400.00 $12,500.00 $125,000.00 X 23f 14" 3 EA $0.00 $0.00 $15,804.00 $47,412.00 $12,500.00 $37,500.00 $16,000.00 $48,000.00 X 23g 16"3 EA $0.00 $0.00 $16,950.00 $50,850.00 $13,500.00 $40,500.00 $17,000.00 $51,000.00 X 23h 18"3 EA $0.00 $0.00 $18,196.50 $54,589.50 $16,500.00 $49,500.00 $24,000.00 $72,000.00 X 23i 20" 3 EA $0.00 $0.00 $18,671.58 $56,014.74 $17,500.00 $52,500.00 $32,000.00 $96,000.00 X 23j 24"3 EA $0.00 $0.00 $21,383.10 $64,149.30 $21,500.00 $64,500.00 $41,000.00 $123,000.00 X 23k 30"3 EA $0.00 $0.00 $22,080.00 $66,240.00 $25,000.00 $75,000.00 $68,000.00 $204,000.00 X 23l 36"3 EA $0.00 $0.00 $37,225.50 $111,676.50 $32,000.00 $96,000.00 $95,000.00 $285,000.00 INSERT GATE VA X 24a 4"50 EA $0.00 $0.00 $4,042.50 $202,125.00 $17,000.00 $850,000.00 $26,000.00 $1,300,000.00 X 24b 6"50 EA $0.00 $0.00 $5,348.75 $267,437.50 $18,500.00 $925,000.00 $27,000.00 $1,350,000.00 X 24c 8"30 EA $0.00 $0.00 $6,725.25 $201,757.50 $20,200.00 $606,000.00 $35,000.00 $1,050,000.00 X 24d 10"10 EA $0.00 $0.00 $9,660.35 $96,603.50 $33,000.00 $330,000.00 $36,500.00 $365,000.00 X 24e 12"20 EA $0.00 $0.00 $11,767.35 $235,347.00 $37,350.00 $747,000.00 $46,000.00 $920,000.00 LINE STOPS X 25a 2"10 EA $0.00 $0.00 $8,500.00 $85,000.00 $4,922.00 $49,220.00 $4,000.00 $40,000.00 X 25b 4"10 EA $0.00 $0.00 $9,500.00 $95,000.00 $7,461.00 $74,610.00 $10,000.00 $100,000.00 X 25c 6"10 EA $0.00 $0.00 $10,050.00 $100,500.00 $8,588.00 $85,880.00 $11,000.00 $110,000.00 X 25d 8"10 EA $0.00 $0.00 $11,500.00 $115,000.00 $12,228.00 $122,280.00 $14,500.00 $145,000.00 X 25e 10" 10 EA $0.00 $0.00 $15,500.00 $155,000.00 $13,729.00 $137,290.00 $14,900.00 $149,000.00 X 25f 12" 15 EA $0.00 $0.00 $16,500.00 $247,500.00 $15,071.00 $226,065.00 $18,000.00 $270,000.00 X 25g 14" 15 EA $0.00 $0.00 $18,500.00 $277,500.00 $20,459.00 $306,885.00 $18,500.00 $277,500.00 X 25h 16"15 EA $0.00 $0.00 $20,500.00 $307,500.00 $22,136.00 $332,040.00 $22,000.00 $330,000.00X25i18"15 EA $0.00 $0.00 $25,500.00 $382,500.00 $24,374.00 $365,610.00 $23,000.00 $345,000.00X25j20" 10 EA $0.00 $0.00 $28,900.00 $289,000.00 $27,505.00 $275,050.00 $26,000.00 $260,000.00X25k24"3 EA $0.00 $0.00 $35,000.00 $105,000.00 $47,700.00 $143,100.00 $32,000.00 $96,000.00X25l30"3 EA $0.00 $0.00 $42,000.00 $126,000.00 $75,225.00 $225,675.00 $41,000.00 $123,000.00X25m36"3 EA $0.00 $0.00 $48,000.00 $144,000.00 $92,950.00 $278,850.00 $48,000.00 $144,000.00REPAIR CLAMPX26a 2"15 EA $0.00 $0.00 $1,350.00 $20,250.00 $1,500.00 $22,500.00 $200.00 $3,000.00X26b4"15 EA $0.00 $0.00 $1,398.72 $20,980.80 $1,800.00 $27,000.00 $315.00 $4,725.00X26c6"15 EA $0.00 $0.00 $1,522.80 $22,842.00 $2,100.00 $31,500.00 $360.00 $5,400.00X26d8"15 EA $0.00 $0.00 $1,942.98 $29,144.70 $2,520.00 $37,800.00 $415.00 $6,225.00X26e10" 15 EA $0.00 $0.00 $2,679.00 $40,185.00 $3,540.00 $53,100.00 $550.00 $8,250.00X26f12" 15 EA $0.00 $0.00 $3,231.72 $48,475.80 $4,095.00 $61,425.00 $600.00 $9,000.00X26g14" 5 EA $0.00 $0.00 $3,492.57 $17,462.85 $4,550.00 $22,750.00 $1,450.00 $7,250.00X26h16"5 EA $0.00 $0.00 $3,650.00 $18,250.00 $5,750.00 $28,750.00 $1,000.00 $5,000.00X26i18"5 EA $0.00 $0.00 $3,730.86 $18,654.30 $6,050.00 $30,250.00 $1,600.00 $8,000.00X26j20" 5 EA $0.00 $0.00 $3,983.25 $19,916.25 $6,300.00 $31,500.00 $3,000.00 $15,000.00X26k24"5 EA $0.00 $0.00 $4,301.91 $21,509.55 $9,280.00 $46,400.00 $4,000.00 $20,000.00X26l30"5 EA $0.00 $0.00 $4,575.45 $22,877.25 $9,552.00 $47,760.00 $4,000.00 $20,000.00X26m36"5 EA $0.00 $0.00 $4,966.02 $24,830.10 $11,820.00 $59,100.00 $5,000.00 $25,000.00RESTRAINED JOINX27a2" Restrained Joint 50 EA $0.00 $0.00 $164.40 $8,220.00 $357.00 $17,850.00 $300.00 $15,000.00X27b4" Restrained Joint 100 EA $0.00 $0.00 $212.35 $21,235.00 $395.00 $39,500.00 $310.00 $31,000.00X27c6" Restrained Joint 100 EA $0.00 $0.00 $360.31 $36,031.00 $437.00 $43,700.00 $325.00 $32,500.00X27d8" Restrained Joint 100 EA $0.00 $0.00 $548.00 $54,800.00 $550.00 $55,000.00 $450.00 $45,000.00X27e10" Restrained Joint 100 EA $0.00 $0.00 $763.09 $76,309.00 $955.50 $95,550.00 $480.00 $48,000.00X27f12" Restrained Joint 100 EA $0.00 $0.00 $899.08 $89,908.00 $1,005.00 $100,500.00 $490.00 $49,000.00X27g16" Restrained Joint 50 EA $0.00 $0.00 $2,986.60 $149,330.00 $3,085.00 $154,250.00 $1,500.00 $75,000.00X27h18" Restrained Joint 50 EA $0.00 $0.00 $3,096.20 $154,810.00 $3,470.00 $173,500.00 $1,600.00 $80,000.00X27i20" Restrained Joint 20 EA $0.00 $0.00 $3,963.41 $79,268.20 $4,970.00 $99,400.00 $1,600.00 $32,000.00X27j24" Restrained Joint 20 EA $0.00 $0.00 $3,729.45 $74,589.00 $5,920.00 $118,400.00 $1,800.00 $36,000.00X27k30" Restrained Joint 20 EA $0.00 $0.00 $4,712.00 $94,240.00 $8,200.00 $164,000.00 $3,800.00 $76,000.00FIRE HYDRANT A X 28a Remove and Replace Fire Hydrant Assembly With Valve (5-1/4")60 EA $0.00 $0.00 $10,900.00 $654,000.00 $10,800.00 $648,000.00 $11,000.00 $660,000.00 X 28b Remove and Replace Fire Hydrant Assembly Without Valve (5-1/4")20 EA $0.00 $0.00 $8,500.00 $170,000.00 $10,800.00 $216,000.00 $9,500.00 $190,000.00 X 28c Install New Fire Hydrant Assembly With Valve (5- 1/4")10 EA $0.00 $0.00 $10,100.00 $101,000.00 $11,680.00 $116,800.00 $10,500.00 $105,000.00 X 28d Remove Existing Fire Hydrant Only 10 EA $0.00 $0.00 $1,200.00 $12,000.00 $1,250.00 $12,500.00 $1,400.00 $14,000.00 SERVICE CONNEC X 29a Furnish and Install 5/8" Service Connection (corp to meter including meter box) and 2" PVC Casing 150 EA $0.00 $0.00 $2,600.00 $390,000.00 $1,740.00 $261,000.00 $2,500.00 $375,000.00 X 29b Furnish and Install 3/4" Service Connection (corp to meter including meter box) and 2" PVC Casing 500 EA $0.00 $0.00 $2,912.50 $1,456,250.00 $1,840.00 $920,000.00 $3,000.00 $1,500,000.00 X 29c Furnish and Install 1" Service Connection (corp to meter including meter box) and 2" PVC Casing 500 EA $0.00 $0.00 $4,035.00 $2,017,500.00 $2,100.00 $1,050,000.00 $3,200.00 $1,600,000.00 X 29d Furnish and Install 1-1/2" Service Connection (including brass ball valve to meter including meter box) and 3" PVC Casing 75 EA $0.00 $0.00 $4,808.75 $360,656.25 $3,050.00 $228,750.00 $3,700.00 $277,500.00 X 29e Furnish and Install 2" Service Connection (including brass ball valve to meter including meter box) and 3" PVC Casing 50 EA $0.00 $0.00 $5,382.50 $269,125.00 $3,750.00 $187,500.00 $4,500.00 $225,000.00OTHER ITEMSX30a Bollard 30 EA $0.00 $0.00 $1,255.00 $37,650.00 $700.00 $21,000.00 $450.00 $13,500.00X30bARV Assembly (Inclusive of fittings and enclosure)10 EA $0.00 $0.00 $9,931.25 $99,312.50 $10,900.00 $109,000.00 $10,000.00 $100,000.00X30cARV Only 10 EA $0.00 $0.00 $4,115.00 $41,150.00 $6,625.00 $66,250.00 $3,250.00 $32,500.00X30dTemporary Blowoff Assembly 10 EA $0.00 $0.00 $1,800.00 $18,000.00 $4,000.00 $40,000.00 $2,000.00 $20,000.00X30e4" Blowoff Assembly 10 EA $0.00 $0.00 $2,600.00 $26,000.00 $5,000.00 $50,000.00 $2,300.00 $23,000.00X30fPipe Exterior Coating 100 SF $0.00 $0.00 $47.50 $4,750.00 $140.50 $14,050.00 $65.00 $6,500.00WATER MAIN DIS X 31a Cleaning and Disinfection of 2" to 6" Potable Water Main 7000 LF $0.00 $0.00 $19.00 $133,000.00 $18.00 $126,000.00 $23.00 $161,000.00 X 31b Cleaning and Disinfection of 8" to 12" Potable Water Main 5000 LF $0.00 $0.00 $21.00 $105,000.00 $18.00 $90,000.00 $25.00 $125,000.00 X 31c Cleaning and Disinfection of 14" to 20" Potable Water Main 5000 LF $0.00 $0.00 $24.00 $120,000.00 $18.00 $90,000.00 $25.50 $127,500.00 X 31d Cleaning and Disinfection of 24" to 36" Potable Water Main 5000 LF $0.00 $0.00 $28.00 $140,000.00 $30.00 $150,000.00 $26.00 $130,000.00 X 31e Cleaning and Disinfection of 2" to 6" Reclaimed Water Main 5000 LF $0.00 $0.00 $19.00 $95,000.00 $20.50 $102,500.00 $23.00 $115,000.00 X 31f Cleaning and Disinfection of 8" to 12" Reclaimed Water Main 5000 LF $0.00 $0.00 $21.00 $105,000.00 $18.00 $90,000.00 $25.00 $125,000.00 X 31g Cleaning and Disinfection of 14" to 20" Reclaimed Water Main 2000 LF $0.00 $0.00 $24.00 $48,000.00 $18.00 $36,000.00 $25.50 $51,000.00 X 31h Cleaning and Disinfection of 24" to 36" Reclaimed Water Main 2000 LF $0.00 $0.00 $28.00 $56,000.00 $36.00 $72,000.00 $26.00 $52,000.00GRAVITY SANITAPVC GRAVITY MAX32a6" diameter 500 LF $0.00 $0.00 $301.92 $150,960.00 $245.00 $122,500.00 $225.00 $112,500.00X32b8" diameter 500 LF $0.00 $0.00 $318.20 $159,100.00 $252.00 $126,000.00 $250.00 $125,000.00X32c10" diameter 500 LF $0.00 $0.00 $337.44 $168,720.00 $274.00 $137,000.00 $260.00 $130,000.00X32d12" diameter 500 LF $0.00 $0.00 $362.60 $181,300.00 $292.00 $146,000.00 $270.00 $135,000.00X32e14" diameter 100 LF $0.00 $0.00 $564.47 $56,447.00 $450.00 $45,000.00 $340.00 $34,000.00 X 32f 16" diameter 100 LF $0.00 $0.00 $569.80 $56,980.00 $460.00 $46,000.00 $375.00 $37,500.00X32g18" diameter 100 LF $0.00 $0.00 $664.52 $66,452.00 $542.00 $54,200.00 $425.00 $42,500.00X32h20" diameter 100 LF $0.00 $0.00 $778.48 $77,848.00 $630.00 $63,000.00 $500.00 $50,000.00X32i24" diameter 100 LF $0.00 $0.00 $851.00 $85,100.00 $690.00 $69,000.00 $600.00 $60,000.00WASTEWATER MX33aManhole - 4 feet Diameter 200 VF $0.00 $0.00 $2,092.20 $418,440.00 $1,000.00 $200,000.00 $1,200.00 $240,000.00X33bManhole - 5 feet Diameter 100 VF $0.00 $0.00 $2,602.05 $260,205.00 $1,300.00 $130,000.00 $1,600.00 $160,000.00X33cManhole - 6 feet Diameter 100 VF $0.00 $0.00 $2,899.05 $289,905.00 $1,500.00 $150,000.00 $1,900.00 $190,000.00 X 33d Adjust Existing Manhole Frame and Cover (paved areas)10 EA $0.00 $0.00 $4,405.50 $44,055.00 $525.00 $5,250.00 $1,000.00 $10,000.00 X 33e Adjust Existing Manhole Frame and Cover (unpaved areas)10 EA $0.00 $0.00 $3,385.80 $33,858.00 $425.00 $4,250.00 $800.00 $8,000.00 X 33f Replace Existing Manhole Frame and Cover (paved areas)10 EA $0.00 $0.00 $5,049.00 $50,490.00 $1,500.00 $15,000.00 $1,800.00 $18,000.00 X 33g Replace Existing Manhole Frame and Cover (unpaved areas)10 EA $0.00 $0.00 $4,029.30 $40,293.00 $1,500.00 $15,000.00 $1,215.00 $12,150.00 WASTEWATER SE X 34a Install/Repair/Replace 4" Sanitary Sewer Lateral 10 EA $0.00 $0.00 $4,250.00 $42,500.00 $960.00 $9,600.00 $2,000.00 $20,000.00 X 34b Install/Repair/Replace 6" Sanitary Sewer Lateral 10 EA $0.00 $0.00 $4,550.00 $45,500.00 $1,800.00 $18,000.00 $2,400.00 $24,000.00Total$0.00 $48,187,551.075 $55,087,037.50 $44,050,200.00 Applied Drilling EngineeriMurphy Pipeline ContractorRowland DE LLC.TLC Diversified, Inc. Selected Line Item Description Unit of Measure Unit Cost Unit Cost Unit Cost Unit Cost X 35 GROUP A: Water and RCW Point Repair 10% Contingency LS $0.00 $4,818,755.1075 $5,508,703.75 $4,405,020.00Total$0.00 $4,818,755.1075 $5,508,703.75 $4,405,020.00 OWNER'S CONTINGENCY Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost TotalGENERAL - GROU*Mobilization sha X 1 *Emergency Mobilization/Demobilization & GeneralConditions and Traffic Control1 (max $5,000)25 EA $0.00 $0.00 $5,000.00 $125,000.00 $0.00 $0.00 $4,000.00 $100,000.00 X 2 Non-Emergency Mobilization/Demobilization & General Conditions and Traffic Control1 (max 50 EA $0.00 $0.00 $4,000.00 $200,000.00 $0.00 $0.00 $4,000.00 $200,000.00MAINTENANCE OBid Items 3a to 3 X 3a FDOT Index 601 - Work Beyond the Shoulder 180 EA/DAY $0.00 $0.00 $1,000.00 $180,000.00 $0.00 $0.00 $1,500.00 $270,000.00X3bFDOT Index 602 - Work on Shoulder 180 EA/DAY $0.00 $0.00 $1,500.00 $270,000.00 $0.00 $0.00 $1,500.00 $270,000.00 X 3c FDOT Index 603 - Two Lane Two Way Work within Travel way 60 EA/DAY $0.00 $0.00 $1,650.00 $99,000.00 $0.00 $0.00 $1,600.00 $96,000.00 X 3d FDOT Index 604 - Two Lane Two Way - Intersection Work 60 EA/DAY $0.00 $0.00 $1,650.00 $99,000.00 $0.00 $0.00 $1,600.00 $96,000.00 X 3e FDOT Index 613 - Multilane Roadway - Lane Closures 60 EA/DAY $0.00 $0.00 $1,980.00 $118,800.00 $0.00 $0.00 $1,600.00 $96,000.00 X 3f FDOT Index 615 - Multilane Roadway - Intersection Work 60 EA/DAY $0.00 $0.00 $1,980.00 $118,800.00 $0.00 $0.00 $1,600.00 $96,000.00 X 3g FDOT Index 620 - Multilane Roadway - Temporary Diversion 60 EA/DAY $0.00 $0.00 $1,980.00 $118,800.00 $0.00 $0.00 $1,600.00 $96,000.00X3hFDOT Index 625 - Temporary Road Closure 60 EA/DAY $0.00 $0.00 $2,062.50 $123,750.00 $0.00 $0.00 $800.00 $48,000.00X3iFDOT Index 628 - Two Way Left Turn Lanes 60 EA/DAY $0.00 $0.00 $2,062.50 $123,750.00 $0.00 $0.00 $1,600.00 $96,000.00X3jFlagman200 HOUR $0.00 $0.00 $72.00 $14,400.00 $0.00 $0.00 $65.00 $13,000.00X3kArrow Board - 5' Minimum Horizontal Size 30 EA/DAY $0.00 $0.00 $48.00 $1,440.00 $0.00 $0.00 $65.00 $1,950.00X3lVariable Message Board 30 EA/DAY $0.00 $0.00 $84.00 $2,520.00 $0.00 $0.00 $75.00 $2,250.00X3mConcrete Barrier (FDOT Index No. 415)60 EA/DAY $0.00 $0.00 $550.00 $33,000.00 $0.00 $0.00 $25.00 $1,500.00X3nLow Profile Barrier (FDOT Index No. 412)60 EA/DAY $0.00 $0.00 $650.00 $39,000.00 $0.00 $0.00 $20.00 $1,200.00X3oSign in Work Zone 100 EA/DAY $0.00 $0.00 $2.00 $200.00 $0.00 $0.00 $2.00 $200.00X3pFDOT Cone 100 EA/DAY $0.00 $0.00 $1.10 $110.00 $0.00 $0.00 $2.00 $200.00X3qFDOT Channelizing Drum 100 EA/DAY $0.00 $0.00 $1.75 $175.00 $0.00 $0.00 $2.00 $200.00X3rBarricade, Type III with Warning Light 100 EA/DAY $0.00 $0.00 $1.15 $115.00 $0.00 $0.00 $6.00 $600.00X3sBarricade, Type I or II with Warning Light 100 EA/DAY $0.00 $0.00 $1.10 $110.00 $0.00 $0.00 $7.00 $700.00LABOR AND EQUBid Items 4a-l anLABOR HOURX4a Foreman regular time 1500 HOUR $0.00 $0.00 $115.00 $172,500.00 $0.00 $0.00 $100.00 $150,000.00X4bForeman overtime 200 HOUR $0.00 $0.00 $172.50 $34,500.00 $0.00 $0.00 $150.00 $30,000.00X4cOperator regular time 2000 HOUR $0.00 $0.00 $64.90 $129,800.00 $0.00 $0.00 $65.00 $130,000.00X4dOperator overtime 200 HOUR $0.00 $0.00 $96.80 $19,360.00 $0.00 $0.00 $88.00 $17,600.00X4eTruck Driver regular time 1000 HOUR $0.00 $0.00 $67.85 $67,850.00 $0.00 $0.00 $65.00 $65,000.00X4fTruck Driver overtime 50 HOUR $0.00 $0.00 $101.20 $5,060.00 $0.00 $0.00 $88.00 $4,400.00X4gPipe Layer regular time 2000 HOUR $0.00 $0.00 $61.95 $123,900.00 $0.00 $0.00 $65.00 $130,000.00X4hPipe Layer overtime 200 HOUR $0.00 $0.00 $92.40 $18,480.00 $0.00 $0.00 $88.00 $17,600.00X4iLaborer regular time 2000 HOUR $0.00 $0.00 $55.65 $111,300.00 $0.00 $0.00 $60.00 $120,000.00X4jLaborer overtime 2000 HOUR $0.00 $0.00 $84.00 $168,000.00 $0.00 $0.00 $82.00 $164,000.00X4kPreconstruction Video 30 DAY $0.00 $0.00 $85.00 $2,550.00 $0.00 $0.00 $850.00 $25,500.00X4lAsbuilt Survey 80 DAY $0.00 $0.00 $275.00 $22,000.00 $0.00 $0.00 $2,200.00 $176,000.00EQUIPMENTX5aForeman's pickup truck with hand tools 1500 HOUR $0.00 $0.00 $33.75 $50,625.00 $0.00 $0.00 $50.00 $75,000.00X5bJob truck with tools 1500 HOUR $0.00 $0.00 $35.125 $52,687.50 $0.00 $0.00 $60.00 $90,000.00X5cTractor & Trailer (Transport)200 HOUR $0.00 $0.00 $125.00 $25,000.00 $0.00 $0.00 $55.00 $11,000.00X5dTrack Hoe (to 100 HP)1100 HOUR $0.00 $0.00 $87.50 $96,250.00 $0.00 $0.00 $115.00 $126,500.00X5eTrack Hoe (101 HP to 170 HP)500 HOUR $0.00 $0.00 $143.75 $71,875.00 $0.00 $0.00 $120.00 $60,000.00X5fTrack Hoe (171 HP and up)750 HOUR $0.00 $0.00 $218.75 $164,062.50 $0.00 $0.00 $130.00 $97,500.00X5gRubber Tired Backhoe 25 HOUR $0.00 $0.00 $25.00 $625.00 $0.00 $0.00 $70.00 $1,750.00X5hWheel Loader (to 150 HP)2000 HOUR $0.00 $0.00 $35.00 $70,000.00 $0.00 $0.00 $75.00 $150,000.00X5iWheel Loader (151 HP and up)250 HOUR $0.00 $0.00 $47.00 $11,750.00 $0.00 $0.00 $95.00 $23,750.00X5jTrack Type Tractors (to 100 HP)150 HOUR $0.00 $0.00 $30.00 $4,500.00 $0.00 $0.00 $62.00 $9,300.00X5kTrack Type Tractors (101 HP and up)25 HOUR $0.00 $0.00 $33.00 $825.00 $0.00 $0.00 $70.00 $1,750.00X5lDump Truck (Tandem Axle)750 HOUR $0.00 $0.00 $95.00 $71,250.00 $0.00 $0.00 $90.00 $67,500.00X5mPlate Tamp 250 HOUR $0.00 $0.00 $15.00 $3,750.00 $0.00 $0.00 $45.00 $11,250.00X5n3" Trash Pump 250 HOUR $0.00 $0.00 $20.00 $5,000.00 $0.00 $0.00 $40.00 $10,000.00X5o4" Double Diaphragm Pump 2000 HOUR $0.00 $0.00 $25.00 $50,000.00 $0.00 $0.00 $20.00 $40,000.00X5pAir Compressor (125 CFM min.)100 HOUR $0.00 $0.00 $35.00 $3,500.00 $0.00 $0.00 $35.00 $3,500.00X5q4" Jet Pump 25 DAY $0.00 $0.00 $185.00 $4,625.00 $0.00 $0.00 $60.00 $1,500.00X5rEmergency Hauling up to 2500 gallons 25 HOUR $0.00 $0.00 $750.00 $18,750.00 $0.00 $0.00 $370.00 $9,250.00X5sEmergency Hauling over 2500 gallons 25 HOUR $0.00 $0.00 $900.00 $22,500.00 $0.00 $0.00 $420.00 $10,500.00X5tStreet Sweeper 200 HOUR $0.00 $0.00 $250.00 $50,000.00 $0.00 $0.00 $45.00 $9,000.00X5uMobile Light Tower 40 DAY $0.00 $0.00 $300.00 $12,000.00 $0.00 $0.00 $130.00 $5,200.00X5vVactor Truck 250 HOUR $0.00 $0.00 $450.00 $112,500.00 $0.00 $0.00 $450.00 $112,500.00LANDSCAPING/RX6aSodding 75000 SF $0.00 $0.00 $1.75 $131,250.00 $0.00 $0.00 $1.75 $131,250.00X6bBrush Removal 40 TON $0.00 $0.00 $500.00 $20,000.00 $0.00 $0.00 $200.00 $8,000.00X6cTree Protection 15 EA $0.00 $0.00 $312.50 $4,687.50 $0.00 $0.00 $300.00 $4,500.00X6dTree Removal (<6" Trunk Diameter)5 EA $0.00 $0.00 $625.00 $3,125.00 $0.00 $0.00 $1,000.00 $5,000.00X6eTree Removal (6"-12" Trunk Diameter)3 EA $0.00 $0.00 $750.00 $2,250.00 $0.00 $0.00 $1,500.00 $4,500.00X6fTree Removal (13"-18" Trunk Diameter)3 EA $0.00 $0.00 $2,025.00 $6,075.00 $0.00 $0.00 $3,000.00 $9,000.00X6gTree Removal (>18" Trunk Diameter)3 EA $0.00 $0.00 $3,375.00 $10,125.00 $0.00 $0.00 $6,000.00 $18,000.00MATERIALS X 7a Remove and Replace Concrete Sidewalk, (4" Min Thickness)500 SF $0.00 $0.00 $27.50 $13,750.00 $0.00 $0.00 $40.00 $20,000.00 X 7b Remove and Replace Concrete Sidewalk, (6" Min Thickness)500 SF $0.00 $0.00 $32.50 $16,250.00 $0.00 $0.00 $55.00 $27,500.00 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements (GROUP B - Water and RCW Trenchless Pipe InstallationApplied Drilling Engineering, Inc.Murphy Pipeline Contractors Rowland DE LLC.TLC Diversified, Inc. X 7c Remove and Replace Concrete Driveway 250 SY $0.00 $0.00 $193.75 $48,437.50 $0.00 $0.00 $195.00 $48,750.00X7dFull Width Milling (Up to 2")7500 SY $0.00 $0.00 $40.00 $300,000.00 $0.00 $0.00 $38.00 $285,000.00X7eFull Width Milling (2" to 4")7500 SY $0.00 $0.00 $31.25 $234,375.00 $0.00 $0.00 $40.00 $300,000.00X7fSP 12.5 Asphalt Concrete Resurfacing 500 TON $0.00 $0.00 $275.00 $137,500.00 $0.00 $0.00 $450.00 $225,000.00X7gSP 9.5 Asphalt Concrete Resurfacing 500 TON $0.00 $0.00 $275.00 $137,500.00 $0.00 $0.00 $450.00 $225,000.00X7hPavement Marking - Crosswalks (Lane)500 LF $0.00 $0.00 $2.50 $1,250.00 $0.00 $0.00 $20.00 $10,000.00X7iPavement Marking - Stop Bars (Lane)250 EA $0.00 $0.00 $112.50 $28,125.00 $0.00 $0.00 $345.00 $86,250.00X7jPavement Marking - School Crossing/RR 50 EA $0.00 $0.00 $110.00 $5,500.00 $0.00 $0.00 $600.00 $30,000.00X7kPavement Marking - Turn, Straight, Combo Arrows 50 EA $0.00 $0.00 $125.00 $6,250.00 $0.00 $0.00 $380.00 $19,000.00 X 7l Pavement Marking - Dashed (White, Yellow, or Double Yellow)500 LF $0.00 $0.00 $1.25 $625.00 $0.00 $0.00 $9.00 $4,500.00X7mPavement Marking - Solid White 250 LF $0.00 $0.00 $1.25 $312.50 $0.00 $0.00 $9.00 $2,250.00X7nPavement Marking - Solid Double Yellow 250 LF $0.00 $0.00 $1.875 $468.75 $0.00 $0.00 $12.00 $3,000.00X7oPavement Marking - Solid Yellow 250 LF $0.00 $0.00 $1.25 $312.50 $0.00 $0.00 $9.00 $2,250.00 X 7p Temporary Pavement Marking - Turn, Straight, Combo Arrows 250 EA $0.00 $0.00 $125.00 $31,250.00 $0.00 $0.00 $75.00 $18,750.00 X 7q Temporary Pavement Marking - Dashed (White, Yellow, or Double Yellow)250 LF $0.00 $0.00 $1.25 $312.50 $0.00 $0.00 $7.00 $1,750.00 X 7r Temporary Pavement Marking - Solid White 250 LF $0.00 $0.00 $1.25 $312.50 $0.00 $0.00 $7.00 $1,750.00 X 7s Temporary Pavement Marking - Solid Double Yellow 250 LF $0.00 $0.00 $1.875 $468.75 $0.00 $0.00 $10.00 $2,500.00 X 7t Temporary Pavement Marking - Solid Yellow 250 LF $0.00 $0.00 $1.25 $312.50 $0.00 $0.00 $9.00 $2,250.00 X 7u Remove and replace concrete curb and gutter (FDOT Type A)750 LF $0.00 $0.00 $56.25 $42,187.50 $0.00 $0.00 $45.00 $33,750.00 X 7v Remove and replace concrete curb and gutter (FDOT Type E)750 LF $0.00 $0.00 $87.50 $65,625.00 $0.00 $0.00 $60.00 $45,000.00 X 7w Remove and replace concrete curb and gutter (FDOT Type F)750 LF $0.00 $0.00 $87.50 $65,625.00 $0.00 $0.00 $60.00 $45,000.00X7x3000 psi Concrete 100 CY $0.00 $0.00 $625.00 $62,500.00 $0.00 $0.00 $425.00 $42,500.00X7yOff Site Selected Fill 1500 CY $0.00 $0.00 $62.50 $93,750.00 $0.00 $0.00 $65.00 $97,500.00X7zLimerock Base Material 750 TON $0.00 $0.00 $91.25 $68,437.50 $0.00 $0.00 $95.00 $71,250.00X7aaCrushed Concrete Base Material 750 TON $0.00 $0.00 $117.50 $88,125.00 $0.00 $0.00 $100.00 $75,000.00X7abStabilized Subgrade 750 TON $0.00 $0.00 $91.25 $68,437.50 $0.00 $0.00 $90.00 $67,500.00X7ac# 57 Washed Stone 750 TON $0.00 $0.00 $156.25 $117,187.50 $0.00 $0.00 $130.00 $97,500.00X7adRemoval of unsuitable soil 300 TON $0.00 $0.00 $28.75 $8,625.00 $0.00 $0.00 $65.00 $19,500.00X7aeRemoval of buried concrete 50 CY $0.00 $0.00 $400.00 $20,000.00 $0.00 $0.00 $110.00 $5,500.00X7afRemoval of Hazardous 50 CY $0.00 $0.00 $1,500.00 $75,000.00 $0.00 $0.00 $125.00 $6,250.00X7agRip Rap 300 TON $0.00 $0.00 $187.50 $56,250.00 $0.00 $0.00 $250.00 $75,000.00X7ahFlowable Fill 100 CY $0.00 $0.00 $250.00 $25,000.00 $0.00 $0.00 $300.00 $30,000.00X7aiBrick Pavers 100 SY $0.00 $0.00 $150.00 $15,000.00 $0.00 $0.00 $125.00 $12,500.00X7ajBrick Paver Level Sand 10 CY $0.00 $0.00 $150.00 $1,500.00 $0.00 $0.00 $400.00 $4,000.00X7akGeo Grid 80 SY $0.00 $0.00 $35.00 $2,800.00 $0.00 $0.00 $65.00 $5,200.00X7alShoring (4' to 6' deep)12 EA $0.00 $0.00 $1,500.00 $18,000.00 $0.00 $0.00 $4,500.00 $54,000.00X7amShoring (6' to 10' deep)12 EA $0.00 $0.00 $4,000.00 $48,000.00 $0.00 $0.00 $4,500.00 $54,000.00X7anSteel Road Plates 12 EA $0.00 $0.00 $300.00 $3,600.00 $0.00 $0.00 $500.00 $6,000.00WELL POINT DEWX8aWell Point Dewatering 2000 LF/DAY $0.00 $0.00 $82.50 $165,000.00 $0.00 $0.00 $55.00 $110,000.00GROUT FILL AND X 9a 2"-6"7500 LF $0.00 $0.00 $18.75 $140,625.00 $0.00 $0.00 $30.00 $225,000.00X9b8"-12"7500 LF $0.00 $0.00 $20.00 $150,000.00 $0.00 $0.00 $35.00 $262,500.00X9c16"-24"5000 LF $0.00 $0.00 $25.00 $125,000.00 $0.00 $0.00 $40.00 $200,000.00X9d>30"5000 LF $0.00 $0.00 $62.50 $312,500.00 $0.00 $0.00 $55.00 $275,000.00REMOVE ABANDX10a2"-6"5000 LF $0.00 $0.00 $12.50 $62,500.00 $0.00 $0.00 $30.00 $150,000.00X10b8"-12"5000 LF $0.00 $0.00 $18.75 $93,750.00 $0.00 $0.00 $37.00 $185,000.00X10c16"-24"2000 LF $0.00 $0.00 $37.50 $75,000.00 $0.00 $0.00 $39.00 $78,000.00X10d>30"500 LF $0.00 $0.00 $62.50 $31,250.00 $0.00 $0.00 $42.00 $21,000.00PRESSURE MAIN TEMPORARY WA X 11a 2" Temporary HDPE Water Main (Including Tap Connections to Existing Main and Temporary Services)20000 LF $0.00 $0.00 $41.00 $820,000.00 $0.00 $0.00 $15.00 $300,000.00 X 11b 4" Temporary HDPE Water Main (Including Tap Connections to Existing Main and Temporary Services)15000 LF $0.00 $0.00 $46.00 $690,000.00 $0.00 $0.00 $16.00 $240,000.00 X 11c 6" Temporary HDPE Water Main (Including Tap Connections to Existing Main and Temporary Services)5000 LF $0.00 $0.00 $56.00 $280,000.00 $0.00 $0.00 $18.00 $90,000.00DIRECTIONAL DR X 12a Furnish and Install 4" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 4000 LF $0.00 $0.00 $146.41 $585,640.00 $0.00 $0.00 $115.00 $460,000.00 X 12b Furnish and Install 6" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 4000 LF $0.00 $0.00 $164.56 $658,240.00 $0.00 $0.00 $125.00 $500,000.00 X 12c Furnish and Install 8" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 4000 LF $0.00 $0.00 $188.76 $755,040.00 $0.00 $0.00 $145.00 $580,000.00 X 12d Furnish and Install 10" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 2000 LF $0.00 $0.00 $220.22 $440,440.00 $0.00 $0.00 $165.00 $330,000.00 X 12e Furnish and Install 12" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 4000 LF $0.00 $0.00 $257.73 $1,030,920.00 $0.00 $0.00 $175.00 $700,000.00 X 12f Furnish and Install 16" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 2000 LF $0.00 $0.00 $347.27 $694,540.00 $0.00 $0.00 $185.00 $370,000.00 X 12g Furnish and Install 20" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1000 LF $0.00 $0.00 $447.70 $447,700.00 $0.00 $0.00 $260.00 $260,000.00 X 12h Furnish and Install 24" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1000 LF $0.00 $0.00 $605.00 $605,000.00 $0.00 $0.00 $350.00 $350,000.00 X 12i Furnish and Install 30" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1000 LF $0.00 $0.00 $665.50 $665,500.00 $0.00 $0.00 $450.00 $450,000.00 X 12j Furnish and Install 36" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1000 LF $0.00 $0.00 $1,000.00 $1,000,000.00 $0.00 $0.00 $625.00 $625,000.00 X 12k Furnish and Install 4" Restrained PVC by directional drill, DR 18 with Transitional Ends 4000 LF $0.00 $0.00 $160.00 $640,000.00 $0.00 $0.00 $110.00 $440,000.00 X 12l Furnish and Install 6" Restrained PVC by directional drill, DR 18 with Transitional Ends 4000 LF $0.00 $0.00 $160.00 $640,000.00 $0.00 $0.00 $125.00 $500,000.00 X 12m Furnish and Install 8" Restrained PVC by directional drill, DR 18 with Transitional Ends 4000 LF $0.00 $0.00 $192.00 $768,000.00 $0.00 $0.00 $150.00 $600,000.00 X 12n Furnish and Install 10" Restrained PVC by directional drill, DR 18 with Transitional Ends 2000 LF $0.00 $0.00 $224.00 $448,000.00 $0.00 $0.00 $190.00 $380,000.00 X 12o Furnish and Install 12" Restrained PVC by directional drill, DR 18 with Transitional Ends 4000 LF $0.00 $0.00 $272.00 $1,088,000.00 $0.00 $0.00 $200.00 $800,000.00 X 12p Furnish and Install 16" Restrained PVC by directional drill, DR 18 with Transitional Ends 2000 LF $0.00 $0.00 $480.00 $960,000.00 $0.00 $0.00 $225.00 $450,000.00 X 12q Furnish and Install 20" Restrained PVC by directional drill, DR 18 with Transitional Ends 1000 LF $0.00 $0.00 $640.00 $640,000.00 $0.00 $0.00 $300.00 $300,000.00 X 12r Furnish and Install 24" Restrained PVC by directional drill, DR 18 with Transitional Ends 1000 LF $0.00 $0.00 $800.00 $800,000.00 $0.00 $0.00 $350.00 $350,000.00 X 12s Furnish and Install 30" Restrained PVC by directional drill, DR 18 with Transitional Ends 1000 LF $0.00 $0.00 $960.00 $960,000.00 $0.00 $0.00 $525.00 $525,000.00 X 12t Furnish and Install 36" Restrained PVC by directional drill, DR 18 with Transitional Ends 1000 LF $0.00 $0.00 $1,280.00 $1,280,000.00 $0.00 $0.00 $675.00 $675,000.00 PIPE BURSTING X 13a Furnish and Install 4" HDPE Perchlorinated Pipe Bursting, DR 11 5000 LF $0.00 $0.00 $115.00 $575,000.00 $0.00 $0.00 $268.00 $1,340,000.00 X 13b Furnish and Install 6" HDPE Perchlorinated Pipe Bursting, DR 11 5000 LF $0.00 $0.00 $135.00 $675,000.00 $0.00 $0.00 $300.00 $1,500,000.00 X 13c Furnish and Install 8" HDPE Perchlorinated Pipe Bursting, DR 11 5000 LF $0.00 $0.00 $170.00 $850,000.00 $0.00 $0.00 $315.00 $1,575,000.00 X 13d Furnish and Install 10" HDPE Perchlorinated Pipe Bursting, DR 11 500 LF $0.00 $0.00 $175.00 $87,500.00 $0.00 $0.00 $325.00 $162,500.00 X 13e Furnish and Install 12" HDPE Perchlorinated Pipe Bursting, DR 11 2500 LF $0.00 $0.00 $185.00 $462,500.00 $0.00 $0.00 $355.00 $887,500.00 X 13f Furnish and Install 16" HDPE Perchlorinated Pipe Bursting, DR 11 1000 LF $0.00 $0.00 $220.00 $220,000.00 $0.00 $0.00 $400.00 $400,000.00 X 13g Furnish and Install 20" HDPE Perchlorinated Pipe Bursting, DR 11 1000 LF $0.00 $0.00 $270.00 $270,000.00 $0.00 $0.00 $475.00 $475,000.00 X 13h Furnish and Install 24" HDPE Perchlorinated Pipe Bursting, DR 11 500 LF $0.00 $0.00 $290.00 $145,000.00 $0.00 $0.00 $575.00 $287,500.00 X 13i Furnish and Install 30" HDPE Perchlorinated Pipe Bursting, DR 11 500 LF $0.00 $0.00 $400.00 $200,000.00 $0.00 $0.00 $620.00 $310,000.00 SLIPLINE HDPE TH X 14a Furnish and Install 4" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1000 LF $0.00 $0.00 $80.00 $80,000.00 $0.00 $0.00 $100.00 $100,000.00 X 14b Furnish and Install 6" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1000 LF $0.00 $0.00 $90.00 $90,000.00 $0.00 $0.00 $115.00 $115,000.00 X 14c Furnish and Install 8" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1000 LF $0.00 $0.00 $100.00 $100,000.00 $0.00 $0.00 $125.00 $125,000.00 X 14d Furnish and Install 10" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1000 LF $0.00 $0.00 $110.00 $110,000.00 $0.00 $0.00 $130.00 $130,000.00 X 14e Furnish and Install 12" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1000 LF $0.00 $0.00 $120.00 $120,000.00 $0.00 $0.00 $140.00 $140,000.00 X 14f Furnish and Install 16" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1000 LF $0.00 $0.00 $140.00 $140,000.00 $0.00 $0.00 $170.00 $170,000.00 X 14g Furnish and Install 20" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1000 LF $0.00 $0.00 $165.00 $165,000.00 $0.00 $0.00 $195.00 $195,000.00 X 14h Furnish and Install 24" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 500 LF $0.00 $0.00 $310.00 $155,000.00 $0.00 $0.00 $350.00 $175,000.00 X 14i Furnish and Install 30" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 500 LF $0.00 $0.00 $405.00 $202,500.00 $0.00 $0.00 $425.00 $212,500.00JACK AND BORE X 15a Furnish and Install 4" PVC or DI Pipe in 16" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF $0.00 $0.00 $250.00 $125,000.00 $0.00 $0.00 $400.00 $200,000.00 X 15b Furnish and Install 6" PVC or DI Pipe in 16" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF $0.00 $0.00 $287.50 $143,750.00 $0.00 $0.00 $425.00 $212,500.00 X 15c Furnish and Install 8" PVC or DI Pipe in 18" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF $0.00 $0.00 $300.00 $150,000.00 $0.00 $0.00 $525.00 $262,500.00 X 15d Furnish and Install 12" PVC or DI Pipe in 24" OD Steel Casing Pipe by Jack and Bore per city standard detail 750 LF $0.00 $0.00 $331.25 $248,437.50 $0.00 $0.00 $540.00 $405,000.00 X 15e Furnish and Install 16" PVC or DI Pipe in 30" OD Steel Casing Pipe by Jack and Bore per city standard detail 750 LF $0.00 $0.00 $397.50 $298,125.00 $0.00 $0.00 $560.00 $420,000.00 X 15f Furnish and Install 20" PVC or DI Pipe in 36" OD Steel Casing Pipe by Jack and Bore per city standard detail 750 LF $0.00 $0.00 $465.00 $348,750.00 $0.00 $0.00 $720.00 $540,000.00 X 15g Furnish and Install 24" PVC or DI Pipe in 42" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF $0.00 $0.00 $545.00 $272,500.00 $0.00 $0.00 $800.00 $400,000.00 X 15h Furnish and Install 30" PVC or DI Pipe in 48" OD Steel Casing Pipe by Jack and Bore per city standard detail 300 LF $0.00 $0.00 $652.50 $195,750.00 $0.00 $0.00 $900.00 $270,000.00 X 15i Furnish and Install 36" PVC or DI Pipe in 54" OD Steel Casing Pipe by Jack and Bore per city standard detail 150 LF $0.00 $0.00 $750.00 $112,500.00 $0.00 $0.00 $920.00 $138,000.00 X 15j Furnish and Install 42" PVC or DI Pipe in 60" OD Steel Casing Pipe by Jack and Bore per city standard detail 150 LF $0.00 $0.00 $875.00 $131,250.00 $0.00 $0.00 $1,000.00 $150,000.00PRESSURE PIPE ( PVC (Inclusive all X 16a 4" diameter (0' to 5')500 LF $0.00 $0.00 $93.75 $46,875.00 $0.00 $0.00 $100.00 $50,000.00X16b4" diameter (5.1' to 10')100 LF $0.00 $0.00 $150.00 $15,000.00 $0.00 $0.00 $125.00 $12,500.00X16c4" diameter (10.1' to 15')100 LF $0.00 $0.00 $300.00 $30,000.00 $0.00 $0.00 $175.00 $17,500.00X16d4" diameter (15.1' to 20')50 LF $0.00 $0.00 $515.00 $25,750.00 $0.00 $0.00 $300.00 $15,000.00X16e6" diameter (0' to 5')500 LF $0.00 $0.00 $110.00 $55,000.00 $0.00 $0.00 $110.00 $55,000.00X16f6" diameter (5.1' to 10')100 LF $0.00 $0.00 $157.50 $15,750.00 $0.00 $0.00 $135.00 $13,500.00X16g6" diameter (10.1' to 15')100 LF $0.00 $0.00 $316.25 $31,625.00 $0.00 $0.00 $215.00 $21,500.00X16h6" diameter (15.1' to 20')50 LF $0.00 $0.00 $528.75 $26,437.50 $0.00 $0.00 $300.00 $15,000.00X16i8" diameter (0' to 5')500 LF $0.00 $0.00 $127.50 $63,750.00 $0.00 $0.00 $120.00 $60,000.00X16j8" diameter (5.1' to 10')100 LF $0.00 $0.00 $177.50 $17,750.00 $0.00 $0.00 $150.00 $15,000.00X16k8" diameter (10.1' to 15')100 LF $0.00 $0.00 $337.50 $33,750.00 $0.00 $0.00 $215.00 $21,500.00X16l8" diameter (15.1' to 20')50 LF $0.00 $0.00 $506.00 $25,300.00 $0.00 $0.00 $310.00 $15,500.00X16m10" diameter (0' to 5')200 LF $0.00 $0.00 $140.25 $28,050.00 $0.00 $0.00 $135.00 $27,000.00X16n10" diameter (5.1' to 10')200 LF $0.00 $0.00 $195.25 $39,050.00 $0.00 $0.00 $160.00 $32,000.00X16o10" diameter (10.1' to 15')50 LF $0.00 $0.00 $371.25 $18,562.50 $0.00 $0.00 $220.00 $11,000.00X16p10" diameter (15.1' to 20')30 LF $0.00 $0.00 $556.60 $16,698.00 $0.00 $0.00 $315.00 $9,450.00DUCTILE IRON (In X 17a 4" diameter (0' to 5')500 LF $0.00 $0.00 $143.75 $71,875.00 $0.00 $0.00 $135.00 $67,500.00X17b4" diameter (5.1' to 10')200 LF $0.00 $0.00 $193.75 $38,750.00 $0.00 $0.00 $165.00 $33,000.00X17c4" diameter (10.1' to 15')100 LF $0.00 $0.00 $352.50 $35,250.00 $0.00 $0.00 $245.00 $24,500.00X17d4" diameter (15.1' to 20')50 LF $0.00 $0.00 $565.00 $28,250.00 $0.00 $0.00 $310.00 $15,500.00X17e6" diameter (0' to 5')500 LF $0.00 $0.00 $130.00 $65,000.00 $0.00 $0.00 $145.00 $72,500.00X17f6" diameter (5.1' to 10')200 LF $0.00 $0.00 $178.75 $35,750.00 $0.00 $0.00 $175.00 $35,000.00X17g6" diameter (10.1' to 15')100 LF $0.00 $0.00 $337.50 $33,750.00 $0.00 $0.00 $185.00 $18,500.00X17h6" diameter (15.1' to 20')50 LF $0.00 $0.00 $550.00 $27,500.00 $0.00 $0.00 $320.00 $16,000.00X17i8" diameter (0' to 5')500 LF $0.00 $0.00 $146.25 $73,125.00 $0.00 $0.00 $155.00 $77,500.00X17j8" diameter (5.1' to 10')200 LF $0.00 $0.00 $195.00 $39,000.00 $0.00 $0.00 $185.00 $37,000.00X17k8" diameter (10.1' to 15')100 LF $0.00 $0.00 $353.75 $35,375.00 $0.00 $0.00 $200.00 $20,000.00X17l8" diameter (15.1' to 20')50 LF $0.00 $0.00 $568.75 $28,437.50 $0.00 $0.00 $350.00 $17,500.00X17m10" diameter (0' to 5')500 LF $0.00 $0.00 $190.00 $95,000.00 $0.00 $0.00 $165.00 $82,500.00X17n10" diameter (5.1' to 10')200 LF $0.00 $0.00 $328.75 $65,750.00 $0.00 $0.00 $225.00 $45,000.00X17o10" diameter (10.1' to 15')100 LF $0.00 $0.00 $145.00 $14,500.00 $0.00 $0.00 $275.00 $27,500.00X17p10" diameter (15.1' to 20')50 LF $0.00 $0.00 $587.50 $29,375.00 $0.00 $0.00 $375.00 $18,750.00X17q12" diameter (0' to 5')500 LF $0.00 $0.00 $187.50 $93,750.00 $0.00 $0.00 $175.00 $87,500.00X17r12" diameter (5.1' to 10')200 LF $0.00 $0.00 $340.00 $68,000.00 $0.00 $0.00 $230.00 $46,000.00X17s12" diameter (10.1' to 15')100 LF $0.00 $0.00 $396.25 $39,625.00 $0.00 $0.00 $290.00 $29,000.00X17t12" diameter (15.1' to 20')50 LF $0.00 $0.00 $608.75 $30,437.50 $0.00 $0.00 $425.00 $21,250.00X17u14" diameter (0' to 5')100 LF $0.00 $0.00 $280.00 $28,000.00 $0.00 $0.00 $225.00 $22,500.00X17v14" diameter (5.1' to 10')50 LF $0.00 $0.00 $495.00 $24,750.00 $0.00 $0.00 $325.00 $16,250.00X17w14" diameter (10.1' to 15')20 LF $0.00 $0.00 $505.00 $10,100.00 $0.00 $0.00 $420.00 $8,400.00X17x14" diameter (15.1' to 20')20 LF $0.00 $0.00 $676.25 $13,525.00 $0.00 $0.00 $550.00 $11,000.00X17y16" diameter (0' to 5')500 LF $0.00 $0.00 $221.25 $110,625.00 $0.00 $0.00 $230.00 $115,000.00X17z16" diameter (5.1' to 10')200 LF $0.00 $0.00 $270.00 $54,000.00 $0.00 $0.00 $335.00 $67,000.00X17aa16" diameter (10.1' to 15')50 LF $0.00 $0.00 $470.00 $23,500.00 $0.00 $0.00 $435.00 $21,750.00X17ab16" diameter (15.1' to 20')30 LF $0.00 $0.00 $641.25 $19,237.50 $0.00 $0.00 $585.00 $17,550.00X17ac18" diameter (0' to 5')50 LF $0.00 $0.00 $268.75 $13,437.50 $0.00 $0.00 $325.00 $16,250.00X17ad18" diameter (5.1' to 10')50 LF $0.00 $0.00 $483.75 $24,187.50 $0.00 $0.00 $440.00 $22,000.00X17ae18" diameter (10.1' to 15')20 LF $0.00 $0.00 $493.75 $9,875.00 $0.00 $0.00 $495.00 $9,900.00X17af18" diameter (15.1' to 20')20 LF $0.00 $0.00 $666.25 $13,325.00 $0.00 $0.00 $500.00 $10,000.00X17ag20" diameter (0' to 5')500 LF $0.00 $0.00 $268.75 $134,375.00 $0.00 $0.00 $365.00 $182,500.00X17ah20" diameter (5.1' to 10')200 LF $0.00 $0.00 $318.75 $63,750.00 $0.00 $0.00 $445.00 $89,000.00X17ai20" diameter (10.1' to 15')50 LF $0.00 $0.00 $517.50 $25,875.00 $0.00 $0.00 $450.00 $22,500.00X17aj20" diameter (15.1' to 20')30 LF $0.00 $0.00 $691.25 $20,737.50 $0.00 $0.00 $500.00 $15,000.00X17ak24" diameter (0' to 5')500 LF $0.00 $0.00 $368.75 $184,375.00 $0.00 $0.00 $415.00 $207,500.00X17al24" diameter (5.1' to 10')200 LF $0.00 $0.00 $417.50 $83,500.00 $0.00 $0.00 $440.00 $88,000.00X17am24" diameter (10.1' to 15')50 LF $0.00 $0.00 $650.00 $32,500.00 $0.00 $0.00 $465.00 $23,250.00X17an24" diameter (15.1' to 20')30 LF $0.00 $0.00 $757.50 $22,725.00 $0.00 $0.00 $550.00 $16,500.00X17ao30" diameter (0' to 5')100 LF $0.00 $0.00 $507.50 $50,750.00 $0.00 $0.00 $450.00 $45,000.00X17ap30" diameter (5.1' to 10')50 LF $0.00 $0.00 $735.00 $36,750.00 $0.00 $0.00 $480.00 $24,000.00X17aq30" diameter (10.1' to 15')20 LF $0.00 $0.00 $777.50 $15,550.00 $0.00 $0.00 $500.00 $10,000.00X17ar30" diameter (15.1' to 20')20 LF $0.00 $0.00 $992.45 $19,849.00 $0.00 $0.00 $625.00 $12,500.00X17as36" diameter (0' to 5')100 LF $0.00 $0.00 $586.50 $58,650.00 $0.00 $0.00 $550.00 $55,000.00X17at36" diameter (5.1' to 10')50 LF $0.00 $0.00 $795.80 $39,790.00 $0.00 $0.00 $585.00 $29,250.00X17au36" diameter (10.1' to 15')20 LF $0.00 $0.00 $833.75 $16,675.00 $0.00 $0.00 $750.00 $15,000.00X17av36" diameter (15.1' to 20')20 LF $0.00 $0.00 $1,110.90 $22,218.00 $0.00 $0.00 $825.00 $16,500.00HDPE (Inclusive a X 18a 4" diameter (0' to 5')500 LF $0.00 $0.00 $88.75 $44,375.00 $0.00 $0.00 $60.00 $30,000.00X18b4" diameter (5.1' to 10')200 LF $0.00 $0.00 $138.75 $27,750.00 $0.00 $0.00 $72.00 $14,400.00X18c4" diameter (10.1' to 15')100 LF $0.00 $0.00 $297.50 $29,750.00 $0.00 $0.00 $110.00 $11,000.00X18d4" diameter (15.1' to 20')50 LF $0.00 $0.00 $510.00 $25,500.00 $0.00 $0.00 $128.00 $6,400.00X18e6" diameter (0' to 5')500 LF $0.00 $0.00 $100.00 $50,000.00 $0.00 $0.00 $65.00 $32,500.00X18f6" diameter (5.1' to 10')200 LF $0.00 $0.00 $148.75 $29,750.00 $0.00 $0.00 $75.00 $15,000.00X18g6" diameter (10.1' to 15')100 LF $0.00 $0.00 $308.75 $30,875.00 $0.00 $0.00 $125.00 $12,500.00X18h6" diameter (15.1' to 20')50 LF $0.00 $0.00 $520.00 $26,000.00 $0.00 $0.00 $135.00 $6,750.00X18i8" diameter (0' to 5')500 LF $0.00 $0.00 $113.75 $56,875.00 $0.00 $0.00 $70.00 $35,000.00X18j8" diameter (5.1' to 10')200 LF $0.00 $0.00 $162.50 $32,500.00 $0.00 $0.00 $82.00 $16,400.00X18k8" diameter (10.1' to 15')100 LF $0.00 $0.00 $321.25 $32,125.00 $0.00 $0.00 $128.00 $12,800.00X18l8" diameter (15.1' to 20')50 LF $0.00 $0.00 $533.75 $26,687.50 $0.00 $0.00 $140.00 $7,000.00X18m10" diameter (0' to 5')200 LF $0.00 $0.00 $130.00 $26,000.00 $0.00 $0.00 $85.00 $17,000.00X18n10" diameter (5.1' to 10')200 LF $0.00 $0.00 $178.75 $35,750.00 $0.00 $0.00 $93.00 $18,600.00X18o10" diameter (10.1' to 15')50 LF $0.00 $0.00 $338.75 $16,937.50 $0.00 $0.00 $135.00 $6,750.00X18p10" diameter (15.1' to 20')30 LF $0.00 $0.00 $550.00 $16,500.00 $0.00 $0.00 $150.00 $4,500.00 X 18q 12" diameter (0' to 5')500 LF $0.00 $0.00 $151.25 $75,625.00 $0.00 $0.00 $92.00 $46,000.00X18r12" diameter (5.1' to 10')200 LF $0.00 $0.00 $201.25 $40,250.00 $0.00 $0.00 $100.00 $20,000.00X18s12" diameter (10.1' to 15')100 LF $0.00 $0.00 $361.25 $36,125.00 $0.00 $0.00 $145.00 $14,500.00X18t12" diameter (15.1' to 20')50 LF $0.00 $0.00 $572.50 $28,625.00 $0.00 $0.00 $162.00 $8,100.00X18u16" diameter (0' to 5')500 LF $0.00 $0.00 $181.50 $90,750.00 $0.00 $0.00 $105.00 $52,500.00X18v16" diameter (5.1' to 10')200 LF $0.00 $0.00 $241.50 $48,300.00 $0.00 $0.00 $110.00 $22,000.00X18w16" diameter (10.1' to 15')100 LF $0.00 $0.00 $433.50 $43,350.00 $0.00 $0.00 $150.00 $15,000.00X18x16" diameter (15.1' to 20')50 LF $0.00 $0.00 $687.00 $34,350.00 $0.00 $0.00 $165.00 $8,250.00X18y18" diameter (0' to 5')500 LF $0.00 $0.00 $199.65 $99,825.00 $0.00 $0.00 $112.00 $56,000.00X18z18" diameter (5.1' to 10')200 LF $0.00 $0.00 $265.65 $53,130.00 $0.00 $0.00 $120.00 $24,000.00X18aa18" diameter (10.1' to 15')100 LF $0.00 $0.00 $476.85 $47,685.00 $0.00 $0.00 $165.00 $16,500.00X18ab18" diameter (15.1' to 20')50 LF $0.00 $0.00 $755.70 $37,785.00 $0.00 $0.00 $190.00 $9,500.00X18ac20" diameter (0' to 5')500 LF $0.00 $0.00 $219.615 $109,807.50 $0.00 $0.00 $125.00 $62,500.00X18ad20" diameter (5.1' to 10')200 LF $0.00 $0.00 $292.215 $58,443.00 $0.00 $0.00 $135.00 $27,000.00X18ae20" diameter (10.1' to 15')100 LF $0.00 $0.00 $524.535 $52,453.50 $0.00 $0.00 $180.00 $18,000.00X18af20" diameter (15.1' to 20')50 LF $0.00 $0.00 $831.27 $41,563.50 $0.00 $0.00 $201.00 $10,050.00X18ag24" diameter (0' to 5')500 LF $0.00 $0.00 $241.5765 $120,788.25 $0.00 $0.00 $145.00 $72,500.00X18ah24" diameter (5.1' to 10')200 LF $0.00 $0.00 $321.4365 $64,287.30 $0.00 $0.00 $160.00 $32,000.00X18ai24" diameter (10.1' to 15')100 LF $0.00 $0.00 $576.9885 $57,698.85 $0.00 $0.00 $200.00 $20,000.00X18aj24" diameter (15.1' to 20')50 LF $0.00 $0.00 $914.397 $45,719.85 $0.00 $0.00 $220.00 $11,000.00X18ak30" diameter (0' to 5')500 LF $0.00 $0.00 $265.7342 $132,867.10 $0.00 $0.00 $170.00 $85,000.00X18al30" diameter (5.1' to 10')200 LF $0.00 $0.00 $353.5802 $70,716.04 $0.00 $0.00 $175.00 $35,000.00X18am30" diameter (10.1' to 15')100 LF $0.00 $0.00 $634.6874 $63,468.74 $0.00 $0.00 $215.00 $21,500.00X18an30" diameter (15.1' to 20')50 LF $0.00 $0.00 $1,005.8367 $50,291.835 $0.00 $0.00 $235.00 $11,750.00X18ao36" diameter (0' to 5')500 LF $0.00 $0.00 $292.3076 $146,153.80 $0.00 $0.00 $188.00 $94,000.00X18ap36" diameter (5.1' to 10')200 LF $0.00 $0.00 $388.9382 $77,787.64 $0.00 $0.00 $200.00 $40,000.00X18aq36" diameter (10.1' to 15')100 LF $0.00 $0.00 $698.1561 $69,815.61 $0.00 $0.00 $230.00 $23,000.00X18ar36" diameter (15.1' to 20')50 LF $0.00 $0.00 $1,106.4204 $55,321.02 $0.00 $0.00 $250.00 $12,500.00DUCTILE IRON FIT X 19a 4" diameter 2 TON $0.00 $0.00 $30,375.00 $60,750.00 $0.00 $0.00 $26,000.00 $52,000.00X19b6" diameter 2 TON $0.00 $0.00 $30,375.00 $60,750.00 $0.00 $0.00 $25,000.00 $50,000.00X19c8" diameter 2 TON $0.00 $0.00 $30,375.00 $60,750.00 $0.00 $0.00 $24,000.00 $48,000.00X19d10" diameter 2 TON $0.00 $0.00 $30,375.00 $60,750.00 $0.00 $0.00 $23,500.00 $47,000.00X19e12" diameter 2 TON $0.00 $0.00 $30,375.00 $60,750.00 $0.00 $0.00 $22,000.00 $44,000.00X19f14" diameter 2 TON $0.00 $0.00 $30,375.00 $60,750.00 $0.00 $0.00 $20,000.00 $40,000.00X19g16" diameter 2 TON $0.00 $0.00 $30,375.00 $60,750.00 $0.00 $0.00 $19,000.00 $38,000.00X19h18" diameter 2 TON $0.00 $0.00 $30,375.00 $60,750.00 $0.00 $0.00 $17,000.00 $34,000.00X19i20" diameter 2 TON $0.00 $0.00 $30,375.00 $60,750.00 $0.00 $0.00 $17,000.00 $34,000.00X19j24" diameter 2 TON $0.00 $0.00 $30,375.00 $60,750.00 $0.00 $0.00 $16,500.00 $33,000.00X19k30" diameter 2 TON $0.00 $0.00 $30,375.00 $60,750.00 $0.00 $0.00 $16,000.00 $32,000.00X19l36" diameter 2 TON $0.00 $0.00 $30,375.00 $60,750.00 $0.00 $0.00 $15,800.00 $31,600.00APPURTENANCESGATE VALVES WI X 20a 4"50 EA $0.00 $0.00 $2,062.50 $103,125.00 $0.00 $0.00 $2,100.00 $105,000.00X20b6"50 EA $0.00 $0.00 $2,431.25 $121,562.50 $0.00 $0.00 $2,500.00 $125,000.00X20c8"50 EA $0.00 $0.00 $3,431.25 $171,562.50 $0.00 $0.00 $3,400.00 $170,000.00X20d10" 10 EA $0.00 $0.00 $4,928.75 $49,287.50 $0.00 $0.00 $4,200.00 $42,000.00X20e12" 30 EA $0.00 $0.00 $6,003.75 $180,112.50 $0.00 $0.00 $8,000.00 $240,000.00X20f14" 10 EA $0.00 $0.00 $14,838.75 $148,387.50 $0.00 $0.00 $11,500.00 $115,000.00X20g16"10 EA $0.00 $0.00 $24,536.00 $245,360.00 $0.00 $0.00 $12,000.00 $120,000.00X20h18"10 EA $0.00 $0.00 $29,425.00 $294,250.00 $0.00 $0.00 $18,000.00 $180,000.00X20i20" 5 EA $0.00 $0.00 $30,913.75 $154,568.75 $0.00 $0.00 $19,000.00 $95,000.00X20j24"5 EA $0.00 $0.00 $40,678.75 $203,393.75 $0.00 $0.00 $28,000.00 $140,000.00X20k30"5 EA $0.00 $0.00 $88,875.00 $444,375.00 $0.00 $0.00 $50,000.00 $250,000.00X20l36"5 EA $0.00 $0.00 $95,595.00 $477,975.00 $0.00 $0.00 $77,000.00 $385,000.00BUTTERFLY VALV X 21a 12" 5 EA $0.00 $0.00 $21,000.00 $105,000.00 $0.00 $0.00 $4,500.00 $22,500.00X21b16"5 EA $0.00 $0.00 $29,000.00 $145,000.00 $0.00 $0.00 $8,800.00 $44,000.00X21c18"5 EA $0.00 $0.00 $33,000.00 $165,000.00 $0.00 $0.00 $10,000.00 $50,000.00X21d20" 5 EA $0.00 $0.00 $35,000.00 $175,000.00 $0.00 $0.00 $11,500.00 $57,500.00X21e24"5 EA $0.00 $0.00 $63,000.00 $315,000.00 $0.00 $0.00 $16,000.00 $80,000.00X21f30"5 EA $0.00 $0.00 $110,000.00 $550,000.00 $0.00 $0.00 $40,000.00 $200,000.00SERVICE SADDLE X 22a 3/4"300 EA $0.00 $0.00 $1,430.65 $429,195.00 $0.00 $0.00 $850.00 $255,000.00X22b1"300 EA $0.00 $0.00 $1,460.10 $438,030.00 $0.00 $0.00 $875.00 $262,500.00X22c1.5"300 EA $0.00 $0.00 $1,472.50 $441,750.00 $0.00 $0.00 $1,000.00 $300,000.00X22d2"100 EA $0.00 $0.00 $1,474.05 $147,405.00 $0.00 $0.00 $1,100.00 $110,000.00X22e4"10 EA $0.00 $0.00 $1,602.70 $16,027.00 $0.00 $0.00 $1,100.00 $11,000.00X22f6"10 EA $0.00 $0.00 $1,618.20 $16,182.00 $0.00 $0.00 $1,125.00 $11,250.00X22g8"10 EA $0.00 $0.00 $1,658.50 $16,585.00 $0.00 $0.00 $1,150.00 $11,500.00X22h10" 10 EA $0.00 $0.00 $1,712.75 $17,127.50 $0.00 $0.00 $1,165.00 $11,650.00X22i12" 10 EA $0.00 $0.00 $1,805.75 $18,057.50 $0.00 $0.00 $1,185.00 $11,850.00X22j14" 10 EA $0.00 $0.00 $1,842.95 $18,429.50 $0.00 $0.00 $1,190.00 $11,900.00X22k16"10 EA $0.00 $0.00 $1,923.00 $19,230.00 $0.00 $0.00 $1,200.00 $12,000.00X22l18"10 EA $0.00 $0.00 $1,973.15 $19,731.50 $0.00 $0.00 $1,210.00 $12,100.00X22m20" 10 EA $0.00 $0.00 $2,114.20 $21,142.00 $0.00 $0.00 $1,220.00 $12,200.00TAPPING SLEEVE X 23a 4"25 EA $0.00 $0.00 $5,194.00 $129,850.00 $0.00 $0.00 $6,000.00 $150,000.00X23b6"25 EA $0.00 $0.00 $6,116.60 $152,915.00 $0.00 $0.00 $6,800.00 $170,000.00X23c8"25 EA $0.00 $0.00 $7,758.80 $193,970.00 $0.00 $0.00 $7,500.00 $187,500.00X23d10" 10 EA $0.00 $0.00 $11,520.60 $115,206.00 $0.00 $0.00 $8,000.00 $80,000.00X23e12" 10 EA $0.00 $0.00 $14,379.40 $143,794.00 $0.00 $0.00 $12,500.00 $125,000.00X23f14" 3 EA $0.00 $0.00 $15,804.00 $47,412.00 $0.00 $0.00 $16,000.00 $48,000.00 X 23g 16"3 EA $0.00 $0.00 $16,950.00 $50,850.00 $0.00 $0.00 $17,000.00 $51,000.00X23h18"3 EA $0.00 $0.00 $18,196.50 $54,589.50 $0.00 $0.00 $24,000.00 $72,000.00X23i20" 3 EA $0.00 $0.00 $18,671.58 $56,014.74 $0.00 $0.00 $32,000.00 $96,000.00X23j24"3 EA $0.00 $0.00 $21,383.10 $64,149.30 $0.00 $0.00 $41,000.00 $123,000.00X23k30"3 EA $0.00 $0.00 $22,080.00 $66,240.00 $0.00 $0.00 $68,000.00 $204,000.00X23l36"3 EA $0.00 $0.00 $37,225.50 $111,676.50 $0.00 $0.00 $95,000.00 $285,000.00INSERT VALVESX24a 4"40 EA $0.00 $0.00 $4,042.50 $161,700.00 $0.00 $0.00 $26,000.00 $1,040,000.00X24b6"40 EA $0.00 $0.00 $5,348.75 $213,950.00 $0.00 $0.00 $27,000.00 $1,080,000.00X24c8"20 EA $0.00 $0.00 $6,725.25 $134,505.00 $0.00 $0.00 $35,000.00 $700,000.00X24d10"10 EA $0.00 $0.00 $9,660.35 $96,603.50 $0.00 $0.00 $36,500.00 $365,000.00X24e12"20 EA $0.00 $0.00 $11,767.35 $235,347.00 $0.00 $0.00 $46,000.00 $920,000.00LINE STOPSX25a 4"10 EA $0.00 $0.00 $9,500.00 $95,000.00 $0.00 $0.00 $10,000.00 $100,000.00X25b6"10 EA $0.00 $0.00 $10,505.00 $105,050.00 $0.00 $0.00 $11,000.00 $110,000.00X25c8"10 EA $0.00 $0.00 $11,500.00 $115,000.00 $0.00 $0.00 $14,500.00 $145,000.00X25d10" 10 EA $0.00 $0.00 $15,500.00 $155,000.00 $0.00 $0.00 $14,900.00 $149,000.00X25e12" 15 EA $0.00 $0.00 $16,500.00 $247,500.00 $0.00 $0.00 $18,000.00 $270,000.00X25f14" 15 EA $0.00 $0.00 $18,500.00 $277,500.00 $0.00 $0.00 $18,500.00 $277,500.00X25g16"15 EA $0.00 $0.00 $20,500.00 $307,500.00 $0.00 $0.00 $22,000.00 $330,000.00X25h18"15 EA $0.00 $0.00 $25,500.00 $382,500.00 $0.00 $0.00 $23,000.00 $345,000.00X25i20" 15 EA $0.00 $0.00 $28,900.00 $433,500.00 $0.00 $0.00 $26,000.00 $390,000.00X25j24"10 EA $0.00 $0.00 $35,000.00 $350,000.00 $0.00 $0.00 $32,000.00 $320,000.00X25k30"3 EA $0.00 $0.00 $42,000.00 $126,000.00 $0.00 $0.00 $41,000.00 $123,000.00X25l36"3 EA $0.00 $0.00 $48,000.00 $144,000.00 $0.00 $0.00 $48,000.00 $144,000.00REPAIR CLAMPX26a 2"15 EA $0.00 $0.00 $1,350.00 $20,250.00 $0.00 $0.00 $200.00 $3,000.00X26b4"15 EA $0.00 $0.00 $1,398.72 $20,980.80 $0.00 $0.00 $315.00 $4,725.00X26c6"15 EA $0.00 $0.00 $1,522.80 $22,842.00 $0.00 $0.00 $360.00 $5,400.00X26d8"15 EA $0.00 $0.00 $1,942.98 $29,144.70 $0.00 $0.00 $415.00 $6,225.00X26e10" 15 EA $0.00 $0.00 $2,679.00 $40,185.00 $0.00 $0.00 $550.00 $8,250.00X26f12" 15 EA $0.00 $0.00 $3,231.72 $48,475.80 $0.00 $0.00 $600.00 $9,000.00X26g14" 5 EA $0.00 $0.00 $3,492.57 $17,462.85 $0.00 $0.00 $1,450.00 $7,250.00X26h16"5 EA $0.00 $0.00 $3,650.00 $18,250.00 $0.00 $0.00 $1,000.00 $5,000.00X26i18"5 EA $0.00 $0.00 $3,730.86 $18,654.30 $0.00 $0.00 $1,600.00 $8,000.00X26j20" 5 EA $0.00 $0.00 $3,983.25 $19,916.25 $0.00 $0.00 $3,000.00 $15,000.00X26k24"5 EA $0.00 $0.00 $4,301.91 $21,509.55 $0.00 $0.00 $4,000.00 $20,000.00X26l30"5 EA $0.00 $0.00 $4,575.45 $22,877.25 $0.00 $0.00 $4,000.00 $20,000.00X26m36"5 EA $0.00 $0.00 $4,966.02 $24,830.10 $0.00 $0.00 $5,000.00 $25,000.00RESTRAINED JOINX27a2" Restrained Joint 50 EA $0.00 $0.00 $164.40 $8,220.00 $0.00 $0.00 $300.00 $15,000.00X27b4" Restrained Joint 100 EA $0.00 $0.00 $212.35 $21,235.00 $0.00 $0.00 $310.00 $31,000.00X27c6" Restrained Joint 100 EA $0.00 $0.00 $360.31 $36,031.00 $0.00 $0.00 $325.00 $32,500.00X27d8" Restrained Joint 100 EA $0.00 $0.00 $548.00 $54,800.00 $0.00 $0.00 $450.00 $45,000.00X27e10" Restrained Joint 100 EA $0.00 $0.00 $763.09 $76,309.00 $0.00 $0.00 $480.00 $48,000.00X27f12" Restrained Joint 100 EA $0.00 $0.00 $899.08 $89,908.00 $0.00 $0.00 $490.00 $49,000.00X27g16" Restrained Joint 50 EA $0.00 $0.00 $2,986.60 $149,330.00 $0.00 $0.00 $1,500.00 $75,000.00X27h18" Restrained Joint 50 EA $0.00 $0.00 $3,096.20 $154,810.00 $0.00 $0.00 $1,600.00 $80,000.00X27i20" Restrained Joint 20 EA $0.00 $0.00 $3,963.41 $79,268.20 $0.00 $0.00 $1,600.00 $32,000.00X27j24" Restrained Joint 20 EA $0.00 $0.00 $3,729.45 $74,589.00 $0.00 $0.00 $1,800.00 $36,000.00X27k30" Restrained Joint 20 EA $0.00 $0.00 $4,712.00 $94,240.00 $0.00 $0.00 $3,800.00 $76,000.00FIRE HYDRANT A X 28a Remove and Replace Fire Hydrant Assembly With Valve (5-1/4")40 EA $0.00 $0.00 $10,900.00 $436,000.00 $0.00 $0.00 $11,000.00 $440,000.00 X 28b Remove and Replace Fire Hydrant Assembly Without Valve (5-1/4")10 EA $0.00 $0.00 $8,500.00 $85,000.00 $0.00 $0.00 $9,500.00 $95,000.00 X 28c Install New Fire Hydrant Assembly With Valve (5- 1/4")10 EA $0.00 $0.00 $10,100.00 $101,000.00 $0.00 $0.00 $10,500.00 $105,000.00 X 28d Remove Existing Fire Hydrant 5 EA $0.00 $0.00 $1,200.00 $6,000.00 $0.00 $0.00 $1,400.00 $7,000.00 SERVICE CONNEC X 29a Furnish and Install 5/8" Service Connection (corp to meter including meter box) and 2" PVC Casing 150 EA $0.00 $0.00 $2,600.00 $390,000.00 $0.00 $0.00 $2,500.00 $375,000.00 X 29b Furnish and Install 3/4" Service Connection (corp to meter including meter box) and 2" PVC Casing 500 EA $0.00 $0.00 $2,912.50 $1,456,250.00 $0.00 $0.00 $3,000.00 $1,500,000.00 X 29c Furnish and Install 1" Service Connection (corp to meter including meter box) and 2" PVC Casing 500 EA $0.00 $0.00 $4,035.00 $2,017,500.00 $0.00 $0.00 $3,200.00 $1,600,000.00 X 29d Furnish and Install 1-1/2" Service Connection (including brass ball valve to meter box) and 3" PVC Casing 75 EA $0.00 $0.00 $4,808.75 $360,656.25 $0.00 $0.00 $3,700.00 $277,500.00 X 29e Furnish and Install 2" Service Connection (including brass ball valve to meter box) and 3" PVC Casing 50 EA $0.00 $0.00 $5,382.50 $269,125.00 $0.00 $0.00 $4,500.00 $225,000.00OTHER ITEMSX30a Bollard 30 EA $0.00 $0.00 $1,255.00 $37,650.00 $0.00 $0.00 $450.00 $13,500.00 X 30b Aboveground ARV Assembly (Inclusive of fittings and enclosure)10 EA $0.00 $0.00 $9,931.25 $99,312.50 $0.00 $0.00 $10,000.00 $100,000.00X30cARV Only Assembly (Inclusive of fittings)10 EA $0.00 $0.00 $4,115.00 $41,150.00 $0.00 $0.00 $3,250.00 $32,500.00X30dTemporary Blowoff Assembly 10 EA $0.00 $0.00 $1,800.00 $18,000.00 $0.00 $0.00 $2,000.00 $20,000.00X30e4" Blowoff Assembly 10 EA $0.00 $0.00 $2,600.00 $26,000.00 $0.00 $0.00 $2,300.00 $23,000.00X30fPipe Exterior Coating 100 SF $0.00 $0.00 $47.50 $4,750.00 $0.00 $0.00 $65.00 $6,500.00WATER MAIN DIS X 31a Cleaning and Disinfection of 2" to 6" Potable Water Main 7000 LF $0.00 $0.00 $19.00 $133,000.00 $0.00 $0.00 $23.00 $161,000.00 X 31b Cleaning and Disinfection of 8" to 12" Potable Water Main 5000 LF $0.00 $0.00 $21.00 $105,000.00 $0.00 $0.00 $25.00 $125,000.00 X 31c Cleaning and Disinfection of 14" to 20" Potable Water Main 5000 LF $0.00 $0.00 $24.00 $120,000.00 $0.00 $0.00 $25.50 $127,500.00 X 31d Cleaning and Disinfection of 24" to 36" Potable Water Main 5000 LF $0.00 $0.00 $28.00 $140,000.00 $0.00 $0.00 $26.00 $130,000.00 X 31e Cleaning and Disinfection of 2" to 6" Reclaimed Water Main 5000 LF $0.00 $0.00 $19.00 $95,000.00 $0.00 $0.00 $23.00 $115,000.00 X 31f Cleaning and Disinfection of 8" to 12" Reclaimed Water Main 5000 LF $0.00 $0.00 $21.00 $105,000.00 $0.00 $0.00 $25.00 $125,000.00 X 31g Cleaning and Disinfection of 14" to 20" Reclaimed Water Main 2000 LF $0.00 $0.00 $24.00 $48,000.00 $0.00 $0.00 $25.50 $51,000.00 X 31h Cleaning and Disinfection of 24" to 36" Reclaimed Water Main 2000 LF $0.00 $0.00 $28.00 $56,000.00 $0.00 $0.00 $26.00 $52,000.00GRAVITY SANITAPVC GRAVITY MAX32a6" diameter 500 LF $0.00 $0.00 $301.92 $150,960.00 $0.00 $0.00 $225.00 $112,500.00X32b8" diameter 500 LF $0.00 $0.00 $318.20 $159,100.00 $0.00 $0.00 $250.00 $125,000.00X32c10" diameter 500 LF $0.00 $0.00 $337.44 $168,720.00 $0.00 $0.00 $260.00 $130,000.00X32d12" diameter 500 LF $0.00 $0.00 $362.60 $181,300.00 $0.00 $0.00 $270.00 $135,000.00X32e14" diameter 100 LF $0.00 $0.00 $564.47 $56,447.00 $0.00 $0.00 $340.00 $34,000.00X32f16" diameter 100 LF $0.00 $0.00 $569.80 $56,980.00 $0.00 $0.00 $375.00 $37,500.00X32g18" diameter 100 LF $0.00 $0.00 $664.52 $66,452.00 $0.00 $0.00 $425.00 $42,500.00X32h20" diameter 100 LF $0.00 $0.00 $778.48 $77,848.00 $0.00 $0.00 $500.00 $50,000.00X32i24" diameter 100 LF $0.00 $0.00 $851.00 $85,100.00 $0.00 $0.00 $600.00 $60,000.00WASTEWATER MX33aManhole - 4 feet Diameter 100 VF $0.00 $0.00 $2,092.20 $209,220.00 $0.00 $0.00 $1,200.00 $120,000.00X33bManhole - 5 feet Diameter 50 VF $0.00 $0.00 $2,602.05 $130,102.50 $0.00 $0.00 $1,600.00 $80,000.00X33cManhole - 6 feet Diameter 50 VF $0.00 $0.00 $2,899.05 $144,952.50 $0.00 $0.00 $1,900.00 $95,000.00 X 33d Adjust Existing Manhole Frame and Cover (paved areas)10 EA $0.00 $0.00 $4,405.50 $44,055.00 $0.00 $0.00 $1,000.00 $10,000.00 X 33e Adjust Existing Manhole Frame and Cover (unpaved areas)10 EA $0.00 $0.00 $3,385.80 $33,858.00 $0.00 $0.00 $800.00 $8,000.00 X 33f Replace Existing Manhole Frame and Cover (paved areas)10 EA $0.00 $0.00 $5,049.00 $50,490.00 $0.00 $0.00 $1,800.00 $18,000.00 X 33g Replace Existing Manhole Frame and Cover (unpaved areas)10 EA $0.00 $0.00 $4,029.30 $40,293.00 $0.00 $0.00 $1,215.00 $12,150.00WASTEWATER SEX34aInstall/Repair/Replace 4" Sanitary Sewer Lateral 10 EA $0.00 $0.00 $4,250.00 $42,500.00 $0.00 $0.00 $2,000.00 $20,000.00X34bInstall/Repair/Replace 6" Sanitary Sewer Lateral 10 EA $0.00 $0.00 $4,550.00 $45,500.00 $0.00 $0.00 $2,400.00 $24,000.00Total$0.00 $55,451,431.125 $0.00 $52,166,200.00 Applied Drilling EngineeriMurphy Pipeline ContractorRowland DE LLC.TLC Diversified, Inc.Selected Line Item Description Unit of Measure Unit Cost Unit Cost Unit Cost Unit Cost X 35 GROUP B: Water and RCW Trenchless Pipe Installation 10% Contingency LS $0.00 $5,545,143.1125 $0.00 $5,216,620.00 Total $0.00 $5,545,143.1125 $0.00 $5,216,620.00 OWNER'S CONTINGENCY Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost TotalGROUP C: ASPHA *Mobilization sha X 1a Non-Emergency Mobilization/ Demobilization including General Conditions and Traffic Control 40 LS $0.00 $0.00 $6,000.00 $240,000.00 $0.00 $0.00 $6,000.00 $240,000.00 X 1b Emergency Mobilization/ Demobilization including General Conditions and Traffic Control 20 LS $0.00 $0.00 $7,000.00 $140,000.00 $0.00 $0.00 $4,000.00 $80,000.00X2aFull Width Milling Only (Up to 2")20000 SY $0.00 $0.00 $31.00 $620,000.00 $0.00 $0.00 $22.00 $440,000.00X2bFull Width Milling Only (2" to 4")20000 SY $0.00 $0.00 $40.00 $800,000.00 $0.00 $0.00 $24.00 $480,000.00X2cAsphalt Patch 1000 SY $0.00 $0.00 $55.00 $55,000.00 $0.00 $0.00 $75.00 $75,000.00 X 2d Complete Removal and Replacement of Asphalt Pavement 2000 SY $0.00 $0.00 $65.00 $130,000.00 $0.00 $0.00 $80.00 $160,000.00 X 3a Remove and Replace Limerock Base Only 2000 SY $0.00 $0.00 $35.00 $70,000.00 $0.00 $0.00 $120.00 $240,000.00 X 3b Remove and Replace Crushed Concrete Base Only 2000 SY $0.00 $0.00 $35.00 $70,000.00 $0.00 $0.00 $120.00 $240,000.00 X 4a Sodding 45000 SF $0.00 $0.00 $1.75 $78,750.00 $0.00 $0.00 $1.75 $78,750.00 X 4b Brush Removal 40 TON $0.00 $0.00 $500.00 $20,000.00 $0.00 $0.00 $250.00 $10,000.00 X 4c Tree protection 15 EA $0.00 $0.00 $312.50 $4,687.50 $0.00 $0.00 $300.00 $4,500.00 X 4d Tree Removal (<6" Trunk Diameter)5 EA $0.00 $0.00 $625.00 $3,125.00 $0.00 $0.00 $1,000.00 $5,000.00 X 4e Tree Removal (6"-12" Trunk Diameter)3 EA $0.00 $0.00 $750.00 $2,250.00 $0.00 $0.00 $1,500.00 $4,500.00 X 4f Tree Removal (13"-18" Trunk Diameter)3 EA $0.00 $0.00 $2,025.00 $6,075.00 $0.00 $0.00 $3,000.00 $9,000.00 X 4g Tree Removal (>18" Trunk Diameter)3 EA $0.00 $0.00 $3,375.00 $10,125.00 $0.00 $0.00 $6,000.00 $18,000.00 X 5a Pavement Marking - Crosswalks (Lane)500 LF $0.00 $0.00 $2.50 $1,250.00 $0.00 $0.00 $29.00 $14,500.00 X 5b Pavement Marking - Stop Bars (Lane)250 EA $0.00 $0.00 $112.50 $28,125.00 $0.00 $0.00 $415.00 $103,750.00 X 5c Pavement Marking - School Crossing/RR 50 EA $0.00 $0.00 $110.00 $5,500.00 $0.00 $0.00 $690.00 $34,500.00 X 5d Pavement Marking - Turn, Straight, Combo Arrows 50 EA $0.00 $0.00 $125.00 $6,250.00 $0.00 $0.00 $480.00 $24,000.00 X 5e Pavement Marking - Dashed (White, Yellow or Double Yellow)500 LF $0.00 $0.00 $1.25 $625.00 $0.00 $0.00 $10.00 $5,000.00 X 5f Pavement Marking - Solid White 250 LF $0.00 $0.00 $1.25 $312.50 $0.00 $0.00 $10.00 $2,500.00 X 5g Pavement Marking - Solid Double Yellow 250 LF $0.00 $0.00 $1.875 $468.75 $0.00 $0.00 $15.00 $3,750.00 X 5h Pavement Marking - Solid Yellow 250 LF $0.00 $0.00 $1.25 $312.50 $0.00 $0.00 $10.00 $2,500.00 X 5i Temporary Pavement Marking - Turn, Straight, Combo Arrows 250 EA $0.00 $0.00 $125.00 $31,250.00 $0.00 $0.00 $110.00 $27,500.00 X 5j Temporary Pavement Marking - Dashed (White, Yellow or Double Yellow)250 LF $0.00 $0.00 $1.25 $312.50 $0.00 $0.00 $10.00 $2,500.00X5kTemporary Pavement Marking - Solid White 250 LF $0.00 $0.00 $1.25 $312.50 $0.00 $0.00 $10.00 $2,500.00X5lTemporary Pavement Marking - Solid Double Yellow 250 LF $0.00 $0.00 $1.875 $468.75 $0.00 $0.00 $11.00 $2,750.00X5mTemporary Pavement Marking - Solid Yellow 250 LF $0.00 $0.00 $1.25 $312.50 $0.00 $0.00 $9.00 $2,250.00Total$0.00 $2,325,512.50 $0.00 $2,312,750.00 Applied Drilling Engineeri Murphy Pipeline ContractorRowland DE LLC.TLC Diversified, Inc.Selected Line Item Description Unit of Measure Unit Cost Unit Cost Unit Cost Unit Cost X 6 GROUP C: Asphalt Milling and Resurfacing 10% Contingency LS $0.00 $232,551.25 $0.00 $231,275.00Total$0.00 $232,551.25 $0.00 $231,275.00 OWNER'S CONTINGENCY 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements (GROUP C - Asphalt Milling and Resurfacing)Applied Drilling Engineering, Inc.Murphy Pipeline Contractors Rowland DE LLC.TLC Diversified, Inc. Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost TotalGROUP D: CONC Mobilization sha X 1a Non-Emergency Mobilization/ Demobilization including General Conditions and Traffic Control 40 LS $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $6,000.00 $240,000.00 X 1b Emergency Mobilization/ Demobilization including General Conditions and Traffic Control 20 LS $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $4,000.00 $80,000.00X2aMilling Removal 2500 SY $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $28.00 $70,000.00X2bRemoval and Replacement of Concrete Apron 20000 SY $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $229.00 $4,580,000.00X2cRemoval and Replacement of Concrete Sidewalk 20000 SY $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $215.00 $4,300,000.00 X 2d Remove and replace concrete curb and gutter (City Standard Detail Straight Curb)10000 LF $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $72.00 $720,000.00 X 2e Remove and replace concrete curb and gutter (City Standard Detail Type I Curb)10000 LF $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $86.00 $860,000.00 X 2f Remove and replace concrete curb and gutter (City Standard Detail Valley Curb)10000 LF $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $86.00 $860,000.00 X 2g Remove and replace concrete curb and gutter (City Standard Detail Pin/Dowelled Curb)10000 LF $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $57.00 $570,000.00X3aRemove and Replace Limerock Base Only 1500 CY $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $125.00 $187,500.00X3bRemove and Replace Crushed Concrete Base Only 1500 CY $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $125.00 $187,500.00X4aSodding35000SF$0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $1.75 $61,250.00X4bBrush Removal 40 TON $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $250.00 $10,000.00X4cTree protection 15 EA $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $300.00 $4,500.00X4dTree Removal (<6" Trunk Diameter)5 EA $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $1,000.00 $5,000.00X4eTree Removal (6"-12" Trunk Diameter)3 EA $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $1,500.00 $4,500.00X4fTree Removal (13"-18" Trunk Diameter)3 EA $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $3,500.00 $10,500.00X4gTree Removal (>18" Trunk Diameter)3 EA $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $6,000.00 $18,000.00Total$0.00 $0.00 $0.00 $12,768,750.00 Applied Drilling Engineeri Murphy Pipeline ContractorRowland DE LLC.TLC Diversified, Inc.Selected Line Item Description Unit of Measure Unit Cost Unit Cost Unit Cost Unit Cost X 5 GROUP D: Concrete Aprons, Sidewalk and Curb 10% Contingency LS $0.00 $0.00 $0.00 $1,276,875.00Total$0.00 $0.00 $0.00 $1,276,875.00 OWNER'S CONTINGENCY 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements (GROUP D - Concrete Aprons, Sidewalk and Curb)Applied Drilling Engineering, Inc.Murphy Pipeline Contractors Rowland DE LLC.TLC Diversified, Inc. Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost TotalMobilization sha PUMP REPAIR/RE X 1a Mobilization/Demobilization 15 EACH $3,000.00 $45,000.00 $0.00 $0.00 $0.00 $0.00 $6,000.00 $90,000.00X1bRemove & Reinstall Well Head & Pumping 15 EACH $1,000.00 $15,000.00 $0.00 $0.00 $0.00 $0.00 $2,500.00 $37,500.00X1cPerform Pump Repair 150 HOUR $250.00 $37,500.00 $0.00 $0.00 $0.00 $0.00 $290.00 $43,500.00 X 1d Well disinfection with a sodium hypochlorite solution following reinstallation of the pump, prior to electrical reconnection 15 EACH $2,700.00 $40,500.00 $0.00 $0.00 $0.00 $0.00 $5,000.00 $75,000.00WELL ACIDIZATIO X 2a Mobilization/Demobilization 15 EACH $3,000.00 $45,000.00 $0.00 $0.00 $0.00 $0.00 $6,000.00 $90,000.00X2bPerform Pre-acidizing Specific Capacity Test 15 EACH $1,000.00 $15,000.00 $0.00 $0.00 $0.00 $0.00 $2,500.00 $37,500.00X2cRemove and Re-install Production Pump 15 EACH $5,000.00 $75,000.00 $0.00 $0.00 $0.00 $0.00 $7,730.00 $115,950.00X2dProvide & Install Acidization Well Head Flange Plate 15 EACH $5,000.00 $75,000.00 $0.00 $0.00 $0.00 $0.00 $7,730.00 $115,950.00X2eProvide 32 Percent Inhibited Hydrochloric Acid 4000 GALS $10.00 $40,000.00 $0.00 $0.00 $0.00 $0.00 $15.50 $62,000.00X2fAcidize Well 150 HOUR $250.00 $37,500.00 $0.00 $0.00 $0.00 $0.00 $290.00 $43,500.00X2gProvide and Set Test Pump and Pump Well 15 EACH $5,000.00 $75,000.00 $0.00 $0.00 $0.00 $0.00 $8,500.00 $127,500.00X2hWell Disinfection 15 EACH $2,700.00 $40,500.00 $0.00 $0.00 $0.00 $0.00 $4,275.00 $64,125.00WELL EVALUATIOX3aMobilization/Demobilization 15 EACH $3,000.00 $45,000.00 $0.00 $0.00 $0.00 $0.00 $6,000.00 $90,000.00X3b Perform Specific Capacity Test with Production 15 EACH $1,000.00 $15,000.00 $0.00 $0.00 $0.00 $0.00 $1,545.00 $23,175.00X3cSet Test Pump & Perform Specific Capacity Test 15 EACH $3,500.00 $52,500.00 $0.00 $0.00 $0.00 $0.00 $5,410.00 $81,150.00X3dRemove & Reinstall Well Head & Pumping 15 EACH $5,000.00 $75,000.00 $0.00 $0.00 $0.00 $0.00 $7,730.00 $115,950.00X3eProvide & Install Test Pump for Geophysical Logging 15 EACH $3,500.00 $52,500.00 $0.00 $0.00 $0.00 $0.00 $5,400.00 $81,000.00X3fPerform Geophysical Logging 15 EACH $10,000.00 $150,000.00 $0.00 $0.00 $0.00 $0.00 $15,500.00 $232,500.00X3gPerform Video Survey 15 EACH $3,500.00 $52,500.00 $0.00 $0.00 $0.00 $0.00 $5,400.00 $81,000.00MECHANICAL INT X 4 Perform Mechanical Integrity Testing 10 EA $35,000.00 $350,000.00 $0.00 $0.00 $0.00 $0.00 $54,150.00 $541,500.00ADDITIONAL/MIS X 5a Hourly Rate for Miscellaneous Services 100 HOUR $250.00 $25,000.00 $0.00 $0.00 $0.00 $0.00 $290.00 $29,000.00Total$1,358,500.00 $0.00 $0.00 $2,177,800.00 Applied Drilling Engineeri Murphy Pipeline ContractorRowland DE LLC.TLC Diversified, Inc.Selected Line Item Description Unit of Measure Unit Cost Unit Cost Unit Cost Unit CostX6GROUP E: Well Maintenance 10% Contingency LS $135,850.00 $0.00 $0.00 $217,780.00Total$135,850.00 $0.00 $0.00 $217,780.00 OWNER'S CONTINGENCY 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements (GROUP E - Well Maintenance)Applied Drilling Engineering, Inc.Murphy Pipeline Contractors Rowland DE LLC.TLC Diversified, Inc. City of Clearwater Public Utilities Richard Gardner, Department Director 100 South Myrtle Avenue, Clearwater, FL 33756 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements RESPONSE DEADLINE: September 30, 2025 at 2:00 pm Report Generated: Tuesday, September 30, 2025 Applied Drilling Engineering, Inc. Response CONTACT INFORMATION Company: Applied Drilling Engineering, Inc. Email: paul@applieddrillingengineering.com Contact: Paul Petrey Address: 10012 North Dale Mabry Hwy, Suite 217 Tampa Tampa, FL 33618 Phone: (813) 695-4358 Website: www.applieddrillingengineering.com Submission Date: Sep 29, 2025 10:05 AM (Eastern Time) [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Sep 23, 2025 6:36 PM by Paul Petrey Addendum #2 Confirmed Sep 29, 2025 1:33 PM by Paul Petrey Addendum #3 Confirmed Sep 29, 2025 1:33 PM by Paul Petrey Addendum #4 Confirmed Sep 30, 2025 12:52 PM by Paul Petrey QUESTIONNAIRE 1. Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? Yes CERTIFIED BUSINESS TYPE* Pick one of the following Certified Small Business CERTIFYING AGENCY* List the Agency that provided your certification. City of St. Petersburg [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 3 CERTIFICATION DOCUMENTATION* Provide a copy of your certification ADE_SBE_Letter.pdf 2. Vendor Certification* By submitting this response, the Vendor hereby certifies that: A. It is under no legal prohibition on contracting with the City of Clearwater. B. It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. C. It has no known, undisclosed conflicts of interest. D. The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. E. No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. F. It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. G. It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. H. It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 4 I. It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. J. It is current in all obligations due to the City. K. It will accept all terms and conditions as set forth in this solicitation if awarded by the City. L. The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. Confirmed 3. E-Verify System Certificattion* PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. The affiant, by virtue of confirming below, certifies that: A. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. B. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. C. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. 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. [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 5 H. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. Confirmed 4. Scrutinized Company Certification* Please download the below documents, complete, notarize, and upload. • SCRUTINIZED_COMPANIES_AND_B... Scrutinized_Companies_Forms.pdf 5. Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... Compliance_with_Anti-Human_Trafficking_Laws.pdf 6. Section V - Contract Documents* Please download the below documents, complete, and upload. • Section_V_-_Contract_Docume... City_of_Clearwater_Bid_Bond.pdf 7. W-9* Upload your current W-9 form. (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf) ADE_W9_Form.pdf PRICE TABLES [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 6 25-0027-UT WATER, RECLAIMED WATER AND WELL REPAIR & IMPROVEMENTS (GROUP A - WATER AND RCW POINT REPAIR) All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. All groups do not need to be priced however, all items within a group need to be completed in order to be considered for award of that group. Line Item Description Quantity Unit of Measure Unit Cost Total GENERAL - GROUP A: Water and RCW Point Repair *Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4,000 for non emergency mobilization and $5,000 for emergency mobilization. Emergency and non emergency mobilization are further defined in Section IV of the Contract Documents. 1 *Emergency Mobilization/Demobilization & General Conditions and Traffic Control1 (max $5,000) 30 EA $0.00 $0.00 2 Non-Emergency Mobilization/Demobilization & General Conditions and Traffic Control1 (max $4,000) 75 EA $0.00 $0.00 Bid Items 3a to 3i shall be fully inclusive of furnishing and installation all items to provide a complete maintenance of traffic installation including but not limited to signage, barricades, channelizing devices, flaggers, etc. Bid Items 3j-3r shall only be allowed where not included as part of a complete MOT bid item. 3a FDOT Index 601 - Work Beyond the Shoulder 180 EA/DAY $0.00 $0.00 3b FDOT Index 602 - Work on Shoulder 180 EA/DAY $0.00 $0.00 3c FDOT Index 603 - Two Lane Two Way Work within Travel way 60 EA/DAY $0.00 $0.00 3d FDOT Index 604 - Two Lane Two Way - Intersection Work 60 EA/DAY $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 7 Line Item Description Quantity Unit of Measure Unit Cost Total 3e FDOT Index 613 - Multilane Roadway - Lane Closures 60 EA/DAY $0.00 $0.00 3f FDOT Index 615 - Multilane Roadway - Intersection Work 60 EA/DAY $0.00 $0.00 3g FDOT Index 620 - Multilane Roadway - Temporary Diversion 60 EA/DAY $0.00 $0.00 3h FDOT Index 625 - Temporary Road Closure 60 EA/DAY $0.00 $0.00 3i FDOT Index 628 - Two Way Left Turn Lanes 60 EA/DAY $0.00 $0.00 3j Flagman 200 HOUR $0.00 $0.00 3k Arrow Board - 5' Minimum Horizontal Size 30 EA/DAY $0.00 $0.00 3l Variable Message Board 30 EA/DAY $0.00 $0.00 3m Concrete Barrier (FDOT Index No. 415) 60 EA/DAY $0.00 $0.00 3n Low Profile Barrier (FDOT Index No. 412) 60 EA/DAY $0.00 $0.00 3o Sign in Work Zone 100 EA/DAY $0.00 $0.00 3p FDOT Cone 100 EA/DAY $0.00 $0.00 3q FDOT Channelizing Drum 100 EA/DAY $0.00 $0.00 3r Barricade, Type III with Warning Light 100 EA/DAY $0.00 $0.00 3s Barricade, Type I or II with Warning Light 100 EA/DAY $0.00 $0.00 LABOR AND EQUIPMENT [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 8 Line Item Description Quantity Unit of Measure Unit Cost Total Bid Items 4a-l and 5a-v shall only be used at the approval of the City where other bid items are not fully inclusive or where applicable at discretion and approval of the City. LABOR HOUR 4a Foreman regular time 1,500 HOUR $0.00 $0.00 4b Foreman overtime 200 HOUR $0.00 $0.00 4c Operator regular time 2,000 HOUR $0.00 $0.00 4d Operator overtime 200 HOUR $0.00 $0.00 4e Truck Driver regular time 1,000 HOUR $0.00 $0.00 4f Truck Driver overtime 50 HOUR $0.00 $0.00 4g Pipe Layer regular time 2,000 HOUR $0.00 $0.00 4h Pipe Layer overtime 200 HOUR $0.00 $0.00 4i Laborer regular time 2,000 HOUR $0.00 $0.00 4j Laborer overtime 2,000 HOUR $0.00 $0.00 4k Preconstruction Video 30 DAY $0.00 $0.00 4l Asbuilt Survey 80 DAY $0.00 $0.00 EQUIPMENT 5a Foreman's pickup truck with hand tools 1,500 HOUR $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 9 Line Item Description Quantity Unit of Measure Unit Cost Total 5b Job truck with tools 1,500 HOUR $0.00 $0.00 5c Tractor & Trailer (Transport) 200 HOUR $0.00 $0.00 5d Track Hoe (to 100 HP) 1,100 HOUR $0.00 $0.00 5e Track Hoe (101 HP to 170 HP) 500 HOUR $0.00 $0.00 5f Track Hoe (171 HP and up) 750 HOUR $0.00 $0.00 LANDSCAPING/RESTORATION 6a Sodding 75,000 SF $0.00 $0.00 6b Brush Removal 40 TON $0.00 $0.00 6c Tree Protection 15 EA $0.00 $0.00 6d Tree Removal (<6" Trunk Diameter) 5 EA $0.00 $0.00 6e Tree Removal (6"-12" Trunk Diameter) 3 EA $0.00 $0.00 6f Tree Removal (13"-18" Trunk Diameter) 3 EA $0.00 $0.00 6g Tree Removal (>18" Trunk Diameter) 3 EA $0.00 $0.00 MATERIALS 7a Remove and Replace Concrete Sidewalk, (4" Min Thickness) 500 SF $0.00 $0.00 7b Remove and Replace Concrete Sidewalk, (6" Min Thickness) 500 SF $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 10 Line Item Description Quantity Unit of Measure Unit Cost Total 7c Remove and Replace Concrete Driveway 250 SY $0.00 $0.00 7d Full Width Milling (Up to 2") 7,500 SY $0.00 $0.00 7e Full Width Milling (2" to 4") 7,500 SY $0.00 $0.00 7f SP 12.5 Asphalt Concrete Resurfacing 500 TON $0.00 $0.00 7g SP 9.5 Asphalt Concrete Resurfacing 500 TON $0.00 $0.00 7h Pavement Marking - Crosswalks (Lane) 500 LF $0.00 $0.00 7i Pavement Marking - Stop Bars (Lane) 250 EA $0.00 $0.00 7j Pavement Marking - School Crossing/RR 50 EA $0.00 $0.00 7k Pavement Marking - Turn, Straight, Combo Arrows 50 EA $0.00 $0.00 7l Pavement Marking - Dashed (White, Yellow, or Double Yellow) 500 LF $0.00 $0.00 7m Pavement Marking - Solid White 250 LF $0.00 $0.00 7n Pavement Marking - Solid Double Yellow 250 LF $0.00 $0.00 7o Pavement Marking - Solid Yellow 250 LF $0.00 $0.00 7p Temporary Pavement Marking - Turn, Straight, Combo Arrows 250 EA $0.00 $0.00 7q Temporary Pavement Marking - Dashed (White, Yellow, or Double Yellow) 250 LF $0.00 $0.00 7r Temporary Pavement Marking - Solid White 250 LF $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 11 Line Item Description Quantity Unit of Measure Unit Cost Total 7s Temporary Pavement Marking - Solid Double Yellow 250 LF $0.00 $0.00 7t Temporary Pavement Marking - Solid Yellow 250 LF $0.00 $0.00 7u Remove and replace concrete curb and gutter (FDOT Type A) 750 LF $0.00 $0.00 7v Remove and replace concrete curb and gutter (FDOT Type E) 750 LF $0.00 $0.00 7w Remove and replace concrete curb and gutter (FDOT Type F) 750 LF $0.00 $0.00 7x 3000 psi Concrete 100 CY $0.00 $0.00 7y Off Site Selected Fill 1,500 CY $0.00 $0.00 7z Limerock Base Material 750 TON $0.00 $0.00 7aa Crushed Concrete Base Material 750 TON $0.00 $0.00 7ab Stabilized Subgrade 750 TON $0.00 $0.00 7ac # 57 Washed Stone 750 TON $0.00 $0.00 7ad Removal of unsuitable soil 300 TON $0.00 $0.00 7ae Removal of buried concrete 300 TON $0.00 $0.00 7af Removal of Hazardous Material 300 TON $0.00 $0.00 7ag Rip Rap 300 TON $0.00 $0.00 7ah Flowable Fill 100 CY $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 12 Line Item Description Quantity Unit of Measure Unit Cost Total 7ai Brick Pavers 100 SY $0.00 $0.00 7aj Geo Grid 20 SY $0.00 $0.00 7ak Shoring (4' to 6' deep) 10 EA $0.00 $0.00 7al Shoring (6' to 10' deep) 10 EA $0.00 $0.00 7am Steel Road Plates 40 EA $0.00 $0.00 WELL POINT DEWATERING 8 Well Point Dewatering 2,000 LF/DAY $0.00 $0.00 GROUT FILL AND ABANDON MAIN 9a 2"-6" 7,500 LF $0.00 $0.00 9b 8"-12" 7,500 LF $0.00 $0.00 9c 16"-24" 5,000 LF $0.00 $0.00 9d >30" 5,000 LF $0.00 $0.00 REMOVE ABANDONED MAIN 10a 2"-6" 5,000 LF $0.00 $0.00 10b 8"-12" 5,000 LF $0.00 $0.00 10c 16"-24" 2,000 LF $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 13 Line Item Description Quantity Unit of Measure Unit Cost Total 10d >30" 500 LF $0.00 $0.00 PRESSURE PIPE (OPEN CUT) PVC (Inclusive all Labor, Material, and Associated Restraints) 11a 4" diameter (0' to 5') 1,000 LF $0.00 $0.00 11b 4" diameter (5.1' to 10') 500 LF $0.00 $0.00 11c 4" diameter (10.1' to 15') 100 LF $0.00 $0.00 11d 4" diameter (15.1' to 20') 50 LF $0.00 $0.00 11e 6" diameter (0' to 5') 1,000 LF $0.00 $0.00 11f 6" diameter (5.1' to 10') 500 LF $0.00 $0.00 11g 6" diameter (10.1' to 15') 100 LF $0.00 $0.00 11h 6" diameter (15.1' to 20') 50 LF $0.00 $0.00 11i 8" diameter (0' to 5') 1,000 LF $0.00 $0.00 11j 8" diameter (5.1' to 10') 500 LF $0.00 $0.00 11k 8" diameter (10.1' to 15') 100 LF $0.00 $0.00 11l 8" diameter (15.1' to 20') 50 LF $0.00 $0.00 11m 10" diameter (0' to 5') 200 LF $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 14 Line Item Description Quantity Unit of Measure Unit Cost Total 11n 10" diameter (5.1' to 10') 200 LF $0.00 $0.00 11o 10" diameter (10.1' to 15') 50 LF $0.00 $0.00 11p 10" diameter (15.1' to 20') 30 LF $0.00 $0.00 DUCTILE IRON (Inclusive all Labor, Material, and Associated Restraints) 12a 4" diameter (0' to 5') 1,000 LF $0.00 $0.00 12b 4" diameter (5.1' to 10') 500 LF $0.00 $0.00 12c 4" diameter (10.1' to 15') 100 LF $0.00 $0.00 12d 4" diameter (15.1' to 20') 50 LF $0.00 $0.00 12e 6" diameter (0' to 5') 1,000 LF $0.00 $0.00 12f 6" diameter (5.1' to 10') 500 LF $0.00 $0.00 12g 6" diameter (10.1' to 15') 100 LF $0.00 $0.00 12h 6" diameter (15.1' to 20') 50 LF $0.00 $0.00 12i 8" diameter (0' to 5') 1,000 LF $0.00 $0.00 12j 8" diameter (5.1' to 10') 500 LF $0.00 $0.00 12k 8" diameter (10.1' to 15') 100 LF $0.00 $0.00 12l 8" diameter (15.1' to 20') 50 LF $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 15 Line Item Description Quantity Unit of Measure Unit Cost Total 12m 10" diameter (0' to 5') 100 LF $0.00 $0.00 12n 10" diameter (5.1' to 10') 100 LF $0.00 $0.00 12o 10" diameter (10.1' to 15') 50 LF $0.00 $0.00 12p 10" diameter (15.1' to 20') 30 LF $0.00 $0.00 12q 12" diameter (0' to 5') 1,000 LF $0.00 $0.00 12r 12" diameter (5.1' to 10') 500 LF $0.00 $0.00 12s 12" diameter (10.1' to 15') 100 LF $0.00 $0.00 12t 12" diameter (15.1' to 20') 50 LF $0.00 $0.00 12u 14" diameter (0' to 5') 100 LF $0.00 $0.00 12v 14" diameter (5.1' to 10') 50 LF $0.00 $0.00 12w 14" diameter (10.1' to 15') 20 LF $0.00 $0.00 12x 14" diameter (15.1' to 20') 20 LF $0.00 $0.00 12y 16" diameter (0' to 5') 500 LF $0.00 $0.00 12z 16" diameter (5.1' to 10') 200 LF $0.00 $0.00 12aa 16" diameter (10.1' to 15') 50 LF $0.00 $0.00 12ab 16" diameter (15.1' to 20') 30 LF $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 16 Line Item Description Quantity Unit of Measure Unit Cost Total 12ac 18" diameter (0' to 5') 50 LF $0.00 $0.00 12ad 18" diameter (5.1' to 10') 50 LF $0.00 $0.00 12ae 18" diameter (10.1' to 15') 20 LF $0.00 $0.00 12af 18" diameter (15.1' to 20') 20 LF $0.00 $0.00 12ag 20" diameter (0' to 5') 500 LF $0.00 $0.00 12ah 20" diameter (5.1' to 10') 200 LF $0.00 $0.00 12ai 20" diameter (10.1' to 15') 50 LF $0.00 $0.00 12aj 20" diameter (15.1' to 20') 30 LF $0.00 $0.00 12ak 24" diameter (0' to 5') 500 LF $0.00 $0.00 12al 24" diameter (5.1' to 10') 200 LF $0.00 $0.00 12am 24" diameter (10.1' to 15') 50 LF $0.00 $0.00 12an 24" diameter (15.1' to 20') 30 LF $0.00 $0.00 12ao 30" diameter (0' to 5') 100 LF $0.00 $0.00 12ap 30" diameter (5.1' to 10') 50 LF $0.00 $0.00 12aq 30" diameter (10.1' to 15') 20 LF $0.00 $0.00 12ar 30" diameter (15.1' to 20') 20 LF $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 17 Line Item Description Quantity Unit of Measure Unit Cost Total 12as 36" diameter (0' to 5') 100 LF $0.00 $0.00 12at 36" diameter (5.1' to 10') 50 LF $0.00 $0.00 12au 36" diameter (10.1' to 15') 20 LF $0.00 $0.00 12av 36" diameter (15.1' to 20') 20 LF $0.00 $0.00 HDPE (Inclusive all Labor, Material, and Associated Restraints) 13a 4" diameter (0' to 5') 1,000 LF $0.00 $0.00 13b 4" diameter (5.1' to 10') 500 LF $0.00 $0.00 13c 4" diameter (10.1' to 15') 100 LF $0.00 $0.00 13d 4" diameter (15.1' to 20') 50 LF $0.00 $0.00 13e 6" diameter (0' to 5') 1,000 LF $0.00 $0.00 13f 6" diameter (5.1' to 10') 500 LF $0.00 $0.00 13g 6" diameter (10.1' to 15') 100 LF $0.00 $0.00 13h 6" diameter (15.1' to 20') 50 LF $0.00 $0.00 13i 8" diameter (0' to 5') 1,000 LF $0.00 $0.00 13j 8" diameter (5.1' to 10') 500 LF $0.00 $0.00 13k 8" diameter (10.1' to 15') 100 LF $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 18 Line Item Description Quantity Unit of Measure Unit Cost Total 13l 8" diameter (15.1' to 20') 50 LF $0.00 $0.00 13m 10" diameter (0' to 5') 200 LF $0.00 $0.00 13n 10" diameter (5.1' to 10') 200 LF $0.00 $0.00 13o 10" diameter (10.1' to 15') 50 LF $0.00 $0.00 13p 10" diameter (15.1' to 20') 30 LF $0.00 $0.00 13q 12" diameter (0' to 5') 200 LF $0.00 $0.00 13r 12" diameter (5.1' to 10') 200 LF $0.00 $0.00 13s 12" diameter (10.1' to 15') 100 LF $0.00 $0.00 13t 12" diameter (15.1' to 20') 50 LF $0.00 $0.00 13u 16" diameter (0' to 5') 500 LF $0.00 $0.00 13v 16" diameter (5.1' to 10') 200 LF $0.00 $0.00 13w 16" diameter (10.1' to 15') 100 LF $0.00 $0.00 13x 16" diameter (15.1' to 20') 50 LF $0.00 $0.00 13y 18" diameter (0' to 5') 500 LF $0.00 $0.00 13z 18" diameter (5.1' to 10') 200 LF $0.00 $0.00 13aa 18" diameter (10.1' to 15') 100 LF $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 19 Line Item Description Quantity Unit of Measure Unit Cost Total 13ab 18" diameter (15.1' to 20') 50 LF $0.00 $0.00 13ac 20" diameter (0' to 5') 500 LF $0.00 $0.00 13ad 20" diameter (5.1' to 10') 200 LF $0.00 $0.00 13ae 20" diameter (10.1' to 15') 100 LF $0.00 $0.00 13af 20" diameter (15.1' to 20') 50 LF $0.00 $0.00 13ag 24" diameter (0' to 5') 500 LF $0.00 $0.00 13ah 24" diameter (5.1' to 10') 200 LF $0.00 $0.00 13ai 24" diameter (10.1' to 15') 100 LF $0.00 $0.00 13aj 24" diameter (15.1' to 20') 50 LF $0.00 $0.00 13ak 30" diameter (0' to 5') 500 LF $0.00 $0.00 13al 30" diameter (5.1' to 10') 200 LF $0.00 $0.00 13am 30" diameter (10.1' to 15') 100 LF $0.00 $0.00 13an 30" diameter (15.1' to 20') 50 LF $0.00 $0.00 13ao 36" diameter (0' to 5') 500 LF $0.00 $0.00 13ap 36" diameter (5.1' to 10') 200 LF $0.00 $0.00 13aq 36" diameter (10.1' to 15') 100 LF $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 20 Line Item Description Quantity Unit of Measure Unit Cost Total 13ar 36" diameter (15.1' to 20') 50 LF $0.00 $0.00 DUCTILE IRON FITTINGS (Tees, Crosses, 90, 45, 22.5, 11.25, Sleeve, and inclusive all necessary restraints) 14a 4" diameter 2 TON $0.00 $0.00 14b 6" diameter 2 TON $0.00 $0.00 14c 8" diameter 2 TON $0.00 $0.00 14d 10" diameter 2 TON $0.00 $0.00 14e 12" diameter 2 TON $0.00 $0.00 14f 14" diameter 2 TON $0.00 $0.00 14g 16" diameter 2 TON $0.00 $0.00 14h 18" diameter 2 TON $0.00 $0.00 14i 20" diameter 2 TON $0.00 $0.00 14j 24" diameter 2 TON $0.00 $0.00 14k 30" diameter 2 TON $0.00 $0.00 14l 36" diameter 2 TON $0.00 $0.00 PIPE BURSTING 15a Furnish and Install 4" HDPE Perchlorinated Pipe Bursting, DR 11 1,000 LF $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 21 Line Item Description Quantity Unit of Measure Unit Cost Total 15b Furnish and Install 6" HDPE Perchlorinated Pipe Bursting, DR 11 1,000 LF $0.00 $0.00 15c Furnish and Install 8" HDPE Perchlorinated Pipe Bursting, DR 11 1,000 LF $0.00 $0.00 15d Furnish and Install 10" HDPE Perchlorinated Pipe Bursting, DR 11 500 LF $0.00 $0.00 15e Furnish and Install 12" HDPE Perchlorinated Pipe Bursting, DR 11 1,000 LF $0.00 $0.00 15f Furnish and Install 16" HDPE Perchlorinated Pipe Bursting, DR 11 1,000 LF $0.00 $0.00 15g Furnish and Install 20" HDPE Perchlorinated Pipe Bursting, DR 11 1,000 LF $0.00 $0.00 15h Furnish and Install 24" HDPE Perchlorinated Pipe Bursting, DR 11 500 LF $0.00 $0.00 15i Furnish and Install 30" HDPE Perchlorinated Pipe Bursting, DR 11 500 LF $0.00 $0.00 JACK AND BORE 16a Furnish and Install 4" PVC or DI Pipe in 16" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF $0.00 $0.00 16b Furnish and Install 6" PVC or DI Pipe in 16" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF $0.00 $0.00 16c Furnish and Install 8" PVC or DI Pipe in 18" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF $0.00 $0.00 16d Furnish and Install 12" PVC or DI Pipe in 24" OD Steel Casing Pipe by Jack and Bore per city standard detail 750 LF $0.00 $0.00 16e Furnish and Install 16" PVC or DI Pipe in 30" OD Steel Casing Pipe by Jack and Bore per city standard detail 750 LF $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 22 Line Item Description Quantity Unit of Measure Unit Cost Total 16f Furnish and Install 20" PVC or DI Pipe in 36" OD Steel Casing Pipe by Jack and Bore per city standard detail 750 LF $0.00 $0.00 16g Furnish and Install 24" PVC or DI Pipe in 42" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF $0.00 $0.00 16h Furnish and Install 30" PVC or DI Pipe in 48" OD Steel Casing Pipe by Jack and Bore per city standard detail 300 LF $0.00 $0.00 16i Furnish and Install 36" PVC or DI Pipe in 54" OD Steel Casing Pipe by Jack and Bore per city standard detail 300 LF $0.00 $0.00 16j Furnish and Install 42" PVC or DI Pipe in 60" OD Steel Casing Pipe by Jack and Bore per city standard detail 300 LF $0.00 $0.00 DIRECTIONAL DRILL 17a Furnish and Install 4" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $0.00 $0.00 17b Furnish and Install 6" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $0.00 $0.00 17c Furnish and Install 8" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $0.00 $0.00 17d Furnish and Install 10" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 500 LF $0.00 $0.00 17e Furnish and Install 12" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 23 Line Item Description Quantity Unit of Measure Unit Cost Total 17f Furnish and Install 16" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $0.00 $0.00 17g Furnish and Install 20" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $0.00 $0.00 17h Furnish and Install 24" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $0.00 $0.00 17i Furnish and Install 30" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $0.00 $0.00 17j Furnish and Install 36" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $0.00 $0.00 17k Furnish and Install 4" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $0.00 $0.00 17l Furnish and Install 6" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $0.00 $0.00 17m Furnish and Install 8" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $0.00 $0.00 17n Furnish and Install 10" Restrained PVC by directional drill, DR 18 with Transitional Ends 500 LF $0.00 $0.00 17o Furnish and Install 12" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $0.00 $0.00 17p Furnish and Install 16" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 24 Line Item Description Quantity Unit of Measure Unit Cost Total 17q Furnish and Install 20" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $0.00 $0.00 17r Furnish and Install 24" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $0.00 $0.00 17s Furnish and Install 30" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $0.00 $0.00 17t Furnish and Install 36" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $0.00 $0.00 SLIPLINE HDPE THROUGH EXISTING MAIN (Inclusive all Labor, Material, and Associated Restraints) 18a Furnish and Install 4" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $0.00 $0.00 18b Furnish and Install 6" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $0.00 $0.00 18c Furnish and Install 8" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $0.00 $0.00 18d Furnish and Install 10" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $0.00 $0.00 18e Furnish and Install 12" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $0.00 $0.00 18f Furnish and Install 16" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 25 Line Item Description Quantity Unit of Measure Unit Cost Total 18g Furnish and Install 20" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $0.00 $0.00 18h Furnish and Install 24" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 500 LF $0.00 $0.00 18i Furnish and Install 30" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 500 LF $0.00 $0.00 TEMPORARY WATER SERVICE 19a 2" Temporary HDPE Water Main (Including Tap Connections to Existing Main) 2,500 LF $0.00 $0.00 19b 4" Temporary HDPE Water Main (Including Tap Connections to Existing Main) 2,500 LF $0.00 $0.00 19c 6" Temporary HDPE Water Main (Including Tap Connections to Existing Main) 1,000 LF $0.00 $0.00 APPURTENANCES 20a 4" 100 EA $0.00 $0.00 20b 6" 100 EA $0.00 $0.00 20c 8" 50 EA $0.00 $0.00 20d 10" 10 EA $0.00 $0.00 20e 12" 30 EA $0.00 $0.00 20f 14" 10 EA $0.00 $0.00 20g 16" 10 EA $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 26 Line Item Description Quantity Unit of Measure Unit Cost Total 20h 18" 10 EA $0.00 $0.00 20i 20" 5 EA $0.00 $0.00 20j 24" 5 EA $0.00 $0.00 20k 30" 5 EA $0.00 $0.00 20l 36" 5 EA $0.00 $0.00 BUTTERFLY VALVES WITH VALVE BOX 21a 12" 5 EA $0.00 $0.00 21b 16" 5 EA $0.00 $0.00 21c 18" 5 EA $0.00 $0.00 21d 20" 5 EA $0.00 $0.00 21e 24" 5 EA $0.00 $0.00 21f 30" 5 EA $0.00 $0.00 SERVICE SADDLES REPLACEMENT 22a 3/4" 300 EA $0.00 $0.00 22b 1" 300 EA $0.00 $0.00 22c 1.5" 300 EA $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 27 Line Item Description Quantity Unit of Measure Unit Cost Total 22d 2" 100 EA $0.00 $0.00 22e 4" 10 EA $0.00 $0.00 22f 6" 10 EA $0.00 $0.00 22g 8" 10 EA $0.00 $0.00 22h 10" 10 EA $0.00 $0.00 22i 12" 10 EA $0.00 $0.00 22j 14" 10 EA $0.00 $0.00 22k 16" 10 EA $0.00 $0.00 22l 18" 10 EA $0.00 $0.00 22m 20" 10 EA $0.00 $0.00 TAPPING SLEEVES WITH TAPPING VALVES (Including 3 Piece Valve Box) 23a 4" 25 EA $0.00 $0.00 23b 6" 25 EA $0.00 $0.00 23c 8" 25 EA $0.00 $0.00 23d 10" 10 EA $0.00 $0.00 23e 12" 10 EA $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 28 Line Item Description Quantity Unit of Measure Unit Cost Total 23f 14" 3 EA $0.00 $0.00 23g 16" 3 EA $0.00 $0.00 23h 18" 3 EA $0.00 $0.00 23i 20" 3 EA $0.00 $0.00 23j 24" 3 EA $0.00 $0.00 23k 30" 3 EA $0.00 $0.00 23l 36" 3 EA $0.00 $0.00 INSERT GATE VALVES 24a 4" 50 EA $0.00 $0.00 24b 6" 50 EA $0.00 $0.00 24c 8" 30 EA $0.00 $0.00 24d 10" 10 EA $0.00 $0.00 24e 12" 20 EA $0.00 $0.00 LINE STOPS 25a 2" 10 EA $0.00 $0.00 25b 4" 10 EA $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 29 Line Item Description Quantity Unit of Measure Unit Cost Total 25c 6" 10 EA $0.00 $0.00 25d 8" 10 EA $0.00 $0.00 25e 10" 10 EA $0.00 $0.00 25f 12" 15 EA $0.00 $0.00 25g 14" 15 EA $0.00 $0.00 25h 16" 15 EA $0.00 $0.00 25i 18" 15 EA $0.00 $0.00 25j 20" 10 EA $0.00 $0.00 25k 24" 3 EA $0.00 $0.00 25l 30" 3 EA $0.00 $0.00 25m 36" 3 EA $0.00 $0.00 REPAIR CLAMP 26a 2" 15 EA $0.00 $0.00 26b 4" 15 EA $0.00 $0.00 26c 6" 15 EA $0.00 $0.00 26d 8" 15 EA $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 30 Line Item Description Quantity Unit of Measure Unit Cost Total 26e 10" 15 EA $0.00 $0.00 26f 12" 15 EA $0.00 $0.00 26g 14" 5 EA $0.00 $0.00 26h 16" 5 EA $0.00 $0.00 26i 18" 5 EA $0.00 $0.00 26j 20" 5 EA $0.00 $0.00 26k 24" 5 EA $0.00 $0.00 26l 30" 5 EA $0.00 $0.00 26m 36" 5 EA $0.00 $0.00 RESTRAINED JOINT (for Existing Mains) 27a 2" Restrained Joint 50 EA $0.00 $0.00 27b 4" Restrained Joint 100 EA $0.00 $0.00 27c 6" Restrained Joint 100 EA $0.00 $0.00 27d 8" Restrained Joint 100 EA $0.00 $0.00 27e 10" Restrained Joint 100 EA $0.00 $0.00 27f 12" Restrained Joint 100 EA $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 31 Line Item Description Quantity Unit of Measure Unit Cost Total 27g 16" Restrained Joint 50 EA $0.00 $0.00 27h 18" Restrained Joint 50 EA $0.00 $0.00 27i 20" Restrained Joint 20 EA $0.00 $0.00 27j 24" Restrained Joint 20 EA $0.00 $0.00 27k 30" Restrained Joint 20 EA $0.00 $0.00 FIRE HYDRANT ASSEMBLY 28a Remove and Replace Fire Hydrant Assembly With Valve (5-1/4") 60 EA $0.00 $0.00 28b Remove and Replace Fire Hydrant Assembly Without Valve (5-1/4") 20 EA $0.00 $0.00 28c Install New Fire Hydrant Assembly With Valve (5-1/4") 10 EA $0.00 $0.00 28d Remove Existing Fire Hydrant Only 10 EA $0.00 $0.00 SERVICE CONNECTIONS 29a Furnish and Install 5/8" Service Connection (corp to meter including meter box) and 2" PVC Casing 150 EA $0.00 $0.00 29b Furnish and Install 3/4" Service Connection (corp to meter including meter box) and 2" PVC Casing 500 EA $0.00 $0.00 29c Furnish and Install 1" Service Connection (corp to meter including meter box) and 2" PVC Casing 500 EA $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 32 Line Item Description Quantity Unit of Measure Unit Cost Total 29d Furnish and Install 1-1/2" Service Connection (including brass ball valve to meter including meter box) and 3" PVC Casing 75 EA $0.00 $0.00 29e Furnish and Install 2" Service Connection (including brass ball valve to meter including meter box) and 3" PVC Casing 50 EA $0.00 $0.00 OTHER ITEMS 30a Bollard 30 EA $0.00 $0.00 30b ARV Assembly (Inclusive of fittings and enclosure) 10 EA $0.00 $0.00 30c ARV Only 10 EA $0.00 $0.00 30d Temporary Blowoff Assembly 10 EA $0.00 $0.00 30e 4" Blowoff Assembly 10 EA $0.00 $0.00 30f Pipe Exterior Coating 100 SF $0.00 $0.00 WATER MAIN DISINFECTION 31a Cleaning and Disinfection of 2" to 6" Potable Water Main 7,000 LF $0.00 $0.00 31b Cleaning and Disinfection of 8" to 12" Potable Water Main 5,000 LF $0.00 $0.00 31c Cleaning and Disinfection of 14" to 20" Potable Water Main 5,000 LF $0.00 $0.00 31d Cleaning and Disinfection of 24" to 36" Potable Water Main 5,000 LF $0.00 $0.00 31e Cleaning and Disinfection of 2" to 6" Reclaimed Water Main 5,000 LF $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 33 Line Item Description Quantity Unit of Measure Unit Cost Total 31f Cleaning and Disinfection of 8" to 12" Reclaimed Water Main 5,000 LF $0.00 $0.00 31g Cleaning and Disinfection of 14" to 20" Reclaimed Water Main 2,000 LF $0.00 $0.00 31h Cleaning and Disinfection of 24" to 36" Reclaimed Water Main 2,000 LF $0.00 $0.00 GRAVITY SANITARY SEWER PIPE REPAIR (Incidental to Water or Reclaimed Water Repair) PVC GRAVITY MAIN (Inclusive all Labor, Material, and Associated Restraints) 32a 6" diameter 500 LF $0.00 $0.00 32b 8" diameter 500 LF $0.00 $0.00 32c 10" diameter 500 LF $0.00 $0.00 32d 12" diameter 500 LF $0.00 $0.00 32e 14" diameter 100 LF $0.00 $0.00 32f 16" diameter 100 LF $0.00 $0.00 32g 18" diameter 100 LF $0.00 $0.00 32h 20" diameter 100 LF $0.00 $0.00 32i 24" diameter 100 LF $0.00 $0.00 WASTEWATER MANHOLE 33a Manhole - 4 feet Diameter 200 VF $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 34 Line Item Description Quantity Unit of Measure Unit Cost Total 33b Manhole - 5 feet Diameter 100 VF $0.00 $0.00 33c Manhole - 6 feet Diameter 100 VF $0.00 $0.00 33d Adjust Existing Manhole Frame and Cover (paved areas) 10 EA $0.00 $0.00 33e Adjust Existing Manhole Frame and Cover (unpaved areas) 10 EA $0.00 $0.00 33f Replace Existing Manhole Frame and Cover (paved areas) 10 EA $0.00 $0.00 33g Replace Existing Manhole Frame and Cover (unpaved areas) 10 EA $0.00 $0.00 WASTEWATER SERVICE LATERAL 34a Install/Repair/Replace 4" Sanitary Sewer Lateral 10 EA $0.00 $0.00 34b Install/Repair/Replace 6" Sanitary Sewer Lateral 10 EA $0.00 $0.00 TOTAL $0.00 OWNER'S CONTINGENCY 10% of the subtotal of lines 1-34b in Group A above. Line Item Description Unit of Measure Unit Cost 35 GROUP A: Water and RCW Point Repair 10% Contingency LS $0.00 25-0027-UT WATER, RECLAIMED WATER AND WELL REPAIR & IMPROVEMENTS (GROUP B - WATER AND RCW TRENCHLESS PIPE INSTALLATION) [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 35 All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. All groups do not need to be priced however, all items within a group need to be completed in order to be considered for award of that group. Line Item Description Quantity Unit of Measure Unit Cost Total GENERAL - GROUP B: Water and RCW Trenchless Pipe Installation *Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4,000 for non emergency mobilization and $5,000 for emergency mobilization. Emergency and non emergency mobilization are further defined in Section IV of the Contract Documents. 1 *Emergency Mobilization/Demobilization & General Conditions and Traffic Control1 (max $5,000) 25 EA $0.00 $0.00 2 Non-Emergency Mobilization/Demobilization & General Conditions and Traffic Control1 (max $4,000) 50 EA $0.00 $0.00 MAINTENANCE OF TRAFFIC Bid Items 3a to 3i shall be fully inclusive of furnishing and installation all items to provide a complete maintenance of traffic installation including but not limited to signage, barricades, channelizing devices, flaggers, etc. Bid Items 3j-3r shall only be allowed where not included as part of a complete MOT bid item. 3a FDOT Index 601 - Work Beyond the Shoulder 180 EA/DAY $0.00 $0.00 3b FDOT Index 602 - Work on Shoulder 180 EA/DAY $0.00 $0.00 3c FDOT Index 603 - Two Lane Two Way Work within Travel way 60 EA/DAY $0.00 $0.00 3d FDOT Index 604 - Two Lane Two Way - Intersection Work 60 EA/DAY $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 36 Line Item Description Quantity Unit of Measure Unit Cost Total 3e FDOT Index 613 - Multilane Roadway - Lane Closures 60 EA/DAY $0.00 $0.00 3f FDOT Index 615 - Multilane Roadway - Intersection Work 60 EA/DAY $0.00 $0.00 3g FDOT Index 620 - Multilane Roadway - Temporary Diversion 60 EA/DAY $0.00 $0.00 3h FDOT Index 625 - Temporary Road Closure 60 EA/DAY $0.00 $0.00 3i FDOT Index 628 - Two Way Left Turn Lanes 60 EA/DAY $0.00 $0.00 3j Flagman 200 HOUR $0.00 $0.00 3k Arrow Board - 5' Minimum Horizontal Size 30 EA/DAY $0.00 $0.00 3l Variable Message Board 30 EA/DAY $0.00 $0.00 3m Concrete Barrier (FDOT Index No. 415) 60 EA/DAY $0.00 $0.00 3n Low Profile Barrier (FDOT Index No. 412) 60 EA/DAY $0.00 $0.00 3o Sign in Work Zone 100 EA/DAY $0.00 $0.00 3p FDOT Cone 100 EA/DAY $0.00 $0.00 3q FDOT Channelizing Drum 100 EA/DAY $0.00 $0.00 3r Barricade, Type III with Warning Light 100 EA/DAY $0.00 $0.00 3s Barricade, Type I or II with Warning Light 100 EA/DAY $0.00 $0.00 LABOR AND EQUIPMENT [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 37 Line Item Description Quantity Unit of Measure Unit Cost Total Bid Items 4a-l and 5a-v shall only be used at the approval of the City where other bid items are not fully inclusive or where applicable at discretion of the City. LABOR HOUR 4a Foreman regular time 1,500 HOUR $0.00 $0.00 4b Foreman overtime 200 HOUR $0.00 $0.00 4c Operator regular time 2,000 HOUR $0.00 $0.00 4d Operator overtime 200 HOUR $0.00 $0.00 4e Truck Driver regular time 1,000 HOUR $0.00 $0.00 4f Truck Driver overtime 50 HOUR $0.00 $0.00 4g Pipe Layer regular time 2,000 HOUR $0.00 $0.00 4h Pipe Layer overtime 200 HOUR $0.00 $0.00 4i Laborer regular time 2,000 HOUR $0.00 $0.00 4j Laborer overtime 2,000 HOUR $0.00 $0.00 4k Preconstruction Video 30 DAY $0.00 $0.00 4l Asbuilt Survey 80 DAY $0.00 $0.00 EQUIPMENT 5a Foreman's pickup truck with hand tools 1,500 HOUR $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 38 Line Item Description Quantity Unit of Measure Unit Cost Total 5b Job truck with tools 1,500 HOUR $0.00 $0.00 5c Tractor & Trailer (Transport) 200 HOUR $0.00 $0.00 5d Track Hoe (to 100 HP) 1,100 HOUR $0.00 $0.00 5e Track Hoe (101 HP to 170 HP) 500 HOUR $0.00 $0.00 5f Track Hoe (171 HP and up) 750 HOUR $0.00 $0.00 5g Rubber Tired Backhoe 25 HOUR $0.00 $0.00 5h Wheel Loader (to 150 HP) 2,000 HOUR $0.00 $0.00 5i Wheel Loader (151 HP and up) 250 HOUR $0.00 $0.00 5j Track Type Tractors (to 100 HP) 150 HOUR $0.00 $0.00 5k Track Type Tractors (101 HP and up) 25 HOUR $0.00 $0.00 5l Dump Truck (Tandem Axle) 750 HOUR $0.00 $0.00 5m Plate Tamp 250 HOUR $0.00 $0.00 5n 3" Trash Pump 250 HOUR $0.00 $0.00 5o 4" Double Diaphragm Pump 2,000 HOUR $0.00 $0.00 5p Air Compressor (125 CFM min.) 100 HOUR $0.00 $0.00 5q 4" Jet Pump 25 DAY $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 39 Line Item Description Quantity Unit of Measure Unit Cost Total 5r Emergency Hauling up to 2500 gallons 25 HOUR $0.00 $0.00 5s Emergency Hauling over 2500 gallons 25 HOUR $0.00 $0.00 5t Street Sweeper 200 HOUR $0.00 $0.00 5u Mobile Light Tower 40 DAY $0.00 $0.00 5v Vactor Truck 250 HOUR $0.00 $0.00 LANDSCAPING/RESTORATION 6a Sodding 75,000 SF $0.00 $0.00 6b Brush Removal 40 TON $0.00 $0.00 6c Tree Protection 15 EA $0.00 $0.00 6d Tree Removal (<6" Trunk Diameter) 5 EA $0.00 $0.00 6e Tree Removal (6"-12" Trunk Diameter) 3 EA $0.00 $0.00 6f Tree Removal (13"-18" Trunk Diameter) 3 EA $0.00 $0.00 6g Tree Removal (>18" Trunk Diameter) 3 EA $0.00 $0.00 MATERIALS 7a Remove and Replace Concrete Sidewalk, (4" Min Thickness) 500 SF $0.00 $0.00 7b Remove and Replace Concrete Sidewalk, (6" Min Thickness) 500 SF $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 40 Line Item Description Quantity Unit of Measure Unit Cost Total 7c Remove and Replace Concrete Driveway 250 SY $0.00 $0.00 7d Full Width Milling (Up to 2") 7,500 SY $0.00 $0.00 7e Full Width Milling (2" to 4") 7,500 SY $0.00 $0.00 7f SP 12.5 Asphalt Concrete Resurfacing 500 TON $0.00 $0.00 7g SP 9.5 Asphalt Concrete Resurfacing 500 TON $0.00 $0.00 7h Pavement Marking - Crosswalks (Lane) 500 LF $0.00 $0.00 7i Pavement Marking - Stop Bars (Lane) 250 EA $0.00 $0.00 7j Pavement Marking - School Crossing/RR 50 EA $0.00 $0.00 7k Pavement Marking - Turn, Straight, Combo Arrows 50 EA $0.00 $0.00 7l Pavement Marking - Dashed (White, Yellow, or Double Yellow) 500 LF $0.00 $0.00 7m Pavement Marking - Solid White 250 LF $0.00 $0.00 7n Pavement Marking - Solid Double Yellow 250 LF $0.00 $0.00 7o Pavement Marking - Solid Yellow 250 LF $0.00 $0.00 7p Temporary Pavement Marking - Turn, Straight, Combo Arrows 250 EA $0.00 $0.00 7q Temporary Pavement Marking - Dashed (White, Yellow, or Double Yellow) 250 LF $0.00 $0.00 7r Temporary Pavement Marking - Solid White 250 LF $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 41 Line Item Description Quantity Unit of Measure Unit Cost Total 7s Temporary Pavement Marking - Solid Double Yellow 250 LF $0.00 $0.00 7t Temporary Pavement Marking - Solid Yellow 250 LF $0.00 $0.00 7u Remove and replace concrete curb and gutter (FDOT Type A) 750 LF $0.00 $0.00 7v Remove and replace concrete curb and gutter (FDOT Type E) 750 LF $0.00 $0.00 7w Remove and replace concrete curb and gutter (FDOT Type F) 750 LF $0.00 $0.00 7x 3000 psi Concrete 100 CY $0.00 $0.00 7y Off Site Selected Fill 1,500 CY $0.00 $0.00 7z Limerock Base Material 750 TON $0.00 $0.00 7aa Crushed Concrete Base Material 750 TON $0.00 $0.00 7ab Stabilized Subgrade 750 TON $0.00 $0.00 7ac # 57 Washed Stone 750 TON $0.00 $0.00 7ad Removal of unsuitable soil 300 TON $0.00 $0.00 7ae Removal of buried concrete 50 CY $0.00 $0.00 7af Removal of Hazardous 50 CY $0.00 $0.00 7ag Rip Rap 300 TON $0.00 $0.00 7ah Flowable Fill 100 CY $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 42 Line Item Description Quantity Unit of Measure Unit Cost Total 7ai Brick Pavers 100 SY $0.00 $0.00 7aj Brick Paver Level Sand 10 CY $0.00 $0.00 7ak Geo Grid 80 SY $0.00 $0.00 7al Shoring (4' to 6' deep) 12 EA $0.00 $0.00 7am Shoring (6' to 10' deep) 12 EA $0.00 $0.00 7an Steel Road Plates 12 EA $0.00 $0.00 WELL POINT DEWATERING 8a Well Point Dewatering 2,000 LF/DAY $0.00 $0.00 GROUT FILL AND ABANDON MAIN 9a 2"-6" 7,500 LF $0.00 $0.00 9b 8"-12" 7,500 LF $0.00 $0.00 9c 16"-24" 5,000 LF $0.00 $0.00 9d >30" 5,000 LF $0.00 $0.00 REMOVE ABANDONED MAIN 10a 2"-6" 5,000 LF $0.00 $0.00 10b 8"-12" 5,000 LF $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 43 Line Item Description Quantity Unit of Measure Unit Cost Total 10c 16"-24" 2,000 LF $0.00 $0.00 10d >30" 500 LF $0.00 $0.00 PRESSURE MAIN - TRENCHLESS INSTALLATION TEMPORARY WATER SERVICE 11a 2" Temporary HDPE Water Main (Including Tap Connections to Existing Main and Temporary Services) 20,000 LF $0.00 $0.00 11b 4" Temporary HDPE Water Main (Including Tap Connections to Existing Main and Temporary Services) 15,000 LF $0.00 $0.00 11c 6" Temporary HDPE Water Main (Including Tap Connections to Existing Main and Temporary Services) 5,000 LF $0.00 $0.00 DIRECTIONAL DRILL (Inclusive of Fusing, MJ Adapters, Fused Fittings, etc) 12a Furnish and Install 4" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 4,000 LF $0.00 $0.00 12b Furnish and Install 6" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 4,000 LF $0.00 $0.00 12c Furnish and Install 8" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 4,000 LF $0.00 $0.00 12d Furnish and Install 10" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 2,000 LF $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 44 Line Item Description Quantity Unit of Measure Unit Cost Total 12e Furnish and Install 12" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 4,000 LF $0.00 $0.00 12f Furnish and Install 16" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 2,000 LF $0.00 $0.00 12g Furnish and Install 20" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $0.00 $0.00 12h Furnish and Install 24" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $0.00 $0.00 12i Furnish and Install 30" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $0.00 $0.00 12j Furnish and Install 36" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $0.00 $0.00 12k Furnish and Install 4" Restrained PVC by directional drill, DR 18 with Transitional Ends 4,000 LF $0.00 $0.00 12l Furnish and Install 6" Restrained PVC by directional drill, DR 18 with Transitional Ends 4,000 LF $0.00 $0.00 12m Furnish and Install 8" Restrained PVC by directional drill, DR 18 with Transitional Ends 4,000 LF $0.00 $0.00 12n Furnish and Install 10" Restrained PVC by directional drill, DR 18 with Transitional Ends 2,000 LF $0.00 $0.00 12o Furnish and Install 12" Restrained PVC by directional drill, DR 18 with Transitional Ends 4,000 LF $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 45 Line Item Description Quantity Unit of Measure Unit Cost Total 12p Furnish and Install 16" Restrained PVC by directional drill, DR 18 with Transitional Ends 2,000 LF $0.00 $0.00 12q Furnish and Install 20" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $0.00 $0.00 12r Furnish and Install 24" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $0.00 $0.00 12s Furnish and Install 30" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $0.00 $0.00 12t Furnish and Install 36" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $0.00 $0.00 PIPE BURSTING 13a Furnish and Install 4" HDPE Perchlorinated Pipe Bursting, DR 11 5,000 LF $0.00 $0.00 13b Furnish and Install 6" HDPE Perchlorinated Pipe Bursting, DR 11 5,000 LF $0.00 $0.00 13c Furnish and Install 8" HDPE Perchlorinated Pipe Bursting, DR 11 5,000 LF $0.00 $0.00 13d Furnish and Install 10" HDPE Perchlorinated Pipe Bursting, DR 11 500 LF $0.00 $0.00 13e Furnish and Install 12" HDPE Perchlorinated Pipe Bursting, DR 11 2,500 LF $0.00 $0.00 13f Furnish and Install 16" HDPE Perchlorinated Pipe Bursting, DR 11 1,000 LF $0.00 $0.00 13g Furnish and Install 20" HDPE Perchlorinated Pipe Bursting, DR 11 1,000 LF $0.00 $0.00 13h Furnish and Install 24" HDPE Perchlorinated Pipe Bursting, DR 11 500 LF $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 46 Line Item Description Quantity Unit of Measure Unit Cost Total 13i Furnish and Install 30" HDPE Perchlorinated Pipe Bursting, DR 11 500 LF $0.00 $0.00 SLIPLINE HDPE THROUGH EXISTING MAIN (Inclusive all Labor, Material, and Associated Restraints) 14a Furnish and Install 4" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $0.00 $0.00 14b Furnish and Install 6" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $0.00 $0.00 14c Furnish and Install 8" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $0.00 $0.00 14d Furnish and Install 10" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $0.00 $0.00 14e Furnish and Install 12" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $0.00 $0.00 14f Furnish and Install 16" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $0.00 $0.00 14g Furnish and Install 20" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $0.00 $0.00 14h Furnish and Install 24" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 500 LF $0.00 $0.00 14i Furnish and Install 30" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 500 LF $0.00 $0.00 JACK AND BORE [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 47 Line Item Description Quantity Unit of Measure Unit Cost Total 15a Furnish and Install 4" PVC or DI Pipe in 16" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF $0.00 $0.00 15b Furnish and Install 6" PVC or DI Pipe in 16" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF $0.00 $0.00 15c Furnish and Install 8" PVC or DI Pipe in 18" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF $0.00 $0.00 15d Furnish and Install 12" PVC or DI Pipe in 24" OD Steel Casing Pipe by Jack and Bore per city standard detail 750 LF $0.00 $0.00 15e Furnish and Install 16" PVC or DI Pipe in 30" OD Steel Casing Pipe by Jack and Bore per city standard detail 750 LF $0.00 $0.00 15f Furnish and Install 20" PVC or DI Pipe in 36" OD Steel Casing Pipe by Jack and Bore per city standard detail 750 LF $0.00 $0.00 15g Furnish and Install 24" PVC or DI Pipe in 42" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF $0.00 $0.00 15h Furnish and Install 30" PVC or DI Pipe in 48" OD Steel Casing Pipe by Jack and Bore per city standard detail 300 LF $0.00 $0.00 15i Furnish and Install 36" PVC or DI Pipe in 54" OD Steel Casing Pipe by Jack and Bore per city standard detail 150 LF $0.00 $0.00 15j Furnish and Install 42" PVC or DI Pipe in 60" OD Steel Casing Pipe by Jack and Bore per city standard detail 150 LF $0.00 $0.00 PRESSURE PIPE (Open Cut) [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 48 Line Item Description Quantity Unit of Measure Unit Cost Total PVC (Inclusive all Labor, Material, and Associated Restraints) 16a 4" diameter (0' to 5') 500 LF $0.00 $0.00 16b 4" diameter (5.1' to 10') 100 LF $0.00 $0.00 16c 4" diameter (10.1' to 15') 100 LF $0.00 $0.00 16d 4" diameter (15.1' to 20') 50 LF $0.00 $0.00 16e 6" diameter (0' to 5') 500 LF $0.00 $0.00 16f 6" diameter (5.1' to 10') 100 LF $0.00 $0.00 16g 6" diameter (10.1' to 15') 100 LF $0.00 $0.00 16h 6" diameter (15.1' to 20') 50 LF $0.00 $0.00 16i 8" diameter (0' to 5') 500 LF $0.00 $0.00 16j 8" diameter (5.1' to 10') 100 LF $0.00 $0.00 16k 8" diameter (10.1' to 15') 100 LF $0.00 $0.00 16l 8" diameter (15.1' to 20') 50 LF $0.00 $0.00 16m 10" diameter (0' to 5') 200 LF $0.00 $0.00 16n 10" diameter (5.1' to 10') 200 LF $0.00 $0.00 16o 10" diameter (10.1' to 15') 50 LF $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 49 Line Item Description Quantity Unit of Measure Unit Cost Total 16p 10" diameter (15.1' to 20') 30 LF $0.00 $0.00 DUCTILE IRON (Inclusive all Labor, Material, and Associated Restraints) 17a 4" diameter (0' to 5') 500 LF $0.00 $0.00 17b 4" diameter (5.1' to 10') 200 LF $0.00 $0.00 17c 4" diameter (10.1' to 15') 100 LF $0.00 $0.00 17d 4" diameter (15.1' to 20') 50 LF $0.00 $0.00 17e 6" diameter (0' to 5') 500 LF $0.00 $0.00 17f 6" diameter (5.1' to 10') 200 LF $0.00 $0.00 17g 6" diameter (10.1' to 15') 100 LF $0.00 $0.00 17h 6" diameter (15.1' to 20') 50 LF $0.00 $0.00 17i 8" diameter (0' to 5') 500 LF $0.00 $0.00 17j 8" diameter (5.1' to 10') 200 LF $0.00 $0.00 17k 8" diameter (10.1' to 15') 100 LF $0.00 $0.00 17l 8" diameter (15.1' to 20') 50 LF $0.00 $0.00 17m 10" diameter (0' to 5') 500 LF $0.00 $0.00 17n 10" diameter (5.1' to 10') 200 LF $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 50 Line Item Description Quantity Unit of Measure Unit Cost Total 17o 10" diameter (10.1' to 15') 100 LF $0.00 $0.00 17p 10" diameter (15.1' to 20') 50 LF $0.00 $0.00 17q 12" diameter (0' to 5') 500 LF $0.00 $0.00 17r 12" diameter (5.1' to 10') 200 LF $0.00 $0.00 17s 12" diameter (10.1' to 15') 100 LF $0.00 $0.00 17t 12" diameter (15.1' to 20') 50 LF $0.00 $0.00 17u 14" diameter (0' to 5') 100 LF $0.00 $0.00 17v 14" diameter (5.1' to 10') 50 LF $0.00 $0.00 17w 14" diameter (10.1' to 15') 20 LF $0.00 $0.00 17x 14" diameter (15.1' to 20') 20 LF $0.00 $0.00 17y 16" diameter (0' to 5') 500 LF $0.00 $0.00 17z 16" diameter (5.1' to 10') 200 LF $0.00 $0.00 17aa 16" diameter (10.1' to 15') 50 LF $0.00 $0.00 17ab 16" diameter (15.1' to 20') 30 LF $0.00 $0.00 17ac 18" diameter (0' to 5') 50 LF $0.00 $0.00 17ad 18" diameter (5.1' to 10') 50 LF $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 51 Line Item Description Quantity Unit of Measure Unit Cost Total 17ae 18" diameter (10.1' to 15') 20 LF $0.00 $0.00 17af 18" diameter (15.1' to 20') 20 LF $0.00 $0.00 17ag 20" diameter (0' to 5') 500 LF $0.00 $0.00 17ah 20" diameter (5.1' to 10') 200 LF $0.00 $0.00 17ai 20" diameter (10.1' to 15') 50 LF $0.00 $0.00 17aj 20" diameter (15.1' to 20') 30 LF $0.00 $0.00 17ak 24" diameter (0' to 5') 500 LF $0.00 $0.00 17al 24" diameter (5.1' to 10') 200 LF $0.00 $0.00 17am 24" diameter (10.1' to 15') 50 LF $0.00 $0.00 17an 24" diameter (15.1' to 20') 30 LF $0.00 $0.00 17ao 30" diameter (0' to 5') 100 LF $0.00 $0.00 17ap 30" diameter (5.1' to 10') 50 LF $0.00 $0.00 17aq 30" diameter (10.1' to 15') 20 LF $0.00 $0.00 17ar 30" diameter (15.1' to 20') 20 LF $0.00 $0.00 17as 36" diameter (0' to 5') 100 LF $0.00 $0.00 17at 36" diameter (5.1' to 10') 50 LF $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 52 Line Item Description Quantity Unit of Measure Unit Cost Total 17au 36" diameter (10.1' to 15') 20 LF $0.00 $0.00 17av 36" diameter (15.1' to 20') 20 LF $0.00 $0.00 HDPE (Inclusive all Labor, Material, and Associated Restraints) 18a 4" diameter (0' to 5') 500 LF $0.00 $0.00 18b 4" diameter (5.1' to 10') 200 LF $0.00 $0.00 18c 4" diameter (10.1' to 15') 100 LF $0.00 $0.00 18d 4" diameter (15.1' to 20') 50 LF $0.00 $0.00 18e 6" diameter (0' to 5') 500 LF $0.00 $0.00 18f 6" diameter (5.1' to 10') 200 LF $0.00 $0.00 18g 6" diameter (10.1' to 15') 100 LF $0.00 $0.00 18h 6" diameter (15.1' to 20') 50 LF $0.00 $0.00 18i 8" diameter (0' to 5') 500 LF $0.00 $0.00 18j 8" diameter (5.1' to 10') 200 LF $0.00 $0.00 18k 8" diameter (10.1' to 15') 100 LF $0.00 $0.00 18l 8" diameter (15.1' to 20') 50 LF $0.00 $0.00 18m 10" diameter (0' to 5') 200 LF $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 53 Line Item Description Quantity Unit of Measure Unit Cost Total 18n 10" diameter (5.1' to 10') 200 LF $0.00 $0.00 18o 10" diameter (10.1' to 15') 50 LF $0.00 $0.00 18p 10" diameter (15.1' to 20') 30 LF $0.00 $0.00 18q 12" diameter (0' to 5') 500 LF $0.00 $0.00 18r 12" diameter (5.1' to 10') 200 LF $0.00 $0.00 18s 12" diameter (10.1' to 15') 100 LF $0.00 $0.00 18t 12" diameter (15.1' to 20') 50 LF $0.00 $0.00 18u 16" diameter (0' to 5') 500 LF $0.00 $0.00 18v 16" diameter (5.1' to 10') 200 LF $0.00 $0.00 18w 16" diameter (10.1' to 15') 100 LF $0.00 $0.00 18x 16" diameter (15.1' to 20') 50 LF $0.00 $0.00 18y 18" diameter (0' to 5') 500 LF $0.00 $0.00 18z 18" diameter (5.1' to 10') 200 LF $0.00 $0.00 18aa 18" diameter (10.1' to 15') 100 LF $0.00 $0.00 18ab 18" diameter (15.1' to 20') 50 LF $0.00 $0.00 18ac 20" diameter (0' to 5') 500 LF $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 54 Line Item Description Quantity Unit of Measure Unit Cost Total 18ad 20" diameter (5.1' to 10') 200 LF $0.00 $0.00 18ae 20" diameter (10.1' to 15') 100 LF $0.00 $0.00 18af 20" diameter (15.1' to 20') 50 LF $0.00 $0.00 18ag 24" diameter (0' to 5') 500 LF $0.00 $0.00 18ah 24" diameter (5.1' to 10') 200 LF $0.00 $0.00 18ai 24" diameter (10.1' to 15') 100 LF $0.00 $0.00 18aj 24" diameter (15.1' to 20') 50 LF $0.00 $0.00 18ak 30" diameter (0' to 5') 500 LF $0.00 $0.00 18al 30" diameter (5.1' to 10') 200 LF $0.00 $0.00 18am 30" diameter (10.1' to 15') 100 LF $0.00 $0.00 18an 30" diameter (15.1' to 20') 50 LF $0.00 $0.00 18ao 36" diameter (0' to 5') 500 LF $0.00 $0.00 18ap 36" diameter (5.1' to 10') 200 LF $0.00 $0.00 18aq 36" diameter (10.1' to 15') 100 LF $0.00 $0.00 18ar 36" diameter (15.1' to 20') 50 LF $0.00 $0.00 DUCTILE IRON FITTINGS (Tees, Crosses, 90, 45, 22.5, 11.25, Sleeve, and inclusive all necessary restraints) [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 55 Line Item Description Quantity Unit of Measure Unit Cost Total 19a 4" diameter 2 TON $0.00 $0.00 19b 6" diameter 2 TON $0.00 $0.00 19c 8" diameter 2 TON $0.00 $0.00 19d 10" diameter 2 TON $0.00 $0.00 19e 12" diameter 2 TON $0.00 $0.00 19f 14" diameter 2 TON $0.00 $0.00 19g 16" diameter 2 TON $0.00 $0.00 19h 18" diameter 2 TON $0.00 $0.00 19i 20" diameter 2 TON $0.00 $0.00 19j 24" diameter 2 TON $0.00 $0.00 19k 30" diameter 2 TON $0.00 $0.00 19l 36" diameter 2 TON $0.00 $0.00 APPURTENANCES GATE VALVES WITH 3-PIECE VALVE BOX 20a 4" 50 EA $0.00 $0.00 20b 6" 50 EA $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 56 Line Item Description Quantity Unit of Measure Unit Cost Total 20c 8" 50 EA $0.00 $0.00 20d 10" 10 EA $0.00 $0.00 20e 12" 30 EA $0.00 $0.00 20f 14" 10 EA $0.00 $0.00 20g 16" 10 EA $0.00 $0.00 20h 18" 10 EA $0.00 $0.00 20i 20" 5 EA $0.00 $0.00 20j 24" 5 EA $0.00 $0.00 20k 30" 5 EA $0.00 $0.00 20l 36" 5 EA $0.00 $0.00 BUTTERFLY VALVES WITH VALVE BOX 21a 12" 5 EA $0.00 $0.00 21b 16" 5 EA $0.00 $0.00 21c 18" 5 EA $0.00 $0.00 21d 20" 5 EA $0.00 $0.00 21e 24" 5 EA $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 57 Line Item Description Quantity Unit of Measure Unit Cost Total 21f 30" 5 EA $0.00 $0.00 SERVICE SADDLES REPLACEMENT 22a 3/4" 300 EA $0.00 $0.00 22b 1" 300 EA $0.00 $0.00 22c 1.5" 300 EA $0.00 $0.00 22d 2" 100 EA $0.00 $0.00 22e 4" 10 EA $0.00 $0.00 22f 6" 10 EA $0.00 $0.00 22g 8" 10 EA $0.00 $0.00 22h 10" 10 EA $0.00 $0.00 22i 12" 10 EA $0.00 $0.00 22j 14" 10 EA $0.00 $0.00 22k 16" 10 EA $0.00 $0.00 22l 18" 10 EA $0.00 $0.00 22m 20" 10 EA $0.00 $0.00 TAPPING SLEEVES AND TAPPING VALVES [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 58 Line Item Description Quantity Unit of Measure Unit Cost Total 23a 4" 25 EA $0.00 $0.00 23b 6" 25 EA $0.00 $0.00 23c 8" 25 EA $0.00 $0.00 23d 10" 10 EA $0.00 $0.00 23e 12" 10 EA $0.00 $0.00 23f 14" 3 EA $0.00 $0.00 23g 16" 3 EA $0.00 $0.00 23h 18" 3 EA $0.00 $0.00 23i 20" 3 EA $0.00 $0.00 23j 24" 3 EA $0.00 $0.00 23k 30" 3 EA $0.00 $0.00 23l 36" 3 EA $0.00 $0.00 INSERT VALVES 24a 4" 40 EA $0.00 $0.00 24b 6" 40 EA $0.00 $0.00 24c 8" 20 EA $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 59 Line Item Description Quantity Unit of Measure Unit Cost Total 24d 10" 10 EA $0.00 $0.00 24e 12" 20 EA $0.00 $0.00 LINE STOPS 25a 4" 10 EA $0.00 $0.00 25b 6" 10 EA $0.00 $0.00 25c 8" 10 EA $0.00 $0.00 25d 10" 10 EA $0.00 $0.00 25e 12" 15 EA $0.00 $0.00 25f 14" 15 EA $0.00 $0.00 25g 16" 15 EA $0.00 $0.00 25h 18" 15 EA $0.00 $0.00 25i 20" 15 EA $0.00 $0.00 25j 24" 10 EA $0.00 $0.00 25k 30" 3 EA $0.00 $0.00 25l 36" 3 EA $0.00 $0.00 REPAIR CLAMP [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 60 Line Item Description Quantity Unit of Measure Unit Cost Total 26a 2" 15 EA $0.00 $0.00 26b 4" 15 EA $0.00 $0.00 26c 6" 15 EA $0.00 $0.00 26d 8" 15 EA $0.00 $0.00 26e 10" 15 EA $0.00 $0.00 26f 12" 15 EA $0.00 $0.00 26g 14" 5 EA $0.00 $0.00 26h 16" 5 EA $0.00 $0.00 26i 18" 5 EA $0.00 $0.00 26j 20" 5 EA $0.00 $0.00 26k 24" 5 EA $0.00 $0.00 26l 30" 5 EA $0.00 $0.00 26m 36" 5 EA $0.00 $0.00 RESTRAINED JOINT FOR EXISTING MAIN 27a 2" Restrained Joint 50 EA $0.00 $0.00 27b 4" Restrained Joint 100 EA $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 61 Line Item Description Quantity Unit of Measure Unit Cost Total 27c 6" Restrained Joint 100 EA $0.00 $0.00 27d 8" Restrained Joint 100 EA $0.00 $0.00 27e 10" Restrained Joint 100 EA $0.00 $0.00 27f 12" Restrained Joint 100 EA $0.00 $0.00 27g 16" Restrained Joint 50 EA $0.00 $0.00 27h 18" Restrained Joint 50 EA $0.00 $0.00 27i 20" Restrained Joint 20 EA $0.00 $0.00 27j 24" Restrained Joint 20 EA $0.00 $0.00 27k 30" Restrained Joint 20 EA $0.00 $0.00 FIRE HYDRANT ASSEMBLY 28a Remove and Replace Fire Hydrant Assembly With Valve (5-1/4") 40 EA $0.00 $0.00 28b Remove and Replace Fire Hydrant Assembly Without Valve (5-1/4") 10 EA $0.00 $0.00 28c Install New Fire Hydrant Assembly With Valve (5-1/4") 10 EA $0.00 $0.00 28d Remove Existing Fire Hydrant 5 EA $0.00 $0.00 SERVICE CONNECTIONS 29a Furnish and Install 5/8" Service Connection (corp to meter including meter box) and 2" PVC Casing 150 EA $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 62 Line Item Description Quantity Unit of Measure Unit Cost Total 29b Furnish and Install 3/4" Service Connection (corp to meter including meter box) and 2" PVC Casing 500 EA $0.00 $0.00 29c Furnish and Install 1" Service Connection (corp to meter including meter box) and 2" PVC Casing 500 EA $0.00 $0.00 29d Furnish and Install 1-1/2" Service Connection (including brass ball valve to meter box) and 3" PVC Casing 75 EA $0.00 $0.00 29e Furnish and Install 2" Service Connection (including brass ball valve to meter box) and 3" PVC Casing 50 EA $0.00 $0.00 OTHER ITEMS 30a Bollard 30 EA $0.00 $0.00 30b Aboveground ARV Assembly (Inclusive of fittings and enclosure) 10 EA $0.00 $0.00 30c ARV Only Assembly (Inclusive of fittings) 10 EA $0.00 $0.00 30d Temporary Blowoff Assembly 10 EA $0.00 $0.00 30e 4" Blowoff Assembly 10 EA $0.00 $0.00 30f Pipe Exterior Coating 100 SF $0.00 $0.00 WATER MAIN DISINFECTION 31a Cleaning and Disinfection of 2" to 6" Potable Water Main 7,000 LF $0.00 $0.00 31b Cleaning and Disinfection of 8" to 12" Potable Water Main 5,000 LF $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 63 Line Item Description Quantity Unit of Measure Unit Cost Total 31c Cleaning and Disinfection of 14" to 20" Potable Water Main 5,000 LF $0.00 $0.00 31d Cleaning and Disinfection of 24" to 36" Potable Water Main 5,000 LF $0.00 $0.00 31e Cleaning and Disinfection of 2" to 6" Reclaimed Water Main 5,000 LF $0.00 $0.00 31f Cleaning and Disinfection of 8" to 12" Reclaimed Water Main 5,000 LF $0.00 $0.00 31g Cleaning and Disinfection of 14" to 20" Reclaimed Water Main 2,000 LF $0.00 $0.00 31h Cleaning and Disinfection of 24" to 36" Reclaimed Water Main 2,000 LF $0.00 $0.00 GRAVITY SANITARY SEWER PIPE REPAIR (Incidental to Water or Reclaimed Water Trenchless) PVC GRAVITY MAIN (Inclusive all Labor, Material, and Associated Restraints) 32a 6" diameter 500 LF $0.00 $0.00 32b 8" diameter 500 LF $0.00 $0.00 32c 10" diameter 500 LF $0.00 $0.00 32d 12" diameter 500 LF $0.00 $0.00 32e 14" diameter 100 LF $0.00 $0.00 32f 16" diameter 100 LF $0.00 $0.00 32g 18" diameter 100 LF $0.00 $0.00 32h 20" diameter 100 LF $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 64 Line Item Description Quantity Unit of Measure Unit Cost Total 32i 24" diameter 100 LF $0.00 $0.00 WASTEWATER MANHOLE 33a Manhole - 4 feet Diameter 100 VF $0.00 $0.00 33b Manhole - 5 feet Diameter 50 VF $0.00 $0.00 33c Manhole - 6 feet Diameter 50 VF $0.00 $0.00 33d Adjust Existing Manhole Frame and Cover (paved areas) 10 EA $0.00 $0.00 33e Adjust Existing Manhole Frame and Cover (unpaved areas) 10 EA $0.00 $0.00 33f Replace Existing Manhole Frame and Cover (paved areas) 10 EA $0.00 $0.00 33g Replace Existing Manhole Frame and Cover (unpaved areas) 10 EA $0.00 $0.00 WASTEWATER SERVICE LATERAL 34a Install/Repair/Replace 4" Sanitary Sewer Lateral 10 EA $0.00 $0.00 34b Install/Repair/Replace 6" Sanitary Sewer Lateral 10 EA $0.00 $0.00 TOTAL $0.00 OWNER'S CONTINGENCY 10% of the subtotal of lines 1-34b in Group B above. [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 65 Line Item Description Unit of Measure Unit Cost 35 GROUP B: Water and RCW Trenchless Pipe Installation 10% Contingency LS $0.00 25-0027-UT WATER, RECLAIMED WATER AND WELL REPAIR & IMPROVEMENTS (GROUP C - ASPHALT MILLING AND RESURFACING) All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. All groups do not need to be priced however, all items within a group need to be completed in order to be considered for award of that group. Line Item Description Quantity Unit of Measure Unit Cost Total GROUP C: ASPHALT MILLING AND RESURFACING *Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for non-emergency mobilization shall not exceed $6,000 and the unit price for emergency mobilization shall not exceed $7,000 1a Non-Emergency Mobilization/ Demobilization including General Conditions and Traffic Control 40 LS $0.00 $0.00 1b Emergency Mobilization/ Demobilization including General Conditions and Traffic Control 20 LS $0.00 $0.00 2a Full Width Milling Only (Up to 2") 20,000 SY $0.00 $0.00 2b Full Width Milling Only (2" to 4") 20,000 SY $0.00 $0.00 2c Asphalt Patch 1,000 SY $0.00 $0.00 2d Complete Removal and Replacement of Asphalt Pavement 2,000 SY $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 66 Line Item Description Quantity Unit of Measure Unit Cost Total 3a Remove and Replace Limerock Base Only 2,000 SY $0.00 $0.00 3b Remove and Replace Crushed Concrete Base Only 2,000 SY $0.00 $0.00 4a Sodding 45,000 SF $0.00 $0.00 4b Brush Removal 40 TON $0.00 $0.00 4c Tree protection 15 EA $0.00 $0.00 4d Tree Removal (<6" Trunk Diameter) 5 EA $0.00 $0.00 4e Tree Removal (6"-12" Trunk Diameter) 3 EA $0.00 $0.00 4f Tree Removal (13"-18" Trunk Diameter) 3 EA $0.00 $0.00 4g Tree Removal (>18" Trunk Diameter) 3 EA $0.00 $0.00 5a Pavement Marking - Crosswalks (Lane) 500 LF $0.00 $0.00 5b Pavement Marking - Stop Bars (Lane) 250 EA $0.00 $0.00 5c Pavement Marking - School Crossing/RR 50 EA $0.00 $0.00 5d Pavement Marking - Turn, Straight, Combo Arrows 50 EA $0.00 $0.00 5e Pavement Marking - Dashed (White, Yellow or Double Yellow) 500 LF $0.00 $0.00 5f Pavement Marking - Solid White 250 LF $0.00 $0.00 5g Pavement Marking - Solid Double Yellow 250 LF $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 67 Line Item Description Quantity Unit of Measure Unit Cost Total 5h Pavement Marking - Solid Yellow 250 LF $0.00 $0.00 5i Temporary Pavement Marking - Turn, Straight, Combo Arrows 250 EA $0.00 $0.00 5j Temporary Pavement Marking - Dashed (White, Yellow or Double Yellow) 250 LF $0.00 $0.00 5k Temporary Pavement Marking - Solid White 250 LF $0.00 $0.00 5l Temporary Pavement Marking - Solid Double Yellow 250 LF $0.00 $0.00 5m Temporary Pavement Marking - Solid Yellow 250 LF $0.00 $0.00 TOTAL $0.00 OWNER'S CONTINGENCY 10% of the subtotal of lines 1a-5m in Group C above. Line Item Description Unit of Measure Unit Cost 6 GROUP C: Asphalt Milling and Resurfacing 10% Contingency LS $0.00 25-0027-UT WATER, RECLAIMED WATER AND WELL REPAIR & IMPROVEMENTS (GROUP D - CONCRETE APRONS, SIDEWALK AND CURB) All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 68 bid items shall not be changed in the event of overruns or underruns. All groups do not need to be priced however, all items within a group need to be completed in order to be considered for award of that group. Line Item Description Quantity Unit of Measure Unit Cost Total GROUP D: CONCRETE APRONS, SIDEWALK AND CURB Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for non-emergency mobilization shall not exceed $6,000 and the unit price for emergency mobilization shall not exceed $7,000 1a Non-Emergency Mobilization/ Demobilization including General Conditions and Traffic Control 40 LS $0.00 $0.00 1b Emergency Mobilization/ Demobilization including General Conditions and Traffic Control 20 LS $0.00 $0.00 2a Milling Removal 2,500 SY $0.00 $0.00 2b Removal and Replacement of Concrete Apron 20,000 SY $0.00 $0.00 2c Removal and Replacement of Concrete Sidewalk 20,000 SY $0.00 $0.00 2d Remove and replace concrete curb and gutter (City Standard Detail Straight Curb) 10,000 LF $0.00 $0.00 2e Remove and replace concrete curb and gutter (City Standard Detail Type I Curb) 10,000 LF $0.00 $0.00 2f Remove and replace concrete curb and gutter (City Standard Detail Valley Curb) 10,000 LF $0.00 $0.00 2g Remove and replace concrete curb and gutter (City Standard Detail Pin/Dowelled Curb) 10,000 LF $0.00 $0.00 3a Remove and Replace Limerock Base Only 1,500 CY $0.00 $0.00 3b Remove and Replace Crushed Concrete Base Only 1,500 CY $0.00 $0.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 69 Line Item Description Quantity Unit of Measure Unit Cost Total 4a Sodding 35,000 SF $0.00 $0.00 4b Brush Removal 40 TON $0.00 $0.00 4c Tree protection 15 EA $0.00 $0.00 4d Tree Removal (<6" Trunk Diameter) 5 EA $0.00 $0.00 4e Tree Removal (6"-12" Trunk Diameter) 3 EA $0.00 $0.00 4f Tree Removal (13"-18" Trunk Diameter) 3 EA $0.00 $0.00 4g Tree Removal (>18" Trunk Diameter) 3 EA $0.00 $0.00 TOTAL $0.00 OWNER'S CONTINGENCY 10% of the subtotal of lines 1a-4g in Group D above. Line Item Description Unit of Measure Unit Cost 5 GROUP D: Concrete Aprons, Sidewalk and Curb 10% Contingency LS $0.00 25-0027-UT WATER, RECLAIMED WATER AND WELL REPAIR & IMPROVEMENTS (GROUP E - WELL MAINTENANCE) All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 70 bid items shall not be changed in the event of overruns or underruns. All groups do not need to be priced however, all items within a group need to be completed in order to be considered for award of that group. Line Item Description Quantity Unit of Measure Unit Cost Total Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for non-emergency mobilization shall not exceed $6,000 and the unit price for emergency mobilization shall not exceed $7,000 PUMP REPAIR/REPLACEMENT SERVICES 1a Mobilization/Demobilization 15 EACH $3,000.00 $45,000.00 1b Remove & Reinstall Well Head & Pumping Equipment 15 EACH $1,000.00 $15,000.00 1c Perform Pump Repair 150 HOUR $250.00 $37,500.00 1d Well disinfection with a sodium hypochlorite solution following reinstallation of the pump, prior to electrical reconnection 15 EACH $2,700.00 $40,500.00 WELL ACIDIZATION SERVICES 2a Mobilization/Demobilization 15 EACH $3,000.00 $45,000.00 2b Perform Pre-acidizing Specific Capacity Test 15 EACH $1,000.00 $15,000.00 2c Remove and Re-install Production Pump 15 EACH $5,000.00 $75,000.00 2d Provide & Install Acidization Well Head Flange Plate 15 EACH $5,000.00 $75,000.00 2e Provide 32 Percent Inhibited Hydrochloric Acid 4,000 GALS $10.00 $40,000.00 2f Acidize Well 150 HOUR $250.00 $37,500.00 2g Provide and Set Test Pump and Pump Well 15 EACH $5,000.00 $75,000.00 [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 71 Line Item Description Quantity Unit of Measure Unit Cost Total 2h Well Disinfection 15 EACH $2,700.00 $40,500.00 WELL EVALUATION 3a Mobilization/Demobilization 15 EACH $3,000.00 $45,000.00 3b Perform Specific Capacity Test with Production Pump 15 EACH $1,000.00 $15,000.00 3c Set Test Pump & Perform Specific Capacity Test 15 EACH $3,500.00 $52,500.00 3d Remove & Reinstall Well Head & Pumping Equipment 15 EACH $5,000.00 $75,000.00 3e Provide & Install Test Pump for Geophysical Logging 15 EACH $3,500.00 $52,500.00 3f Perform Geophysical Logging 15 EACH $10,000.00 $150,000.00 3g Perform Video Survey 15 EACH $3,500.00 $52,500.00 MECHANICAL INTEGRITY TESTING 4 Perform Mechanical Integrity Testing 10 EA $35,000.00 $350,000.00 ADDITIONAL/MISCELLANEOUS SERVICES 5a Hourly Rate for Miscellaneous Services 100 HOUR $250.00 $25,000.00 TOTAL $1,358,500.00 OWNER'S CONTINGENCY 10% of the subtotal of lines 1a-5a in Group E above. [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [APPLIED DRILLING ENGINEERING, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 72 Line Item Description Unit of Measure Unit Cost 6 GROUP E: Well Maintenance 10% Contingency LS $135,850.00 City of Clearwater Public Utilities Richard Gardner, Department Director 100 South Myrtle Avenue, Clearwater, FL 33756 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements RESPONSE DEADLINE: September 30, 2025 at 2:00 pm Report Generated: Tuesday, September 30, 2025 Murphy Pipeline Contractors Response CONTACT INFORMATION Company: Murphy Pipeline Contractors Email: meghan.bedford@puriscorp.com Contact: Meghan Bedford Address: 12235 New Berlin Road Jacksonville, FL 32226 Phone: N/A Website: www.murphypipelines.com Submission Date: Sep 30, 2025 1:22 PM (Eastern Time) [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Sep 18, 2025 3:12 PM by Meghan Bedford Addendum #2 Confirmed Sep 25, 2025 6:56 PM by Meghan Bedford Addendum #3 Confirmed Sep 25, 2025 6:56 PM by Meghan Bedford Addendum #4 Confirmed Sep 30, 2025 4:07 PM by Meghan Bedford QUESTIONNAIRE 1. Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? No 2. Vendor Certification* By submitting this response, the Vendor hereby certifies that: A. It is under no legal prohibition on contracting with the City of Clearwater. B. It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. C. It has no known, undisclosed conflicts of interest. [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 3 D. The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. E. No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. F. It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. G. It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. H. It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. I. It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. J. It is current in all obligations due to the City. K. It will accept all terms and conditions as set forth in this solicitation if awarded by the City. L. The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. Confirmed 3. E-Verify System Certificattion* PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 4 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 4. Scrutinized Company Certification* Please download the below documents, complete, notarize, and upload. • SCRUTINIZED_COMPANIES_AND_B... Scrutinized_Certificate.pdf 5. Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 5 Anti-Human_Trafficking_Compliance.pdf 6. Section V - Contract Documents* Please download the below documents, complete, and upload. • Section_V_-_Contract_Docume... Proposal.pdf 7. W-9* Upload your current W-9 form. (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf) W-9_2025.pdf PRICE TABLES 25-0027-UT WATER, RECLAIMED WATER AND WELL REPAIR & IMPROVEMENTS (GROUP A - WATER AND RCW POINT REPAIR) All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. All groups do not need to be priced however, all items within a group need to be completed in order to be considered for award of that group. Line Item Description Quantity Unit of Measure Unit Cost Total GENERAL - GROUP A: Water and RCW Point Repair [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 6 Line Item Description Quantity Unit of Measure Unit Cost Total *Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4,000 for non emergency mobilization and $5,000 for emergency mobilization. Emergency and non emergency mobilization are further defined in Section IV of the Contract Documents. 1 *Emergency Mobilization/Demobilization & General Conditions and Traffic Control1 (max $5,000) 30 EA $5,000.00 $150,000.00 2 Non-Emergency Mobilization/Demobilization & General Conditions and Traffic Control1 (max $4,000) 75 EA $4,000.00 $300,000.00 Bid Items 3a to 3i shall be fully inclusive of furnishing and installation all items to provide a complete maintenance of traffic installation including but not limited to signage, barricades, channelizing devices, flaggers, etc. Bid Items 3j-3r shall only be allowed where not included as part of a complete MOT bid item. 3a FDOT Index 601 - Work Beyond the Shoulder 180 EA/DAY $1,000.00 $180,000.00 3b FDOT Index 602 - Work on Shoulder 180 EA/DAY $1,500.00 $270,000.00 3c FDOT Index 603 - Two Lane Two Way Work within Travel way 60 EA/DAY $1,650.00 $99,000.00 3d FDOT Index 604 - Two Lane Two Way - Intersection Work 60 EA/DAY $1,650.00 $99,000.00 3e FDOT Index 613 - Multilane Roadway - Lane Closures 60 EA/DAY $1,980.00 $118,800.00 3f FDOT Index 615 - Multilane Roadway - Intersection Work 60 EA/DAY $1,980.00 $118,800.00 3g FDOT Index 620 - Multilane Roadway - Temporary Diversion 60 EA/DAY $1,980.00 $118,800.00 3h FDOT Index 625 - Temporary Road Closure 60 EA/DAY $2,062.50 $123,750.00 3i FDOT Index 628 - Two Way Left Turn Lanes 60 EA/DAY $2,062.50 $123,750.00 3j Flagman 200 HOUR $72.00 $14,400.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 7 Line Item Description Quantity Unit of Measure Unit Cost Total 3k Arrow Board - 5' Minimum Horizontal Size 30 EA/DAY $48.00 $1,440.00 3l Variable Message Board 30 EA/DAY $84.00 $2,520.00 3m Concrete Barrier (FDOT Index No. 415) 60 EA/DAY $550.00 $33,000.00 3n Low Profile Barrier (FDOT Index No. 412) 60 EA/DAY $650.00 $39,000.00 3o Sign in Work Zone 100 EA/DAY $2.00 $200.00 3p FDOT Cone 100 EA/DAY $1.10 $110.00 3q FDOT Channelizing Drum 100 EA/DAY $1.10 $110.00 3r Barricade, Type III with Warning Light 100 EA/DAY $1.10 $110.00 3s Barricade, Type I or II with Warning Light 100 EA/DAY $1.10 $110.00 LABOR AND EQUIPMENT Bid Items 4a-l and 5a-v shall only be used at the approval of the City where other bid items are not fully inclusive or where applicable at discretion and approval of the City. LABOR HOUR 4a Foreman regular time 1,500 HOUR $115.00 $172,500.00 4b Foreman overtime 200 HOUR $172.50 $34,500.00 4c Operator regular time 2,000 HOUR $64.90 $129,800.00 4d Operator overtime 200 HOUR $96.80 $19,360.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 8 Line Item Description Quantity Unit of Measure Unit Cost Total 4e Truck Driver regular time 1,000 HOUR $67.85 $67,850.00 4f Truck Driver overtime 50 HOUR $101.20 $5,060.00 4g Pipe Layer regular time 2,000 HOUR $61.95 $123,900.00 4h Pipe Layer overtime 200 HOUR $92.40 $18,480.00 4i Laborer regular time 2,000 HOUR $55.65 $111,300.00 4j Laborer overtime 2,000 HOUR $84.00 $168,000.00 4k Preconstruction Video 30 DAY $85.00 $2,550.00 4l Asbuilt Survey 80 DAY $275.00 $22,000.00 EQUIPMENT 5a Foreman's pickup truck with hand tools 1,500 HOUR $33.75 $50,625.00 5b Job truck with tools 1,500 HOUR $35.125 $52,687.50 5c Tractor & Trailer (Transport) 200 HOUR $125.00 $25,000.00 5d Track Hoe (to 100 HP) 1,100 HOUR $87.50 $96,250.00 5e Track Hoe (101 HP to 170 HP) 500 HOUR $143.75 $71,875.00 5f Track Hoe (171 HP and up) 750 HOUR $218.75 $164,062.50 LANDSCAPING/RESTORATION [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 9 Line Item Description Quantity Unit of Measure Unit Cost Total 6a Sodding 75,000 SF $1.75 $131,250.00 6b Brush Removal 40 TON $500.00 $20,000.00 6c Tree Protection 15 EA $312.50 $4,687.50 6d Tree Removal (<6" Trunk Diameter) 5 EA $625.00 $3,125.00 6e Tree Removal (6"-12" Trunk Diameter) 3 EA $750.00 $2,250.00 6f Tree Removal (13"-18" Trunk Diameter) 3 EA $2,025.00 $6,075.00 6g Tree Removal (>18" Trunk Diameter) 3 EA $3,375.00 $10,125.00 MATERIALS 7a Remove and Replace Concrete Sidewalk, (4" Min Thickness) 500 SF $27.50 $13,750.00 7b Remove and Replace Concrete Sidewalk, (6" Min Thickness) 500 SF $32.50 $16,250.00 7c Remove and Replace Concrete Driveway 250 SY $193.75 $48,437.50 7d Full Width Milling (Up to 2") 7,500 SY $40.00 $300,000.00 7e Full Width Milling (2" to 4") 7,500 SY $31.25 $234,375.00 7f SP 12.5 Asphalt Concrete Resurfacing 500 TON $275.00 $137,500.00 7g SP 9.5 Asphalt Concrete Resurfacing 500 TON $275.00 $137,500.00 7h Pavement Marking - Crosswalks (Lane) 500 LF $2.50 $1,250.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 10 Line Item Description Quantity Unit of Measure Unit Cost Total 7i Pavement Marking - Stop Bars (Lane) 250 EA $112.50 $28,125.00 7j Pavement Marking - School Crossing/RR 50 EA $110.00 $5,500.00 7k Pavement Marking - Turn, Straight, Combo Arrows 50 EA $125.00 $6,250.00 7l Pavement Marking - Dashed (White, Yellow, or Double Yellow) 500 LF $1.25 $625.00 7m Pavement Marking - Solid White 250 LF $1.25 $312.50 7n Pavement Marking - Solid Double Yellow 250 LF $1.875 $468.75 7o Pavement Marking - Solid Yellow 250 LF $1.25 $312.50 7p Temporary Pavement Marking - Turn, Straight, Combo Arrows 250 EA $125.00 $31,250.00 7q Temporary Pavement Marking - Dashed (White, Yellow, or Double Yellow) 250 LF $1.25 $312.50 7r Temporary Pavement Marking - Solid White 250 LF $1.25 $312.50 7s Temporary Pavement Marking - Solid Double Yellow 250 LF $1.875 $468.75 7t Temporary Pavement Marking - Solid Yellow 250 LF $1.25 $312.50 7u Remove and replace concrete curb and gutter (FDOT Type A) 750 LF $56.25 $42,187.50 7v Remove and replace concrete curb and gutter (FDOT Type E) 750 LF $87.50 $65,625.00 7w Remove and replace concrete curb and gutter (FDOT Type F) 750 LF $87.50 $65,625.00 7x 3000 psi Concrete 100 CY $625.00 $62,500.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 11 Line Item Description Quantity Unit of Measure Unit Cost Total 7y Off Site Selected Fill 1,500 CY $62.50 $93,750.00 7z Limerock Base Material 750 TON $91.25 $68,437.50 7aa Crushed Concrete Base Material 750 TON $117.50 $88,125.00 7ab Stabilized Subgrade 750 TON $91.25 $68,437.50 7ac # 57 Washed Stone 750 TON $156.25 $117,187.50 7ad Removal of unsuitable soil 300 TON $28.75 $8,625.00 7ae Removal of buried concrete 300 TON $400.00 $120,000.00 7af Removal of Hazardous Material 300 TON $1,500.00 $450,000.00 7ag Rip Rap 300 TON $187.50 $56,250.00 7ah Flowable Fill 100 CY $250.00 $25,000.00 7ai Brick Pavers 100 SY $150.00 $15,000.00 7aj Geo Grid 20 SY $35.00 $700.00 7ak Shoring (4' to 6' deep) 10 EA $1,500.00 $15,000.00 7al Shoring (6' to 10' deep) 10 EA $4,000.00 $40,000.00 7am Steel Road Plates 40 EA $300.00 $12,000.00 WELL POINT DEWATERING [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 12 Line Item Description Quantity Unit of Measure Unit Cost Total 8 Well Point Dewatering 2,000 LF/DAY $82.50 $165,000.00 GROUT FILL AND ABANDON MAIN 9a 2"-6" 7,500 LF $18.75 $140,625.00 9b 8"-12" 7,500 LF $20.00 $150,000.00 9c 16"-24" 5,000 LF $25.00 $125,000.00 9d >30" 5,000 LF $62.50 $312,500.00 REMOVE ABANDONED MAIN 10a 2"-6" 5,000 LF $12.50 $62,500.00 10b 8"-12" 5,000 LF $18.75 $93,750.00 10c 16"-24" 2,000 LF $37.50 $75,000.00 10d >30" 500 LF $62.50 $31,250.00 PRESSURE PIPE (OPEN CUT) PVC (Inclusive all Labor, Material, and Associated Restraints) 11a 4" diameter (0' to 5') 1,000 LF $93.75 $93,750.00 11b 4" diameter (5.1' to 10') 500 LF $150.00 $75,000.00 11c 4" diameter (10.1' to 15') 100 LF $300.00 $30,000.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 13 Line Item Description Quantity Unit of Measure Unit Cost Total 11d 4" diameter (15.1' to 20') 50 LF $515.00 $25,750.00 11e 6" diameter (0' to 5') 1,000 LF $110.00 $110,000.00 11f 6" diameter (5.1' to 10') 500 LF $157.50 $78,750.00 11g 6" diameter (10.1' to 15') 100 LF $316.25 $31,625.00 11h 6" diameter (15.1' to 20') 50 LF $528.75 $26,437.50 11i 8" diameter (0' to 5') 1,000 LF $127.50 $127,500.00 11j 8" diameter (5.1' to 10') 500 LF $177.50 $88,750.00 11k 8" diameter (10.1' to 15') 100 LF $337.50 $33,750.00 11l 8" diameter (15.1' to 20') 50 LF $506.00 $25,300.00 11m 10" diameter (0' to 5') 200 LF $140.25 $28,050.00 11n 10" diameter (5.1' to 10') 200 LF $195.25 $39,050.00 11o 10" diameter (10.1' to 15') 50 LF $371.25 $18,562.50 11p 10" diameter (15.1' to 20') 30 LF $556.60 $16,698.00 DUCTILE IRON (Inclusive all Labor, Material, and Associated Restraints) 12a 4" diameter (0' to 5') 1,000 LF $143.75 $143,750.00 12b 4" diameter (5.1' to 10') 500 LF $193.75 $96,875.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 14 Line Item Description Quantity Unit of Measure Unit Cost Total 12c 4" diameter (10.1' to 15') 100 LF $352.50 $35,250.00 12d 4" diameter (15.1' to 20') 50 LF $565.00 $28,250.00 12e 6" diameter (0' to 5') 1,000 LF $130.00 $130,000.00 12f 6" diameter (5.1' to 10') 500 LF $178.75 $89,375.00 12g 6" diameter (10.1' to 15') 100 LF $337.50 $33,750.00 12h 6" diameter (15.1' to 20') 50 LF $550.00 $27,500.00 12i 8" diameter (0' to 5') 1,000 LF $146.25 $146,250.00 12j 8" diameter (5.1' to 10') 500 LF $195.00 $97,500.00 12k 8" diameter (10.1' to 15') 100 LF $353.75 $35,375.00 12l 8" diameter (15.1' to 20') 50 LF $568.75 $28,437.50 12m 10" diameter (0' to 5') 100 LF $190.00 $19,000.00 12n 10" diameter (5.1' to 10') 100 LF $328.75 $32,875.00 12o 10" diameter (10.1' to 15') 50 LF $415.00 $20,750.00 12p 10" diameter (15.1' to 20') 30 LF $587.50 $17,625.00 12q 12" diameter (0' to 5') 1,000 LF $187.50 $187,500.00 12r 12" diameter (5.1' to 10') 500 LF $340.00 $170,000.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 15 Line Item Description Quantity Unit of Measure Unit Cost Total 12s 12" diameter (10.1' to 15') 100 LF $396.25 $39,625.00 12t 12" diameter (15.1' to 20') 50 LF $608.75 $30,437.50 12u 14" diameter (0' to 5') 100 LF $280.00 $28,000.00 12v 14" diameter (5.1' to 10') 50 LF $495.00 $24,750.00 12w 14" diameter (10.1' to 15') 20 LF $505.00 $10,100.00 12x 14" diameter (15.1' to 20') 20 LF $676.25 $13,525.00 12y 16" diameter (0' to 5') 500 LF $221.25 $110,625.00 12z 16" diameter (5.1' to 10') 200 LF $270.00 $54,000.00 12aa 16" diameter (10.1' to 15') 50 LF $470.00 $23,500.00 12ab 16" diameter (15.1' to 20') 30 LF $641.00 $19,230.00 12ac 18" diameter (0' to 5') 50 LF $268.75 $13,437.50 12ad 18" diameter (5.1' to 10') 50 LF $483.75 $24,187.50 12ae 18" diameter (10.1' to 15') 20 LF $493.75 $9,875.00 12af 18" diameter (15.1' to 20') 20 LF $666.25 $13,325.00 12ag 20" diameter (0' to 5') 500 LF $268.75 $134,375.00 12ah 20" diameter (5.1' to 10') 200 LF $318.75 $63,750.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 16 Line Item Description Quantity Unit of Measure Unit Cost Total 12ai 20" diameter (10.1' to 15') 50 LF $517.50 $25,875.00 12aj 20" diameter (15.1' to 20') 30 LF $691.25 $20,737.50 12ak 24" diameter (0' to 5') 500 LF $368.75 $184,375.00 12al 24" diameter (5.1' to 10') 200 LF $417.50 $83,500.00 12am 24" diameter (10.1' to 15') 50 LF $650.00 $32,500.00 12an 24" diameter (15.1' to 20') 30 LF $757.50 $22,725.00 12ao 30" diameter (0' to 5') 100 LF $507.50 $50,750.00 12ap 30" diameter (5.1' to 10') 50 LF $735.00 $36,750.00 12aq 30" diameter (10.1' to 15') 20 LF $777.50 $15,550.00 12ar 30" diameter (15.1' to 20') 20 LF $992.45 $19,849.00 12as 36" diameter (0' to 5') 100 LF $586.50 $58,650.00 12at 36" diameter (5.1' to 10') 50 LF $795.80 $39,790.00 12au 36" diameter (10.1' to 15') 20 LF $833.75 $16,675.00 12av 36" diameter (15.1' to 20') 20 LF $1,110.90 $22,218.00 HDPE (Inclusive all Labor, Material, and Associated Restraints) 13a 4" diameter (0' to 5') 1,000 LF $88.75 $88,750.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 17 Line Item Description Quantity Unit of Measure Unit Cost Total 13b 4" diameter (5.1' to 10') 500 LF $138.75 $69,375.00 13c 4" diameter (10.1' to 15') 100 LF $297.50 $29,750.00 13d 4" diameter (15.1' to 20') 50 LF $510.00 $25,500.00 13e 6" diameter (0' to 5') 1,000 LF $100.00 $100,000.00 13f 6" diameter (5.1' to 10') 500 LF $148.75 $74,375.00 13g 6" diameter (10.1' to 15') 100 LF $308.75 $30,875.00 13h 6" diameter (15.1' to 20') 50 LF $520.00 $26,000.00 13i 8" diameter (0' to 5') 1,000 LF $113.75 $113,750.00 13j 8" diameter (5.1' to 10') 500 LF $162.50 $81,250.00 13k 8" diameter (10.1' to 15') 100 LF $321.25 $32,125.00 13l 8" diameter (15.1' to 20') 50 LF $533.75 $26,687.50 13m 10" diameter (0' to 5') 200 LF $130.00 $26,000.00 13n 10" diameter (5.1' to 10') 200 LF $178.75 $35,750.00 13o 10" diameter (10.1' to 15') 50 LF $338.75 $16,937.50 13p 10" diameter (15.1' to 20') 30 LF $550.00 $16,500.00 13q 12" diameter (0' to 5') 200 LF $151.25 $30,250.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 18 Line Item Description Quantity Unit of Measure Unit Cost Total 13r 12" diameter (5.1' to 10') 200 LF $201.25 $40,250.00 13s 12" diameter (10.1' to 15') 100 LF $361.25 $36,125.00 13t 12" diameter (15.1' to 20') 50 LF $572.50 $28,625.00 13u 16" diameter (0' to 5') 500 LF $181.50 $90,750.00 13v 16" diameter (5.1' to 10') 200 LF $241.50 $48,300.00 13w 16" diameter (10.1' to 15') 100 LF $433.50 $43,350.00 13x 16" diameter (15.1' to 20') 50 LF $687.00 $34,350.00 13y 18" diameter (0' to 5') 500 LF $199.65 $99,825.00 13z 18" diameter (5.1' to 10') 200 LF $265.65 $53,130.00 13aa 18" diameter (10.1' to 15') 100 LF $476.85 $47,685.00 13ab 18" diameter (15.1' to 20') 50 LF $755.70 $37,785.00 13ac 20" diameter (0' to 5') 500 LF $219.615 $109,807.50 13ad 20" diameter (5.1' to 10') 200 LF $292.215 $58,443.00 13ae 20" diameter (10.1' to 15') 100 LF $524.535 $52,453.50 13af 20" diameter (15.1' to 20') 50 LF $831.27 $41,563.50 13ag 24" diameter (0' to 5') 500 LF $241.5765 $120,788.25 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 19 Line Item Description Quantity Unit of Measure Unit Cost Total 13ah 24" diameter (5.1' to 10') 200 LF $321.4365 $64,287.30 13ai 24" diameter (10.1' to 15') 100 LF $576.9885 $57,698.85 13aj 24" diameter (15.1' to 20') 50 LF $914.397 $45,719.85 13ak 30" diameter (0' to 5') 500 LF $265.7341 $132,867.05 13al 30" diameter (5.1' to 10') 200 LF $353.5802 $70,716.04 13am 30" diameter (10.1' to 15') 100 LF $634.6874 $63,468.74 13an 30" diameter (15.1' to 20') 50 LF $1,005.8367 $50,291.835 13ao 36" diameter (0' to 5') 500 LF $292.3076 $146,153.80 13ap 36" diameter (5.1' to 10') 200 LF $388.9382 $77,787.64 13aq 36" diameter (10.1' to 15') 100 LF $698.1561 $69,815.61 13ar 36" diameter (15.1' to 20') 50 LF $1,106.4204 $55,321.02 DUCTILE IRON FITTINGS (Tees, Crosses, 90, 45, 22.5, 11.25, Sleeve, and inclusive all necessary restraints) 14a 4" diameter 2 TON $30,375.00 $60,750.00 14b 6" diameter 2 TON $30,375.00 $60,750.00 14c 8" diameter 2 TON $30,375.00 $60,750.00 14d 10" diameter 2 TON $30,375.00 $60,750.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 20 Line Item Description Quantity Unit of Measure Unit Cost Total 14e 12" diameter 2 TON $30,375.00 $60,750.00 14f 14" diameter 2 TON $30,375.00 $60,750.00 14g 16" diameter 2 TON $30,375.00 $60,750.00 14h 18" diameter 2 TON $30,375.00 $60,750.00 14i 20" diameter 2 TON $30,375.00 $60,750.00 14j 24" diameter 2 TON $30,375.00 $60,750.00 14k 30" diameter 2 TON $30,375.00 $60,750.00 14l 36" diameter 2 TON $30,375.00 $60,750.00 PIPE BURSTING 15a Furnish and Install 4" HDPE Perchlorinated Pipe Bursting, DR 11 1,000 LF $115.00 $115,000.00 15b Furnish and Install 6" HDPE Perchlorinated Pipe Bursting, DR 11 1,000 LF $135.00 $135,000.00 15c Furnish and Install 8" HDPE Perchlorinated Pipe Bursting, DR 11 1,000 LF $170.00 $170,000.00 15d Furnish and Install 10" HDPE Perchlorinated Pipe Bursting, DR 11 500 LF $175.00 $87,500.00 15e Furnish and Install 12" HDPE Perchlorinated Pipe Bursting, DR 11 1,000 LF $185.00 $185,000.00 15f Furnish and Install 16" HDPE Perchlorinated Pipe Bursting, DR 11 1,000 LF $220.00 $220,000.00 15g Furnish and Install 20" HDPE Perchlorinated Pipe Bursting, DR 11 1,000 LF $270.00 $270,000.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 21 Line Item Description Quantity Unit of Measure Unit Cost Total 15h Furnish and Install 24" HDPE Perchlorinated Pipe Bursting, DR 11 500 LF $290.00 $145,000.00 15i Furnish and Install 30" HDPE Perchlorinated Pipe Bursting, DR 11 500 LF $400.00 $200,000.00 JACK AND BORE 16a Furnish and Install 4" PVC or DI Pipe in 16" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF $250.00 $125,000.00 16b Furnish and Install 6" PVC or DI Pipe in 16" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF $287.50 $143,750.00 16c Furnish and Install 8" PVC or DI Pipe in 18" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF $300.00 $150,000.00 16d Furnish and Install 12" PVC or DI Pipe in 24" OD Steel Casing Pipe by Jack and Bore per city standard detail 750 LF $331.25 $248,437.50 16e Furnish and Install 16" PVC or DI Pipe in 30" OD Steel Casing Pipe by Jack and Bore per city standard detail 750 LF $397.50 $298,125.00 16f Furnish and Install 20" PVC or DI Pipe in 36" OD Steel Casing Pipe by Jack and Bore per city standard detail 750 LF $465.00 $348,750.00 16g Furnish and Install 24" PVC or DI Pipe in 42" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF $545.00 $272,500.00 16h Furnish and Install 30" PVC or DI Pipe in 48" OD Steel Casing Pipe by Jack and Bore per city standard detail 300 LF $652.50 $195,750.00 16i Furnish and Install 36" PVC or DI Pipe in 54" OD Steel Casing Pipe by Jack and Bore per city standard detail 300 LF $750.00 $225,000.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 22 Line Item Description Quantity Unit of Measure Unit Cost Total 16j Furnish and Install 42" PVC or DI Pipe in 60" OD Steel Casing Pipe by Jack and Bore per city standard detail 300 LF $875.00 $262,500.00 DIRECTIONAL DRILL 17a Furnish and Install 4" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $146.41 $146,410.00 17b Furnish and Install 6" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $164.56 $164,560.00 17c Furnish and Install 8" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $188.76 $188,760.00 17d Furnish and Install 10" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 500 LF $220.22 $110,110.00 17e Furnish and Install 12" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $257.73 $257,730.00 17f Furnish and Install 16" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $347.27 $347,270.00 17g Furnish and Install 20" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $447.70 $447,700.00 17h Furnish and Install 24" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $605.00 $605,000.00 17i Furnish and Install 30" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $665.50 $665,500.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 23 Line Item Description Quantity Unit of Measure Unit Cost Total 17j Furnish and Install 36" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $1,000.00 $1,000,000.00 17k Furnish and Install 4" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $160.00 $160,000.00 17l Furnish and Install 6" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $160.00 $160,000.00 17m Furnish and Install 8" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $192.00 $192,000.00 17n Furnish and Install 10" Restrained PVC by directional drill, DR 18 with Transitional Ends 500 LF $224.00 $112,000.00 17o Furnish and Install 12" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $272.00 $272,000.00 17p Furnish and Install 16" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $480.00 $480,000.00 17q Furnish and Install 20" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $640.00 $640,000.00 17r Furnish and Install 24" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $800.00 $800,000.00 17s Furnish and Install 30" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $960.00 $960,000.00 17t Furnish and Install 36" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $1,280.00 $1,280,000.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 24 Line Item Description Quantity Unit of Measure Unit Cost Total SLIPLINE HDPE THROUGH EXISTING MAIN (Inclusive all Labor, Material, and Associated Restraints) 18a Furnish and Install 4" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $80.00 $80,000.00 18b Furnish and Install 6" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $90.00 $90,000.00 18c Furnish and Install 8" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $100.00 $100,000.00 18d Furnish and Install 10" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $110.00 $110,000.00 18e Furnish and Install 12" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $120.00 $120,000.00 18f Furnish and Install 16" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $140.00 $140,000.00 18g Furnish and Install 20" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $165.00 $165,000.00 18h Furnish and Install 24" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 500 LF $310.00 $155,000.00 18i Furnish and Install 30" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 500 LF $405.00 $202,500.00 TEMPORARY WATER SERVICE 19a 2" Temporary HDPE Water Main (Including Tap Connections to Existing Main) 2,500 LF $41.00 $102,500.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 25 Line Item Description Quantity Unit of Measure Unit Cost Total 19b 4" Temporary HDPE Water Main (Including Tap Connections to Existing Main) 2,500 LF $46.00 $115,000.00 19c 6" Temporary HDPE Water Main (Including Tap Connections to Existing Main) 1,000 LF $56.00 $56,000.00 APPURTENANCES 20a 4" 100 EA $2,062.50 $206,250.00 20b 6" 100 EA $2,431.25 $243,125.00 20c 8" 50 EA $3,431.25 $171,562.50 20d 10" 10 EA $4,928.75 $49,287.50 20e 12" 30 EA $6,003.75 $180,112.50 20f 14" 10 EA $14,838.75 $148,387.50 20g 16" 10 EA $24,536.00 $245,360.00 20h 18" 10 EA $29,425.00 $294,250.00 20i 20" 5 EA $30,913.75 $154,568.75 20j 24" 5 EA $40,678.75 $203,393.75 20k 30" 5 EA $88,875.00 $444,375.00 20l 36" 5 EA $95,595.00 $477,975.00 BUTTERFLY VALVES WITH VALVE BOX [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 26 Line Item Description Quantity Unit of Measure Unit Cost Total 21a 12" 5 EA $21,000.00 $105,000.00 21b 16" 5 EA $29,000.00 $145,000.00 21c 18" 5 EA $33,000.00 $165,000.00 21d 20" 5 EA $35,000.00 $175,000.00 21e 24" 5 EA $63,000.00 $315,000.00 21f 30" 5 EA $110,000.00 $550,000.00 SERVICE SADDLES REPLACEMENT 22a 3/4" 300 EA $1,430.65 $429,195.00 22b 1" 300 EA $1,460.10 $438,030.00 22c 1.5" 300 EA $1,472.50 $441,750.00 22d 2" 100 EA $1,474.05 $147,405.00 22e 4" 10 EA $1,602.70 $16,027.00 22f 6" 10 EA $1,618.20 $16,182.00 22g 8" 10 EA $1,658.50 $16,585.00 22h 10" 10 EA $1,712.75 $17,127.50 22i 12" 10 EA $1,805.75 $18,057.50 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 27 Line Item Description Quantity Unit of Measure Unit Cost Total 22j 14" 10 EA $1,842.95 $18,429.50 22k 16" 10 EA $1,923.00 $19,230.00 22l 18" 10 EA $1,973.15 $19,731.50 22m 20" 10 EA $2,114.20 $21,142.00 TAPPING SLEEVES WITH TAPPING VALVES (Including 3 Piece Valve Box) 23a 4" 25 EA $5,194.00 $129,850.00 23b 6" 25 EA $6,116.60 $152,915.00 23c 8" 25 EA $7,758.80 $193,970.00 23d 10" 10 EA $11,520.60 $115,206.00 23e 12" 10 EA $14,379.40 $143,794.00 23f 14" 3 EA $15,804.00 $47,412.00 23g 16" 3 EA $16,950.00 $50,850.00 23h 18" 3 EA $18,196.50 $54,589.50 23i 20" 3 EA $18,671.58 $56,014.74 23j 24" 3 EA $21,383.10 $64,149.30 23k 30" 3 EA $22,080.00 $66,240.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 28 Line Item Description Quantity Unit of Measure Unit Cost Total 23l 36" 3 EA $37,225.50 $111,676.50 INSERT GATE VALVES 24a 4" 50 EA $4,042.50 $202,125.00 24b 6" 50 EA $5,348.75 $267,437.50 24c 8" 30 EA $6,725.25 $201,757.50 24d 10" 10 EA $9,660.35 $96,603.50 24e 12" 20 EA $11,767.35 $235,347.00 LINE STOPS 25a 2" 10 EA $8,500.00 $85,000.00 25b 4" 10 EA $9,500.00 $95,000.00 25c 6" 10 EA $10,050.00 $100,500.00 25d 8" 10 EA $11,500.00 $115,000.00 25e 10" 10 EA $15,500.00 $155,000.00 25f 12" 15 EA $16,500.00 $247,500.00 25g 14" 15 EA $18,500.00 $277,500.00 25h 16" 15 EA $20,500.00 $307,500.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 29 Line Item Description Quantity Unit of Measure Unit Cost Total 25i 18" 15 EA $25,500.00 $382,500.00 25j 20" 10 EA $28,900.00 $289,000.00 25k 24" 3 EA $35,000.00 $105,000.00 25l 30" 3 EA $42,000.00 $126,000.00 25m 36" 3 EA $48,000.00 $144,000.00 REPAIR CLAMP 26a 2" 15 EA $1,350.00 $20,250.00 26b 4" 15 EA $1,398.72 $20,980.80 26c 6" 15 EA $1,522.80 $22,842.00 26d 8" 15 EA $1,942.98 $29,144.70 26e 10" 15 EA $2,679.00 $40,185.00 26f 12" 15 EA $3,231.72 $48,475.80 26g 14" 5 EA $3,492.57 $17,462.85 26h 16" 5 EA $3,650.00 $18,250.00 26i 18" 5 EA $3,730.86 $18,654.30 26j 20" 5 EA $3,983.25 $19,916.25 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 30 Line Item Description Quantity Unit of Measure Unit Cost Total 26k 24" 5 EA $4,301.91 $21,509.55 26l 30" 5 EA $4,575.45 $22,877.25 26m 36" 5 EA $4,966.02 $24,830.10 RESTRAINED JOINT (for Existing Mains) 27a 2" Restrained Joint 50 EA $164.40 $8,220.00 27b 4" Restrained Joint 100 EA $212.35 $21,235.00 27c 6" Restrained Joint 100 EA $360.31 $36,031.00 27d 8" Restrained Joint 100 EA $548.00 $54,800.00 27e 10" Restrained Joint 100 EA $763.09 $76,309.00 27f 12" Restrained Joint 100 EA $899.08 $89,908.00 27g 16" Restrained Joint 50 EA $2,986.60 $149,330.00 27h 18" Restrained Joint 50 EA $3,096.20 $154,810.00 27i 20" Restrained Joint 20 EA $3,963.41 $79,268.20 27j 24" Restrained Joint 20 EA $3,729.45 $74,589.00 27k 30" Restrained Joint 20 EA $4,712.00 $94,240.00 FIRE HYDRANT ASSEMBLY [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 31 Line Item Description Quantity Unit of Measure Unit Cost Total 28a Remove and Replace Fire Hydrant Assembly With Valve (5-1/4") 60 EA $10,900.00 $654,000.00 28b Remove and Replace Fire Hydrant Assembly Without Valve (5-1/4") 20 EA $8,500.00 $170,000.00 28c Install New Fire Hydrant Assembly With Valve (5-1/4") 10 EA $10,100.00 $101,000.00 28d Remove Existing Fire Hydrant Only 10 EA $1,200.00 $12,000.00 SERVICE CONNECTIONS 29a Furnish and Install 5/8" Service Connection (corp to meter including meter box) and 2" PVC Casing 150 EA $2,600.00 $390,000.00 29b Furnish and Install 3/4" Service Connection (corp to meter including meter box) and 2" PVC Casing 500 EA $2,912.50 $1,456,250.00 29c Furnish and Install 1" Service Connection (corp to meter including meter box) and 2" PVC Casing 500 EA $4,035.00 $2,017,500.00 29d Furnish and Install 1-1/2" Service Connection (including brass ball valve to meter including meter box) and 3" PVC Casing 75 EA $4,808.75 $360,656.25 29e Furnish and Install 2" Service Connection (including brass ball valve to meter including meter box) and 3" PVC Casing 50 EA $5,382.50 $269,125.00 OTHER ITEMS 30a Bollard 30 EA $1,255.00 $37,650.00 30b ARV Assembly (Inclusive of fittings and enclosure) 10 EA $9,931.25 $99,312.50 30c ARV Only 10 EA $4,115.00 $41,150.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 32 Line Item Description Quantity Unit of Measure Unit Cost Total 30d Temporary Blowoff Assembly 10 EA $1,800.00 $18,000.00 30e 4" Blowoff Assembly 10 EA $2,600.00 $26,000.00 30f Pipe Exterior Coating 100 SF $47.50 $4,750.00 WATER MAIN DISINFECTION 31a Cleaning and Disinfection of 2" to 6" Potable Water Main 7,000 LF $19.00 $133,000.00 31b Cleaning and Disinfection of 8" to 12" Potable Water Main 5,000 LF $21.00 $105,000.00 31c Cleaning and Disinfection of 14" to 20" Potable Water Main 5,000 LF $24.00 $120,000.00 31d Cleaning and Disinfection of 24" to 36" Potable Water Main 5,000 LF $28.00 $140,000.00 31e Cleaning and Disinfection of 2" to 6" Reclaimed Water Main 5,000 LF $19.00 $95,000.00 31f Cleaning and Disinfection of 8" to 12" Reclaimed Water Main 5,000 LF $21.00 $105,000.00 31g Cleaning and Disinfection of 14" to 20" Reclaimed Water Main 2,000 LF $24.00 $48,000.00 31h Cleaning and Disinfection of 24" to 36" Reclaimed Water Main 2,000 LF $28.00 $56,000.00 GRAVITY SANITARY SEWER PIPE REPAIR (Incidental to Water or Reclaimed Water Repair) PVC GRAVITY MAIN (Inclusive all Labor, Material, and Associated Restraints) 32a 6" diameter 500 LF $301.92 $150,960.00 32b 8" diameter 500 LF $318.20 $159,100.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 33 Line Item Description Quantity Unit of Measure Unit Cost Total 32c 10" diameter 500 LF $337.44 $168,720.00 32d 12" diameter 500 LF $362.60 $181,300.00 32e 14" diameter 100 LF $564.47 $56,447.00 32f 16" diameter 100 LF $569.80 $56,980.00 32g 18" diameter 100 LF $664.52 $66,452.00 32h 20" diameter 100 LF $778.48 $77,848.00 32i 24" diameter 100 LF $851.00 $85,100.00 WASTEWATER MANHOLE 33a Manhole - 4 feet Diameter 200 VF $2,092.20 $418,440.00 33b Manhole - 5 feet Diameter 100 VF $2,602.05 $260,205.00 33c Manhole - 6 feet Diameter 100 VF $2,899.05 $289,905.00 33d Adjust Existing Manhole Frame and Cover (paved areas) 10 EA $4,405.50 $44,055.00 33e Adjust Existing Manhole Frame and Cover (unpaved areas) 10 EA $3,385.80 $33,858.00 33f Replace Existing Manhole Frame and Cover (paved areas) 10 EA $5,049.00 $50,490.00 33g Replace Existing Manhole Frame and Cover (unpaved areas) 10 EA $4,029.30 $40,293.00 WASTEWATER SERVICE LATERAL [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 34 Line Item Description Quantity Unit of Measure Unit Cost Total 34a Install/Repair/Replace 4" Sanitary Sewer Lateral 10 EA $4,250.00 $42,500.00 34b Install/Repair/Replace 6" Sanitary Sewer Lateral 10 EA $4,550.00 $45,500.00 TOTAL $48,187,551.075 OWNER'S CONTINGENCY 10% of the subtotal of lines 1-34b in Group A above. Line Item Description Unit of Measure Unit Cost 35 GROUP A: Water and RCW Point Repair 10% Contingency LS $4,818,755.1075 25-0027-UT WATER, RECLAIMED WATER AND WELL REPAIR & IMPROVEMENTS (GROUP B - WATER AND RCW TRENCHLESS PIPE INSTALLATION) All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. All groups do not need to be priced however, all items within a group need to be completed in order to be considered for award of that group. Line Item Description Quantity Unit of Measure Unit Cost Total GENERAL - GROUP B: Water and RCW Trenchless Pipe Installation [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 35 Line Item Description Quantity Unit of Measure Unit Cost Total *Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4,000 for non emergency mobilization and $5,000 for emergency mobilization. Emergency and non emergency mobilization are further defined in Section IV of the Contract Documents. 1 *Emergency Mobilization/Demobilization & General Conditions and Traffic Control1 (max $5,000) 25 EA $5,000.00 $125,000.00 2 Non-Emergency Mobilization/Demobilization & General Conditions and Traffic Control1 (max $4,000) 50 EA $4,000.00 $200,000.00 MAINTENANCE OF TRAFFIC Bid Items 3a to 3i shall be fully inclusive of furnishing and installation all items to provide a complete maintenance of traffic installation including but not limited to signage, barricades, channelizing devices, flaggers, etc. Bid Items 3j-3r shall only be allowed where not included as part of a complete MOT bid item. 3a FDOT Index 601 - Work Beyond the Shoulder 180 EA/DAY $1,000.00 $180,000.00 3b FDOT Index 602 - Work on Shoulder 180 EA/DAY $1,500.00 $270,000.00 3c FDOT Index 603 - Two Lane Two Way Work within Travel way 60 EA/DAY $1,650.00 $99,000.00 3d FDOT Index 604 - Two Lane Two Way - Intersection Work 60 EA/DAY $1,650.00 $99,000.00 3e FDOT Index 613 - Multilane Roadway - Lane Closures 60 EA/DAY $1,980.00 $118,800.00 3f FDOT Index 615 - Multilane Roadway - Intersection Work 60 EA/DAY $1,980.00 $118,800.00 3g FDOT Index 620 - Multilane Roadway - Temporary Diversion 60 EA/DAY $1,980.00 $118,800.00 3h FDOT Index 625 - Temporary Road Closure 60 EA/DAY $2,062.50 $123,750.00 3i FDOT Index 628 - Two Way Left Turn Lanes 60 EA/DAY $2,062.50 $123,750.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 36 Line Item Description Quantity Unit of Measure Unit Cost Total 3j Flagman 200 HOUR $72.00 $14,400.00 3k Arrow Board - 5' Minimum Horizontal Size 30 EA/DAY $48.00 $1,440.00 3l Variable Message Board 30 EA/DAY $84.00 $2,520.00 3m Concrete Barrier (FDOT Index No. 415) 60 EA/DAY $550.00 $33,000.00 3n Low Profile Barrier (FDOT Index No. 412) 60 EA/DAY $650.00 $39,000.00 3o Sign in Work Zone 100 EA/DAY $2.00 $200.00 3p FDOT Cone 100 EA/DAY $1.10 $110.00 3q FDOT Channelizing Drum 100 EA/DAY $1.75 $175.00 3r Barricade, Type III with Warning Light 100 EA/DAY $1.15 $115.00 3s Barricade, Type I or II with Warning Light 100 EA/DAY $1.10 $110.00 LABOR AND EQUIPMENT Bid Items 4a-l and 5a-v shall only be used at the approval of the City where other bid items are not fully inclusive or where applicable at discretion of the City. LABOR HOUR 4a Foreman regular time 1,500 HOUR $115.00 $172,500.00 4b Foreman overtime 200 HOUR $172.50 $34,500.00 4c Operator regular time 2,000 HOUR $64.90 $129,800.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 37 Line Item Description Quantity Unit of Measure Unit Cost Total 4d Operator overtime 200 HOUR $96.80 $19,360.00 4e Truck Driver regular time 1,000 HOUR $67.85 $67,850.00 4f Truck Driver overtime 50 HOUR $101.20 $5,060.00 4g Pipe Layer regular time 2,000 HOUR $61.95 $123,900.00 4h Pipe Layer overtime 200 HOUR $92.40 $18,480.00 4i Laborer regular time 2,000 HOUR $55.65 $111,300.00 4j Laborer overtime 2,000 HOUR $84.00 $168,000.00 4k Preconstruction Video 30 DAY $85.00 $2,550.00 4l Asbuilt Survey 80 DAY $275.00 $22,000.00 EQUIPMENT 5a Foreman's pickup truck with hand tools 1,500 HOUR $33.75 $50,625.00 5b Job truck with tools 1,500 HOUR $35.125 $52,687.50 5c Tractor & Trailer (Transport) 200 HOUR $125.00 $25,000.00 5d Track Hoe (to 100 HP) 1,100 HOUR $87.50 $96,250.00 5e Track Hoe (101 HP to 170 HP) 500 HOUR $143.75 $71,875.00 5f Track Hoe (171 HP and up) 750 HOUR $218.75 $164,062.50 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 38 Line Item Description Quantity Unit of Measure Unit Cost Total 5g Rubber Tired Backhoe 25 HOUR $25.00 $625.00 5h Wheel Loader (to 150 HP) 2,000 HOUR $35.00 $70,000.00 5i Wheel Loader (151 HP and up) 250 HOUR $47.00 $11,750.00 5j Track Type Tractors (to 100 HP) 150 HOUR $30.00 $4,500.00 5k Track Type Tractors (101 HP and up) 25 HOUR $33.00 $825.00 5l Dump Truck (Tandem Axle) 750 HOUR $95.00 $71,250.00 5m Plate Tamp 250 HOUR $15.00 $3,750.00 5n 3" Trash Pump 250 HOUR $20.00 $5,000.00 5o 4" Double Diaphragm Pump 2,000 HOUR $25.00 $50,000.00 5p Air Compressor (125 CFM min.) 100 HOUR $35.00 $3,500.00 5q 4" Jet Pump 25 DAY $185.00 $4,625.00 5r Emergency Hauling up to 2500 gallons 25 HOUR $750.00 $18,750.00 5s Emergency Hauling over 2500 gallons 25 HOUR $900.00 $22,500.00 5t Street Sweeper 200 HOUR $250.00 $50,000.00 5u Mobile Light Tower 40 DAY $300.00 $12,000.00 5v Vactor Truck 250 HOUR $450.00 $112,500.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 39 Line Item Description Quantity Unit of Measure Unit Cost Total LANDSCAPING/RESTORATION 6a Sodding 75,000 SF $1.75 $131,250.00 6b Brush Removal 40 TON $500.00 $20,000.00 6c Tree Protection 15 EA $312.50 $4,687.50 6d Tree Removal (<6" Trunk Diameter) 5 EA $625.00 $3,125.00 6e Tree Removal (6"-12" Trunk Diameter) 3 EA $750.00 $2,250.00 6f Tree Removal (13"-18" Trunk Diameter) 3 EA $2,025.00 $6,075.00 6g Tree Removal (>18" Trunk Diameter) 3 EA $3,375.00 $10,125.00 MATERIALS 7a Remove and Replace Concrete Sidewalk, (4" Min Thickness) 500 SF $27.50 $13,750.00 7b Remove and Replace Concrete Sidewalk, (6" Min Thickness) 500 SF $32.50 $16,250.00 7c Remove and Replace Concrete Driveway 250 SY $193.75 $48,437.50 7d Full Width Milling (Up to 2") 7,500 SY $40.00 $300,000.00 7e Full Width Milling (2" to 4") 7,500 SY $31.25 $234,375.00 7f SP 12.5 Asphalt Concrete Resurfacing 500 TON $275.00 $137,500.00 7g SP 9.5 Asphalt Concrete Resurfacing 500 TON $275.00 $137,500.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 40 Line Item Description Quantity Unit of Measure Unit Cost Total 7h Pavement Marking - Crosswalks (Lane) 500 LF $2.50 $1,250.00 7i Pavement Marking - Stop Bars (Lane) 250 EA $112.50 $28,125.00 7j Pavement Marking - School Crossing/RR 50 EA $110.00 $5,500.00 7k Pavement Marking - Turn, Straight, Combo Arrows 50 EA $125.00 $6,250.00 7l Pavement Marking - Dashed (White, Yellow, or Double Yellow) 500 LF $1.25 $625.00 7m Pavement Marking - Solid White 250 LF $1.25 $312.50 7n Pavement Marking - Solid Double Yellow 250 LF $1.875 $468.75 7o Pavement Marking - Solid Yellow 250 LF $1.25 $312.50 7p Temporary Pavement Marking - Turn, Straight, Combo Arrows 250 EA $125.00 $31,250.00 7q Temporary Pavement Marking - Dashed (White, Yellow, or Double Yellow) 250 LF $1.25 $312.50 7r Temporary Pavement Marking - Solid White 250 LF $1.25 $312.50 7s Temporary Pavement Marking - Solid Double Yellow 250 LF $1.875 $468.75 7t Temporary Pavement Marking - Solid Yellow 250 LF $1.25 $312.50 7u Remove and replace concrete curb and gutter (FDOT Type A) 750 LF $56.25 $42,187.50 7v Remove and replace concrete curb and gutter (FDOT Type E) 750 LF $87.50 $65,625.00 7w Remove and replace concrete curb and gutter (FDOT Type F) 750 LF $87.50 $65,625.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 41 Line Item Description Quantity Unit of Measure Unit Cost Total 7x 3000 psi Concrete 100 CY $625.00 $62,500.00 7y Off Site Selected Fill 1,500 CY $62.50 $93,750.00 7z Limerock Base Material 750 TON $91.25 $68,437.50 7aa Crushed Concrete Base Material 750 TON $117.50 $88,125.00 7ab Stabilized Subgrade 750 TON $91.25 $68,437.50 7ac # 57 Washed Stone 750 TON $156.25 $117,187.50 7ad Removal of unsuitable soil 300 TON $28.75 $8,625.00 7ae Removal of buried concrete 50 CY $400.00 $20,000.00 7af Removal of Hazardous 50 CY $1,500.00 $75,000.00 7ag Rip Rap 300 TON $187.50 $56,250.00 7ah Flowable Fill 100 CY $250.00 $25,000.00 7ai Brick Pavers 100 SY $150.00 $15,000.00 7aj Brick Paver Level Sand 10 CY $150.00 $1,500.00 7ak Geo Grid 80 SY $35.00 $2,800.00 7al Shoring (4' to 6' deep) 12 EA $1,500.00 $18,000.00 7am Shoring (6' to 10' deep) 12 EA $4,000.00 $48,000.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 42 Line Item Description Quantity Unit of Measure Unit Cost Total 7an Steel Road Plates 12 EA $300.00 $3,600.00 WELL POINT DEWATERING 8a Well Point Dewatering 2,000 LF/DAY $82.50 $165,000.00 GROUT FILL AND ABANDON MAIN 9a 2"-6" 7,500 LF $18.75 $140,625.00 9b 8"-12" 7,500 LF $20.00 $150,000.00 9c 16"-24" 5,000 LF $25.00 $125,000.00 9d >30" 5,000 LF $62.50 $312,500.00 REMOVE ABANDONED MAIN 10a 2"-6" 5,000 LF $12.50 $62,500.00 10b 8"-12" 5,000 LF $18.75 $93,750.00 10c 16"-24" 2,000 LF $37.50 $75,000.00 10d >30" 500 LF $62.50 $31,250.00 PRESSURE MAIN - TRENCHLESS INSTALLATION TEMPORARY WATER SERVICE 11a 2" Temporary HDPE Water Main (Including Tap Connections to Existing Main and Temporary Services) 20,000 LF $41.00 $820,000.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 43 Line Item Description Quantity Unit of Measure Unit Cost Total 11b 4" Temporary HDPE Water Main (Including Tap Connections to Existing Main and Temporary Services) 15,000 LF $46.00 $690,000.00 11c 6" Temporary HDPE Water Main (Including Tap Connections to Existing Main and Temporary Services) 5,000 LF $56.00 $280,000.00 DIRECTIONAL DRILL (Inclusive of Fusing, MJ Adapters, Fused Fittings, etc) 12a Furnish and Install 4" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 4,000 LF $146.41 $585,640.00 12b Furnish and Install 6" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 4,000 LF $164.56 $658,240.00 12c Furnish and Install 8" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 4,000 LF $188.76 $755,040.00 12d Furnish and Install 10" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 2,000 LF $220.22 $440,440.00 12e Furnish and Install 12" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 4,000 LF $257.73 $1,030,920.00 12f Furnish and Install 16" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 2,000 LF $347.27 $694,540.00 12g Furnish and Install 20" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $447.70 $447,700.00 12h Furnish and Install 24" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $605.00 $605,000.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 44 Line Item Description Quantity Unit of Measure Unit Cost Total 12i Furnish and Install 30" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $665.50 $665,500.00 12j Furnish and Install 36" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $1,000.00 $1,000,000.00 12k Furnish and Install 4" Restrained PVC by directional drill, DR 18 with Transitional Ends 4,000 LF $160.00 $640,000.00 12l Furnish and Install 6" Restrained PVC by directional drill, DR 18 with Transitional Ends 4,000 LF $160.00 $640,000.00 12m Furnish and Install 8" Restrained PVC by directional drill, DR 18 with Transitional Ends 4,000 LF $192.00 $768,000.00 12n Furnish and Install 10" Restrained PVC by directional drill, DR 18 with Transitional Ends 2,000 LF $224.00 $448,000.00 12o Furnish and Install 12" Restrained PVC by directional drill, DR 18 with Transitional Ends 4,000 LF $272.00 $1,088,000.00 12p Furnish and Install 16" Restrained PVC by directional drill, DR 18 with Transitional Ends 2,000 LF $480.00 $960,000.00 12q Furnish and Install 20" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $640.00 $640,000.00 12r Furnish and Install 24" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $800.00 $800,000.00 12s Furnish and Install 30" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $960.00 $960,000.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 45 Line Item Description Quantity Unit of Measure Unit Cost Total 12t Furnish and Install 36" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $1,280.00 $1,280,000.00 PIPE BURSTING 13a Furnish and Install 4" HDPE Perchlorinated Pipe Bursting, DR 11 5,000 LF $115.00 $575,000.00 13b Furnish and Install 6" HDPE Perchlorinated Pipe Bursting, DR 11 5,000 LF $135.00 $675,000.00 13c Furnish and Install 8" HDPE Perchlorinated Pipe Bursting, DR 11 5,000 LF $170.00 $850,000.00 13d Furnish and Install 10" HDPE Perchlorinated Pipe Bursting, DR 11 500 LF $175.00 $87,500.00 13e Furnish and Install 12" HDPE Perchlorinated Pipe Bursting, DR 11 2,500 LF $185.00 $462,500.00 13f Furnish and Install 16" HDPE Perchlorinated Pipe Bursting, DR 11 1,000 LF $220.00 $220,000.00 13g Furnish and Install 20" HDPE Perchlorinated Pipe Bursting, DR 11 1,000 LF $270.00 $270,000.00 13h Furnish and Install 24" HDPE Perchlorinated Pipe Bursting, DR 11 500 LF $290.00 $145,000.00 13i Furnish and Install 30" HDPE Perchlorinated Pipe Bursting, DR 11 500 LF $400.00 $200,000.00 SLIPLINE HDPE THROUGH EXISTING MAIN (Inclusive all Labor, Material, and Associated Restraints) 14a Furnish and Install 4" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $80.00 $80,000.00 14b Furnish and Install 6" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $90.00 $90,000.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 46 Line Item Description Quantity Unit of Measure Unit Cost Total 14c Furnish and Install 8" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $100.00 $100,000.00 14d Furnish and Install 10" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $110.00 $110,000.00 14e Furnish and Install 12" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $120.00 $120,000.00 14f Furnish and Install 16" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $140.00 $140,000.00 14g Furnish and Install 20" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $165.00 $165,000.00 14h Furnish and Install 24" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 500 LF $310.00 $155,000.00 14i Furnish and Install 30" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 500 LF $405.00 $202,500.00 JACK AND BORE 15a Furnish and Install 4" PVC or DI Pipe in 16" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF $250.00 $125,000.00 15b Furnish and Install 6" PVC or DI Pipe in 16" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF $287.50 $143,750.00 15c Furnish and Install 8" PVC or DI Pipe in 18" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF $300.00 $150,000.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 47 Line Item Description Quantity Unit of Measure Unit Cost Total 15d Furnish and Install 12" PVC or DI Pipe in 24" OD Steel Casing Pipe by Jack and Bore per city standard detail 750 LF $331.25 $248,437.50 15e Furnish and Install 16" PVC or DI Pipe in 30" OD Steel Casing Pipe by Jack and Bore per city standard detail 750 LF $397.50 $298,125.00 15f Furnish and Install 20" PVC or DI Pipe in 36" OD Steel Casing Pipe by Jack and Bore per city standard detail 750 LF $465.00 $348,750.00 15g Furnish and Install 24" PVC or DI Pipe in 42" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF $545.00 $272,500.00 15h Furnish and Install 30" PVC or DI Pipe in 48" OD Steel Casing Pipe by Jack and Bore per city standard detail 300 LF $652.50 $195,750.00 15i Furnish and Install 36" PVC or DI Pipe in 54" OD Steel Casing Pipe by Jack and Bore per city standard detail 150 LF $750.00 $112,500.00 15j Furnish and Install 42" PVC or DI Pipe in 60" OD Steel Casing Pipe by Jack and Bore per city standard detail 150 LF $875.00 $131,250.00 PRESSURE PIPE (Open Cut) PVC (Inclusive all Labor, Material, and Associated Restraints) 16a 4" diameter (0' to 5') 500 LF $93.75 $46,875.00 16b 4" diameter (5.1' to 10') 100 LF $150.00 $15,000.00 16c 4" diameter (10.1' to 15') 100 LF $300.00 $30,000.00 16d 4" diameter (15.1' to 20') 50 LF $515.00 $25,750.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 48 Line Item Description Quantity Unit of Measure Unit Cost Total 16e 6" diameter (0' to 5') 500 LF $110.00 $55,000.00 16f 6" diameter (5.1' to 10') 100 LF $157.50 $15,750.00 16g 6" diameter (10.1' to 15') 100 LF $316.25 $31,625.00 16h 6" diameter (15.1' to 20') 50 LF $528.75 $26,437.50 16i 8" diameter (0' to 5') 500 LF $127.50 $63,750.00 16j 8" diameter (5.1' to 10') 100 LF $177.50 $17,750.00 16k 8" diameter (10.1' to 15') 100 LF $337.50 $33,750.00 16l 8" diameter (15.1' to 20') 50 LF $506.00 $25,300.00 16m 10" diameter (0' to 5') 200 LF $140.25 $28,050.00 16n 10" diameter (5.1' to 10') 200 LF $195.25 $39,050.00 16o 10" diameter (10.1' to 15') 50 LF $371.25 $18,562.50 16p 10" diameter (15.1' to 20') 30 LF $556.60 $16,698.00 DUCTILE IRON (Inclusive all Labor, Material, and Associated Restraints) 17a 4" diameter (0' to 5') 500 LF $143.75 $71,875.00 17b 4" diameter (5.1' to 10') 200 LF $193.75 $38,750.00 17c 4" diameter (10.1' to 15') 100 LF $352.50 $35,250.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 49 Line Item Description Quantity Unit of Measure Unit Cost Total 17d 4" diameter (15.1' to 20') 50 LF $565.00 $28,250.00 17e 6" diameter (0' to 5') 500 LF $130.00 $65,000.00 17f 6" diameter (5.1' to 10') 200 LF $178.75 $35,750.00 17g 6" diameter (10.1' to 15') 100 LF $337.50 $33,750.00 17h 6" diameter (15.1' to 20') 50 LF $550.00 $27,500.00 17i 8" diameter (0' to 5') 500 LF $146.25 $73,125.00 17j 8" diameter (5.1' to 10') 200 LF $195.00 $39,000.00 17k 8" diameter (10.1' to 15') 100 LF $353.75 $35,375.00 17l 8" diameter (15.1' to 20') 50 LF $568.75 $28,437.50 17m 10" diameter (0' to 5') 500 LF $190.00 $95,000.00 17n 10" diameter (5.1' to 10') 200 LF $328.75 $65,750.00 17o 10" diameter (10.1' to 15') 100 LF $145.00 $14,500.00 17p 10" diameter (15.1' to 20') 50 LF $587.50 $29,375.00 17q 12" diameter (0' to 5') 500 LF $187.50 $93,750.00 17r 12" diameter (5.1' to 10') 200 LF $340.00 $68,000.00 17s 12" diameter (10.1' to 15') 100 LF $396.25 $39,625.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 50 Line Item Description Quantity Unit of Measure Unit Cost Total 17t 12" diameter (15.1' to 20') 50 LF $608.75 $30,437.50 17u 14" diameter (0' to 5') 100 LF $280.00 $28,000.00 17v 14" diameter (5.1' to 10') 50 LF $495.00 $24,750.00 17w 14" diameter (10.1' to 15') 20 LF $505.00 $10,100.00 17x 14" diameter (15.1' to 20') 20 LF $676.25 $13,525.00 17y 16" diameter (0' to 5') 500 LF $221.25 $110,625.00 17z 16" diameter (5.1' to 10') 200 LF $270.00 $54,000.00 17aa 16" diameter (10.1' to 15') 50 LF $470.00 $23,500.00 17ab 16" diameter (15.1' to 20') 30 LF $641.25 $19,237.50 17ac 18" diameter (0' to 5') 50 LF $268.75 $13,437.50 17ad 18" diameter (5.1' to 10') 50 LF $483.75 $24,187.50 17ae 18" diameter (10.1' to 15') 20 LF $493.75 $9,875.00 17af 18" diameter (15.1' to 20') 20 LF $666.25 $13,325.00 17ag 20" diameter (0' to 5') 500 LF $268.75 $134,375.00 17ah 20" diameter (5.1' to 10') 200 LF $318.75 $63,750.00 17ai 20" diameter (10.1' to 15') 50 LF $517.50 $25,875.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 51 Line Item Description Quantity Unit of Measure Unit Cost Total 17aj 20" diameter (15.1' to 20') 30 LF $691.25 $20,737.50 17ak 24" diameter (0' to 5') 500 LF $368.75 $184,375.00 17al 24" diameter (5.1' to 10') 200 LF $417.50 $83,500.00 17am 24" diameter (10.1' to 15') 50 LF $650.00 $32,500.00 17an 24" diameter (15.1' to 20') 30 LF $757.50 $22,725.00 17ao 30" diameter (0' to 5') 100 LF $507.50 $50,750.00 17ap 30" diameter (5.1' to 10') 50 LF $735.00 $36,750.00 17aq 30" diameter (10.1' to 15') 20 LF $777.50 $15,550.00 17ar 30" diameter (15.1' to 20') 20 LF $992.45 $19,849.00 17as 36" diameter (0' to 5') 100 LF $586.50 $58,650.00 17at 36" diameter (5.1' to 10') 50 LF $795.80 $39,790.00 17au 36" diameter (10.1' to 15') 20 LF $833.75 $16,675.00 17av 36" diameter (15.1' to 20') 20 LF $1,110.90 $22,218.00 HDPE (Inclusive all Labor, Material, and Associated Restraints) 18a 4" diameter (0' to 5') 500 LF $88.75 $44,375.00 18b 4" diameter (5.1' to 10') 200 LF $138.75 $27,750.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 52 Line Item Description Quantity Unit of Measure Unit Cost Total 18c 4" diameter (10.1' to 15') 100 LF $297.50 $29,750.00 18d 4" diameter (15.1' to 20') 50 LF $510.00 $25,500.00 18e 6" diameter (0' to 5') 500 LF $100.00 $50,000.00 18f 6" diameter (5.1' to 10') 200 LF $148.75 $29,750.00 18g 6" diameter (10.1' to 15') 100 LF $308.75 $30,875.00 18h 6" diameter (15.1' to 20') 50 LF $520.00 $26,000.00 18i 8" diameter (0' to 5') 500 LF $113.75 $56,875.00 18j 8" diameter (5.1' to 10') 200 LF $162.50 $32,500.00 18k 8" diameter (10.1' to 15') 100 LF $321.25 $32,125.00 18l 8" diameter (15.1' to 20') 50 LF $533.75 $26,687.50 18m 10" diameter (0' to 5') 200 LF $130.00 $26,000.00 18n 10" diameter (5.1' to 10') 200 LF $178.75 $35,750.00 18o 10" diameter (10.1' to 15') 50 LF $338.75 $16,937.50 18p 10" diameter (15.1' to 20') 30 LF $550.00 $16,500.00 18q 12" diameter (0' to 5') 500 LF $151.25 $75,625.00 18r 12" diameter (5.1' to 10') 200 LF $201.25 $40,250.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 53 Line Item Description Quantity Unit of Measure Unit Cost Total 18s 12" diameter (10.1' to 15') 100 LF $361.25 $36,125.00 18t 12" diameter (15.1' to 20') 50 LF $572.50 $28,625.00 18u 16" diameter (0' to 5') 500 LF $181.50 $90,750.00 18v 16" diameter (5.1' to 10') 200 LF $241.50 $48,300.00 18w 16" diameter (10.1' to 15') 100 LF $433.50 $43,350.00 18x 16" diameter (15.1' to 20') 50 LF $687.00 $34,350.00 18y 18" diameter (0' to 5') 500 LF $199.65 $99,825.00 18z 18" diameter (5.1' to 10') 200 LF $265.65 $53,130.00 18aa 18" diameter (10.1' to 15') 100 LF $476.85 $47,685.00 18ab 18" diameter (15.1' to 20') 50 LF $755.70 $37,785.00 18ac 20" diameter (0' to 5') 500 LF $219.615 $109,807.50 18ad 20" diameter (5.1' to 10') 200 LF $292.215 $58,443.00 18ae 20" diameter (10.1' to 15') 100 LF $524.535 $52,453.50 18af 20" diameter (15.1' to 20') 50 LF $831.27 $41,563.50 18ag 24" diameter (0' to 5') 500 LF $241.5765 $120,788.25 18ah 24" diameter (5.1' to 10') 200 LF $321.4365 $64,287.30 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 54 Line Item Description Quantity Unit of Measure Unit Cost Total 18ai 24" diameter (10.1' to 15') 100 LF $576.9885 $57,698.85 18aj 24" diameter (15.1' to 20') 50 LF $914.397 $45,719.85 18ak 30" diameter (0' to 5') 500 LF $265.7342 $132,867.10 18al 30" diameter (5.1' to 10') 200 LF $353.5802 $70,716.04 18am 30" diameter (10.1' to 15') 100 LF $634.6874 $63,468.74 18an 30" diameter (15.1' to 20') 50 LF $1,005.8367 $50,291.835 18ao 36" diameter (0' to 5') 500 LF $292.3076 $146,153.80 18ap 36" diameter (5.1' to 10') 200 LF $388.9382 $77,787.64 18aq 36" diameter (10.1' to 15') 100 LF $698.1561 $69,815.61 18ar 36" diameter (15.1' to 20') 50 LF $1,106.4204 $55,321.02 DUCTILE IRON FITTINGS (Tees, Crosses, 90, 45, 22.5, 11.25, Sleeve, and inclusive all necessary restraints) 19a 4" diameter 2 TON $30,375.00 $60,750.00 19b 6" diameter 2 TON $30,375.00 $60,750.00 19c 8" diameter 2 TON $30,375.00 $60,750.00 19d 10" diameter 2 TON $30,375.00 $60,750.00 19e 12" diameter 2 TON $30,375.00 $60,750.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 55 Line Item Description Quantity Unit of Measure Unit Cost Total 19f 14" diameter 2 TON $30,375.00 $60,750.00 19g 16" diameter 2 TON $30,375.00 $60,750.00 19h 18" diameter 2 TON $30,375.00 $60,750.00 19i 20" diameter 2 TON $30,375.00 $60,750.00 19j 24" diameter 2 TON $30,375.00 $60,750.00 19k 30" diameter 2 TON $30,375.00 $60,750.00 19l 36" diameter 2 TON $30,375.00 $60,750.00 APPURTENANCES GATE VALVES WITH 3-PIECE VALVE BOX 20a 4" 50 EA $2,062.50 $103,125.00 20b 6" 50 EA $2,431.25 $121,562.50 20c 8" 50 EA $3,431.25 $171,562.50 20d 10" 10 EA $4,928.75 $49,287.50 20e 12" 30 EA $6,003.75 $180,112.50 20f 14" 10 EA $14,838.75 $148,387.50 20g 16" 10 EA $24,536.00 $245,360.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 56 Line Item Description Quantity Unit of Measure Unit Cost Total 20h 18" 10 EA $29,425.00 $294,250.00 20i 20" 5 EA $30,913.75 $154,568.75 20j 24" 5 EA $40,678.75 $203,393.75 20k 30" 5 EA $88,875.00 $444,375.00 20l 36" 5 EA $95,595.00 $477,975.00 BUTTERFLY VALVES WITH VALVE BOX 21a 12" 5 EA $21,000.00 $105,000.00 21b 16" 5 EA $29,000.00 $145,000.00 21c 18" 5 EA $33,000.00 $165,000.00 21d 20" 5 EA $35,000.00 $175,000.00 21e 24" 5 EA $63,000.00 $315,000.00 21f 30" 5 EA $110,000.00 $550,000.00 SERVICE SADDLES REPLACEMENT 22a 3/4" 300 EA $1,430.65 $429,195.00 22b 1" 300 EA $1,460.10 $438,030.00 22c 1.5" 300 EA $1,472.50 $441,750.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 57 Line Item Description Quantity Unit of Measure Unit Cost Total 22d 2" 100 EA $1,474.05 $147,405.00 22e 4" 10 EA $1,602.70 $16,027.00 22f 6" 10 EA $1,618.20 $16,182.00 22g 8" 10 EA $1,658.50 $16,585.00 22h 10" 10 EA $1,712.75 $17,127.50 22i 12" 10 EA $1,805.75 $18,057.50 22j 14" 10 EA $1,842.95 $18,429.50 22k 16" 10 EA $1,923.00 $19,230.00 22l 18" 10 EA $1,973.15 $19,731.50 22m 20" 10 EA $2,114.20 $21,142.00 TAPPING SLEEVES AND TAPPING VALVES 23a 4" 25 EA $5,194.00 $129,850.00 23b 6" 25 EA $6,116.60 $152,915.00 23c 8" 25 EA $7,758.80 $193,970.00 23d 10" 10 EA $11,520.60 $115,206.00 23e 12" 10 EA $14,379.40 $143,794.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 58 Line Item Description Quantity Unit of Measure Unit Cost Total 23f 14" 3 EA $15,804.00 $47,412.00 23g 16" 3 EA $16,950.00 $50,850.00 23h 18" 3 EA $18,196.50 $54,589.50 23i 20" 3 EA $18,671.58 $56,014.74 23j 24" 3 EA $21,383.10 $64,149.30 23k 30" 3 EA $22,080.00 $66,240.00 23l 36" 3 EA $37,225.50 $111,676.50 INSERT VALVES 24a 4" 40 EA $4,042.50 $161,700.00 24b 6" 40 EA $5,348.75 $213,950.00 24c 8" 20 EA $6,725.25 $134,505.00 24d 10" 10 EA $9,660.35 $96,603.50 24e 12" 20 EA $11,767.35 $235,347.00 LINE STOPS 25a 4" 10 EA $9,500.00 $95,000.00 25b 6" 10 EA $10,505.00 $105,050.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 59 Line Item Description Quantity Unit of Measure Unit Cost Total 25c 8" 10 EA $11,500.00 $115,000.00 25d 10" 10 EA $15,500.00 $155,000.00 25e 12" 15 EA $16,500.00 $247,500.00 25f 14" 15 EA $18,500.00 $277,500.00 25g 16" 15 EA $20,500.00 $307,500.00 25h 18" 15 EA $25,500.00 $382,500.00 25i 20" 15 EA $28,900.00 $433,500.00 25j 24" 10 EA $35,000.00 $350,000.00 25k 30" 3 EA $42,000.00 $126,000.00 25l 36" 3 EA $48,000.00 $144,000.00 REPAIR CLAMP 26a 2" 15 EA $1,350.00 $20,250.00 26b 4" 15 EA $1,398.72 $20,980.80 26c 6" 15 EA $1,522.80 $22,842.00 26d 8" 15 EA $1,942.98 $29,144.70 26e 10" 15 EA $2,679.00 $40,185.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 60 Line Item Description Quantity Unit of Measure Unit Cost Total 26f 12" 15 EA $3,231.72 $48,475.80 26g 14" 5 EA $3,492.57 $17,462.85 26h 16" 5 EA $3,650.00 $18,250.00 26i 18" 5 EA $3,730.86 $18,654.30 26j 20" 5 EA $3,983.25 $19,916.25 26k 24" 5 EA $4,301.91 $21,509.55 26l 30" 5 EA $4,575.45 $22,877.25 26m 36" 5 EA $4,966.02 $24,830.10 RESTRAINED JOINT FOR EXISTING MAIN 27a 2" Restrained Joint 50 EA $164.40 $8,220.00 27b 4" Restrained Joint 100 EA $212.35 $21,235.00 27c 6" Restrained Joint 100 EA $360.31 $36,031.00 27d 8" Restrained Joint 100 EA $548.00 $54,800.00 27e 10" Restrained Joint 100 EA $763.09 $76,309.00 27f 12" Restrained Joint 100 EA $899.08 $89,908.00 27g 16" Restrained Joint 50 EA $2,986.60 $149,330.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 61 Line Item Description Quantity Unit of Measure Unit Cost Total 27h 18" Restrained Joint 50 EA $3,096.20 $154,810.00 27i 20" Restrained Joint 20 EA $3,963.41 $79,268.20 27j 24" Restrained Joint 20 EA $3,729.45 $74,589.00 27k 30" Restrained Joint 20 EA $4,712.00 $94,240.00 FIRE HYDRANT ASSEMBLY 28a Remove and Replace Fire Hydrant Assembly With Valve (5-1/4") 40 EA $10,900.00 $436,000.00 28b Remove and Replace Fire Hydrant Assembly Without Valve (5-1/4") 10 EA $8,500.00 $85,000.00 28c Install New Fire Hydrant Assembly With Valve (5-1/4") 10 EA $10,100.00 $101,000.00 28d Remove Existing Fire Hydrant 5 EA $1,200.00 $6,000.00 SERVICE CONNECTIONS 29a Furnish and Install 5/8" Service Connection (corp to meter including meter box) and 2" PVC Casing 150 EA $2,600.00 $390,000.00 29b Furnish and Install 3/4" Service Connection (corp to meter including meter box) and 2" PVC Casing 500 EA $2,912.50 $1,456,250.00 29c Furnish and Install 1" Service Connection (corp to meter including meter box) and 2" PVC Casing 500 EA $4,035.00 $2,017,500.00 29d Furnish and Install 1-1/2" Service Connection (including brass ball valve to meter box) and 3" PVC Casing 75 EA $4,808.75 $360,656.25 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 62 Line Item Description Quantity Unit of Measure Unit Cost Total 29e Furnish and Install 2" Service Connection (including brass ball valve to meter box) and 3" PVC Casing 50 EA $5,382.50 $269,125.00 OTHER ITEMS 30a Bollard 30 EA $1,255.00 $37,650.00 30b Aboveground ARV Assembly (Inclusive of fittings and enclosure) 10 EA $9,931.25 $99,312.50 30c ARV Only Assembly (Inclusive of fittings) 10 EA $4,115.00 $41,150.00 30d Temporary Blowoff Assembly 10 EA $1,800.00 $18,000.00 30e 4" Blowoff Assembly 10 EA $2,600.00 $26,000.00 30f Pipe Exterior Coating 100 SF $47.50 $4,750.00 WATER MAIN DISINFECTION 31a Cleaning and Disinfection of 2" to 6" Potable Water Main 7,000 LF $19.00 $133,000.00 31b Cleaning and Disinfection of 8" to 12" Potable Water Main 5,000 LF $21.00 $105,000.00 31c Cleaning and Disinfection of 14" to 20" Potable Water Main 5,000 LF $24.00 $120,000.00 31d Cleaning and Disinfection of 24" to 36" Potable Water Main 5,000 LF $28.00 $140,000.00 31e Cleaning and Disinfection of 2" to 6" Reclaimed Water Main 5,000 LF $19.00 $95,000.00 31f Cleaning and Disinfection of 8" to 12" Reclaimed Water Main 5,000 LF $21.00 $105,000.00 31g Cleaning and Disinfection of 14" to 20" Reclaimed Water Main 2,000 LF $24.00 $48,000.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 63 Line Item Description Quantity Unit of Measure Unit Cost Total 31h Cleaning and Disinfection of 24" to 36" Reclaimed Water Main 2,000 LF $28.00 $56,000.00 GRAVITY SANITARY SEWER PIPE REPAIR (Incidental to Water or Reclaimed Water Trenchless) PVC GRAVITY MAIN (Inclusive all Labor, Material, and Associated Restraints) 32a 6" diameter 500 LF $301.92 $150,960.00 32b 8" diameter 500 LF $318.20 $159,100.00 32c 10" diameter 500 LF $337.44 $168,720.00 32d 12" diameter 500 LF $362.60 $181,300.00 32e 14" diameter 100 LF $564.47 $56,447.00 32f 16" diameter 100 LF $569.80 $56,980.00 32g 18" diameter 100 LF $664.52 $66,452.00 32h 20" diameter 100 LF $778.48 $77,848.00 32i 24" diameter 100 LF $851.00 $85,100.00 WASTEWATER MANHOLE 33a Manhole - 4 feet Diameter 100 VF $2,092.20 $209,220.00 33b Manhole - 5 feet Diameter 50 VF $2,602.05 $130,102.50 33c Manhole - 6 feet Diameter 50 VF $2,899.05 $144,952.50 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 64 Line Item Description Quantity Unit of Measure Unit Cost Total 33d Adjust Existing Manhole Frame and Cover (paved areas) 10 EA $4,405.50 $44,055.00 33e Adjust Existing Manhole Frame and Cover (unpaved areas) 10 EA $3,385.80 $33,858.00 33f Replace Existing Manhole Frame and Cover (paved areas) 10 EA $5,049.00 $50,490.00 33g Replace Existing Manhole Frame and Cover (unpaved areas) 10 EA $4,029.30 $40,293.00 WASTEWATER SERVICE LATERAL 34a Install/Repair/Replace 4" Sanitary Sewer Lateral 10 EA $4,250.00 $42,500.00 34b Install/Repair/Replace 6" Sanitary Sewer Lateral 10 EA $4,550.00 $45,500.00 TOTAL $55,451,431.125 OWNER'S CONTINGENCY 10% of the subtotal of lines 1-34b in Group B above. Line Item Description Unit of Measure Unit Cost 35 GROUP B: Water and RCW Trenchless Pipe Installation 10% Contingency LS $5,545,143.1125 25-0027-UT WATER, RECLAIMED WATER AND WELL REPAIR & IMPROVEMENTS (GROUP C - ASPHALT MILLING AND RESURFACING) All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 65 bid items shall not be changed in the event of overruns or underruns. All groups do not need to be priced however, all items within a group need to be completed in order to be considered for award of that group. Line Item Description Quantity Unit of Measure Unit Cost Total GROUP C: ASPHALT MILLING AND RESURFACING *Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for non-emergency mobilization shall not exceed $6,000 and the unit price for emergency mobilization shall not exceed $7,000 1a Non-Emergency Mobilization/ Demobilization including General Conditions and Traffic Control 40 LS $6,000.00 $240,000.00 1b Emergency Mobilization/ Demobilization including General Conditions and Traffic Control 20 LS $7,000.00 $140,000.00 2a Full Width Milling Only (Up to 2") 20,000 SY $31.00 $620,000.00 2b Full Width Milling Only (2" to 4") 20,000 SY $40.00 $800,000.00 2c Asphalt Patch 1,000 SY $55.00 $55,000.00 2d Complete Removal and Replacement of Asphalt Pavement 2,000 SY $65.00 $130,000.00 3a Remove and Replace Limerock Base Only 2,000 SY $35.00 $70,000.00 3b Remove and Replace Crushed Concrete Base Only 2,000 SY $35.00 $70,000.00 4a Sodding 45,000 SF $1.75 $78,750.00 4b Brush Removal 40 TON $500.00 $20,000.00 4c Tree protection 15 EA $312.50 $4,687.50 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 66 Line Item Description Quantity Unit of Measure Unit Cost Total 4d Tree Removal (<6" Trunk Diameter) 5 EA $625.00 $3,125.00 4e Tree Removal (6"-12" Trunk Diameter) 3 EA $750.00 $2,250.00 4f Tree Removal (13"-18" Trunk Diameter) 3 EA $2,025.00 $6,075.00 4g Tree Removal (>18" Trunk Diameter) 3 EA $3,375.00 $10,125.00 5a Pavement Marking - Crosswalks (Lane) 500 LF $2.50 $1,250.00 5b Pavement Marking - Stop Bars (Lane) 250 EA $112.50 $28,125.00 5c Pavement Marking - School Crossing/RR 50 EA $110.00 $5,500.00 5d Pavement Marking - Turn, Straight, Combo Arrows 50 EA $125.00 $6,250.00 5e Pavement Marking - Dashed (White, Yellow or Double Yellow) 500 LF $1.25 $625.00 5f Pavement Marking - Solid White 250 LF $1.25 $312.50 5g Pavement Marking - Solid Double Yellow 250 LF $1.875 $468.75 5h Pavement Marking - Solid Yellow 250 LF $1.25 $312.50 5i Temporary Pavement Marking - Turn, Straight, Combo Arrows 250 EA $125.00 $31,250.00 5j Temporary Pavement Marking - Dashed (White, Yellow or Double Yellow) 250 LF $1.25 $312.50 5k Temporary Pavement Marking - Solid White 250 LF $1.25 $312.50 5l Temporary Pavement Marking - Solid Double Yellow 250 LF $1.875 $468.75 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 67 Line Item Description Quantity Unit of Measure Unit Cost Total 5m Temporary Pavement Marking - Solid Yellow 250 LF $1.25 $312.50 TOTAL $2,325,512.50 OWNER'S CONTINGENCY 10% of the subtotal of lines 1a-5m in Group C above. Line Item Description Unit of Measure Unit Cost 6 GROUP C: Asphalt Milling and Resurfacing 10% Contingency LS $232,551.25 25-0027-UT WATER, RECLAIMED WATER AND WELL REPAIR & IMPROVEMENTS (GROUP D - CONCRETE APRONS, SIDEWALK AND CURB) All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. All groups do not need to be priced however, all items within a group need to be completed in order to be considered for award of that group. Line Item Description Quantity Unit of Measure Unit Cost Total GROUP D: CONCRETE APRONS, SIDEWALK AND CURB Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for non-emergency mobilization shall not exceed $6,000 and the unit price for emergency mobilization shall not exceed $7,000 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 68 Line Item Description Quantity Unit of Measure Unit Cost Total 1a Non-Emergency Mobilization/ Demobilization including General Conditions and Traffic Control 40 LS $0.00 $0.00 1b Emergency Mobilization/ Demobilization including General Conditions and Traffic Control 20 LS $0.00 $0.00 2a Milling Removal 2,500 SY $0.00 $0.00 2b Removal and Replacement of Concrete Apron 20,000 SY $0.00 $0.00 2c Removal and Replacement of Concrete Sidewalk 20,000 SY $0.00 $0.00 2d Remove and replace concrete curb and gutter (City Standard Detail Straight Curb) 10,000 LF $0.00 $0.00 2e Remove and replace concrete curb and gutter (City Standard Detail Type I Curb) 10,000 LF $0.00 $0.00 2f Remove and replace concrete curb and gutter (City Standard Detail Valley Curb) 10,000 LF $0.00 $0.00 2g Remove and replace concrete curb and gutter (City Standard Detail Pin/Dowelled Curb) 10,000 LF $0.00 $0.00 3a Remove and Replace Limerock Base Only 1,500 CY $0.00 $0.00 3b Remove and Replace Crushed Concrete Base Only 1,500 CY $0.00 $0.00 4a Sodding 35,000 SF $0.00 $0.00 4b Brush Removal 40 TON $0.00 $0.00 4c Tree protection 15 EA $0.00 $0.00 4d Tree Removal (<6" Trunk Diameter) 5 EA $0.00 $0.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 69 Line Item Description Quantity Unit of Measure Unit Cost Total 4e Tree Removal (6"-12" Trunk Diameter) 3 EA $0.00 $0.00 4f Tree Removal (13"-18" Trunk Diameter) 3 EA $0.00 $0.00 4g Tree Removal (>18" Trunk Diameter) 3 EA $0.00 $0.00 TOTAL $0.00 OWNER'S CONTINGENCY 10% of the subtotal of lines 1a-4g in Group D above. Line Item Description Unit of Measure Unit Cost 5 GROUP D: Concrete Aprons, Sidewalk and Curb 10% Contingency LS $0.00 25-0027-UT WATER, RECLAIMED WATER AND WELL REPAIR & IMPROVEMENTS (GROUP E - WELL MAINTENANCE) All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. All groups do not need to be priced however, all items within a group need to be completed in order to be considered for award of that group. Line Item Description Quantity Unit of Measure Unit Cost Total Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for non-emergency mobilization shall not exceed $6,000 and the unit price for emergency mobilization shall not exceed $7,000 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 70 Line Item Description Quantity Unit of Measure Unit Cost Total PUMP REPAIR/REPLACEMENT SERVICES 1a Mobilization/Demobilization 15 EACH $0.00 $0.00 1b Remove & Reinstall Well Head & Pumping Equipment 15 EACH $0.00 $0.00 1c Perform Pump Repair 150 HOUR $0.00 $0.00 1d Well disinfection with a sodium hypochlorite solution following reinstallation of the pump, prior to electrical reconnection 15 EACH $0.00 $0.00 WELL ACIDIZATION SERVICES 2a Mobilization/Demobilization 15 EACH $0.00 $0.00 2b Perform Pre-acidizing Specific Capacity Test 15 EACH $0.00 $0.00 2c Remove and Re-install Production Pump 15 EACH $0.00 $0.00 2d Provide & Install Acidization Well Head Flange Plate 15 EACH $0.00 $0.00 2e Provide 32 Percent Inhibited Hydrochloric Acid 4,000 GALS $0.00 $0.00 2f Acidize Well 150 HOUR $0.00 $0.00 2g Provide and Set Test Pump and Pump Well 15 EACH $0.00 $0.00 2h Well Disinfection 15 EACH $0.00 $0.00 WELL EVALUATION 3a Mobilization/Demobilization 15 EACH $0.00 $0.00 [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [MURPHY PIPELINE CONTRACTORS] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 71 Line Item Description Quantity Unit of Measure Unit Cost Total 3b Perform Specific Capacity Test with Production Pump 15 EACH $0.00 $0.00 3c Set Test Pump & Perform Specific Capacity Test 15 EACH $0.00 $0.00 3d Remove & Reinstall Well Head & Pumping Equipment 15 EACH $0.00 $0.00 3e Provide & Install Test Pump for Geophysical Logging 15 EACH $0.00 $0.00 3f Perform Geophysical Logging 15 EACH $0.00 $0.00 3g Perform Video Survey 15 EACH $0.00 $0.00 MECHANICAL INTEGRITY TESTING 4 Perform Mechanical Integrity Testing 10 EA $0.00 $0.00 ADDITIONAL/MISCELLANEOUS SERVICES 5a Hourly Rate for Miscellaneous Services 100 HOUR $0.00 $0.00 TOTAL $0.00 OWNER'S CONTINGENCY 10% of the subtotal of lines 1a-5a in Group E above. Line Item Description Unit of Measure Unit Cost 6 GROUP E: Well Maintenance 10% Contingency LS $0.00 2 09/24/2025 3 09/24/2025 4 09/30/2025 Secretary’s Certificate of Inliner Solutions, LLC (The “Company”) The undersigned hereby certifies, on behalf of the Company, as follows: 1)He is the duly elected and qualified President and Chief Executive Officer: 2)The following individuals are the duly elected and qualified officers the company, (each an “Officer” and collectively the “Officers”) elected by the Board of Directors of the Company of occupying the positions set forth next to their respective names below: Michael Fegan – President and Chief Executive Officer Robert Hille II – Chief Financial Officer and Secretary Shaun Kologinczak - Chief Operating Officer and Assistant Secretary Thomas Gottsegen – Chief Legal Officer and Assistant Secretary Denise McClanahan - Chief Strategy Officer and Assistant Secretary Laurie Rainey - Treasurer Terry Bell - Assistant Secretary Andrew Warner - Assistant Secretary Jimmie McManis - Assistant Secretary Michael Smyth - Assistant Secretary Marc Towne - Assistant Secretary Justin Harris - Assistant Secretary 3)Each of the Officers is duly authorized, on behalf of the Company, to bid upon and enter into any competitive contract (each a “Bid” and collectively the “Bids”) related to the Company’s business, and is hereby authorized, on behalf of the Company, to execute and deliver any contacts, agreements or documents required in connection with any such Bid (such authority conferred on the Officers the Board of Directors of the Company effective February 20, 2025.) By:_________________________________________________ Michael Fegan, President and Chief Executive Officer Dated: February 20, 2025 February 6, 2024 Andy Mayer Murphy Pipeline Contractors 12235 New Berlin Rd. Jacksonville, FL, 32226 Please accept this official notice that MURPHY PIPELINE CONTRACTORS has been approved to bid for City of Clearwater construction projects falling into the following parameters: Approved Maximum Bid Limit: $6,500,000 Prequalification Expiration: FEBRUARY 6, 2027 Approved Categories: o Plumbing o Sanitary & Storm Sewers o Sanitary Force Mains o Stormwater Management Construction o Water/Reclaimed Distribution Mains Any category applied for and not approved indicates the project list submitted did not demonstrate any/enough experience in that category. Project experience in categories that were not approved may be submitted for consideration. This pre-qualification applies to standard types of construction projects. Projects requiring special expertise or unusually difficult construction categories may require separate pre-qualifications following bid advertisement. City policy dictates that financial statement documents are not copied or retained, so this item was deleted following the pre-qualification approval. The Engineering Construction Manager reserves the right to adjust categories and the maximum project bid value during the three-year approval period based on direct work experience and updates submitted. We appreciate your interest and look forward to receiving your bids on City of Clearwater projects. For our current bid list visit: https://www.myclearwater.com/business/bid-information. Kind Regards, Marina Tsongranis Contract Procurement Specialist City of Clearwater’s Engineering Department (727) 444 – 8212 marina.tsongranis@myclearwater.com Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE UNDERGROUND UTILITY & EXCAVATION CO HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESANNETT, JAMIE ADAMDo not alter this document in any form.MURPHY PIPELINE CONTRACTORS, LLCLICENSE NUMBER: CUC1226394EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.510 SHOTGUN ROADSUITE 150SUNRISE FL 33326Always verify licenses online at MyFloridaLicense.comISSUED: 04/08/2025 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.) 2 Business name/disregarded entity name, if different from above. 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) 07/07/2025 City of Clearwater Public Utilities Richard Gardner, Department Director 100 South Myrtle Avenue, Clearwater, FL 33756 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements RESPONSE DEADLINE: September 30, 2025 at 2:00 pm Report Generated: Tuesday, September 30, 2025 TLC Diversified, Inc. Response CONTACT INFORMATION Company: TLC Diversified, Inc. Email: emacek@tlcdiv.com Contact: Eric Macek Address: 2719 17th Street East Palmetto, FL 34221 Phone: (941) 722-0621 Website: www.tlcdiversified.com Submission Date: Sep 30, 2025 11:32 AM (Eastern Time) [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Sep 10, 2025 4:20 PM by Eric Macek Addendum #2 Confirmed Sep 24, 2025 5:26 PM by Eric Macek Addendum #3 Confirmed Sep 24, 2025 7:37 PM by Eric Macek Addendum #4 Confirmed Sep 30, 2025 1:21 PM by Eric Macek QUESTIONNAIRE 1. Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? No 2. Vendor Certification* By submitting this response, the Vendor hereby certifies that: A. It is under no legal prohibition on contracting with the City of Clearwater. B. It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. C. It has no known, undisclosed conflicts of interest. [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 3 D. The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. E. No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. F. It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. G. It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. H. It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. I. It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. J. It is current in all obligations due to the City. K. It will accept all terms and conditions as set forth in this solicitation if awarded by the City. L. The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. Confirmed 3. E-Verify System Certificattion* PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 4 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 4. Scrutinized Company Certification* Please download the below documents, complete, notarize, and upload. • SCRUTINIZED_COMPANIES_AND_B... Scutinized_Comapny_Certification.pdf 5. Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 5 Compliance_with_Anti-Human_Trafficking_Laws.pdf 6. Section V - Contract Documents* Please download the below documents, complete, and upload. • Section_V_-_Contract_Docume... TLC_25-0027-UT_Bid_Package.pdf 7. W-9* Upload your current W-9 form. (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf) Typ_W-9_Executed_2025.pdf PRICE TABLES 25-0027-UT WATER, RECLAIMED WATER AND WELL REPAIR & IMPROVEMENTS (GROUP A - WATER AND RCW POINT REPAIR) All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. All groups do not need to be priced however, all items within a group need to be completed in order to be considered for award of that group. Line Item Description Quantity Unit of Measure Unit Cost Total GENERAL - GROUP A: Water and RCW Point Repair [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 6 Line Item Description Quantity Unit of Measure Unit Cost Total *Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4,000 for non emergency mobilization and $5,000 for emergency mobilization. Emergency and non emergency mobilization are further defined in Section IV of the Contract Documents. 1 *Emergency Mobilization/Demobilization & General Conditions and Traffic Control1 (max $5,000) 30 EA $3,000.00 $90,000.00 2 Non-Emergency Mobilization/Demobilization & General Conditions and Traffic Control1 (max $4,000) 75 EA $4,000.00 $300,000.00 Bid Items 3a to 3i shall be fully inclusive of furnishing and installation all items to provide a complete maintenance of traffic installation including but not limited to signage, barricades, channelizing devices, flaggers, etc. Bid Items 3j-3r shall only be allowed where not included as part of a complete MOT bid item. 3a FDOT Index 601 - Work Beyond the Shoulder 180 EA/DAY $1,500.00 $270,000.00 3b FDOT Index 602 - Work on Shoulder 180 EA/DAY $1,500.00 $270,000.00 3c FDOT Index 603 - Two Lane Two Way Work within Travel way 60 EA/DAY $1,600.00 $96,000.00 3d FDOT Index 604 - Two Lane Two Way - Intersection Work 60 EA/DAY $1,600.00 $96,000.00 3e FDOT Index 613 - Multilane Roadway - Lane Closures 60 EA/DAY $1,600.00 $96,000.00 3f FDOT Index 615 - Multilane Roadway - Intersection Work 60 EA/DAY $1,600.00 $96,000.00 3g FDOT Index 620 - Multilane Roadway - Temporary Diversion 60 EA/DAY $1,600.00 $96,000.00 3h FDOT Index 625 - Temporary Road Closure 60 EA/DAY $800.00 $48,000.00 3i FDOT Index 628 - Two Way Left Turn Lanes 60 EA/DAY $1,600.00 $96,000.00 3j Flagman 200 HOUR $65.00 $13,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 7 Line Item Description Quantity Unit of Measure Unit Cost Total 3k Arrow Board - 5' Minimum Horizontal Size 30 EA/DAY $65.00 $1,950.00 3l Variable Message Board 30 EA/DAY $75.00 $2,250.00 3m Concrete Barrier (FDOT Index No. 415) 60 EA/DAY $25.00 $1,500.00 3n Low Profile Barrier (FDOT Index No. 412) 60 EA/DAY $20.00 $1,200.00 3o Sign in Work Zone 100 EA/DAY $2.00 $200.00 3p FDOT Cone 100 EA/DAY $2.00 $200.00 3q FDOT Channelizing Drum 100 EA/DAY $2.00 $200.00 3r Barricade, Type III with Warning Light 100 EA/DAY $6.00 $600.00 3s Barricade, Type I or II with Warning Light 100 EA/DAY $7.00 $700.00 LABOR AND EQUIPMENT Bid Items 4a-l and 5a-v shall only be used at the approval of the City where other bid items are not fully inclusive or where applicable at discretion and approval of the City. LABOR HOUR 4a Foreman regular time 1,500 HOUR $100.00 $150,000.00 4b Foreman overtime 200 HOUR $150.00 $30,000.00 4c Operator regular time 2,000 HOUR $65.00 $130,000.00 4d Operator overtime 200 HOUR $88.00 $17,600.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 8 Line Item Description Quantity Unit of Measure Unit Cost Total 4e Truck Driver regular time 1,000 HOUR $65.00 $65,000.00 4f Truck Driver overtime 50 HOUR $88.00 $4,400.00 4g Pipe Layer regular time 2,000 HOUR $65.00 $130,000.00 4h Pipe Layer overtime 200 HOUR $88.00 $17,600.00 4i Laborer regular time 2,000 HOUR $60.00 $120,000.00 4j Laborer overtime 2,000 HOUR $82.00 $164,000.00 4k Preconstruction Video 30 DAY $500.00 $15,000.00 4l Asbuilt Survey 80 DAY $2,200.00 $176,000.00 EQUIPMENT 5a Foreman's pickup truck with hand tools 1,500 HOUR $40.00 $60,000.00 5b Job truck with tools 1,500 HOUR $50.00 $75,000.00 5c Tractor & Trailer (Transport) 200 HOUR $55.00 $11,000.00 5d Track Hoe (to 100 HP) 1,100 HOUR $115.00 $126,500.00 5e Track Hoe (101 HP to 170 HP) 500 HOUR $120.00 $60,000.00 5f Track Hoe (171 HP and up) 750 HOUR $130.00 $97,500.00 LANDSCAPING/RESTORATION [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 9 Line Item Description Quantity Unit of Measure Unit Cost Total 6a Sodding 75,000 SF $1.75 $131,250.00 6b Brush Removal 40 TON $200.00 $8,000.00 6c Tree Protection 15 EA $300.00 $4,500.00 6d Tree Removal (<6" Trunk Diameter) 5 EA $1,000.00 $5,000.00 6e Tree Removal (6"-12" Trunk Diameter) 3 EA $1,500.00 $4,500.00 6f Tree Removal (13"-18" Trunk Diameter) 3 EA $3,000.00 $9,000.00 6g Tree Removal (>18" Trunk Diameter) 3 EA $6,000.00 $18,000.00 MATERIALS 7a Remove and Replace Concrete Sidewalk, (4" Min Thickness) 500 SF $25.00 $12,500.00 7b Remove and Replace Concrete Sidewalk, (6" Min Thickness) 500 SF $28.00 $14,000.00 7c Remove and Replace Concrete Driveway 250 SY $165.00 $41,250.00 7d Full Width Milling (Up to 2") 7,500 SY $30.00 $225,000.00 7e Full Width Milling (2" to 4") 7,500 SY $35.00 $262,500.00 7f SP 12.5 Asphalt Concrete Resurfacing 500 TON $400.00 $200,000.00 7g SP 9.5 Asphalt Concrete Resurfacing 500 TON $400.00 $200,000.00 7h Pavement Marking - Crosswalks (Lane) 500 LF $20.00 $10,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 10 Line Item Description Quantity Unit of Measure Unit Cost Total 7i Pavement Marking - Stop Bars (Lane) 250 EA $345.00 $86,250.00 7j Pavement Marking - School Crossing/RR 50 EA $600.00 $30,000.00 7k Pavement Marking - Turn, Straight, Combo Arrows 50 EA $80.00 $4,000.00 7l Pavement Marking - Dashed (White, Yellow, or Double Yellow) 500 LF $9.00 $4,500.00 7m Pavement Marking - Solid White 250 LF $9.00 $2,250.00 7n Pavement Marking - Solid Double Yellow 250 LF $12.00 $3,000.00 7o Pavement Marking - Solid Yellow 250 LF $9.00 $2,250.00 7p Temporary Pavement Marking - Turn, Straight, Combo Arrows 250 EA $75.00 $18,750.00 7q Temporary Pavement Marking - Dashed (White, Yellow, or Double Yellow) 250 LF $5.00 $1,250.00 7r Temporary Pavement Marking - Solid White 250 LF $5.00 $1,250.00 7s Temporary Pavement Marking - Solid Double Yellow 250 LF $8.00 $2,000.00 7t Temporary Pavement Marking - Solid Yellow 250 LF $5.00 $1,250.00 7u Remove and replace concrete curb and gutter (FDOT Type A) 750 LF $45.00 $33,750.00 7v Remove and replace concrete curb and gutter (FDOT Type E) 750 LF $60.00 $45,000.00 7w Remove and replace concrete curb and gutter (FDOT Type F) 750 LF $60.00 $45,000.00 7x 3000 psi Concrete 100 CY $425.00 $42,500.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 11 Line Item Description Quantity Unit of Measure Unit Cost Total 7y Off Site Selected Fill 1,500 CY $55.00 $82,500.00 7z Limerock Base Material 750 TON $95.00 $71,250.00 7aa Crushed Concrete Base Material 750 TON $100.00 $75,000.00 7ab Stabilized Subgrade 750 TON $85.00 $63,750.00 7ac # 57 Washed Stone 750 TON $130.00 $97,500.00 7ad Removal of unsuitable soil 300 TON $50.00 $15,000.00 7ae Removal of buried concrete 300 TON $75.00 $22,500.00 7af Removal of Hazardous Material 300 TON $100.00 $30,000.00 7ag Rip Rap 300 TON $185.00 $55,500.00 7ah Flowable Fill 100 CY $250.00 $25,000.00 7ai Brick Pavers 100 SY $125.00 $12,500.00 7aj Geo Grid 20 SY $65.00 $1,300.00 7ak Shoring (4' to 6' deep) 10 EA $2,700.00 $27,000.00 7al Shoring (6' to 10' deep) 10 EA $3,600.00 $36,000.00 7am Steel Road Plates 40 EA $500.00 $20,000.00 WELL POINT DEWATERING [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 12 Line Item Description Quantity Unit of Measure Unit Cost Total 8 Well Point Dewatering 2,000 LF/DAY $55.00 $110,000.00 GROUT FILL AND ABANDON MAIN 9a 2"-6" 7,500 LF $22.00 $165,000.00 9b 8"-12" 7,500 LF $24.00 $180,000.00 9c 16"-24" 5,000 LF $25.00 $125,000.00 9d >30" 5,000 LF $40.00 $200,000.00 REMOVE ABANDONED MAIN 10a 2"-6" 5,000 LF $30.00 $150,000.00 10b 8"-12" 5,000 LF $37.00 $185,000.00 10c 16"-24" 2,000 LF $39.00 $78,000.00 10d >30" 500 LF $42.00 $21,000.00 PRESSURE PIPE (OPEN CUT) PVC (Inclusive all Labor, Material, and Associated Restraints) 11a 4" diameter (0' to 5') 1,000 LF $100.00 $100,000.00 11b 4" diameter (5.1' to 10') 500 LF $125.00 $62,500.00 11c 4" diameter (10.1' to 15') 100 LF $160.00 $16,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 13 Line Item Description Quantity Unit of Measure Unit Cost Total 11d 4" diameter (15.1' to 20') 50 LF $215.00 $10,750.00 11e 6" diameter (0' to 5') 1,000 LF $110.00 $110,000.00 11f 6" diameter (5.1' to 10') 500 LF $135.00 $67,500.00 11g 6" diameter (10.1' to 15') 100 LF $175.00 $17,500.00 11h 6" diameter (15.1' to 20') 50 LF $230.00 $11,500.00 11i 8" diameter (0' to 5') 1,000 LF $120.00 $120,000.00 11j 8" diameter (5.1' to 10') 500 LF $150.00 $75,000.00 11k 8" diameter (10.1' to 15') 100 LF $180.00 $18,000.00 11l 8" diameter (15.1' to 20') 50 LF $240.00 $12,000.00 11m 10" diameter (0' to 5') 200 LF $135.00 $27,000.00 11n 10" diameter (5.1' to 10') 200 LF $160.00 $32,000.00 11o 10" diameter (10.1' to 15') 50 LF $210.00 $10,500.00 11p 10" diameter (15.1' to 20') 30 LF $250.00 $7,500.00 DUCTILE IRON (Inclusive all Labor, Material, and Associated Restraints) 12a 4" diameter (0' to 5') 1,000 LF $135.00 $135,000.00 12b 4" diameter (5.1' to 10') 500 LF $165.00 $82,500.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 14 Line Item Description Quantity Unit of Measure Unit Cost Total 12c 4" diameter (10.1' to 15') 100 LF $230.00 $23,000.00 12d 4" diameter (15.1' to 20') 50 LF $310.00 $15,500.00 12e 6" diameter (0' to 5') 1,000 LF $145.00 $145,000.00 12f 6" diameter (5.1' to 10') 500 LF $175.00 $87,500.00 12g 6" diameter (10.1' to 15') 100 LF $185.00 $18,500.00 12h 6" diameter (15.1' to 20') 50 LF $320.00 $16,000.00 12i 8" diameter (0' to 5') 1,000 LF $155.00 $155,000.00 12j 8" diameter (5.1' to 10') 500 LF $185.00 $92,500.00 12k 8" diameter (10.1' to 15') 100 LF $200.00 $20,000.00 12l 8" diameter (15.1' to 20') 50 LF $350.00 $17,500.00 12m 10" diameter (0' to 5') 100 LF $165.00 $16,500.00 12n 10" diameter (5.1' to 10') 100 LF $225.00 $22,500.00 12o 10" diameter (10.1' to 15') 50 LF $275.00 $13,750.00 12p 10" diameter (15.1' to 20') 30 LF $375.00 $11,250.00 12q 12" diameter (0' to 5') 1,000 LF $175.00 $175,000.00 12r 12" diameter (5.1' to 10') 500 LF $230.00 $115,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 15 Line Item Description Quantity Unit of Measure Unit Cost Total 12s 12" diameter (10.1' to 15') 100 LF $290.00 $29,000.00 12t 12" diameter (15.1' to 20') 50 LF $425.00 $21,250.00 12u 14" diameter (0' to 5') 100 LF $225.00 $22,500.00 12v 14" diameter (5.1' to 10') 50 LF $325.00 $16,250.00 12w 14" diameter (10.1' to 15') 20 LF $420.00 $8,400.00 12x 14" diameter (15.1' to 20') 20 LF $550.00 $11,000.00 12y 16" diameter (0' to 5') 500 LF $230.00 $115,000.00 12z 16" diameter (5.1' to 10') 200 LF $335.00 $67,000.00 12aa 16" diameter (10.1' to 15') 50 LF $435.00 $21,750.00 12ab 16" diameter (15.1' to 20') 30 LF $585.00 $17,550.00 12ac 18" diameter (0' to 5') 50 LF $325.00 $16,250.00 12ad 18" diameter (5.1' to 10') 50 LF $440.00 $22,000.00 12ae 18" diameter (10.1' to 15') 20 LF $495.00 $9,900.00 12af 18" diameter (15.1' to 20') 20 LF $500.00 $10,000.00 12ag 20" diameter (0' to 5') 500 LF $365.00 $182,500.00 12ah 20" diameter (5.1' to 10') 200 LF $445.00 $89,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 16 Line Item Description Quantity Unit of Measure Unit Cost Total 12ai 20" diameter (10.1' to 15') 50 LF $450.00 $22,500.00 12aj 20" diameter (15.1' to 20') 30 LF $500.00 $15,000.00 12ak 24" diameter (0' to 5') 500 LF $415.00 $207,500.00 12al 24" diameter (5.1' to 10') 200 LF $440.00 $88,000.00 12am 24" diameter (10.1' to 15') 50 LF $465.00 $23,250.00 12an 24" diameter (15.1' to 20') 30 LF $550.00 $16,500.00 12ao 30" diameter (0' to 5') 100 LF $450.00 $45,000.00 12ap 30" diameter (5.1' to 10') 50 LF $480.00 $24,000.00 12aq 30" diameter (10.1' to 15') 20 LF $500.00 $10,000.00 12ar 30" diameter (15.1' to 20') 20 LF $625.00 $12,500.00 12as 36" diameter (0' to 5') 100 LF $550.00 $55,000.00 12at 36" diameter (5.1' to 10') 50 LF $585.00 $29,250.00 12au 36" diameter (10.1' to 15') 20 LF $750.00 $15,000.00 12av 36" diameter (15.1' to 20') 20 LF $825.00 $16,500.00 HDPE (Inclusive all Labor, Material, and Associated Restraints) 13a 4" diameter (0' to 5') 1,000 LF $55.00 $55,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 17 Line Item Description Quantity Unit of Measure Unit Cost Total 13b 4" diameter (5.1' to 10') 500 LF $75.00 $37,500.00 13c 4" diameter (10.1' to 15') 100 LF $110.00 $11,000.00 13d 4" diameter (15.1' to 20') 50 LF $128.00 $6,400.00 13e 6" diameter (0' to 5') 1,000 LF $60.00 $60,000.00 13f 6" diameter (5.1' to 10') 500 LF $75.00 $37,500.00 13g 6" diameter (10.1' to 15') 100 LF $125.00 $12,500.00 13h 6" diameter (15.1' to 20') 50 LF $135.00 $6,750.00 13i 8" diameter (0' to 5') 1,000 LF $70.00 $70,000.00 13j 8" diameter (5.1' to 10') 500 LF $82.00 $41,000.00 13k 8" diameter (10.1' to 15') 100 LF $128.00 $12,800.00 13l 8" diameter (15.1' to 20') 50 LF $140.00 $7,000.00 13m 10" diameter (0' to 5') 200 LF $85.00 $17,000.00 13n 10" diameter (5.1' to 10') 200 LF $93.00 $18,600.00 13o 10" diameter (10.1' to 15') 50 LF $135.00 $6,750.00 13p 10" diameter (15.1' to 20') 30 LF $150.00 $4,500.00 13q 12" diameter (0' to 5') 200 LF $92.00 $18,400.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 18 Line Item Description Quantity Unit of Measure Unit Cost Total 13r 12" diameter (5.1' to 10') 200 LF $100.00 $20,000.00 13s 12" diameter (10.1' to 15') 100 LF $145.00 $14,500.00 13t 12" diameter (15.1' to 20') 50 LF $162.00 $8,100.00 13u 16" diameter (0' to 5') 500 LF $105.00 $52,500.00 13v 16" diameter (5.1' to 10') 200 LF $110.00 $22,000.00 13w 16" diameter (10.1' to 15') 100 LF $150.00 $15,000.00 13x 16" diameter (15.1' to 20') 50 LF $165.00 $8,250.00 13y 18" diameter (0' to 5') 500 LF $112.00 $56,000.00 13z 18" diameter (5.1' to 10') 200 LF $120.00 $24,000.00 13aa 18" diameter (10.1' to 15') 100 LF $165.00 $16,500.00 13ab 18" diameter (15.1' to 20') 50 LF $190.00 $9,500.00 13ac 20" diameter (0' to 5') 500 LF $125.00 $62,500.00 13ad 20" diameter (5.1' to 10') 200 LF $135.00 $27,000.00 13ae 20" diameter (10.1' to 15') 100 LF $180.00 $18,000.00 13af 20" diameter (15.1' to 20') 50 LF $201.00 $10,050.00 13ag 24" diameter (0' to 5') 500 LF $145.00 $72,500.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 19 Line Item Description Quantity Unit of Measure Unit Cost Total 13ah 24" diameter (5.1' to 10') 200 LF $160.00 $32,000.00 13ai 24" diameter (10.1' to 15') 100 LF $200.00 $20,000.00 13aj 24" diameter (15.1' to 20') 50 LF $220.00 $11,000.00 13ak 30" diameter (0' to 5') 500 LF $170.00 $85,000.00 13al 30" diameter (5.1' to 10') 200 LF $175.00 $35,000.00 13am 30" diameter (10.1' to 15') 100 LF $215.00 $21,500.00 13an 30" diameter (15.1' to 20') 50 LF $235.00 $11,750.00 13ao 36" diameter (0' to 5') 500 LF $188.00 $94,000.00 13ap 36" diameter (5.1' to 10') 200 LF $200.00 $40,000.00 13aq 36" diameter (10.1' to 15') 100 LF $230.00 $23,000.00 13ar 36" diameter (15.1' to 20') 50 LF $250.00 $12,500.00 DUCTILE IRON FITTINGS (Tees, Crosses, 90, 45, 22.5, 11.25, Sleeve, and inclusive all necessary restraints) 14a 4" diameter 2 TON $26,000.00 $52,000.00 14b 6" diameter 2 TON $25,000.00 $50,000.00 14c 8" diameter 2 TON $24,500.00 $49,000.00 14d 10" diameter 2 TON $21,500.00 $43,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 20 Line Item Description Quantity Unit of Measure Unit Cost Total 14e 12" diameter 2 TON $21,000.00 $42,000.00 14f 14" diameter 2 TON $18,000.00 $36,000.00 14g 16" diameter 2 TON $17,000.00 $34,000.00 14h 18" diameter 2 TON $16,500.00 $33,000.00 14i 20" diameter 2 TON $16,500.00 $33,000.00 14j 24" diameter 2 TON $16,500.00 $33,000.00 14k 30" diameter 2 TON $16,000.00 $32,000.00 14l 36" diameter 2 TON $15,800.00 $31,600.00 PIPE BURSTING 15a Furnish and Install 4" HDPE Perchlorinated Pipe Bursting, DR 11 1,000 LF $250.00 $250,000.00 15b Furnish and Install 6" HDPE Perchlorinated Pipe Bursting, DR 11 1,000 LF $275.00 $275,000.00 15c Furnish and Install 8" HDPE Perchlorinated Pipe Bursting, DR 11 1,000 LF $300.00 $300,000.00 15d Furnish and Install 10" HDPE Perchlorinated Pipe Bursting, DR 11 500 LF $310.00 $155,000.00 15e Furnish and Install 12" HDPE Perchlorinated Pipe Bursting, DR 11 1,000 LF $350.00 $350,000.00 15f Furnish and Install 16" HDPE Perchlorinated Pipe Bursting, DR 11 1,000 LF $380.00 $380,000.00 15g Furnish and Install 20" HDPE Perchlorinated Pipe Bursting, DR 11 1,000 LF $450.00 $450,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 21 Line Item Description Quantity Unit of Measure Unit Cost Total 15h Furnish and Install 24" HDPE Perchlorinated Pipe Bursting, DR 11 500 LF $500.00 $250,000.00 15i Furnish and Install 30" HDPE Perchlorinated Pipe Bursting, DR 11 500 LF $625.00 $312,500.00 JACK AND BORE 16a Furnish and Install 4" PVC or DI Pipe in 16" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF $350.00 $175,000.00 16b Furnish and Install 6" PVC or DI Pipe in 16" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF $400.00 $200,000.00 16c Furnish and Install 8" PVC or DI Pipe in 18" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF $525.00 $262,500.00 16d Furnish and Install 12" PVC or DI Pipe in 24" OD Steel Casing Pipe by Jack and Bore per city standard detail 750 LF $530.00 $397,500.00 16e Furnish and Install 16" PVC or DI Pipe in 30" OD Steel Casing Pipe by Jack and Bore per city standard detail 750 LF $540.00 $405,000.00 16f Furnish and Install 20" PVC or DI Pipe in 36" OD Steel Casing Pipe by Jack and Bore per city standard detail 750 LF $700.00 $525,000.00 16g Furnish and Install 24" PVC or DI Pipe in 42" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF $800.00 $400,000.00 16h Furnish and Install 30" PVC or DI Pipe in 48" OD Steel Casing Pipe by Jack and Bore per city standard detail 300 LF $875.00 $262,500.00 16i Furnish and Install 36" PVC or DI Pipe in 54" OD Steel Casing Pipe by Jack and Bore per city standard detail 300 LF $900.00 $270,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 22 Line Item Description Quantity Unit of Measure Unit Cost Total 16j Furnish and Install 42" PVC or DI Pipe in 60" OD Steel Casing Pipe by Jack and Bore per city standard detail 300 LF $1,000.00 $300,000.00 DIRECTIONAL DRILL 17a Furnish and Install 4" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $115.00 $115,000.00 17b Furnish and Install 6" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $125.00 $125,000.00 17c Furnish and Install 8" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $145.00 $145,000.00 17d Furnish and Install 10" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 500 LF $150.00 $75,000.00 17e Furnish and Install 12" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $175.00 $175,000.00 17f Furnish and Install 16" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $180.00 $180,000.00 17g Furnish and Install 20" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $220.00 $220,000.00 17h Furnish and Install 24" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $300.00 $300,000.00 17i Furnish and Install 30" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $425.00 $425,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 23 Line Item Description Quantity Unit of Measure Unit Cost Total 17j Furnish and Install 36" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $550.00 $550,000.00 17k Furnish and Install 4" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $100.00 $100,000.00 17l Furnish and Install 6" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $115.00 $115,000.00 17m Furnish and Install 8" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $145.00 $145,000.00 17n Furnish and Install 10" Restrained PVC by directional drill, DR 18 with Transitional Ends 500 LF $165.00 $82,500.00 17o Furnish and Install 12" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $190.00 $190,000.00 17p Furnish and Install 16" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $210.00 $210,000.00 17q Furnish and Install 20" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $265.00 $265,000.00 17r Furnish and Install 24" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $310.00 $310,000.00 17s Furnish and Install 30" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $460.00 $460,000.00 17t Furnish and Install 36" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $625.00 $625,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 24 Line Item Description Quantity Unit of Measure Unit Cost Total SLIPLINE HDPE THROUGH EXISTING MAIN (Inclusive all Labor, Material, and Associated Restraints) 18a Furnish and Install 4" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $100.00 $100,000.00 18b Furnish and Install 6" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $115.00 $115,000.00 18c Furnish and Install 8" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $125.00 $125,000.00 18d Furnish and Install 10" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $130.00 $130,000.00 18e Furnish and Install 12" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $140.00 $140,000.00 18f Furnish and Install 16" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $170.00 $170,000.00 18g Furnish and Install 20" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $195.00 $195,000.00 18h Furnish and Install 24" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 500 LF $350.00 $175,000.00 18i Furnish and Install 30" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 500 LF $425.00 $212,500.00 TEMPORARY WATER SERVICE 19a 2" Temporary HDPE Water Main (Including Tap Connections to Existing Main) 2,500 LF $15.00 $37,500.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 25 Line Item Description Quantity Unit of Measure Unit Cost Total 19b 4" Temporary HDPE Water Main (Including Tap Connections to Existing Main) 2,500 LF $16.00 $40,000.00 19c 6" Temporary HDPE Water Main (Including Tap Connections to Existing Main) 1,000 LF $18.00 $18,000.00 APPURTENANCES 20a 4" 100 EA $2,000.00 $200,000.00 20b 6" 100 EA $2,300.00 $230,000.00 20c 8" 50 EA $3,130.00 $156,500.00 20d 10" 10 EA $4,000.00 $40,000.00 20e 12" 30 EA $6,000.00 $180,000.00 20f 14" 10 EA $12,000.00 $120,000.00 20g 16" 10 EA $12,500.00 $125,000.00 20h 18" 10 EA $20,000.00 $200,000.00 20i 20" 5 EA $21,000.00 $105,000.00 20j 24" 5 EA $28,000.00 $140,000.00 20k 30" 5 EA $60,000.00 $300,000.00 20l 36" 5 EA $85,000.00 $425,000.00 BUTTERFLY VALVES WITH VALVE BOX [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 26 Line Item Description Quantity Unit of Measure Unit Cost Total 21a 12" 5 EA $4,500.00 $22,500.00 21b 16" 5 EA $8,800.00 $44,000.00 21c 18" 5 EA $10,000.00 $50,000.00 21d 20" 5 EA $11,500.00 $57,500.00 21e 24" 5 EA $16,000.00 $80,000.00 21f 30" 5 EA $40,000.00 $200,000.00 SERVICE SADDLES REPLACEMENT 22a 3/4" 300 EA $750.00 $225,000.00 22b 1" 300 EA $825.00 $247,500.00 22c 1.5" 300 EA $975.00 $292,500.00 22d 2" 100 EA $1,000.00 $100,000.00 22e 4" 10 EA $1,025.00 $10,250.00 22f 6" 10 EA $1,100.00 $11,000.00 22g 8" 10 EA $1,150.00 $11,500.00 22h 10" 10 EA $1,165.00 $11,650.00 22i 12" 10 EA $1,185.00 $11,850.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 27 Line Item Description Quantity Unit of Measure Unit Cost Total 22j 14" 10 EA $1,190.00 $11,900.00 22k 16" 10 EA $1,200.00 $12,000.00 22l 18" 10 EA $1,210.00 $12,100.00 22m 20" 10 EA $1,220.00 $12,200.00 TAPPING SLEEVES WITH TAPPING VALVES (Including 3 Piece Valve Box) 23a 4" 25 EA $6,000.00 $150,000.00 23b 6" 25 EA $6,800.00 $170,000.00 23c 8" 25 EA $7,500.00 $187,500.00 23d 10" 10 EA $8,000.00 $80,000.00 23e 12" 10 EA $12,500.00 $125,000.00 23f 14" 3 EA $16,000.00 $48,000.00 23g 16" 3 EA $17,000.00 $51,000.00 23h 18" 3 EA $24,000.00 $72,000.00 23i 20" 3 EA $32,000.00 $96,000.00 23j 24" 3 EA $41,000.00 $123,000.00 23k 30" 3 EA $68,000.00 $204,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 28 Line Item Description Quantity Unit of Measure Unit Cost Total 23l 36" 3 EA $95,000.00 $285,000.00 INSERT GATE VALVES 24a 4" 50 EA $26,000.00 $1,300,000.00 24b 6" 50 EA $27,000.00 $1,350,000.00 24c 8" 30 EA $35,000.00 $1,050,000.00 24d 10" 10 EA $36,500.00 $365,000.00 24e 12" 20 EA $46,000.00 $920,000.00 LINE STOPS 25a 2" 10 EA $4,000.00 $40,000.00 25b 4" 10 EA $10,000.00 $100,000.00 25c 6" 10 EA $11,000.00 $110,000.00 25d 8" 10 EA $14,500.00 $145,000.00 25e 10" 10 EA $14,900.00 $149,000.00 25f 12" 15 EA $18,000.00 $270,000.00 25g 14" 15 EA $18,500.00 $277,500.00 25h 16" 15 EA $22,000.00 $330,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 29 Line Item Description Quantity Unit of Measure Unit Cost Total 25i 18" 15 EA $23,000.00 $345,000.00 25j 20" 10 EA $26,000.00 $260,000.00 25k 24" 3 EA $32,000.00 $96,000.00 25l 30" 3 EA $41,000.00 $123,000.00 25m 36" 3 EA $48,000.00 $144,000.00 REPAIR CLAMP 26a 2" 15 EA $200.00 $3,000.00 26b 4" 15 EA $315.00 $4,725.00 26c 6" 15 EA $360.00 $5,400.00 26d 8" 15 EA $415.00 $6,225.00 26e 10" 15 EA $550.00 $8,250.00 26f 12" 15 EA $600.00 $9,000.00 26g 14" 5 EA $1,450.00 $7,250.00 26h 16" 5 EA $1,000.00 $5,000.00 26i 18" 5 EA $1,600.00 $8,000.00 26j 20" 5 EA $3,000.00 $15,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 30 Line Item Description Quantity Unit of Measure Unit Cost Total 26k 24" 5 EA $4,000.00 $20,000.00 26l 30" 5 EA $4,000.00 $20,000.00 26m 36" 5 EA $5,000.00 $25,000.00 RESTRAINED JOINT (for Existing Mains) 27a 2" Restrained Joint 50 EA $300.00 $15,000.00 27b 4" Restrained Joint 100 EA $310.00 $31,000.00 27c 6" Restrained Joint 100 EA $325.00 $32,500.00 27d 8" Restrained Joint 100 EA $450.00 $45,000.00 27e 10" Restrained Joint 100 EA $480.00 $48,000.00 27f 12" Restrained Joint 100 EA $490.00 $49,000.00 27g 16" Restrained Joint 50 EA $1,500.00 $75,000.00 27h 18" Restrained Joint 50 EA $1,600.00 $80,000.00 27i 20" Restrained Joint 20 EA $1,600.00 $32,000.00 27j 24" Restrained Joint 20 EA $1,800.00 $36,000.00 27k 30" Restrained Joint 20 EA $3,800.00 $76,000.00 FIRE HYDRANT ASSEMBLY [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 31 Line Item Description Quantity Unit of Measure Unit Cost Total 28a Remove and Replace Fire Hydrant Assembly With Valve (5-1/4") 60 EA $11,000.00 $660,000.00 28b Remove and Replace Fire Hydrant Assembly Without Valve (5-1/4") 20 EA $9,500.00 $190,000.00 28c Install New Fire Hydrant Assembly With Valve (5-1/4") 10 EA $10,500.00 $105,000.00 28d Remove Existing Fire Hydrant Only 10 EA $1,400.00 $14,000.00 SERVICE CONNECTIONS 29a Furnish and Install 5/8" Service Connection (corp to meter including meter box) and 2" PVC Casing 150 EA $2,500.00 $375,000.00 29b Furnish and Install 3/4" Service Connection (corp to meter including meter box) and 2" PVC Casing 500 EA $3,000.00 $1,500,000.00 29c Furnish and Install 1" Service Connection (corp to meter including meter box) and 2" PVC Casing 500 EA $3,200.00 $1,600,000.00 29d Furnish and Install 1-1/2" Service Connection (including brass ball valve to meter including meter box) and 3" PVC Casing 75 EA $3,700.00 $277,500.00 29e Furnish and Install 2" Service Connection (including brass ball valve to meter including meter box) and 3" PVC Casing 50 EA $4,500.00 $225,000.00 OTHER ITEMS 30a Bollard 30 EA $450.00 $13,500.00 30b ARV Assembly (Inclusive of fittings and enclosure) 10 EA $10,000.00 $100,000.00 30c ARV Only 10 EA $3,250.00 $32,500.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 32 Line Item Description Quantity Unit of Measure Unit Cost Total 30d Temporary Blowoff Assembly 10 EA $2,000.00 $20,000.00 30e 4" Blowoff Assembly 10 EA $2,300.00 $23,000.00 30f Pipe Exterior Coating 100 SF $65.00 $6,500.00 WATER MAIN DISINFECTION 31a Cleaning and Disinfection of 2" to 6" Potable Water Main 7,000 LF $23.00 $161,000.00 31b Cleaning and Disinfection of 8" to 12" Potable Water Main 5,000 LF $25.00 $125,000.00 31c Cleaning and Disinfection of 14" to 20" Potable Water Main 5,000 LF $25.50 $127,500.00 31d Cleaning and Disinfection of 24" to 36" Potable Water Main 5,000 LF $26.00 $130,000.00 31e Cleaning and Disinfection of 2" to 6" Reclaimed Water Main 5,000 LF $23.00 $115,000.00 31f Cleaning and Disinfection of 8" to 12" Reclaimed Water Main 5,000 LF $25.00 $125,000.00 31g Cleaning and Disinfection of 14" to 20" Reclaimed Water Main 2,000 LF $25.50 $51,000.00 31h Cleaning and Disinfection of 24" to 36" Reclaimed Water Main 2,000 LF $26.00 $52,000.00 GRAVITY SANITARY SEWER PIPE REPAIR (Incidental to Water or Reclaimed Water Repair) PVC GRAVITY MAIN (Inclusive all Labor, Material, and Associated Restraints) 32a 6" diameter 500 LF $225.00 $112,500.00 32b 8" diameter 500 LF $250.00 $125,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 33 Line Item Description Quantity Unit of Measure Unit Cost Total 32c 10" diameter 500 LF $260.00 $130,000.00 32d 12" diameter 500 LF $270.00 $135,000.00 32e 14" diameter 100 LF $340.00 $34,000.00 32f 16" diameter 100 LF $375.00 $37,500.00 32g 18" diameter 100 LF $425.00 $42,500.00 32h 20" diameter 100 LF $500.00 $50,000.00 32i 24" diameter 100 LF $600.00 $60,000.00 WASTEWATER MANHOLE 33a Manhole - 4 feet Diameter 200 VF $1,200.00 $240,000.00 33b Manhole - 5 feet Diameter 100 VF $1,600.00 $160,000.00 33c Manhole - 6 feet Diameter 100 VF $1,900.00 $190,000.00 33d Adjust Existing Manhole Frame and Cover (paved areas) 10 EA $1,000.00 $10,000.00 33e Adjust Existing Manhole Frame and Cover (unpaved areas) 10 EA $800.00 $8,000.00 33f Replace Existing Manhole Frame and Cover (paved areas) 10 EA $1,800.00 $18,000.00 33g Replace Existing Manhole Frame and Cover (unpaved areas) 10 EA $1,215.00 $12,150.00 WASTEWATER SERVICE LATERAL [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 34 Line Item Description Quantity Unit of Measure Unit Cost Total 34a Install/Repair/Replace 4" Sanitary Sewer Lateral 10 EA $2,000.00 $20,000.00 34b Install/Repair/Replace 6" Sanitary Sewer Lateral 10 EA $2,400.00 $24,000.00 TOTAL $44,050,200.00 OWNER'S CONTINGENCY 10% of the subtotal of lines 1-34b in Group A above. Line Item Description Unit of Measure Unit Cost 35 GROUP A: Water and RCW Point Repair 10% Contingency LS $4,405,020.00 25-0027-UT WATER, RECLAIMED WATER AND WELL REPAIR & IMPROVEMENTS (GROUP B - WATER AND RCW TRENCHLESS PIPE INSTALLATION) All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. All groups do not need to be priced however, all items within a group need to be completed in order to be considered for award of that group. Line Item Description Quantity Unit of Measure Unit Cost Total GENERAL - GROUP B: Water and RCW Trenchless Pipe Installation [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 35 Line Item Description Quantity Unit of Measure Unit Cost Total *Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4,000 for non emergency mobilization and $5,000 for emergency mobilization. Emergency and non emergency mobilization are further defined in Section IV of the Contract Documents. 1 *Emergency Mobilization/Demobilization & General Conditions and Traffic Control1 (max $5,000) 25 EA $4,000.00 $100,000.00 2 Non-Emergency Mobilization/Demobilization & General Conditions and Traffic Control1 (max $4,000) 50 EA $4,000.00 $200,000.00 MAINTENANCE OF TRAFFIC Bid Items 3a to 3i shall be fully inclusive of furnishing and installation all items to provide a complete maintenance of traffic installation including but not limited to signage, barricades, channelizing devices, flaggers, etc. Bid Items 3j-3r shall only be allowed where not included as part of a complete MOT bid item. 3a FDOT Index 601 - Work Beyond the Shoulder 180 EA/DAY $1,500.00 $270,000.00 3b FDOT Index 602 - Work on Shoulder 180 EA/DAY $1,500.00 $270,000.00 3c FDOT Index 603 - Two Lane Two Way Work within Travel way 60 EA/DAY $1,600.00 $96,000.00 3d FDOT Index 604 - Two Lane Two Way - Intersection Work 60 EA/DAY $1,600.00 $96,000.00 3e FDOT Index 613 - Multilane Roadway - Lane Closures 60 EA/DAY $1,600.00 $96,000.00 3f FDOT Index 615 - Multilane Roadway - Intersection Work 60 EA/DAY $1,600.00 $96,000.00 3g FDOT Index 620 - Multilane Roadway - Temporary Diversion 60 EA/DAY $1,600.00 $96,000.00 3h FDOT Index 625 - Temporary Road Closure 60 EA/DAY $800.00 $48,000.00 3i FDOT Index 628 - Two Way Left Turn Lanes 60 EA/DAY $1,600.00 $96,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 36 Line Item Description Quantity Unit of Measure Unit Cost Total 3j Flagman 200 HOUR $65.00 $13,000.00 3k Arrow Board - 5' Minimum Horizontal Size 30 EA/DAY $65.00 $1,950.00 3l Variable Message Board 30 EA/DAY $75.00 $2,250.00 3m Concrete Barrier (FDOT Index No. 415) 60 EA/DAY $25.00 $1,500.00 3n Low Profile Barrier (FDOT Index No. 412) 60 EA/DAY $20.00 $1,200.00 3o Sign in Work Zone 100 EA/DAY $2.00 $200.00 3p FDOT Cone 100 EA/DAY $2.00 $200.00 3q FDOT Channelizing Drum 100 EA/DAY $2.00 $200.00 3r Barricade, Type III with Warning Light 100 EA/DAY $6.00 $600.00 3s Barricade, Type I or II with Warning Light 100 EA/DAY $7.00 $700.00 LABOR AND EQUIPMENT Bid Items 4a-l and 5a-v shall only be used at the approval of the City where other bid items are not fully inclusive or where applicable at discretion of the City. LABOR HOUR 4a Foreman regular time 1,500 HOUR $100.00 $150,000.00 4b Foreman overtime 200 HOUR $150.00 $30,000.00 4c Operator regular time 2,000 HOUR $65.00 $130,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 37 Line Item Description Quantity Unit of Measure Unit Cost Total 4d Operator overtime 200 HOUR $88.00 $17,600.00 4e Truck Driver regular time 1,000 HOUR $65.00 $65,000.00 4f Truck Driver overtime 50 HOUR $88.00 $4,400.00 4g Pipe Layer regular time 2,000 HOUR $65.00 $130,000.00 4h Pipe Layer overtime 200 HOUR $88.00 $17,600.00 4i Laborer regular time 2,000 HOUR $60.00 $120,000.00 4j Laborer overtime 2,000 HOUR $82.00 $164,000.00 4k Preconstruction Video 30 DAY $850.00 $25,500.00 4l Asbuilt Survey 80 DAY $2,200.00 $176,000.00 EQUIPMENT 5a Foreman's pickup truck with hand tools 1,500 HOUR $50.00 $75,000.00 5b Job truck with tools 1,500 HOUR $60.00 $90,000.00 5c Tractor & Trailer (Transport) 200 HOUR $55.00 $11,000.00 5d Track Hoe (to 100 HP) 1,100 HOUR $115.00 $126,500.00 5e Track Hoe (101 HP to 170 HP) 500 HOUR $120.00 $60,000.00 5f Track Hoe (171 HP and up) 750 HOUR $130.00 $97,500.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 38 Line Item Description Quantity Unit of Measure Unit Cost Total 5g Rubber Tired Backhoe 25 HOUR $70.00 $1,750.00 5h Wheel Loader (to 150 HP) 2,000 HOUR $75.00 $150,000.00 5i Wheel Loader (151 HP and up) 250 HOUR $95.00 $23,750.00 5j Track Type Tractors (to 100 HP) 150 HOUR $62.00 $9,300.00 5k Track Type Tractors (101 HP and up) 25 HOUR $70.00 $1,750.00 5l Dump Truck (Tandem Axle) 750 HOUR $90.00 $67,500.00 5m Plate Tamp 250 HOUR $45.00 $11,250.00 5n 3" Trash Pump 250 HOUR $40.00 $10,000.00 5o 4" Double Diaphragm Pump 2,000 HOUR $20.00 $40,000.00 5p Air Compressor (125 CFM min.) 100 HOUR $35.00 $3,500.00 5q 4" Jet Pump 25 DAY $60.00 $1,500.00 5r Emergency Hauling up to 2500 gallons 25 HOUR $370.00 $9,250.00 5s Emergency Hauling over 2500 gallons 25 HOUR $420.00 $10,500.00 5t Street Sweeper 200 HOUR $45.00 $9,000.00 5u Mobile Light Tower 40 DAY $130.00 $5,200.00 5v Vactor Truck 250 HOUR $450.00 $112,500.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 39 Line Item Description Quantity Unit of Measure Unit Cost Total LANDSCAPING/RESTORATION 6a Sodding 75,000 SF $1.75 $131,250.00 6b Brush Removal 40 TON $200.00 $8,000.00 6c Tree Protection 15 EA $300.00 $4,500.00 6d Tree Removal (<6" Trunk Diameter) 5 EA $1,000.00 $5,000.00 6e Tree Removal (6"-12" Trunk Diameter) 3 EA $1,500.00 $4,500.00 6f Tree Removal (13"-18" Trunk Diameter) 3 EA $3,000.00 $9,000.00 6g Tree Removal (>18" Trunk Diameter) 3 EA $6,000.00 $18,000.00 MATERIALS 7a Remove and Replace Concrete Sidewalk, (4" Min Thickness) 500 SF $40.00 $20,000.00 7b Remove and Replace Concrete Sidewalk, (6" Min Thickness) 500 SF $55.00 $27,500.00 7c Remove and Replace Concrete Driveway 250 SY $195.00 $48,750.00 7d Full Width Milling (Up to 2") 7,500 SY $38.00 $285,000.00 7e Full Width Milling (2" to 4") 7,500 SY $40.00 $300,000.00 7f SP 12.5 Asphalt Concrete Resurfacing 500 TON $450.00 $225,000.00 7g SP 9.5 Asphalt Concrete Resurfacing 500 TON $450.00 $225,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 40 Line Item Description Quantity Unit of Measure Unit Cost Total 7h Pavement Marking - Crosswalks (Lane) 500 LF $20.00 $10,000.00 7i Pavement Marking - Stop Bars (Lane) 250 EA $345.00 $86,250.00 7j Pavement Marking - School Crossing/RR 50 EA $600.00 $30,000.00 7k Pavement Marking - Turn, Straight, Combo Arrows 50 EA $380.00 $19,000.00 7l Pavement Marking - Dashed (White, Yellow, or Double Yellow) 500 LF $9.00 $4,500.00 7m Pavement Marking - Solid White 250 LF $9.00 $2,250.00 7n Pavement Marking - Solid Double Yellow 250 LF $12.00 $3,000.00 7o Pavement Marking - Solid Yellow 250 LF $9.00 $2,250.00 7p Temporary Pavement Marking - Turn, Straight, Combo Arrows 250 EA $75.00 $18,750.00 7q Temporary Pavement Marking - Dashed (White, Yellow, or Double Yellow) 250 LF $7.00 $1,750.00 7r Temporary Pavement Marking - Solid White 250 LF $7.00 $1,750.00 7s Temporary Pavement Marking - Solid Double Yellow 250 LF $10.00 $2,500.00 7t Temporary Pavement Marking - Solid Yellow 250 LF $9.00 $2,250.00 7u Remove and replace concrete curb and gutter (FDOT Type A) 750 LF $45.00 $33,750.00 7v Remove and replace concrete curb and gutter (FDOT Type E) 750 LF $60.00 $45,000.00 7w Remove and replace concrete curb and gutter (FDOT Type F) 750 LF $60.00 $45,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 41 Line Item Description Quantity Unit of Measure Unit Cost Total 7x 3000 psi Concrete 100 CY $425.00 $42,500.00 7y Off Site Selected Fill 1,500 CY $65.00 $97,500.00 7z Limerock Base Material 750 TON $95.00 $71,250.00 7aa Crushed Concrete Base Material 750 TON $100.00 $75,000.00 7ab Stabilized Subgrade 750 TON $90.00 $67,500.00 7ac # 57 Washed Stone 750 TON $130.00 $97,500.00 7ad Removal of unsuitable soil 300 TON $65.00 $19,500.00 7ae Removal of buried concrete 50 CY $110.00 $5,500.00 7af Removal of Hazardous 50 CY $125.00 $6,250.00 7ag Rip Rap 300 TON $250.00 $75,000.00 7ah Flowable Fill 100 CY $300.00 $30,000.00 7ai Brick Pavers 100 SY $125.00 $12,500.00 7aj Brick Paver Level Sand 10 CY $400.00 $4,000.00 7ak Geo Grid 80 SY $65.00 $5,200.00 7al Shoring (4' to 6' deep) 12 EA $4,500.00 $54,000.00 7am Shoring (6' to 10' deep) 12 EA $4,500.00 $54,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 42 Line Item Description Quantity Unit of Measure Unit Cost Total 7an Steel Road Plates 12 EA $500.00 $6,000.00 WELL POINT DEWATERING 8a Well Point Dewatering 2,000 LF/DAY $55.00 $110,000.00 GROUT FILL AND ABANDON MAIN 9a 2"-6" 7,500 LF $30.00 $225,000.00 9b 8"-12" 7,500 LF $35.00 $262,500.00 9c 16"-24" 5,000 LF $40.00 $200,000.00 9d >30" 5,000 LF $55.00 $275,000.00 REMOVE ABANDONED MAIN 10a 2"-6" 5,000 LF $30.00 $150,000.00 10b 8"-12" 5,000 LF $37.00 $185,000.00 10c 16"-24" 2,000 LF $39.00 $78,000.00 10d >30" 500 LF $42.00 $21,000.00 PRESSURE MAIN - TRENCHLESS INSTALLATION TEMPORARY WATER SERVICE 11a 2" Temporary HDPE Water Main (Including Tap Connections to Existing Main and Temporary Services) 20,000 LF $15.00 $300,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 43 Line Item Description Quantity Unit of Measure Unit Cost Total 11b 4" Temporary HDPE Water Main (Including Tap Connections to Existing Main and Temporary Services) 15,000 LF $16.00 $240,000.00 11c 6" Temporary HDPE Water Main (Including Tap Connections to Existing Main and Temporary Services) 5,000 LF $18.00 $90,000.00 DIRECTIONAL DRILL (Inclusive of Fusing, MJ Adapters, Fused Fittings, etc) 12a Furnish and Install 4" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 4,000 LF $115.00 $460,000.00 12b Furnish and Install 6" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 4,000 LF $125.00 $500,000.00 12c Furnish and Install 8" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 4,000 LF $145.00 $580,000.00 12d Furnish and Install 10" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 2,000 LF $165.00 $330,000.00 12e Furnish and Install 12" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 4,000 LF $175.00 $700,000.00 12f Furnish and Install 16" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 2,000 LF $185.00 $370,000.00 12g Furnish and Install 20" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $260.00 $260,000.00 12h Furnish and Install 24" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $350.00 $350,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 44 Line Item Description Quantity Unit of Measure Unit Cost Total 12i Furnish and Install 30" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $450.00 $450,000.00 12j Furnish and Install 36" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $625.00 $625,000.00 12k Furnish and Install 4" Restrained PVC by directional drill, DR 18 with Transitional Ends 4,000 LF $110.00 $440,000.00 12l Furnish and Install 6" Restrained PVC by directional drill, DR 18 with Transitional Ends 4,000 LF $125.00 $500,000.00 12m Furnish and Install 8" Restrained PVC by directional drill, DR 18 with Transitional Ends 4,000 LF $150.00 $600,000.00 12n Furnish and Install 10" Restrained PVC by directional drill, DR 18 with Transitional Ends 2,000 LF $190.00 $380,000.00 12o Furnish and Install 12" Restrained PVC by directional drill, DR 18 with Transitional Ends 4,000 LF $200.00 $800,000.00 12p Furnish and Install 16" Restrained PVC by directional drill, DR 18 with Transitional Ends 2,000 LF $225.00 $450,000.00 12q Furnish and Install 20" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $300.00 $300,000.00 12r Furnish and Install 24" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $350.00 $350,000.00 12s Furnish and Install 30" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $525.00 $525,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 45 Line Item Description Quantity Unit of Measure Unit Cost Total 12t Furnish and Install 36" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF $675.00 $675,000.00 PIPE BURSTING 13a Furnish and Install 4" HDPE Perchlorinated Pipe Bursting, DR 11 5,000 LF $268.00 $1,340,000.00 13b Furnish and Install 6" HDPE Perchlorinated Pipe Bursting, DR 11 5,000 LF $300.00 $1,500,000.00 13c Furnish and Install 8" HDPE Perchlorinated Pipe Bursting, DR 11 5,000 LF $315.00 $1,575,000.00 13d Furnish and Install 10" HDPE Perchlorinated Pipe Bursting, DR 11 500 LF $325.00 $162,500.00 13e Furnish and Install 12" HDPE Perchlorinated Pipe Bursting, DR 11 2,500 LF $355.00 $887,500.00 13f Furnish and Install 16" HDPE Perchlorinated Pipe Bursting, DR 11 1,000 LF $400.00 $400,000.00 13g Furnish and Install 20" HDPE Perchlorinated Pipe Bursting, DR 11 1,000 LF $475.00 $475,000.00 13h Furnish and Install 24" HDPE Perchlorinated Pipe Bursting, DR 11 500 LF $575.00 $287,500.00 13i Furnish and Install 30" HDPE Perchlorinated Pipe Bursting, DR 11 500 LF $620.00 $310,000.00 SLIPLINE HDPE THROUGH EXISTING MAIN (Inclusive all Labor, Material, and Associated Restraints) 14a Furnish and Install 4" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $100.00 $100,000.00 14b Furnish and Install 6" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $115.00 $115,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 46 Line Item Description Quantity Unit of Measure Unit Cost Total 14c Furnish and Install 8" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $125.00 $125,000.00 14d Furnish and Install 10" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $130.00 $130,000.00 14e Furnish and Install 12" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $140.00 $140,000.00 14f Furnish and Install 16" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $170.00 $170,000.00 14g Furnish and Install 20" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF $195.00 $195,000.00 14h Furnish and Install 24" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 500 LF $350.00 $175,000.00 14i Furnish and Install 30" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 500 LF $425.00 $212,500.00 JACK AND BORE 15a Furnish and Install 4" PVC or DI Pipe in 16" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF $400.00 $200,000.00 15b Furnish and Install 6" PVC or DI Pipe in 16" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF $425.00 $212,500.00 15c Furnish and Install 8" PVC or DI Pipe in 18" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF $525.00 $262,500.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 47 Line Item Description Quantity Unit of Measure Unit Cost Total 15d Furnish and Install 12" PVC or DI Pipe in 24" OD Steel Casing Pipe by Jack and Bore per city standard detail 750 LF $540.00 $405,000.00 15e Furnish and Install 16" PVC or DI Pipe in 30" OD Steel Casing Pipe by Jack and Bore per city standard detail 750 LF $560.00 $420,000.00 15f Furnish and Install 20" PVC or DI Pipe in 36" OD Steel Casing Pipe by Jack and Bore per city standard detail 750 LF $720.00 $540,000.00 15g Furnish and Install 24" PVC or DI Pipe in 42" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF $800.00 $400,000.00 15h Furnish and Install 30" PVC or DI Pipe in 48" OD Steel Casing Pipe by Jack and Bore per city standard detail 300 LF $900.00 $270,000.00 15i Furnish and Install 36" PVC or DI Pipe in 54" OD Steel Casing Pipe by Jack and Bore per city standard detail 150 LF $920.00 $138,000.00 15j Furnish and Install 42" PVC or DI Pipe in 60" OD Steel Casing Pipe by Jack and Bore per city standard detail 150 LF $1,000.00 $150,000.00 PRESSURE PIPE (Open Cut) PVC (Inclusive all Labor, Material, and Associated Restraints) 16a 4" diameter (0' to 5') 500 LF $100.00 $50,000.00 16b 4" diameter (5.1' to 10') 100 LF $125.00 $12,500.00 16c 4" diameter (10.1' to 15') 100 LF $175.00 $17,500.00 16d 4" diameter (15.1' to 20') 50 LF $300.00 $15,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 48 Line Item Description Quantity Unit of Measure Unit Cost Total 16e 6" diameter (0' to 5') 500 LF $110.00 $55,000.00 16f 6" diameter (5.1' to 10') 100 LF $135.00 $13,500.00 16g 6" diameter (10.1' to 15') 100 LF $215.00 $21,500.00 16h 6" diameter (15.1' to 20') 50 LF $300.00 $15,000.00 16i 8" diameter (0' to 5') 500 LF $120.00 $60,000.00 16j 8" diameter (5.1' to 10') 100 LF $150.00 $15,000.00 16k 8" diameter (10.1' to 15') 100 LF $215.00 $21,500.00 16l 8" diameter (15.1' to 20') 50 LF $310.00 $15,500.00 16m 10" diameter (0' to 5') 200 LF $135.00 $27,000.00 16n 10" diameter (5.1' to 10') 200 LF $160.00 $32,000.00 16o 10" diameter (10.1' to 15') 50 LF $220.00 $11,000.00 16p 10" diameter (15.1' to 20') 30 LF $315.00 $9,450.00 DUCTILE IRON (Inclusive all Labor, Material, and Associated Restraints) 17a 4" diameter (0' to 5') 500 LF $135.00 $67,500.00 17b 4" diameter (5.1' to 10') 200 LF $165.00 $33,000.00 17c 4" diameter (10.1' to 15') 100 LF $245.00 $24,500.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 49 Line Item Description Quantity Unit of Measure Unit Cost Total 17d 4" diameter (15.1' to 20') 50 LF $310.00 $15,500.00 17e 6" diameter (0' to 5') 500 LF $145.00 $72,500.00 17f 6" diameter (5.1' to 10') 200 LF $175.00 $35,000.00 17g 6" diameter (10.1' to 15') 100 LF $185.00 $18,500.00 17h 6" diameter (15.1' to 20') 50 LF $320.00 $16,000.00 17i 8" diameter (0' to 5') 500 LF $155.00 $77,500.00 17j 8" diameter (5.1' to 10') 200 LF $185.00 $37,000.00 17k 8" diameter (10.1' to 15') 100 LF $200.00 $20,000.00 17l 8" diameter (15.1' to 20') 50 LF $350.00 $17,500.00 17m 10" diameter (0' to 5') 500 LF $165.00 $82,500.00 17n 10" diameter (5.1' to 10') 200 LF $225.00 $45,000.00 17o 10" diameter (10.1' to 15') 100 LF $275.00 $27,500.00 17p 10" diameter (15.1' to 20') 50 LF $375.00 $18,750.00 17q 12" diameter (0' to 5') 500 LF $175.00 $87,500.00 17r 12" diameter (5.1' to 10') 200 LF $230.00 $46,000.00 17s 12" diameter (10.1' to 15') 100 LF $290.00 $29,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 50 Line Item Description Quantity Unit of Measure Unit Cost Total 17t 12" diameter (15.1' to 20') 50 LF $425.00 $21,250.00 17u 14" diameter (0' to 5') 100 LF $225.00 $22,500.00 17v 14" diameter (5.1' to 10') 50 LF $325.00 $16,250.00 17w 14" diameter (10.1' to 15') 20 LF $420.00 $8,400.00 17x 14" diameter (15.1' to 20') 20 LF $550.00 $11,000.00 17y 16" diameter (0' to 5') 500 LF $230.00 $115,000.00 17z 16" diameter (5.1' to 10') 200 LF $335.00 $67,000.00 17aa 16" diameter (10.1' to 15') 50 LF $435.00 $21,750.00 17ab 16" diameter (15.1' to 20') 30 LF $585.00 $17,550.00 17ac 18" diameter (0' to 5') 50 LF $325.00 $16,250.00 17ad 18" diameter (5.1' to 10') 50 LF $440.00 $22,000.00 17ae 18" diameter (10.1' to 15') 20 LF $495.00 $9,900.00 17af 18" diameter (15.1' to 20') 20 LF $500.00 $10,000.00 17ag 20" diameter (0' to 5') 500 LF $365.00 $182,500.00 17ah 20" diameter (5.1' to 10') 200 LF $445.00 $89,000.00 17ai 20" diameter (10.1' to 15') 50 LF $450.00 $22,500.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 51 Line Item Description Quantity Unit of Measure Unit Cost Total 17aj 20" diameter (15.1' to 20') 30 LF $500.00 $15,000.00 17ak 24" diameter (0' to 5') 500 LF $415.00 $207,500.00 17al 24" diameter (5.1' to 10') 200 LF $440.00 $88,000.00 17am 24" diameter (10.1' to 15') 50 LF $465.00 $23,250.00 17an 24" diameter (15.1' to 20') 30 LF $550.00 $16,500.00 17ao 30" diameter (0' to 5') 100 LF $450.00 $45,000.00 17ap 30" diameter (5.1' to 10') 50 LF $480.00 $24,000.00 17aq 30" diameter (10.1' to 15') 20 LF $500.00 $10,000.00 17ar 30" diameter (15.1' to 20') 20 LF $625.00 $12,500.00 17as 36" diameter (0' to 5') 100 LF $550.00 $55,000.00 17at 36" diameter (5.1' to 10') 50 LF $585.00 $29,250.00 17au 36" diameter (10.1' to 15') 20 LF $750.00 $15,000.00 17av 36" diameter (15.1' to 20') 20 LF $825.00 $16,500.00 HDPE (Inclusive all Labor, Material, and Associated Restraints) 18a 4" diameter (0' to 5') 500 LF $60.00 $30,000.00 18b 4" diameter (5.1' to 10') 200 LF $72.00 $14,400.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 52 Line Item Description Quantity Unit of Measure Unit Cost Total 18c 4" diameter (10.1' to 15') 100 LF $110.00 $11,000.00 18d 4" diameter (15.1' to 20') 50 LF $128.00 $6,400.00 18e 6" diameter (0' to 5') 500 LF $65.00 $32,500.00 18f 6" diameter (5.1' to 10') 200 LF $75.00 $15,000.00 18g 6" diameter (10.1' to 15') 100 LF $125.00 $12,500.00 18h 6" diameter (15.1' to 20') 50 LF $135.00 $6,750.00 18i 8" diameter (0' to 5') 500 LF $70.00 $35,000.00 18j 8" diameter (5.1' to 10') 200 LF $82.00 $16,400.00 18k 8" diameter (10.1' to 15') 100 LF $128.00 $12,800.00 18l 8" diameter (15.1' to 20') 50 LF $140.00 $7,000.00 18m 10" diameter (0' to 5') 200 LF $85.00 $17,000.00 18n 10" diameter (5.1' to 10') 200 LF $93.00 $18,600.00 18o 10" diameter (10.1' to 15') 50 LF $135.00 $6,750.00 18p 10" diameter (15.1' to 20') 30 LF $150.00 $4,500.00 18q 12" diameter (0' to 5') 500 LF $92.00 $46,000.00 18r 12" diameter (5.1' to 10') 200 LF $100.00 $20,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 53 Line Item Description Quantity Unit of Measure Unit Cost Total 18s 12" diameter (10.1' to 15') 100 LF $145.00 $14,500.00 18t 12" diameter (15.1' to 20') 50 LF $162.00 $8,100.00 18u 16" diameter (0' to 5') 500 LF $105.00 $52,500.00 18v 16" diameter (5.1' to 10') 200 LF $110.00 $22,000.00 18w 16" diameter (10.1' to 15') 100 LF $150.00 $15,000.00 18x 16" diameter (15.1' to 20') 50 LF $165.00 $8,250.00 18y 18" diameter (0' to 5') 500 LF $112.00 $56,000.00 18z 18" diameter (5.1' to 10') 200 LF $120.00 $24,000.00 18aa 18" diameter (10.1' to 15') 100 LF $165.00 $16,500.00 18ab 18" diameter (15.1' to 20') 50 LF $190.00 $9,500.00 18ac 20" diameter (0' to 5') 500 LF $125.00 $62,500.00 18ad 20" diameter (5.1' to 10') 200 LF $135.00 $27,000.00 18ae 20" diameter (10.1' to 15') 100 LF $180.00 $18,000.00 18af 20" diameter (15.1' to 20') 50 LF $201.00 $10,050.00 18ag 24" diameter (0' to 5') 500 LF $145.00 $72,500.00 18ah 24" diameter (5.1' to 10') 200 LF $160.00 $32,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 54 Line Item Description Quantity Unit of Measure Unit Cost Total 18ai 24" diameter (10.1' to 15') 100 LF $200.00 $20,000.00 18aj 24" diameter (15.1' to 20') 50 LF $220.00 $11,000.00 18ak 30" diameter (0' to 5') 500 LF $170.00 $85,000.00 18al 30" diameter (5.1' to 10') 200 LF $175.00 $35,000.00 18am 30" diameter (10.1' to 15') 100 LF $215.00 $21,500.00 18an 30" diameter (15.1' to 20') 50 LF $235.00 $11,750.00 18ao 36" diameter (0' to 5') 500 LF $188.00 $94,000.00 18ap 36" diameter (5.1' to 10') 200 LF $200.00 $40,000.00 18aq 36" diameter (10.1' to 15') 100 LF $230.00 $23,000.00 18ar 36" diameter (15.1' to 20') 50 LF $250.00 $12,500.00 DUCTILE IRON FITTINGS (Tees, Crosses, 90, 45, 22.5, 11.25, Sleeve, and inclusive all necessary restraints) 19a 4" diameter 2 TON $26,000.00 $52,000.00 19b 6" diameter 2 TON $25,000.00 $50,000.00 19c 8" diameter 2 TON $24,000.00 $48,000.00 19d 10" diameter 2 TON $23,500.00 $47,000.00 19e 12" diameter 2 TON $22,000.00 $44,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 55 Line Item Description Quantity Unit of Measure Unit Cost Total 19f 14" diameter 2 TON $20,000.00 $40,000.00 19g 16" diameter 2 TON $19,000.00 $38,000.00 19h 18" diameter 2 TON $17,000.00 $34,000.00 19i 20" diameter 2 TON $17,000.00 $34,000.00 19j 24" diameter 2 TON $16,500.00 $33,000.00 19k 30" diameter 2 TON $16,000.00 $32,000.00 19l 36" diameter 2 TON $15,800.00 $31,600.00 APPURTENANCES GATE VALVES WITH 3-PIECE VALVE BOX 20a 4" 50 EA $2,100.00 $105,000.00 20b 6" 50 EA $2,500.00 $125,000.00 20c 8" 50 EA $3,400.00 $170,000.00 20d 10" 10 EA $4,200.00 $42,000.00 20e 12" 30 EA $8,000.00 $240,000.00 20f 14" 10 EA $11,500.00 $115,000.00 20g 16" 10 EA $12,000.00 $120,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 56 Line Item Description Quantity Unit of Measure Unit Cost Total 20h 18" 10 EA $18,000.00 $180,000.00 20i 20" 5 EA $19,000.00 $95,000.00 20j 24" 5 EA $28,000.00 $140,000.00 20k 30" 5 EA $50,000.00 $250,000.00 20l 36" 5 EA $77,000.00 $385,000.00 BUTTERFLY VALVES WITH VALVE BOX 21a 12" 5 EA $4,500.00 $22,500.00 21b 16" 5 EA $8,800.00 $44,000.00 21c 18" 5 EA $10,000.00 $50,000.00 21d 20" 5 EA $11,500.00 $57,500.00 21e 24" 5 EA $16,000.00 $80,000.00 21f 30" 5 EA $40,000.00 $200,000.00 SERVICE SADDLES REPLACEMENT 22a 3/4" 300 EA $850.00 $255,000.00 22b 1" 300 EA $875.00 $262,500.00 22c 1.5" 300 EA $1,000.00 $300,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 57 Line Item Description Quantity Unit of Measure Unit Cost Total 22d 2" 100 EA $1,100.00 $110,000.00 22e 4" 10 EA $1,100.00 $11,000.00 22f 6" 10 EA $1,125.00 $11,250.00 22g 8" 10 EA $1,150.00 $11,500.00 22h 10" 10 EA $1,165.00 $11,650.00 22i 12" 10 EA $1,185.00 $11,850.00 22j 14" 10 EA $1,190.00 $11,900.00 22k 16" 10 EA $1,200.00 $12,000.00 22l 18" 10 EA $1,210.00 $12,100.00 22m 20" 10 EA $1,220.00 $12,200.00 TAPPING SLEEVES AND TAPPING VALVES 23a 4" 25 EA $6,000.00 $150,000.00 23b 6" 25 EA $6,800.00 $170,000.00 23c 8" 25 EA $7,500.00 $187,500.00 23d 10" 10 EA $8,000.00 $80,000.00 23e 12" 10 EA $12,500.00 $125,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 58 Line Item Description Quantity Unit of Measure Unit Cost Total 23f 14" 3 EA $16,000.00 $48,000.00 23g 16" 3 EA $17,000.00 $51,000.00 23h 18" 3 EA $24,000.00 $72,000.00 23i 20" 3 EA $32,000.00 $96,000.00 23j 24" 3 EA $41,000.00 $123,000.00 23k 30" 3 EA $68,000.00 $204,000.00 23l 36" 3 EA $95,000.00 $285,000.00 INSERT VALVES 24a 4" 40 EA $26,000.00 $1,040,000.00 24b 6" 40 EA $27,000.00 $1,080,000.00 24c 8" 20 EA $35,000.00 $700,000.00 24d 10" 10 EA $36,500.00 $365,000.00 24e 12" 20 EA $46,000.00 $920,000.00 LINE STOPS 25a 4" 10 EA $10,000.00 $100,000.00 25b 6" 10 EA $11,000.00 $110,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 59 Line Item Description Quantity Unit of Measure Unit Cost Total 25c 8" 10 EA $14,500.00 $145,000.00 25d 10" 10 EA $14,900.00 $149,000.00 25e 12" 15 EA $18,000.00 $270,000.00 25f 14" 15 EA $18,500.00 $277,500.00 25g 16" 15 EA $22,000.00 $330,000.00 25h 18" 15 EA $23,000.00 $345,000.00 25i 20" 15 EA $26,000.00 $390,000.00 25j 24" 10 EA $32,000.00 $320,000.00 25k 30" 3 EA $41,000.00 $123,000.00 25l 36" 3 EA $48,000.00 $144,000.00 REPAIR CLAMP 26a 2" 15 EA $200.00 $3,000.00 26b 4" 15 EA $315.00 $4,725.00 26c 6" 15 EA $360.00 $5,400.00 26d 8" 15 EA $415.00 $6,225.00 26e 10" 15 EA $550.00 $8,250.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 60 Line Item Description Quantity Unit of Measure Unit Cost Total 26f 12" 15 EA $600.00 $9,000.00 26g 14" 5 EA $1,450.00 $7,250.00 26h 16" 5 EA $1,000.00 $5,000.00 26i 18" 5 EA $1,600.00 $8,000.00 26j 20" 5 EA $3,000.00 $15,000.00 26k 24" 5 EA $4,000.00 $20,000.00 26l 30" 5 EA $4,000.00 $20,000.00 26m 36" 5 EA $5,000.00 $25,000.00 RESTRAINED JOINT FOR EXISTING MAIN 27a 2" Restrained Joint 50 EA $300.00 $15,000.00 27b 4" Restrained Joint 100 EA $310.00 $31,000.00 27c 6" Restrained Joint 100 EA $325.00 $32,500.00 27d 8" Restrained Joint 100 EA $450.00 $45,000.00 27e 10" Restrained Joint 100 EA $480.00 $48,000.00 27f 12" Restrained Joint 100 EA $490.00 $49,000.00 27g 16" Restrained Joint 50 EA $1,500.00 $75,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 61 Line Item Description Quantity Unit of Measure Unit Cost Total 27h 18" Restrained Joint 50 EA $1,600.00 $80,000.00 27i 20" Restrained Joint 20 EA $1,600.00 $32,000.00 27j 24" Restrained Joint 20 EA $1,800.00 $36,000.00 27k 30" Restrained Joint 20 EA $3,800.00 $76,000.00 FIRE HYDRANT ASSEMBLY 28a Remove and Replace Fire Hydrant Assembly With Valve (5-1/4") 40 EA $11,000.00 $440,000.00 28b Remove and Replace Fire Hydrant Assembly Without Valve (5-1/4") 10 EA $9,500.00 $95,000.00 28c Install New Fire Hydrant Assembly With Valve (5-1/4") 10 EA $10,500.00 $105,000.00 28d Remove Existing Fire Hydrant 5 EA $1,400.00 $7,000.00 SERVICE CONNECTIONS 29a Furnish and Install 5/8" Service Connection (corp to meter including meter box) and 2" PVC Casing 150 EA $2,500.00 $375,000.00 29b Furnish and Install 3/4" Service Connection (corp to meter including meter box) and 2" PVC Casing 500 EA $3,000.00 $1,500,000.00 29c Furnish and Install 1" Service Connection (corp to meter including meter box) and 2" PVC Casing 500 EA $3,200.00 $1,600,000.00 29d Furnish and Install 1-1/2" Service Connection (including brass ball valve to meter box) and 3" PVC Casing 75 EA $3,700.00 $277,500.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 62 Line Item Description Quantity Unit of Measure Unit Cost Total 29e Furnish and Install 2" Service Connection (including brass ball valve to meter box) and 3" PVC Casing 50 EA $4,500.00 $225,000.00 OTHER ITEMS 30a Bollard 30 EA $450.00 $13,500.00 30b Aboveground ARV Assembly (Inclusive of fittings and enclosure) 10 EA $10,000.00 $100,000.00 30c ARV Only Assembly (Inclusive of fittings) 10 EA $3,250.00 $32,500.00 30d Temporary Blowoff Assembly 10 EA $2,000.00 $20,000.00 30e 4" Blowoff Assembly 10 EA $2,300.00 $23,000.00 30f Pipe Exterior Coating 100 SF $65.00 $6,500.00 WATER MAIN DISINFECTION 31a Cleaning and Disinfection of 2" to 6" Potable Water Main 7,000 LF $23.00 $161,000.00 31b Cleaning and Disinfection of 8" to 12" Potable Water Main 5,000 LF $25.00 $125,000.00 31c Cleaning and Disinfection of 14" to 20" Potable Water Main 5,000 LF $25.50 $127,500.00 31d Cleaning and Disinfection of 24" to 36" Potable Water Main 5,000 LF $26.00 $130,000.00 31e Cleaning and Disinfection of 2" to 6" Reclaimed Water Main 5,000 LF $23.00 $115,000.00 31f Cleaning and Disinfection of 8" to 12" Reclaimed Water Main 5,000 LF $25.00 $125,000.00 31g Cleaning and Disinfection of 14" to 20" Reclaimed Water Main 2,000 LF $25.50 $51,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 63 Line Item Description Quantity Unit of Measure Unit Cost Total 31h Cleaning and Disinfection of 24" to 36" Reclaimed Water Main 2,000 LF $26.00 $52,000.00 GRAVITY SANITARY SEWER PIPE REPAIR (Incidental to Water or Reclaimed Water Trenchless) PVC GRAVITY MAIN (Inclusive all Labor, Material, and Associated Restraints) 32a 6" diameter 500 LF $225.00 $112,500.00 32b 8" diameter 500 LF $250.00 $125,000.00 32c 10" diameter 500 LF $260.00 $130,000.00 32d 12" diameter 500 LF $270.00 $135,000.00 32e 14" diameter 100 LF $340.00 $34,000.00 32f 16" diameter 100 LF $375.00 $37,500.00 32g 18" diameter 100 LF $425.00 $42,500.00 32h 20" diameter 100 LF $500.00 $50,000.00 32i 24" diameter 100 LF $600.00 $60,000.00 WASTEWATER MANHOLE 33a Manhole - 4 feet Diameter 100 VF $1,200.00 $120,000.00 33b Manhole - 5 feet Diameter 50 VF $1,600.00 $80,000.00 33c Manhole - 6 feet Diameter 50 VF $1,900.00 $95,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 64 Line Item Description Quantity Unit of Measure Unit Cost Total 33d Adjust Existing Manhole Frame and Cover (paved areas) 10 EA $1,000.00 $10,000.00 33e Adjust Existing Manhole Frame and Cover (unpaved areas) 10 EA $800.00 $8,000.00 33f Replace Existing Manhole Frame and Cover (paved areas) 10 EA $1,800.00 $18,000.00 33g Replace Existing Manhole Frame and Cover (unpaved areas) 10 EA $1,215.00 $12,150.00 WASTEWATER SERVICE LATERAL 34a Install/Repair/Replace 4" Sanitary Sewer Lateral 10 EA $2,000.00 $20,000.00 34b Install/Repair/Replace 6" Sanitary Sewer Lateral 10 EA $2,400.00 $24,000.00 TOTAL $52,166,200.00 OWNER'S CONTINGENCY 10% of the subtotal of lines 1-34b in Group B above. Line Item Description Unit of Measure Unit Cost 35 GROUP B: Water and RCW Trenchless Pipe Installation 10% Contingency LS $5,216,620.00 25-0027-UT WATER, RECLAIMED WATER AND WELL REPAIR & IMPROVEMENTS (GROUP C - ASPHALT MILLING AND RESURFACING) All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 65 bid items shall not be changed in the event of overruns or underruns. All groups do not need to be priced however, all items within a group need to be completed in order to be considered for award of that group. Line Item Description Quantity Unit of Measure Unit Cost Total GROUP C: ASPHALT MILLING AND RESURFACING *Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for non-emergency mobilization shall not exceed $6,000 and the unit price for emergency mobilization shall not exceed $7,000 1a Non-Emergency Mobilization/ Demobilization including General Conditions and Traffic Control 40 LS $6,000.00 $240,000.00 1b Emergency Mobilization/ Demobilization including General Conditions and Traffic Control 20 LS $4,000.00 $80,000.00 2a Full Width Milling Only (Up to 2") 20,000 SY $22.00 $440,000.00 2b Full Width Milling Only (2" to 4") 20,000 SY $24.00 $480,000.00 2c Asphalt Patch 1,000 SY $75.00 $75,000.00 2d Complete Removal and Replacement of Asphalt Pavement 2,000 SY $80.00 $160,000.00 3a Remove and Replace Limerock Base Only 2,000 SY $120.00 $240,000.00 3b Remove and Replace Crushed Concrete Base Only 2,000 SY $120.00 $240,000.00 4a Sodding 45,000 SF $1.75 $78,750.00 4b Brush Removal 40 TON $250.00 $10,000.00 4c Tree protection 15 EA $300.00 $4,500.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 66 Line Item Description Quantity Unit of Measure Unit Cost Total 4d Tree Removal (<6" Trunk Diameter) 5 EA $1,000.00 $5,000.00 4e Tree Removal (6"-12" Trunk Diameter) 3 EA $1,500.00 $4,500.00 4f Tree Removal (13"-18" Trunk Diameter) 3 EA $3,000.00 $9,000.00 4g Tree Removal (>18" Trunk Diameter) 3 EA $6,000.00 $18,000.00 5a Pavement Marking - Crosswalks (Lane) 500 LF $29.00 $14,500.00 5b Pavement Marking - Stop Bars (Lane) 250 EA $415.00 $103,750.00 5c Pavement Marking - School Crossing/RR 50 EA $690.00 $34,500.00 5d Pavement Marking - Turn, Straight, Combo Arrows 50 EA $480.00 $24,000.00 5e Pavement Marking - Dashed (White, Yellow or Double Yellow) 500 LF $10.00 $5,000.00 5f Pavement Marking - Solid White 250 LF $10.00 $2,500.00 5g Pavement Marking - Solid Double Yellow 250 LF $15.00 $3,750.00 5h Pavement Marking - Solid Yellow 250 LF $10.00 $2,500.00 5i Temporary Pavement Marking - Turn, Straight, Combo Arrows 250 EA $110.00 $27,500.00 5j Temporary Pavement Marking - Dashed (White, Yellow or Double Yellow) 250 LF $10.00 $2,500.00 5k Temporary Pavement Marking - Solid White 250 LF $10.00 $2,500.00 5l Temporary Pavement Marking - Solid Double Yellow 250 LF $11.00 $2,750.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 67 Line Item Description Quantity Unit of Measure Unit Cost Total 5m Temporary Pavement Marking - Solid Yellow 250 LF $9.00 $2,250.00 TOTAL $2,312,750.00 OWNER'S CONTINGENCY 10% of the subtotal of lines 1a-5m in Group C above. Line Item Description Unit of Measure Unit Cost 6 GROUP C: Asphalt Milling and Resurfacing 10% Contingency LS $231,275.00 25-0027-UT WATER, RECLAIMED WATER AND WELL REPAIR & IMPROVEMENTS (GROUP D - CONCRETE APRONS, SIDEWALK AND CURB) All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. All groups do not need to be priced however, all items within a group need to be completed in order to be considered for award of that group. Line Item Description Quantity Unit of Measure Unit Cost Total GROUP D: CONCRETE APRONS, SIDEWALK AND CURB Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for non-emergency mobilization shall not exceed $6,000 and the unit price for emergency mobilization shall not exceed $7,000 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 68 Line Item Description Quantity Unit of Measure Unit Cost Total 1a Non-Emergency Mobilization/ Demobilization including General Conditions and Traffic Control 40 LS $6,000.00 $240,000.00 1b Emergency Mobilization/ Demobilization including General Conditions and Traffic Control 20 LS $4,000.00 $80,000.00 2a Milling Removal 2,500 SY $28.00 $70,000.00 2b Removal and Replacement of Concrete Apron 20,000 SY $229.00 $4,580,000.00 2c Removal and Replacement of Concrete Sidewalk 20,000 SY $215.00 $4,300,000.00 2d Remove and replace concrete curb and gutter (City Standard Detail Straight Curb) 10,000 LF $72.00 $720,000.00 2e Remove and replace concrete curb and gutter (City Standard Detail Type I Curb) 10,000 LF $86.00 $860,000.00 2f Remove and replace concrete curb and gutter (City Standard Detail Valley Curb) 10,000 LF $86.00 $860,000.00 2g Remove and replace concrete curb and gutter (City Standard Detail Pin/Dowelled Curb) 10,000 LF $57.00 $570,000.00 3a Remove and Replace Limerock Base Only 1,500 CY $125.00 $187,500.00 3b Remove and Replace Crushed Concrete Base Only 1,500 CY $125.00 $187,500.00 4a Sodding 35,000 SF $1.75 $61,250.00 4b Brush Removal 40 TON $250.00 $10,000.00 4c Tree protection 15 EA $300.00 $4,500.00 4d Tree Removal (<6" Trunk Diameter) 5 EA $1,000.00 $5,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 69 Line Item Description Quantity Unit of Measure Unit Cost Total 4e Tree Removal (6"-12" Trunk Diameter) 3 EA $1,500.00 $4,500.00 4f Tree Removal (13"-18" Trunk Diameter) 3 EA $3,500.00 $10,500.00 4g Tree Removal (>18" Trunk Diameter) 3 EA $6,000.00 $18,000.00 TOTAL $12,768,750.00 OWNER'S CONTINGENCY 10% of the subtotal of lines 1a-4g in Group D above. Line Item Description Unit of Measure Unit Cost 5 GROUP D: Concrete Aprons, Sidewalk and Curb 10% Contingency LS $1,276,875.00 25-0027-UT WATER, RECLAIMED WATER AND WELL REPAIR & IMPROVEMENTS (GROUP E - WELL MAINTENANCE) All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. All groups do not need to be priced however, all items within a group need to be completed in order to be considered for award of that group. Line Item Description Quantity Unit of Measure Unit Cost Total Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for non-emergency mobilization shall not exceed $6,000 and the unit price for emergency mobilization shall not exceed $7,000 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 70 Line Item Description Quantity Unit of Measure Unit Cost Total PUMP REPAIR/REPLACEMENT SERVICES 1a Mobilization/Demobilization 15 EACH $6,000.00 $90,000.00 1b Remove & Reinstall Well Head & Pumping Equipment 15 EACH $2,500.00 $37,500.00 1c Perform Pump Repair 150 HOUR $290.00 $43,500.00 1d Well disinfection with a sodium hypochlorite solution following reinstallation of the pump, prior to electrical reconnection 15 EACH $5,000.00 $75,000.00 WELL ACIDIZATION SERVICES 2a Mobilization/Demobilization 15 EACH $6,000.00 $90,000.00 2b Perform Pre-acidizing Specific Capacity Test 15 EACH $2,500.00 $37,500.00 2c Remove and Re-install Production Pump 15 EACH $7,730.00 $115,950.00 2d Provide & Install Acidization Well Head Flange Plate 15 EACH $7,730.00 $115,950.00 2e Provide 32 Percent Inhibited Hydrochloric Acid 4,000 GALS $15.50 $62,000.00 2f Acidize Well 150 HOUR $290.00 $43,500.00 2g Provide and Set Test Pump and Pump Well 15 EACH $8,500.00 $127,500.00 2h Well Disinfection 15 EACH $4,275.00 $64,125.00 WELL EVALUATION 3a Mobilization/Demobilization 15 EACH $6,000.00 $90,000.00 [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0027-UT 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements [TLC DIVERSIFIED, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements Page 71 Line Item Description Quantity Unit of Measure Unit Cost Total 3b Perform Specific Capacity Test with Production Pump 15 EACH $1,545.00 $23,175.00 3c Set Test Pump & Perform Specific Capacity Test 15 EACH $5,410.00 $81,150.00 3d Remove & Reinstall Well Head & Pumping Equipment 15 EACH $7,730.00 $115,950.00 3e Provide & Install Test Pump for Geophysical Logging 15 EACH $5,400.00 $81,000.00 3f Perform Geophysical Logging 15 EACH $15,500.00 $232,500.00 3g Perform Video Survey 15 EACH $5,400.00 $81,000.00 MECHANICAL INTEGRITY TESTING 4 Perform Mechanical Integrity Testing 10 EA $54,150.00 $541,500.00 ADDITIONAL/MISCELLANEOUS SERVICES 5a Hourly Rate for Miscellaneous Services 100 HOUR $290.00 $29,000.00 TOTAL $2,177,800.00 OWNER'S CONTINGENCY 10% of the subtotal of lines 1a-5a in Group E above. Line Item Description Unit of Measure Unit Cost 6 GROUP E: Well Maintenance 10% Contingency LS $217,780.00 1 9/03/2025 2 9/24/2025 3 9/24/2025 4 09/30/2025 124,823,270.00 One hundred twenty-four million eight hundred twenty- three thousand two hundred seventy and zero cents v. 7.2024 128 The Contractor further acknowledges that they have satisfied themself as to the character, quality and quantity of surface and subsurface materials, obstacles, or conditions to be encountered. Any failure by the Contractor to acquaint themself with any aspect of the Work Order or with any of the applicable conditions shall not relieve the Contractor from responsibility for adequately evaluating the difficulty or cost of successfully performing the Work Order under the Contract Documents, nor shall it be considered the basis for any claim for additional time or compensation. PRICING SHEET 25-0027-UT WATER, RECLAIMED WATER AND WELL REPAIR & IMPROVEMENTS (GROUP A - WATER AND RCW POINT REPAIR) All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. All groups do not need to be priced however, all items within a group need to be completed in order to be considered for award of that group. Line Item Description Quantity Unit of Measure Unit Cost Total GENERAL - GROUP A: Water and RCW Point Repair *Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4,000 for non emergency mobilization and $5,000 for emergency mobilization. Emergency and non emergency mobilization are further defined in Section IV of the Contract Documents. 1 *Emergency Mobilization/Demobilization & General Conditions and Traffic Control1 (max $5,000) 30 EA 2 Non-Emergency Mobilization/Demobilization & General Conditions and Traffic Control1 (max $4,000) 75 EA Bid Items 3a to 3i shall be fully inclusive of furnishing and installation all items to provide a complete maintenance of traffic installation including but not limited to signage, barricades, channelizing devices, flaggers, etc. Bid Items 3j-3r shall only be allowed where not included as part of a complete MOT bid item. 3a FDOT Index 601 - Work Beyond the Shoulder 180 EA/DAY v. 7.2024 129 Line Item Description Quantity Unit of Measure Unit Cost Total 3b FDOT Index 602 - Work on Shoulder 180 EA/DAY 3c FDOT Index 603 - Two Lane Two Way Work within Travel way 60 EA/DAY 3d FDOT Index 604 - Two Lane Two Way - Intersection Work 60 EA/DAY 3e FDOT Index 613 - Multilane Roadway - Lane Closures 60 EA/DAY 3f FDOT Index 615 - Multilane Roadway - Intersection Work 60 EA/DAY 3g FDOT Index 620 - Multilane Roadway - Temporary Diversion 60 EA/DAY 3h FDOT Index 625 - Temporary Road Closure 60 EA/DAY 3i FDOT Index 628 - Two Way Left Turn Lanes 60 EA/DAY 3j Flagman 200 HOUR 3k Arrow Board - 5' Minimum Horizontal Size 30 EA/DAY 3l Variable Message Board 30 EA/DAY 3m Concrete Barrier (FDOT Index No. 415) 60 EA/DAY 3n Low Profile Barrier (FDOT Index No. 412) 60 EA/DAY 3o Sign in Work Zone 100 EA/DAY 3p FDOT Cone 100 EA/DAY 3q FDOT Channelizing Drum 100 EA/DAY 3r Barricade, Type III with Warning Light 100 EA/DAY v. 7.2024 130 Line Item Description Quantity Unit of Measure Unit Cost Total 3s Barricade, Type I or II with Warning Light 100 EA/DAY LABOR AND EQUIPMENT Bid Items 4a-l and 5a-v shall only be used at the approval of the City where other bid items are not fully inclusive or where applicable at discretion and approval of the City. LABOR HOUR 4a Foreman regular time 1,500 HOUR 4b Foreman overtime 200 HOUR 4c Operator regular time 2,000 HOUR 4d Operator overtime 200 HOUR 4e Truck Driver regular time 1,000 HOUR 4f Truck Driver overtime 50 HOUR 4g Pipe Layer regular time 2,000 HOUR 4h Pipe Layer overtime 200 HOUR 4i Laborer regular time 2,000 HOUR 4j Laborer overtime 2,000 HOUR 4k Preconstruction Video 30 DAY 4l Asbuilt Survey 80 DAY EQUIPMENT 5a Foreman's pickup truck with hand tools 1,500 HOUR 5b Job truck with tools 1,500 HOUR 5c Tractor & Trailer (Transport) 200 HOUR 5d Track Hoe (to 100 HP) 1,100 HOUR v. 7.2024 131 Line Item Description Quantity Unit of Measure Unit Cost Total 5e Track Hoe (101 HP to 170 HP) 500 HOUR 5f Track Hoe (171 HP and up) 750 HOUR LANDSCAPING/RESTORATION 6a Sodding 75,000 SF 6b Brush Removal 40 TON 6c Tree Protection 15 EA 6d Tree Removal (<6" Trunk Diameter) 5 EA 6e Tree Removal (6"-12" Trunk Diameter) 3 EA 6f Tree Removal (13"-18" Trunk Diameter) 3 EA 6g Tree Removal (>18" Trunk Diameter) 3 EA MATERIALS 7a Remove and Replace Concrete Sidewalk, (4" Min Thickness) 500 SF 7b Remove and Replace Concrete Sidewalk, (6" Min Thickness) 500 SF 7c Remove and Replace Concrete Driveway 250 SY 7d Full Width Milling (Up to 2") 7,500 SY 7e Full Width Milling (2" to 4") 7,500 SY 7f SP 12.5 Asphalt Concrete Resurfacing 500 TON 7g SP 9.5 Asphalt Concrete Resurfacing 500 TON v. 7.2024 132 Line Item Description Quantity Unit of Measure Unit Cost Total 7h Pavement Marking - Crosswalks (Lane) 500 LF 7i Pavement Marking - Stop Bars (Lane) 250 EA 7j Pavement Marking - School Crossing/RR 50 EA 7k Pavement Marking - Turn, Straight, Combo Arrows 50 EA 7l Pavement Marking - Dashed (White, Yellow, or Double Yellow) 500 LF 7m Pavement Marking - Solid White 250 LF 7n Pavement Marking - Solid Double Yellow 250 LF 7o Pavement Marking - Solid Yellow 250 LF 7p Temporary Pavement Marking - Turn, Straight, Combo Arrows 250 EA 7q Temporary Pavement Marking - Dashed (White, Yellow, or Double Yellow) 250 LF 7r Temporary Pavement Marking - Solid White 250 LF 7s Temporary Pavement Marking - Solid Double Yellow 250 LF 7t Temporary Pavement Marking - Solid Yellow 250 LF 7u Remove and replace concrete curb and gutter (FDOT Type A) 750 LF 7v Remove and replace concrete curb and gutter (FDOT Type E) 750 LF 7w Remove and replace concrete curb and gutter (FDOT Type F) 750 LF v. 7.2024 133 Line Item Description Quantity Unit of Measure Unit Cost Total 7x 3000 psi Concrete 100 CY 7y Off Site Selected Fill 1,500 CY 7z Limerock Base Material 750 TON 7aa Crushed Concrete Base Material 750 TON 7ab Stabilized Subgrade 750 TON 7ac # 57 Washed Stone 750 TON 7ad Removal of unsuitable soil 300 TON 7ae Removal of buried concrete 300 TON 7af Removal of Hazardous Material 300 TON 7ag Rip Rap 300 TON 7ah Flowable Fill 100 CY 7ai Brick Pavers 100 SY 7aj Geo Grid 20 SY 7ak Shoring (4' to 6' deep) 10 EA 7al Shoring (6' to 10' deep) 10 EA 7am Steel Road Plates 40 EA WELL POINT DEWATERING 8 Well Point Dewatering 2,000 LF/DAY GROUT FILL AND ABANDON MAIN 9a 2"-6" 7,500 LF 9b 8"-12" 7,500 LF 9c 16"-24" 5,000 LF 9d >30" 5,000 LF v. 7.2024 134 Line Item Description Quantity Unit of Measure Unit Cost Total REMOVE ABANDONED MAIN 10a 2"-6" 5,000 LF 10b 8"-12" 5,000 LF 10c 16"-24" 2,000 LF 10d >30" 500 LF PRESSURE PIPE (OPEN CUT) PVC (Inclusive all Labor, Material, and Associated Restraints) 11a 4" diameter (0' to 5') 1,000 LF 11b 4" diameter (5.1' to 10') 500 LF 11c 4" diameter (10.1' to 15') 100 LF 11d 4" diameter (15.1' to 20') 50 LF 11e 6" diameter (0' to 5') 1,000 LF 11f 6" diameter (5.1' to 10') 500 LF 11g 6" diameter (10.1' to 15') 100 LF 11h 6" diameter (15.1' to 20') 50 LF 11i 8" diameter (0' to 5') 1,000 LF 11j 8" diameter (5.1' to 10') 500 LF 11k 8" diameter (10.1' to 15') 100 LF 11l 8" diameter (15.1' to 20') 50 LF 11m 10" diameter (0' to 5') 200 LF 11n 10" diameter (5.1' to 10') 200 LF 11o 10" diameter (10.1' to 15') 50 LF 11p 10" diameter (15.1' to 20') 30 LF v. 7.2024 135 Line Item Description Quantity Unit of Measure Unit Cost Total DUCTILE IRON (Inclusive all Labor, Material, and Associated Restraints) 12a 4" diameter (0' to 5') 1,000 LF 12b 4" diameter (5.1' to 10') 500 LF 12c 4" diameter (10.1' to 15') 100 LF 12d 4" diameter (15.1' to 20') 50 LF 12e 6" diameter (0' to 5') 1,000 LF 12f 6" diameter (5.1' to 10') 500 LF 12g 6" diameter (10.1' to 15') 100 LF 12h 6" diameter (15.1' to 20') 50 LF 12i 8" diameter (0' to 5') 1,000 LF 12j 8" diameter (5.1' to 10') 500 LF 12k 8" diameter (10.1' to 15') 100 LF 12l 8" diameter (15.1' to 20') 50 LF 12m 10" diameter (0' to 5') 100 LF 12n 10" diameter (5.1' to 10') 100 LF 12o 10" diameter (10.1' to 15') 50 LF 12p 10" diameter (15.1' to 20') 30 LF 12q 12" diameter (0' to 5') 1,000 LF 12r 12" diameter (5.1' to 10') 500 LF 12s 12" diameter (10.1' to 15') 100 LF 12t 12" diameter (15.1' to 20') 50 LF 12u 14" diameter (0' to 5') 100 LF 12v 14" diameter (5.1' to 10') 50 LF v. 7.2024 136 Line Item Description Quantity Unit of Measure Unit Cost Total 12w 14" diameter (10.1' to 15') 20 LF 12x 14" diameter (15.1' to 20') 20 LF 12y 16" diameter (0' to 5') 500 LF 12z 16" diameter (5.1' to 10') 200 LF 12aa 16" diameter (10.1' to 15') 50 LF 12ab 16" diameter (15.1' to 20') 30 LF 12ac 18" diameter (0' to 5') 50 LF 12ad 18" diameter (5.1' to 10') 50 LF 12ae 18" diameter (10.1' to 15') 20 LF 12af 18" diameter (15.1' to 20') 20 LF 12ag 20" diameter (0' to 5') 500 LF 12ah 20" diameter (5.1' to 10') 200 LF 12ai 20" diameter (10.1' to 15') 50 LF 12aj 20" diameter (15.1' to 20') 30 LF 12ak 24" diameter (0' to 5') 500 LF 12al 24" diameter (5.1' to 10') 200 LF 12am 24" diameter (10.1' to 15') 50 LF 12an 24" diameter (15.1' to 20') 30 LF 12ao 30" diameter (0' to 5') 100 LF 12ap 30" diameter (5.1' to 10') 50 LF 12aq 30" diameter (10.1' to 15') 20 LF 12ar 30" diameter (15.1' to 20') 20 LF 12as 36" diameter (0' to 5') 100 LF v. 7.2024 137 Line Item Description Quantity Unit of Measure Unit Cost Total 12at 36" diameter (5.1' to 10') 50 LF 12au 36" diameter (10.1' to 15') 20 LF 12av 36" diameter (15.1' to 20') 20 LF HDPE (Inclusive all Labor, Material, and Associated Restraints) 13a 4" diameter (0' to 5') 1,000 LF 13b 4" diameter (5.1' to 10') 500 LF 13c 4" diameter (10.1' to 15') 100 LF 13d 4" diameter (15.1' to 20') 50 LF 13e 6" diameter (0' to 5') 1,000 LF 13f 6" diameter (5.1' to 10') 500 LF 13g 6" diameter (10.1' to 15') 100 LF 13h 6" diameter (15.1' to 20') 50 LF 13i 8" diameter (0' to 5') 1,000 LF 13j 8" diameter (5.1' to 10') 500 LF 13k 8" diameter (10.1' to 15') 100 LF 13l 8" diameter (15.1' to 20') 50 LF 13m 10" diameter (0' to 5') 200 LF 13n 10" diameter (5.1' to 10') 200 LF 13o 10" diameter (10.1' to 15') 50 LF 13p 10" diameter (15.1' to 20') 30 LF 13q 12" diameter (0' to 5') 200 LF 13r 12" diameter (5.1' to 10') 200 LF 13s 12" diameter (10.1' to 15') 100 LF v. 7.2024 138 Line Item Description Quantity Unit of Measure Unit Cost Total 13t 12" diameter (15.1' to 20') 50 LF 13u 16" diameter (0' to 5') 500 LF 13v 16" diameter (5.1' to 10') 200 LF 13w 16" diameter (10.1' to 15') 100 LF 13x 16" diameter (15.1' to 20') 50 LF 13y 18" diameter (0' to 5') 500 LF 13z 18" diameter (5.1' to 10') 200 LF 13aa 18" diameter (10.1' to 15') 100 LF 13ab 18" diameter (15.1' to 20') 50 LF 13ac 20" diameter (0' to 5') 500 LF 13ad 20" diameter (5.1' to 10') 200 LF 13ae 20" diameter (10.1' to 15') 100 LF 13af 20" diameter (15.1' to 20') 50 LF 13ag 24" diameter (0' to 5') 500 LF 13ah 24" diameter (5.1' to 10') 200 LF 13ai 24" diameter (10.1' to 15') 100 LF 13aj 24" diameter (15.1' to 20') 50 LF 13ak 30" diameter (0' to 5') 500 LF 13al 30" diameter (5.1' to 10') 200 LF 13am 30" diameter (10.1' to 15') 100 LF 13an 30" diameter (15.1' to 20') 50 LF 13ao 36" diameter (0' to 5') 500 LF 13ap 36" diameter (5.1' to 10') 200 LF v. 7.2024 139 Line Item Description Quantity Unit of Measure Unit Cost Total 13aq 36" diameter (10.1' to 15') 100 LF 13ar 36" diameter (15.1' to 20') 50 LF DUCTILE IRON FITTINGS (Tees, Crosses, 90, 45, 22.5, 11.25, Sleeve, and inclusive all necessary restraints) 14a 4" diameter 2 TON 14b 6" diameter 2 TON 14c 8" diameter 2 TON 14d 10" diameter 2 TON 14e 12" diameter 2 TON 14f 14" diameter 2 TON 14g 16" diameter 2 TON 14h 18" diameter 2 TON 14i 20" diameter 2 TON 14j 24" diameter 2 TON 14k 30" diameter 2 TON 14l 36" diameter 2 TON PIPE BURSTING 15a Furnish and Install 4" HDPE Perchlorinated Pipe Bursting, DR 11 1,000 LF 15b Furnish and Install 6" HDPE Perchlorinated Pipe Bursting, DR 11 1,000 LF 15c Furnish and Install 8" HDPE Perchlorinated Pipe Bursting, DR 11 1,000 LF v. 7.2024 140 Line Item Description Quantity Unit of Measure Unit Cost Total 15d Furnish and Install 10" HDPE Perchlorinated Pipe Bursting, DR 11 500 LF 15e Furnish and Install 12" HDPE Perchlorinated Pipe Bursting, DR 11 1,000 LF 15f Furnish and Install 16" HDPE Perchlorinated Pipe Bursting, DR 11 1,000 LF 15g Furnish and Install 20" HDPE Perchlorinated Pipe Bursting, DR 11 1,000 LF 15h Furnish and Install 24" HDPE Perchlorinated Pipe Bursting, DR 11 500 LF 15i Furnish and Install 30" HDPE Perchlorinated Pipe Bursting, DR 11 500 LF JACK AND BORE 16a Furnish and Install 4" PVC or DI Pipe in 16" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF 16b Furnish and Install 6" PVC or DI Pipe in 16" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF 16c Furnish and Install 8" PVC or DI Pipe in 18" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF 16d Furnish and Install 12" PVC or DI Pipe in 24" OD Steel Casing Pipe by Jack and Bore per city standard detail 750 LF v. 7.2024 141 Line Item Description Quantity Unit of Measure Unit Cost Total 16e Furnish and Install 16" PVC or DI Pipe in 30" OD Steel Casing Pipe by Jack and Bore per city standard detail 750 LF 16f Furnish and Install 20" PVC or DI Pipe in 36" OD Steel Casing Pipe by Jack and Bore per city standard detail 750 LF 16g Furnish and Install 24" PVC or DI Pipe in 42" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF 16h Furnish and Install 30" PVC or DI Pipe in 48" OD Steel Casing Pipe by Jack and Bore per city standard detail 300 LF 16i Furnish and Install 36" PVC or DI Pipe in 54" OD Steel Casing Pipe by Jack and Bore per city standard detail 300 LF 16j Furnish and Install 42" PVC or DI Pipe in 60" OD Steel Casing Pipe by Jack and Bore per city standard detail 300 LF DIRECTIONAL DRILL 17a Furnish and Install 4" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF 17b Furnish and Install 6" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF 17c Furnish and Install 8" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF v. 7.2024 142 Line Item Description Quantity Unit of Measure Unit Cost Total 17d Furnish and Install 10" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 500 LF 17e Furnish and Install 12" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF 17f Furnish and Install 16" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF 17g Furnish and Install 20" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF 17h Furnish and Install 24" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF 17i Furnish and Install 30" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF 17j Furnish and Install 36" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF 17k Furnish and Install 4" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF 17l Furnish and Install 6" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF 17m Furnish and Install 8" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF v. 7.2024 143 Line Item Description Quantity Unit of Measure Unit Cost Total 17n Furnish and Install 10" Restrained PVC by directional drill, DR 18 with Transitional Ends 500 LF 17o Furnish and Install 12" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF 17p Furnish and Install 16" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF 17q Furnish and Install 20" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF 17r Furnish and Install 24" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF 17s Furnish and Install 30" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF 17t Furnish and Install 36" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF SLIPLINE HDPE THROUGH EXISTING MAIN (Inclusive all Labor, Material, and Associated Restraints) 18a Furnish and Install 4" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF 18b Furnish and Install 6" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF 18c Furnish and Install 8" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF 18d Furnish and Install 10" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF v. 7.2024 144 Line Item Description Quantity Unit of Measure Unit Cost Total 18e Furnish and Install 12" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF 18f Furnish and Install 16" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF 18g Furnish and Install 20" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF 18h Furnish and Install 24" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 500 LF 18i Furnish and Install 30" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 500 LF TEMPORARY WATER SERVICE 19a 2" Temporary HDPE Water Main (Including Tap Connections to Existing Main) 2,500 LF 19b 4" Temporary HDPE Water Main (Including Tap Connections to Existing Main) 2,500 LF 19c 6" Temporary HDPE Water Main (Including Tap Connections to Existing Main) 1,000 LF APPURTENANCES 20a 4" 100 EA 20b 6" 100 EA 20c 8" 50 EA 20d 10" 10 EA 20e 12" 30 EA v. 7.2024 145 Line Item Description Quantity Unit of Measure Unit Cost Total 20f 14" 10 EA 20g 16" 10 EA 20h 18" 10 EA 20i 20" 5 EA 20j 24" 5 EA 20k 30" 5 EA 20l 36" 5 EA BUTTERFLY VALVES WITH VALVE BOX 21a 12" 5 EA 21b 16" 5 EA 21c 18" 5 EA 21d 20" 5 EA 21e 24" 5 EA 21f 30" 5 EA SERVICE SADDLES REPLACEMENT 22a 3/4" 300 EA 22b 1" 300 EA 22c 1.5" 300 EA 22d 2" 100 EA 22e 4" 10 EA 22f 6" 10 EA 22g 8" 10 EA 22h 10" 10 EA v. 7.2024 146 Line Item Description Quantity Unit of Measure Unit Cost Total 22i 12" 10 EA 22j 14" 10 EA 22k 16" 10 EA 22l 18" 10 EA 22m 20" 10 EA TAPPING SLEEVES WITH TAPPING VALVES (Including 3 Piece Valve Box) 23a 4" 25 EA 23b 6" 25 EA 23c 8" 25 EA 23d 10" 10 EA 23e 12" 10 EA 23f 14" 3 EA 23g 16" 3 EA 23h 18" 3 EA 23i 20" 3 EA 23j 24" 3 EA 23k 30" 3 EA 23l 36" 3 EA INSERT GATE VALVES 24a 4" 50 EA 24b 6" 50 EA 24c 8" 30 EA 24d 10" 10 EA v. 7.2024 147 Line Item Description Quantity Unit of Measure Unit Cost Total 24e 12" 20 EA LINE STOPS 25a 2" 10 EA 25b 4" 10 EA 25c 6" 10 EA 25d 8" 10 EA 25e 10" 10 EA 25f 12" 15 EA 25g 14" 15 EA 25h 16" 15 EA 25i 18" 15 EA 25j 20" 10 EA 25k 24" 3 EA 25l 30" 3 EA 25m 36" 3 EA REPAIR CLAMP 26a 2" 15 EA 26b 4" 15 EA 26c 6" 15 EA 26d 8" 15 EA 26e 10" 15 EA 26f 12" 15 EA 26g 14" 5 EA v. 7.2024 148 Line Item Description Quantity Unit of Measure Unit Cost Total 26h 16" 5 EA 26i 18" 5 EA 26j 20" 5 EA 26k 24" 5 EA 26l 30" 5 EA 26m 36" 5 EA RESTRAINED JOINT (for Existing Mains) 27a 2" Restrained Joint 50 EA 27b 4" Restrained Joint 100 EA 27c 6" Restrained Joint 100 EA 27d 8" Restrained Joint 100 EA 27e 10" Restrained Joint 100 EA 27f 12" Restrained Joint 100 EA 27g 16" Restrained Joint 50 EA 27h 18" Restrained Joint 50 EA 27i 20" Restrained Joint 20 EA 27j 24" Restrained Joint 20 EA 27k 30" Restrained Joint 20 EA FIRE HYDRANT ASSEMBLY 28a Remove and Replace Fire Hydrant Assembly With Valve (5-1/4") 60 EA 28b Remove and Replace Fire Hydrant Assembly Without Valve (5-1/4") 20 EA v. 7.2024 149 Line Item Description Quantity Unit of Measure Unit Cost Total 28c Install New Fire Hydrant Assembly With Valve (5-1/4") 10 EA 28d Remove Existing Fire Hydrant Only 10 EA SERVICE CONNECTIONS 29a Furnish and Install 5/8" Service Connection (corp to meter including meter box) and 2" PVC Casing 150 EA 29b Furnish and Install 3/4" Service Connection (corp to meter including meter box) and 2" PVC Casing 500 EA 29c Furnish and Install 1" Service Connection (corp to meter including meter box) and 2" PVC Casing 500 EA 29d Furnish and Install 1-1/2" Service Connection (including brass ball valve to meter including meter box) and 3" PVC Casing 75 EA 29e Furnish and Install 2" Service Connection (including brass ball valve to meter including meter box) and 3" PVC Casing 50 EA OTHER ITEMS 30a Bollard 30 EA 30b ARV Assembly (Inclusive of fittings and enclosure) 10 EA 30c ARV Only 10 EA 30d Temporary Blowoff Assembly 10 EA 30e 4" Blowoff Assembly 10 EA 30f Pipe Exterior Coating 100 SF v. 7.2024 150 Line Item Description Quantity Unit of Measure Unit Cost Total WATER MAIN DISINFECTION 31a Cleaning and Disinfection of 2" to 6" Potable Water Main 7,000 LF 31b Cleaning and Disinfection of 8" to 12" Potable Water Main 5,000 LF 31c Cleaning and Disinfection of 14" to 20" Potable Water Main 5,000 LF 31d Cleaning and Disinfection of 24" to 36" Potable Water Main 5,000 LF 31e Cleaning and Disinfection of 2" to 6" Reclaimed Water Main 5,000 LF 31f Cleaning and Disinfection of 8" to 12" Reclaimed Water Main 5,000 LF 31g Cleaning and Disinfection of 14" to 20" Reclaimed Water Main 2,000 LF 31h Cleaning and Disinfection of 24" to 36" Reclaimed Water Main 2,000 LF GRAVITY SANITARY SEWER PIPE REPAIR (Incidental to Water or Reclaimed Water Repair) PVC GRAVITY MAIN (Inclusive all Labor, Material, and Associated Restraints) 32a 6" diameter 500 LF 32b 8" diameter 500 LF 32c 10" diameter 500 LF 32d 12" diameter 500 LF 32e 14" diameter 100 LF 32f 16" diameter 100 LF 32g 18" diameter 100 LF 32h 20" diameter 100 LF v. 7.2024 151 Line Item Description Quantity Unit of Measure Unit Cost Total 32i 24" diameter 100 LF WASTEWATER MANHOLE 33a Manhole - 4 feet Diameter 200 VF 33b Manhole - 5 feet Diameter 100 VF 33c Manhole - 6 feet Diameter 100 VF 33d Adjust Existing Manhole Frame and Cover (paved areas) 10 EA 33e Adjust Existing Manhole Frame and Cover (unpaved areas) 10 EA 33f Replace Existing Manhole Frame and Cover (paved areas) 10 EA 33g Replace Existing Manhole Frame and Cover (unpaved areas) 10 EA WASTEWATER SERVICE LATERAL 34a Install/Repair/Replace 4" Sanitary Sewer Lateral 10 EA 34b Install/Repair/Replace 6" Sanitary Sewer Lateral 10 EA TOTAL OWNER'S CONTINGENCY 10% of the subtotal of lines 1-34b in Group A above. Line Item Description Unit of Measure Unit Cost 35 GROUP A: Water and RCW Point Repair 10% Contingency LS 25-0027-UT WATER, RECLAIMED WATER AND WELL REPAIR & IMPROVEMENTS (GROUP B - WATER AND RCW TRENCHLESS PIPE INSTALLATION) v. 7.2024 152 All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. All groups do not need to be priced however, all items within a group need to be completed in order to be considered for award of that group. Line Item Description Quantity Unit of Measure Unit Cost Total GENERAL - GROUP B: Water and RCW Trenchless Pipe Installation *Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4,000 for non emergency mobilization and $5,000 for emergency mobilization. Emergency and non emergency mobilization are further defined in Section IV of the Contract Documents. 1 *Emergency Mobilization/Demobilization & General Conditions and Traffic Control1 (max $5,000) 25 EA 2 Non-Emergency Mobilization/Demobilization & General Conditions and Traffic Control1 (max $4,000) 50 EA MAINTENANCE OF TRAFFIC Bid Items 3a to 3i shall be fully inclusive of furnishing and installation all items to provide a complete maintenance of traffic installation including but not limited to signage, barricades, channelizing devices, flaggers, etc. Bid Items 3j-3r shall only be allowed where not included as part of a complete MOT bid item. 3a FDOT Index 601 - Work Beyond the Shoulder 180 EA/DAY 3b FDOT Index 602 - Work on Shoulder 180 EA/DAY 3c FDOT Index 603 - Two Lane Two Way Work within Travel way 60 EA/DAY 3d FDOT Index 604 - Two Lane Two Way - Intersection Work 60 EA/DAY 3e FDOT Index 613 - Multilane Roadway - Lane Closures 60 EA/DAY v. 7.2024 153 Line Item Description Quantity Unit of Measure Unit Cost Total 3f FDOT Index 615 - Multilane Roadway - Intersection Work 60 EA/DAY 3g FDOT Index 620 - Multilane Roadway - Temporary Diversion 60 EA/DAY 3h FDOT Index 625 - Temporary Road Closure 60 EA/DAY 3i FDOT Index 628 - Two Way Left Turn Lanes 60 EA/DAY 3j Flagman 200 HOUR 3k Arrow Board - 5' Minimum Horizontal Size 30 EA/DAY 3l Variable Message Board 30 EA/DAY 3m Concrete Barrier (FDOT Index No. 415) 60 EA/DAY 3n Low Profile Barrier (FDOT Index No. 412) 60 EA/DAY 3o Sign in Work Zone 100 EA/DAY 3p FDOT Cone 100 EA/DAY 3q FDOT Channelizing Drum 100 EA/DAY 3r Barricade, Type III with Warning Light 100 EA/DAY 3s Barricade, Type I or II with Warning Light 100 EA/DAY LABOR AND EQUIPMENT Bid Items 4a-l and 5a-v shall only be used at the approval of the City where other bid items are not fully inclusive or where applicable at discretion of the City. LABOR HOUR 4a Foreman regular time 1,500 HOUR v. 7.2024 154 Line Item Description Quantity Unit of Measure Unit Cost Total 4b Foreman overtime 200 HOUR 4c Operator regular time 2,000 HOUR 4d Operator overtime 200 HOUR 4e Truck Driver regular time 1,000 HOUR 4f Truck Driver overtime 50 HOUR 4g Pipe Layer regular time 2,000 HOUR 4h Pipe Layer overtime 200 HOUR 4i Laborer regular time 2,000 HOUR 4j Laborer overtime 2,000 HOUR 4k Preconstruction Video 30 DAY 4l Asbuilt Survey 80 DAY EQUIPMENT 5a Foreman's pickup truck with hand tools 1,500 HOUR 5b Job truck with tools 1,500 HOUR 5c Tractor & Trailer (Transport) 200 HOUR 5d Track Hoe (to 100 HP) 1,100 HOUR 5e Track Hoe (101 HP to 170 HP) 500 HOUR 5f Track Hoe (171 HP and up) 750 HOUR 5g Rubber Tired Backhoe 25 HOUR 5h Wheel Loader (to 150 HP) 2,000 HOUR 5i Wheel Loader (151 HP and up) 250 HOUR 5j Track Type Tractors (to 100 HP) 150 HOUR v. 7.2024 155 Line Item Description Quantity Unit of Measure Unit Cost Total 5k Track Type Tractors (101 HP and up) 25 HOUR 5l Dump Truck (Tandem Axle) 750 HOUR 5m Plate Tamp 250 HOUR 5n 3" Trash Pump 250 HOUR 5o 4" Double Diaphragm Pump 2,000 HOUR 5p Air Compressor (125 CFM min.) 100 HOUR 5q 4" Jet Pump 25 DAY 5r Emergency Hauling up to 2500 gallons 25 HOUR 5s Emergency Hauling over 2500 gallons 25 HOUR 5t Street Sweeper 200 HOUR 5u Mobile Light Tower 40 DAY 5v Vactor Truck 250 HOUR LANDSCAPING/RESTORATION 6a Sodding 75,000 SF 6b Brush Removal 40 TON 6c Tree Protection 15 EA 6d Tree Removal (<6" Trunk Diameter) 5 EA 6e Tree Removal (6"-12" Trunk Diameter) 3 EA 6f Tree Removal (13"-18" Trunk Diameter) 3 EA v. 7.2024 156 Line Item Description Quantity Unit of Measure Unit Cost Total 6g Tree Removal (>18" Trunk Diameter) 3 EA MATERIALS 7a Remove and Replace Concrete Sidewalk, (4" Min Thickness) 500 SF 7b Remove and Replace Concrete Sidewalk, (6" Min Thickness) 500 SF 7c Remove and Replace Concrete Driveway 250 SY 7d Full Width Milling (Up to 2") 7,500 SY 7e Full Width Milling (2" to 4") 7,500 SY 7f SP 12.5 Asphalt Concrete Resurfacing 500 TON 7g SP 9.5 Asphalt Concrete Resurfacing 500 TON 7h Pavement Marking - Crosswalks (Lane) 500 LF 7i Pavement Marking - Stop Bars (Lane) 250 EA 7j Pavement Marking - School Crossing/RR 50 EA 7k Pavement Marking - Turn, Straight, Combo Arrows 50 EA 7l Pavement Marking - Dashed (White, Yellow, or Double Yellow) 500 LF 7m Pavement Marking - Solid White 250 LF 7n Pavement Marking - Solid Double Yellow 250 LF 7o Pavement Marking - Solid Yellow 250 LF v. 7.2024 157 Line Item Description Quantity Unit of Measure Unit Cost Total 7p Temporary Pavement Marking - Turn, Straight, Combo Arrows 250 EA 7q Temporary Pavement Marking - Dashed (White, Yellow, or Double Yellow) 250 LF 7r Temporary Pavement Marking - Solid White 250 LF 7s Temporary Pavement Marking - Solid Double Yellow 250 LF 7t Temporary Pavement Marking - Solid Yellow 250 LF 7u Remove and replace concrete curb and gutter (FDOT Type A) 750 LF 7v Remove and replace concrete curb and gutter (FDOT Type E) 750 LF 7w Remove and replace concrete curb and gutter (FDOT Type F) 750 LF 7x 3000 psi Concrete 100 CY 7y Off Site Selected Fill 1,500 CY 7z Limerock Base Material 750 TON 7aa Crushed Concrete Base Material 750 TON 7ab Stabilized Subgrade 750 TON 7ac # 57 Washed Stone 750 TON 7ad Removal of unsuitable soil 300 TON 7ae Removal of buried concrete 50 CY 7af Removal of Hazardous 50 CY 7ag Rip Rap 300 TON 7ah Flowable Fill 100 CY v. 7.2024 158 Line Item Description Quantity Unit of Measure Unit Cost Total 7ai Brick Pavers 100 SY 7aj Brick Paver Level Sand 10 CY 7ak Geo Grid 80 SY 7al Shoring (4' to 6' deep) 12 EA 7am Shoring (6' to 10' deep) 12 EA 7an Steel Road Plates 12 EA WELL POINT DEWATERING 8a Well Point Dewatering 2,000 LF/DAY GROUT FILL AND ABANDON MAIN 9a 2"-6" 7,500 LF 9b 8"-12" 7,500 LF 9c 16"-24" 5,000 LF 9d >30" 5,000 LF REMOVE ABANDONED MAIN 10a 2"-6" 5,000 LF 10b 8"-12" 5,000 LF 10c 16"-24" 2,000 LF 10d >30" 500 LF PRESSURE MAIN - TRENCHLESS INSTALLATION TEMPORARY WATER SERVICE 11a 2" Temporary HDPE Water Main (Including Tap Connections to Existing Main and Temporary Services) 20,000 LF v. 7.2024 159 Line Item Description Quantity Unit of Measure Unit Cost Total 11b 4" Temporary HDPE Water Main (Including Tap Connections to Existing Main and Temporary Services) 15,000 LF 11c 6" Temporary HDPE Water Main (Including Tap Connections to Existing Main and Temporary Services) 5,000 LF DIRECTIONAL DRILL (Inclusive of Fusing, MJ Adapters, Fused Fittings, etc) 12a Furnish and Install 4" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 4,000 LF 12b Furnish and Install 6" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 4,000 LF 12c Furnish and Install 8" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 4,000 LF 12d Furnish and Install 10" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 2,000 LF 12e Furnish and Install 12" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 4,000 LF 12f Furnish and Install 16" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 2,000 LF 12g Furnish and Install 20" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF v. 7.2024 160 Line Item Description Quantity Unit of Measure Unit Cost Total 12h Furnish and Install 24" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF 12i Furnish and Install 30" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF 12j Furnish and Install 36" HDPE by directional drill, DR 11 with Transitional Ends with MJ Adapters 1,000 LF 12k Furnish and Install 4" Restrained PVC by directional drill, DR 18 with Transitional Ends 4,000 LF 12l Furnish and Install 6" Restrained PVC by directional drill, DR 18 with Transitional Ends 4,000 LF 12m Furnish and Install 8" Restrained PVC by directional drill, DR 18 with Transitional Ends 4,000 LF 12n Furnish and Install 10" Restrained PVC by directional drill, DR 18 with Transitional Ends 2,000 LF 12o Furnish and Install 12" Restrained PVC by directional drill, DR 18 with Transitional Ends 4,000 LF 12p Furnish and Install 16" Restrained PVC by directional drill, DR 18 with Transitional Ends 2,000 LF 12q Furnish and Install 20" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF 12r Furnish and Install 24" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF v. 7.2024 161 Line Item Description Quantity Unit of Measure Unit Cost Total 12s Furnish and Install 30" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF 12t Furnish and Install 36" Restrained PVC by directional drill, DR 18 with Transitional Ends 1,000 LF PIPE BURSTING 13a Furnish and Install 4" HDPE Perchlorinated Pipe Bursting, DR 11 5,000 LF 13b Furnish and Install 6" HDPE Perchlorinated Pipe Bursting, DR 11 5,000 LF 13c Furnish and Install 8" HDPE Perchlorinated Pipe Bursting, DR 11 5,000 LF 13d Furnish and Install 10" HDPE Perchlorinated Pipe Bursting, DR 11 500 LF 13e Furnish and Install 12" HDPE Perchlorinated Pipe Bursting, DR 11 2,500 LF 13f Furnish and Install 16" HDPE Perchlorinated Pipe Bursting, DR 11 1,000 LF 13g Furnish and Install 20" HDPE Perchlorinated Pipe Bursting, DR 11 1,000 LF 13h Furnish and Install 24" HDPE Perchlorinated Pipe Bursting, DR 11 500 LF 13i Furnish and Install 30" HDPE Perchlorinated Pipe Bursting, DR 11 500 LF v. 7.2024 162 Line Item Description Quantity Unit of Measure Unit Cost Total SLIPLINE HDPE THROUGH EXISTING MAIN (Inclusive all Labor, Material, and Associated Restraints) 14a Furnish and Install 4" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF 14b Furnish and Install 6" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF 14c Furnish and Install 8" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF 14d Furnish and Install 10" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF 14e Furnish and Install 12" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF 14f Furnish and Install 16" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF 14g Furnish and Install 20" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 1,000 LF 14h Furnish and Install 24" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 500 LF 14i Furnish and Install 30" HDPE by slipline, DR 11 with Transitional Ends with MJ Adapters 500 LF JACK AND BORE 15a Furnish and Install 4" PVC or DI Pipe in 16" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF v. 7.2024 163 Line Item Description Quantity Unit of Measure Unit Cost Total 15b Furnish and Install 6" PVC or DI Pipe in 16" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF 15c Furnish and Install 8" PVC or DI Pipe in 18" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF 15d Furnish and Install 12" PVC or DI Pipe in 24" OD Steel Casing Pipe by Jack and Bore per city standard detail 750 LF 15e Furnish and Install 16" PVC or DI Pipe in 30" OD Steel Casing Pipe by Jack and Bore per city standard detail 750 LF 15f Furnish and Install 20" PVC or DI Pipe in 36" OD Steel Casing Pipe by Jack and Bore per city standard detail 750 LF 15g Furnish and Install 24" PVC or DI Pipe in 42" OD Steel Casing Pipe by Jack and Bore per city standard detail 500 LF 15h Furnish and Install 30" PVC or DI Pipe in 48" OD Steel Casing Pipe by Jack and Bore per city standard detail 300 LF 15i Furnish and Install 36" PVC or DI Pipe in 54" OD Steel Casing Pipe by Jack and Bore per city standard detail 150 LF 15j Furnish and Install 42" PVC or DI Pipe in 60" OD Steel Casing Pipe by Jack and Bore per city standard detail 150 LF PRESSURE PIPE (Open Cut) v. 7.2024 164 Line Item Description Quantity Unit of Measure Unit Cost Total PVC (Inclusive all Labor, Material, and Associated Restraints) 16a 4" diameter (0' to 5') 500 LF 16b 4" diameter (5.1' to 10') 100 LF 16c 4" diameter (10.1' to 15') 100 LF 16d 4" diameter (15.1' to 20') 50 LF 16e 6" diameter (0' to 5') 500 LF 16f 6" diameter (5.1' to 10') 100 LF 16g 6" diameter (10.1' to 15') 100 LF 16h 6" diameter (15.1' to 20') 50 LF 16i 8" diameter (0' to 5') 500 LF 16j 8" diameter (5.1' to 10') 100 LF 16k 8" diameter (10.1' to 15') 100 LF 16l 8" diameter (15.1' to 20') 50 LF 16m 10" diameter (0' to 5') 200 LF 16n 10" diameter (5.1' to 10') 200 LF 16o 10" diameter (10.1' to 15') 50 LF 16p 10" diameter (15.1' to 20') 30 LF DUCTILE IRON (Inclusive all Labor, Material, and Associated Restraints) 17a 4" diameter (0' to 5') 500 LF 17b 4" diameter (5.1' to 10') 200 LF 17c 4" diameter (10.1' to 15') 100 LF 17d 4" diameter (15.1' to 20') 50 LF 17e 6" diameter (0' to 5') 500 LF v. 7.2024 165 Line Item Description Quantity Unit of Measure Unit Cost Total 17f 6" diameter (5.1' to 10') 200 LF 17g 6" diameter (10.1' to 15') 100 LF 17h 6" diameter (15.1' to 20') 50 LF 17i 8" diameter (0' to 5') 500 LF 17j 8" diameter (5.1' to 10') 200 LF 17k 8" diameter (10.1' to 15') 100 LF 17l 8" diameter (15.1' to 20') 50 LF 17m 10" diameter (0' to 5') 500 LF 17n 10" diameter (5.1' to 10') 200 LF 17o 10" diameter (10.1' to 15') 100 LF 17p 10" diameter (15.1' to 20') 50 LF 17q 12" diameter (0' to 5') 500 LF 17r 12" diameter (5.1' to 10') 200 LF 17s 12" diameter (10.1' to 15') 100 LF 17t 12" diameter (15.1' to 20') 50 LF 17u 14" diameter (0' to 5') 100 LF 17v 14" diameter (5.1' to 10') 50 LF 17w 14" diameter (10.1' to 15') 20 LF 17x 14" diameter (15.1' to 20') 20 LF 17y 16" diameter (0' to 5') 500 LF 17z 16" diameter (5.1' to 10') 200 LF 17aa 16" diameter (10.1' to 15') 50 LF 17ab 16" diameter (15.1' to 20') 30 LF v. 7.2024 166 Line Item Description Quantity Unit of Measure Unit Cost Total 17ac 18" diameter (0' to 5') 50 LF 17ad 18" diameter (5.1' to 10') 50 LF 17ae 18" diameter (10.1' to 15') 20 LF 17af 18" diameter (15.1' to 20') 20 LF 17ag 20" diameter (0' to 5') 500 LF 17ah 20" diameter (5.1' to 10') 200 LF 17ai 20" diameter (10.1' to 15') 50 LF 17aj 20" diameter (15.1' to 20') 30 LF 17ak 24" diameter (0' to 5') 500 LF 17al 24" diameter (5.1' to 10') 200 LF 17am 24" diameter (10.1' to 15') 50 LF 17an 24" diameter (15.1' to 20') 30 LF 17ao 30" diameter (0' to 5') 100 LF 17ap 30" diameter (5.1' to 10') 50 LF 17aq 30" diameter (10.1' to 15') 20 LF 17ar 30" diameter (15.1' to 20') 20 LF 17as 36" diameter (0' to 5') 100 LF 17at 36" diameter (5.1' to 10') 50 LF 17au 36" diameter (10.1' to 15') 20 LF 17av 36" diameter (15.1' to 20') 20 LF HDPE (Inclusive all Labor, Material, and Associated Restraints) 18a 4" diameter (0' to 5') 500 LF 18b 4" diameter (5.1' to 10') 200 LF v. 7.2024 167 Line Item Description Quantity Unit of Measure Unit Cost Total 18c 4" diameter (10.1' to 15') 100 LF 18d 4" diameter (15.1' to 20') 50 LF 18e 6" diameter (0' to 5') 500 LF 18f 6" diameter (5.1' to 10') 200 LF 18g 6" diameter (10.1' to 15') 100 LF 18h 6" diameter (15.1' to 20') 50 LF 18i 8" diameter (0' to 5') 500 LF 18j 8" diameter (5.1' to 10') 200 LF 18k 8" diameter (10.1' to 15') 100 LF 18l 8" diameter (15.1' to 20') 50 LF 18m 10" diameter (0' to 5') 200 LF 18n 10" diameter (5.1' to 10') 200 LF 18o 10" diameter (10.1' to 15') 50 LF 18p 10" diameter (15.1' to 20') 30 LF 18q 12" diameter (0' to 5') 500 LF 18r 12" diameter (5.1' to 10') 200 LF 18s 12" diameter (10.1' to 15') 100 LF 18t 12" diameter (15.1' to 20') 50 LF 18u 16" diameter (0' to 5') 500 LF 18v 16" diameter (5.1' to 10') 200 LF 18w 16" diameter (10.1' to 15') 100 LF 18x 16" diameter (15.1' to 20') 50 LF 18y 18" diameter (0' to 5') 500 LF v. 7.2024 168 Line Item Description Quantity Unit of Measure Unit Cost Total 18z 18" diameter (5.1' to 10') 200 LF 18aa 18" diameter (10.1' to 15') 100 LF 18ab 18" diameter (15.1' to 20') 50 LF 18ac 20" diameter (0' to 5') 500 LF 18ad 20" diameter (5.1' to 10') 200 LF 18ae 20" diameter (10.1' to 15') 100 LF 18af 20" diameter (15.1' to 20') 50 LF 18ag 24" diameter (0' to 5') 500 LF 18ah 24" diameter (5.1' to 10') 200 LF 18ai 24" diameter (10.1' to 15') 100 LF 18aj 24" diameter (15.1' to 20') 50 LF 18ak 30" diameter (0' to 5') 500 LF 18al 30" diameter (5.1' to 10') 200 LF 18am 30" diameter (10.1' to 15') 100 LF 18an 30" diameter (15.1' to 20') 50 LF 18ao 36" diameter (0' to 5') 500 LF 18ap 36" diameter (5.1' to 10') 200 LF 18aq 36" diameter (10.1' to 15') 100 LF 18ar 36" diameter (15.1' to 20') 50 LF DUCTILE IRON FITTINGS (Tees, Crosses, 90, 45, 22.5, 11.25, Sleeve, and inclusive all necessary restraints) 19a 4" diameter 2 TON 19b 6" diameter 2 TON v. 7.2024 169 Line Item Description Quantity Unit of Measure Unit Cost Total 19c 8" diameter 2 TON 19d 10" diameter 2 TON 19e 12" diameter 2 TON 19f 14" diameter 2 TON 19g 16" diameter 2 TON 19h 18" diameter 2 TON 19i 20" diameter 2 TON 19j 24" diameter 2 TON 19k 30" diameter 2 TON 19l 36" diameter 2 TON APPURTENANCES GATE VALVES WITH 3-PIECE VALVE BOX 20a 4" 50 EA 20b 6" 50 EA 20c 8" 50 EA 20d 10" 10 EA 20e 12" 30 EA 20f 14" 10 EA 20g 16" 10 EA 20h 18" 10 EA 20i 20" 5 EA 20j 24" 5 EA 20k 30" 5 EA v. 7.2024 170 Line Item Description Quantity Unit of Measure Unit Cost Total 20l 36" 5 EA BUTTERFLY VALVES WITH VALVE BOX 21a 12" 5 EA 21b 16" 5 EA 21c 18" 5 EA 21d 20" 5 EA 21e 24" 5 EA 21f 30" 5 EA SERVICE SADDLES REPLACEMENT 22a 3/4" 300 EA 22b 1" 300 EA 22c 1.5" 300 EA 22d 2" 100 EA 22e 4" 10 EA 22f 6" 10 EA 22g 8" 10 EA 22h 10" 10 EA 22i 12" 10 EA 22j 14" 10 EA 22k 16" 10 EA 22l 18" 10 EA 22m 20" 10 EA TAPPING SLEEVES AND TAPPING VALVES v. 7.2024 171 Line Item Description Quantity Unit of Measure Unit Cost Total 23a 4" 25 EA 23b 6" 25 EA 23c 8" 25 EA 23d 10" 10 EA 23e 12" 10 EA 23f 14" 3 EA 23g 16" 3 EA 23h 18" 3 EA 23i 20" 3 EA 23j 24" 3 EA 23k 30" 3 EA 23l 36" 3 EA INSERT VALVES 24a 4" 40 EA 24b 6" 40 EA 24c 8" 20 EA 24d 10" 10 EA 24e 12" 20 EA LINE STOPS 25a 4" 10 EA 25b 6" 10 EA 25c 8" 10 EA 25d 10" 10 EA v. 7.2024 172 Line Item Description Quantity Unit of Measure Unit Cost Total 25e 12" 15 EA 25f 14" 15 EA 25g 16" 15 EA 25h 18" 15 EA 25i 20" 15 EA 25j 24" 10 EA 25k 30" 3 EA 25l 36" 3 EA REPAIR CLAMP 26a 2" 15 EA 26b 4" 15 EA 26c 6" 15 EA 26d 8" 15 EA 26e 10" 15 EA 26f 12" 15 EA 26g 14" 5 EA 26h 16" 5 EA 26i 18" 5 EA 26j 20" 5 EA 26k 24" 5 EA 26l 30" 5 EA 26m 36" 5 EA RESTRAINED JOINT FOR EXISTING MAIN v. 7.2024 173 Line Item Description Quantity Unit of Measure Unit Cost Total 27a 2" Restrained Joint 50 EA 27b 4" Restrained Joint 100 EA 27c 6" Restrained Joint 100 EA 27d 8" Restrained Joint 100 EA 27e 10" Restrained Joint 100 EA 27f 12" Restrained Joint 100 EA 27g 16" Restrained Joint 50 EA 27h 18" Restrained Joint 50 EA 27i 20" Restrained Joint 20 EA 27j 24" Restrained Joint 20 EA 27k 30" Restrained Joint 20 EA FIRE HYDRANT ASSEMBLY 28a Remove and Replace Fire Hydrant Assembly With Valve (5-1/4") 40 EA 28b Remove and Replace Fire Hydrant Assembly Without Valve (5-1/4") 10 EA 28c Install New Fire Hydrant Assembly With Valve (5-1/4") 10 EA 28d Remove Existing Fire Hydrant 5 EA SERVICE CONNECTIONS 29a Furnish and Install 5/8" Service Connection (corp to meter including meter box) and 2" PVC Casing 150 EA 29b Furnish and Install 3/4" Service Connection (corp to meter including meter box) and 2" PVC Casing 500 EA v. 7.2024 174 Line Item Description Quantity Unit of Measure Unit Cost Total 29c Furnish and Install 1" Service Connection (corp to meter including meter box) and 2" PVC Casing 500 EA 29d Furnish and Install 1-1/2" Service Connection (including brass ball valve to meter box) and 3" PVC Casing 75 EA 29e Furnish and Install 2" Service Connection (including brass ball valve to meter box) and 3" PVC Casing 50 EA OTHER ITEMS 30a Bollard 30 EA 30b Aboveground ARV Assembly (Inclusive of fittings and enclosure) 10 EA 30c ARV Only Assembly (Inclusive of fittings) 10 EA 30d Temporary Blowoff Assembly 10 EA 30e 4" Blowoff Assembly 10 EA 30f Pipe Exterior Coating 100 SF WATER MAIN DISINFECTION 31a Cleaning and Disinfection of 2" to 6" Potable Water Main 7,000 LF 31b Cleaning and Disinfection of 8" to 12" Potable Water Main 5,000 LF 31c Cleaning and Disinfection of 14" to 20" Potable Water Main 5,000 LF 31d Cleaning and Disinfection of 24" to 36" Potable Water Main 5,000 LF v. 7.2024 175 Line Item Description Quantity Unit of Measure Unit Cost Total 31e Cleaning and Disinfection of 2" to 6" Reclaimed Water Main 5,000 LF 31f Cleaning and Disinfection of 8" to 12" Reclaimed Water Main 5,000 LF 31g Cleaning and Disinfection of 14" to 20" Reclaimed Water Main 2,000 LF 31h Cleaning and Disinfection of 24" to 36" Reclaimed Water Main 2,000 LF GRAVITY SANITARY SEWER PIPE REPAIR (Incidental to Water or Reclaimed Water Trenchless) PVC GRAVITY MAIN (Inclusive all Labor, Material, and Associated Restraints) 32a 6" diameter 500 LF 32b 8" diameter 500 LF 32c 10" diameter 500 LF 32d 12" diameter 500 LF 32e 14" diameter 100 LF 32f 16" diameter 100 LF 32g 18" diameter 100 LF 32h 20" diameter 100 LF 32i 24" diameter 100 LF WASTEWATER MANHOLE 33a Manhole - 4 feet Diameter 100 VF 33b Manhole - 5 feet Diameter 50 VF 33c Manhole - 6 feet Diameter 50 VF 33d Adjust Existing Manhole Frame and Cover (paved areas) 10 EA v. 7.2024 176 Line Item Description Quantity Unit of Measure Unit Cost Total 33e Adjust Existing Manhole Frame and Cover (unpaved areas) 10 EA 33f Replace Existing Manhole Frame and Cover (paved areas) 10 EA 33g Replace Existing Manhole Frame and Cover (unpaved areas) 10 EA WASTEWATER SERVICE LATERAL 34a Install/Repair/Replace 4" Sanitary Sewer Lateral 10 EA 34b Install/Repair/Replace 6" Sanitary Sewer Lateral 10 EA TOTAL OWNER'S CONTINGENCY 10% of the subtotal of lines 1-34b in Group B above. Line Item Description Unit of Measure Unit Cost 35 GROUP B: Water and RCW Trenchless Pipe Installation 10% Contingency LS 25-0027-UT WATER, RECLAIMED WATER AND WELL REPAIR & IMPROVEMENTS (GROUP C - ASPHALT MILLING AND RESURFACING) All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. All groups do not need to be priced however, all items within a group need to be completed in order to be considered for award of that group. Line Item Description Quantity Unit of Measure Unit Cost Total GROUP C: ASPHALT MILLING AND RESURFACING v. 7.2024 177 Line Item Description Quantity Unit of Measure Unit Cost Total *Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for non-emergency mobilization shall not exceed $6,000 and the unit price for emergency mobilization shall not exceed $7,000 1a Non-Emergency Mobilization/ Demobilization including General Conditions and Traffic Control 40 LS 1b Emergency Mobilization/ Demobilization including General Conditions and Traffic Control 20 LS 2a Full Width Milling Only (Up to 2") 20,000 SY 2b Full Width Milling Only (2" to 4") 20,000 SY 2c Asphalt Patch 1,000 SY 2d Complete Removal and Replacement of Asphalt Pavement 2,000 SY 3a Remove and Replace Limerock Base Only 2,000 SY 3b Remove and Replace Crushed Concrete Base Only 2,000 SY 4a Sodding 45,000 SF 4b Brush Removal 40 TON 4c Tree protection 15 EA 4d Tree Removal (<6" Trunk Diameter) 5 EA 4e Tree Removal (6"-12" Trunk Diameter) 3 EA 4f Tree Removal (13"-18" Trunk Diameter) 3 EA 4g Tree Removal (>18" Trunk Diameter) 3 EA v. 7.2024 178 Line Item Description Quantity Unit of Measure Unit Cost Total 5a Pavement Marking - Crosswalks (Lane) 500 LF 5b Pavement Marking - Stop Bars (Lane) 250 EA 5c Pavement Marking - School Crossing/RR 50 EA 5d Pavement Marking - Turn, Straight, Combo Arrows 50 EA 5e Pavement Marking - Dashed (White, Yellow or Double Yellow) 500 LF 5f Pavement Marking - Solid White 250 LF 5g Pavement Marking - Solid Double Yellow 250 LF 5h Pavement Marking - Solid Yellow 250 LF 5i Temporary Pavement Marking - Turn, Straight, Combo Arrows 250 EA 5j Temporary Pavement Marking - Dashed (White, Yellow or Double Yellow) 250 LF 5k Temporary Pavement Marking - Solid White 250 LF 5l Temporary Pavement Marking - Solid Double Yellow 250 LF 5m Temporary Pavement Marking - Solid Yellow 250 LF TOTAL OWNER'S CONTINGENCY 10% of the subtotal of lines 1a-5m in Group C above. v. 7.2024 179 Line Item Description Unit of Measure Unit Cost 6 GROUP C: Asphalt Milling and Resurfacing 10% Contingency LS 25-0027-UT WATER, RECLAIMED WATER AND WELL REPAIR & IMPROVEMENTS (GROUP D - CONCRETE APRONS, SIDEWALK AND CURB) All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. All groups do not need to be priced however, all items within a group need to be completed in order to be considered for award of that group. Line Item Description Quantity Unit of Measure Unit Cost Total GROUP D: CONCRETE APRONS, SIDEWALK AND CURB Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for non-emergency mobilization shall not exceed $6,000 and the unit price for emergency mobilization shall not exceed $7,000 1a Non-Emergency Mobilization/ Demobilization including General Conditions and Traffic Control 40 LS 1b Emergency Mobilization/ Demobilization including General Conditions and Traffic Control 20 LS 2a Milling Removal 2,500 SY 2b Removal and Replacement of Concrete Apron 20,000 SY 2c Removal and Replacement of Concrete Sidewalk 20,000 SY 2d Remove and replace concrete curb and gutter (City Standard Detail Straight Curb) 10,000 LF v. 7.2024 180 Line Item Description Quantity Unit of Measure Unit Cost Total 2e Remove and replace concrete curb and gutter (City Standard Detail Type I Curb) 10,000 LF 2f Remove and replace concrete curb and gutter (City Standard Detail Valley Curb) 10,000 LF 2g Remove and replace concrete curb and gutter (City Standard Detail Pin/Dowelled Curb) 10,000 LF 3a Remove and Replace Limerock Base Only 1,500 CY 3b Remove and Replace Crushed Concrete Base Only 1,500 CY 4a Sodding 35,000 SF 4b Brush Removal 40 TON 4c Tree protection 15 EA 4d Tree Removal (<6" Trunk Diameter) 5 EA 4e Tree Removal (6"-12" Trunk Diameter) 3 EA 4f Tree Removal (13"-18" Trunk Diameter) 3 EA 4g Tree Removal (>18" Trunk Diameter) 3 EA TOTAL OWNER'S CONTINGENCY 10% of the subtotal of lines 1a-4g in Group D above. v. 7.2024 181 Line Item Description Unit of Measure Unit Cost 5 GROUP D: Concrete Aprons, Sidewalk and Curb 10% Contingency LS 25-0027-UT WATER, RECLAIMED WATER AND WELL REPAIR & IMPROVEMENTS (GROUP E - WELL MAINTENANCE) All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. All groups do not need to be priced however, all items within a group need to be completed in order to be considered for award of that group. Line Item Description Quantity Unit of Measure Unit Cost Total Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for non-emergency mobilization shall not exceed $6,000 and the unit price for emergency mobilization shall not exceed $7,000 PUMP REPAIR/REPLACEMENT SERVICES 1a Mobilization/Demobilization 15 EACH 1b Remove & Reinstall Well Head & Pumping Equipment 15 EACH 1c Perform Pump Repair 150 HOUR 1d Well disinfection with a sodium hypochlorite solution following reinstallation of the pump, prior to electrical reconnection 15 EACH WELL ACIDIZATION SERVICES 2a Mobilization/Demobilization 15 EACH 2b Perform Pre-acidizing Specific Capacity Test 15 EACH 2c Remove and Re-install Production Pump 15 EACH v. 7.2024 182 Line Item Description Quantity Unit of Measure Unit Cost Total 2d Provide & Install Acidization Well Head Flange Plate 15 EACH 2e Provide 32 Percent Inhibited Hydrochloric Acid 4,000 GALS 2f Acidize Well 150 HOUR 2g Provide and Set Test Pump and Pump Well 15 EACH 2h Well Disinfection 15 EACH WELL EVALUATION 3a Mobilization/Demobilization 15 EACH 3b Perform Specific Capacity Test with Production Pump 15 EACH 3c Set Test Pump & Perform Specific Capacity Test 15 EACH 3d Remove & Reinstall Well Head & Pumping Equipment 15 EACH 3e Provide & Install Test Pump for Geophysical Logging 15 EACH 3f Perform Geophysical Logging 15 EACH 3g Perform Video Survey 15 EACH MECHANICAL INTEGRITY TESTING 4 Perform Mechanical Integrity Testing 10 EA ADDITIONAL/MISCELLANEOUS SERVICES 5a Hourly Rate for Miscellaneous Services 100 HOUR TOTAL v. 7.2024 183 OWNER'S CONTINGENCY 10% of the subtotal of lines 1a-5a in Group E above. Line Item Description Unit of Measure Unit Cost 6 GROUP E: Well Maintenance 10% Contingency LS SUBMITTAL REQUIREMENTS 1 Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? ☐ Yes ☐ No *Response required When equals "Yes" Certified Business Type* Pick one of the following Select all that apply ☐ Certified Small Business ☐ Certified Minority, Woman, or Disadvantaged Business Enterprise *Response required When equals "Yes" Certifying Agency* List the Agency that provided your certification. *Response required When equals "Yes" Certification Documentation* Provide a copy of your certification *Response required 2 Vendor Certification* By submitting this response, the Vendor hereby certifies that: A. It is under no legal prohibition on contracting with the City of Clearwater. B. It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. C. It has no known, undisclosed conflicts of interest. From:Haggen, Weston T. To:Dalas Lamberson Cc:Eric Macek; Selak, Andrija; Williamson, Emily; Vogel, Lori; Price, Kaylynn Subject:RE: [--EXTERNAL--]: RE: 25-0027-UT Bid Clarification TLC Dalas, Great, thank you for confirming. Weston Haggen, PE CHA Direct: (813) 819-0562whaggen@chasolutions.com From: Dalas Lamberson <dlamberson@tlcdiv.com> Sent: Friday, November 21, 2025 5:40 AM To: Haggen, Weston T. <WHaggen@chasolutions.com> Cc: Eric Macek <EMacek@tlcdiv.com>; Andrija Selak <Andrija.Selak@myclearwater.com>; Williamson, Emily <EWilliamson@chasolutions.com>; Lori Vogel <Lori.Vogel@myclearwater.com>; Kaylynn Price <Kaylynn.Price@myclearwater.com> Subject: Re: [--EXTERNAL--]: RE: 25-0027-UT Bid Clarification TLC Good morning, Mr. Haggen. Yes, we would like to request a withdrawal of our bid for Group B due to us being non-responsive. DALAS LAMBERSON President Office: (941) 722-0621 Mobile: (727) 417-7235 tlcdiversified.com On Nov 21, 2025, at 4:43 AM, Haggen, Weston T. <WHaggen@chasolutions.com> wrote:  Dalas, Based on your explanation, it appears that TLC’s proposal for Group B does not comply with Section 9.1 of the Contract Documents. To ensure clarity for our records and the City’s evaluation process, we request a direct confirmation from TLC regarding your intent to withdraw your bid for Group B. Please confirm whether TLC would like to formally withdraw its bid for Group B – Water and RCW Trenchless Pipe Installation. This confirmation will help us proceed appropriately with the evaluation and award process, particularly for the other Groups that TLC was the low bidder for. Thanks, Weston Haggen, PE CHADirect: (813) 819-0562 whaggen@chasolutions.com From: Dalas Lamberson <dlamberson@tlcdiv.com> Sent: Thursday, November 20, 2025 9:11 PM To: Haggen, Weston T. <WHaggen@chasolutions.com>; Eric Macek <EMacek@tlcdiv.com> Cc: Selak, Andrija <andrija.selak@myclearwater.com>; Williamson, Emily <EWilliamson@chasolutions.com>; Vogel, Lori <Lori.Vogel@myClearwater.com>; Price, Kaylynn <kaylynn.price@myclearwater.com> Subject: [--EXTERNAL--]: RE: 25-0027-UT Bid Clarification TLC Mr. Haggen, My apologies for a delayed response here. I have been traveling around the state all week visiting our project sites and just arrived back today. For this project TLC did in fact make an error in regards to section 9.1 and have subcontracted out approximately 66.3% of the total work. We did not get this specifically approved by the engineer and therefore we would not be responsive. I apologize for any inconvenience or internal confusion this has caused. Please also note that TLC Diversified’s bid proposal Group B contains an error on some of our subcontractor bid items due to their being an error in our estimating software when it came to profit and overhead. This error fortunately only applied to bid package Group B and didn’t affect any of the other bid proposal packages. We were going to bring this up to the County once an award was made but now that you have pointed out that our bid was in violation of section 9.1, that is likely now a moot point. Please let me know if you need any other information or have any other questions for me or my team. We used the following subcontractors: 1. Jack & Bore – Blevins 2. HDD – Blevins 3. Brick Pavers – JFS Construction 4. Traffic Control – Traffic Control Products of Florida 5. Pavement Marking – American Asphalt 6. Base, Subgrade & Asphalt – American Asphalt 7. Concrete Formwork & Placement – Qualis Concrete 8. Insert Valves – Garrison 9. Line Stops – Rangeline 10. Tapping Sleeves & Valves – Rangeline 11. Slip Lining – MPC 12. Pipe Bursting - MPC <image001.png> DALAS LAMBERSON President <~WRD0005.jpg> (941) 722-0621 <~WRD0005.jpg> (727) 417-7235 <~WRD0005.jpg> dlamberson@tlcdiv.com <~WRD0005.jpg> tlcdiversified.com <image002.png><image003.png><image004.png> From: Haggen, Weston T. <WHaggen@chasolutions.com> Sent: Tuesday, November 18, 2025 6:08 AM To: Dalas Lamberson <dlamberson@tlcdiv.com>; Eric Macek <EMacek@tlcdiv.com> Cc: Selak, Andrija <andrija.selak@myclearwater.com>; Williamson, Emily <EWilliamson@chasolutions.com>; Vogel, Lori <Lori.Vogel@myClearwater.com>; Price, Kaylynn <kaylynn.price@myclearwater.com> Subject: 25-0027-UT Bid Clarification TLC Dalas and Eric, CHA Consulting, Inc., acting on behalf of the City of Clearwater (“City”), requests clarification regarding the submitted bid proposal for the recently advertised project titled: Water, Reclaimed Water and Well Repair & Improvements, Group B – Water and RCW Trenchless Pipe Installation City Project Number: 25-0027-UT Per Section 9.1 of the Contract Documents, subcontracted work shall not exceed fifty percent (50%) of the total Work, unless specifically approved by the Engineer. Accordingly, please provide: 1. A detailed cost breakdown of activities to be performed by subcontractors, based on the list of bid items submitted in your original proposal. 2. Supporting information for each proposed subcontractor, including but not limited to similar project experience and evidence of qualifications. Please provide the requested information no later than end of day Wednesday, November 26, 2025, in order for us to continue evaluating your submittal for Group B – Water and RCW Trenchless Pipe Installation. If you have any questions or require clarification, feel free to contact me at your earliest convenience. Thanks, Weston Haggen, PE* Senior Project ManagerCHA Direct: (813) 819-0562 Cell: (727) 599-6071 whaggen@chasolutions.comwww.chasolutions.com * Licensed in FL | PMP, DBIA, ENV SP <~WRD0005.jpg> <~WRD0005.jpg><~WRD0005.jpg><~WRD0005.jpg><~WRD0005.jpg><~WRD0005.jpg> Finding a better way. UNANIMOUS CONSENT OF SOLE SHAREHOLDER AND DIRECTOR OF TLC DIVERSIFIED INC. October 25, 2024 The undersigned, being the sole shareholder and director of the TLC Diversified Inc., a Florida corporation (the “Company”), hereby consents to the adoption of the following resolutions, effective as of the date hereof, by written consent in lieu of a meeting: WHEREAS, the undersigned desire to have the Company continue to bid on projects from time to time and further desire to designate which of its officers have the authority to execute and deliver such bids; NOW, THEREFORE, BE IT RESOLVED, that the following officers (the “Authorized Officers”) be and each hereby is authorized, empowered and directed, in the name and on behalf of Company, to: (i) to execute and deliver bids for construction projects from time to time and (ii) negotiate, finalize and enter into, execute and deliver such bids and contracts related thereto, with such additions, deletions or other modifications deemed by such Authorized Officer to be necessary, advisable or appropriate: Name of Officer Offices Dalas Lamberson Chief Executive Officer and President Benjamin Nowakowski Mark Selph Chief Financial Officer and Assistant Secretary Chief Operating Officer and Secretary Eric Macek Vice President of Pre-Construction Orlando Rivera Robert LaChance Vice President of South Florida Operations Construction Manager FURTHER RESOLVED, that each such Authorized Officer be and hereby is authorized, empowered and directed, in the name and on behalf of the Company, to undertake any other action deemed by such Authorized Officer to be necessary, advisable or appropriate in furtherance of the Company’s objectives in connection with the foregoing resolution, and that any such action taken or any agreement, certificate, notice, letter or other document executed and delivered by such Authorized Officer in connection with any such action shall be conclusive evidence of such Authorized Officer’s authority to take, execute and deliver the same; FURTHER RESOLVED, that all actions heretofore taken by such Authorized Officer or any other manager, director, officer, member, representative or agent of the Company, or any of their affiliates in connection with the foregoing resolutions and the matters or Transaction described therein be and hereby are ratified, confirmed and approved in all respects as the act and deed of the Company; FURTHER RESOLVED, that these resolutions may be executed (i) via facsimile, e-mail or other means of electronic transmission, which shall be deemed an original and (ii) in any number of separate counterparts (by original or electronic means), each of which shall be an original, and all of which taken together shall be deemed to constitute one and the same instrument. IN WITNESS WHEREOF, the undersigned have authorized, approved and adopted the forgoing resolutions effective as of the date first above written. SHAREHOLDER: Sworn to and subscribed before me by Dalas Lamberson, who is Personally known to me, this 25th Day of October, 2024 Dalas Lamberson DIRECTOR: Dalas Lamberson Date: 10/25/2024Notary Public: Lauren McGovern November 21, 2025 Andrija Selak Project Manager City of Clearwater 100 S. Myrtle Ave Clearwater, FL 33756 Re: RECOMMENDATION OF AWARD Water, Reclaimed Water and Well Repair & Improvements City Project Number 25-0027-UT Dear Mr. Selak, On September 30, 2025, the City of Clearwater received sealed bids for the referenced project from four (4) contractors. The attached bid tabulation summarizes the line items submitted by each Bidder. The project was divided into five (5) groups: Group A through Group E. • Group A – Water and RCW Point Repair • Group B – Water and RCW Trenchless Pipe Installation • Group C – Asphalt Milling and Resurfacing • Group D – Concrete Aprons, Sidewalk and Curb • Group E – Well Maintenance Group A The bid tabulation for Group A shows TLC Diversified, Inc. (TLC) as the apparent low bidder with a total bid price of $44,050,200.00. Two additional contractors also submitted bids for Group A. Murphy Pipeline Contractors (Murphy) is the second apparent low bidder with a total bid price of $48,187,551.08. While specific requirements must be verified by the City, we believe all three bid proposals are materially responsive to the invitation to bid. Based on the City’s and CHA’s experience with TLC on similar projects (City Contract 21-0025-UT), and analysis of the bid tabulation and proposal, CHA finds that TLC is the lowest responsible and responsive bidder for Group A. Group B The bid tabulation for Group B shows TLC Diversified, Inc. (TLC) as the apparent low bidder with a total bid price of $52,166,200.00. Murphy Pipeline Contractors (Murphy) is the second apparent low bidder with a total bid price of $55,451,431.13. Both bid proposals appear materially responsive, pending City verification. Prior to contract award, TLC withdrew their bid for Group B. Based on review of the bid tabulation, conformance with the Contract Documents, and the City’s past experience with Murphy (City Project 23-0056-UT, Island Estates Cast Iron Water Main Replacement), CHA finds that Murphy is the responsible and responsive bidder for Group B. Group C The bid tabulation for Group C shows TLC Diversified, Inc. (TLC) as the apparent low bidder with a total bid price of $2,312,750.00. Murphy Pipeline Contractors (Murphy) is the second apparent low bidder with a total bid price of $2,325,512.50. Both bid proposals appear materially responsive, pending City verification. Based on the City’s and CHA’s experience with TLC on similar projects, and analysis of the bid tabulation and proposal, CHA finds that TLC is the lowest responsible and responsive bidder for Group C. Group D TLC Diversified, Inc. (TLC) is the sole bidder for Group D, with a total bid price of $12,768,750.00. The bid proposal appears materially responsive, pending City verification. Based on the City’s and CHA’s experience with TLC on similar projects, and analysis of the bid tabulation and proposal, CHA finds that TLC is the lowest responsible and responsive bidder for Group D. Group E The bid tabulation for Group E shows Applied Drilling Engineering, Inc. (Applied) as the apparent low bidder with a total bid price of $1,358,500.00. TLC Diversified, Inc. (TLC) is the second apparent low bidder with a total bid price of $2,177,800.00. Both bid proposals appear materially responsive, pending City verification. Based on the City’s and CHA’s experience with Applied on similar projects, and analysis of the bid tabulation and proposal, CHA finds that Applied is the lowest responsible and responsive bidder for Group E. To summarize, CHA recommends awarding Groups A, C, and D of the Water, RCW, and Well Repair & Improvements contract to TLC Diversified, Inc., based on the contractor’s previous work experience. CHA recommends awarding Group B to Murphy Pipeline Contractors. CHA recommends awarding Group E to Applied Drilling Engineering, Inc. If you have any questions or comments, please contact me at your earliest convenience. CHA CONSULTING, INC. Sincerely, Weston Haggen, P.E. City of Clearwater 25-0027-UT Water, Reclaimed Water and Well Repair & Improvements BID TABULATION TLC Diversified Murphy Pipeline Contractors Applied Drilling Rowland DE LLC Group A $44,050,200.00 $48,187,551.08 $0.00 $55,087,037.50 Group B $52,166,200.00 $55,451,431.13 $0.00 $0.00 Group C $2,312,750.00 $2,325,512.50 $0.00 $0.00 Group D $12,768,750.00 $0.00 $0.00 $0.00 Group E $2,177,800.00 $0.00 $1,358,500.00 $0.00 December 5, 2025 NOTICE OF INTENT TO AWARD Public Utilities and the Procurement Division recommend award of ITB No. 25-0027-UT, Water, Reclaimed Water and Well Repair & Improvements as follows: TLC Diversified, Inc. • Group A – Water and RCW Point Repair • Group C – Asphalt Milling and Resurfacing • Group D – Concrete Aprons, Sidewalk and Curb Murphy Pipeline Contractors • Group B – Water and RCW Trenchless Pipe Installation Applied Drilling Engineering, Inc. • Group E – Well Maintenance These vendors represent the lowest, most responsible bidders overall, in accordance with the bid specifications. This Award recommendation will be considered by the City Council at the Work Session on January 12, 2026 (1:30 p.m.) and voted on at the Council Meeting on January 15, 2026 (6:00 p.m.). These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. It is recommended that you check our website at City Meetings and View Meeting Calendars to ensure that the location has not changed. Inquiries regarding this Intent to Award can be directed to Michelle Mack, Contracts and Procurement Specialist at Michelle.Mack@myclearwater.com, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Michelle Mack Contracts and Procurement Specialist SECTION V-Contract Documents CONTRACT (4) 2.At least 8 business days before filing the action, the plaintiff provided written notice of thepublic records request, including a statement that the contractor has not complied with therequest, to the public agency and to the contractor.i)A notice complies with subparagraph (h)2. ifit is sent to the public agency's custodian of publicrecords and to the contractor at the contractor's address listed on its contract with the publicagency or to the contractor's registered agent. Such notices must be sent by common carrierdelivery service or by registered, Global Express Guaranteed, or certified mail, with postage orshipping paid by the sender and with evidence of delivery, which may be in an electronicformat. j)A contractor who complies with a public records request within 8 business days after the noticeis sent is not liable for the reasonable costs of enforcement. IN WITNESS WHEREOF, the parties to the agreement have hereunto set their hands and seals and have executed this Agreement, the day and year first above written. CITY OF CLEARWATER IN PINELLAS COUNTY, FLORIDA By: Jennifer Poirrier City Manager Countersigned: By: Bruce Rector Mayor Contractor must indicate whether: Attest: Rosemarie Call City Clerk Approved as to form: Jerrod SimpsonAssistant City Attorney X Corporation, ___ Partnership, SECTION V Page 6 of 16 (SEAL) ___ Individual Updated: 7/9/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#26-0056 Agenda Date: 2/2/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 4.4 SUBJECT/RECOMMENDATION: Authorize a purchase order to Ferguson Waterworks of Tampa, FL, for the procurement of Neptune water meter original equipment manufacturer (OEM) replacement parts in the one-time purchase amount of $45,679.30 pursuant to Clearwater Code of Ordinances Section 2.563(1)(d), impractical to bid, and authorize the appropriate officials to execute same. (consent) SUMMARY: Approval is requested to purchase Neptune original equipment manufacturer (OEM) replacement parts from Ferguson Waterworks. Ferguson Waterworks has been identified as the sole source vendor for Neptune OEM replacement parts. These parts are necessary to maintain Public Utilities’ existing inventory of Neptune water meters. This procurement will allow the city to rebuild and refurbish existing meters rather than purchase new units, resulting in cost savings while ensuring continued operational reliability and efficiency. It is impractical to openly bid replacement parts because the City has standardized its use of Neptune meters throughout the system, and use of approved and proprietary replacement parts is necessary to maintain functionality and warranty guarantees with minimal redesign. Although the purchase is below the threshold for Council’s authorization, the vendor requires an indemnification provision, which necessitates council approval. APPROPRIATION CODE AND AMOUNT: 4212051-550400 $45,679.30 Sufficient funding is available in the Public Utilities operating cost code 4212051-550400, operating supplies and materials, to fund this purchase. The Public Utilities department is funded by revenues from the Water & Sewer Utility Enterprise Fund. STRATEGIC PRIORITY: This meets the City’s Strategic Plan to achieve a High Performing Government by maintaining public infrastructure through systematic management efforts and superior public service. Page 1 City of Clearwater Printed on 1/27/2026 1. ENTIRE AGREEMENT: These Terms and Conditions of Sale together with Ferguson’s Privacy Policy (collectively the “Terms”) establish the rights,obligations, and remedies of Ferguson Enterprises, LLC, and/or its wholly owned affiliates (“Seller”) and the buyer(“Buyer”), form the entire agreement between Seller and Buyer, and apply to all sales transactions between Seller and Buyer unless otherwise specifically agreed to in writing by both parties. All prior oral or written agreements, including,but not limited to, terms in Buyer’s purchase order, which are different from or in addition to these Terms are not bindingon Seller unless expressly accepted in writing by Seller’s duly authorized representative. 2. SHIPMENT: All orders are shipped FCA, Seller’s facility (Incoterms® 2020). Risk of loss will transfer to Buyer upon tender of productsand/or parts (“Products”) to Buyer, Buyer’s representative or common carrier. The cost of any special packaging orhandling caused by Buyer’s requirements or requests will be added to the amount of Buyer’s order. If Buyer causes orrequests a delay of shipment, or if Seller ships or delivers an order erroneously as a result of inaccurate, incomplete, or misleading information supplied by Buyer or Buyer’s agents or employees, all storage and other additional costs and riskwill be borne by Buyer. 3. PRICE: All prices are subject to change unless otherwise noted on Seller’s applicable quotation. Buyer will be invoiced at pricesin effect at the time of shipment. All taxes, transportation costs, duties and other charges are in addition to quotedprices. The amount of any sales, excise or other taxes, if any, applicable to the Products shall be added to the purchase price and shall be paid by Buyer unless Buyer provides Seller with a valid tax exemption certificate. 4. DELIVERY: Seller will make a good faith effort to deliver Products in accordance with Buyer’s schedule. Seller will pay for expeditedshipping of delayed Products if the delay in delivery is solely caused by Seller. Seller assumes no responsibility or liabilityfor Seller’s non-performance caused by a force majeure event including, but not limited to an act of God, war, labordisputes, civil unrest, accidents, pandemics, the inability to obtain materials or Products, delays of carriers, contractors orsuppliers, or any other causes beyond Seller’s control. 5. CANCELLATION: Buyer may not cancel or modify an order without the written consent of Seller and payment by Buyer of all applicablecancellation or re-stocking fees. 6. PAYMENT: Buyer shall pay for the Products Net 10th Prox from date of Seller’s invoice. In the event of a late payment, Seller isentitled to treat Buyer’s entire account(s) as immediately due and payable without notice or demand. All past dueamounts will be subject to a service charge accruing at a rate of up to 1.5% per month. Buyer shall not be allowed to retain or holdback payment and Buyer’s payment obligations are not contingent on any event other than Seller’sperformance. Buyer’s receipt of payment or funds from any third party shall in no way relieve Buyer’s obligations to paySeller. Buyer is not entitled to set-off any amounts due to Seller by Buyer in connection with any transaction governed bythese Terms. Buyer’s credit application to Seller is hereby incorporated by reference. 7. LIENS: To the extent payment is received by Seller without retention, Seller warrants there are no liens on the furnished work or the Products. Seller shall execute mutually agreed and appropriate lien waivers upon request of Buyer; provided thatSeller shall have no obligation to provide lien waivers, release of claims or other documents from its suppliers and/orsubcontractors. Any lien waivers shall be conditioned upon full payment to Seller by Buyer. Seller does not relinquish anystatutory lien and/or bond rights; such rights are only relinquished to the extent payment is actually received withoutretention. Any provision in a lien waiver that waives rights beyond payment shall be null and void. Home  /  Content  /  Customer Support  /  Website Information  /  Terms of Sale FERGUSON ENTERPRISES, LLC. TERMS AND CONDITIONS OF SALE 8. INSPECTION AND ACCEPTANCE: Buyer shall examine all Products upon receipt and prior to installation. All claims for damage, shortage, and errors inshipment or improper delivery must be made to Seller in writing within two (2) business days of delivery, after whichdate Buyer will be deemed to have accepted the Products and will have no right to reject the Products or to revokeacceptance. Buyer must make any claims for billing errors or adjustments to Seller in writing within ten (10) businessdays from the invoice date. Claims not received in writing within such period of time will be waived by Buyer. 9. RETURNS: Within 30 days of purchase, Buyer may return any Products which Seller stocks and which are not special-order items if:(i) the Products are in new condition, suitable for resale in undamaged original packaging and with all original parts; and(ii) the Products have not been used, installed, modified, rebuilt, reconditioned, repaired, altered, or damaged. All returnsare subject to a re-stocking fee, unless otherwise agreed to by Seller. Special orders or non-stock Products may be returned if the manufacturer is willing to accept the return and Buyer agrees to reimburse Seller for any restocking orcancellation fees charged by the manufacturer. 10. COMPLIANCE WITH EXPORT CONTROL LAWS: Buyer warrants that it is not subject to United States (“U.S.”), European Union (“E.U.”), or United Nations (“U.N.”)sanctions, including, but not limited to, being identified on the U.S. Specially Designated Nationals (“SDN”) List, or morethan 50 percent owned by an SDN. Buyer further acknowledges that Products are subject to U.S. export control laws andregulations and cannot be exported, reexported, or transferred except in compliance with such laws and regulations. IfSeller delivers Products to Buyer within the U.S., Buyer expressly assumes any and all duties and liability associated withsubsequent export of the Products, including but not limited to determining export licensing requirements, obtaining allrequired authorizations, and submitting Electronic Export Information, if required. Seller shall not be named the U.S.Principal Party in Interest (USPPI) in any export transaction without Seller’s prior express approval. If Buyer is located out of the U.S. and Seller delivers Products to Buyer’s U.S. Authorized Agent, the export shall be routed. Seller shall not beresponsible for submitting Electronic Export Information, if required. Buyers located outside of the U.S. expressly assumeall duties and liability associated with obtaining an U.S. Authorized Agent to file Electronic Export Information. Buyerexpressly assumes responsibility for determining export licensing requirements under the Export AdministrationRegulations and obtaining authorization for the export as may be required. Seller shall not serve as Buyer’s U.S. Authorized Agent. Seller has the right to request information regarding Buyer’s U.S. Authorized Agent, such as the dataelements filed in the Automated Commercial Environment, the Internal Transaction Number, the date of export, and thefiler name. 11. WARRANTIES: a.) Private Label Products: Unless otherwise specified in the product specifications, Seller warrants title to the Productsand that for a period of twelve months after delivery to Buyer, Seller’s Private Label Products shall conform to theirspecifications and be free from defects in material or workmanship. Buyer’s sole and exclusive remedy for non-conformity with these warranties shall be repair or replacement of the non- conforming Products at Seller’s expense, orrefund of the purchase price for non-conforming Products returned during the warranty period. b.) All Other Products: Seller warrants only title to the Products sold to Buyer. All other warranties are those extended bythe product manufacturer. Seller assigns to Buyer any and all manufacturer warranties and will assist Buyer to obtainrepair, replacement, or other applicable remedy for a breach of warranty made known to Seller during the warrantyperiod. c.) Installation Warranty: For those Products installed by Seller, if any, for a period of twelve (12) months from installation or first use (whichever occurs later, but in no event longer than eighteen (18) months from date of installation), Sellerwarrants that services shall be performed in a professional and workmanlike manner and in accordance withmanufacturer’s installation instructions and local code requirements. Upon receipt of notice from Buyer that installationservices were not performed in accordance with the limited warranty herein, Seller shall re- perform the services to the Buyer’s satisfaction. The foregoing shall not apply if there is evidence of abuse or misuse by Buyer or any third party. d.) Services: Seller warrants that all services provided by Seller shall be performed in a professional and workmanlikemanner with qualified personnel. e.) Warranty Exclusions: These warranties shall be void if there has been misuse, accident, modifications, unsuitablephysical or operating environment, improper maintenance, storage, or installation of the Products. SELLER DISCLAIMS ALL OTHER EXPRESS OR IMPLIED WARRANTIES, INCLUDING BUT NOT LIMITED TO IMPLIED WARRANTIES OFMERCHANTABILITY AND/OR FITNESS FOR USE OR A PARTICULAR PURPOSE EVEN IF KNOWN BY SELLER. SELLER MAKESNO REPRESENTATION, WARRANTY, OR PROMISE THAT THE PRODUCTS OR SERVICES WILL CONFORM TO ANYAPPLICABLE LAWS, ORDINANCES, REGULATIONS, CODES OR STANDARDS, INCLUDING BUT NOT LIMITED TO LOW LEADOR LEAD-FREE LAWS OR REGULATIONS, EXCEPT AS SPECIFIED AND AGREED TO IN WRITING BY AN AUTHORIZEDREPRESENTATIVE OF SELLER. 12. INDEMNIFICATION: Each party (“Indemnitor”) shall indemnify, defend and hold harmless the other party and its employees, officers,directors, and agents (each an “Indemnitee”) from any suit, cause of action, arbitration/mediation proceeding, judgment,or claim (“Claim”) for damages to property or bodily injury, loss of life, infringement, liability of any nature, costs, fines,penalties, and expenses, including reasonable attorney fees and any other cost of litigation (“Damages”) to the extentcaused directly by the negligent act or omission or intentional misconduct of the Indemnitor. Indemnification shall notapply to Damages proximately caused by the negligence of Indemnitee. 13. INSURANCE: Seller shall maintain all insurance as required by law and shall not allow such coverage to lapse. Seller agrees to maintainWorker’s Compensation coverage as required by applicable state law, $2 million per occurrence and $4 million aggregatein commercial general liability coverage, including product liability coverage, and $5 million in automobile liability coverage. All such coverage can be met through a standard, umbrella, or any combination of policies thereof. Seller isnot bound to pay any premium or other fee to an Owner Controlled Insurance Program (“OCIP”) or ContractorControlled Insurance Program (“CCIP”) type insurance program. Unless expressly provided in Seller’s quotation to Buyer,payment and performance bonds are not to be provided by Seller. 14. LIMITATION OF LIABILITY: IN NO EVENT SHALL SELLER BE LIABLE FOR SPECIAL, INCIDENTAL, CONSEQUENTIAL, PUNITIVE, STATUTORY,LIQUIDATED, OR INDIRECT DAMAGES, INCLUDING BUT NOT LIMITED TO LOSS OF PROFIT, REVENUES, CAPITAL,BUSINESS OPPORTUNITY OR DOWNTIME COSTS, ARISING OUT OF THE SALE OF PRODUCTS AND/OR SERVICES TOBUYER. This limitation shall apply regardless if the claimed damages arise from breach of contract, breach of warranty,tort, strict liability, or any other legal theory. 15. U.S. GOVERNMENT CONTRACTS: If Buyer is procuring, directly or indirectly, for sale to or on behalf of any agency of the U.S. Government, and/or theBuyer’s prime contract is funded in whole or in part by U.S. Government federal procurement funding or the endcustomer is the U.S. Government, Buyer agrees that (a): All Products provided by Seller meet the definition of a“commercial product”, specifically a “commercially-available-off-the-shelf (COTS) item”, and/or all services provided bySeller meet the definition of a “commercial service” as those terms are defined in Federal Acquisition Regulation (“FAR”)Part 2.101; and (b): All Products and/or services are provided by Seller on a firm-fixed-price basis, and governed by FAR Part 12 and its implementing regulations. Seller agrees to the incorporation of mandatory flow- down clauses alignedwith the value of the Products, those FAR and Defense Federal Acquisition Regulation Supplement (“DFARS”) clausesapplicable to COTS products, and those clauses that apply to the specific Products and/or services provided under theseTerms, including but not limited to FAR 52.244-6, FAR 52.212(e), and DFARS 252.244-7000. Clauses that are notapplicable by their terms are self-deleting and not applicable under these Terms. With regard to any Made in AmericaLaw, including the Buy American Act, Buy America Act, Trade Agreements Act, or any other domestic preferencerequirements that may otherwise be applicable, a Products’ country of origin is unknown unless otherwise specificallystated by Seller in writing and prepared in connection with such order. If the reasonableness of a Product’s price cannotbe established, if cost or pricing data is required for any other reason, or if the Products and/or services cannot beconsidered “commercial”, Seller may cancel its acceptance of the applicable order without liability. The version of anyapplicable FAR or DFARS clause listed in this Clause 15 shall be the one in effect on the date of sale. 16. SEVERABILITY: These Terms will be construed as if prepared jointly by the parties hereto and any uncertainty or ambiguity will not be interpreted against any one party. If any provision contained in these Terms is held to be unenforceable then suchprovision will be given effect in such reduced form as may be decided by a court of competent jurisdiction, providedthat, if any provision should be declared unenforceable or invalid for any reason, such unenforceable or invalid provisionwill be severed from the remainder of these Terms without affecting the enforceability or validity of the remaining provisions. 17. NON-WAIVER: The failure of Seller to insist upon the strict performance of any of these Terms will not be deemed to be a waiver of anyof the rights or remedies of Seller, nor of its right to insist upon strict performance of such term or of any other term inthe future. No waiver of any of these Terms will be valid unless in writing signed by a duly authorized representative ofSeller. 18. DISPUTE RESOLUTION: The parties shall attempt in good faith to resolve promptly any dispute arising out of or relating to these Terms bynegotiation between executives who have authority to settle the dispute. The executives must be at a higher level ofmanagement than the persons with direct responsibility for administration of these Terms. If a dispute cannot beresolved by negotiation, then either party may bring a legal action in accordance with Section 19 of these Terms. 19. GOVERNING LAW: For Products and/or services delivered within the U.S., all disputes related to or arising out of a Buyer’s order shall begoverned by the laws of the jurisdiction where the applicable Products are delivered and/or services are performed,excluding the rules on the conflict of laws. For Products and/or services delivered outside of the United States, alldisputes related to or arising out of Buyer’s order shall be governed by the laws of the Commonwealth of Virginia,excluding the rules on the conflict of laws. Any legal action related to or arising out of Buyer’s order shall be brought in the relevant state or federal court in such jurisdiction. The United Nations Convention on Contracts for the InternationalSale of Products, and any successor thereto, shall not apply. Rev. May 2025 City of Clearwater 1650 N Arcturas Ave Clearwater, FL 33765 , Please note that Ferguson Waterworks, Inc., is the sole authorized Neptune Distributor with a resell supply agreement in the State of Florida. The geographical area of responsibility assigned to them includes all Counties within the State of Florida. Types: Classes of customers exclusively assigned are: Municipalities, private water companies, contractors, and plumbers. Hence, our Distributor(s) are required to maintain a sufficient inventory of Neptune Water Metering Products to provide customer field servicing. Thank you in advance for your cooperation. Sincerely, Terry D. Gullett Terry D. Gullett Senior Territory Manager Neptune Technology Group, Inc. FEL-TAMPA, FL WATERWORKS #044 8008 E. SLIGH AVE. TAMPA, FL 33610-0000 Phone: 813-627-1240 Fax: 813-627-1299 Deliver To: From:Tyler Stargel tyler.stargel1@ferguson.com Comments: HOW ARE WE DOING? WE WANT YOUR FEEDBACK! Scan the QR code or use the link below to complete a survey about your bids: https://survey.medallia.com/?bidsorder&fc=44&on=62435 17:15:43 JAN 12 2026 FEL-TAMPA, FL WATERWORKS #044 Price Quotation Phone: 813-627-1240 Fax: 813-627-1299 Bid No:B592156 Bid Date:01/12/26 Quoted By:TDS Cust Phone:727-562-4960 Terms:NET 10TH PROX Customer:CITY OF CLEARWATER 1650 N ARCTURAS AVE PUBLIC UTILITIES/WAREHOUSE BLDG C CLEARWATER, FL 33765 Ship To:CITY OF CLEARWATER 1650 N ARCTURAS AVE PUBLIC UTILITIES/WAREHOUSE BLDG C CLEARWATER, FL 33765 Cust PO#: Job Name:PARTS Page 1 of 2 Item Description Quantity Net Price UM Total N9400900 5/8 T10 MEASURE CHMBR - NEW 225 36.800 EA 8280.00 N9399006 5/8 T10 STRN NEW STYL 250 1.630 EA 407.50 N8340072 5/8 T10 GSKT - NEW 250 1.630 EA 407.50 N9400600 5/8 T10 MEASURE CHMBR - OLD 375 55.000 EA 20625.00 N9399004 5/8 T10 STRN B/FLOW & PART ORDER 800 1.630 EA 1304.00 SP-N11950000 POPPET VALVE ASSEMBLY 5/8 METER/BAC 400 9.600 EA 3840.00 SP-N8356534 COMPRESSION SPRING 1.512OD 400 1.140 EA 456.00 SP-N11951000 SHUT OFF VALVE ASSEMBLY 5/8 METER/B 350 16.150 EA 5652.50 N11959200 T-10 5/8 B/FLOW CHECK #2 MDL 400 11.767 EA 4706.80 Net Total:$45679.30 Tax:$0.00 Freight:$0.00 Total:$45679.30 Quoted prices are based upon receipt of the total quantity for immediate shipment (48 hours). SHIPMENTS BEYOND 48 HOURS SHALL BE AT THE PRICE IN EFFECT AT TIME OF SHIPMENT UNLESS NOTED OTHERWISE. QUOTES FOR PRODUCTS SHIPPED FOR RESALE Due to the uncertain impact of potential tariffs, Ferguson's quotation/proposal has not included any provision or contingency for future tariffs or increase of existing tariffs. Ferguson reserves the right to adjust prices to reflect the impact of any new or increased tariffs that affect our costs at the time of shipment. Ferguson will provide notice of any such adjustments along with documentation supporting the changes. CONTRACTOR CUSTOMERS: IF YOU HAVE DBE/MBE/WBE//VBE/SDVBE/SBE GOOD FAITH EFFORTS DIVERSITY GOALS/ REQUIREMENTS ON A FEDERAL, STATE, LOCAL GOVERNMENT, PRIVATE SECTOR PROJECT, PLEASE CONTACT YOUR BRANCH SALES REPRESENATIVE IMMEDIATELY PRIOR TO RECEIVING A QUOTE/ORDER. ARE NOT FIRM UNLESS NOTED OTHERWISE. https://www.ferguson.com/content/website-info/terms-of-sale LEAD LAW WARNING: It is illegal to install products that are not "lead free" in accordance with US Federal or other applicable law in potable water systems anticipated for human consumption. Products with *NP in the description are NOT lead free and can only be installed in non-potable applications. Buyer is solely responsible for product selection. Seller not responsible for delays, lack of product or increase of pricing due to causes beyond our control, and/or based uponLocal, State and Federal laws governing type of products that can be sold or put into commerce. This Quote is offered contingent upon theBuyer's acceptance of Seller's terms and conditions, which are incorporated by reference and found either following this document, oron the web at Govt Buyers: All items are open market unless noted otherwise. Page 2 of 2 17:15:43 JAN 12 2026 FEL-TAMPA, FL WATERWORKS #044 Price Quotation Fax: 813-627-1299 Reference No:B592156 HOW ARE WE DOING? WE WANT YOUR FEEDBACK! Scan the QR code or use the link below to complete a survey about your bids: https://survey.medallia.com/?bidsorder&fc=44&on=62435 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1284 Agenda Date: 2/2/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 5.1 SUBJECT/RECOMMENDATION: Approve the Standard Grant Agreement between the State of Florida Department of Environmental Protection (FDEP) and the City of Clearwater for the design and construction of six stormwater pump stations and associated conveyance upgrades, Phase 1 of the North Beach Stormwater Improvements Project (24-0037-EN), in the amount of $3,000,000, providing State funding with no required match, and authorize the appropriate officials to execute same. (consent) SUMMARY: The North Beach Stormwater Improvement Project is a multi-phase effort to improve performance of stormwater infrastructure, reduce tidal flooding, and reduce disruption events in the North Beach neighborhood of Clearwater. The State of Florida Legislature appropriated $3,000,000 to the City of Clearwater to cover a portion of the cost for design and construction of approximately six stormwater pump stations and associated conveyance improvements in North Beach. The appropriations will be dispersed to the City through the Florida Department of Environmental Protection (FDEP) via a Standard Grant Agreement L0168, which provides State reimbursement up to $3,000,000 for eligible project costs. No local match is required under this agreement. The Agreement term begins July 1, 2025, and expires April 30, 2029, allowing for design, permitting, bidding, and phased construction activities. $500,000 of the award is earmarked as reimbursable for preconstruction activities and $2,500,000 reimbursable for construction costs under the agreement. In June of 2024, RFQ 50-24 was issued seeking an engineering firm to design a stormwater management system for the North Beach community. The RFQ selection committee, consisting of five representatives from the Public Works Department, reviewed three submitted qualifications. The committee selected Chen Moore and Associates to provide professional engineering services based on the team’s relevant experience designing and permitting projects of similar complexity in low-lying coastal communities. On July 10, 2025, Council approved the initial Work Order to Chen Moore and Associates in the amount of $891,127.05 to design and permit the first phase of permanent pump stations as well as further study the remaining drainage basins. Services include design, permitting, plans production, bidding assistance and post-design services as well as development of an initial funding strategy for this phase and future works pursuant of RFQ 50-24 and services needed to comply with grants. Project improvements funded by this Agreement will advance Clearwater’s long-term coastal resilience strategy, mitigate repetitive loss flooding conditions, reduce disruption events due to flooding in the North Beach neighborhood and provide water quality treatment to waters discharging into Clearwater Harbor and the neighboring waters surrounding Caladesi Island. On October 10, 2025, RFP 03-26 was issued seeking a Construction Manager at Risk for the North Beach Stormwater Improvement Project. The RFQ selection committee, consisting of five representatives from the Public Works Department, reviewed four submitted qualifications and on December 1, 2025, issued the Intent to Award to Kiewit Corporation. Negotiations with Kiewit are underway and the City anticipates initiating Phase 1’s construction activities in the coming months with construction activities completed prior to the Agreement expiration date. Public Works will bring the Kiewit contract and Pump Station GMP to Council for approval by mid-year 2026. Quarterly reports will be provided to FDPE throughout the term of the agreement. The agreement includes a provision that the City indemnify the Florida Department of Environmental Protection. Nothing in the Page 1 City of Clearwater Printed on 1/27/2026 File Number: ID#25-1284 agreement is deemed a waiver of the doctrine of sovereign immunity. APPROPRIATION CODE AND AMOUNT: ENST240001-DSGN-PROSVC Funds are available in capital improvement project ENST240001, North Beach Pump Station, to fund this contract. This is funded by Stormwater Revenue. STRATEGIC PRIORITY: 1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historical features through systematic management efforts.1.3 Adopt responsive levels of service for public facilities and amenities, and identify resources required to sustain that level of service. 1.4 Foster safe and healthy communities in Clearwater through first-class public safety and emergency response services. 1.5 Embrace a culture of innovation that drives continuous improvement and successfully serves all our customers. 3.1 Support Neighborhood identity through services and programs that empower community pride and belonging. 3.2 Preserve community livability through responsible development standards, proactive code compliance, and targeted revitalization. 3.3 Promote marketing and outreach strategies that encourage stakeholder engagement, enhance community education and build public trust. 4.1 Support proactive climate resiliency strategies based in science to protect natural and built environments from impacts associated with sea level rise. 4.2 Adopt renewable resource usage and waste reduction practices to ensure a vibrant City for current and future generations. Page 2 City of Clearwater Printed on 1/27/2026 DEP Agreement No. Rev. 6/14/24 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Standard Grant Agreement This Agreement is entered into between the Parties named below, pursuant to section 215.971, Florida Statutes: 1. Project Title (Project):Agreement Number: 2. Parties State of Florida Department of Environmental Protection, 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 (Department) Grantee Name: Entity Type: Grantee Address: FEID: (Grantee) 3. Agreement Begin Date:Date of Expiration: 4. Project Number: (If different from Agreement Number) Project Location(s): Project Description: 5. Total Amount of Funding: Funding Source? Award #s or Line-Item Appropriations: Amount per Source(s): ܆ State ܆Federal $ ܆ State ܆Federal $ ܆ State ܆Federal $ ܆ Grantee Match $ Total Amount of Funding + Grantee Match, if any: $ 6. Department’s Grant Manager Grantee’s Grant Manager Name:Name: or successor or successor Address:Address: Phone: Phone: Email: Email: 7. The Parties agree to comply with the terms and conditions of the following attachments and exhibits which are hereby incorporated by reference: ܆ Attachment 1: Standard Terms and Conditions Applicable to All Grants Agreements ܆ Attachment 2: Special Terms and Conditions ܆ Attachment 3: Grant Work Plan ܆ Attachment 4: Public Records Requirements ܆ Attachment 5: Special Audit Requirements ܆ Attachment 6: Program-Specific Requirements ܆ Attachment 7: Grant Award Terms (Federal) *Copy available at https://facts.fldfs.com, in accordance with section 215.985, F.S. ܆ Attachment 8: Federal Regulations and Terms (Federal) ܆ Additional Attachments (if necessary): ܆ Exhibit A: Progress Report Form ܆ Exhibit B: Property Reporting Form ܆ Exhibit C: Payment Request Summary Form ܆ Exhibit D: Quality Assurance Requirements ܆ Exhibit E: Advance Payment Terms and Interest Earned Memo ܆ Exhibit F: Common Carrier or Contracted Carrier Attestation Form PUR1808 (State) Clearwater Living Seawall L0167 July 1, 2025 June 30, 2028 $ 3,000,000.00 LP, GAA LI 1555, FY 25-26, WPSPTF 3,000,000.00 Richmond Abellera Melody Yin Florida Dept. of Environmental Protection 3900 Commonwealth Blvd., MS 3570 Tallahassee, FL 32399-3000 City of Clearwater 100 S. Myrtle Ave. Clearwater, FL 33756 850-245-2993 727-562-4079 City of Clearwater 100 S. Myrtle Ave., Clearwater, FL 33756 59-6000289 Lat/Long: (27.9673, -82.8039) The Grantee will design and construct approximately four (4) living seawalls across several locations within the City. Existing seawalls will be elevated to mitigate flood damage. L0167 3,000,000.00 Richmond.Abellera@FloridaDEP.gov Melody.Yin@MyClearwater.com Local Government DEP Agreement No. Rev. 6/14/24 ܆ Exhibit H: Non-Profit Organization Compensation Form (State) ܆ Exhibit I: Forced Labor Attestation Form ܆ Additional Exhibits (if necessary): 8. The following information applies to Federal Grants only and is identified in accordance with 2 CFR 200.331 (a) (1): Federal Award Identification Number(s) (FAIN): Unique Entity Identifier (UEI): Federal Award Date to Department: Federal Award Project Description: Total Federal Funds Obligated by this Agreement: Federal Awarding Agency: Award R&D? ܆ Yes ܆N/A IN WITNESS WHEREOF, this Agreement shall be effective on the date indicated by the Agreement Begin Date unless another date is specified in the grant documents. GRANTEE Grantee Name By (Authorized Signature) Date Signed Print Name and Title of Person Signing State of Florida Department of Environmental Protection DEPARTMENT By Secretary or Designee Date Signed Print Name and Title of Person Signing ܆ Additional signatures attached on separate page. Jennifer Poirrier, City Manager, City of Clearwater Angela Knecht, Director, Division of Water Restoration Assistance ✔ City of Clearwater L0167 ':5$Additional Signatures ______________________________________________5LFKPRQG$EHOOHUD'(3*UDQW0DQDJHU _______________________________________________ $PDQGD3HFN'(34&5HYLHZHU Attachment 1 1 of 14 Rev. 7/1/2025 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION STANDARD TERMS AND CONDITIONS APPLICABLE TO GRANT AGREEMENTS ATTACHMENT 1 1. Entire Agreement. This Grant Agreement, including any Attachments and Exhibits referred to herein and/or attached hereto (Agreement), constitutes the entire agreement between the parties with respect to the subject matter hereof and supersedes all prior agreements, whether written or oral, with respect to such subject matter. Any terms and conditions included on Grantee’s forms or invoices shall be null and void. 2. Grant Administration. a. Order of Precedence. If there are conflicting provisions among the documents that make up the Agreement, the order of precedence for interpretation of the Agreement is as follows: i. Standard Grant Agreement ii. Attachments other than Attachment 1, in numerical order as designated in the Standard Grant Agreement iii. Attachment 1, Standard Terms and Conditions iv. The Exhibits in the order designated in the Standard Grant Agreement b. All approvals, written or verbal, and other written communication among the parties, including all notices, shall be obtained by or sent to the parties’ Grant Managers. All written communication shall be by electronic mail, U.S. Mail, a courier delivery service, or delivered in person. Notices shall be considered delivered when reflected by an electronic mail read receipt, a courier service delivery receipt, other mail service delivery receipt, or when receipt is acknowledged by recipient. If the notice is delivered in multiple ways, the notice will be considered delivered at the earliest delivery time. c. If a different Grant Manager is designated by either party after execution of this Agreement, notice of the name and contact information of the new Grant Manager will be submitted in writing to the other party and maintained in the respective parties’ records. A change of Grant Manager does not require a formal amendment or change order to the Agreement. d. This Agreement may be amended, through a formal amendment or a change order, only by a written agreement between both parties. A formal amendment to this Agreement is required for changes which cause any of the following: (1) an increase or decrease in the Agreement funding amount; (2) a change in Grantee’s match requirements; (3) a change in the expiration date of the Agreement; (4) changes to the cumulative amount of funding transfers between approved budget categories, as defined in Attachment 3, Grant Work Plan, that exceeds or is expected to exceed twenty percent (20%) of the total budget as last approved by Department; and/or (5) any changes to the terms and conditions of the Agreement other than the specific instances enumerated below when a change order may be used. A change order to this Agreement may be used when: (1) task timelines within the current authorized Agreement period change; (2) the cumulative transfer of funds between approved budget categories, as defined in Attachment 3, Grant Work Plan, are less than twenty percent (20%) of the total budget as last approved by Department; (3) changing the current funding source as stated in the Standard Grant Agreement; and/or (4) fund transfers between budget categories for the purposes of meeting match requirements. This Agreement may be amended to provide for additional services if additional funding is made available by the Legislature. e. All days in this Agreement are calendar days unless otherwise specified. 3. Agreement Duration. The term of the Agreement shall begin and end on the dates indicated in the Standard Grant Agreement, unless extended or terminated earlier in accordance with the applicable terms and conditions. The Grantee shall be eligible for reimbursement for work performed on or after the date of execution through the expiration date of this Agreement, unless otherwise specified in Attachment 2, Special Terms and Conditions. However, work performed prior to the Attachment 1 2 of 14 Rev. 7/1/2025 execution of this Agreement may be reimbursable or used for match purposes if permitted by the Special Terms and Conditions. 4. Deliverables. The Grantee agrees to render the services or other units of deliverables as set forth in Attachment 3, Grant Work Plan. The services or other units of deliverables shall be delivered in accordance with the schedule and at the pricing outlined in the Grant Work Plan. Deliverables may be comprised of activities that must be completed prior to Department making payment on that deliverable. The Grantee agrees to perform in accordance with the terms and conditions set forth in this Agreement and all attachments and exhibits incorporated by the Standard Grant Agreement. 5. Performance Measures. The Grantee warrants that: (1) the services will be performed by qualified personnel; (2) the services will be of the kind and quality described in the Grant Work Plan; (3) the services will be performed in a professional and workmanlike manner in accordance with industry standards and practices; (4) the services shall not and do not knowingly infringe upon the intellectual property rights, or any other proprietary rights, of any third party; and (5) its employees, subcontractors, and/or subrecipients shall comply with any security and safety requirements and processes, if provided by Department, for work done at the Project Location(s). The Department reserves the right to investigate or inspect at any time to determine whether the services or qualifications offered by Grantee meet the Agreement requirements. Notwithstanding any provisions herein to the contrary, written acceptance of a particular deliverable does not foreclose Department’s remedies in the event deficiencies in the deliverable cannot be readily measured at the time of delivery. 6. Acceptance of Deliverables. a. Acceptance Process. All deliverables must be received and accepted in writing by Department’s Grant Manager before payment. The Grantee shall work diligently to correct all deficiencies in the deliverable that remain outstanding, within a reasonable time at Grantee’s expense. If Department’s Grant Manager does not accept the deliverables within 30 days of receipt, they will be deemed rejected. b. Rejection of Deliverables. The Department reserves the right to reject deliverables, as outlined in the Grant Work Plan, as incomplete, inadequate, or unacceptable due, in whole or in part, to Grantee’s lack of satisfactory performance under the terms of this Agreement. The Grantee’s efforts to correct the rejected deliverables will be at Grantee’s sole expense. Failure to fulfill the applicable technical requirements or complete all tasks or activities in accordance with the Grant Work Plan will result in rejection of the deliverable and the associated invoice. Payment for the rejected deliverable will not be issued unless the rejected deliverable is made acceptable to Department in accordance with the Agreement requirements. The Department, at its option, may allow additional time within which Grantee may remedy the objections noted by Department. The Grantee’s failure to make adequate or acceptable deliverables after a reasonable opportunity to do so shall constitute an event of default. 7. Financial Consequences for Nonperformance. a. Withholding Payment. In addition to the specific consequences explained in the Grant Work Plan and/or Special Terms and Conditions, the State of Florida (State) reserves the right to withhold payment when the Grantee has failed to perform/comply with provisions of this Agreement. None of the financial consequences for nonperformance in this Agreement as more fully described in the Grant Work Plan shall be considered penalties. b. Invoice reduction If Grantee does not meet a deadline for any deliverable, the Department will reduce the invoice by 1% for each day the deadline is missed, unless an extension is approved in writing by the Department. c. Corrective Action Plan. If Grantee fails to correct all the deficiencies in a rejected deliverable within the specified timeframe, Department may, in its sole discretion, request that a proposed Corrective Action Plan (CAP) be submitted by Grantee to Department. The Department requests that Grantee specify the outstanding deficiencies in the CAP. All CAPs must be able to be implemented and performed in no more than sixty (60) calendar days. i. The Grantee shall submit a CAP within ten (10) days of the date of the written request from Department. The CAP shall be sent to the Department’s Grant Manager for review and approval. Within ten (10) days of receipt of a CAP, Department shall notify Grantee in writing whether the CAP proposed has been accepted. If the CAP is not accepted, Grantee shall have ten (10) days from receipt of Department letter rejecting the proposal to submit a revised proposed CAP. Failure to obtain Department approval of a CAP as specified above may result in Department’s termination of this Agreement for cause as authorized in this Agreement. Attachment 1 3 of 14 Rev. 7/1/2025 ii. Upon Department’s notice of acceptance of a proposed CAP, Grantee shall have ten (10) days to commence implementation of the accepted plan. Acceptance of the proposed CAP by Department does not relieve Grantee of any of its obligations under the Agreement. In the event the CAP fails to correct or eliminate performance deficiencies by Grantee, Department shall retain the right to require additional or further remedial steps, or to terminate this Agreement for failure to perform. No actions approved by Department or steps taken by Grantee shall preclude Department from subsequently asserting any deficiencies in performance. The Grantee shall continue to implement the CAP until all deficiencies are corrected. Reports on the progress of the CAP will be made to Department as requested by Department’s Grant Manager. iii. Failure to respond to a Department request for a CAP or failure to correct a deficiency in the performance of the Agreement as specified by Department may result in termination of the Agreement. 8. Payment. a. Payment Process. Subject to the terms and conditions established by the Agreement, the pricing per deliverable established by the Grant Work Plan, and the billing procedures established by Department, Department agrees to pay Grantee for services rendered in accordance with section 215.422, Florida Statutes (F.S.). b. Taxes. The Department is exempted from payment of State sales, use taxes and Federal excise taxes. The Grantee, however, shall not be exempted from paying any taxes that it is subject to, including State sales and use taxes, or for payment by Grantee to suppliers for taxes on materials used to fulfill its contractual obligations with Department. The Grantee shall not use Department's exemption number in securing such materials. The Grantee shall be responsible and liable for the payment of all its FICA/Social Security and other taxes resulting from this Agreement. c. Maximum Amount of Agreement. The maximum amount of compensation under this Agreement, without an amendment, is described in the Standard Grant Agreement. Any additional funds necessary for the completion of this Project are the responsibility of Grantee. d. Reimbursement for Costs. The Grantee shall be paid on a cost reimbursement basis for all eligible Project costs upon the completion, submittal, and approval of each deliverable identified in the Grant Work Plan. Reimbursement shall be requested on Exhibit C, Payment Request Summary Form. To be eligible for reimbursement, costs must be in compliance with laws, rules, and regulations applicable to expenditures of State funds, including, but not limited to, the Reference Guide for State Expenditures, which can be accessed at the following web address: https://www.myfloridacfo.com/docs-sf/accounting-and-auditing-libraries/state- agencies/reference-guide-for-state-expenditures.pdf. e. Rural Communities and Rural Areas of Opportunity. If Grantee is a county or municipality that qualifies as a "rural community" or "rural area of opportunity" (RAO) as defined in subsection 288.0656(2), F.S., such Grantee may request from the Department that all invoice payments under this Agreement be directed to the relevant county or municipality or to the RAO itself. The Department will agree to Grantee's request if: i. Grantee demonstrates that it is a county or municipality that qualifies as a "rural community" or "rural area of opportunity" under subsection 288.0656(2), F.S.; ii. Grantee demonstrates current financial hardship using one (1) or more of the "economic distress" factors defined in subsection 288.0656(2)(c), F.S.; iii. Grantee's performance has been verified by the Department, which has determined that Grantee is eligible for invoice payments and that Grantee's performance has been completed in accordance with this Agreement's terms and conditions; and iv. Applicable federal and state law(s), rule(s) and regulation(s) allow for such payments. This subsection may not be construed to alter or limit any other applicable provisions of federal or state law, rule, or regulation. A current list of Florida's designated RAOs can be accessed at the following web address: https://floridajobs.org/community-planning-and-development/rural-community-programs/rural-areas-of- opportunity. f. Invoice Detail. All charges for services rendered or for reimbursement of expenses authorized by Department pursuant to the Grant Work Plan shall be submitted to Department in sufficient detail for a proper pre-audit and post-audit to be performed. The Grantee shall only invoice Department for deliverables that are completed in accordance with the Grant Work Plan. g. State Funds Documentation. Pursuant to section 216.1366, F.S., if Grantee meets the definition of a non-profit organization under section 215.97(2)(m), F.S., Grantee must provide the Department with documentation that indicates the amount of state funds: Attachment 1 4 of 14 Rev. 7/1/2025 i. Allocated to be used during the full term of the contract or agreement for remuneration to any member of the board of directors or an officer. ii. Allocated under each payment by the public agency to be used for remuneration of any member of the board of directors or an officer. The documentation must indicate the amounts and recipients of the remuneration. Such information must be posted on the State’s the contract tracking system and maintained pursuant to section 215.985, F.S., and must be posted on the Grantee’s website, if Grantee maintains a website. h. Interim Payments. Interim payments may be made by Department, at its discretion, if the completion of deliverables to date have first been accepted in writing by Department's Grant Manager. i. Final Payment Request. A final payment request should be submitted to Department no later than sixty (60) days following the expiration date of the Agreement to ensure the availability of funds for payment. However, all work performed pursuant to the Grant Work Plan must be performed on or before the expiration date of the Agreement. j. Annual Appropriation Contingency. The State’s performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. This Agreement is not a commitment of future appropriations. Authorization for continuation and completion of work and any associated payments may be rescinded, with proper notice, at the discretion of Department if the Legislature reduces or eliminates appropriations. k. Interest Rates. All interest rates charged under the Agreement shall be calculated on the prevailing rate used by the State Board of Administration. To obtain the applicable interest rate, please refer to: https://www.myfloridacfo.com/division/aa/local-governments/judgement-interest-rates. l. Refund of Payments to the Department. Any balance of unobligated funds that have been advanced or paid must be refunded to Department. Any funds paid in excess of the amount to which Grantee or subgrantee is entitled under the terms of the Agreement must be refunded to Department. If this Agreement is funded with federal funds and the Department is required to refund the federal government, the Grantee shall refund the Department its share of those funds. 9. Documentation Required for Cost Reimbursement Grant Agreements and Match. If Cost Reimbursement or Match is authorized in Attachment 2, Special Terms and Conditions, the following conditions apply. Supporting documentation must be provided to substantiate cost reimbursement or match requirements for the following budget categories: a. Salary/Wages. Grantee shall list personnel involved, position classification, direct salary rates, and hours spent on the Project in accordance with Attachment 3, Grant Work Plan in their documentation for reimbursement or match requirements. b. Overhead/Indirect/General and Administrative Costs. If Grantee is being reimbursed for or claiming match for multipliers, all multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. If Department determines that multipliers charged by Grantee exceeded the rates supported by audit, Grantee shall be required to reimburse such funds to Department within thirty (30) days of written notification. Interest shall be charged on the excessive rate. c. Contractual/Subaward Costs (Subcontractors/Subrecipients). Match or reimbursement requests for payments to subcontractors/subrecipients must be substantiated by copies of invoices with backup documentation identical to that required from Grantee. Subcontracts/subawards which involve payments for direct salaries shall clearly identify the personnel involved, salary rate per hour, and hours spent on the Project. All eligible multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. If Department determines that multipliers charged by any subcontractor/subrecipient exceeded the rates supported by audit, Grantee shall be required to reimburse such funds to Department within thirty (30) days of written notification. Interest shall be charged on the excessive rate. Nonconsumable and/or nonexpendable personal property or equipment costing $5,000 or more purchased for the Project under a subcontract/subaward is subject to the requirements set forth in chapters 273 and/or 274, F.S., and Chapter 69I-72, Florida Administrative Code (F.A.C.) and/or Chapter 69I-73, F.A.C., as applicable. For grants funded with federal funds, nonconsumable and/or nonexpendable personal property or equipment costing $10,000 or more purchased for the Project under a subcontract/subaward is subject to the requirements set forth in 2 CFR 200. The Grantee shall be responsible for maintaining appropriate property records for any subcontracts/subawards that include the purchase of equipment as part of the delivery of services. The Grantee shall comply with this requirement and ensure its subcontracts/subaward issued under this Agreement, if any, impose this requirement, in writing, on its subcontractors/subrecipients. Attachment 1 5 of 14 Rev. 7/1/2025 i. For fixed-price (vendor) subcontracts/subawards, the following provisions shall apply: The Grantee may award, on a competitive basis, fixed-price subcontracts/subawards to consultants/contractors in performing the work described in Attachment 3, Grant Work Plan. Invoices submitted to Department for fixed-price subcontracted/subawarded activities shall be supported with a copy of the subcontractor/subrecipient’s invoice and a copy of the tabulation form for the competitive procurement process (e.g., Invitation to Bid, Request for Proposals, or other similar competitive procurement document) resulting in the fixed-price subcontract/subaward. The Grantee may request approval from Department to award a fixed-price subcontract/subaward resulting from procurement methods other than those identified above. In this instance, Grantee shall request the advance written approval from Department’s Grant Manager of the fixed price negotiated by Grantee. The letter of request shall be supported by a detailed budget and Scope of Services to be performed by the subcontractor/subrecipient. Upon receipt of Department Grant Manager’s approval of the fixed- price amount, Grantee may proceed in finalizing the fixed-price subcontract/subaward. ii. If the procurement is subject to the Consultant’s Competitive Negotiation Act under section 287.055, F.S., or the Brooks Act, Grantee must provide documentation clearly evidencing it has complied with the statutory or federal requirements. d. Travel. All requests for match or reimbursement of travel expenses shall be in accordance with section 112.061, F.S. e. Direct Purchase Equipment. For grants funded fully or in part with state funds, equipment is defined as capital outlay costing $5,000 or more. For grants funded fully with federal funds, equipment is defined as capital outlay costing $10,000 or more. Match or reimbursement for Grantee’s direct purchase of equipment is subject to specific approval of Department and does not include any equipment purchased under the delivery of services to be completed by a subcontractor/subrecipient. Include copies of invoices or receipts to document purchases, and a properly completed Exhibit B, Property Reporting Form. f. Rental/Lease of Equipment. Match or reimbursement requests for rental/lease of equipment must include copies of invoices or receipts to document charges. g. Miscellaneous/Other Expenses. If miscellaneous or other expenses, such as materials, supplies, non-excluded phone expenses, reproduction, or mailing, are reimbursable or available for match or reimbursement under the terms of this Agreement, the documentation supporting these expenses must be itemized and include copies of receipts or invoices. Additionally, independent of Grantee’s contract obligations to its subcontractor/subrecipient, Department shall not reimburse any of the following types of charges: cell phone usage; attorney’s fees or court costs; civil or administrative penalties; or handling fees, such as set percent overages associated with purchasing supplies or equipment. h. Land Acquisition. Reimbursement for the costs associated with acquiring interest and/or rights to real property (including access rights through ingress/egress easements, leases, license agreements, or other site access agreements; and/or obtaining record title ownership of real property through purchase) must be supported by the following, as applicable: Copies of Property Appraisals, Environmental Site Assessments, Surveys and Legal Descriptions, Boundary Maps, Acreage Certification, Title Search Reports, Title Insurance, Closing Statements/Documents, Deeds, Leases, Easements, License Agreements, or other legal instrument documenting acquired property interest and/or rights. If land acquisition costs are used to meet match requirements, Grantee agrees that those funds shall not be used as match for any other Agreement supported by State or Federal funds. 10. Status Reports. The Grantee shall submit status reports quarterly, unless otherwise specified in the Attachments, on Exhibit A, Progress Report Form, to Department’s Grant Manager describing the work performed during the reporting period, problems encountered, problem resolutions, scheduled updates, and proposed work for the next reporting period. Quarterly status reports are due no later than twenty (20) days following the completion of the quarterly reporting period. For the purposes of this reporting requirement, the quarterly reporting periods end on March 31, June 30, September 30 and December 31. The Department will review the required reports submitted by Grantee within thirty (30) days. 11. Retainage. The following provisions apply if Department withholds retainage under this Agreement: a. The Department reserves the right to establish the amount and application of retainage on the work performed under this Agreement up to the maximum percentage described in Attachment 2, Special Terms and Conditions. Retainage may be withheld from each payment to Grantee pending satisfactory completion of work and approval of all deliverables. Attachment 1 6 of 14 Rev. 7/1/2025 b. If Grantee fails to perform the requested work or fails to perform the work in a satisfactory manner, Grantee shall forfeit its right to payment of the retainage associated with the work. Failure to perform includes, but is not limited to, failure to submit the required deliverables or failure to provide adequate documentation that the work was actually performed. The Department shall provide written notification to Grantee of the failure to perform that shall result in retainage forfeiture. If the Grantee does not correct the failure to perform within the timeframe stated in Department’s notice, the retainage will be forfeited to Department. c. No retainage shall be released or paid for incomplete work while this Agreement is suspended. d. Except as otherwise provided above, Grantee shall be paid the retainage associated with the work, provided Grantee has completed the work and submits an invoice for retainage held in accordance with the invoicing procedures under this Agreement. 12. Insurance. a. Insurance Requirements for Subrecipients and/or Subcontractors. The Grantee shall require its subrecipients and/or subcontractors, if any, to maintain insurance coverage of such types and with such terms and limits as described in this Agreement. The Grantee shall require all its subrecipients and/or subcontractors, if any, to make compliance with the insurance requirements of this Agreement a condition of all contracts that are related to this Agreement. Subrecipients and/or subcontractors must provide proof of insurance upon request. b. Deductibles. The Department shall be exempt from, and in no way liable for, any sums of money representing a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the Grantee providing such insurance. c. Proof of Insurance. Upon execution of this Agreement, Grantee shall provide Department documentation demonstrating the existence and amount for each type of applicable insurance coverage prior to performance of any work under this Agreement. Upon receipt of written request from Department, Grantee shall furnish Department with proof of applicable insurance coverage by standard form certificates of insurance, a self- insured authorization, or other certification of self-insurance. d. Duty to Maintain Coverage. In the event that any applicable coverage is cancelled by the insurer for any reason, or if Grantee cannot get adequate coverage, Grantee shall immediately notify Department of such cancellation and shall obtain adequate replacement coverage conforming to the requirements herein and provide proof of such replacement coverage within ten (10) days after the cancellation of coverage. e. Insurance Trust. If the Grantee’s insurance is provided through an insurance trust, the Grantee shall instead add the Department of Environmental Protection, its employees, and officers as an additional covered party everywhere the Agreement requires them to be added as an additional insured. 13. Termination. a. Termination for Convenience. When it is in the State’s best interest, Department may, at its sole discretion, terminate the Agreement in whole or in part by giving 30 days’ written notice to Grantee. The Department shall notify Grantee of the termination for convenience with instructions as to the effective date of termination or the specific stage of work at which the Agreement is to be terminated. The Grantee must submit all invoices for work to be paid under this Agreement within thirty (30) days of the effective date of termination. The Department shall not pay any invoices received after thirty (30) days of the effective date of termination. b. Termination for Cause. The Department may terminate this Agreement if any of the events of default described in the Events of Default provisions below occur or in the event that Grantee fails to fulfill any of its other obligations under this Agreement. If, after termination, it is determined that Grantee was not in default, or that the default was excusable, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of Department. The rights and remedies of Department in this clause are in addition to any other rights and remedies provided by law or under this Agreement. c. Grantee Obligations upon Notice of Termination. After receipt of a notice of termination or partial termination unless as otherwise directed by Department, Grantee shall not furnish any service or deliverable on the date, and to the extent specified, in the notice. However, Grantee shall continue work on any portion of the Agreement not terminated. If the Agreement is terminated before performance is completed, Grantee shall be paid only for that work satisfactorily performed for which costs can be substantiated. The Grantee shall not be entitled to recover any cancellation charges or lost profits. d. Continuation of Prepaid Services. If Department has paid for any services prior to the expiration, cancellation, or termination of the Agreement, Grantee shall continue to provide Department with those services for which it has already been paid or, at Department’s discretion, Grantee shall provide a refund for services that have been paid for but not rendered. Attachment 1 7 of 14 Rev. 7/1/2025 e. Transition of Services Upon Termination, Expiration, or Cancellation of the Agreement. If services provided under the Agreement are being transitioned to another provider(s), Grantee shall assist in the smooth transition of Agreement services to the subsequent provider(s). This requirement is at a minimum an affirmative obligation to cooperate with the new provider(s), however additional requirements may be outlined in the Grant Work Plan. The Grantee shall not perform any services after Agreement expiration or termination, except as necessary to complete the transition or continued portion of the Agreement, if any. 14. Notice of Default. If Grantee defaults in the performance of any covenant or obligation contained in the Agreement, including, any of the events of default, Department shall provide notice to Grantee and an opportunity to cure that is reasonable under the circumstances. This notice shall state the nature of the failure to perform and provide a time certain for correcting the failure. The notice will also provide that, should the Grantee fail to perform within the time provided, Grantee will be found in default, and Department may terminate the Agreement effective as of the date of receipt of the default notice. 15. Events of Default. Provided such failure is not the fault of Department or outside the reasonable control of Grantee, the following non- exclusive list of events, acts, or omissions, shall constitute events of default: a. The commitment of any material breach of this Agreement by Grantee, including failure to timely deliver a material deliverable, failure to perform the minimal level of services required for a deliverable, discontinuance of the performance of the work, failure to resume work that has been discontinued within a reasonable time after notice to do so, or abandonment of the Agreement; b. The commitment of any material misrepresentation or omission in any materials, or discovery by the Department of such, made by the Grantee in this Agreement or in its application for funding; c. Failure to submit any of the reports required by this Agreement or having submitted any report with incorrect, incomplete, or insufficient information; d. Failure to honor any term of the Agreement; e. Failure to abide by any statutory, regulatory, or licensing requirement, including an entry of an order revoking the certificate of authority granted to the Grantee by a state or other licensing authority; f. Failure to pay any and all entities, individuals, and furnishing labor or materials, or failure to make payment to any other entities as required by this Agreement; g. Employment of an unauthorized alien in the performance of the work, in violation of Section 274 (A) of the Immigration and Nationality Act; h. Failure to maintain the insurance required by this Agreement; i. One or more of the following circumstances, uncorrected for more than thirty (30) days unless, within the specified 30-day period, Grantee (including its receiver or trustee in bankruptcy) provides to Department adequate assurances, reasonably acceptable to Department, of its continuing ability and willingness to fulfill its obligations under the Agreement: i. Entry of an order for relief under Title 11 of the United States Code; ii. The making by Grantee of a general assignment for the benefit of creditors; iii. The appointment of a general receiver or trustee in bankruptcy of Grantee’s business or property; and/or iv. An action by Grantee under any state insolvency or similar law for the purpose of its bankruptcy, reorganization, or liquidation. 16. Suspension of Work. The Department may, in its sole discretion, suspend any or all activities under the Agreement, at any time, when it is in the best interest of the State to do so. The Department shall provide Grantee written notice outlining the particulars of suspension. Examples of reasons for suspension include, but are not limited to, budgetary constraints, declaration of emergency, or other such circumstances. After receiving a suspension notice, Grantee shall comply with the notice. Within 90 days, or any longer period agreed to by the parties, Department shall either: (1) issue a notice authorizing resumption of work, at which time activity shall resume; or (2) terminate the Agreement. If the Agreement is terminated after 30 days of suspension, the notice of suspension shall be deemed to satisfy the thirty (30) days’ notice required for a notice of termination for convenience. Suspension of work shall not entitle Grantee to any additional compensation. 17. Force Majeure. The Grantee shall not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of Grantee or its employees or agents contributed to the delay and the delay is due directly to acts of God, wars, acts Attachment 1 8 of 14 Rev. 7/1/2025 of public enemies, strikes, fires, floods, or other similar cause wholly beyond Grantee’s control, or for any of the foregoing that affect subcontractors/subrecipients or suppliers if no alternate source of supply is available to Grantee. In case of any delay Grantee believes is excusable, Grantee shall notify Department in writing of the delay or potential delay and describe the cause of the delay either (1) within ten days after the cause that creates or will create the delay first arose, if Grantee could reasonably foresee that a delay could occur as a result; or (2) if delay is not reasonably foreseeable, within five days after the date Grantee first had reason to believe that a delay could result. THE FOREGOING SHALL CONSTITUTE THE GRANTEE’S SOLE REMEDY OR EXCUSE WITH RESPECT TO DELAY. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages, other than for an extension of time, shall be asserted against Department. The Grantee shall not be entitled to an increase in the Agreement price or payment of any kind from Department for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist Grantee shall perform at no increased cost, unless Department determines, in its sole discretion, that the delay will significantly impair the value of the Agreement to Department, in which case Department may: (1) accept allocated performance or deliveries from Grantee, provided that Grantee grants preferential treatment to Department with respect to products subjected to allocation; (2) contract with other sources (without recourse to and by Grantee for the related costs and expenses) to replace all or part of the products or services that are the subject of the delay, which dis may be deducted from the Agreement quantity; or (3) terminate Agreement in whole or in part. 18. Indemnification. a. The Grantee shall be fully liable for the actions of its agents, employees, partners, and subcontractors/subrecipients and shall fully indemnify, defend, and hold harmless Department and its officers, agents, and employees, from suits, actions, damages, and costs of every name and description arising from or relating to: i. personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by Grantee, its agents, employees, partners, and subcontractors/subrecipients; provided, however, that Grantee shall not indemnify for that portion of any loss or damages proximately caused by the negligent act or omission of Department; ii. the Grantee’s breach of this Agreement or the negligent acts or omissions of Grantee. b. The Grantee’s obligations under the preceding paragraph with respect to any legal action are contingent upon Department giving Grantee: (1) written notice of any action or threatened action; (2) the opportunity to take over and settle or defend any such action at Grantee’s sole expense; and (3) assistance in defending the action at Grantee’s sole expense. The Grantee shall not be liable for any cost, expense, or compromise incurred or made by Department in any legal action without Grantee’s prior written consent, which shall not be unreasonably withheld. c. Notwithstanding sections a. and b. above, the following is the sole indemnification provision that applies to Grantees that are governmental entities: Each party hereto agrees that it shall be solely responsible for the negligent or wrongful acts of its employees and agents. However, nothing contained herein shall constitute a waiver by either party of its sovereign immunity or the provisions of section 768.28, F.S. Further, nothing herein shall be construed as consent by a state agency or subdivision of the State to be sued by third parties in any matter arising out of any contract or this Agreement. d. No provision in this Agreement shall require Department to hold harmless or indemnify Grantee, insure or assume liability for Grantee’s negligence, waive Department’s sovereign immunity under the laws of Florida, or otherwise impose liability on Department for which it would not otherwise be responsible. Any provision, implication or suggestion to the contrary is null and void. 19. Limitation of Liability. The Department’s liability for any claim arising from this Agreement is limited to compensatory damages in an amount no greater than the sum of the unpaid balance of compensation due for goods or services rendered pursuant to and in compliance with the terms of the Agreement. Such liability is further limited to a cap of $100,000. 20. Remedies. Nothing in this Agreement shall be construed to make Grantee liable for force majeure events. Nothing in this Agreement, including financial consequences for nonperformance, shall limit Department’s right to pursue its remedies for other types of damages under the Agreement, at law or in equity. The Department may, in addition to other remedies available to it, at law or in equity and upon notice to Grantee, retain such monies from amounts due Grantee as may be necessary to satisfy any claim for damages, penalties, costs and the like asserted by or against it. Attachment 1 9 of 14 Rev. 7/1/2025 21. Waiver. The delay or failure by Department to exercise or enforce any of its rights under this Agreement shall not constitute or be deemed a waiver of Department’s right thereafter to enforce those rights, nor shall any single or partial exercise of any such right preclude any other or further exercise thereof or the exercise of any other right. 22. Statutory Notices Relating to Unauthorized Employment and Subcontracts/Subawards. a. The Department shall consider the employment by any Grantee of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If Grantee/subcontractor/subrecipient knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of this Agreement. The Grantee shall be responsible for including this provision in all subcontracts/subawards with private organizations issued as a result of this Agreement. b. Pursuant to sections 287.133, 287.134, and 287.137 F.S., the following restrictions apply to persons placed on the convicted vendor list, discriminatory vendor list, or the antitrust violator vendor list: i. Public Entity Crime. 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, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a Grantee, 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, F.S., for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. ii. Discriminatory Vendors. An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity. iii. Antitrust Violator Vendors. A person or an affiliate who has been placed on the antitrust violator vendor list following a conviction or being held civilly liable for an antitrust violation may not submit a bid, proposal, or reply on any contract to provide any good or services to a public entity; may not submit a bid, proposal, or reply on any contract with a public entity for the construction or repair of a public building or public work; may not submit a bid, proposal, or reply on leases of real property to a public entity; may not be awarded or perform work as a Grantee, supplier, subcontractor, or consultant under a contract with a public entity; and may not transact new business with a public entity. iv. Notification. The Grantee shall notify Department if it or any of its suppliers, subcontractors, or consultants have been placed on the convicted vendor list, the discriminatory vendor list, or antitrust violator vendor list during the life of the Agreement. The Florida Department of Management Services is responsible for maintaining the discriminatory vendor list and the antitrust violator vendor list and posts the list on its website. Questions regarding the discriminatory vendor list or antitrust violator vendor list may be directed to the Florida Department of Management Services, Office of Supplier Development, at (850) 487-0915. 23. Compliance with Federal, State and Local Laws. a. The Grantee and all its agents shall comply with all federal, state and local regulations, including, but not limited to, nondiscrimination, wages, social security, workers’ compensation, licenses, and registration requirements. The Grantee shall include this provision in all subcontracts/subawards issued as a result of this Agreement. b. The Grantee, its subrecipients, subcontractors and agents must also comply with the following civil rights laws and regulations:  i. Title VI of the Civil Rights Act of 1964 as amended (prohibiting discrimination in federally assisted programs on the basis of race, color, or national origin in the delivery of services or benefits); ii. Section 13 of the 1972 Amendment to the Federal Water Pollution Control Act (prohibiting discrimination on the basis of sex in the delivery of services or benefits under the Federal Water Pollution Control Act as amended);  Attachment 1 10 of 14 Rev. 7/1/2025 iii. Section 504 of the Rehabilitation Act of 1973 (prohibiting discrimination in federally assisted programs on the basis of disability, both in employment and in the delivery of services and benefits);  iv. Age Discrimination Act of 1975 (prohibiting discrimination in federally assisted programs on the basis of age in the delivery of services or benefits);  v. 40 C.F.R. Part 7, (implementing Title VI of the Civil Rights Act of 1964, Section 13 of the 1972 Amendments to the Federal Water Pollution Control Act, and Section 504 of the Rehabilitation Act of 1973); vi. Florida Civil Rights Act of 1992 (Title XLIV Chapter 760, Sections 760.01, 760.11 and 509.092, F.S.), including Part I, chapter 760, F.S. (prohibiting discrimination on the basis of race, color, religion, sex, pregnancy, national origin, age, handicap, or marital status). c. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. d. Any dispute concerning performance of the Agreement shall be processed as described herein. Jurisdiction for any damages arising under the terms of the Agreement will be in the courts of the State, and venue will be in the Second Judicial Circuit, in and for Leon County. Except as otherwise provided by law, the parties agree to be responsible for their own attorney fees incurred in connection with disputes arising under the terms of this Agreement. 24. Build America, Buy America Act (BABA) - Infrastructure Projects with Federal Funding. This provision does not apply to Agreements that are wholly funded by Coronavirus State and Local Fiscal Recovery Funds under the American Rescue Plan Act. Also, this provision does not apply where there is a valid waiver in place. However, the provision may apply to funds expended before the waiver or after expiration of the waiver. If applicable, Recipients or Subrecipients of an award of Federal financial assistance from a program for infrastructure are required to comply with the Build America, Buy America Act (BABA), including the following provisions: a. All iron and steel used in the project are produced in the United States--this means all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States; b. All manufactured products used in the project are produced in the United States-this means the manufactured product was manufactured in the United States; and the cost of the components of the manufactured product that are mined, produced, or manufactured in the United States is greater than 55 percent of the total cost of all components of the manufactured product, unless another standard for determining the minimum amount of domestic content of the manufactured product has been established under applicable law or regulation; and c. All construction materials are manufactured in the United States-this means that all manufacturing processes for the construction material occurred in the United States. The Buy America preference only applies to articles, materials, and supplies that are consumed in, incorporated into, or affixed to an infrastructure project. As such, it does not apply to tools, equipment, and supplies, such as temporary scaffolding, brought to the construction site and removed at or before the completion of the infrastructure project. Nor does a Buy America preference apply to equipment and furnishings, such as movable chairs, desks, and portable computer equipment, that are used at or within the finished infrastructure project but are not an integral part of the structure or permanently affixed to the infrastructure project. 25. Investing in America Grantees of an award for construction projects in whole or in part by the Bipartisan Infrastructure Law or the Inflation Reduction Act, including the following provision: a. Signage Requirements a. Investing in America Emblem: The recipient will ensure that a sign is placed at construction sites supported in whole or in part by this award displaying the official Investing in America emblem and must identify the project as a “project funded by President Biden’s Bipartisan Infrastructure Law” or “project funded by President Biden’s Inflation Reduction Act” as applicable. The sign must be placed at construction sites in an easily visible location that can be directly linked to the work taking place and must be maintained in good condition throughout the construction period. The recipient will ensure compliance with the guidelines and design specifications provided by EPA for using the official Investing in America emblem available at: https://www.epa.gov/invest/investing-america-signage. Attachment 1 11 of 14 Rev. 7/1/2025 b. Procuring Signs: Consistent with section 6002 of RCRA, 42 U.S.C. 6962, and 2 CFR 200.323, recipients are encouraged to use recycled or recovered materials when procuring signs. Signage costs are considered an allowable cost under this assistance agreement provided that the costs associated with signage are reasonable. Additionally, to increase public awareness of projects serving communities where English is not the predominant language, recipients are encouraged to translate the language on signs (excluding the official Investing in America emblem or EPA logo or seal) into the appropriate non-English language(s). The costs of such translation are allowable, provided the costs are reasonable. 26. Scrutinized Companies. a. Grantee certifies that it is not on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel. Pursuant to section 287.135, F.S., the Department may immediately terminate this Agreement at its sole option if the Grantee is found to have submitted a false certification; or if the Grantee is placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. b. If this Agreement is for more than one million dollars, the Grantee certifies that it is also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in section 287.135, F.S. Pursuant to section 287.135, F.S., the Department may immediately terminate this Agreement at its sole option if the Grantee is found to have submitted a false certification; or if the Grantee is placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. c. As provided in subsection 287.135(8), F.S., if federal law ceases to authorize these contracting prohibitions, then they shall become inoperative. 27. Lobbying and Integrity. The Grantee agrees that no funds received by it under this Agreement will be expended for the purpose of lobbying the Legislature or a State agency pursuant to section 216.347, F.S., except that pursuant to the requirements of section 287.058(6), F.S., during the term of any executed agreement between Grantee and the State, Grantee may lobby the executive or legislative branch concerning the scope of services, performance, term, or compensation regarding that agreement. The Grantee shall comply with sections 11.062 and 216.347, F.S. 28. Record Keeping. The Grantee shall maintain books, records and documents directly pertinent to performance under this Agreement in accordance with United States generally accepted accounting principles (US GAAP) consistently applied. The Department, the State, or their authorized representatives shall have access to such records for audit purposes during the term of this Agreement and for five (5) years following the completion date or termination of the Agreement. In the event that any work is subcontracted or subawarded, Grantee shall similarly require each subcontractor/subrecipient to maintain and allow access to such records for audit purposes. Upon request of Department’s Inspector General, or other authorized State official, Grantee shall provide any type of information the Inspector General deems relevant to Grantee’s integrity or responsibility. Such information may include, but shall not be limited to, Grantee’s business or financial records, documents, or files of any type or form that refer to or relate to Agreement. The Grantee shall retain such records for the longer of: (1) three years after the expiration of the Agreement; or (2) the period required by the General Records Schedules maintained by the Florida Department of State (available at: http://dos.myflorida.com/library-archives/records-management/general-records-schedules/). 29. Audits. a. Inspector General. The Grantee understands its duty, pursuant to section 20.055(5), F.S., to cooperate with the inspector general in any investigation, audit, inspection, review, or hearing. The Grantee will comply with this duty and ensure that its subrecipients and/or subcontractors issued under this Agreement, if any, impose this requirement, in writing, on its subrecipients and/or subcontractors, respectively. b. Physical Access and Inspection. Department personnel shall be given access to and may observe and inspect work being performed under this Agreement, with reasonable notice and during normal business hours, including by any of the following methods: i. Grantee shall provide access to any location or facility on which Grantee is performing work, or storing or staging equipment, materials or documents; ii. Grantee shall permit inspection of any facility, equipment, practices, or operations required in performance of any work pursuant to this Agreement; and, Attachment 1 12 of 14 Rev. 7/1/2025 iii. Grantee shall allow and facilitate sampling and monitoring of any substances, soils, materials or parameters at any location reasonable or necessary to assure compliance with any work or legal requirements pursuant to this Agreement. c. Special Audit Requirements. The Grantee shall comply with the applicable provisions contained in Attachment 5, Special Audit Requirements. Each amendment that authorizes a funding increase or decrease shall include an updated copy of Exhibit 1, to Attachment 5. If Department fails to provide an updated copy of Exhibit 1 to include in each amendment that authorizes a funding increase or decrease, Grantee shall request one from the Department’s Grants Manager. The Grantee shall consider the type of financial assistance (federal and/or state) identified in Attachment 5, Exhibit 1 and determine whether the terms of Federal and/or Florida Single Audit Act Requirements may further apply to lower tier transactions that may be a result of this Agreement. For federal financial assistance, Grantee shall utilize the guidance provided under 2 CFR §200.331 for determining whether the relationship represents that of a subrecipient or vendor. For State financial assistance, Grantee shall utilize the form entitled “Checklist for Nonstate Organizations Recipient/Subrecipient vs Vendor Determination” (form number DFS-A2-NS) that can be found under the “Links/Forms” section appearing at the following website: https:\\apps.fldfs.com\fsaa. d. Proof of Transactions. In addition to documentation provided to support cost reimbursement as described herein, Department may periodically request additional proof of a transaction to evaluate the appropriateness of costs to the Agreement pursuant to State guidelines (including cost allocation guidelines) and federal, if applicable. Allowable costs and uniform administrative requirements for federal programs can be found under 2 CFR 200. The Department may also request a cost allocation plan in support of its multipliers (overhead, indirect, general administrative costs, and fringe benefits). The Grantee must provide the additional proof within thirty (30) days of such request. e. No Commingling of Funds. The accounting systems for all Grantees must ensure that these funds are not commingled with funds from other agencies. Funds from each agency must be accounted for separately. Grantees are prohibited from commingling funds on either a program-by-program or a project-by-project basis. Funds specifically budgeted and/or received for one project may not be used to support another project. Where a Grantee's, or subrecipient's, accounting system cannot comply with this requirement, Grantee, or subrecipient, shall establish a system to provide adequate fund accountability for each project it has been awarded. i. If Department finds that these funds have been commingled, Department shall have the right to demand a refund, either in whole or in part, of the funds provided to Grantee under this Agreement for non-compliance with the material terms of this Agreement. The Grantee, upon such written notification from Department shall refund, and shall forthwith pay to Department, the amount of money demanded by Department. Interest on any refund shall be calculated based on the prevailing rate used by the State Board of Administration. Interest shall be calculated from the date(s) the original payment(s) are received from Department by Grantee to the date repayment is made by Grantee to Department. ii. In the event that the Grantee recovers costs, incurred under this Agreement and reimbursed by Department, from another source(s), Grantee shall reimburse Department for all recovered funds originally provided under this Agreement and interest shall be charged for those recovered costs as calculated on from the date(s) the payment(s) are recovered by Grantee to the date repayment is made to Department. iii. Notwithstanding the requirements of this section, the above restrictions on commingling funds do not apply to agreements where payments are made purely on a cost reimbursement basis. 30. Conflict of Interest. The Grantee covenants that it presently has no interest and shall not acquire any interest which would conflict in any manner or degree with the performance of services required. 31. Independent Contractor. The Grantee is an independent contractor and is not an employee or agent of Department. 32. Subcontracting/Subawards. a. Unless otherwise specified in the Special Terms and Conditions, all services contracted for are to be performed solely by Grantee. b. The Department may, for cause, require the replacement of any Grantee employee, subcontractor/subrecipient, or agent. For cause, includes, but is not limited to, technical or training qualifications, quality of work, change in security status, or non-compliance with an applicable Department policy or other requirement. Attachment 1 13 of 14 Rev. 7/1/2025 c. The Department may, for cause, deny access to Department’s secure information or any facility by any Grantee employee, subcontractor/subrecipient, or agent. d. The Department’s actions under paragraphs b. or c. shall not relieve Grantee of its obligation to perform all work in compliance with the Agreement. The Grantee shall be responsible for the payment of all monies due under any subcontract/subaward. The Department shall not be liable to any subcontractor/subrecipient for any expenses or liabilities incurred under any subcontract/subaward, and Grantee shall be solely liable to the subcontractor for all expenses and liabilities incurred under any subcontract/subaward. e. The Department will not deny Grantee’s employees, subcontractors/subrecipients, or agents access to meetings within the Department’s facilities, unless the basis of Department’s denial is safety or security considerations. f. A list of minority-owned firms that could be offered subcontracting opportunities may be obtained by contacting the Office of Supplier Development at (850) 487-0915. g. The Grantee shall not be liable for any excess costs for a failure to perform, if the failure to perform is caused by the default of a subcontractor/subrecipient at any tier, and if the cause of the default is completely beyond the control of both Grantee and the subcontractor(s)/subrecipient(s), and without the fault or negligence of either, unless the subcontracted/subawarded products or services were obtainable from other sources in sufficient time for Grantee to meet the required delivery schedule. 33. Guarantee of Parent Company. If Grantee is a subsidiary of another corporation or other business entity, Grantee asserts that its parent company will guarantee all of the obligations of Grantee for purposes of fulfilling the obligations of Agreement. In the event Grantee is sold during the period the Agreement is in effect, Grantee agrees that it will be a requirement of sale that the new parent company guarantee all of the obligations of Grantee. 34. Survival. The respective obligations of the parties, which by their nature would continue beyond the termination or expiration of this Agreement, including without limitation, the obligations regarding confidentiality, proprietary interests, and public records, shall survive termination, cancellation, or expiration of this Agreement. 35. Third Parties. The Department shall not be deemed to assume any liability for the acts, failures to act or negligence of Grantee, its agents, servants, and employees, nor shall Grantee disclaim its own negligence to Department or any third party. This Agreement does not and is not intended to confer any rights or remedies upon any person other than the parties. If Department consents to a subcontract/subaward, Grantee will specifically disclose that this Agreement does not create any third-party rights. Further, no third parties shall rely upon any of the rights and obligations created under this Agreement. 36. Severability. If a court of competent jurisdiction deems any term or condition herein void or unenforceable, the other provisions are severable to that void provision, and shall remain in full force and effect. 37. Grantee’s Employees, Subcontractors/Subrecipients and Agents. All Grantee employees, subcontractors/subrecipients, or agents performing work under the Agreement shall be properly trained technicians who meet or exceed any specified training qualifications. Upon request, Grantee shall furnish a copy of technical certification or other proof of qualification. All employees, subcontractors/subrecipients, or agents performing work under Agreement must comply with all security and administrative requirements of Department and shall comply with all controlling laws and regulations relevant to the services they are providing under the Agreement. 38. Assignment. The Grantee shall not sell, assign, or transfer any of its rights, duties, or obligations under the Agreement, or under any purchase order issued pursuant to the Agreement, without the prior written consent of Department. In the event of any assignment, Grantee remains secondarily liable for performance of the Agreement, unless Department expressly waives such secondary liability. The Department may assign the Agreement with prior written notice to Grantee of its intent to do so. 39. Compensation Report. If this Agreement is a sole-source, public-private agreement or if the Grantee, through this agreement with the State, annually receive 50% or more of their budget from the State or from a combination of State and Federal funds, the Grantee shall provide an annual report, including the most recent IRS Form 990, detailing the total compensation for the entities' executive leadership teams. Total compensation shall include salary, bonuses, cashed-in leave, cash equivalents, severance pay, retirement benefits, deferred compensation, real-property gifts, and any other payout. The Grantee must also inform the Department of any changes in total executive compensation between the annual Attachment 1 14 of 14 Rev. 7/1/2025 reports. All compensation reports must indicate what percent of compensation comes directly from the State or Federal allocations to the Grantee. 40. Disclosure of Gifts from Foreign Sources. If the value of the grant under this Agreement is $100,000 or more, Grantee shall disclose to Department any current or prior interest of, any contract with, or any grant or gift received from a foreign country of concern, as defined in section 286.101, F.S., if such interest, contract, or grant or gift has a value of $50,000 or more and such interest existed at any time or such contract or grant or gift was received or in force at any time during the previous 5 years. Such disclosure shall include the name and mailing address of the disclosing entity, the amount of the contract or grant or gift or the value of the interest disclosed, the applicable foreign country of concern and, if applicable, the date of termination of the contract or interest, the date of receipt of the grant or gift, and the name of the agent or controlled entity that is the source or interest holder. If the disclosure requirement is applicable as described above, then within 1 year before applying for any grant, Grantee must also provide a copy of such disclosure to the Department of Financial Services. 41. Food Commodities. To the extent authorized by federal law, the Department, its grantees, contractors and subcontractors/subrecipients shall give preference to food commodities grown or produced in this state when purchasing food commodities, including farm products as defined in section 823.14, F.S., of any class, variety, or use thereof in their natural state or as processed by a farm operation or processor for the purpose of marketing such product. 42. Anti-human Trafficking. If the Grantee is a nongovernmental entity, the Grantee must provide the Department with an affidavit signed by an officer or a representative of the Grantee under penalty of perjury attesting that the Grantee does not use coercion for labor or services as defined in section 787.06, F.S. 43. Iron and Steel for Public Works Projects. If this Agreement funds a “public works project” as defined in section 255.0993, F.S., or the purchase of materials to be used in a public works project, any iron or steel permanently incorporated in the Project must be “produced in the United States,” as defined in section 255.0993, F.S. This requirement does not apply if the Department determines that any of the following circumstances apply to the Project: (1) iron or steel products produced in the United States are not produced in sufficient quantities, reasonably available, or of satisfactory quality; (2) the use of iron or steel products produced in the United States will increase the total cost of the project by more than twenty percent (20%); or (3) complying with this requirement is inconsistent with the public interest. Further, this requirement does not prevent the Contractor’s minimal use of foreign steel and iron materials if: (1) such materials are incidental or ancillary to the primary product and are not separately identified in the project specifications; and (2) the “cost” of such materials, as defined in section 255.0993, F.S., does not exceed one-tenth of one percent (1%) of the total Project Cost under this Agreement or $2,500, whichever is greater. Electrical components, equipment, systems, and appurtenances, including supports, covers, shielding, and other appurtenances related to an electrical system that are necessary for operation or concealment (excepting transmission and distribution poles) are not considered to be iron or steel products and are, therefore, exempt from the requirements of this paragraph. This provision shall be applied in a manner consistent with and may not be construed to impair the state’s obligations under any international agreement. 44. Complete and Accurate information. Grantee represents and warrants that all statements and information provided to DEP are current, complete, and accurate. This includes all statements and information in this Grant, as well as its Attachments and Exhibits. 45. Execution in Counterparts and Authority to Sign. This Agreement, any amendments, and/or change orders related to the Agreement, may be executed in counterparts, each of which shall be an original and all of which shall constitute the same instrument. In accordance with the Electronic Signature Act of 1996, electronic signatures, including facsimile transmissions, may be used and shall have the same force and effect as a written signature. Each person signing this Agreement warrants that he or she is duly authorized to do so and to bind the respective party to the Agreement. Attachment 2 1 of 3 Rev. 9/08/25 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Special Terms and Conditions AGREEMENT NO. L0167 ATTACHMENT 2 These Special Terms and Conditions shall be read together with general terms outlined in the Standard Terms and Conditions, Attachment 1. Where in conflict, these more specific terms shall apply. 1. Scope of Work. The Project funded under this Agreement is Clearwater Living Seawall (Project). The Project is defined in more detail in Attachment 3, Grant Work Plan. 2. Duration. a. Reimbursement Period. The reimbursement period for this Agreement is the same as the term of the Agreement. b. Extensions. There are extensions available for this Project. c. Service Periods. Additional service periods are not authorized under this Agreement. 3. Payment Provisions. a. Compensation. This is a cost reimbursement Agreement. The Grantee shall be compensated under this Agreement as described in Attachment 3. b. Invoicing. Invoicing will occur as indicated in Attachment 3. c. Advance Pay. Advance Pay is not authorized under this Agreement. 4. Cost Eligible for Reimbursement or Matching Requirements. Reimbursement for costs or availability for costs to meet matching requirements shall be limited to the following budget categories, as defined in the Reference Guide for State Expenditures, as indicated: Reimbursement Match Category տ ܆ Salaries/Wages Overhead/Indirect/General and Administrative Costs: տ տ a. Fringe Benefits, N/A. տ տ b. Indirect Costs, N/A. ܈ տ Contractual/Subaward (Subcontractors/Subrecipients) տտTravel, in accordance with Section 112, F.S. տտEquipment տտRental/Lease of Equipment տտMiscellaneous/Other Expenses տտLand Acquisition 5. Equipment Purchase. No Equipment purchases shall be funded under this Agreement. 6. Land Acquisition. There will be no Land Acquisitions funded under this Agreement. 7. Match Requirements There is no match required on the part of the Grantee under this Agreement. 8. Insurance Requirements Required Coverage. At all times during the Agreement the Grantee, at its sole expense, shall maintain insurance coverage of such types and with such terms and limits described below. The limits of coverage under each policy Attachment 2 2 of 3 Rev. 9/08/25 maintained by the Grantee shall not be interpreted as limiting the Grantee’s liability and obligations under the Agreement. Grantee shall provide coverage through a self-insurance program established and operating under the laws of Florida. Additional insurance requirements for this Agreement may be required elsewhere in this Agreement, however the minimum insurance requirements applicable to this Agreement are: a. Comprehensive General Liability Insurance. The Grantee shall provide adequate comprehensive general liability insurance coverage and hold such liability insurance at all times during the Agreement. The minimum limits shall be $200,000 for each person and $300,000 per occurrence. b. Commercial Automobile Insurance. If the Grantee’s duties include the use of a commercial vehicle, the Grantee shall maintain automobile liability, bodily injury, and property damage coverage. Insuring clauses for both bodily injury and property damage shall provide coverage on an occurrence basis. The minimum limits shall be as follows: $200,000/300,000 Automobile Liability for Company-Owned Vehicles, if applicable $200,000/300,000 Hired and Non-owned Automobile Liability Coverage c. Workers’ Compensation. The Grantee shall comply with the workers’ compensation requirements of Chapter 440, F.S. d. Other Insurance. None. 9. Quality Assurance Requirements. There are no special Quality Assurance requirements under this Agreement. 10. Retainage. Retainage is permitted under this Agreement. Retainage may be up to a maximum of 10% of the total amount of the Agreement. 11. Subcontracting/Subawards. The Grantee may subcontract/subaward work under this Agreement without the prior written consent of the Department’s Grant Manager except for certain fixed-price subcontracts/subawards pursuant to this Agreement, which require prior approval. Regardless of any subcontract/subaward, the Grantee is ultimately responsible for all work to be performed under this Agreement. Upon request by the Department’s Grant Manager, the Grantee will submit a copy of the executed subcontract. 12. State-owned Land. The work will not be performed on State-owned land. 13. Office of Policy and Budget Reporting. The Grantee will identify the expected return on investment for this project and provide this information to the Governor’s Office of Policy and Budget (OPB) within three months of execution of this Agreement. For each full calendar quarter thereafter, the Grantee will provide quarterly update reports directly to OPB, no later than 20 days after the end of each quarter, documenting the positive return on investment to the state that results from the Grantee’s project and its use of funds provided under this Agreement. Quarterly reports will continue until the Grantee is instructed by OPB that no further reports are needed, or until the end of this Agreement, whichever occurs first. All reports shall be submitted electronically to OPB at env.roi@laspbs.state.fl.us, and a copy shall also be submitted to the Department at legislativeaffairs@floridaDEP.gov. 14. Common Carrier. a. Applicable to contracts/subawards with a common carrier – firm/person/corporation that as a regular business transports people or commodities from place to place. If applicable, Contractor/Subrecipient must also fill out and return PUR 1808 before contract/subaward execution. If Contractor/Subrecipient is a common carrier pursuant to section 908.111(1)(a), Florida Statutes, the Department will terminate this Agreement immediately if Contractor/Subrecipient is found to be in violation of the law or the attestation in PUR 1808. Attachment 2 3 of 3 Rev. 9/08/25 b. Applicable to solicitations for a common carrier – Before contract execution, the winning Contractor(s) must fill out and return PUR 1808, and attest that it is not willfully providing any service in furtherance of transporting a person into this state knowing that the person unlawfully present in the United States according to the terms of the federal Immigration and Nationality Act, 8 U.S.C. ss. 1101 et seq. The Department will terminate a contract immediately if Contractor is found to be in violation of the law or the attestation in PUR 1808. 15. Financial Assistance and Payment of Invoices to Rural Communities or Rural Areas of Opportunity This agreement does not provide federal or state financial assistance to a county or municipality that is a rural community or rural area of opportunity as those terms are defined in s. 288.0656(2). 16. Additional Terms. None. DEP Agreement No. L0167, Attachment 3, Page 1 of 3 ATTACHMENT 3 GRANT WORK PLAN PROJECT TITLE: Clearwater Living Seawall PROJECT LOCATION: The Project will be located in the City of Clearwater (Grantee) within Pinellas County; Lat/Long (27.9673, -82.8039). See Figure 1 for a location map. PROJECT BACKGROUND: Coastal Clearwater has both water quality issues and water quantity issues. Stormwater water quality suffers from issues of urban runoff and not enough residence time to allow nutrients to settle. Poor water quality flowing into Clearwater Harbor reduces seagrass and other wildlife habitat and increases the likelihood for algal blooms. Water quantity, or flooding, is from high-tide, storms, and hurricanes over topping the seawalls and inundating the built environment. Construction of living seawalls and elevating seawalls will improve water quality, reduce flood damage, and improve coastal resilience overall. PROJECT DESCRIPTION: The Grantee will design and construct approximately four (4) living seawalls across several locations within the City. Existing seawalls will be elevated to mitigate flood damage. The Grantee does not anticipate that the funding under this Agreement will result in a fully completed project, so this Agreement will cover a portion of the work. TASKS: All documentation should be submitted electronically unless otherwise indicated and should be submitted prior to the expiration of the grant agreement. Task 1: Preconstruction Activities Deliverables: The Grantee will complete the design of the Living Seawalls throughout the City and obtain all necessary permits for construction of the project. Activities necessary for design, such as surveys, geotechnical evaluations, pre-design studies, and environmental assessments are eligible under this task. Documentation: The Grantee will submit a signed summary of activities completed for the period of work covered in the payment request, including the percentage of design complete and permitting status, using the format provided by the Department’s Grant Manager. For the final documentation, the Grantee will also submit a copy of the design completed with the funding provided for this task, a list of all required permits identifying issue dates and issuing authorities, and copies of any surveys, assessments, or other documents funded under this task. Upon request by the Department’s Grant Manager, the Grantee will provide additional supporting documentation relating to this task. Performance Standard: The Department’s Grant Manager will review the documentation to verify that the deliverables have been completed as described above. Upon review and written acceptance by the Department’s Grant Manager, a payment request may be processed. Payment Request Schedule: The Grantee may submit a payment request for cost reimbursement no more frequently than monthly. DEP Agreement No. L0167, Attachment 3, Page 2 of 3 Task 2: Construction Deliverables: The Grantee will construct Clearwater Living Seawall(s) in accordance with the final design. Documentation: The Grantee will submit: a signed summary of activities completed for the period of work covered in the payment request, using the format provided by the Department’s Grant Manager. Upon request by the Department’s Grant Manager, the Grantee will provide additional supporting documentation relating to this task. Performance Standard: The Department’s Grant Manager will review the documentation to verify that the deliverables have been completed as described above. Upon review and written acceptance by the Department’s Grant Manager, a payment request may be processed. Payment Request Schedule: The Grantee may submit a payment request for cost reimbursement no more frequently than monthly. PROJECT TIMELINE & BUDGET DETAIL: The tasks must be completed by the corresponding task end date. Cost reimbursable grant funding must not exceed the budget amounts as indicated below. Task No. Task Title Budget Category Grant Amount Task Start Date Task End Date 1 Preconstruction Activities Contractual Services $300,000 07/01/2025 12/31/2027 2 Construction Contractual Services $2,700,000 07/01/2025 12/31/2027 Total: $3,000,000 REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DEP Agreement No. L0167, Attachment 3, Page 3 of 3 Figure 1: Location Map Attachment 4 1 of 1 Rev. 4/8/2024 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Public Records Requirements Attachment 4 1. Public Records. a. If the Agreement exceeds $35,000.00, and if Grantee is acting on behalf of Department in its performance of services under the Agreement, Grantee must allow public access to all documents, papers, letters, or other material, regardless of the physical form, characteristics, or means of transmission, made or received by Grantee in conjunction with the Agreement (Public Records), unless the Public Records are exempt from section 24(a) of Article I of the Florida Constitution and section 119.07(1), F.S. b. The Department may unilaterally terminate the Agreement if Grantee refuses to allow public access to Public Records as required by law. 2. Additional Public Records Duties of Section 119.0701, F.S., If Applicable. For the purposes of this paragraph, the term “contract” means the “Agreement.” If Grantee is a “contractor” as defined in section 119.0701(1)(a), F.S., the following provisions apply and the contractor shall: a. Keep and maintain Public Records required by Department to perform the service. b. Upon request, provide Department with a copy of requested Public Records or allow the Public Records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. c. A contractor who fails to provide the Public Records to Department within a reasonable time may be subject to penalties under section 119.10, F.S. d. Ensure that Public Records that are exempt or confidential and exempt from Public Records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the Public Records to Department. e. Upon completion of the contract, transfer, at no cost, to Department all Public Records in possession of the contractor or keep and maintain Public Records required by Department to perform the service. If the contractor transfers all Public Records to Department upon completion of the contract, the contractor shall destroy any duplicate Public Records that are exempt or confidential and exempt from Public Records disclosure requirements. If the contractor keeps and maintains Public Records upon completion of the contract, the contractor shall meet all applicable requirements for retaining Public Records. All Public Records stored electronically must be provided to Department, upon request from Department’s custodian of Public Records, in a format specified by Department as compatible with the information technology systems of Department. These formatting requirements are satisfied by using the data formats as authorized in the contract or Microsoft Word, Outlook, Adobe, or Excel, and any software formats the contractor is authorized to access. f. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, F.S., TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE CONTRACT, CONTACT THE DEPARTMENT’S CUSTODIAN OF PUBLIC RECORDS AT: Telephone: (850) 245-2118 Email: public.services@floridadep.gov Mailing Address: Department of Environmental Protection ATTN: Office of Ombudsman and Public Services Public Records Request 3900 Commonwealth Boulevard, MS 49 Tallahassee, Florida 32399 Attachment 5 1 of 6 BGS-DEP 55-215 Revised 7/1/25 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Special Audit Requirements (State and Federal Financial Assistance) Attachment 5 The administration of resources awarded by the Department of Environmental Protection (which may be referred to as the "Department", "DEP", "FDEP" or "Grantor", or other name in the agreement) to the recipient (which may be referred to as the "Recipient", "Grantee" or other name in the agreement) may be subject to audits and/or monitoring by the Department of Environmental Protection, as described in this attachment. MONITORING In addition to reviews of audits conducted in accordance with 2 CFR Part 200, Subpart F-Audit Requirements, and Section 215.97, F.S., as revised (see “AUDITS” below), monitoring procedures may include, but not be limited to, on-site visits by DEP Department staff, limited scope audits as defined by 2 CFR 200.425, or other procedures. By entering into this Agreement, the recipient agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the Department of Environmental Protection. In the event the Department of Environmental Protection determines that a limited scope audit of the recipient is appropriate, the recipient agrees to comply with any additional instructions provided by the Department to the recipient regarding such audit. The recipient further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Chief Financial Officer (CFO) or Auditor General. AUDITS PART I: FEDERALLY FUNDED This part is applicable if the recipient is a State or local government or a non-profit organization as defined in 2 CFR §200.330 1. A recipient that expends $1,000,000 or more in Federal awards in its fiscal year, must have a single or program-specific audit conducted in accordance with the provisions of 2 CFR Part 200, Subpart F. EXHIBIT 1 to this Attachment indicates Federal funds awarded through the Department of Environmental Protection by this Agreement. In determining the federal awards expended in its fiscal year, the recipient shall consider all sources of federal awards, including federal resources received from the Department of Environmental Protection. The determination of amounts of federal awards expended should be in accordance with the guidelines established in 2 CFR 200.502-503. An audit of the recipient conducted by the Auditor General in accordance with the provisions of 2 CFR Part 200.514 will meet the requirements of this part. 2. For the audit requirements addressed in Part I, paragraph 1, the recipient shall fulfill the requirements relative to auditee responsibilities as provided in 2 CFR 200.508-512. 3. A recipient that expends less than $1,000,000 in federal awards in its fiscal year is not required to have an audit conducted in accordance with the provisions of 2 CFR Part 200, Subpart F-Audit Requirements. If the recipient expends less than $1,000,000 in federal awards in its fiscal year and elects to have an audit conducted in accordance with the provisions of 2 CFR 200, Subpart F-Audit Requirements, the cost of the audit must be paid from non-federal resources (i.e., the cost of such an audit must be paid from recipient resources obtained from non-federal entities). 4. The recipient may access information regarding the Catalog of Federal Domestic Assistance (CFDA) via the internet at https://sam.gov/content/assistance-listings. Attachment 5 2 of 6 BGS-DEP 55-215 Revised 7/1/25 PART II: STATE FUNDED This part is applicable if the recipient is a nonstate entity as defined by Section 215.97(1)(n), Florida Statutes. 1. In the event that the recipient expends a total amount of state financial assistance equal to or in excess of $750,000 in any fiscal year of such recipient (for fiscal years ending June 30, 2017, and thereafter), the recipient must have a State single or project-specific audit for such fiscal year in accordance with Section 215.97, F.S.; Rule Chapter 69I-5, F.A.C., State Financial Assistance; and the current Rules of the Auditor General. EXHIBIT 1 to this form lists the state financial assistance awarded through the Department of Environmental Protection by this agreement. In determining the state financial assistance expended in its fiscal year, the recipient shall consider all sources of state financial assistance, including state financial assistance received from the Department of Environmental Protection, other state agencies, and other nonstate entities. State financial assistance does not include federal direct or pass-through awards and resources received by a nonstate entity for Federal program matching requirements. 2. In connection with the audit requirements addressed in Part II, paragraph 1; the recipient shall ensure that the audit complies with the requirements of Section 215.97(8), Florida Statutes. This includes submission of a financial reporting package as defined by Section 215.97(2), Florida Statutes, and the current Rules of the Auditor General. 3. If the recipient expends less than $750,000 in state financial assistance in its fiscal year (for fiscal year ending June 30, 2017, and thereafter), an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, is not required. In the event that the recipient expends less than $750,000 in state financial assistance in its fiscal year, and elects to have an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid from the non-state entity’s resources (i.e., the cost of such an audit must be paid from the recipient’s resources obtained from other than State entities). 4. For information regarding the Florida Catalog of State Financial Assistance (CSFA), a recipient should access the Florida Single Audit Act website located at https://apps.fldfs.com/fsaa for assistance. In addition to the above websites, the following websites may be accessed for information: Legislature's Website at http://www.leg.state.fl.us/Welcome/index.cfm, State of Florida’s website at http://www.myflorida.com/, Department of Financial Services’ Website at https://www.myfloridacfo.com/ and the Auditor General's Website at http://www.myflorida.com/audgen/. PART III: OTHER AUDIT REQUIREMENTS (NOTE: This part would be used to specify any additional audit requirements imposed by the State awarding entity that are solely a matter of that State awarding entity’s policy (i.e., the audit is not required by Federal or State laws and is not in conflict with other Federal or State audit requirements). Pursuant to Section 215.97(8), Florida Statutes, State agencies may conduct or arrange for audits of State financial assistance that are in addition to audits conducted in accordance with Section 215.97, Florida Statutes. In such an event, the State awarding agency must arrange for funding the full cost of such additional audits.) PART IV: REPORT SUBMISSION 1. Copies of reporting packages for audits conducted in accordance with 2 CFR Part 200, Subpart F-Audit Requirements, and required by PART I of this form shall be submitted, when required by 2 CFR 200.512, by or on behalf of the recipient directly to the Federal Audit Clearinghouse (FAC) as provided in 2 CFR 200.36 and 200.512 A. The Federal Audit Clearinghouse designated in 2 CFR §200.501(a) (the number of copies required by 2 CFR §200.501(a) should be submitted to the Federal Audit Clearinghouse), at the following address: Attachment 5 3 of 6 BGS-DEP 55-215 Revised 7/1/25 By Mail: Federal Audit Clearinghouse Bureau of the Census 1201 East 10th Street Jeffersonville, IN 47132 Submissions of the Single Audit reporting package for fiscal periods ending on or after January 1, 2008, must be submitted using the Federal Clearinghouse’s Internet Data Entry System which can be found at http://harvester.census.gov/facweb/ 2. Copies of financial reporting packages required by PART II of this Attachment shall be submitted by or on behalf of the recipient directly to each of the following: A. The Department of Environmental Protection at one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEPSingleAudit@dep.state.fl.us B. The Auditor General’s Office at the following address: Auditor General Local Government Audits/342 Claude Pepper Building, Room 401 111 West Madison Street Tallahassee, Florida 32399-1450 The Auditor General’s website (http://flauditor.gov/) provides instructions for filing an electronic copy of a financial reporting package. 3. Copies of reports or management letters required by PART III of this Attachment shall be submitted by or on behalf of the recipient directly to the Department of Environmental Protection at one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEPSingleAudit@dep.state.fl.us 4. Any reports, management letters, or other information required to be submitted to the Department of Environmental Protection pursuant to this Agreement shall be submitted timely in accordance with 2 CFR 200.512, section 215.97, F.S., and the current Rules of the Auditor General, as applicable. 5. Recipients, when submitting financial reporting packages to the Department of Environmental Protection for audits done in accordance with 2 CFR 200, Subpart F-Audit Requirements, or the current Rules of the Auditor Attachment 5 4 of 6 BGS-DEP 55-215 Revised 7/1/25 General, should indicate the date and time the reporting package was delivered to the recipient and any correspondence accompanying the reporting package. PART V: RECORD RETENTION The recipient shall retain sufficient records demonstrating its compliance with the terms of the award and this Agreement for a period of five (5) years from the date the audit report is issued, and shall allow the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General access to such records upon request. The recipient shall ensure that audit working papers are made available to the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General upon request for a period of three (3) years from the date the audit report is issued, unless extended in writing by the Department of Environmental Protection. Attachment 5, Exhibit 1 5 of 6 BGS-DEP 55-215 Revised 7/1/25 EXHIBIT – 1 FUNDS AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: Note: If the resources awarded to the recipient represent more than one federal program, provide the same information shown below for each federal program and show total federal resources awarded Federal Resources Awarded to the Recipient Pursuant to this Agreement Consist of the Following: Federal Program A Federal Agency CFDA Number CFDA Title Funding Amount State Appropriation Category $ Federal Program B Federal Agency CFDA Number CFDA Title Funding Amount State Appropriation Category $ Note: Of the resources awarded to the recipient represent more than one federal program, list applicable compliance requirements for each federal program in the same manner as shown below: Federal Program A First Compliance requirement: i.e.: (what services of purposes resources must be used for) Second Compliance requirement: i.e.:(eligibility requirement for recipients of the resources) Etc. Etc. Federal Program B First Compliance requirement: i.e.: (what services of purposes resources must be used for) Second Compliance requirement: i.e.: (eligibility requirement for recipients of the resources) Etc. Etc. Attachment 5, Exhibit 1 6 of 6 BGS-DEP 55-215 Revised 7/1/25 Note: If the resources awarded to the recipient for matching represent more than one federal program, provide the same information shown below for each federal program and show total state resources awarded for matching. State Resources Awarded to the Recipient Pursuant to this Agreement Consist of the Following Matching Resources for Federal Programs: Federal Program A Federal Agency CFDA CFDA Title Funding Amount State Appropriation Category Federal Program B Federal Agency CFDA CFDA Title Funding Amount State Appropriation Category Note: If the resources awarded to the recipient represent more than one state project, provide the same information shown below for each state project and show total state financial assistance awarded that is subject to section 215.97, F.S. State Resources Awarded to the Recipient Pursuant to this Agreement Consist of the Following Resources Subject to Section 215.97, F.S.: State Program A State Awarding Agency State Fiscal Year1 CSFA Number CSFA Title or Funding Source Description Funding Amount State Appropriation Category Original Agreement Department of Environmental Protection 2025-2026 37.039 Statewide Water Quality Restoration Projects $3,000,000 149950 State Program B State Awarding Agency State Fiscal Year2 CSFA Number CSFA Title or Funding Source Description Funding Amount State Appropriation Category Total Award $3,000,000 Note: List applicable compliance requirement in the same manner as illustrated above for federal resources. For matching resources provided by the Department for DEP for federal programs, the requirements might be similar to the requirements for the applicable federal programs. Also, to the extent that different requirements pertain to different amount for the non-federal resources, there may be more than one grouping (i.e. 1, 2, 3, etc.) listed under this category. For each program identified above, the recipient shall comply with the program requirements described in the Catalog of Federal Domestic Assistance (CFDA) [https://sam.gov/content/assistance-listings] and/or the Florida Catalog of State Financial Assistance (CSFA) [https://apps.fldfs.com/fsaa/searchCatalog.aspx], and State Projects Compliance Supplement (Part Four: State Projects Compliance Supplement [https://apps.fldfs.com/fsaa/compliance.aspx ]. The services/purposes for which the funds are to be used are included in the Agreement’s Grant Work Plan. Any match required by the Recipient is clearly indicated in the Agreement. 1 Subject to change by Change Order. 2 Subject to change by Change Order. Exhibit A, Page 1 of 1 Rev. 1/19/24 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Exhibit A Progress Report Form The current Exhibit A, Progress Report Form for this grant can be found on the Department’s website at this link: https://floridadep.gov/wra/wra/documents/progress-report-form Please use the most current form found on the website, linked above, for each progress report submitted for this project. Exhibit C, Page 1 of 1 Rev. 12/02/19 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Exhibit C Payment Request Summary Form The Payment Request Summary Form for this grant can be found on our website at this link: https://floridadep.gov/wra/wra/documents/payment-request-summary-form Please use the most current form found on the website, linked above, for each payment request. /NORTH BEACH PUMP STATIONS PROJECT PHASE 1 IMPROVEMENTS County of Pinellas, Esri, HERE, Garmin, INCREMENT P, USGS, EPA, USDA Laurel St. Tributary Area Bruce Ave. Tributary Area Carlouel St. Tributary Area Mango St. Tributary Area Verbena St. Tributary Area Gardenia St. Tributary Area Existing Drainage Pipes Existing Drainage Structures Proposed Drainage Pipe Proposed Pump Station 0 1,000500 US Feet BRUCE AVEOUTFALL TRIBUTARY CARLOUEL ST.OUTFALL TRIBUTARY LAUREL ST. OUTFALLTRIBUTARY GARDENIA ST.OUTFALL TRIBUTARY VERBENA ST. OUTFALLTRIBUTARY MANGO ST. OUTFALLTRIBUTARY PROPOSED PUMP STATION PROPOSED PIPE INTERCONNECTION PROPOSED PUMP STATION PROPOSED PUMP STATION PROPOSED PUMP STATION PROPOSED PUMP STATION PROPOSED PUMP STATION PROPOSED PIPE INTERCONNECTION Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#26-0092 Agenda Date: 2/2/2026 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). At the January 12, 2026 work session, staff requested to conrinue the item to February 5, 2026. There was council consensus to conitnue the item. Staff was directed to place the item on the Consent Agenda. 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 1/27/2026 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1322 Agenda Date: 2/2/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Solid Waste Agenda Number: 6.1 SUBJECT/RECOMMENDATION: Approve a purchase order to Routeware, Inc of Austin, TX for solid waste and recycling service verification, including camera systems with back-office system integration in the not to exceed amount of $769,626.65 for a 36-month term pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c), Piggyback, and authorize appropriate officials to execute same. (consent) SUMMARY: The Solid Waste and Recycling Department requests approval to implement the Routeware SmartCity technology platform to modernize collection operations. The SmartCity system integrates onboard cameras and driver tablets with real-time back-office portal, providing enhanced route oversight, service verification, and more efficient response to customer service issues. Key system features include turn-by-turn navigation, digital pre-trip and post-trip documentation, breadcrumb trail tracking, and live 360-degree camera views. Implementation of the SmartCity platform is expected to generate operational efficiencies and cost savings through optimized routing, improved equipment utilization, reduced redeployment, and avoidance of potential liability costs. Approval of this item will allow the Department to coordinate system implementation with the vendor, including equipment installation, and staff training. The SmartCity software will be deployed across 53 Solid Waste vehicles, as follows: ·Automated Side Loader (ASL): 19 vehicles with 5 cameras per vehicle (95 cameras total) ·Front End Loader (FEL): 16 vehicles with 4 cameras per vehicle (80 cameras total) ·Rear End Loader (REL): 13 vehicles with 2 cameras per vehicle (26 cameras total) ·JAWS/Grapple: 5 vehicles with 1 camera per vehicle (5 cameras total) ·Total: 53 vehicles equipped and 206 cameras. The Routeware SmartCity contract will be for a 36-month term and includes: ·$147,645.00 - One-time costs for hardware, installation and training ·$23,251.25 - Travel and Expenses (T&E) not to exceed for implementation ·$199,576.80 - Annual recurring subscriptions costs ($598,730.40 total over the 36-month term. Authorization is requested to piggyback Houston-Galveston Area Council GAC Cooperative Contract FL10-24 (Fleet Services Equipment), valid through April 30, 2029. APPROPRIATION CODE AND AMOUNT: A first quarter budget amendment will establish capital project 324-C2603, Routeware Implementation, and transfer $400,000 of Solid Waste revenues from project 324-C2302, Rebuild SW Admin Complex, to provide funding for all costs related implementation including the first year’s annual subscription. Funding of the subscription costs in future years (years 2 and 3) will be requested as part of the annual operating budget of the Solid Waste Department. The operations of and capital projects which support the Solid Waste Department are funded by revenues Page 1 City of Clearwater Printed on 1/27/2026 File Number: ID#25-1322 from the Solid Waste and Recycling Enterprise Fund. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: This item falls under objectives 1.1 (Provide evidence-based measurement tools to continually guide municipal performance and promote accountable governance.) and objective 1.3 (Adopt responsive levels of service for public facilities and amenities, and identify resources required to sustain that level of service) under High Performing Government and objective 4.2 (Adopt renewable resource usage and waste reduction practices to ensure a vibrant City for current and future generations.) under Environmental Stewardship. Page 2 City of Clearwater Printed on 1/27/2026 E: INFO@ROUTEWARE.COM | P: (503) 906-8500 | Q-16165 Q-16165 City of Clearwater, Solid Waste E: INFO@ROUTEWARE.COM | P: (503) 906-8500 | Q-16165 QUOTE NUMBER Q-16165 Ship To Jacolby Washington City of Clearwater, Solid Waste 1701 N. Hercules Ave. Clearwater, Florida 33765 United States jacolby.washington@myclearwater.com Bill To City of Clearwater, Solid Waste PO Box 4748 Clearwater, Florida 33758-4748 United States Statement of Confidentiality & Non-Disclosure The parties acknowledge that the City of Clearwater is a government entity and subject to the Federal Freedom of Information Act and the Florida Public Records Act (Chapter 119, Florida Statutes). Notwithstanding anything contained herein to the contrary, the City shall not be responsible to Routeware for any disclosure of Confidential Information pursuant to the Act, Law, or other legal requirement. Routeware retains all title, ownership and intellectual property rights to the material and trademarks contained herein, including all supporting documentation, files, marketing materials, and multi-media. BY ACCEPTANCE OF THIS DOCUMENT THE RECIPIENT AGREES TO BE BOUND BY THE AFOREMENTIONED STATEMENT. Salesperson Phone Email Tanner Kruis tanner.kruis@routeware.com Order Q-16165 Good Through: Feb 04 2026 Payment Terms: Net 30 Term 36 Months Routeware, Inc. 7719 Wood Hollow Dr. Suite #150 Austin, TX 78731 E: INFO@ROUTEWARE.COM | P: (503) 906-8500 | Q-16165 QUOTE NUMBER Q-16165 HARDWARE PRODUCT UNIT QTY UNIT PRICE EXTENDED Monitor for Camera Controller Each 4 $42.00 $168.00 Camera Power Kit Each 53 $40.00 $2,120.00 Standard HD Camera for Camera Controller with Cable Each 206 $95.00 $19,570.00 Video Service Hardware Each 53 $205.00 $10,865.00 Camera Controller (Camera Not Included) Each 53 $499.00 $26,447.00 HARDWARE TOTAL (USD): $59,170.00 SERVICES PRODUCT UNIT QTY UNIT PRICE EXTENDED SmartCity Implementation (Large) Each 1 $19,125.00 $19,125.00 Camera System Installation Each 53 $380.00 $20,140.00 Vehicle Installation Each 53 $380.00 $20,140.00 Additional Camera Installation Each 153 $190.00 $29,070.00 SERVICES TOTAL (USD): $88,475.00 RECURRING SUBSCRIPTIONS PRODUCT UNIT QTY UNIT PRICE EXTENDED SmartCity Base Fee Annually 53 $331.20 $17,553.60 Solid Waste Operations Annually 53 $2,042.40 $108,247.20 Premium Video System Fee Annually 53 $732.00 $38,796.00 Picture Service Fee Annually 53 $0.00 $0.00 In-Cab Interface (Tablet) Annually 53 $660.00 $34,980.00 SUBSCRIPTIONS TOTAL (USD): $199,576.80 Payment Terms - Hardware is invoiced seven (7) days after execution of the Order. Software Fees are invoiced sixty (60) days after the Contract Start Date (the Effective Service Date). Invoices for Recurring Subscriptions shall be issued annually in advance, with the initial invoice issued on the Effective Service Date and each subsequent invoice due on the corresponding date of each successive anniversary thereafter. The term of the Recurring Subscription(s) shall commence on the Effective Service Date. The Agreement shall not Auto Renew. Customer understands that by waiving the Auto Renew provision, if no renewal or other Agreement in place at the end of the Current Term, the Services will terminate on the Recurring Subscriptions end date. For all other services, Company will submit invoices for services to the Customer by the 10th of the month following the month in which Company provided services and Company’s invoice will have a date, an invoice number, a purchase order number and a description of the goods or services. This contract is made pursuant to The Houston-Galveston Area Council (HGAC) Cooperative Contract FL10-24a by and between Routeware, Inc. and HGAC, which commenced May 1, 2025 (the “HGAC Contract”). Travel and Expenses ("T & E") Not to Exceed: $23,251.25 T & E Expenses as incurred in the implementation of the project as described herein. Any additional services that require T & E may incur additional expenses. Fiscal Funding Out. In the event no funds or insufficient funds are appropriated by the Customer’s City in any fiscal period for any payments due hereunder, Customer will notify Company of such occurrence in writing at least thirty (30) days prior to the end of the then-current fiscal period, including documentation of defunding from the entity, and the Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to the Customer of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. Additional Terms: If Data usage is greater than 1GB per vehicle per month, Routeware may limit network speeds or limit the actual downloading of video files. Terms & Conditions Information This Order and all products and services herein are subject to and limited to the terms and conditions located at https:// www.routeware.com/Clients. Any purchase orders issued in response to this Order will be deemed acceptance of such terms. https://www.routeware.com/Clients/ Password: RWClient1! Prices are exclusive of any federal, state, or local taxes. The customer is responsible for all federal, state, and local taxes. This system requires a specific server to operate Routeware software, which may need to be purchased separately. This system requires cellular connectivity for each vehicle which may need to be purchased separately. If route sequencing by Routeware is a requirement, additional professional services fees may apply. On-Board Computer software is sold as a perpetual license, allowing the license to be activated on replacement hardware. Any lapse in support voids perpetual license. Pricing does not include freight cost or travel expenses, which will be invoiced as they are incurred. Statement of Work (SOW) Additional Terms - Mutual agreement of the accompanying Statement of Work (SOW) or Work Authorization (WAF) for the implementation is required prior to contract execution. Any Time and Materials hours included in this Order represent our best estimate of hours required for the Project, based on our experience. You understand and agree that actual fees may differ. Fixed Fee Pricing reflects Routeware’s current understanding of the business requirements and the anticipated future state of the project. All fee and timeline estimates are based on the information Q-16165 provided to-date, including system requirements and resource allocations. It does not account for presently unknown circumstances that create uncertainty. These include, for example, level of participation, complexity of processes and requirements, unknown system and data elements, changes in scope of work, changes in assumptions, delays caused by you or third parties, or other conditions outside of our reasonable control. We will notify you if we expect to exceed cost or timeline estimates, and this will be addressed through the change order process described below. We will work with your Project Manager to help manage the scope of the Services within the estimate provided. However, both parties acknowledge and agree that actual fees may differ from this estimate. If we determine there has been a change in or unsuccessful completion of responsibilities or assumptions set forth in this Proposal, a change order may be required. In addition, any Project changes, including to address unknown circumstances, additional work requested by you or changed requirements, will require a Change Order, which may also impact the Project timeline. You understand that, in all instances, Routeware's compensation will be based upon the work actually performed and expenses actually incurred. Subscription Hardware Additional Terms - All Hardware on this Order sold as a subscription is the property of Routeware. Throughout the term of this Order and at no additional cost to the Customer, Routeware will repair or replace defective Subscription Hardware purchased on this Order with a comparable unit, provided that, in Routeware's sole determination, the unit has not been damaged beyond normal wear and tear. Normal wear and tear includes battery/component failure, scratches and superficial damage to the top, bottom, and corners of the unit. That not covered under the replacement program includes, but is not limited to, damage from (a) drops, (b) immersion in water, (c) cracked screens caused by excess pressure or hard devices, or (d) deliberate damage to the unit. Unit replacement costs resulting from damage not covered by the warranty is the responsibility of Customer. Customer shall surrender to Routeware any computers that are replaced under this program. Notwithstanding any other agreements or clauses on this matter in this agreement or others, Routeware reserves the right to increase monthly service if, in Routeware's sole determination, units are routinely abused or mishandled to the point of failure. Refer to Section 7.2 of the Routeware Master Sales and License Agreement for additional warranty details. At the conclusion of the License Period, Customer shall return all Subscription Hardware to Routeware in good condition and working order. In the event the Customer does not return all Subscription Hardware, or the Subscription Hardware is damaged, lost, or stolen while in the Customer’s possession, the Subscription Hardware will be deemed sold to Customer, and Customer agrees to pay the then-current list price (plus any applicable taxes) upon receipt of an invoice. Accounts Payable Details: Name: Title: Email: Phone: Q-16165 IN WITNESS WHEREOF, the Parties to the Order Form has caused it to be executed by their authorized officers as the day and year of the signatories below. City of Clearwater, Solid Waste Signature: \s1\ Date: \d1\ Name (Print): \n1\ Title: \t1\ Purchase Order Details: Purchase Order number: /docusign fun/ Issuance of Purchase Order ("PO") in lieu of signature denotes acceptance of Order Form by Customer. Receipt of complete and accurate PO is required prior to Order execution. Routeware, Inc, and Affiliates Signature: \s4\ Date: \d4\ Name (Print): \n4\ Title: \t4\ Please sign and email to Tanner Kruis at tanner.kruis@routeware.com FOR INTERNAL USE ONLY Reviewed By: \s3\ Q-16165 16525 SW 72nd Ave. Portland, OR 97224 www.Routeware.com STATEMENT OF WORK (503) 906-8500 | Corporate Offices (877) 906-8550 | Toll Free (503) 906-8544 | Fax Purpose This statement of work (“SOW”) and any addenda attached hereto, sets forth the deliverables associated with the Routeware Inc. implementation of licensed software/subscription services (hereafter “Product” or “Services”) as determined by the applicable Master Sales and License Agreement and Professional Services Agreement, hereafter “Agreement”, executed by the City of Clearwater, FL (“Licensee” or “Customer” or “Subscriber”) and Routeware Inc. (“Licensor” or “Provider”). This SOW and attached Addenda set forth the scope and objectives, project stages, project governance and objectives, gate checks and lifecycle stages, and change management, applicable to the implementation of the Product or Services as further identified within the Routeware Inc. line of business below: ☒ Smart City ☒ Solid Waste ☐ Snow/Sweep ☒ Smart City Driver App – Routeware TaaS ☐ Smart City Driver App – BYOD ☐ GeoTab Devices ☐ ReCollect ☐ Small Implementation ☐ Collection Calendar ☐ Waste Wizard ☐ Sorting Game ☐ Custom Artwork ☐ Mobile App ☐ Large Implementation – The addition of the features below triggers Large Implementation ☐ Special Request Tool ☐ Cart Request Tool ☒ Premium Video ☐ Compliance Publishing ROUTEWARE INC. PAGE 1 OF 8 ROUTEWARE INC. PAGE 2 OF 8 Routeware Inc.’s Gate Checks Routeware Inc. will develop a project plan to manage the implementation lifecycle and to report on progress. Any requests for deviations to the project plan will be documented, reviewed, and approved by the respective project managers for the Customer and Routeware Inc. In addition, a summary of requested changes will also be reviewed during the scheduled gate check reviews. Changes must be mutually approved by both parties. As part of its standard and proven project execution, Routeware Inc. will structure the project into several phases designed to ensure success. Routeware Inc. will work collaboratively with the Customer to develop a plan that details requirements, assigns responsibilities, and sets due dates – to best achieve the goal of meeting the designated go-live date with a minimum of business disruption. From the onset of the project, Routeware Inc. will assign a core implementation team. Routeware Inc. will execute gate check reviews at the completion of the Discover, Design, and Deploy stages of the project lifecycle. The gate check reviews provide the following: ROUTEWARE INC. PAGE 3 OF 8 Stage 1 - Discover The Discover stage includes the comprehensive planning and resource scheduling for the duration of the project, including a review of the approach and governance, the cadence for status reporting, and clarification of roles and responsibilities for Routeware Inc. and Customer project team members. It also includes the requirements confirmation interview, documentation, and approval, along with the initial solution configuration based on Routeware Inc.’s best practices for a specific Customer’s needs, and the import of Customer data. Stage 2 - Design The “future state” is documented, reviewed, and approved by the Customer, including a validation of the data imported, upon which time the environment is provisioned, the solution installed, and the Customer provided access to the solution. There will be progressive “targeted” training and begin the solution familiarization process for key users, along with the creation of a validation plan to be used during the Deploy stage. The Routeware Inc. team performs an internal verification that the solution, as configured, is operating properly, and aligns with the approved requirements and future state configuration, reaching the milestone referred to as being “solution complete”. Stage 3 - Deploy The Deploy stage includes scenario-based training, followed by the Customer’s end-to-end validation of the solution across business scenarios/use cases identified and configured during the Discover and Design stages. Scenario-based training - typically conducted with Customer-identified “super users” - follows a tell, show, do model, where the individual delivering the training outlines the scenario, then demonstrates the scenario, and finally the super users complete an end-to-end example themselves using the “happy path”, a clean, well-executed process without exceptions. Upon completion of the validation plan, the milestone of “solution acceptance” is confirmed by the Customer. At go-live there is final training and practice for end users and drivers, with a focus on what a user needs to do in the system to complete the duties of a particular role, including handling of typical “operational exceptions” encountered on a day-to-day basis. The final system cutover is performed and Routeware Inc. aids the Customer during the go live event and stabilization period, helping to triage, manage and resolve issues that may arise, followed by a transition to support, and project closeout. Services The scope of Services outlined below provides a breakdown of the key components and gate checks of the Routeware Inc. implementation and the corresponding deliverables provided by Routeware Inc. and the Customer. Routeware Inc. Deliverables Customer Deliverables Discover Key activities include: ● Project kick-off ● Develop implementation plan/key milestones ● Complete pre-implementation documents ● Review, document, and approve business requirements: o Scenarios Key activities include: ● Define/assemble project team ● Project planning ● Define measures of project success Key deliverables include: ● Process questionnaires ROUTEWARE INC. PAGE 4 OF 8 o Reporting o Integrations o Data workshop/Data import Key deliverables include: ● Draft project plan ● Session agendas ● Documented business requirements ● Environment provisioning/solution installation ● Provide documented process to model recommended configuration ● Provide sample data sets Design Key activities include: ● Define, configure, document and approve future state ● Conduct status meetings ● Update project plan ● Install solutions(s) ● Targeted training on data maintenance, transactions etc. ● Solution familiarization exercises ● Drafting solution validation plan ● Creation of scenario-based training plan ● Conduct status meetings Key deliverables include: ● Data import (3 imports into test environment) ● Solution configuration o Users o Customers o Equipment o Routes o Codes o Other applicable data ● Session agendas ● Targeted training ● Final solution configuration ● Design gate check ● Project plan revisions Key activities include: ● Customer completes recommended Product training ● Attend all system configuration sessions ● Complete all action items after each system configuration session ● Required configuration and testing ● Internal process review ● Attend all design sessions ● Complete solution familiarization exercises ● Attend all status meetings ● Begin work on change management activities Key deliverables include: ● Approved business requirements ● Provide data for import o Accepted file formats include .csv or .xml o Updated data sets as required ● Approved future state configurations ● Enumeration of test plans ● Solution familiarization activities ● Data maintenance ● Transaction practice ● Solution validation ● Usage documentation and/or standard operating procedures (SOPs) ● Approval/sign-off Deploy Key activities include: ● Scenario-based super user training ● Solution validation (user acceptance testing, UAT) ● Creation of end-user training plan ● Solution acceptance milestone ● Conduct status meetings ● Update project plan Key activities include: ● Solution validation activities ● End-user training plans ● Approval/sign-off ● Solution acceptance Key deliverables include: ● End-user training and practice ROUTEWARE INC. PAGE 5 OF 8 ● End-user training and practice ● Go-live cutover ● Issue management and stabilization ● Transition to support ● Project closeout Key deliverables include: ● Scenario-based training ● Readiness gate check ● Project plan revisions ● Go-live cutover and stabilization assistance ● Issue management and resolution ● Transition to support ● Project closeout ● Issue triage and management Recommended Product Implementation Order DISCLAMER: • All implementation durations noted below are estimates based on previous implementation projects. Timelines for your implementation of each system will vary based on a number of variables including, but not limited to, data quality, resource availability, and the size/complexity of your operation. • Routeware’s implementation teams will always prioritize quality over speed and will provide and maintain a detailed project plan based on your particular needs and goals. 1. Data Workshop Completion Time: 4-12+ weeks depending on data quality and integrity. • Routeware’s Project Management and Implementation resources in conjunction with Routeware’s data experts will work in collaboration with your project team to acquire the data required for system configuration from your legacy system in its current state. • Routeware’s data experts will map your data to configure your new system. • Routeware’s implementation team will work with your project team to validate this data work before and after it’s imported. • Routeware’s project team will work with your project team to create a “Go-Live data refresh” plan to ensure data is refreshed as close to go-live as possible. Note: While Routeware can map your data to the new system, Routeware’s ability to “Clean” legacy data is limited. Your resources may be required to make adjustments to data within the legacy system. 2. Customer and Operations Management – Smart City Implementation Time: Date Validated and Complete + 12 weeks • Source of truth for all data related to customers and operations. • These systems will integrate with and/or supply nearly all of the data that additional Routeware products require. • These systems are the “heaviest lifts” to implement in the Routeware product suite. “It’s all downhill from here.” • These systems are set up in the image of “How the organization operates today” while keeping potential final state changes to the operation in mind. o Routeware recommends not making any unnecessary changes to existing operational processes to avoid undue stress on end users. E.g. If you’re planning to optimize your route ROUTEWARE INC. PAGE 6 OF 8 plans and implement on-board computers for drivers as a part of this project, Routeware strongly recommends not implementing both at the same. o Routeware’s Project Managers will assist your operation with planning the best steps for getting from where you are today to your desired final state. 3. Compliance Tracking – Recyclist, Compliance Publishing Implementation Time: 6-8 weeks • Implementing Recyclist can technically be done at any time in parallel with other products assuming your implementation resources have enough bandwidth. However, Routeware recommends kicking off the Recyclist implementation following the completion of the Customer and Operations Management system. 4. Customer Communication & Education – ReCollect Implementation Time: 6-12 weeks depending on modules purchased. • ReCollect can technically be implemented at any time in parallel with other products assuming your implementation resources have enough bandwidth. However, depending on the ReCollect modules purchased, ReCollect will work in concert with your Customer and Operations Management system and as such Routeware recommends starting the ReCollect Implementation following the Customer and Operations Management system implementation to avoid duplication of effort in the provisioning processes. Assumptions ● All data to be imported will be provided in the Routeware Inc.-approved .csv, .sql or .xml format, and will not require transformation during the import process. ● The Customer will provide adequate resources and key decision makers required to meet tasks associated with implementation milestones. ● The Routeware Inc. project manager will be the primary contact throughout the project, will coordinate the efforts of implementation consultants and subject matter experts (SMEs) throughout the project, and will establish a cadence of status meetings with the Customer. ● The data import process will validate the integrity of the data, and exceptions provided back to the Customer for resolution prior to final import. Out of Scope ● Interfaces – No interfaces to 3rd party applications are included in this Scope of Work. o If an interface to a 3rd party technology solution is required a secondary SOW will be drafted following process discovery and technical scoping conversations including Routeware, the customer, and the 3rd party technology provider. ● Custom Reports – Reporting is robust across all Routeware Inc. solutions. If you require unique custom reports, those will be scoped separately with an estimate for your consideration. ● Customized development work to any Routeware system. ● Development of non-standard workflows, use cases, or business practices. ● Development of non-standard training documents ROUTEWARE INC. PAGE 7 OF 8 SOW Change Order Changes to a SOW will require a written change order signed by the parties prior to implementation of the changes. Such changes may include, for example, changes to the scope of work and any corresponding changes to the estimated fees and schedule for the performance of the applicable Services. Upon Routeware Inc.’s receipt of a change order request from the Customer, Routeware Inc. will promptly notify the Customer if Routeware Inc. believes that the change order request requires an adjustment to the fees or to the schedule for the performance of the applicable Services. In such an event, the parties will negotiate in good faith a reasonable and equitable adjustment to the fees and/or schedule, as applicable. During such negotiations, Routeware Inc. may continue to perform Services pursuant to the existing SOW and will have no obligation to perform Services pursuant to the change order request unless and until the parties have executed an applicable change order. Any time and materials that are required to evaluate a change order request are billable at Routeware Inc.’s then-current standard rates. ROUTEWARE INC. PAGE 8 OF 8 Services Summary All pricing for the Professional Services described in this Scope of Work is included in the accompanying Order Form(s) #Q-16165. Fees are based on a fixed fee structure and reflect Routeware Inc.’s current understanding of the Customer’s business requirements and the anticipated future state of the project. Any changes to this Scope of Work or requests for additional services will require a new SOW and may incur additional charges at Routeware Inc.’s then-current rates. Final acceptance of this SOW will follow the formal quote which includes this document. ☒ Fixed Fee Professional Services Description QTY Smart City Implementation Project planning, resource coordination, status reporting, budget, risk and issue management, requirements confirmation, solution configuration, documentation, training, go live assistance, Initial data import 1 Contract No.:FL10-24A Date Prepared:1/5/26 Buying Agency:Contractor: Contact Person: Prepared By: Phone:Phone: Fax:Fax: Email:Email: Quan Unit Pr Total 53 499.00$ 26,447$ 53 40.00$ 2,120$ 206 95.00$ 19,570$ 4 42.00$ 168$ 53 205.00$ 10,865$ 53 380.00$ 20,140$ 53 380.00$ 20,140$ 153 190.00$ 29,070$ 85 225.00$ 19,125$ 53 360.00$ 19,080$ 53 2,400.00$ 127,200$ 53 732.00$ 38,796$ 53 660.00$ 34,980$ 0 367,701 Quan Unit Pr Total 53 -$ -$ - 0% 53 (28.80)$ (1,526)$ 53 (357.60)$ (18,953)$ (20,479) 347,222 For this transaction the percentage is: Solid Waste Operations Discount SmartCity Base Fee Discount Delivery Date: 3/1/25 D. Total Purchase Price (A+B+C): Subtotal B: Total From Other Sheets, If Any: C. Trade-Ins / Special Discounts / Other Allowances / Freight / Installation / Miscellaneous Charges Subtotal C: Check: Total cost of Customization Categories (C) cannot exceed 25% of the total of the Base Unit Price plus Published Options (A+B). Premium Video System Fee Description Camera Controller (Camera Not Included) A. Catalog / Price Sheet Items being purchased - Itemize Below - Attach Additional Sheet If Necessary Camera Power Kit Additional Camera Installation Standard HD Camera for Camera Controller with Cable Vehicle Installation Total From Other Sheets, If Any: Picture Service Fee Subtotal A: InCab Interface (Tablet) B. Customization Category Totals-Itemize below/ Attach Additional Sheet If Necessary (Note: Customization options are "manufacturer non-standard option" which were submitted and priced in Contractor's proposal) Description Monitor for Camera Controller Video Service Hardware Solid Waste Operations SmartCity Professional Services SmartCity Base Fee Camera System Installation CONTRACT PRICING WORKSHEET For Catalog & Price Sheet Type Purchases 503-906-8544 General Description of Product: jacolby.washington@myclearwater.com Routeware, Inc. Luke Gabriel 503-906-8522 lgabriel@routeware.com Due to global supply chain constraints, any delivery date contained herein is a good faith estimate as of the date of this order/contract. As needed, delivery updates will be provided as soon as possible. City of Clearwater, FL Jacolby Washington 727-444-8553 Catalog / Price Sheet Name/Product Code Routeware Standard Pricebook Contract No.:FL10-24A Date Prepared:1/5/26 Buying Agency:Contractor: Contact Person: Prepared By: Phone:Phone: Fax:Fax: Email:Email: Quan Unit Pr Total 53 499.00$ 26,447$ 53 40.00$ 2,120$ 206 95.00$ 19,570$ 4 42.00$ 168$ 53 205.00$ 10,865$ 53 380.00$ 20,140$ 53 380.00$ 20,140$ 153 190.00$ 29,070$ 85 225.00$ 19,125$ 53 360.00$ 19,080$ 53 2,400.00$ 127,200$ 53 732.00$ 38,796$ 53 660.00$ 34,980$ 0 367,701 Quan Unit Pr Total 53 -$ -$ - 0% 53 (28.80)$ (1,526)$ 53 (357.60)$ (18,953)$ (20,479) 347,222 For this transaction the percentage is: Solid Waste Operations Discount SmartCity Base Fee Discount Delivery Date: 3/1/25 D. Total Purchase Price (A+B+C): Subtotal B: Total From Other Sheets, If Any: C. Trade-Ins / Special Discounts / Other Allowances / Freight / Installation / Miscellaneous Charges Subtotal C: Check: Total cost of Customization Categories (C) cannot exceed 25% of the total of the Base Unit Price plus Published Options (A+B). Premium Video System Fee Description Camera Controller (Camera Not Included) A. Catalog / Price Sheet Items being purchased - Itemize Below - Attach Additional Sheet If Necessary Camera Power Kit Additional Camera Installation Standard HD Camera for Camera Controller with Cable Vehicle Installation Total From Other Sheets, If Any: Picture Service Fee Subtotal A: InCab Interface (Tablet) B. Customization Category Totals-Itemize below/ Attach Additional Sheet If Necessary (Note: Customization options are "manufacturer non-standard option" which were submitted and priced in Contractor's proposal) Description Monitor for Camera Controller Video Service Hardware Solid Waste Operations SmartCity Professional Services SmartCity Base Fee Camera System Installation CONTRACT PRICING WORKSHEET For Catalog & Price Sheet Type Purchases 503-906-8544 General Description of Product: jacolby.washington@myclearwater.com Routeware, Inc. Luke Gabriel 503-906-8522 lgabriel@routeware.com Due to global supply chain constraints, any delivery date contained herein is a good faith estimate as of the date of this order/contract. As needed, delivery updates will be provided as soon as possible. City of Clearwater, FL Jacolby Washington 727-444-8553 Catalog / Price Sheet Name/Product Code Routeware Standard Pricebook H-GAC Houston-Galveston Area Council P.O. Box 22777 · 3555 Timmons · Houston, Texas 77227-2777 Cooperative Agreement - Contract - Routeware, Inc. - Public Services - ID: 14368 - FL10-24A Page 1 of 13 MASTER GENERAL PROVISIONS This Master Agreement is made and entered into, by and between the Houston-Galveston Area Council hereinafter referred to as H-GAC having its principal place of business at 3555 Timmons Lane, Suite 120, Houston, Texas 77027 and Routeware, Inc., hereinafter referred to as the Contractor, having its principal place of business at 16525 SW 72nd Avenue, Portland, OR 97224. WITNESSETH: WHEREAS, H-GAC hereby engages the Contractor to perform certain services in accordance with the specifications of the Master Agreement; and WHEREAS, the Contractor has agreed to perform such services in accordance with the specifications of the Master Agreement; NOW, THEREFORE, H-GAC and the Contractor do hereby agree as follows: ARTICLE 1: LEGAL AUTHORITY The Contractor warrants and assures H-GAC that it possesses adequate legal authority to enter into this Master Agreement. The Contractor's governing body, where applicable, has authorized the signatory official(s) to enter into this Master Agreement and bind the Contractor to the terms of this Master Agreement and any subsequent amendments hereto. ARTICLE 2: APPLICABLE LAWS The Contractor agrees to conduct all activities under this Master Agreement in accordance with all federal laws, executive orders, policies, procedures, applicable rules, regulations, directives, standards, ordinances, and laws, in effect or promulgated during the term of this Master Agreement, including without limitation, workers’ compensation laws, minimum and maximum salary and wage statutes and regulations, and licensing laws and regulations. When required, the Contractor shall furnish H-GAC with satisfactory proof of its compliance therewith. ARTICLE 3: PUBLIC INFORMATION Except as stated below, all materials submitted to H-GAC, including any attachments, appendices, or other information submitted as a part of a submission or Master Agreement, are considered public information, and become the property of H-GAC upon submission and may be reprinted, published, or distributed in any manner by H-GAC according to open records laws, requirements of the US Department of Labor and the State of Texas, and H-GAC policies and procedures. In the event the Contractor wishes to claim portions of the response are not subject to the Texas Public Information Act, it shall so; however, the determination of the Texas Attorney General as to whether such information must be disclosed upon a public request shall be binding on the Contractor. H-GAC will request such a determination only if Contractor bears all costs for preparation of the submission. H-GAC is not responsible for the return of creative examples of work submitted. H-GAC will not be held accountable if material from submissions is obtained without the written consent of the contractor by parties other than H-GAC, at any time during the evaluation process. ARTICLE 4: INDEPENDENT CONTRACTOR The execution of this Master Agreement and the rendering of services prescribed by this Master Agreement do not change the independent status of H-GAC or the Contractor. No provision of this Master Agreement or act of H- GAC in performance of the Master Agreement shall be construed as making the Contractor the agent, servant, or employee of H-GAC, the State of Texas, or the United States Government. Employees of the Contractor are Docusign Envelope ID: EECA9BCF-99D0-4053-974A-D532088AEE94 Page 2 of 13 subject to the exclusive control and supervision of the Contractor. The Contractor is solely responsible for employee related disputes and discrepancies, including employee payrolls and any claims arising therefrom. ARTICLE 5: ANTI-COMPETITIVE BEHAVIOR Contractor will not collude, in any manner, or engage in any practice which may restrict or eliminate competition or otherwise restrain trade. ARTICLE 6: SUSPENSION AND DEBARMENT Debarment and Suspension (Executive Orders 12549 and 12689) – A contract award (2 CFR 180.220) must not be made to parties listed on the government-wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR Part 1966 Comp. p. 189) and 12689 (3 CFR Part 1989 Comp. p. 235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Pursuant to the Federal Rule above, Respondent certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency or by the State of Texas and at all times during the term of the Contract neither it nor its principals will be debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency or by the State of Texas Respondent shall immediately provide the written notice to H-GAC if at any time the Respondent learns that this certification was erroneous when submitted or has become erroneous by reason of changed circumstances. H-GAC may rely upon a certification of the Respondent that the Respondent is not debarred, suspended, ineligible, or voluntarily excluded from the covered contract, unless the H-GAC knows the certification is erroneous. ARTICLE 7: GOAL FOR CONTRACTING WITH SMALL AND MINORITY BUSINESSES, WOMEN’S BUSINESS ENTERPRISES, AND LABOR SURPLUS AREA FIRMS (if subcontracts are to be let) H-GAC’s goal is to assure that small and minority businesses, women's business enterprises, and labor surplus area firms are used when possible in providing services under a contract. In accordance with federal procurements requirements of 2 CFR §200.321, if subcontracts are to be let, the prime contractor must take the affirmative steps listed below: 1. Placing qualified small and minority businesses and women’s business enterprises on solicitation lists; 2. Assuring that small and minority businesses and women’s business enterprises are solicited whenever they are potential sources; 3. Dividing total requirements, when economically feasible, into smaller task or quantities to permit maximum participation by small and minority businesses, and women’s business enterprises; 4. Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women’s business enterprises; 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. 6. Nothing in this provision will be construed to require the utilization of any firm that is either unqualified or unavailable. The Small Business Administration (SBA) is the primary reference and database for information on requirements related to Federal Subcontracting https://www.sba.gov/federal-contracting/contracting-guide/prime- subcontracting NOTE: The term DBE as used in this solicitation is understood to encompass all programs/business enterprises such as: Small Disadvantaged Business (SDB), Historically Underutilized Business (HUB), Minority Owned Business Enterprise (MBE), Women Owned Business Enterprise (WBE) and Disabled Veteran Business Enterprise (DVBE) or other designation as issued by a certifying agency. Contractor agrees to work with and assist HGACBuy customer in meeting any DBE targets and goals, as may be required by any rules, processes, or programs they might have in place. Assistance may include compliance with reporting requirements, provision of documentation, consideration of Certified/Listed subcontractors, provision of documented evidence that an active participatory role for a DBE entity was Docusign Envelope ID: EECA9BCF-99D0-4053-974A-D532088AEE94 Page 3 of 13 considered in a procurement transaction, etc. ARTICLE 8: SCOPE OF SERVICES The services to be performed by the Contractor are outlined in an Attachment to this Master Agreement. ARTICLE 9: PERFORMANCE PERIOD This Master Agreement shall be performed during the period which begins May 01 2025 and ends Apr 30 2029. All services under this Master Agreement must be rendered within this performance period, unless directly specified under a written change or extension provisioned under Article 21, which shall be fully executed by both parties to this Master Agreement. ARTICLE 10: PAYMENT OR FUNDING Payment provisions under this Master Agreement are outlined in the Special Provisions. H-GAC will not pay for any expenses incurred prior to the execution date of a contract, or any expenses incurred after the termination date of the contract. ARTICLE 11: PAYMENT FOR WORK The H-GAC Customer is responsible for making payment to the Contractor upon delivery and acceptance of the goods or completion of the services and submission of the subsequent invoice. ARTICLE 12: PAYMENT TERMS/PRE-PAYMENT/QUANTITY DISCOUNTS If discounts for accelerated payment, pre-payment, progress payment, or quantity discounts are offered, they must be clearly indicated in the Contractor’s submission prior to contract award. The applicability or acceptance of these terms is at the discretion of the Customer. ARTICLE 13: REPORTING REQUIREMENTS If the Contractor fails to submit to H-GAC in a timely and satisfactory manner any report required by this Master Agreement, or otherwise fails to satisfactorily render performances hereunder, H-GAC may terminate this Master Agreement with notice as identified in Article 29 of these General Provisions. H-GAC has final determination of the adequacy of performance and reporting by Contractor. Termination of this Master Agreement for failure to perform may affect Contractor’s ability to participate in future opportunities with H-GAC. The Contractor's failure to timely submit any report may also be considered cause for termination of this Master Agreement. Any additional reporting requirements shall be set forth in the Special Provisions of this Master Agreement. ARTICLE 14: INSURANCE Contractor shall maintain insurance coverage for work performed or services rendered under this Master Agreement as outlined and defined in the attached Special Provisions. ARTICLE 15: SUBCONTRACTS AND ASSIGNMENTS Except as may be set forth in the Special Provisions, the Contractor agrees not to assign, transfer, convey, sublet, or otherwise dispose of this Master Agreement or any right, title, obligation, or interest it may have therein to any third party without prior written approval of H-GAC. The Contractor acknowledges that H-GAC is not liable to any subcontractor or assignee of the Contractor. The Contractor shall ensure that the performance rendered under all subcontracts shall result in compliance with all the terms and provisions of this Master Agreement as if the performance rendered was rendered by the Contractor. Contractor shall give all required notices, and comply with all laws and regulations applicable to furnishing and performance of the work. Except where otherwise expressly required by applicable law or regulation, H-GAC shall not be responsible for monitoring Contractor's compliance, or that of Contractor’s subcontractors, with any laws or regulations. ARTICLE 16: AUDIT Notwithstanding any other audit requirement, H-GAC reserves the right to conduct or cause to be conducted an independent audit of any transaction under this Master Agreement, such audit may be performed by the H-GAC local government audit staff, a certified public accountant firm, or other auditors designated by H-GAC and will be conducted in accordance with applicable professional standards and practices. The Contractor understands and Docusign Envelope ID: EECA9BCF-99D0-4053-974A-D532088AEE94 Page 4 of 13 agrees that the Contractor shall be liable to the H-GAC for any findings that result in monetary obligations to H- GAC. ARTICLE 17: TAX EXEMPT STATUS H-GAC and Customer members are either units of government or qualified non-profit agencies, and are generally exempt from Federal and State sales, excise or use taxes. Respondent must not include taxes in its Response. It is the responsibility of Contractor to determine the applicability of any taxes to an order and act accordingly. Exemption certificates will be provided upon request. ARTICLE 18: EXAMINATION OF RECORDS The Contractor shall maintain during the course of the work complete and accurate records of all of the Contractor's costs and documentation of items which are chargeable to H-GAC under this Master Agreement. H- GAC, through its staff or designated public accounting firm, the State of Texas, and United States Government, shall have the right at any reasonable time to inspect, copy and audit those records on or off the premises by authorized representatives of its own or any public accounting firm selected by H-GAC. The right of access to records is not limited to the required retention period, but shall last as long as the records are retained. Failure to provide access to records may be cause for termination of the Master Agreement. The records to be thus maintained and retained by the Contractor shall include (without limitation): (1) personnel and payroll records, including social security numbers and labor classifications, accounting for total time distribution of the Contractor's employees working full or part time on the work, as well as cancelled payroll checks, signed receipts for payroll payments in cash, or other evidence of disbursement of payroll payments; (2) invoices for purchases, receiving and issuing documents, and all other unit inventory records for the Contractor's stocks or capital items; and (3) paid invoices and cancelled checks for materials purchased and for subcontractors' and any other third parties' charges. Contractor agrees that H-GAC will have the right, with reasonable notice, to inspect its records pertaining to purchase orders processed and the accuracy of the fees payable to H-GAC. The Contractor further agrees that the examination of records outlined in this article shall be included in all subcontractor or third-party Master Agreements. ARTICLE 19: RETENTION OF RECORDS The Contractor and its subcontractors shall maintain all records pertinent to this Master Agreement, and all other financial, statistical, property, participant records, and supporting documentation for a period of no less than seven (7) years from the later of the date of acceptance of the final payment or until all audit findings have been resolved. If any litigation, claim, negotiation, audit or other action involving the records has been started before the expiration of the retention period, the records shall be retained until completion of the action and resolution of all issues which arise from it, or until the end of the seven (7) years, whichever is later, and until any outstanding litigation, audit, or claim has been fully resolved. ARTICLE 20: DISTRIBUTORS, VENDORS, RESELLERS Contractor agrees and acknowledges that any such designations of distributors, vendors, resellers or the like are for the convenience of the Contractor only and the awarded Contractor will remain responsible and liable for all obligations under the Contract and the performance of any designated distributor, vendor, reseller, etc. Contractor is also responsible for receiving and processing any Customer purchase order in accordance with the Contract and forwarding of the Purchase Order to the designated distributor, vendor, reseller, etc. to complete the sale or service. H-GAC reserves the right to reject any entity acting on the Contractor’s behalf or refuse to add entities after a contract is awarded. ARTICLE 21: CHANGE ORDERS AND AMENDMENTS A. Any alterations, additions, or deletions to the terms of this Master Agreement, which are required by changes in federal or state law or by regulations, are automatically incorporated without written amendment hereto, and shall become effective on the date designated by such law or by regulation. B. To ensure the legal and effective performance of this Master Agreement, both parties agree that any amendment that affects the performance under this Master Agreement must be mutually agreed upon and Docusign Envelope ID: EECA9BCF-99D0-4053-974A-D532088AEE94 Page 5 of 13 that all such amendments must be in writing. After a period of no less than 30 days subsequent to written notice, unless sooner implementation is required by law, such amendments shall have the effect of qualifying the terms of this Master Agreement and shall be binding upon the parties as if written herein. C. Customers have the right to issue a change order to any purchase orders issued to the Contractor for the purposes of clarification or inclusion of additional specifications, qualifications, conditions, etc. The change order must be in writing and agreed upon by Contractor and the Customer agency prior to issuance of any Change Order. A copy of the Change Order must be provided by the Contractor to, and acknowledged by, H-GAC. ARTICLE 22: CONTRACT ITEM CHANGES A. If a manufacturer discontinues a contracted item, that item will automatically be considered deleted from the contract with no penalty to Contractor. However, H-GAC may at its sole discretion elect to make a contract award to the next lowest Respondent for the item, or take any other action deemed by H-GAC, at its sole discretion, to be in the best interests of its Customers. B. If a manufacturer makes any kind of change in a contracted item which affects the contract price, Contractor must advise H-GAC of the details. H-GAC may allow or reject the change at its sole discretion. If the change is rejected, H-GAC will remove the item from its program and there will be no penalty to Contractor. However, H- GAC may at its sole discretion elect to make a contract award to the next lowest Respondent for the item, or take any other action deemed by H-GAC, at its sole discretion, to be in the best interests of its Customers. C. If a manufacturer makes any change in a contracted item which does not affect the contract price, Contractor shall advise H-GAC of the details. If the 'new' item is equal to or better than the originally contracted item, the 'new' item shall be approved as a replacement. If the change is rejected H-GAC will remove the item from its program and there will be no penalty to Contractor. However, H-GAC may at its sole discretion elect to make a contract award to the next lowest Respondent for the item or may take any other action deemed by H-GAC at its sole discretion, to be in the best interests of its Customers. D. In the case of specifically identified catalogs or price sheets which have been contracted as base bid items or as published options, routine published changes to products and pricing will be automatically incorporated into the contract. However, Contractor must still provide written notice and an explanation of the changes to products and pricing. H-GAC will respond with written approval. ARTICLE 23: CONTRACT PRICE ADJUSTMENTS Price Decreases If Contractor’s Direct Cost decreases at any time during the full term of this award, Contractor must immediately pass the decrease on to H-GAC and lower its prices by the amount of the decrease in Direct Cost. (Direct Cost means Contractor’s cost from the manufacturer of any item or if Contractor is the manufacturer, the cost of raw materials required to manufacture the item, plus costs of transportation from manufacturer to Contractor and Contractor to H-GAC. Contractor must notify H-GAC of price decreases in the same way as for price increases set out below. The price decrease shall become effective upon H-GAC’s receipt of Contractor’s notice. If Contractor routinely offers discounted contract pricing, H-GAC may request Contractor accept amended contract pricing equivalent to the routinely discounted pricing. Price Increase Contractors may request a price increase for items priced as Base Bid items and Published Options. The amount of any increase will not exceed actual documented increase in Contractor’s Direct Cost and will not exceed 10% of the previous bid price. Considerations on the percentage limit will be given if the price increase is the result of increased tariff charges or other governmental actions, or other economic factors. Manufacturer price/contract changes involving the sale of motor vehicles will be considered and may be allowed during the entire contract Docusign Envelope ID: EECA9BCF-99D0-4053-974A-D532088AEE94 Page 6 of 13 period subject to submission and verification of the proper documentation required for a contract change as referenced in this section. Price Changes Any permanent increase or decrease in offered pricing for a base contract item or published option is considered a price change. Temporary increases in pricing by whatever name (e.g., ‘surcharge’, ‘adjustment’, ‘equalization charge’, ‘compliance charge’, ‘recovery charge’, etc.), are also considered to be price changes. For published catalogs and price sheets as part of an H-GAC contract, requests to amend the contract to reflect any new published catalog or price sheet must be submitted whenever the manufacturer publishes a new document. The request must include the new catalog or price sheet. All Products shall, at time of sale, be equipped as required under any then current applicable local, state, and federal government requirements. If, during any contract, changes are made to any government requirements which cause a manufacturer's costs of production to increase, Contractor may increase pricing to the extent of Contractor’s actual cost increase. The increase must be substantiated with support documentation acceptable to H-GAC prior to taking effect. Modifications to a Product required to comply with such requirements which become effective after the date of any sale are the responsibility of the Customer. Requesting Price Increase/Required Documentation Contractor must submit a written overview of changes requested and reasons for the request, stating the amount of the increase, along with an itemized list of any increased prices, showing the Contractor’s current price, revised price, the actual dollar difference and the percentage of the price increase by line item. Price change requests must be supported with substantive documentation (e.g., notices from suppliers and manufacturers of pricing changes in products, components, transportation, raw materials or commodities, and/or product availability, copies of invoices from suppliers, etc.) clearly showing that Contractor's actual costs have increased per the applicable line-item bid. The Producer Price Index (PPI) may be used as partial justification, subject to approval by H-GAC, but no price increase based solely on an increase in the PPI will be allowed. This documentation should be submitted in Excel format to facilitate analysis and updating of the website. The letter and documentation must be sent to Lead Program Coordinator, james.glover@h-gac.com. Review/Approval of Requests If H-GAC approves the price increase, Contractor will be notified in writing; no price increase will be effective until Contractor receives this notice. If H-GAC does not approve Contractor’s price increase, Contractor may terminate its performance upon sixty (60) days advance written notice to H-GAC, however Contractor must fulfill any outstanding Purchase Orders. Termination of performance is Contractor’s only remedy if H-GAC does not approve the price increase. H-GAC reserves the right to accept or reject any price change request. ARTICLE 24: DELIVERIES AND SHIPPING TERMS The Contractor agrees to make deliveries only upon receipt of authorized Customer Purchase Order acknowledged by H-GAC. Delivery made without such Purchase Order will be at Contractor’s risk and will leave H-GAC the option of canceling any contract awarded to the Contractor. The Contractor must secure and deliver any item within five (5) working days, or as agreed to on any corresponding customer Purchase Order. Unless otherwise addressed, the following requirements shall apply: a. Title to goods, and responsibility and liability for loss and/or damage in shipping pass to End User at the delivery destination after receipt and acceptance have taken place. Cost of shipping/delivery shall be paid by End User unless otherwise agreed to by Contractor. If Contractor will be paying for shipping/delivery, shipping terms must be "F.O.B. Destination, Freight Prepaid". If End User will be paying for shipping/delivery, shipping terms must be “F.O.B. Destination – Freight Collect”. b. The details for the application and calculation of shipping and delivery charges must be stated in the Response on Form E. Any freight, shipping or delivery charged to End User will be prepaid and added to the invoice, and will be clearly shown an any Contract Pricing Worksheet or other quote presented to the End User. ARTICLE 25: RESTOCKING (EXCHANGES AND RETURNS) Docusign Envelope ID: EECA9BCF-99D0-4053-974A-D532088AEE94 Page 7 of 13 There will be no restocking charge to the Customer for return or exchange of any item purchased under the terms of any award. If the Customer wishes to return items purchased under an awarded contract, the Contractor agrees to exchange, these items for other items, with no additional charge incurred. Items must be returned to Contractor within thirty (30) days from date of delivery. If there is a difference in price in the items exchanged, the Contractor must notify H-GAC and invoice Customer for increase price or provide the Customer with a credit or refund for any decrease in price per Customer’s preference. On items returned, a credit or cash refund will be issued by the Contractor to Customer. This return and exchange option will extend for thirty (30) days following the expiration of the term of the Contract. All items returned by the Customer must be unused and in the same merchantable condition as when received. Items that are special ordered may be returned only upon approval of the Contractor. ARTICLE 26: MANUALS Each product delivered under contract to any Customer must be delivered with at least one (1) copy of a safety and operating manual and any other technical or maintenance manual. The cost of the manual(s) must be included in the price for the Product offered. ARTICLE 27: OUT OF STOCK, PRODUCT RECALLS, AND DISCONTINUED PRODUCTS H-GAC does NOT purchase the products sold pursuant to a Solicitation or Master Agreement. Contractor is responsible for ensuring that notices and mailings, such as Out of Stock or Discontinued Notices, Safety Alerts, Safety Recall Notices, and customer surveys, are sent directly to the Customer with a copy sent to H-GAC. Customer will have the option of accepting any equivalent product or canceling the item from Customer’s Purchase Order. Contractor is not authorized to make substitutions without prior approval. ARTICLE 28: WARRANTIES, SALES, AND SERVICE Warranties must be the manufacturer's standard and inclusive of any other warranty requirements stated in the Master Agreement; any warranties offered by a dealer will be in addition to the manufacturer’s standard warranty and will not be a substitute for such. Pricing for any product must be inclusive of the standard warranty. Contractor is responsible for the execution and effectiveness of all product warranty requests and any claims, Contractor agrees to respond directly to correct warranty claims and to ensure reconciliation of warranty claims that have been assigned to a third party. ARTICLE 29: TERMINATION PROCEDURES The Contractor acknowledges that this Master Agreement may be terminated for Convenience or Default. H-GAC will not pay for any expenses incurred after the termination date of the contract. A. Convenience H-GAC may terminate this Master Agreement at any time, in whole or in part, with or without cause, whenever H-GAC determines that for any reason such termination is in the best interest of H-GAC, by providing written notice by certified mail to the Contractor. Upon receipt of notice of termination, all services hereunder of the Contractor and its employees and subcontractors shall cease to the extent specified in the notice of termination. The Contractor may cancel or terminate this Master Agreement upon submission of thirty (30) days written notice, presented to H-GAC via certified mail. The Contractor may not give notice of cancellation after it has received notice of default from H-GAC. B. Default H-GAC may, by written notice of default to the Contractor, terminate the whole or any part of the Master Agreement, in any one of the following circumstances: (1) If the Contractor fails to perform the services herein specified within the time specified herein or any extension thereof; or (2) If the Contractor fails to perform any of the other provisions of this Master Agreement for any reason whatsoever, or so fails to make progress or otherwise violates the Master Agreements that completion of services herein specified within the Master Agreement term is significantly endangered, and in either of these two instances does not cure such failure within a period of ten (10) days (or such longer Docusign Envelope ID: EECA9BCF-99D0-4053-974A-D532088AEE94 Page 8 of 13 period of time as may be authorized by H-GAC in writing) after receiving written notice by certified mail of default from H-GAC. (3) In the event of such termination, Contractor will notify H-GAC of any outstanding Purchase Orders and H-GAC will consult with the End User and notify the Contractor to what extent the End User wishes the Contractor to complete the Purchase Order. If Contractor is unable to do so, Contractor may be subject to a claim for damages from H-GAC and/or the End User. ARTICLE 30: SEVERABILITY H-GAC and Contractor agree that should any provision of this Master Agreement be determined to be invalid or unenforceable, such determination shall not affect any other term of this Master Agreement, which shall continue in full force and effect. ARTICLE 31: FORCE MAJEURE To the extent that either party to this Master Agreement shall be wholly or partially prevented from the performance of any obligation or duty placed on such party by reason of or through strikes, stoppage of labor, riot, fire, flood, acts of war, insurrection, accident, order of any court, act of God, or specific cause reasonably beyond the party's control and not attributable to its neglect or nonfeasance, in such event, the time for the performance of such obligation or duty shall be suspended until such disability to perform is removed. Determination of force majeure shall rest solely with H-GAC. ARTICLE 32: CONFLICT OF INTEREST No officer, member or employee of the Contractor or Contractors subcontractor, no member of the governing body of the Contractor, and no other public officials of the Contractor who exercise any functions or responsibilities in the review or Contractor approval of this Master Agreement, shall participate in any decision relating to this Master Agreement which affects his or her personal interest, or shall have any personal or pecuniary interest, direct or indirect, in this Master Agreement. A. Conflict of Interest Questionnaire: Chapter 176 of the Texas Local Government Code requires contractors contracting or seeking to contract with H-GAC to file a conflict-of-interest questionnaire (CIQ) if they have an employment or other business relationship with an H-GAC officer or an officer’s close family member. The required questionnaire and instructions are located on the H-GAC website or at the Texas Ethics Commission website https://www.ethics.state.tx.us/forms/CIQ.pdf. H-GAC officers include its Board of Directors and Executive Director, who are listed on this website. Respondent must complete and file a CIQ with the Texas Ethics Commission if an employment or business relationship with H-GAC office or an officer’s close family member as defined in the law exists. B. Certificate of Interested Parties Form – Form 1295: As required by Section 2252.908 of the Texas Government Code. H-GAC will not enter a Contract with Contractor unless (i) the Contractor submits a disclosure of interested parties form to H-GAC at the time the Contractor submits the contract H-GAC, or (ii) the Contractor is exempt from such requirement. The required form and instructions are located at the Texas Ethics Commission website https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm. Respondents who are awarded a Contract must submit their Form 1295 with the signed Contract to H-GAC. ARTICLE 33: FEDERAL COMPLIANCE Contractor agrees to comply with all federal statutes relating to nondiscrimination, labor standards, and environmental compliance. With regards to “Rights to Inventions Made Under a Contract or Master Agreement,” If the Federal award meets the definition of “funding Master 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 Master Agreement,” the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Master Agreements,” and any implementing regulations issued by the awarding agency. Contractor agrees to be wholly compliant with the provisions of 2 CFR 200, Appendix II. Additionally, for work to be performed under the Master Agreement or subcontract thereof, including procurement of materials or leases of equipment, Contractor shall notify each potential subcontractor or supplier of the Docusign Envelope ID: EECA9BCF-99D0-4053-974A-D532088AEE94 Page 9 of 13 Contractor's federal compliance obligations. These may include, but are not limited to: (a) Title VI of the Civil Rights Act of 1964 (P.L. 88-352) which prohibits discrimination on the basis of race, color or national origin; (b) Title IX of the Education Amendments of 1972, as amended (20 U.S.C. §§ 1681-1683, and 1685-1686), which prohibits discrimination on the basis of sex; (c) the Fair Labor Standards Act of 1938 (29 USC 676 et. seq.), (d) Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. § 794), which prohibits discrimination on the basis of handicaps and the Americans with Disabilities Act of 1990; (e) the Age Discrimination in Employment Act of 1967 (29 USC 621 et. seq.) and the Age Discrimination Act of 1974, as amended (42 U.S.C. §§ 6101-6107), which prohibits discrimination on the basis of age; (f) the Drug Abuse Office and Treatment Act of 1972 (P.L. 92- 255), as amended, relating to nondiscrimination on the basis of drug abuse; (g) the Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (P.L. 91-616), as amended, relating to the nondiscrimination on the basis of alcohol abuse or alcoholism; (h) §§ 523 and 527 of the Public Health Service Act of 1912 (42 U.S.C. 290 dd-3 and 290 ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records; (i) Title VIII of the Civil Rights Act of 1968 (42 U.S.C. § 3601 et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; (j) any other nondiscrimination provisions in any specific statute(s) applicable to any Federal funding for this Master Agreement; (k) the requirements of any other nondiscrimination statute(s) which may apply to this Master Agreement; (l) applicable provisions of the Clean Air Act (42 U.S.C. §7401 et seq.), the Federal Water Pollution Control Act, as amended (33 U.S.C. §1251 et seq.), Section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and the Environmental Protection Agency regulations at 40 CPR Part 15; (m) applicable provisions of the Davis- Bacon Act (40 U.S.C. 276a - 276a- 7), the Copeland Act (40 U.S.C. 276c), and the Contract Work Hours and Safety Standards Act (40 U.S.C. 327- 332), as set forth in Department of Labor Regulations at 20 CPR 5.5a; (n) the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (P.L. 94-163). ARTICLE 34: PROHIBITION ON CONTRACTING WITH ENTITIES USING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE EQUIPMENT (EFFECTIVE AUG. 13, 2020 AND AS AMENDED OCTOBER 26, 2020) Pursuant to 2 CFR 200.216, Contractor shall not offer equipment, services, or system that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Covered telecommunications equipment or services means 1) telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities); 2) 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); 3) telecommunications or video surveillance services provided by such entities or using such equipment; or 4) telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of 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. Respondent must comply with requirements for certifications. The provision at 48 C.F.R Section 52.204-26 requires that offerors review SAM prior to completing their required representations. This rule applies to all acquisitions, including acquisitions at or below the simplified acquisition threshold and to acquisitions of commercial items, including commercially available off the-shelf items. ARTICLE 35: DOMESTIC PREFERENCE In accordance with 2 CFR 200.322, as appropriate and to the extent consistent with law, when using federal grant award funds H-GAC should, to the greatest extent practicable, 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). H-GAC must include this requirement in all subawards including all contracts and purchase orders for work or products under the federal grant award. If Contractor intends to qualify for Purchase Orders using federal grant money, then it shall work with H-GAC to provide all required certifications and other documentation needed to show compliance. ARTICLE 36: CRIMINAL PROVISIONS AND SANCTIONS Docusign Envelope ID: EECA9BCF-99D0-4053-974A-D532088AEE94 Page 10 of 13 The Contractor agrees to perform the Master Agreement in conformance with safeguards against fraud and abuse as set forth by the H-GAC, the State of Texas, and the acts and regulations of any related state or federal agency. The Contractor agrees to promptly notify H-GAC of any actual or suspected fraud, abuse, or other criminal activity through the filing of a written report within twenty-four (24) hours of knowledge thereof. Contractor shall notify H-GAC of any accident or incident requiring medical attention arising from its activities under this Master Agreement within twenty-four (24) hours of such occurrence. Theft or willful damage to property on loan to the Contractor from H-GAC, if any, shall be reported to local law enforcement agencies and H-GAC within two (2) hours of discovery of any such act. The Contractor further agrees to cooperate fully with H-GAC, local law enforcement agencies, the State of Texas, the Federal Bureau of Investigation, and any other duly authorized investigative unit, in carrying out a full investigation of all such incidents. The Contractor shall notify H-GAC of the threat of lawsuit or of any actual suit filed against the Contractor pertaining to this Master Agreement or which would adversely affect the Contractor’s ability to perform services under this Master Agreement. ARTICLE 37: INDEMNIFICATION AND RECOVERY H-GAC’s liability under this Master Agreement, whether for breach of contract, warranty, negligence, strict liability, in tort or otherwise, is limited to its order processing charge. In no event will H-GAC be liable for any loss of use, loss of time, inconvenience, commercial loss, lost profits, or savings or other incidental, special or consequential damages to the full extent such use may be disclaimed by law. Contractor agrees, to the extent permitted by law, to defend and hold harmless H-GAC, its board members, officers, agents, officials, employees, and indemnities from any and all claims, costs, expenses (including reasonable attorney fees), actions, causes of action, judgements, and liens arising as a result of Contractor’s negligent act or omission under this Master Agreement. Contractor shall notify H-GAC of the threat of lawsuit or of any actual suit filed against Contractor relating to this Master Agreement. ARTICLE 38: LIMITATION OF CONTRACTOR’S LIABILITY Except as specified in any separate writing between the Contractor and an END USER, Contractor’s total liability under this Master Agreement, whether for breach of contract, warranty, negligence, strict liability, in tort or otherwise, but excluding its obligation to indemnify H-GAC, is limited to the price of the particular products/services sold hereunder, and Contractor agrees either to refund the purchase price or to repair or replace product(s) that are not as warranted. In no event will Contractor be liable for any loss of use, loss of time, inconvenience, commercial loss, loss of profits or savings or other incidental, special or consequential damages to the full extent such use may be disclaimed by law. Contractor understands and agrees that it shall be liable to repay and shall repay upon demand to END USER any amounts determined by H-GAC, its independent auditors, or any agency of State or Federal government to have been paid in violation of the terms of this Master Agreement. ARTICLE 39: TITLES NOT RESTRICTIVE The titles assigned to the various Articles of this Master Agreement are for convenience only. Titles shall not be considered restrictive of the subject matter of any Article, or part of this Master Agreement. ARTICLE 40: JOINT WORK PRODUCT This Master Agreement is the joint work product of H-GAC and the Contractor. This Master Agreement has been negotiated by H-GAC and the Contractor and their respective counsel and shall be fairly interpreted in accordance with its terms and, in the event of any ambiguities, no inferences shall be drawn against any party. ARTICLE 41: PROCUREMENT OF RECOVERED MATERIAL H-GAC and the Respondent must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include: (1) procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; (2) procuring solid waste management services in a manner that Docusign Envelope ID: EECA9BCF-99D0-4053-974A-D532088AEE94 Page 11 of 13 maximizes energy and resource recovery; and (3) establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Pursuant to the Federal Rule above, as required by the Resource Conservation and Recovery Act of 1976 (42 U.S.C. § 6962(c)(3)(A)(i)), Respondent certifies that the percentage of recovered materials content for EPA-designated items to be delivered or used in the performance of the Contract will be at least the amount required by the applicable contract specifications or other contractual requirements. ARTICLE 42: COPELAND “ANTI-KICKBACK” ACT 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 the contract. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as appropriate agency 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. 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. ARTICLE 43: DISCRIMINATION Respondent and any potential subcontractors shall comply with all Federal statutes relating to nondiscrimination. These include, but are not limited to: a) Title VI of the Civil Rights Act of 1964 (P.L. 88-352), which prohibits discrimination on the basis of race, color, or national origin; b) Title IX of the Education Amendments of 1972, as amended (20 U.S.C. §§1681-1683, and 1685-1686), which prohibits discrimination on the basis of sex; c) Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. §794), which prohibits discrimination on the basis of handicaps; d) The Age Discrimination Act of 1975, as amended (42 U.S.C. §§6101- 6107), which prohibits discrimination on the basis of age; e) The Drug Abuse Office and Treatment Act of 1972 (P.L. 92-255), as amended, relating to nondiscrimination on the basis of drug abuse; f) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (P.L. 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; g) Sections 523 and 527 of the Public Health Service Act of 1912 (42 U.S.C. §§290 dd-3 and 290 ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records; h) Title VIII of the Civil Rights Act of 1968 (42 U.S.C. §§3601 et seq.), as amended, relating to nondiscrimination in the sale, rental, or financing of housing; i) Any other nondiscrimination provisions in the specific statute(s) under which application for Federal assistance is being made; and j) The requirements of any other nondiscrimination statute(s) that may apply to the application. ARTICLE 44: DRUG FREE WORKPLACE Contractor must provide a drug-free workplace in accordance with the Drug-Free Workplace Act, as applicable. For the purposes of this Section, “drug-free” means a worksite at which employees are prohibited from engaging in the unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance. H-GAC may request a copy of this policy. ARTICLE 45: APPLICABILITY TO SUBCONTRACTORS Respondent agrees that all contracts it awards pursuant to the contract awarded as a result of this Master Agreement will be bound by the foregoing terms and conditions. ARTICLE 46: WARRANTY AND COPYRIGHT Submissions must include all warranty information, including items covered, items excluded, duration, and renewability. Submissions must include proof of licensing if using third party code for programming. Docusign Envelope ID: EECA9BCF-99D0-4053-974A-D532088AEE94 Page 12 of 13 ARTICLE 47: DATA HANDLING AND SECURITY It will always be the responsibility of the selected Contractor to manage data transfer and to secure all data appropriately during the project to prevent unauthorized access to all data, products, and deliverables. ARTICLE 48: DISPUTES All disputes concerning questions of fact or of law arising under this Master Agreement, which are not addressed within the Whole Master Agreement as defined pursuant to Article 4 hereof, shall be decided by the Executive Director of H-GAC or his designee, who shall reduce his decision to writing and provide notice thereof to the Contractor. The decision of the Executive Director or his designee shall be final and conclusive unless, within thirty (30) days from the date of receipt of such notice, the Contractor requests a rehearing from the Executive Director of H-GAC. In connection with any rehearing under this Article, the Contractor shall be afforded an opportunity to be heard and offer evidence in support of its position. The decision of the Executive Director after any such rehearing shall be final and conclusive. The Contractor may, if it elects to do so, appeal the final and conclusive decision of the Executive Director to a court of competent jurisdiction. Pending final decision of a dispute hereunder, the Contractor shall proceed diligently with the performance of the Master Agreement and in accordance with H-GAC's final decision. ARTICLE 49: CHOICE OF LAW: VENUE This Master Agreement shall be governed by the laws of the State of Texas. Venue and jurisdiction of any suit or cause of action arising under or in connection with the Master Agreement shall lie exclusively in Harris County, Texas. Disputes between END USER and Contractor are to be resolved in accordance with the law and venue rules of the state of purchase. Contractor shall immediately notify H-GAC of such disputes. ARTICLE 50: ORDER OF PRIORITY In the case of any conflict between or within this Master Agreement, the following order of priority shall be utilized: 1) General Provisions, 2) Special Provisions, 3) Scope of Work, and 4) Other Attachments. ARTICLE 51: WHOLE MASTER AGREEMENT Please note, this is an H-GAC Master Agreement template and is used for all products and services offered in H-GAC Cooperative Purchasing. Any redlines to this Master Agreement may not be reviewed. If this Master Agreement has not been signed by the Contractor within 30 calendar days, this Master Agreement will be automatically voided. The Master General Provisions, Master Special Provisions, and Attachments, as provided herein, constitute the complete Master Agreement between the parties hereto, and supersede any and all oral and written Master Agreements between the parties relating to matters herein. Except as otherwise provided herein, this Master Agreement cannot be modified without written consent of the parties. ARTICLE 52: UNIVERSAL IDENTIFIER AND SYSTEM FOR AWARD MANAGEMENT (SAM) In accordance with 2 CFR Title 2, Subtitle A, Chapter I, Part 25 as it applies to a Federal awarding agency's grants, cooperative agreements, loans, and other types of Federal financial assistance as defined in 2 CFR 25.406. Contractor understands and as it relates to 2 CFR 25.205(a), a Federal awarding agency may not make a Federal award or financial modification to an existing Federal award to an applicant or recipient until the entity has complied with the requirements described in 2 CFR 25.200 to provide a valid unique entity identifier and maintain an active SAM registration (www.SAM.gov) with current information (other than any requirement that is not applicable because the entity is exempted under § 25.110). 2 CFR 25.200(b) requires that registration in the SAM prior to submitting an application or plan; and maintain an active SAM registration with current information, including information on a recipient's immediate and highest level owner and subsidiaries, as well as on all predecessors that have been awarded a Federal contract or grant within the last three years, if applicable, at all times during which it has an active Federal award or an application or plan under consideration by a Federal awarding agency; and provide its unique entity identifier in each application or plan it submits to the Federal awarding agency. To remain registered in the SAM database after the initial registration, the applicant is required to review and update its information in the SAM database on an annual basis from the date of initial registration or subsequent updates to ensure it is current, accurate and complete. At the time a Federal awarding agency is ready to make a Federal award, if the intended recipient has not complied with an applicable requirement to provide a unique entity identifier or maintain an active SAM registration with current information, the Federal awarding Docusign Envelope ID: EECA9BCF-99D0-4053-974A-D532088AEE94 Page 13 of 13 agency: (1) May determine that the applicant is not qualified to receive a Federal award; and (2) May use that determination as a basis for making a Federal award to another applicant. ARTICLE 53: PROCUREMENT OF RECOVERED MATERIALS In accordance with 2 CFR 200.323, the Houston-Galveston Area Council and the Contractor or Subrecipient must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include: (1) procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; (2) procuring solid waste management services in a manner that maximizes energy and resource recovery; and (3) establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Pursuant to the Federal Rule above, as required by the Resource Conservation and Recovery Act of 1976 (42 U.S.C. § 6962(c)(3)(A)(i)), the Contractor or Subrecipient certifies that the percentage of recovered materials content for EPA-designated items to be delivered or used in the performance of the Agreement will be at least the amount required by the applicable contract specifications or other contractual requirements. SIGNATURES: H-GAC and the Contractor have read, agreed, and executed the whole Master Agreement as of the date first written above, as accepted by: Routeware, Inc. Signature $docusign:SignHere::Customer1 Name Robert Nelson Title VP of Accounting Date $docusign:DateSigned::Customer1 H-GAC Signature $docusign:SignHere::InternalSigner Name Chuck Wemple Title Executive Director Date $docusign:DateSigned::InternalSigner Docusign Envelope ID: EECA9BCF-99D0-4053-974A-D532088AEE94 5/30/2025 6/2/2025 H-GAC Houston-Galveston Area Council P.O. Box 22777 · 3555 Timmons · Houston, Texas 77227-2777 Cooperative Agreement - Contract - Routeware, Inc. - Public Services - ID: 14368 Page 1 of 8 MASTER SPECIAL PROVISIONS Please note, this is an H-GAC Master Agreement template and is used for all products and services offered in H-GAC Cooperative Purchasing. Any redlines to this Master Agreement may not be reviewed. Incorporated by attachment, as part of the whole Master Agreement, H-GAC and the Contractor do, hereby agree to the Master Special Provisions as follows: ARTICLE 1: BIDS/PROPOSALS INCORPORATED In addition to the whole Master Agreement, the following documents listed in order of priority are incorporated into the Master Agreement by reference: Bid/Proposal Specifications and Contractor’s Response to the Bid/Proposal. ARTICLE 2: END USER MASTER AGREEMENTS (“EUA”) H-GAC acknowledges that the END USER, which is the HGACBuy customer utilizing the contract (CUSTOMER and END USER may be used interchangeably) may choose to enter into an End User Master Agreement (EUA) with the Contractor through this Master Agreement. A CUSTOMER/END USER is a state agency, county, municipality, special district, or other political subdivision of a state, or a qualifying non-profit corporation (providing one or more governmental function or service that possess legal authority to enter into the Contract. The term of the EUA may exceed the term of the current H-GAC Master Agreement. H-GAC’s acknowledgement is not an endorsement or approval of the End User Master Agreement’s terms and conditions. Contractor agrees not to offer, agree to or accept from the CUSTOMER/END USER, any terms or conditions that conflict with those in Contractor’s Master Agreement with H-GAC. Contractor affirms that termination of its Master Agreement with H-GAC for any reason shall not result in the termination of any underlying EUA, which shall in each instance, continue pursuant to the EUA’s stated terms and duration. Pursuant to the terms of this Master Agreement, termination of this Master Agreement will disallow the Contractor from entering into any new EUA with CUSTOMER/END USER. Applicable H-GAC order processing charges will be due and payable to H-GAC on any EUAs, surviving termination of this Master Agreement between H-GAC and Contractor. ARTICLE 3: MOST FAVORED CUSTOMER CLAUSE Contractor shall provide its most favorable pricing and terms to H-GAC, as follows. If at any time during this Master Agreement, Contractor develops a regularly followed standard procedure of entering into Master Agreements with other governmental customers within the State of Texas, and offers the same or substantially the same products/services offered to H-GAC on a basis that provides prices, warranties, benefits, and or terms more favorable than those provided to H-GAC, Contractor shall notify H-GAC within ten (10) business days thereafter, and this Master Agreement shall be deemed to be automatically retroactively amended, to the effective date of Contractor’s most favorable past Master Agreement with another entity. Contractor shall provide the same prices, warranties, benefits, or terms to H-GAC and its CUSTOMER/END USER as provided in its most favorable past Master Agreement. H-GAC shall have the right and option at any time to decline to accept any such change, in which case the amendment shall be deemed null and void. If Contractor claims that a more favorable price, warranty, benefit, or term that was charged or offered to another entity during the term of this Master Agreement, does not constitute more favorable treatment, than Contractor shall, within ten (10) business days, notify H-GAC in writing, setting forth the detailed reasons Contractor believes the aforesaid Docusign Envelope ID: EECA9BCF-99D0-4053-974A-D532088AEE94 Page 2 of 8 offer is not in fact most favored treatment. H-GAC, after due consideration of Contractor’s written explanation, may decline to accept such explanation and thereupon this Master Agreement between H-GAC and Contractor shall be automatically amended, effective retroactively, to the effective date of the most favored Master Agreement, to provide the same prices, warranties, benefits, or terms to H-GAC and the CUSTOMER/END USER. EXCEPTION: This clause shall not be applicable to prices and price adjustments offered by a bidder, proposer, or contractor, which are not within bidder's/proposer’s control [example; a manufacturer's bid concession], or to any prices offered to academic institutions, or the Federal Government and its agencies. ARTICLE 4: PARTY LIABILITY Contractor’s total liability under this Master Agreement, whether for breach of contract, warranty, negligence, strict liability, in tort or otherwise, is limited to the price of the particular products/services sold hereunder. Contractor agrees either to refund the purchase price or to repair or replace product(s) that are not as warranted. Contractor accepts liability to repay, and shall repay upon demand to CUSTOMER/END USER, any amounts determined by H-GAC, its independent auditors, or any state or federal agency, to have been paid in violation of the terms of this Master Agreement. ARTICLE 5: GOVERNING LAW & VENUE Contractor and H-GAC agree that Contractor will make every reasonable effort to resolve disputes with the CUSTOMER/END USER in accord with the law and venue rules of the state of purchase. Contractor shall immediately notify H-GAC of such disputes. ARTICLE 6: SALES AND ORDER PROCESSING CHARGE Contractor shall sell its products to CUSTOMER/END USER based on the pricing and terms of this Master Agreement. H-GAC will invoice Contractor for the applicable order processing charge when H-GAC receives notification of a CUSTOMER/END USER order. Contractor shall remit to H-GAC the full amount of the applicable order processing charge, after delivery of any product or service and subsequent CUSTOMER/END USER acceptance. Payment of the Order Processing Charge shall be remitted from Contractor to H-GAC, within thirty (30) calendar days or ten (10) business days after receipt of a CUSTOMER/END USER’s payment, whichever comes first, notwithstanding Contractor’s receipt of invoice. For sales made by Contractor based on this Master Agreement, including sales to entities without Interlocal Master Agreements, Contractor shall pay the applicable order processing charges to H-GAC. Further, Contractor agrees to encourage entities who are not members of H-GAC’s Cooperative Purchasing Program to execute an H-GAC Interlocal Master Agreement. H-GAC reserves the right to take appropriate actions including, but not limited to, Master Agreement termination if Contractor fails to promptly remit the appropriate order processing charge to H-GAC. In no event shall H-GAC have any liability to Contractor for any goods or services a CUSTOMER/END USER procures from Contractor. At all times, Contractor shall remain liable to pay to H-GAC any order processing charges on any portion of the Master Agreement actually performed, and for which compensation was received by Contractor. ARTICLE 7: LIQUIDATED DAMAGES Contractor and H-GAC agree that Contractor shall cooperate with the CUSTOMER/END USER at the time a CUSTOMER/END USER purchase order is placed, to determine terms for any liquidated damages. ARTICLE 8: INSURANCE Unless otherwise stipulated in Section B of the Bid/Proposal Specifications, Contractor must have the following insurance and coverage minimums: Docusign Envelope ID: EECA9BCF-99D0-4053-974A-D532088AEE94 Page 3 of 8 a. General liability insurance with a Single Occurrence limit of at least $1,000,000.00, and a General Aggregate limit of at least two times the Single Occurrence limit. b. Product liability insurance with a Single Occurrence limit of at least $1,000,000.00, and a General Aggregate limit of at least two times the Single Occurrence limit for all Products except Automotive Fire Apparatus. For Automotive Fire Apparatus, see Section B of the Bid/Proposal Specifications. c. Property Damage or Destruction insurance is required for coverage of End User owned equipment while in Contractor's possession, custody, or control. The minimum Single Occurrence limit is $500,000.00 and the General Aggregate limit must be at least two times the Single Occurrence limit. This insurance may be carried in several ways, e.g. under an Inland Marine policy, as art of Automobile coverage, or under a Garage Keepers policy. In any event, this coverage must be specifically and clearly listed on insurance certificate(s) submitted to H-GAC. d. Insurance coverage shall be in effect for the length of any contract made pursuant to the Bid/Proposal, and for any extensions thereof, plus the number of days/months required to deliver any outstanding order after the close of the contract period. e. Original Insurance Certificates must be furnished to H-GAC on request, showing Contractor as the insured and showing coverage and limits for the insurances listed above. f. If any Product(s) or Service(s) will be provided by parties other than Contractor, all such parties are required to carry the minimum insurance coverages specified herein, and if requested by H-GAC, a separate insurance certificate must be submitted for each such party. g. H-GAC reserves the right to contact insurance underwriters to confirm policy and certificate issuance and document accuracy. ARTICLE 9: PERFORMANCE AND PAYMENT BONDS FOR INDIVIDUAL ORDERS H-GAC’s contractual requirements DO NOT include a Performance & Payment Bond (PPB); therefore, Contractor shall offer pricing that reflects this cost savings. Contractor shall remain prepared to offer a PPB to cover any order if so requested by the CUSTOMER/END USER. Contractor shall quote a price to CUSTOMER/END USER for provision of any requested PPB, and agrees to furnish the PPB within ten business (10) days of receipt of CUSTOMER/END USER's purchase order. ARTICLE 10: ORDER PROCESSING CHARGE H-GAC will apply an Order Processing Charge for each sale done through the H-GAC contract, with the exception of orders for motor vehicles. Any pricing submitted must include this charge amount per the most current H-GAC schedule. For motor vehicle orders, the Processing Charge is paid by the CUSTOMER/END USER. Contractor will need to refer to the solicitation for the Order Processing Charge. ARTICLE 11: CHANGE OF STATUS Contractor shall immediately notify H-GAC, in writing, of ANY change in ownership, control, dealership/franchisee status, Motor Vehicle license status, or name. Contractor shall offer written guidance to advise H-GAC if this Master Agreement shall be affected in any way by such change. H-GAC shall have the right to determine whether or not such change is acceptable, and to determine what action shall be warranted, up to and including cancellation of Master Agreement. ARTICLE 12: REQUIREMENTS TO APPLICABLE PHYSICAL GOODS In the case of physical goods (e.g. equipment, material, supplies, as opposed to services), all Products offered must comply with any applicable provisions of the Texas Business and Commerce Code, Title 1, Chapter 2 and with at least the following: Docusign Envelope ID: EECA9BCF-99D0-4053-974A-D532088AEE94 Page 4 of 8 a. Be new, unused, and not refurbished. b. Not be a prototype as the general design, operation, and performance. This requirement is NOT meant to preclude the Contractor from offering new models or configurations which incorporate improvements in a current design or add functionality, but in which new model or configuration may be new to the marketplace. c. Include all accessories which may or may not be specifically mentioned in the Master Agreement, but which are normally furnished or necessary to make the Product ready for its intended use upon delivery. Such accessories shall be assembled, installed, and adjusted to allow continuous operation of Product at time of delivery. d. Have assemblies, sub-assemblies and component parts that are standard and interchangeable throughout the entire quantity of a Product as may be purchased simultaneously by any END USER/CUSTOMER. e. Be designed and constructed using current industry accepted engineering and safety practices, and materials. f. Be available for inspection at any time prior to or after procurement. ARTICLE 13: TEXAS MOTOR VEHICLE BOARD LICENSING All Contractors that deal in motor vehicles shall maintain current licenses that are required by the Texas Motor Vehicle Commission Code. If at any time during this Master Agreement term, any required Contractor license is denied, revoked, or not renewed, Contractor shall be in default of this Master Agreement, unless the Texas Motor Vehicle Board issues a stay or waiver. Contractor shall promptly provide copies of all current applicable Texas Motor Vehicle Board documentation to H-GAC upon request. ARTICLE 14: INSPECTION/TESTING All Products sold pursuant to this Master Agreement will be subject to inspection/testing by or at the direction of H-GAC and/or the ordering CUSTOMER/END USER, either at the delivery destination or the place of manufacture. In the event a Product fails to meet or exceed all requirements of this Master Agreement, and unless otherwise agreed in advance, the cost of any inspection and/or testing, will be the responsibility of the Contractor. ARTICLE 15: ADDITIONAL REPORTING REQUIREMENTS Contractor agrees to submit written quarterly reports to H-GAC detailing all transactions during the previous three (3) month period. Reports must include, but are not limited, to the following information: a. CUSTOMER/END USER Name b. Product/Service purchased, including Product Code if applicable c. Customer Purchase Order Number d. Purchase Order Date e. Product/Service dollar amount f. HGACBuy Order Processing Charge amount ARTICLE 16: BACKGROUND CHECKS Cooperative customers may request background checks on any awarded contractor’s employees who will have direct contact with students, or for any other reason they so choose, any may require contractor to pay the cost of obtaining any background information requested by the CUSTOMER/END USER. ARTICLE 17: PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL CERTIFICATION As required by Chapter 2271 of the Texas Local Government Code the Contractor must verify that it 1) does not boycott Israel; and 2) will not boycott Israel during the term of the Contract. Pursuant to Section 2271.001, Texas Government Code: Docusign Envelope ID: EECA9BCF-99D0-4053-974A-D532088AEE94 Page 5 of 8 1. “Boycott Israel” means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes; and 2. “Company” means a for-profit sole proprietorship, organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or any limited liability company, including a wholly owned subsidiary, majority-owned subsidiary, parent company or affiliate of those entities or business associations that exist to make a profit. ARTICLE 18: NO EXCLUDED NATION OR TERRORIST ORGANIZATION CERTIFICATION As required by Chapter 2252 of the Texas Government Code the Contractor must certify that it is not a company engaged in active business operations with Sudan, Iran, or a foreign terrorist organization – specifically, any company identified on a list prepared and maintained by the Texas Comptroller under Texas Government Code §§806.051, 807.051, or 2252.153. (A company that the U.S. Government affirmatively declares to be excluded from its federal sanctions regime relating to Sudan, Iran, or any federal sanctions regime relating to a foreign terrorist organization is not subject to the contract prohibition.) ARTICLE 19: PROHIBITION ON CONTRACTING WITH ENTITIES USING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE EQUIPMENT (Effective Aug. 13, 2020 and as amended October 26, 2020) Pursuant to 2 CFR 200.216, Contractor shall not offer equipment, services, or system that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. ‘‘Covered telecommunications equipment or services means 1) telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities); 2) 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); 3) telecommunications or video surveillance services provided by such entities or using such equipment; or 4) telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of 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. Contractor must comply with requirements for certifications. The provision at 48 C.F.R Section 52.204-26 requires that Contractors review SAM prior to completing their required representations. This rule applies to all acquisitions, including acquisitions at or below the simplified acquisition threshold and to acquisitions of commercial items, including commercially available off the-shelf items. ARTICLE 20: BUY AMERICA ACT (National School Lunch Program and Breakfast Program) With respect to products purchased by CUSTOMER/END USER for use in the National School Lunch Program and/or National School Breakfast Program, Contractor shall comply with all federal procurement laws and regulations with respect to such programs, including the Buy American provisions set forth in 7 C.F.R. Part 210.21(d), to the extent applicable. Contractor agrees to provide all certifications required by CUSTOMER/END USER regarding such programs. In the event Contractor or Contractor’s supplier(s) are unable or unwilling to certify compliance with the Buy American Provision, or the applicability of an exception to the Buy American provision, H-GAC CUSTOMER/END USER may decide not to purchase from Contractor. Additionally, H-GAC Docusign Envelope ID: EECA9BCF-99D0-4053-974A-D532088AEE94 Page 6 of 8 CUSTOMER/END USER may require country of origin on all products and invoices submitted for payment by Contractor, and Contractor agrees to comply with any such requirement. ARTICLE 21: BUY AMERICA REQUIREMENT (Applies only to Federally Funded Highway and Transit Projects) With respect to products purchased by CUSTOMER/END USER for use in federally funded highway projects, Contractor shall comply with all federal procurement laws and regulations with respect to such projects, including the Buy American provisions set forth in 23 U.S.C. Section 313, 23 C.F.R. Section 635.410, as amended, and the Steel and Iron Preference provisions of Texas Transportation Code Section 223.045, to the extent applicable. Contractor agrees to provide all certifications required by CUSTOMER/END USER regarding such programs. With respect to products purchased by CUSTOMER/END USER for use in federally funded transit projects, Contractor shall comply with all federal procurement laws and regulations with respect to such projects, including the Buy American provisions set forth in 49 U.S.C. Section 5323(j)(1), 49 C.F.R. Sections 661.6 or 661.12, to the extent applicable. Contractor agrees to provide all certifications required by CUSTOMER/END USER regarding such programs. ARTICLE 22: DOMESTIC PREFERENCE In accordance with 2 CFR 200.322, as appropriate and to the extent consistent with law, a CUSTOMER/END USER using federal grant award funds should, to the greatest extent practicable, 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 CUSTOMER/END USER must include this requirement in all subawards including all contracts and purchase orders for work or products under the federal grant award. If Contractor intends to qualify for Purchase Orders using federal grant money, they shall work with the CUSTOMER/END USER to provide all required certifications and other documentation needed to show compliance. ARTICLE 23: TITLE VI REQUIREMENTS H-GAC in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any disadvantaged business enterprises will be afforded full and fair opportunity to submit in response to this Master Agreement and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. ARTICLE 24: EQUAL EMPLOYMENT OPPORTUNITY Except as otherwise provided under 41 CFR Part 60, all Contracts and CUSTOMER/END USER Purchase Orders that meet the definition of “federally assisted construction contract” in 41 CFR Part 60-1.3 shall be deemed to include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., pg.339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41CFR Part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” The equal opportunity clause provided under 41 CFR 60-1.4(b) is hereby incorporated by reference. Contractor agrees that such provision applies to any contract that meets the definition of “federally assisted construction contract” in 41 CFR Part 60-1.3 and agrees that it will comply with such provision. ARTICLE 25: CLEAN AIR AND WATER POLLUTION CONTROL ACT CUSTOMER/END USER Purchase Orders using federal funds must contain a provision that requires the Contractor to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Docusign Envelope ID: EECA9BCF-99D0-4053-974A-D532088AEE94 Page 7 of 8 Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Pursuant to the Federal Rule above, Contractor certifies that it is in compliance with all applicable provisions of the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387) and will remain in compliance during the term of the Contract. ARTICLE 26: PREVAILING WAGE Contractor and any potential subcontractors have a duty to and shall pay the prevailing wage rate under the Davis-Bacon Act, 40 U.S.C. 276a – 276a-5, as amended, and the regulations adopted thereunder contained in 29 C.F.R. pt. 1 and 5. ARTICLE 27: CONTRACT WORK HOURS AND SAFETY STANDARDS As per the Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708), where applicable, all CUSTOMER/END USER Purchase Orders in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer, on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. ARTICLE 28: PROFIT AS A SEPARATE ELEMENT OF PRICE For purchases using federal funds more than the current Simplified Acquisition Threshold of $250,000, requires negotiation of profit as a separate element of the price. See, 2 CFR 200.324(b). Contractor agrees to provide information and negotiate regarding profit as a separate element of the price for the purchase. Contractor also agrees that the total price, including profit, charged by Contractor will not exceed the awarded pricing, including any applicable discount, under any awarded contract. ARTICLE 29: BYRD ANTI-LOBBYING AMENDMENT Byrd Anti-Lobbying Amendment (31U.S.C. 1352) – Contractors that apply or bid for an award exceeding $100,000 must file the required anti-lobbying certification. Each tier must certify 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 must 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 CUSTOMER/END USER. As applicable, Contractor agrees to file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment (31 USC 1352). Contractor certifies that it is currently in compliance with all applicable provisions of the Byrd Anti-Lobbying Amendment (31 U.S.C. 1352) and will continue to be in compliance throughout the term of the Contract and further certifies that: 1. No Federal appropriated funds have been paid or will be paid by or on behalf of the Contractor, 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 Docusign Envelope ID: EECA9BCF-99D0-4053-974A-D532088AEE94 Page 8 of 8 with the awarding of a Federal contract, the making of a Federal Grant, the making of a Federal Loan, the entering into a cooperative Master Agreement, and the extension, continuation, renewal, amendment, or modification of a Federal contract, grant, loan, or cooperative Master 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 a Member of Congress in connection with a Federal contract, grant, loan, or cooperative Master Agreement, Contractor shall complete and submit Standard Form – LLL, “Disclosure Form to Report Lobbying”, in accordance with its instructions. 3. Contractor 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 Master Agreements) and that all subcontractors 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 certificate is a prerequisite for making or entering into this transaction imposed by Section 1352, title 31, U.S. Code. 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. ARTICLE 30: COMPLIANCE WITH EPA REGULATIONS APPLICABLE TO GRANTS, SUBGRANTS, COOPERATIVE MASTER AGREEMENTS, AND CONTRACTS Contractor certifies compliance with all applicable standards, orders, regulations, and/or requirements issued pursuant to the Clean Air Act of 1970, as amended (42 U.S.C. 1857(h)), Section 508 of the Clean Water Act, as amended (13 U.S.C. 1368), Executive Order 117389 and Environmental Protection Agency Regulation, 40 CFR Part 15. ARTICLE 31: COMPLIANCE WITH ENERGY POLICY AND CONSERVATION ACT Contractor certifies that Contractor will be in compliance with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163, 89 Stat. 871). Docusign Envelope ID: EECA9BCF-99D0-4053-974A-D532088AEE94 Manufacturer Products/Services Catalog Description HGACBuy Discount Off List Price "Routeware List Prices" document, effective March 6, 2025 H-GAC FL10-24A "Response Price List" document Attachment-A Routeware, Inc. Contract: FL10-24A Fleet Services Equipment Routeware, Inc. Waste management fleet software covering solid waste, snow plowing, and street sweeping operations 0-14% Docusign Envelope ID: EECA9BCF-99D0-4053-974A-D532088AEE94 +1 User CLOSED Fleet Services Equipment-A  Request For Proposal  Public Services - HGACBuy/Cooperative Purchasing Program  92800 Close Date: No Close Date  No Retention Policy  Project ID: FL10-24A Release Date: Wednesday, February 12, 2025 Due Date: Thursday, March 6, 2025 12:00pm  Posted  Wednesday, February 12, 2025 5:00am  Bid Unsealed Thursday, March 6, 2025 12:17pm by Allison Cruz  Pricing Unsealed Thursday, March 6, 2025 12:17pm by Allison Cruz All dates & times in Central Time Viewing Phase 3 (current) 5. Specifications/Categories/Scope of Work 5.1. Categories This is an indefinite quantity/indefinite delivery offerings contract – The HGACBuy Customer is responsible to ensure adequate competition is performed between the various contractors or contractors outside of HGACBuy to determine price reasonableness that might be required per any funding agency. Customer will need to ensure compliance with any funding agency requirements before proceeding with a purchase order under this contract. Please consult legal counsel regarding questions concerning compliance as a contractor under this solicitation. This solicitation is a supplement to the previously awarded contracts for FL10-24. Current FL10-24 contract holders do not need to submit a response to this solicitation. This Solicitation is divided into separate product categories. Respondent may choose to submit a response to any of the categories or all of them. No additional weighted value will be assigned to a response that addresses more than one or all categories listed. All equipment must be the manufacturer’s new and current models and must be fully operational upon delivery to the Customer. Categories are as follows: A. Vehicle Lifts and Support Equipment – Heavy Duty: Mobile and stationary heavy duty hydraulic vehicle lift equipment, covering such configurations as 2 and 4-post lifts, scissor lifts, parallelogram lifts, and related equipment Create Docusign Envelope ID: EECA9BCF-99D0-4053-974A-D532088AEE94 5.2. Manuals and Manufacturers' Specifications B. Vehicle Lifts and Support Equipment – Smaller Shop Designs: Such as jacks, cranes, dollies, and associated smaller shop material handlers C. Tire and Wheel Equipment: Tire changers, wheel balancers, brake lathes, alignment machines, and related equipment D. Exhaust Extraction Equipment: Exhaust extraction equipment as is commonly associated with fire stations and fleet facilities and associated with emergency vehicles, and related equipment E. Lubrication and Fluid Management Equipment: Automated and/or manual shop lubrication equipment (e.g. fuel, brake, transmission, power steering, coolant, and refrigerant fluid exchange equipment), and related equipment F. Stationary Vehicle Wash Systems: At a minimum, these must be presented as complete manufacturer’s catalogs, with pricing on all equipment and manufacturer options. Additionally, H‑GAC strongly encourages pricing of complete application-specific solutions as well. Such priced packages must be priced to include all standard and necessary manufacturer wash equipment components for basic operation, such as standard operator controls, control valves, float switches rails, water and detergent pumps, brushes, et cetera (H-GAC Member may use this as-is or customize with Respondents’ priced catalog options). Such base wash system package's pricing must be exclusive of additional site work, such as installation, demolition, additional plumbing, electrical work, et cetera, which Respondent must price separately. This category also accommodates stand-alone drying systems for standard to commercial sized vehicles. G. GPS Fleet Tracking Solutions: Complete equipment list pricing must be included and listed on solicitation pricing worksheet. Additionally, complete solutions/packages must be priced, and include, in a turn-key presentation: (1) all hardware (including digital recorders and standard GPS in-vehicle transponder-sender unit, standard wiring, cabling, harnesses, et cetera, for a single vehicle base system application, and (2) where applicable, associated, required standard "home office" software and mobile applications (Application Service Provider (ASP)/Single-Instance, Single-Tenant Legacy application, Software-as-a-Service (SaaS), or similar). Any required activation, service / monitoring, and maintenance fees must be detailed as such and included in Response. Such mandatory fees (and optional ones as well) that are staggered (e.g. monthly) must be presented as annual figures (calculated as the extended 12-month total) to accommodate the H-GAC purchase order system. Options, such as multi-seat licenses, additional vehicle pricing (e.g. 2+, 5+, 10+ vehicles, et cetera) must be priced as well. In this regard, Respondent may include supplemental clarification / itemization as needed. Additionally, Respondent must include a separate quotation document detailing all the components, software, required fees / licensing that are included in each base unit packed solution system priced. H. Vehicle Video Systems: Complete solutions / packages designed for recording video (and audio, where applicable) inside and/or external to vehicles (cars, buses, et cetera). Follow the general guidelines and level of detail as shown in subsection 5.1.G. I. Miscellaneous Catalogs: Portable and stationary, cold and hot water pressure washers and shop recovery systems (gas, oil/diesel, electric, natural gas, and liquefied petroleum); part washers; air compressors (portable, stationary, piston, rotary screw, et cetera); hose reels and related; undercarriage cleaners; waste oil heaters; shop/garage equipment falling under similar designs/solutions as listed herein. NOTE 1: Response cannot include pricing on equipment represented in other H-GAC contracts. Such equipment will be disallowed on any contract award. NOTE 2: Accounting / inventory and/or fleet type software is outside the scope of this solicitation. HGACBuy has as separate Office Management Software contract for such solutions. A. Contractor must supply at the time of delivery, at least one complete owner's manual (the price of which must be included in Respondent’s pricing) and any applicable operations and service documentation covering the completed products as delivered and accepted. B. Respondent must supply technical specifications which clearly show all the standard features and capabilities of the equipment in the response listing. For more response-specific “packaged” system solutions (e.g. specific vehicle wash systems), detailed quote sheets must also be included. Docusign Envelope ID: EECA9BCF-99D0-4053-974A-D532088AEE94 5.3. Heavy Lifting Equipment 5.4. Final Contract Deliverables At the time of Response submittal, for all applicable lifts, the associated equipment manufacturers must be members of the Automotive Lift Institute (ALI). Respondent must present evidence of current ALI membership and which specific models are certified. Respondent must also include the status of any pending ALI-ETL model certification(s) and the anticipated approval date. Contractor agrees to submit written quarterly reports to H-GAC detailing all transactions during the previous three (3) month period. Reports must include, but are not limited, to the following information: Customer Name and address HGACBuy confirmation number Product/Service purchased Customer Purchase Order Number Purchase Order Date Product/Service dollar amount HGACBuy Order Processing Charge amount Reports must be provided to H-GAC in Excel or other acceptable electronic format by the 30th day of the month following the quarter being reported. If Contractor defaults in providing Products or Services reporting as required by the contract, recourse may be exercised through cancellation of the contract and other legal remedies as appropriate. Docusign Envelope ID: EECA9BCF-99D0-4053-974A-D532088AEE94 Product Type Payment Type Unit of Measure MSRP SmartCity Base Fee Software License Recurring Per Month $35.00 Solid Waste Operations Software License Recurring Per Month $210.00 Snow Operations Software License Recurring Per Month $125.00 Sweeper Operations Software License Recurring Per Month $125.00 AI Module - Pothole Detection Software Add-On Recurring Per Month $80.00 AI Module - Illegal Dumping Software Add-On Recurring Per Month $130.00 AI Module - Bin Identification Software Add-On Recurring Per Month $130.00 AI Module - Contamination Software Add-On Recurring Per Month $130.00 Telematics Device Hardware Recurring Per Month $32.00 In-Cab Interface (Phone)Hardware Recurring Per Month $58.00 In-Cab Interface (Tablet)Hardware Recurring Per Month $58.00 SmartCity SurfSight Camera Hardware Recurring Per Month $160.00 SmartCity Professional Services Professional Service One Time Per Hour $250.00 Telematics Installation Professional Service One Time Each $130.00 SmartCity Camera Installation Professional Service One Time Each $395.00 Samsara Public Sector Vehicle Gateway Software License Recurring Per Month $23.00 Samsara Forward Facing Dash Camera Software License Recurring Per Month $39.00 Samsara Dual-Facing Camera Software License Recurring Per Month $55.00 Samsara Camera Connector Software License Recurring Per Month $25.00 Routeware SmartCity Product Type Payment Type Unit of Measure MSRP Elements Dispatch & Billing Subscription Software License Recurring Per Month $3,150.00 Elements Driver Subscription Software License Recurring Per Month $215.00 Elements Foundational In-Cab Subscription Software License Recurring Per Month $50.00 Elements Advanced In-Cab Subscription Software License Recurring Per Month $85.00 Elements Comprehensive In-Cab Subscription Software License Recurring Per Month $115.00 Driver Vehicle Inspection Reports Software Add-On Recurring Per Month $10.00 Premium Video Software Add-On Recurring Per Month $64.00 Tablet as a Service Hardware Recurring Per Month $42.00 10" Tablet with Full Install Kit Hardware One Time Each $1,166.00 8" Tablet with Full Install Kit Hardware One Time Each $901.00 Camera Controller Hardware One Time Each $529.00 Camera Power Kit Hardware One Time Each $42.00 Monitor for Camera Controller Hardware One Time Each $45.00 Standard HD Camera Hardware One Time Each $101.00 Dual Facing HD Dash Camera Hardware One Time Each $156.00 MDVR Monitor and Cabling for In Cab Mounting Hardware One Time Each $193.00 Reverse Camera Connector Kit Hardware One Time Each $87.00 Video Service Hardware Hardware One Time Each $217.00 Actuator Kit Hardware One Time Each $153.00 RFID Reader Hardware One Time Each $1,977.00 Handheld RFID Scanner Hardware One Time Each $440.00 Scale Serial Cable Hardware One Time Each $25.00 Scale Connector Cable - Airweigh and Loadman Hardware One Time Each $34.00 Scale Connector Cable - Vulcan Hardware One Time Each $34.00 Elements Implementation Professional Service One Time Each $25,450.00 Elements Professional Services Professional Service One Time Per Hour $250.00 Vehicle Installation Professional Service One Time Each $400.00 Camera System Installation Professional Service One Time Each $400.00 Additional Camera Installation Professional Service One Time Each $200.00 Actuator Signal Installation Professional Service One Time Each $200.00 RFID Installation Professional Service One Time Each $475.00 Scale Configuration Installation Professional Service One Time Each $85.00 Backup Camera Auto Trigger Installation Professional Service One Time Each $200.00 Camera Monitor Installation Professional Service One Time Each $85.00 Routeware Elements Includes up to one (1) of the following (hardware & hardware installation sold separately): Auto Pickup Service, Scale Service, Pounder Service Includes up to two (2) of the following (hardware & hardware installation sold separately): Auto Pickup Service, Scale Service, Pounder Service, Picture Service Includes up to three (3) of the following (hardware & hardware installation sold separately): Auto Pickup Service, Scale Service, Pounder Service, Picture Service, RFID Service Subscriptions Type Payment Type Unit of Measure MSRP Dispatch Platform Fee Software License Recurring Per Month $1,050.00 Additional Users Software Add-On Recurring Per Month $160.00 Routemaker Software Add-On Recurring Per Month $525.00 Foundational Onboard Computer Subscription Advanced Onboard Computer Subscription Comprehensive Onboard Computer Subscription Driver Vehicle Inspection Reports Software Add-On Recurring Per Month $10.00 Premium Video Software Add-On Recurring Per Month $64.00 Tablet as a Service Hardware Recurring Per Month $42.00 Basic Foundational Software Add-On Recurring Per Month $22.00 Basic Advanced Software Add-On Recurring Per Month $38.00 Basic Comprehensive Software Add-On Recurring Per Month $48.00 10" Tablet with Full Install Kit Hardware One Time Each $1,166.00 8" Tablet with Full Install Kit Hardware One Time Each $901.00 Camera Controller Hardware One Time Each $529.00 Camera Power Kit Hardware One Time Each $42.00 Monitor for Camera Controller Hardware One Time Each $45.00 Standard HD Camera Hardware One Time Each $101.00 Dual Facing HD Dash Camera Hardware One Time Each $156.00 MDVR Monitor and Cabling for In Cab Mounting Hardware One Time Each $193.00 Reverse Camera Connector Kit Hardware One Time Each $87.00 Video Service Hardware Hardware One Time Each $217.00 Actuator Kit Hardware One Time Each $153.00 RFID Reader Hardware One Time Each $1,977.00 Handheld RFID Scanner Hardware One Time Each $440.00 Scale Serial Cable Hardware One Time Each $25.00 Scale Connector Cable - Airweigh and Loadman Hardware One Time Each $34.00 Basic Heavy Duty Vehicle (HDV) Modem Hardware One Time Each $188.00 Engine Diagnostic Hardware Hardware One Time Each $196.00 Project Management & Training Professional Service One Time Each $15,750.00 Professional Services Professional Service One Time Per Hour $250.00 Vehicle Installation Professional Service One Time Each $400.00 Camera System Installation Professional Service One Time Each $400.00 Additional Camera Installation Professional Service One Time Each $200.00 Actuator Signal Installation Professional Service One Time Each $200.00 RFID Installation Professional Service One Time Each $475.00 Routeware Control Center Includes up to one (1) of the following (hardware & hardware installation sold separately): Auto Pickup Service, Scale Service, Pounder Service Includes up to two (2) of the following (hardware & hardware installation sold separately): Auto Pickup Service, Scale Service, Pounder Service, Picture Service Includes up to three (3) of the following (hardware & hardware installation sold separately): Auto Pickup Service, Scale Service, Pounder Service, Picture Service, RFID Service Software License Software License Software License Subscriptions Type Payment Type Unit of Measure MSRP Routeware Control Center Scale Configuration Installation Professional Service One Time Each $85.00 Backup Camera Auto Trigger Installation Professional Service One Time Each $200.00 Camera Monitor Installation Professional Service One Time Each $85.00 Basic Unit Installation Professional Service One Time Each $90.00 Product Vehicle Range Type Payment Type Unit of Measure MSRP EasyRoute Subscription 1 - 15 Software License Recurring Per Month $1,707.00 EasyRoute Subscription 16 - 25 Software License Recurring Per Month $2,401.00 EasyRoute Subscription 26 - 40 Software License Recurring Per Month $3,313.00 EasyRoute Subscription 41 - 50 Software License Recurring Per Month $3,896.00 EasyRoute Subscription 51 - 65 Software License Recurring Per Month $4,293.00 EasyRoute Subscription 66 - 80 Software License Recurring Per Month $4,659.00 EasyRoute Subscription 81 - 110 Software License Recurring Per Month $5,109.00 EasyRoute Subscription 111 - 180 Software License Recurring Per Month $5,867.00 EasyRoute Subscription 181 - 200 Software License Recurring Per Month $6,546.00 EasyRoute Subscription 201 - 400 Software License Recurring Per Month $8,936.00 EasyRoute Subscription 401 - 600 Software License Recurring Per Month $12,005.00 EasyRoute Subscription 601 - 800 Software License Recurring Per Month $15,079.00 Professional Services One Time Each $5,250.00 Professional Services One Time Each $7,500.00 Professional Services One Time Per Hour $250.00Professional Services EasyRoute Training EasyRoute Support Service Packs (30 Hours) EasyRoute Product Population Type Payment Type Unit of Measure MSRP Educate Less than 30,000 Software License Recurring Per Month $644.00 Educate 30,000 - 50,000 Software License Recurring Per Month $665.00 Educate 50,000 - 100,000 Software License Recurring Per Month $817.00 Educate 100,000 - 200,000 Software License Recurring Per Month $975.00 Educate 200,000 - 400,000 Software License Recurring Per Month $1,118.00 Educate 400,000 - 700,000 Software License Recurring Per Month $1,255.00 Educate 700,000 - 1,000,000 Software License Recurring Per Month $1,880.00 Educate 1,000,000 - 1,500,000 Software License Recurring Per Month $1,976.00 Educate 1,500,000 - 2,000,000 Software License Recurring Per Month $2,108.00 Educate 2,000,000 - 4,000,000 Software License Recurring Per Month $2,704.00 Communicate Less than 30,000 Software License Recurring Per Month $1,308.00 Communicate 30,000 - 50,000 Software License Recurring Per Month $1,328.00 Communicate 50,000 - 100,000 Software License Recurring Per Month $1,754.00 Communicate 100,000 - 200,000 Software License Recurring Per Month $2,225.00 Communicate 200,000 - 400,000 Software License Recurring Per Month $2,917.00 Communicate 400,000 - 700,000 Software License Recurring Per Month $3,968.00 Communicate 700,000 - 1,000,000 Software License Recurring Per Month $6,069.00 Communicate 1,000,000 - 1,500,000 Software License Recurring Per Month $8,045.00 Communicate 1,500,000 - 2,000,000 Software License Recurring Per Month $9,769.00 Communicate 2,000,000 - 4,000,000 Software License Recurring Per Month $12,197.00 Operate Less than 30,000 Software License Recurring Per Month $1,603.00 Operate 30,000 - 50,000 Software License Recurring Per Month $2,160.00 Operate 50,000 - 100,000 Software License Recurring Per Month $2,982.00 Operate 100,000 - 200,000 Software License Recurring Per Month $4,305.00 Operate 200,000 - 400,000 Software License Recurring Per Month $6,104.00 Operate 400,000 - 700,000 Software License Recurring Per Month $8,422.00 Operate 700,000 - 1,000,000 Software License Recurring Per Month $12,034.00 Operate 1,000,000 - 1,500,000 Software License Recurring Per Month $16,330.00 Operate 1,500,000 - 2,000,000 Software License Recurring Per Month $21,704.00 Operate 2,000,000 - 4,000,000 Software License Recurring Per Month $34,743.00 Engage Less than 30,000 Software License Recurring Per Month $2,025.00 Engage 30,000 - 50,000 Software License Recurring Per Month $2,582.00 Engage 50,000 - 100,000 Software License Recurring Per Month $3,546.00 Engage 100,000 - 200,000 Software License Recurring Per Month $5,002.00 Engage 200,000 - 400,000 Software License Recurring Per Month $6,927.00 Engage 400,000 - 700,000 Software License Recurring Per Month $9,367.00 Engage 700,000 - 1,000,000 Software License Recurring Per Month $13,505.00 Engage 1,000,000 - 1,500,000 Software License Recurring Per Month $17,857.00 Engage 1,500,000 - 2,000,000 Software License Recurring Per Month $23,344.00 Engage 2,000,000 - 4,000,000 Software License Recurring Per Month $37,062.00 Additional Waste Wizard Community Less than 30,000 Software Add-On Recurring Per Month $189.00 Additional Waste Wizard Community 30,000 - 50,000 Software Add-On Recurring Per Month $195.00 Additional Waste Wizard Community 50,000 - 100,000 Software Add-On Recurring Per Month $240.00 ReCollect Product Population Type Payment Type Unit of Measure MSRP ReCollect Additional Waste Wizard Community 100,000 - 200,000 Software Add-On Recurring Per Month $286.00 Additional Waste Wizard Community 200,000 - 400,000 Software Add-On Recurring Per Month $328.00 Additional Waste Wizard Community 400,000 - 700,000 Software Add-On Recurring Per Month $368.00 Additional Waste Wizard Community 700,000 - 1,000,000 Software Add-On Recurring Per Month $552.00 Additional Waste Wizard Community 1,000,000 - 1,500,000 Software Add-On Recurring Per Month $580.00 Additional Waste Wizard Community 1,500,000 - 2,000,000 Software Add-On Recurring Per Month $619.00 Additional Waste Wizard Community 2,000,000 - 4,000,000 Software Add-On Recurring Per Month $795.00 Mobile App Less than 30,000 Software Add-On Recurring Per Month $429.00 Mobile App 30,000 - 50,000 Software Add-On Recurring Per Month $518.00 Mobile App 50,000 - 100,000 Software Add-On Recurring Per Month $562.00 Mobile App 100,000 - 200,000 Software Add-On Recurring Per Month $700.00 Mobile App 200,000 - 400,000 Software Add-On Recurring Per Month $849.00 Mobile App 400,000 - 700,000 Software Add-On Recurring Per Month $1,137.00 Mobile App 700,000 - 1,000,000 Software Add-On Recurring Per Month $1,331.00 Mobile App 1,000,000 - 1,500,000 Software Add-On Recurring Per Month $1,426.00 Mobile App 1,500,000 - 2,000,000 Software Add-On Recurring Per Month $1,579.00 Mobile App 2,000,000 - 4,000,000 Software Add-On Recurring Per Month $1,753.00 Curbside Audit Less than 30,000 Software Add-On Recurring Per Month $658.00 Curbside Audit 30,000 - 50,000 Software Add-On Recurring Per Month $746.00 Curbside Audit 50,000 - 100,000 Software Add-On Recurring Per Month $860.00 Curbside Audit 100,000 - 200,000 Software Add-On Recurring Per Month $1,097.00 Curbside Audit 200,000 - 400,000 Software Add-On Recurring Per Month $1,211.00 Curbside Audit 400,000 - 700,000 Software Add-On Recurring Per Month $1,421.00 Curbside Audit 700,000 - 1,000,000 Software Add-On Recurring Per Month $1,667.00 Curbside Audit 1,000,000 - 1,500,000 Software Add-On Recurring Per Month $2,149.00 Curbside Audit 1,500,000 - 2,000,000 Software Add-On Recurring Per Month $2,569.00 Curbside Audit 2,000,000 - 4,000,000 Software Add-On Recurring Per Month $2,569.00 Online Payments Less than 30,000 Software Add-On Recurring Per Month $158.00 Online Payments 30,000 - 50,000 Software Add-On Recurring Per Month $158.00 Online Payments 50,000 - 100,000 Software Add-On Recurring Per Month $224.00 Online Payments 100,000 - 200,000 Software Add-On Recurring Per Month $259.00 Online Payments 200,000 - 400,000 Software Add-On Recurring Per Month $305.00 Online Payments 400,000 - 700,000 Software Add-On Recurring Per Month $362.00 Online Payments 700,000 - 1,000,000 Software Add-On Recurring Per Month $408.00 Online Payments 1,000,000 - 1,500,000 Software Add-On Recurring Per Month $603.00 Online Payments 1,500,000 - 2,000,000 Software Add-On Recurring Per Month $568.00 Online Payments 2,000,000 - 4,000,000 Software Add-On Recurring Per Month $638.00 Text Messaging 1,000 Subscriber Blocks Software Add-On Recurring Per Month $55.00 Professional Service One Time Each $2,625.00 Professional Service One Time Each $5,250.00 Small ReCollect Implementation Large ReCollect Implementation Product Population Limits Type Payment Type Unit of Measure MSRP Recyclist Essential Less than 30,000 Software License Recurring Per Month 2,790.00 Recyclist Essential 30,000 - 50,000 Software License Recurring Per Month 2,970.00 Recyclist Essential 50,000 - 100,000 Software License Recurring Per Month 3,160.00 Recyclist Essential 100,000 - 200,000 Software License Recurring Per Month 3,340.00 Recyclist Essential 200,000 - 400,000 Software License Recurring Per Month 3,530.00 Recyclist Essential 400,000 - 700,000 Software License Recurring Per Month 3,710.00 Recyclist Essential 700,000 - 1,000,000 Software License Recurring Per Month 3,900.00 Recyclist Essential 1,000,000 - 1,500,000 Software License Recurring Per Month 4,090.00 Recyclist Essential 1,500,000 - 2,000,000 Software License Recurring Per Month 4,280.00 Recyclist Essential 2,000,000 - 4,000,000 Software License Recurring Per Month 4,460.00 Recyclist Plus Less than 30,000 Software License Recurring Per Month 3,680.00 Recyclist Plus 30,000 - 50,000 Software License Recurring Per Month 3,860.00 Recyclist Plus 50,000 - 100,000 Software License Recurring Per Month 4,050.00 Recyclist Plus 100,000 - 200,000 Software License Recurring Per Month 4,230.00 Recyclist Plus 200,000 - 400,000 Software License Recurring Per Month 4,430.00 Recyclist Plus 400,000 - 700,000 Software License Recurring Per Month 4,610.00 Recyclist Plus 700,000 - 1,000,000 Software License Recurring Per Month 4,800.00 Recyclist Plus 1,000,000 - 1,500,000 Software License Recurring Per Month 4,980.00 Recyclist Plus 1,500,000 - 2,000,000 Software License Recurring Per Month 5,170.00 Recyclist Plus 2,000,000 - 4,000,000 Software License Recurring Per Month 5,350.00 Limited Access & Reporting Per Jurisdiction Software Add-On Recurring Per Month 535.00 Professional Services Recurring Per Month 1,065.00 Professional Services One Time Each 1,330.00 Professional Services One Time Each 1,065.00 Professional Services One Time Each 530.00 Professional Services One Time Each 11,000.00Program Tracker Implementation Recyclist Prepaid Data Imports Adhoc Data Imports Custom Data Template Surcharge Open Market Data Surcharge Respondent: Type of Equipment, Options, or Services (Ref. specific category designations on FL10-24 specification) Description Discount % Off List Price Other Pricing, Where Applicable (e.g. installation cost/hour) 1/5/2026 1/5/2026 Routeware Quoted Price MSRP PRICE AFTER HGAC DISCOUNT CITY DISCOUNT % Q-16165 QTY TOTAL G: GPS Fleet Tracking Solutions - Software License Software License: SmartCity Base Fee - Per Month 14%NA 35.00$ 30.10$ 21.1%27.60$ 53 17,553.60$ ANNUAL - Recurring G: GPS Fleet Tracking Solutions - Software License Software License: Solid Waste Operations - Per Month 4%NA 210.00$ 201.60$ 19.0%170.20$ 53 108,247.20$ANNUAL - Recurring G: GPS Fleet Tracking Solutions - Hardware Hardware: In-Cab Interface (Tablet) - Per Month 5%NA 58.00$ 55.10$ 5.2%55.00$ 53 34,980.00$ ANNUAL - Recurring H: Vehicle Video Systems - Software Add-On Software Add-On: Premium Video - Per Month 4%NA 64.00$ 61.44$ 4.7%61.00$ 53 38,796.00$ ANNUAL - Recurring H: Vehicle Video Systems - Hardware Hardware: Camera Controller - Each 5%NA 529.00$ 502.55$ 5.7%499.00$ 53 26,447.00$ Hardware - ONE-TIME H: Vehicle Video Systems - Hardware Hardware: Camera Power Kit - Each 4%NA 42.00$ 40.32$ 4.8%40.00$ 53 2,120.00$ Hardware - ONE-TIME H: Vehicle Video Systems - Hardware Hardware: Monitor for Camera Controller - Each 6%NA 45.00$ 42.30$ 6.7%42.00$ 4 168.00$ Hardware - ONE-TIME H: Vehicle Video Systems - Hardware Hardware: Standard HD Camera - Each 5%NA 101.00$ 95.95$ 5.9%95.00$ 206 19,570.00$ Hardware - ONE-TIME H: Vehicle Video Systems - Hardware Hardware: Video Service Hardware - Each 5%NA 217.00$ 206.15$ 5.5%205.00$ 53 10,865.00$ Hardware - ONE-TIMEG: GPS Fleet Tracking Solutions - Professional Service Professional Service: Vehicle Installation - Each 5%NA 400.00$ 380.00$ 5.0%380.00$ 53 20,140.00$ Services - ONE-TIMEH: Vehicle Video Systems - Professional Service Professional Service: Camera System Installation - Each 5%NA 400.00$ 380.00$ 5.0%380.00$ 53 20,140.00$ Services - ONE-TIMEH: Vehicle Video Systems - Professional Service Professional Service: Additional Camera Installation - Each 5%NA 200.00$ 190.00$ 5.0%190.00$ 153 29,070.00$ Services - ONE-TIMEG: GPS Fleet Tracking Solutions - Professional Service Professional Service: Project Management & Training - Each 4%NA ########15,120.00$ 0.0%-$ 0 -$ Services - ONE-TIME SmartCity Implementation (Small)? G: GPS Fleet Tracking Solutions - Professional Services Professional Services: Professional Services - Per Hour 10%NA 250.00$ 225.00$ 10.0%225 85 19,125.00$ Services - ONE-TIME Total 347,221.80$ All price lists referenced on this form must be included separately, in their entirety, with Respodent's uploaded offer Response Price List HGACBuy Solicitation: FL10-24-A Routeware, Inc. This completed form must be submitted in its original Excel format (no PDF) Respondent may add as many lines as is needed and may use supplemental documents (to be noted on this form) SmartCity Implementation (Small)? Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#26-0079 Agenda Date: 2/2/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Clerk Agenda Number: 7.1 SUBJECT/RECOMMENDATION: Appoint Chantala Davis to the North Greenwood Community Redevelopment Area Citizens Advisory Committee, as the Non Profit Representative, for a term expiring February 5, 2028. SUMMARY: APPOINTMENT WORKSHEET BOARD: North Greenwood Community Redevelopment Area Citizens Advisory Committee TERM: 2 Years APPOINTED BY: City Council FINANCIAL DISCLOSURE: Not required RESIDENCY REQUIREMENT: City of Clearwater; must reside, conduct business, or own a business in the North Greenwood CRA area SPECIAL QUALIFICATIONS: None MEMBERS: 5; three are appointed by City Council and the remaining two members are appointed by the Pinellas County Board of Commissioners. There shall be one Ex Officio member who represents the Clearwater Urban Leadership Coalition, Inc. MEETING DATES: As needed PLACE: North Greenwood Recreation Center, Room 1 APPOINTMENTS NEEDED: 1 THE FOLLOWING INDIVIDUAL HAS SUBMITTED AN APPLICATION AND MEETS THE MEMBERSHIP CRITERIA: 1.Chantala Davis - 361 Hancock Street, Dunedin, 34698 - A Mother’s Arms, Inc., Director Page 1 City of Clearwater Printed on 1/27/2026 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. * Not a Clearwater Resident Do you own or represent a business in Clearwater? Yes No If yes, where is the business located? Do you conduct business with the City? 714 N Fort Harrison Ave Clearwater Which Boards would you like to apply for? North Greenwood CRA Citizen Advisory Committee: Submitted Occupation - If retired, enter former occupation. non for profit 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 Chantala Davis amothersarmsinc@gmail.com 361 Hancock Street Dunedin FL 34698 Home: (727) 288-8038 Business: (727) 815-6399 A Mothers Arms Inc Founder/Director Chantala Davis Upload a Resume Why do you wish to serve on this board/committee? If seeking reappointment, state why you should be reappointed. I want to serve on the advisory board because I am deeply committed to the revitalization and growth of our neighborhood. As a community leader and founder of an organization that serves local families, I have seen firsthand both the challenges our residents face and the incredible potential that exists here. Serving on the board would allow me to share my insight, represent community voices, and collaborate with others who are equally dedicated to creating positive change. What personal qualifications can you bring to this board or committee? I believe my experience as being the founder and director of my own non profit organization in addition to being a component of community engagement, organizing programs, and connecting people with resources I can help shape strategies that truly meet our neighborhood’s needs. List Community Activities Community block parties and family oriented events, teen support group, senior support group, life skills development classes, resource closet, women empowerment events, educational trainings 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) Chantala_resume_2025.docx Chantala Davis 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: 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. 09/01/1969 Chantala Davis Chantala Davis 361 Hancock Street, Dunedin, Florida 34698 | amothersarmsinc@gmail.com | 727-815-6399 | amothersarms.org Professional Summary Nonprofit founder and human services professional with expertise in community advocacy, healthcare administration, and youth/family support. Proven leader with experience building partnerships, facilitating programs, and guiding families toward stability. Passionate about empowering underserved communities, strengthening personal development, and fostering growth. Experience Founder & President/Director – A Mothers Arms, Inc. | Clearwater, FL 2018–Present - Lead nonprofit organization supporting struggling mothers and families. - Develop community programs, partnerships, and advocacy initiatives. - Oversee planning, fundraising, and engagement to expand resources and services. Surgery Authorization Specialist – Eye Institute of West Florida | Largo, FL 2009–2019 - Scheduled surgeries, obtained authorizations, and verified insurance. - Handled high-volume calls and assisted patients with professionalism. - Coordinated with medical staff to streamline scheduling and compliance. Community-Based Roles – Various Organizations Outreach Worker | Program Facilitator | Youth Support Worker - Delivered direct support to youth and families through outreach and education. - Facilitated group sessions to build life skills and leadership in youth. - Partnered with schools and agencies to expand access to vital services. Education Eckerd College – St. Petersburg, FL - Bachelor of Arts in Human Services - Dunedin High School – Dunedin, FL - Parent Instructor Certification Affiliations - National Black Child Development Institute – Active Member - Dunedin Social Services – Active Member - Leadership Pinellas – Active Member Skills Nonprofit Leadership | Community Outreach | Youth & Family Support | Advocacy | Program Development |Partnership Building |Healthcare Administration | Insurance Verification & Authorizations Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#26-0075 Agenda Date: 2/2/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Attorney Agenda Number: 8.1 SUBJECT/RECOMMENDATION: Appoint Owen Kohler to serve as Interim City Attorney beginning February 10, 2026. SUMMARY: On December 12, 2025, City Attorney David Margolis notified the City Council that he intends to resign. Mr. Margolis intends to continue serving as City Attorney through February 9, 2026. On January 5, 2026, the City Council accepted Mr. Margolis' resignation and expressed support for the formal appointment of an Interim City Attorney. Lead Assistant City Attorney Owen Kohler has been identified for that role and is willing to serve. Mr. Margolis has drafted an addendum to Mr. Kohler's existing employment agreement for Council's consideration. If this addendum is approved by a supermajority of the City Council, Mr. Kohler will begin serving as Interim City Attorney on February 10, 2026. His appointment will expire on August 7, 2026, or upon appointment of a permanent City Attorney, whichever occurs first. Other terms and conditions, including salary and possible future scenarios, are also discussed in the attached agreement. APPROPRIATION CODE AND AMOUNT: N/A Page 1 City of Clearwater Printed on 1/27/2026 Page 1 of 3 ADDENDUM TO EMPLOYMENT AGREEMENT LETTER DATED FEBRUARY 8, 2018 Mr. Owen Kohler 600 Cleveland St, 6th Floor Clearwater, FL 33755 Dear Mr. Kohler: The Clearwater City Council has appointed you to serve as Interim City Attorney commencing on February 10, 2026. This appointment will continue through August 7, 2026, or until a permanent City Attorney begins serving in that role, whichever occurs first. During your tenure as Interim City Attorney, you shall perform all of the functions expected of the City Attorney as written in the City of Clearwater’s job description for the position of City Attorney. In addition, you shall abide by the following rules: • The Interim City Attorney shall remain in the exclusive employ of the City and shall not engage in any other employment or business activity without specific prior approval of the City Council. • The Interim City Attorney agrees to continually provide his best efforts to efficiently and effectively perform his duties in a professional manner, uphold the City regulations and policies, support the council/manager form of government as expressed in the City Charter, advance the mission statement, the values and principles of operation as adopted by the City Council, and abide by ethical standards of conduct including State law, City Code, the State Code of Ethics, and the Florida Bar’s Rules of Professional Conduct. While serving as Interim City Attorney, your salary and benefits shall be as follows: a. Your salary shall be increased by twenty percent (20%), beginning with the pay period inclusive of February 10, 2026. This new amount shall be described as your “interim salary.” b. The City’s 401(a) contributions to your retirement account shall be calculated based on your interim salary. c. All other benefits shall remain consistent with the benefits you currently receive as Lead Assistant City Attorney. Selection of a different Interim City Attorney: • Because the Interim City Attorney is employed directly by the City Council, the City Council reserves the right to appoint a different Interim City Attorney at any time, with or without cause. Page 2 of 3 • In the event the City Council appoints a different Interim City Attorney while you are serving as Interim City Attorney, you shall immediately resume your role as Lead Assistant City Attorney. In such instance, your salary, benefits, and job responsibilities shall revert to those that were in effect on February 9, 2026. Selection of a permanent City Attorney: • In the event the City Council selects a permanent City Attorney (other than yourself) while you are serving as Interim City Attorney, you shall immediately resume your role as Lead Assistant City Attorney. In such instance, your salary, benefits, and job responsibilities shall revert to those that were in effect on February 9, 2026. Optional extensions of this addendum: • The previous sections of this addendum govern the time period between February 10, 2026, through August 7, 2026. • If a permanent City Attorney has not begun serving by August 8, 2026, the City Council may, at its option and following a supermajority vote, reappoint you to continue serving as Interim City Attorney. In such instance, the City Council shall specify a new date on which your service as Interim City Attorney shall conclude. • If you remain the Interim City Attorney through October 1, 2026, the City Council agrees to consider a salary increase, and may award any increase it deems appropriate at that time. Limitations regarding this addendum: • All terms and conditions of your Employment Agreement Letter dated February 8, 2018, shall remain in effect except as provided in this addendum. If this Addendum to your Employment Agreement Letter confirming your appointment as Interim City Attorney is satisfactory to you, please sign and date below. INTERIM CITY ATTORNEY ACKNOWLEDGEMENT AND ACCEPTANCE: __________________________________ __________________________________ Owen Kohler Date signed Page 3 of 3 CITY OF CLEARWATER, FLORIDA By:_______________________________ Bruce Rector, Mayor Approved as to form: Attest: __________________________________ __________________________________ David Margolis, B.C.S. Rosemarie Call City Attorney City Clerk Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#26-0057 Agenda Date: 2/2/2026 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Attorney Agenda Number: 8.2 SUBJECT/RECOMMENDATION: Amend Council Rule 6 to temporarily restore public comment regarding matters not on the agenda and adopt Resolution 26-02. SUMMARY: At the January 12 work session, the City Council directed the City Attorney to update Council Rules. Resolution 26-02 revises Council Rule 6 to restore the portion of the meeting allowing citizens to speak at Council meetings regarding items not on the agenda. Council further requested the following rules relating exclusively to this portion of the meeting: ·This portion of the meeting will occur near the end of the meeting. ·The time period for citizens to comment on non-agenda items will be 30 minutes. ·No time-sharing among or between individual speakers or groups will be allowed. The City Council agreed that this protocol will remain in effect for three months. After conferring with the City Clerk, the City Attorney drafted the Resolution 26-02. It is presented for council discussion and consideration. APPROPRIATION CODE AND AMOUNT: N/A Page 1 City of Clearwater Printed on 1/27/2026 Resolution No. 26-02 RESOLUTION NO. 26-02 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA, AMENDING COUNCIL RULES; PROVIDING AN EFFECTIVE DATE. WHEREAS, Section 2.08 of the Clearwater City Charter requires the City Council to determine its own rules and order of business; and WHEREAS, the Courts have ruled that City Council meetings are limited public forums for purposes of First Amendment analyses; and WHEREAS, the primary purpose of City Council meetings is to conduct an orderly meeting, to receive input from citizens regarding matters on the agenda, and to vote on Council business; and WHEREAS, the City Council wishes to balance this purpose with the desire of citizens to publicly address City leaders regarding topics not on the agenda; and WHEREAS, the City Council had reserved a time for this purpose prior to the adoption of Resolution 25-03; and WHEREAS, the City Council finds that thirty (30) minutes is an appropriate and reasonable time-frame for City leaders to hear public comment regarding any matter relevant to the City that is not on the Council agenda; and WHEREAS, the City Council wishes to maximize the number of different speakers who can be heard during that thirty (30) minute window; and WHEREAS, the City Council finds that three (3) months is an appropriate time-frame in which to evaluate the reasonableness of these rules; now therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. Rule 6, Order of Business, be amended as follows: (1) The order of business for a regular or special meeting of the City Council or Pension Trustees shall ordinarily be: A. Invocation B. Pledge Resolution No. 26-02 C. Special recognitions and presentations (Proclamations, service awards, or other special recognitions. Presentations by government agencies or groups providing formal updates to Council will be limited to ten minutes.) D. Minutes of previous meetings E. Consent Agenda F. Public Hearings (not before 6:00 p.m.) Legislative and administrative matters: 1. Presentation of issues by City staff. 2. Statement of case by applicant or representative (5 minutes). 3. Council questions. 4. Comments in support and comments in opposition. See subsection (3) below regarding time limitations for speakers. 5. Council questions. 6. Final rebuttal by applicant or representative (5 minutes). 7. Council motion to determine disposition. Quasi-judicial Hearings: 1. Staff states its recommendation and briefly summarizes its reasons for the recommendation and submits record (minutes, staff report, and application) adduced before the Community Development Board (2 minutes). 2. Applicant presents case, including its testimony and exhibits. (15 minutes). 3. Staff presents further evidence. (10 minutes). 4. Public comment. See subsection (3) below regarding time limitations for speakers. 5. City Council discussion. 6. Applicant may call witnesses in rebuttal (5 minutes). 7. Conclusion by applicant (3 minutes). 8. Council motion to determine disposition. Second Reading of Ordinances 1. Public comment. See subsection (3) below regarding time limitations for speakers. 2. Council motion to determine disposition. All time limits may be extended upon request, if approved by a majority of the City Council. G. Citizens to be Heard on topics pertaining to City business but not on the agenda. Resolution No. 26-02 H. City Manager reports. I. City Attorney reports. J. Other Council action K. Closing comments by Councilmembers (limited to 3 minutes) L. Closing comments by Mayor *** (3) Public comment shall be accepted only during portions of the meeting where a motion is made or other proposition is debated by the Council. Ordinarily, this means that public comment will be accepted during the Consent Agenda, Public Hearings, and Citizens to be Heard. Public comment shall also be accepted during Other Council Action, if a motion if a motion is made or other proposition is debated by the Council. The following rules shall govern all public comment, regardless of the portion of the meeting in which the public comment occurs: A. Persons speaking before the City Council shall submit a completed comment card to the City Clerk (right-hand side of dais) before the speaker will be permitted to speak. If the speaker has just arrived or decided to speak, the Chair may allow the card to be filled out after speaking. B. Each individual may speak for a maximum of three (3) minutes. The Mayor shall advise the speaker that their time has expired. C. If the speaker remains at the podium after the speaker’s time has expired, thereby interfering with other persons who may wish to be heard, the speaker’s microphone may be turned off, or the Mayor may rule the person out of order in accordance with Rule 15. D. No person shall speak more than once on the same subject at the same meeting unless granted permission by the City Council. (4) In addition to the rules set forth in Section 1(3), which govern all public comment, the following additional rules shall govern public comment regarding items on the agenda: A. Comments in regard to agenda items pending before the Council shall be limited to a total of sixty (60) minutes, which can be extended upon Council approval. B. Representatives of a group may speak for three (3) minutes plus an additional minute for each person in the audience that waives their right to speak, up to a maximum of ten (10) minutes. A comment card will be provided to document the request for additional time and those agreeing to waive their right to speak. When time limits are set for speakers, unused time cannot be passed from one speaker to another. Resolution No. 26-02 (5) In addition to the rules set forth in Section 1(3), which govern all public comment, the following additional rules shall govern public comment during Citizens to be Heard: A. Comments in regard to items not on the agenda shall be limited to thirty (30) minutes total, or ten (10) individual speakers, whichever is greater. The time limit or number of speakers can be extended upon Council approval. B. No speaker shall give or receive additional time or minutes to or from another member of the audience. Section 2. This resolution shall take effect immediately upon adoption. Section 3. This resolution shall expire on May 8, 2026. Following its expiration, the phrasing of Council Rule 6 shall revert to the version that existed on February 4, 2026. PASSED AND ADOPTED this 5th day of February, 2026. ____________________________ Bruce Rector Mayor Approved as to form: Attest: __________________________ _____________________________ David Margolis Rosemarie Call City Attorney City Clerk Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: Ord. 9866-26 2nd rdg Agenda Date: 2/2/2026 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: City Attorney Agenda Number: 8.3 SUBJECT/RECOMMENDATION: Adopt Ordinance 9866-26 on second reading, annexing certain unaddressed real property 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. Page 1 City of Clearwater Printed on 1/27/2026 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” 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: Ord. 9867-26 2nd rdg Agenda Date: 2/2/2026 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: City Attorney Agenda Number: 8.4 SUBJECT/RECOMMENDATION: Adopt Ordinance 9867-26 on second reading, amending the future land use element of the Comprehensive Plan of the city to designate the land use for certain unaddressed real property in Clearwater, Florida 33759, upon annexation into the City of Clearwater, as Residential Medium (RM). Page 1 City of Clearwater Printed on 1/27/2026 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” 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: Ord. 9868-26 2nd rdg Agenda Date: 2/2/2026 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: City Attorney Agenda Number: 8.5 SUBJECT/RECOMMENDATION: Adopt Ordinance 9868-26 on second reading, amending the Zoning Atlas of the city by zoning certain unaddressed real property in Clearwater, Florida 33759, upon annexation into the City of Clearwater, as Medium Density Residential (MDR). Page 1 City of Clearwater Printed on 1/27/2026 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: Ord. 9869-26 2nd rdg Agenda Date: 2/2/2026 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: City Attorney Agenda Number: 8.6 SUBJECT/RECOMMENDATION: Adopt Ordinance 9869-26 on second reading, annexing certain real property whose post office address is 2265 N. 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. Page 1 City of Clearwater Printed on 1/27/2026 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: 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. https://myclearwater.sharepoint.com/sites/PlanningDivision/Shared Documents/Cases/ANX Annexation/Pending/2265 North McMullen Booth Road ANX2025-11012 - Joseph Courey/Maps/LocANX2025-11012.docx LOCATION 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) AERIAL PHOTOGRAPH 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) SURROUNDING EXISTING USES MAP Owner(s): Jennifer Hearn and Julie Hearn, Co-Trustees of 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) Detached Dwellings Detached Dwellings Detached Dwellings 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: Ord. 9870-26 2nd rdg Agenda Date: 2/2/2026 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: City Attorney Agenda Number: 8.7 SUBJECT/RECOMMENDATION: Adopt Ordinance 9870-26 on second reading, amending the future land use element of the Comprehensive Plan of the city to designate the land use for certain real property whose post office address is 2265 N. McMullen Booth Road, Clearwater, Florida 33759, upon annexation into the City of Clearwater, as Residential Suburban (RS). Page 1 City of Clearwater Printed on 1/27/2026 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 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. https://myclearwater.sharepoint.com/sites/PlanningDivision/Shared Documents/Cases/ANX Annexation/Pending/2265 North McMullen Booth Road ANX2025-11012 - Joseph Courey/Maps/LocANX2025-11012.docx LOCATION 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) AERIAL PHOTOGRAPH 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) SURROUNDING EXISTING USES MAP Owner(s): Jennifer Hearn and Julie Hearn, Co-Trustees of 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) Detached Dwellings Detached Dwellings Detached Dwellings 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: Ord. 9871-26 2nd rdg Agenda Date: 2/2/2026 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: City Attorney Agenda Number: 8.8 SUBJECT/RECOMMENDATION: Adopt Ordinance 9871-26 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 2265 N. McMullen Booth Road, Clearwater, Florida 33759, upon annexation into the City of Clearwater, as Low Density Residential (LDR). Page 1 City of Clearwater Printed on 1/27/2026 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 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. https://myclearwater.sharepoint.com/sites/PlanningDivision/Shared Documents/Cases/ANX Annexation/Pending/2265 North McMullen Booth Road ANX2025-11012 - Joseph Courey/Maps/LocANX2025-11012.docx LOCATION 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) AERIAL PHOTOGRAPH 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) SURROUNDING EXISTING USES MAP Owner(s): Jennifer Hearn and Julie Hearn, Co-Trustees of 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) Detached Dwellings Detached Dwellings Detached Dwellings 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#26-0050 Agenda Date: 2/2/2026 Status: Agenda ReadyVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 11.1 SUBJECT/RECOMMENDATION: Adopt resolution opposing the inclusion of new offshore oil and gas leasing off the coast of Florida - Councilmember Allbritton. SUMMARY: Page 1 City of Clearwater Printed on 1/27/2026 WHEREAS, the economy of Clearwater depends heavily on a healthy coastal and marine environment, supporting industries such as tourism, recreation, commercial and recreational fishing, and related small businesses; and WHEREAS, clean water, thriving ecosystems, and an attractive coastal environment are vital to maintaining property values, sustaining local businesses, and ensuring the quality of life for residents and visitors alike; and WHEREAS, offshore oil and gas exploration, development, and drilling carry inherent risks, including oil spills, leaks, habitat destruction, and pollution, which could cause significant, long-term harm to our coastal economy, natural resources, and way of life; and WHEREAS, seismic airgun blasting used in offshore oil and gas exploration poses a significant threat to marine life, including whales, dolphins, sea turtles, and fish stocks, by producing loud, repetitive underwater noise that can disrupt communication, navigation, reproduction, and foraging behavior; and WHEREAS, the ecological damage caused by seismic testing undermines the health of marine ecosystems and directly threatens industries such as commercial and recreational fishing that depend on robust marine populations; and WHEREAS, even the perception of environmental risk associated with offshore drilling can negatively impact tourism, investment, and business development in coastal areas; and WHEREAS, the Bureau of Ocean Energy Management (BOEM) is developing the 11th National Outer Continental Shelf Oil and Gas Leasing Program and has requested public input on whether to include new offshore leasing areas; and WHEREAS, the protection of our coastal environment and economy is a priority for Clearwater, and the long-term well-being of our community outweighs the short-term benefits that expanded offshore drilling might offer to the oil and gas industry; ¥ Clearwater formally opposes the inclusion of any new offshore oil and gas ¥ Clearwater calls on our federal representatives in Congress to oppose efforts ¥ A copy of this resolution shall be sent to the Bureau of Ocean Energy PASSED AND ADOPTED by the City Council of Clearwater, Florida, on this15th day of January, 2026. Bruce Rector Mayor Rosemary Call Clerk Opposing New Offshore Oil and Gas Leasing CITY OF CLEARWATER A RESOLUTION OPPOSING THE INCLUSION OF NEW OFFSHORE OIL AND GAS LEASING OFF THE COAST OF FLORIDA IN THE FIVE-YEAR NATIONAL OUTER CONTINENTAL SHELF OIL AND GAS LEASING PROGRAM leasing off the coast of Florida in the 11th National Outer Continental Shelf Oil and Gas Leasing Program. prioritize the protection of coastal economies, communities, and ecosystems by excluding new offshore oil and gas leases from the final leasing program. to expand offshore drilling and to support policies that protect our oceans, coasts, and the industries and communities that depend on them. Clearwater urges the Bureau of Ocean Energy Management (BOEM) to• Management (BOEM), Senator(s) Ashley Moody and Rick Scott, Representative(s) Kathy Castor and Anna Paulina Luna and any other relevant officials. NOW, THEREFORE, BE IT RESOLVED by the City Council of Clearwater, Florida, that: RESOLUTION NO. 08-26 A RESOLUTION OF THE CITY OF CLEARWATER CONCERNING THE EXPANSION OF OFF SHORE OIL DRILLING IN THE GULF OF MEXICO IN AREAS OTHER THAN THOSE ALREADY APPROVED FOR OIL LEASING AND OIL EXPLORATION; PROVIDING AN EFFECTIVE DATE. WHEREAS, the Congressional ban on off shore oil drilling, which has been in effect since 1981, was put in place to reduce the chances of environmental damage from oil spills and to protect the tourism industry; and WHEREAS, the Congressional ban states that no funds may be expended by the Department of the Interior for the conduct of offshore preleasing, leasing and related activities placed under restriction in the President's moratorium statement of June 12, 1998, in the areas of northern, central, and southern California; the North Atlantic; Washington and Oregon; and the eastern Gulf of Mexico south of 26 degrees N latitude and east of 86 degrees W longitude"; and WHEREAS, the US Energy Department's forecasting arm has said opening the Pacific, Atlantic and eastern Gulf of Mexico regions to drilling would not have a significant impact on domestic crude oil prices before the year 2030; and; WHEREAS tourism accounts for one third of our budget revenues statewide and 96% of those visitors cite the beaches as an influential factor in their decision to visit Florida; and WHEREAS tourist tax collection statewide exceeded $513,385,000.00 in FY 2007 and more than 991,000 Floridians are employed in businesses that directly or indirectly support tourism; and WHEREAS, the area with the potential for the greatest risk of environmental damage is the eastern part of the Gulf of Mexico, off the western coast of Florida; and WHEREAS, environmental specialists contend the major risk from drilling platforms is the wastewater they routinely discharge which contain drilling fluids and heavy metals including mercury; and WHEREAS, According to Oil Industry data, an oil rig in the Gulf of Mexico can dump up to 90,000 tons of drilling fluid and metal cuttings over its lifetime. These contaminants accumulate in the marine food web and could reasonably be Resolution 08-26 expected to contaminate local beaches and have a negative effect on the environment and the tourism industry; and WHEREAS, the City recognizes the difference in the risk of impact from drilling for oil as opposed to natural gas; and WHEREAS, it is our belief that despite technological advances in oil rig drilling technology, there is no positive assurance that catastrophic damage to our coastline, beaches, plant and fish life could be avoided during normal operating conditions or during storm situations; now, therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA; Section 1. That before any expansion past the areas already approved for leasing and oil production activities is considered, the existing leases must be exercised and utilized where found to be productive. Section 2. That the City of Clearwater believes that immediate steps to encourage and assist in the development of alternative sources of energy should also be implemented before any expansion of oil drilling rights in the Gulf of Mexico is granted. Section 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 4th day of September 2008. J<'~ Frank V. Hibbard Mayor Approved as to form:Attest: 1J~d Pamela K. Akin City Attorney 2 RESOLUTION NO. 18-06 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA, OPPOSING OFFSHORE OIL DRILLING AND EXPLORATION ACTIVITIES; PROVIDING AN EFFECTIVE DATE. WHEREAS, the United States government has expressed an interest in opening the Atlantic Ocean and Eastern Gulf of Mexico to offshore oil and gas development and exploration; and WHEREAS, exploratory and commercial drilling, extraction, and transportation of offshore oil and gas resources pose a significant risk of an oil spill and leakage; and WHEREAS, expansion of offshore drilling would require significant onshore infrastructure, such as pipelines or refineries, which could harm the character of the coast; and WHEREAS, offshore drilling activities pose threats to treasured vacation destinations on Florida's Coasts, which are of intrinsic economic value for numerous industries, provide essential nursery habitats for recreational and commercially important fisheries, and act as natural buffers from storm surge and hurricanes; and WHEREAS, it is our belief that despite technological advances in oil rig drilling technology, there is no positive assurance that catastrophic damage to our coastline, beaches, plant and fish life could be avoided during normal operating conditions or that sufficient inspections and controls are in place to maintain the safe operations of such oil drilling platforms and pipelines; and BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The City of Clearwater is opposed to offshore oil and gas development closer than 250 miles to Florida's coasts. Section 2. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 1'3 day of Fe/2"rvev' 2018. Approved as to form: Attest: POIL L amela K. Akin City Attorney George N. Cretekos Mayor Rosemarie Call City Clerk Resolution No. 18- 06 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#26-0099 Agenda Date: 2/2/2026 Status: Agenda ReadyVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 11.2 SUBJECT/RECOMMENDATION: Discuss qualifications for new City Attorney - Councilmember Cotton. SUMMARY: Page 1 City of Clearwater Printed on 1/27/2026 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#26-0073 Agenda Date: 2/2/2026 Status: Agenda ReadyVersion: 1 File Type: Presentation(s) for Council Meeting In Control: Council Work Session Agenda Number: 16.1 SUBJECT/RECOMMENDATION: National 211 Day Proclamation - Micki Thompson (CEO) and Sean Schrader (Board Member) First Contact Organization SUMMARY: APPROPRIATION CODE AND AMOUNT: Page 1 City of Clearwater Printed on 1/27/2026