Loading...
HomeMy WebLinkAbout06-23-2025 City Council Agenda PacketCITY OF FAIRHOPE CITY COUNCIL REGULAR AGENDA Monday, June 23, 2025 - 6:00 PM City Council Chamber Council Members Jack Burrell Corey Martin Jimmy Conyers Jay Robinson Kevin G. Boone Invocation and Pledge of Allegiance 1.Approve minutes of June 9, 2025 Regular City Council Meeting, minutes of June 9, 2025 Work Session, and minutes of June 17, 2025 Special-Called City Council Meeting. 2.Resolution – Appointment of Municipal Judge – Haymes Snedeker Oath of Office - The Honorable Michael Hoyt, Municipal Judge 3.Report of the Mayor 4.Public Participation – Agenda Items – (3 minutes maximum) 5.Council Comments 6.Resolution - To award (Bid No. 25-036-2022-PWI-010) to Chris Brewer Contracting, Inc. for New Sidewalks on Blue Island Avenue and Fairwood Boulevard (Between Fairhope and Gayfer Avenues) with a bid proposal not -to- exceed $695,800.00. This is a Federal Aid Project No. TAPAA-TA23(929). 7.Resolution - That Mayor Sherry Sullivan is hereby authorized to execute a contract with Neel-Schaffer, Inc. for Professional Engineering Services for Construction Engineering and Inspection for the FY2023 TAP Project - Sidewalks on Blue Island Avenue and Fairwood Boulevard (RFQ PS25 -030) with a not-to-exceed contract amount of $119,276.53. This is a Federal Aid Project No. TAPAA-TA23(929). 8.Resolution - That the City Council declares the Marathon Gemini Xtreme Full Eject with Rear Feed Bailer surplus; and the Public Works Director is hereby authorized and directed to dispose of the personal property by donating such property to the Solid Waste Disposal Authority of Baldwin County. This donation will help the City continue its support of the new Material Recovery Facility (“MRF”). 9.Resolution - That the City of Fairhope approves the procurement of boring machine replacement rods from Vermeer Southeast Sales & Service, Inc. as sole source distributor; and authorizes procurement based on the option allowed by the Code of Alabama 1975, Section 41-16-51(13) and therefore is not required to secure three quotes. The total amount not-to-exceed $24,836.55. Authorize the Treasurer to transfer from the Gas Department $6,209.00 and Electric Department $6,209.00. Page 1 of 291 City Council Regular Meeting June 23, 2025 Page - 2 - 10.Resolution - That Mayor Sherry Sullivan is hereby authorized to execute Change Order No. 1 for (Bid No. 25-032) Materials for the 46KV Transmission Line Project Base Bid and Alternate 2 for the Electric Department; and to award Change Order No. 1 to Gresco Utility Supply with a cost change of -$35,104.30 and Tri-State Utility Products with a cost change of -$20,338.40. Change Order is for requested price or quantity changes. Requested line item changes of greater than 10% is cause to rescind award for that line item. The new contract total for Gresco Utility Supply is $590,736.05 and the new contract total for Tri -State Utility Products, Inc. is $8,538.70. Total Award to three vendors with contingency will be changed to $746,902.70. Rescinded items will be bid out as Request for Quotes. 11.Resolution - That Mayor Sherry Sullivan is hereby authorized to execute Change Order No. 1 for (Bid No. 25-033) Materials for the 46KV Transmission Line Project Alternate 1 for the Electric Department; and to award Change Order No. 1 to Gresco Utility Supply with a cost change of $7,622.81 and Tri-State Utility Products with a cost change of -$3,443.40. Change Order is for requested price or quantity changes. Requested line item changes of greater than 10% is cause to rescind award for that line item. The new contract total for Gresco Utility Supply is $351,723.85 and the new contract total for Tri-State Utility Products, Inc. is $482.00. Total Award to three vendors with contingency will be changed to $480,627.43. Rescinded items will be bid out as Request for Quotes. 12.Resolution - That the City of Fairhope approves the procurement of the Annual Renewal of Uniti Fiber connections contracts that are on Statewide Contract (Contract #MA250000005493) and therefore does not have to be let out for bid. The total amount not-to-exceed $940.00 per month, or $11,280.00 per year. 13.Resolution - That the City of Fairhope approves the procurement of a Toro NSN Irrigation Subscription Renewal for the Quail Creek Golf Course that is on Omnia Partners (Contract #2023261) with Jerry Pate Turf & Irrigation; and therefore, does not have to be let out for bid. The total amount not -to-exceed $10,392.00. 14.Resolution - [1] That on May 12, 2025 the City of Fairhope did award Shade America, Inc., (Bid No. 25-030), with the total bid proposal of $137,600.00, to provide and install 16 T-Hip Canti Shade Structure at Volanta Sports Park (Resolution No. 5444-25); [2] A Notice of Award was presented to Shade America Inc. and the vendor has not submitted all required documentation; and [3] After evaluating the bid proposals with the required bid specifications, the City of Fairhope now rescinds (Bid No. 25-030) from Shade America Inc., and awards the bid to the second lowest responsive and responsible bidder, Great Southern Recreation for a not to exceed project amount of $187,298.00. Page 2 of 291 City Council Regular Meeting June 23, 2025 Page - 3 - 15.Resolution - That the City Council hereby authorizes Mayor Sherry Sullivan to temporarily suspend lease payment terms during July and August 2025 due to the impact of the ongoing waterfront revitalization program. The amended terms shall commence July 1, 2025 and terminate August 31, 2025. All terms not specifically amended herein shall remain in full force and effect. The original lease payment terms shall return to the agreed upon amounts starting September 1, 2025. 16.Recommendation - That the City Council approves the Recreation Board's recommendation to accept the Fairhope HEAT Swim Team's Proposal and use the fees that the City has in place, subject to review and approval from the City Staff. 17.Application for Restaurant Liquor License by Scott Hudson, LIS 123 LLC, d/b/a The Bone and Barrel, 311 Fairhope Avenue, Fairhope, AL 36532. 18.Appointment - Fairhope Airport Authority 19.Appointment - Personnel Board 20.Public Participation – (3 minutes maximum) 21.Adjourn Regular Meeting of the City Council shall be held on the 2nd and 4th Monday of each month immediately following the 4:30 p.m. Work Session unless prescheduled and announced otherwise. Next Regular City Council Meeting, Monday, July 14, 2025, 6:00 p.m. Fairhope Municipal Complex City Council Chamber 161 North Section Street Fairhope, AL 36532 Page 3 of 291 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2025-993 FROM: Lisa Hanks, CITY CLERK SUBJECT: Minutes of June 9, 2025 Regular City Council Meeting, minutes of June 9, 2025 Work Session, and minutes of June 17, 2025 Special- Called City Council Meeting. AGENDA DATE: June 23, 2025 RECOMMENDED ACTION: Approve minutes of June 9, 2025 Regular City Council Meeting, minutes of June 9, 2025 Work Session, and minutes of June 17, 2025 Special-Called City Council Meeting. BACKGROUND INFORMATION: BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget $___ $___ ($____) GRANT: LEGAL IMPACT: FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: Individual(s) responsible for follow up: Action required (list contact persons/addresses if documents are to be mailed or emailed): Page 4 of 291 STATE OF ALABAMA )( : COUNTY OF BALDWIN )( The City Council, City of Fairhope, met in regular session at 6:00 p.m., Fairhope Municipal Complex Council Chamber, 161 North Section Street, Fairhope, Alabama 36532, on Monday, 9 June 2025. Present were Council President Jack Burrell, Councilmembers: Corey Martin, Jay Robinson and Kevin Boone, Mayor Sherry Sullivan, City Attorney Marcus E. McDowell, and City Clerk Lisa A. Hanks. Councilmember Jimmy Conyers was absent. There being a quorum present, Council President Burrell called the meeting to order at 4:48 p.m. The invocation was given by Pastor Pat Davey of Eastern Shore Presbyterian Church and the Pledge of Allegiance was recited. Councilmember Robinson moved to approve minutes of the May 27, 2025, regular meeting; and minutes of the May 27, 2025, work session; and minutes of the June 3, 2025 special meeting. Seconded by Councilmember Boone, motion passed unanimously by voice vote. Mayor Sullivan addressed the City Council regarding the following items: 1) K-1 Center ground breaking ceremony for City of Fairhope and HATCH. She thanked City Engineer Richard Johnson, Grants Coordinator Nicole Love, and City Staff who have worked diligently to get this done. 2) The Utility Interns were recognized. Harrison Lockridge told the City Council he attends Bay Shore Christian and has been working with the HVAC staff. Councilmember Martin gave kudos to the beginning work at the K-1 Center; and for keeping the historical value. Council President Burrell thanked Mayor Sullivan and City staff for their work in saving the building. Councilmember Robinson introduced in writing, and moved for the adoption of the following resolution, a resolution that the Public Improvements indicated herein for Harvest Green East Phase 2 are hereby accepted for Public Maintenance subject to the Bond posted; and authorizes Mayor Sherry Sullivan to execute the Maintenance and Guaranty Agreement between the City of Fairhope and Harvest Green East 2022, LLC. Seconded by Councilmember Martin, motion passed unanimously by voice vote. Page 5 of 291 9 June 2025 RESOLUTION NO. 5469-25 WHEREAS, the Owners of Harvest Green East Phase 2 desire to have all public streets and public right-of-ways dedicated on the plat filed for record in the Probate Records of Baldwin County, Alabama, on Slide 0003000-A, and all Fairhope public utilities located in public right-of-ways accepted for maintenance by the City of Fairhope, Alabama, and; WHEREAS, the City of Fairhope, Alabama, has received notice from the engineers of the project that the design and capacity of the public improvements have been designed in conformance with City requirements, and; WHEREAS, the Public Works Director has indicated that the improvements meet City requirements, and; WHEREAS, the City of Fairhope, Alabama, has received from the owners of Harvest Green East Phase 2, the maintenance bond for the public improvements constructed for a period of 2 years, and; NOW, THEREFORE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAIRHOPE, ALABAMA, that the public improvements indicated herein for Harvest Green East Phase 2 are hereby accepted for public maintenance subject to the bond posted; and authorizes Mayor Sherry Sullivan to execute the Maintenance and Guaranty Agreement between the City of Fairhope and 68V Harvest Green East 2022, LLC (the “Subdivider”). BE IT FURTHER RESOLVED, this resolution of acceptance shall not obligate the City of Fairhope to maintain any utility or drainage facilities outside the limits of the right-of-way of the public streets, or any irrigation systems installed within the right-of-way of public streets, whether or not such may be located within dedicated easements in any of these developments. Adopted this 9th day of June, 2025 ______________________________ Jack Burrell, Council President Attest: ______________________________ Lisa A. Hanks, MMC City Clerk Councilmember Martin introduced in writing, and moved for the adoption of the following resolution, a resolution to award (Bid No. 25-035-2025-PWI-008) to HCL Contracting, LLC for City-Wide Road Repair, Resurfacing & Striping Project with a bid proposal not-to-exceed $533,114.43. Authorize Treasurer to transfer $33,114.43 from Rebuild AL Gas Tax Fund to the Capital Projects Fund in FY25 Budget. Seconded by Councilmember Robinson, motion passed unanimously by voice vote. Page 6 of 291 9 June 2025 RESOLUTION NO. 5470-25 BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, as follows: [1] That the City of Fairhope did request, receive, and open bids on (Bid Number 25-035- 2025-PWI-008) for City-Wide Road Repair, Resurfacing & Striping Project for the Public Works Department. [2] At the appointed time and place, the following bids were opened and tabulated as follows: Vendor: Asphalt Services, Inc. Harwell and Company, LLC HCL Contracting, LLC McElhenney Construction Co., LLC Bid Documents Signed/Notarized:Y Y Y Y Bid Bond:Y Y Y Y Addendum 1 Y Y Y Y 1 Fairland Ave. - From S. Section St. to Young St. - Approx. 2,622.4 L.F.$102,023.95 $94,100.50 $74,830.34 $94,153.44 2 Bon Secour - From Gayfer Ave. to Grand Ave. - Approx 670 L.F.$25,251.22*$23,007.25 $17,863.39 $25,264.27 3 Gaston Ave. - From S. Section St. to S. Bayview St. - Approx. 2,513 7 L.F.$80,050.95 $73,296.00 $57,990.22 $75,244.37 4 Kumquat St. - North - From Pecan Ave. to E.O.M.- Approx. 708 L.F.$22,934.05 $21,312.50 $16,204.89 $23,186.75 5 Kumquat St. - South - From Laurel Ave. to E.O.M. - Approx. 1,031.5 L.F.$20,125.08 $19,949.50 $15,675.58 $20,072.45 6 S. Bayview - From Fels Ave. to Nichols Ave. - Approx. 1,040 L.F.$41,017.70 $37,465.50 $29,721.68 $41,221.84 7 Bishop Rd. - Morphy Ave. to Fairhope Ave. - Approx. 1,379 L.F.$57,427.58 $56,055.50 $44,268.79*$56,720.52 8 Pomelo St. - From Laurel Ave. to Nichols Ave. - Approx. 2,195 L.F.$67,744.35 $66,384.25 $50,188.03 $64,641.97 9 Pecan Ave. & Kirkman Ln. - From S. Section St. To E.O.M. - Approx. 1,972 L.F. $72,140.89 $67,780.00 $60,305.69 $64,099.89 10 South Dr. - From Presbyterian Dr to Oak Bend Ct. - Approx. 2,875 L.F.$150,676.84 $138,444.75 $112,433.71 $141,818.87 11 Bellangee Ave. - From Section St. to Bancroft Sr (CBD) - Approx. 266 L.F.$22,362.15 $22,843.50 $15,594.91 $22,075.58* 12 Johnson Ave. - From Section St. to Bancroft Sr (CBD - Approx. 265 L.F.$32,926.18 $33,459.10 $21,680.95 $29,163.10 13 Project-Wide: Asphalt Leveling - Unit Price in Place $16,875.00 $15,000.00 $16,356.25 $17,218.75 Combined Bid Total $711,555.94 *$669,098.35 $533,114.43*$674,881.80* Page 7 of 291 9 June 2025 [3] After evaluating the bid proposals with the required bid specifications, HCL Contracting, LLC is awarded (Bid Number 25-035-2025-PWI-008) for City-Wide Road Repair, Resurfacing & Striping Project for a bid proposal not-to-exceed $533,114.43; and authorizes Treasurer to transfer $33,114.43 from Rebuild AL Gas Tax Fund to the Capital Projects Fund in FY25 Budget. ADOPTED ON THIS 9TH DAY OF JUNE, 2025 _______________________________ Jack Burrell, Council President Attest: _______________________________ Lisa A. Hanks, MMC City Clerk Councilmember Martin introduced in writing, and moved for the adoption of the following resolution, a resolution that the City Council approves the selection by Mayor Sherry Sullivan for Professional Engineering Services for (RFQ PS25-030) for Construction Engineering and Inspection for the FY2023 TAP Project - Sidewalks on Blue Island Avenue and Fairwood Boulevard to Neel-Schaffer, Inc.; and hereby authorize Mayor Sullivan to negotiate the not-to-exceed fee to be approved by Council. Seconded by Councilmember Robinson, motion passed unanimously by voice vote. RESOLUTION NO. 5471-25 BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, That the City Council approves the selection by Mayor Sherry Sullivan for Professional Engineering Services for (RFQ PS25-030) for Construction Engineering and Inspection for the FY2023 TAP Project – Sidewalks on Blue Island Avenue and Fairwood Boulevard to Neel-Schaffer, Inc.; and hereby authorize Mayor Sullivan to negotiate the not- to-exceed fee to be approved by Council. DULY ADOPTED ON THIS 9TH DAY OF JUNE, 2025 _______________________________ Jack Burrell, Council President Attest: _____________________________ Lisa A. Hanks, MMC City Clerk Page 8 of 291 9 June 2025 Councilmember Robinson introduced in writing, and moved for the adoption of the following resolution, a resolution that the City of Fairhope approves the award of the Request for Quotes for Labor and Materials for the Replacement of a Wooden Seawall at North Beach to Stewart Marine & Construction LLC for a not-to-exceed project cost of $35,000.00. This Public Works project will be less than $100,000.00, and therefore does not need to be formally bid out; and authorizes the City Treasurer to transfer $35,000.00 from Parks Capital Improvement - Cowpen Creek Bridge. Seconded by Councilmember Boone, motion passed unanimously by voice vote. RESOLUTION NO. 5472-25 BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, as follows: [1] That the City of Fairhope approves the award of the Request for Quotes for Labor and Materials for the Replacement of a Wooden Seawall at North Beach to Stewart Marine & Construction LLC for a not-to-exceed project cost of $35,000.00. This Public Works project will be less than $100,000.00, and therefore does not need to be formally bid out; and authorize the City Treasurer to transfer $35,000.00 from Parks Capital Improvement – Cowpen Creek Bridge. DULY ADOPTED ON THIS 9TH DAY OF JUNE, 2025 _______________________________ Jack Burrell, Council President Attest: _______________________________ Lisa A. Hanks, MMC City Clerk Councilmember Martin introduced in writing, and moved for the adoption of the following resolution, a resolution that the City of Fairhope authorizes Mayor Sherry Sullivan to execute a Change Order No. 2 for the agreement with Long's Human Resource Services to supply temporary employees to supplement the existing workforce. This change order will increase the not-to-exceed cost to $145,000.00 for Custodial Services and Landscaping Services for the Public Works Department. These services are exempt pursuant to Code of Alabama 1975, Section 41-16-51. Authorize Treasurer to transfer $20,000.00 from Streets - Salaries (001350-50040) to Streets - Temp Labor (001350-50245) and to transfer $50,000.00 from Landscape - Salaries (001360-50040) to Landscape - Temp Labor (001360-50245). Seconded by Councilmember Robinson, motion passed unanimously by voice vote. Page 9 of 291 9 June 2025 RESOLUTION NO. 5473-25 BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, That the City of Fairhope authorizes Mayor Sherry Sullivan to execute a Change Order No. 2 for the agreement with Long’s Human Resource Services to supply temporary employees to supplement the existing workforce. This change order will increase the not-to-exceed cost to $145,000.00 for Custodial Services and Landscaping Services for the Public Works Department. These services are exempt pursuant to Code of Alabama 1975, Section 41-16-51. Authorize Treasurer to transfer $20,000.00 from Streets – Salaries (001350-50040) to Streets – Temp Labor (001350- 50245) and to transfer $50,000.00 from Landscape – Salaries (001360-50040) to Landscape – Temp Labor (001360-50245). ADOPTED ON THIS 9TH DAY OF JUNE, 2025 _____________________________ Jack Burrell, Council President Attest: _____________________________ Lisa A. Hanks, MMC City Clerk Councilmember Boone introduced in writing, and moved for the adoption of the following resolution, a resolution that the City Council hereby authorizes the Mayor Sherry Sullivan to retain Hand Arendall Harrison Sale LLC to represent the interests of the City in the design, management, and prosecution, as needed, of a dangerous buildings and unsafe structures program, as well as to assist the City with the remediation of other nuisances, by executing an engagement agreement and/or waiver of conflict, if applicable, to secure such representation through all potential stages, including before and after the institution of proceedings before the City Council, through trial, and all stages of appeal, if applicable. Seconded by Councilmember Robinson, motion passed unanimously by voice vote. * * Page 10 of 291 9 June 2025 RESOLUTION NO. 5474-25 A RESOLUTION AUTHORIZING THE RETENTION OF SPECIAL COUNSEL TO DESIGN, MANAGE, AND PROSECUTE, ON AN AS-NEEDED BASIS, THE CITY OF FAIRHOPE’S DANGEROUS BUILDINGS AND UNSAFE STRUCTURES PROGRAM WHEREAS, the City Council of Fairhope, Alabama desires that the City of Fairhope, Alabama (the “City”) enter into a professional services agreement with Hand Arendall Harrison Sale LLC to assist the City with the remediation of dangerous buildings, unsafe structures, and other nuisances that are located within the City; and WHEREAS, the City Council desires that Hand Arendall Harrison Sale LLC work together with all of the City’s officials, including the City Attorney, to help resolve property maintenance issues; BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, as follows: [1] That the Mayor is hereby authorized to retain Hand Arendall Harrison Sale LLC to represent the interests of the City in the design, management, and prosecution, as needed, of a dangerous buildings and unsafe structures program, as well as to assist the City with the remediation of other nuisances, by executing an engagement agreement and/or waiver of conflict, if applicable, to secure such representation through all potential stages, including before and after the institution of proceedings before the City Council, through trial, and all stages of appeal, if applicable; and [2] That the Mayor and such other necessary City officials are hereby authorized to execute any pleadings or other documents that may be necessary to assert and/or preserve the City’s interests in connection with such representation authorized by this Resolution. Adopted this 9th day of June, 2025 _______________________________ Jack Burrell, Council President Attest: _______________________________ Lisa A. Hanks, MMC City Clerk Page 11 of 291 9 June 2025 Councilmember Martin introduced in writing, and moved for the adoption of the following resolution, a resolution that the City of Fairhope authorizes Mayor Sherry Sullivan to select, negotiate and execute a contract with a Professional Consulting Service to evaluate, assess, and compare data related to a demographic study with a not-to exceed amount of $20,000.00. Seconded by Councilmember Robinson, motion passed unanimously by voice vote. RESOLUTION NO. 5475-25 BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, as follows: [1] That the City of Fairhope authorizes Mayor Sherry Sullivan to select, negotiate and execute a contract with a Professional Consulting Service to evaluate, assess, and compare data related to a demographic study with a not-to exceed amount of $20,000.00. DULY ADOPTED THIS 9TH DAY OF JUNE, 2025 _______________________________ Jack Burrell, Council President Attest: _____________________________ Lisa A. Hanks, MMC City Clerk Councilmember Robinson introduced in writing, and moved for the adoption of the following resolution, a resolution that certain items are declared surplus and the Mayor and City Treasurer are hereby authorized and directed to dispose of personal property owned by the City of Fairhope via "GovDeals." Seconded by Councilmember Boone, motion passed unanimously by voice vote. * * Page 12 of 291 9 June 2025 RESOLUTION NO. 5476-25 WHEREAS, the City of Fairhope, Alabama, has certain items of personal property which are no longer needed for public or municipal purposes; and WHEREAS, Section 11-43-56 of the Code of Alabama of 1975 authorizes the municipal governing body to dispose of unneeded personal property; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF FAIRHOPE, ALABAMA, AS FOLLOWS: SECTION 1. That the following personal property owned by the City of Fairhope, Alabama, is not needed for public or municipal purposes, and hereby declared surplus: Asset #01289 & 01281 – Ditch Witch with Trailer Combination Asset #03319 – Terex/Amida Portable Light Asset #01016 – 2014 Chevy Tahoe, 1GNLC2E0XER206932 Asset #01035 – 2012 Chevy Tahoe, 1GNLC2E02CR248301 Pallets of Used Police Car Items from Liquidated Vehicles Pallet of New Brake Parts from Liquidated Equipment SECTION 2. That the Mayor and City Treasurer are hereby authorized and directed to dispose of the personal property owned by the City of Fairhope, Alabama, described in Section 1, above, by the following method: a. Receiving bids for such property (via “GovDeals”). All such property shall be sold to the highest bidder, provided, however, that the City Council shall grant the authority to the Mayor to reject all bids when, in her opinion, she deems the bids to be less than adequate consideration for the personal property. ADOPTED AND APPROVED THIS 9TH DAY OF JUNE, 2025 _________________________________ Jack Burrell, Council President ATTEST: ______________________________ Lisa A. Hanks, MMC City Clerk Page 13 of 291 9 June 2025 Councilmember Robinson introduced in writing, and moved for the adoption of the following resolution, a resolution that the City of Fairhope authorizes the Mayor to submit a letter to Energy Southeast, Inc. requesting a total of $30,000.00 through Community Development Grants: $5,000.00 to be used for a mural on the Pedestrian Tunnel; $20,000.00 to be used for operating an Entrepreneurial Development Center (“Hatch”); and the remaining $5,000.00 to be determined. Seconded by Councilmember Martin, motion passed unanimously by voice vote. RESOLUTION NO. 5477-25 WHEREAS, the City of Fairhope is in the process of completing its “Flying Creek Nature Preserve Project” and is desirous to put a mural on the Pedestrian Tunnel; and WHEREAS, the City of Fairhope is desirous to continue its partnership with the Baldwin Community and Economic Foundation the 501c3 arm of the Baldwin County Economic Development Alliance, the University of Alabama and Coastal Alabama Community College to operate an Entrepreneurial Development Center (“Hatch”) in space soon to be located in the K-1 Center Building; and WHEREAS, there is funding available for said projects through Community Development Grants from Energy Southeast, Inc. f/k/a Alabama Municipal Electric Authority (AMEA) with a total grant amount of $30,000.00; and WHEREAS, the Energy Southeast grant does not require a match, but does require a letter requesting the grants with an outline of the purpose and intended community/economic development project, program and/or initiative. NOW THEREFORE, BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, that the City of Fairhope authorizes the Mayor to submit a letter to Energy Southeast, Inc. requesting a total of $30,000.00 through Community Development Grants: $5,000.00 to be used for a mural on the Pedestrian Tunnel; $20,000.00 to be used for operating an Entrepreneurial Development Center (“Hatch”); and the remaining $5,000.00 to be determined. DULY ADOPTED THIS 9TH DAY OF JUNE, 2025 _________________________________ Jack Burrell, Council President Attest: ________________________________ Lisa A. Hanks, MMC City Clerk Page 14 of 291 9 June 2025 Councilmember Martin introduced in writing, and moved for the adoption of the following resolution, a resolution that the City Council hereby adopts and authorizes that the Fairhope Municipal Fountain and Rose Garden shall be named the Timothy M. Kant Fountain and Rose Garden in recognition of his 40-plus years of unselfish dedication to the citizens of Fairhope and the beautification of our Community. Seconded by Councilmember Boone, motion passed unanimously by voice vote. RESOLUTION NO. 5478-25 WHEREAS, on January 28, 1985, City Street Superintendent Timothy M. Kant addressed the City Council regarding a proposed Fountain at the oval at the Municipal Pier; and WHEREAS, Timothy M. Kant served as the City of Fairhope’s first City Horticulturist; WHEREAS, after the initial Municipal Fountain was installed, the Rose Garden was added; and WHEREAS, the City Council is now desirous in naming said Municipal Fountain and Rose Garden as the “Timothy M. Kant Fountain and Rose Garden.” BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, That the City Council hereby adopts and authorizes that the Fairhope Municipal Fountain and Rose Garden shall be named the Timothy M. Kant Fountain and Rose Garden in recognition of his 40-plus years of unselfish dedication to the citizens of Fairhope and the beautification of our Community. Adopted on this 9th day of June, 2025 ______________________________ Jack Burrell, Council President Attest: _______________________________ Lisa A. Hanks, MMC City Clerk Page 15 of 291 9 June 2025 The following individuals spoke during Public Participation for Non-Agenda Items: 1)Brent Barkin, 16433 Scenic Highway 98, addressed the City Council regarding the Blind Tiger Restaurant. He mentioned hiring an attorney due to the closures. Mr. Barkin told the City Council he makes $30,000.00 per week; and the Staff earn approximately $4,500.00 in wages. He said the closure for the week is needed but he will take a loss. Mr. Barkin asked the City Council to consider his comments regarding the restaurant and staff. 2)Rebecca Titford, 553 Larson Drive, addressed the City Council regarding the Fairhope Post Office; and stated she was proud of our Post Office. However, she said it is in disrepair; the whole building needs to be painted and the parking lot redone. Ms. Titford said she spoke with the Post Office Manager; and it is not a budgetary problem. She asked everyone to speak with the Manager regarding the building. At the request of the City Attorney, Marcus E. McDowell, the City Council will rise from the meeting to go into Executive Session on Alabama Code § 36-25A- 7(a)(3) to discuss the legal ramifications of and legal options for pending litigation, controversies not yet being litigated but imminently likely to be litigated or imminently likely to be litigated if the governmental body pursues a proposed course of action. The approximate time to be in Executive Session is 20 minutes. Councilmember Martin moved to go into Executive Session. Seconded by Councilmember Robinson, motion passed unanimously by voice vote. Exited the dais at 5:16 p.m. Returned at 5:31 p.m. Council President Burrell stated there was a need to add on an agenda item after Agenda Item Number 16: a resolution that the Governing Body of the City of Fairhope hereby authorizes the Mayor to negotiate a resolution related to the temporary inconvenience of parking lot construction near or adjacent to the Blind Tiger. Said proposal shall be brought back to the City Council for ratification. Councilmember Martin moved to add on the above-mentioned item not on the printed agenda. Seconded by Councilmember Robinson, motion passed unanimously by voice vote. Councilmember Martin introduced in writing, and moved for the adoption of the following resolution, a resolution that the Governing Body of the City of Fairhope hereby authorizes the Mayor to negotiate a resolution related to the temporary inconvenience of parking lot construction near or adjacent to the Blind Tiger. Said proposal shall be brought back to the City Council for ratification. Seconded by Councilmember Robinson, motion passed unanimously by voice vote. Page 16 of 291 9 June 2025 RESOLUTION NO. 5479-25 BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, That the Governing Body of the City of Fairhope hereby authorizes the Mayor to negotiate a resolution related to the temporary inconvenience of parking lot construction near or adjacent to the Blind Tiger. Said proposal shall be brought back to the City Council for ratification. DULY ADOPTED THIS 9TH DAY OF JUNE, 2025 _________________________________ Jack Burrell, Council President Attest: _______________________________ Lisa A. Hanks, MMC City Clerk Councilmember Martin moved to adjourn the meeting. Seconded by Councilmember Robinson, motion passed unanimously by voice vote. There being no further business to come before the City Council, the meeting was duly adjourned at 5:33 p.m. Jack Burrell, Council President ________________________________ Lisa A. Hanks, MMC City Clerk Page 17 of 291 STATE OF ALABAMA ) ( : COUNTY OF BALDWIN ) ( The City Council met in a Work Session at 4:30 p.m., Fairhope Municipal Complex Council Chamber, 161 North Section Street, Fairhope, Alabama 36532, on Monday, 9 June 2025. Present were Council President Jack Burrell, Councilmembers: Corey Martin, Jay Robinson and Kevin Boone, Mayor Sherry Sullivan, City Attorney Marcus E. McDowell, and City Clerk Lisa A. Hanks. Councilmember Jimmy Conyers was absent. Council President Burrell called the meeting to order at 4:30 p.m. The following topics were discussed: •The first item on the Agenda was the Fairhope Volunteer Fire Department (“FVFD”) Training presented by Chief Chris Ellis. He announced that the FVFD would have a training drill at the Downtown Parking Garage tomorrow evening with fire trucks and pulling hose lines but no water. Chief Ellis stated the fire trucks will not block and roads or access. He said it has been seven or eight years since they have trained at the Downtown Parking Garage. •Councilmember Robinson gave an update on the Fairhope Historic Preservation Commission and said they are still working on obtaining CGL status. •Council President Burrell mentioned the Women’s Air Race Classic on June 17, 2025 at the H.L. “Sonny” Callahan Airport; and teams will begin departing at 8:00 a.m. •City Engineer Richard Johnson addressed the City Council regarding Agenda Items No. 6 and No. 7; and answered any questions if needed. •Planning Director Hunter Simmons addressed the City Council regarding Agenda Item No. 5; and answered any questions if needed. •Public Works Director George Ladd addressed the City Council regarding Agenda Items No. 8, No. 9 and No. 10; and answered any questions if needed. •Building Official Erik Cortinas addressed the City Council regarding Agenda Item No. 10; and answered any questions if needed. •Council President Burrell addressed the City Council regarding Agenda Item No. 13; and answered any questions if needed. •Mayor Sullivan addressed the City Council regarding Agenda Item No. 14; and answered any questions if needed. She said Mayor Kant had 40 plus years of service with the City. Council President Burrell said he was the first City Horticulturist and helped with the beautification of our Community. Page 18 of 291 Monday, 9 June 2025 Page -2- •Councilmember Robinson addressed the City Council regarding Agenda Item No. 11; and answered any questions if needed. He mentioned the Principal’s Presentations, 3 Mil Tax, and other Data from all needs to be looked at. There being no further business to come before the City Council, the meeting was duly adjourned at 4:48 p.m. ______________________________ Jack Burrell, Council President _______________________________ Lisa A. Hanks, MMC City Clerk Page 19 of 291 17 June 2025 Page 20 of 291 17 June 2025 STATE OF ALABAMA )( : COUNTY OF BALDWIN )( The City Council, City of Fairhope, met in Special-Called Session at 4:00 p.m., Fairhope Municipal Complex Council Chamber, 161 North Section Street, Fairhope, Alabama 36532, on Tuesday, 17 June 2025. Present were Council President Jack Burrell, Councilmembers: Corey Martin, Jimmy Conyers, and Kevin Boone, Mayor Sherry Sullivan, City Attorney Marcus McDowell, and City Clerk Lisa A. Hanks. Councilmember Jay Robinson was absent. There being a quorum present, Council President Burrell called the meeting to order at 4:00 p.m. The invocation was given by Councilmember Kevin Boone and the Pledge of Allegiance was recited. Council President Burrell stated that this meeting was called for the City Council to go into Executive Session. At the request of the City Attorneys, the City Council will rise from the meeting to go into Executive Session on Alabama Code § 36-25A-7(a)(3) to discuss the legal ramifications of and legal options for pending litigation, controversies not yet being litigated but imminently likely to be litigated or imminently likely to be litigated if the governmental body pursues a proposed course of action. The approximate time to be in Executive Session is 100 minutes. Councilmember Martin moved to go into Executive Session. Seconded by Councilmember Conyers, motion passed unanimously by voice vote. Exited the dais at 4: 03 p.m. Returned at 6:10 p.m. Council President Burrell asked if there was any “New Business.” No one brought up any new business. Councilmember Conyers moved to adjourn the meeting. Seconded by Councilmember Martin, motion passed unanimously by voice vote. Page 21 of 291 17 June 2025 There being no further business to come before the City Council, the meeting was duly adjourned at 6:10 p.m. Jack Burrell, Council President ________________________________ Lisa A. Hanks, MMC City Clerk Page 22 of 291 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2025-1604 FROM: Lisa Hanks, CITY CLERK SUBJECT: Appointment of City of Fairhope's Municipal Judge. AGENDA DATE: June 23, 2025 RECOMMENDED ACTION: That the City Council appoints HAYMES SNEDEKER as Municipal Judge. The term of the Municipal Judge shall serve a two-year term (July 1, 2025 – July 1, 2027) and until a successor is elected by the Council and qualified. Section 12-14-30, Code of Alabama, 1975. BACKGROUND INFORMATION: BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget $___ $___ ($____) GRANT: LEGAL IMPACT: FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: Individual(s) responsible for follow up: Action required (list contact persons/addresses if documents are to be mailed or emailed): Page 23 of 291 RESOLUTION NO. _____ BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, that HAYMES SNEDEKER is hereby appointed as Municipal Judge. The term of the Municipal Judge shall serve a two-year term (July 1, 2025 – July 1, 2027) and until a successor is elected by the council and qualified. Section 12-14-30, Code of Alabama, 1975. ADOPTED 23RD DAY OF JUNE, 2025 ______________________________ Jack Burrell, Council President ATTEST: ______________________________ Lisa A. Hanks, MMC City Clerk Page 24 of 291 OATH OF OFFICE MUNICIPAL JUDGE STATE OF ALABAMA )( : COUNTY OF BALDWIN )( : CITY OF FAIRHOPE )( I, HAYMES SNEDEKER, solemnly swear that I will support the Constitution of the United States and the Constitution of the State of Alabama, so long as I continue a citizen thereof; and that I will faithfully and honestly discharge the duties of the office of Municipal Judge upon which I am about to enter, to the best of my ability, so help me God. (Signed)_______________________________ Haymes Snedeker Sworn to and subscribed before me this 23rd day of June, 2025. (Signed)______________________________ Michael Hoyt, Esquire Municipal Judge Page 25 of 291 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2025-1572 FROM: Richard Johnson, CITY ENGINEER George Ladd , PUBLIC WORKS DIRECTOR Nicole Love, Grants Coordinator SUBJECT: City Engineer, Richard Johnson, has requested to procure a qualified contractor to provide all materials, equipment, labor and incidentals for the installation of new sidewalks and ramps on Blue Island Avenue and Fairwood Boulevard between Fairhope Avenue and Gayfer Avenue. AGENDA DATE: June 23, 2025 RECOMMENDED ACTION: To approve the award of Bid No. 25-036-2022-PWI-010 New Sidewalks on Blue Island Avenue and Fairwood Boulevard (Between Fairhope and Gayfer Avenues) to Chris Brewer Contracting, Inc. for a not-to-exceed project cost of $695,800.00. This is a Federal Aid Project No. TAPAA-TA23(929). BACKGROUND INFORMATION: A service bid was issued on May 2, 2025, posted to the City of Fairhope's website, and published in three (3) statewide newspapers and Gulf Coast Media. Six (6) responsive bids were received at the bid opening on June 4, 2025 at 2:00 p.m. The City Engineer recommends the award be made to Chris Brewer Contracting, Inc. Their low bid price was Six Hundred Ninety-Five Thousand Eight Hundred Dollars ($695,800.00). This is a Federal Aid Project No. TAPAA-TA23(929). Previous Council Actions: Resolution No. 4484-22 Adopted by City Council on June 27, 2022, to authorize submission of an FY2023 Transportation Alternatives Set-Aside Program Grant to the Alabama Department of Transportation to Construct New Sidewalk Facilities Along Fairwood Boulevard and Blue Island Avenue. Resolution No. 4676-23 Adopted by City Council on January 23, 2023, to authorize to execute a contract for Professional Engineering Services with Neel Schaffer, Inc for Page 26 of 291 RFQ N. PS23-001 Preliminary Engineering for the FY2023 TAP Project - Sidewalks on Blue Island Avenue and Fairwood Boulevard with a not-to-exceed amount of $82,994.00 Resolution No. 5471-25 Adopted by City Council on June 9, 2025, approves the selection by Mayor for Professional Engineering Services for RFQ PS25-030 for Construction Engineering and Inspection for the FY2023 TAP Project - Sidewalks on Blue Island Avenue and Fairwood Boulevard to Neel-Schaffer, Inc; and authorize Mayor to negotiate the not-to-exceed fee. BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget 103-55920 TAP - Fairwood & Blue Island $695,800.00 $695,800.00 $0.00 This amount is for material, labor, and construction which does not include design/engineering fees. GRANT: Federal Aid Project No. TAPAA-TA23(929). LEGAL IMPACT: N/A FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: N/A Individual(s) responsible for follow up: N/A Action required (list contact persons/addresses if documents are to be mailed or emailed): N/A Page 27 of 291 RESOLUTION NO. ________ BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, as follows: [1] That the City of Fairhope did request, receive, and open bids for (Bid No. 25-036- 2022-PWI-010) for New Sidewalks on Blue Island Avenue and Fairwood Boulevard (Between Fairhope and Gayfer Avenues) for the Public Works Department. This is a Federal Aid Project No. TAPAA-TA23(929). [2] At the appointed time and place, the following bids were opened and tabulated as follows: [3] After evaluating the bid proposals with the required bid specifications, Chris Brewer Contracting, Inc. is now awarded the bid for (Bid No. 25-036-2022-PWI-010) for New Sidewalks on Blue Island Avenue and Fairwood Boulevard (Between Fairhope and Gayfer Avenues) with a not-to-exceed amount of $695,800.00. Adopted on this 23rd day of June, 2025 _________________________________ Jack Burrell, Council President Attest: _______________________________ Lisa A. Hanks, MMC City Clerk Page 28 of 291 Page 29 of 291 Page 30 of 291 Page 31 of 291 Page 32 of 291 Page 33 of 291 Page 34 of 291 Page 35 of 291 Page 36 of 291 Page 37 of 291 Page 38 of 291 Page 39 of 291 Page 40 of 291 Page 41 of 291 Page 42 of 291 Page 43 of 291 Page 44 of 291 Page 45 of 291 Page 46 of 291 Page 47 of 291 Page 48 of 291 Page 49 of 291 Page 50 of 291 Page 51 of 291 Page 52 of 291 Page 53 of 291 Page 54 of 291 Page 55 of 291 Page 56 of 291 Page 57 of 291 Page 58 of 291 Page 59 of 291 Page 60 of 291 Page 61 of 291 Page 62 of 291 Page 63 of 291 Page 64 of 291 Page 65 of 291 Page 66 of 291 Page 67 of 291 Page 68 of 291 Page 69 of 291 Page 70 of 291 Page 71 of 291 Page 72 of 291 Page 73 of 291 Page 74 of 291 Page 75 of 291 Page 76 of 291 Page 77 of 291 Page 78 of 291 Page 79 of 291 Page 80 of 291 Page 81 of 291 Page 82 of 291 Page 83 of 291 Page 84 of 291 Page 85 of 291 Page 86 of 291 Page 87 of 291 Page 88 of 291 Page 89 of 291 Page 90 of 291 Page 91 of 291 Page 92 of 291 Page 93 of 291 Page 94 of 291 Page 95 of 291 Page 96 of 291 Page 97 of 291 Page 98 of 291 Page 99 of 291 Page 100 of 291 Page 102 of 291 Page 103 of 291 Page 104 of 291 Page 105 of 291 Page 106 of 291 Page 107 of 291 Page 108 of 291 Page 109 of 291 Page 110 of 291 Page 111 of 291 Page 112 of 291 Page 113 of 291 Page 114 of 291 Page 115 of 291 Page 116 of 291 Page 117 of 291 Page 118 of 291 Page 119 of 291 Page 120 of 291 Page 121 of 291 Page 122 of 291 Page 123 of 291 Page 124 of 291 Page 125 of 291 Page 126 of 291 Page 127 of 291 Page 128 of 291 Page 129 of 291 Page 130 of 291 Page 131 of 291 Page 132 of 291 Page 133 of 291 Page 134 of 291 Page 135 of 291 Page 136 of 291 Page 137 of 291 Page 138 of 291 Page 139 of 291 Page 140 of 291 Page 141 of 291 Page 142 of 291 Page 143 of 291 Page 144 of 291 Page 145 of 291 Page 146 of 291 Page 147 of 291 Page 148 of 291 Page 149 of 291 Page 150 of 291 Page 151 of 291 Page 152 of 291 Page 153 of 291 PRF - TAP Sidewalks Final Audit Report 2025-06-14 Created:2025-06-12 By:Erin Wolfe (erin.wolfe@fairhopeal.gov) Status:Signed Transaction ID:CBJCHBCAABAA1EE5WlKJfFFdVpwnQMTpqG5z9Y8q_z0E "PRF - TAP Sidewalks" History Document created by Erin Wolfe (erin.wolfe@fairhopeal.gov) 2025-06-12 - 8:20:46 PM GMT Document emailed to Suzanne Doughty (suzanne.doughty@fairhopeal.gov) for signature 2025-06-12 - 8:21:13 PM GMT Email viewed by Suzanne Doughty (suzanne.doughty@fairhopeal.gov) 2025-06-13 - 6:40:11 PM GMT Document e-signed by Suzanne Doughty (suzanne.doughty@fairhopeal.gov) Signature Date: 2025-06-13 - 6:40:49 PM GMT - Time Source: server Document emailed to Kimberly Creech (kimberly.creech@fairhopeal.gov) for signature 2025-06-13 - 6:40:54 PM GMT Email viewed by Kimberly Creech (kimberly.creech@fairhopeal.gov) 2025-06-13 - 6:49:43 PM GMT Document e-signed by Kimberly Creech (kimberly.creech@fairhopeal.gov) Signature Date: 2025-06-13 - 6:52:34 PM GMT - Time Source: server Document emailed to Sherry Sullivan (sherry.sullivan@fairhopeal.gov) for signature 2025-06-13 - 6:52:36 PM GMT Email viewed by Sherry Sullivan (sherry.sullivan@fairhopeal.gov) 2025-06-14 - 12:33:58 PM GMT Document e-signed by Sherry Sullivan (sherry.sullivan@fairhopeal.gov) Signature Date: 2025-06-14 - 12:35:09 PM GMT - Time Source: server Agreement completed. 2025-06-14 - 12:35:09 PM GMT Page 154 of 291 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2025-1573 FROM: Richard Johnson, CITY ENGINEER George Ladd , PUBLIC WORKS DIRECTOR Nicole Love, Grants Coordinator SUBJECT: The City Engineer, Richard Johnson, is requesting the hiring for Professional Engineering Services for Construction Engineering and Inspection (CE&I) for the FY2023 TAP Project - Sidewalks on Blue Island Avenue and Fairwood Boulevard. AGENDA DATE: June 23, 2025 RECOMMENDED ACTION: To approve negotiated not-to-exceed amount of $119,276.53 for RFQ PS25-030 Professional Engineering Services for Construction Engineering and Inspection (CE&I) for the FY2023 TAP Project - Sidewalks on Blue Island Avenue and Fairwood Boulevard and allow the Mayor to execute a contract with Neel-Schaffer, Inc. This is a Federal Aid Project No. TAPAA-TA23(929). BACKGROUND INFORMATION: The City Engineer, Richard Johnson, is requesting the hiring for Professional Engineering Services for Construction Engineering and Inspection (CE&I) for the FY2023 TAP Project - Sidewalks on Blue Island Avenue and Fairwood Boulevard. The selected engineer will provide construction engineering and inspection services, material sampling, and contract administration. The Mayor and The City Engineer would like to establish a not-to-exceed amount for Professional Engineering Services of One Hundred Nineteen Thousand Two Hundred Seventy-Six Dollars and Fifty-Three Cents ($119,276.53). This is a Federal Aid Project No. TAPAA-TA23(929). Previous Actions: Resolution No. 5471-25, adopted by Council on June 9, 2025, approved Mayor Sullivan's choice of Engineer for RFQ PS25-030 Professional Engineering Services for Construction Engineering and Inspection (CE&I) for the FY2023 TAP Project - Sidewalks on Blue Island Avenue and Fairwood Boulevard. Page 155 of 291 Resolution No. 4676-23, adopted by Council on January 23, 2023, authorized the execution of a contract for Professional Engineering Services with Neel-Schaffer Inc. for (RFQ No. PS23-001) Preliminary Engineering for the FY2023 TAP Project - Sidewalks on Blue Island Avenue and Fairwood Boulevard with a not-to-exceed amount of $82,994.00. BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget 103-55920 TAP - Fairwood & Blue Island $119,276.53 $119,276.53 $0.00 GRANT: This is a Federal Aid Project No. TAPAA-TA23(929). LEGAL IMPACT: N/A FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: N/A Individual(s) responsible for follow up: N/A Action required (list contact persons/addresses if documents are to be mailed or emailed): N/A Page 156 of 291 RESOLUTION NO. ________ BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, as follows: [1] That Mayor Sherry Sullivan is hereby authorized to execute a contract with Neel- Schaffer, Inc. for Professional Engineering Services for Construction Engineering and Inspection for the FY2023 TAP Project – Sidewalks on Blue Island Avenue and Fairwood Boulevard (RFQ PS25-030) with a not-to-exceed contract amount of $119,276.53. This is a Federal Aid Project No. TAPAA-TA23(929). DULY ADOPTED ON THIS 23RD DAY OF JUNE, 2025 _______________________________ Jack Burrell, Council President Attest: _____________________________ Lisa A. Hanks, MMC City Clerk Page 157 of 291 engineers|planners|surveyors|environmentalscientists|landscapearchitectsP: 251.471.2000 | F: 251.471.5997 5 Dauphin Street, Suite 200 Mobile, AL 36602 www.neel-schaffer.com May 23, 2025 City of Fairhope 555 S. Section Street Fairhope, AL 36532 ATTN: Richard D. Johnson, PE REFERENCE: Project No. TAPAA-TA23(929) Sidewalks at Various Locations This is a Letter Agreement for Neel-Schaffer, Inc. to the City of Fairhope to provide CEI services for the above-mentioned project. Neel-Schaffer’s services will include construction engineering and inspection, material sampling, and contract administration. We propose providing these services with a cost-plus hourly rate in accordance with Exhibit B, not to exceed the amount $119,276.53. The hourly rates as shown on Exhibit B shall be adjusted annually to reflect equitable changes in the compensation payable to Neel-Schaffer, Inc. We will bill you monthly based on the hours of work performed. Services proposed in this Letter Agreement shall be provided in accordance with Exhibit A, “General Terms and Conditions,” which is attached to and made a part of this Letter Agreement This Letter Agreement will also allow Neel-Schaffer, Inc. to provide other services to the City of Fairhope in accordance with Exhibit A and at the hourly rates shown in Exhibit B, Hourly Rates for Professional Services,” which is attached to and made a part of this Letter Agreement. Prior to proceeding with future requests for services, we will write a letter to you referring to this Letter Agreement and specifying the scope of services and the estimated fee. Upon your acceptance, we will proceed with the services. This Letter consists of two pages; Exhibit A consisting of 4 pages; Exhibit B consisting of one page represents the entire agreement between Neel-Schaffer, Inc. and the City of Fairhope. This Letter Agreement may only be modified or amended by a duly executed written document. If the terms and conditions of this Letter Agreement are acceptable, please execute the original and the copy and return the copy to us. Please call if you have any questions. We appreciate the opportunity to provide these services to you and look forward to working with you. Page 158 of 291 Sincerely, NEEL-SCHAFFER, INC. Anthony Fresolone Senior Project Manager Attachments: Exhibit A, Exhibit B ACCEPTED: The City of Fairhope BY: _________________________________ Date: _________________________________ Page 159 of 291 EXHIBIT A GENERAL TERMS AND CONDITIONS PROFESSIONAL SERVICES Neel-Schaffer, Inc Page 1 of 4 Rev. 12-12-2023 1. Relationship between Consultant and Client. Neel-Schaffer, Inc. (“Consultant”) shall serve as the Client's professional consultant in those phases of the Project to which this Agreement applies. The relationship is that of a buyer and seller of professional services and it is understood that the parties have not entered into any joint venture or partnership with the other. Consultant shall not be considered to be the agent or fiduciary of the Client. 2. Responsibility of Consultant. Consultant will perform services under this Agreement in a manner consistent with that standard of care and skill ordinarily exercised by members of the same profession currently practicing in the same locality under similar conditions (the “Standard of Care”). No other representation, warranty or guarantee, express or implied, is included or intended in this Agreement or in any report, opinion, document, or otherwise. 3. Responsibility of the Client. Client shall provide all information and criteria as to its requirements for the Project, including budgetary limitations. Consultant shall be entitled to rely upon the accuracy and completeness of any and all information provided by Client. If applicable to the scope of work, Client shall arrange for Consultant to enter upon public and private property and obtain all necessary approvals required from all governmental authorities having jurisdiction over the Project. Client shall provide reasonable notice to Consultant whenever Client becomes aware of any development that affects the scope or timing of Consultant's services. Client shall notify the Consultant of any deficiency in the Consultant’s services of which the Client becomes aware, so that Consultant may take measures to minimize the consequences of such deficiency. Client’s failure to notify the Consultant shall relieve the Consultant of any liability for costs to remedy the deficiency above the sum such remedy would have cost had prompt notification been given when such defects were first discovered. 4. Construction Phase Services. If Consultant’s scope of services includes the observation and monitoring of work performed by Client’s other contractors, Consultant shall provide personnel to observe and monitor the work in accordance with the Standard of Care in order to ascertain that it is being performed in general conformance with the plans and specifications. Consultant shall not supervise, direct, or have control over any construction contractor’s work. Consultant shall not have authority over or responsibility for construction means, methods, techniques, sequences or procedures or for safety precautions and programs in connection with the work of the construction contractor. Consultant does not guarantee the performance of the construction contractor and does not assume responsibility for the contractor’s failure to furnish and perform its work in accordance with the plans and specifications. In the event Consultant’s scope of services does not include the observation and monitoring of work performed by Client’s other contractors, the Client assumes all responsibility for construction observation, and Client waives any claims against Consultant arising therefrom. Client further agrees, to the fullest extent permitted by law, to indemnify and hold harmless Consultant, its officers, directors, employees, and subconsultants against all damages, liabilities or costs arising out of or in any way connected with the performance of such services by other persons or entities including any claims arising from modifications, clarifications, interpretations, adjustments or changes made to the plans and specifications to reflect changes in field or other conditions. 5. Ownership of Documents. All reports, drawings, specifications, data, calculations, notes, and other documents, including those in electronic form prepared by Consultant are instruments of Consultant’s service that shall remain the property of Consultant. Client agrees not to use the deliverables for projects other than the Project for which the documents were prepared by Consultant, or for future modifications to the Project, without Consultant’s express written consent. Any reuse or distribution to third parties without such express written permission or project-specific adaptation by Consultant will be at the Client’s sole risk and without liability to Consultant or its employees, subsidiaries, and subconsultants. 6. Opinion of Costs. When required as a part of its scope of services, Consultant will furnish opinions or estimates of construction cost on the basis of Consultant’s experience and qualifications, but Consultant does not guarantee the accuracy of such estimates. The parties recognize that Consultant has no control over the cost of labor, material, equipment, or services furnished by others or over market conditions or contractors’ methods of determining prices. 7. Suspension of Services. Client may, at any time, by written notice, suspend the services of Consultant. Upon receipt of such notice, Consultant shall take all reasonable steps to mitigate costs allocable to the suspended services. Client, however, shall pay all reasonable and necessary costs associated with such suspension including the cost of assembling documents, personnel and equipment, rescheduling or reassignment costs necessary to maintain continuity and the staff required to resume the services upon expiration of the suspension. Page 160 of 291 EXHIBIT A GENERAL TERMS AND CONDITIONS PROFESSIONAL SERVICES Neel-Schaffer, Inc Page 2 of 4 Rev. 12-12-2023 8. Termination. This Agreement may be terminated by either party upon 30 days' written to the other party. Upon such termination, Client shall pay Consultant for all services performed up to the date of termination. If Client is the terminating party, Client shall pay Consultant all reasonable cost and expenses incurred by Consultant in effecting the termination, including but not limited to non-cancellable commitments and demobilization costs, if any. 9. Indemnification. Consultant shall indemnify and hold harmless Client from and against those damages and costs (including reasonable attorneys’ fees) that Client incurs as a result of third party claims for personal injury or property damage to the extent caused by the negligent acts, errors or omissions of Consultant. To the fullest extent permitted by law, Client shall indemnify and hold harmless Consultant from and against those damages and costs (including reasonable attorneys’ fees) that Consultant incurs as a result of third party claims for personal injury or property damage to the extent caused by the negligent acts, errors or omissions of Client. 10. Legal Proceedings. In the event Consultant or its employees are required by Client to provide testimony, answer interrogatories, produce documents or otherwise provide information in relation to any litigation, arbitration, proceeding or other inquiry arising out of Consultant’s services, where Consultant is not a party to such proceeding, Client will compensate Consultant for its services and reimburse Consultant for all related direct costs incurred in connection with providing such testimony or information. 11. Successors and Assigns. The terms of this Agreement shall be binding upon and inure to the benefit of the parties and their respective successors and assigns; provided however, that neither party shall assign this Agreement in whole or in part without the prior written consent of the other party. 12. Insurance. Consultant agrees to maintain the following insurance coverage with the following limits of insurance during the performance of Consultant’s work hereunder: (a) Commercial General Liability insurance with standard ISO coverage and available limits of $1,000,000 per occurrence and $2,000,000 general aggregate; (b) Automobile Liability insurance with standard ISO coverage and available combined single limits of $1,000,000 per accident; (c) Worker’s Compensation insurance with limits as required by statute and Employer’s Liability insurance with limits of $1,000,000 per employee for bodily injury by accident/$1,000,000 per employee for bodily injury by disease/$1,000,000 policy limit for disease; and (d) Professional Liability insurance covering the Consultant’s negligent acts, errors, or omissions in the performance of professional services with available limits of $1,000,000 per claim and annual aggregate. Consultant shall provide a certificate of insurance evidencing such insurance coverage to Client prior to the start of Consultant’s work and annually upon renewal of coverage. Consultant shall cause Client to be named as an additional insured on Consultant’s commercial general liability and auto liability policies, which shall be primary and noncontributory. 13. Hazardous Materials. Client acknowledges that Consultant has been retained to perform professional services and that Consultant is not and shall not be required to become an “arranger,” “operator,” “generator,” or “transporter” of hazardous substances, as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), as amended, which are or may be encountered at or near the Project site in connection with Consultant’s activities under this Agreement. 14. Risk Allocation. To the fullest extent permitted by law, the total aggregate liability of Consultant and Consultant’s officers, directors, employees, agents, and subconsultants to Client and anyone claiming by, through or under Client for any and all injuries, claims, losses, expenses, or damages whatsoever arising out of or in any way related to Consultant’s services, the Project or this Agreement, from any cause whatsoever, including but not limited to, negligence, strict liability, breach of contract or breach of warranty shall not exceed the Consultant’s total fee under this Agreement or the amount of $50,000, whichever is greater. 15. Consequential Damages. Neither Client nor Consultant shall be liable to the other or shall make any claim for any special, incidental, indirect, or consequential damages arising out of, or connected in any way to the Project or this Page 161 of 291 EXHIBIT A GENERAL TERMS AND CONDITIONS PROFESSIONAL SERVICES Neel-Schaffer, Inc Page 3 of 4 Rev. 12-12-2023 Agreement. This mutual waiver includes, but is not limited to, damages related to loss of use, loss of profits, loss of income, loss of reputation, loss of business or diminution of property value and shall apply regardless of legal theory such damages are alleged including negligence, strict liability, breach of contract and breach of warranty. 16. Payment. Unless agreed to otherwise, Consultant shall submit monthly invoices to the Client. Payment in full shall be due upon receipt of the invoice. Payment of any invoices by the Client shall be taken to mean that the Client is satisfied with the Consultant’s services to the date of the payment and is not aware of any deficiencies in those services. If payments are delinquent after 30 days from invoice date, the Client agrees to pay interest on the unpaid balance at the rate of one percent (1%) per month. If the Client fails to make payments when due; then Consultant, after giving seven (7) days written notice to the Client, may suspend services until the Client has paid in full all amounts due for services, expenses, and other related charges without recourse to the Client for loss or damage caused by such suspension. Payment for Consultant’s services is not contingent on any factor, except the Consultant’s ability to provide services in a manner consistent with the Standard of Care. If the Client contests an invoice, the Client may withhold only that portion so contested and shall pay the undisputed portion. 17. Force Majeure. Neither Client nor Consultant shall be liable for the failure to perform (except Client’s obligation to make payment when due) caused by any contingency beyond their reasonable control, including but not limited to, acts of God, wars, strikes, walkouts, fires, natural calamities, or demands or requirements of governmental agencies. 18. Compliance with Laws. To the extent applicable to Consultant’s services, Consultant shall exercise due professional care to comply with all applicable laws, including ordinances of any political subdivisions or governing agencies. 19. Invalid Terms. If any provisions of this Agreement are held to be invalid or unenforceable, the remaining provisions shall be valid and binding as if the unenforceable provisions were never included in the Agreement. 20. Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the state where the services are performed. 21. Dispute Resolution. All disputes, controversies or claims, of whatever kind or character, between the Parties, their agents and/or principals, arising out of or in connection with the subject matter of this Agreement shall be litigated in a court of competent jurisdiction before a judge hearing the matter alone, as both finder of fact and law, without a jury. By entering into this Agreement, the parties expressly agree to waive their rights to a jury. 22. Additional Services. Consultant shall be entitled to an equitable adjustment to its fee and schedule for additional services resulting from significant changes in the general scope, extent or character of the Project or its design including, but not limited to, changes in size, complexity, Client’s schedule, construction schedule, character of construction or method of financing; and revising previously accepted studies, reports, design documents or other documents when such revisions are required by changes in laws, rules, regulations, ordinances, codes or orders enacted subsequent to the preparation of such studies, reports or documents, or are due to any other causes beyond Consultant’s control. 23. Amendment. This Agreement may only be amended in writing and where such amendment is executed by a duly authorized representatives of each party. 24. Entire Understanding of Agreement. This Agreement represents and incorporates the entire understanding of the parties hereto, and each party acknowledges that there are no warranties, representations, covenants or understandings of any kind, matter or description whatsoever, made by either party to the other except as expressly set forth herein. Client and Consultant hereby agree that any purchase orders, invoices, confirmations, acknowledgments or other similar documents executed or delivered with respect to the subject matter hereof that conflict with the terms of this Agreement shall be null, void and without effect to the extent they conflict with the terms of this Agreement. 25. Survival of Provisions. The provisions of this Agreement shall continue to be binding upon the parties hereto notwithstanding termination of this Agreement for any reason. 26. Nonwaiver. No waiver by a party of any provision of this Agreement shall be deemed to have been made unless in writing and signed by such party. Page 162 of 291 EXHIBIT A GENERAL TERMS AND CONDITIONS PROFESSIONAL SERVICES Neel-Schaffer, Inc Page 4 of 4 Rev. 12-12-2023 27. Identity of Project Owner. Within ten (10) days of the entry of this Agreement, Client, if Client is not the Project Owner, shall provide to Consultant the Project Owner’s full legal name; Project Owner’s physical address; Project Owner’s mailing address; and the name, physical address and mailing address of the Client’s point of contact with the Owner for the Project. 28. Conflicting Terms. If there are multiple agreements with varying or conflicting terms and conditions between Client and Consultant, the terms and conditions contained in this Agreement shall supersede and have precedence over any other conflicting terms and conditions contained in any other written or oral agreement. [The remainder of this page intentionally left blank] Page 163 of 291 N-S Project # Construction Cost: $826,830 Contract Time: 75 Working Days Classification Hours Billed Pay Rate Total Project Manager 186.00 $68.59 $12,757.74 Level II Inspector 745.00 $25.50 $18,997.50 Level II Inspector (Office)186.00 $24.00 $4,464.00 Level I Inspector 373.00 $18.00 $6,714.00 $42,933.24 $58,694.00 $101,627.24 $6,802.00 $0.00 $0.00 $10,843.00 $4.29 $119,276.53 FCCM (0.01% of Direct Labor) Total Fee Labor Expense Subtotal Total Direct Expenses(Vehicle) Subconsultants Subtotal Subconsultant Expense Subconsultant Administration (5%) Profit (10% labor, overhead, expenses) Overhead and Labor Additive (136.71%) Exhibit B Project No. TAPAA-TA23(929) SIDEWALKS ON BLUE ISLAND AVENUE AND FAIRWOOD BOULEVARD Construction Engineering & Inspection Proposal May 20, 2025 Total Direct Labor Cost Page 164 of 291 PUR-004 - 082522 N-S is the EOR for the Design and pre- approved by ALDOT to provide CE&I Services CITY OF FAIRHOPE PURCHASING DEPARTMENT PURCHASING REQUEST FORM Name: Richard D. Johnson, PE City Eng./George Ladd, PWD Date: 05-20-2025 Department: Public Works – Capital Projects – 2022 TAP Grant Expenditure Threshold** Distinctions Quotes Required Approval Green Sheet Resolution Under $5,000 No restrictions Not Required N/A N/A N/A Utilities $5,001-$10,000 Operational NON-Budgeted Three Treasurer/Mayor N/A N/A Greater than: Gen Govt - $5,001 Utilities - $10,001 Operational NON-Budgeted Three Council Required Required Gen Govt - $5,001-$30,000 Utilities - $10,001 - $30,000 Operational Budgeted Three Treasurer N/A N/A Over $30,000 Operational Budget* State Bid List or Buying Group Treasurer/Mayor N/A N/A Over $30,000/$100,000 Operational Budgeted Bids Council Required Required Professional Service Over $5,000 Budgeted or Non-Budgeted Mayor Select Council Required Required *Budgeted items that meet or are under budget may be purchased with the Mayor and/or Treasurer’s approval if they are on the State Bid list or from an approved buying group. Items that are over budget must go to Council for approval and will require a green sheet and resolution. **Expenditure Threshold is a combined total of labor and materials, including materials provided by the City. If the total amount is within $10,000 of the listed threshold, Purchasing/Treasurer may require a formal bid due to potential materials cost increases. QUOTES Vendor Name Vendor Quote 1. Neel-Schaffer $ Authorize Mayor to Execute Contract $120K NTE 2. Click or tap here to enter text. $ 3. Click or tap here to enter text. $ Check any applicable boxes: ☐ State Contract ☒ ALDOT ☐ Purchasing Group ☐ Sole Source (Attach Sole Source Justification) ITEM OR SERVICE INFORMATION 1. What item or service do you need to purchase? Professional Engineering Services – CE&I for 2022 TAP Grant 2. What is the total cost of the item or service? Estimate - $120,000.00 – 20% City and 80% ESMPO 3. How many do you need? CE&I Engineering for 2022-PWI 010 FY2022 TAP Grant - Fairwood and Blue Island Sidewalks 4. Item or Service Is: ☒ New ☐ Used ☐ Replacement ☐ Annual Request 5. Vendor Name (Lowest Quote): Neel-Schaffer 6. Vendor Number: 782 If you do not have a Vendor Number, please go to the City of Fairhope page: www.FairhopeAL.gov, Departments, Purchasing, Vendor Registration, and complete the required information. BUDGET INFORMATION 1. Is it budgeted? ☒ Yes ☐ No ☐ Emergency Request 2. If budgeted, what is the budgeted amount? $1,083,000.00 (in the aggregate - unencumbered) 3. Budget code: 103-55920 Line 10 - Tap-Fairwood & Blue Island - at 20/80 ESMPO actual $24,000.00 Email completed form with quotes and other supporting documentation to Erin.Wolfe@FairhopeAL.gov and Rhonda.Cunningham@FairhopeAL.gov. Page 165 of 291 RESOLUTION NO. 5471-25 BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, as follows: [l] That the City Council approves the selection by Mayor Sherry Sullivan for Professional Engineering Services for (RFQ PS25-030) for Construction Engineering and Inspection for the FY2023 TAP Project -Sidewalks on Blue Island Avenue and Fairwood Boulevard to Neel-Schaffer, Inc.; and hereby authorize Mayor Sullivan to negotiate the not-to-exceed fee to be approved by Council. DULY ADOPTED ON THIS 9TH DAY OF JUNE, 2025 Attest: L 7aA.anks ;iilic City Clerk Page 166 of 291 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2025-1570 FROM: George Ladd , PUBLIC WORKS DIRECTOR SUBJECT: That the City Council declares the Marathon Gemini Xtreme Full Eject with Rear Feed Bailer surplus; and the Public Works Director is hereby authorized and directed to dispose of the personal property by donating such property to the Solid Waste Disposal Authority of Baldwin County. This donation will help the City continue its support of the new Material Recovery Facility (“MRF”). AGENDA DATE: June 23, 2025 RECOMMENDED ACTION: That the City Council declares the Marathon Gemini Xtreme Full Eject with Rear Feed Bailer surplus; and the Public Works Director is hereby authorized and directed to dispose of the personal property by donating such property to the Solid Waste Disposal Authority of Baldwin County. This donation will help the City continue its support of the new Material Recovery Facility (“MRF”). BACKGROUND INFORMATION: WHEREAS, the City of Fairhope, Alabama, has a certain item of personal property which is no longer needed for public or municipal purposes; and WHEREAS, Section 11-43-56 of the Code of Alabama of 1975 authorizes the municipal governing body to dispose of unneeded personal property; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF FAIRHOPE, ALABAMA, AS FOLLOWS: SECTION 1. That the following personal property owned by the City of Fairhope, Alabama, is not needed for public or municipal purposes, and hereby declared surplus: Marathon Gemini Xtreme Full Eject with Rear Feed Bailer BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget $___ $___ ($____) Page 167 of 291 GRANT: LEGAL IMPACT: FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: Individual(s) responsible for follow up: Action required (list contact persons/addresses if documents are to be mailed or emailed): Page 168 of 291 RESOLUTION NO. _____ WHEREAS, the City of Fairhope, Alabama, has a certain item of personal property which is no longer needed for public or municipal purposes; and WHEREAS, Section 11-43-56 of the Code of Alabama of 1975 authorizes the municipal governing body to dispose of unneeded personal property; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF FAIRHOPE, ALABAMA, AS FOLLOWS: SECTION 1. That the following personal property owned by the City of Fairhope, Alabama, is not needed for public or municipal purposes, and hereby declared surplus: Marathon Gemini Xtreme Full Eject with Rear Feed Bailer SECTION 2. That the Public Works Director is hereby authorized and directed to dispose of the personal property purchased by the City of Fairhope, Alabama for the Public Works Department, described in Section 1, above, by donating such property to the Solid Waste Disposal Authority of Baldwin County. This donation will help the City continue its support of the new Material Recovery Facility (“MRF”). ADOPTED AND APPROVED THIS 23RD DAY OF JUNE, 2025 ______________________________ Jack Burrell, Council President ATTEST: ________________________________ Lisa A. Hanks, MMC City Clerk Page 169 of 291 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2025-1603 FROM: Daryl Morefield, WATER SUPERINTENDENT SUBJECT: The Water/Wastewater Superintendent, Daryl Morefield, is requesting approval for the procurement of the boring machine replacement rods. AGENDA DATE: June 23, 2025 RECOMMENDED ACTION: To approve this request for the procurement of the boring machine replacement rods from Vermeer Southeast Sales & Service, Inc. as a sole source distributor for not-to- exceed $24,836.55 and authorize the Treasurer to transfer from the Gas Department $6,209.00 and Electric Department $6,209.00. BACKGROUND INFORMATION: The Water/Wastewater Superintendent, Daryl Morefield, is requesting approval for the procurement of the boring machine replacement rods. The cost of the replacement rods from Vermeer Southeast Sales & Service, Inc. will include the following: Replacement Rods 1 set of 50 rods @ $442.66 ea totals $22,133.00 (5% bundle discount included) Parts-Starter Rod 1 @ $378.93 Parts-Collar Quickfire 1 @ $214.81 Parts-Adapter 1 @ $370.25 Parts-HSG Assy 2-3/8 1 @ $1531.80 Parts-Hardface 1 @ $207.76 This will be purchased through Vermeer Southeast Sales & Services, Inc., a sole source distributor and therefore does not require three quotes. The equipment is exempt from formal bidding per Code of Alabama 1975, Section 41- 16-57 (b)(1) which states: "The governmental body can document that the sole source goods or services are of an indispensable nature, all other viable alternatives have been explored, and it has been determined that only these goods or services will fulfill the function for which the product is needed." Page 170 of 291 BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget 004010- 50470 Water - Vehicles & Equipment $0.00 $24,836.55 ($24,836.55) 004010- 40900 Transfers In Capital Purchases $0.00 ($12,418.00) $12,418.00 Budget Adjustment 004010-50470 Water - Vehicles & Equipment $12,418.00 004010-40900 Transfers In Capital Purchases ($12,418.00) 002-50900 Transfers Out Capital Purchases $6,209.00 002-50365 Maintenance-Plant ($6,209.00) 003-50900 Transfers Out Capital Purchases $6,209.00 003-50365 Maintenance-Plant ($6,209.00) GRANT: N/A LEGAL IMPACT: N/A FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: N/A Individual(s) responsible for follow up: N/A Action required (list contact persons/addresses if documents are to be mailed or emailed): N/A Page 171 of 291 RESOLUTION NO. 5353-25 BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, as follows: [1] That the City of Fairhope approves the procurement of boring machine replacement rods from Vermeer Southeast Sales & Service, Inc. as sole source distributor; and authorizes procurement based on the option allowed by the Code of Alabama 1975, Section 41-16-51(13) and therefore is not required to secure three quotes. The total amount not-to-exceed $24,836.55. [2] Authorize the Treasurer to transfer from the Gas Department $6,209.00 and Electric Department $6,209.00. ADOPTED ON THIS 23RD DAY OF JUNE, 2025 _______________________________ Jack Burrell, Council President Attest: _____________________________ Lisa A. Hanks, MMC City Clerk Page 172 of 291 From: Brandon Powell <brandon.powell@fairhopeal.gov> Sent: Friday, June 13, 2025 3:00:46 PM To: Ben Patterson <ben.patterson@fairhopeal.gov> Subject: Fw: quote updated with 5% discount From: Williamson, Mike <mikewilliamson@VermeerSoutheast.com> Sent: Friday, June 13, 2025 2:59:37 PM To: Brandon Powell <brandon.powell@fairhopeal.gov> Cc: parts-fl-pensacola <parts-fl-pensacola@vermeersoutheast.com> Subject: quote updated with 5% discount Mike Williamson Parts Specialist 6691 Mobile Hwy O: 1-850-944-8110 | M: 850-407-2098 parts-Fl-Pensacola@Vermeersoutheast.com Page 173 of 291 From: Brandon Powell <brandon.powell@fairhopeal.gov> Sent: Thursday, June 12, 2025 11:54 AM To: Ben Patterson <ben.patterson@fairhopeal.gov> Subject: Fw: Parts quote From: Williamson, Mike <mikewilliamson@VermeerSoutheast.com> Sent: Wednesday, June 11, 2025 11:16:01 AM To: Brandon Powell <brandon.powell@fairhopeal.gov> Cc: parts-fl-pensacola <parts-fl-pensacola@vermeersoutheast.com> Subject: Parts quote All parts in stock . Mike Williamson Parts Specialist 6691 Mobile Hwy O: 1-850-944-8110 | M: 850-407-2098 parts-Fl-Pensacola@Vermeersoutheast.com Page 174 of 291 Page 175 of 291 PUR-004 - 082522 CITY OF FAIRHOPE PURCHASING DEPARTMENT PURCHASING REQUEST FORM Name: Date: Department: Expenditure Threshold** Distinctions Quotes Required Approval Green Sheet Resolution Under $5,000 No restrictions Not Required N/A N/A N/A Utilities $5,001-$10,000 Operational NON-Budgeted Three Treasurer/Mayor N/A N/A Greater than: Gen Govt - $5,001 Utilities - $10,001 Operational NON-Budgeted Three Council Required Required Gen Govt - $5,001-$30,000 Utilities - $10,001 - $30,000 Operational Budgeted Three Treasurer N/A N/A Over $30,000 Operational Budget* State Bid List or Buying Group Treasurer/Mayor N/A N/A Over $30,000/$100,000 Operational Budgeted Bids Council Required Required Professional Service Over $5,000 Budgeted or Non-Budgeted Mayor Select Council Required Required *Budgeted items that meet or are under budget may be purchased with the Mayor and/or Treasurer’s approval if they are on the State Bid list or from an approved buying group. Items that are over budget must go to Council for approval and will require a green sheet and resolution. **Expenditure Threshold is a combined total of labor and materials, including materials provided by the City. If the total amount is within $10,000 of the listed threshold, Purchasing/Treasurer may require a formal bid due to potential materials cost increases. QUOTES Vendor Quote $ $ Vendor Name 1. Vermeer Southeast Sales & Services, Inc. 2.Click or tap here to enter text. 3.Click or tap here to enter text.$ Check any applicable boxes: ☐ State Contract ☐ ALDOT ☐ Purchasing Group ☐Sole Source (Attach Sole Source Justification) ITEM OR SERVICE INFORMATION 1.What item or service do you need to purchase? Rod Replacement 2.What is the total cost of the item or service? $24,836.55 3.How many do you need? 1 set (50 rods - 5 rod accessories) 4.Item or Service Is: ☐ New ☐ Used ☐ Replacement ☐ Annual Request 5.Vendor Name (Lowest Quote): Vermeer Southeast Sales & Services, Inc. 6.Vendor Number: 988 If you do not have a Vendor Number, please go to the City of Fairhope page: www.FairhopeAL.gov, Departments, Purchasing, Vendor Registration, and complete the required information. BUDGET INFORMATION 1.Is it budgeted? ☐ Yes ☐ No ☐ Emergency Request 2.If budgeted, what is the budgeted amount? Click or tap here to enter text. 3.Budget code: 004010-50470 Email completed form with quotes and other supporting documentation to Erin.Wolfe@FairhopeAL.gov and Rhonda.Cunningham@FairhopeAL.gov. Roscoe Safley June 13, 2025 Water/Sewer 24,836.55 Page 176 of 291 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2025-1583 FROM: Ben Patterson, ELECTRIC SUPERINTENDENT SUBJECT: The Superintendent of Electric Department, Ben Patterson, has requested to procure materials for the 46KV Transmission Line Project Base Bid and Alternate 2. He is now requesting a change order to reflect requested price or quantity changes from two of the awarded vendors. AGENDA DATE: June 23, 2025 RECOMMENDED ACTION: To approve Change Order No. 1 for (Bid No. 25-032) Materials for the 46KV Transmission Line Project Base Bid and Alternate 2 for the Electric Department; and to award Change Order No. 1 to Gresco Utility Supply with a cost change of -$35,104.30 and Tri-State Utility Products with a cost change of -$20,338.40. Change Order is for requested price or quantity changes. Requested line item changes of greater than 10% cause to rescind award for that line item. The new contract total for Gresco Utility Supply is $590,736.05 and the new contract total for Tri-State Utility Products, Inc. is $8,538.70. Total Award to three vendors with contingency will be changed to $746,902.70. BACKGROUND INFORMATION: A service bid was issued on March 7, 2025, posted to the City of Fairhope's website, and published in Gulf Coast Media. Four (4) responsive bids were received at the bid opening on April 8, 2025 at 2:00 p.m. The City Council approved award to three (3) vendors: Gresco Utility Supply, Tri-State Utility Products, Inc. and Wesco International. Gresco Utility Supply and Tri-State Utility Products, Inc. have requested change orders due to their suppliers costs increasing since the bids were submitted and the purchase orders issued. The change order totals are as follows: Gresco Utility Supply: Total Change -$35,104.30, New Total: $590,736.05 plus contingency of $20,000.00. Tri-State Utility Products, Inc: Total Change -$20,338.40, New Total: $8,538.70 plus contingency of $2,000.00. New Total Contract Price for all three vendors plus contingency will be Seven Hundred Page 177 of 291 Forty-Six Thousand Nine Hundred Two Dollars and Seventy Cents ($746,902.70). Rescinded items will be bid out as Request for Quotes. Previous Actions: Resolution 5446-25 on May 12, 2025 approved award to Gresco Utility Supply, Tri-State Utility Products, Inc. and Wesco International for a total award with contingency of $802,345.36. BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget 003-59500 Line 60 Electric - System Improvements $0.00 $746,902.70 ($746,902.70) Levelization rider funding will be used to offset this expense. GRANT: N/A LEGAL IMPACT: 06/12/25 - City Attorney reviewed the change order and approved the action. FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: N/A Individual(s) responsible for follow up: N/A Action required (list contact persons/addresses if documents are to be mailed or emailed): N/A Page 178 of 291 RESOLUTION NO. ________ BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, as follows: [1] That Mayor Sherry Sullivan is hereby authorized to execute Change Order No. 1 for (Bid No. 25-032) Materials for the 46KV Transmission Line Project Base Bid and Alternate 2 for the Electric Department; and to award Change Order No. 1 to Gresco Utility Supply with a cost change of -$35,104.30 and Tri-State Utility Products with a cost change of -$20,338.40. Change Order is for requested price or quantity changes. Requested line item changes of greater than 10% is cause to rescind award for that line item. The new contract total for Gresco Utility Supply is $590,736.05 and the new contract total for Tri-State Utility Products, Inc. is $8,538.70. Total Award to three vendors with contingency will be changed to $746,902.70. Rescinded items will be bid out as Request for Quotes. ADOPTED ON THIS 23RD DAY OF JUNE, 2025 ____________________________ Jack Burrell, Council President Attest: _____________________________ Lisa A. Hanks, MMC City Clerk Page 179 of 291 ITEM #ITEM DESCRIPTION UOM QTY COST PER ITEM COST (QTY x COST) COST PER ITEM COST (QTY x COST) Percentage Increase Allowed Price Increases - Price Difference Rescind Award per Line Item 10 FIBER LINK AF FGS16-12RR. MANUFACTURER: ALUMA-FORM; PART NO: FGS16-12RR EACH 50 $25.80 $1,290.00 $27.95 $1,397.50 8.3% $107.50 33 FIBERGLASS POLE TOP PINS AF FICS-HV-V18- RHD-1. MANUFACTURER: ALUMA-FORM. PART NO: FICS-HV-V18-RHD-1 EACH 50 $68.00 $3,400.00 $73.90 $3,695.00 8.7% $295.00 54 3 INCH CURVED SQUARE WASHERS 13/16"EACH 500 $1.50 $750.00 $1.65 $825.00 10.0%$75.00 55 TWIN FLIGHT EXTENSIONS 555 X 5FT 12656 EACH 130 $70.00 $9,100.00 $77.00 $10,010.00 10.0%$910.00 65 INSULATED FIBERGLASS T-BRACKET SINGLE PHASE F1CA-MV-H18-D3-H. MANUFACTURER: ALUMA-FORM; PART NO: F1CA-MV-H18-D3-H EACH 30 $45.00 $1,350.00 $50.00 $1,500.00 11.1% $1,350.00 70 397 ACSR PREFORMED WRAP LOCKS TOP TIE EACH 200 $9.90 $1,980.00 $10.75 $2,150.00 8.6%$170.00 73 652 AAAC ARMOR RODS EACH 75 $38.65 $2,898.75 $42.00 $3,150.00 8.7%$251.25 74 397 ARMOR RODS CHICKADEE 18/1 AR-0131 EACH 300 $24.35 $7,305.00 $26.50 $7,950.00 8.8%$645.00 77 STATIC WIRE SUSPENSION CLAMPS ARMOR GRIP SUSPENSION AGS-8105 PREFORMED EACH 50 $41.85 $2,092.50 $45.45 $2,272.50 8.6%$180.00 78 ALUMINUM ARMOR ROD PLP AR-2128 AR-2328 3/8" 7 #8 16M EACH 50 $15.45 $772.50 $16.90 $845.00 9.4%$72.50 81 397 TO 397 AFL WEDGE/BOLT TYPE CONNECTOR EACH 100 $20.50 $2,050.00 $22.25 $2,225.00 8.5%$175.00 82 397 TO 4/0 AFL WEDGE/BOLT TYPE CONNECTOR EACH 100 $20.50 $2,050.00 $22.25 $2,225.00 8.5%$175.00 86 397 TO #2 AFL WEDGE/BOLT TYPE CONNECTOR EACH 100 $20.50 $2,050.00 $22.25 $2,225.00 8.5%$175.00 85 HENDRIX EASY PEEL #4 COPPER POLY WIRE; 25 LB ROLLS (BIDDER MUST INDICATE IF PROVIDING AN ALTERNATE SIZE ROLL) ROLL 5 $4.20 $21.00 $4.55 $22.75 8.3% $1.75 86 2.5" CONDUIT STRAPS STK-2.5" 51968. MANUFACTURER: ALUMA-FORM; PART NO: STK- 2.5 EACH 100 $7.40 $740.00 $8.05 $805.00 8.8% $65.00 87 3" CONDUIT STRAPS STK-3 51969. MANUFACTURER: ALUMA-FORM; PART NO: STK- 3 EACH 100 $7.15 $715.00 $7.75 $775.00 8.4% $60.00 88 4' CONDUIT STRAPS STK-4-51971. MANUFACTURER: ALUMA-FORM; PART NO: STK- 4 EACH 100 $8.30 $830.00 $8.95 $895.00 7.8% $65.00 91 PRYSMIAN 397 ACSR WIRE CHICKADEE FOR PRIMARY-(PREFERRED IN 3-8,000' SPOOLS). MANUFACTURER: PRYSMIAN FOOT 24,000 $1.30 $31,200.00 $1.44 $34,560.00 10.8% $34,560.00 Base Bid Line Items Gresco Utility Supply Gresco Utility Supply Page 180 of 291 92 PRYSMIAN 397 SCSR WIRE CHICKADEE FOR NEUTRAL- 1 ROLL. MANUFACTURER: PRYSMIAN FOOT 5,000 $1.30 $6,500.00 $1.44 $7,200.00 10.8% $7,200.00 ITEM #ITEM DESCRIPTION UOM QTY COST PER ITEM TOTAL COST (QTY x COST) COST PER ITEM TOTAL COST (QTY x COST) Percentage Increase Allowed Price Increases - Price Difference Rescind Award per Line Item 6 2- 1/4 INCH SQUARE WATHERS EACH 50 $0.60 $30.00 $0.66 $33.00 10.0%$3.00 9 3 INCH CURVED SQUARE WASHERS 13/16 HOLE EACH 50 $1.50 $75.00 $1.65 $82.50 10.0%$7.50 18 CONDUIT BRACKETS, 2 FT EACH 40 $45.60 $1,824.00 $49.50 $1,980.00 8.6%$156.00 32 TWIN FLIGHT SS5X5' 12656. MANUFACTURER: HUBBELL; PARTS NO: 12656 EACH 20 $70.00 $1,400.00 $77.00 $1,540.00 10.0% $140.00 40 INSULATED T-BRACKET , FICA-MV-H18-03-H. MANUFACTURER: ALUMA-FORM; PART NO: F1CA-MV-H18-03-H EACH 10 $45.00 $450.00 $50.00 $500.00 11.1% $450.00 48 46KV SUSPENSION CLAMPS FOR 46KV POST INSULATORS EACH 3 $64.75 $194.25 $69.75 $209.25 7.7%$15.00 50 STATIC WIRE SUSPENSION CLAMPS EACH 2 $24.50 $49.00 $26.50 $53.00 8.2%$4.00 51 STATIC WIRE CLEVIS EACH 2 $41.85 $83.70 $45.45 $90.90 8.6%$7.20 78 4/0 URD SERVICE WIRE 4/0 TPLX/SWEETBRIAR PRYSMIAN; 1,500 FOOT REEL REEL 1500 $2.00 $3,000.00 78-A 4/0 URD SERVICE WIRE 4/0 TPLX/SWEETBRIAR PRYSMIAN; 1,500 FOOT REEL REEL 2000 $2.00 $4,000.00 33.3% $4,000.00 79 INSULATED JUMPER WIRE EASY PEEL HENDRIX #4 CU POLYWIRE ; 25 LB ROLLS (BIDDER MUST INDICATE IF PROVIDING AN ALTERNATE SIZE ROLL) ROLL 800 $4.20 $3,360.00 $4.55 $3,640.00 8.3% $280.00 82-C Alternate - Tilt Bracket EACH 20 $359.00 $7,180.00 $380.00 $7,600.00 5.8%$420.00 $8,455.70 $43,560.00 Total PO Change:-$35,104.30 New PO Total:$590,736.05 Quantity Change Allowed per Original Resolution Alternate 2 Line Items Gresco Utility Supply Gresco Utility Supply Page 181 of 291 ITEM #ITEM DESCRIPTION UOM QTY COST PER ITEM COST (QTY x COST) COST PER ITEM COST (QTY x COST) Percentage Increase Allowed Price Increases - Price Difference Rescind Award per Line Item 10 FIBER LINK AF FGS16-12RR. MANUFACTURER: ALUMA-FORM; PART NO: FGS16-12RR EACH 50 $25.80 $1,290.00 $27.95 $1,397.50 8.3% $107.50 33 FIBERGLASS POLE TOP PINS AF FICS-HV-V18- RHD-1. MANUFACTURER: ALUMA-FORM. PART NO: FICS-HV-V18-RHD-1 EACH 50 $68.00 $3,400.00 $73.90 $3,695.00 8.7% $295.00 54 3 INCH CURVED SQUARE WASHERS 13/16"EACH 500 $1.50 $750.00 $1.65 $825.00 10.0%$75.00 55 TWIN FLIGHT EXTENSIONS 555 X 5FT 12656 EACH 130 $70.00 $9,100.00 $77.00 $10,010.00 10.0%$910.00 65 INSULATED FIBERGLASS T-BRACKET SINGLE PHASE F1CA-MV-H18-D3-H. MANUFACTURER: ALUMA-FORM; PART NO: F1CA-MV-H18-D3-H EACH 30 $45.00 $1,350.00 $50.00 $1,500.00 11.1% $1,350.00 70 397 ACSR PREFORMED WRAP LOCKS TOP TIE EACH 200 $9.90 $1,980.00 $10.75 $2,150.00 8.6%$170.00 73 652 AAAC ARMOR RODS EACH 75 $38.65 $2,898.75 $42.00 $3,150.00 8.7%$251.25 74 397 ARMOR RODS CHICKADEE 18/1 AR-0131 EACH 300 $24.35 $7,305.00 $26.50 $7,950.00 8.8%$645.00 77 STATIC WIRE SUSPENSION CLAMPS ARMOR GRIP SUSPENSION AGS-8105 PREFORMED EACH 50 $41.85 $2,092.50 $45.45 $2,272.50 8.6%$180.00 78 ALUMINUM ARMOR ROD PLP AR-2128 AR-2328 3/8" 7 #8 16M EACH 50 $15.45 $772.50 $16.90 $845.00 9.4%$72.50 81 397 TO 397 AFL WEDGE/BOLT TYPE CONNECTOR EACH 100 $20.50 $2,050.00 $22.25 $2,225.00 8.5%$175.00 82 397 TO 4/0 AFL WEDGE/BOLT TYPE CONNECTOR EACH 100 $20.50 $2,050.00 $22.25 $2,225.00 8.5%$175.00 86 397 TO #2 AFL WEDGE/BOLT TYPE CONNECTOR EACH 100 $20.50 $2,050.00 $22.25 $2,225.00 8.5%$175.00 85 HENDRIX EASY PEEL #4 COPPER POLY WIRE; 25 LB ROLLS (BIDDER MUST INDICATE IF PROVIDING AN ALTERNATE SIZE ROLL) ROLL 5 $4.20 $21.00 $4.55 $22.75 8.3% $1.75 86 2.5" CONDUIT STRAPS STK-2.5" 51968. MANUFACTURER: ALUMA-FORM; PART NO: STK- 2.5 EACH 100 $7.40 $740.00 $8.05 $805.00 8.8% $65.00 87 3" CONDUIT STRAPS STK-3 51969. MANUFACTURER: ALUMA-FORM; PART NO: STK- 3 EACH 100 $7.15 $715.00 $7.75 $775.00 8.4% $60.00 88 4' CONDUIT STRAPS STK-4-51971. MANUFACTURER: ALUMA-FORM; PART NO: STK- 4 EACH 100 $8.30 $830.00 $8.95 $895.00 7.8% $65.00 Base Bid Line Items Gresco Utility Supply Gresco Utility Supply Page 182 of 291 91 PRYSMIAN 397 ACSR WIRE CHICKADEE FOR PRIMARY-(PREFERRED IN 3-8,000' SPOOLS). MANUFACTURER: PRYSMIAN FOOT 24,000 $1.30 $31,200.00 $1.44 $34,560.00 10.8% $34,560.00 92 PRYSMIAN 397 SCSR WIRE CHICKADEE FOR NEUTRAL- 1 ROLL. MANUFACTURER: PRYSMIAN FOOT 5,000 $1.30 $6,500.00 $1.44 $7,200.00 10.8% $7,200.00 ITEM #ITEM DESCRIPTION UOM QTY COST PER ITEM TOTAL COST (QTY x COST) COST PER ITEM TOTAL COST (QTY x COST) Percentage Increase Allowed Price Increases - Price Difference Rescind Award per Line Item 6 2- 1/4 INCH SQUARE WATHERS EACH 50 $0.60 $30.00 $0.66 $33.00 10.0%$3.00 9 3 INCH CURVED SQUARE WASHERS 13/16 HOLE EACH 50 $1.50 $75.00 $1.65 $82.50 10.0%$7.50 18 CONDUIT BRACKETS, 2 FT EACH 40 $45.60 $1,824.00 $49.50 $1,980.00 8.6%$156.00 32 TWIN FLIGHT SS5X5' 12656. MANUFACTURER: HUBBELL; PARTS NO: 12656 EACH 20 $70.00 $1,400.00 $77.00 $1,540.00 10.0% $140.00 40 INSULATED T-BRACKET , FICA-MV-H18-03-H. MANUFACTURER: ALUMA-FORM; PART NO: F1CA-MV-H18-03-H EACH 10 $45.00 $450.00 $50.00 $500.00 11.1% $450.00 48 46KV SUSPENSION CLAMPS FOR 46KV POST INSULATORS EACH 3 $64.75 $194.25 $69.75 $209.25 7.7%$15.00 50 STATIC WIRE SUSPENSION CLAMPS EACH 2 $24.50 $49.00 $26.50 $53.00 8.2%$4.00 51 STATIC WIRE CLEVIS EACH 2 $41.85 $83.70 $45.45 $90.90 8.6%$7.20 78 4/0 URD SERVICE WIRE 4/0 TPLX/SWEETBRIAR PRYSMIAN; 1,500 FOOT REEL REEL 1500 $2.00 $3,000.00 $3,000.00 Quantity Change 78-A 4/0 URD SERVICE WIRE 4/0 TPLX/SWEETBRIAR PRYSMIAN; 1,500 FOOT REEL REEL 2000 $2.00 $4,000.00 33.3% 79 INSULATED JUMPER WIRE EASY PEEL HENDRIX #4 CU POLYWIRE ; 25 LB ROLLS (BIDDER MUST INDICATE IF PROVIDING AN ALTERNATE SIZE ROLL) ROLL 800 $4.20 $3,360.00 $4.55 $3,640.00 8.3% $280.00 $450.00 82-C Alternate - Tilt Bracket EACH 20 $359.00 $7,180.00 $380.00 $7,600.00 5.8%$420.00 $450.00 $4,455.70 $47,460.00 Total PO Change:-$43,004.30 New PO Total:$582,836.05 Alternate 2 Line Items Gresco Utility Supply Gresco Utility Supply Page 183 of 291 PAGE NO. SHIP TO: BILL TO: QUOTATION NUMBER SHIPPED QUOTATION DATE ORDERED BY CUSTOMER P.O. NO. QUOTATION NUMBER DATE INSTRUCTIONS B.O./RET.ORDERED QUANTITY DISP.ITEM CODE AND DESCRIPTION U/M UNIT PRICE AMOUNTMULT. XLOPTB 8/88 SLSMN.CUSTOMER P.O. NUMBER CUSTOMER P.O. NO. Omission of quotation number or reference to an expired quotation will result in application of standard price at time of shipment. Standard terms and conditions of sale to apply. Deviations pertaining to the quantities, prices, or duration of the above quotation are not valid unless confirmed in writing by TRI-STATE UTILITY PRODUCTS, INC. TRI-STATE UTILITY PRODUCTS, INC. BY Thank You ALL PRICES ARE BASED ON ACCEPTANCE BY AND ARE FIRM THRU TRI-STATE UTILITY PRODUCTS, INC. 105 ED GARDNER DRIVE PELL CITY, ALABAMA 35125 PHONE: 205-884-7480 FAX: 205-884-7768 FAIRHO 3001866-0000-03 CITY OF FAIRHOPE CITY OF FAIRHOPE P.O. BOX 429 555 SOUTH SECTION STREET FAIRHOPE AL 36532FAIRHOPE AL 36533 05/22/25 13:44:17 05/22/25 13:44:17 ***QUOTATION******QUOTATION******QUOTATION******QUOTATION******QUOTATION*** 3153001866-0000-03 308 05/22/25 05/22/25 13:44:17 FREIGHT ALLOWED 1P NET 30 QUOTE VALID UNTIL 6/13/25 UPDATED PRICING ON AWARDED MATERIALS FOR BID 25-032 400 8818 EA 4.1000 1640.00 5/8" X 18" MACHINE BOLT (J8818) 400 8820 EA 4.3200 1728.00 5/8" X 20" MACHINE BOLT 400 *8822 EA 5.5100 2204.00 5/8 MACHINE BOLT 22" 400 *8824 EA 6.1500 2460.00 5/8 MACHINE BOLT 24" 300 6813 EA 0.6700 201.00 2 1/4" SQUARE WASHER WITH 11/16" HOLE (J1075) CONTINUED Page 184 of 291 PAGE NO. SHIP TO: BILL TO: QUOTATION NUMBER SHIPPED QUOTATION DATE ORDERED BY CUSTOMER P.O. NO. QUOTATION NUMBER DATE INSTRUCTIONS B.O./RET.ORDERED QUANTITY DISP.ITEM CODE AND DESCRIPTION U/M UNIT PRICE AMOUNTMULT. XLOPTB 8/88 SLSMN.CUSTOMER P.O. NUMBER CUSTOMER P.O. NO. Omission of quotation number or reference to an expired quotation will result in application of standard price at time of shipment. Standard terms and conditions of sale to apply. Deviations pertaining to the quantities, prices, or duration of the above quotation are not valid unless confirmed in writing by TRI-STATE UTILITY PRODUCTS, INC. TRI-STATE UTILITY PRODUCTS, INC. BY Thank You ALL PRICES ARE BASED ON ACCEPTANCE BY AND ARE FIRM THRU TRI-STATE UTILITY PRODUCTS, INC. 105 ED GARDNER DRIVE PELL CITY, ALABAMA 35125 PHONE: 205-884-7480 FAX: 205-884-7768 FAIRHO 3001866-0000-03 CITY OF FAIRHOPE CITY OF FAIRHOPE P.O. BOX 429 555 SOUTH SECTION STREET FAIRHOPE AL 36532FAIRHOPE AL 36533 05/22/25 13:44:17 05/22/25 13:44:17 ***QUOTATION******QUOTATION******QUOTATION******QUOTATION******QUOTATION*** 3153001866-0000-03 308 05/22/25 05/22/25 13:44:17 FREIGHT ALLOWED 2P 500 6823-1/2 EA 1.7800 890.00 3" SQUARE CURVED WASHER W/ 11/16" HOLE(FOR 5/8" BOLT) 80 *PSC2060820 EA 71.1500 5692.00 CHANCE SHIELD WIRE SUPPORT 12" 80 *PSC2060822 EA 70.7000 5656.00 CHANCE SHEILD WIRE SUPPORT 16" 50 5801 EA 8.2100 410.50 ANCHOR SHACKLE 80 *PS7747 EA 33.8300 2706.40 SINGLE UPSET BOLTS 20" (NEUTRAL) 160 8916 EA 5.3500 856.00 3/4"x16" MACHINE BOLT CONTINUED Page 185 of 291 PAGE NO. SHIP TO: BILL TO: QUOTATION NUMBER SHIPPED QUOTATION DATE ORDERED BY CUSTOMER P.O. NO. QUOTATION NUMBER DATE INSTRUCTIONS B.O./RET.ORDERED QUANTITY DISP.ITEM CODE AND DESCRIPTION U/M UNIT PRICE AMOUNTMULT. XLOPTB 8/88 SLSMN.CUSTOMER P.O. NUMBER CUSTOMER P.O. NO. Omission of quotation number or reference to an expired quotation will result in application of standard price at time of shipment. Standard terms and conditions of sale to apply. Deviations pertaining to the quantities, prices, or duration of the above quotation are not valid unless confirmed in writing by TRI-STATE UTILITY PRODUCTS, INC. TRI-STATE UTILITY PRODUCTS, INC. BY Thank You ALL PRICES ARE BASED ON ACCEPTANCE BY AND ARE FIRM THRU TRI-STATE UTILITY PRODUCTS, INC. 105 ED GARDNER DRIVE PELL CITY, ALABAMA 35125 PHONE: 205-884-7480 FAX: 205-884-7768 FAIRHO 3001866-0000-03 CITY OF FAIRHOPE CITY OF FAIRHOPE P.O. BOX 429 555 SOUTH SECTION STREET FAIRHOPE AL 36532FAIRHOPE AL 36533 05/22/25 13:44:17 05/22/25 13:44:17 ***QUOTATION******QUOTATION******QUOTATION******QUOTATION******QUOTATION*** 3153001866-0000-03 308 05/22/25 05/22/25 13:44:17 FREIGHT ALLOWED 3P 100 *8918 EA 6.7700 677.00 3/4" MACHINE BOLTS 18" 200 8920 EA 7.0000 1400.00 3/4" x 20" MACHINE BOLT 150 RRK40 EA 10.0500 1507.50 AL. FLOOD-SEAL COMP. SPLICE KIT, WIRE RANGE 4/0, CONN. LENGTH 4-1/4", INSULATOR LENGTH 7-1/4", COLOR CODE:PINK 150 *RRK20 EA 9.4400 1416.00 2/0 U.G COMPRESSION SPLICE 50 8816 EA 3.2000 160.00 5/8" X 16" MACHINE BOLT (30/BOX) 60 8916 EA 5.3500 321.00 3/4"x16" MACHINE BOLT CONTINUED Page 186 of 291 PAGE NO. SHIP TO: BILL TO: QUOTATION NUMBER SHIPPED QUOTATION DATE ORDERED BY CUSTOMER P.O. NO. QUOTATION NUMBER DATE INSTRUCTIONS B.O./RET.ORDERED QUANTITY DISP.ITEM CODE AND DESCRIPTION U/M UNIT PRICE AMOUNTMULT. XLOPTB 8/88 SLSMN.CUSTOMER P.O. NUMBER CUSTOMER P.O. NO. Omission of quotation number or reference to an expired quotation will result in application of standard price at time of shipment. Standard terms and conditions of sale to apply. Deviations pertaining to the quantities, prices, or duration of the above quotation are not valid unless confirmed in writing by TRI-STATE UTILITY PRODUCTS, INC. TRI-STATE UTILITY PRODUCTS, INC. BY Thank You ALL PRICES ARE BASED ON ACCEPTANCE BY AND ARE FIRM THRU TRI-STATE UTILITY PRODUCTS, INC. 105 ED GARDNER DRIVE PELL CITY, ALABAMA 35125 PHONE: 205-884-7480 FAX: 205-884-7768 FAIRHO 3001866-0000-03 CITY OF FAIRHOPE CITY OF FAIRHOPE P.O. BOX 429 555 SOUTH SECTION STREET FAIRHOPE AL 36532FAIRHOPE AL 36533 05/22/25 13:44:17 05/22/25 13:44:17 ***QUOTATION******QUOTATION******QUOTATION******QUOTATION******QUOTATION*** 3153001866-0000-03 308 05/22/25 05/22/25 13:44:17 FREIGHT ALLOWED 4P 60 *8918 EA 6.7700 406.20 3/4" MACHINE BOLTS 18" 60 8920 EA 7.0000 420.00 3/4" x 20" MACHINE BOLT 6 *4050061400 EA 218.4500 1310.70 SUSPENSION CLEVIS TONGUE 69KV 50 *RRK-20-CU EA 55.2300 2761.50 COPPER COMPRESSION 2/0 SPLICE 34,823.80 Page 187 of 291 • • • Page 188 of 291 ITEM # ITEM DESCRIPTION QTYCOST PERITEMTOTAL COST(QTY x COST)Updated Price Updated Total1 FIBERGLASS PUPI 3000 8' ARMTB300009604X2 NO BRACES 4 HOLE.20 $225.00 $4,500.00 $225.00 $4,500.002 FIBERGLASS PUPI 3000 10' ARMTB3000012005X2 NO BRACES 41003 FIBERGLASS PUPI 3000 ARM 10 FTDEAD-END ARM NO BRACES.204 CROSSARM INSULATORS MACLEANHO 40 60 004 MX SS 002 15KV.300 $75.50 $22,650.00 $75.50 $22,650.005 LONG SHANK LINE POST STUD 3/4"X 7" FOR CROSSARM INSULATORS300 $7.35 $2,205.00 $7.35 $2,205.006 DEAD-END POLYMER INSULATORS25KV MACLEAN DS-25M.757 397 DEAD END CLAMPS AF DES-DA-22-N50 $19.70 $985.00 $19.70 $985.008 DEAD END #2 AUTO W/ PULLINGEYE. MANUFACTURER: FARGO50 $16.40 $820.00 $16.40 $820.009 FIBERGLASS LINKS AF FGS16-12RT.MANUFACTURER: ALUMA-FORM;50 $20.00 $1,000.00$22.00 $1,100.0010 FIBER LINK AF FGS16-12RR.MANUFACTURER: ALUMA-FORM;50 $25.80 $1,290.00$27.95 $1,397.5011 CROSSARM SADDLE PIN CLAMPS 1"THREAD J3322Z (NO TIP ON50 $28.40 $1,420.00 $28.40 $1,420.0011-ACROSSARM SADDLE PIN CLAMPS 1"THREAD J3322Z (NO TIP ON5612 F NECK POLYMER INSULATOR 1KV 1"THREAD PLP IP-15-F50 $5.55 $277.50 $5.55 $277.50City of Fairhope Bid TabulationBid 25-032 46KV Transmission Line Project Base Bid and Alternate 2 Materials Opened April 8th, 2025 at 02:00 P.M.Base Bid Line ItemsGresco Utility SupplyUOMEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHPage 189 of 291 13 MACLEAN TRUNNIONS ACTS-084*FITS 397 18/1 WITH ARMOR RODS.200 $11.90 $2,380.00 $11.90 $2,380.0014 MACLEAN TRUNNIONS 652 AAACWITH ARMOR RODS.75 $13.30 $997.50 $13.30 $997.5015 5/8 MACHINE BOLTS 18" 40016 5/8 MACHINE BOLTS 20" 40017 5/8 MACHINE BOLTS 22" 40018 5/8 MACHINE BOLTS 24" 40019 2 1/4 INCH SQUARE WASHERS 11/16HOLE30020 5/8 LOCK NUTS 60021 3 INCH CURVED SQUARE WASHERS11/16 HOLE50022 5/8 EYE BOLTS 18" 50 $7.20 $360.00 $7.20 $360.0023 5/8 EYE BOLTS 20" 50 $10.20 $510.00 $10.20 $510.0023-A5/8 EYE BOLTS 20"6024 5/8 EYE BOLTS 22" 5024-A5/8 EYE BOLTS 22"6025 SIEMANS P3RSER267HP SER-15 110600. MANUFACTURER: SIEMANS.626 CHANCE SHIELD WIRE SUPPORT 12"PSC 2060820. MANUFACTURER:7526-ACHANCE SHIELD WIRE SUPPORT 12"PSC 2060820. MANUFACTURER:8027 CHANCE SHIELD WIRE SUPPORT 14"PSC 2060821. MANUFACTURER:7527-ACHANCE SHIELD WIRE SUPPORT 14"PSC 2060821. MANUFACTURER:80EACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHPage 190 of 291 28 CHANCE SHIELD WIRE SUPPORT 16"PSC 2060822. MANUFACTURER:7528-ACHANCE SHIELD WIRE SUPPORT 16"PSC 2060822. MANUFACTURER:8029 15/16 HOLE 3" SQUARE WASHERS 400 $2.15 $860.00 $2.15 $860.0030 BALL CLEVIS AF-YCB-65A.MANUFACTURER: ALUMA-FORM;50 $13.10 $655.00 $13.10 $655.0031 CLEVIS TO CLEVIS SHACKLES 5032 5/8 EYE NUTS 60 $2.45 $147.00 $2.45 $147.0032-A5/8 EYE NUTS10033 FIBERGLASS POLE TOP PINS AF FICS-HV-V18-RHD-1. MANUFACTURER:50 $68.00 $3,400.00$73.90 $3,695.0033-AFIBERGLASS POLE TOP PINS AF FICS-HV-V18-RHD-1. MANUFACTURER:5234 SINGLE UPSET BOLTS 20" (NEUTRAL) 7534-ASINGLE UPSET BOLTS 20" (NEUTRAL)8035 3 INCH SPOOL INSULATOR POLYMER 75 $1.35 $101.25 $1.35 $101.2536 CONDUIT BRACKETS 18" 6-CSO-18 33 $43.00 $1,419.00 $43.0037 GUY ATTACHMENT EYE WITH HORN(NO TIP)5038 GUY POLE EYE PLATES MACLEANUGA666 UNIVERSAL GUY150 $29.85 $4,477.50 $29.85 $4,477.5038-AGUY POLE EYE PLATES MACLEANUGA666 UNIVERSAL GUY15239 3/8 GUY GRIPS PREFORM B COATGALVANIZED100 $2.80 $280.00 $2.80 $280.0040 3/8 GUY BOLT ON DEADEND SHOEFOR STATIC1041 3/8 GUY WIRES EHS 1,000EACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHFOOTPage 191 of 291 42 7/16 GUY GRIPS 200 $5.10 $1,020.00 $5.10 $1,020.0043 7/16 GUY WIRE EHS 2,00044 GUY GUARDS 5045 96 INCH FIBERGLASS GUY LINKSTICKS FG S16-96RR (16,000lbs).50 $38.60 $1,930.00$41.95 $2,097.5046 96 INCH FIBERGLASS GUY LINKSTICKS FG S21-96RR (21,000lbs).100 $43.20 $4,320.00 $43.20 $4,320.0047 3/4 INCH MACHINE BOLTS- 16" 15047-A3/4 INCH MACHINE BOLTS- 16"16048 3/4 INCH MACHINE BOLTS -18" 10049 3/4 INCH MACHINE BOLTS- 20" 20050 3/4 INCH EYEBOLTS -12" 100 $11.25 $1,125.00 $11.25 $1,125.0051 3/4 INCH EYEBOLTS-14" 10052 3/4 INCH EYEBOLTS - 16" 100 $12.65 $1,265.00 $12.65 $1,265.0052-A3/4 INCH EYEBOLTS - 16"10553 3/4 INCH LOCKNUTS 40054 3 INCH CURVED SQUARE WASHERS13/16"500 $1.50 $750.00$1.65 $825.0055 TWIN FLIGHT EXTENSIONS 555 X 5FT12656130 $70.00 $9,100.00$77.00 $10,010.0056 555 8/10X3' TWINEYE 126542AE 65 $195.00 $12,675.00 $195.00 $12,675.0057 GROUND RODS 200 $18.25 $3,650.00 $18.25 $3,650.0058 #4 SOLID COPPER GROUND WIRE 2,000 $0.95 $1,900.00 $0.95 $1,900.0059 WEDGE CLAMPS FOR SERVICE WIREBLUE; 50/ BOX (4 box to 200 each)200$3.40 $13.60 $3.40$680.00EACHFOOTEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHFOOTeachPage 192 of 291 60 7/8 INCH MACHINE BOLTS - 18" 15061 7/8 INCH MACHINE BOLTS - 20" 250 $14.05 $3,512.50 $14.05 $3,512.5062 LIGHTNING ARRESTORS COOPER9KV URT09050AIAIAIA.100 $48.00 $4,800.00 $48.00 $4,800.0063 FUSED DISCONNECT AF POLYMER15KV CSG15 BLANK 100AK-110-CB50 $82.75 $4,137.50 $82.75 $4,137.5064 INSULATED FIBERGLASS TRI-MOUNTBRACKET 3 PHASE F3CA-MV-H488-30 $139.50 $4,185.00 $139.50 $4,185.0065 INSULATED FIBERGLASS T-BRACKETSINGLE PHASE F1CA-MV-H18-D3-H.30 $45.00 $1,350.00$50.00 $1,500.0066 POLYMER CUTOUT/ARRESTORCOMBO UNIT2567 TERMINATOR HOLDER BRACKET 15 $33.75 $506.25 $33.75 $506.2568 CLUSTER MOUNT BRACKET FORTRANSFORMERS AF 12MW-30C12 $689.00 $8,268.00 $689.00 $8,268.0069 GOAB SWITCH HORIZONTAL 14.4KV900AMP OMNIRUPTER M-FORCE5 $5,113.00 $25,565.00 $5,113.00 $25,565.0070 397 ACSR PREFORMED WRAP LOCKSTOP TIE200 $9.90 $1,980.00$10.75 $2,150.0071 4/0 ACSR SPOOL TIES PREFORMWRAP LOCK QUICK TIE (NEUTRAL)100 $3.85 $385.00 $3.85 $385.0072 652 AAAC DEAD END CLAMPS 10 $27.80 $278.00 $27.80 $278.0073 652 AAAC ARMOR RODS 75 $38.65 $2,898.75$42.00 $3,150.0074 397 ARMOR RODS CHICKADEE 18/1AR-0131300 $24.35 $7,305.00$26.50 $7,950.0075 4/0 ARMOR RODS 50 $12.20 $610.00 $12.20 $610.0076 46 KV ANGLE SHOE 3/8 EHS CLAMPS 10077 STATIC WIRE SUSPENSION CLAMPSARMOR GRIP SUSPENSION AGS-50 $41.85 $2,092.50$45.45 $2,272.50EACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHPage 193 of 291 77-ASTATIC WIRE SUSPENSION CLAMPSARMOR GRIP SUSPENSION AGS-7278 ALUMINUM ARMOR ROD PLP AR-2128 AR-2328 3/8" 7 #8 16M50 $15.45 $772.50$16.90 $845.0079 GROUND WIRE BONDING CLAMPSTHREADED TRANS GROUND LUG20080 GROUND ROD CLAMPS 50 $2.05 $102.50 $2.05 $102.5081 397 TO 397 AFL WEDGE/BOLT TYPECONNECTOR100 $20.50 $2,050.00$22.25 $2,225.0082 397 TO 4/0 AFL WEDGE/BOLT TYPECONNECTOR100 $20.50 $2,050.00$22.25 $2,225.0086 397 TO #2 AFL WEDGE/BOLT TYPECONNECTOR100 $20.50 $2,050.00$22.25 $2,225.0084 SQUIRREL GUARDS60$2.55 $127.50 $2.55$153.0085 HENDRIX EASY PEEL #4 COPPERPOLY WIRE; 25 LB ROLLS (BIDDER(5 rolls to 1000FT)1000$4.20 $21.00$4.55 $4,550.0086 2.5" CONDUIT STRAPS STK-2.5"51968. MANUFACTURER: ALUMA-100 $7.40 $740.00$8.05 $805.0087 3" CONDUIT STRAPS STK-3 51969.MANUFACTURER: ALUMA-FORM;100 $7.15 $715.00$7.75 $775.0088 4' CONDUIT STRAPS STK-4-51971.MANUFACTURER: ALUMA-FORM;100 $8.30 $830.00$8.95 $895.0089 397 HOT LINE CLAMPS AF-1530-AGP-XB. MANUFACTURER: ALUMA-200 $12.50 $2,500.00$13.30 $2,660.0090 3/8 EHS STATIC WIRE CONTINUOUSROLL (NOT INDIVIDUAL ROLLS)7,00091 PRYSMIAN 397 ACSR WIRECHICKADEE FOR PRIMARY-24,000 $1.30 $31,200.00$1.44 $34,560.0092 PRYSMIAN 397 SCSR WIRECHICKADEE FOR NEUTRAL- 1 ROLL.5,000 $1.30 $6,500.00$1.44 $7,200.0093 DEADEND COMPRESSION HUBBELLSEDA1502. MANUFACTURER:75EACHEACHEACHEACHEACHEACHEACHEACHFOOTEACHEACHEACHEACHFOOTFOOTFOOTEACHPage 194 of 291 94 DEADEND COMPRESSION HUBBELLSEDA1509. MANUFACTURER:1295 397 ACSR HUBBELL FARGO SPLICETJA1502. MANUFACTURER:2596 W40-1 WEDGE CLAMP 50 $3.75 $187.50 $3.75 $187.5097 W20-A WEDGE CLAMP 50 $3.40 $170.00 $3.40 $170.0098 HOMAC RRK 40 SPLICE 4/0.MANUFACTURER: HOMAC; PART15099 HOMAC RRK 20 SPLICE 2/0.MANUFACTURER: HOMAC; PART150100 BURNDY YHN 525. MANUFACTURER:BURNDY; PART NO: YHN52550 $5.25 $262.50 $5.25 $262.50101 159 H GROOVE BLACKBURN 100 $0.70 $70.00 $0.70 $70.00102 379 H GROOVE BLACKBURN 100 $1.25 $125.00 $1.25 $125.00103 399 H GROOVE BLACKBURN 100 $1.35 $135.00 $1.35 $135.00104 419 H GROOVE BLACKBURN 100 $1.35 $135.00 $1.35 $135.00104.A 419 H GROOVE BLACKBURN250105 KEARNEY FUSE LINKS TYPE 200/5AMP (NO SUBSTITUTE)50 $5.25 $262.50 $5.25 $262.50106 KEARNEY FUSE LINKS TYPE200/7AMP (NO SUBSTITUTE)50 $5.25 $262.50 $5.25 $262.50107 KEARNEY FUSE LINKS TYPE200/10AMP (NO SUBSTITUTE)50 $5.25 $262.50 $5.25 $262.50108 KEARNEY FUSE LINKS TYPE200/30AMP (NO SUBSTITUTE)50 $5.70 $285.00 $5.70 $285.00109 KEARNEY FUSE LINKS TYPE 200/65AMP (NO SUBSTITUTE)50110 1/0 TERMINATOR 3M COLD SHRINK.MANUFACTURER: 3M20 $41.25 $825.00 $41.25 $825.00$208,997.85$220,858.50EACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHBASE BID MATERIALS - LOW BID PER ITEM (Multiple Awards)Page 195 of 291 72ITEM # ITEM DESCRIPTION QTYCOST PERITEMTOTAL COST(QTY x COST)Updated Price Updated Total1DEAD END POLYMER INSULATORS , 25KV MACLEAN D5-25-M (NOSUBSTITUTE)122 DEAD END CLAMPS 397, AF- DES/DA/22/N. MANUFACTURER: ALUMA-FORM; PART NO:DES/DA/22/N10 $19.80 $198.00 $19.80 $198.003 5/8 MACHINE BOLTS, 12 INCHES 504 5/8 MACHINE BOLTS, 14 INCHES 505 5/8 MACHINE BOLTS, 16 INCHES 506 2- 1/4 INCH SQUARE WATHERS 50 $0.60 $30.00$0.66 $33.006-A2- 1/4 INCH SQUARE WATHERS2007 5/8 LOCK NUTS 507-A5/8 LOCK NUTS10008 3/4 LOCK NUTS 3508-A3/4 LOCK NUTS7509 3 INCH CURVED SQUARE WASHERS13/16 HOLE50 $1.50 $75.00$1.65 $82.5010 3 INCH CURVED SQUARE WASHERS15/16 HOLE50 $3.15 $157.50 $3.15 $157.5011 3/4 MACHINE BOLTS, 16 INCHES 5011-A3/4 MACHINE BOLTS, 16 INCHES6012 3/4 MACHINE BOLTS, 18 INCHES 5012-A3/4 MACHINE BOLTS, 18 INCHES6013 3/4 MACHINE BOLTS, 20 INCHES 5013-A3/4 MACHINE BOLTS, 20 INCHES60Number of Low Bid ItemsCity of Fairhope Bid TabulationBid 25-032 46KV Transmission Line Project Base Bid and Alternate 2 Materials Opened April 8th, 2025 at 02:00 P.M.Alternate 2 Line ItemsGresco Utility SupplyUOMEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHPage 196 of 291 14 5/8 EYE BOLTS, 20 INCHES 25 $10.20 $255.00 $10.20 $255.0014-A5/8 EYE BOLTS, 20 INCHES3015 5/8 EYE BOLTS, 22 INCHES 2515-A 5/8 EYE BOLTS, 22 INCHES4016 5/8 EYE BOLTS, 24 INCHES 2516-A 5/8 EYE BOLTS, 24 INCHES3017ANCHOR SHACKLE, HUBBELL LK60.MANUFACTURER: HUBBELL; PART NO: LK602518 CONDUIT BRACKETS, 2 FT 40 $45.60 $1,824.00$49.50 $1,980.0019 GUY ATTACHMENT, EYE WITH HORN 2520 GUY POLE EYE PLATES (NO CLEATS), MACLEAN UGA666.MANUFACTURER: MACLEAN. PARTNO: UGA66650 $29.85 $1,492.50 $29.85 $1,492.5020-AGUY POLE EYE PLATES (NO CLEATS), MACLEAN UGA666.MANUFACTURER: MACLEAN. PARTNO: UGA6665621 3/8 GUY GRIPS 50 $2.80 $140.00 $2.80 $140.0022 3/8 GUY WIRE 1,00023 7/16 GUY GRIPS 50 $5.10 $255.00 $5.10 $255.0024 7/16 GUY WIRE 1,00025 GUY GUARDS 3026 120 INCH FIBERGLASS GUYLINKSTICKS (21,000LBS)2527 7/8 INCH MACHINE BOLTS, 18 IN 5027-A7/8 INCH MACHINE BOLTS, 18 IN6028 7/8 INCH MACHINE BOLTS, 20 IN 50 $14.05 $702.50 $14.05 $702.5029 7/8 INCH MACHINE BOLTS, 22 IN 50 $15.20 $760.00 $15.20 $760.0030 7/8 LOCK NUTS 25 $0.90 $22.50 $0.90 $22.5030-A7/8 LOCK NUTS50031 3 INCH CURVED SQUARE WASHERS,15/16 HOLE50 $3.15 $157.50 $3.15 $157.50EACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHFOOTEACHFOOTEACHEACHEACHEACHEACHEACHEACHEACHEACHPage 197 of 291 32TWIN FLIGHT SS5X5' 12656. MANUFACTURER: HUBBELL; PARTSNO: 1265620 $70.00 $1,400.00$77.00 $1,540.0033 TWIN FLIGHT SS5 8/10 X 3' TWINEYE 126542AE. MANUFACTURER: HUBBELL; PARTS NO: 126542A10 $195.00 $1,950.00 $195.00 $1,950.0034 GROUND RODS 50 $18.25 $912.50 $18.25 $912.5035 #4 SOLID COPPER GROUND WIRE(25 LB ROLLS) (4 roll to 800FT)800$0.95 $3.80 $0.95$760.0036 NEUTRAL CLEVIS RIDGED WITHPOLYMER INSULATOR1536-A NEUTRAL CLEVIS RIDGED15 $12.25 $183.75 $12.25 $183.7536-B POLYMER INSULATOR FOR 36-A15 $1.35 $20.25 $1.35 $20.2537LIGHTNING ARRESTORS 9 KV, URT09050AIAIAIA. MANUFACTURER: COOPER; PARTSNO: URT09050AIAIAIA12$48.00 $576.00 $48.00 $576.0038FUSED DISCONNECT 15 KV, ALUMINUM FORM CSG15-100-AK- 110-CB_10KA. MANUFACTURER: ALUMA-FORM; PART NO: CSG15- 100-AK-110-CB_10KA12 $82.75 $993.00 $82.75 $993.0039INSULATED TRI-MOUNT BRACKET , F3CA-MV-H4-88-D3-H. MANUFACTURER: ALUMA-FORM; PART NO: F3CA-MV-H4-88-D3-H10 $139.50 $1,395.00 $139.50 $1,395.0040 INSULATED T-BRACKET , FICA-MV- H18-03-H. MANUFACTURER: ALUMA- FORM; PART NO: F1CA-MV-H18-03-H10 $45.00 $450.00$50.00 $500.0041 1000 MCM 15KV TERMINATORS 1241-A 1000 MCM 15KV TERMINATORS WITH SHEAR BOLT CONNECTIONS/ 2HOLE. MANUFACTURER: 3M12 $134.00 $1,608.00 $134.00 $1,608.0041-B SHEAR BOLT FOR 41-A12 $175.00 $2,100.00 $175.00 $2,100.00EACHEACHEACHFOOTEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHPage 198 of 291 42 15KV 1/0 URD PRIMARYTERMINATORS15 $41.60 $624.00 $41.60 $624.004346KV 1000 MCM TERMINATORSWITH SHEAR BOLT CONNECTION WITH GROUND STRAPS1243-A 46KV 1000 MCM TERMINATORS12 $3,790.00 $45,480.00 $3,790.00 $45,480.0043-B SHEAR BOLT FOR 43-A12 $175.00 $2,100.00 $175.00 $2,100.0044 TERMINATOR BRACKET 10 $33.75 $337.50 $33.75 $337.5045 KELLUM GRIP FOR 1000 MCMPRIMARY RISER25 $50.95 $1,273.75 $50.95 $1,273.75463 PHASE ALUMINUM TC CABINET ENC-SC3-306622-A2-G. MANUFACTURER: ALUMA-FORM; PART NO: ENC-SC3-306622-A2-G6 $1,970.00 $11,820.00 $1,970.00 $11,820.0047 69KV HUBBELL 4050061400 CLEVIS & TONGUE. MANUFACTURER: HUBBELL; PART NO: 4050061400648 46KV SUSPENSION CLAMPS FOR46KV POST INSULATORS3 $64.75 $194.25$69.75 $209.254969KV D.E. SUSPENSION INSUALTORS, 4050061400 CLEVIS &TONGUE HUBBELL1250 STATIC WIRE SUSPENSION CLAMPS 2 $24.50 $49.00$26.50 $53.0051 STATIC WIRE CLEVIS 2 $41.85 $83.70$45.45 $90.9052 GROUND WIRE CLAMPS 10053 30 FT. WOOD POLE CCA-ET CLASS 3 254 35 FT. WOOD POLE CCA-ET CLASS 3 155 40 FT. WOOD POLE CCA-ET CLASS 2 156 2 INCH SWEEPS RIGID STEEL WITHPVC FA'S2057 3 INCH SWEEPS RIGID STEEL WITHPVC FA'S20EACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHEACHPage 199 of 291 58 4 INCH SWEEPS RIGID STEEL WITHPVC FA'S4059 5 INCH SWEEPS RIGID STEEL WITHPVC FA'S660 15KV 1000 MCM URD PRIMARY, T- BODIES WITH SHEAR BOLT CONNECTION , RICHARDS ORCOOPER30 $310.00 $9,300.00 $310.00 $9,300.0061 ELBOWS - 1/0 URD PRIMARY 25 $45.00 $1,125.00 $45.00 $1,125.0062 25 KVA PAD TRANSFORMERS, ERMCO WITH BUSHINGS 120/240 10 7200/12470 (NO SUBSTITUTION)2 $2,197.00 $4,394.00 $2,197.00 $4,394.0063 50 KVA PAD TRANSFORMERS, ERMCO WITH BUSHINGS 120/240 10 7200/12470 (NO SUBSTITUTION)1 $2,815.00 $2,815.00 $2,815.00 $2,815.0064 150 KVA PAD TRANSFORMER, ERMCO WITH BUSHINGS 120/208 30 7200/12470 (NO SUBSTITUTION)1 $13,544.00 $13,544.00 $13,544.00 $13,544.0065 2 INCH CONDUIT PVC STICK 2,800 $0.99 $2,772.00 $0.99 $2,772.0066 3 INCH CONDUIT PVC STICK 1,200 $1.90 $2,280.00 $1.90 $2,280.0067 3 INCH CONDUIT (UP POLE) STICKPVC150 $1.90 $285.00 $1.90 $285.0068 4 INCH CONDUIT STICK PVC 4,50069 4 INCH CONDUIT (UP POLE) STICKPVC300 $2.63 $789.00 $2.63 $789.0070 5 INCH CONDUIT STICK PVC 4,00071 5 INCH CONDUIT (UP POLE) STICKPVC200 $3.72 $744.00 $3.72 $744.00721000 MCM 46 KV URD WIRE PRYSMIAN 1/C 1000 MCM 61W CPRS STRAND SEAL. MANUFACTURER: PRYSMIAN; PARTNO:10,000 $14.15 $141,500.00 $14.15 $141,500.0073 4/0 URD CU. URD WIRE (46KVGROUND) , 4/0 CU THHN 195+R1,500 $5.70 $8,550.00 $5.70 $8,550.00EACHEACHEACHEACHEACHEACHEACHFOOTFOOTFOOTFOOTFOOTFOOTFOOTFOOTFOOTPage 200 of 291 74 1000MCM URD PRIMARY WIRE ,15KV AL PRYSMIAN EPR. MANUFACTURER: PRYSMIAN; PART NO:6,000 $13.90 $83,400.00 $13.90 $83,400.0075 M-FORCE VERTICAL 900 AMP 14.4KVMIRO3FR2CEHJKT1 $5,113.00 $5,113.00 $5,113.00 $5,113.0076 SIEMANS P3RSER267HP SER-15 1106003771/0 URD PRIMARY WIRE EMPOWER PRYSMIAN AL DOUBLESEAL 15KV/133% EPR FULL NEUTRAL/20127245; 2,500 FOOT REEL. MANUFACTURER: PRYSMIAN; PARTNO: 2500 ft2500 $4.10 $10,250.00 $4.10 $10,250.00784/0 URD SERVICE WIRE 4/0TPLX/SWEETBRIAR PRYSMIAN; 1,500 FOOT REEL 1500ft to 2,000 ft REEL2000$2.00 $3,000.00 $2.00$4,000.0079INSULATED JUMPER WIRE EASY PEEL HENDRIX #4 CU POLYWIRE ; 25 LB ROLLS (BIDDER MUST INDICATE IF PROVIDING AN ALTERNATE SIZEROLL)800 $4.20 $3,360.00$4.55 $3,640.00803FT X 5FT FIBER LOOP BOX ,OLDCASTLE TIER 22 POLYMER WITH 2 PIECE LID281 LINK BOXES FOR GROUNDING 46KVRISERS282FEED THRU 600 AMP TO 200 AMPEATON 4 WAY FEED THROUGH 2- 200AMP/2-600AMP20 $884.00 $17,680.00$884.00 $17,680.0082-B Alternate - VJ154-6226-B2 (StandardBracket)20$775.00 $15,500.00 $775.00 $15,500.0082-C Alternate - Tilt Bracket 20$359.00 $7,180.00$380.00 $7,600.0086 W 20-1 WEDGE CLAMP 50 $3.40 $170.00 $3.40 $170.0084HOMAC RRK 40 SPLICE 4/0. MANUFACTURER: HOMAC; PARTNO: RRK-40-INS50FOOTEACHEACHREEL / FootREELROLL / FootEACHEACHEACHEACHEACHEACHEACHPage 201 of 291 85HOMAC RRK 20 SPLICE 2/0. MANUFACTURER: HOMAC; PARTNO: RRK-20-CU5086 159 H GROOVE BLACKBURN25 $0.70 $17.50 $0.70 $17.5087 3INCH X 10 FT FLANGED STEEL UGUARD GALVANIZED30 $115.00 $3,450.00 $115.00 $3,450.00111112$416842.50$419,483.4057PERCENTAGE DISCOUNT FOR CATALOG PRICING FOR ADDITIONALCONTINGENCY FOR ADDITIONAL PURCHASESALTERNATE 2 MATERIALS - LOW BID PER ITEM (Multiple Awards)Number of Low Bid ItemsGrand Total $625,840.35Grand Total of Low Bid Items 129EACHEACHEACHPage 202 of 291 RESOLUTION NO. 5446-25 BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA , as follows : [1] That the City of Fairhope did request, receive, and open bids for the Materials for the 46KV Transmission Line Project Base Bid and Alternate 2 (Bid Number 25-032) for the Electric Department. [2] At the appointed time and place , the following bids were opened and tabulated as follows: Vendor Gresco Utility Supply 129 Low Bid Items $625,840.35 Tri-State Utility Products , Inc. 21 Low Bid Items $ 28,877.10 Wesco International 42 Low Bid Items $105,627.91 [3] After evaluating the bid proposals with the required bid specifications, Gresco Utility Supply for $625,840.35 (129 Items) plus $20,000.00 contingency, Tri-State Utility Products , Inc. for $28,877.10 (21 Items) plus $2,000.00 contingency, and Wesco International for $105,627.91 (42 Items) plus $20,000.00 contingency are now awarded (Bid Number 25-032) for the Materials for the 46KV Transmission Line Project Base Bid and Alternate 2 for the Electric Department with a total award to three vendors with contingency wi ll be $802,345 .36. [4] Contingency allowances are based on quantity increases and not scope of work or price increases. Any price increase or change in the scope of work increases of 10 % of the bid amount shall be subject to additional bid requirements. Adopted on this 12th day of May, 2025 Attest: Page 203 of 291 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2025-1597 FROM: Ben Patterson, ELECTRIC SUPERINTENDENT SUBJECT: The Superintendent of Electric Department, Ben Patterson, has requested to procure materials for the 46KV Transmission Line Project Base Bid and Alternate 2. He is now requesting a change order to reflect requested price or quantity changes from two of the awarded vendors. AGENDA DATE: June 23, 2025 RECOMMENDED ACTION: To approve Change Order No. 1 for (Bid No. 25-033) Materials for the 46KV Transmission Line Project Alternate 1 for the Electric Department; and to award Change Order No. 1 to Gresco Utility Supply with a cost change of $7,622.81 and Tri-State Utility Products with a cost change of -$3,443.40. Change Order is for requested price or quantity changes. Requested line item changes of greater than 10% are cause to rescind award for that line item. The new contract total for Gresco Utility Supply is $351,723.85 and the new contract total for Tri-State Utility Products, Inc. is $482.00. Total Award to three vendors with contingency will be changed to $480,627.43. BACKGROUND INFORMATION: A service bid was issued on March 7, 2025, posted to the City of Fairhope's website, and published in Gulf Coast Media. Four (4) responsive bids were received at the bid opening on April 8, 2025 at 2:30 p.m. The City Council approved award to three (3) vendors: Gresco Utility Supply, Tri-State Utility Products, Inc. and Wesco International. Gresco Utility Supply and Tri-State Utility Products, Inc. have requested change orders due to their suppliers costs increasing since the bids were submitted and the purchase orders issued. The change order totals are as follows: Gresco Utility Supply: Total Change 7,622.81, New Total: $351,723.85 plus contingency of $20,000.00. Tri-State Utility Products, Inc: Total Change -$3,443.40, New Total: $482.00 plus contingency of $2,000.00. New Total Contract Price for all three vendors plus contingency will be Four Hundred Eighty Thousand Siz hundred Twenty-Seven Dollars and Forty-Three Cents Page 204 of 291 ($480,627.43). Rescinded items will be bid out as Request for Quotes. Previous Actions: Resolution 5447-25 on May 12, 2025 approved award to Gresco Utility Supply, Tri-State Utility Products, Inc. and Wesco International for a total award with contingency of $474,448.02. BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget 003-59500 Line 60 Electric - System Improvements $0.00 $480,627.43 ($480,627.43) Levelization rider funding will be used to offset this expense. GRANT: N/A LEGAL IMPACT: 06/12/25 - City Attorney reviewed the change order and approved the action. FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: N/A Individual(s) responsible for follow up: N/A Action required (list contact persons/addresses if documents are to be mailed or emailed): N/A Page 205 of 291 RESOLUTION NO. ________ BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, as follows: [1] That Mayor Sherry Sullivan is hereby authorized to execute Change Order No. 1 for (Bid No. 25-033) Materials for the 46KV Transmission Line Project Alternate 1 for the Electric Department; and to award Change Order No. 1 to Gresco Utility Supply with a cost change of $7,622.81 and Tri-State Utility Products with a cost change of -$3,443.40. Change Order is for requested price or quantity changes. Requested line item changes of greater than 10% is cause to rescind award for that line item. The new contract total for Gresco Utility Supply is $351,723.85 and the new contract total for Tri-State Utility Products, Inc. is $482.00. Total Award to three vendors with contingency will be changed to $480,627.43. Rescinded items will be bid out as Request for Quotes. ADOPTED ON THIS 23RD DAY OF JUNE, 2025 ____________________________ Jack Burrell, Council President Attest: _____________________________ Lisa A. Hanks, MMC City Clerk Page 206 of 291 Bid 25-033 46KV Transmission Line Project - Alternate 1 Materials Gresco Item Price Changes ITEM #ITEM DESCRIPTION UOM QTY COST PER ITEM TOTAL COST (QTY x COST) COST PER ITEM TOTAL COST (QTY x COST) Percentage Increase Allowed Price Increases - Price Difference Rescind Award per Line Item 8 96 INCH FIBERGLASS LINK STICKS (16,000LBS) FJ S16-96RR. EACH 12 $38.60 $463.20 $41.95 $503.40 8.7%$40.20 9 FIBERGLASS LINKS AF FGS16-12RT. MANUFACTURER: ALUMA-FORM; PART NO: FGS16-12RT EACH 25 $20.00 $500.00 $22.00 $550.00 10.0%$50.00 10 FIBERGLASS LINKS AF FGS16-12RR. MANUFACTURER: ALUMA-FORM; PART NO: FGS16-12RR EACH 25 $25.80 $645.00 $27.95 $698.75 8.3%$53.75 18 2-1/4" SQUARE WASHERS 11/16 HOLE EACH 300 $0.60 $180.00 $0.66 $198.00 10.0%$18.00 20 3 INCH CURVED SQUARE WASHERS 13/16 HOLE EACH 200 $1.50 $300.00 $1.65 $330.00 10.0%$30.00 30 CONDUIT BRACKETS 2'EACH 60 $45.60 $2,736.00 $49.50 $2,970.00 8.6%$234.00 31 CONDUIT STRAPS 2.5"EACH 50 $7.40 $370.00 $8.05 $402.50 8.8%$32.50 32 CONDUIT STRAPS 3"EACH 50 $7.15 $357.50 $7.75 $387.50 8.4%$30.00 33 CONDUIT STRAPS 4"EACH 50 $8.30 $415.00 $8.95 $447.50 7.8%$32.50 69 INSULATED T-BRACKET FICA-MV-H18-03-H. MANUFACTURER: ALUMA-FORM; PART NO: F1CA-MV-H18-03-H EACH 12 $45.00 $540.00 $50.00 $600.00 11.1%$540.00 73 TWINFLIGHT 555X5' 12656 EACH 60 $70.00 $4,200.00 $77.00 $4,620.00 10.0%$420.00 81 3" SLIP THREADED FEMALE ADAPTOR FA CONDUIT EACH 10 $2.05 $20.50 81-A 3" SLIP THREADED FEMALE ADAPTOR FA CONDUIT EACH 40 $2.05 $82.00 $61.50 82 4" SLIP THREADED FEMALE ADAPTOR FA CONDUIT EACH 50 $2.70 $135.00 82-A 4" SLIP THREADED FEMALE ADAPTOR FA CONDUIT EACH 60 $2.70 $162.00 $27.00 84 1" SLIP THREADED FEMALE ADAPTOR FA CONDUIT EACH 6 $0.40 $2.40 84-A 1" SLIP THREADED FEMALE ADAPTOR FA CONDUIT EACH 70 $0.40 $28.00 $25.60 85 2" SLIP THREADED FEMALE ADAPTOR FA CONDUIT EACH 8 $0.75 $6.00 85-A 2" SLIP THREADED FEMALE ADAPTOR FA CONDUIT EACH 40 $0.75 $30.00 $24.00 97 2" CONDUIT 10' STICKS EACH 150 $0.99 $148.50 97-A 2" CONDUIT 10' STICKS FOOT 1500 $0.99 $1,485.00 $1,336.50 98 3" CONDUIT 10' STICKS EACH 20 $1.90 $38.00 98-A 3" CONDUIT 10' STICKS FOOT 200 $1.90 $380.00 $342.00 99 4" CONDUIT 10' STICKS EACH 250 $2.63 $657.50 99-A 4" CONDUIT 10' STICKS FOOT 2500 $2.63 $6,575.00 $5,917.50 Gresco Utility Supply Gresco Utility Supply Correction - Missed Quantity Change from Original Bid Correction - Missed Quantity Change from Original Bid Correction - Missed Quantity Change from Original Bid Correction - Missed Quantity Change from Original Bid Correction - Missed Quantity Change from Original Bid Correction - Missed Quantity Change from Original Bid Correction - Missed Quantity Change from Original Bid Page 207 of 291 101 5" CONDUIT 10' STICKS EACH 50 $3.72 $186.00 101-A 5" CONDUIT 10' STICKS FOOT 500 $3.72 $1,860.00 $1,674.00 102 STREETLIGHT WIRE #6 DUPLEX OVERHEAD, 500' ROLL ROLL 1 $0.39 $0.39 102-A STREETLIGHT WIRE #6 DUPLEX OVERHEAD, 500' ROLL FOOT 500 $0.39 $195.00 $194.61 104 4/0 T PLX SWEETBRIAR PRYSMIAN ROLL 1 $2.00 $2.00 104-A 4/0 T PLX SWEETBRIAR PRYSMIAN FOOT 1000 $2.00 $2,000.00 $1,998.00 106 4/0 URD CU.URS WIRE (46KV GROUND) 19 STRAND THHN (NO SUBSTITUTE)500' ROLL 1 $5.70 $5.70 106-A 4/0 URD CU.URS WIRE (46KV GROUND) 19 STRAND THHN (NO SUBSTITUTE)FOOT 500 $5.70 $2,850.00 $2,844.30 108 PRYSMIAN 15KV 1/0 133% PRIMARY EPR WIRE NEUTRAL COPPER (2500' ROLL OR STANDARD ROLL) (BIDDER MUST INDICATE SIZE OF ROLL). MANUFACTURER: PRYSMIAN ROLL 1 $4.10 $4.10 108-A PRYSMIAN 15KV 1/0 133% PRIMARY EPR WIRE NEUTRAL COPPER (2500' ROLL OR STANDARD ROLL) (BIDDER MUST INDICATE SIZE OF ROLL). MANUFACTURER: PRYSMIAN FOOT 2500 $4.10 $10,250.00 $10,245.90 109 INSULATED JUMPER WIRE HENDRIX EASY PEEL #4 COPPER POLYWIRE; 25 LB ROLLS (BIDDER MUST INDICATE IF PROVIDING AN ALTERNATE SIZE ROLL) ROLL 1200 $4.20 $5,040.00 Correction - Missed Quantity Change from Original Bid 109-A INSULATED JUMPER WIRE HENDRIX EASY PEEL #4 COPPER POLYWIRE; 25 LB ROLLS (BIDDER MUST INDICATE IF PROVIDING AN ALTERNATE SIZE ROLL) FOOT 1200 $4.55 $5,460.00 8.3%$420.00 110 397 TO 397 WEDGE/BOLT TYPE CONNECTOR EACH 50 $20.50 $1,025.00 $22.25 $1,112.50 8.5%$87.50 112 397 TO #2 WEDGE/BOLT TYPE CONNECTOR EACH 50 $20.50 $1,025.00 $22.25 $1,112.50 8.5%$87.50 127 397 ACSR PREFORMED WRAPLOCKS-TOP TIES. Preformed WTF-0222 EACH 50 $9.90 $495.00 $10.75 $537.50 8.6%$42.50 129 652 AAAC ARMOR ROD. Preformed AR-0135 EACH 24 $38.65 $927.60 $42.00 $1,008.00 8.7%$80.40 131 397 ARMOR RODS 18/1 AR-0131 CHICKADEE AGS 5115 EACH 75 $24.35 $1,826.25 $26.50 $1,987.50 8.8%$161.25 132 397 AGS 5115 ARMOR ROD WITH CUSHION GRIP SHOES EACH 36 $64.75 $2,331.00 $69.75 $2,511.00 7.7%$180.00 134 Y CLEVIS EYE PLP YC-5207 EACH 50 $12.20 $610.00 $13.25 $662.50 8.6%$52.50 138 STATIC WIRE CLEVIS PREFORMED AGS-8105 SET EACH 48 $41.85 $2,008.80 $45.45 $2,181.60 8.6%$172.80 140 397 HOT LINE CLAMPS AF-1530-AGP-XB. MANUFACTURER: ALUMA-FORM; PART NO: AF-1530-AGP-XB EACH 50 $12.95 $647.50 $13.30 $665.00 2.7%$17.50 143 397 ACSR WIRE CHICADEE PRYSMIAN FOOT 15,000 $1.30 $19,500.00 $1.44 $21,600.00 10.8%$19,500.00 Correction - Missed Quantity Change from Original Bid Correction - Missed Quantity Change from Original Bid Correction - Missed Quantity Change from Original Bid Correction - Missed Quantity Change from Original Bid Correction - Missed Quantity Change from Original Bid Page 208 of 291 148-C TILT BRACKET EACH 9 $359.00 $3,231.00 $380.00 $3,420.00 5.8%$189.00 *Items that are struck out are items that they are requesting change of UNIT and QUANITY, and some unit prices. $27,122.81 $20,040.00 Due to the unit change, we will need to rescind the award for the line item and rebid as an RFQ Total PO Change:$7,622.81 New PO Total:$351,723.85 Page 209 of 291 Allowed Price Increases - Price Difference Rescind Award per Line Item ITEM #ITEM DESCRIPTION UOM QTY COST PER ITEM TOTAL COST (QTY x COST) COST PER ITEM TOTAL COST (QTY x COST) Percentage Increase 14 5/8 MACHINE BOLTS 16"EACH 100 $2.84 $284.00 $3.80 $380.00 33.8%$284.00 15 5/8 MACHINE BOLTS 18" EACH 100 $3.62 $362.00 $4.10 $410.00 13.3%$362.00 16 5/8 MACHINE BOLTS 20"EACH 100 $4.36 $436.00 $3.90 $390.00 -10.6%$46.00 17 5/8 MACHINE BOLTS 22"EACH 100 $4.88 $488.00 $5.70 $570.00 16.8%$488.00 23-A 5/8 EYE BOLTS 22"EACH 40 $21.51 $860.40 $25.80 $1,032.00 19.9%$860.40 25 ANCHOR SHACKLE. LK60 LINK HUBBELL EACH 25 25-A ANCHOR SHACKLE. LK60 LINK HUBBELL EACH 50 $7.35 $367.50 $30.80 $1,540.00 319.0%$367.50 48 3/4 MACHINE BOLTS 14"EACH 50 $4.40 $220.00 $5.07 $253.50 15.2%$220.00 49 3/4 MACHINE BOLTS 16"EACH 50 $5.08 $254.00 $6.15 $307.50 21.1%$254.00 50 3/4 MACHINE BOLTS 18"EACH 50 $5.98 $299.00 $7.40 $370.00 23.7%$299.00 51 3/4 MACHINE BOLTS 20" EACH 50 $7.09 $354.50 $8.50 $425.00 19.9%$354.50 ($46.00)$3,489.40 Total PO Change:-$3,443.40 New PO Total:$482.00 Tri-State Utility Products, Inc. Tri-State Utility Products, Inc. Requested Price Changes 5/24/25 Page 210 of 291 ITEM # ITEM DESCRIPTION UOM QTYCOST PERITEMTOTAL COST(QTY x COST)Updated Price Updated Total1 D.E. FIBERHGLASS PUPI ARM, 8FT,3000 NO BRACES. MANUFACTURER:EACH 10 $362.00 $3,620.00 $362.00 $3,620.002 D.E. FIBERGLASS PUPI ARM 10FT,3000 NO BRACES. MANUFACTURER:EACH 10 $398.00 $3,980.00 $398.00 $3,980.003 TANGENT FIBERGLASS PUPI ARM10FT 9 HOLE) 3000 NO BRACESEACH 304 CROSSARM PIN TYPE INSULATORS 1"THREAD 15KV POLYMER PLP IP-15-FEACH 75 $5.55 $416.25 $5.55 $416.255 DEAD END POLYMER INSULATORS25KV MACLEAN DS-25M.EACH 606 DEAD END CLAMPS 397 DES-DA-SS-N.EACH 50 $19.80 $990.00 $19.80 $990.007 DEAD END #2 FARGO WITHPULLING EYE. MANUFACTURER:EACH 50 $16.40 $820.00 $16.40 $820.008 96 INCH FIBERGLASS LINK STICKS(16,000LBS) FJ S16-96RR.EACH 12 $38.60 $463.20$41.95 $503.409 FIBERGLASS LINKS AF FGS16-12RT.MANUFACTURER: ALUMA-FORM;EACH 25 $20.00 $500.00$22.00 $550.0010 FIBERGLASS LINKS AF FGS16-12RR.MANUFACTURER: ALUMA-FORM;EACH 25 $25.80 $645.00$27.95 $698.7510-AFIBERGLASS LINKS AF FGS16-12RR.MANUFACTURER: ALUMA-FORM;EACH3011 CROSSARM SADDLE PIN CLAMPS(NO TIP ON BOTTOM PLATE) J3322ZEACH 75 $28.40 $2,130.00 $28.40 $2,130.00Gresco Utility SupplyCity of Fairhope Bid TabulationBid 25-033 46KV Transmission Line Project - Alternate 1 Materials Opened April 8th, 2025 at 02:30 P.M.Page 211 of 291 11-ACROSSARM SADDLE PIN CLAMPS(NO TIP ON BOTTOM PLATE) J3322ZEACH 8012 5/8 MACHINE BOLTS 12" EACH 10013 5/8 MACHINE BOLTS 14" EACH 10014 5/8 MACHINE BOLTS 16" EACH 10015 5/8 MACHINE BOLTS 18" EACH 10016 5/8 MACHINE BOLTS 20" EACH 10017 5/8 MACHINE BOLTS 22" EACH 10018 2-1/4" SQUARE WASHERS 11/16HOLEEACH 300 $0.60 $180.00$0.66 $198.0019 5/8 LOCK NUTS EACH 30020 3 INCH CURVED SQUARE WASHERS13/16 HOLEEACH 200 $1.50 $300.00$1.65 $330.0021 3 INCH SQUARE WASHERS 15/16HOLEEACH 50 $3.15 $157.50 $3.15 $157.5022 5/8 EYE BOLTS 20" EACH 25 $10.20 $255.00 $10.20 $255.0022-A5/8 EYE BOLTS 20" EACH3023 5/8 EYE BOLTS 22" EACH 2523-A5/8 EYE BOLTS 22" EACH4024 5/8 EYE BOLTS 24" EACH 2524-A5/8 EYE BOLTS 24" EACH3025 ANCHOR SHACKLE. LK60 LINKHUBBELLEACH 25Page 212 of 291 25-AANCHOR SHACKLE. LK60 LINKHUBBELLEACH5026 5/8 EYE NUTS EACH 25 $2.45 $61.25 $2.45 $61.2526-A5/8 EYE NUTS EACH5027 5/8 SINGLE UPSET BOLTS (NEUTRAL)18"EACH 2528 5/8 SINGLE UPSET BOLTS (NEUTRAL)20"EACH 2529 3 INCH SPOOL INSULATOR POLYMER EACH 50 $1.35 $67.50 $1.35 $67.5030 CONDUIT BRACKETS 2' EACH 60 $45.60 $2,736.00$49.50 $2,970.0031 CONDUIT STRAPS 2.5" EACH 50 $7.40 $370.00$8.05 $402.5032 CONDUIT STRAPS 3" EACH 50 $7.15 $357.50$7.75 $387.5033 CONDUIT STRAPS 4" EACH 50 $8.30 $415.00$8.95 $447.5034 GUY ATTACHMENT (NO CLEATS).MANUFACTURER: MACLEAN; PARTEACH 20 $29.85 $597.00 $29.85 $597.0034-AGUY ATTACHMENT (NO CLEATS).MANUFACTURER: MACLEAN; PARTEACH2435 DEADEND COMPRESSION HUBBELLSEDA1509. MANUFACTURER:EACH 1236 DEADEND COMPRESSION HUBBELLSEDA1502. MANUFACTURER:EACH 4037 SQUIRREL GUARDS. CANTEX EZGUARD WILDLIFE PROTECTION OR(Increased from 25 to 40EACH40$2.55 $63.75 $2.55$102.0038 BURNDY YHN 525. MANUFACTURER:BURNDY; PART NO: YHN525EACH 50 $5.60 $280.00 $5.60 $280.00Page 213 of 291 39 HOMAC RRK 20 2/0 STR COMPRCPT. MANUFACTURER: HOMACEACH 100 $8.45 $845.00 $8.45 $845.0040 HOMAC RRK 40 4/0 STR COMPRCPT. MANUFACTURER: HOMACEACH 100 $9.20 $920.00 $9.20 $920.0041 3/8 GUY GRIPS PREFORM B COATGALVANIZEDEACH 50 $2.80 $140.00 $2.80 $140.0042 3/8 GUY WIRE EHS EACH 50043 7/16 GUY GRIPS EACH 100 $5.10 $510.00 $5.10 $510.0044 7/16 GUY WIRE EHS FOOT 300045 GUY GUARDS EACH 5046 GUY GUARD CLAMPS GC-67CMACLEAN. MANUFACTURER:EACH 5047 96" FIBERGLASS GUYLINKS(21,000LBS) FG S21-96RR.EACH 4048 3/4 MACHINE BOLTS 14" EACH 5049 3/4 MACHINE BOLTS 16" EACH 5050 3/4 MACHINE BOLTS 18" EACH 5051 3/4 MACHINE BOLTS 20" EACH 5052 3/4 EYE BOLTS 14" EACH 50 $11.75 $587.50 $11.75 $587.5053 3/4 EYE BOLTS 16" EACH 50 $12.65 $632.50 $12.65 $632.5053-A3/4 EYE BOLTS 16" EACH6054 3/4 EYE BOLTS 18" EACH 50 $10.40 $520.00 $10.40 $520.0054-A3/4 EYE BOLTS 18" EACH60Page 214 of 291 55 3/4 INCH LOCKNUTS EACH 20055-A3/4 INCH LOCKNUTS EACH75056 7/8 MACHINE BOLT 18" EACH 10056-A7/8 MACHINE BOLT 18" EACH10557 7/8 MACHINE BOLT 20" EACH 100 $14.05 $1,405.00 $14.05 $1,405.0058 7/8 MACHINE BOLT 22" EACH 50 $15.20 $760.00 $15.20 $760.0059 7/8 LOCK NUTS EACH 10059-A7/8 LOCK NUTS EACH50060 3 INCH CURVED SQUARE WASHERS15/16 HOLEEACH 100 $3.15 $315.00 $3.15 $315.0061 GROUND RODS EACH 75 $18.25 $1,368.75 $18.25 $1,368.7562 #4 SOLID COPPER GROUND WIRE200' reels (750' increased to 800')FOOT 800$0.95 $712.50 $0.95$760.0062-A#4 SOLID COPPER GROUND WIRE FOOT79263 RIGID SERVICE CLEVIS WITHPOLYMER INSULATOREACH 2063-ARIGID SERVICE CLEVIS EACH 20 $12.25 $245.00 $12.25 $245.0063-BPOLYMER INSULATOR FOR 63-A EACH 20 $1.35 $27.00 $1.35 $27.0064 W40-1 WEDGE CLAMP EACH 50 $3.75 $187.50 $3.75 $187.5065 W20-1 WEDGE CLAMPS FORSERVICE WIRE BLUEEACH 100 $3.40 $340.00 $3.40 $340.0066 LIGHTNING ARRESTORS 9KVURT09050A1A1A1A COOPER.EACH 50 $48.00 $2,400.00 $48.00 $2,400.00Page 215 of 291 67 FUSED DISCONNECT 15KV AFPOLYMER CSG15 100AK-110-CBEACH 50 $82.75 $4,137.50 $82.75 $4,137.5068 INSULATED TRI-MOUNT BRACKETF3CA-MV-H4818 03-H.EACH 15 $139.50 $2,092.50 $139.50 $2,092.5069 INSULATED T-BRACKET FICA-MV-H18-03-H. MANUFACTURER: ALUMA-EACH 12 $45.00 $540.00$50.00 $600.0070 1000 MCM TERMINATORS 15KVWITH TWO HOLE SHEAREACH 3670-A1000 MCM TERMINATORS 15KV EACH 36 $134.00 $4,824.00 $134.00 $4,824.0070-BSHEAR BOLT CONNECTOR FOR 70-A EACH 36 $175.00 $6,300.00 $175.00 $6,300.0071 1000 MCM TERMINATORS 46KVWITH SHEAR CONNECTORS WITHEACH 1271-A1000 MCM TERMINATORS 46KV EACH 12 $3,790.00 $45,480.00 $3,790.00 $45,480.0071-BSHEAR BOLT CONNECTOR FOR 71-A EACH 12 $175.00 $2,100.00 $175.00 $2,100.0072 TERMINATOR BRACKET. HUBBELLCCS820 SUPPORTEACH 30 $33.75 $1,012.50 $33.75 $1,012.5072-ATERMINATOR BRACKET. HUBBELLCCS820 SUPPORTEACH 3673 TWINFLIGHT 555X5' 12656 EACH 60 $70.00 $4,200.00$77.00 $4,620.0074 555 8/10X3' TWINEYE 126542AE EACH 30 $195.00 $5,850.00 $195.00 $5,850.0075 397 DEADEND CLAMPS AF DES-DA-22-NEACH 50 $19.80 $990.00 $19.80 $990.0076 KEARNY FUSE LINKS TYPE 200 5AMP(NO SUBSTITUTE)EACH 50 $5.25 $262.50 $5.25 $262.5077 KEARNY FUSE LINKS TYPE 200 7AMP(NO SUBSTITUTE)EACH 50 $5.25 $262.50 $5.25 $262.5078 KEARNY FUSE LINKS TYPE 20010AMP (NO SUBSTITUTE)EACH 50 $5.25 $262.50 $5.25 $262.50Page 216 of 291 79 KEARNY FUSE LINKS TYPE 20030AMP (NO SUBSTITUTE)EACH 50 $5.70 $285.00 $5.70 $285.0080 KEARNY FUSE LINKS TYPE 20065AMP (NO SUBSTITUTE)EACH 50 $8.60 $430.00 $8.60 $430.0081 3" SLIP THREADED FEMALEADAPTOR FA CONDUIT (10ea to 40ea)EACH40$2.05 $20.50 $2.05$82.0082 4" SLIP THREADED FEMALEADAPTOR FA CONDUIT (50ea to 60 ea)EACH60$2.70 $135.00 $2.70$162.0086 5" SLIP THREADED FEMAIL ADAPTORFA CONDUITEACH 10 $6.80 $68.00 $6.80 $68.0084 1" SLIP THREADED FEMALEADAPTOR FA CONDUIT (6ea to 70ea)EACH70$0.40 $2.40 $0.40$28.0085 2" SLIP THREADED FEMALEADAPTOR FA CONDUIT (8 ea to 40 ea)EACH40$0.75 $6.00 $0.75$30.0086 397 ACSR AUTOMATIC SPLICESHUBBELL FARGO TJA1502.EACH 2586-A397 ACSR AUTOMATIC SPLICESHUBBELL FARGO TJA1502.EACH 3687 1" STEEL RIGID SWEEPS EACH 688 2" STEEL RIGID SWEEPS EACH 889 3" STEEL RIGID SWEEPS EACH 1090 4" STEEL RIGID SWEEPS EACH 5091 5" STEEL RIGID SWEEPS EACH 1092 ELBOWS 1000 MCM URD PRIMARY(RICHARDS OR COOPER) 15KVEACH 12 $310.00 $3,720.00 $310.00 $3,720.0093 3 PHASE TERMINATION CABINETALUMINUM ENC-SC3-306622-A2-G.EACH 3 $1,970.00 $5,910.00 $1,970.00 $5,910.0094 25KVA PAD TRANSFORMERS ERMCO120/240 7200/12470 (NOEACH 2 $2,128.00 $4,256.00 $2,128.00 $4,256.00Page 217 of 291 95S&C PME-9 OR FEDERAL PACIFIC PSE-9 CATALOG 4422. SMU-20 FUSES (FP-EACH 195-AS&C PME-9 OR FEDERAL PACIFIC PSE-9 CATALOG 4422. SMU-20 FUSES (FP-EACH 1 $36,616.00 $36,616.00 $36,616.00 $36,616.0095-BCONCRETE PAD FOR 95-AEACH 1 $1,815.00 $1,815.00 $1,815.00 $1,815.0096 1" CONDUIT(STREETLIGHT) 10'STICKSEACH 4097 2" CONDUIT 10' STICKS (150ea to 1500ft)FOOT 1500$0.99 $148.50 $0.99$1,485.0098 3" CONDUIT 10' STICKS(20ea to 200ftFOOT 200$1.90 $38.00 $1.90$380.0099 4" CONDUIT 10' STICKS(250ea to 2500 ft)FOOT 2500$2.63 $657.50 $2.63$6,575.00100 5 " STR11 CONDUIT (ROAD BORE) FOOT 1200 $5.10 $6,120.00 $5.10 $6,120.00101 5" CONDUIT 10' STICKS(50ea to 500ft)FOOT 500$3.72 $186.00 $3.72$1,860.00102 STREETLIGHT WIRE #6 DUPLEXOVERHEAD, 500' ROLL (1 roll to 500ft)FOOT 500$0.39 $0.39 $0.39$195.00103 20" HDPE STR 11 PIPE FOOT 300104 4/0 T PLX SWEETBRIAR PRYSMIAN(1 roll to 1000ft)FOOT 1000$2.00 $2.00 $2.00$2,000.00105 1000MCM 46KV URD WIREPRYSMIAN 1-C 1000KCM 61W SPRSFOOT 2500 $14.15 $35,375.00 $14.15 $35,375.00106 4/0 URD CU.URS WIRE (46KVGROUND) 19 STRAND THHN (NO1 roll to 500ft)FOOT 500$5.70 $5.70 $5.70$2,850.00107 1000 MCM URD PRIMARY WIREPRYSMIAN 15KV 133% 3RDFOOT 4000 $13.90 $55,600.00 $13.90 $55,600.00108 PRYSMIAN 15KV 1/0 133%PRIMARY EPR WIRE NEUTRAL(1 roll to 2500ft)FOOT 2500$4.10 $4.10 $4.10 $10,250.00Page 218 of 291 109 INSULATED JUMPER WIRE HENDRIXEASY PEEL #4 COPPER POLYWIRE; 25(6 rolls to 1200ft)FOOT 1200$4.20 $25.20$4.55 $5,460.00110 397 TO 397 WEDGE/BOLT TYPECONNECTOREACH 50 $20.50 $1,025.00$22.25 $1,112.50111 397 TO 4/0 WEDGE/BOLT TYPECONNECTOREACH 50112 397 TO #2 WEDGE/BOLT TYPECONNECTOREACH 50 $20.50 $1,025.00$22.25 $1,112.50113 CHANCE SHIELD WIRE SUPPORT 12"PSC 2060820. MANUFACTURER:EACH 50113-ACHANCE SHIELD WIRE SUPPORT 12"PSC 2060820. MANUFACTURER:EACH56114 CHANCE SHIELD WIRE SUPPORT 14"PSC 2060821. MANUFACTURER:EACH 50114-ACHANCE SHIELD WIRE SUPPORT 14"PSC 2060821. MANUFACTURER:EACH56115 CHANCE SHIELD WIRE SUPPORT 16"PSC 2060822. MANUFACTURER:EACH 50115-ACHANCE SHIELD WIRE SUPPORT 16"PSC 2060822. MANUFACTURER:EACH56116 159 H GROOVE BLACKBURN EACH 100 $0.70 $70.00 $0.70 $70.00117 399 H GROOVE BLACKBURN EACH 100 $1.35 $135.00 $1.35 $135.00118 379 H GROOVE BLACKBURN EACH 100 $1.25 $125.00 $1.25 $125.00119 419 H GROOVE EACH 100 $1.35 $135.00 $1.35 $135.00120 INSULATORS MACLEAN HO 40 60004 MX SS 002 15KV.EACH 50 $75.50 $3,775.00 $75.50 $3,775.00121 LONG SHANK LINE POST STUD 3/4 X7" FO CROSSARM INSULATOREACH 50 $7.35 $367.50 $7.35 $367.50Page 219 of 291 122 LAG SCREWS 1/2 X 4 " EACH 60 $0.95 $57.00 $0.95 $57.00123 KELLUM GRIP FOR4/0 CU URDGROUND WIREEACH 6 $42.70 $256.20 $42.70 $256.20124 KELLUM GRIP FOR 1000 MCMPRIMARY RISEREACH 50 $50.95 $2,547.50 $50.95 $2,547.50125 CLUSTER MOUNT BRACKET FORTRANSFORMERS AF 12MW-30 CEACH 8 $689.00 $5,512.00 $689.00 $5,512.00126 COOPER M-FORCE GOABSWITCH(STICK OPERATED AIR BREAKEACH 3 $5,113.00 $15,339.00 $5,113.00 $15,339.00127 397 ACSR PREFORMEDWRAPLOCKS-TOP TIES.EACH 50 $9.90 $495.00$10.75 $537.50128652 AAAC PREFORMED WRAPLOCKSEACH24129 652 AAAC ARMOR ROD. PreformedAR-0135EACH 24 $38.65 $927.60$42.00 $1,008.00130 397 ACSR SPOOL TIES (NEUTRAL) EACH 20 $5.50 $110.00 $5.50 $110.00131 397 ARMOR RODS 18/1 AR-0131CHICKADEE AGS 5115EACH 75 $24.35 $1,826.25$26.50 $1,987.50132 397 AGS 5115 ARMOR ROD WITHCUSHION GRIP SHOESEACH 36 $64.75 $2,331.00$69.75$2,511.00133 395 SPOOL TIES EACH 8 $5.50 $44.00 $5.50 $44.00134 Y CLEVIS EYE PLP YC-5207 EACH 50 $12.20 $610.00$13.25 $662.50135 HUBBELL 69KV P250026S0020.MANUFACTURER: HUBBELL; PARTEACH 50136 D.E. SUSPENSION INSULATORS EACH 24 $11.30 $271.20 $11.30 $271.20137 HUBBELL 69KV 4050061400 CLEVISTONGUE MANUFACTURER:EACH 40138 STATIC WIRE CLEVIS PREFORMEDAGS-8105 SETEACH 48 $41.85 $2,008.80$45.45 $2,181.60Page 220 of 291 139 GROUND ROD CLAMPS EACH 50 $2.05 $102.50 $2.05 $102.50140 397 HOT LINE CLAMPS AF-1530-AGP-XB. MANUFACTURER: ALUMA-EACH 50 $12.95 $647.50$13.30 $665.00141 EHS 3/8 STATIC WIRE CONTINUOUSROLL NOT SEPARATE ROLLSFOOT 3,000142 3/8 GUY BOLT ON DEADEND SHOEFOR STATIC. ANDERSON/HUBBELLEACH 40143 397 ACSR WIRE CHICADEEPRYSMIANFOOT 15,000 $1.30 $19,500.00$1.44 $21,600.00144 35 FT WOOD POLE CLASSII CCA-ET EACH 3145 40 FT WOOD POLE CLASS II CCA-ET EACH 1146 45 FT WOOD POLE CLASS II CCA-ET EACH 1147 50 FT WOOD POLE CLASS II CCA-ET EACH 3148 FEED THROUGHS (2)600AMP(2)200AMP EATON FEED THROUGHSEACH 9148-AALTERNATE - COOPER EATON 4 WAY2-600AMP ON LEFT 2-200AMP ONEACH 9 $884.00 $7,956.00 $884.00 $7,956.00148-BALTERNATE EACH 9 $775.00 $6,975.00 $775.00 $6,975.00148-CTILT BRACKET EACH 9 $359.00 $3,231.00$380.00 $3,420.00149 U GUARD 5 INCH X 10 FT FLANGEDSTEEL GALVANIZEDEACH 40 $140.00 $5,600.00 $140.00 $5,600.00150 PROTECTA LITE HUBBELL LINEARRESTORS FOR TRANSMISSIONEACH 9151 H-GROOVE 189 BLACKBURN EACH 50 $0.70 $35.00 $0.70 $35.00$344,101.04$378,484.40PERCENTAGE DISCOUNT FOR CATALOG PRICINGPage 221 of 291 $344,101.04107Number of Low Bid ItemsALTERNATE 1 MATERIALS - LOW BID PER ITEM (MultipleAwards)Page 222 of 291 PAGE NO. SHIP TO: BILL TO: QUOTATION NUMBER SHIPPED QUOTATION DATE ORDERED BY CUSTOMER P.O. NO. QUOTATION NUMBER DATE INSTRUCTIONS B.O./RET.ORDERED QUANTITY DISP.ITEM CODE AND DESCRIPTION U/M UNIT PRICE AMOUNTMULT. XLOPTB 8/88 SLSMN.CUSTOMER P.O. NUMBER CUSTOMER P.O. NO. Omission of quotation number or reference to an expired quotation will result in application of standard price at time of shipment. Standard terms and conditions of sale to apply. Deviations pertaining to the quantities, prices, or duration of the above quotation are not valid unless confirmed in writing by TRI-STATE UTILITY PRODUCTS, INC. TRI-STATE UTILITY PRODUCTS, INC. BY Thank You ALL PRICES ARE BASED ON ACCEPTANCE BY AND ARE FIRM THRU TRI-STATE UTILITY PRODUCTS, INC. 105 ED GARDNER DRIVE PELL CITY, ALABAMA 35125 PHONE: 205-884-7480 FAX: 205-884-7768 FAIRHO 3001870-0000-03 CITY OF FAIRHOPE CITY OF FAIRHOPE P.O. BOX 429 555 SOUTH SECTION STREET FAIRHOPE AL 36532FAIRHOPE AL 36533 25-033 25-033 ***QUOTATION******QUOTATION******QUOTATION******QUOTATION******QUOTATION*** 3143001870-0000-03 308 05/23/25 25-033 FREIGHT ALLOWED 1P NET 30 FREIGHT ALLOWED QUOTE VALID UNTIL 6/13/25 UPDATED PRICING ON AWARDED MATERIALS FOR BID 25-033 ------------------------------ 100 8816 EA 3.8000 380.00 5/8" X 16" MACHINE BOLT (30/BOX) 100 8818 EA 4.1000 410.00 5/8" X 18" MACHINE BOLT (J8818) 100 8820 EA 3.9000 390.00 5/8" X 20" MACHINE BOLT 100 *8822 EA 5.7000 570.00 5/8 MACHINE BOLT 22" 40 *29972 EA 25.8000 1032.00 OVALEYE BOLT 5/8 - 22" CONTINUED Page 223 of 291 PAGE NO. SHIP TO: BILL TO: QUOTATION NUMBER SHIPPED QUOTATION DATE ORDERED BY CUSTOMER P.O. NO. QUOTATION NUMBER DATE INSTRUCTIONS B.O./RET.ORDERED QUANTITY DISP.ITEM CODE AND DESCRIPTION U/M UNIT PRICE AMOUNTMULT. XLOPTB 8/88 SLSMN.CUSTOMER P.O. NUMBER CUSTOMER P.O. NO. Omission of quotation number or reference to an expired quotation will result in application of standard price at time of shipment. Standard terms and conditions of sale to apply. Deviations pertaining to the quantities, prices, or duration of the above quotation are not valid unless confirmed in writing by TRI-STATE UTILITY PRODUCTS, INC. TRI-STATE UTILITY PRODUCTS, INC. BY Thank You ALL PRICES ARE BASED ON ACCEPTANCE BY AND ARE FIRM THRU TRI-STATE UTILITY PRODUCTS, INC. 105 ED GARDNER DRIVE PELL CITY, ALABAMA 35125 PHONE: 205-884-7480 FAX: 205-884-7768 FAIRHO 3001870-0000-03 CITY OF FAIRHOPE CITY OF FAIRHOPE P.O. BOX 429 555 SOUTH SECTION STREET FAIRHOPE AL 36532FAIRHOPE AL 36533 25-033 25-033 ***QUOTATION******QUOTATION******QUOTATION******QUOTATION******QUOTATION*** 3143001870-0000-03 308 05/23/25 25-033 FREIGHT ALLOWED 2P 50 *LK60 EA 30.8000 1540.00 ANCKOR SHACKLE 50 8914 EA 5.0700 253.50 3/4" X 14" MACHINE BOLT 50 8916 EA 6.1500 307.50 3/4"x16" MACHINE BOLT 50 *8918 EA 7.4000 370.00 3/4" X 18" MACHINE BOLT 50 8920 EA 8.5000 425.00 3/4" x 20" MACHINE BOLT 5,678.00 Page 224 of 291 • • • Page 225 of 291 RESOLUTION NO. 5447-25 BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA , as follows: [1] That the City of Fairhope did request, receive , and open bids for the Materials for the 46KV Transmission Line Project Alternate 1 (Bid Number 25-033) for the Electric Department. [2] At the appointed time and place , the following bids were opened and tabulated as follows: Vendor Gresco Utility Supply 107 Low Bid Items $344,101.04 Tri-State Utility Products , Inc. 10 Low Bid Items $ 3,925.40 Wesco International 29 Low Bid Items $ 86,421.58 [3] After evaluating the bid proposals with the required bid specifications , Gresco Utility Supply for $344 ,101.04 (107 items) plus $20 ,000.00 contingency, Tri-State Utility Products , Inc. for $3 ,925.40 (10 Items), and Wesco International for $86 ,421.58 (29 Items) plus $20 ,000.00 contingency are now awarded (Bid Number 25-033) for the_ Materials for the 46KV Transmission Line Project Alternate 1 for the Electric Department with a total cost of award to three vendors with contingency will be $474 ,448.02. [ 4] Contingency allowances are based on quantity increases and not scope of work or price increases . Any price increase or change in the scope of work increases of 10 % of the bid amount shall be subject to additional bid requirements. Adopted on this 12th day of May, 2025 Attest: City Clerk Page 226 of 291 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2025-1574 FROM: Jeff Montgomery SUBJECT: The Director of IT, Jeff Montgomery, is requesting approval for the procurement of the Annual Renewal for three (3) contracts with Uniti Fiber. The contracts are for fiber connections at the following locations: Quail Creek Drive, Fairhope Police Department, and Port addition at Fairhope Police Department. AGENDA DATE: June 23, 2025 RECOMMENDED ACTION: To approve this request for the procurement of the Annual Renewal of three (3) contracts with Uniti Fiber connections. The total cost of the contracts is not-to-exceed $940.00 per month, or $11,280.00 per year. This is on a Statewide Contract (Contract #MA250000005493) and therefore does not need to be let out to bid. BACKGROUND INFORMATION: The Director of IT, Jeff Montgomery, is requesting approval for the procurement of the Annual Renewal for three (3) contracts with Uniti Fiber for fiber connections. The cost for the annual renewal for three (3) contracts with Uniti Fiber will include the following: Quail Creek Drive (100 Mbps Ethernet) $495/ month Fairhope Police Department (100 Mbps Internet) $420.00/ month Port addition at Fairhope Police Department $25.00/ month Total Annual Cost is Eleven Thousand Two Hundred Eighty Dollars (($11,280.00). This will be purchased through Alabama Statewide Contract (Contract #MA250000005493) and therefore does not need to be let out to bid. BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget 001100 50380 Line 40 General Govt - Communications Golf Clubhouse - $4,920.00 $6,120.00 Page 227 of 291 001500 50380 Line 10 001150 50380 Line 100 Communications Police - Communications $6,000.00 $17,040.00 $11,280.00 $5,760.00 GRANT: N/A LEGAL IMPACT: N/A FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: N/A Individual(s) responsible for follow up: N/A Action required (list contact persons/addresses if documents are to be mailed or emailed): N/A Page 228 of 291 RESOLUTION NO. _____ BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, as follows: [1] That the City of Fairhope approves the procurement of the Annual Renewal of Uniti Fiber connections contracts that are on Statewide Contract (Contract #MA250000005493) and therefore does not have to be let out for bid. The total amount not-to-exceed $940.00 per month, or $11,280.00 per year. ADOPTED ON THIS 23RD DAY OF JUNE, 2025 ___________________________ Jack Burrell, Council President Attest: _____________________________ Lisa A. Hanks, MMC City Clerk Page 229 of 291 Page 1 of 3 Service Order Offer Date: 06/09/2025 Description: 100 Mbps Ethernet Renewal Quail Creek Golf Club to City of Fairhope PD Opp. Number: OPP-362389 Requested By: City of Fairhope AL 1570479 Jeff Montgomery jeff.montgomery@cofairhope.com (251) 928-8003 Offered By: Uniti Fiber Scott McMahan scott.mcmahan@uniti.com (251)445-1807 Term (Months): 36 Opportunity Type Renewal Contract Term Type: Renewal A Service Address A CPE Location 19841 Quail Creek Drive, Fairhope, AL 36532-4840 City of Fairhope Quail Creek Drive Z Service Address Z CPE Location 107 North Section Street, Fairhope, AL 36532-2430 City of Fairhope-Police Department Quantity Service CPE Location A CPE Location Z Unit Monthly Charge Unit One-Time Charge Extended Monthly Charge Extended One- Time Charge 1 100 Mbps Ethernet City of Fairhope Quail Creek Drive City of Fairhope-Police Department $495.00 $0.00 $495.00 $0.00 Service Order Total Monthly Charge Service Order Total Non-Recurring Charge $495.00 $0.00 Page 230 of 291 Page 2 of 3 Remarks 1. Offer is to renew the existing service on a new 36-month term. 2. The Customer Premise equipment that is end of life will be replaced with a device capable of providing the Internet connectio n, this Point to Point, the Pt to PT connection to the Annex and the Additional Port Activations required. 3. State Contract number MA250000005493-7 Private Line Band 1 Ethernet. DocuSign will be utilized to route this Service Order form for electronic signature, name, title, date. Please provide separate Implementation Form as soon as possible via email as electronic or scanned document to orders@uniti.com, via fax to 251-445-0642, or via online form where provided. Customer acknowledges that Customer is ordering the Services from Uniti Fiber LLC, and/or its affiliate or subsidiary compani es (collectively "Uniti Fiber"), and that local, state, and federal taxes and surcharges may apply. By signing, Customer acknowledges full and complete authority to bind Customer. Additional charges for any requested demarcation extension will be passed on to Customer. Access or other fees imposed by property owner shall be borne by Customer. By signing this Service Order, Customer requests the Service ordered hereunder subject to the existing master services agreement or standard terms and conditions signed by the parties; or if none exists, then such Service is subject to the applicable terms and conditions of Uniti Fiber's standard terms and conditions (which may be changed from time to time at Uniti Fiber’s discretion), a copy of which is available upon request. Uniti Fiber’s master service agreement, any IP Transit service ordered hereunder shall be subject to the terms of Uniti Fiber’s IP Transit Addendum which may be provided to Customer upon request and at Uniti Fiber’s discretion may be changed or updated from time to time. This Service Order becomes binding on Uniti Fiber upon Order Acceptance. This Service Order fully incorporates the agreement titled Standard Terms & Conditions signed by Customer on the date 6/28/2023. Uniti Fiber City of Fairhope AL Signature: \s2\ _____________________ Signature: \s1\ ____________________ Name (printed): \n2\_____________________ Name (printed): \n1\____________________ Title: \t2\ _____________________ Title: \t1\ ____________________ Date: \d2\ ______________________ Date: \d1\ _____________________ Page 231 of 291 Page 3 of 3 Note: Make one selection below for USF Option value (either USF Option - Traffic Not More than 10% Interstate OR USF Option - Traffic More than 10% Interstate) Quantity Service CPE Location A CPE Location Z USF Option - Traffic Not More than 10% Interstate USF Option - Traffic More than 10% Interstate 1 100 Mbps Ethernet City of Fairhope Quail Creek Drive City of Fairhope-Police Department X City of Fairhope AL Signature: \s1\ __________________________ Name (printed): \n1\__________________________ Title: \t1\ __________________________ Date: \d1\ __________________________ Universal Service Fund (USF) Customer acknowledges that Uniti Fiber's determination of jurisdiction of the Services will be based upon the information provided by Customer in this Service Order. Depending on the election, Uniti Fiber may bill Customer, and Customer will pay, for any applicable taxes, fees, and surcharges (to the extent Customer is not otherwise exempt from such taxes, fees, and surcharges based on its annual certification provided to Uniti Fiber to that effect). Customer agrees to indemnify and hold harmless Uniti Fiber from any and all claims arising from any breaches of the certifications made hereunder. Customer acknowledges and certifies that the total interstate traffic (including Internet and international traffic) on the Service(s) designated in this Service Order constitutes: (Select applicable choice)\se11 Page 232 of 291 Page 1 of 2 Service Order Offer Date: 06/09/2025 Description: 100 Mbps Internet Renewal City of Fairhope PD June 2025 Opp. Number: OPP-362450 Requested By: City of Fairhope AL 1570479 Jeff Montgomery jeff.montgomery@cofairhope.com (251) 928-8003 Offered By: Uniti Fiber Scott McMahan scott.mcmahan@uniti.com (251)445-1807 Term (Months): 36 Opportunity Type Renewal Contract Term Type: Renewal A Service Address A CPE Location 107 North Section Street, Fairhope, AL 36532-2430 City of Fairhope-Police Department Z Service Address Z CPE Location 201 Saint Joseph Street, Mobile, AL 36602 -3931 Uniti Fiber Internet Quantity Service CPE Location A CPE Location Z Unit Monthly Charge Unit One-Time Charge Extended Monthly Charge Extended One-Time Charge 1 100 Mbps Internet City of Fairhope-Police Department Uniti Fiber Internet $420.00 $0.00 $420.00 $0.00 Service Order Total Monthly Charge Service Order Total Non-Recurring Charge $420.00 $0.00 Page 233 of 291 Page 2 of 2 Remarks 1. Offer is to renew the existing internet connection at the Fairhope PD on a new 36-month term. 2. Uniti Fiber will replace EOL CPE Equipment at the Fairhope PD. 3. State Contract MA250000005493-1 Enterprise Internet Services. DocuSign will be utilized to route this Service Order form for electronic signature, name, title, date. Please provide separate Implementation Form as soon as possible via email as electronic or scanned document to orders@uniti.com, via fax to 251-445-0642, or via online form where provided. Customer acknowledges that Customer is ordering the Services from Uniti Fiber LLC, and/or its affiliate or subsidiary companies (collectively "Uniti Fiber"), and that local, state, and federal taxes and surcharges may apply. By signing, Customer acknowledges full and complete authority to bind Customer. Additional charges for any requested demarcation extension will be passed on to Customer. Access or other fees imposed by property owner shall be borne by Customer. By signing this Service Order, Customer requests the Service ordered hereunder subject to the existing master services agreement or standard terms and conditions signed by the parties; or if none exists, then such Service is subject to the applicable terms and conditions of Uniti Fiber's standard terms and conditions (which may be changed from time to time at Uniti Fiber’s discretion), a copy of which is available upon request. Uniti Fiber’s master service agreement, any IP Transit service ordered hereunder shall be subject to the terms of Uniti Fiber’s IP Transit Addendum which may be provided to Customer upon request and at Uniti Fiber’s discretion may be changed or updated from time to time. This Service Order becomes binding on Uniti Fiber upon Order Acceptance. This Service Order fully incorporates the agreement titled Standard Terms & Conditions signed by Customer on the date 6/28/2023. Uniti Fiber City of Fairhope AL Signature: \s2\_________________________ Signature: \s1\_________________________ Name (printed): \n2\____________________ Name (printed): \n1\____________________ Title: \t2\_____________________________ Title: \t1\_____________________________ Date: \d2\____________________________ Date: \d1\_____________________________ Page 234 of 291 Page 1 of 2 Service Order Offer Date: 06/09/2025 Description: Additional Port Activation City of Fairhope 2025 Opp. Number: OPP-362380 Requested By: City of Fairhope AL 1570479 Jeff Montgomery jeff.montgomery@cofairhope.com (251) 928-8003 Offered By: Uniti Fiber Scott McMahan scott.mcmahan@uniti.com (251)445-1807 Term (Months): 36 Opportunity Type New Contract Term Type: New A Service Address A CPE Location 107 North Section Street, Fairhope, AL 36532-2430 City of Fairhope-Police Department Z Service Address Z CPE Location 201 Saint Joseph Street, Mobile, AL 36602 -3931 Uniti Fiber Internet Quantity Service CPE Location A CPE Location Z Unit Monthly Charge Unit One-Time Charge Extended Monthly Charge Extended One-Time Charge 1 Port Charge City of Fairhope-Police Department Uniti Fiber Internet $25.00 $0.00 $25.00 $0.00 Service Order Total Monthly Charge Service Order Total Non-Recurring Charge $25.00 $0.00 Page 235 of 291 Page 2 of 2 Remarks 1. Offer is to provide an additional Port Activation on the CPE we are soon to install at the Fairhope PD. DocuSign will be utilized to route this Service Order form for electronic signature, name, title, date. Please provide separate Implementation Form as soon as possible via email as electronic or scanned document to orders@uniti.com, via fax to 251-445-0642, or via online form where provided. Customer acknowledges that Customer is ordering the Services from Uniti Fiber LLC, and/or its affiliate or subsidiary companies (collectively "Uniti Fiber"), and that local, state, and federal taxes and surcharges may apply. By signing, Customer acknowledges full and complete authority to bind Customer. Additional charges for any requested demarcation extension will be passed on to Customer. Access or other fees imposed by property owner shall be borne by Customer. By signing this Service Order, Customer requests the Service ordered hereunder subject to the existing master services agreement or standard terms and conditions signed by the parties; or if none exists, then such Service is subject to the applicable terms and conditions of Uniti Fiber's standard terms and conditions (which may be changed from time to time at Uniti Fiber’s discretion), a copy of which is available upon request. Uniti Fiber’s master service agreement, any IP Transit service ordered hereunder shall be subject to the terms of Uniti Fiber’s IP Transit Addendum which may be provided to Customer upon request and at Uniti Fiber’s discretion may be changed or updated from time to time. This Service Order becomes binding on Uniti Fiber upon Order Acceptance. This Service Order fully incorporates the agreement titled Standard Terms & Conditions signed by Customer on the date 6/28/20 23. Uniti Fiber City of Fairhope AL Signature: \s2\_________________________ Signature: \s1\_________________________ Name (printed): \n2\____________________ Name (printed): \n1\____________________ Title: \t2\_____________________________ Title: \t1\_____________________________ Date: \d2\____________________________ Date: \d1\_____________________________ Page 236 of 291 PUR-004 - 082522 CITY OF FAIRHOPE PURCHASING DEPARTMENT PURCHASING REQUEST FORM Name: Jeff Montgomery Date: 06/10/2025 Department: Expenditure Threshold** Distinctions Quotes Required Approval Green Sheet Resolution Under $5,000 No restrictions Not Required N/A N/A N/A Utilities $5,001-$10,000 Operational NON-Budgeted Three Treasurer/Mayor N/A N/A Greater than: Gen Govt - $5,001 Utilities - $10,001 Operational NON-Budgeted Three Council Required Required Gen Govt - $5,001-$30,000 Utilities - $10,001 - $30,000 Operational Budgeted Three Treasurer N/A N/A Over $30,000 Operational Budget* State Bid List or Buying Group Treasurer/Mayor N/A N/A Over $30,000/$100,000 Operational Budgeted Bids Council Required Required Professional Service Over $5,000 Budgeted or Non-Budgeted Mayor Select Council Required Required *Budgeted items that meet or are under budget may be purchased with the Mayor and/or Treasurer’s approval if they are on the State Bid list or from an approved buying group. Items that are over budget must go to Council for approval and will require a green sheet and resolution. **Expenditure Threshold is a combined total of labor and materials, including materials provided by the City. If the total amount is within $10,000 of the listed threshold, Purchasing/Treasurer may require a formal bid due to potential materials cost increases. QUOTES Vendor Name Vendor Quote 1. UNITI Fiber PD/Quail Creek/Port Addition $ $420/$495/$25 = $940 2. **NOTE PD is the termination point. This provides internet for $ 3. Everyone $ Check any applicable boxes: ☒ State Contract ☐ ALDOT ☐ Purchasing Group ☐ Sole Source (Attach Sole Source Justification) ITEM OR SERVICE INFORMATION 1. What item or service do you need to purchase? Renewal for UNITI Fiber Connections for PD/Quail Creek 2. What is the total cost of the item or service? 940 / mo 3. How many do you need? 36 mo renewal 4. Item or Service Is: ☐ New ☐ Used ☐ Replacement ☒ Annual Request 5. Vendor Name (Lowest Quote): UNITI 6. Vendor Number: 9463 If you do not have a Vendor Number, please go to the City of Fairhope page: www.FairhopeAL.gov, Departments, Purchasing, Vendor Registration, and complete the required information. BUDGET INFORMATION 1. Is it budgeted? ☒ Yes ☐ No ☐ Emergency Request 2. If budgeted, what is the budgeted amount? 17040 3. Budget code: see attachment Email completed form with quotes and other supporting documentation to Erin.Wolfe@FairhopeAL.gov and Rhonda.Cunningham@FairhopeAL.gov. Page 237 of 291 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2025-1575 FROM: Pat White, PARKS & RECREATION DIRECTOR SUBJECT: Pat White, Director of Parks and Recreation, is requesting approval for the procurement of a Toro NSN Irrigation Subscription Renewal for the Quail Creek Golf Course. AGENDA DATE: June 23, 2025 RECOMMENDED ACTION: To approve the procurement of a Toro NSN Irrigation Subscription Renewal for the Quail Creek Golf Course for a not-to-exceed cost of $10,392.00. BACKGROUND INFORMATION: The Director of Parks and Recreation is requesting approval for the procurement of a Toro NSN Irrigation Subscription Renewal for the Quail Creek Golf Course. This procurement is to ensure the current support agreement continues for hardware warranty, technical service and support from NSN. The not-to-exceed cost is Ten Thousand Three Hundred Ninety-Two Dollars and Zero Cents ($10,392.00). This will be purchased through the purchasing cooperative Omnia Partners contract (Contract #2023261) with Jerry Pate Turf & Irrigation and therefore does not have to be let out for bid. This is a budgeted purchase. BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget 001550- 50360 Golf - General Maintenance $10,392.00 $10,392.00 $0.00 GRANT: N/A Page 238 of 291 LEGAL IMPACT: N/A FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: N/A Individual(s) responsible for follow up: N/A Action required (list contact persons/addresses if documents are to be mailed or emailed): N/A Page 239 of 291 RESOLUTION NO. _____ BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, as follows: [1] That the City of Fairhope approves the procurement of a Toro NSN Irrigation Subscription Renewal for the Quail Creek Golf Course that is on Omnia Partners (Contract #2023261) with Jerry Pate Turf & Irrigation; and therefore, does not have to be let out for bid. The total mount not-to-exceed $10,392.00. ADOPTED ON THIS 23RD DAY OF JUNE, 2025 ___________________________ Jack Burrell, Council President Attest: _____________________________ Lisa A. Hanks, MMC City Clerk Page 240 of 291 Quote # Location # Date Page 01 06/02/25 Page 1 of 1 81206 SALES QUOTE 209250 CITY OF FAIRHOPE PO BOX 429 FAIRHOPE AL 36533-0429 Ship To : QUAIL CREEK GOLF COURSE Attn Tomm Johnson 19841 QUAIL CREEK DR FAIRHOPE AL 36532-4840 Expiration Date :07/02/25 Terms :NET 60 DAYS Reps :074 / 075 Ship Via :FedEx 15 - Ground Product / Description Quantity ExtensionPriceUoM 1 10,392.0010,392.00NSN-LXSMARTOW-L EA NSN-RENEW: LYNX SMARTOW UPGRADE, LUMP OMNIA Partners, Contract Number: 2023261 Accepted By Date Return Guidelines We stand behind what we sell. If for some reason you are not satisfied with your purchase, we will gladly accept your timely return of eligible items. To view our return policy, please visit https://jerrypate.com/parts-service/. All errors in shipment must be claimed within 10 days of receipt of shipment. All returns must have a Return Merchandise Authorization (RMA), and may be subject to a 15% restocking fee. To make a return or inquire about eligible returns, please contact one of our Customer Care Team Members . 1800-700-7004 customercare@jerrypate.com A Message from Jerry Pate Dear Valued Customer: As Chairman and Founder of Jerry Pate Company, I pledge to provide you with the best quality products and parts, and exceptional customer service. We are committed to building valued relationships through integrity and professionalism, while enhancing the quality of life and well-being of people and communities. Our Core Values are Faith, Family, and Career Opportunities. We value your loyalty and continued business, and thank you for trusting us as your provider of the finest products and services in the industry. Subtotal : 10,392.00 Tax : 0.00 Total : 10,392.00 Printed Name Page 241 of 291 PUR-004 - 082522 CITY OF FAIRHOPE PURCHASING DEPARTMENT PURCHASING REQUEST FORM Name: Tomm Johnson Date: June 3, 2025 Department: Parks & Recreation (Golf Grounds) Expenditure Threshold** Distinctions Quotes Required Approval Green Sheet Resolution Under $5,000 No restrictions Not Required N/A N/A N/A Utilities $5,001-$10,000 Operational NON-Budgeted Three Treasurer/Mayor N/A N/A Greater than: Gen Govt - $5,001 Utilities - $10,001 Operational NON-Budgeted Three Council Required Required Gen Govt - $5,001-$30,000 Utilities - $10,001 - $30,000 Operational Budgeted Three Treasurer N/A N/A Over $30,000 Operational Budget* State Bid List or Buying Group Treasurer/Mayor N/A N/A Over $30,000/$100,000 Operational Budgeted Bids Council Required Required Professional Service Over $5,000 Budgeted or Non-Budgeted Mayor Select Council Required Required *Budgeted items that meet or are under budget may be purchased with the Mayor and/or Treasurer’s approval if they are on the State Bid list or from an approved buying group. Items that are over budget must go to Council for approval and will require a gree n sheet and resolution. **Expenditure Threshold is a combined total of labor and materials, including materials provided by the City. If the total am ount is within $10,000 of the listed threshold, Purchasing/Treasurer may require a formal bid due to potential materials cost incre ases. QUOTES Vendor Name Vendor Quote 1. Jerry Pate Turf & Irrigation $ 10,392 2. Click or tap here to enter text. $ 3. Click or tap here to enter text. $ Check any applicable boxes: ☐ State Contract ☐ ALDOT ☒ Purchasing Group ☐ Sole Source (Attach Sole Source Justification) ITEM OR SERVICE INFORMATION 1. What item or service do you need to purchase? Toro NSN Irrigation Subscription 2. What is the total cost of the item or service? $10,392 3. How many do you need? One 4. Item or Service Is: ☐ New ☐ Used ☐ Replacement ☒ Annual Request (3-year subscription) 5. Vendor Name (Lowest Quote): Jerry Pate Turf & Irrigation 6. Vendor Number: 2411 If you do not have a Vendor Number, please go to the City of Fairhope page: www.FairhopeAL.gov, Departments, Purchasing, Vendor Registration, and complete the required information. BUDGET INFORMATION 1. Is it budgeted? ☒ Yes ☐ No ☐ Emergency Request 2. If budgeted, what is the budgeted amount? $12,000 3. Budget code: 001550 50360 Email completed form with quotes and other supporting documentation to Erin.Wolfe@FairhopeAL.gov and Rhonda.Cunningham@FairhopeAL.gov. Page 242 of 291 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2025-1582 FROM: Pat White, PARKS & RECREATION DIRECTOR SUBJECT: The Director of Parks and Recreation, Pat White, has requested to procure a qualified contractor to provide and install 16 T-Hip Canti Shade Structures at Volanta Sports Park. He is requesting to rescind the original award and approve award to the second lowest bidder. AGENDA DATE: June 23, 2025 RECOMMENDED ACTION: To approve to rescind the award of Bid No. 25-030 Provide and Install 16 T-Hip Canti Shade Structures at Volanta Sports Park to Shade America, Inc., and to approve the award to the second lowest bidder, Great Southern Recreation for the not to exceed project cost of $187,298.00. City-provided materials necessary to complete project estimated $10,000.00. BACKGROUND INFORMATION: A service bid was issued on April 4, 2025, posted to the City of Fairhope's website, and published in Gulf Coast Media. Seven (7) responsive bids were received at the bid opening on April 24, 2025, at 10:00 a.m. A Notice of Award was presented to the lowest bidder Shade America Inc.; and the vendor has not submitted all required documentation. The Director of Parks and Recreation recommends to rescind the original award and award tot he second lowest responsive and responsible bidder. Their bid response price for the Lump Sum Bid was One Hundred Eighty-Seven Thousand Two Hundred Ninety- Eight Dollars ($187,298.00). City-provided materials necessary to complete project estimated $10,000.00. Previous Actions: Resolution No. 5444-25 Adopted by City Council on May 12, 2025 to approve award to Shade America, Inc for a not-to-exceed cost of $137,600.00. BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Page 243 of 291 Budget 001250- 50475 Recreation - Capital Improvements $250,000.00 $187,298.00 $62,702.00 001250- 50475 City Provided Materials Estimate $10,000.00 $52,702.00 GRANT: N/A LEGAL IMPACT: N/A FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: N/A Individual(s) responsible for follow up: N/A Action required (list contact persons/addresses if documents are to be mailed or emailed): N/A Page 244 of 291 RESOLUTION NO. ________ BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, as follows: [1] That on May 12, 2025 the City of Fairhope did award Shade America, Inc., (Bid No. 25-030), with the total bid proposal of $137,600.00, to provide and install 16 T- Hip Canti Shade Structure at Volanta Sports Park (Resolution No. 5444-25); and [2] A Notice of Award was presented to Shade America, Inc. and the vendor has not submitted all required documentation; and [3] After evaluating the bid proposals with the required bid specifications, the City of Fairhope now rescinds (Bid No. 25-030) from Shade America, Inc., and awards the bid to the second lowest responsive and responsible bidder, Great Southern Recreation for a not to exceed project amount of $187,298.00. ADOPTED ON THIS 23RD DAY OF JUNE, 2025 _______________________________ Jack Burrell, Council President Attest: _____________________________ Lisa A. Hanks, MMC City Clerk Page 245 of 291 Page 246 of 291 Page 247 of 291 Page 248 of 291 Page 249 of 291 Page 250 of 291 Page 251 of 291 Page 252 of 291 Page 253 of 291 Page 254 of 291 Page 255 of 291 Page 256 of 291 Page 257 of 291 Page 258 of 291 Page 259 of 291 Page 260 of 291 Page 261 of 291 Page 262 of 291 Page 263 of 291 Page 264 of 291 Page 265 of 291 Page 266 of 291 Page 267 of 291 Page 268 of 291 Page 269 of 291 RESOLUTION NO. 5444-25 BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, as follows : [1] That the City of Fairhope did request, receive , and open bids on (Bid Number 25- 030) to provide and install 16 T-Hip Canti Shade Structures at Volanta Sports Park for the Parks and Recreation Department. [2] At the appointed time and place , the following bids were opened and tabulated as follows : viiiiilar S111111 M1811C1, Inc .. : Y/Y :t137.ICID.DO : :, G.at Sout4111 R«tlllion : Y/Y l : 1117,211.DO : ..................................... : j unler.Plllns, .nc. a Kcr. KIi . NIY j : S,N.112.00 : Bi111s Constnaion CIIIJ)IIIJ,_ 1nc. .: Y/Y I l :1-,m.oo : Hm Connding. Sera · YIY I ;$112.417.00 : s.c .. stagner Colllrlc:q ~: Y/Y (Y.: :Sll4.51l .llD : : ......... NIY .......... ['(: [3] After ev aluating the bid proposals with the required bid specifications , Shade America, Inc . is awarded (Bid Number 25-030) as low bidder to provide and install 16 T-Hip Canti Shade Structures at Volanta Sports Park for a total not-to-exceed cost of $137 ,600.00 . [ 4] City provided materials necessary to complete project estimated under $10 ,000.00. Adopted on this 12th day of May, 2025 Attest: City Clerk Page 270 of 291 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2025-1612 FROM: Sherry Sullivan, Mayor Marcus McDowell, City Attorney SUBJECT: Temporarily suspend lease payment terms during July and August 2025 due to the impact of the ongoing waterfront revitalization program. The amended terms shall commence July 1, 2025 and terminate August 31, 2025. All terms not specifically amended herein shall remain in full force and effect. The original lease payment terms shall return to the agreed upon amounts starting September 1, 2025. AGENDA DATE: June 23, 2025 RECOMMENDED ACTION: That the City Council hereby authorizes Mayor Sherry Sullivan to temporarily suspend lease payment terms during July and August 2025 due to the impact of the ongoing waterfront revitalization program. The amended terms shall commence July 1, 2025 and terminate August 31, 2025. All terms not specifically amended herein shall remain in full force and effect. The original lease payment terms shall return to the agreed upon amounts starting September 1, 2025. BACKGROUND INFORMATION: BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget $___ $___ ($____) GRANT: LEGAL IMPACT: Page 271 of 291 FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: Individual(s) responsible for follow up: Action required (list contact persons/addresses if documents are to be mailed or emailed): Page 272 of 291 RESOLUTION NO. _____ BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, That the City Council hereby authorizes Mayor Sherry Sullivan to temporarily suspend lease payment terms during July and August 2025 due to the impact of the ongoing waterfront revitalization program. The amended terms shall commence July 1, 2025 and terminate August 31, 2025. All terms not specifically amended herein shall remain in full force and effect. The original lease payment terms shall return to the agreed upon amounts starting September 1, 2025. DULY ADOPTED THIS 23RD DAY OF JUNE, 2025 __________________________________ Jack Burrell, Council President Attest _________________________________ Lisa A. Hanks, MMC City Clerk Page 273 of 291 RESOLUTION NO. 5479-25 BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, That the Governing Body of the City of Fairhope hereby authorizes the Mayor to negotiate a resolution related to the temporary inconvenience of parking lot construction near or adjacent to the Blind Tiger. Said proposal shall be brought back to the City Council for ratification. DULY ADOPTED THIS 9TH DAY OF JUNE , 2025 Attest Page 274 of 291 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2025-1610 FROM: Pat White, PARKS & RECREATION DIRECTOR SUBJECT: That the City Council approve the Recreation Board's recommendation to accept the Fairhope HEAT Swim Team's proposal and use the fees that the City has in place, subject to review and approval from the City Staff. AGENDA DATE: June 23, 2025 RECOMMENDED ACTION: City Council Approval BACKGROUND INFORMATION: Fairhope HEAT Swim Team Proposed Lane Rental Space Recommendation, June 16, 2025. BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget $___ $___ ($____) GRANT: LEGAL IMPACT: FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: Individual(s) responsible for follow up: Action required (list contact persons/addresses if documents are to be mailed or emailed): Page 275 of 291 Jenny Opal Wilson From: Sent: To: Cc: Subject: Attachments: Lisa, Becky Barnard Tuesday, June 17, 2025 10:16 AM Lisa A. Hanks, MMC Jenny Opal Wilson; Pat White New Resolution to add to Council Agenda HEAT Swim Team Proposal.pdf At last night's Special Meeting with Rec Board and City Council the below motion was made, and we respectfully request this to be added to the next council agenda. Cathy Hudson made a motion to recommend to Council to accept HEAT Swim Team's proposal {see attached) and use the fees that the City has in place, subject to review and approval from City Staff, and 2nd by Mike Baugh, with Charlie Langham opposing. Becky Barnard Parks & Recreation Administrative Assistant 803 North Greeno Road Fairhope, Alabama 36532 (251) 928-7270 ext. 319 rebecca.barnard@fairhopeal.gov www.fairhopeal.gov 1 Page 276 of 291 Fai~hope HEAT Swim Team Proposed Lane Rental Space Recommendation June 16, 2025 -,.--_., ___ \ •-c __ ::::: ~ • _ -:.'f;~libit; ;:;~:'fJFff'i::i ,_ Page 277 of 291 4:30 4 :45 5:00 5:15 5:30 5:45 6:00 6:15 6:30 6:45 Original Proposed Lane Rental Schedule -Duri1Jg-H1gh Schooi Season Sept-Nov 7 HEAT Older Kids overtap (~ and Older) HEATLevel1 HEAT~evel2 8 9 Swim lessons After High School Season Sept -Nov -______________ _:;;c;c._c;c.cc= ____ _ Afte r High School Season 1 2 3 4 5 6 7 8 9 3:30 3:45 4:00 4:15 4:30 HEAT Older Kids 4:45 5:00 5:15 Swi m lesso ns 5:30 Overlap (2s and Older) 5:45 6:00 6:15 H~TLevel1 HEATLevel2 6:30 6:45 -"'===.......,,~""'"""-~--='""'=-="""=-""""""'=~~-=--=,§,If No Public Lanes Available "During High School Season" With This Proposal Page 278 of 291 New Proposed Lane Rental Schedule During High School Season Sept-Nov 4:15 4:30 4:45 5:00 5:15 5:30 HEAT Level 1 5:45 6:00 6:15 HEATLevel2 .-------L-------l 6:30 1--___ ov_e_rtap~.:...(2s_an_d_~__,)'---~ 6:45 7:00 Cl.) Cl.) Cl) "' ::, ::, -~ g ?:i .c, :, ::, Q. Q. ... ... .e .e Cl) Cl.) ?:i :i5 Ill Ill ::::: ::::: ~ ~ '<( '<( 9 Cl.) "' ::, g .c, ::, Q. ... .E? SWim lessons Cl.) :i5 Ill ::::: ~ '<( 7:15 7:30 7:45 Heat Level~ Pool aosed / Private School Rentals ~-------------'--------------~ 8:00 3:30 3:45 4:00 4:15 4:30 4:45 5:00 5:15 5:30 5:45 6:00 6:15 6:30 6:45 1 I 2 I HEAT Older Kids After High School Season Sept-Nov After High Schoo l Season 3 I 4 5 6 I Cl.) Cl.) Cl) Cl) ::, ::, ~ -~ .Q :a ::, :, Q. Q. ... ... .E? .e Overlap (2s and Older) Cl.) Cl.) ?:i :a HEATLevel 1 HEATLevel2 Ill Ill ::::: ::::: ~ ~ '<( '<( I I 7 8 I 9 Cl.) Cl) ::, ~ .Q :, Swim les son s Q. ... .e Cl.) :i5 Ill ::::: ~ '<( • HEAT would stay until 8 p.m . Monday through Thursday, unless there was a high school meet. No HEAT practice those days . • On Fridays, HEAT would leave the pool at 7 p.m. Will Work With Rec Center For Details on 7 -8 p.m. Hour Mondays -Thursdays Page 279 of 291 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2025-1608 FROM: Lisa Hanks, CITY CLERK SUBJECT: Application for Restaurant Liquor License by Scott Hudson, LIS 123 LLC, d/b/a The Bone and Barrel, 311 Fairhope Avenue, Fairhope, AL 36532. AGENDA DATE: June 23, 2025 RECOMMENDED ACTION: City Council Approval BACKGROUND INFORMATION: BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget $___ $___ ($____) GRANT: LEGAL IMPACT: FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: Individual(s) responsible for follow up: Action required (list contact persons/addresses if documents are to be mailed or emailed): Page 280 of 291 ,I \. CITY OF FAIRHOPE P.O. DRAWER 429 FAIRHOPE, AL 36533 251/928-2136 Revised 09/2013 ALCOHOLIC BEVERAGE LICENSE APPPLICATION PLEASE PRINT We hereby apply for a license to sell Alcoholic Beverages in the City of Fairhope or its Police Jurisdiction . We agree to abide by all applicable Ordinances of the City, or any amendments to same, and to promptly furnish all reports required by the City. / $ co+f APPLICANT'SNAME t.-/S /:l.3 Lk C _HI,,~~ SSN#_-__ ----- AGE_. _DATE OF BIRTH_ , _ ___ ~LACE OF BIRTH {!)i 1 (., ~ 1 ;n.,i • MAILING ADDREss lt? i 5Q..., Cv(411J)lf .f2@W1.,P 1 {)6f Ja , At. Slz2i9/1 HOME# __________ WORK# ___________ _ CELL#___ FAX# ____________ _ RESIDENCE ADDRESS l,f21:6'P--f2v_n,11P'lf OJ'U,U 1 12:f k ~ ,.,A L ,qJJ:'7'~ NO.YEARS AT PRESENT ADDREss -1-NO.YEARS AT PREVIOUS ADDRESS --- PREVIOUS ADDRESS ___________________ _ NAME AND ADDRESS OF BUSINESS ·:11:)e ~ (rQ £:ocr:s:~ ::3\ \ fu\r\,({te .~reo,1:e , \n~v\Y:p:e, Ai ✓ 2kbsZ NAME OF CORPORATION_U_S;__....o....J ,¥,.b _.....,"--_t-U;..:;.., -=------------- BUSINESS LOCATION '3 1( ~~rLt<., AL-3 6 5":i__(? HAS APPLICANT EVER HAD AN ALCOHOLIC BEVERAGE LICENSE BEFORE.~Yt.l...r ..... r __ _ 1F so. wHERE -rvf (' ~.,.l crett,1AL UNDER WHAT NAM( $c~\-\ua5(:n .. . L ~R V C--r,; ~ HAS APPLICANT EVER BEEN ARRESTED 1v'lJI • IF SO, WHERE. _______ _ WHEN. _____ WHATWAS CHARGE. _____________ _ DISPOSITION LIST THREE REFERENCES: NAME ADDRESS PHONE NUMBER ----Ai I; r, {';;t~;fl l N h :::,//1V\-- k.i '11\ __, L-J WJMII" Intl J/! I ~L- Page 281 of 291 City of Fairhope Alcoholic Beverage License Application Page-2- PLEASE SELECT TYPE OF LICENSE APPL YING FOR: Revised 09/2013 __ 011 -PACKAGE STORE LICENSE -Allows sale of liquor, wine, or beer at Retail, TO GO only. No one under age 21 allowed on premises. A liquor tax of 10% City Limits or 5% Police Jurisdiction is due the 10th of each month on the purchase price paid for all liquor for use or resale by the licensee. __ 010-LOUNGE LIQUOR LICENSE -Allows sale of liquor, wine, or beer for on and off consumption. No one under age 21 allowed on the premises. A liquor tax of 10% City Limits or 5% Police Jurisdiction is due the 10th of each month on the purchase price paid for all liquor for use or resale by the licensee. __ 031-CLUB LIQUOR LICENSE -Allows sale of liquor, wine, or beer but must meet ABC _L Board's "club" regulations. A liquor tax of 10% City Limits or 5% Police Jurisdldion Is due the 10th of each month on the purchase price paid for all liquor for use or resale by the licensee. 020 -RESTAURANT LIQUOR LICENSE -Allows sale of liquor, wine, or beer for on-premises consumption only and 51 % of gross receipts must come from the sale of food. A liquor tax of 10% City Limits or 5% Police Jurisdiction is due the 1 olh of each month on the purchase price paid for all liquor for use or resale by the licensee. 140 • SPECIAL EVENTS LICENSE __ 160 -SPECIAL RETAIL LICENSE-More than 30 days __ 040 -BEER ON/OFF PREMISES LICENSE -Allows sale of Beer Only, on and off consumption. __ 050 • BEER OFF-PREMISES LICENSE -Allows sale of Beer Only, TO GO only. __ 060 -WINE ON/OFF PREMISES LICENSE -Allows sale of Wine Only, on and off consumption. __ 070 -WINE OFF-PREMISES LICENSE -Allows sale of Wine Only, TO GO, only. 100 -WINE WHOLESALER LICENSE 210. WINE IMPORTER LICENSE 200 -WINE MANUFACTURER LICENSE 240 -NON-PROFIT TAX EXEMPT LICENSE 0 BE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE. DATE ' ~OTAPPROV NOT APPROVED By COUNCIL _C"""i-ty"""C.,..le_,.rk-DATE --- APPROVED BY COUNCIL_-,-___ DATE City Clerk --- •• The Chief of Police is only acquiring a background check on the owners, partners, or corporate officers of the business for the City of Fairhope. The Alabama Alcoholic Beverage Control Board does a thorough Federal and State background check before Issuing the License. Page 282 of 291 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2025-1605 FROM: Sherry Sullivan, Mayor SUBJECT: Appointment - Fairhope Airport Authority AGENDA DATE: June 23, 2025 RECOMMENDED ACTION: To appoint Ronald Holyfield to fill the unexpired term of Mitch Skrmetta. The term shall end March 31, 2021. BACKGROUND INFORMATION: BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget $___ $___ ($____) GRANT: LEGAL IMPACT: FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: Individual(s) responsible for follow up: Action required (list contact persons/addresses if documents are to be mailed or emailed): Page 283 of 291 AIRPORT AUTHORITY NOMINEE (S) 6-Year Term APPOINTMENTS . Ronald Holyfield to fill the unexpired term of Mitch Skrmetta The term shall end March 31, 2031 REAPPOINTMENTS . Page 284 of 291 APPLICATION FOR APPOINTMENT TO A CITY BOARD OR COMMITTEE City Council seeks to have diversity in making appointment to boards and committees. It is the policy of the City Council to make appointments based on the needs of the City as well as the interests and qualifications of each applicant. In accordance with the Code of Alabama, all applicants must be qualified electors and taxpayers in the City, excluding the Planning Commission. All applications filed with the City Clerk will be public record. First Name: Ronald Last Name: Holyfield Mobile Phone Number 2515542668 Phone Number: E-mail:* rholyfield@holyfieldcompany.com Home Address * Street Address 55 N Church St Address Line 2 City Fairhope, AL 36532 State/Province/Region AL Postal/Zip Code 36532 Country United States Business Address Street Address 2108 Airport Blvd Address Line 2 City Mobile State/Province/Region AL Postal/Zip Code 36606 Country United States Name of Board or Committee:* Airport Authority Education Background * University of South Alabama - Finance Professional Licenses and/or Associations * State certified real estate appraiser for Alabama R00634, Florida RD6168 and Mississippi RA-638 Alabama Home Builder License #28169 Page 285 of 291 Professional Experience * Real estate appraiser in Florida, Alabama and Mississippi for 30+ years. Work experience in land use management, project management and financial modeling with various real estate projects/developments. Civic Interests and/or Service Memberships * Eastern Shore Chamber of Commerce How do your qualifications best serve the needs of the community?* I have encountered a wide range of challenges and opportunities in the real estate industry over the past 30+ years. With my extensive background in real estate appraisal across Florida, Alabama, and Mississippi, plus expertise in land use management, project management, and construction management, my talents would be well suited for the future growth of the airport. Resume You may attach a resume with this application. [PDF Only} RH Resume.pdf 43.87KB Signature Page 286 of 291 Page 287 of 291 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2025-1606 FROM: Sherry Sullivan, Mayor SUBJECT: Appointment - Personnel Board AGENDA DATE: June 23, 2025 RECOMMENDED ACTION: City Council to appoint Stephanie Sandefur to the Personnel Board for a 5-Year Term. The term shall end December 2030. BACKGROUND INFORMATION: BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget $___ $___ ($____) GRANT: LEGAL IMPACT: FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: Individual(s) responsible for follow up: Action required (list contact persons/addresses if documents are to be mailed or emailed): Page 288 of 291 PERSONNEL BOARD NOMINEE 5-Year Term APPOINTMENTS Stephanie Sandefur REAPPOINTMENTS The term shall end December 2030 Page 289 of 291 City Council seeks to have diversity in making appointment to boards and committees. It is the policy of the City Council to make appointments based on the needs of the City as well as the interests and qualifications of each applicant. In accordance with the Code of Alabama, all applicants must be qualified electors and taxpayers in the City, excluding the Planning Commission. All applications filed with the City Clerk will be public record . First Name: Stephanie Last Name: Sandefur Mobile Phone Number 2S12591653 E-mail:* stephsandefur@gmail.com Home Address • Street Address 8569 Gale Rowe Lane Address Line 2 Fairhope, AL 36532 City Fairhope Postal/Zip Code 36532 Business Address Street Address 11 N Section Street Address Line 2 Fairhope, AL 36532 City Fairhope Postal/Zip Code 36532 Name of Board or Committee :• Personnel Board Education Background • Bachelors of Science in Art Education from University of GA 1999 Professional Licenses and/or Associations • Phone Number: State/Province/Region AL Country United States State/Province/Region AL Country United States Page 290 of 291 Alabama Real Estate License Since 2014 Member ofThe Alabama Real Estate Association, Baldwin Realtor and National Association of Realtors Member of the Attainable Housing Commitee with Baldwin Realtor Association Professional Designations: BCCS( Baldwin Counter Certified Specialist, AHWD( At Home With Diversity Professional Experience * My college degree is in Education and taught Art at Miller Magnet School (GA), The Georgia Childrens Museum ( GA), Mt Pisgah ( GA) and Spanish Fort Elementary School ( AL) Since 2014, I have been a Licensed Real Estate Professional with Fairhope Realty Group ( FRG) which is now Bellator Real Estate in Downtown Fairhope. In addtion to selling Real Estate full time, I also create commission based paintings as well as donate art to local charities. Civic Interests and/or Service Memberships * Volunteer Tutor with South Baldwin Literacy Council-Ruff Wilson Center and Rotary Club-Present Community Outreach Commitee through Baldwin Realtor Association-2022-2024 Attainable Housing Commitee through Baldwin Realtor Association-Present Bellator AAC Community Service chair, VP, Secretary 2021-2024 How do your qualifications best serve the needs of the community?* With a professional background in both art education and real estate, I bring a unique blend of creativity, communication, and practical problem- solving to the Personnel Board . My active involvement in community outreach and local committees -particularly those focused on housing equity-reflects my deep commitment to fairness, transparency, and serving all residents of Fairhope as well as Baldwin County. I understand how vital it is for a city to have not only qualified public employees but also a workplace culture grounded in equity, representation , and opportunity. My experience navigating both educational systems and housing markets equips me to thoughtfully assess policy, advocate for ethical practices, and ensure that personnel decisions support a thriving, inclusive community. Resume You may attach a resume with this application . [PDF Only} Signature Page 291 of 291