Loading...
Agenda 03-21-23The City of Boynton Beach City Commission Agenda Tuesday, March 21, 2023, 6:00 PM City Hall Commission Chambers Boynton Beach City Commission Mayor Ty Penserga (At Large) Vice Mayor Angela Cruz (District 1) Commissioner Woodrow L. Hay (District 11) Commissioner Thomas Turkin (District III) Commissioner Aimee Kelley (District IV) Daniel Dugger, City Manager Michael Cirullo, City Attorney Maylee DeJesus, City Clerk *Mission* To create a sustainable community by providing exceptional municipal services, in a financially responsible manner. MOMIF www. boynton-beach.org Page 1 of 812 Welcome Thank you for attending the City Commission Meeting General Rules & Procedures for Public Participation at City of Boynton Beach Commission Meetings The Agenda: There is an official agenda for every meeting of the City Commissioners, which determines the order of business conducted at the meeting. The City Commission will not take action upon any matter, proposal, or item of business, which is not listed upon the official agenda, unless a majority of the Commission has first consented to the presentation for consideration and action. • Consent Agenda Items: These are items which the Commission does not need to discuss individually and which are voted on as a group. • Regular Agenda Items: These are items which the Commission will discuss individually in the order listed on the agenda. • Voice Vote: A voice vote by the Commission indicates approval of the agenda item. This can be by either a regular voice vote with "Ayes & Nays" or by a roll call vote. Speaking at Commission Meetings: The public is encouraged to offer comment to the Commission at their meetings during Public Hearings, Public Audience, and on any regular agenda item, as hereinafter described. City Commission meetings are business meetings and, as such, the Commission retains the right to impose time limits on the discussion on an issue. Public Hearings: Any citizen may speak on an official agenda item under the section entitled "Public Hearings." Public Audience: Any citizen may be heard concerning any matter within the scope of the jurisdiction of the Commission - Time Limit - Three (3) Minutes. Regular Agenda Items: Any citizen may speak on any official agenda item(s) listed on the agenda after a motion has been made and properly seconded, with the exception of Consent Agenda Items that have not been pulled for separate vote, reports, and presentations. - Time Limit - Three (3) Minutes. Addressing the Commission: When addressing the Commission, please step up to either podium and state your name for the record. Decorum: Any person who disputes the meeting while addressing the Commission may be ordered by the presiding officer to cease further comments and/or to step down from the podium. Failure to discontinue comments or step down when so ordered shall be treated as a continuing disruption of the public meeting. An order by the presiding officer issued to control the decorum of the meeting is binding, unless over -ruled by the majority vote of the Commission members present. Please turn off all cellular phones in the City Commission Chambers while the City Commission Meeting is in session. The City of Boynton Beach encourages interested parties to attend and participate in public meetings either in-person or via communications media technology online. To view and/or participate in the City Commission meeting online you have the following options: 1. Watch the meeting online, but not participate: Page 2 of 812 You may watch the meeting via the GoToWebinar platform. Visit the City's website at www.boynton-beach.org to access the up-to-date link to the meeting. 2. Watch the meeting online and provide public comment during the meeting: To request to speak during the meeting, you can electronically "raise your hand" or type a question using the GoToWebinar platform. The meeting moderator will announce when it is your turn to speak or have your question addressed. Please note that time limits will be enforced so comments must be limited to no more than 3 minutes. For additional information or for special assistance prior to the meeting, please contact Mavlee De Jesus, City Clerk at cityclerk@bbfl.us or (561) 742-6061. Page 3 of 812 Openings A. Call to Order - Mayor Ty Penserga Roll Call Invocation by Pastor Amalie Ash, First Presbyterian Church. Pledge of Allegiance to the Flag led by Mayor Penserga. City Clerk announces certification of Supervisor of Elections' Election Results from the March 14, 2023 Municipal Election. Swearing In of Aimee Kelley as Commissioner District IV, by the Honorable Judge Sherri Collins. Agenda Approval: 1. Additions, Deletions, Corrections 2. Adoption 2. Other A. Informational items by the Members of the City Commission. 3. Announcements, Community And Special Events And Presentations A. Proclaim that a Runoff Election will be held in the City of Boynton Beach, Palm Beach County, Florida, on the 28th day of March 2023, to elect the one Commissioner from District 2 to serve a three-year term expiring in March 2026. The voting hours are between 7:00 A.M. and 7:00 P.M. on said date. B. Proclaim March 31, 2023 as The Lord's Place SleepOut Homelessness Awareness Day. Calvin Phillips, Vice President of Housing Services for The Lord's Place, will accept the proclamation. C. Proclaim Friday, March 24, 2023 as Path to College Turn the Tables: Career and Internship Expo Day. Christina Romelus, Director of Programs for Pathway to College, will accept the proclamation. D. Proclaim the month of March as Let's Move Palm Beach County Month. Wil Romelus from Digital Vibez, Inc. will accept the proclamation. E. Announce Boynton Beach Gold Coast Band's "Out of This World" concert on Sunday, March 26, 2023, starting at 3:00 P.M. The Band will perform at the First Baptist Church located at 301 N. Seacrest Blvd. Tickets are $10.00 and free for children 12 years of age or younger. To purchase tickets visit goldcoastband.org or at the door the day of the concert. F. The Development Services Department would like to announce the first Pop Up Permit Event taking place on March 22, 2023 from 6:OOPM to 7:30PM at the City Hall Community Room (Room 115). The event will focus on SagesGov training, face-to-face questions, and customers will also be able to take advantage of on -the -spot services such as permit status updates and notary services. G. Mayor and Commission to recognize representatives from the Joe DiMaggio Children's Health Specialty Center for donating $5,000, as the 2023 Magic Wheels and Special Deals event Title Sponsor and Chariots of Love representatives, for their contribution to design and build the "Magic Wheels" for 11 year old Giovanni. Page 4 of 812 Justin Johnson, Recreation and Parks Marketing & Outreach Manager to provide a recap of the Magic Wheels & Special Deals and Barrier Free 5K events. 4. Public Audience Individual Speakers Will Be Limited To 3 Minute Presentations (at the discretion of the Chair, this 3 minute allowance may need to be adjusted depending on the level of business coming before the City Commission) 5. Administrative A. Appoint eligible members of the community to serve in vacant positions on City Advisory Boards. 6. Consent Agenda Matters in this section of the Agenda are proposed and recommended by the City Manager for "Consent Agenda" approval of the action indicated in each item, with all of the accompanying material to become a part of the Public Record and subject to staff comments A. Approve the Piggy -back of the State of Florida Alternate Contract #43211500-W SCA -15 -ACS for the purchase of Dell workstations, Monitors, and accessories from Dell Marketing LP of Round Rock, TX in an amount not to exceed $77,116.52. This contract complies with the competitive bidding process set forth in the City's Procurement Policy. B. Accept this quarterly Budget Status Report for the General Fund and the Utilities Fund for the 3 - month period which ended December 31, 2022, for FY2022-23 (Unaudited). C. Proposed Resolution No. R23-032- Approve Budget Amendment in the amount of $608,000 for the Utility Fund which entails allocation of fund balance and appropriation for payment/contribution of the City's portion the South -Central Regional Wastewater (SCRWW) Interlocal Agreement for the deep well injection project. D. Proposed Resolution No. R23-033- Approve and authorize the Mayor to sign a Low-income Household Water Assistance Program (LI HWAP) vendor agreement with Palm Beach County to allow City of Boynton Beach water customers, that qualify under the program, to receive financial assistance towards their water and waste water payments. E. Accept the written report to the Commission for purchases over $10,000 for the month of February 2023. F. Approve minutes from the March 9, 2023 City Commission Meeting. 7. Consent Bids And Purchases Over $100.000 A. Approve piggybacking the National Purchasing Co -Operative BuyBoard contract # 698-23 for the purchase of uniforms for Police and Fire with Gall's. Estimated annual purchase is $250,000. The BuyBoard procurement process satisfies the City's competitive bid requirements. B. Approve utilizing Sourcewell contract # 042021 -MOT with Express Radio for the purchase of Motorola products with an estimated annual expenditure of $140,000. The State of Minnesota procurement process satisfies the City's competitive bid requirements. C. Proposed Resolution No. R23-034- Approve and authorize the City Manager to sign a Piggy- back Agreement utilizing the Palm Beach County term contract #22041 (Solicitation #22-041/MB) dated March 14, 2023 through March 13, 2024 with Aquifer Maintenance and Performance Systems, Inc. (AMPS, Inc.) This contract will be utilized for well rehabilitation services, with an estimated annual expenditure of up to $500,000. D. Approve utilizing the Palm Beach County term contract # 2209OR (Solicitation #22-090R/MB) dated December 11, 2022 through December 10, 2023 with Morton Salt, Inc. The contract will be utilized for the purchase of sodium chloride, with an estimated annual expenditure of $200,000. Page 5 of 812 E. Approve the one-year extension for RFPs/Bids and/ or piggy -backs for the procurement of services and/or commodities over $100,000 as described in the written report for March 21, 2023 - "Request for Extensions and/or Piggybacks." 8. Public Hearing 6 p.m. or as soon thereafter as the agenda permits. The City Commission will conduct these public hearings in its dual capacity as Local Planning Agency and City Commission. A. Approve New Site Plan and New Master Plan for Miraflor Apartments to allow for the construction of a multifamily residential development consisting of 58 rental apartments within five (5), two/three- story structures with associated residential improvements on 3.87 acres, located on the west side of North Seacrest Blvd. across from Mentone Rd. in the IPUD zoning district. Applicant: Javier Cappelleti, Miraflor Palm Beach, LLC. 9. City Manager's Report - None 10. Unfinished Business A. Continue discussion on adding a Sister City in Ukraine. 11. New Business A. Approve the use of ARPA funding in the amount of $775,000 to pay for capital items needed to outfit the auditorium in the Arts & Cultural Center and to purchase equipment and furniture for the Woman's Club. B. Proposed Resolution No. R23-035- Approve and adopt the Recreation & Parks Department System Master Plan. 12. Legal - None 13. Future Agenda Items A. Consider revised local rules for approval. - TBD B. Discussion regarding American Rescue Plan Funds, requested by Mayor Penserga - TBD C. Discussion regarding installing a coral reef at Oceanfront Park, requested by Commissioner Turkin - TBD D. Review Advisory Board Ordinance, requested by Commissioner Kelley. - TBD E. Discussion regarding future cemetery lots in Boynton Beach, requested by Commissioner Hay -TBD F. Discussion for Ordinance regarding tints for paraphernalia shops, requested by Commissioner Turkin - TBD G. Look into lowering or waiving arts impact fees for small businesses, requested by Commissioner Turkin- TBD H. Discussion regarding changing minimum requirements for traffic studies, requested by Commissioner Turkin- TBD I. Update regarding speedbumps throughout the City, requested by Commissioner Turkin-TBD J. Discussion regarding bringing more jobs to the City at former ToysRUs site, requested by Commissioner Turkin.- TBD 14. Adjournment Page 6 of 812 Notice If a person decides to appeal to any decision made by the City Corrnrrission with respect to any matter considered at this meeting, He/She will need a record ofthe proceedings and, for such purpose, He/She may need to ensure that a verbatim record ofthe proceedings is made, which record includes the testinwny and evidence upon which the appeal is to be based. (F.S. 286.0105) The city shall furnish appropriate auxiliary aids and services where necessary to afford an individual with a disability an equal opportunity to participate in and enjoy the benefits of a service, program or activity conducted by the city. Please contact the City Clerk's office, (561) 742- 6060 or (TTN) 1-800-955-8771, at least 48 hours prior to the program or activity in order for the city to reasonably accommodate your request. Additional agenda items may be added subsequent to the publication ofthe agenda on the city's web site. Infomration regarding items added to the agenda after it is published on the city's web site can be obtained from the office of the City Clerk. Page 7 of 812 1.A. Opening Items 3/21/2023 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 3/21/2023 Requested Action by Commission: Call to Order - Mayor Ty Penserga Roll Call Invocation by Pastor Amalie Ash, First Presbyterian Church. Pledge of Allegiance to the Flag led by Mayor Penserga. City Clerk announces certification of Supervisor of Elections' Election Results from the March 14, 2023 Municipal Election. Swearing In of Aimee Kelley as Commissioner District IV, by the Honorable Judge Sherri Collins. Agenda Approval: 1. Additions, Deletions, Corrections 2. Adoption Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Page 8 of 812 Attachments: Ty pe Altac h IITH'Ill Description Official [ReSUKS froirn 03 114 2023 Election Page 9 of 812 2023 Uniform Municipal Election The Supervisor of Elections for Palm Beach County hereby certifies the following Municipality: City of Boynton Beach: .I7, , Il d tttiot Il a!,irton caa[,� (Vot& F ter° 1) partledpatl" NecdnctsReporting, 717 AL r+salm i Deegifis Ch dce trtbodrm L H&V P tCst r 124% is t Jogtmond 18,30% acp mccf6y 41066/6 aermwd Wright $130% Cite 16°'')I'tttrk"t 4, GiItaot^l IVote IFttd° 1) arti dpatr'nt drrec{ructs 9"rting,10110r'&-Wr°r t Vvlfs ch'cdce Daviacyl d"arrCu Alm** Kafley Torn ftmnt t* pvmlt 911,96fa ".64% 26=4/16 Vtt6, r, Be Ole 262 ttiF� STATE OF FLORIDA COUNTY OF PALM BEACH I, WENDY SARTORY LINK, SUPERVISOR OF ELECTIONS, HEREBY CERTIFY THAT THIS IS A TRUE AND CORRECT COPY OF THE RECORDS ON FILE IN THIS OFFICE. WITNESS MY HANDAND SEAL, THIS JLPDAY OF ,20 WENDY SARTORY LINK SUPERVISOR OF ELECTIONS PALM BEACH GO,? L R1 BY-, U1, "._. 240 South M ll u0'T ll, West, PMI Bach, FL 3F415 fl Post Office Box FFFPF, West Pala Beach, FL 33416 Telephone, 501,656M6200 i Fox Number: 561,650,62 F Page 10 of 812 A i I,. g m I" ro U U J ani Q ca � C LU O � 4- W M 0 O Z m m CL w d 2 4-J rn a U O N U O m C m .V OO ++ .� ca G CL Go C ^C Co E ao s O U -C A >� U) c .2�" Flo -0 2 ilnfll fu U U Q 0) A i I,. g m I" ro ani m M U m O .r— U) U) m A i I,. g m I" ro ani U O C:L 0 m I I co CL 10 Lf, r c C0 is c 99 CD k LID 0 co co m I I co CL @ , g » k � 2 \ @ O 0 + f m � 2 \ @ O 2 » q � 2 \ 3.A. Announcements, Community and Special Events and Presentations 3/21/2023 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 3/21/2023 Requested Action by Commission: Proclaim that a Runoff Election will be held in the City of Boynton Beach, Palm Beach County, Florida, on the 28th day of March 2023, to elect the one Commissioner from District 2 to serve a three-year term expiring in March 2026. The voting hours are between 7:00 A.M. and 7:00 P.M. on said date. Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Ty pe D Proclairnallioin Description C:"rodla: ffiia tioin IMu.aiiniralipal Runoff If.:::::llectlioin Page 17 of 812 Proclamation I, Ty Penserga, Mayor of the City of Boynton Beach, Florida, do hereby proclaim that a Runoff Election will be held in the City of Boynton Beach, Palm Beach County, Florida, on the 28th day of March 2023, to elect the one Commissioner from District 2 to serve a three-year term expiring in March 2026. The voting hours are between 7:00 A.M. and 7:00 P.M. on said date. Polling places are hereby designated as follows: Precinct 1515 & 1516 Boynton Beach High School 4975 Park Ridge Blvd. Precinct 1525 Intracoastal Park Clubhouse 2240 N. Federal Hwy. Precinct 1537 Temple Beth Kodesh 501 NE 26th Ave. Precinct 1538 Village Royale on the Green 2501 N E 1 st Ct. Precinct 1539 & 1540 Carolyn Sims Center 225 NW 12th Ave. Ty Penserga, Mayor ATTEST: Maylee De Jes6s, MMC, City Clerk 3.B. Announcements, Community and Special Events and Presentations 3/21/2023 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 3/21/2023 Requested Action by Commission: Proclaim March 31, 2023 as The Lord's Place SleepOut Homelessness Awareness Day. Calvin Phillips, Vice President of Housing Services for The Lord's Place, will accept the proclamation. Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Type Description D PirrodlairnafioirPiiroclairriallion... SIIeej,,) but 2023 Page 19 of 812 f)roelamafion WHEREAS, homelessness is a serious social and economic issue impacting all levels of our society. The City of Boynton Beach and The Lord's Place recognize that all people deserve respect and a place to call home; and WHEREAS, the City of Boynton Beach and The Lord's Place are partners in providing that respect and pathway to a brighter future for men, women, and families who are homeless in our community; and WHEREAS, the City of Boynton Beach extends its appreciation to The Lord's Place for its leadership on this critical social issue and its wide array of successful programs and services changing the lives of the homeless one life at a time; and WHEREAS, The Lord's Place will hold its 16th Annual SleepOut to end homelessness on Friday, March 31 through Saturday, April 1, 2023, at Roger Dean Chevrolet Stadium in Jupiter. The Lord's Place and the City of Boynton Beach recognize the many community members supporting SleepOut, including The Honorable Ann Brown; and WHEREAS, the mission of The Lord's Place is to "break the cycle of homelessness by providing innovative, compassionate, and effective Services to men, women, and children in our community." NOW THEREFORE, I, Mayor of the City of Boynton Beach, Florida, do hereby proclaim March 31, 2023, as: The Lord's Place SleepOut to End Homelessness Awareness Day IN WITNESS WHEREOF, I have hereunto set my hand and cause the Seal of the City of Boynton Beach, Florida, to be affixed at Boynton Beach Florida, the 21" day of March, Two Thousand Twenty -Three. Ty Penserga, Mayor ATTEST: Maylee De Jesus, MMC, City Clerk 3.C. Announcements, Community and Special Events and Presentations 3/21/2023 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 3/21/2023 Requested Action by Commission: Proclaim Friday, March 24, 2023 as Path to College Turn the Tables: Career and Internship Expo Day. Christina Romelus, Director of Programs for Pathway to College, will accept the proclamation. Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Ty pe D C:'irocllairnna'fioir Description f::"irodlamallia: i n li::1atlh to College Turn the TaIble& C:Manreeir and II irnleirirnslhilp li::: xpo I[)ay Page 21 of 812 f)roelamafion WHEREAS, the City of Boynton Beach takes special notice and acknowledges exceptional organizations that help residents who live, work and play within the jurisdiction; and WHEREAS, in 2017 Path to College was founded with the mission is to expand minds and ignite potential and helps the most overlooked students in our county get into the best colleges with the best scholarships; and WHEREAS, Path to College in partnership with the City of Boynton Beach and CareerSource Palm Beach County will host the 2nd annual Turn the Tables: Career & Internship Expo, a county -wide initiative that focuses on exposing local high school and college students to internship and career opportunities with an emphasis on STEM careers; and WHEREAS, Path to College invites all residents to join us on Friday, March 24th 2023 at the Boynton Beach Arts and Cultural Center from 9 A.M.-5 P.M. to meet dozens of employers and hear from panelists ranging from companies in the Health Tech industry like Modernizing Medicine to the Energy industry like Florida Power and Light. NOW THEREFORE, I, Mayor of the City of Boynton Beach, Florida, do hereby proclaim March 24, 2023, as: Path to College Turn the Tables: Career and Internship Expo Day IN WITNESS WHEREOF, I have hereunto set my hand and cause the Seal of the City of Boynton Beach, Florida, to be affixed at Boynton Beach Florida, the 21" day of March, Two Thousand Twenty -Three. Ty Penserga, Mayor ATTEST: Maylee De Jesus, MMC, City Clerk 3.D. Announcements, Community and Special Events and Presentations 3/21/2023 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 3/21/2023 Requested Action by Commission: Proclaim the month of March as Let's Move Palm Beach County Month. W it Romelus from Digital Vibez, Inc. will accept the proclamation. Explanation of Request: Let's Move: a Commit to Change Physical Activity Challenge motivates Palm Beach County residents to take charge of their health, physically and mentally. This initiative is led annually by Digital Vibez, Inc. and the Palm Health Foundation. How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Type Description D Pirocllairnatlioir"n I.::"iroclaiiTiatioin... II....et',°:.; Move RBC IMonth Page 23 of 812 f)roelamation WHEREAS, the City of Boynton Beach takes special notice and acknowledges exceptional organizations that help residents who live, work and play within the jurisdiction; and WHEREAS, in 2010 Digital Vibez was founded to reach out to underserved youth in Palm Beach County by empowering them through dance fitness, technology and the arts; and WHEREAS, Digital Vibez, Inc. and Palm Health Foundation present the annual challenge, which takes place annually from March 1-31 and encourages individuals within and beyond Palm Beach County to take charge of their health by participating in fun fitness exercises; and WHEREAS, The Let's Move initiative was originally introduced on a national level, by First Lady Michelle Obama in 2010, with the goal of decreasing childhood obesity throughout the United States due to the fact that nearly one in three children in the United States are overweight or obese and if this problem persists, 1/3 of all children born in 2000 or later will suffer from diabetes at some point in their lives, or will face other obesity -related health problems such as heart disease, high blood pressure, asthma and cancer; and WHEREAS, Digital Vibez and the Palm Health Foundation invite all residents to take the challenge to MOVE by forming teams, registering online, committing to exercising for at least 30 minutes a day throughout the month of March, and logging their minutes on the Let's Move website, www.letsmovePBC.org. In 2012, Palm Beach County logged 100,000 minutes in the first year of the challenge and we have met the challenge each year since, rising in 2021 to over 59 million minutes logged! NOW THEREFORE, I, Ty Penserga, Mayor of the City of Boynton Beach, Florida, do hereby proclaim the month of March, Two Thousand Twenty -Three as: bof 5 Move palm boaeh Country .month IN WITNESS WHEREOF, I have hereunto set my hand and caused the Seal of the City of Boynton Beach, Florida, to be affixed at Boynton Beach, Florida, the 21't day of March, Two Thousand Twenty -Three. Ty Penserga, Mayor ATTEST: Maylee De Jesus, MMC, City Clerk 3.E. Requested Action by Commission: Announce Boynton Beach Gold Coast Band's "Out of This World" concert on Sunday, March 26, 2023, starting at 3:00 P.M. The Band will perform at the First Baptist Church located at 301 N. Seacrest Blvd. Tickets are $10.00 and free for children 12 years of age or younger. To purchase tickets visit goldcoastband.org or at the door the day of the concert. Explanation of Request: The Boynton Beach Gold Coast Band will take you on a musical journey that is "Out of This World" when they take the stage for their next concert Sunday, March 26, 2023 at 3:00 P.M at the First Baptist Church, 301 N. Seacrest Blvd. in Boynton Beach. Under the musical direction of Barbara Rubenstein you will hear music from Gustav Holst's "The Planets", "Space Camp", "E.T." and "Star Wars" by John Williams, familiar classics like "Over the Rainbow" and "Swinging On a Star", plus so much more. Our vocalist, Donna Singer will entertain with "Fly Me to the Moon". Get your tickets for this amazing musical adventure online at www.goldcoastband.org or at the door. Tickets are $10.00 and children under 12 are free. How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Page 25 of 812 Type A ftac h IITIENI� n I Description Conceirt Adveirtiseirneir-A Page 26 of 812 A,()()ANON W CONM DAM)". w r.)', ", i, il"', each gold' Page 27 of 812 3. F. Requested Action by Commission: The Development Services Department would like to announce the first Pop Up Permit Event taking place on March 22, 2023 from 6:OOPM to 7:30PM at the City Hall Community Room (Room 115). The event will focus on SagesGov training, face-to-face questions, and customers will also be able to take advantage of on -the -spot services such as permit status updates and notary services. Explanation of Request: The Development Services Department would like to announce the first Pop Up Permit Event taking place on March 22, 2023 from 6:OOPM to 7:30PM at the City Hall Community Room (Room 115). The event will focus on SagesGov training, face-to-face questions, and customers will also be able to take advantage of on -the -spot services such as permit status updates and notary services. How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Page 28 of 812 3. G. Requested Action by Commission: Mayor and Commission to recognize representatives from the Joe DiMaggio Children's Health Specialty Center for donating $5,000, as the 2023 Magic Wheels and Special Deals event Title Sponsor and Chariots of Love representatives, for their contribution to design and build the "Magic Wheels" for 11 year old Giovanni. Justin Johnson, Recreation and Parks Marketing & Outreach Manager to provide a recap of the Magic Wheels & Special Deals and Barrier Free 5K events. Explanation of Request: The City of Boynton Beach Recreation & Parks Department hosted the annual Joe DiMaggio Children's Health Specialty Center Magic Wheels & Special Deals event. At this time, the City of Boynton Beach would like to acknowledge Joe DiMaggio Children's Health Specialty Center for its donation as the event's title sponsor, Chariots of Love for their construction of this year's Magic Wheels and the Greater Boynton Beach Foundation and the Broward, Palm Beaches & St. Lucie Realtors group for hosting the Barrier Free 5K that supports Congress Avenue Barrier Free Park. How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Page 29 of 812 5.A. Administrative 3/21/2023 Requested Action by Commission: Appoint eligible members of the community to serve in vacant positions on City Advisory Boards. Explanation of Request: The attached list contains vacancies on the various Advisory Boards, with the designated Commissioner having the responsibility for the appointment to fill each vacancy. How will this affect city programs or services? Appointments are necessary to keep City Advisory Boards full and operating as effectively as possible. Fiscal Impact: There is no fiscal impact to the budget for this item. Alternatives: Allow vacancies to remain unfilled. Strategic Plan: Building Wealth in the Community Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Ty pe D Attachimeint D Attachmeint Description Ippolintirnernts a. ndpplllicr. int,s foie 3...21...23 w.0 awoirr�:��ki, Beirir"naird IRecireatiioin and IFlairlks Board Page 30 of 812 Advisory Board Vacancies as of March 21, 2023 Building Board of Adjustment and Appeals IV Kelley Alternate 1 -year term Applicants: None Education and Youth Advisory Board IV Kelley Student 1 -year term Mayor Penserga Student 1 -year term Applicants: None Historic Resources Preservation Board Mayor Penserga Alternate 1 -year term Applicants: None Library Board Mayor Penserga Alternate 1 -year term Vice Mayor Cruz Alternate 1 -year term Applicants: None Recreation and Parks Board III Turkin Alternate 1 -year term Applicant: Bernard Jaworski Page 31 of 812 Stainzioine,'Tammy . . ........ .... .. . . ... . From,: City Clerk Sent: Monday, March 06, 2023 7:2AM To: Stan zion e, Tarnrny; De )esus, Maylee Subject- FW: Advisory Boaj,rd Appointment appification F'rom: bernardjawprski <norelp l:iy@123fornibLjilder.coiii> Sent: Sunday, March 5, 2023,91:40AM To: City Oerk <CityClerk@bbfI.us> Subject: Advisory Board Appointment application Today's date Name bernard jaworski Phone number Addiress 29 coloniat club drive boyinton beach fl 33435 United States Email bernardiaworskiii fronfier.corn Current occupation or, if superintendent of parks retired, prior occupation Education 16 yrs Are you a registered voter? Yes \/ Do you reside withiin the Yes Boynton BCity limits? Do you own/manage a business No within City 111mits? Rrnaffi��� Are you currently serving on a No City board? .-lave you servied on a City y(O Woard in the past? Have you ever been convicted of a crime? if "yes", when, and where? in rt parks and gollif Advisory Board Recreaflon & Parks Board If appioiinted by the City Y Commission to seirve as Board I Page 32 of 812 Chair or Vice Chair are you willing to serve in this capacity? Personal Qualifications 26 hirs experience service in the artriy professional Memberships none now Feel free to, attach/upload an extra sheet or resume. Certification 1, the applicant, hereby cerfify that the statements and answers providled herein are true and accurate. I understand that, if apipointed�, any fails e statements, may be cause for rernoval from a board. The niessage has been sent frorri, 66.229,220,248 (United States) at 2023-03-01-5 091-39M on, Safad 13,1,2 Entry IID� 6O3 Referrer. LLLIrps,/ asittees Fonn Host: l " -[?L n11'�L3ZsqL..hpAL ITA noiiiituirat eiit-.z.pLl.l.ii.c...a—tro.r- Page 33 of 812 M Consent Agenda 3/21/2023 Requested Action by Commission: Approve the Piggy -back of the State of Florida Alternate Contract #43211500-W SCA -15 -ACS for the purchase of Dell workstations, Monitors, and accessories from Dell Marketing LP of Round Rock, TX in an amount not to exceed $77,116.52. This contract complies with the competitive bidding process set forth in the City's Procurement Policy. Explanation of Request: Contract Period: September 30, 2015 — July 31, 2023 Over the last several years, the I.T.S. Department has implemented a computer replacement program within the Capital Improvement Budget to keep the City's computing environment up to date with current needs. This purchase will replace computers that are a minimum of 4 years and older, or that no longer meet the minimum technical requirements for employee workload. The State of Florida contract complies with the City of Boynton Beach's competitive bid requirements. How will this affect city programs or services? Many enterprise applications such as GIS, Video Surveillance, and Document Imaging require higher end PC's. The up-to-date PC's will increase efficiency in internal business operations by providing an appropriate hardware/ software combination. Fiscal Impact: Funding was approved and is available in the CI P budget for fiscal year 2022/2023 under the following account numbers; 303-4101-580.52-20 $12,200.61 303-4101-580.64-15 $64,915.91 Project I T1811 for an amount not to exceed $77,116.52. Alternatives: The City could issue its own bid request. Strategic Plan: Building Wealth in the Community, High Performing Organization Strategic Plan Application: This computer replacement will serve to build and maintain `Wealth in the Community' and support our 'High Performing Organization' by protecting the City's investment in technology infrastructure. Not replacing the computer equipment and infrastructure in a timely manner could have a negative impact on the security and reliability of the City's computing environment, and in turn the services provided to the community. Climate Action Application: Page 34 of 812 Is this a grant? Grant Amount: Attachments: Type D QLAOtElS D Contract D Addeinduirn D Airneindirneint Description I )ell Q.mte WSCA NASF:10 IMasteer Agireeimeiri(Aw,,aird �l..) IE II.....II..... State of IF lorida Addeinduirn �F lorida ID MS Contrad. Airneindirneint 15 Page 35 of 812 Subtotal (135) IL euot Estimated Shipping Total Thank you, Charles Stevens. We've emailed your cart to your list of recipients. Details 2023 Computer Rollout - Revised Quote number # 3000143496421 Created February 6, 2023 Expires March 8, 2023 Created by stevensc@bbfl.us Authorized buyer Charles Stevens Order contact Charles Stevens City of Boynton Beach Contract Code: COD0000010853 Customer agreement number: MNWNC-108 / 43211500-WSCA- 15-ACS Phone number: (561) 742-6079 Additional:: stevensc@bbfl.us Billing information ITS DEPT CITY OF BOYNTON BEACH 100 E OCEAN AVE, BOYNTON BEACH, FL, 33435-4515 Customer number: 861622 Phone number: (561) 742-6080 Additional:: stevensm@bbfl.us Tax exemption am not tax exempt Shipping $77,101.49 $0.00 $77,101.49 X Payment method Items Quantity Unit Price Item total 29 $1,504.03 $43,616.87 Latitude 5530, updated Estimated Delivery FREE Standard Delivery to 78664 by Friday, February 24, 2023 Catalog Number: 84 / rcrc1489 871-7012184 Category Description Code SKU ID Base Dell Latitude 5530 XCTO Base GRJY345 [210-BDLN] 1 Processor 12th Generation Intel( Core" i7 -1265U GWP09SH [379-BETU] 146 vPro (12 MB cache, 10 cores, up to 4.8 0 GHz Turbo) Operating System Windows 10 Pro (Windows 11 Pro lice G42N6D1 [619-AQMP] 11 nse included), English, French, Spanish Office Productivity Software No Microsoft Office License included GC70FJV [658-BCSB] 1002 Base Options i7 -1265U vPro, NVIDIA GeForce@ MX5 G4FRQTV [338-CDMW] [338- 149 50 Graphics, Thunderbolt CDKI] Systems Management Intel vPro Enterprise Technology Enabl G58XOY4 [631-ADFJ] 49 ed Memory 16 GB, 1 x 16 GB, DDR4, 3200 MHz GUW12AB [370-AFVP] 3 Hard Drive 256 GB, M.2, PCIe NVMe, SSD, Class 3 G650K7W [400-BNKW] 8 5 Additional Hard Drive No Additional Hard Drive GNTOSJ7 [401-AADF] 637 LCD 15.6" FHD (1920x1080) Anti Glare, SLP, GEJKUR2 [391-BGMQ] 760 Non -Touch, ComfortView+, WVA, 400 n its, FHD IR Camera+lntelli Keyboard English US backlit keyboard with nume GA6KDNO [583-BHBG] 4 ric keypad, 99 -key Page 36 of 8197 Category Description Code SKU ID Mouse No Mouse G8043UZ [570-AADK] 12 Wireless Driver Wireless Intel AX211 WLAN Driver GD9NRKZ [555-BHKF] 7 Wireless Intel® Wi-Fi 6E (6 if 6E unavailable) AX GL03PXW [555-BHHU] 19 211, 2x2, 802.11 ax, Bluetooth Mobile Broadband No Mobile Broadband Card GR9571Y [556-BBCD] 114 Primary Battery 4 Cell, 58 Wh, Long Life Cycle, 3 -year w GSLUP1 J [451-BCXP] 112 arranty AC Adapter E5 90W Adapter, USB Type -C GCSLM7F [492-BDGE] 1015 PalmRest Single Pointing, Finger Print Reader, Th GDH170S [346-BHST] 55 underbolt 4 Security Software No anti-virus software GD4K19S [650-AAAM] 1014 Operating System Recovery OS -Windows Media Not Included GLA9OQ1 [620-AALW] 200013 Options Power Cord E5 Power Cord 1 M US G39AKOZ [537-BBDK] 20 Setup and Features Guides Quick setup guide GFUKSLE [340-CYGF] 60 Resource Media No Resource USB Media G5KFAU6 [430-XXYG] 50 Documentation Safety/Environment and Regulatory Gu G7RBOGY [340-AGIK] 21 de (English/French Multi -language) ENERGY STAR ENERGY STAR Qualified GPUZBA9 [387-BBPW] 122 FGA Module No FGA NOFGA [817-BBBB] 572 Non -Microsoft Application Dell Applications Windows 10 GZXEOPD [658-BBMR] [640- 1003 Software BBLW] [525-BBCL] [658-BDVK] [658- BBRB] [658-BEOK] [658-BEQP] [658- BFDQ] Packaging Mix Model 90WAdapter +ADL CPU G4BHIGX [340-CYUZ] 465 Processor Label Intel® Core" i7 vPro Enterprise Label GYT8X1 V [340-CYNX] 749 Transportation from ODM to Standard Shipment (VS) G1 IR983 [800-BBQK] 200080 region EAN POD Label No UPC Label GBWGTYN [389-BCGW] 292 Windows AutoPilot NoAutoPilot GYE02AP [340-CKSZ] 291 Camera FHD/IR Camera with ExpressSign-In + I GV4U9RZ [319-BBIC] 379 ntelligent Privacy, Temporal Noise Red uction,Camera Shutter,Mic Additional Opticals No Removable CD/DVD Drive GDCPVRD [429-AATO] 105 EPEAT 2018 EPEAT 2018 Registered (Gold) GBUBCHM [379-BDZB] 200331 Chassis Options Bottom door ADL DSC-U15W G25C1 BN [321-BHMS] 116 Service 3 Years ProSupport Plus with Next Bus PPN3 [975-3461] [997- 29 iness Day Onsite Service 8317] [997-8366] [997-8367] [997- 8381] [997-8382] [997-8383] [997- 8380] OptiPlex 7000 Small Form Factor Estimated Delivery FREE Standard Delivery to 78664 by Thursday, February 23, 2023 15 $1,062.64 $15,939.60 Page 37 of 8197 Catalog Number: 84 / rcrc1489871-6953551 Category Description Code SKU ID Base OptiPlex 7000 Small Form Factor GZQFX1 U [210-BCTG] 1 Processor 12th Gen Intel@ Core- i7-12700 (25 M GCJRHSL [338-CCYP] 146 B cache, 12 cores, 2D threads, 2.10 GH z to 4.90 GHz Turbo, 65 W) Operating System Windows 10 Pro (Windows 11 Pro lice G42N6D1 [619-AQMP] 11 nse included), English, French, Spanish Microsoft Application No Microsoft Office License included GC7OFJV [658-BCSB] 1002 Software Memory 16 GB, 1 x 16 GB, DDR4 GJ075OM [370-AGIY] 3 Hard Drive 256 GB, M.2 2230, PCIe NVMe, SSD, Cl G1 GTVU5 [400-BEUW] [773- 8 ass 35 BBBC] [412-AAQT] Additional Hard Drive No Additional Hard Drive G780XKR [401-AANH] 637 Raid Connectivity NO RAID GX5Q06T [817-BBBN] 1009 Video Card Intel@ Integrated Graphics GZQDA24 [490-BBFG] 6 Chassis Options 260 W internal power supply unit (PS G4ADZHO [329-BGNG] 116 U), 85`o Efficient, 80 Plus Bronze Power Cord System Power Cord (US) GA5894N [450-AAOJ] 20 Optical Drive 8x DVD+/ -RW 9.5mm ODD GZY3O28 [429-ABFH] [325- 16 BDSH] Optical Software Cyberlink Media Suite Essentials for Wi GWNM30Y [658-BBTV] 597 ndows 10 and DVD drive (without Medi a) Additional Storage Devices- No Media Card Reader G4GWFVK [385-BBCR] 10 Media Reader Wireless Intel Wi-Fi-6E 2x2 AX211 Bluetooth 5.2 GRN15ED [555-BHDU] [555- 19 Wireless Card with Internal Antenna BHDX] Wireless Driver Wireless Driver, Intel AX211 G06OPFE [555-BHNI] 7 Stands and Mounts No Stand or Mount GJO5ZSE [575-BBBI] 558 Adapter No Additional Cable GIXOLBM [379-BBCY] 592 Serial Port Adapter No PCIe add -in -card GVEYOQ7 [492-BBFF] 698 Add-in Cards No Additional Add In Cards GNV4J7Q [382-BBHX] 583 1/0 Bay 1 & 2 Optional HDMI 2.Ob Video Port GZMK37P [382-BBLM] 495 Keyboard Dell KB216 Wired Keyboard English, US GZDPBC1 [580-ADJC] 4 Mouse Dell Optical Mouse- MS116 (Black) GWDQT3O [570-ABIE] 12 Back Cover No Cable Cover GDT2C7Z [325-BCZQ] 376 External Speakers No External Speaker GTNM7E2 [817-BBBC] 200095 Software Stack Dell Applications Windows 10 & 11 DG GZPBT75 [658-BFKI] [658- 1003 R with Dell Optimizer, IRST BBMR] [640- BBLW] [525-BBCL] [658-BEOK] [658- BEQP] [658-BBRB] Operating System Recovery OS -Windows Media Not Included GLA9OQ1 [620-AALW] 200013 Options ENERGY STAR ENERGY STAR Qualified G6J34SM [387-BBLW] 122 Documentation Safety/Environment and Regulatory Gu G7RBOGY [340-AGIK] 21 ide (English/French Multi -language) System Monitoring Options Dell Watchdog Timer G2WQ13L [379-BESJ] 39 Page 38 of 8197 Category Description Code Placemat Quick Start Guide G7ICEUW EAN/UPC Labels No UPC Label G8WGTYN Bios for TPM Trusted Platform Module (Discrete TP GJMDKT6 [389-ECRD] M Enabled) Description Shipping Material Shipping Material GDKR04V Label Regulatory Label for OptiPlex 7000 SFF GJ143UL GT92MWO 260/30OW Essentials (12MB, 10 core, 12 thread, u Hard Drive Cables and M.2 Caddy GGPQ1ML Brackets Operating System Windows 10 Pro (Windows 11 Pro lice Processor Label Intel Core i7 vPro Enterprise Processor GLSPJR1 291 Label No Microsoft Office License included Transportation from ODM to Standard shipment GQT8IGC region 3929] [997-8367] underbolt for i7 -1255U Trans Protect Your New PC No anti-virus software GD4K19S FGA Module No FGA NOFGA Speakers Internal Speaker GRO68XC Network Adapters (NIC) No Additional Network Card Selected (I G9MQCN3 ntegrated NIC included) EPEAT 2018 EPEAT 2018 Registered (Gold) GBU8CHM Systems Management Intel vPro@ Enterprise GR7TBHE Windows AutoPilot No AutoPilot GYE02AP Dell Services: Hardware 3 Years ProSupport Plus with Next Bus GOWCOGM Support iness Day Onsite Service Dell Services: Asset Tagging ProSupport Plus Client label without co PROPLUS - Standard mpany name Latitude 5430 w/ Mobile Card 4 ID Estimated Delivery 60 [389-BCGW] �• FREE Standard Delivery to 78664 by Tuesday, [329-BBJL] February 21, 2023 [340-CQYR] [389- 465 Catalog Number: 84 / rcrc1489871-6933756 [389-ECRD] Category Description Code Base Dell Latitude 5430 XCTO Base G4BWIOT Processor 12th Gen Intel@ Core" i7 -1255U, vPro@ GT92MWO [817-BBBB] Essentials (12MB, 10 core, 12 thread, u [520-AARD] 18 p to 4.70 GHz Turbo) 13 Operating System Windows 10 Pro (Windows 11 Pro lice G42N6D1 49 nse included), English, French, Spanish 291 Office Productivity Software No Microsoft Office License included GC70FJV Base Options Integrated Intel Iris Xe Graphics with Th GJQ3RSO 3929] [997-8367] underbolt for i7 -1255U Trans [365-0896] [377- Systems Management Intel ME disabled G3CKFU2 Memory 16 GB, 1 x 16 GB, DDR4, 3200 MHz GUW12AB Hard Drive 256 GB, M2, PCIe NVMe, SSD, Class 3 GG5JUNQ 5 SKU ID [340-CYKU] 60 [389-BCGW] 292 [329-BBJL] 297 [340-CQYR] [389- 465 BBUU] [389-ECRD] 676 [575-BBKX] 705 [389-EDDR] 749 [800-BBIO] 20008( [650-AAAM] 1014 [817-BBBB] 572 [520-AARD] 18 [555-BBJO] 13 [379-BDZB] 200331 [631-ADGI] 49 [340-CKSZ] 291 [812-3886] [812- 29 39281 [812-3926] [812-3927] [812- 3929] [997-8367] [365-0896] [377- 352 8262] $1,339.86 $5,359.44 SKU ID [210-BDGV] 1 [379-BETV] 146 [619-AQMP] 11 [658-BCSB] 1002 [338-CDJD] 149 [631-ADFC] 49 [370-AFVP] 3 [400-BNJW] 8 Page 39 of 8197 Category Description Code SKU ID LCD 14.0" FHD (1920x1080) Anti Glare, Non GR3APYG [391-BGLQ] 760 -Touch, WVA, 250 nits, FHD IR Camera, WWAN Keyboard English US backlit keyboard, 79 -key GNJBGDK [583-BHCH] 4 Mouse No Mouse G8043UZ [570-AADK] 12 Wireless Driver Wireless Intel AX211 WLAN Driver Alde GUDA3O8 [555-BHIC] 7 r Lake Wireless Intel@ Wi-Fi 6E (6 if 6E unavailable) AX GL03PXW [555-BHHU] 19 211, 2x2, 802.11 ax, Bluetooth Mobile Broadband 4G CAT9 - Intel@ XMM" 7360 Global L G9B36CJ [556-BCZM] [556- 114 TE (DW5820e), Verizon BCEZ] Primary Battery 3 Cell, 41 Wh, Express Charge"'' Capabl GQA1 B2H [451-BCWX] 112 e Battery AC Adapter 65W Type -C Adapter G6YAZOF [492-BDGC] 1015 PalmRest Palmrest, SmartCard, FingerPrint Read G64ICDQ [346-BHRT] 55 er, Thunderbolt 4 Security Software No anti-virus software GD4K19S [650-AAAM] 1014 Operating System Recovery OS -Windows Media Not Included GLA9OQ1 [620-AALW] 200013 Options Power Cord E4 Power Cord 1 M for US GC90V4B [537 -BBDO] 20 Setup and Features Guides Quick start guide GEJHID6 [340-CYGE] 60 Resource Media No Resource USB Media G5KFAU6 [430-XXYG] 50 Documentation Safety/Environment and Regulatory Gu G7RBOGY [340-AGIK] 21 ide (English/French Multi -language) ENERGY STAR ENERGY STAR Qualified GFSJ2Q8 [387-BBPC] 122 FGA Module No FGA NOFGA [817-BBBB] 572 Non -Microsoft Application Dell Applications Windows 10 GZXEOPO [658-BBMR] [640- 1003 Software BBLW] [525-BBCL] [658-BDVK] [658- BBRB] [658-BEOK] [658-BEQP] [658- BFDQ] Packaging Mix Model 65W Adapter +ADL CPU GOXCQ3M [340-CYOD] 465 Processor Branding Intel@ Core" i7 non-vPro Processor La GS7J6TG [389-DXDV] 749 bel Transportation from ODM to Standard Shipment (VS) G1 IR983 [800-BBQK] 200080 region EAN POD label No UPC Label GBWGTYN [389-BCGW] 292 Windows AutoPilot No AutoPilot GYEO2AP [340-CKSZ] 291 Chassis Options Latitude Bottom Door GCJK17Z [321-BHJZ] 116 Additional Opticals No Removable CD/DVD Drive GDCPVRO [429-AATO] 105 Camera FHD/IR Camera, Temporal Noise Redu GFPALOZ [319-BBIE] 379 ction, Camera Shutter, Mic EPEAT 2018 EPEAT 2018 Registered (Gold) GBUBCHM [379-BDZB] 200331 Service 3 Years ProSupport Plus with Next Bus PPN3 [975-3461] [997- 29 iness Day Onsite Service 83171 [997-8366] [997-8367] [997- 8381] [997-8382] [997-8383] [997- 8380] e 40 of 8197 23 Monitor - P2319H 30 Estimated Delivery FREE Standard Delivery to 78664 by Friday, February 10, 2023 Catalog Number: 84 / rcrc1489871-6952127 Category Description Code Dell 23 Monitor — P2319H Dell 23 Monitor- P2319H GSGVUM1 Hardware Support Services 3 Years Advanced Exchange Service GON1 B15 WD22TB4 33 Estimated Delivery FREE Standard Delivery to 78664 by Monday, February 13, 2023 Catalog Number: 84 / rcrc1489871-6821740 Category Description Code BASE,DS,WD22TB4 US Dell Thunderbolt 4 Dock- WD22TB4 GBNM2HY 180 W Services: Hardware Support 3 Years Advanced Exchange Service G90GYFH Dell Wired Keyboard and Mouse 24 Dell Wired combo KM300C US ENG Manufacturer Part# : 634VX Usk Dell Part# : 580-AKKV Estimated Delivery FREE Standard Delivery to 78664 by Friday, February 10, 2023 Catalog Number: 84 / rcrc1489871-6973993 Category Description Code Additional Non -System Dell Wired combo KM300C US ENG 23037085 Options Support Support Account Account Order Status Your Profile Drivers & Downloads Dell Contacts Product Support Address Book Support by Topic Warranty Information Order Support Your Products Your Products About Dell About Dell Quotes Dell Technologies $136.91 $4,107.30 SKU ID [210-AQCI] 1 [814-9381] [814- 29 9382] $225.08 SKU [210-BDQH] $7,427.64 ID 1 [872-8557] [872- 29 8550] $27.11 $650.64 SKU ID [580-AKKV] 702 Subtotal (135): $77,101.49 Subtotal (135) $77,101.49 Estimated Shipping $0.00 Total $77,101.49 Page 41 of 8197 Sales Quotes Systems Peripherals Copyright © 2023 Dell Inc. Legal & Regulatory Terms of Sale Privacy Statement Do Not Sell or Share My Personal Information Accessibility Anti -Slavery & Human Trafficking Ultrabook, Celeron, Celeron Inside, Core Inside, Intel, Intel Logo, Intel Atom, Intel Atom Inside, Intel Core, Intel Inside, Intel Inside Logo, Intel vPro, Itanium, Itanium Inside, Pentium, Pentium Inside, vPro Inside, Xeon, Xeon Phi, Xeon Inside, and Intel Optane are trademarks of Intel Corporation or its subsidiaries in the U.S. and/or other countries. Same day shipment subject to order size limitations, Dell standard shipping methods and payment via credit card, gift card or Dell Business Credit. Notification will be provided if there are payment delays which could impact shipping date. Electronics and accessories may ship separately. Smart Selection. Limited quantities. Only available for orders placed by 5:59 p.m. CT Mon.—Thurs. Systems shipped the next business day after an order is placed. Subject to order approval. Software and accessories not part of the configuration will be shipped separately and may arrive after your system. Please note that Smart Selection Configuration pricing cannot be combined with other pricing offers or discounts provided or agreed to by Dell. ** Orders with Custom Factory Integration might require additional processing time. "DELL BUSINESS CREDIT (DBC): Offered to business customers by WebBank, who determines qualifications for and terms of credit. Taxes, shipping and other charges are extra and vary. The Total Minimum Payment Due is the greater of either $20 or 3% of the New Balance shown on the statement rounded up to the next dollar, plus all past due amounts. Dell and the Dell logo are trademarks of Dell Inc. **Payment solutions provided and serviced by Dell Financial Services L.L.C. or its affiliate or designee ("DFS") for qualified customers. Offers may not be available or may vary in certain countries. Where available offers may be changed without notice and are subject to product availability, applicable law, credit approval, documentation provided by and acceptable to DFS and may be subject to minimum transaction size. Offers not available for personal, family or household use. Dell Technologies and the Dell Technologies logo are trademarks of Dell Inc. Restrictions and additional requirements may apply to transactions with governmental or public entities. 'Subject to applicable law and regulations.ALL ORDERS ARE SUBJECT TO APPROVAL AND ACCEPTANCE BY DELL. Pricing, availability and other terms of offer may be withdrawn or changed without notice. Dell cannot be held responsible for errors in typography or photography. Page 42 of 81 �7 -kivne-S-0- :DEPARTMENT OF ADMINISTRATION MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD WITH DELL MARKETING, L.P. FOR COMPUTER EQUIPMENT: (Desktops, Laptops, Tablets, Servers and Storage including Related Peripherals & Services) To: Dell Marketing L. P, CONTRACT NO: MNWNC-108 One Dell Way $ Mailstop 8 i- 33 � � KIZ P1 Round Rock, TX 78682 ;�,Z/x®/sCONTRACT PERIOD: April 1, 2015, or upon final Contract Vendor Administrator: Diane executed signatures, Wigington whichever is later Email: Diane Wigingtontol'�.dell.com THROUGH March 31, 2017 Phone -7(512) 728-4805 EXTENSION OPTION: UP TO 36 MONTHS You are hereby notified that your response to our solicitation, which opened January 31, 2014, is accepted. The following documents, in order of precedence, are incorporated herein by reference and constitute the entire Contract between you and the State: 1. A Participating Entity's Participating Addendum ("PA") A Participating Entity's Participating Addendum shall not diminish, change, or impact the rights of the Lead State with regard to the Lead State's contractual relationship with the Contract Vendor under the Terms of Minnesota WSCA-NASPO Master Agreement.; 2. Minnesota WSCA-NASPO Master Agreement (includes negotiated Terms and Conditions); 3. The Solicitation; and 4. the Contract Vendor's response to the Solicitation; These documents shall be read to be consistent and complementary. Any conflict among these documents shall be resolved by giving priority to these documents in the order listed above. IN WITNESS WHEREOF, the parties have caused this Agreement to be duly executed intending to be bound thereby. 1. DELL MARKETING L. P. The Contractor certifies that the appropriate person(s) have executed this Agreement on behalf of the Contractor as required by a le antict bylaws, reso tions, or ordinances. By: n �ir W Stephanie G. Miller. rP.w name iY v Title: Contract Ma ina ger �SP.I'1111)( + QIP Date: Ito blt'iu.a.O - 015 By: gna ure Title: Date: 2. MINNESOTA MATERIALS MANAGEMENT DIVISION In accordance with Minn. Stat. ''J1(iC By:—. Title: Master Mreement Administrator Date: / /) 3. MINNESOTA COMMISSIONER OF ADMINISTRATION Or delegated representative. By: Date: Orminal si.gne MAR 0 3 2015 By Lucas J. Janneit CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 43 of 812 STATE OF MINNESOTA Materials Management Division 112 Administration Building 50 Sherburne Avenue St. Paul, MN 55155 Voice: 651.296.2600 Fax: 651.297.3996 MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD WITH DELL MARKETING, L.P. FOR COMPUTER EQUIPMENT: (Desktops, Laptops, Tablets, Servers and Storage including Related Peripherals & Services) To: Dell Marketing L. P, CONTRACT NO: MNWNC-108 One Dell Way $ Mailstop 8 i- 33 � � KIZ P1 Round Rock, TX 78682 ;�,Z/x®/sCONTRACT PERIOD: April 1, 2015, or upon final Contract Vendor Administrator: Diane executed signatures, Wigington whichever is later Email: Diane Wigingtontol'�.dell.com THROUGH March 31, 2017 Phone -7(512) 728-4805 EXTENSION OPTION: UP TO 36 MONTHS You are hereby notified that your response to our solicitation, which opened January 31, 2014, is accepted. The following documents, in order of precedence, are incorporated herein by reference and constitute the entire Contract between you and the State: 1. A Participating Entity's Participating Addendum ("PA") A Participating Entity's Participating Addendum shall not diminish, change, or impact the rights of the Lead State with regard to the Lead State's contractual relationship with the Contract Vendor under the Terms of Minnesota WSCA-NASPO Master Agreement.; 2. Minnesota WSCA-NASPO Master Agreement (includes negotiated Terms and Conditions); 3. The Solicitation; and 4. the Contract Vendor's response to the Solicitation; These documents shall be read to be consistent and complementary. Any conflict among these documents shall be resolved by giving priority to these documents in the order listed above. IN WITNESS WHEREOF, the parties have caused this Agreement to be duly executed intending to be bound thereby. 1. DELL MARKETING L. P. The Contractor certifies that the appropriate person(s) have executed this Agreement on behalf of the Contractor as required by a le antict bylaws, reso tions, or ordinances. By: n �ir W Stephanie G. Miller. rP.w name iY v Title: Contract Ma ina ger �SP.I'1111)( + QIP Date: Ito blt'iu.a.O - 015 By: gna ure Title: Date: 2. MINNESOTA MATERIALS MANAGEMENT DIVISION In accordance with Minn. Stat. ''J1(iC By:—. Title: Master Mreement Administrator Date: / /) 3. MINNESOTA COMMISSIONER OF ADMINISTRATION Or delegated representative. By: Date: Orminal si.gne MAR 0 3 2015 By Lucas J. Janneit CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 43 of 812 - COMPUTER EQUIPMENT ..�� �r�►reseta 2014-2019 milli( DEPARTMENT OF ADMINkSTRATION MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD TABLE OF CONTENTS TABLEOF CONTENTS ............................... .................... ........................ .............. ....... .................................... .................. 2 SUMMARY.............................. .................................................. ........................ I................................................................... 3 EXHIBITA - TERMS & CONDITIONS ................................................. ................................................................................ 5 EXHIBITB - PRICING.......................................................................................................................................................24 EXHIBITB - PRICING SCHEDULE..................................................................................................................................26 EXHIBIT C - PRODUCT AND SERVICE SCHEDULE (PSS) ...........................................................................................27 EXHIBITD - WEBSITE ............................. ......................... ................................ .... ................................... .......................... 28 EXHIBIT E - ACTION REQUEST UPDATE FORM (ARF)................................................................................................29 EXHIBITF - REPORTING ......................................... -................ ...................................... ..................................... I.......... 31 EXHIBITG - DEFINITIONS............................................................................................................................................... 32 2 CONTRACT N0. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 44 of 812 livnese)ta DEPARTMENT OF ADMINISTRATION COMPUTER EQUIPMENT 2014-2019 MINNESOTA WSCA-�NASPO MASTER AGREEMENT AWARD SUMMARY 1. BACKGROUND. The State of Minnesota, Department of Administration, Materials Management Division publicly posted a Request for Proposal on behalf of the State:of Minnesota and WSCA-NASPO Cooperative Procurement Program ("WSCA-NASPO") resulting in a Master Agreement Award. After evaluation by a multi—state sourcing team the solicitation resulted in this Minnesota WSCA-NASPO Master Agreements with qualified manufacturers for: Computer Equipment (Desktops, Laptops, Tablets, Servers, and Storage including related Peripherals & Services. The original solicitation contains the requirements and definitions establishing the following Product Bands allowed on the Master Agreement. The configuration limits and restrictions for this Master Agreement are provided below. Participating Entities may revise these in their Participating Addendum. Bands awarded are identified below: Band 1: Desktop Band 3: Tablet Band 5: Storage Band 2: Laptop Band 4: Server The original solicitation included Band 6: Ruggedized. This band has been removed and ruggedized equipment will be allowed in Bands 1-5. The original solicitation and responses may be found on the WSCA-NASPO Website. 2. EFFECTIVE DATE: The Master Agreement contract term will begin on April 1, 2015, or upon final executed signatures, whichever is later, through March 31, 2017 with the option to extend up to 36 months, upon agreement by both parties. Contract Sales may not begin until the Website, Product and Service Schedule and third party products have been approved by the Master Agreement Administrator. 3. PARTICIPATION. All authorized governmental entities in any State are welcome to use the resulting Master Agreements through WSCA-NASPO with the approval of the State Chief Procurement Official. Contract Vendors are able to sign Participating Addendums (PA) at the option of Participating States. Participating States reserve the right to add State specific terms and conditions and modify the scope of the contract in their Participating Addendum as ..allowed by the Master Agreement. 4. CONFIGURATION DOLLAR LIMITS. The following configuration limits apply to the Master Agreement. Participating States may define their configuration limits in their participating addendum. The Participating State's Chief Procurement Official may increase or decrease the configuration limits, as defined in their Participating Addendum. The Participating State will determine with the Contract Vendor how to approve these modifications to the State's Product and Service Schedule. The dollar limits identified below are based on a SINGLE computer configuration. This is NOT a restriction on the purchase of multiple configurations (e.g, an entity could purchase 10 laptops @ $10,000 for a total purchase price of $100,000). ITEM CONFIGURATION* Server $500,000 Storage $500000 Desktops $ 10,000 Laptops $ 10,000 Tablets $ 5,000 Peripherals $ 5,000 Services Addressed by each State in participating addendum * Configuration is defined as the combination of hardware and software components that make up the total functioning system. Software purchases are considered a part of the configuration limit of the equipment. 3 CONTRACT NO. MNWNC-1 Q8 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. R Page 45 of 812 5. RESTRICTIONS. The following restrictions apply to the Master Agreement. A Participating State may set further restrictions of products in their Participating Addendum. The Participating State will determine with the Contract Vendor how to approve these modifications to the State's Product and Service Schedule. a. Software 1. Software is restricted to operating systems and commercial off-the-shelf (COTS) software and is subject to equipment configuration limits. 2. Software is an option which must be related to the procurement of equipment. 3. Software must be pre -loaded or provided as an electronic link with the initial purchase of equipment. 4. Software such as middleware which is not always installed on the equipment, but is related to storage and server equipment (Band 4&5) purchased, is allowed and maybe procured after the initial purchase of equipment. b. Services 1. Services must be related to the procurement of equipment. 2. Service limits will be addressed by each State. 3. Wireless phone and internet service is not allowed. 4. Cloud Services including acquisitions structured as managed on-site services are not allowed. 5. Managed Print Services are not allowed. c. Third Party Products. 1. Contract Vendors can only offer Third Party Products in the bands they have been awarded. 2. Contract Vendor cannot offer products manufactured by another Contract Vendor holding a Minnesota WSCA-NASPO Master Agreement unless approved by the Lead State. d. Additional Product/Services 1. Hardware and software required to solely support wide area network (WAN) operation and management are not allowed. 2. Lease/Rentals of equipment may be allowed and will be addressed by each State. 3. Cellular Phone Equipment is not allowed. 4. EPEAT Bronze requirement may be waived, on a State case by case basis, if approved by the State's Chief Procurement Officer. 6. PARTNER UTILIZATION: Each state represented by WSCA-NASPO that chooses to participate in this Master Agreement independently has the option of utilizing partners. Only partners approved by the Participating, State may be deployed. The participating State will define the process to add and remove partners in their participating addendum. CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 46 of 812 COMPUTER EQUIPMENT ^.. .. A iin se 2014-2019 DEPARTMENT OF ADMINISTRATION MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD EXHIBIT A - TERMS & CONDITIONS MASTER AGREEMENT TERMS AND CONDITIONS A. GENERAL TERMS; CONDITIONS & INSTRUCTIONS 1. ACCEPTANCE OF TERMS AND CONDITIONS. The contents of the RFP and the response of the successful responder will become Master Agreement contractual obligations, along with the final Master Agreement, if acquisition action ensues. A statement of acceptance of the proposed Contract Terms and Conditions, unless taken exception to, as specified in the RFP must be included in the response. Any suggestions for alternate language shall be presented. The Lead State is under no obligation to accept wording changes submitted by the responder. The Lead State is solely responsible for rendering decisions in matters of interpretation on all terms and conditions. Any response which fails to comply with this requirement may be disqualified as nonresponsive. All general proposal terms, specifications and WSCA-NASPO Terms:&Conditions form apart of this RFP and will apply to any Master Agreements entered into as a result thereof. CONFLICT OF TERMS/ORDER OF PRECEDENCE: a. A Participating Entity's Participating Addendum ("PA"); b. Minnesota WSCA-NASPO Master Agreement (includes negotiated Terms & Conditions) c. The Solicitation including all Addendums; and d. Contract Vendor's response to the Solicitation These documents shall be read to be consistent and complementary. Any conflict among these documents shall be resolved by giving priority'to these documents in the order listed above. Contract Vendor terms and conditions that apply to this Master Agreement are only those that are expressly accepted by the Lead State and must be in writing and attached to the Master Agreement as an Exhibitor Attachment. No other terms and conditions shall apply, including terms and conditions listed in the Contract Vendor's response to the Solicitation, or terms listed or referenced on the Contract Vendor's website, in the Contract Vendor quotation/sales order or in similar documents subsequently provided by the Contract Vendor. The solicitation language prevails unless a mutually agreed exception has been negotiated. 3. ADDENDA TO THE RFP. Any addendum issued will become a part of the RFP. The Lead State may modify or clarify the RFP by issuing one or more addenda to all parties who have received the RFP. Each responder must follow the directions on the addendum. Addenda will be numbered consecutively in the order they are issued. 4. AWARD. The award of this solicitation will be based upon the total accumulated points as established in the RFP, for separate items, by grouping items, or by total lot, and where at its sole discretion the Lead State believes it will receive the best value. The Lead State reserves the right to award this solicitation to a single responder, or to multiple responders, whichever is in the best interest of the Lead State. It is the State's intent to award to multiple responders. The Lead State reserves the right to accept all or part of an offer, to reject all offers, to cancel the solicitation, or to re- issue the solicitation, whichever is in the best interest of the Lead State. The Sourcing Team will make a recommendation on the award of this RFP. The commissioner of Administration or designee may accept or reject the recommendation of the Sourcing Team. The final award decision will be made by the Commissioner of Administration and the WSCA-NASPO Management Board. 5. CLARIFICATION. If a responder discovers any significant ambiguity, error, conflict, discrepancy, omission, or other deficiency in the RFP, the responder shall immediately notify the Acquisition Management Specialist in writing, as CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 47 of 812 specified in the introduction, of such error and request modification or clarification of the document. This notification is due no later than seven calendar days prior to the proposal due date and time. Responders are cautioned that any activity or communication with a State employee or officer, or a member of the Evaluation Team, regarding this Solicitation's contents or process, is strictly prohibited and may, as a result, have its response rejected. Any communication regarding this Solicitation, its content or process, must be directed to the Acquisition Management Specialist listed in the Solicitation documents. 6. COMPLETION OF RESPONSES. A response may be rejected if it is conditional or incomplete. Responses that contain conflicting, false, or misleading statements or that provide references that contradict or do not support an attribute or condition stated by the responder, may be rejected. 7. MASTER AGREEMENT ADMINISTRATOR. The Master Agreement Administrator designated by.WSCA-NASPO and the State of Minnesota, Department of Administration is: Susan Kahle. Direct all correspondence and inquiries, legal questions, general issues, or technical issues regarding this RFP to: Susan Kahle Acquisition Management Specialist Department of Administration Materials Management Division 50 Sherburne Avenue 112 Administration Building St. Paul, MN 55155 Fax: 651.297.3996 E-mail: susan.kahle@state.mn.us 8. DISPOSITION OF DATA SUBMITTED BY CONTRACT VENDOR. All materials submitted in response to this RFP will become property of the Lead State and will become public record after the evaluation process is completed. The evaluation process is complete when negotiations with the selected. vendors are final. By executing this Contract; the Contract Vendor certifies and agrees that all information provided in the Contract and in response to the solicitation will be made public in accordance with the solicitation and that no information has been designated Trade Secret pursuant to the Minnesota Government Data Practices Act. If the Contract Vendor submits information. after execution of this Contract that it believes to be trade secret materials, as defined by the Minnesota Government Data Practices Act, Minn. Stat. § 13.37, the Contract Vendor must: a. clearly mark all trade secret materials at the time the information is submitted; b. include a statement with regard to the information justifying the trade secret designation for each item; and, c. defend any action seeking release of the materials it believes to be trade secret, and indemnify and hold harmless the Lead State, its agents and employees, from any judgments awarded against the Lead State in favor of the party requesting the materials, and any and all costs connected with that defense. This indemnification survives the Lead State's award of a Master Agreement. In submitting a response to the RFP, the responder agrees that this indemnification survives as long as the trade secret materials are in possession of the Lead State, The Lead State will not consider the prices submitted by the responder to be trade secret materials. 9. DISPUTE RESOLUTION PROCEDURES. Any issue a responder has with the RFP document, which includes, but is not limited to, the terms, conditions, and specifications, must be submitted in writing to and received by the Master Agreement Administrator prior to the opening due: date and time. Any issue a responder has with the Master Agreement award must be submitted in writing to the Master Agreement Administrator within five working days from the time the notice of the intent to award is issued. This notice may be made by any of the following methods: notification by letter, fax or email, or posted on the Materials Management website, www.mmd.admJn.state.mn.us. The Lead State will respond to any protest received that follows the above procedure. For those protests that meet the above submission requirements, the appeal process is, in sequence: The responsible Master Agreement Administrator, the Materials Management Division (MMD) Assistant Director, and the MMD Director. 10. ELECTRONIC. FILES TO.DOWNLOAD, COMPLETE, AND RETURN.. Responders must download a Word/Excel document. 11. ENTIRE AGREEMENT. A written Master Agreement (including the contents of this RFP and selected portions of Contract Vendor's response incorporated therein by reference).and any written addenda thereto constitute the entire agreement of the parties to the Master Agreement. CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 48 of 812 12. IRREVOCABLE OFFER. In accordance with this Request for Proposal, and subject to all conditions thereof, the undersigned agrees thatits response to this RFP, or any part thereof, is an irrevocable offer for 180 days following the submission deadline date unless stated otherwise in the RFP. It is understood and agreed that the response, or any part thereof, when accepted by the appropriate department and State officials in writing, may become part of a legal and binding Master Agreement between the undersigned vendor and the State of Minnesota. 13. MATERIAL DEVIATION. A responder shall be presumed to be in agreement with these terms and conditions unless it takes specific exception to one or more of the conditions. Submission by the responder of its proposed language shall . not be viewed as an exception unless the responder specifically states in the response that its proposed changes are intended to supersede the terms and conditions. RESPONDERS ARE CAUTIONED THAT BY TAKING ANY EXCEPTION THEY MAY BE MATERIALLY DEVIATING FROM THE REQUEST FOR PROPOSAL. IF A RESPONDER MATERIALLY DEVIATES FROM THE GENERAL TERMS, CONDITIONS AND INSTRUCTIONS OR THE WSCA-NASPO TERMS AND CONDITIONS AND/OR SPECIFICATIONS, ITS RESPONSE MAY BE REJECTED. A material deviation is an exception to the Request for Proposal general or WSCA-NASPO terms and conditions and/or specifications that: a. gives the responder taking the exception a competitive advantage over other vendors; or; b. gives the Lead State something significantly different from that which the Lead State requested. 14. NONRESPONSIVE RESPONSES. Responses that do not comply with the provisions in the RFP may be considered nonresponsive and may be rejected. 15. NOTICES. If one party is required to give notice tothe other under the Master Agreement, such notice shall be in writing and shall be effective upon receipt. Delivery may be by certified United States mail or by hand, in which casea signed receipt shall be obtained. A facsimile transmission shall constitute sufficient notice, provided the receipt of the transmission is confirmed by the receiving party. Either party must notify the other of a change in address for notification purposes. All notices to the. Lead State shall be addressed as follows: STATE OF MINNESOTA: MN WSCA-NASPO COMPUTER EQUIPMENT CONTRACT ADMINISTRATOR 112 Administration Bldg. 50 Sherburne Avenue St. Paul, MN 55155 651-296-2600 7 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 49 of 812 MASTER AGREEMENT TERMS AND CONDITIONS B. WSCA-NASPO TERMS AND CONDITIONS 1. ADMINISTRATIVE FEES. The Contract Vendor shall pay a WSCA-NASPO Administrative Fee of one-tenth of one percent (0.1 % or 0.001) in accordance with the Terms and Conditions of the Master Agreement no later than 60 days following the end of each calendar quarter. The WSCA-NASPO Administrative Fee shall be submitted quarterly and is based on sales of products and services (less any charges for taxes or shipping). The WSCA-NASPO Administrative Fee is not negotiable. This fee is to be included as part of the pricing submitted with proposal. Additionally, some states may require an additional. fee be paid directly to the state on purchases made by Purchasing Entities within that state. For all such requests, the fee level, payment method and schedule for such reports and payments will be incorporated into the Participating Addendum that is made a part of the Master Agreement. The Contract Vendor may adjust the Master Agreement pricing accordingly for purchases made by Purchasing Entities within the jurisdiction of the state. All such agreements may not affect the WSCA-NASPO Administrative Fee or the prices paid by the Purchasing Entities outside the jurisdiction of the state requesting the additional fee. 2. AGREEMENT ORDER OF PRECEDENCE. The Master Agreement shall consist of the following documents: a. A Participating Entity's Participating Addendum ("PA"); b. Minnesota WSCA-NASPO Master Agreement (includes negotiated Terms and Conditions) c. The Solicitation including all addendums; and d. Contract Vendor's response to the Solicitation These documents shall be read to be consistent and complementary. Any conflict among these documents shall be resolved by giving priority to these documents in the order listed above. Contract Vendor terms and conditions that apply to this Master Agreement are only those that are expresslyaccepted by the Lead State and must be in writing and attached to this Master Agreement as an Exhibitor Attachment. No other terms and conditions shall apply, including terms and conditions listed in the Contract Vendor's response to the Solicitation, or terms listed or referenced on the Contract Vendor's website, in the Contract Vendor quotation/sales order or in similar documents subsequently provided by the Contract Vendor. The solicitation language prevails. unless a..mutually agreed exception has been negotiated. 3. AMENDMENTS. The terms of this Master Agreement shall not be waived, altered, modified, supplemented or amended. in any manner whatsoever without prior written approval of the W.SCA-NASPO Master Agreement Administrator. 4. ASSIGNMENT OF ANTITRUST RIGHTS. Contract Vendor irrevocably assigns to Participating Entity any claim for relief or cause of action which the Contract Vendor now has or which may accrue to the Contract Vendor in the future by reason of any violation of state or federal antitrust laws (15 U.S.C. § 1-15 or a Participating Entity's state antitrust provisions) as now in effect and as may be amended from time to time, in connection with any goods or services provided to the Contract Vendor for the purpose of carrying out the Contract Vendor's obligations under this Master Agreement or Participating Addendum, including, at a. Participating Entity's option, the right to control any such litigation on such claim for relief or cause of action. 5. ASSIGNMENT/SUBCONTRACT. Contract Vendor shall not assign, sell, transfer, subcontract or sublet rights, or delegate responsibilities under this Master Agreement, in whole or in part, without the prior written approval of the WSCA-NASPO Master Agreement Administrator. 6. CANCELLATION. Unless otherwise stated in the terms and conditions, any Master Agreement may be canceled by either party upon 60 days' notice, in writing, prior to the effective date of the cancellation. Further, any Participating Entity may cancel its participation upon 30 days written notice, unless otherwise limited or stated in the special terms and conditions of this solicitation or in the applicable Participating Addendum. Cancellation may be in whole or in part. Any cancellation under this provision shall not affect the rights and obligations attending orders outstanding at the time of cancellation, including any right of a Participating Entity to indemnification by the Contract Vendor, rights of payment for goods/services delivered and accepted, and rights attending any warranty or default in performance in association with any order. Cancellation of the Master Agreement due to Contract Vendor default may be immediate if defaults cannot be reasonably cured as allowed per Default and Remedies term. 7. CONFIDENTIALITY, NON -DISCLOSURE AND INJUNCTIVE RELIEF. NEGOTIATED. 7.1 Confidentiality. The parties acknowledges that they and their employees or agents may, in the course of providing the Product and Services under this Master Agreement, be exposed to or acquire information that is confidential . Any and all information of any form that is marked as confidential or would by its nature be deemed 8 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 50 of 812 confidential obtained in the performance of this Master Agreement, including, but not necessarily limited to (a) any Participating Entity records, (b) personnel records, (c) information concerning individuals, (d) software, (e) product plans, (f) marketing and sales information, (g) customer lists, and (h) "know-how," or trade secrets, is confidential information ("Confidential Information"), Any reports or other documents or items (including software) that result from the use of the Confidential Information shall be treated in the same manner as the Confidential Information. Confidential. Information does not include information that (a) is or becomes.(other than.by disclosure by disclosing party) publicly known; (b) is rightfully furnished by the disclosing party to others without restrictions similar to those imposed by this Master Agreement; (c) is rightfully in:recipient party's possession without the obligation of nondisclosure prior to the time of its disclosure under this Master Agreement; (d) is obtained from a source other than disclosing party without the obligation of confidentiality, (e) is disclosed with the written consent of disclosing party or; (f) is independently developed by employees, agents or subcontractor of the parties who can be shown to have had no access to the Confidential Information 7.2 Non -Disclosure. The parties shall hold Confidential Information in confidence, using at least the industry standard of confidentiality, and not to copy, reproduce, sell, assign, license, market, transfer or otherwise dispose of, give, or disclose Confidential Information to third parties or use Confidential Information for any purposes whatsoever other than: the performance of this Master Agreement, and to advise each of its employees and agents of their obligations to keep Confidential Information confidential. The parties shall use commercially reasonable efforts in identifying and preventing any unauthorized use or disclosure of any Confidential Information. Without limiting the generality of the foregoing, parties shall advise each other immediately if they learn or have reason to believe that any person who has had access to Confidential Information has violated or intends to violate the terms of this Master Agreement and shall at their expense cooperate in seeking injunctive or other equitable relief against any such person. Except as directed in writing , the parties will not at any time during or after the term of this Master Agreement disclose, directly or indirectly, any Confidential Information to any person, except in accordance with this Master Agreement, and that upon termination of this Master Agreement the parties shall turn over all documents, papers, and other matter in the recipient party's possession that embody Confidential Information. Notwithstanding the foregoing, the recipient party may keep one copy of such Confidential Information necessary for quality assurance, audits and evidence of the performance of this Master Agreement. 7.3 Iiiunctive Relief. The parties acknowledge that breach of this Section, including disclosure of any Confidential Information, may cause irreparable injury that is inadequately compensable in damages. Accordingly, the injured party may seek and obtain injunctive relief against the breach or threatened breach of the foregoing undertakings, in addition to any other legal remedies that may be available. The parties acknowledge and agree that the covenants contained herein are necessary for the protection of the legitimate business interests and are reasonable in scope and content. 7.4 Participating Entity is agreeing to the above language to the extent is not in conflict with Participating Entities public disclosure laws. 8. DEBARMENT. The Contract Vendor certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntary excluded from participation in this transaction (Master Agreement) by any governmental department or agency. If the Contract Vendor cannot certify this statement, attach a written explanation for review by WSCA-NASPO. In any order against this Master Agreement for a requirement established by a Purchasing Entity that discloses the use of federal funding, to the extent another form of certification is not required by a Participating Addendum or the order of the Purchasing Entity, the Contractor's quote represents a recertification consistent with the terms of paragraph 8, Section 2D, Minnesota Terms and Conditions. DEFAULTS & REMEDIES. a. The occurrence of any of the following events shall be an event of default under this Master Agreement: i. Nonperformance of contractual requirements; or ii. A material breach of any term or condition of this Master Agreement; or iii. Any representation or warranty by Contract Vendor in response to the solicitation or in this Master Agreement proves to be untrue or materially misleading; or iv. Institution of proceedings under any bankruptcy, insolvency, reorganization or similar law, by or against Contract Vendor, or the appointment of a receiver or similar officer for Contract Vendor or any of its property, which is not vacated or fully stayed within thirty (30) calendar days after the institution or occurrence thereof; or v. Any default specified in another section of this Master Agreement. b. Upon the occurrence of an event of default, Lead State shall issue a written notice of default, identifying the nature of the default, and providing a period of 30 calendar days in which Contract Vendor shall have an opportunity to cure the default. The Lead State shall not be required to provide advance written notice or a cure period and may immediately terminate this Master Agreement in whole or in part if the Lead State, in its sole CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 51 of 812 discretion, determines that it is reasonably necessary to preserve public safety or prevent immediate public crisis. Time allowed for cure shall not diminish or eliminate Contract Vendor's liability for damages, including liquidated damages to the extent provided for under this Master Agreement. If Contract Vendor is afforded an opportunity to cure and fails to cure the default within the period specified in the written notice of default, Contract Vendor shall be in breach of its obligations under this Master Agreement and Lead State shall have the right to exercise any or all of the following remedies: i. Exercise any remedy provided by law; and . ii Terminate this Master Agreement and any related Master Agreements or portions thereof; and iii Impose liquidated damages as provided in this Master Agreement; and iv. Suspend Contract Vendor from receiving future bid solicitations; and v. Suspend Contract Vendor's performance; and vi. Withhold payment until the default is remedied. In the event of a default under a Participating Addendum, a Participating Entity shall provide a written notice of default as described in this section and have all of the rights and remedies under this paragraph regarding its participation in the Master Agreement, in addition to those set forth in its Participating Addendum. Unless otherwise specified in a Purchase Order, a Purchasing Entity shall provide written notice of default as described in this section and have all of the rights and remedies under this paragraph and any applicable Participating Addendum with respect to an Order placed by the Purchasing Entity. Nothing in these Master Agreement Terms and Conditions shall be construed to limit the rights and remedies available to a Purchasing Entity under the applicable commercial code. 10. DELIVERY. Unless otherwise indicated in the Master Agreement, the prices are the delivered price to any Purchasing Entity. All deliveries shall be F.O.B. destination with all transportation and handling charges paid by the Contract Vendor. Additional delivery charges will not be allowed for back orders. 11. FORCE MAJEURE. Neither party to this Master Agreement shall be held responsible for delay or default caused by fire, riot, acts of God and/or war which is beyond that party's reasonable control. The WSCA-NASPO Master Agreement Administrator may terminate this Master Agreement after determining such delay or default will reasonably prevent successful performance of the Master Agreement 12. GOVERNING LAW. This procurement and the resulting agreement shall be governed by and construed in accordance with the laws of the Lead State sponsoring and administering the procurement. The construction and effect of any Participating Addendum or order against the Master Agreements shall be governed by and construed in accordance with the laws of the Participating Entity's State. Venue for any claim, dispute or action concerning an order placed against the Master Agreements or the effect of. a Participating Addendum shall be in the Purchasing Entity's State. 13. INDEMNIFICATION. DELETED SEE SECTION 2C17. 14. INDEMNIFICATION—INTELLECTUAL PROPERTY. DELETED SEE SECTION 2017. 15. INDEPENDENT CONTRACT VENDOR. The Contract Vendor shall be an independent Contract Vendor, and as such shall have no authorization, express or implied to bind WSCA-NASPO or the respective states to any agreements, settlements, liability or understanding whatsoever, and agrees not to perform any acts as agent for WSCA-NASPO or the states, except as expressly set forth herein. 16. INDIVIDUAL CUSTOMER. Except to the extent modified by a Participating Addendum, each Participating Entity shall follow the terms and conditions of the Master Agreement and applicable Participating Addendum and will have the same rights and responsibilities for their purchases as the Lead State has in the Master Agreement, including but not limited to, any indemnity or to recover any costs allowed in the Master Agreement and applicable Participating Addendum for their purchases. Each Purchasing Entity will be responsible for its own charges, fees, and liabilities, The Contract Vendor will apply the charges and invoice each Purchasing Entity individually. 17. INSURANCE. Except to the extent modified by a Participating Addendum, Contract Vendor shall, during the term of this Master Agreement, maintain in full force and effect, the insurance described in this section. Contract Vendor shall acquire such insurance from an insurance carrier or carriers licensed to conduct business in the Participating Entity's state and having a rating of A-, Class VII or better, in the most recently published edition of Best's Reports. Failure to buy and maintain the required insurance may result in this Master Agreement's termination or at a Participating Entity's option, result in termination of its Participating Addendum. 10 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 52 of 812 Coverage shall be written on an occurrence basis. The minimum acceptable limits shall be as indicated below, with no deductible for each of the following. categories: a. Commercial General Liability covering the risks of bodily injury (including death), property damage and personal injury, including coverage for contractual liability, with a limit of not less than $1 million per occurrence/$2 million general aggregate; b. Contract Vendor must comply with any applicable State Workers Compensation or Employers Liability Insurance requirements. Contract Vendor shall pay.premiums on all insurance policies. Such policies shall also reference this. Master Agreement and shall have a condition that they not be revoked by the insurer until thirty (30) calendar days after notice of intended revocation thereof shall have been given to Participating Entity by the Contract Vendor. Prior to commencement of the work, Contract Vendor shall provide to the Participating Entity a written endorsement to the Contract Vendor's general liability insurance policy that (i) names the Participating Entity as an additional insured, (ii) provides that no material alteration, cancellation, non -renewal, or expiration of the coverage contained in such policy shall have effect unless the named Participating Entity has been given at least thirty (30) days prior written notice, and (iii) provides that the Contract Vendor's liability insurance policy shall be primary, with any liability insurance of the Participating Entity as secondary and noncontributory. Contract Vendor shall furnish to Participating Entity copies of certificates of all required insurance within thirty (30) calendar days of the Participating Addendum's effective date and prior to performing any work. Copies of renewal certificates of all required insurance shall be furnished within thirty (30) days after renewal date. These certificates of insurance must expressly indicate compliance with each and every insurance requirement specified in this section. Failure to provide evidence of coverage may, at the Lead State Master Agreement Administrator's sole option, result in this Master Agreement's termination. Coverage and limits shall not limit Contract Vendor's liability and obligations under this Master Agreement. 18. LAWS AND REGULATIONS. Any and all supplies, services and equipment offered and furnished shall comply fully with all applicable Federal and State laws and regulations. 19. LICENSE OF PRE-EXISTING INTELLECTUAL PROPERTY. DELETED — SEE SECTION 211330 FOR REVISED TERM ADDRESSING TITLE OF PRODUCT. 20. NO WAIVER OF SOVEREIGN IMMUNITY. The Lead State, Participating Entity or Purchasing Entity to the extent it applies does not waive its sovereign immunity by entering into this Contract and fully retains all immunities and defenses provided by law with regard to any action based. on this Contract. If a claim must be brought in a federal forum, then it must be brought and adjudicated solely and exclusively within the United States District Court of the Participating Entity's State. 21. ORDER NUMBERS. Contract order and purchase order numbers shall be clearly shown on all acknowledgments,. shipping labels (if possible), packing slips, invoices, and on all correspondence. 22. PARTICIPANTS. WSCA-NASPO Cooperative Purchasing Organization LLC is not a party to the Master Agreement. It is a nonprofit cooperative purchasing organization assisting states in administering the WSCA/NASPO cooperative purchasing program for.state government departments, institutions, agencies and political subdivisions (e.g., colleges, school districts, counties, cities, etc.,) for all 50 states and the District of Columbia. Obligations under this Master Agreement are limited to those Participating States who have signed a Participating Addendum where contemplated by the solicitation. Financial obligations of Participating States are limited to the orders placed by the departments or other state agencies and institutions hailing available funds. Participating States incur no financial obligations on behalf of political subdivisions. Unlessotherwise specified in the solicitation, the resulting award will be permissive. 23. PARTICIPATION OF ENTITIES. Use of specific WSCA-NASPO cooperative Master Agreements by state agencies, political subdivisions and other entities (including cooperatives) authorized by individual state's statutes to use state contracts are subject to the approval of the respective State Chief Procurement Official. Issues of interpretation and eligibility for participation are solely within the authority of the respective State Chief Procurement Official. 24. PAYMENT. Payment for completion of an order under this Master Agreement is normally made within 30 days following the date the entire order is delivered or the date a correct invoice is received, whichever is later. After 45 days the Contract Vendor may assess overdue account charges up to a maximum rate of one percent per month 11 CONTRACT NO. MNWNC-1 08 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 53 of 812 on the outstanding balance. Payments will be remitted by mail. Payments may be made via a State or political subdivision "Purchasing Card" with no additional charge. 25. PUBLIC INFORMATION. The Master Agreement and all related documents are subject to disclosure pursuant to the Participating Entity's public information laws. 26. RECORDS ADMINISTRATION AND AUDIT. The disclosure of records in. Participating States relating to Participating addenda and orders placed against the Master Agreement shall be governed by the laws of the Participating. State and entity who placed the order. The Contractor shall maintain books, records, documents, and other evidence pertaining to this Master Agreement and orders placed by Purchasing Entities under it to the extent and in such detail as shall adequately reflect performance and administration of payments and fees. Contractor shall permit the Lead State, a Participating Entity, a Purchasing Entity, the federal government (including. its grant awarding entities and the U.S. Comptroller General), and any other duly authorized agent of a governmental. agency, to audit, inspect, examine, copy and/or transcribe Contractor's books,. documents, papers and records.directly pertinent to this Master Agreement or orders placed by a. Purchasing Entity. under it for the purpose of making audits, examinations, excerpts, and transcriptions. This right shall survive for a period of five (5) years following termination of this Agreement or final payment for any order placed by a .Purchasing Entity against this Agreement, whichever is later, to assure compliance with the terms hereof or to evaluate performance hereunder. Without limiting any other remedy available to any governmental entity, the Contractor shall reimburse the applicable Lead State,. Participating Entity, or Purchasing Entity for an overpayments inconsistent with the terms of the Master Agreement or orders or underpayment of fees found as a result of the examination of the Contractor's records. The rights and obligations herein right exist in addition to any quality assurance obligation in the Master Agreement requiring the Contractor to self -audit contract obligations and that permits the Lead State Master Agreement Administrator to review compliance with those obligations. Records will be retained longer if required by Participating Entity's law. 27. REPORTS - SUMMARY AND DETAILED USAGE. In addition to other reports that may be required by this solicitation, the Contract Vendor shall provide the following WSCA-NASPO reports. a. Summary Sales Data. The Contractor shall submit quarterly sales reports directly to WSCA-NASPO using the WSCA-NASPO Quarterly Sales/Administrative Fee Reporting Tool found at htti3://www.naspo.orgNVNCPO/Calculator.aspx. Anylall sales made under the contract shall be reported as cumulative totals by state. Even if Contractor experiences zero sales during a calendar quarter, a report is still required. Reports shall be due no later than the last day of the month following the end of the calendar quarter (as specified in the reporting tool). b. Detailed Sales Data. Contract Vendor shall also report detailed sales data by: state; entity/customer type, e.g., local government, higher education, K12, non-profit; Purchasing Entity name; Purchasing Entity bill -to and ship -to locations; Purchasing. Entity and Contract Vendor Purchase Order identifiednumber(s); Purchase Order Type (e.g., sales order, credit, return, upgrade, determined by industry practices); Purchase Order date; Ship Date; and line item description, including product number if used. The report shall be submitted in any form required by the solicitation. Reports are due on a quarterly basis and must be received by the Lead State no later than the last day of the month following the end of the reporting period. Reports shall be delivered to the Lead State and to the WSCA-NASPO Cooperative Development Team electronically through email; CD -Rom, jump drive or other electronic matter as determined by the Lead State. Detailed sales data reports shall include sales information for all sales under Participating Addenda executed under this Master Agreement. The format for the detailed sales data report is in Section 6, Attachment H. Reportable sales for the summary sales data report and detailed sales data report includessales to employees for personal use where authorized by the Participating Addendum. Specific data in relation to sales to employees for personal use to be defined in the final contract award to ensure only public information is reported. d. Timely submission of these reports is a material requirement of the Master Agreement. The recipient of the reports shall have exclusive ownership of the media containing the reports. The Lead State and WSCA-NASPO 12 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 54 of 812 shall have a perpetual, irrevocable, non-exclusive, royalty free, transferable right to display, modify, copy, and otherwise use reports, data and information provided under this section. 28. ACCEPTANCE AND ACCEPTANCE TESTING. A. Acceptance. Purchasing Entity (the entity authorized under the terms of any Participating Addendum to place orders under this Master Agreement) shall determine. whether all Products and Services delivered meet the. Contractor's published specifications (a.k.a. "Specifications"). No payment shall be made for any Products or Services until the Purchasing Entity has accepted the Products or Services. The Purchasing Entity will make every effort to notify the.Contractor within thirty (30) calendar days following delivery of non-acceptance of a Product or completion of Service. In the event that the Contractor has not been notified within 30 calendar days from delivery of Product or completion of Service, the Product and Services will be deemed accepted on the 315' day after delivery of Product or completion of Services. This clause shall not be applicable, if acceptance testing and corresponding terms have been mutually agreed to by both parties in writing.. B. Acceptance Testing. The Purchasing Entity (tile entity authorized under the terms of any Participating Addendum to place orders under this Master Agreement) and the Contract Vendor shall determine if Acceptance Testing is applicable and/or required for the purchase. The terms in regards to acceptance testing will be negotiated, in writing, as mutually agreed. If Acceptance Testing is NOT applicable, the terms regarding Acceptance in the Contract shall prevail. 29. SYSTEM FAILURE OR DAMAGE. In the event of system failure or damage caused by the Contract Vendor or its Product, the Contract Vendor agrees to use its commercially reasonable efforts to restore or assist in restoring the system to operational capacity. The Contract Vendor shall be responsible under this provision to the extent a 'system' is defined at the time of the Order; otherwise the rights of the Purchasing Entity shall be governed. by the Warranty. 30. TITLE OF PRODUCT. NEGOTIATED. OWNERSHIP Ownership of Documents/Copyright. Any reports, studies, photographs, negatives, databases, computer programs, or other documents, whether in tangible or electronic forms, prepared by the Contract Vendor in the performance of its obligations under the Master Agreement and paid for.by the Purchasing Entity shall be the exclusive property of the Purchasing Entity and all such material shall be remitted to the Purchasing Entity by the Contract Vendor upon completion, termination or cancellation of the Master Agreement. The Contract Vendor shall not use, willingly allow or cause to allow such material to be used for any purpose other than performance of the Contract Vendor's obligations under this Master Agreement without the prior written consent of the Purchasing Entity. Rights, Title and Interest. All rights, title, and interest in all of the intellectual property rights, including copyrights, patents, trade secrets, trade marks, and service marks in the said documents that the Contract Vendor conceives or originates, either individually or jointly with others, which arises out of the performance of the Master Agreement, will be the property of the Purchasing Entity and are, by the Master. Agreement, assigned to the Purchasing Entity along with ownership of any and all copyrights in.the copyrightable material. The Contract Vendor also agrees, upon the request of the Purchasing Entity, to execute all papers and perform all other acts necessary to assist the Purchasing Entity to obtain and register copyrights on such materials. Where applicable, works of authorship created by the Contract Vendor for the Purchasing Entity in performance of the Master Agreement shall be considered "works for hire" as defined in the U.S. Copyright Act. c. Notwithstanding the above, :the Purchasing Entity will not own, any of the Contract Vendor's pre-existing intellectual property that was created prior to the Master Agreement and which the Purchasing Entity did not pay the Contract Vendor to create. Subject to payment in full for the products, equipment or services, the Contract Vendor grants the Purchasing Entity a perpetual, irrevocable, non-exclusive, royalty free license for Contract Vendor's pre-existing intellectual property that is contained in the products, materials, equipment or services that are purchased through this Master Agreement. Contract Vendor will retain all right, title and interest in and to all Intellectual Property Rights in or related to the services, or tangible components thereof, including but not limited to (a) all know-how, intellectual property, methodologies, processes, technologies, algorithms, software or development tools used in performing the services, and (b) such ideas, concepts, know-how, processes and reusable reports, designs, charts, plans, specifications, documentation, forms, templates or output which are developed, created or otherwise used by or on behalf of Contract Vendor in the course of performing the services 13 CONTRACT NO. MNWNC-908 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 55 of 812 or creating the deliverables, other than portions that specifically incorporate proprietary or Confidential Information or data of Ordering Entity (collectively, the "Residual IP"), even if embedded in the deliverable. 31. WAIVER OF BREACH. Failure of Lead State Master Agreement Administrator, Participating Entity, or Purchasing Entity to declare a default or enforce any rights and remedies shall not operate as a waiver under this Master Agreement or Participating Addendum. Any waiver by the Lead State or Participating Entity must be in writing. Waiver by the Lead State Master Agreement Administrator, Participating Entity, or Purchasing Entity of any default, right or remedy under this Master Agreement or Participating Addendum, or breach of any terms or requirements shall not be construed or operate as a waiver of any subsequent default or breach of such term or requirement, or of any other term or requirement under this Master Agreement, a Participating Addendum, or order. 32. WARRANTY. The warranty provided must be the manufacturers written warranty tied to the product at the time of purchase and must include the following:: (a) the Product performs according to the specifications (b) the Product is suitable for the ordinary purposes for which such Product is used, (c) the Product is designed and manufactured in a commercially reasonable manner, and (d) the Product is free of defects. For third party products sold by the Contract Vendor, the Contract Vendor will assign the manufacturer or publisher's warranty and maintenance. The Contract Vendor will provide warranty and maintenance call numbers and assist the customer in engaging the manufacturer on warranty and maintenance issues. Upon breach of the warranty, the Contract Vendor will repair or replace (at no charge to the Purchasing Entity) the Product whose nonconformance is discovered and made known to the Contract Vendor. If the repaired and/or replaced Product proves to be inadequate, or fails of its essential purpose, the Contract Vendor will refund the full amount of any payments that have been made. The rights and remedies of the parties under this Warranty are in addition to any other rights and remedies of the parties provided by law or so ordered by the court. 33. LIMITATION OF LIABILITY. NEGOTIATED. A. .CONTRACT VENDOR WILL NOT BE LIABLE FOR ANY INCIDENTAL, INDIRECT, PUNITIVE, SPECIAL OR CONSEQUENTIAL DAMAGES ARISING.OUT OF OR IN CONNECTION WITH THE PRODUCTS, SOFTWARE OR SERVICES PROVIDED HEREUNDER. EXCEPT FOR YOUR BREACH OF PAYMENT OBLIGATIONS OR CONFIDENTIALITY REQUIREMENTS, NEITHER PARTY SHALL HAVE LIABILITY FOR THE FOLLOWING: (1) LOSS OF REVENUE, INCOME, PROFIT OR SAVINGS; (2) LOST OR CORRUPTED DATA OR SOFTWARE, LOSS OF USE OF A SYSTEM OR NETWORK OR THE RECOVERY OF SUCH; (3) LOSS OF BUSINESS OPPORTUNITY; (4) BUSINESS INTERRUPTION OR DOWNTIME; OR (5) DELIVERABLES, DELL PRODUCTS OR THIRD -PARTY PRODUCTS. NOT BEING AVAILABLE FOR USE. B. CONTRACT VENDOR'S TOTAL LIABILITY FOR ANY AND ALL CLAIMS ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT AND ALL PARTICIPATING ADDENDA SOURCED FROM THIS MASTER AGREEMENT (INCLUDING ANY PRODUCTS, SOFTWARE, OR SERVICES PROVIDED HEREUNDER) SHALL NOT EXCEED THE AGGREGATE AMOUNT OF TEN MILLION DOLLARS ($10,000,000). C. THESE LIMITATIONS, EXCLUSIONS AND DISCLAIMERS SHALL APPLY TO ALL CLAIMS FOR DAMAGES, WHETHER BASED IN. CONTRACT, WARRANTY, STRICT LIABILITY, NEGLIGENCE, TORT OR OTHERWISE. THE PARTIES AGREE THAT THESE LIMITATION OF LIABILITY ARE AGREED ALLOCATIONS OF RISK CONSTITUTING IN PART THE CONSIDERATION FOR CONTRACT VENDOR'S SALE OF PRODUCTS, SOFTWARE OR SERVICES TO ORDERING ENTITY, AND SUCH LIMITATIONS WILL APPLY NOTWITHSTANDING THE FAILURE OF ESSENTIAL PURPOSE OF ANY LIMITED REMEDY AND EVEN IF A PARTY HAS BEEN ADVISED OF THE POSSIBILITY OF SUCH LIABILITIES. 34. SERVICE AGREEMENTS. NEGOTIATED. Contract Vendor may provide Services, Software or Deliverables to you in accordance with one or more "Service Agreements." "Service Agreements" are service contracts, including "Service Descriptions" available at www.dell.com/servicecontracts/us, "Statements of Work," and any other such mutually agreed upon documents. Each Service Agreement will be interpreted as a single agreement, independent of any other Service Agreement, so that all of the provisions are given: as full effect as possible. Any and all licensing, maintenance, or order specific agreements referenced within the terms and conditions of this Master agreement are agreed to only to the extent that the terms do not conflict with the terms of the Participating Addendum or the Master Agreement, and to the extent the terms are not in conflict with the Participating Entities' applicable laws. In the event of conflict the terms and conditions, the Participating Addendum, and then the Master Agreement shall take precedence, as detailed in the Order of Precedence defined herein. Notwithstanding the 14 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 56 of 812 foregoing, licensing, maintenance agreements, or order specific agreements may be further negotiated by the Contract Vendor and the potential Purchasing. Entity, provided the contractual documents are duly executed in writing. 35. SOFTWARE LICENSE. NEGOTIATED. Software (defined as any software, library, utility, tool, or other computer or program code, in object (binary) or source -code form as well as the related documentation provided by Contract Vendor to Purchasing Entity) is subject to the separate license agreements accompanying the Software, along with any product guides,' operating manuals, or other documentation included with the software media packaging or presented to Purchasing Entity during the installation or use of the Software. Purchasing Entity agrees that it will be bound by such license agreement. Any and all licensing, maintenance, or order specific agreements referenced within the terms and conditions of this Master agreement are agreed to only to the extent that the terms do not conflict with the terms of the Participating Addendum or the Master Agreement, and to the extent the terms.are not in conflict with the Participating Entities' applicable laws. In the event of conflict the terms and conditions, the Participating Addendum, and then the Master Agreement shall take precedence, as detailed in the Order of Precedence defined herein. Notwithstanding the foregoing,. licensing, maintenance agreements, or order specific agreements may be.further negotiated by the Contract Vendor and the potential Purchasing Entity, provided the contractual documents are duly executed in writing. 36. EXPORT COMPLIANCE. NEGOTIATED. Contract Vendor, Lead State and Purchasing Entities acknowledge that products (including software) sold or licensed under this Master Agreement are subject to the export control laws and regulations of the United States and other countries from which they were supplied and in which they are used and Purchasing Entity agrees to abide by those laws and regulations. Purchasing Entity warrants that any software provided by it and used as a part of the services supplied by Contract Vendor under this Master Agreement contains no encryption or to the extent that it contains encryption such software is approved for export under the relevant laws or regulations. 37. RETURNS AND EXCHANGES. NEGOTIATED. Contract Vendor's return policy can be found at www,dell.com/returnspolicy and applies to any returns and exchanges. Before returning or exchanging a Product, Purchasing Entity must contact Contract Vendor directly to obtain an authorization number to include with the return. Purchasing Entity must return Products to Contract Vendor in their original or equivalent packaging, and Purchasing Entity is responsible for risk of toss, as well as shipping and handling fees. Additional fees, including up to a 15% restocking fee, may apply. Restocking fees must be approved by the customer. If Purchasing Entity fails to follow the return or exchange instructions provided by Contract Vendor, Contract Vendor will not be responsible for any loss, damage, or modification of a Product, or processing of a Product for disposal or resale. Credit for partial returns may be less than invoice or individual component prices due to bundled or promotional pricing associated with the original purchase. This restocking fee shall not apply in the case of Contract Vendor error. 15 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 57 of 812 MASTER AGREEMENT TERMS AND CONDITIONS C. MINNESOTA TERMS AND CONDITIONS ACCEPTANCE OF PROPOSAL. CONTENT. The contents of this RFP and selected portions of response of the successful Proposer will become contractual obligations, along with the final Master Agreement, if acquisition action ensues. The Lead State is solely responsible for rendering the decision in matters of interpretation of all terms and conditions. 2. ACCESSIBILITY STANDARDS. The State of Minnesota has developed IT Accessibility Standards effective September 1, 2010, which entails, in part, the Web Content Accessibility Guidelines (WCAG) 2.0 (Level AA) and Section 508 Subparts A -D which can be viewed at http:/Iwww.mmd.admin.state.mn.us/pdf/accessibility standard. df Responders must complete the WCAG VPAT form included in the FORMS section of the RFP. The completed VPAT form will be scored based on its compliance with the Accessibility Standards. The requested WCAG VPAT applies to the responder's website to be offered under the Contract. For products offered, VPATS are only to be provided upon request by the participating entity. Upon request by the participating entity, the responder must make best efforts to provide Voluntary Product Accessibility Templates (VPATS) for all products offered in its response. Click here for link to VPATS for both Section 508 VPAT and WCAG 2.0 VPAT hftp://mn.gov/oet`/policies-and-standards/accessibilit 1#. 3. ADMINISTRATIVE PERSONNEL CHANGES. The Contract Vendor must notify the Contract Administrator of changes in the Contract Vendor's key administrative personnel, in advance and in writing. Any employee of the Contract Vendor who,: in the opinion of the State of Minnesota, is unacceptable, shall be removed from the project upon written notice to the Contract Vendor. In the event that an employee is removed pursuant to a written request from the Acquisition Management Specialist, the Contract Vendor shall have 10 working days in which to fill the vacancy with an acceptable employee. 4. AMENDMENT(S). Master Agreement amendments shall be negotiated by the Lead State with the Contract Vendor whenever necessary to address changes in the terms and conditions, costs, timetable, or increased or decreased scope of work. An approved Master Agreement amendment means one approved by the authorized signatories of the Contract Vendor and the Lead State as required bylaw. 5. AMERICANS WITH DISABILITIES ACT (ADA). DELETED. 6. AWARD OF RELATED CONTRACTS. In the event the Lead State undertakes or awards supplemental Contracts for work related to the Master Agreement or any portion thereof, the Contract Vendor shall cooperate fully with all other Contract Vendors and the State in all such cases. All. Master Agreements between subcontractors and the Contract Vendor shall include a provision requiring compliance with this section. 7. AWARD OF SUCCESSOR CONTRACTS. In the event the State undertakes or awards a successor for work related to the Contract or any portion thereof, the current Contract Vendor shall cooperate fully during the transition with all other Contract Vendors and the State in all such cases. All Master Agreements between subcontractors and the Contract Vendor shall include a provision requiring compliance with this section. 8. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION a. Certification regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — Lower Tier Covered Transactions. Instructions for certification: 1. By signing and submitting this proposal, the prospective lower tier participant [responder] is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the federal government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to whom this proposal [response] is submitted if at anytime the prospective lower tier participant learns that its certification is CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 58 of 812 was erroneous when submitted or had become erroneous by reason of changed circumstances. 4. The terms covered transaction, debarred, suspended, ineligible lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and: voluntarily excluded, as used inthis clause, have the meaning set out in the Definitions and Coverages section of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this response that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction [subcontract equal to or exceeding $25,000] with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled, "Certification Regarding Debarment, Suspension, Ineligibility,. and Voluntary Exclusion — Lower Tier Covered.Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded from covered transactions, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the list of parties excluded from federal procurement and nonprocurement programs. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to: exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under 4.8 CFR part 9, subpart 9.4, suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. b. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — Lower Tier Covered Transactions. 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 9. CHANGE REQUESTS. The Lead State reserves the right to request, during the term of the Master Agreement, changes to the products offered. Products introduced during the term of the Master Agreement shall go through a formal review process. A formai process of changing the Master Agreement shall be developed during the negotiation of the Master Agreement.. The Contract Vendor shall evaluate and recommend products for which agencies have an _expressed need. The Lead State shall require the Contract Vendor to provide a summary of its research of those products being recommended for inclusion in the Master Agreement as well as defining how adding the product will enhance the Master Agreement. The Lead State may request that products, other than those recommended, are added to the Master Agreement. In the event that the Lead State desires to add new products and services that are not included in the original Master Agreement, the Lead Staterequires that independent manufacturers and resellers cooperate with the already established Contract Vendor in order to meet the Lead State's requirements. Evidence of the need to add products or services should be demonstrated to the Lead State. The Master Agreement shall be modified via supplement or 17 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 59 of 812 amendment. The Lead State will negotiate the inclusion of the products and services with the Contract Vendor. No products or services will be added to the Master Agreement without the Lead State's prior approval. 10. CONFLICT MINERALS. Contract Vendor must provide information to the public on its website regarding the use of conflict minerals, as required by Section 13(p) of the Securities Exchange Act of 1934, as amended, and the rules promulgated thereunder. See: http://www.sec.gov/rules/final/2012/34-67716.Pdf. 11. COPYRIGHTED MATERIAL WAIVER. The Lead State reserves the right to use, reproduce andpublish proposals in any manner necessary for State agencies and local units of government to access the responses and/or to respond to request for information pursuant to Minnesota Government Data Practices Act, , including but not limited to emailing, photocopying, State Intranet/Internet postings, broadcast faxing, and direct mailing. In the event that the response contains copyrighted or trademarked materials,:it is the responder's responsibility to obtain permission for the Lead State to reproduce and publish the information, regardless of whether the responder is the manufacturer or reseller of the products listed in the materials. By signing its response, the responder certifies that it has obtained all necessary approvals for the reproduction and/or distribution of the contents of its response and agrees to indemnify, protect, save and hold the Lead State, its representatives and employees harmless from any.and all claims arising .from the violation of this section and agrees to pay all legal fees incurred by the Lead State in the defense of any such action. 12. EFFECTIVE DATE. Pursuant to Minnesota law, the Master Agreement arising from this RFP shall be effective upon the date of final execution by the Lead State, unless a later date is specified in the Master Agreement.. 13. FOREIGN OUTSOURCING OF WORK. Upon request, the Contract Vendor is required to provide information regarding the location of where services, data storage and/or location of data processing under the Master Agreement will be performed. 14. GOVERNMENT DATA PRACTICES. The Contract Vendor and the Lead State must comply with the Minnesota Government Data Practices. Act, Minn. Stat. Ch. 13, (and where applicable, if the Lead State contracting party is part of the judicial branch, with the Rules of Public Access to Records of the Judicial Branch promulgated by the Minnesota Supreme Court as the same may be amended from time to time) as it applies to all data provided by the Lead State to the Contract Vendor and all data provided to the Lead State by the Contract Vendor. In addition, the Minnesota.Government Data Practices Act applies to all data created, collected, received, stored, used, maintained, or disseminated by the Contract Vendor in accordance with the Master Agreement that is private, nonpublic, protected nonpublic, or confidential as defined by the Minnesota Government Data Practices Act, :Ch. 13 (and where applicable, that is not accessible to the public under the Rules of Public Access to Records of the Judicial Branch). In the event the Contract Vendor receives a request to release the data referred to in this article, the Contract Vendor must immediately notify the Lead State. The Lead State will give the Contract Vendor instructions concerning the release of the data to the requesting party before the data is released. The civil remedies of Minn. Stat. § 13.08, apply to the release of the data by either the Contract Vendor or the Lead State. The Contract Vendor agrees to indemnify, save, and hold the State. of Minnesota, its agent and employees, harmless from all claims arising out of, resulting from, or in any manner attributable to any violation of any provision of the Minnesota Government Data Practices Act (and where applicable, the Rules of Public Access to Records of the Judicial Branch), including legal fees and disbursements paid or incurred to enforce this provision of the Master Agreement. In the event that the Contract Vendor subcontracts any or all of the work to be performed under the Master Agreement, the Contract Vendor shall retain responsibility under the terms of this article for such work. 15. HAZARDOUS SUBSTANCES. To the extent that the goods to be supplied by the Contract Vendor contain or may create hazardous substances, harmful physical agents or infectious agents asset forth in applicable State and federal laws and regulations, the Contract Vendor must provide Material Safety Data Sheets regarding those substances. A copy must be included with each delivery. 16. HUMAN RIGHTSIAFFIRMATIVE ACTION. The Lead State requires affirmative action compliance by its Contract Vendors in accordance with Minn. Stat. § 363A.36 and Minn. R. 5000.3400 to 5000.3600. a. Covered contracts and Contract Vendors. One-time acquisitions, or a contract for a predetermined amount of goods and/or services, where the amount of your response is in excess of $100,000 requires completion of the Affirmative Action Certification page. If the solicitation is for a contract for an indeterminate amount of goods and/or services, and the State estimated total value of the contract exceeds $100,000 whether it will be a multiple award contract or not, you must complete the Affirmative Action Certification page. If the contract dollar amount or the State estimated total contract amount exceeds $100,000 and the Contract Vendor employed more than 18 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 60 of 812 40 full-time employees on a single working day during the previous 12 months in Minnesota or in the state where it has its principal place of business, the Contract Vendor must comply with the requirements of Minn. Stat. § 363A.36, subd. 1 and Minn. R. 5000.3400 to 5000.3600. A Contract Vendor covered by Minn. Stat. § 363A.36, subd. 1 and Minn. R. 5000.3400 to 5000.3600 that had more than 40 full-time employees within Minnesota on a single working day during the previous 12 months must have a certificate of compliance issued by the commissioner of the Department of Human Rights (certificate of compliance). A Contract Vendor covered by Minn. Stat. § 363A.36, subd. 1 that did not have more than 40 full-time employees on a single working day during the previous 12 months within Minnesota but that did have more than 40 full-time employees in the state where it has its principal place of business and that does not have a certificate of compliance must certify that it is in compliance with federal affirmative action requirements. b. Minn. Stat. § 363A.36, subd. 1 requires the Contract Vendor to have an affirmative action plan for the employment of minority persons, women, and qualified disabled individuals approved by the commissioner of the Department of Human Rights (commissioner) as indicated by a certificate of compliance. Minn. Stat. § 363A.36 addresses suspension or revocation of a certificate of compliance and contract consequences in that event. A contract awarded without a certificate of compliance may be voided. c. Minn, R. 5000.3400-5000.3600 implement Minn. Stat. § 363A.36. These rules include, but are not limited to, criteria for contents, approval, and implementation of affirmative action plans; procedures for issuing certificates of compliance and criteria for determining a Contract Vendor's compliance status; procedures for addressing deficiencies, sanctions, and notice and hearing; annual compliance reports; procedures for compliance review; and contract consequences for noncompliance. The specific criteria for approval or rejection of an affirmative action plan are contained in various provisions of Minn. R. 5000.3400-5000.3600 including, but not limited to, parts 5000.3420-5000.3500 and parts 5000.3552-5000.3559. d. Disabled Workers. Minn. R. 5000.3550 provides the Contract Vendor must comply with the following affirmative action requirements for disabled workers. AFFIRMATIVE ACTION FOR DISABLED WORKERS (a) The Contract Vendor must not discriminate against any employee or applicant for employment because of physical or mental disability in regard to any position for which the employee or applicant for employment is qualified. The Contract Vendor agrees to take affirmative: action to employ, advance in employment, and otherwise treat qualified disabled persons without discrimination based upon their physical or mental disability in all employment practices such as the following: employment, upgrading, demotion or transfer, recruitment, advertising, layoff or termination, rates.of pay or other forms of compensation, and selection for training, including apprenticeship. (b) The Contract Vendor agrees to comply with the rules and relevant orders of the Minnesota Department of Human Rights issued pursuant to the Minnesota Human Rights Act. (c) In the event of the Contract Vendor's noncompliance with the requirements of this clause, actions for noncompliance may be taken in accordance with Minn. Stat. § 363A.36 and the rules and relevant orders of the Minnesota Department of Human Rights issued pursuant to the Minnesota Human Rights Act. (d) The Contract Vendor agrees to post in conspicuous places, available to employees and applicants for employment, notices in a form to be prescribed by the commissioner of the Minnesota Department of Human Rights. Such notices must state the Contract Vendor's obligation under the law to take affirmative action to employ and advance in employment qualified disabled employees and applicants for employment, and the rights of applicants and employees: (e) The Contract Vendor must notify each labor union or representative of workers with which it has a collective bargaining agreement or other contract understanding, that the Contract Vendor is bound by the terms of Minn. Stat. § 363A.36 of the Minnesota Human Rights Act and is committed to take affirmative action to employ and advance in employment physically and mentally disabled persons. e. Consequences. The consequences of a Contract Vendor's failure to implement its affirmative action plan or make a good faith effort to do so include, but are not limited to, suspension or revocation of a certificate of compliance by the commissioner, refusal by the commissioner to approve subsequent plans, and termination of all or part of the Contract by the commissioner or the State. 18 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 61 of 812 f. Certification. The Contract Vendor hereby certifies that it is in compliance with the requirements of Minn. Stat. § 363A.36, subd. 1 and Minn. R. 5000.3400-5000.3600 and is aware of the consequences for noncompliance. It is agreed between the parties that Minn. Stat. 363.36 and Minn. R. 5000.3400 to 5000.3600 are incorporated into any contract between these parties based upon this specification or any modification of it. A copy of Minn. Stat. § 363A.36 and Minn. R. 5000.3440 to 5000.3600 are available upon request from the contracting agency. 17. INDEMNIFICATION. NEGOTIATED. The Contract Vendor shall indemnify, protect, save and hold harmless the Lead State and the Participating Entity, its representatives and employees, from any and all third party claims or causes of action for personal bodily injury, including death, and damage to tangible personal property, including all legal fees incurred by the Lead State and the Participating Entity arising from the negligence in the performance of the Master Agreement by the Contract Vendor or its agents, employees, or subcontractors. This clause shall not be construed .to bar any legal remedies the Contract Vendor may have with the Lead State's and Participating Entity's failure to fulfill its obligations pursuant to the Master Agreement. If the Participating Entity's laws require approval of a third party to defend Participating Entity, Participating Entity will seek such. approval and if approval is not received, Contract Vendor is not required to defend that Participating Entity. 18. INTELLECTUAL PROPERTY INDEMNIFICATION. NEGOTIATED In the event of any such claim by any third party against the Participating Entity that Products, Software, Services or Deliverables (excluding Third -Party Products and open source software) prepared or produced by Dell and delivered pursuant to this Agreement infringe or misappropriate that third party's U.S. patent, copyright, trade secret, or other intellectual property rights ("Indemnified Claims"), the Participating Entity shall promptly notify the Contract Vendor. The Contract Vendor, at its own expense, shall indemnify; defend to the extent permitted by the Participating Entity's laws, and hold harmless the Participating Entity against any loss, cost, expense, or liability (including legal fees) arising out of such a claim, whether or not such claim is successful against the Participating Entity. If Contract Vendor receives prompt notice such a claim that in the Contract Vendor's opinion is likely to result in an adverse ruling, the Contract Vendor shall at its option (1) obtain a right for the Participating Entity to continue using such Products, Deliverables or Software or allow Contract Vendor to continue performing the Services; (2) modify such Products, Software, Services or Deliverables to make them non -infringing; (3) replace such Products, Software, Services or.Deliverables with a non -infringing equivalent; or (4) refund any pre -paid fees. for the allegedly infringing Services that have not been performed or provide a reasonable depreciated or pro rata refund for the allegedly infringing Product, Deliverables or Software. Notwithstanding the foregoing, Contract Vendor shall have no obligation under this Section for any claim resulting or arising from (1) modifications of the Products, Software, Services Deliverables that were not performed by or on behalf of Contract Vendor; (2) the combination, operation, or use of the Products; Software, Services or Deliverables in connection with a third -party product, software or service (the combination of which causes the. claimed infringement); or (3) Contract Vendor's compliance with Participating Entity's written specifications or directions, including the incorporation of any software or other materials or processes provided by or requested by Participating Entity. Contract Vendor's duty to indemnify and defend under this Section is contingent upon: (x) Contract Vendor receiving prompt written notice of the third -party claim or action for which Contract Vendor must indemnify Participating Entity, (y) Contract Vendor having the right to solely control the defense and resolution of such claim or action, and (z) Participating Entity's cooperation with Contract Vendor in defending and resolving such claim or action. This Section states Participating Entity's exclusive remedies for any third -party intellectual property claim or action, and nothing in this Agreement or elsewhere will obligate Contract Vendor to provide any greater indemnity to Participating Entity. 19. JURISDICTION AND VENUE. This RFP and any ensuing Master Agreement, its amendments and supplements thereto, shall be governed by the laws of the State of Minnesota, USA. Venue for all legal proceedings arising out of the Master Agreement, or breach thereof, shall be in the State or federal court with competent jurisdiction in Ramsey County, Minnesota. By submitting a response to this Request for Proposal, a Responder voluntarily agrees to be subject to the jurisdiction of Minnesota for all proceedings arising out of this RFP, any ensuing Master Agreement, or any breach thereof. 20. LAWS AND REGULATIONS. Any and all services, articles or equipment offered and furnished must comply fully with all local, State and federal laws and regulations, including Minn. Stat. § 181.59 prohibiting discrimination and business registration requirements of the Office of the Minnesota Secretary of State. 21. NONVISUAL ACCESS STANDARDS. Pursuant to Minn. Stat. § 16C.145, the Contract Vendor shall comply with the following nonvisual technology access standards 20 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 62 of 812 a. That the effective interactive control and use of the technology, including the operating system applications programs, prompts, and format of the data presented, are readily achievable by nonvisual means; b. That the nonvisual access technology must be compatible with information technology used by other individuals with whom the blind or visually impaired individual must interact; c. That nonvisual access technology must be integrated into networks used to share communications among employees, program participants, and the public; and d. That the nonvisual access technology must have the capability of providing equivalent access by nonvisual means to telecommunications or other interconnected network services used by persons who are not blind or visually impaired. These standards do not require the installation of software or peripheral devices used for nonvisual access when the information technology is being used by individuals who are not blind or visually impaired. 22. NOTICE TO RESPONDERS. Pursuant to Minn. Stat. § 270C.65, subd. 3, Contract Vendors are required to provide. their Federal Employer Identification Number or Social Security Number. This information may be used in the enforcement of federal and State tax laws. Supplying these numbers could result in action to require a Contract Vendor to file tax returns and pay delinquent tax liabilities. These numbers will be available to federal and State tax authorities and State personnel involved in the payment of State obligations. 23. ORGANIZATIONAL. CONFLICTS OF INTEREST. The responder warrants that, to the best of its knowledge and belief, and except as otherwise disclosed, there are no relevant facts or circumstances which could give rise to organizational conflicts of interest. An .organizational conflict of interest exists when, because of existing or planned activities or because of relationships with other persons: • a Contract Vendor is unable or potentially unable to render impartial assistance or advice to the State; • the Contract Vendor's objectivity in performing the work is or might be otherwise impaired; or • the Contract Vendor has an unfair competitive advantage. The Contract Vendor agrees that if an organizational conflict of interest is discovered after award, an immediate and full disclosure in writing shall be made to the Assistant Director of the Department of Administration's Materials Management Division that shall include a description of the action the Contract Vendor has taken or proposes to take to avoid or mitigate such conflicts. If an organizational conflict of interest is determined to exist, the State may, at its discretion, cancel the Master Agreement. In the. event the Contract Vendor was aware of an organizational conflict of interest prior to the award of the Master Agreement and did not disclose the conflict to the Master Agreement Administrator, the State may terminate the Master Agreement for default. The.provisions of this clause shall be included in all subcontracts for work to be performed; and the terms "Contract, ""Contract Vendor," "Master Agreement", "Master Agreement Administrator" and "Contract Administrator" modified appropriately to preserve the State's rights. 24. PAYMENT CARD INDUSTRY DATA SECURITY STANDARD AND CARDHOLDER INFORMATION SECURITY. Contract Vendor assures all of its Network Components, Applications, Servers, and Subcontractors (if any) comply with the Payment Card Industry Data Security Standard ("PCIDSS" ).::"Network Components" shall include, but are not limited to, Contract Vendor's firewalls, switches, routers, wireless access points, network.appliances, and other security appliances; "Applications" shall include, but are not limited to, all purchased and custom external (web) applications. "Servers" shall include, but are not limited to, all of Contract Vendor's web, database, authentication, DNS, mail, proxy, and NTP servers. "Cardholder Data" shall mean any personally identifiable data associated with a cardholder; including, by way of example and without limitation, a cardholder's account number, expiration date, name, address, social security number, or telephone number. Subcontractors (if any) must be responsible for the security of all Cardholder Data in its possession; and will only use Cardholder Data for assisting cardholders in completing a transaction, providing fraud control services, or for other uses specifically required by Jaw. Contract Vendor must have a business continuity program which conforms to PCIDSS to protect Cardholder Data in the event of a major disruption in its operations or in the event of any other disaster or system failure which may occur to operations; will continue to safeguard Cardholder Data in the event this Agreement terminates or expires; and ensure that a representative or agent of the payment card industry and a representative or agent of the State shall be provided with full cooperation and access to conduct a thorough security 21 CONTRACT NO. MNWNC-408 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 63 of 812 review of Contract Vendor's operations, systems, records, procedures, rules, and practices in the event of a security intrusion in order to validate compliance with PCIDSS. 25. PERFORMANCE WHILE DISPUTE IS PENDING. Notwithstanding the existence of a dispute, the parties shall continue without delay to carry out all of their responsibilities under the Master Agreement that are not affected by the dispute. If a party fails to continue without delay to perform its responsibilities under the Master Agreement, in the accomplishment of all undisputed work, any additional cost incurred by the other parties as a result of such failure to proceed shall be borne by the responsible party. 26 - PREFERENCE. Targeted/Economically Disadvantaged. In accordance with Minn. Stat. § 16C.16, subds. 6 and 7, eligible certified targeted group (TG) businesses and certified economically disadvantaged (ED) businesses will receive a 6 percent preference on the basis of award for this RFP. The preference is applied only to the first $500,000 of the response to the RFP. Eligible TG businesses must be currently certified by the Materials Management Division prior to the bid opening date and time. To verify TG/ED certification, refer to the Materials Management Division's web site at www.mmd.admin.state.mn.usunder "Vendor Information, Directory of Certified TG/ED Vendors." To verify TG eligibility for preference, refer to the Materials Management Division's web site under "Vendor Information, Targeted Groups Eligible for Preference in State Purchasing" or call the Division's Helpline at 651.296.2600. Reciprocal Preference. In accordance with Minn. Stat. §16C.06, subd 7, the acquisition of goods or services shall be allowed a preference over a non-resident vendor from a state that gives or requires a preference to vendors from that state, the preference shall be equal to the preference given or required by the state of the non-resident vendor. If you wish to be considered a Minnesota Resident vendor you must claim that by filling out the Resident Vendor Form included in this solicitation and include it in your response. Veteran. In accordance with Minn. Stat. § 16C.16, subd. 6a, (a) Except when mandated by the federal government as a condition of receiving federal funds, the commissioner shall award up to a six percent preference in the amount bid on state procurement to certified small businesses that are majority-owned and operated by: (1) recently separated veterans who have served in active military service, at anytime on or after September 11, 2001, and who have been discharged under honorable conditions from active service, as indicated by the person's United States Department of Defense form DD -2:14 or by the commissioner of veterans affairs; (2) veterans with service -connected disabilities, as determined at anytime by the United.States Department of Veterans Affairs; or (3) any other veteran -owned small businesses certified under section 16C.19, paragraph (d). In accordance.with Minn. Stat. § 16C.19 (d), a veteran -owned small business, the. principal place of business of which is in Minnesota, is certified if it has been verified by the United States Department of Veterans Affairs as being either a veteran -owned small business or a service disabled veteran -owned small business, in accordance with Public Law 109-461 and Code of. Federal Regulations, title 38, part 74. To receive a preference the veteran -owned small business must meet the statutory requirements above by the solicitation opening date and time. The preference is applied only to the first $500,000 of the response. If responder is claiming the veteran -owned preference, attach documentation, sign and return form with response to the solicitation. Only eligible veteran -owned small businesses that meet the statutory requirements and provide adequate documentation will be given the preference. 27. PUBLIC INFORMATION. Once the information contained in the responses is deemed public information, interested parties may request to obtain the public information. You may call 651.201.2413 between the hours of 8:00 a.m. to 4:30 p.m. to arrange this. 28. PUBLICITY. Any publicity given to the program, publications or services provided resulting from a State contract for goods or services, including but not limited to notices, informational pamphlets, :press releases, research, reports, signs and similar public notices prepared by or for the Contract Vendor, or its employees individually or jointly with others, or any subcontractors, shall identify the State as the sponsoring agency and shall not be released, unless such release is a specific part of an approved work plan included in the Master Agreement prior to its approval by the State's Authorized Representative and the State's Assistant Director or designee of Materials Management Division. The Contract Vendor shall make no representations of the State's opinion or position as to. the.quality or effectiveness of the products and/or services that are the subject of the Master Agreement without the prior written consent of the 22 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 64 of 812 State's Assistant Director or designee of Materials Management Division. Representations include any publicity, including but not limited to advertisements, notices, press releases, reports, signs, and similar public notices. 29. PURCHASE ORDERS. NEGOTIATED. The State requires that there will be no minimum order requirements or charges to process an individual purchase order. The Master Agreement number and the PO number must appear on all documents (e.g., invoices, packing slips, etc.). The Ordering Entity's purchase order constitutes a binding contract. Unless otherwise expressly agreed between a Purchasing Entity and the Contract Vendor, any preprinted terms on the Purchasing Entity's purchase:order shall be given no force or effect and no terms of a purchase order that conflict with this Master Agreement or the Participating Addendum shall be binding on Contract Vendor. 30. RIGHTS RESERVED. Notwithstanding anything to the contrary, the State reserves the right to: a. reject any and all responses received; b. select, -for Master Agreements or for negotiations, a response other than that with the lowest cost; c. waive or modify any informalities, irregularities, or inconsistencies in the responses received; d. negotiate any aspect of the proposal with any responder and negotiate with more than one responder; e. request a BEST and FINAL OFFER, if the State deems it necessary and desirable; and f. terminate negotiations and select the next response providing the.best value for the State, prepare and release a new RFP; or take such other action as the State deems appropriate if negotiations fail to result in a successful Master Agreement. 39. RISK OF LOSS OR DAMAGE. The State is. relieved of all risks of loss or damage to the goods and/or equipment during periods of transportation, and installation by the Contract Vendor and in the possession of the Contract Vendor or their authorized agent. 32. SEVERABILITY. If any provision of the Master Agreement, including items incorporated by reference, is found to be illegal, unenforceable, or void, then. both the State and the Contract Vendor shall be relieved of all obligations arising under such provisions. If the remainder of the Master Agreement is capable of performance it shall not be affected by such declaration or finding and shall be fully performed. 33. STATE AUDITS (Minn. Stat. § 16C.05, subd. 5). The books, records, documents, and accounting procedures and practices of the Contract Vendor or other party, that are relevant to the Master Agreement or transaction are subject to examination by the contracting agency and either the Legislative Auditor or the State Auditor as appropriate for a minimum of six years after the end of the Master Agreement or transaction. The State reserves the right to authorize delegate(s) to audit this Master Agreement and transactions. 34. SURVIVABILITY. The following rights and duties of the State and responder will survive the expiration or cancellation of the resulting Master Agreements. These rights and duties include, but are not limited to paragraphs: Indemnification, Hold Harmless and Limitation of Liability, State Audits, Government Data Practices, Governing Law, Jurisdiction and Venue, Publicity, Intellectual Property indemnification, and Admin Fees. 35. TRADE SECRETICONFIDENTIAL INFORMATION. Any information submitted as Trade Secret must be identified and submitted per the Trade Secret Form and must meet Minnesota Trade Secret as defined in Minn. Stat. § 13.37 23 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 65 of 812 kfffffresO DEPARTMENT OF ADMINISTRATION COMPUTER EQUIPMENT 2014-2019 MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD EXHIBIT B - PRICING 1. BAND(S) AWARDED: Band 1: Desktop Band 2: Laptop Band 3: Tablet Band 4: Server Band 5: Storage. 2. PRICE STRUCTURE. The contract employs a MINIMUM discount -off baseline price list structure with category exceptions for each band. The category discounts may be higher or lower than the than the band discount. The minimum discount and categorized exceptions will be applied to all ".quantity one" procurements. An end user will be able to verify pricing using the named base line price list and the minimum discounts with the categorized exceptions provided in the Master Agreement. 3. PRICE GUARANTEE. These discounts must remain firm, or the discount may be increased, during the term of the Master Agreement. 4. BASELINE PRICE LIST. The Base Line Price is designated in the Pricing Discount Schedule. The Base Line Price List. must be accessible and verifiable by potential end users preferably on the Contract Vendor Website. All historic versions of the Baseline Price List must be made available upon request pursuant to the audit provisions. 5. PRODUCT AND SERVICE SCHEDULE (PSS). The Product and Service Schedule (PSS) identifies a complete listing of all products and services included in the awarded Master Agreement. The: PSS serves as the Contract Catalog. The PSS will be submitted to the Lead State following contract award and must be approved by the Lead State prior to the start of any sales. The PSS must be available on the Contract Vendor website for end users to verify pricing based on the minimumdiscounts with category exceptions provided off a designated base line price list. The Contract Vendor will work with each State to develop a satisfactory PSS reflecting the individual States restrictions. 6. CHANGES TO THE PSS. Contract Vendor will request changes to the PSS utilizing an Action Request Form (ARF) Submittals will be reviewed by the Lead State quarterly. Obsolete and discontinued products will be removed. 7. BULKIVOLUME PRICING. Further bulk/quantity savings may be obtained when additional quantities are requested. Additional savings are expected when competing awarded vendors for volume pricing. 8. PROMOTIONAL OFFERS. Contract Vendors may provide promotions for deeply discounted products based on their inventory and sales. The Contract Vendors will be responsible to market these offers. 9. PREMIUM SAVINGS PACKAGE PROGRAM. Contract Vendors participating in the Premium Savings Package (PSP) Program will commit to the standard configurations. The standards currently are refreshed every six months (May and November). Refresh. schedule is subject to change. See current configurations: http://www.wnpsp.com/index.html. States and other Participating Entities can choose to purchase these packages without any signing additional documents. 10. TRADE-IN. Trade -In Programs are the option of the Participating Entity. The Participating Addendum by each State may address the allowance of Trade -Ins. 11. SERVICES. Services are at the option of the Participating Entity. The Participating Addendum by each State may address service agreement terms and related travel. 24 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 66 of 812 12. LEASING. The Discount schedule will indicate if the Contract Vendor provides leasing. Participating. Entities may enter in to lease agreements if they have the legal authority to enter into these types of agreements. The Participating Addendum by each State will identify if and how leasing agreement terms will be conducted. 13. FREIGHT: All prices shall be FOB Destination, prepaid and allowed (with freight included in the price), to the address, receiving dock or warehouse as specified on the ordering agency's purchase order, In those situations in which the "deliver -to" address has no receiving dock or agents, the Contract Vendor must be able to deliver to the person specified on the PO without additional cost.. If there is a special case where inside delivery fee must be charged, the Contract Vendor will notify the customer in advance in order for the customer to determine if -the additional cost will affect the decision to utilize the Contract Vendor:. 14. DELIVERY. Delivery of ordered product should be completed within thirty (30) calendar days after receipt of an order, unless otherwise agreed to by the ordering agency. 25 CONTRACT N0. MNWNC-106 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 67 of 812 COMPUTER EQUIPMENT 2014-2019 DEPARTMENT OF ADMINISTRATION MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD EXHIBIT B - PRICING SCHEDULE BASE RUTO IMPORTANT: The minimum discount is provided, refer to Contract Vendor's Website for any additional discounts and request a quote for bulk/volume discounts. All prices shall be FOB Destination, prepaid and allowed (with freight included in the price). If there is a special case where inside delivery fee must be charged, the Contract Vendor will notify the customer in .advance. CA GORYEXC TEEPTIONB Toner F 1.5% VaIU�`Latitude, .p `tiPtex; Workstetipn, Selected t?foducts, . - H 06 Selected Promo Offers; Inspiron; Selected Latitude; SC PowerEdge; Selected Dell EMC; Dell Branded S 2.5% o...:.,1.....,i�n....... o.....e.r^...,.,en� Aviv. D -1—t— DriM., GATE_GORY'EXCEPTIQNS . r: �. Selected Third Part Products (software and eripherals) X 5% -. 1:Solar_#pri..`i'hih1:Ps;rfv=PnntPrc. _ _ . .: -.%-. -.:, ". .,:- F:. ... Setulces are;;attne,opllan or ranlapanng sates-ranlcapazing r�aQenaums<oyeacn:�rale trlay �laalessselvl�_aylenn1�r11ae1n1� a1�u ltaa�Gu>ucvGt:. �lale� tray negotiata additl+ naE service3 The.inatdnty of. Deil branded hardware rriciudes a'nne year warranty; Guslomer may purchase warranty :Upgrsdes for 2 3, 4 `or''S,yeaTs#or certain Deil,ti�anded hardware as offered;.�y Dell For Dell;starldard:warranty information .s8e till "!!v!Nyw.del! corrr'lleamlusl�riusco 'flSolutionsllimlter�=hardware-.;warranties Selected Service on Poweredge Departmental. Salvers; Directline Service; 4 -Hr On Site Critical Care Plus; O 13.3% Business CarePlus On -Site Service (alt years LEASING ite:= Next Bysiness Da Onsite extended rs ; ;Critical ;Care On=Site Service. all rs ;other Svcs . Participating Addendum ma identify if and how leasing a reement terms will be conducted. ADDITIONAL DISCOUNTSquote Dnr T�9nc.rfinn 1111..WMa 11ni4•. Cnn+ar_f w%iir Sala Ranracantntiva fnr and itinnal discaunfs for Volume nure ases. Minimum Dollar Volume Associated with Single Transaction Maximum Dollar Volume Associated with Single Transaction Cat A only, Single Transaction, Maximum of 10 ship to Locations $50,000.00 $99,999.99 Greater than or Equal to 1 % $100,000.00 $199,999.99 Greater than or Equal to 2% $200,000.00 $499,999.99 Greater than or Equal to 4% $500,000.00 $999,999.99. Greater than or Equal to 6% $1,000,000.00 No Maximum Greater than or Equal to 8% O. aL Lne IY145LUF MLIUMP111L111L L IVC] 6l00tPU VII LUMI YVIW1110. Cumulative Dell Spend "Gates' Category A Discount Adjustment to the Matdx Up to $213 13.5% $2B to $4B 14% $413 to $513 14.5% $613 to $813 15% $813 to $10B 15.5% Over $10B 16% c. Other Discounts provided: For purchases made online via Dell.com, Dell offers an additional 0.5% per purchases of Category O Services, Dell will offer a 13.5% discount 26 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 68 of 812 COMPUTER .EQUIPMENT �.. .. i IiIHOSO)hl2014-2019 . � . . ' . , DEPARTMENT of AnMrNIsrRArloN MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD EXHIBIT C -PRODUCT AND SERVICE SCHEDULE (PSS) 1. MAINTAINING THE PSS. The Product and Service Schedule (PSS) identifies a complete listing of all products and services included in the awarded Master Agreement. The PSS serves as the WSCA-NASPO Contract Catalog. The PSS will be submitted to the Lead State following contract award and must be approved by the Lead State prior to the start of any sales. The PSS must be available on the Contract Vendor website for end users to verify pricing based on the minimum discounts with category exceptions provided off a designated base line price list. The Contract Vendor will work with each State to develop a satisfactory PSS reflecting the individual States restrictions. The Contract Vendor will work to develop a PSS satisfactory to the Lead State prior to the start of sales and containing the following information: a. Band number b. Part # - SKU # c. Manufacturer d. Description e. Minimum Discount f. Category Code (This code will be refined during the approval process) g. Other fields approved by the Lead State 2. CHANGES TO THE PSS: Contract Vendor will request changes to the PSS utilizing an Action Request Form (ARF) Submittals will be reviewed by the Lead State quarterly. Obsolete and discontinued products will be removed. 3. FORMAT: The format for the final product and service schedule will be approved within 30 days of contract award. Suggested format is provided below: MANUFACTURER NAME BASELINE PRICE LIST: LINK: DATE: BAND Part # - SKU# MANUFACTURER DESCRIPTION MINIMUM DISCOUNT CATEGORY CODE 1 XYZ ABC DESKTOP 60% 1M 2 550 ZZZZZZZ LAPTOP CART 10% 2TM 3 123A ABC SUPER TABLET 25% 3A 4. THIRD PARTY PRODUCTS: A list of third party products is to be submitted to the Lead State. Approval must be received from the Lead State prior to adding third party products to the Product and Service Schedule. Master Agreement restrictions of third party products include: a. Contract Vendors can only offer Third Party Products in the bands they have been awarded. b. ContractVendor cannot offer products manufactured by another Contract Vendor holding a Minnesota WSCA-NASPO Master Agreement unless approved by. the Lead State. c. The Contract Vendor will assign the manufacturer or publisher's warranty and maintenance. The Contract Vendor will provide warranty and maintenance call numbers and assist the customer in engaging the manufacturer on warranty and maintenance issues. d. Any additions to the Third Party Product list must be submitted utilizing the Action Request Form. e. The approved Third Party Product list will be clearly posted on the Vendor provided website and updated as products are approved. 27 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 69 of 812 INVOSII)W DEPARTMENT OF ADMIN1STRAT1014 COMPUTER EQUIPMENT 2014-2019 MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD EXHIBIT D - WEBSITE IMPLEMENTATION. Within 30 calendar days of Master Agreement award, the Contract Vendor must provide a sample URL of the Master Agreement webpage to the Lead State for review and approval. The Lead State will review and determine acceptability of the website format and data. If the information is determined to be unacceptable or incorrect, the Contract Vendor will have 15 calendar days to provide revisions to the Lead State. Once the website is approved, the Contract Vendor may not make material changes to the website without notifying the Lead State and receiving written approval of the changes utilizing the Action Request Form. The Contract Vendor must continue to monitor and update the website throughout the life of the contract. Periodic audits may be conducted to ensure websites are updated and Contract Vendors will be expected to correct deficiencies. 2. WEBSITE CONTENT. The website must be separate from the Contract Vendor's commercially available (i.e., public) on-line catalog and ordering systems. Contract Vendor agrees to pursue design of a website to include the items listed below. The Lead State will review and determine acceptability of the website format and data as stated in Item 1 above. a. Baseline Price List and historic versions b. Approved Product and Service Schedule (PSS) c. Product specifications, pricing, and configuration. aids for the major product categories proposed that can be used to obtain an on-line quote d. Third Party Product list will be clearly posted on the Vendor provided website and updated as products are approved e. Link to the WSCA-NASPO EmarketCenter f. Online ordering capability with the ability to remember multiple ship to locations if applicable to product g. Contact information for order placement, service concerns (warranty and maintenance), problem reporting, and billing concerns h. Sales representatives for participating entities is Purchase order tracking j. Available Twenty-four (24) hours per day, seven (7) days per week availability, except for regularly scheduled maintenance k. Additional Terms may pot be posted on the Website without written approval of the Lead State I. Link to the WSCA-NASPO EmarketCenter if a State is participating m. Information on accessibility and accessible products n. If participating in Premium Savings Package Program, lead with these products and display prominently on the website o. Links to environmental certification, including but not limited to take-back/recycling programs, p. Information regarding the use of Conflict minerals, as required by Section 13(p) of the Securities Exchange Act of 1934, as amended, and the rules promulgated thereunder. See: http://www.sec.govlruies/final/2012/34-67716.pdf q. Service options, service agreements for negotiations when allowed by a participating addendum r. EPEAT, Energy Star, etc. s. Link to Signed Participating Addendums t. Link to Signed Master Agreement u. Link to solicitation and Response 3. TERMINATION Upon termination or expiration of the Master Agreement awarded from this RFP all websites, on-line offering systems and Electronic Catalog functions supported and/or available as part of the Master Agreement will cease and be removed from public viewing access without redirecting to another website. 28 CONTRACT No. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 70 of 812 11111ESf1f a DEPARTMENT OF ADMIN1STRAVON COMPUTER EQUIPMENT 2014 -2019 - MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD EXHIBIT E - ACTION REQUEST UPDATE FORM (ARF) The Action Request Form (ARF) provided in this document must be utilized by the Contract Vendor to provide quarterly updates of PSS and to make requests. The Action Request Forms may be reviewed quarterly by the Lead State. DATE: ATTN: WSCA-NASPO Master Agreement Administrator RE: Master Agreement # with Dear WSCA-NASPO Master Agreement Administrator: requesting the action noted below (Contract Vendor) (Contract Vendor) is providing the following update and/or Action Requested: Action Log: Verify Log is attached SELECT ACTION BELOW AND PROVIDE REQUIRED INFORMATION: _Update of Product & Service Schedule Provide summary of additions, deletions and pricing changes. NOTE: THIS WILL BE A NOTIFICATION OF CHANGES TO THE PSS, APPROVAL WILL NOT BE NEEDED _Quarterly:Self Audit Check this box to verify the Quarterly Self Audit has been completed _Third Party Product Addition ^Marketing Approval Material Website Change Miscellaneous Inquiry Provide warranty Guarantee Attach Materials for review Describe and provide link for review Provide detail (e.g. key contact change, etc.) The Contract Vendor certifies Products and Services provided meet the terms and conditions of the Master Agreement and understands they may be audited for compliance. Additional information may be requested upon submission. The Lead State may remove previously approved items throughout the life of the Master Agreement if in the best interest at its sole discretion. Contract Vendor: Name of Requester: Title of Requester: 29 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 71 of 812 11I11�S1?f a DEPARTMENT OF ADMINISTRATION COMPUTER EQUIPMENT 2014-2019 At. MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD EXHIBIT E - ACTION REQUEST FORM (ARF) ACTION REQUEST FORM LOG Submit updated Action Log with each update. Lag must provide history of previous update. CONTRACT VENDOR: Contact Name and Email (for questions): DATE: DATE ACTION REQUESTED: DATE SUBMITTED APPROVED 30 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 72 of 812 iiRnesettv DEPARTMENT OF ADMINIVRAVON COMPUTER EQUIPMENT 2014-2019 ''t MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD EXHIBIT F - REPORTING 1. OWNERSHIP: Recipient of the reports shall have exclusive ownership of the media containing the reports. The Lead State and WSCA-NASPO shall have a perpetual, irrevocable, non-exclusive, royalty free, transferable right to display, modify, copy, and otherwise use reports, data and information provided. 2. DUE DATE: Reports shall be due no later than the last day of the month following the end of the calendar quarter. 3. REQUIRED REPORTS: FROMn TO DUE Q1 January 1 March 31 Aril 30 Q2 Aril 1 June 30 July 31 Q3 July 1 September 30 October 31 Q4 October 1 December 31 January 31 3. REQUIRED REPORTS: 31 CONTRACT NO. MNWNC-1 08 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 73 of 812 Report Name Submitted to Purpose & Submittal 1 WSCA-NASPO Administrative Fee WSCA- Identify total sales and administrative fee due to WSCA- NASPO NASPO 1) Go to: hftp://www,nasoo.orgANNCPO/Calculator.aspx 2) Complete all contract report information fields 3) Enter total sales per State or Select "no sales for quarter" checkbox 4) Click on Submit button 2 WSCA-NASPO Detailed Sales WSCA- Detailed sales data by line item. Currently via an Excel Report NASPO template. Future MAY involve a portal. No modifications may be made by the Contract Vendor to the template. This report may also fulfill the reporting requirements of self audits, premium savings sales, and Bring Your Own Device Employee Sales. 3 Participating States Participating Contract Vendor may utilize the detailed sales report to report State to individual States unless otherwise directed by the State. States may require additional reporting. 4 Participating Addendum Status WSCA- Provides status of Participating Addendums. Excel Template NASPO to be provided by WSCA-NASPO. 5 Premium Saving Package (PSP) PSP Lead Additional reporting may be requested. 6 Quarterly Updates of PSS and Self Lead State Utilize the Action Request Form (ARF) Audit 31 CONTRACT NO. MNWNC-1 08 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 73 of 812 innEtsntla DEPARTMENT OF ADMINISTRATION COMPUTER EQUIPMENT 2014-2019 _*X MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD EXHIBIT G - DEFINITIONS Acceptance. See Master Agreement Terms regarding Acceptance and Acceptance Testing. Accessory. Accessories do not extend the functionality of the computer, but enhances the user experience i.e., mouse pad, monitor stand. For the purposes of this proposal, accessories are considered peripherals. Bands: For the purpose of this solicitation, there are six product bands which may be awarded. Each product band includes related peripherals and services. Responders must only respond to Bands in which they manufacture the defined product. Responder may receive an award in one or more bands for which they manufacture a product based on the evaluation. BAND 1: DESKTOP. A desktop computer is a personal computer intended for regular use at a single location. A desktop computer typically comes in several units connected together during installation: 1) the processor, 2) display monitor and 3) input devices usually a keyboard and a mouse. All operating systems for tablets are allowed. Zero Clients, Thin clients, all in ones and workstations will also be included under desktops. Ruggedized equipment may also be included in the Product and Service schedule for this band. BAND 2: LAPTOP. A laptop computer is a personal computer for mobile use. A laptop includes a display, keyboard, point device such as a touchpad and speakers into a single unit. A laptop can be used. away from an outlet using a rechargeable battery. All operating systems for tablets are allowed. Laptops will include notebooks, ultrabook, mobile thin clients, chromebooks and netbooks. Computers with mobile operating systems will also be included under laptops. Tablets that have the option to be utilized with a keyboard can be sold in this band. Ruggedized equipment may also be included in the Product and Service Schedule for this band. BAND 3: TABLET. A tablet is a mobile computer that provides a touchscreen which acts as the primary means of control. All operating systems for tablets are allowed. Ruggedized equipment may also be included as a category in the Product and Service Schedule for this band. BAND 4: SERVER. A server is a physical computer dedicated to run one or more services or applications (as a host) to serve the needs of the users of other computers on a network. This band also includes server appliances. Server appliances have their hardware and software preconfigured by the manufacturer. It also includes embedded networking components such as those found in blade chassis systems. Ruggedized equipment may also be included in the Product and Service Schedule for this band. BAND 5: STORAGE. Storage is hardware with the ability to store large amounts of data. This band includes SAN switching necessary for the proper functioning of the storage environment. Ruggedized equipment may also be included in the Product and Service Schedule for this band: Devoraes may also be offePed- under -h-ands 1 -5 Pf thQ Master Agreement-. BAND 6 REMOVED. RUGGEDIZED EQUIPMENT MAY BE SOLD IN BANDS 1-5, PROVIDED IT MEETS BAND REQUIREMENTS. Cloud Services. Delivery of computing as a service rather than a product, whereby shared resources, software and information are provided to computers and other devices as a utility over a network, such as the Internet. (Cloud Services including acquisitions structured as managed on-site services are not allowed.) Contract Vendor or Contractor. The manufacturer responsible for delivering products or performing services under the terms and conditions set forth in the Master Agreement. The Contract Vendor must ensure partners utilized in the performance of this contract adhere to all the terms and conditions. For the purposes of this RFP, the term Partner will be utilized in naming the relationship a manufacturer has with another company to market and sell the contract. Participating States will have final determination/approval if a Partner may be approved for that state in the role identified by the Contract Vendor. Components. Parts that make up a computer configuration. Configuration. The combination of hardware and software components that make up the total functioning system. Desktop. This is Band 1 of this solicitation. A desktop computer is a personal computer intended for regular use at a single location. A desktop computer typically comes in several units connected together during installation: 1) the processor, 32 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 74 of 812 2) display monitor and 3) input devices usually a keyboard and a mouse. Desktop virtualization endpoints such as zero and thin clients will also be included .underthe .Desktop Band. Energy Star®. A voluntary energy efficiency program sponsored by the U.S. Environmental Protection Agency. The Energy Star program makes identification of energy efficient computers easy by labeling products that deliver the same or better performance as comparable models while using less energy and saving money. Energy Star qualified computers and monitors automatically power down to 15 watts or less when not in use and may actually last longer than conventional products because they spend a large portion of time in a low-power sleep mode. For additional information on the Energy Star program, including product specifications and a list of qualifying: products, visit the Energy Star website at hftp://ww.w,eneLgystar.clov. EPEAT. A system for identifying more environmentally preferable computer desktops, laptops, and monitors. It includes an ANSI standard - the IEEE 1680 EPEAT standard — and website www,epeat.net to identify products manufacturers have declared as meeting the standard. EPEAT provides a clear and consistent set of performance criteria for the design of products. It is not a third -party certification program. Instead, Manufacturers self -certify that their products are in conformance with the environmental performance standard for electronic products. FOB Destination. Shipping charges are included in the price of the item and the shipped item becomes the legal property and responsibility of the receiver when. it reaches its destination unless there is acceptance testing required. FOB Inside Delivery. Special Shipping arrangements, such as inside delivery, may include additional fees payable by the Purchasing Entity. Any FOB inside delivery must be annotated on the Purchasing Entity ordering document. General Consulting. Services related to advising agencies on how best to use information technology to meet business objectives. Examples of such services would include management and administration of IT systems. Each State will have varying laws, rules, policies and procedures surrounding general consulting which need adherence. Minnesota Statute section 16C.08 defines general consulting for the State of Minnesota. https://www.revisor.mn.gov/statutes/?id=l6C.08 Laptop. This is Band 2 of this solicitation. A laptop computer is a personal computer for mobile use. A laptop includes a display, keyboard, point device such as a touchpad and speakers into a single unit. A laptop can be used away from an outlet using a rechargeable battery, Laptop Band may include notebooks, ultrabooks, and netbooks. Computers with mobile operating systems will also be included under the Laptop Band. Lead State. The State conducting this cooperative solicitation and centrally administering any resulting Master Agreement with the permission of the Signatory States. Minnesota is the Lead State for this procurement and the laws of Minnesota Statute Chapter 16C apply to this procurement. Manufacturer. A company that, as one of its primary business function, designs, assembles owns the trademark/patent and markets branded computer equipment. Master Agreement. The underlying agreement executed by and between the Lead State and the Contract Vendor. Middleware. Middleware is the software "glue" that helps programs and databases (which may be on different computers) work together. Its most basic function is to enable communication between different pieces of software. Options. An item of equipment or a feature that may be chosen as an addition to or replacement for standard equipment and features. Order. A purchase order, sales order, or other document used by a Purchasing Entity to order the Equipment. Participating Addendum. A written statement. of agreement signed by the Contract Vendor and a Participating State or other Participating Entity that clarifies the operation of this Master Agreement for the Participating Entity (e.g., ordering procedures specific to a Participating State) and may add other state -specific language or other requirements. A Participating Addendum evidences the Participant's willingness to purchase and the Contract Vendor's willingness to provide equipment under the terms and conditions of this Master Agreement with any and all exceptions noted and agreed upon. Participating States. States that utilize the Master Agreement established by the RFP and enter into a Participating Addendum which further defines their participation. Participating Entity. A Participating State, or other legal entity, properly authorized by a Participating State to enter into the Master Agreement through a Participating Addendum and that authorizes orders from the Master Agreement by Purchasing Entities. Under the WSCA-NASPO program; in some cases, local governments, political subdivisions or other entities in a State may be authorized by the chief procurement official to execute its own Participating Addendum where a Participating Addendum is not executed by the chief procurement official for that state that covers local governments, political subdivisions, or other government entities in the state. Partner. A company, authorized by the Contract Vendor and approved by the Participating State, to provide marketing, support, or other authorized contract services on behalf of the Contract Vendor in accordance with the terms and conditions of the Contract Vendor's Master Agreement. In the.RFP, Partner is the term that is used to call out the many different relationships a manufacturer may have with another company to market their product including, but not limited to agents, subcontractors,. partners, fulfillment partners, channel partners, business partners, servicing subcontractor, etc. Peripherals. A peripheral means any hardware product that can be attached to, added within or networked with personal computers, servers and storage. Peripherals extend the functionality of a computer without modifying the core components of the system. For the purposes of this proposal, peripherals are defined as including accessories. Peripherals may be manufactured by a third party, however, Contract Vendor shall not offer any peripherals manufactured by another Contract Vendor holding a Master Agreement. The Contract Vendors shall provide the warranty service and 33 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT HELL MARKETING L. P. Page 75 of 812 maintenance for all peripherals on the Master Agreement. Examples of peripheralslaccessoriesloptions I nclude but are not limited to: printers, monitors, multifunction printers, audiovisual equipment, instructional equipment, cabling, modems, networking to support server, storage and client applications such as routers, switches. Software is an option which must be related to the purchase of equipment and subject to configuration limits. Third party products are allowed to be offered as peripheralslaccessoriesloptions and may be offered in any related band. Per Transaction Multiple Unit Discount. A contractual volume discount based on dollars in a single purchase order or combination of purchase orders submitted at one time by a Participating Entity or multiple entities conducting a cooperative purchase. Premium Savings Packages. Deeply discounted standard configurations available to Purchasing Entities using the Master Agreement. This specification includes a commitment to maintain and upgrade (keep pace with the advance of technology) the standard configurations for a stated period of time or intervals. WSCA-NASPO reserves the right to expand and modify the PSP throughout the life of the contract. See http://www.wnpsp.com/index.html. Purchasing Entity — means a state, city, county; district, other political subdivision of a State, and a nonprofit organization under the laws of some states if authorized by a Participating Addendum, that issues an order against the Master Agreement and becomes financially committed to the purchase. Ruggedized. This was band 6 of this solicitation. Ruggedized refers to equipment specifically designed to operate reliably. in harsh usage environments and conditions, such as.strong vibrations, extreme temperatures and wet or dusty conditions. Services. Broadly classed as installation/de-installation, maintenance, support, training, migration, and optimization of products offered or supplied under the Master Agreement. These types of services may include, but are not limited to: warranty services, maintenance, installation, de -installation, factory integration (software or equipment components), asset management, recyclingld#osal, training and certification, pre -implementation design, disaster recovery planning and support, service desk/helpdesk, and any other directly related technical support service required for the effective operation of a product offered or supplied. Contract Vendors may offer, but participating States and entities do not have to accept, limited professional services related ONLY to the equipment and configuration of the equipment purchased through the resulting contracts. EACH PARTICIPATING STATE DETERMINES RESTRICTIONS AND NEGOTIATES TERMS FOR SERVICES. Server. This is Band 4 of this solicitation. A server is a physical computer dedicated to run one or more services or applications (as a host) to serve the needs of the users of other computers on a network. This band also includes server appliances. Server appliances have their hardware and software preconfigured by the manufacturer. It also includes embedded networking components such as those found in blade.chassis systems. Ruggedized equipment may also be included in the Product and Service Schedule for this band. Storage. This is Band 5 of this solicitation. Storage is hardware with the ability to store large amounts of data. This band includes SAN: switching necessary for the proper functioning of the storage environment. Ruggedized equipment may also be included in the Product and Service Schedule for -this band. Storage Area Network. A storage area network (SAN) is a high-speed special-purpose network (or subnetwork) that interconnects different kinds of data storage devices with associated data servers on behalf of a larger network of users. Storage as a Service (STaaS). An architecture model by which a provider allows a customer.to rent or lease storage space on the provider's hardware infrastructure on a subscription basis. E.g., manage onsite or cloud services. Software. For the purposes of this proposal, software is commercial operating off the shelf machine-readable object code instructions including microcode, firmware and operating system software that are preloaded on equipment. The term "Software" applies to all parts of software and documentation, including new releases, updates, and modifications of software. Tablet. This is Band 3 of this solicitation. A tablet is a mobile computer that provides a touchscreen which acts as the primary means of control. Tablet band may include notebooks, ultrabooks, and netbooks that are touchscreen capable. Takeback Program. The Contract Vendor's process for accepting the return of the equipment or other products at the end of life. Third Party Products. Products sold by the Contract Vendor which are manufactured by another company. Upgrade. Refers to replacement of existing software, hardware or hardware component with a newer version. Warranty. The Manufacturers general warranty tied to the product at the time of purchase. Wide Area Network orWAN. A data network that serves users across a broad geographic area and often uses transmission devices provided by common carriers. WSCA-NASPO. The WSCA-NASPO cooperative purchasing program, facilitated by the WSCA-NASPO Cooperative Purchasing Organization LLC, a 501(c)(3) limited liability company that is a subsidiary organization of the National Association of State Procurement Officials (NASPO). The WS:CA-NASPO Cooperative Purchasing Organization facilitates administration of the cooperative group contracting consortium of state chief procurement officials for the benefit of state departments, institutions, agencies, and political subdivisions and other eligible entities (i.e., colleges, school districts, counties, cities, some nonprofit organizations, etc.) for all states and the District of Columbia. The WSCA-NASPO Cooperative Development Team is identified in the Master Agreement as the recipient of reports and may be performing contract administration functions as assigned by the Lead State Contract Administrator. 34 CONTRACT NO. MNWNC-108 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT DELL MARKETING L. P. Page 76 of 812 PARTICIPATING ADDENDUM to the NASPO ValuePoint Cooperative Procurement Program COMPUTER EQUIPMENT MASTER AGREEMENT Administered by the State of Minnesota Master Agreement No: MNWNC-108 Dell Marketing, L.P. And The State of Florida Alternate Contract Source No. 43211500-WSCA-15-ACS Page 1 of 9 1. Scope: The State of Minnesota, Department of Administration, Materials Management Division publicly conducted a Request for Proposal on behalf of the State of Minnesota and the National Association of State Procurement Officials Cooperative Procurement Program (NASPO ValuePoint) resulting in Master Agreement number MNWNC-108. The Master Agreement led by the State of Minnesota along with a multi -state sourcing team, was created for use by state agencies and other entities that are authorized by that state's statutes to utilize cooperative agreements, upon written approval of the State's chief procurement official. The Master Agreement for computer equipment (desktops, laptops, tablets, servers, and storage, and ruggedized devices, including related peripherals & services) identifies the product bands awarded to the Contractor. This Participating Addendum (Addendum) is made and entered into as of the Effective Date by and between the State of Florida (Participating State) and Dell Marketing, L.P. (Contractor). This Addendum allows for purchase of computer equipment from the Master Agreement. This Addendum shall not diminish, change, or impact the rights of the Lead State with regard to the Lead State's contractual relationship with the Contractor under the terms of the Master Agreement. 2. Participation: Use of specific NASPO ValuePoint cooperative agreements by eligible users authorized by a Participating State's statutes are subject to the prior approval of the respective State Chief Procurement Officer. Issues of interpretation and eligibility for participation are solely within the authority of the State Chief Procurement Officer. 3. Order of Precedence: In the event of a conflict, the following documents shall have priority in the order set forth below: a. This Participating Addendum b. Exhibit 2, PUR 1000 c. Exhibit 1, Minnesota NASPO ValuePoint Master Agreement No. MNWNC-108. 4. Participating State Modifications or Additions to Master Agreement: A. Upon execution of this Addendum, all eligible users may purchase products and services under contract using the Florida alternate contract source number 43211500-WSCA-I5-ACS. Page 77 of 812 PARTICIPATING ADDENDUM to the NASPO ValuePoint Cooperative Procurement Program COMPUTER EQUIPMENT MASTER AGREEMENT Administered by the State of Minnesota Master Agreement No: MNWNC-108 Dell Marketing, L.P. And The State of Florida Alternate Contract Source No. 43211500-WSCA-15-ACS Page 2 of 9 Eligible users acknowledge and agree to be bound by the terms and conditions of the Master Agreement except as otherwise specified in this Addendum. 1. The following are modifications to the Master Agreement: a. PUR 1000 Form:, General Contract Conditions, is attached hereto and incorporated herein as Exhibit 2. b. Discriminatory Vendors. A vendor placed on the discriminatory vendor list pursuant to section 287.134 of the Florida Statutes may not be awarded or perform work as a contractor, supplier, sub -contractor, or consultant under a contract with any public entity; or transact business with any public entity. c. Effective Date: This Addendum shall become effective on the last date signed below and is coterminous with Exhibit 1, unless terminated earlier by the Participating State. d. Vendor Registration and Transaction Fees: In order to complete any transaction between an eligible user and the Contractor, the Contractor must be registered with the Department of State, Division of Corporations (www.sunbiz.org) and in MVFloridaMarketPlace. Section 287.042(1)(h), Florida Statutes, and Rule 60A-1.031, Florida Administrative Code, is hereby incorporated by reference. All transactions are subject to a transaction fee pursuant to the rule. e. Purchases: In order to procure products and services hereunder, eligible users shall issue purchase orders or use a purchasing card which shall reference Florida alternate contract source number 43211500-WSCA-I5-ACS. Eligible users are responsible for reviewing the terms and conditions of this Addendum including all Exhibits. f. Compliance with Laws: The Contractor shall comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of federal, State, and local agencies having jurisdiction and authority. By way of non -exhaustive example, Chapter 287 of the Florida Statutes and Rule 60A-1 of the Florida Administrative Code govern this Addendum. By way of further non -exhaustive example, the Contractor shall comply with section 274A of the Immigration and Nationalization Act, the Americans with Disabilities Act, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran's status. Violation of any laws, rules, codes, Page 78 of 812 PARTICIPATING ADDENDUM to the NASPO ValuePoint Cooperative Procurement Program COMPUTER EQUIPMENT MASTER AGREEMENT Administered by the State of Minnesota Master Agreement No: MNWNC-108 Dell Marketing, L.P. And The State of Florida Alternate Contract Source No. 43211500-WSCA-15-ACS Page 3 of 9 ordinances, or licensing requirements shall be grounds for termination or nonrenewal of this Addendum. g. Additional Eligible User Terms: If any additional ordinance, rule, or other local governmental authority requires additional contract language before an eligible user can make a purchase under this Addendum, the eligible user is responsible for entering a separate agreement with the Contractor and capturing that additional contract language therein. h. Provisions of section 287.058, Florida Statutes: The provisions of section 287.058(1)(a) - (c) and (g), Florida Statutes, are hereby incorporated by reference. i. Public Records: The Contractor shall allow public access to all documents, papers, letters, or other material made or received by the Contractor in conjunction with this Addendum, unless the records are exempt from section 24(a) of Article I of the State Constitution or subsection 119.07(1), Florida Statutes. The Participating State may unilaterally terminate this Addendum if the Contractor refuses to allow public access as required in this section. If, under this Addendum, the Contractor is providing services and is acting on behalf of the public agency as provided under subsection 119.011(2), Florida Statutes, the Contractor must: (1) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service. (2) Provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (4) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the Contractor upon termination of this Addendum and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to public agency in a format that is compatible with the information technology systems of the public agency Page 79 of 812 PARTICIPATING ADDENDUM to the NASPO ValuePoint Cooperative Procurement Program COMPUTER EQUIPMENT MASTER AGREEMENT Administered by the State of Minnesota Master Agreement No: MNWNC-108 Dell Marketing, L.P. And The State of Florida Alternate Contract Source No. 43211500-WSCA-15-ACS Page 4 of 9 j. The State of Florida's performance and obligation to pay under this Addendum is contingent upon an annual appropriation by the Legislature. The vendor shall comply with section 11.062, Florida Statutes and section 216.347, Florida Statutes, prohibiting use of funds to lobby the Legislature, Judicial, or state agencies. B. Contract Document: This Addendum and its Exhibits set forth the entire agreement between the parties with respect to the subject matter of the contract. C. Intellectual Property: The parties do not anticipate that any intellectual property will be developed as a result of this Addendum. However, any intellectual property developed as a result of this Addendum will belong to and be the sole property of the Participating State. This provision will survive the termination or expiration of the contract. D. Employment Eligibility Verification: Pursuant to State of Florida Executive Orders Nos.: 11-02 and 11-116, Contractor is required to utilize the U.S. Department of Homeland Security's E - Verify system to verify the employment of all new employees hired by the Contractor during the contract term. Also, Contractor shall require resellers/partners performing work or providing services under this Addendum to utilize the E -Verify system to verify employment of all new employees hired by the reseller/partner during the Addendum term. E. Price List/Preferred Price: The Contractor's price list will be the same as the WSCA-NASPO price list, and the Department will post a link on the Department's website to the price list posted on the WSCA-NASPO website. Contractors are encouraged to provide special pricing and/or tiered discount rates applicable to State of Florida Eligible Users wherever possible. Paragraph 4(b) of the PUR1000 is not applicable. F. Scrutinized Company List: In executing this Addendum, Contractor certifies that it is not listed on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to section 215.473, Florida Statutes. Pursuant to subsection 287.135(5), Florida Statutes, Contractor agrees the Participating State may immediately terminate this Addendum for cause if the Contractor is found to have submitted a false certification or if Contractor is placed on the Scrutinized Page 80 of 812 PARTICIPATING ADDENDUM to the NASPO ValuePoint Cooperative Procurement Program COMPUTER EQUIPMENT MASTER AGREEMENT Administered by the State of Minnesota Master Agreement No: MNWNC-108 Dell Marketing, L.P. And The State of Florida Alternate Contract Source No. 43211500-WSCA-15-ACS Page 5 of 9 Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List during the term of the Addendum. G. Orders: Any Order placed by eligible users for a product and/or service available from the Master Agreement shall be deemed to be a sale under and governed by the prices and other terms and conditions of the Master Agreement and this Addendum. The Contractor agrees to meet the following requirements: a. Provide appropriate contact information for eligible users to use for product and/or service inquiries and purchases, as well as, the most up-to-date product/service offering the Contractor is authorized to provide in accordance with the Master Agreement; and b. If orders are to be sent to resellers/partners for fulfillment then the Contractor is responsible for providing and updating this list of authorized resellers/partners for use to the Participating State/Entity. 2. Contractor must be able to accept purchase orders via fax, e-mail, or cXML as identified in H.1 below. H. Electronic Invoicing: The Contractor shall supply electronic invoices in lieu of paper-based invoices for those transactions processed through the MyFloridaMarketPlace (MFMP) within ninety (90) days from Addendum effective date. Electronic invoices shall be submitted to the agency through the Ariba Network (AN) in one of three mechanisms as listed below: 1. cXML (commerce eXtensible Markup Language) This standard establishes the data contents required for invoicing via cXML within the context of an electronic environment. This transaction set can be used for invoicing via the AN for catalog and non -catalog goods and services. The cXML format is the Ariba preferred method for e -Invoicing. 2. EDI (Electronic Data Interchange) This standard establishes the data contents of the Invoice Transaction Set (810) for use within the context of an Electronic Data Interchange (EDI) environment. This transaction set can be used for invoicing via the AN for catalog and non -catalog goods and services. Page 81 of 812 PARTICIPATING ADDENDUM to the NASPO ValuePoint Cooperative Procurement Program COMPUTER EQUIPMENT MASTER AGREEMENT Administered by the State of Minnesota Master Agreement No: MNWNC-108 Dell Marketing, L.P. And The State of Florida Alternate Contract Source No. 43211500-WSCA-15-ACS Page 6 of 9 3. PO Flip via AN The online process allows Contractors to submit invoices via the AN for catalog and non - catalog goods and services. Contractors have the ability to create an invoice directly from their Inbox in their AN account by simply "flipping" the PO into an invoice. This option does not require any special software or technical capabilities. For the purposes of this section, the Contractor warrants and represents that it is authorized and empowered to and hereby grants the State and the third party provider of MFMP, a state contractor, the right and license to use, reproduce, transmit, distribute, and publicly display within the system the information outlined above. In addition, the Contractor warrants and represents that it is authorized and empowered to and hereby grants the State and the third party provider the right and license to reproduce and display within the system the Contractor's trademarks, system marks, logos, trade dress, or other branding designation that identifies the products made available by the Contractor under the contract. The Contractor will work with the MFMP management team to obtain specific requirements for the electronic invoicing if needed. Contract Quarterly Reports: The Contractor shall submit a Quarterly Report in the required format electronically to the Participating State/Entity within 30 days of the end of the quarter. The Participating State/Entity reserves the right to require the Contractor to provide additional reports within 30 days written notice. Failure to provide the Quarterly Report or other reports requested by the Participating State/Entity may result in the Contractor being found in default and may result in termination of this Addendum. Sales will be reviewed on a quarterly basis. Should no sales be recorded in two consecutive contract quarters, the Participating State/Entity may terminate this Addendum. J. Business Review Meetings: The Participating State/Entity reserves the right to schedule business review meetings as frequently as necessary. The Participating State/Entity will provide the format for the Contractor's agenda. Prior to the meeting, the Contractor shall submit the completed agenda to the Participating State/Entity for review and acceptance. The Contractor Page 82 of 812 PARTICIPATING ADDENDUM to the NASPO ValuePoint Cooperative Procurement Program COMPUTER EQUIPMENT MASTER AGREEMENT Administered by the State of Minnesota Master Agreement No: MNWNC-108 Dell Marketing, L.P. And The State of Florida Alternate Contract Source No. 43211500-WSCA-15-ACS Page 7 of 9 shall address the agenda items and any of the Participating State/Entity's additional concerns at the meeting. Failure to comply with this section may result in the Contractor being found in default and Addendum termination. K. Commitment to Diversity in Government Contracting: The State of Florida is committed to supporting its diverse business industry and population through ensuring participation by minority-, women-, wartime-, and service -disabled veteran business enterprises in the economic life of the State. The State of Florida Mentor Protege Program connects minority-, women-, wartime-, and service -disabled veteran business enterprises with private corporations for business development mentoring. We strongly encourage firms doing business with the State of Florida to consider this initiative. For more information on the Mentor Protege Program, please contact the Office of Supplier Diversity at (850) 487-0915 or osdhelp@dms.myflofida.com. Upon request, the Contractor shall report to the Office of Supplier Diversity spend with certified and other minority business enterprises. These reports will include the period covered, the name, minority code and Federal Employer Identification Number of each minority vendor utilized during the period. Commodities and services provided by the minority business enterprise, and the amount paid to each minority vendor on behalf of each purchasing agency ordering under the terms of this Addendum. L. Resellers/Partners: The Contractor may use resellers/partners in order to provide computer equipment and services. All resellers/partners shall be the direct responsibility of the Contractor. The Contractor is responsible for all liability, terms and conditions within Master Agreement and this Addendum. The Contractors resellers/partners' participation will be in accordance with the terms and conditions set forth in the aforementioned Master Agreement and this Addendum. If a reseller/partner is authorized to conduct business on behalf of the Contractor and the reseller/partner is to receive compensation from the Contractor for its services, then any dispute between the Contractor and the reseller/partner shall be resolved between the Contractor and the reseller/partner. The State of Florida is not a party to any agreement entered into between the Contractor and its resellers/partners. The Contractor shall be responsible to report all contract sales (and pay any associated MFMP transaction fees), Page 83 of 812 PARTICIPATING ADDENDUM to the NASPO ValuePoint Cooperative Procurement Program COMPUTER EQUIPMENT MASTER AGREEMENT Administered by the State of Minnesota Master Agreement No: MNWNC-108 Dell Marketing, L.P. And The State of Florida Alternate Contract Source No. 43211500-WSCA-15-ACS Page 8 of 9 including those of any such resellers/partners and shall ensure that all such resellers/partners meet the following requirements: • Have an ACTIVE Registration with the Florida Department of State, Division of Corporations (www.sunbiz.org) • Registered in the MFMP Vendor Information Portal (https://vendor.mvfloridamarketplace.com) • Not be on the State of Florida's Convicted, Suspended, or Discriminatory lists http://www.dms.myflorida.com/business operations/State purchasing/vendor informatio n/convicted suspended discriminatory complaints vendor lists • Have a copy of e -Verify Status on file • Have a current W-9 filed with the Florida Department of Financial Services (https://flvendor.mvfloridacfo.com) M. Primary Contacts: The primary government contact individuals for this Addendum are as follows (or their named successors): Contractor Name Diane Wigington Address Dell Marketing, L.P. One Dell Way, Mailstop 8707, Round Rock, TX 78682 Telephone 512-728-4805 E-mail Diane Wigington@dell.com Participating Entitv Name Jerilyn Bailey Address Florida Department of Management Services 4050 Esplanade Way, Suite 360, Tallahassee, FL 32399-0950 Telephone 850-921-4072 E-mail jerilyn.bailey@dms.myflorida.com Page 84 of 812 PARTICIPATING ADDENDUM to the NASPO Va|uoPoint Cooperative Procurement Program COMPUTER EQUIPMENT MASTER AGREEMENT Administered by the State of Minnesota Master Agreement No: yNNVVNC-1UO Dell Marketing, LP. And The State ofFlorida Dell Contract Code VVNOOAGVV Alternate Contract Source No. 43211SUO-VV5CA-1S-ACS Page 11 of 11 Participating State: Contractor: Florida A Dell Marketing LP Name: Name: I auren D. Newberry Title: Title: Contracts Consultant Date: Date: 8/14/2015 w Roz Ingram Director of State Purchasing and Chief Prqcu�emeot Officer Please email fully executed PDF copy ofthis document to to support Page 85 of 812 PARTICIPATING ADDENDUM to the NASPO ValuePoint Cooperative Procurement Program COMPUTER EQUIPMENT MASTER AGREEMENT Administered by the State of Minnesota Master Agreement No: MNWNC-108 Dell Marketing, L.P. And The State of Florida Alternate Contract Source No. 43211500-WSCA-15-ACS Page 9 of 9 N. Warrant of Authority: Each person signing this Addendum warrants that he or she is duly authorized to do so and to bind the respective party. 7. Terms. The Participating State is agreeing to the terms of the Master Agreement only to the extent the terms are not in conflict with applicable law. IN WITNESS WHEREOF, the parties have executed this Addendum as of the date of execution by Contractor below. Participating State: Florida Contractor: (Insert Vendor Name Mere) By: By: Name: Name: Title: Title: Date: Date: Florida's Chief Procurement Officer: By: Name: Roz Ingram Title: Director of State Purchasing and Chief Procurement Officer Date: Please email fully executed PDF copy of this document to.PA@naspovaluepoint.org to support documentation of participation and posting in appropriate data bases. Page 86 of 812 State of Florida PUR 1000 General Contract Conditions Contents 1. Definitions. 2. Purchase Orders. 3. Product Version. 4. Price Changes Applicable only to Term Contracts. 5. Additional Quantities. 6. Packaging. 7. Inspection at Contractor's Site. 8. Safety Standards. 9. Americans with Disabilities Act. 10. Literature. 11. Transportation and Delivery. 12. Installation. 13. Risk of Loss. 14. Transaction Fee. 15. Invoicing and Payment. 16. Taxes. 17. Governmental Restrictions. 18. Lobbying and Integrity. 19. Indemnification. 20. Limitation of Liability. 21. Suspension of Work. 22. Termination for Convenience. 23. Termination for Cause. 24. Force Majeure, Notice of Delay, and No Damages for Delay. 25. Changes. 26. Renewal. 27. Purchase Order Duration. 28. Advertising. 29. Assignment. 30. Antitrust Assignment 31. Dispute Resolution. 32. Employees, Subcontractors, and Agents. 33. Security and Confidentiality. 34. Contractor Employees, Subcontractors, and Other Agents. 35. Insurance Requirements. 36. Warranty of Authority. 37. Warranty of Ability to Perform. 38. Notices. 39. Leases and Installment Purchases. 40. Prison Rehabilitative Industries and Diversified Enterprises, Inc. (PRIDE). PUR 1000 (10/06) Page 1 of 14 60A-1.002, F.A.C. Page 87 of 812 41. Products Available from the Blind or Other Handicapped. 42. Modification of Terms. 43. Cooperative Purchasing. 44. Waiver. 45. Annual Appropriations. 46. Execution in Counterparts. 47. Severability. 1. Definitions. The definitions contained in s. 60A-1.001, F.A.C. shall apply to this agreement. The following additional terms are also defined: (a) "Contract" means the legally enforceable agreement that results from a successful solicitation. The parties to the Contract will be the Customer and Contractor. (b) "Customer" means the State agency or other entity identified in a contract as the party to receive commodities or contractual services pursuant to a contract or that orders commodities or contractual services via purchase order or other contractual instrument from the Contractor under the Contract. The "Customer" may also be the "Buyer" as defined in the PUR 1001 if it meets the definition of both terms. (c) "Product" means any deliverable under the Contract, which may include commodities, services, technology or software. (d) "Purchase order" means the form or format a Customer uses to make a purchase under the Contract (e.g., a formal written purchase order, electronic purchase order, procurement card, contract or other authorized means). 2. Purchase Orders. In contracts where commodities or services are ordered by the Customer via purchase order, Contractor shall not deliver or furnish products until a Customer transmits a purchase order. All purchase orders shall bear the Contract or solicitation number, shall be placed by the Customer directly with the Contractor, and shall be deemed to incorporate by reference the Contract and solicitation terms and conditions. Any discrepancy between the Contract terms and the terms stated on the Contractor's order form, confirmation, or acknowledgement shall be resolved in favor of terms most favorable to the Customer. A purchase order for services within the ambit of section 287.058(1) of the Florida Statutes shall be deemed to incorporate by reference the requirements of subparagraphs (a) through (f) thereof. Customers shall designate a contract manager and a contract administrator as required by subsections 287.057(15) and (16) of the Florida Statutes. 3. Product Version. Purchase orders shall be deemed to reference a manufacturer's most recently release model or version of the product at the time of the order, unless the Customer specifically requests in writing an earlier model or version and the contractor is willing to provide such model or version. PUR 1000 (10/06) Page 2 of 14 60A-1.002, F.A.C. Page 88 of 812 4. Price Changes Applicable only to Term Contracts. If this is a term contract for commodities or services, the following provisions apply. (a) Quantity Discounts. Contractors are urged to offer additional discounts for one time delivery of large single orders. Customers should seek to negotiate additional price concessions on quantity purchases of any products offered under the Contract. State Customers shall document their files accordingly. (b) Best Pricing Offer. During the Contract term, if the Customer becomes aware of better pricing offered by the Contractor for substantially the same or a smaller quantity of a product outside the Contract, but upon the same or similar terms of the Contract, then at the discretion of the Customer the price under the Contract shall be immediately reduced to the lower price. (c) Sales Promotions. In addition to decreasing prices for the balance of the Contract term due to a change in market conditions, a Contractor may conduct sales promotions involving price reductions for a specified lesser period. A Contractor shall submit to the Contract Specialist documentation identifying the proposed (1) starting and ending dates of the promotion, (2) products involved, and (3) promotional prices compared to then - authorized prices. Promotional prices shall be available to all Customers. Upon approval, the Contractor shall provide conspicuous notice of the promotion. (d) Trade -In. Customers may trade-in equipment when making purchases from the Contract. A trade-in shall be negotiated between the Customer and the Contractor. Customers are obligated to actively seek current fair market value when trading equipment, and to keep accurate records of the process. For State agencies, it may be necessary to provide documentation to the Department of Financial Services and to the agency property custodian pursuant to Chapter 273, F.S. (e) Equitable Adjustment. The Customer may, in its sole discretion, make an equitable adjustment in the Contract terms or pricing if pricing or availability of supply is affected by extreme and unforeseen volatility in the marketplace, that is, by circumstances that satisfy all the following criteria: (1) the volatility is due to causes wholly beyond the Contractor's control, (2) the volatility affects the marketplace or industry, not just the particular Contract source of supply, (3) the effect on pricing or availability of supply is substantial, and (4) the volatility so affects the Contractor that continued performance of the Contract would result in a substantial loss. 5. Additional Quantities. For a period not exceeding ninety (90) days from the date of solicitation award, the Customer reserves the right to acquire additional quantities up to the amount shown on the solicitation but not to exceed the threshold for Category Two at the prices submitted in the response to the solicitation. 6. Packaging. Tangible product shall be securely and properly packed for shipment, storage, and stocking in appropriate, clearly labeled, shipping containers and according to accepted PUR 1000 (10/06) Page 3 of 14 60A-1.002, F.A.C. Page 89 of 812 commercial practice, without extra charge for packing materials, cases, or other types of containers. All containers and packaging shall become and remain Customer's property. 7. Inspection at Contractor's Site. The Customer reserves the right to inspect, at any reasonable time with prior notice, the equipment or product or plant or other facilities of a Contractor to assess conformity with Contract requirements and to determine whether they are adequate and suitable for proper and effective Contract performance. 8. Safety Standards. All manufactured items and fabricated assemblies subject to operation under pressure, operation by connection to an electric source, or operation involving connection to a manufactured, natural, or LP gas source shall be constructed and approved in a manner acceptable to the appropriate State inspector. Acceptability customarily requires, at a minimum, identification marking of the appropriate safety standard organization, where such approvals of listings have been established for the type of device offered and furnished, for example: the American Society of Mechanical Engineers for pressure vessels; the Underwriters Laboratories and/or National Electrical Manufacturers' Association for electrically operated assemblies; and the American Gas Association for gas -operated assemblies. In addition, all items furnished shall meet all applicable requirements of the Occupational Safety and Health Act and state and federal requirements relating to clean air and water pollution. 9. Americans with Disabilities Act. Contractors should identify any products that may be used or adapted for use by visually, hearing, or other physically impaired individuals. 10. Literature. Upon request, the Contractor shall furnish literature reasonably related to the product offered, for example, user manuals, price schedules, catalogs, descriptive brochures, etc. 11. Transportation and Delivery. Prices shall include all charges for packing, handling, freight, distribution, and inside delivery. Transportation of goods shall be FOB Destination to any point within thirty (30) days after the Customer places an Order. A Contractor, within five (5) days after receiving a purchase order, shall notify the Customer of any potential delivery delays. Evidence of inability or intentional delays shall be cause for Contract cancellation and Contractor suspension. 12. Installation. Where installation is required, Contractor shall be responsible for placing and installing the product in the required locations at no additional charge, unless otherwise designated on the Contract or purchase order. Contractor's authorized product and price list shall clearly and separately identify any additional installation charges. All materials used in the installation shall be of good quality and shall be free of defects that would diminish the appearance of the product or render it structurally or operationally unsound. Installation includes the furnishing of any equipment, rigging, and materials required to install or replace the product in the proper location. Contractor shall protect the site from damage and shall repair damages or injury caused during installation by Contractor or its employees or agents. If any alteration, dismantling, excavation, etc., is required to achieve installation, the Contractor shall promptly restore the structure or site to its original condition. Contractor PUR 1000 (10/06) Page 4 of 14 60A-1.002, F.A.C. Page 90 of 812 shall perform installation work so as to cause the least inconvenience and interference with Customers and with proper consideration of others on site. Upon completion of the installation, the location and surrounding area of work shall be left clean and in a neat and unobstructed condition, with everything in satisfactory repair and order. 13. Risk of Loss. Matters of inspection and acceptance are addressed in s. 215.422, F.S. Until acceptance, risk of loss or damage shall remain with the Contractor. The Contractor shall be responsible for filing, processing, and collecting all damage claims. To assist the Contractor with damage claims, the Customer shall: record any evidence of visible damage on all copies of the delivering carrier's Bill of Lading; report damages to the carrier and the Contractor; and provide the Contractor with a copy of the carrier's Bill of Lading and damage inspection report. When a Customer rejects a product, Contractor shall remove it from the premises within ten days after notification or rejection. Upon rejection notification, the risk of loss of rejected or non -conforming product shall remain with the Contractor. Rejected product not removed by the Contractor within ten days shall be deemed abandoned by the Contractor, and the Customer shall have the right to dispose of it as its own property. Contractor shall reimburse the Customer for costs and expenses incurred in storing or effecting removal or disposition of rejected product. 14. Transaction Fee. The State of Florida has instituted MyFloridaMarketPlace, a statewide eProcurement System ("System"). Pursuant to section 287.057(23), Florida Statutes (2002), all payments shall be assessed a Transaction Fee of one percent (1.0%), which the Contractor shall pay to the State, unless exempt pursuant to 60A-1.032, F.A.C. For payments within the State accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the Contractor. If automatic deduction is not possible, the Contractor shall pay the Transaction Fee pursuant to Rule 60A-1.031(2), F.A.C. By submission of these reports and corresponding payments, Contractor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee. Contractor shall receive a credit for any Transaction Fee paid by the Contractor for the purchase of any item(s) if such item(s) are returned to the Contractor through no fault, act, or omission of the Contractor. Notwithstanding the foregoing, a Transaction Fee is non- refundable when an item is rejected or returned, or declined, due to the Contractor's failure to perform or comply with specifications or requirements of the agreement. Failure to comply with these requirements shall constitute grounds for declaring the Contractor in default and recovering reprocurement costs from the Contractor in addition to all outstanding fees. CONTRACTORS DELINQUENT IN PAYING TRANSACTION FEES MAY BE SUBJECT TO BEING REMOVED FROM THE DEPARTMENT OF MANAGEMENT SERVICES' VENDOR LIST AS PROVIDED IN RULE 60A-1.006, F.A.C. 15. Invoicing and Payment. Invoices shall contain the Contract number, purchase order number if applicable, and the appropriate vendor identification number. The State may require any PUR 1000 (10/06) Page 5 of 14 60A-1.002, F.A.C. Page 91 of 812 other information from the Contractor that the State deems necessary to verify any purchase order placed under the Contract. At the State's option, Contractors may be required to invoice electronically pursuant to guidelines of the Department of Management Services. Current guidelines require that Contractor supply electronic invoices in lieu of paper-based invoices for those transactions processed through the system. Electronic invoices shall be submitted to the Customer through the Ariba Supplier Network (ASN) in one of the following mechanisms — EDI 810, cXML, or web -based invoice entry within the ASN. Payment shall be made in accordance with sections 215.422 and 287.0585 of the Florida Statutes, which govern time limits for payment of invoices. Invoices that must be returned to a Contractor due to preparation errors will result in a delay in payment. Contractors may call (850) 413-7269 Monday through Friday to inquire about the status of payments by State Agencies. The Customer is responsible for all payments under the Contract. A Customer's failure to pay, or delay in payment, shall not constitute a breach of the Contract and shall not relieve the Contractor of its obligations to the Department or to other Customers. 16. Taxes. The State does not pay Federal excise or sales taxes on direct purchases of tangible personal property. The State will not pay for any personal property taxes levied on the Contractor or for any taxes levied on employees' wages. Any exceptions to this paragraph shall be explicitly noted by the Customer in the special contract conditions section of the solicitation or in the Contract or purchase order. 17. Governmental Restrictions. If the Contractor believes that any governmental restrictions have been imposed that require alteration of the material, quality, workmanship or performance of the products offered under the Contract, the Contractor shall immediately notify the Customer in writing, indicating the specific restriction. The Customer reserves the right and the complete discretion to accept any such alteration or to cancel the Contract at no further expense to the Customer. 18. Lobbying and Integrity. Customers shall ensure compliance with Section 11.062, FS and Section 216.347, FS.The Contractor shall not, in connection with this or any other agreement with the State, directly or indirectly (1) offer, confer, or agree to confer any pecuniary benefit on anyone as consideration for any State officer or employee's decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty, or (2) offer, give, or agree to give to anyone any gratuity for the benefit of, or at the direction or request of, any State officer or employee. For purposes of clause (2), "gratuity" means any payment of more than nominal monetary value in the form of cash, travel, entertainment, gifts, meals, lodging, loans, subscriptions, advances, deposits of money, services, employment, or contracts of any kind. Upon request of the Customer's Inspector General, or other authorized State official, the Contractor shall provide any type of information the Inspector General deems relevant to the Contractor's integrity or responsibility. Such information may include, but shall not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor shall retain such records for the longer of (1) three years after the expiration of the PUR 1000 (10/06) Page 6 of 14 60A-1.002, F.A.C. Page 92 of 812 Contract or (2) the period required by the General Records Schedules maintained by the Florida Department of State (available at: http://dos.myflorida.com/library-archives/records- management/general-records-schedules/). The Contractor agrees to reimburse the State for the reasonable costs of investigation incurred by the Inspector General or other authorized State official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State which results in the suspension or debarment of the Contractor. Such costs shall include, but shall not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor shall not be responsible for any costs of investigations that do not result in the Contractor's suspension or debarment. 19. Indemnification. The Contractor shall be fully liable for the actions of its agents, employees, partners, or subcontractors and shall fully indemnify, defend, and hold harmless the State and Customers, and their officers, agents, and employees, from suits, actions, damages, and costs of every name and description, including attorneys' fees, arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by Contractor, its agents, employees, partners, or subcontractors, provided, however, that the Contractor shall not indemnify for that portion of any loss or damages proximately caused by the negligent act or omission of the State or a Customer. Further, the Contractor shall fully indemnify, defend, and hold harmless the State and Customers from any suits, actions, damages, and costs of every name and description, including attorneys' fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret or intellectual property right, provided, however, that the foregoing obligation shall not apply to a Customer's misuse or modification of Contractor's products or a Customer's operation or use of Contractor's products in a manner not contemplated by the Contract or the purchase order. If any product is the subject of an infringement suit, or in the Contractor's opinion is likely to become the subject of such a suit, the Contractor may at its sole expense procure for the Customer the right to continue using the product or to modify it to become non -infringing. If the Contractor is not reasonably able to modify or otherwise secure the Customer the right to continue using the product, the Contractor shall remove the product and refund the Customer the amounts paid in excess of a reasonable rental for past use. The customer shall not be liable for any royalties. The Contractor's obligations under the preceding two paragraphs with respect to any legal action are contingent upon the State or Customer giving the Contractor (1) written notice of any action or threatened action, (2) the opportunity to take over and settle or defend any such action at Contractor's sole expense, and (3) assistance in defending the action at Contractor's sole expense. The Contractor shall not be liable for any cost, expense, or compromise incurred or made by the State or Customer in any legal action without the Contractor's prior written consent, which shall not be unreasonably withheld. 20. Limitation of Liability. For all claims against the Contractor under any contract or purchase order, and regardless of the basis on which the claim is made, the Contractor's liability under a contract or purchase order for direct damages shall be limited to the greater of $100,000, the dollar amount of the contract or purchase order, or two times the charges rendered by the PUR 1000 (10/06) Page 7 of 14 60A-1.002, F.A.C. Page 93 of 812 Contractor under the purchase order. This limitation shall not apply to claims arising under the Indemnity paragraph contain in this agreement. Unless otherwise specifically enumerated in the Contract or in the purchase order, no party shall be liable to another for special, indirect, punitive, or consequential damages, including lost data or records (unless the contract or purchase order requires the Contractor to back-up data or records), even if the party has been advised that such damages are possible. No party shall be liable for lost profits, lost revenue, or lost institutional operating savings. The State and Customer may, in addition to other remedies available to them at law or equity and upon notice to the Contractor, retain such monies from amounts due Contractor as may be necessary to satisfy any claim for damages, penalties, costs and the like asserted by or against them. The State may set off any liability or other obligation of the Contractor or its affiliates to the State against any payments due the Contractor under any contract with the State. 21. Suspension of Work. The Customer may in its sole discretion suspend any or all activities under the Contract or purchase order, at any time, when in the best interests of the State to do so. The Customer shall provide the Contractor written notice outlining the particulars of suspension. Examples of the reason for suspension include, but are not limited to, budgetary constraints, declaration of emergency, or other such circumstances. After receiving a suspension notice, the Contractor shall comply with the notice and shall not accept any purchase orders. Within ninety days, or any longer period agreed to by the Contractor, the Customer shall either (1) issue a notice authorizing resumption of work, at which time activity shall resume, or (2) terminate the Contract or purchase order. Suspension of work shall not entitle the Contractor to any additional compensation. 22. Termination for Convenience. The Customer, by written notice to the Contractor, may terminate the Contract in whole or in part when the Customer determines in its sole discretion that it is in the State's interest to do so. The Contractor shall not furnish any product after it receives the notice of termination, except as necessary to complete the continued portion of the Contract, if any. The Contractor shall not be entitled to recover any cancellation charges or lost profits. 23. Termination for Cause. The Customer may terminate the Contract if the Contractor fails to (1) deliver the product within the time specified in the Contract or any extension, (2) maintain adequate progress, thus endangering performance of the Contract, (3) honor any term of the Contract, or (4) abide by any statutory, regulatory, or licensing requirement. Rule 60A-1.006(3), F.A.C., governs the procedure and consequences of default. The Contractor shall continue work on any work not terminated. Except for defaults of subcontractors at any tier, the Contractor shall not be liable for any excess costs if the failure to perform the Contract arises from events completely beyond the control, and without the fault or negligence, of the Contractor. If the failure to perform is caused by the default of a subcontractor at any tier, and if the cause of the default is completely beyond the control of both the Contractor and the subcontractor, and without the fault or negligence of either, the Contractor shall not be liable for any excess costs for failure to perform, unless the subcontracted products were obtainable from other sources in sufficient time for the Contractor to meet the required delivery schedule. If, after termination, it is determined that PUR 1000 (10/06) Page 8 of 14 60A-1.002, F.A.C. Page 94 of 812 the Contractor was not in default, or that the default was excusable, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Customer. The rights and remedies of the Customer in this clause are in addition to any other rights and remedies provided by law or under the Contract. 24. Force Majeure, Notice of Delay, and No Damages for Delay. The Contractor shall not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of the Contractor or its employees or agents contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the Contractor's control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to the Contractor. In case of any delay the Contractor believes is excusable, the Contractor shall notify the Customer in writing of the delay or potential delay and describe the cause of the delay either (1) within ten (10) days after the cause that creates or will create the delay first arose, if the Contractor could reasonably foresee that a delay could occur as a result, or (2) if delay is not reasonably foreseeable, within five (5) days after the date the Contractor first had reason to believe that a delay could result. THE FOREGOING SHALL CONSTITUTE THE CONTRACTOR'S SOLE REMEDY OR EXCUSE WITH RESPECT TO DELAY. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages, other than for an extension of time, shall be asserted against the Customer. The Contractor shall not be entitled to an increase in the Contract price or payment of any kind from the Customer for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist the Contractor shall perform at no increased cost, unless the Customer determines, in its sole discretion, that the delay will significantly impair the value of the Contract to the State or to Customers, in which case the Customer may (1) accept allocated performance or deliveries from the Contractor, provided that the Contractor grants preferential treatment to Customers with respect to products subjected to allocation, or (2) purchase from other sources (without recourse to and by the Contractor for the related costs and expenses) to replace all or part of the products that are the subject of the delay, which purchases may be deducted from the Contract quantity, or (3) terminate the Contract in whole or in part. 25. Changes. The Customer may unilaterally require, by written order, changes altering, adding to, or deducting from the Contract specifications, provided that such changes are within the general scope of the Contract. The Customer may make an equitable adjustment in the Contract price or delivery date if the change affects the cost or time of performance. Such equitable adjustments require the written consent of the Contractor, which shall not be unreasonably withheld. If unusual quantity requirements arise, the Customer may solicit separate bids to satisfy them. 26. Renewal. Upon mutual agreement, the Customer and the Contractor may renew the Contract, in whole or in part, for a period that may not exceed 3 years or the term of the contract, whichever period is longer. Any renewal shall specify the renewal price, as set forth in the PUR 1000 (10/06) Page 9 of 14 60A-1.002, F.A.C. Page 95 of 812 solicitation response. The renewal must be in writing and signed by both parties, and is contingent upon satisfactory performance evaluations and subject to availability of funds. 27. Purchase Order Duration. Purchase orders issued pursuant to a state term or agency contract must be received by the Contractor no later than close of business on the last day of the contract's term to be considered timely. The Contractor is obliged to fill those orders in accordance with the contract's terms and conditions. Purchase orders received by the contractor after close of business on the last day of the state term or agency contract's term shall be considered void. Purchase orders for a one-time delivery of commodities or performance of contractual services shall be valid through the performance by the Contractor, and all terms and conditions of the state term or agency contract shall apply to the single delivery/performance, and shall survive the termination of the Contract. Contractors are required to accept purchase orders specifying delivery schedules exceeding the contracted schedule even when such extended delivery will occur after expiration of the state term or agency contract. For example, if a state term contract calls for delivery 30 days after receipt of order (ARO), and an order specifies delivery will occur both in excess of 30 days ARO and after expiration of the state term contract, the Contractor will accept the order. However, if the Contractor expressly and in writing notifies the ordering office within ten (10) calendar days of receipt of the purchase order that Contractor will not accept the extended delivery terms beyond the expiration of the state term contract, then the purchase order will either be amended in writing by the ordering entity within ten (10) calendar days of receipt of the contractor's notice to reflect the state term contract delivery schedule, or it shall be considered withdrawn. The duration of purchase orders for recurring deliveries of commodities or performance of services shall not exceed the expiration of the state term or agency contract by more than twelve months. However, if an extended pricing plan offered in the state term or agency contract is selected by the ordering entity, the contract terms on pricing plans and renewals shall govern the maximum duration of purchase orders reflecting such pricing plans and renewals. Timely purchase orders shall be valid through their specified term and performance by the Contractor, and all terms and conditions of the state term or agency contract shall apply to the recurring delivery/performance as provided herein, and shall survive the termination of the Contract. Ordering offices shall not renew a purchase order issued pursuant to a state term or agency contract if the underlying contract expires prior to the effective date of the renewal. 28. Advertising. Subject to Chapter 119, Florida Statutes, the Contractor shall not publicly disseminate any information concerning the Contract without prior written approval from the Customer, including, but not limited to mentioning the Contract in a press release or other promotional material, identifying the Customer or the State as a reference, or otherwise PUR 1000 (10/06) Page 10 of 14 60A-1.002, F.A.C. Page 96 of 812 linking the Contractor's name and either a description of the Contract or the name of the State or the Customer in any material published, either in print or electronically, to any entity that is not a party to Contract, except potential or actual authorized distributors, dealers, resellers, or service representative. 29. Assignment. The Contractor shall not sell, assign or transfer any of its rights, duties or obligations under the Contract, or under any purchase order issued pursuant to the Contract, without the prior written consent of the Customer. In the event of any assignment, the Contractor remains secondarily liable for performance of the contract, unless the Customer expressly waives such secondary liability. The Customer may assign the Contract with prior written notice to Contractor of its intent to do so. 30. Antitrust Assignment. The Contractor and the State of Florida recognize that in actual economic practice, overcharges resulting from antitrust violations are in fact usually borne by the State of Florida. Therefore, the contractor hereby assigns to the State of Florida any and all claims for such overcharges as to goods, materials or services purchased in connection with the Contract. 31. Dispute Resolution. Any dispute concerning performance of the Contract shall be decided by the Customer's designated contract manager, who shall reduce the decision to writing and serve a copy on the Contractor. The decision shall be final and conclusive unless within twenty one (21) days from the date of receipt, the Contractor files with the Customer a petition for administrative hearing. The Customer's decision on the petition shall be final, subject to the Contractor's right to review pursuant to Chapter 120 of the Florida Statutes. Exhaustion of administrative remedies is an absolute condition precedent to the Contractor's ability to pursue any other form of dispute resolution; provided, however, that the parties may employ the alternative dispute resolution procedures outlined in Chapter 120. Without limiting the foregoing, the exclusive venue of any legal or equitable action that arises out of or relates to the Contract shall be the appropriate state court in Leon County, Florida; in any such action, Florida law shall apply and the parties waive any right to jury trial. 32. Employees, Subcontractors, and Agents. All Contractor employees, subcontractors, or agents performing work under the Contract shall be properly trained technicians who meet or exceed any specified training qualifications. Upon request, Contractor shall furnish a copy of technical certification or other proof of qualification. All employees, subcontractors, or agents performing work under the Contract must comply with all security and administrative requirements of the Customer and shall comply with all controlling laws and regulations relevant to the services they are providing under the Contract. The State may conduct, and the Contractor shall cooperate in, a security background check or otherwise assess any employee, subcontractor, or agent furnished by the Contractor. The State may refuse access to, or require replacement of, any personnel for cause, including, but not limited to, technical or training qualifications, quality of work, change in security status, or non-compliance with a Customer's security or other requirements. Such approval shall not relieve the Contractor of its obligation to perform all work in compliance with the Contract. The State may reject PUR 1000 (10/06) Page 11 of 14 60A-1.002, F.A.C. Page 97 of 812 and bar from any facility for cause any of the Contractor's employees, subcontractors, or agents. 33. Security and Confidentiality. The Contractor shall comply fully with all security procedures of the United States, State of Florida and Customer in performance of the Contract. The Contractor shall not divulge to third parties any confidential information obtained by the Contractor or its agents, distributors, resellers, subcontractors, officers or employees in the course of performing Contract work, including, but not limited to, security procedures, business operations information, or commercial proprietary information in the possession of the State or Customer. The Contractor shall not be required to keep confidential information or material that is publicly available through no fault of the Contractor, material that the Contractor developed independently without relying on the State's or Customer's confidential information, or material that is otherwise obtainable under State law as a public record. To insure confidentiality, the Contractor shall take appropriate steps as to its personnel, agents, and subcontractors. The warranties of this paragraph shall survive the Contract. 34. Contractor Employees, Subcontractors, and Other Agents. The Customer and the State shall take all actions necessary to ensure that Contractor's employees, subcontractors and other agents are not employees of the State of Florida. Such actions include, but are not limited to, ensuring that Contractor's employees, subcontractors, and other agents receive benefits and necessary insurance (health, workers' compensations, and unemployment) from an employer other than the State of Florida. 35. Insurance Requirements. During the Contract term, the Contractor at its sole expense shall provide commercial insurance of such a type and with such terms and limits as may be reasonably associated with the Contract. Providing and maintaining adequate insurance coverage is a material obligation of the Contractor. Upon request, the Contractor shall provide certificate of insurance. The limits of coverage under each policy maintained by the Contractor shall not be interpreted as limiting the Contractor's liability and obligations under the Contract. All insurance policies shall be through insurers authorized or eligible to write policies in Florida. 36. Warranty of Authority. Each person signing the Contract warrants that he or she is duly authorized to do so and to bind the respective party to the Contract. 37. Warranty of Ability to Perform. The Contractor warrants that, to the best of its knowledge, there is no pending or threatened action, proceeding, or investigation, or any other legal or financial condition, that would in any way prohibit, restrain, or diminish the Contractor's ability to satisfy its Contract obligations. The Contractor warrants that neither it nor any affiliate is currently on the convicted vendor list maintained pursuant to section 287.133 of the Florida Statutes, or on any similar list maintained by any other state or the federal government. The Contractor shall immediately notify the Customer in writing if its ability to perform is compromised in any manner during the term of the Contract. 38. Notices. All notices required under the Contract shall be delivered by certified mail, return receipt requested, by reputable air courier service, or by personal delivery to the agency PUR 1000 (10/06) Page 12 of 14 60A-1.002, F.A.C. Page 98 of 812 designee identified in the original solicitation, or as otherwise identified by the Customer. Notices to the Contractor shall be delivered to the person who signs the Contract. Either designated recipient may notify the other, in writing, if someone else is designated to receive notice. 39. Leases and Installment Purchases. Prior approval of the Chief Financial Officer (as defined in Section 17.001, F.S.) is required for State agencies to enter into or to extend any lease or installment -purchase agreement in excess of the Category Two amount established by section 287.017 of the Florida Statutes. 40. Prison Rehabilitative Industries and Diversified Enterprises, Inc. (PRIDE). Section 946.515(2), F.S. requires the following statement to be included in the solicitation: "It is expressly understood and agreed that any articles which are the subject of, or required to carry out, the Contract shall be purchased from the corporation identified under Chapter 946 of the Florida Statutes (PRIDE) in the same manner and under the same procedures set forth in section 946.515(2) and (4) of the Florida Statutes; and for purposes of the Contract the person, firm, or other business entity carrying out the provisions of the Contract shall be deemed to be substituted for the agency insofar as dealings with such corporation are concerned." Additional information about PRIDE and the products it offers is available at http://www.pridefl.com. 41. Products Available from the Blind or Other Handicapped. Section 413.036(3), F.S. requires the following statement to be included in the solicitation: "It is expressly understood and agreed that any articles that are the subject of, or required to carry out, this contract shall be purchased from a nonprofit agency for the Blind or for the Severely Handicapped that is qualified pursuant to Chapter 413, Florida Statutes, in the same manner and under the same procedures set forth in section 413.036(1) and (2), Florida Statutes; and for purposes of this contract the person, firm, or other business entity carrying out the provisions of this contract shall be deemed to be substituted for the State agency insofar as dealings with such qualified nonprofit agency are concerned." Additional information about the designated nonprofit agency and the products it offers is available at http://www.respectoftlorida.org. 42. Modification of Terms. The Contract contains all the terms and conditions agreed upon by the parties, which terms and conditions shall govern all transactions between the Customer and the Contractor. The Contract may only be modified or amended upon mutual written agreement of the Customer and the Contractor. No oral agreements or representations shall be valid or binding upon the Customer or the Contractor. No alteration or modification of the Contract terms, including substitution of product, shall be valid or binding against the Customer. The Contractor may not unilaterally modify the terms of the Contract by affixing additional terms to product upon delivery (e.g., attachment or inclusion of standard preprinted forms, product literature, "shrink wrap" terns accompanying or affixed to a product, whether written or electronic) or by incorporating such terms onto the Contractor's order or fiscal forms or other documents forwarded by the Contractor for payment. The Customer's acceptance of product or processing of documentation on forms furnished by the Contractor for approval or payment shall not constitute acceptance of the proposed modification to terms and conditions. PUR 1000 (10/06) Page 13 of 14 60A-1.002, F.A.C. Page 99 of 812 43. Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, other entities may be permitted to make purchases at the terms and conditions contained herein. Non -Customer purchases are independent of the agreement between Customer and Contractor, and Customer shall not be a party to any transaction between the Contractor and any other purchaser. State agencies wishing to make purchases from this agreement are required to follow the provisions of s. 287.042(16)(a), F.S. This statute requires the Department of Management Services to determine that the requestor's use of the contract is cost-effective and in the best interest of the State. 44. Waiver. The delay or failure by the Customer to exercise or enforce any of its rights under this Contract shall not constitute or be deemed a waiver of the Customer's right thereafter to enforce those rights, nor shall any single or partial exercise of any such right preclude any other or further exercise thereof or the exercise of any other right. 45. Annual Appropriations. The State's performance and obligation to pay under this contract are contingent upon an annual appropriation by the Legislature. 46. Execution in Counterparts. The Contract may be executed in counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 47. Severability. If a court deems any provision of the Contract void or unenforceable, that provision shall be enforced only to the extent that it is not in violation of law or is not otherwise unenforceable and all other provisions shall remain in full force and effect. PUR 1000 (10/06) Page 14 of 14 60A-1.002, F.A.C. Page 100 of 812 DocuSign Envelope ID: 8E74BEOB-37EF-4DB9-B1A2-4C22CB3501CF Department of ' MANAGEMENT SERVICES We serve those who serve Florida CONTRACT AMENDMENT NO.: 5 Contract No.: 43211500-WSCA-15-ACS Contract Name: Computer Equipment, Peripherals, and Services This Amendment to the Alternate Contract Source No. 43211500-WSCA-15-ACS Participating Addendum ("Contract") to the State of Minnesota Master Agreement No. MNWNC-108 ("Master Agreement") is made by the State of Florida, Department of Management Services ("Department") and Dell Marketing L.P. ("Contractor"), with its principal place of business located at One Dell Way, Mailstop RR1-33 Legal, Roundrock, Texas 86682, collectively referred to herein as the "Parties. WHEREAS the Parties entered into the Contract which became effective on September 3, 2015, for the provision of Computer Equipment, Peripherals, and Services; WHEREAS, the Contract was susbequenty amended to expire on February 28, 2023, in correlation with the term of the Master Agreement; WHEREAS, the Master Agreement term has since been amended to expire on July 31, 2023; WHEREAS, the Parties agreed that the Contract may be amended by mutual agreement as provided in Section 42, Modification of Terms, of the PUR 1000 incorporated into the Contract; and WHEREAS the Secretary has reevaluated the Master Agreement and determined that use of the Master Agreement remains cost-effective and the best value to the state. ACCORDINGLY, and in consideration of the mutual promises contained in the Contract documents, the Parties agree as follows: I. Contract Amendment. The Contract is amended to reflect a new expiration date of July 31, 2023. II. Conflict. To the extent any of the terms of this Amendment conflict with the terms of the Contract, the terms of this Amendment shall control. III. Warranty of Authority. Each person signing this Amendment warrants that he or she is duly authorized to do so and to bind the respective party. IV. Effect. Unless otherwise modified by this Amendment, all terms and conditions contained in the Contract shall continue in full force and effect. This Amendment is effective when signed by both Parties. Rev. 11/2/22 Page 101 of 812 DocuSign Envelope ID: 8E74BEOB-37EF-4DB9-B1A2-4C22CB3501CF Department of ' MANAGEMENT SERVICES We serve those who serve Florida CONTRACT AMENDMENT NO.: 5 Contract No.: 43211500-WSCA-15-ACS Contract Name: Computer Equipment, Peripherals, and Services IN WITNESS WHEREOF, the Parties have executed this Amendment by their duly authorized representatives. State of Florida: Department of Management Services By: LDocuSigned by: P(J" 4"Jj- Name: Pedro Allende Title: Secretary Date: 2/21/2023 1 1:09 PM EST Contractor: Dell Marketing, LP By:[��L raS db Name: Katherine Castillo Title: Paralegal Advisor Date: 2/20/2023 1 3:34 PM EST Rev. 11/2/22 Page 102 of 812 6.B. Consent Agenda 3/21/2023 Requested Action by Commission: Accept this quarterly Budget Status Report for the General Fund and the Utilities Fund for the 3 -month period which ended December 31, 2022, for FY2022-23 (Unaudited). Explanation of Request: This report summarizes the adopted funding sources, expenditures, and budgets for the City's General Fund and Utility Fund for the three (3) month period that ended December 31, 2022 (25% of the fiscal year, unaudited). The analysis compares: - Actual vs Budget results for Fiscal Year 2022-23 thru December 2023 - Actual results for Fiscal Year 2021-22 to the annual budget. How will this affect city programs or services? The annual budget is what provides and controls the resources for City programs and services. Fiscal Impact: Status of the annual budget to date for the General Fund and Utility Fund. GENERALFUND FY 2022-23 FY 2021-22 FY 2023 vs. 2022 Annual Actual to Date Annual Actual to Date Budget Actual Budget Amount % Budget Amount % % % Revenues & Transfers $107,416 $ 61,314 57% $ 105,009 $ 52,528 50% 2.3% 16.7% Expenditures $ (107,416) $ (36, 862) 34% $ $ (37,167) 35% . -0.8 o (105,009) 0 23 0/o /o Excess (Deficit) $ - $ 24,452 $ - $ 15,361 The General Fund chart above reflects revenue in excess of expenditures (dollars in thousand) yielding a $24AM surplus for the unaudited period ending December 31, 2022. Much of the current surplus can be attributed to ad valorem revenues being paid fully in the earlier months of the fiscal year, while expenditures have a more even trend to spend throughout the year. Revenues & Transfers (Exhibit A)_ — Budgeted Funding Sources: Property taxes and other revenues provide funding sources of $86.1 M or 80% of the total $107AM General Fund budget for FY 2022-23. Transfers from other funds (non -revenues) provide $21.3M or 20% of the total funding sources. These three major estimated funding sources are summarized as follows: 46% - $ 49.3M — Property taxes less Tax Increment Financing to the CRA 34% - $ 36.8M —All other revenues plus General Fund Balance Page 103 of 812 20% - $ 21.3M — Transfers from other funds 100% - $107AM — Total funding sources The property tax rate for FY 2022-23 is 7.8500 mills, a slight reduction from the prior year and yielding net property taxes of $49.3M, which is a 14.59% increase or $6.2M over FY 2021-22. Actual Funding Sources Realized: At the end of the third month in FY 2022-23, revenues and transfers realized are approximately $61.3M or 57% of the budget compared to $52.5M realized to date in FY 2021-22. The chart below presents the various categories of revenues received to date in the General Fund. FY 2022/23 GENERAL D OPERATING (thru December 31, 2022) IN1"V::RINAE. FUND 1�RANSfIIIRS, $4,165,7EI41., Tko INTEREST Ubu MOSC:RUVr:NUE, CHARGES I OR SERVICES, 0NEIEECd:50VU::RNMIIll I- . REVE:NUI S„ V VE,E.NSE S AND PE.RMI TS, * LICENSES AND I u INTILIiv' aVF Pt 6N M 1. Edia" L RY `w'F NUE * CHAIRGES FOR SE V CES w IIN.I..ER SSP. 8, MISC REVENUE INTEIRNEPL wl.ND uIRANS�I-ERS Ad Valorem Taxes, net of discounts and TIF taxes to the CRA, received to date was $40M or 81 % of $49.3M as compared to $33.4 or 78% of $43M for FY 2021-22, as noted on Exhibit A. Expenditures (Exhibit B) Budgeted Expenditures: Appropriations increased approximately 2.3% from $105M to $107.4M. The budget increase was due to mainly cost of wage increases and other operational cost. Actual Expenditures — General Fund expenditures are $36.8M, for the third month period ending December 31, which is 34% of the $107.4M adopted for FY 2022-23. Note: the CRA Tax Increment Financing and the City's annual pension obligations for General Employees, Fire, and Police are paid early in the fiscal year (Chart below shows expenditures by function. Page 104 of 812 PUBLIC C $9Y4,9F4 , BL LLD \6C -)E .iDM N pp FY GENERAL FUND OPERATINGE I LEISURE SERVICES, ru December 31, 2022) I 6.3Ir Pr!I�P7fi,l CC,.`eP I�4E P'd I°v'I G,:I"Ji" BUILDING & NT LIE balkRE SERVICES The table at the top of Exhibit B shows year-to-date FY2O21-22 spending levels, $36.8M of the $1O7.4M or 34% expended, slightly less than the $37.1M spent in FY2O21-22. Prior year, 2021-22, General Fund revenues were $1O8.4M and expenditures were $1O3.9M (unaudited). UTILITY FUND The FY 2022-23 annual expenditure budget of $56.1 M represents a $1.2M increase over the FY 2021- 22 budget of $54.8M, see Exhibit C. Page 105 of 812 Monthly Comparison of Revenues & Expenditures from October 2022 to December 2022 $355,000,000 LL� N a*1 $30,000,000 pt~ xf.1 G V1 $25,000,000 y m` N $20,000,000 Im Reve t e $1,5,000,000 1111111 EXEDel14WEkllfe3 $10,000,000 f $5,000,000 a $D ,., ....,... .,....,.. ... �.... ..�...,.... 0.....,....,. �.............. 0........,...,0 �.....,.. .....,... ....4.......,..,..,,. OCT NOV DEC JAN FEB MAR APR MAY JUN JUL AUG SEP Prior year, 2021-22, General Fund revenues were $1O8.4M and expenditures were $1O3.9M (unaudited). UTILITY FUND The FY 2022-23 annual expenditure budget of $56.1 M represents a $1.2M increase over the FY 2021- 22 budget of $54.8M, see Exhibit C. Page 105 of 812 FY 2022-23 For the third month period in FY 2022-23, • Utility Revenues realized are $13.21M (24%), see chart below. • Utility Expenditures incurred are $12.5M (22%) of the appropriated budget. This resulted in revenues in excess of expenditures, which yielded a surplus of approximately $739K. FY 2022/23 UTILITY OPERATING REVENUES (thru December ml er 2022) Expenditures (Exhibit D) — Utility Fund FY 2022-23 expenditures to date (December 31, 2022) are $12.5M or 22% of the annual appropriation compared to expenditures of $12.5M or 23% for the prior fiscal year. The comparison of revenues and expenditures thru December is presented in the chart below. Page 106 of 812 Annual Actual to Date Budget Amount % Revenues & $56,177 $ 13,271 24% Transfers 2022 Annual Expenditures $ (56,177) $ (12,532) 22% Excess (Deficit) $ - $ 739 For the third month period in FY 2022-23, • Utility Revenues realized are $13.21M (24%), see chart below. • Utility Expenditures incurred are $12.5M (22%) of the appropriated budget. This resulted in revenues in excess of expenditures, which yielded a surplus of approximately $739K. FY 2022/23 UTILITY OPERATING REVENUES (thru December ml er 2022) Expenditures (Exhibit D) — Utility Fund FY 2022-23 expenditures to date (December 31, 2022) are $12.5M or 22% of the annual appropriation compared to expenditures of $12.5M or 23% for the prior fiscal year. The comparison of revenues and expenditures thru December is presented in the chart below. Page 106 of 812 FY 2023 vs. FY 2021-22 2022 Annual Actual to Date Budget Actual Budget Amount % % % $ 54,884 $ 13,509 25% 2.4% -1.8% $ (54,884) $ (12,551) 23% 2.4% -0.2% $ - $ 958 For the third month period in FY 2022-23, • Utility Revenues realized are $13.21M (24%), see chart below. • Utility Expenditures incurred are $12.5M (22%) of the appropriated budget. This resulted in revenues in excess of expenditures, which yielded a surplus of approximately $739K. FY 2022/23 UTILITY OPERATING REVENUES (thru December ml er 2022) Expenditures (Exhibit D) — Utility Fund FY 2022-23 expenditures to date (December 31, 2022) are $12.5M or 22% of the annual appropriation compared to expenditures of $12.5M or 23% for the prior fiscal year. The comparison of revenues and expenditures thru December is presented in the chart below. Page 106 of 812 Boynton Beach Utility Fund Monthly Comparison of Revenues& Expenditures from October 2022 to Dec 2022 Prior year, 2021-22, Utility Fund revenues were $50.9M and expenditures were $53.8M (unaudited). Alternatives: Discuss this Budget Status Report or request clarification at the City Commission meeting. Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Type Description D Addenduirn (3eneiral Fk..nind 1:: eW'11"WeS Financial 1::Repoirt for [)ec 22 D Addenduirn Geineiral 1:::::uind Expenses1:::::iinaincial IRopc. rt for �Dec 22 D Addenduirn Utility Fund 1:::Zev(.-.,ink.Aes Fiinaincial 1::Repoirt fbir Dec 22 D AddeindUirn Utility 1:::::und Expen,,;es 1:::::inancial Re�j.)oirt for I )ec 22 Page 107 of 812 EXHIBIT A CITY OF BOYNTON BEACH, FLORIDA GENERAL FUND ANALYSIS STATEMENT OF REVENUES - COMPARATIVE BUDGET TO ACTUAL Fiscal Year Period Ended December 31, 2022 (25% of Fiscal Year 2023) * actual building revenue will be reclass to the Building Fund- 5 Tin-ce Financial Kpurb Quart,fly Financial Kpor6 FY2021-22 FY2122 Budget Review - GP - thru D- 23 S-riz,dOOI R-- Stmmny Pagel 0&2of 812 REVENUES FY 2022-23 FY 2022-23 TO DATE FY 2021-22 11:: "11" 2 021 -22 0 II 0311, 8 E ACCOUNTS BUDGET REVENUE % BUDGET 1:ZE11/EtWE 1111 APPROVED $ 61,282,091 REALIZED $ 52,042,284 REALIZED 85% APPROVED $ 52,968,382 rEAUZED 143,'373,829 EAUZED 82% AD VALOREM TAXES, net LESS TIF TAXES TO CRA (11,964,587) (11,964,587) 100% (9,930,598) (9,V,930�598) 104, :4, NET TAXES TO THE CITY 49,317,504 40,077,697 81% 43,037,784 78'% LICENSES AND PERMITS BUSINESS TAXES 1,730,300 1,454,813 84% 1,775,200 1,,130,856 811':' BUILDING PERMITS 215,000 29,747 14% 250,000 37,048 1544, FRANCHISE FEES 5,147,000 1,623,247 32% 5,147,000 1,361,723 261��:;, OTHR LICENSES, FEES & PER 185,000 77,526 42% 210,00010:82,3'11 49% FED-ECON ENVIRONMENT - 227,792 0% - 53343 INTERGOVERNMENTAL REVENUES OTHER FEDERAL REVENUE 50,000 12,129 24% 50,000 200 01�41 STATE SHARED REVENUES 10,886,956 2,852,510 26% 11,994,285 2,504,884 21d 4 SHRD REV FROM OTHR LCL 300,000 202,747 68% 300,000 16 541 1114 CHARGES FOR SERVICES PYMTS IN LIEU OF TAXES 195,500 195,763 100% 190,500 186'1 149 981%, CHRGS-GENERAL GOVT 685,000 395,883 58% 617,000 P%4'56k 28 !, PUBLIC SAFETY 6,837,200 2,815,040 41% 7,217,526 2,382,789 3'311!3 PHYSICAL ENVIRONMENT 15,000 4,600 31% 15,000 1,095 271!, CULTURE/RECREATION 732,500 128,466 18% 837,500 110,253 I31% INTEREST & MISC REVENUE LIBRARY FINES 12,800 743 6% 5,00:2,557 51!'!' VIOLATIONS LOCAL ORD. 495,000 114,156 23% 495,000 120,254 241343 INTEREST EARNINGS 142,000 63,722 45% 192,000 q:Nd➢p 011411 RENTS AND ROYALTIES 467,800 174,937 37% 442,800 21 �, I5 I :433'`043 SPECIAL ASSESSMENTS 6,881,000 5,851,493 85% 6,784,00 5,611.322 83$0, SALE OF SURPLUS MATERIAL 3,000 178 6% 3,000 186 6'q^E' CONTRIBUTIONS - - 0% - OTHER MISC. REVENUE 4,455,000 845,669 19% 4,385,00 43' 185 INTERNAL FUND TRANSFERS TRANSFERS 21,346,000 4,836,500 23% 21,649,500 !L,912,375 231343 FUND BALANCE APPROPRIATED (2"683,037) '6,'-523 (670,759) 25% 1 (1 14 7, ���:!'64) 25^'3:,, Total Revenues r$1 07,41 $ 61,314,598 57% $ 105,009,038 52,527,970 501% * actual building revenue will be reclass to the Building Fund- 5 Tin-ce Financial Kpurb Quart,fly Financial Kpor6 FY2021-22 FY2122 Budget Review - GP - thru D- 23 S-riz,dOOI R-- Stmmny Pagel 0&2of 812 S:TinenocTin-mI Rcp.rt,\Quarterly bine ml Rq-,\FY2021-22TY212213,gct Rc,i--OF-E- Dcc 239inmueris0001 Ep-dit¢c S -y Page 10a2of812 EXHIBIT B CITY OF BOYNTON BEACH, FLORIDA GENERAL FUND ANALYSIS STATEMENT OF EXPENDITURES - COMPARATIVE BUDGET TO ACTUAL Fiscal Year Period Ended December 31, 2022 (25% of Fiscal Year 2023) EXPENDITURES FY 2022-23 FY 2022-23 TO DATE FY 2021-22 i '..i"qf, f :E? 10 I',)AI ACCOUNTS BUDGET % BUDGET � APPROVED EXPENDED EXPENDED APPROVED fl I::hlM111)1:111) I::::Xf 1::::: 191)1111) GENERALGOVERNMENT CITY COMMISSION $ 349,609 $ 117,492 340% $ 316,229 `( 80,163 26'1e4 CITY MANAGER 734,715 292,356 400% 1,008,988 29 '998 29'1,4 CITY HALLIGEN. ADMIN. 6,220,905 832,796 130% 3,658,479 8,42„416 '2311'Y4 MARKETING 447,547 100,031 220% 446,901 "tl3'1',"tl33', 35'14 SPECIAL EVENTS 606,554 125,537 211% 649,265 "tl5"tl92 +311Y4 TOWN SQUARE 4,330,543 2,035,720 470% 4,334,834 2,��i�84,9fh`8 53'1,4 PUBLIC INFORMATION 384,540 18,637 0% 0 01 0,b CITY CLERK 739,977 162,763 220/, 848,126 20 ,985 2�4114 FINANCIAL SERVICES 1,603,413 432,056 270/, 1,667,679 6 2"h G"W 3"7'14 INNOVATION & TECH SOLUTNS 3,047,550 647,042 210/, 2,945,942 "788,654 '13"8"'14 - HUMAN RESOURCES 1,080,289 292,455 270/, 1,087,664 2M:,q„Y;363 '24'1'16 - ADA &INCLUSION 156,032 28,130 181/1 231,799 'f,p,„Y"f"f CITY ATTORNEY 617,752 165,054 27% 694,120 "NV;aV;a,9"i'8 24 PUBLIC SAFETY UNIFORM SERVICES 18,726,943 8,974,740 48% 20,014,025 8,5M),620 443''1;: OFFICE OF THE CHIEF 5,020,943 1,608,307 32% 5,419,926 'B,668'gf;M l 3'tl SUPPORT SERVICES 14,327,979 5,005,460 35% 13,600,516 4,5'?!'d8, X09 3118: FIRE 29,849,497 11,484,511 38% 29,151,650 'B'B,'m,'m 3815 COMMUNITY STANDARDS 0 18,308 0 f'C9�C,!'�',m;'�"'�� 01" EMERGENCY MANAGEMENT 36,524 447 11/1 33,437 4,155 4114. BUILDING & DEVELOPMENT DEVELOPMENT 351,015 325,896 931% 376,201 99,364 33`1,4. BUILDING 0 398 0 5,"d"' 9 P;p`% COMMUNITY STANDARDS 1,424,148 244,662 171% 1,433,300 5W,N:!03 .36'I� ENGINEERING 480,792 182,547 381% 590,398 '8"76,44,1811, .301 PLANNING&ZONING 823,939 165,150 200% 902,422 2:'M,'f"1'0, 4'116 ECONOMIC DEVELOPMENT 556,227 58,899 11% 567,831 '8'8938 0, 21"'I6 PUBLIC WORKS PUBLIC WORKS 188,449 47,119 250% 156,063 54 9i :::,4 35'11, FACILITIES MANAGEMENT 2,429,745 557,284 230% 2,393,047 C69582 28'"e4 STREETS MAINTENANCE 1,538,315 315,075 200% 1,452,019 N285,,'Ei".5 20'1V4 PARKING SERVICES 285,352 35,486 120% 223,815 Ndf,N2,'833 "tl4;1"'V4 LEISURE SERVICES LIBRARY 2,492,902 665,151 270% 2,536,739 864,503 34""e4 SCHOOLHOUSE MUSEUM SERV 318,991 53,761 170% 298,474 "1'2,41"tl'4 2+8""e4 RECREATION 3,850,571 1,007,569 260% 3,757,013 "h"tl30961 3f 14 PARKS & GROUNDS 4,394,765 930,652 210% 4,209,636 "tl,001,934 2J4114 CRA REIMBURSABLE & RESERVES - (69,803) - 227 Total Expenditures $ 107,416,523 $ 36,861,688 34% $ 105,006,538 MI 3"1"tl61225 35'!6 S:TinenocTin-mI Rcp.rt,\Quarterly bine ml Rq-,\FY2021-22TY212213,gct Rc,i--OF-E- Dcc 239inmueris0001 Ep-dit¢c S -y Page 10a2of812 EXHIBIT C CITY OF BOYNTON BEACH, FLORIDA UTILITY FUND ANALYSIS STATEMENT OF REVENUES - COMPARATIVE BUDGET TO ACTUAL Fiscal Year Period Ended December 31, 2022 (25% of Fiscal Year 2023) REVENUES FY 2022-23 FY 2022-23 TO DATE FY 2021-22 FY 2021-22 TO DATE ACCOUNTS ADOPTED REVENUE % BUDGET 11:�"EVENHIE BUDGET (ED DEC REALIZED REALIZED $ 25,427,969 $ 5,712,746 22% APPROVED II:11EAUZED1iE,1%UZEb $ 24,200,000 S 5,854,TN 24"A WATER SALES WATER CONNECTION FEE 100,000 2,655 3% 125,000 6'4rG'15 M�' WATER SERVICE CHARGE 500,000 170,270 34% 500,000 1874945 381�, WTR-BACKFLOW PREVNTR TEST 30,000 10,025 33% 26,500 I2,6M 1111:11% RECLAIMED WATER SALES 449,375 126,067 28% 500,000 kP),883 3011,y DISTRICT ENERGY PLANT 400,000 86,603 22% 400,000 85,964 % WATER CANAL ASSESSMENT 11,440 7,273 SEWER SERVICE 20,897,847 4,917,757 24% 20,150,0001,96�,04 61^M4 STORMWATER UTILITY FEE 5,924,997 1,464,725 25% 5,600,000 1,4,147,'349 261i,ii TELEVISE SEWER LINES 11,590 0% 3,500 0 41 FEES 34,460 0% 13,700 ➢:,433NVII INTEREST INCOME 60,000 202,458 337% 60,000 (112,&!9 2 '%, SALE OF SURPLUS MATERIAL 3,500 0% 1,000 5!1`3 01' 11S, GAIN LOSS ON INVEST 0% 111 01S1 OCEAN RGE UT TAX ADM CHG 900 364 40% 800 E10 211% LAKE WORTH WATER SEWER 4,000 1,479 37% 4,000 OY' LAKE IDA WATER QUALITY 14,500 0% 0�:17 01% GRANTS -2,860 0% - Mli MISCELLANEOUS INCOME 50,000 1,585 3% 70,000 5�9 Mli NET ASSETS APPROPR 2,256,158 564,040 25% 3,229,950 mf;''488 TOTAL REVENUES 56,176,736 $ 13,270,907 24% $ 54,884,450 S I3'509'180 :!51111� S:Tine-Tinancial Reports\Quarterly Financial Re ports\FY2021-22\FY2122 Budget Review- JF- thm Dec 23 Sum manzed401 Rev Sum Page 110 of 812 EXHIBIT D CITY OF BOYNTON BEACH, FLORIDA UTILITY FUND ANALYSIS STATEMENT OF EXPENDITURES - COMPARATIVE BUDGET TO ACTUAL Fiscal Year Period Ended December 31, 2022 (25% of Fiscal Year 2023) EXPENDITURES FY 2022-23 lf::Y 2022-23 TO DATI:: FY 2021-22 FY 2021-22 TO DATE ACCOUNTS ADOPTED % BUDGET % l:HxPil�HINIIN�Hil.) BUDGET @DEC l:::Xl1:::1Nl)l::l:) IHX1NE:.1N11)IH11) APPROVED IHMNIHINDIF.'.11) DISTRICT ENERGY PLANT $ 399,933 $ 81,104 20% $ 320,335 $ 72,098 23% WATER DISTRIBUTION $ 1,937,190 $ 461,461 24% $ 1,848,191 $ 547,224 30% PUBLIC WATER TREATMENT 7,488,047 1,714,815 23% 7,048,588 1,828,847 26% METER READING & SERVICES 1,400,588 374,784 27% 1,282,456 505,730 39% WASTEWATER COLLECTION 1,889,747 487,989 26% 1,844,596 531,571 29% WASTEWATER PUMPING STATNS 2,866,465 602,106 21% 2,673,007 634,462 24% SEWAGE TREATMENT 4,970,300 1,329,889 27% 6,719,300 1,044,809 16% WATER QUALITY 698,648 183,403 26% 669,048 201,686 30% UTILITY ADMINISTRATION 22,376,278 5,366,170 24% 20,924,123 5,229,208 25% UTILITES ENGINEERING 1,702,293 449,074 26% 1,343,786 367,488 27% STORMWATER MAINTENANCE 1,750,564 409,304 23% 1,499,464 411,179 27% CUSTOMER RELATIONS 1,043,212 270,416 26% 1,058,085 236,694 22% DEBT SERVICE 7,653,471 795,263 - 10% 7,653,471 939,595 12% LOCAL GRANTS - 6,035 - 0% - 0% Total Expenditures $ 56,176,736 $ 12,531,813 22% $ 54,884,450 $ 12,550,591 23% * allocation will be processed in the 4th quarter of the fiscal year S:\Finance\Financial ReportsQuararly Financial ReportaTY2021-22TY2122 Budget Review- OF - thru Dec 23 Surnmarimd,101 Exp Sum Page 111 of 812 6.C. Consent Agenda 3/21/2023 Requested Action by Commission: Proposed Resolution No. R23-032- Approve Budget Amendment in the amount of $608,000 for the Utility Fund which entails allocation of fund balance and appropriation for payment/contribution of the City's portion the South -Central Regional Wastewater (SCRWW) Interlocal Agreement for the deep well injection project. Explanation of Request: The South Central Regional Wastewater Treatment and Disposal Facility (Regional Facility) is jointly owned by the Cities of Boynton Beach and Delray Beach pursuant to Interlocal Agreement dated December 26, 1974 for delivering wastewater to the Regional Facility. Administration, operations, maintenance of the Regional Facility is governed by the Regional Facility Board composed of the members of the City Council/Commission from each City. The Board approves O&M and C I P budgets for the Regional Facility annually and meets at least quarterly to receive updates on plant operations and projects. In Fiscal Year 2022, the City Utility Department budgeted for a Deep Injection well sharing the cost with the City of Delray Beach. Staff is requesting approval of the budget amendment for Fiscal Year 2023 to allow for the costs that were not utilized in the previous year due to project timing. How will this affect city programs or services? The City of Boynton Beach wastewater transmission system is owned and maintained by the Utility and the sewer is pumped to the Regional Facility for treatment and disposal including production of reclaimed water. The City is obligated by the Interlocal Agreement to fund operations and maintenance as well as Capital Improvement program in conjunction with City of Delray Beach. The two cities jointly own the Regional treatment facility and don't have any other means to treat the wastewater generated by Utility customers. Fiscal Impact: The anticipated cost was approved in last year's budget and is being re -budgeted for this year as the expense was not utilized. Alternatives: Not pay the cost of operations and maintenance of the Regional Facility and default on the legal obligation under the Interlocal agreement. Strategic Plan: High Performing Organization, Public Health and Safety , Environmental Sustainability Strategic Plan Application: A regional plant is more economical, efficient and sustainable then each City operating a separate waste water treatment plant. Climate Action Application: Page 112 of 812 Is this a grant? Grant Amount: Attachments: Ty pe Resolution Exhibit Description F::Y22 23. Budget Airneindirneint Resolution Exhibit A Page 113 of 812 1 RESOLUTION R23-032 2 3 A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, 4 AMENDING THE FISCAL YEAR 2022-2023 BUDGET FOR THE 5 UTILITY FUND IN THE AMOUNT OF $608,000.00 WHICH ENTAILS 6 ALLOCATION OF FUND BALANCE AND APPROPRIATION FOR 7 PAYMENT/CONTRIBUTION OF THE CITY'S PORTION THE SOUTH - 8 CENTRAL REGIONAL WASTEWATER (SCRWW) INTERLOCAL 9 AGREEMENT; PROVIDING FOR AN EFFECTIVE DATE. 10 11 12 WHEREAS, the Fiscal year 2022-23 Budget was adopted on September 22nd, 2022; and 13 WHEREAS, the South Central Regional Wastewater Treatment and Disposal Facility 14 (Regional Facility) isjointly owned by the Cities of Boynton Beach and Delray Beach pursuant 15 to Interlocal Agreement dated December 26, 1974 for delivering wastewater to the Regional 16 Facility; and 17 WHEREAS, administration, operations and maintenance of the Regional Facility is 18 governed by the Regional Facility Board composed of the members of the City 19 Council/Commission from each City; and 20 WHEREAS, in Fiscal Year 2022, the City Utility Department budgeted for a Deep 21 Injection well sharing the cost with the City of Delray Beach, however, since there were costs 22 that were not utilized in the previous year due to project timing Staff is requesting approval 23 of the budget amendment for Fiscal Year 2023; and 24 WHEREAS, The Utility Fund will be amended from $56,176,736 to $56,784,736 to reflect 25 increased appropriations due to SCRWW Invoice; and 26 WHEREAS, accordingly staff is requesting Commission approval to amend the FY 2022- 27 23 budget as noted specifically on Exhibit A. 28 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF 29 BOYNTON BEACH, FLORIDA: 30 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 31 being true and correct and are hereby made a specific part of this Resolution upon adoption 32 hereof. 33 Section 2. That the City Commission hereby approves amending the Fiscal Year 34 2022-2023 Budget for the Utility Fund from $56,176,736 to $56,784,736 to reflect increased S:ACA\RESO\Budget\2022 - 2023 Budget\FY22-23 Budget Amendment Resolution - (SCRW WDTB).Doex Page 114 of 812 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 appropriations due to SCRWW Invoice and which entails allocation of fund balance and appropriation for payment/contribution of the city's portion of The South -Central Regional Wastewater (SCRWW) Interlocal Agreement as noted on Exhibit "A" which Exhibit is attached hereto and incorporated herein by reference. Section 3. This Resolution shall become effective immediately upon passage. PASSED AND ADOPTED this 21 st day of March, 2023. CITY OF BOYNTON BEACH, FLORIDA ATTEST: Maylee De Jesus, MPA, MMC City Clerk (Corporate Seal) Mayor — Ty Penserga YES NO Vice Mayor — Angela Cruz Commissioner —Woodrow L. Hay Commissioner — Thomas Turkin Commissioner —Aimee Kelley VOTE Ty Penserga Mayor APPROVED AS TO FORM: Michael D. Cirullo, Jr. City Attorney S:ACA\RESO\Budget\2022 - 2023 BudgetTY22-23 Budget Amendment Resolution - (SCRW WDTB).Doex Page 115 of 812 CITY OF BOYNTON BEACH Exhibit B BUDGET AMENDMENTS BUDGET YEAR 2022-23, Commission Meeting 3/21/23 2022/23 2022/23 PROJECT/PO ADOPTED Amendment AMENDED NUMBER BUDGET Revenue Budget BUDGET UTILITY FUND 401-0000-389.92-00 NET ASSETS APPROPR Adopted Fund Total Revenues 401-2817-536.49-70 REGIONAL PLANT Adopted Fund Total Expenses 2,256,158 608,000 56,176,736 608,000 600,000 56,176,736 5:\Finance\Budget Amendments and Transfers\FY2022-23\Current Year Budget Amendment\FY22-23 Utility South Central Regional INmendmentBuilding Amendment 2,864,158 Vendor/Comments 0 56,784,736 608,000 1,208,000 South Central Invoice 608,000 56,784,736 Page 116 of 811234:27 AM Consent Agenda 3/21/2023 Requested Action by Commission: Proposed Resolution No. R23-033- Approve and authorize the Mayor to sign a Low -Income Household Water Assistance Program (LI HWAP) vendor agreement with Palm Beach County to allow City of Boynton Beach water customers, that qualify under the program, to receive financial assistance towards their water and waste water payments. Explanation of Request: Low -Income Household Water Assistance Program (LI HWAP) offered by Palm Beach County allows qualified water and wastewater customers to receive financial help to pay towards their utility bills. This agreement will allow the City of Boynton Beach utility customers to apply for and if they meet the qualification requirements for the LI HWAP, receive financial assistance to pay for the drinking or wastewater payments. The program does not pay for charges that result from illegal activities including, but not limited to returned check fees, meter tampering and more, such charges will still be the responsibility of the utility customers. How will this affect city programs or services? City programs and services are not impacted by this agreement Fiscal Impact: There is no fiscal impact Alternatives: Not approve the agreement and thus not have the LI HWAP program available to provide financial assistance to qualified utility customers Strategic Plan: Building Wealth in the Community, Public Health and Safety Strategic Plan Application: Making a financial assistance program available to qualified utility customers to help them with utility payments. Climate Action Application: Is this a grant? No Grant Amount: Attachments: Page 117 of 812 Type ReSOILAJOIII ummmm Description FResolubloin qppro\�ing II.....II If IWAF"I V(..:.Iindoir Agireeinneint with FIBC City ofIf: oyintoin [.3eadh II...JI II IWAF1 Vendor Agir,..,,(airn(.a,int 2022 202 Page 118 of 812 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 RESOLUTION R23-033 A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING AND AUTHORIZING THE MAYOR TO SIGN A LOW-INCOME HOUSEHOLD WATER ASSISTANCE PROGRAM (LIHWAP) VENDOR AGREEMENT WITH PALM BEACH COUNTY TO ALLOW CITY OF BOYNTON BEACH WATER CUSTOMERS, THAT QUALIFY UNDER THE PROGRAM, TO RECEIVE FINANCIAL ASSISTANCE TOWARDS THEIR WATER AND WASTE WATER PAYMENTS; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, Low -Income Household Water Assistance Program (LIHWAP) offered by Palm Beach County allows qualified water and waste water customers to receive financial help to pay towards their utility bills; and WHEREAS, this agreement will allow the City of Boynton Beach utility customers to apply for and if they meet the qualification requirements for the LIHWAP, receive financial assistance to pay for the drinking or waste water payments; and WHEREAS, the City Commission has determined that it is in the best interests of the residents of the City to approve and authorize the Mayor to sign a Low -Income Household Water Assistance Program (LIHWAP) vendor agreement with Palm Beach County to allow City of Boynton Beach water customers, that qualify under the program, to receive financial assistance towards their water and waste water payments. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption 28 hereof. 29 Section 2. The City Commission hereby approves and authorizes the Mayor to 30 31 32 33 sign a Low -Income Household Water Assistance Program (LIHWAP) vendor agreement with Palm Beach County to allow City of Boynton Beach water customers, that qualify under the program, to receive financial assistance towards their water and waste water payments, a copy of which is attached hereto and incorporated herein as Exhibit "A". S:ACA\RESO\Agreements\Approve LIHWAP Vendor Agreement With PBC - Reso.Doex Page 119 of 812 34 Section 3. This Resolution shall become effective immediately upon passage. 35 PASSED AND ADOPTED this 21 st day of March, 2023. 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 CITY OF BOYNTON BEACH, FLORIDA Mayor — Ty Penserga Vice Mayor — Angela Cruz Commissioner —Woodrow L. Hay Commissioner — Thomas Turkin Commissioner —Aimee Kelley ATTEST: VOTE Maylee De Jes6s, MPA, MMC Ty Penserga City Clerk Mayor (Corporate Seal) YES NO APPROVED AS TO FORM: Michael D. Cirullo, Jr. City Attorney S:ACA\RESO\Agreenlents\Approve LIHWAP Vendor Agreement With PBC - Reso.Doex Page 120 of 812 Low -Income Household Water Assistance Program Vendor Agreement Palm Beach County, a political subdivision of the State of Florida, by and through its Board of County Commissioners ("Recipient"), and the undersigned water utilities vendor, ("Vendor"), hereby agree to the following conditions. Vendor customers who receive Low Income Household Water Assistance Program ("LIHWAP") financial assistance are referred to as "Client(s)." a. This Agreement will be effective on the last date signed below ("Effective Date") and will expire two years after the Effective Date. This Agreement shall be reviewed and, to the extent the parties agree on the terms and conditions, be renewed by both parties at least every two (2) years. and Recipient may terminate the Agreement for convenience or cause, with thirty (30) day written notice to the other. b. Recipient shall make drinking or waste water payments directly to Vendor on behalf of LIHWAP Clients through Recipient checks. c. Vendor assures that no household receiving LIHWAP assistance will be treated in violation of any applicable law by Vendor because of such assistance under applicable provisions of state law or public regulatory requirements. d. Vendor will not discriminate, either in the cost of goods supplied or the services provided, contrary to applicable law against the eligible Client on whose behalf the payments are made. e. Recipient and Vendor agree that Vendor will endeavor to cause only water and waste -water related charges to be considered for payment with LIHWAP funds. f. Recipient may not pay for charges that result from illegal activities including, but not limited to returned check fees, meter tampering and more. Vendor is aware that such charges are the responsibility of the Client. g. Vendor is aware that when the LIHWAP benefit amount does not pay for the complete charges owed by a Client, the Client is responsible for paying the remaining amount owed. h. Subject to the Client providing a Vendor -approved release and authorization to disclose to the Recipient certain Client non-public information, Vendor agrees to: (a) assist Recipient in verifying the LIHWAP Client's account information and, in the case of crisis assistance, make timely commitments to resolve the crisis; and (b) allow such Client's information to be collected and used by the Recipient as part of the Recipient's monthly and quarterly LIHWAP reporting performance measures. In addition and subject to the Vendor's privacy requirements, the Vendor agrees to verify for the Recipient the following Client account information: (1) current amount owed; (2) due date/disconnect dates; and (3) amount necessary to resolve the crisis. Recipient commits to endeavor to make payments to Vendor no more than forty-five (45) calendar days from the commitment date. Vendor is aware that if LIHWAP payments made to the Vendor cannot be applied to client's account, the funds will be returned to Recipient or, with Recipient's approval, applied to another eligible client's account. k. Vendor must be in "active" status with the state of Florida at Ihttp°1/sunbiiz„or and vendor's name must be checked on SAM at Ih_l(ps:1! „sam„qo . The name on this Vendor agreement must match the legal business name on the State of Florida website. Page 121 of 812 Low -Income Household Water Assistance Program Vendor Agreement This Agreement must be signed by upper level management of both Recipient and Vendor authorized to enter into such commitments. m. This Agreement is governed by the laws of the State of Florida. Venue for litigation arising out of this Agreement shall be the courts of the state of Florida located in Palm Beach County, Florida. Neither the vendor nor its parent, subsidiaries and any affiliated company of nor any of their respective officers, directors, agents, and employees shall be liable to the Recipient for consequential, special exemplary, punitive, indirect or incidental losses or damages, including loss of use, cost of capital loss of goodwill, lost revenues or loss of profit under this Agreement. Vendor's aggregate liability to the Recipient with respect to all claims, demands, actions or losses arising as a result of or in any way connected with the performance or nonperformance by Vendor of its obligations under this Agreement shall in no event exceed with respect to each Client the applicable LIHEAP funds provided by the Recipient to Vendor under this Agreement on behalf of each client giving rise to the claim, demand, action, or losses based on personal injury, death, or property damages. This paragraph will survive the termination or expiration of the Agreement. o. Recipient is a subdivision of the State of Florida as defined in Section 768.28, Florida Statutes, and is entitled to sovereign immunity. Recipient is responsible for its own negligence only to the extent set forth in section 768.28, Florida Statutes. Nothing herein is intended to waive Recipient's sovereign immunity. Nothing herein may be construed as consent by Recipient to be sued by third parties in any manner arising out of any contract. p. The Agreement maybe executed in multiple counterparts, each of which shall constitute an original, but all of which together shall constitute one and the same instrument. It is also agreed that the facsimile or electronic signature of either Party shall be binding upon the same as if signed in the original. q. Signature Authority The officials executing this agreement warrant and represent that they are authorized by their respective entity to enter into a binding agreement. Page 122 of 812 Low -Income Household Water Assistance Program Vendor Agreement IN WITNESS WHEREOF, the Board of County Commissioners of Palm Beach County, Florida has made and executed this Contract on behalf of the COUNTY and AGENCY has hereunto set his/her hand the day and year above written. ATTEST: Joseph Abruzzo, Clerk & Comptroller BY: Deputy Clerk WITNESS: By: Signature Name Typed AGENCY's Federal ID Number APPROVED AS TO FORM AND LEGAL SUFFICIENCY By: Assistant County Attorney PALM BEACH COUNTY, FLORIDA, a Political Subdivision of the State of Florida BOARD OF COUNTY COMMISSIONERS BY: Gregg Weiss, Mayor AGENCY: Agency's Name Typed BY: Signature AGENCY's Signatory Title Typed APPROVED AS TO TERMS & CONDITIONS: Community Services Department BY: Department Director Page 123 of 812 6.E. Consent Agenda 3/21/2023 City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 3/21/2023 Requested Action by Commission: Accept the written report to the Commission for purchases over $10,000 for the month of February 2023. Explanation of Request: Per Ordinance No.01-66, Chapter 2, Section 2-56.1 Exceptions to competitive bidding, Paragraph b, which states: Further, the City Manager, or designee is authorized to execute a purchase order on behalf of the City for such purchases under the $49,999 bid threshold for personal property, commodities, and services, or $200,000 for construction. The City Manager shall file a written report with the City Commission at the second Commission meeting of each month listing the purchase orders approved by the City Manager, or designee. All backup documentation is available upon request. Below is a list of the purchases for February 2023: Purchase Order # Vendor Amount 230933 MOTOROLA SOLUTIONS CREDIT CO. $16,605.28 230938 BLUEALLY TECHNOLOGY SOLUTIONS $39,253.70 230946 ECIVIS, LLC $19,785.89 230947 EVERGREEN SOLUTIONS LLC $49,500.00 230950 DELL MARKETING LP $20,101.13 230951 STINGRAY CHEVROLET $46,453.00 230952 STRYKER MEDICAL $17,399.00 230958 SOUTHEAST TRUCK SPECIALIST, INC. $14,519.00 230976 GREEN PLANT CORP $15,500.00 230978 DUVAL FORD $49,092.00 231006 INSIGHT PUBLIC SECTOR $18,700.00 231009 ATLANTIC SOUTHERN PAVING $11,329.50 231013 SEA DIVERSIFIED $46,500.00 231015 STINGRAY CHEVROLET $46,453.00 231019 DUVAL FORD $25,430.00 231020 ATLANTIC SOUTHERN PAVING $34,611.00 231021 CDW GOVERNMENT INC. $16,817.95 231027 GABRIEL, ROEDER, SMITH & CO. $12,000.00 231030 MAYERS STRATEGIC SOLUTIONS, LLC $40,000.00 231033 SHI $12,944.42 231048 MOTOROLA SOLUTIONS, INC. $22,210.00 231056 ARMOR COURTS, INC. $12,275.00 231057 STEP CG, LLC $12,093.12 231058 SOUTH FL ENGINEERING & CONSULTING LLC $47,610.00 231059 ALL COUNTY PAVING $31,879.60 How will this affect city programs or services? Ordinance No.01-66, Chapter 2, Section 2-56.1 assists departments in timely procurement of commodities, services, and personal property. Administrative controls are in place with the development of a special processing form titled "Request for Purchases over $10,000" and each purchase request is reviewed and approved by the Department Director, Finance Department, and City Manager, or designee. Fiscal Impact: This Ordinance provides the impact of reducing paperwork by streamlining processes within the organization. This allows administration to maintain internal controls for these purchases, reduce the administrative overhead of processing for approval, and allow for making more timely purchases. Alternatives: Strategic Plan: Page 124 of 812 Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Page 125 of 812 6. F. Consent Agenda 3/21/2023 Requested Action by Commission: Approve minutes from the March 9, 2023 City Commission Meeting. Explanation of Request: The City Commission met on March 9, 2023 and minutes were prepared from the notes taken at the meetings. The Florida Statutes provide that minutes of all Commission meetings be prepared, approved and maintained in the records of the City of Boynton Beach. How will this affect city programs or services? A record of the actions taken by the City Commission will be maintained as a permanent record. Fiscal Impact: There is no fiscal impact to the budget from this item. Alternatives: Approve, amend and approve, or do not approve the minutes. Strategic Plan: Building Wealth in the Community Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Type Description Minutes ('11ornirrrniisslioir"nII` e(aAliirng;t I Iliinurtew.> 33 09 2023 Page 126 of 812 Minutes of the City Commission Meeting Held Online Via the GoToWebinar Platform and In -Person at the City Hall Commission Chambers 100 East Ocean Avenue, Boynton Beach, Florida On Thursday, March 9, 2023, at 6:00 P.M. Present: Mayor Ty Penserga Vice Mayor Angela Cruz Commissioner Woodrow L. Hay Commissioner Thomas Turkin Commissioner Aimee Kelley 1. Agenda Items A. Call to Order - Mayor Ty Penserga Daniel Dugger City Manager Mike Cirullo, City Attorney Maylee De Jesus, City Clerk Mayor Penserga called the meeting to order at 6:02 P.M. Roll Call City Clerk Maylee De Jesus called the roll. A quorum was present. Invocation by Commissioner Woodrow Hay Invocation was given by Commissioner Hay. Pledge of Allegiance to the Flag led by Vice Mayor Angela Cruz Vice Mayor Cruz led the Pledge of Allegiance to the Flag. Agenda Approval: 1.Additions, Deletions, Corrections Vice Mayor Cruz requested to pull Item 713 from Consent Agenda and move to after Announcements. Motion: Commissioner Turkin moved to approve the agenda, as amended. Commissioner Hay seconded the motion. The motion passed unanimously. 2. Other A. Informational items by the Members of the City Commission. Commissioner Hay had no disclosures. He stated that he attended the Readers Page 127 of 812 Meeting Minutes City Commission Meeting Boynton Beach, FL March 9, 2023 Coalition and encouraged everyone to read to the kids. Vice Mayor Cruz had no disclosures. She mentioned that she also attended the Readers Luncheon. She asked about a video that is on the internet about someone on an advisory board having leadership in the Meadows Protective Covenant and asked about the role of the advisory board. Deputy City Manager Mack stated that it is the purview of the City Commission, and the advisory boards did not have anything to do with it. Commissioner Turkin disclosed that he followed up with an applicant from the Pierce. He said that he attended Dr. Seuss Day at a school and that it was rewarding. He stated that he attended PBC Days with the City Manager, and he thanked the Commission for doing a great job and noted that we are going to get a lot of support from the County. He spoke about different legislations getting traction in Tallahassee. Commissioner Kelley had no disclosures. She thanked the Mayor for spearheading the City Hall Social and said that it was very successful. She stated that she attended the FDOT session on Woolbright Road and the information is available online. City Manager Dugger stated that one of our firefighters, Adam Turey, is in the ICU and asked for thoughts and prayers for him. Mayor Penserga disclosed that he spoke to the Pierce applicants and Bonnie Miskel. He said that the City Hall Social was an experiment and over 100 people attended, and he was happy that it was an excellent start. He acknowledged County Commissioner Marcy Woodward. He recognized staff member Saleica Brown and said that Diane Rivers, who was helped by Ms. Brown, was here to say a few words. Diane Rivers stated that she has been a resident for 10 years. She said that Saleica helped her while their home was being built and kept checking on them. She mentioned that they finally have their CO and can move into their home. Michael Rivers stated that he appreciates Ms. Brown's help and that he loves everyone. They presented Ms. Brown with a plaque. 3. Announcements, Community and Special Events And Presentations A. Proclaim the month of March as Women's History Month. The Proclamation will be accepted by Ashley Cacicedo from the League of Women Voters of Palm Beach County. 4 Page 128 of 812 Meeting Minutes City Commission Meeting Boynton Beach, FL March 9, 2023 Mayor Penserga read the proclamation into the record. Kathi Gundlach, President of League of Women Voters of Palm Beach County, thanked the Commission and encouraged everyone to go out and vote. B. Proclaim the month of March as Irish American History Month. The proclamation will be accepted by All Fox of the Ancient Order of Hibernians. Mayor Penserga read the proclamation by title. Al Fox thanked the Commissioners for the proclamation. He spoke about St. Patrick's Day and different contributions by Irish people to the country. C. Announce the 9th Annual Rally for the Cure Tennis Tournament will be held on Saturday, March 11th from 9 A.M. - 12 P.M. at the Boynton Beach Tennis Center located at Congress Avenue Barrier Free Park (3111 S. Congress Avenue). To register, visit the Recreation & Parks Department website www.wemakelifefun.com or call the Boynton Beach Tennis Center at 561-742- 6575. Mayor Penserga announced the 9th Annual Rally for the Cure Tennis Tournament. D. Announce the Vince Wilfork Speaking Engagement at the Ezell Hester Jr. Community Center (1901 N. Seacrest Blvd.) at 6:30 P.M. on Wednesday, March 15, 2023. He will be speaking on his journey of making it to the NFL to inspire youth and young adults to reach for their dreams. The event is free and open to the public. Mayor Penserga announced the Vince Wilfork Speaking Engagement. E. Gary Dunmyer, City Engineer, to provide status report on the EcoPark project. Mr. Dunmyer spoke about the EcoPark as follows: Proposed Improvements; Proposed asphalt multiuse trail, natural sand path; 2.20 NW Parking Area Layout; proposed improvements continued; split rail fence; EcoPark Schedule; and questions. Mayor Penserga asked about the purpose of the parking lot. Mr. Dunmyer stated that it is to access the park from Minor Road and take traffic off of another road. Mayor Penserga stated that he is uncomfortable with this parking lot, because the FOP Lodge is right next door. He asked if they reached out to them to see if they could use their parking lot with a shared use agreement. Cl Page 129 of 812 Meeting Minutes City Commission Meeting Boynton Beach, FL March 9, 2023 Mr. Dunmyer stated that he would reach out to them. He said that there is a wetland on the east side, and they are trying to open the west side, but he will try to make it work. Mayor Penserga asked about the financing and what phases will be covered. Mr. Dunmyer stated that Phase 1 will be completely covered by the funding that is available. He noted that Phase 2 and Phase 3 are not yet budgeted and will be approximately $650K. Mayor Penserga asked about fencing. Mr. Dunmyer spoke about the fencing around the area, which is intended to keep motorized vehicles where they should be. Commissioner Hay agreed with the Mayor regarding the parking lot and asked about the timeline. Mr. Dunmyer said that they should finish by September and said that they must relocate gopher tortoises and replace them when construction is complete. He said that they requested public input, and they gave the public what they requested. Vice Mayor Cruz stated that she would like to have that area protected, and she asked about being able to have kayaks on the water or anything like that. Mr. Dunmyer stated that there might be a willingness for them to open this up, but the public wanted this to be a passive park. There was discussion about setting up a kayak ramp as part of the plan. Mayor Penserga asked for a breakdown of how the money will be spent. Commissioner Turkin stated that we do need to think about the tortoises, and that it is a fast timeline. Commissioner Kelley stated that she remembers a conversation about Lake Worth Drainage District allowing the kayak ramp or not. She asked if there was a conversation with Lake Worth. Mr. Dunmyer stated no, but that he is sure we can come to terms with them. Commissioner Kelley stated that her concern is that the FOP Lodge rents out their lodge, so their use changes from day to day. She said that she does not want to have a fight with the FOP users and access issues off Minor Road. She said that there was discussion regarding fishing access and docks, and asked where that is at. 4 Page 130 of 812 Meeting Minutes City Commission Meeting Boynton Beach, FL March 9, 2023 Mr. Dunmyer stated that it was one of the items that was most rejected from residents, so it was removed. Commissioner Kelley asked about Phase 2 and what are we doing regarding grants. Mr. Dunmyer stated that having fully developed plans help secure grants and they are in an advantageous spot. Vice Mayor Cruz stated that she would like to recommend that we connect with the Lake Worth Drainage System, because it was helpful for the whole City. A. 713: Proposed Resolution No. R23-031- Approve and authorize the City Manager to sign an End User License Agreement including Addendum and procure from Mark43, Inc. their hosted SaaS Services for Computer Aided Dispatch (CAD) and Records Management System (RMS) as described in their proposal, for a cost of $2,051,217.99. Chief Joseph DeGiulio stated that this is crucial to their operations, and this is their records management system. He said that the County RMS drives their CAD System. He spoke about the benefits and said that it will make the Officers' lives a lot easier, which will benefit the residents as well. Denny Fischer, Eastern Region Sales Director of Mark43, thanked the Commission and Staff for trusting them with this process. Mayor Penserga stated that he will support this and asked why it is needed. Chief DeGiulio stated that what they currently have is not the right fit for them, so this will help. Commissioner Kelley asked if we have an existing contract with the current provider. Chief DeGiulio explained the month-to-month contract that they are on until they transition. Commissioner Turkin stated that he is all for anything that is going to help residents. He said that he asked about this at PBC Days, and he did not receive negative feedback regarding it. Mayor Penserga stated that he is disappointed they spent so much money and that the previous system was still not fully functional. Vice Mayor Cruz said that she is all for it. 5 Page 131 of 812 Meeting Minutes City Commission Meeting Boynton Beach, FL March 9, 2023 Commissioner Hay said that he is voting for this as well. City Manager Dugger stated that he was able to attend the demonstration for this and he is looking forward to it. He noted that there is also a mobile application. Motion: Vice Mayor Cruz moved to approve Resolution R23-031. Commissioner Kelley seconded the motion. The motion passed unanimously. 4. Public Audience Individual Speakers Will Be Limited To 3 Minute Presentations (at the discretion of the Chair, this 3 -minute allowance may need to be adjusted depending on the level of business coming before the City Commission) Karen Ho spoke about a unit that she owns and stated that her condo was stolen from her. She explained all the things she has done to try to get her property back. She said that she has reported this to the County Commissioners, and she is grateful to the Boynton Beach Police Department. She said that she just needs help from them to state that her property was stolen. Susan Oyer invited everyone to an event that she is having with Sister Cities and the City of Boynton Beach on Friday, March 24 from 6 P.M to 9 P.M., and explained all the activities they will be doing. Evangeline Ward spoke about speed zone enforcements and stated that at Poinciana Elementary there are not adequate cross walks, speed bumps, or sidewalks. She said that people are speeding through there and asked when we will have more safety. Nicolas Giacalone stated that he has applied for the Education and Youth Advisory Board and spoke about being excited to hopefully be appointed. Roger Fornay spoke about an extension in the City of West Palm Beach and said that it would be great for Boynton Beach to have a satellite location here for the University of Florida. He explained that he believes in higher education. Ernest Mignoli showed insects to the Commission and audience and said that the City is not doing anything about it. He stated that there are all kinds of venomous animals at the oceanfront park. He mentioned that he filed a complaint about the lifeguard at the Ocean Ridge Police Department. Virtual Speakers: None. 5. Administrative Page 132 of 812 Meeting Minutes City Commission Meeting Boynton Beach, FL March 9, 2023 A. Appoint eligible members of the community to serve in vacant positions on City Advisory Boards. Mayor Penserga read the available positions on Advisory Boards. Motion: Vice Mayor Cruz moved to appoint Nicolas Giacalone to the Alternate position on the Education and Youth Advisory Board. Commissioner Hay seconded the motion. The motion passed unanimously. Motion: Vice Mayor Cruz moved to appoint Sgt. Rachel Moccia to the City Resident position on the Police Officers Retirement Trust Fund Board. Commissioner Hay seconded the motion. The motion passed unanimously. B. Approve Commissioner Kelley's request for Community Support funds to the following: $500 to the Bill Tome Foundation, $500 to Boynton Beach Bulldogs, $500 to Connect 2 Greatness, and $1000 to Pearls of Palm Beach Florida, Inc. Commissioner Kelley stated that her theme for her community funds is mentorship. She explained some programs that she has been a part of that offers mentors. She spoke about the Pearls of Palm Beach program. Dr. Cassondra Corbin-Thaddies, President of Connect 2 Greatness, thanked Commissioner Kelley for spending time with them last week, and talking to one of the kids there for a while. She invited the Commission to come and visit the "sons." Regina Horne, Founder of Pearls of Palm Beach Florida, spoke about her organization and thanked the Commission for this opportunity. Earl Heinz stated that he volunteers with Connect 2 Greatness and encouraged everyone to come out and visit. Andre Thaddies stated that it has been 7 years and said that they are up to 72 boys, and he thanked the City for their support. Motion: Commissioner Kelley moved to approve Community Support Funds. Commissioner Hay seconded the motion. The motion passed unanimously. 7 Page 133 of 812 Meeting Minutes City Commission Meeting Boynton Beach, FL March 9, 2023 6. Consent Agenda A. A. Proposed Resolution No. R23-025- Approve and authorize the Mayor to sign a Signature Authority Delegation and appoint Daniel Dugger, City Manager, as Certifying Officer vis-a-vis State of Florida Department of Economic Opportunity Boynton Beach Fire Rescue Station No. 2 - Hardening Grant. B. Proposed Resolution No. R23-026- Approve and Authorize the Mayor to sign a lease agreement between the Boynton Beach Faith Based Community Development Corporation and The City of Boynton Beach for the property located at 2191 North Seacrest Boulevard. C. Proposed Resolution No. R23-027- Approve and authorize the City Manager to sign a five (5) year agreement with Gelin Benefits Group, LLC. for Benefit Consulting Services, with a not to exceed $90,040.70 per year. These services are not subject to the competitive solicitation requirements per Florida Statute 287.057. D. Proposed Resolution No. R23-028- Approve and authorize the City Manager to sign quote utilizing the Minnesota WSCA-NASPO Master Agreement Contract MNWNC-124 through the Participating Addendum State of Florida Alternate Contract # 43211500-WSCA-15-ACS for the purchase of semi -rugged laptops from GovDirect in the amount of $61,983.00. The State of Minnesota's procurement process satisfies the City's competitive bid requirements. E. Proposed Resolution No. R23-029- Approve transmittal of the City of Boynton Beach State Housing Initiative Partnership (SHIP) Program Annual Report for FY2019-2020, and authorize the Mayor to sign the corresponding Local Housing Certification. F. Proposed Resolution No. R23-030- Approve and authorize the Mayor to execute all closing documents in connection with the sale of the parcel of land SE 21st Avenue to Nicholas Malinosky, as previously approved by the City Commission on November 14, 2022. G. Legal Expenses - January 2023. Information requested by the City Commission. No action required at this time. H. Approve minutes from the February 15, 2023 Special City Commission Meeting, and February 21, 2023 City Commission Meeting. Mayor Penserga requested to pull Item 6C. Page 134 of 812 Meeting Minutes City Commission Meeting Boynton Beach, FL March 9, 2023 Vice Mayor Cruz moved to approve the consent agenda, as amended. Commissioner Hay seconded the motion. The motion passed unanimously. 6C Proposed Resolution No. R23-027- Approve and authorize the City Manager to sign a five (5) year agreement with Gelin Benefits Group, LLC. for Benefit Consulting Services, with a not to exceed $90,040.70 per year. These services are not subject to the competitive solicitation requirements per Florida Statute 287.057. Tennille DeCoste stated that they have been with the Ghering Group for a long time, and they are recommending going with the Gelin Group, which will help the City save money for both the City and employees. She spoke about the following: Recommendation; Scope; and Self -funding Medical and Dental Insurance. Mike Gelin gave a history of his benefits group and mentioned other entities that he works with. He spoke about the following: the City being self -Insured; achieve savings with health and dental; using the clinic more; and high deductible health plan. Mayor Penserga commented on the amount of shameful spending that has been going on for way too long. Ms. DeCoste stated that they have lost $2.7M in 3 years. Mayor Penserga asked how this has persisted so long. Ms. DeCoste stated that she is not sure why, but the prior management did not have the best interest of the employee in their minds. She gave explanations of what is wrong with the health insurance plan. There was discussion regarding this issue being prolonged for so long; meeting with Gehring Group quarterly; having performance measures; no performance measures with the Gehring Group; and the Wellness Center. Commissioner Hay said that this is shocking and asked how it works in other cities. Ms. DeCoste explained what a few other cities are doing, and the incentives that other cities offer. She spoke about changing to fully insured and the benefits that it will give us. Commissioner Hay asked what the next steps are. Ms. DeCoste explained the next phases. 7 Page 135 of 812 Meeting Minutes City Commission Meeting Boynton Beach, FL March 9, 2023 Vice Mayor Cruz thanked Ms. DeCoste for coming in and doing so much work immediately to help the City and employees. Commissioner Turkin asked how long she has been here and said thanked Staff for their work. He stated that he is curious to know what other bad contracts they have in the City, and challenged Staff to find other places we can save. Ms. DeCoste stated that she has been here almost 90 days. Commissioner Kelley thanked Ms. DeCoste stated that when she tried to use the insurance, she had to go to Florida Kid Care because it was not affordable. She mentioned that the employees should have the options. She asked if there will still be an HSA intact. Ms. DeCoste said yes, with the high deductible plan. Commissioner Kelley asked what the estimate of the difference will be for a family plan. Ms. DeCoste said it will need to be priced out, but she will provide an update to the Commission. There was discussion regarding using the Wellness Center more. City Manager Dugger thanked Ms. DeCoste and Mr. Gelin for their work. He spoke about when this high deductible plan went into effect and the issues that it caused for employees. He stated that with exit interviews they hear multiple times that the insurance is an issue. He asked how many wellness dollars we are getting. Ms. DeCoste said that they were only getting $50K and she asked for more, so they got $20K more, but they should be much higher than that. City Manager Dugger stated that he wants employees to be happy to come to work, and he explained different things that the City is doing to help employees. Mayor Penserga asked if Ms. DeCoste asked the Gehring Group why we have this plan. Ms. DeCoste stated that the Gehring Group blamed the previous administration. Motion: Commissioner Hay moved to approve Resolution R23-027. Vice Mayor Cruz seconded the motion. The motion passed unanimously. 10 Page 136 of 812 Meeting Minutes City Commission Meeting Boynton Beach, FL March 9, 2023 7. Consent Bids and Purchases over $100,000 A. Approval to issue a Purchase Order for the rental of a 1.000 Kilowatt (KW) emergency backup generator and cables at the East Water Treatment Plant (EWTP) from Pantropic Power Cat for a monthly cost of $11,056.80 and service cost of $2,095.00 twice a year for a total annual cost of$136,871.60. Utilizing the Sourcewell NJPA Contract #062320 - CAT, previously approved by Commission on February 15, 2022. B. Proposed Resolution No. R23-031- Approve and authorize the City Manager to sign an End User License Agreement including Addendum and procure from Mark43, Inc. their hosted SaaS Services for Computer Aided Dispatch (CAD) and Records Management System (RMS) as described in their proposal, for a cost of $2,051,217.99. Motion: Commissioner Kelley moved to approve the Consent Bids and Purchases over $100,000, as amended. Commissioner Hay seconded the motion. The motion passed unanimously. 8. Public Hearing 6 p.m. or as soon thereafter as the agenda permits. The City Commission will conduct these public hearings in its dual capacity as Local Planning Agency and City Commission. A. Proposed Ordinance No. 23-005- Second Reading - Approve The Pierce request for Rezoning (REZN 22-001) from Central Business District (CBD) to Mixed -Use Core (MU -C), property generally located at the intersection of East Ocean Avenue and North Federal Highway. Applicant: Jeffery Burns, Affiliated Development. Mayor Penserga stated that all six items will be addressed together and voted separately. City Attorney Cirullo stated that this is a quasi-judicial hearing and explained the different parts of The Pierce. He stated that an interested party will be given the opportunity to speak. He read both Ordinances into the record. He stated that the testimony records are all part of the record. He swore in anyone that might speak on this item. Jeff Burns, CEO of Affiliated, spoke about the following regarding The Pierce: map of the City; location map; and executive summary. Page 137 of 812 Meeting Minutes City Commission Meeting Boynton Beach, FL March 9, 2023 Elliot Young, with Rinka, spoke about the following; project video -The Pierce Animation; site plan; landscape buffer variance; applications; rezoning from central business district to mix use core; master plan and major site plan; new master plan and new major site plan; abandonments; four community design appeals; north garage elevation; south garage elevation; east garage elevation; west garage elevation; four community design appeals; height exception for the parking garage; and aerial view of area. Mr. Burns spoke about workforce housing and affordability issues and art in public space. Ms. Amanda Radigan, spoke about: revised conditions of approval; comment #9; rejected comments; and comment #4. Aaron Williams, with Greenspoon Marder LLP, submitted documents into the record. He spoke about the bridge over NE 1St Avenue. Joaquin Vargas, of Traf Tec Engineering, spoke about a detailed traffic study that is usually involved with road abandonment. There was cross examination from Mr. Williams to Mr. Vargas regarding a possible hotel; traffic study; proposed abandonment and Kimley-Horne traffic study and concerns. City Attorney Cirullo said that they do have the right to ask staff questions. There was cross examination between Mr. Williams and Ms. Radigan regarding the staff report and public safety. Mr. Williams stated that the traffic will increase dramatically, and there are documents that says Affiliated is looking to make a 125 -room hotel on his client's property. He spoke about harming his client economically. He said that safety is not part of this staff report and there has been no traffic study done. City Attorney Cirullo asked each speaker to indicate whether they have been sworn in. Public Comments: Valerie Pleasington, with Ace Hardware, stated that she was sworn in. She requested that the Commission delay the abandonment because they still have not come to an agreement with Affiliated. She spoke about the issues with the abandonment of the Alleyway. She said that their meeting with Affiliated is in a couple of weeks, which is after possible approval of this. 12 Page 138 of 812 Meeting Minutes City Commission Meeting Boynton Beach, FL March 9, 2023 Barbara Ready stated that she was sworn in. She asked who did their due diligence and asked Ace Hardware about concerns with them. She spoke about the Bert Harris Act. She suggested tabling Item 8B, because there are things that need to be worked out. Virtual Comments: None. Ms. Radigan stated that these applications are submitted concurrently, and explained who reviews the projects, and the process that it goes through. She said that this does meet the review criteria. Mr. Dunmyer said an independent Engineer reviewed the traffic study and all questions raised by the consultant were passed on to the client and were addressed. Commissioner Hay stated that Ms. Radigan spoke about the different departments that are involved, and asked if this the normal way that we approach plans. There was discussion regarding the process that studies go through; Affiliated meeting with Ace Hardware Store; and abandonment of the alleyway. Ms. Radigan stated that the Commission can add a revision, as the condition, provide a cross -access agreement. Vice Mayor Cruz stated that she has concerns with the abandonments, and asked City Attorney Cirullo if there is a lawsuit, would any of the obligations be stalled. There was discussion about if there is a lawsuit regarding the abandonments; a theoretical takings case; stalling the project; protecting the City from liability; Ace Hardware and changing the language of the condition to have an access agreement; options that were prepared by affiliated; and rebuttal by Affiliated to what Mr. Williams stated. City Attorney Cirullo stated that it would be appropriate to allow response by the interested party. Mayor Penserga stated that he is comfortable with the amended condition of approval to have the cross -access agreement with Ace Hardware. There was consensus by the Commission on this change of language for the condition of approval. Vice Mayor Cruz stated that her concern is that the City is protected legally. Mr. Weiner further spoke about the concerns of the interested party. He stated that 13 Page 139 of 812 Meeting Minutes City Commission Meeting Boynton Beach, FL March 9, 2023 there were many testimonies from different parties, and that the Commission has done their due diligence. He read Section 3 into the record. He spoke about all conditions being met by Affiliated, and the City and Commission doing their due diligence. Commissioner Kelley asked what was determined as far as the usage of 1St Avenue. Mr. Dunmyer spoke about the traffic study but said that the recommendation was included in the plan. Commissioner Turkin stated that this project would increase the value of land around the property. Mr. Weiner stated that the case law clearly speaks about affecting access in a much greater fashion that is being affected tonight. He said that he does not believe they would have traction under the Bert Harris Act. He mentioned that the Commission is not proceeding recklessly. Commissioner Turkin stated that this project has been going on for over 2 years and there has been no concern until now, at the last minute, and it is not appreciated. Commissioner Hay asked why now, since this has been going on for years, and mentioned that he does not appreciate receiving documents at the last minute. Mr. Burns stated that the condition of approval would be to enter into a cross - access agreement, which is what Ace Hardware wanted. He said that since the last meeting they wanted to offer up something that was doable. He said there should be no reason to not pass this. Ms. Radigan stated that if something happens and they are at an impasse, the conditions require coming back to the Commission. Mr. Williams stated that they just learned about this, and initially the project had a bridge. He mentioned that it is a major project, and they should hear from other interested parties. Mr. Vargas stated that he reviewed the report by Kimley-Horne and explained what he saw, which was a safety concern, not off the top of his head. He further explained the maps that were passed out. Mr. Williams spoke about analysis from Police and Fire that he stated is not included. 14 Page 140 of 812 Meeting Minutes City Commission Meeting Boynton Beach, FL March 9, 2023 Mr. Burns stated that this is strategy, which is why this is coming up now. He said that the property owner has his contact information and has not contacted him at all. He stated that this is an absentee landlord that hired an attorney to come in and throw stuff against the wall. He said that they have done everything they have been asked to do for the project. Commissioner Kelley commented that for the ingresses and egresses, there will be public parking going there, so there is no access being cut off, but two of the ingresses go into the parking garage. She stated that the proposed plans from 2021 show that the "bridge" is a pedestrian passage, and there is no mention that the road stays. Vice Mayor Cruz asked if we would be fine legally. City Attorney Cirullo stated that he cannot guarantee that we will be fine, but he believes all access is not deprived from this property. Mayor Penserga stated that there was consensus for changing the condition to include a cross -access agreement. Motion: Commissioner Hay moved to approve Ordinance No. 23-005 at Second Reading. Commissioner Kelley seconded the motion. In a roll call vote, the motion passed unanimously. B. Proposed Ordinance No. 23-006- Second Reading - Approve request for Abandonment of the 225 foot long segment of the 20 -foot wide right-of- way located within the northern section of the proposed The Pierce development approximately 175 feet south of the East Boynton Beach Boulevard centerline (a.k.a. "North Alley") (ABAN 22-001), the 225 -foot long segment of the 40 -foot wide NE 1st Avenue right-of-way (ABAN 22- 002), and the 335.02 -foot long segment of the 20 -foot wide right-of-way located within the southern section of the proposed The Pierce development, approximately 150 feet north of the East Ocean Avenue centerline (a.k.a "South Alley") (ABAN 22-003). Applicant: Jeffery Burns, Affiliated Development. Ms. Radigan stated that Items B & D have several amended conditions of approval. Motion: Commissioner Turkin moved to approve Ordinance No. 23-006 at Second Reading with a change in the condition to requiring a cross -access agreement between Ace Hardware and the applicant. Commissioner Hay seconded the motion. In a roll call vote, 15 Page 141 of 812 Meeting Minutes City Commission Meeting Boynton Beach, FL March 9, 2023 the motion passed unanimously. C. Approval of Variance (ZNCV 23-002) of Part III, Chapter 4, Article II, Section 4.B.3.c — Urban Landscape Buffer (Type 2), to grant a variance of seven (7) feet from the required twelve (12) foot buffer, to allow for a five (5) foot wide landscape buffer, and the elimination of the requirement to provide a six (6) foot tall masonry wall. 14 Rt M., Commissioner Hay moved to approve Variance (ZNCV 23-002). Commissioner Kelley seconded the motion. The motion passed unanimously. D. Approve request for a New Master Plan (MPMD 22-005) and New Major Site Plan (NWSP 22-004) for The Pierce mixed-use development to allow the construction of an eight (8) -story building with 300 dwelling units, 17,089 square feet of commercial space, associated recreational amenities, and parking on a 3.04 acre site, located generally at the intersection of East Ocean Avenue and North Federal Highway. Applicant: Jeffery Burns, Affiliated Development. Motion: Vice Mayor Cruz moved to approve New Master Plan (MPMD 22-005) and New Major Site Plan (NWSP 22-004), with amendments as presented. Commissioner Hay seconded the motion. The motion passed unanimously. E. Approve request for four (4) Community Design Appeals (CDPA 22-002, 23-006, 23-007, & 23-008) of Chapter 4, Article III, Section 6.F.2.c, Freestanding Parking Garages, which prohibits freestanding parking garages from having frontage on any arterial or collector roadway, to allow for alternative design solutions for the freestanding parking garage as proposed, for The Pierce mixed-use project in the MU -C (Mixed -Use Core) zoning district. Applicant/Agent: Jeffery Burns, Affiliated Development. PI C7YM. , Commissioner Kelley moved to approve four (4) Community Design Appeals (CDPA 22-002, 23-006, 23-007, & 23-008). Commissioner Hay seconded the motion. The motion passed unanimously. F. Approve request for Height Exception (HTEX 23-001) to allow the freestanding parking garage egress staircase of The Pierce mixed-use project to be constructed at 77 feet 11 inches, 2 feet 11 inches above the 16 Page 142 of 812 Meeting Minutes City Commission Meeting Boynton Beach, FL March 9, 2023 maximum allowable height of 75 feet in the MU -C (Mixed -Use Core) zoning district. Applicant/Agent: Jeffery Burns, Affiliated Development. Motion: Vice Mayor Cruz moved to approve Height Exception (HTEX 23-001). Commissioner Hay seconded the motion. Vice Mayor Cruz asked if the balconies would be vertical pickets versus the mesh look. Mr. Burns agreed. The motion passed unanimously. 9. City Manager's Report- None 10. Unfinished Business -None 11. New Business -None 12. Legal A. Proposed Ordinance No. 23-007- First Reading- General Employees Pension - Board Secretary Duties & Long-term Disability Determinations. City Attorney Cirullo read the Ordinance by title. He explained what this changes regarding the Employee Pension Board. Motion: Commissioner Turkin moved to approve Ordinance No. 23-007 at First Reading. Commissioner Hay seconded the motion. In a roll call vote, the motion passed unanimously. 13. Future Agenda Items A. Consider revised local rules for approval. - March 21, 2023 B. Continue discussion on adding a new sister city, requested by Commissioner Turkin - March 2023 C. Discussion regarding American Rescue Plan Funds, requested by Mayor Penserga - TBD 17 Page 143 of 812 Meeting Minutes City Commission Meeting Boynton Beach, FL March 9, 2023 D. Discussion regarding installing a coral reef at Oceanfront Park, requested by Commissioner Turkin - TBD E. Review Advisory Board Ordinance, requested by Commissioner Kelley. - TBD F. Discussion regarding future cemetery lots in Boynton Beach, requested by Commissioner Hay- TBD G. Discussion for Ordinance regarding tints for paraphernalia shops, requested by Commissioner Turkin — TBD H. Look into lowering or waiving arts impact fees for small businesses, requested by Commissioner Turkin- TBD I. Discussion regarding changing minimum requirements for traffic studies, requested by Commissioner Turkin- TBD J. Update regarding speedbumps throughout the City, requested by Commissioner Turkin-TBD K. Discussion regarding bringing more jobs to the City at former ToysRUs site, requested by Commissioner Turkin.- TBD Motion: Commissioner Turkin moved to adjourn the meeting. Commissioner Kelley seconded the motion. The motion passed unanimously. There being no further business to discuss, the meeting was adjourned at 10:00 P.M. CITY OF BOYNTON BEACH ATTEST: Maylee De Jesus, MMC City Clerk 18 Page 144 of 812 7.A. Requested Action by Commission: Approve piggybacking the National Purchasing Co -Operative BuyBoard contract # 698-23 for the purchase of uniforms for Police and Fire with Gall's. Estimated annual purchase is $250,000. The BuyBoard procurement process satisfies the City's competitive bid requirements. Explanation of Request: Contract term - April 1, 2023 through March 31, 2024 The BuyBoard contract offers access to Gall's catalog. This will be beneficial as uniform standards and type of permitted gear changes throughout the year. We are currently piggybacking BuyBoard's contract # 603-20 which is set to expire March 31, 2023 with no renewals. This approval will allow for Police and Fire to maintain their uniform standards of professionalism. It will also allow for the purchase of uniforms stocked at the Warehouse. The contract allows for two (2) additional one-year renewals. How will this affect city programs or services? This purchase will provide uniform and gear for Police and Fire Rescue. Fiscal Impact: Funds are budgeted and available for the following accounts: 502-0000-141-01-00 001-2110-521-52-22 001-2111-521-52-22 001-2112-521-52-22 001-2210-522-52-22 Expenditures to date are $116,811,79 Previous Year Expenditures: FY 20/21 expenditures were $135,539.26 FY 21/22 expenditures were $158,435.36 Alternatives: To not approve the contract and seek to obtain quotes. Strategic Plan: Strategic Plan Application: Page 145 of 812 Climate Action Application: Is this a grant? Grant Amount: Attachments: Type D Addeinduirn D Addeinduirn Description Award I eReir, Flirice I ist Page 146 of 812 February 7, 2023 Sent Via Email: brewer-tiffany@galls.com Tiffany Brewer Galls, LLC (HUB) 1340 Russell Cave Rd. Lexington, KY 40505 Welcome to BuyBoard! P.O. Box 400, Austin, Texas 78767 800.695.2919 • info@buyboard.com • buyboard.com Re: Notice of The Local Government Purchasing Cooperative ContractAward; Proposal Invitation No. 698- 23, Public Safety and Firehouse Supplies and Equipment Congratulations, The Local Government Purchasing Cooperative (Cooperative) has awarded your company a BuyBoard® contract based on the above -referenced Proposal Invitation. The contract is effective for an initial one-year term of April 1, 2023 through March 31, 2024, and may be subject to two possible one- year renewals. Please refer to the Proposal Invitation for the contract documents, including the General Terms and Conditions of the Contract. To review the items your company has been awarded, please review Proposal Tabulation No. 698-23 at: www.buyboard.com/vendor. Only items marked as awarded to your company are included in this contract award, and only those awarded items may be sold through the BuyBoard contract. All sales must comply with the contract terms and must be at or below the awarded pricing as set forth in the General Terms and Conditions. The contract will be posted on the BuyBoard website as an online electronic catalog(s). You are reminded that, in accordance with the General Terms and Conditions, all purchase orders must be processed through the BuyBoard. Except as expressly authorized in writing by the Cooperative's administrator, you are not authorized to process a purchase order received directly from a Cooperative member that has not been processed through the BuyBoard or provided to the Cooperative. If you receive a purchase order directly from a Cooperative member that you have reason to believe has not been received by the Cooperative or processed through the BuyBoard, you must promptly forward a copy of the purchase order by email to info@buyboard.com. A list of Cooperative members is available on the buyboard.com website. The BuyBoard vendor relations staff will be contacting you to assist with the resources available and to provide any support you may need as an awarded BuyBoard vendor. On behalf of the Cooperative, we appreciate your interest in the Cooperative and we are looking forward to your participation in the program. If you have any questions, feel free contact me at 800-695-2919. Sincerely, Leigh Clover, Bid Analyst Texas Association of School Boards, Inc., Administrator for The Local Government Purchasing Cooperative v.oz.oi.zozi Endorsed by TASAV TAT C-0T.,,im Page 147 of 812 N 00 O 00 (D 0) M 0- u u u 0 0 0 U U U u u u v v u u u U u U U U U u u u v v u u u U u U U U V u U 0 0 w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w 3 Oy n 01 01 I- n n n n n O1 Cl I* n n N n O U1 Cl W l0 O Il N W 00 00 lD W W O u'1 � Ol W lD O I, 0 O m l0 m LD m 0 m 0 CO 0 m 0 W 0 00 0 a l0 m lD m O 00 O w O 00 O 00 O 00 1.n V lD m W V m m ri m� 1-I m V l0 � W m �� m m m ri V m � m� N O m m m m 1-1 In r -I V m � lD V i O O O O O O O O O O O o O 0 O O O O O O m m m m m m m m m m m m m m m m m m m m m m m a o 0 0 0 0 0 0 o 0 0 0 o rn rn rn rn rn rn rn rn rn rn rn m rn rn rn rn rn rn rn rn rn rn rn J m Ol ri ci ri c -I m 01 1.n Ql m Ol In Ql m Q1 m Ql ri c -I ri c -I m 01 m Ol m Ol In Ql m Ol N Ln N � m Lfl l0 O lD 00 Kt N Ln m V1 V O �t O V O R& W O �t O V N Vl N V l0 In l0 V O lfl W V N V1 m Ln o Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W lu p W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W v H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H >000000000000000000000000000000000000000 v ' Z �jcj�jcj�jcjcjcj(jcj �cj�jcjzwzwzwww U Q N m � J Q cc G Ln V1 J X N X Z J W K Z J W K Z J W K W W Z J W K Q K Z J W � W � = J X OC X J X OC X J X X x X X 3 6 N M v X X>>>>>>>> X N X N X m X m x V X 'T X L.n x 1.0 Cj J U J J X J X X N N M M x x lD 2z Y Y Y Y Y Y Y Z Z Z Z Z Z Z Z Y Y Y Y Y Y Y Y Y Y Y V) Y Y Y Y N V) a- V) 0- V) a- V) 0- V) a- V7 a - V1 a � J C0 J C0 J C0 J 00 J C0 J 00 J C0 J 00 Y Q Y Q Y Q Y Q Y Q Y Q Y Q Y Q J 07 J CD J 00 J 00 J [0 J 00 J [0 J 00 J [0 J 00 J [D J 00 J 07 J C0 J 0D F CD 00 F 00 [0 F CD C0 F 00 [0 O '0 n O n O I\ O r O n O n O f\ O n O r', O n O f\ O n O n O n O n O n O V1 W In 00 V1 W In 00 V1 W V1 00 V1 W V1 W V1 W V1 00 V1 W V) W V1 W V1 00 V1 W V) 00 V1 W In 00 V1 W In 00 V1 W V1 00 V1 W C m Q Ln Q V1 Q In Q Ln Q VI Q V1 Q VI Q m Q m Q Ln Q Ln Q Ln Q Ln Q V) Q In Q N X N X N X NN X X N X N X N X N X N X N X N X N X N X N X N X N X N X N X N X N X N X N X H W F W H W F W H W F W H W F W H W F W H W H W H W F W H W F W H W F W H W F W H W F W H W Y V Y V Y V Y V Y V Y V Y V Y V Y V Y V Y V Y V Y V Y V Y V Y V Y V Y V Y V Y V Y V Y V Y V Q J Q J Q J Q J Q J Q J Q J Q J Q J Q J Q J Q J Q J Q J Q J Q J Q J Q J Q J Q J Q J Q J Q J J J J J J J J J J J J J J J J J J J J J J J J Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y V) H V) H V) H N H V) H N H (n H N H (n H N H (A H N H N H N H V) H N H V) H N H V) H N H V) H N H (n H V a? V V a? V V a? V V Q V Q V Q? V V Q? V V Q? V V a? V W 0 W 0 W 0 W 0 W 0 W 0 W 0 W 0 W 0 W 0 W 0 W 0 W W 0 W 0 W 0 W 0 W 0 W 0 W 0 W 0 W 0 W 0 Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z V) N W V) W V7 W V1 W V7 W V) W V7 W V) W V) W VI W VI W V) m W N W V) W N W V) W N W V) W V7 W V) W V7 W V) W K O K O O K O K O of O of O of O Of O cr O K O cr O cr O cr O K O orW O 0 0 0 0 0 0 C 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 O U O U O U O U O U O U O U O U O U c O U O U 0 O U O U O U O U O U O U O U O U O U O U O U u U O (,j (,j (,j (,j (,j (,j (,j o (,j o (,j o o (,j o ( j } } } } } } } } } } } } } } } } } } } } } } } ` J J J J J J J J J J J J J J J J K cr cr cr cc: 1= cr K K K cr c c cr cc: N Q Q Q Q Q Q Q Q Q Q Q Q a Q Q Q 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 U U U U U U U U U U U U U U U U a+ U U U U U U U U U V U U U U U U� m D D D D D D D D D D D D D Ij Q a Q a Q a a a a a a a a a Q a Q Q Q Q a a a a a a a a a a a a a a a a a a a Oririr�riririr�rir�ri ri ri ri ri ri ri ri ri ri ri ri riririr�ri=OfOf=Of=Of=CC=CC==crcrcr�=CC=of=Of ri ri ri ri O O O O O O O O O O O O O O O O O O O O O O O d Lf) 1n Vl 1n Ln 1n In 1n Ln 1n In V1 Ln Vl In 1n d d d d d d d d O_ m rn M M M rn M M m m m m m m M m m m m m m m m m m m m m m m m m m m m m m m m m C O W O) 00 O) W Ol 00 O1 W Ol 00 O1 00 Ol 00 O1 00 O1 00 O1 00 O1 00 O1 00 O1 W cr) W Ol 00 O1 W Ol 00 O1 W Ol 00 O1 00 Ol 00 O1 00 O1 00 O1 00 O1 00 O1 00 O1 00 Ol W Ol 00 O1 W Ol 00 O1 W Ol 00 O1 00 Ol 00 O1 00 O1 00 O1 00 O1 U l0 l0 l0 l0 l0 <D lD l0 lD l0 lD l0 l0 l0 l0 l0 l0 LD 1p l0 l0 l0 l0 l0 lD l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 lD l0 l0 l0 N 00 O 00 (D 0) M 0- 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 U a W U a W U a W U a W U a W U a W U a W U a W U a W U a W U a W U a W U a W v a W v a W U a W U a W U a W U a W U a W U a W U a W U a W U a W U a W U a W U a W U a W v a W U a W U a W U a W U a W U a W U a W U a W U a W U a W U a W U a W N W W W lD 00 CO O rl Ln N M M M M M Ln01 lfl O n W WOR W W U i 01 lD O I� CO 00 CO 00 W O U' 00 m m m v m m Ln v o m m m Ln m m v m v m v m a m v LD m rn m a Ln v� m m m m m m m m' Ln v't m m m m m� Ln m� mm m 01 rn 01 rn O1 rn 01 rn 0l rn 01 rn C1 rn 0l rn Cl rn Ol rn of rn O1 rn 01 m m m 01 rn O1 rn 01 rn 0l rn Cn rn al rn of rn 01 rn 01 rn 0l rn Ol rn Ol rn Cl m of m m rn Cl rn Ol rn 01 rn 01 rn 01 rn O1 rn O1 rn C1 rn 0l rn Cl rn al O O O W O O N LD W NCzr O O O O O N LD 00 N Ln O O O O O N tzt W N L O O O O O N N L V Ln Ln Ln O l0 Ln Ln Ill Ln Ill ;i V ;T Ln Ln V ;T V � V -;TV -;i-LP Ln V ;3- V ;t V Ln V Ln Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O (DUw w w w w w w w w w� W W W W W W W W o o u o u o o o w W w w Z J LAJ Z W W m m m p[ W cr= W cr= or LY �= 2 = W W W W W W W W (D m W W or W z z z Z 0 (.� J N X N X M X It X Lf) X w (J J cc G to J X Ln X X N X m X � X m X LD 0 J cc G N J X N X X X X X X cc C X X X J J N X X X H H H H H H H Z Z Z Z Z Z Z Z Z Z N M L11 LD to X X N N M Ln d N D_ Ln d N d Ln d Ln d n2 2 2 2 2 2 2 2 2 2 K OC OC >>> H H H H H H 2 2 2 2 2 2 2 2 2 2 (,� (� (,� (� C7 C7 C7 U' U' C7 cac c ac c ac c ac c ac c ac c ac acc c ac c ac a a a 07 m m m m m m U U U U U U U U U U W W W W W W W W W W G G G G G G G G G G Z Z Z Ln W Ln Ln 00 Ln 00 Ln 00 Ln 00N Ln W Ln 00 Ln W Ln 00 Ln 00 L11 Ln Ln Ln Ln Ln W Ln 00 Ln W Ln 00 Ln CO Ln Ln Ln Ln Ln Ln 00 Ln WX Ln Ln WX Ln W Ln Ln Ln Ln Ln Ln W Lr) 00 Ln W L.(1 W X N X N00 X X X X X X X X X X N N N N N N N N N XXN N N X N N N XW N N X N X N X N X N X N X N X N X N X N X H W F W H W F W H W F W H W F W H W F W H W F W H W F W H W F W H W F W H W F W H W F W H W F W H W F W H W F W H W F W H W F W H W F W H W F W H W F W H W F W Y U Y U Y U Y U v U Y U v U v U v U Y U Y U Y U Y U Y U Y U Y U Y U Y U Y U Y U Y U Y U Y U Y U Y U Y U Y U Y U Y U Y U Y U Y U Y U Y— U U Y U Y U Y U Y U Y U a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 J W 2 In H W Ln H W Ln H W Ln H W In H W Ln H W Ln H W Ln H W !n H W Ln H W Ln H W Ln H W (n H W Ln H W Ln H W Ln H W Ln H W Ln H W Ln H W N H W Ln H W Ln H W !n H W Ln H W Ln H W Ln H W Ln H W Ln H W Ln H W N H W Ln H W Ln H W Ln H W N H W In H W Ln H W Ln H W Ln H W (n H W Ln H W 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Ln N Ln N Ln N Ln Ln Ln Ln Ln Ln Ln Ln Ln N Ln N L!) N Ln Ln Ln Ln Ln Ln Ln Ln Ln N Ln N Ln N Ln Ln Ln Ln Ln L/i W K W = W = W = W = W K W = W = W = W = W 9= W = W = W = W K W = W K W = W = W = W = W = W = W = W = W = W = W = W = W = W K W = W = W = W = W = W = W = W = W = 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U } H } F } H } F } H } F } H } F } H } F } H } F } H } F } H } F } H } F } H } F } H } F } H } F } H } F } H } F } H } F } H } F } H } F } H } F } H } F } H } F OC 0 K 0 K 0 K 0 K O K 0 K O 0 K O K 0 K O K 0 K O K O K O K 0 K O K 0 K O K 0 LY O K 0 K O K 0 K O K 0 K O K O K O K 0 K O K 0 K O K 0 K O K 0 K O K 0 O K O 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 H F H F H F H F H F H F H F H F H F H F H F H F H F H F H F H F H F H F H F H F a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a 00 a m 0 a 0 m 0 a 0 m 0 a 0 m 0 a 0 m 0 a 0 m 0 m 0 D_ 0 0_ 0 m 0 a 0 m 0 a 0 m 0 a 0 m 0 a 0 m 0 a 0 m 0 a 0 m 0 a 0 m 0 a 0 m 0 a 0 m 0 a 0 m 0 a 0 m 0 a 0 m rnm N N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N 00 Ol 00 Ql 00 Ql 00 Ql 00 Ql 00 Ql 00 Ql 00 Ql 00 Ql 00 Ql 00 Ql 00 Ql 00 Ql 00 Ql 00 m 00 Ql 00 Ol 00 Ql 00 Ql 00 Ql 00 Ql 00 Ql 00 Ql 00 Ql 00 Ql 00 Ql 00 Ql 00 Ql 00 Ql 00 Ol 00 Ol 00 Ql 00 Ql 00 Ql W Ql 00 Ql 00 Ql 00 Ql 00 Ql 00 Ql L0 l0 l0 LD (O LD l0 LD l0 LD 1.0 lD l0 LD L0 l0 (O lD l0 lD l0 LD lD LD lD lD 1.0 LD 1.0 l0 l0 1.0 l0 l0 (O l0 lD lD lD LD N 00 O 0) O 0) M 0- 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 V V V V V V V V V V V V V v v V V V V V V V V V V V V V v V V V V V V V V V V V V a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W m W lD O Il N W W W lD W W U1 m lD O I� W W W W W UP m lD O I- W W W W W Vf c I ci cici ci V ci V M Ln Ln LD W to m In m (.om Ln lD m m m m m m m m m m Ln v v Mm mm � m m m m v a v mm M m m m m v� v Mm m m m Ln r, r, r, r, r, Ln r, Ln G) m m m m m m m m m m m m m m m m m m m m m m m m m Cr) m m m m m 0 0 0 0 0 0 0 0 0 rn rn m m rn rn rn rn rn m rn m m m m m rn rn rn rn rn m m m m m rn m m m rn rn 0 0 0 0 0 0 0 0 0 lD O W N Ln-zt 0 0 0 W O O N lD W N m O O O O O N lD W N m 0 0 0 0 0 0 l0 lD l0 lD l0 O lD O ,z3- l0 V Ln Ln I;t V I;t V I;t V -;zr V -;:r Ln LIl I;t V I;T V I;t V �t V Lf1 LIl -;T V I;t I� W W W W W Il W Il LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL J W J W J W J W J W J W J W J W J W Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q a a a a a a a a a wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwaMmmmmmmm wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwFFFFFFFFF F-F-F-F-F-F-F-F-F-F-FF-FF-F�F�F�F�FF-F-F-F-F-F-F-F-F- oo0000 D D D D D D D D D D D D D� D D D D D D D D D D D D D D D D D D z z z z z z z z z 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C7 C7 C7 C7 C7 C7 C7 (J w C7 C7 C7 C7 l7 (7 C7 (7 C7 U W C7 C7 C7 C7 C7 C7 C7 w V W C7 (D (J w J a (7 w J a J a J a (J w J a W W Z W W W Z W W K Z W W W W W W W W w K �• C7 W W W W D OC J K K K J K CC J K C[ K K K p c OC X X X X X X X X X X XlD (,) (,rf G J J V7 X X X X X (J c G V7 X X X X X 0 C J V) N N m m . In J J G M Vf J J V) X X X N M M LD J V) X X N M V1 lD J N X X Y Y Y Y Y Y Y Y Y > >Y Y Y Y Y Y Y Y Y Y J J J J J J J J J a a a a a a a a a a a a m m m m m m m m m Z Z Z Z Z Z Z Z Z Z Z Z K CC OC K CC K CC K K K (n V) (n V) V1 N V) V) V) V) M M M M M M M M M W W W W W W W W W 00 00 00 00 00 00 00 00 00 00 00 W 00 W 00 00 00 00 W W W W W N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X = = = = = = = = = N V7 V7 V7 V7 V7 N N V) F W F W F W F W F W F W F W F W F W F W F W F W F W F W F W F W F W F W F W F W F W F W F W F W F W F W F W F W F W F W F W F W Y Y Y Y v Y v v v Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a J J W J J W J J W J J W J J W J J W J J W J J W J J W J J W J J W J J W J J W J J W J J W J J W J J W J J W J J W J J W J J W J J W J J W J J W J J W J J W J J W J J W J J W J J W J J W J J W 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 V) V) V) V) V) V) V) V) V) V) (n V) (n V) V) V) V) V) V) N V) V7 V) V) (n V) V1 V) V) V) V) F W F W F W F W F W F W F W F W F W F W F W F W F W F W F W F W F W F W F W F W F W F W F W F W F W F W F W F W F F W F W F W F W 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 V) W N W V) W N W V) W N W V) W Ln W V) W V) W V) W V) W V) W V) W V) W N W V) W N W V) W N W V) W V) W V) W V) W V) W V) W V) W V) W V) W N W V) W N W N N N N N N N N N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ni N N N N N N N N V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V F F F F F F F F F F F F F F F F F F F F F F F F F F F F F F F F������� OC K OC K K K K K K K CC K CC OC K OC K OC K K K K K K CC K K K K E W F F F F F F F F F- 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 F F F F F F F F F F F F F F F F F F F F F F F F F F F F F F F F N N N N N N N N N > > > > > > > > > > > M > M > > > > > > > > > > > > > M > > > > m m m m m m m m m a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a 0 0 0 0 0 0 0 0 0 F F F F F F F F F F F F F F F F F F F F F F F F F F F F F F F F 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a D a D D D D D D D D D D D a D a D D D D D D D D D D D_ a m a m Ln n n n n n n n n m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m lD 1.0 l0 l0 l0 l0 l0 l0 lD l0 l0 lD l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 lD lD l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 N 00 4-- 0 0 LO T- a) 0) M 0- 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 U U U U U U U U U V U U U U v U U U U U U U U U V U U U U v U U U U U V U V U V U u a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 cri C i C i m mai m m m m m of m m m m m m m m m m m m m of m of m m m m m m m m m m m In m In Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln r, Ln rn rn rn rn rn rn rn rn rn 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m m m m m m m m m O O O O O O O O O O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 rn rn rn rn rn rn rn O, rn o o L0 0 0 lO l0 0 l0 0 0 o L0 0 o 0 0 0 o L0 0 0 0 0 0 0 0 0 0 0 w m � � m � � m w m m m w m w � m � w m � � m � � m w w m w m m w w m � w m � w m r, rl m rl -1 -1 -1 -1 -1 -1 -1 -1 -1 000000000 wwwwwwwww wwwwwwwww W, W W W W w J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J 000000000 0 0 /W, 0 0 /W, 0 0 `W, 0 0 0 W cC W m W W W W W W W W W W W m W m W m W m W m W W W W W W W W W W W m W m W m W m W W =000000000 a a a a a a a a a Q Q Q Q Q Q a a a a a a a a a Q Q Q Q Q Q a a a Q Q Q Q Q Q Q Q Q IL d d d d a a a a a a a a a a d d d d d d a a a a a a a a a d d d J J J J J J J J J a a a a a a Q Q Q Q Q Q Q Q Q a a a a a a Q Q Q Q Q Q Q Q Q a a a W W W W W W W W W >>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>QaQaQQQQa p p pp p p p p p p p p p p p p p p p p p p p p p p p p p p 0 m m d d d d d d d d d z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z W d W d W d a d a O O o 0 0 o 0 0 o 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o o 0 o o o Q Q Q Q Q Q Q Q Q J J J J J (J J J J J J J (,7 J a V) LL G J (;J J (,7 J J J V J W Q w J J (;J J J J V J W O J LL O V) W c Q W U W Q W Q Q Q W m Q K H K W Q W W o Q W m Q Q Q W m Q K H CC W a W O } O LL 0 G Ln J x H p m W Q F w K m X N H X N m X m H X m� H X H X m V J H V J p c G p c G V) V1 = J X F J X m N X X N H X N X m H X m H X H X m U J H U J p p = X F X CA X m m 0 2 p K Ln J 0 J 0 0 0 c N J X X V) X > > > > > > > > > > > > > > } } } } } } } } } } } } } } 2 2 J Y J Y J 2 2 2 Y Y Y Y Y a a a a a a a Q Q a a a Q Q K K K K K K K K K K m K K K m m m U U U J J J J J Z Z Z Z Z Z Z Z Z Z Z Z Z Z Y Y Y Y Y Y m m m m m LL LL LL LL LL LL LL LL LL LL LL LL LL W S S S S S S S S S S S S S S m Y m Y m J m J m J m J m J m J m m m m m m m m m m rn m cn m m m m m m m m m - m m m rn m m m m m m m m M M M M M M M M M N N Nto N - N N N -q N Z. N Z. N N -q N -q N N N N N N -q N -q� N N N N � N N N N N N N It��� �� N N N N N N N N N 2 2 2 V7 V7 V7 N N V7 V7 V7 V7 V1 V1 N N N V7 V7 V7 V7 V1 N V7 V7 V7 V7 V1 V1 N 2 2 2 2 2 2 2 2 2 a a a a a a a a a Y Y Y Y Y Y Y Y Y U U U U U U U U U m m m m m m m m m CL a a a a a a a a a a a a a a a a a z z z z z z z z z V) V) V) V) V) V7 V) V7 V) V V V V V V V V V H F H F H F H F H N N g N g N g V)N g g V) g c/'1 g V) g a m a m a m a m a W W W W W W W W W J J J J J J J J J Q a Q a a a a a a V) N t/) V) t/'1 V) V) V) V) p p p p p p p p 0 a a a a a a Q a Q O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O Y Y Y Y Y Y Y Y Y N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N U U U U U U U U U LL LL LL LL LL LL d LL LL LL LL LL LL LL LL LL LL LL LL LL LL d LL LL LL LL LL LL LL LL LL LL LL m m m m m m m m m N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N 2 2 2 2 2 2 2 2 2 V) N V)V) V) V7 V) V7 V) \ ci F \ ci F \ ci F \ ci F \ ci F \ ci F \ ci F \ ci F \ ci F \ rl F \ ci F \ c -I F \ c -I F \ c -I F \ c -I F \ ci F \ ci F \ ci F \ ci F \ ci F \ ci F \ ci F \ ci F \ ci F \ rl F \ ci F \ rl F \ ci F \ c -I F \ c -I F \ ci F \ ci F \ ci F W c W c W c W c W c W c W c W c W c S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S \ \ \ \ \ \ \ \ \ N N N V) V) V) V) V) V) V) N N N V7 V7 N N N N V) V) V) V) V) V) V7 N N V7 V7 N N N J J J J J J J J J m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m [p co J J J J J J J J J 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 3 3 3 ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci N N N N N N N N N c -I c -I c -I c -I c -I c -I c -I c -I c -I c -I c -I c -I c -I c -I c -I c -I c -I c -I c -I c -I c -I c -I c -I c -I c -I c -I c -I c -I c -I c -I c -I c -I c -I c -I ci ci ci ci ci ci ci ci Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln in Ln Ln ci ci ci ci ci ci ci ci ci m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m M m M m M m M m M N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N CO 00 00 00 00 00 00 00 00 00 00 00 00 00 m CO 00 00 00 00 00 00 00 00 00 00 00 00 00 m CO 00 00 00 00 CO 00 00 00 00 00 00 Ol Q1 Q1 Q1 Q1 Q1 Q1 Q1 Q1 Q1 Q1 Cl) Q1 Q1 Q1 Ol Q1 Q1 Q1 Q1 Q1 M Q1 Q1 Q1 Q1 Q1 Q1 Q1 Q1 Ol Q1 Q1 Q1 Q1 Q1 M Q1 Q1 Q1 Cl) Q1 l0 l0 l0 l0 l0 l0 l0 LD l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 (0 l0 (0 l0 l0 l0 m l0 1.0 N 00 4-- 0 LO T- a) 0) M 0- 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 V V V V V V V V V V V V V v v V V V V V V V V V V V V V v V V V V V V V V V V V aaaaaaaaa w w w w w w w w w a w a w a w a w a w a w a w a w a w a w a w a w a w a w a w a w a w a w a w a w a w a w a w a w a w a w a w a w a w a w a w v v . . . .Ttvzt m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m 01 m m m 01 m 01 m m m m m m m m m m m m m m m m m m m m m m m m m 01 m m m m m m m m m m m m m m m D1 m m m m m m m m m m m 01 m m m m m m m m m m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0000000000000000000000000000000000000000 W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W Of0�W'�' �' W' ,W'Ixd'ofW' W'�W'�W'� �'�0'Ofd'ofW'W'0CW'd'W'��OfOf�Ofd' QaQaQaQaQQaa<<<<<<<<<<<<<<<<<<<<<<<<<<<< IL a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a as a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a as QQQQQQQQQQQQaQQQQQQQQQaQQQQQaQQQQQQQQQQQ L¢L Q LL NO LL LL N O} Q LL a LL ¢� LL a s ` LL N" N m m N N O N LL L¢L n ¢�¢ m LL n> O Ln O n J< x W N a w m O p O w LL. V) w m W m `^ O p Ln O p p m O 0 O Ln 0 n 0 w V) 0 N 0¢= m O p `�' (7 .. >> Ln n p O O m J x 0 0 0 F O J coo= Z > J m= z Y Z O w C7 0 0 } O J m p z z C7 z C7 z C7 0 F O J S J¢ m Z a Z 0 V) ¢ Y J ¢ J O > C7 ¢ W C7 a } 0' w O 2 J O S S 2 Y Y Y J 2 > W 2 J V, 2 2 2 w 2 m V m V S Y Z Z Z Z Z O m 2i m V Y m 0 0 0 C7 >} Q Q K m (;) > ?: ?:} Y 0 0 0 K m K CC OC K OC K m K K K K J J J J J Z Z Z Z Z Z Z Z 2 2 Q} Y Y Y Y Y Y Z K m= a Q a Q a a Qa Q¢ Q¢ a m m m m m Q U (7 U C7 0 0 0 V V V m J J J J J J ¢ ¢ ¢ S 2 S 2 S 2 S 2 S 2 S 2 S O 0 O 0 O >- Y Y Y Y Y Y Y m m m m m m m V V V V V V V V V V V V V V V V V V V V V V 0 0 0 0 0 0 0 C7 (7 2 2 M M M M M M M M M M m M m M M M M M M M M M M M M M M M M M M M M M M M M M M M L!1 N Lfl N V1 N to N L!1 N V1 N Ln N m N Ul N V1 N V1 N Ln N Lfl N Lf1 N I N Lf1 N V1 N to N V1 N V1 N V1 N V1 N V1 N LI1 N V1 N V1 N V1 N V1 N Ln N M N V1 N Ln N V1 N to N Ul N V1 N Ln N LI1 N L!1 N V1 N 0 0 0 0 0 0 0 0 0 0 0 0 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 a a a a a a a¢ a¢ a¢ a¢ a a a a a a a¢ a¢ a¢ a¢ a a a a a a a a a¢ a¢ or or or or or Of cr or cr cc or nr or C(f or or or cr cr cc cr cr or Of or or or or Y Y Y Y Y Y Y Y Y Y Ne Y Ne Y Ne Y Ln Y V) Y se Y Ln Y se Y Ln Y L/) Y ul Y Lf) Y V) Y L/) Y Ne Y Ne Y L/) Y Ne Y Ul) Y V) Y Ln Y se Y Ln Y Ne Y Ln Y Ne Y Ne Y Ne Y Ln Y Ne Y V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V a a a a a a a a a a a a a a a a a a a a a a a a a a a a¢ a a a a a a a a a a a m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a¢ a a a a a a a a a a¢ a¢ ¢aaaaaaaaa a z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z V) V) V) V) V) V) V) V7 V) Ln V) N V) Ln V) V) V) V) V) V) V) V) V) V7 V) N V) Ln V) V) V) V) V) V) V) V) V) V7 V) Ln V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V V_ V_ V V V V V V_ V V V V_ V_ V V_ V_ V_ V_ V_ V_ V_ V_ V V V V N M F N Ln N F N H Ln F N H Ln F c/ i H Ln F N H Ln F c/ i H N F Ln H N F N H N F N H N F N Ln Ln F N Ln Ln F N H Ln F ci l H to F c/7 M N F NM N F N H N F N Ln Ln F N Ln Ln F N H Ln F ci l a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J aa J J a J a J a J a J a J a J a¢ J J a¢ J J CL W a W a W a W a W a w a W a w a W a w a W a w a W a w a W a w a W a w a W a w a W a w a W a w a W a w a W a w a W a w a W a w a W a w a W a w a W a w a W a w J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a Ln N to N to c/'1 to c/'i to c/'1 to c/ i N to to N to N to c/'1 to c/'1 to c/'1 to c/'1 to to Ln N to N to N to c/'1 to cn to c/'1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a a Q a a a a a a a a¢ a¢ a a Q a Q a a a a a a¢ a¢ a a Q a Q a a a a a a a YY Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V a a a ¢ a ¢ a a a a a ¢ ¢ ¢ a a a a a ¢ a a a a a ¢ ¢ ¢ a a a a a ¢ a a a a a ¢ m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m SLn Sn Sn Sn S S S S S S S Sn Sn W WWWWW NSccG LSccGn NSccG LSccGn Ln Ln W W Ln W Ln W Ln W Ln W Ln W LSn W Ln WWW NS Ln NS W Ln W W Ln W W Ln W Ln W w w w NS w NS w NS W w w W LSn W W LSn W LSn W LSn W c c c c c c c c c c c c c c c c c c c c c c c c c c c c c c c c c c c J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N. ci ci ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N. ci ci ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N W 00 00 00 00 00 00 00 00 00 00 00 00 W W 00 00 00 00 00 00 00 m 00 00 00 00 00 00 00 W 00 00 00 00 00 m 00 00 00 m LD m 1.0 m LD m LD m (0 m LD m L.0 m LD m L.0 m LD m 1.0 m lD m LA m LD m LD m l0 m L.0 m l0 m L.0 m LD m L.0 m LD m L.0 m LD m 1.0 m lD m 1.0 m LD m 1.0 m LD m LD m l0 m L.0 m LD m L.0 m LD m LA m lD m LA m LD N 00 O N LO (D 0) M 0- 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 V V V V V V V V V V V V V v v V V V V V V V V V V V V V v V V V V V V V V V V V a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W v v . . . .Ttvzt m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m 01 m m m 01 m 01 m m m m m m m m m m m m m m m m m m m m m m m m m 01 m m m m m m m m m m m m m m m D1 m m m m m m m m m m m 01 m m m m m m m m m m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0000000000000000000000000000000000000000 W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W Of0�W'�' �' W' ,W'Ixd'ofW' W'0�W'0� (If 0� '0�0'Ofd'ofW'W'0CW'd'W'0� 0�OfOf0�Ofd' QaQaQaQaQQaa<<<<<<<<<<<<<<<<<<<<<<<<<<<< IL a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a as a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a as QQQQQQQQQQQQaQQQQQQQQQaQQQQQaQQQQQQQQQQQ a V) LL LQL cc G Q cc LL o CJ V) O G LL Q LL CC Q c cc a LL Q G LLLL a N LL a Q LL cLL c Ln J p V) p n LL n LL n V7 0 J X O LL cn (A p LL m Ln p Q LL G LL L,L m LL G LL LL Ln V) LL m LL Q LL LL In c c J} O N O " Ln LL m O LL LL In O x Z } O Ln p p H H H Y Q p F p Ln p p p n Ln p O O O n J X O m p 0 n x p N p O Y N p 0= } Y C7 V>> p} 2 2 2 Y 2 Y 2 H 0 ~ Q<<<' H H H (7 W O F J m M J Z Z K LL' U U m m K LL O S Y p0 j 2 0 0 0 K Q W S S S 2 K J K 2 m 2 2 i m U J m J > V Z Z Z O CC > > 2 2 m O = 2 d 2 } K } } } } } } } } } } } Y Z Y Z Z K Z K Q Q Q p p i i i i i i i i i (7 0 0 0 0 0 (70 0 0 0 0 LL LL (.7 0 2 2 2 p p Q a a a a a a a a a>> ofac� 2 2 m 2 2 2 2 2 2 2 2 2 2 2 2 2 2 Y Y Y Y Y J J 2 ZZ Z Z Z Z Z Z Z Z Z O O O O LL LL K m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m M Ln N Ln N V1 N to N Ln N V1 N Ln N m N Ln N m N V1 N Ln N V1 N V1 N V1 N Ln N V1 N to N V1 N V1 N V1 N V1 N V1 N V1 N V1 N V1 N V1 N V1 N Ln N Ln N V1 N Ln N V1 N to N Ln N V1 N Ln N V1 N Ln N V1 N 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 d a d a d a m a d a m a D_ a m a d a m a d a m a m a m a m a m a d a m a d a m a D_ a d a D_ a m a d a m a d a m a d a m a d a m a d a m a d a d a D_ a m a d a m a Y Y Y Y Y Ne Y Ln Y Ne Y Ne Y Ne Y Ne Y Ne Y Ne Y Ln Y Ln Y U) Y Ln Y LY) Y Ln Y Ln Y Ln Y Ln Y Ln Y L/) Y Ne Y Ne Y Ne Y Ne Y Ne Y se Y Ln Y se Y Ln Y Ne Y Ul) Y L/) Y LI) Y Lf) Y L/) Y Ne Y U V U V V V V U V V V V V V U V U V U V V U V V V V V V U V U V U V V U V U V V a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m a a a a a a a a a a a a a a a a a a a a a a a a a a a a a d a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z V) V) V) V) V) V) V) V7 V) V7 V) N V) Ln V) V) V) V) V) V) V) V) V) V7 V) N V) Ln V) V) V) V) V) V) V) V) V) V7 V) Ln V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ H N F N H N F N H Ln F N H Ln F c/ i H Ln F N H Ln F c/ i H N F Ln H N F N H N F N H N F N Ln Ln F N H Ln F N H Ln F vi H to F c/7 H N F N H N F N H N F N Ln Ln F N Ln Ln F N H Ln F ci l a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J a J LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W J m J m J m J m J In J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J in J m J m J m J m J m J In J m J m J m J m J m a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a Ln N to N to c/'1 to c/'i to c/'1 to V) N to to N to N to c/'1 to c/'1 to c/'1 to c/'1 to to Ln N to N to N to c/'1 to cn to c/'1 a Q Q a a Q a Q Q a Q a Q a a Q Q a Q Q a Q Q a Q a Q a Q Q Q Q Q Q a Q Q Q Q a Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y V V V V V V V V V V V V V V V V V U V V V V V V V V V V V V V V V V V V V V V V Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 Ln N Ln N Ln Ln W Ln W Ln W Ln W Ln W Ln W Ln W Ln W Ln W Ln W N W Ln W N W Ln W Ln W Ln W Ln W Ln W Ln W Ln W Ln W Ln W Ln W Ln W N W Ln W N W Ln W Ln W Ln W Ln W Ln W Ln W Ln W Ln W cW G cWc G cWc G cWc G cWc G c c c c c c c c c c c c c c c c c c c c c c c c c c c c c c c c c c c J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci rn N m N rn N m N m N m N rn N m N m N m N m N m N m N m N rn N m N m N m N rn N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N W W w W w W 00 00 00 00 00 00 00 W W 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 W 00 00 00 00 00 00 00 00 00 m LD m 1.0 m LD m LD m (0 m LD m L.0 m LD m L.0 m LD m 1.0 m lD m 1.0 m LD m LD m l0 m (0 m l0 m L.0 m LD m L.0 m LD m LA m LD m LA m lD m 1.0 m LD m 1.0 m LD m LD m 1 l0 m L.0 m L.O m L.0 m L.O m 1 L.0 m 1 lD m .D m LD N 00 O M LO (D 0) M 0- 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 u u u u u u u u u u u u u v v u u u u u u u u u u u u u v u u u u u u u u u u u a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W 't 'tTt v v ... rn T rn rn T m m rn T rn o 0 0 0� oq OR oq m m M m M m m m M m m m cn m rn m M m M m m m o 0 0 0 0 0 0 0 0 0 -I� ,4 -I m rn rn rn . rn rn rn rn rn rn . rn rn CT) m m rn am rn am rn am rn Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln rI rI rI r1 ci rI rI r1 m rn rn rn rn rn M rn M rn M rn M rn M rn M rn M rn M rn M rn M rn m m m rn M rn M rn M rn M rn M rn M rn M rn M M M M M M m M M M M rn M rn M rn M rn M rn M rn M rn M rn O O O O O O O O O O O O O O O O O O O O O O 01 0T Q1 0T Q1 01 01 Cl lT Cl N N N N m M m m ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci Ln Ln Ln Lf1 Ln Lf1 Ln In LIl In ci ci ci ci ci ci ci ci 0000000000000000000000000000000000000000 W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W QaQaQaQaQQaaaaQQ<<<<<<<QQaaaaQ<<<<<<<<<< ����������a�aM MaMaa�a�a������a�a������a� ILILELIL0-IL 0- a0-a0-0-a0-a0-IL0-ILaa_a_a_0- �a������a� QQQQQQQQQQaQQQQQQQQQ<<<<<<a<<<<<<QQQQQ Q Q LL N cc LL Q O Q LL a InN Q O Ln OO =>Ln Q LnLL Ln J LLcc V)Ln LL LnOnNo Opz N 0000 LL LLL 0 0 J7 Q O nxON = 0 M 0 } L }J} x =YQQ Jm crO> F X o J J K 2 2 2 Z 2 J 0 W 0 W 0 W Y J W O O O m Z p J Ln X c J G CO K d' d' m LL' �' LL' CC F H F H F H F i Y J7 JJQ YJ Z Z Z K 2 m M Z Z J m K K= K K CC K�: ?: ?: ?: ?: ?:� m (7 Q Z W Z W Z O X O [D K W K� lD lD LD lD m m m m m M m M m M M M M M m M m M m M m M m M m M .--I ci c-1 c -I .--I c -I r -I ci c -I -1 V K*- lD V lD KZJ- lD m k.0 M LO m lD M l0 Ln N M N M N In N Ln N Ln N M N Ln N Ln N Ln N U.) N Ln N Ln N Lf1 N M N Ln N M N In N M N Ln N M N Ln N V V It� V �� M M M M 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 d a d a d a d a d a d a d a d a d a d a d a d a d a d a d a d a d a d a d a d a d a d a cc Of cr or cr cc or cr or Of Of or Y Ne Y Ln Y V) Y Ne Y Ne Y Ne Y Ln Y Ln Y Ne Y Ne Y Ne Y Ne Y V, Y V) Y Ne Y Y Y Y Y Y Y U U U U U U U U U U U U U V U U U U U U U U Q a Q a Q a Q a Q a Q a a a Q a Q a Q a Q a m m m m m m m m m m m m m m m m m m m m m m a a a a a a a a a a a a a a a a a a a a a a a a a a a a Q a Q a Q a a a a a a a a a Q a z z z z z z z z z z z z z z z z z z z z z z V) V) V) V) V) V) V) V7 V) V7 V) N V) V7 V) V) V) V) V) V) V) V) V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ V_ N M F N Ln N F N H Ln F N Ln Ln F c/ i Ln Ln Ln N H Ln F c/ i H N F Ln M N F N Ln N F NM N F N Ln Ln F N a a a Q a Q a Q a QJ Q a QJ Q a Q a Q a QJ aJ Q J LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W d W LL W LL W d W LL W LL W LL W LL W LL W LL W LL W LL W J m J m J m J m J In J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m J m QQ Q Q Q Q Q Q Q Q Q a Q a Q Q Q Q Q Q Q Q LL LL LL LL D LL LL LL LL LL M M Ln N Ln to Ln N Ln to Ln c/'1 Ln to U) c/'i V) to Ln c/'1 ul to Ln c/ i Ln N Ln to M to Ln N Ln to Ln N M to Ln c/'1 Ln to U) c/'1 a Q a Q a Q Q a a a U V U V V V V U U U 0 < < < < < < < < < < < < < < < < < < z z z z z z z Z z ZY a Q Q Q Q Q Q Q Q Q Q Q Q Q a Q Q Q Q Q Q Q Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Q 0 U Q U Q U Q U Q U Q U Q U Q U Q U Q U Q U Q U Q U Q U Q U Q U Q U Q U Q U Q U Q U Q U a W z W z W z W z W z W z W z W Z W z W Z m m m m m m m m m m m m m m m m m m m m m m Ln W N W Ln W N W V1 W Ln W Ln W Ln W Ln W Ln W Ln W Ln W Ln W Ln W Ln W N W Ln W N W Ln W Ln W Ln W Ln W W U W U W U W U W U W U W U W U W U W U O_ Q d Q O_ Q O_ Q Lu w w w w LU w w w w w w w w w w w w w w U V U U d Q d Q d Q d Q J J J J J J J J J J Q Q Q Q U U U U J J J J J J J J J J J J J J J J J J J J J J O O O O O O O O O O J W J W J W J W J Q J Q J Q J Q U�yy U�yy V�yy 0 M m co m �U�yy KI cocI W �V�yy SCJ co �V�yy �1 W __C.�Y�L W �u�y W ��Vyy W F F t F t F F F F F F F F F F F F � H H F- H � H H LL X LL X LL X LL X LL X LL X LL X LL X N c -I ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci N ci ci K O d K O O_ K O d Cr O O_ K O O_ CC O O_ K O O_ [C O d 0C O O_ K O d J LL J LL J LL J LL J LL J LL J LL J LL m N m N m N m N m N m N mm N NNNN m m m m m m m N m N M N m N m N m N m N m N m N m N m N m N m N m N M N m N M N m N m N M N m N M N m N M N m N m N 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 W 00 00 00 00 W 00 00 00 00 00 LT LD LT l0 a) LD LT LD Ql LD LT LD Ql LD LT lD Ql LD LT LD Ql LD Ql lD Ql LD Ql LD M LD LT LD Ol LD LT LD Ql LD LT LD Ql LD LT LD Ql LD LT LD Ql LD LT lD Ql l0 Ql LD M l0 LT LD Ol LD LT LD Ql LD LT LD Ql LD LT L.O Ql LD LT lD Ql LD LT LD N 00 O LO O 0) M 0- x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x U U U U U U U U U U U U U v v U U U U U U U U U U U U U v U U U U U U U U U U U a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W a W m rn rn rn rn rn rn rn rn rn rn rn rn m m rn rn rn rn rn v v a v v v v v v v v v v OcRi 00 00 ccqi CIRci O�ci C�ci oci �ci oqi oqi oqi oqi �i �i �i �i Oi �ci �i r,i r -i: � r, � � �. r,. �. r-: r,, r, r,. r,. �. r,. � rl i i i i cI cI cI icI c -I c -I ri c c -I r -I r -I ci cI cI cI ci cI NN c . N ci N ci N ci N ci N ri N ci ci N ci N ci N ci N ci N ci N ci N ci N ci N ci N ci N ci Ol Ol Ol Ol Ol O1 Ol O1 Ol O1 Ol Cl Ol O1 Ol O1 Ol O1 Ol O1 Ol Cl Ol O1 Ol Ol Ol Ol Ol Cl Ol Ol Ol O1 Ol Ol Ol O1 Ol al Ol O1 Ol O1 Ol O1 Ol O1 Ol Ol Ol O1 Cr) Cl Ol Ol Ol Ol Ol Cl Ol 01 Ol Cl Ol O1 Ol O1 Ol O1 Ol Ol Ol O1 Ol O1 Ol Cl Ol O1 m m m M m M m ni rr) ni m rn ni rn rri m m cri m cvi 'T -zT zT -zT zT 0000000000000000000000000000000000000000 W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W Of0�W'0� 0� 0�ofW'ofW'Ofd'ofW' W'0�W'0� (If 0�Ofil� 0�0'Ofd'ofW'W'0CW'd'W'0� 0�OfOfOfOfd' QaQaQaQaQQaa<<<<<<<<<<<<<<<<<<<<<<<<<<<< IL a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a as a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a as QQQQQQQQQQQQaQQQQQQQQQaQQQQQaQQQQQQQQQQQ J J ccs N J J co C N J J SLS Vl X c0 c� G X c0 G J J 0 cC J 0 cG J J 50 J c G J J C N N J J cc f� N J J cc {� X X c G J X c G J G N X J N J l/ 1 cc J N J N N X X X J (n } } } > > > N J In X c G J (n OC d' a a Z OC Z LL}} a a>> J N H F 0 0 F N J V) J J CC LL CC a a a>>> J V7 0 U Z Z Ur U o m x x a a 0 W W J J J LL m Q a C7 C7 0 Z Z Z a a a J J o a o 0 LL LL c7 0 Y Y Z Z O O oc m cc m m m m m m U U 0 0 0 0 m m� m m m� m m m� m m m c o � m m� m m m co m cn m m m m m m LO m m m w m m m w rn rn w rn rn w rn rn w rn m w m rn LO rn rn LO rn r` rn w rn w rn w rn rn w rn w rn w m m m m t.0 m -.0 � � m � � w LDm m m m w m w m w w w w w w w m w m m Lo w m w w w w x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x o_ a LL Q o_ a LL Q o_ a LL Q o_ a LL a o_ LL a LL a LL a LL a LL a LL a LL a o_ a LL a o_ a LL a U U U U U U V U J U U J U J U J U J -j J U U U U V U J U J J J J J J J J J J J J J a J J J J J J J J J J J J J J J J J J J J m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m W W W W W W W W W W W mc W mc W mc W mc W mc mc mc mc mc mc mc W mc W mc W mc W mc W mc mc mmc cm G cc G G G G G G G G G G G G G G G G G G G O O O O O O O O O O O O O O O O O O O O d d D_ d d d D_ d 0_ d D_ O_ O_ d D_ d D_ d D_ d U U U U U U U U U U U U U U U U U U U U a a a a a a a a a a a a a a a a a a a a } } } } } } } J J J J J J } } } } } J J U J U J U J U J U J U J U J U J U J U J U J U J U J U J U J U J U J U J U J U J J O J O J O J O J O J O J O O O O O O O J O J O J O J O J O O O J J J J J J J J J J J J J J J J J J J J 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m m m m m m m m m m m m m m m m m m m m LL x W J LL LL x W J LL LLLL X W J LL x W J LL LL X W J LL LL x W J LL LL x W J LL LL x W J LL LL x W J LL LL x W J LL LL x W J LL LL X W J LL LL x W J LL LL x W J LL LL x W J LL LL x W J LL LL x W J LL LL x W J LL LL X W J LL LL x W J LL LL x W J LL LL x W J LL LL x W J LL LL x W J LL LL x W J LL LL X W J LL LL x W J LL LL x W J LL LL x W J LL LL x W J LL LL X W J LL LL x W J LL LL X W J LL LL x W J LL LL x W J LL LL x W J LL LL x W J LL LL x W J LL LL x W J LL LL x W J LL rnm N N rn N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N m N CO 00 CO 00 CO 00 00 00 00 00 00 00 00 00 CO 00 CO 00 CO 00 00 W 00 00 00 00 00 00 00 CO CO 00 CO 00 W 00 00 00 00 00 Ol w O1 w Ol W O1 LD Ol W O1 LD Ol w O1 w Ol w O1 lD cn w O1 w O1 w O1 lD m w O1 w Ol w O1 w Ol w O1 w Ol w O1 LD Ol w O1 lD O1 w O1 w O1 w O1 lD Ol w Ol LD Ol w O1 w Ol w O1 w Ol w O1 w Ol w O1 w O1 w O1 lD N 00 O LO LO O 0) M 0- 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 U U U U U U U U U U U U U v v U U U U U U U U U U U U U v v U U U U U U U U U U U U a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w v v to l0 to to to to to LD to m m m m m m m m v I, n n n n N N lD lD LD N N N .-i CO m m m m m �--� CO m m m m m �--� O m m m m m -1 CO m m m m m M N N N N M Ln Ln 00 W 00 lfl 111 Ln O c -I V V V V V D V V V V V V V V V V V V V V VcD ci ci ci ci N ci ci -1 ci ci ci ci ci ci ci m m m m m ci ci W m m m W c -I ci W 00 00 00 CO ci ci W W r -I m m m m Ln m m m Ln m m m m m m m m Cr) m m m l0 m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m .-i -4�t^^^ -q ^^^T-4 M m m m m m -q m m m m m m -i m m m m m m m m m m m m N ci ci ci ci N ci ci N N N c -I ci r -I ri ci m m m m m ci ci m m m m m ci ci m m m m m ci ci m m m m m ri W W W W W W W W _W _W _W _W _W ER 0000000000000 W W W W W W W W W W W W W U U U U U U U U U U U U U J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W U U C.i U C.i U U U U U U U U� OC LY 0C OC OC K K K OC �� K� K� OC LY OC LY OC K K K K K tY K� Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q J J J J J J J J J J J J J I ICL CL CL CL CL LL LL LL LL a- a- a- a_ a_ a_ a_ a_ a_ a_ CL LL LL LL LL CL a- a - W W W W W W W W W W W W W Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q w J w J w J w J w J w J w J w J w J w J w J w J w J w J w J w J w J w J w J w J w J w J w J w J w J w J w J w J w J ��F�FF F F F d a a- a ft- a ft- a ft- a d a dn (nLLI Ln LnLLJ Ln LnLLJ Ln LnLLJ LnLLJ (n LnLLJ n nLLJ n nLLJ n n (n (nLLJ Ln LnLLJ Ln (nLLJ (n (nLLJ (n (nLLJ F- (nLLJ F- (n W W W W W a W a LU Q Q Q Q Q Q Q Q Q Q Q Q Q LL J W J LL J W J LL J W J LL J W J LL J LL J LL J LL J LL J LL J LL J LL J W J LL J W J LL J W J LL J W J LL J W J LL J W J LL J LL J (D G J n X X O G J n x J G N~ J J Q �xV M 0 n x x F U j m w O N mV) x x 0 0 0 0 0 0 p N m Ln X X}}}}}}} N LLJ LU 2 2 a F Y J o a o Q> x a o Y Y Y Y Y Y Y K K K K K K LY D D O O O D O CC m OC K Q m U Y Z O J J J J J J J Q Q Q Q Q Q Q J J J J J J J L7 C7 C7 C7 C7 C7 C7 M m m m N N N N N N N N N m m m m m m m U U U U U U U U 0 0 0 0 0 0 2 2 2 2 2 2 2 I- � P, � N N N N N N N N N •-i .-i .-i .--I ci r -I ci r -I r -I ri r -I ci r -I ci ci ci ci ci ci ci ci ci r -I ci r -I ci r -I r -I T i l0 lD l0 lD n n n n n n n n n O O O O O O O O O O O O O O O O O O O O O O O O O O O O O ci ci ci ci ci ci ci r -I r -I ci ci ci ci ci ci ci ci ci ci ci ci ci r -I ci r -I ci r -I r -I ci 2 2 2 2 2 2 2 2 2 2 2 2 2 81�V cr Cf Cf 0 0 0 0n 0 0 Cf 0 0VV cr cr cr 0 0 0 0n 0 0 0 F F F F F F F F F F F F F FF F F F F F F F F F F F F F F m c �_ m m m m m m m m m c m m m 0 0 0 0 0 0 0 0 02 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 O O O O O O O O O m m m n n n n n n n n n n n n Ln Ln Ln Ln Ln Ln n Ln n n n Ln Ln a a a a m m m m m m m m m F-� F- F- F- F- F- F- F- F- F- F F F-� F-� F-� F- F- U U U U W W W W W W W W W Ln Ln Ln Ln Ln Ln Ln Ln Ln (n (n Ln (n Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln (n (n (n (n Ln J J J J J J J J J J J J J J J J J m m m m m m m CO m In !n !n !n (n In In (n In (n In (n N N !n !n !n (n !n (n In (n In (n In In m CO CO Co Q F QQ F F Q F Q F Q F Q F Q F Q F Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 0 M0 M (n (n (n (n (n (n (n (n (n W w w w 2 D 2 2 2 2 2 2 2 F F F F F F F F F F F F Mc COc Mc E E E D B E E B p 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 cm c G G G Q Q Q Q Q Q Q Q Q U U U U U U U U U U U U U U U U U U U U U U U U U U U U U O O O O m N N N N N N N N xx x x x x x x x x x x x x x x x x x x x x x x x x x x x U U U U -- -- -- -- -- -- -- -- -- w w w w w w w w w w w w w w w w w w w w w w w w w w w w w } } } } K K K K K K M K K N_ N_ N_ Ln Ln Ln Ln Ln Ln Ln Ln Ln N_ N_ N_ N_ N_ N_ N_ Ln Ln Ln Ln Ln Ln Ln (n N_ N_ JJ J J U U U U U U U U U Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z O O O O d d 0_ d 0_ d 0_ d 0_ J J J J J J J J J J J J J J J J J J J J J J J J J J J J J N N N N N N N N N W W W W W W W W W W W W W W W W W W W W W W W W W W W W W Z Z Z Z Z Z Z Z Z >> > > > > > > > > > > > > > > > > > F F F F W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W a: E E E O U O U O U O U O J J J J J J J J J J J J J J J J J J J J J J J J J J J J J x x X xF F F F F F F F F F F F F F F F F F F F F F F F F F F F F W W w w D D D D D D D D D X X X X X X X X X X X X X X X X X X X X X X X X X X X X X J LL J LL J LL J LL K F K F K F K F K F K F K F K F K F w Z W Z W Z W Z w Z W Z w Z W Z w Z w Z W Z w Z W Z w Z W Z w Z w Z w Z W Z w Z W Z w Z W Z w Z W Z w Z W Z W Z w Z m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N w w W w w m 00 m w W 00 m W W m w W 00 w w 00 00 w m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m LD l0 LD l0 l0 l0 l0 to LD LD LD lD LD l0 LD LD l0 LD l0 l0 l0 l0 LD LD LD LD LD LD l0 m LD LD LD l0 l0 l0 l0 LD LD LD LD LD N 00 0 CO LO W 0) M 0- S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S U U U U U U U U U U U U U U v U U U U U U U U U U U U U U v U U U U U U U U U U U U a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W m °� rn rn m rn rn rn rn rn rn rn rn rn rn rn rn rn rn rn v N w l l m O N V V r -i m m m m m l m m O) O) O) O) l0 m m al Cl Ol Ol l0 m m 01 0) O) O) l0 o0 00 00 00 00 -1 � 00 00 00 oa oa -1 ,1 00 00 00 00 00 0o m m m m m n m m n n n n rn rn n n n n O (.0 O m Cr) rn rn m Cr) rn rn N m m m m O1 ci N Ol Ol Ol Ol Ol 0l Ol m Ol Ol O1 Ol O1 Ol O1 Ol O) O) O) O) O) O) m m m O1 Ol O1 Ol O1 Ol O1 O) O) V) OlO) (3l Ol Ol N V) O) O) O) O) O1 -4 m O) Ol Ol O) Cl Cl O O O) Cl O) O1 O) O O O) Cl Cl O) Cl O O Ol O) 0l O) 01 ci O1 O1 O1 Q1 O1 ci ci 01 Q1 Q1 Q1 Q1 ci c -I O1 O1 O1 O1 O1 O1 ci ci l0 l0 l0 l0 00 ci c -I l0 l0 l0 l0 00 ci ci l0 l0 l0 l0 00 J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W K K K K K K K K a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a LL LL d LL d LL d d D_ LL LL LL LL LL LL LL LL LL LL LL LL d d d LL LL LL LL LL LL LL LL LL LL LL LL d d d D_ LL LL a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J V) U1 U1 U1 U1 U1U1 U1 U1 U1 U1 U1 U1 U1 U1 V) V) U1 U1 U1 U1 U1 U1 U1 U1 U1 U1 U1 U1 U1 V) V) U1 V) U1 V) U1 U1 U1 U1 U1 U1 W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J p N M J p X X X X Ur p J N p X N X M X (J J cN X N M J X X M U' J V) J X N X > Z > Z > Z > Z > Z > Z > Z N F M F J F F N F X F X F X N X m X 0 J V) J X cc cc M M M M M > > > > > > > N J J J J J J G G G G G G G m m m m m m m U U U U U U U p p p p p p p U ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci M M M M M M M M M M M M M M M M M M M M M M N N N N V) V) V) V) V) N N V) V) V) V) V) V) N N N V) V) V) V) V) N V) V) V) V) V) V) N V) N V) V) V) V) V) N V) W W W W W W W W W W W W W W W W W W W W W W F F F F F F F F F F F F F F F F F F F F W W W W W W W W W W W W W W W W W W W W W W S S S S S S S S S S S S S S S S S S S — S W U W U W U W U W U W U W U W U W U W U W U W U W U W U W U W U W U W U W U W U W U W U V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) z z z z z z Z Z Z Z z z z z z z z z z z z z F F F F F F F F F F F F F F F F F F F F a a a a a a a a a Q a a a a a a a a a a a a V) V) V) V) V) N V) V) V) V) V) V) V) V) V) V) V) V) V) V) \ V) \ V) \ V) \ V) \ V) \ \ V \ V \ V \ V \ V \ V \ V \ V) \ V \\ V) V) \ V) \ V) \ V) K K �. K K K K K K K K K K K K K K �. �. K K K 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 Z 0 LL LL m LL m LL LL cc LL cc LL cc LL cc LL cc LL cc W LL LL LL LL LL LL m LL m LL LL LL cc LL cc F F F F F F F F F F F F F F F F F F F F W W W W W W W W W W W W W W W W W W W W W W 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) U X U X U X U X U X U X U X U X U X U X U X U X U X U X U X U X U X U X U X U X \ V) \ N \ N \ N \ N \ N \ N \ N \ N \ N \ N \ N \ N \ N \ V) \ V) \ V) \ N \ V) \ V) \ V) \ V) W W W W W W W W W W W W W W W W W W W W } } } } } } } } } } } } } } } } } } } } } } z z z z z z z z z z z z z z z z z z z z a a a a a a a a a a a a a a a a a a a a a a J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W JJ W W W 0 0 0 0 O O 0 0 O O 0 0 0 0 0 0 0 0 0 O O O > > > > > > > > > > > > > > > > > > > > U U U U U U U U U U U U U U U U U U U U U U W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J cei 06 co 06 06 06 06 06 0� 0� .6 06 W W W W W W W W W W W W W W W W W W W W 0 0 0 0 0 Q Q 0 0 0 0 0 0 0 0 0 0 0 0 0 Q Q Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z m m m m m m m m m 0_ m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N CO 00 00 00 00 00 00 00 00 00 00 00 00 00 00 CO 00 00 00 00 00 00 00 00 00 00 00 00 00 00 CO 00 00 00 00 00 00 00 00 00 00 00 O) O) O) O) O) M O) O) O) O) O) O) O) O) O) O) O) O) O) O) O) O) O) O) O) O) O) O) O) O) O) O) O) O) O) O) O) O) O) O) O) O) l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 1.0 l0 l0 l0 l0 l0 l0 l0 l0 l0 N 00 4-- 0 I— LO r ^ }W }�� V/ M 0— N 00 4-- 0 00 LO W}� }� V/ M 0- u u u u u u u u u u u u u u v u u u u u u u u u u u u u u v u u u u u u u u u u u u a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W v v v v v M M m m m m I -o M m m mm m �q M M m m m m I -o M M m m m m �q cn M m m m m Io M M m m m m m m in in n n m m n n n n m m in in in in r, m m in in in in r, m m in in in in r, m m in in in in Ji m m m m Cr) m m m m Cr) m m m rn rn m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m o o m m m m m o o m m m m m o o m m m m m o o m m m m m o o m m m m m o o m m m m od J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a LL LL a LL a LL a a a LL LL LL LL LL LL LL LL LL LL LL LL a a a LL LL LL LL LL LL LL LL LL LL LL LL a a a a LL a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a Q W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W } J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J F V) U1 U1 U1 U1 U1U1 U1 U1 U1 U1 U1 U1 U1 U1 V) V) U1 U1 U1 U1 U1 U1 U1 U1 U1 U1 U1 U1 U1 V) V) U1 V) U1 V) U1 U1 U1 U1 W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W Lu LL Z J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J O c c J N M J c� G )G X X X X (,rf cc C J X X X (,7 cc G J cc N m � J cQc G V) X X M J N X Y Y Y Y Y Y Y N M J J cc N F F F F F F F N C X Y C7 C7 C7 C7 C7 C7 Z Z Z Z Z Z Z CC CC [C K K K K K M M M K K K M M M M M M M M M M M M M M M M M M M M M M M M M M M N M N M V1 M V) M V) M N M V) M M M M M M M M � V1 ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci N Cf V) N N N N V) V) V) V) V) N N V) V7 V) V) V) V) N N N V) V) V) V) V) N V) V) V) V) V) V) N V) N V) V) V) V) V) N H K W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W = W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W N W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z ca C cac G cac G cac G cac G cac G cac G cac G cQc G cQc G cQc G cQc G cQc G cQc G cQc G ca C cac G cac G cac G cac G cac G cac G cac G cQc G cQc G cQc G cQc G cQc G cQc G cQc G ca C cac G cac G cac G cac G cac G cac G cac G cQc G cQc G cQc G N O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O J LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL Z W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) O {% V N {% !% V N VV)) VV)) VV)) VV)) VV)) VV)) V\) V\) {% V\) {% N !% V V V VV)) VV)) VV)) VV)) V\) V\) V\) {% V\) {% N !% V V N VV)) VV)) VV)) V Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z a a a a a a a a a a a a a a a a a a a a a a a a a a a a a Q a a a a a a a a a a a w dc dc dc dc dc dc dc Dc_ Oc_ Oc_ Oc_ Oc_ Oc_ dc dc dc dc dc dc dc dc dc dc Dc_ Oc_ Oc_ Oc_ Oc_ dc dc dc dc dc dc dc dc dc dc Ddc C cd G cc G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O J W 06 06 06 66 66 06 06 06 06 0� 06 06 06 aS 02 06 06 06 06 06 66 06 06 06 GS 06 06 06 0S 0S 06 06 06 06 06 06 06 06 06 GS 06 J O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O W d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d Z m m m m m m m m m m m m m m m m m m m m mm m m m m m m m m m m m mm m m m m m m m N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N Nr N N N N.4 N N N N CO 00 00 00 00 00 00 00 00 00 00 00 00 00 00 CO 00 00 00 00 00 00 00 00 00 00 00 00 00 00 CO 00 00 00 00 00 00 00 00 00 00 00 m m m m m m m m m m m m m m m m m m m m m m Cl) Cl) Cl) Cl) m m m m m m m m m m m m m m m m l0 l0 l0 l0 l0 l0 l0 lD l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 lD l0 lD N 00 4-- 0 00 LO W}� }� V/ M 0- S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S V V V V V V V V V V V V V V v V V V V V V V V V V V V V V v V V V V V V V V V V V V a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W m m m m a m m m m m m m m v m m m m m It- -;t m v v mIt- It - Lr) Lf1 Lf1Lf'f ci U1 U1 U1 Ui ci Ui Ui Ui Ui ci U1 U1 U1 U1 ci O O m m m m O O m m m m -! O O m m m m N N M M Mm LO m m m M l0 M M M M l0 m M M M O� O —I—I���� O�� l0 l0 ci ci ci ci ci ci ci ci ci ci ci ci c -I c -I c -I ci ci ci ci ci ci ci 00 00 00 00 ci c -I c -I 00 00 00 00 ci ci ci 00 00 00 00 m m m m m m m m m m m m m m m m m m m m m m m m m m m m O O m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m�t �t U) U) U) U) 00 U) L!i L!i L!i 00 Lli Lli lli L.(1 00 U1 U) U) U) rl N N m m m m N N m m m m N N m m m m J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a d a a a d d a o_ m o_ m o_ m o_ m o_ m o_ m o_ m o_ m o_ m o_ m o_ m o_ m o_ m o_ m o_ m o_ m o_ m o_ m o_ m o_ m o_ m o_ m o o_ LL a LL a a a LL a m a a m LL a o_ m a o_ m a o_ m a m LL a LL m a LL m a LL m a LL m a LL m a LL a LL a LL a LL a a a a a a a a a a a a a a a a a a a a a a a a } } } } } } } } } } } } } } } } } } } W W W W W W W W W W W W W W W W W W W W W J J J J J J J J J J J J J J J J J J J J J or or >>>>>>>>>>>>>>>>> H H H H H H H H H H H H H H H H H H H H H O O D V) V) V) V) V) V) V) V) V) V) V) V1 V1 V) V1 V) V1 V) V) V) LL LL Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LL W LU LL - Z Z O O 0;01 O O O O O O O O O O O O O J J J J J J J J J J J J J J J J J J J J J J v N J X X C7 0 J J M N m J Q V) X U��J J N X > > > > > N J V7 X N M x X J� J F F F F F F F �m Y Y Y X}}}}} Y or o Z Q Z Q Z Q Z Q Z Q H S H 2 H 2 H 2 H 2 % a % a % a % a % a % a % Q N J M� J J V) X m m m Ln Ln Ln Ln Ln Ln U) U) LY) LY) U) LI) LI) Ln L1) L1) Lf1 M M M M M M M M M M M M M M M M M M M M M 00 00 00 00 00 00 00 00 00 00 00 DO DO 00 00 00 00 00 00 00 00 ci N ci NN ci ci N ci N ci N ci N ci N ci NN ci ci N ci N ci N ci N ci N ci N ci N ci N ci N ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci ci V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V1 V) V) _ _ H H H H H H H H H H H H H H H H H H H N V7 V7 V7 V7 V1 N V7 V7 V7 V7 V1 V1 N V1 N V7 V7 V7 V7 V7 N V7 F F F F F F F F F F F F F F F F F F F — cr — - — — — — — — — — M M S S S S S S S S S S S S S S S S S S S W W W W W W W W W W W W W W W W W W W W W V) N N N N N m m N N N N N N N N N N N W W W W W W W W W W W W W W W W W W W W W H H F F F F F F F F F F F F F F F F F F F H H H H H H H H H H H H H H H H H H H H H > > 7 >>> 7 7 7>> >>W V W V W V W V W V W V W V W V W V W V W V W V W V W V W V W V W V W V W V W V W V S Ln 2 Ln W [C W K W K W K W K W K W K W K W K W K W K W K W K W CC W CC W [C W K W K W K Z a Z a Z a Z a Z a Z a Z a Z a Z a Z a Z a Z a Z a Z a Z a Z a Z a Z a Z a Z a Z a V V V V V V V V V V V V V V V V V V V V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) V) Vi V) m O O J J J J J J J J J J J J J J J J J J J 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL Z Z O O O O O O O O O O O O O O O O O O O W W W W W W W W 0_ W D_ W D_ W D_ W 0_ W 0_ W 0_ W 0_ W 0_ W 0_ W 0_ W D_ W D_ W 0_ F F O O O O O O O O O O O O O O O O O O O N V) V) V) V) V) V) m m m m m m N m V) Vi V) V) V) B O O V V V V V V V V V V V V V V7 V V7 V V7 V V) V _V) V V) V V) J } J } J } J } J } J } J } J } J } J } J } J } J } J } J } J } J } J } J } J } J } \ a \ a Z w Z w Z w Z w Z w Z w Z w Z w Z w Z w Z w Z w Z w Z w Z w Z w Z w Z w Z w Z a Z a Z a Z a Z a Z a Z a Z a Z a Z a Z Q Z a Z a Z a Z a Z a Z a Z a Z a Z a Z a Q Q c G cc G cc G cc G cc G cc G cc G cc G cc G cc G cc G cc G cc G cc G cc G cc G cc G cc G cc G mc mc Dcc_ Dcc_ Dcc_ Dcc_ Dcc_ Dcc_ Dcc_ Dcc_ Dcc_ Dcc_ V1 V7 G G G cmc G G G cmc G cmc G cmc G cmc G cmc G cdc G cdc G G G G G G cMc G G G V) V) J WW J J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W O O O O O O O O O O O O O O O O O O O O O >>>>>>>>> V V V V V V V V V V V V V V V V V V V V V Z Z W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J co co co co co co co co c cW C cWc L X X X X X X X X X X X X X X X X X X X = = = = = = =���� or� CC W W W W W W W W W W W W W W W W W W W 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 0 0 0 0 0 Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z m m m m m m m m m m m m m m m m m m m m m mm m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m M m m m m N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N CO 00 00 00 00 00 00 00 00 00 00 00 00 00 00 CO 00 00 00 00 00 00 00 00 00 00 00 00 00 00 CO 00 00 00 00 00 00 00 00 00 00 00 m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m l0 l0 l0 l0 l0 l0 l0 to l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 to l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 to l0 to N 00 4-- 0 rn LO W}� }� V/ M 0- x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x u u u u u u u u u u u u u u v u u u u u u u u u u u u u u v u u u u u u u u u u u u a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W K* -;zr K* -;:r N N N V V 1;3- 't 't 't 't 't -;zr -;zr K* -;:r N V V V Kt Kt Kt Kt 't 't -;zr -;zr -;zr -;zr -;:r -;:r N N N N N N N N N N ryi m m N N N N N N N N N N N N ryi N N N N N N N N N N N N N N N N lD to lD lD l0 l0 l0 l0 to to N N N l0 l0 lD to lD lD lD l0 l0 l0 to to N to l0 l0 l0 lD to lD lD lD l0 l0 l0 l0 l0 l0 l0 Ol Ol Ol Ol J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 LL LL LL _ LL _ LL _ LL LL LL LL LL _ LL LLLL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL _ LL LL LL LL LL _ LL LL LL LL LL Z Z Z Z Z Z to Z to X O N to W O N't l0 OO O N lD 00 O N l0 00 O N m m N m M l0 m W m�� O N l0 W O m N m O m N m m l0 m M M M V1 L!) V1 V1 l0 m m m m m co in in > > > > > > > > > > > > F F F F > cc > m����������� > > > > } } } } } } } m m m m m m m m m m m m co m Q Q Q Q Q Q Q Q Q Q Q Q x x x x H H H H H H H H H H H H H Z Z Z Z Z Z Z Z Z Z Z Z x 2 2 2 2 2 2 2 2 2 2 22 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 x 2 2 2 2 2 2 2 2 2 2 N N N N V) V) V) V) V) N N V) V) V) V) V) V) N N N V) V) V) V) V1 N V) V) V) V) V) V) N V) N V) V) V) V) V) N V) H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x N N N N V) V) V) V) V) V) V) V) c/i Ln V1 N V1 N N N c/'7 c/'1 c!i c/'1 c/'1 c/'1 c/'1 c/'1 Ln V1 N V1 N N N c/'7 c/'1 c/'7 c/'1 c/i c/'1 c/i 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 u u u u u u u i..) i..) i..) u u u v v u u u u u u u u i..) i..) i..) u u v v u u u u u u u u i..) i..) i..) u a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a N N N V) V) V) V) V) N V) V) V) V) N V) V) V) N N V) V) V) V) N V) V) V) V) N V) V) V) N V) V) V) V) V) V) N V) V) t% V) V) V) t% t% t% t% c% t% t% c% c% c% t% V) V) V) V) t% t% t% t% t% c% t% t% c% c% t% V) V) V V t% t% t% t% t% c% c% c% N N V) V) V) V) V) V) V) V) V) V) V) V1 V1 N N N V) V) V) V) V) V) V) V) V) V) V1 V1 N N N V) V) V1 V) V) V) V) V) V) Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z cW G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 M m m m m m M m m m m m M m m M m m m m m m m m m M m m m m m M m m m m m m m m NN N N N N N N N N N N N N N N NN N Jr.' NCO 00 00 00 C0 C0 00 00 00 00 00 00 00 00 00 CO 00 . .00 00 00 00 00 00 00 00 00 CO 00 00 00 00 00 00 00 00 00 00 00 0) Q) M M 0) M Q) Q) Q) Q) Q) M Q) 0) Q) M M Q) Q)Q) Q) Q) Q) Q) Q) Q) 0) Q) 0) Q) M M M M M Q) Q) Q) Q) Q) to to to to to to to to to to to to to to to to l0 . . l0 l0 l0 lD l0 l0 to to to to to to to to to to to to to to to N 00 4-- 0 T- a) 0) M 0— N 00 4-- 0 r T- a) 0) M 0- U U U U U U U U U U U U U U v U U U U U U U U U U U U U U v U U U U U U U U U U U U a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W N N N N N N N N N N N L9 L9 N N UD LD N N L9 L9 N N L9 L9 N L9 NL9 C- N lD N LD 06 06 06 N N N9 L N lD lD lD lD l0 l0 l0 l0 N lfl lfl lfl 1-1 -.0 lD ci lD lD 1-1ci l0 lfl "q "q lfl lfl lD rl lD 1-1 1-1 1-1 1-1l0 l0 lfl c -I lfl ;t 't K* a1 Ol al al O1 al O1 O1 O1 Ol Cl C1 Ql Ol 01 01 w x W W W W w m w W W W M M M lX7 l.f) In In In In In In In ci l.l1 l.(1 L.(1 -;zr m m K*- K*- m m 1;3- I;t m m 't K* m K* m -;T m K*- m K:j- ci ci ci m m m 't m J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W cr cr cr cr cr cr cr cr cr cr Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d d Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q O O O O O O O O O O O OO O O O O O O O O O O O O O O O O O O O O O O O O O O O O O LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — LL — Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z J J J J � m J m W M O N lD 00 O Ln N Ln l0 LI1 Ln Ln Ln Ln Ln m J Ln lfl to lD m lD J lD I� m n m n J n lXl m 00 m m J m Ol J m O J O rl J rl N J N M m Ln Ln Ln lfl F F F F F F F c -I c -I c -I c -I c -I c -I ci ci ci ci ci ci ci ci ci rl ci c -I -4 N N N N N N N N N i i i i i 2 2 2 2 2 2 2 2 2 m H m H m H m H m H m H m H m H m H m H m H m H m H m H m H m H m H m H m H m H m H m H m H m H m H m H m H m H Q Q Q Q Q J J J J J J J J J J J J J J J J J J J J J J J J J J J J Z Z Z Z Z I- n n r r r n n n O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O I;T N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 N N N N V7 V7 V7 V7 V7 N N V7 V7 V1 V1 V1 V1 N N N V7 V7 V7 V7 V1 N V7 V7 V1 V1 V1 V1 N V1 N V7 V7 V7 V7 V7 N V7 H H H H H H H H H 2 N 2 N Ln N 2 N 2 V7 2 V7 2 V7 2 V7 2 V7 or 2 or 2 2 2 2 2 cr 2 cr 2 2 2 2 cr 2 cr 2 cr 2 or 2 or 2 or 2 2 2 2 2 cr 2 cr 2 2 2 2 2 cr 2 cr 2 or 2 or 2 or 2 2 C C C C C C C C C n cc n cc V cc n cc n cc n cc ^ cc V) cc n cc n cc n cc n cc N c /7 cc Ln cc n cc n cc V7 cc /7 cc n cc VI Cc ^ cc V) cc n cc /1 cc n cc n cc N c n cc n cc /7 cc n cc V7 cc 0 0 CC 0 CC 0 CC 0 CC 0 CC 0 CC 0 CC O01, ����ol-, cr cr cr cr cr K K K K or or of of of cc of of of of of K K K K K W W W W W W W W W O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O z z z z z z z z — z LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z F F F F F F F F F O O O O O O O O O Ln Ln Ln Ln Ln V1 N Ln N N N Ln Ln Ln Ln Vl Vl Ln Ln Ln V1 N Ln N N N N Ln Ln Ln U) Ln Ln U U U U U U U U U V7 V7 V) V1 V1 Ln V) V1 Ln Ln Ln V) V) V) V7 V7 V7 V) V1 Ln Ln V) V1 Ln Ln Ln V) V) N V7 V7 V7 V) \ U \ U \ U \ U \ U \ U \ U \ U \ U Ln Ln N Ln N Ln N Ln N Ln V7 Ln N N Ln Ln N N N N N Ln N Ln Ln Ln Ln Ln Ln Ln Ln N N N N N N N N N V7 to N N Ln Ln N N N N N N N Ln N Ln Ln Ln Ln Ln V7 N Ln N N N Q Q Q Q Q Q Q Q Q O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O p p p p p p p p p CC CC CC CC CC CG = K K K K cc K K K K K CC CC CC CG = K K K K cc K K K K K K U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U N \ N \ N \ V) \ V7 \ V7 \ V7 \ V7 \ N \ C7 C7 C7 C7 t7 t7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 t7 t7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 Ln Ln Ln Ln Ln Ln Ln Ln Ln Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z N N Ln Ln Ln Ln Ln Ln Ln } } } } } } 5-} 5- 5- 5- 5- 5-} >- >- >- >- >- >- >- >- } } } } } } } } } } } Z Z Z Z Z Z Z Z Z J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL cW cWc cWc cWc cWc cWc cWc cWc cWc LnLnc G G G G G G G G Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z O O O O O O O O O W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W c c c c c c c c c c c c c c c c c c c c c c c c c c c c c c c c c m m m m m m m m m M M M M M M M m MMM M M M M M M M M MN N N N N N N N N N N N N NN N N jrnrn JN N N N N N N N NNNNNN N NNNW W W W W 00 00 00 00 00 ob ob ob 00 00 WW 00 W W W W W ob 00 W W W W W 00 W 00 00Ol Ol Ol Ol Ol M LT LT Ol Ol Ol Ol Ol Ol Ol Ol Ol Ol Ol Ol Ol Ol Ol Ol Ol Ol Ol Ol Ol M Ol Ol M cnLD LD 1.0 LD L9 to to lD l0 l0 l0 l0 lD l0 l0 LD LD lfl L9 l0 lD l0 lD l0 l0 l0 LD LD 1.0 LD L9 lfl lc) Q0 l0 lD l0 lD N 00 4-- 0 r T- a) 0) M 0- N 00 4-- 0 N CO T- 0) M 0- u u u u u u u u u u u u u u v u u u u u u u u u u u u u u v u u u u u u u u u u u u a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W rn rn rn rn rn m rn rn rn rn rn N lD lD N lD lD N N lD lD N lD N l0 N lD N N N N N N N N V) N NV) N V) N V1 N N lD lO l0 ci l0 lO ci c -I lO 1-1 -.0 1-1 lD 1-1 l0 0 0 l0 l0 l0 0 lfl lfl 0 0 lfl lfl 0 O l0 l0 O l0 O l0 O lfl 0 1.0� c -I ci Kt 0 Ol Ol O) O) Ol Ol Ol Ol O) Om CY) O OCY) a) O Oa) CY) O O) C) Cr) OCY) O ) �0') O O OCY) O O O1 O) O Oa) CY) O O0') O a)� OCY) Oa) O O1 Cl O1 Ol 01 01 O1 lzt: al Izi: al lz� O4 Q1 � � crl f � n"7 n'1 � 00 00 Ln� 00 00 Ln U) 00 00 � 00 -;Zr W T 00 Ln Ln Ln� r1l N Ln Ln r 4 N N -;Zr L r 4 N r N Ln Ln rq N L rq N Ln N Ln N Ln V) � � Vl Vl � � V) V1 � � V1 � V1 � V) � V) -i ci -i ci V) Lf) V) ci L!) V1 ci ci V1 V1 ci ci V) Vl ci Vl ci V) ci L!) ci V1 J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q d d d d d d d D_ D_ D_ D_ D_ D_ D_ D_ D_ d d d d d d d d d d d 0 - O_ CL O_ O_ O_ O_ d d O_ O_ D_ D_ D_ D_ O_ O_ O_ O_ O_ O_ O_ d d O_ O_ D_ D_ D_ D_ O_ D_ O_ O_ Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 LL LL LL LL LL LL LL LL LL LL LL LLLL LLLL _ LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL Z to Z J J J V) V) J V) V) J V) V) J J J J Ln Nc N U.) V Ln In lO lO lO Il n n n 00 00 00 00 Ol Ol O O rl cirj V mJ Ol O OJ rl cJi N ci ci ci ci ci ci ci ci ci -4 -4 -4 ci N N N N cNc cVI ci -1 1c1 c1 c1 ci -1 -1 ci ci ci N N N N > > > > > > > > > > > > > > > > > > > Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q F F F F F F F F F F F F F F F F F F F F F F F Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z N V) V) V) V) V7 V7 V7 V) VI VI N V1 N N N N V) V) V) V) V7 V7 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 2 2 2 2 2 2 2 2 2 2 2 22 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 N N N N V) V) V) V) V) N N V) V7 V) V) V) V1 N N N V) V) V) V) V1 N V) V) V) V) V1 V1 N V1 N V) V) V) V) V7 N V7 F F F F F F F F F F F F F F F F F F F F F F F F F F F F F F F F F F F F F F F F F F 2 2 2 2 2 2 2 2 2 2 2 2 V) 2 2 2 2 2 2 2 2 2 V) 2 V) 2 2 2 2 2 2 2 2 2 2 2 2 2 2 V) 2 V) V) Vc) Vc) Vc) n N V) V V) V) V) V7 V) V7 V) V1 V) V) V) V) n N V7 V V) V) V7 V7 V7 V7 V1 V) V) V) V) n N V) V V7 V V) C C C C cc c c c c c c c c c c c c c c c cc c c c c c c c c c c c c c c cc c c c c c c 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z N N N N N V) V) V) V) V) V) V) V) V) V) N V) N N N V) V) V) V) V) V) V) V) V) V) N V) N N N N V) V) V) V) V) V) V) V) N V) V) V) N V) V) V) V) V) V) V) V) V) V) V) N V) V) V) V) V) V) V) V) V) V) V) V) V) V) N V) V) V) N V) V) V) V) N N N V) N N V) V) V) V) V) V) V) V) V) N V) N N N N V) V) V) V) V) V) V) V) V7 N V) N N N N N V) V) V) V) N N N N N V) V) V) V) V) V) V) V) V) V) V) N V) N N V) V) V) V) V) V) V) V) V) V) V) N V) N N N V) V) V) V) V) V) V7 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 [C K K K� K K K K K K CC CC CC CG [C K K K K� K K K K K CC CC CC CG [C K K K K� K K K K K K U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z } } } } } } } } } } } } } } } } } } } } } } } } } } } } } } } } } } } } } } } } } } J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J LL J W N V) V) N V) V) V) V) V) V) V) N N V) V) N V) V) N V) V) V) V) V) V) V) N N V) V) N V) V) N N V) V) V) V) V) V) V) Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z cW G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N 00 00 00 00 m m m m 00 00 00 00 W 00 00 00 00 00 00 m m m m m 00 00 00 W 00 00 00 00 00 00 00 00 m m m m 00 00 Ol O) O) O) O) O) O) O) O) O) O) O) O) O) O) Ol O) O) O) O) O) O) O) O) O) O) O) O) O) O) Ol O) O O O) O) O) O) O) O) O Q) lD lD 1.0 lD lD lO lO lD lD lD lD l0 lD l0 l0 lD lD 1.0 lD lD lO lD lD lD lD lD lD l0 l0 l0 lD lD lD lD lD lD lO lO lD lD lD lD N 00 4-- 0 N CO T- 0) M 0- N 00 4-- 0 M CO 0) M 0- u u u u u u u u u u u u u u v u u u u u u u u u u u u u u v u u u a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W m� MI;t r4It- a';Zt ';T ';:t a v v v v� It- �� It- It- ';zr ';zr ';T ';:r ';T ';t v v v1;3- r, M Ln O c -I N N N lfl lfl N N lfl lfl N N l0 l0 N N lfl lfl N lfl N lfl N lfl N lfl CJ O O ri O l0 O l0 l0 ri ri l0 l0 1-1ri l0 11-10 r 1 -11-1l0 r r1-1l0 ri l0 ri l0 ri l0 ri ri r -I 1-1O c -I c -I c -I � -1� 4 � ;T � � � ;t -;t � � � � W Kt Kt t- I:zr ;T -;zr ;T -;:r;T -;t ri c -I c -I c -I Ol 01 Ol a) Ol Ol Ol Ol O1 O1 O1 O O1 O O 0) Q1 O O Q1 Q1 O O O1 O1 O O O1 0) O 0) O O1 O O1 O Q1 Q1 O1 O1 O1 rYi O1 O1 d> dl 01 01 Ol Ol Ol d> d> 01 01 Ol Q1 O1 I;i 01 N N "I N 00 00 -zT -zt 00 00 -zzr -zT 00 00 �t �t 00 00 -zt 00 -zt 00 -zt 00 -zT 00 N N m 1-1 ri ri ri V) ri L(1 Ln V) Ln Ln Ln V) Ln Ln Ln Ln Ln ri ri ri ri J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W cr cr cr a� cr U� a� a� Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q d a a a o 0 0 0 o a a a a a a d a a a 0_ 0_ a a a a a a a a a d a a o_ o_ o_ o_ o_ o_ d a a a a a a a a o_ o_ o_ o_ o_ o_ d a a- 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z J J J J J J V) V) L(1 J Ln Ln J V) L(1 J V) Vl J J J J J In J J � -t N N N V) l0 l0 l0 l0 n n r n 00 00 00 00 Cr) Cr) O O ri ri N N m rq r4 N N m c -I c -I c -I c -I c -I ci c -I c -I c -I ri ri ri c -I c -I c -I c -I c -I c -I c -I c -I N N N N N N N N N N N N N F F F F F F F F F F F F H H F F F F F F F F F F F F F H H F Z Z Z 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 N N N N V) V) V) V) V) N N V) V) V) V) V) V) N N N V) V) V) V) V) N V) V) V) V) V) V) N F F F F F F F F F F F F F F F F F F F F F F F F F F F F F F F F F cr cc cc cr V) V) V) V) V) 2 2 2 2 2 2 2 V) 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 V) Vc) Vc) Vc) n N V) V) V) V) V) V7 V) V) V) V1 V) V) V) V) n N V7 V) V) V) V7 V7 V) V V1 V) V) C C C C cc c c c c c c c c c c c c c c c cc c c c c c c c c c c c c 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 LL LL LL LL W W W W W W W W LL W W W W W W W W W W W W W W W W W W LL W Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z N N N N N V) V) V) V) V) V) V) V) V) V) N V) N N N V) V) V) V) V) V) V) V) V) V) N V) N V) V) N V) V) V) N V) V) V) V) V) V) V) V) V) V) V) N V) V) V) V) V) V) V) V) V) V) V) m m m 1n 1n 1n V) N N V) V) V) V) V) V) V) V) V) N V) 1n 1n V) V) V) V) V) V) V) V) V) V) V) N V) N N N N N V) V) V) V) V) V) V) V) V) V) V) N V) N N V) V) V) V) V) V) V) V) V) V) V) N V) N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 [C K K K� K K K K K K CC CC CC CG [C K K K K� K K K K K CC CC CC CG K K K U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z } } } } } } } } } } } } } } } } } } } } } } } } } } } } } } } } } J W J W J W J W J W J W J W J W J W J W J W J W J LL J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J W J LL J W N V) V) N V) V) V) V) V) V) V) N N V) V) N V) V) N V) V) V) V) V) V) V) N N V) V) N V) V) Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z cW G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G cWc G m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 O1 Q1 Q1 Q1 Q1 Q1 Q1 Q1 Q1 Cl) Cl) Cl) Q1 Q1 Q1 O1 Q1 Q1 Q1 Q1 Q1 Q1 Q1 Q1 Q1 Q1 Q1 Q1 Q1 Q1 O1 Q1 Q1 l0 l0 1.0 l0 lD <o <o l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 1.0 l0 lD lD lD l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 l0 N 00 4-- 0 M CO 0) M 0- NO Requested Action by Commission: Approve utilizing Sourcewell contract # 042021 -MOT with Express Radio for the purchase of Motorola products with an estimated annual expenditure of $140,000. The State of Minnesota procurement process satisfies the City's competitive bid requirements. Explanation of Request: Boynton Beach Utilities uses a low frequency radio system to send information to and from lift stations to monitor and control sewer flow within the collection system. The City utilizes Motorola technology for this radio system. This contract will allow the purchase of Motorola products for the City's lift stations and other utility sites that require Motorola products. The parts are necessary to maintain the communication system with each lift stations. The Operations Division of Utilities has increased its maintenance of pumping stations control panels' electrical and instrumentation components to alleviate noisome issues and to increase operation efficiency. Staff are building new control panels and performing preventative maintenance to replace assets that have reached their life expectancy. The rise in expenditures is due to increased maintenance and price inflation. This contract expires on June 23, 2025, and allows for one (1) additional year renewal. How will this affect city programs or services? This will enable the lift stations to function properly and repair when needed. Fiscal Impact: Funds are budgeted and available in account 502-0000-141-01-00 for the estimated amount of $140,000. Expenditures to date are $47,604.35 Previous Year Expenditures: FY 20/21 expenditures were $34,737.69 FY 21/22 expenditures were $24,663.02 Alternatives: To not approve utilizing the contract and obtain quotes. Strategic Plan: Strategic Plan Application: Climate Action Application: Page 164 of 812 Is this a grant? Grant Amount: Attachments: Ty pe D Addeinduirn D Addeinduirn D Addenduirn Description Cointract Pii,ldiin(j I etteii,- An..ftl,ioiriziingExl[,.)iress li ado Page 165 of 812 DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553 042021 -MOT �iiiiillllllllllllll1II, SOL] Ir ,,,,,,,, iw IIIIIII Solicitation Number: RFP #042021 CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and Motorola Solutions, Inc., 500 W. Monroe, Chicago, IL 60661 (Vendor). Sourcewell is a State of Minnesota local government agency and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers cooperative procurement solutions to government entities. Participation is open to federal, state/province, and municipal governmental entities, higher education, K-12 education, nonprofit, tribal government, and other public entities located in the United States and Canada. Sourcewell issued a public solicitation for Public Safety Communications Technology and Hardware Solutions from which Vendor was awarded a contract. Vendor desires to contract with Sourcewell to provide equipment, products, or services to Sourcewell and the entities that access Sourcewell's cooperative purchasing contracts (Participating Entities). 1. TERM OF CONTRACT A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below. B. EXPIRATION DATE AND EXTENSION. This Contract expires June 23, 2025, unless it is cancelled sooner pursuant to Article 22. This Contract may be extended up to one additional one-year period upon request of Sourcewell and with written agreement by Vendor. C. SURVIVAL OF TERMS. Articles 11 through 14 survive the expiration or cancellation of this Contract. 2. EQUIPMENT, PRODUCTS, OR SERVICES A. EQUIPMENT, PRODUCTS, OR SERVICES. Vendor will provide the Equipment, Products, or Services as stated in its Proposal submitted under the Solicitation Number listed above. Vendor's Equipment, Products, or Services Proposal (Proposal) is attached and incorporated into this Contract. Rev. 10/2020 Page 166 of 812 DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553 042021 -MOT All Equipment and Products provided under this Contract must be new/current model. Vendor may offer close-out or refurbished Equipment or Products if they are clearly indicated in Vendor's product and pricing list. Unless agreed to by the Participating Entities in advance, Equipment or Products must be delivered as operational to the Participating Entity's site. This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated, sales and sales volume are not guaranteed. B. WARRANTY. Vendor warranties for Equipment, Products, and Services furnished are set forth in Vendor's then -current Communication, Systems & Services Agreement, which will be made available to Participating Entities at the time of purchase. Vendor's dealers and distributors must agree to assist the Participating Entity in reaching a resolution in any dispute over warranty terms with the manufacturer. Any manufacturer's warranty that is effective past the expiration of the Vendor's warranty will be passed on to the Participating Entity. C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution, Vendor will make available to Sourcewell a means to validate or authenticate Vendor's authorized dealers, distributors, and/or resellers relative to the Equipment, Products, and Services related to this Contract. This list may be updated from time -to -time and is incorporated into this Contract by reference. It is the Vendor's responsibility to ensure Sourcewell receives the most current version of this list. 3. PRICING All Equipment, Products, or Services under this Contract will be priced as stated in Vendor's Proposal. When providing pricing quotes to Participating Entities, all pricing quoted must reflect a Participating Entity's total cost of acquisition. This means that the quoted cost is for delivered Equipment, Products, and Services that are operational for their intended purpose, and includes all costs to the Participating Entity's requested delivery location. Regardless of the payment method chosen by the Participating Entity, the total cost associated with any purchase option of the Equipment, Products, or Services must always be disclosed in the pricing quote to the applicable Participating Entity at the time of purchase. A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly packaged. Damaged Equipment and Products may be rejected. If the damage is not readily apparent at the time of delivery, Vendor must permit the Equipment and Products to be returned within a reasonable time at no cost to Sourcewell or its Participating Entities. Participating Entities reserve the right to inspect the Equipment and Products at a reasonable time after delivery where circumstances or conditions prevent effective inspection of the Equipment and Products at the time of delivery. Rev. 10/2020 Page 167 of 812 DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553 042021 -MOT Vendor must arrange for and pay for the return shipment on Equipment and Products that arrive in a defective or inoperable condition. Sourcewell may declare the Vendor in breach of this Contract if the Vendor intentionally delivers substandard or inferior Equipment or Products. In the event of the delivery of nonconforming Equipment and Products, the Participating Entity will notify the Vendor as soon as possible and the Vendor will replace nonconforming Equipment and Products with conforming Equipment and Products that are acceptable to the Participating Entity. Freight, title and risk of loss terms will be as set forth in Vendor's then -current Communication, Systems & Services Agreement, which will be made available to Participating Entities at the time of purchase. B. SALES TAX. Each Participating Entity is responsible for supplying the Vendor with valid tax - exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax- exempt entity. C. HOT LIST PRICING. At anytime during this Contract, Vendor may offer a specific selection of Equipment, Products, or Services at discounts greater than those listed in the Contract. When Vendor determines it will offer Hot List Pricing, it must be submitted electronically to Sourcewell in a line -item format. Equipment, Products, or Services may be added or removed from the Hot List at any time through a Sourcewell Price and Product Change Form as defined in Article 4 below. Hot List program and pricing may also be used to discount and liquidate close-out and discontinued Equipment and Products as long as those close-out and discontinued items are clearly identified as such. Current ordering process and administrative fees apply. Hot List Pricing must be published and made available to all Participating Entities. 4. PRODUCT AND PRICING CHANGE REQUESTS Vendor may request Equipment, Product, or Service changes, additions, or deletions at any time. All requests must be made in writing by submitting a signed Sourcewell Price and Product Change Request Form to the assigned Sourcewell Contract Administrator. This form is available from the assigned Sourcewell Contract Administrator. At a minimum, the request must: • Identify the applicable Sourcewell contract number; • Clearly specify the requested change; • Provide sufficient detail to justify the requested change; • Individually list all Equipment, Products, or Services affected by the requested change, along with the requested change (e.g., addition, deletion, price change); and Rev. 10/2020 Page 168 of 812 DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553 042021 -MOT • Include a complete restatement of pricing documentation in Microsoft Excel with the effective date of the modified pricing, or product addition or deletion. The new pricing restatement must include all Equipment, Products, and Services offered, even for those items where pricing remains unchanged. A fully executed Sourcewell Price and Product Request Form will become an amendment to this Contract and be incorporated by reference. 5. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS A. PARTICIPATION. Sourcewell's cooperative contracts are available and open to public and nonprofit entities across the United States and Canada; such as federal, state/province, municipal, K-12 and higher education, tribal government, and other public entities. The benefits of this Contract should be available to all Participating Entities that can legally access the Equipment, Products, or Services under this Contract in the United States. A Participating Entity's authority to access this Contract is determined through its cooperative purchasing, interlocal, or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service Member of Sourcewell during such time of access. Vendor understands that a Participating Entity's use of this Contract is at the Participating Entity's sole convenience and Participating Entities reserve the right to obtain like Equipment, Products, or Services from any other source. Vendor is responsible for familiarizing its sales and service forces with Sourcewell contract use eligibility requirements and documentation and will encourage potential participating entities to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its roster during the term of this Contract. B. PUBLIC FACILITIES. Vendor's employees maybe required to perform work at government- owned facilities, including schools. Vendor's employees and agents must conduct themselves in a professional manner while on the premises, and in accordance with Participating Entity policies and procedures, and all applicable laws. 6. PARTICIPATING ENTITY USE AND PURCHASING A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under this Contract, a Participating Entity must clearly indicate to Vendor that it intends to access this Contract; however, order flow and procedure will be developed jointly between Sourcewell and Vendor. Typically, a Participating Entity will issue an order directly to Vendor. If a Participating Entity issues a purchase order, it may use its own forms, but the purchase order should clearly note the applicable Sourcewell contract number. All Participating Entity orders under this Contract must be issued prior to expiration of this Contract; however, Vendor performance, Rev. 10/2020 4 Page 169 of 812 DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553 042021 -MOT Participating Entity payment, and any applicable warranty periods or other Vendor or Participating Entity obligations may extend beyond the term of this Contract. Vendor's acceptable forms of payment are included in Attachment A. Participating Entities will be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of any Participating Entity. B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and conditions to a purchase order, or other required transaction documentation, may be negotiated between a Participating Entity and Vendor, such as job or industry -specific requirements, legal requirements (e.g., affirmative action or immigration status requirements), or specific local policy requirements. Some Participating Entitles may require the use of a Participating Addendum; the terms of which will be worked out directly between the Participating Entity and the Vendor. Vendor will require the use of Vendor's then -current Communication, Systems & Services Agreement ("CCSA") and Exhibits, Subscription Services Addendum ("SSA"), Maintenance and Support Addendum ("MSA"), and Telecommunication Carrier Addendums ("TCA"). Any negotiated additional terms and conditions must never be less favorable to the Participating Entity than what is contained in this Contract. C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires service or specialized performance requirements (such as e-commerce specifications, specialized delivery requirements, or other specifications and requirements) not addressed in this Contract, the Participating Entity and the Vendor may enter into a separate, standalone agreement, apart from this Contract. Sourcewell, including its agents and employees, will not be made a party to a claim for breach of such agreement. D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or in part, immediately upon notice to Vendor in the event of any of the following events: 1. The Participating Entity fails to receive funding or appropriation from its governing body at levels sufficient to pay for the goods to be purchased; 2. Federal or state laws or regulations prohibit the purchase or change the Participating Entity's requirements; or 3. Vendor commits any material breach of this Contract or the additional terms agreed to between the Vendor and a Participating Entity, after receipt of notice from Sourcewell or the Participating Entity, and fails to correct such breach within thirty days. In the event of termination under this subsection 6. D., the Participating Entity will remain liable for contract amounts due and attributable to Equipment, Products, and Services delivered or performed on or before the date of the termination. E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a Participating Entity's order will be determined by the Participating Entity making the purchase. Rev. 10/2020 Page 170 of 812 DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553 042021 -MOT 7. CUSTOMER SERVICE A. PRIMARY ACCOUNT REPRESENTATIVE. Vendor will assign an Account Representative to Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is changed. The Account Representative will be responsible for: • Maintenance and management of this Contract; • Timely response to all Sourcewell and Participating Entity inquiries; and • Business reviews to Sourcewell and Participating Entities, if applicable. B. BUSINESS REVIEWS. Vendor must perform a minimum of one business review with Sourcewell per contract year. The business review will cover sales to Participating Entities, pricing and contract terms, administrative fees, supply issues, customer issues, and any other necessary information. 8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Vendor must provide a contract sales activity report (Report) to the Sourcewell Contract Administrator assigned to this Contract. A Report must be provided regardless of the number or amount of sales during that quarter (i.e., if there are no sales, Vendor must submit a report indicating no sales were made). The Report must contain the following fields: • Customer Name (e.g., City of Staples Highway Department); • Customer Physical Street Address; • Customer City; • Customer State/Province; • Customer Zip Code; • Customer Contact Name; • Customer Contact Email Address; • Customer Contact Telephone Number; • Sourcewell Assigned Entity/Participating Entity Number; • Item Purchased Description; • Item Purchased Price; • Sourcewell Administrative Fee Applied; and • Date Purchase was invoiced/sale was recognized as revenue by Vendor. B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell, the Vendor will pay an administrative fee to Sourcewell on all Equipment, Products, and Services provided to Participating Entities. The Administrative Fee must be included in, and not Rev. 10/2020 6 Page 171 of 812 DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553 042021 -MOT added to, the pricing. Vendor may not charge Participating Entities more than the contracted price to offset the Administrative Fee. The Vendor will submit payment to Sourcewell for the percentage of administrative fee stated in the Proposal multiplied by the total sales of all Equipment, Products, and Services purchased by Participating Entities under this Contract during each calendar quarter. Payments should note the Vendor's name and Sourcewell-assigned contract number in the memo; and must be mailed to the address above "Attn: Accounts Receivable" or remitted electronically to Sourcewell's banking institution per Sourcewell's Finance department instructions. Payments must be received no later than 45 calendar days after the end of each calendar quarter. Vendor agrees to cooperate with Sourcewell in auditing transactions under this Contract to ensure that the administrative fee is paid on all items purchased under this Contract. In the event the Vendor is delinquent in any undisputed administrative fees, Sourcewell reserves the right to cancel this Contract and reject any proposal submitted by the Vendor in any subsequent solicitation. In the event this Contract is cancelled by either party prior to the Contract's expiration date, the administrative fee payment will be due no more than 30 days from the cancellation date. 9. AUTHORIZED REPRESENTATIVE Sourcewell's Authorized Representative is its Chief Procurement Officer. Vendor's Authorized Representative is the person named in the Vendor's Proposal. If Vendor's Authorized Representative changes at any time during this Contract, Vendor must promptly notify Sourcewell in writing. 10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records, documents, and accounting procedures and practices relevant this Agreement are subject to examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the end of this Contract. This clause extends to Participating Entities as it relates to business conducted by that Participating Entity under this Contract. B. ASSIGNMENT. Neither the Vendor nor Sourcewell may assign or transfer any rights or obligations under this Contract without the prior consent of the parties and a fully executed assignment agreement. Such consent will not be unreasonably withheld. C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective until it has been fully executed by the parties. Rev. 10/2020 Page 172 of 812 DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553 042021 -MOT D. WAIVER. If either party fails to enforce any provision of this Contract, that failure does not waive the provision or the right to enforce it. E. CONTRACT COMPLETE. This Contract contains all negotiations and agreements between Sourcewell and Vendor. No other understanding regarding this Contract, whether written or oral, may be used to bind either party. For any conflict between the attached Proposal and the terms set out in Articles 1-22, the terms of Articles 1-22 will govern. F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent contractors, each free to exercise judgment and discretion with regard to the conduct of their respective businesses. This Contract does not create a partnership, joint venture, or any other relationship such as master -servant, or principal -agent. 11. LIABILITY Vendor must indemnify, save, and hold Sourcewell, including their agents and employees, harmless from any claims or causes of action, including attorneys' fees, arising out of the performance of this Contract by the Vendor or its agents or employees. Sourcewell will provide prompt written notice to Vendor of any claim or suit, and will cooperate with Vendor in its defense or settlement of the claim or suit. Vendor's maximum liability for damages caused by failure to perform its obligations under this Contract is limited to proven direct damages for all claims arising out of this Contract not to exceed the total net payments of Administrative Fees paid under any twenty-four (24) month period during the Term. Vendor's indemnification obligations under the Contract are excluded from this provision. VENDOR WILL NOT BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, OR INDIRECT DAMAGES FOR ANY CAUSE OF ACTION, WHETHER IN CONTRACT OR TORT. CONSEQUENTIAL, INCIDENTAL, AND INDIRECT DAMAGES INCLUDE, BUT ARE NOT LIMITED TO, LOST PROFITS, LOST REVENUES, AND LOSS OF BUSINESS OPPORTUNITY, WHETHER OR NOT THE OTHER PARTY WAS AWARE OR SHOULD HAVE BEEN AWARE OF THE POSSIBILITY OF THESE DAMAGES. Vendor's obligations to indemnify or hold harmless Participating Entities will be as set forth in Vendor's Communication, Systems & Services Agreement. 12. GOVERNMENT DATA PRACTICES Vendor and Sourcewell must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell under this Contract and as it applies to all data created, collected, received, stored, used, maintained, or disseminated by the Vendor under this Contract. If the Vendor receives a request to release the data referred to in this article, the Vendor must immediately notify Sourcewell and Sourcewell will assist with how the Vendor should respond to the request. Rev. 10/2020 Page 173 of 812 DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553 042021 -MOT 13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT A. INTELLECTUAL PROPERTY 1. Grant of License. During the term of this Contract: a. Sourcewell grants to Vendor a royalty -free, worldwide, non-exclusive right and license to use theTrademark(s) provided to Vendor by Sourcewell in advertising and promotional materials for the purpose of marketing Sourcewell's relationship with Vendor. b. Vendor grants to Sourcewell a royalty -free, worldwide, non-exclusive right and license to use Vendor's Trademarks in advertising and promotional materials for the purpose of marketing Vendor's relationship with Sourcewell. 2. Limited Right of Sublicense. The right and license granted herein includes a limited right of each party to grant sublicenses to its and their respective distributors, marketing representatives, and agents (collectively "Permitted Sublicensees") in advertising and promotional materials for the purpose of marketing the Parties' relationship to Participating Entities. Any sublicense granted will be subject to the terms and conditions of this Article. Each party will be responsible for any breach of this Article by any of their respective sublicensees. 3. Use, Quality Control. a. Sourcewell must not alter Vendor's Trademarks from the form provided by Vendor and must comply with Vendor's removal requests as to specific uses of its trademarks or logos. b. Vendor must not alter Sourcewell's Trademarks from the form provided by Sourcewell and must comply with Sourcewell's removal requests as to specific uses of its trademarks or logos. c. Each party agrees to use, and to cause its Permitted Sublicensees to use, the other party's Trademarks only in good faith and in a dignified manner consistent with such party's use of the Trademarks. Upon written notice to the breaching party, the breaching party has 30 days of the date of the written notice to cure the breach or the license will be terminated. 4. As applicable, Vendor agrees to indemnify and hold harmless Sourcewell against any and all suits, claims, judgments, and costs instituted or recovered against Sourcewell by any person on account of the use of any Equipment or Products by Sourcewell or its Participating Entities supplied by Vendor in violation of applicable United States patent or copyright laws. Vendor's obligations to indemnify or hold harmless Participating Entities for intellectual property infringement will be as set forth in Vendor's then -current Communication, Systems & Services Agreement. 5. Termination. Upon the termination of this Contract for any reason, each party, including Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites, and the like bearing the other party's name or logo (excepting Sourcewell's pre-printed catalog of vendors which may be used until the next printing). Vendor must return all Rev. 10/2020 Page 174 of 812 DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553 042021 -MOT marketing and promotional materials, including signage, provided by Sourcewell, or dispose of it according to Sourcewell's written directions. B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released without prior written approval from the Authorized Representatives. Publicity includes notices, informational pamphlets, press releases, research, reports, signs, and similar public notices prepared by or for the Vendor individually or jointly with others, or any subcontractors, with respect to the program, publications, or services provided resulting from this Contract. C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be approved by Sourcewell. Materials should be sent to the Sourcewell Contract Administrator assigned to this Contract. D. ENDORSEMENT. The Vendor must not claim that Sourcewell endorses its Equipment, Products, or Services. 14. GOVERNING LAW, JURISDICTION, AND VENUE Minnesota law governs this Contract. Venue for all legal proceedings out of this Contract, or its breach, must be in the appropriate state court in Todd County or federal court in Fergus Falls, Minnesota. 15. FORCE MAJEURE Neither party to this Contract will be held responsible for delay or default caused by acts of God or other conditions that are beyond that party's reasonable control. A party defaulting under this provision must provide the other party prompt written notice of the default. 16. SEVERABILITY If any provision of this Contract is found to be illegal, unenforceable, or void then both Sourcewell and Vendor will be relieved of all obligations arising under such provisions. If the remainder of this Contract is capable of performance, it will not be affected by such declaration or finding and must be fully performed. 17. PERFORMANCE, DEFAULT, AND REMEDIES A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and address unresolved contract issues as follows: 1. Notification. The parties must promptly notify each other of any known dispute and work in good faith to resolve such dispute within a reasonable period of time. If necessary, Rev. 10/2020 10 Page 175 of 812 DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553 042021 -MOT Sourcewell and the Vendor will jointly develop a short briefing document that describes the issue(s), relevant impact, and positions of both parties. 2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified above, either Sourcewell or Vendor may escalate the resolution of the issue to a higher level of management. The Vendor will have 30 calendar days to cure an outstanding issue. 3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the Vendor must continue without delay to carry out all of its responsibilities under the Contract that are not affected by the dispute. If the Vendor fails to continue without delay to perform its responsibilities under the Contract, in the accomplishment of all undisputed work, any additional costs incurred by Sourcewell and/or its Participating Entities as a result of such failure to proceed will be borne by the Vendor. B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract, or any Participating Entity order under this Contract, in default (unless a force majeure causes the default): 1. Nonperformance of contractual requirements, or 2. A material breach of any term or condition of this Contract. Written notice of default and a 30 day opportunity to cure must be issued by the party claiming default. Time allowed for cure will not diminish or eliminate any liability for liquidated or other damages. If the default remains after the opportunity for cure, the non -defaulting party may: • Exercise any remedy provided by law or equity, or • Terminate the Contract or any portion thereof, including any orders issued against the Contract. 18. INSURANCE A. REQUIREMENTS. At its own expense, Vendor must maintain insurance policy(ies) in effect at all times during the performance of this Contract with insurance company(ies) licensed or authorized to do business in the State of Minnesota having an "AM BEST" rating of A- or better, with coverage and limits of insurance in accordance with the following: 1. Workers' Compensation and Employer's Liability. Workers' Compensation: As required by any applicable law or regulation. Employer's Liability Insurance: must be provided in amounts listed below: Limits: $1,000,000 each accident for bodily injury by accident $1,000,000 policy limit for bodily injury by disease $1,000,000 each employee for bodily injury by disease Rev. 10/2020 11 Page 176 of 812 DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553 042021 -MOT 2. Commercial General Liability Insurance. Vendor will maintain insurance covering its operations, with coverage on an occurrence basis. At a minimum, coverage must include liability arising from premises, operations, bodily injury and property damage, independent contractors, products -completed operations including construction defect, contractual liability, blanket contractual liability, and personal injury and advertising injury. All required limits, terms and conditions of coverage must be maintained during the term of this Contract. Limits: $3,000,000 each occurrence Bodily Injury and Property Damage $3,000,000 Personal and Advertising Injury $5,000,000 aggregate for Products -Completed operations $5,000,000 general aggregate 3. Commercial Automobile Liability Insurance. During the term of this Contract, Vendor will maintain insurance covering all owned, hired, and non -owned automobiles in limits of liability not less than indicated below. Limits: $2,000,000 each accident, combined single limit 4. Network Security and Privacy Liability Insurance. During the term of this Contract, Vendor will maintain coverage for network security and privacy liability. The coverage may be endorsed on another form of liability coverage or written on a standalone policy. The insurance must cover claims which may arise from failure of Vendor's security resulting in, but not limited to, computer attacks, unauthorized access, disclosure of not public data — including but not limited to, confidential or private information, transmission of a computer virus, or denial of service. Limits: $2,000,000 per occurrence $2,000,000 annual aggregate Failure of Vendor to maintain the required insurance will constitute a material breach entitling Sourcewell to immediately terminate this Contract for default. B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Vendor must furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the Sourcewell Contract Administrator assigned to this Contract. The certificates must be signed by a person authorized by the insurer(s) to bind coverage on their behalf. Failure to request certificates of insurance by Sourcewell, or failure of Vendor to provide certificates of insurance, in no way limits or relieves Vendor of its duties and responsibilities in this Contract. Rev. 10/2020 12 Page 177 of 812 DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553 042021 -MOT C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY INSURANCE CLAUSE. Vendor agrees to list Sourcewell and its Participating Entities, including their officers, agents, and employees, as an additional insured under the Vendor's commercial general liability insurance policy with respect to liability arising out of activities, "operations," or "work" performed by or on behalf of Vendor, and products and completed operations of Vendor. The policy provision(s) or endorsement(s) must further provide that coverage is primary and not excess over or contributory with any other valid, applicable, and collectible insurance or self-insurance in force for the additional insureds. D. WAIVER OF SUBROGATION. Vendor waives and must require (by endorsement or otherwise) its workers compensation, commercial general liability, and automobile liability insurers to waive subrogation rights against Sourcewell and other additional insureds for losses paid under the workers compensation, commercial general liability, and automobile liability insurance policies required by this Contract or other insurance applicable to the Vendor or its subcontractors. The waiver must apply to all deductibles and/or self-insured retentions. Where permitted by law, Vendor must require similar written express waivers of subrogation and insurance clauses from each of its subcontractors. E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this Contract can be met by either providing a primary policy or in combination with umbrella/excess liability policy(ies), or self-insured retention. 19. COMPLIANCE A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this Contract must comply fully with applicable federal laws and regulations, and with the laws in the states and provinces in which the Equipment, Products, or Services are sold. B. LICENSES. Vendor must maintain a valid and current status on all required federal, state/provincial, and local licenses, bonds, and permits required for the operation of the business that the Vendor conducts with Sourcewell and Participating Entities. 20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION Vendor certifies and warrants that it is not in bankruptcy or that it has previously disclosed in writing certain information to Sourcewell related to bankruptcy actions. If at any time during this Contract Vendor declares bankruptcy, Vendor must immediately notify Sourcewell in writing. Vendor certifies and warrants that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota; the United States federal government or the Canadian Rev. 10/2020 13 Page 178 of 812 DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553 042021 -MOT government, as applicable; or any Participating Entity. Vendor certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this Contract. Vendor further warrants that it will provide immediate written notice to Sourcewell if this certification changes at any time. 21. PROVISIONS FOR NON-UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER UNITED STATES FEDERAL AWARDS OR OTHER AWARDS Participating Entities that use United States federal grant or FEMA funds to purchase goods or services from this Contract may be subject to additional requirements including the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may also require additional requirements based on specific funding specifications. Within this Article, all references to "federal" should be interpreted to mean the United States federal government. The following list only applies when a Participating Entity accesses Vendor's Equipment, Products, or Services with United States federal funds. A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60- 1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 C.F.R. § 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." The equal opportunity clause is incorporated herein by reference. B. DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal program legislation, all prime construction contracts in excess of $2,000 awarded by non- federal entities must include a provision for compliance with the Davis -Bacon Act (40 U.S.C. § 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-federal entity must report all suspected or reported violations to the federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations (29 C.F.R. § 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that Rev. 10/2020 14 Page 179 of 812 DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553 042021 -MOT each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-federal entity must report all suspected or reported violations to the federal awarding agency. Vendor must be in compliance with all applicable Davis -Bacon Act provisions. C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5). Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. This provision is hereby incorporated by reference into this Contract. Vendor certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Vendor must comply with applicable requirements as referenced above. D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACTOR AGREEMENT. Intentionally Omitted. E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require the non-federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Vendor certifies that during the term of this Contract will comply with applicable requirements as referenced above. F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award (see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R. §180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3 C.F.R. § 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor certifies that neither it nor its principals are presently debarred, suspended, proposed for Rev. 10/2020 15 Page 180 of 812 DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553 042021 -MOT debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. G. BYRD ANTI -LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Vendors must file any required certifications. Vendors must not have used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Vendors must disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the non-federal award. Vendors must file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352). H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Vendor must comply with the record retention requirements detailed in 2 C.F.R. § 200.333. The Vendor further certifies that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Vendor must comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Vendor must comply with all applicable provisions of the Buy American Act. Purchases made in accordance with the Buy American Act must follow the applicable procurement rules calling for free and open competition. K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Vendor agrees that duly authorized representatives of a federal agency must have access to any books, documents, papers and records of Vendor that are directly pertinent to Vendor's discharge of its obligations under this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to Vendor's personnel for the purpose of interview and discussion relating to such documents. L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a Rev. 10/2020 16 Page 181 of 812 DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553 042021 -MOT satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. 22. CANCELLATION Sourcewell or Vendor may cancel this Contract at any time, with or without cause, upon 60 days' written notice to the other party. However, Sourcewell may cancel this Contract immediately upon discovery of a material defect in any certification made in Vendor's Proposal. Cancellation of this Contract does not relieve either party of financial, product, or service obligations incurred or accrued prior to cancellation. Sourcewell Motorola Solutions, Inc. �Do/cyuUSiigned by,' ',',,1� J`^ `^' J ( 1M 1, EDOCUSIgned by: L A�.�'1�'1ir�/1 COFD2A139DD6489... BCC52DFA8464445... By: By: Jeremy Schwartz Carrie Hemmen Title: Chief Procurement Officer Title: MSSSI Territory Vice President & Director of Sales 7/3/2021 1 8:47 AM CDT 7/2/2021 1 3:56 PM CDT Date: Date: Approved: DocuSigned by: 7E4298F817A64CC... By: Chad Coauette Title: Executive Director/CEO 7/4/2021 1 6:43 PM CDT Date: Rev. 10/2020 17 Page 182 of 812 DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553 RFP 042021 - Public Safety Communications Technology and Hardware Solutions Vendor Details Company Name: Motorola Solutions, Inc. 500 W Monroe St Address: Ste 4400 Chicago, IL 60661 Contact: Lane Feingold Email: lane.feingold@motorolasolutions.com Phone: 720-338-7624 HST#: 36-1115800 Submission Details Created On: Submitted On: Submitted By: Email: Transaction #: Submitter's IP Address Bid Number: RFP 042021 Tuesday March 30, 2021 21:05:37 Tuesday April 20, 2021 12:23:07 Lane Feingold lane.feingold@motorolasolutions.com a493650e-28b5-493e-a11 e-7305bc7e532a 140.101.167.250 Vendor Name: Motctxpageoit Of 014 DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553 Specifications Table 1: Proposer Identity & Authorized Representatives General Instructions (applies to all Tables) Sourcewell prefers a brief but thorough response to each question. Do not merely attach additional documents to your response without also providing a substantive response. Do not leave answers blank; respond "N/K if the question does not apply to you (preferably with an explanation). Line Item Question Response* 1 Proposer Legal Name (and Motorola Solutions, Inc. applicable d/b/a, if any): 2 Proposer Address: 500 W. Monroe, Chicago IL 60661 " 3 Proposer website address: https://www.motorolasolutions.com/ 4 Proposer's Authorized Carrie Hemmen Representative (name, title, Territory Vice President & Director of Sales address, email address & phone) 500 W. Monroe, Chicago IL 60661 (The representative must have carrie.hemmen@motorolasolutions.com authority to sign the "Proposer's 602-319-2355 Assurance of Compliance" on behalf of the Proposer and, in the event of award, will be expected to execute the resulting contract): 5 Proposer's primary contact for this Lane Feingold proposal (name, title, address, Senior Account Manager email address & phone): 7237 Church Ranch Blvd, Ste 406 Westminster, CO 80021 lane.feingold@motorolasolutions.com 720-338-7624 6 Proposer's other contacts for this Tracy Loudenslager proposal, if any (name, title, MSSSI Vice President and Director, U.S. Federal Government Market Channels & Sales address, email address & phone): Operations tracy.Ioudenslager@motorolasolutions.com 410-952-0743 Joe Fick Senior Account Manager joe.fick@motorolasolutions.com 951-395-3463 Table 2: Company Information and Financial Strength Line Question Response* Item Bid Number: RFP 042021 Vendor Name: MotWageo1 4 sf jq�, DocuSign Envelope ID: 3D3498BF-04FF-4288-95D0-9C892BC5A553 7 Provide a brief history of your company, Motorola Solutions is a global leader in mission -critical communications. Our including your company's core values, technology platforms in communications, command center software, video security & business philosophy, and industry longevity analytics, and managed & support services make cities safer and help communities related to the requested equipment, products and businesses thrive. Motorola Solutions has created the first and only mission or services. critical ecosystem built for Public Safety and Enterprise. Our mission is to never stop advancing that lifeline. We have a rich history of firsts, including pioneering mobile communications in the 1930s, creating the technology that carried the first words from the moon in 1969, developing the first commercial handheld cellular phone in 1983 and revolutionizing public safety communications with the launch of smart radio, APX NEXT and public safety virtual assistant, ViQi in 2019. Today, our employees are committed to designing and delivering the solutions our customers refer to as their lifeline. At Motorola Solutions, we are ushering in a new era in public safety and security. For more than 90 years, Motorola Solutions has demonstrated our stability and commitment to public safety. With more than 800 P25 deployments across North America, we are the partner of choice for large-scale emergency radio networks around the continent. And with a growing portfolio of devices, applications, and services designed to increase the safety and efficiency of first responders, we are now firmly established at the leading edge of mission critical communications. In the United States, Motorola is responsible for the deployment of 36 state-wide mission critical radio networks, as well as hundreds of county -wide systems and municipality systems across the country. 8 What are your company's expectations in the If awarded, Motorola Solutions expects to utilize this contract with may of our event of an award? customers to allow them to purchase equipment and services without going to bid. 9 Demonstrate your financial strength and You can find our Quarterly Earning and other financial information at stability with meaningful data. This could https://investors.motorolasolutions.com/earnings-sec-filings/QuarteHyResults/default.aspx. include such items as financial statements, SEC filings, credit and bond ratings, letters Motorola Solutions Annual reports from 2010 to the present can be found here: of credit, and detailed reference letters. http://investors.motorolasolutions.com/AnnualReports Upload supporting documents (as applicable) in the document upload section of your response. 10 What is your US market share for the "Motorola Solutions ("Motorola") is a publicly traded company (NYSE - MSI) with solutions that you are proposing? billions of dollars in annual sales globally, employing thousands of workers worldwide, and having tens of thousands of shareholders. Such inquiries may be subject to confidentiality rules, whereby disclosure is prohibited. As a publicly traded company, Motorola files an annual report Form 10-K with the SEC and describes therein certain information that is material for disclosure under SEC rules. Our Annual Report on Form 10-K and Quarterly Reports on Form 10-Q can be found at www.see.gov or on our website, https://investors.motorolasolutions.com/earnings-seo- fil i ngs/QuarterlyResults/defau It.aspx" 11 What is your Canadian market share for the We are not including Canada as a part of this RFP Response. solutions that you are proposing? 12 Has your business ever petitioned for Motorola Solutions, Inc. ("Motorola") is a Fortune 500 company that is publicly traded bankruptcy protection? If so, explain in detail. on the New York Stock Exchange employing thousands of workers worldwide. As is normal for such companies, Motorola and its subsidiaries do not maintain centrally located records that would allow it to answer the question as written. However, Motorola, Inc. has never filed a petition in bankruptcy, nor taken any action with respect to receivership, moratorium, or assignment for the benefit of creditors. As a publicly traded company, Motorola files an annual report Form 10-K with the SEC and describes certain material for disclosure under SEC rules. Motorola's most recent 10-K report can be found at: http://investors.motorolasolutions.com/Docs 13 How is your organization best described: is Motorola Solutions is a manufacturer as well as a service provider. From a sales it a manufacturer, a distributor/dealer/reseller, perspective, we have a direct sales force of over 200 people across the United or a service provider? Answer whichever States as well as Manufacturer Representatives throughout the United States. question (either a) or b) just below) best applies to your organization. The Manufacturers Representative (MR) program is designed to improve Motorola a) If your company is best described as Solutions market reach and account coverage by leveraging a single integrated a distributor/dealer/reseller (or similar entity), distribution strategy to combine MSI's Go -to Market Resources with those of our MR provide your written authorization to act as a Partners so as to deliver unparalleled value and ease of doing business to our distributor/dealer/reseller for the manufacturer Customers. The Motorola Field Team designates the accounts, develops or approves of the products proposed in this RFP. If the strategy for the account, determines the products to be offered, and establishes applicable, is your dealer network the selling or contract price. The business is transacted in Motorola's name allowing independent or company owned? the utilization of State and Local Purchasing contracts and sole source procurements b) If your company is best described as and combines high touch customer consultation with ease of doing business all for a manufacturer or service provider, describe the benefit of our Customers. your relationship with your sales and service The Manufacturer's Representative (MR) Sales Program requires it's representatives force and with your dealer network in to complete necessary training to ensure that our MRs are familiar with our products delivering the products and services and how those products fit within the needs of our customers. Manufacturer's proposed in this RFP. Are these individuals Representatives (MRs) serve as an extension of the MSI direct account sales team Bid Number: RFP 042021 Vendor Name: MotWageo1 l� s 19�, DocuSign Envelope ID: 3D3498BF-04FF-4288-95D0-9C892BC5A553 your employees, or the employees of a third and perform sales functions on behalf of Motorola. Sales facilitated by MRs are party? considered MSI sales; the end customer would issue a purchase order to Motorola. Likewise for service, we utilize the Field Service Organization (FSO) within Motorola Solutions as well as our certified Motorola Service Partners. Motorola's technical experts have the most cumulative years of experience in the industry, with over 1,000 years of current experience. The Field Services Organization (FSO) is a nationwide organization of over 500 trained and certified Motorola technicians. They are responsible for the sustainment of our government and commercial LMR systems and related applications. FSO provides onsite support, preventative maintenance and 24X7 support. They support our customers by providing best in class, highly qualified and trained service delivery. From the Service Shop perspective, Motorola has over 450 registered service locations across the United States and our collective service presence remains significant in the industry. The Motorola Servicer Program is designed to recognize and reward a Servicer's level of commitment and investment in the quality of service provided to our customers. The Servicer program is founded on Motorola's key values and expectations from our Servicers. Members of the Service Partner Program are required to meet a number of requirements to be admitted into the Motorola Service Partner Program. Depending on the service partner level, each service partner is required to have individuals in their company with the following training and certifications: 1. CET certification, Associates Degree in Electronics Engineering Technology, or equivalent 2. Motorola R56 Certification 3. Motorola Service Specialist Program (Technical Associate) Certification: The Service Specialist Certification Program includes a wide selection of classes from our comprehensive technical training portfolio and includes the following certification and underlying training courses: P25 System Technical Associate Certification ASTRO 25® Subscriber Portfolio Overview ASTRO 250 IV&D System Overview Introduction to R56 Basic Radio 4. Motorola Service Specialist Technical Certification: This certification includes the following certifications which also include a wide selection of classes from our comprehensive technical training portfolio that must be completed to achieve these certifications. APX Subscriber Technical Associate Certification MCC7000 Console Maintenance Certification ASTRO 250 Repeater Site Lifecycle Maintenance Certification ASTRO 25® Simulcast Site Lifecycle Maintenance Certification ASTRO 250 Master Site Lifecycle Maintenance Certification The Motorola specific training consists of a combination of both online and instructor led training. The instructor led training includes lab work where the technician gets hands on experience with our equipment. Once the training course has been completed, the technician is required to pass the corresponding course exam and the certification lasts for 2 years. After the 2 year period, the technician will need to recertify to keep their certification current. Please note that all technicians must also be certified in the underlying technology for the systems they support. Bid Number: RFP 042021 Vendor Name: MotWage�1 b s jq�, DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553 14 If applicable, provide a detailed explanation Personnel who would support the equipment and implementation in support of Public outlining the licenses and certifications that Safety Communication system infrastructure products and radios would include are both required to be held, and actually Project Managers, Engineers, System Technologists, Field Service Engineers, held, by your organization (including third Service Delivery Managers, the System Support Center, and other specialized staff parties and subcontractors that you use) in depending on the scope of the project. Motorola Solutions has a full training pursuit of the business contemplated by this curriculum as a requirement for each role. RFP. Motorola tracks the following training and certifications for the staff tasked with supporting our Public Safety infrastructure in the field: Training Classes to Track: Antenna System Analysis (SRV2012) Astro Ethernet Testing Astro Networking I Astro Firewalls/CEN End -to -End Audio Link Verification LMR Master Basics Network+ Bootcamp Passive Intermodulation R56 Installer/Auditor (NST9257) Security+ Bootcamp Signal Investigation Techniques CompTIA Certifications: CompTIA Network+ CompTIA Secuity+ ETA Certifications: Antenna System Analysis (ASA) APX Radio Technician (APX) Associate (CETa) Astro 25 RF Site Preventative Maintenance (A25 -SPM) Certified Service Manager (CSM) Communication Site Inspector / Auditor (CSIA) Communication Site Installer (R56) Computer Service Technician (CST) Customer Service Specialist (CSS) Data Cabling Installer (DCI) Industrial Electronics (IND) Information Technology Security (ITS) General Communications Technician I (GCT1) General Communications Technician II (GCT2) GTR 8000 P25 RF Site Performance Verification (GTR-SPV) GTR 8000 Repeater Site Technician (GTT) Master CET (CETma) Master Specialty (CETms(RF or IT)) M Core Technician (MCT 7.x) Microwave Radio Technician (MRT) Mobile Communications and Electronics Installer (MCEI) Network Computer Technician (NCT) Network Systems Technician (NST) PIM RADAR (RAD) RF Signal Investigation Techniques (RFSIT) T1 Link Verification (T1 LV) Telecommunications (TCM) Wireless (USMSS/TRN/WCN) Wireless Network Technician (WNT) 15 Provide all "Suspension or Debarment' Motorola Solutions, Inc. ("Motorola") asserts that, to the best of its knowledge and information that has applied to your belief, that presently, and for the last fifteen (15) years, neither it, its subsidiaries, organization during the past ten years. nor their principals are or have been debarred or suspended from covered transactions by any government entity. Bid Number: RFP 042021 Vendor Name: MotWageo1 / s 19�, DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553 Table 3: Industry Recognition & Marketplace Success Line Item 16 Question Describe any relevant industry awards or recognition that your company has received in the past five years Response" Company: Around the world, Motorola Solutions has been consistently recognized for our technology leadership and business strength. Fortune World's Most Admired Companies, Network and Other Communications Equipment, 2021 The Wall Street Journal Management Top 250, No. 108, 2020 Bloomberg 50 Companies to Watch in 2020, 2019 Government Technology GovTech 100, 2021 Employer: We've been consistently recognized for our commitment to inclusion and diversity, as well as providing fair working conditions for our employees. Forbes America's Best Large Employers, 2021 FlexJobs Top 100 Companies to Watch for Remote Jobs, 2021 Built In 100 Best Large Companies to Work For, 2021 Built In Chicago 100 Best Places to Work in Chicago, 2021 Human Rights Campaign Corporate Equality Index, 2021 ComputerWorld Best Places to Work in IT, 2020 Fast Company's 100 Best Workplaces for Innovators, 2020 Forbes America's Best Employers for Diversity, 2020 Disability Equality Index Best Places to Work, 2020 Bloomberg Gender Equality Index, 2019 WayUp Top 100 U.S. Internship Programs, 2019 Corporate Responsibility: We've been recognized for our leadership in corporate responsibility, including programs focused on the environment, governance, supply chain and community commitment. Barron's 100 Most Sustainable Companies, No. 19, 2020 Newsweek America's Most Responsible Companies, 2021 The Wall Street Journal Top 100 Most Sustainably Managed Companies in the World, No. 27, 2020 Innovation: Our products and solutions are consistently recognized for excellence in design. To date, we've earned more than 90 awards for distinction in innovation. Fast Company's Most Creative People in Business 2020, Paul Steinberg for APX NEXT APX NEXT digital launch named as a finalist in Fast Company's Innovation by Design Awards User Experience Category, 2020 iF Design Award, 20 awards since 2009 Red Dot Design Award, 19 awards since 2008 Australia Good Design Award, 19 awards since 2009 Japan Good Design Award, 3 awards since 2014 International Design Excellence Awards, 14 awards since 1996 Chicago Athenaeum Good Design Awards, 5 awards since 2014 https://www. motorolasolutions.com/en_us/about/company-overview/recognition.html Bid Number: RFP 042021 Vendor Name: MotWage�1 Its s jq�, DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553 17 What percentage of your sales are to the "Motorola Solutions is a global leader in mission critical communications and Hennepin County, MN governmental sector in the past three years analytics. Our technologies in Land Mobile Radio Mission Critical Communications City of New Orleans, LA Ross Bourgeois (""LMR"" or ""LMR Mission Critical Communications""), bolstered by managed and City of Aurora, CO Tracey Kent support services, make communities safer and help businesses stay productive and secure. We serve more than 100,000 public safety and commercial customers in over 100 countries, providing "purpose-built" solutions designed for their unique needs, and we have a rich heritage of innovation focusing on advancing global safety for more than 90 years. We serve government agencies, state and local public safety agencies, as well as commercial and industrial customers. Our customer base is fragmented and widespread when considering the many levels of governmental and first -responder decision -makers that procure and use our products and services. Serving this global customer base spanning federal, state, county, province, territory, municipal, and departmental independent bodies, along with our commercial and industrial customers, requires a significant go -to -market investment. Our largest customers are the U.S. government (through multiple contracts with its various branches and agencies, including the armed services) and the Home Office of the United Kingdom, representing approximately 9% and 8% of our consolidated net sales in 2020, respectively. Our Annual Report on Form 10-K and Quarterly Reports on Form 10-Q can be found at www.sec.gov or on our website, https://i nvestors. motorolasol utions.com/earn i ngs-sec-fil i ngs/Qu a rtedyResu Its/d efault.aspx" 18 What percentage of your sales are to the "Motorola Solutions is a global leader in mission critical communications and education sector in the past three years analytics. Our technologies in Land Mobile Radio Mission Critical Communications (""LMR"" or ""LMR Mission Critical Communications""), bolstered by managed and support services, make communities safer and help businesses stay productive and secure. We serve more than 100,000 public safety and commercial customers in over 100 countries, providing "purpose-built" solutions designed for their unique needs, and we have a rich heritage of innovation focusing on advancing global safety for more than 90 years. We serve government agencies, state and local public safety agencies, as well as commercial and industrial customers. Our customer base is fragmented and widespread when considering the many levels of governmental and first -responder decision -makers that procure and use our products and services. Serving this global customer base spanning federal, state, county, province, territory, municipal, and departmental independent bodies, along with our commercial and industrial customers, requires a significant go -to -market investment. Our largest customers are the U.S. government (through multiple contracts with its various branches and agencies, including the armed services) and the Home Office of the United Kingdom, representing approximately 9% and 8% of our consolidated net sales in 2020, respectively. Our Annual Report on Form 10-K and Quarterly Reports on Form 10-Q can be found at www.sec.gov or on our website, https://i nvestors. motorolasol ution s.com/earn i ngs-sec-fil i ngs/Qu artedyResu Its/d efault.aspx" 19 List any state, provincial, or cooperative Motorola Solutions hold numerous state contracts and nationwide frame agreements. purchasing contracts that you hold. What is Houston -Galveston Area Council (H -GAC) and NASPO Value Point (NVP) are our the annual sales volume for each of these top valued frame agreements. contracts over the past three years? 20 List any GSA contracts or Standing Offers Motorola Solutions does not have a direct GSA contract for Radio Products. and Supply Arrangements (SOSA) that you hold. What is the annual sales volume for each of these contracts over the past three years? Table 4: References/Testimonials Line Item 21. Supply reference information from three customers who are eligible to be Sourcewell participating entities. Entity Name * Contact Name * Phone Number* Hennepin County, MN Sheriff David Hutchinson 612-348-3744 City of New Orleans, LA Ross Bourgeois 504-658-3930 City of Aurora, CO Tracey Kent 303-326-8182 Bid Number: RFP 042021 Vendor Name: MotWageo1 ly sf jq�, DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553 Table 5: Top Five Government or Education Customers Line Item 22. Provide a list of your top five government, education, or non-profit customers (entity name is optional), including entity type, the state or province the entity is located in, scope of the project(s), size of transaction(s), and dollar volumes from the past three years. Entity Name Entity Type .A. State / Scope of Work * Size of Transactions Dollar Volume Past Three Province " Years Name not Government New York -NY Project 25 (P25) radio system Various 122,100,100 included methods. locations in all 50 United States, with 490+ individual Authorized MR Sales and services Representatives. MRs are described in the answer to Line 13. Name not Government North Dakota- Project 25 (P25) radio system Various 94,100,000 included ND and services Describe in detail the process and Our customer service includes essential services that are delivered through a tailored Name not Government Michigan - MI Project 25 (P25) radio system Various 72,500,000 included response -time capabilities and These service entities will collaborate to swiftly analyze issues, accurately diagnose and services commitments, as well as any incentives root causes, and promptly resolve issues to restore the Customer's network to Name not Government Arizona - AZ Project 25 (P25) radio system Various 71,100,000 included Centralized Managed Support Operations and services The cornerstone of Motorola Solutions' support process is the Centralized Managed Name not Government Arkansas - AR Project 25 (P25) radio system Various 63,500,000 included including service desk specialists, security analysts, and operations managers. and services The Service Desk provides a single point of contact for all service related items, Table 6: Ability to Sell and Deliver Service Describe your company's capability to meet the needs of Sourcewell participating entities across the US and Canada, as applicable. Your response should address in detail at least the following areas: locations of your network of sales and service providers, the number of workers (full-time equivalents) involved in each sector, whether these workers are your direct employees (or employees of a third party), and any overlap between the sales and service functions. Line Item Question Response 23 Sales force. Motorola Solutions has a direct sales force in the United States of over 200 people spread across all 50 states.. This, along with the over 490+ Manufacturer Representative sales people represents our total sales force. We have a presence in all 50 states. 24 Dealer network or other distribution Motorola Solutions has 170+ Manufactures Representative (MR) Sales Partners with methods. locations in all 50 United States, with 490+ individual Authorized MR Sales Representatives. MRs are described in the answer to Line 13. 25 Service force. Motorola utilizes our Field Service Organization (FSO) and a network of over 450 certified service shops that are located across all 50 states. These are both described in the answer to Line 13 26 Describe in detail the process and Our customer service includes essential services that are delivered through a tailored procedure of your customer service combination of local field service personnel, centralized teams equipped with a program, if applicable. Include your sophisticated service delivery platform, product repair depots, and MyView Portal. response -time capabilities and These service entities will collaborate to swiftly analyze issues, accurately diagnose commitments, as well as any incentives root causes, and promptly resolve issues to restore the Customer's network to that help your providers meet your stated normal operations. service goals or promises. Centralized Managed Support Operations The cornerstone of Motorola Solutions' support process is the Centralized Managed Support Operations ("CMSO") organization, which includes the Service Desk and technical support teams. The CMSO is staffed 24x7x365 by experienced personnel, including service desk specialists, security analysts, and operations managers. The Service Desk provides a single point of contact for all service related items, including communications between the Customer, Motorola Solutions, and third -party subcontractors. The Service Desk processes service requests, service incidents, change requests, and dispatching, and communicates with stakeholders in accordance with pre -defined response times. All incoming transactions through the Service Desk are recorded, tracked, and updated through the Motorola Solutions Customer Relationship Management ("CRM") system. The Service Desk also documents Customer inquiries, requests, concerns, and related tickets. The CMSO coordinates with the field service organization that will serve the Customer locally. Customer Support Manager Bid Number: RFP 042021 Vendor Name: MotWage�1 lU s 19�, DocuSign Envelope ID: 3D3498BF-04FF-4288-95D0-9C892BC5A553 A Motorola Solutions Customer Support Manager ("CSM") will be the Customer's key point of contact for defining and administering services. The CSM's initial responsibility is to create the Customer Support Plan ("CSP") in collaboration with the Customer. The CSP functions as an operating document that personalizes the services described in this document. The CSP contains Customer -specific information, such as site names, site access directions, key contact persons, any tailored case priority level definitions, case handling instructions, and escalation paths for special issues. The CSP also defines the division of responsibilities between the Customer and Motorola Solutions so response protocols are pre -defined and well understood when the need arises. The CSP governs how the services will be performed and will be automatically integrated into this Statement of Work by this reference. The CSM and Customer will review and amend the CSP on a mutually agreed cadence so the CSP remains current and effective in governing the Essential Services. Repair Depot The Motorola Solutions Repair Depot provides the Customer with a central repair location, eliminating the need to send network equipment to multiple vendor locations for repair. All products sent to the Depot are tracked throughout the repair process, from inbound shipment to return, through a case management system that enables Customer representatives to see repair status. MyView Portal Supplementing the CSM and the Service Desk as the Customer points of contact, MyView Portal is a web -based platform that provides network maintenance and operations information. The portal is accessed from a desktop, laptop, tablet, or smartphone web browser. The information available includes: • Remote Technical Support: Manage cases and view self-service reports. Observe incident details by incident priority level, and track the progress of issue resolution. • Network Hardware Repair: Track return material authorizations ("RMA") shipped to Motorola Solutions' repair depot and eliminate the need to call for status updates. In certain countries, customers will also have the ability to create new RMA requests online. • Security Update Service: View available security updates. Access available security update downloads. • Orders and Contract Information: View available information regarding orders, service contracts, and service coverage details. The data presented in MyView Portal is provided to support the services described in the following sections, which define the terms of any service delivery commitments associated with this data. Quality Team Our Quality Team is used as a resource for our customers, and brought in when a customer is having issues with a product or solution that is not being resolved in a timely manner. The Quality team continuously tracks ongoing issues and pushes them to closure when necessary. We have also included the Mission Critical Operations white paper in our attachments for additional information. Response Times Response Times vary depending on the product or system in question, but are in line with the the requirements of our customer's expectations. 27 Describe your ability and willingness to We are equipped and staffed to deliver our products and services to any government provide your products and services to customer throughout the United States, and we have a proven track record of taking Sourcewell participating entities in the care of our customer and meeting our commitments that goes back decades. United States. 28 Describe your ability and willingness to jWe are not including Canada as a part of this RFP response. provide your products and services to Sourcewell participating entities in Canada. 29 Identify any geographic areas of the United jWe will not be serving any part of Canada within this RFP response. States or Canada that you will NOT be fully serving through the proposed contract. Bid Number: RFP 042021 Vendor Name: MotWa Soi l"I s 1w, DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553 30 Identify any Sourcewell participating entity Within the United States, we will be fully serving all Federal, State, and local 32 sectors (i.e., government, education, not -for- government and education entities. profit) that you will NOT be fully serving on a regular basis. We engage at live events, webinars, and tradeshows. In the past, through the proposed contract. Explain in h detail. For example, does your company for Sourcewell. Occasionally on a regional level, contract exclusive promotions are run and have only a regional presence, or do other advertised through email campaigns. This is also something we can do for Sourcewell. cooperative purchasing contracts limit your 33 ability to promote another contract? Motorola Solutions leverages its social media channels on Linkedln, Facebook, Twitter and 31 Define any specific contract requirements Motorola Solutions, Inc. ("Motorola") asserts that, to the best of its knowledge and or restrictions that would apply to our belief, that presently, there are no requirements or restrictions that would apply to the participating entities in Hawaii and Alaska participating entities in Hawaii and Alaska and in US Territories. and in US Territories. Customer led programs are sponsored by Motorola to provide a channel for feedback to Table 7: Marketing Plan Line Item Question Response 32 Describe your marketing strategy for Motorola values the relationships that are created with our customers and actively engage promoting this contract opportunity. on a regular basis. We engage at live events, webinars, and tradeshows. In the past, Upload representative samples of your Motorola has hosted webinars explaining the benefits of existing contracts and can do so marketing materials (if applicable) in for Sourcewell. Occasionally on a regional level, contract exclusive promotions are run and the document upload section of your advertised through email campaigns. This is also something we can do for Sourcewell. response. 33 Describe your use of technology and Motorola Solutions leverages its social media channels on Linkedln, Facebook, Twitter and digital data (e.g., social media, YouTube to convey our values and mission. Through our channels, we highlight upcoming metadata usage) to enhance product and software launches, customer success stories and leverage marketing content marketing effectiveness. in the form of videos and documents to highlight our commitment to public safety. Customer led programs are sponsored by Motorola to provide a channel for feedback to our users. Motorola's website and e-commerce site have a large presence on the internet housing brand, product and marketing content. 34 In your view, what is Sourcewell's role While it would be great for Sourcewell to market the vendors that are awarded contracts, in promoting contracts arising out of we do understand that Sourcewell has a large number of participating vendors and this RFP? How will you integrate a marketing for each of them would be prohibitive. If awarded the contract, our direct sellers Sourcewell-awarded contract into your as well as our Manufacturer Representatives will consistently discuss our products and sales process? services and that the Sourcewell contract can be used as a method of purchase with all of our customers. Even if they are not current members of Sourcewell, we will discuss that by joining Sourcewell they will have a contracting vehicle in place that is already competitively bid and priced. 35 Are your products or services Not all of our products and services are able to be purchased from our e -procurement available through an e -procurement system (shop. motorolasolutions.com). But all of our accessories and many of our parts are ordering process? If so, describe your available through that system for our customers to order at any time. e -procurement system and how governmental and educational customers have used it. Bid Number: RFP 042021 Vendor Name: MotWageo1 L sf 19�, DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553 Table 8: Value -Added Attributes Item ine Question Response* 36 Describe any product, equipment, Motorola Solutions has a Learning eXperience Portal (LXP) that encapsulates all that our maintenance, or operator training Worldwide Learning Services (WLS) team. Here you can register for training, complete programs that you offer to online training, and track where you are on all required training that you have. We also Sourcewell participating entities. offer in-person training for specific classes. While training in never required, we highly Include details, such as whether recommend training be included for customers that will be utilizing a solution for the first training is standard or optional, time. Our training website can be found here: https://Iearning.motorolasolutions.com/ who provides training, and any costs that apply. 37 Describe any technological For decades, Motorola Solutions has been at the forefront of Public Safety Communications advances that your proposed Technology. From an LTE connected 2 -way radio to private LTE systems and devices, we products or services offer. are continuously innovating to bring advanced and necessary technology to our customers. We have developed the majority of "firsts" in 2 -way communications from before WWII until now. We spent $686 million dollars on research and development in 2020 to ensure that we stay in that position going forward. The services we offer are comprehensive and available beginning with our System Support Center that is open 24x7x365. We use our Network Operation Center to continuously monitor the systems that we support to identify and issues as soon as they begin. Our Field Service Organization (500+) and our Service Partners (450+ shops) are available to provide the needed services to our customers for project implementations, maintenance, and issue response. 38 Describe any "green" initiatives Please find attached the 2019 Corporate Responsibility Report that relate to your company or to your products or services, and " include a list of the certifying agency for each. 39 Identify any third -party issued eco- Please find attached the 2019 Corporate Responsibility Report labels, ratings or certifications that your company has received for the equipment or products included in your Proposal related to energy efficiency or conservation, life -cycle design (cradle -to -cradle), or other green/sustainability factors. 40 Describe any Women or Minority We do not qualify for any of these certifications, but we partner with WMBE and SBEs Business Entity (WMBE), Small regularly. Business Entity (SBE), or veteran owned business certifications that your company or hub partners have obtained. Upload documentation of certification (as applicable) in the document upload section of your response. 41 What unique attributes does your Motorola Solutions is a public safety solutions company that has been in business over 90 company, your products, or your years. Public safety is who we serve. We focus our R&D dollars and time investments on services offer to Sourcewell building solutions that are integrated solutions. With all of these solutions, we have created participating entities? What makes an end-to-end platform and can provide the technology to handle an incident from the time your proposed solutions unique in someone picks up the phone to call 911, through case closure. We also offer your industry as it applies to implementation, managed, and support services to assure that our solutions are properly Sourcewell participating entities? installed and maintained throughout their lifecycle. Bid Number: RFP 042021 Vendor Name: MotWageo1 l s 19�, DocuSign Envelope ID: 3D3498BF-04FF-4288-95D0-9C892BC5A553 Table 9: Warranty Describe in detail your manufacturer warranty program, including conditions and requirements to qualify, claims procedure, and overall structure. You may upload representative samples of your warranty materials (if applicable) in the document upload section of your response in addition to responding to the questions below. Line Item Question Response* 42 Do your warranties cover all products, parts, and Warranty covers all products, parts and labor provided by Motorola. For third 50 labor? party products we will flow through the OEM's standard warranty as provided by educational or governmental entities. to us. 43 Do your warranties impose usage restrictions or Warranty does not cover products that fail as a result of liquid, lightning or other limitations that adversely affect coverage? physical damage. 44 Do your warranties cover the expense of For infrastructure products, warranty does cover travel and mileage expenses technicians' travel time and mileage to perform for a technicians to respond on site. Subscriber warranty is provide through warranty repairs? our repair depot. 45 Are there any geographic regions of the United Within the Unites State we are able to serve all geographic regions. We will States or Canada (as applicable) for which you not be serving any part of Canada within this RFP response. cannot provide a certified technician to perform We are currently doing it this way for the other cooperative warranty repairs? How will Sourcewell purchasing contracts. participating entities in these regions be provided Only Motorola Solutions and our Manufacturer Representatives will service for warranty repair? process participating agency purchase orders. Regardless of which 46 Will you cover warranty service for items made by Warranty covers all products and systems manufactured by Motorola. For any other manufacturers that are part of your proposal, individual drop -ship items, those are covered by the warranty provided by 52 or are these warranties issues typically passed on that specific vendor. In other words, for third party products we will flow to the original equipment manufacturer? through the OEM's standard warranty as provided to us. 47 What are your proposed exchange and return Warranty covers the repair and return of products provided by Motorola. programs and policies? Advanced replacement options can be quoted in addition to the standard warranty. 48 Describe any service contract options for the Motorola offers Warranty Wrap options for infrastructure systems. This items included in your proposal. enhances the manufacture warranty to 24X7 coverage and can include monitoring where applicable. Table 10: Payment Terms and Financing Options Line Item Question Response* 49 What are your payment terms (e.g., net 10, net 30)? Net 30 50 Describe any leasing or financing options available for use We work with the Motorola Solutions Credit Company to provide by educational or governmental entities. financing options for our customers. We have been doing this for over 35 years for our customers to give them a competitive financing option. 51 Briefly describe your proposed order process. Include For the quarterly reports, we will work with our Order Management enough detail to support your ability to report quarterly team to set up a specific bid and quote (B&Q) number that will be sales to Sourcewell as described in the Contract template. used when processing all orders under this contract. Then we will For example, indicate whether your dealer network is be able to utilize that B&Q number for create the quarterly report, included in your response and whether each dealer (or and process payment to Sourcewell based off of the amount sold. some other entity) will process the Sourcewell participating We are currently doing it this way for the other cooperative entities' purchase orders. purchasing contracts. Only Motorola Solutions and our Manufacturer Representatives will process participating agency purchase orders. Regardless of which of the two processes the order, all purchase orders will be made out to Motorola Solutions. 52 Do you accept the P -card procurement and payment Yes we do accept P -Cards. There is not an additional cost to process? If so, is there any additional cost to Sourcewell Sourcewell participating agencies to use a P -Card. participating entities for using this process? Bid Number: RFP 042021 Vendor Name: MotWage�1 4 s jq�, DocuSign Envelope ID: 3D3498BF-04FF-4288-95D0-9C892BC5A553 Table 11: Pricing and Delivery Provide detailed pricing information in the questions that follow below. Keep in mind that reasonable price and product adjustments can be made during the term of an awarded Contract as desribed in the RFP, the template Contract, and the Sourcewell Price and Product Change Request Form. Line Item Question Response" 61 53 Describe your pricing model (e.g., line -item discounts or The pricing model we are using in this RFP response is showing departments. details in the attachments product -category discounts). Provide detailed pricing data percentage discounts off of list price for each product category. The (including standard or list pricing and the Sourcewell details can be found in the pricing section that has been uploaded discounted price) on all of the items that you want with our response. We have also included as an attachment our Sourcewell to consider as part of your RFP response. If latest product catalog that shows list pricing for the majority (but not applicable, provide a SKU for each item in your proposal. all) of the solutions that we are proposing in this RFP response. Upload your pricing materials (if applicable) in the document upload section of your response. 54 Quantify the pricing discount represented by the pricing We have provided product -category discount percentages in our proposal in this response. For example, if the pricing in attached pricing document. The range of discounts is take off list your response represents a percentage discount from price. MSRP or list, state the percentage or percentage range. 55 Describe any quantity or volume discounts or rebate Volume discounts or system incentives may be applied based on programs that you offer. the size and scope of the opportunity. 56 Propose a method of facilitating "sourced" products or For items that are dropship and not sourced by Motorola Solutions, related services, which may be referred to as "open we supply those items at a cost plus. The percentage we use market' items or "nonstandard options". For example, you varies depending on the item. may supply such items "at cost' or "at cost plus a percentage," or you may supply a quote for each such request. 57 Identify any element of the total cost of acquisition that is We have included all components needed for an acquisition within NOT included in the pricing submitted with your response. the pricing categories and discounts provided. This includes all additional charges associated with a purchase that are not directly identified as freight or shipping charges. For example, list costs for items like pre - delivery inspection, installation, set up, mandatory training, or initial inspection. Identify any parties that impose such costs and their relationship to the Proposer. 58 If freight, delivery, or shipping is an additional cost to the Freight, delivery, and shipping are not additional costs. We do not Sourcewell participating entity, describe in detail the charge those items to government customers. complete freight, shipping, and delivery program. 59 Specifically describe freight, shipping, and delivery terms or We have no specific or different freight, shipping, or delivery terms programs available for Alaska, Hawaii, Canada, or any for Alaska or Hawaii. Canada is not a part of our response. offshore delivery. Shipping terms are FOB Shipping. 60 Describe any unique distribution and/or delivery methods or We have no unique distribution and/or delivery methods or options. options offered in your proposal. Table 12: Pricing Offered Line Item The Pricing Offered in this Proposal is: " Comments 61 b. the same as the Proposer typically offers to GPOs, cooperative procurement organizations, or state purchasing Please find our pricing departments. details in the attachments Bid Number: RFP 042021 Vendor Name: MotWageo1 l� s 19�, DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553 Table 13: Audit and Administrative Fee Line Item Question Response* 62 Specifically describe any self -audit process or program that you To ensure that we have proper pricing, we will load the plan to employ to verify compliance with your proposed Contract Sourcewell contract category discounts into our quoting with Sourcewell. This process includes ensuring that Sourcewell system so that we can utilize the discounts listed in our participating entities obtain the proper pricing, that the Vendor response for Sourcewell members. reports all sales under the Contract each quarter, and that the Land Mobile Radio Systems, Solutions, and Serices Vendor remits the proper administrative fee to Sourcewell. For the quarterly reports, we will work with our Order Management team to set up a specific bid and quote (B&Q) number that will be used when processing all orders under this contract. Then we will be able to utilize that B&Q number for create the quarterly report, and process payment to Sourcewell based off of the amount sold. We are currently doing it this way for the other cooperative purchasing contracts. Only Motorola Solutions and our Manufacturer 66 Within this RFP category there may be Representatives will process participating agency purchase subcategories of solutions. List subcategory orders. Regardless of which of the two processes the order, titles that best describe your products and all purchase orders will be made out to Motorola Solutions. 63 If you are awarded a contract, provide a few examples of internal Total sales in US dollars per category metrics that will be tracked to measure whether you are having k success with the contract. 64 Identify a proposed administrative fee that you will pay to We are proposing a 1% admin fee that will be calculated off Sourcewell for facilitating, managing, and promoting the Sourcewell of total sales under this contract. Contract in the event that you are awarded a Contract. This fee is typically calculated as a percentage of Vendor's sales under the Contract or as a per-unit fee; it is not a line -item addition to the Member's cost of goods. (See the RFP and template Contract for additional details.) Table 14A: Depth and Breadth of Offered Equipment Products and Services Line Item Question Response* 65 Provide a detailed description of the Below is a list of what is included in our offering. We have also included equipment, products, and services that you specification sheets for these solutions. The specification documents include are offering in your proposal. technical information, including the applicable safety or regulatory standards or codes. Land Mobile Radio Systems, Solutions, and Serices Mobile and Portable radios and accessories Base Stations and accessories Radio Dispatch Consoles Interoperability Solutions Fire Station Alerting Solutions and Services Broadband Wireless Infrastructure and Subscribers Radio/Broadband Site Infrastructure (Towers, Shelters, UPSs and Generators) Broadband and LTE Communication Equipment Radio, Broadband, and LTE Implementation and Maintenance Services 66 Within this RFP category there may be We have no sub -categories. All categories of equipment, products, and services are subcategories of solutions. List subcategory listed above titles that best describe your products and services. Bid Number: RFP 042021 Vendor Name: MotWage�1 b s jq�, DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553 Table 148: Depth and 8readth of Offered Equipment Products and Services Indicate below if the listed types or classes of equipment, products, and services are offered within your proposal. Provide additional comments in the text box provided, as necessary. Line Item Category or Type Offered " Comments 67 Fire or EMS station alerting % Yes Yes. We partner with Mach Alert to provide Fire Station Alerting solutions. other systems/devices that follow the definition in the specific standard in question. The standards or paging systems r No the our products and solutions follow are listed in Line Item 73. Additionally, our services providers 68 Connectivity and r- Yes Yes. We are offering Critical Connect as our system to system interoperability Describe how your products interoperability devices, r No solution, as well as control station radios to tie in legacy frequencies to current Motorola Solutions has created an end-to-end platform that integrates our solutions from the time hardware and equipment other communications and radio systems. 69 Airborne, marine, and r Yes No. CAD, RMS, LMR, etc.) underwater communication G No Awareness, and Broadband Communications. Because these are all solutions that we develop, we systems are creating integrations and are not limited to interfacing different solution together. Interfacing 70 Services related to lines 67, G Yes Yes. We have included the necessary services to implement and maintain the 68 and 69 above r No solutions mentioned in lines 67 & 68. Table 15: Industry Specific Questions Line Item Question Response* 71 Describe the interoperability of Because we follow industry standards across our portfolio, our products are fully interoperable with your products and services with other systems/devices that follow the definition in the specific standard in question. The standards other equipment, software, and the our products and solutions follow are listed in Line Item 73. Additionally, our services providers systems, as applicable maintain certifications required within each solution (certifications are detailed in Line Item 14). 72 Describe how your products Aside from meeting what the applicable standard defines for its interoperability requirements, and services integrate with Motorola Solutions has created an end-to-end platform that integrates our solutions from the time other communications and someone picks up the phone to dial 911 until case closure. These solutions include, but are not technology components (e.g., limited to Radio, 911 call handling, CAD, Records Management, Body Worn and In -Vehicle CAD, RMS, LMR, etc.) Cameras, Digital Evidence Management, Video Security, License Plate Recognition, Situational Awareness, and Broadband Communications. Because these are all solutions that we develop, we are creating integrations and are not limited to interfacing different solution together. Interfacing typically limits the communication between two solutions because it uses the least common denominator of the information that can pass between to solutions from different vendors. The integrations that we have, and continue, to develop are allowing for greater efficiencies as our customers do their jobs. We have also created a solution called CommandCentral Aware that allows for our radio system to integrate with other vendors CAD and Video solutions to create situational awareness for our customers as the approach a scene. 73 Describe how your products The systems and equipment included in this response fully comply with one of the following and services conform to standards; Project 25 (P25) - http://www.project25.org/, Digital Mobile Radio (DMR) - applicable industry standards https://www.dmrassociation.org/dmr-standards.htmi, and Citizens Broadband Radio Service (CBRS) and required specifications. standards - https://www.ecfr.gov/cgi-bin/text-idx? SID=960a62ced28f9e89c169ed 12daafa030&mc=true&node=pt47.5.96&rgn=div5. 74 Describe your use of Motorola Solutions utilizes both certified internal employees as well as our certified service partner installation or service partners, shops to do installs and maintenance. Deciding which we utilize on each opportunity is dependent if applicable. on the customer, if they have a preference, and the type of project. Exceptions to Terms, Conditions, or Specifications Form Wy those Proposer Exceptions toTerms, Condutions, or Spew%ucadons that have been accepted by SourceweH have been incorporated into the contract text. Bid Number: RFP 042021 Vendor Name: Motogplla eolwirss I�2 Page 19 9 DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553 Documents Ensure your submission document(s) conforms to the following: 1. Documents in PDF format are preferred. Documents in Word, Excel, or compatible formats may also be provided 2. Documents should NOT have a security password, as Sourcewell may not be able to open the file. It is your sole responsibility to ensure that the uploaded document(s) are not either defective, corrupted or blank and that the documents can be opened and viewed by Sourcewell. 3. Sourcewell may reject any response where any document(s) cannot be opened and viewed by Sourcewell. 4. If you need to upload more than one (1) document for a single item, you should combine the documents into one zipped file. If the zipped file contains more than one (1) document, ensure each document is named, in relation to the submission format item responding to. For example, if responding to the Marketing Plan category save the document as "Marketing Plan." • Financial Strength and Stability (optional) • Marketing Plan/Samples (optional) • WMBE/MBE/SBE or Related Certificates (optional) • Warranty Information (optional) • If:�ripi.0a - Sourcewell RFP 042021 Pricing.pdf - Monday April 19, 2021 18:16:04 • plload Additional) Document - Sourcewell RFP 042021 Proposal Document.pdf - Monday April 19, 2021 18:19:49 Bid Number: RFP 042021 Vendor Name: Motogplla eolwignss I Page 19 tt55of 9T2 DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553 Proposer's Affidavit PROPOSER AFFIDAVIT AND ASSURANCE OF COMPLIANCE I certify that I am the authorized representative of the Proposer submitting the foregoing Proposal with the legal authority to bind the Proposer to this Affidavit and Assurance of Compliance: 1. The Proposer is submitting this Proposal under its full and complete legal name, and the Proposer legally exists in good standing in the jurisdiction of its residence. 2. The Proposer warrants that the information provided in this Proposal is true, correct, and reliable for purposes of evaluation for contract award. 3. The Proposer, including any person assisting with the creation of this Proposal, has arrived at this Proposal independently and the Proposal has been created without colluding with any other person, company, or parties that have or will submit a proposal under this solicitation; and the Proposal has in all respects been created fairly without any fraud or dishonesty. The Proposer has not directly or indirectly entered into any agreement or arrangement with any person or business in an effort to influence any part of this solicitation or operations of a resulting contract; and the Proposer has not taken any action in restraint of free trade or competitiveness in connection with this solicitation. Additionally, if Proposer has worked with a consultant on the Proposal, the consultant (an individual or a company) has not assisted any other entity that has submitted or will submit a proposal for this solicitation. 4. To the best of its knowledge and belief, and except as otherwise disclosed in the Proposal, there are no relevant facts or circumstances which could give rise to an organizational conflict of interest. An organizational conflict of interest exists when a vendor has an unfair competitive advantage or the vendor's objectivity in performing the contract is, or might be, impaired. 5. The contents of the Proposal have not been communicated by the Proposer or its employees or agents to any person not an employee or legally authorized agent of the Proposer and will not be communicated to any such persons prior to Due Date of this solicitation. 6. If awarded a contract, the Proposer will provide to Sourcewell Participating Entities the equipment, products, and services in accordance with the terms, conditions, and scope of a resulting contract. 7. The Proposer possesses, or will possess before delivering any equipment, products, or services, all applicable licenses or certifications necessary to deliver such equipment, products, or services under any resulting contract. 8. The Proposer agrees to deliver equipment, products, and services through valid contracts, purchase orders, or means that are acceptable to Sourcewell Members. Unless otherwise agreed to, the Proposer must provide only new and first -quality products and related services to Sourcewell Members under an awarded Contract. 9. The Proposer will comply with all applicable provisions of federal, state, and local laws, regulations, rules, and orders. 10. The Proposer understands that Sourcewell will reject RFP proposals that are marked "confidential" (or "nonpublic," etc.), either substantially or in their entirety. Under Minnesota Statutes Section 13.591, subdivision 4, all proposals are considered nonpublic data until the evaluation is complete and a Contract is awarded. At that point, proposals become public data. Minnesota Statutes Section 13.37 permits only certain narrowly defined data to be considered a "trade secret," and thus nonpublic data under Minnesota's Data Practices Act. 11. Proposer its employees, agents, and subcontractors are not: 1. Included on the "Specially Designated Nationals and Blocked Persons" list maintained by the Office of Foreign Assets Control of the United States Department of the Treasury found at: ht 5L//www.breasury gov/afac/dowinloads/sdnlis�t.pdf; ov/ofac/dowinlloads/sdnllist. ; 2. Included on the government -wide exclusions lists in the United States System for Award Management found at: ,bttps:J/sam.gov/SAM/; or Bid Number: RFP 042021 Vendor Name: MotWage�1 ly s 19�, DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553 3. Presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any Participating Entity. Vendor certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this solicitation. ov By checking this box I acknowledge that I am bound by the terms of the Proposer's Affidavit, have the legal authority to submit this Proposal on behalf of the Proposer, and that this electronic acknowledgment has the same legal effect, validity, and enforceability as if I had hand signed the Proposal. This signature will not be denied such legal effect, validity, or enforceability solely because an electronic signature or electronic record was used in its formation. - Carrie Hemmen, Territory Vice President & Director of Sales, Motorola Solutions, Inc. The Proposer declares that there is an actual or potential Conflict of Interest relating to the preparation of its submission, and/or the Proposer foresees an actual or potential Conflict of Interest in performing the contractual obligations contemplated in the bid. r Yes a No The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document. Check the box in the column "I have reviewed this addendum" below to acknowledge each of the addenda. II have reviewed the File Name lbellow addeirndur n and Pages attaclhiirneirnts (ii11 alinlpl iicalblle) Addendum _8 PS_ Communications—Tech—RFP-042021 Tue April 13 2021 04:33 PM Addend um_7 PS_Communications_Tech_RFP_042021 Mon April 12 2021 06:55 PM Addendum _6 PS_ Communications—Tech—RFP-042021 Wed April 7 2021 06:45 PM Addend um_5 PS_Communications_Tech_RFP_042021 Mon April 5 2021 08:18 PM Addendum _4 PS_ Communications—Tech—RFP-042021 Thu April 1 2021 03:59 PM Addend um_3 PS_Communications_Tech_RFP_042021 Thu March 25 2021 08:23 AM Addendum_2 PS_ Communications—Tech—RFP-042021 Mon March 8 2021 01:20 PM Addend um_1 PS_Communications_Tech_RFP_042021 Fri March 5 2021 12:57 PM Bid Number: RFP 042021 17 Vw- I10 F Dw 07 Io, Uo, Vendor Name: Motc>Pageo26 Of 812 Sourcewell January 24, 2023 ®� Infrastructure Fire Station Alerting Hardware r 10% Infrastructure Fire Station Alerting Software 15% Infrastructure Radio Base Station Hardware 15% Infrastructure Radio Base Station Software 20% Infrastructure Master Site ASTRO Hardware 15% Infrastructure Master Site ASTRO Software 20% Infrastructure Transport Hardware 10% Infrastructure Moscad Hardware & Software 10% Infrastructure Interoperability Solutions 10% Infrastructure Paging Hardware & Software 10% Infrastructure Alarm & Control System 10% Infrastructure Vehicular Repeaters 10% Infrastructure Future Infrastructure Hardware & Software * released after date of contract 10% Subscribers All APX Portable Radio Subscriber Device 27% Subscribers All APX N Portable Radio Subscriber Device 27% Subscribers All APX Mobile Radio Subscriber Device 27% Subscribers All APX Desktop Radio Subscriber Device 27% Subscribers Flashport Software 20% Subscribers Future Mobile and Portable Subscriber Devices released after date of contract 15% Subscribers Standalone Subscriber Accessories 15% Subscribers Bundled Subscriber Accessories with Subscriber Devices 27% Private LTE LTE Hardware & Software 0% Private LTE Broadband Device 0% Private LTE NITRO Hardware & Software 0% Private LTE NITRO Services 0% Consoles Console Hardware & Software 15% Consoles Console Accessories 15% Consoles Console Service 0% Drop Ship Backhaul (Microwave, MPLS, etc) 10% Drop Ship Distributed Antenna Systems 10% Drop Ship Site Equipment 10% Public Safety Communications Technology and Hardware Solutions Motorola Solutions Confidential Restricted Use or disclosure of this proposal is subject to the restrictions on the cover page. Page 201 of 812 Sourcewell January 24, 2023 Drop Ship Buildings & Towers 5% Drop Ship Antenna & Line 15% Drop Ship Test Equipment 10% Drop Ship Computers & Accessories 15% Drop Ship Time & Frequency Systems 15% Drop Ship Wireless Modems 5% System Integration & Support Services ASTRO Maintenance Support Services 0% System Integration & Support Services ASTRO Upgrade Support Services 0% System Integration & Support Services Motorola Shop Services 0% System Integration & Support Services Motorola Engineering Services 0% System Integration & Support Services Motorola Subscriber Services 0% System Integration & Support Services Motorola Project Management Services 0% System Integration & Support Services Motorola Engineering Services 0% System Integration & Support Services Site Development Services 0% System Integration & Support Services 3rd Party Services 0% System Integration & Support Services Motorola Security Services 0% Integrated Hardware & Software Encryption Hardware & Software 5% Integrated Hardware & Software Moto Locator Hardware 0% Integrated Hardware & Software Moto Locator Software 10% Integrated Hardware & Software Critical Connect Hardware 0% Integrated Hardware & Software Critical Connect Software 0% P25 System Subscriptions Cirrus Subscription 0% P25 System Subscriptions AXS Subscription 0% P25 System Subscriptions Asset Management Service 0% P25 Device Subscriptions APX Next Application Subscription 0% Miscellaneous Any non -catalog equipment 0% Miscellaneous Any non -catalog integrated software 0% Miscellaneous Any non -catalog service ® MK ®® ® - MOTOTRBO Commercial Radios BPR40 0% 15% MOTOTRBO Commercial Radios CP185 15% MOTOTRBO Commercial Radios CP100d 15% MOTOTRBO Commercial Radios CP200D 15% MOTOTRBO Commercial Radios SL300 15% MOTOTRBO Commercial Radios EVX-S24 15% MOTOTRBO Commercial Radios CM200D 15% Public Safety Communications Technology and Hardware Solutions Motorola Solutions Confidential Restricted Use or disclosure of this proposal is subject to the restrictions on the cover page. Page 202 of 812 Sourcewell lanuary 24. 2023 MOTOTRBO Commercial Radios CM300D 15% MOTOTRBO Professional Radios XPR 3300e 15% MOTOTRBO Professional Radios XPR 7350e 15% MOTOTRBO Professional Radios XPR 7550e 15% MOTOTRBO Professional Radios MOTOTRBO R7 15% MOTOTRBO Professional Radios MOTOTRBO ION 15% MOTOTRBO Professional Radios XPR 2500 15% MOTOTRBO Professional Radios XPR 5350e 15% MOTOTRBO Professional Radios XPR 5550e 15% MOTOTRBO Professional Radios XPR 5580e 15% Battery / Accessory Portfolio MOTOROLA BATTERIES 15% Battery / Accessory Portfolio MOTOROLA ACCESSORIES 15% MOTOTRBO Digital Infrastructure SLR 1000 10% MOTOTRBO Digital Infrastructure SLR 5700 10% MOTOTRBO Digital Infrastructure SLR 8000 10% MOTOTRBO Digital Infrastructure Capacity Max System Server 10% Dispatch Console AVTEC Dispatch Console 10% Body -Worn Camera VB440 10% System Integration & Support / Install System Integration & Support / Install 0% PTT Subscription Services TLK100 0% PTT Subscription Services TLK150 0% All Professional and Commercial orders placed under this request will be placed only with an approved additional named reseller as listed within the Approved Motorola Solutions Resellers list, except as agreed to in writing by the Supplier. In no event will the Supplier assume liability for orders placed by a Approved reseller to an end customer under this Addendum. Public Safety Communications Technology and Hardware Solutions Motorola Solutions Confidential Restricted Use or disclosure of this proposal is subject to the restrictions on the cover page. Page 203 of 812 a MOTOROLA SOLUTIONS February 10th, 2023 Re: Express Radio, Inc. To Whom It May Concern, Motorola Solutions, Inc. (MSI) is committed to providing quality solutions that meet the needs of our end-users. MSI utilizes an extensive network of independent channel partners to provide communication solutions to end customers. Please be advised that Express Radio, headquartered at 10852 Wiles Rd, Coral Springs, FL 33076 is a Specialist Level Motorola Solutions Channel Partner in good standing with Motorola. They are authorized to sell all MSI Professional and Commercial Radio solutions, as well as Avtec console software and can provide certain services, such as install, maintenance, and warranty on the manufacturer's equipment. Express Radio also is authorized to extend pricing to customers based on the Sourcewell Motorola Contract No. 042021 -MOT and other publicly available contracts that contain the Motorola Solutions Professional and Commercial Portfolio. Should you have any questions, please feel free to contact me at 786-858-2622. We appreciate your continued consideration of Motorola's products and services. Sincerely, Nicholas Bacigalupi Motorola Solutions, Inc. Sr. Channel Executive 1-786-858-2622 Page 204 of 812 7.C. Requested Action by Commission: Proposed Resolution No. R23-034- Approve and authorize the City Manager to sign a Piggy -back Agreement utilizing the Palm Beach County term contract #22041 (Solicitation #22-041/MB) dated March 14, 2023 through March 13, 2024 with Aquifer Maintenance and Performance Systems, Inc. (AMPS, Inc.) This contract will be utilized for well rehabilitation services, with an estimated annual expenditure of up to $500,000. Explanation of Request: The Palm Beach County contract was awarded to AMPS following a competitive bid process and the services offered under this contract meet the wellfield maintenance and rehabilitation requirements of the City of Boynton Beach. The Palm Beach County contract with AMPS, Inc. is valid March 14, 2023 through March 13, 2024 with the option to renew for four (4) additional twelve (12) month period(s), exercised upon mutual written agreement. This contract meets the City of Boynton Beach purchasing policy and requirements. How will this affect city programs or services? This contract is for maintenance and cleaning of the City's drinking water production wells. Fiscal Impact: Budgeted in Cl P Account number: 403-5000-533-65.02. Alternatives: The City of Boynton Beach could issue its own bid for these services but, the City benefits from bid pricing secured by a larger government agency. Strategic Plan: High Performing Organization, Public Health and Safety Strategic Plan Application: Maintaining the source water wells is imperative for the City to meet the regulatory needs for providing safe drinking water to our customers at all times. Climate Action Application: Is this a grant? No Grant Amount: Page 205 of 812 Contracts Vendor Name: Aquifer Maintenance and Performance Systems, Inc. Start Date: 3/14/2023 End Date: 3/13/2024 Contract Value: $500,000 Minority Owned Contractor?: No Extension Available?: No Extension Explanation: Attachments: Type Description D FResolution th ResolutioF1nS appir'()\�ng the piggy W A �IM D Agreement F-liggy t)adk Agireeirneint With XIMPS, II inc. D Ot�l-)eir Contract Awaird D Rigg y Back Pkjgybadk I etteir, D Bid Rid D Bid BidResponse� with IPirlicling D Ot[)er [..3id Apl',)eindix Page 206 of 812 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 RESOLUTION NO. R23-034 A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA APPROVING AND AUTHORIZING THE CITY MANAGER TO SIGN A PIGGY -BACK AGREEMENT UTILIZING THE PALM BEACH COUNTY TERM CONTRACT #22041 (SOLICITATION #22-041/MB) DATED MARCH 14, 2023 THROUGH MARCH 13, 2024 WITH AQUIFER MAINTENANCE AND PERFORMANCE SYSTEMS, INC. (AMPS, INC.) THIS CONTRACT WILL BE UTILIZED FOR WELL REHABILITATION SERVICES, WITH AN ESTIMATED ANNUAL EXPENDITURE OF UP TO $500,000.00; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, in order to maintain Wellfield Maintenance and Repair Services to the public, the City's Utilities Department is requesting the City enter into an Agreement with Aquifer Maintenance and Performance Systems, Inc. (AMPS, Inc.) to provide Wellfield Maintenance and Repair Services; and WHEREAS, the Palm Beach County contract was awarded to AMPS following a competitive bid process and the services offered under this contract meet the wellfield maintenance and rehabilitation requirements of the City of Boynton Beach; and WHEREAS, The Palm Beach County contract with AMPS, Inc. is valid March 14, 2023 through March 13, 2024 with the option to renew for four (4) additional twelve (12) month period(s), exercised upon mutual written agreement; and WHEREAS, the City Commission of the City of Boynton Beach, Florida deems it to be in the best interests of the citizens and residents of the City of Boynton to approve and authorize the City Manager to sign a Piggy -back Agreement utilizing the Palm Beach County term contract #22041 (Solicitation #22-041/MB) dated March 14, 2023 through March 13, 2024 with Aquifer Maintenance and Performance Systems, Inc. (AMPS, Inc.) This contract will be utilized for well rehabilitation services, with an estimated annual expenditure of up to $500,000.00. 31 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF 32 BOYNTON BEACH, FLORIDA, THAT: 33 S:\CA\RESO\Agreements\Piggy-Back Agmts With AMPS hic - Reso.Docx Page 207 of 812 34 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 35 being true and correct and are hereby made a specific part of this Resolution upon adoption 36 hereof. 37 Section 2. The City Commission hereby approves and authorizes the City Manager 38 to sign a Piggy -back Agreement utilizing the Palm Beach County term contract #22041 39 (Solicitation #22-041/MB) dated March 14, 2023 through March 13, 2024 with Aquifer 40 Maintenance and Performance Systems, Inc. (AMPS, Inc.) This contract will be utilized for well 41 rehabilitation services, with an estimated annual expenditure of up to $500,000.00. A copy of 42 the Piggy -back Agreement is attached hereto and incorporated herein by reference as Exhibit 43 "A". 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 Section 3. This Resolution shall become effective immediately upon passage. PASSED AND ADOPTED this 21 st day of March, 2023. CITY OF BOYNTON BEACH, FLORIDA YES NO Mayor — Ty Penserga Vice Mayor — Angela Cruz Commissioner — Woodrow L. Hay Commissioner — Thomas Turkin Commissioner —Aimee Kelley VOTE ATTEST: Maylee De Jesus, MPA, MMC City Clerk (Corporate Seal) S:\CA\RESO\Agreements\Piggy-Back Agmts With AMPS hic - Reso.Docx Ty Penserga Mayor APPROVED AS TO FORM: Michael D. Cirullo, Jr. City Attorney Page 208 of 812 i� J�fU rw�,wt/�mrpi%y l S" AGREEMENT FOR PURCHASING (Piggyback of Palm Beach County Contract IFB#22-041/MB) This Agreement is made as of this 21st day of March, 2023 by and between Aquifer Maintenance and Performance Systems, Inc. with a principal address 7146 Haverhill Road, West Palm Beach, FL 33407 and THE CITY OF BOYNTON BEACH, a municipal corporation organized and existing under the laws of Florida, with a business address of 100 East Ocean Avenue, Boynton Beach, FL 33435, hereinafter referred to as "City". RECITALS WHEREAS, in order to maintain Wellfield Maintenance and Repair Services to the public, the City's Utilities Department is requesting the City enter into an Agreement with Aquifer Maintenance and Performance Systems, Inc. (AMPS, Inc.) to provide Wellfield_ Maintenance and Repair Services; and WHEREAS, the City as a member of Aquifer Maintenance and Performance Systems, Inc. has agreed to allow the City to piggyback the Palm Beach County Agreement pursuant to Contract No. IFB#22-041/MB to provide Wellfield Maintenance and Repair Services for a one year term commencing,03/14/2023 with four 4 one-year optional renewals; and NOW, THEREFORE, in consideration of the mutual covenants contained herein, and for other valuable consideration received, the receipt and sufficiency of which are hereby acknowledged, the parties agree as follows: AGREEMENT Section 1. The foregoing recitals are true and correct and are hereby incorporated in this Agreement. Section 2, The City and Aquifer Maintenance and Performance Systems, _Inc. agree that Aquifer Maintenance and Performance__ Systems,__ Inc,, shall provide Wellfield Maintenance and - Repair Services, based upon the Palm Beach County Contract No. IFB#22-041/MB for a One 1 year term commencing 3/14/2023 with four J4) one-year optional renewals, a copy of which is attached hereto as Exhibit "A", except as hereinafter provided: A. All references to the Palm Beach County Contract No. IFB#22-041 /MB shall be deemed as references to the City of Boynton Beach. B. All Notices to the City shall be sent to: 005333394 1 306-9001821 Piggyback Contract — (AMPS, Inc.) Page 209 of 812 City: Daniel Dugger, City Manager City of Boynton Beach P.O. Box 310 Boynton Beach, Florida 33425 Telephone: (561) 742-6010 / Facsimile: (561) 742-6090 Copy: Michael D. Cirullo, Jr., City Attorney Goren, Cherof, Doody & Ezrol, PA. 3099 East Commercial Boulevard, Suite 200 Fort Lauderdale, FL 33308 Telephone: (954) 771-4500 Facsimile: (954) 771-4923 C. The following terms and conditions are hereby incorporated into the Agreement: TAX EXEMPT. Prices applicable to CITY do not include applicable state and local sales, use and related taxes. The CITY is exempt from state and local sales and use taxes and shall not be invoiced for the same. Upon request CITY will provide VENDOR with proof of tax-exempt status. SOVEREIGN IMMUNITY. Nothing contained in Agreement nor contained herein shall be considered nor construed to waive CITY's rights and immunities under the common law or Section 768.28, Florida Statutes, as may be amended. BINDING AUTHORITY. Each person signing this Addendum on behalf of either Party individually warrants that he or she has full legal power to execute the Addendum on behalf of the Party for whom he or she is signing, and to bind and obligate such Party with respect to all provisions contained in this Addendum. ATTORNEY'S FEES. In the event that either Party brings suit for enforcement of the Agreement, each Party shall bear its own attorney's fees and court costs. PUBLIC RECORDS. Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The City is a public agency subject to Chapter 119, Florida Statutes. The Vendor shall comply with Florida's Public Records Law. Specifically, the Vendor shall: A. Keep and maintain public records required by the City to perform the service; B. Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for 00533394 1 306-9001821 Piggyback Contract _. (AMP'S, unc.) Page 210 of 812 the duration of the contract term and, following completion of the contract, Vendor shall destroy all copies of such confidential and exempt records remaining in its possession once the Vendor transfers the records in its possession to the City; and D. Upon completion of the contract, Vendor shall transfer to the City, at no cost to the City, all public records in Vendor's possession All records stored electronically by Vendor must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. E. IF THE VENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE VENDOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: CITY CLERK OFFICE 100 E. OCEAN AVENUE BOYNTON BEACH, FLORIDA, 33435 561-742-6060 CityCIerk@bbfl.us SCRUTINIZED COMPANIES - 287.135 AND 215.473. By execution of this Agreement, Vendor certifies that Vendor is not participating in a boycott of Israel. The Vendor further certifies that Vendor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Vendor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to the Vendor of the City's determination concerning the false certification. The Vendor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, the Vendor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Vendor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. E -VERIFY. VENDOR certifies that it is aware of and complies with the requirements of Section 448.095, Florida Statutes, as may be amended from time to time and briefly described herein below. 1. Definitions for this Section: A. "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for a salary, wages, or other �Iw i 7 uy 4 f.df,i6.° 411 N"I� Pi=ggy'backC ostia t --(AMPS, Inc,.) Page 211 of 812 remuneration. "Contractor" includes, but is not limited to, a vendor or consultant. B. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for a salary, wages, or other remuneration. C. "E -Verify System" means an Internet -based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. 2. Registration Requirement; Termination: Pursuant to Section 448.095, Florida Statutes, effective January 1, 2021, Contractors, shall register with and use the E -Verify System in order to verify the work authorization status of all newly hired employees. Contractor shall register for and utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of- A. f A. All persons employed by a Contractor to perform employment duties within Florida during the term of the contract; and B. All persons (including sub-vendors/sub-consultants/sub-contractors) assigned by Contractor to perform work pursuant to the contract with the City of Boynton Beach. The Contractor acknowledges and agrees that registration and use of the U.S. Department of Homeland Security's E - Verify System during the term of the contract is a condition of the contract with the City of Boynton Beach; and C. The Contractor shall comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes, but is not limited to registration and utilization of the E -Verify System to verify the work authorization status of all newly hired employees. Contractor shall also require all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The Contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. Any challenge to termination under this provision must be filed in the Circuit Court no later than twenty (20) calendar days after the date of termination. Termination of this Contract under this Section is not a breach of contract and may not be considered as such. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of one (1) year after the date of termination. DISPUTES. Any disputes that arise between the parties with respect to the performance of this Agreement, which cannot be resolved through negotiations, shall be submitted to a court of competent jurisdiction in Palm Beach County, Florida. This Agreement shall be construed under Florida Law. !00533394 1 3069001821 ; PiggybaukContrasct— (AMP v, [nc.) 4 Page 212 of 812 EXECUTION OF THE AGREEMENT. This Agreement will take effect once signed by both parties. This Agreement may be signed by the parties in counterparts which together shall constitute one and the same agreement among the parties. A facsimile signature shall constitute an original signature for all purposes. TERMINATION FOR CONVENIENCE. This Agreement may be terminated by the City for convenience, upon fourteen (14) days of written notice by the terminating party to the other party for such termination in which event the Vendor shall be paid its compensation for services performed to the tennination date, including services reasonably related to termination. In the event that the Vendor abandons the Agreement or causes it to be terminated, the Vendor shall indemnify the City against loss pertaining to this termination. TERMINATION FOR CAUSE. In addition to all other remedies available to City, this Agreement shall be subject to cancellation by City for cause, should Vendor neglect or fail to perfonn or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Vendor of written notice of such neglect or failure. INDEMNIFICATION. Vendor shall indemnify and hold harmless the City, its elected and appointed officers, agents, assigns and employees, consultants, separate Vendors, any of their subcontractors, or sub -subcontractors, from and against claims, demands, or causes of action whatsoever, and the resulting losses, damages, costs and expenses, including but not limited to attorneys' fees, including paralegal expenses, liabilities, damages, orders, judgements, or decrees, sustained by the City arising out of or resulting from (A) Vendor's performance or breach of Agreement, (B) acts or omissions, negligence, recklessness, or intentional wrongful conduct by Vendor's, its agents, employees, subcontractors, participants, and volunteers, and (C) Vendor's failure to take out and maintain insurance as required under this Agreement. Vendor's shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable including appellate proceedings, and shall pay all costs, judgements, and attorneys' fees which may issue thereon. The obligations of this section shall survive indefinitely regardless of termination of Agreement. LIMITATION OF LIABILITY. Notwithstanding any provision of the Agreement to which it is applicable, City shall not be liable or responsible to Vendor beyond the amount remaining due to Vendor under the Agreement., regardless of whether said liability be based in tort, contract, indemnity or otherwise; and in no event shall City be liable to Vendor for punitive or exemplary damages or for lost profits or consequential damages. INDEPENDENT CONTRACTOR. The Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that Contractor is an independent contractor pursuant to the Agreement and shall not be considered the City's employee for any purpose. COUNTERPARTS AND EXECUTION. This Addendum may be executed by electronic signature or by hand, in multiple originals or counterparts, each of which shall be deemed to be an original and together shall constitute one and the same agreement. Execution and delivery of Piggyback Contract — (AMPS, Inc.) 5 Page 213 of 812 this Addendum by the Parties shall be legally binding, valid and effective upon delivery of the executed documents to the other Party through facsimile transmission, email, or other electronic delivery. COMPLIANCE WITH LAWS. Vendor hereby warrants and agrees, that at all times material to the Agreement, Vendor shall perform its obligations in compliance with all applicable federal, state, local laws, rules and regulations, including Section 501.171, Florida Statutes. Non- compliance may constitute a material breach of the Agreement. ASSIGNMENT. In the event Agreement, and any interests granted herein shall be assigned, transferred, or otherwise encumbered, under any circumstances by Vendor, Vendor must gain prior written consent from City thirty (30) days before such transfer. For purposes of Agreement, any change of ownership of Company shall constitute an assignment which requires City's approval. Notwithstanding the foregoing, Vendor may, without City's consent, assign this Agreement in whole or in part as part of a corporate reorganization, consolidation, merger or sale of substantially all of its assets related to this Agreement. Vendor shall provide City written notice of any such corporate reorganization, consolidation, merger or sale of substantially all of its assets related to this Agreement within thirty (30) days of such event. AGREEMENT SUBJECT TO FUNDING. The Agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Boynton Beach in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. Early termination by City due to loss of funding shall not obligate Vendor to refund any prepaid fees. Section 1., Entire Agreement. The Agreement and this Addendum, and any subsequent amendments or purchase orders signed by the Parties hereto shall constitute the entire understanding of the Parties. ,Section 2. Severability. If any provision of this Addendum or application thereof to any person or situation shall to any extent, be held invalid or unenforceable, the remainder of this Addendum, and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable, shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. Section 3. In the event that the Aquifer Maintenance and Performance Systems, Inc. agreement with the Palm Beach County is amended, or terminated, Aquifer Maintenance and Performance Systems, Inc. shall notify the City within ten (10) days. In the event the Aquifer Maintenance and Performance Systems, Inc agreement with the Palm Beach County amended or terminated prior to its expiration, this Contract shall remain in full force and effect, and not be deemed amended or terminated until specifically amended or terminated by the parties hereto. Section 4. Aquifer Maintenance and Performance Systems, Inc. agrees that in the event it enters into a Contract for the same (or substantially similar) scope of services with another local government in Florida which contains a term or condition, including fees, Piggyback Contract— (AMPS, Inc.) R Page 214 of 812 charges, or costs, which the City determines to be more favorable than the terms in this Contract, the parties shall enter into an Addendum to provide those terms to the City. Section 5., The insurance required shall require that the Certificate of insurance name the City of Boynton Beach as an additional insured. Section C. In all other aspects, the terms and conditions of the Aquifer Maintenance and Performance Systems, Inc. with the Palm Beach County agreement are hereby ratified and shall remain in full fbi;ceend effect under this Contract, as provided by their terms. Signature Page to follow ;00533394 1 306-9001921 Nggybac.k C: ontracr —(AMPS, Vnc.) Page 215 of 812 IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the day and year first written above. CITY OF BOYNTON BEACH, FLORIDA Daniel Dugger, City Manager Approved as to Form: Michael D. Cirullo, Jr., City Attorney Attested/Authenticated: City Clerk 00533394.1306-900 1921 Piggyback Contract — (AMPS, [tic.) AQUIFER MAINTENANCE AND Nc,'RFORM,M(:V SYSTEMS, INC. (Si ija�Are), Cont Print ame of Authorized Oficial Title Attest/,).uChenticated: ( g S nat re 1 ness Print Name S (Corporate Seal) Page 216 of 812 EXHIBIT A AGREEMENT BETWEEN THE PALM BEACH COUNTY AND AQUIFER MAINTENANCE AND PERFORMANCE SYSTEMS, INC. (AMPS, Inc.) M5333A a 306-9MIRV � Piggylmc:kt Q;c rmacet...... (AMPS, Inc.) Page 217 of 812 Page 218 of 812 Purchasing Department February 7, 2023 50 South Military Trail, Suite I 10 Aquifer Maintenance and Performance Systems, Inc. West Palin Beach, FL 334 15-3100 James Murry, President (561) 616-6800 7146 Haverhill Road FAX: (561)242.6'744 West Palm Beach, FL 33407 www.pbcgov,coinil)tti-cliasifi,g TERM CONTRACT# 22041 Dear Vendor: This is to inform you that Palm Beach County Board of County I Commissioners ("County") is entering into a Term Contract with your company for Welifield Maintenance and Repair Services based on: Palm Beach County X SOLICITATION #22-0411MB Board of County Commissioners X OTHER: Primary Vendor Gregg K. Weiss, Mayor The term of this contract is 0311412023 through 03113/2024 and has an Maria Sachs, Vice Mayor estimated dollar value of $1,500,000.00 inclusive of all vendors awarded. Maria G. Marino If applicable, Vendor shall maintain all insurance coverage(s) throughout Michael A. Barnett the entire term of the contract, including any renewals or extensions thereof. Marci Woodward County User Departments will issue individual "Delivery Orders" against Sara Baxter this contract as your authorization to deliver. The original invoice must Mack Bernard be sent to the address on the Delivery Order ("DO") and must reference the DO number (e.g., DO 680 XY030305000000001111). A copy of the invoice may be sent to the County User Department. Invoices submitted on carbon paper shall not be accepted. In order for the County to make payment, the Vendor's Legal Name; Vendor's Address; and Vendor's County Administrator TIN/FEIN Number on the Vendor's bid/quote/response must be exactly the same as it appears on the invoice and in the County's VSS system that Verdenia C. Baker can be accessed at https://pbcvssp.co.palm- beach.fl.us/webap /vss /AltSelfService. Failure to comply with the foregoing may result in a delay in processing payment. If you have any questions, please contact Marva Brown at rn brown Cd)_pbcqov.orq or (661) 616-6815, in rely, Melo Thelwell Director "An Equal Opportunity c: Vernetha Green, Water Utilities Affimuitive Action Employer' File Official Electronic Letterheacl Page 219 of 812 -Febrmar4 21, ZDZ3 (AQUIFER MAINTENANCE & PERFORMANCE SYSTEMS, INC. 7146 Haverhill Road N. • West Palm Beach, FL 33407 •561-494-2844 Cit4 of P304vltovl P3e61c� 124 E. woolbriolitT-oacl PDo4vitovi Peach, FL 33435 {Attvi: -l3r4avi 44oller -Re: T -}LM CO(ANTY CON -MAC -1- If -13 #22-D41IMB AcWfer Wlaiviteviavice, &,-Ferformawce Swstovns, Ivic, (AMFS, Ivic,) aorees to allow the, O -N of P,oNvitoo 13eacK to piO94back otnr existivio comtract with 'Palm -,each Comvl h (covitract IF -13#22-041/M13) W* tie same, terms, cooditiovis, specificatiovls & Pricioo. If Noce Dave avis{ olmostiovis about *e above iviformatimi or if we ma4 lie of aq fmr*er assistavice Please dovi't hesitate to call. -Mavik 4om, Sivicerel y, ,7xp"5 Murray Jive MtArraN �resi�ev�t FOR YOUR TOTAL PUMP AND WELL FIELD NEEDS Page 220 of 812 Maria Sachs Melissa McKinlay Mack Bernard BOARD OF COUNTY COMMISSIONERS NOTICE OF SOLICITATION IFB #22-041/MB County Administrator Verdenia C. Baker Purchasing Department www.pbcqov.org/purchasin_q WELLFIELD MAINTENANCE AND REPAIR SERVICES, TERM CONTRACT FOR MANDATORY PRE-BID CONFERENCE INFORMATION, SEE TERM AND CONDITION #10 OF THIS SOLICITATION IFB SUBMISSION DATE: SEPTEMBER 15, 2022 AT 4:00 P.M. It is the responsibility of the bidder to ensure that all pages are included. Therefore, all bidders are advised to closely examine this package. Any questions regarding the completeness of this package should be immediately directed to Palm Beach County Purchasing Department at (561) 616-6800. BIDDERS SHALL PROVIDE A RESPONSE IN A SEALED PACKAGE OR CONTAINER SIGNED BY AN AGENT OF THE COMPANY HAVING AUTHORITY TO BIND THE COMPANY OR FIRM. FAILURE TO DO SO SHALL BE CAUSE FOR REJECTION OF YOUR BID. Protests can be accepted only during the five (5) business day posting period. C A U T I O N As they are issued, all amendments to solicitations will be posted under the applicable solicitation on our VSS system. It is the vendor's sole responsibility to routinely check our VSS system for any amendments that may have been issued prior to the deadline for receipt of bids. Palm Beach County shall not be responsible for the completeness of any Invitation for Bid that was not downloaded from our VSS system or obtained directly from the Purchasing Department. In accordance with the provisions of ADA, this document may be requested in an alternate format. Page 221 of 812 Page 2 BOARD OF COUNTY COMMISSIONERS Palm Beach County INVITATION FOR BID IFB # 22-041/MB IFB TITLE: WELLFIELD MAINTENANCE AND REPAIR SERVICES, TERM CONTRACT PURCHASING DEPARTMENT CONTACT: Marva Brown, Senior Buyer TELEPHONE NO.: (561) 616-6815 FAX NO.: (561) 242-6715 I E-MAIL ADDRESS: mbrown(a)pbcgov.org All bid responses must be received on or before September 15, 2022, no later than 4:00 p.m., Palm Beach County local time. SUBMIT BID TO: Palm Beach County Purchasing Department, 50 South Military Trail, Suite 110, West Palm Beach, FL 33415- 3199. This Invitation for Bid, General Conditions, Instructions to Bidders, Special Conditions, Specifications, Attachments, Amendments (if issued), and / or any other referenced document form a part of this solicitation and response thereto, and by reference are made a part thereof. The selected awardee shall be bound by all terms, conditions and requirements in these documents. PURPOSE AND EFFECT: It is the purpose and intent of this solicitation to secure bids for item(s) and / or services as listed herein. The selected awardee is hereby placed on notice that acceptance of its bid by Palm Beach County shall constitute a binding contract. GENERAL CONDITIONS, INSTRUCTIONS AND INFORMATION FOR BIDDERS GENERAL CONDITIONS 1. GENERAL INFORMATION Bidders are advised that this package constitutes the complete set of specifications, terms, and conditions, which forms the binding contract between Palm Beach County and the successful bidder. Changes to this Invitation for Bid may be made only by written amendment issued by the County Purchasing Department. Bidders are further advised to closely examine every section of this document, to ensure that all sequentially numbered pages are present, and to ensure that it is fully understood. Questions or requests for explanations or interpretations of this document must be submitted to the Purchasing Department contact in writing in sufficient time to permit a written response prior to the published bid submission time. Oral explanations or instructions given by any County agent are not binding and should not be interpreted as altering any provision of this document. Bidder certifies that this bid is made without reliance on any oral representations made by the County. The County's performance and obligation to pay under the contract is contingent upon an annual appropriation by the Board of County Commissioners ("Board") for subsequent fiscal years. 2. LEGAL REQUIREMENTS 1) COMPLIANCE WITH LAWS AND CODES: Federal, State, County and local laws, ordinances, rules and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the bidder shall in no way be a cause for relief from responsibility. The successful bidder shall strictly comply with Federal, State and local building and safety codes. Equipment shall meet all State and Federal Safety regulations. Bidder certifies that all products (materials, equipment, processes, or other items supplied in response to this bid) contained in its bid meets all ANSI, NFPA, and all other Federal and State requirements. Bidder further certifies that, if it is the successful bidder, and the product delivered is subsequently found to be deficient in any of the aforementioned requirements in effect on date of delivery, all costs necessary to bring the product into compliance shall be borne by the bidder. Any toxic substance provided to the County as a result of this solicitation or resultant contract shall be accompanied by its Safety Data Sheet (SDS). The Uniform Commercial Code (Florida Statutes, Chapter 672) shall prevail as the basis for contractual obligations between the successful bidder and Palm Beach County for any terms and conditions not specifically stated in the Invitation for Bid. 2) COMMERCIAL NON-DISCRIMINATION: Item 1: Bidder's Representations and Agreement. The bidder represents and warrants that it will comply with the County's Commercial Nondiscrimination Policy as described in Resolution 2017-1770 as amended. As part of such compliance, the bidder shall not discriminate on the basis of race, color, national origin, religion, ancestry, sex, age, marital status, familial status, sexual orientation, gender identity or expression, disability, or genetic information in the solicitation, selection, hiring or commercial treatment of subcontractors, vendors, suppliers, or commercial customers, nor shall the bidder retaliate against any person for reporting instances of such discrimination. The bidder shall provide equal opportunity for subcontractors, subconsultants vendors and suppliers to participate in all of its public sector and private sector subcontracting and supply opportunities, provided that nothing contained in this clause shall prohibit or limit otherwise lawful efforts to remedy the effects of marketplace discrimination that have occurred or are occurring in the County's relevant marketplace in Palm Beach County. The bidder understands and agrees that a material violation of this clause shall be considered a material breach of contract and may result in termination of the contract, disqualification or debarment of the bidder from participating in County contracts, or other sanctions. This clause is not enforceable by or for the benefit of, and creates no obligation to, any third party. Item 2: Bidder's Agreement to Apply to Subcontracts The bidder covenants and agrees to include the commercial non- discrimination clause in all subcontractor agreements. Page 222 of 812 3) DISCRIMINATION PROHIBITED: Palm Beach County is committed to assuring equal opportunity in the award of contracts and complies with all laws prohibiting discrimination. Pursuant to Palm Beach County Resolution R-2017-1770, as may be amended, the successful bidder warrants and represents that throughout the term of the contract, including any renewals thereof, all of its employees are treated equally during employment without regard to race, color, religion, disability, sex, age, national origin, ancestry, marital status, familial status, sexual orientation, gender identity or expression, or genetic information. Failure to meet this requirement shall be considered a default of contract. 4) INDEPENDENT CONTRACTOR RELATIONSHIP: The successful bidder is, and shall be, in the performance of all work, services, and activities under the Contract, an Independent Contractor and not an employee, agent, or servant of the County. All persons engaged in any of the work or services performed pursuant to the Contract shall at all times, and in all places, be subject to the successful bidder's sole direction, supervision, and control. The successful bidder shall exercise control over the means and manner in which it and its employees perform the work, and in all respects the successful bidder's relationship, and the relationship of its employees, to the County shall be that of an Independent Contractor and not as employees or agents of the County. 5) CRIMINAL HISTORY RECORDS CHECK ORDINANCE: Pursuant to Palm Beach County Code Section 2-371 through 2- 377, the Palm Beach County Criminal History Records Check Ordinance ("Ordinance"), the County will conduct fingerprint based criminal history record checks on all persons not employed by the County who repair, deliver, or provide goods or services for, to, or on behalf of the County. A fingerprint based criminal history record check shall be conducted on all employees of vendors, contractors, and subcontractors of contractors, including repair persons and delivery persons, who are unescorted when entering a facility determined to be either a critical facility ("Critical Facilities") or a criminal justice information facility ("CJI Facilities"), which are critical to the public safety and security of the County. County facilities that require this heightened level of security are identified in Resolution R-2003-1274, as amended. In October 2013, compliance with the requirements of the U. S. Federal Bureau of Investigations CJI Security Policy was added to the Ordinance, which includes a broad list of disqualifying offenses. The bidder is solely responsible for understanding the financial, schedule, and / or staffing implications of this Ordinance. Further, the bidder acknowledges that its bid price includes any and all direct or indirect costs associated with compliance with this Ordinance, except for the applicable FDLE / FBI fees that shall be paid by the County. 6) PUBLIC ENTITY CRIMES: F.S. 287.133 requires Palm Beach County to notify all bidders of the following: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in F.S. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." 7) NON -COLLUSION: Bidder certifies that it has entered into no agreement to commit a fraudulent, deceitful, unlawful, or wrongful act, or any act, which may result in unfair advantage for one or more bidders over other bidders. Conviction for the Commission of any fraud or act of collusion in connection with any sale, bid, quotation, proposal or other act incident to doing business with Palm Beach County may result in permanent debarment. No premiums, rebates or gratuities are permitted; either with, prior to or after any delivery of material or provision of services. Any such violation may result in award cancellation, return of materials, discontinuation of services, and removal from the vendor bid list(s), and / or debarment or suspension from doing business with Palm Beach County. Page 3 8) LOBBYING: Bidders are advised that the "Palm Beach County Lobbyist Registration Ordinance" prohibits a bidder or anyone representing the bidder from communicating with any County Commissioner, County Commissioner's staff, or any employee authorized to act on behalf of the Commission to award a particular contract regarding its bid, i.e., a "Cone of Silence". The "Cone of Silence" is in effect from the date / time of the deadline for submission of the bid, and terminates at the time that the Board or a County Department authorized to act on their behalf, awards or approves a contract, rejects all bids, or otherwise takes action, which ends the solicitation process. Bidders may, however, contact any County Commissioner, County Commissioner's staff, or any employee authorized to act on behalf of the Commission to award a particular contract, via written communication, i.e., facsimile, e-mail or U.S. mail. Violations of the "Cone of Silence" are punishable by a fine of $250.00 per violation. 9) CONFLICT OF INTEREST: All bidders shall disclose with their bid the name of any officer, director, or agent who is also an employee or a relative of an employee of Palm Beach County. Further, all bidders shall disclose the name of any County employee or relative of a County employee who owns, directly or indirectly, an interest of ten percent or more in the bidder's firm or any of its branches. 10) SUCCESSORS AND ASSIGNS: The County and the successful bidder each binds itself and its successors and assigns to the other party in respect to all provisions of the Contract. Neither the County nor the successful bidder shall assign, sublet, convey or transfer its interest in the Contract without the prior written consent of the other. 11) INDEMNIFICATION: Regardless of the coverage provided by any insurance, the successful bidder shall indemnify, save harmless and defend the County, its agents, servants, or employees from and against any and all claims, liability, losses and / or causes of action which may arise from any negligent act or omission of the successful bidder, its subcontractors, agents, servants or employees during the course of performing services or caused by the goods provided pursuant to these bid documents and / or resultant contract. 12) PUBLIC RECORDS, ACCESS AND AUDITS: The bidder agrees that copies of any and all property, work product, documentation, reports, computer systems and software, schedules, graphs, outlines, books, manuals, logs, files, deliverables, photographs, videos, tape recordings or data relating to the Contract which have been created as a part of the bidder's services or authorized by the County as a reimbursable expense, whether generated directly by the bidder, or by or in conjunction or consultation with any other party whether or not a party to the Contract, whether or not in privity of contract with the County or the bidder, and wherever located shall be the property of the County. Any material submitted in response to this solicitation is considered a public document in accordance with Section 119.07, F.S. This includes material, which the responding bidder might consider to be confidential. All submitted information that the responding bidder believes to be confidential and exempt from disclosure (i.e., a trade secret or as provided for in Section 119.07 and Section 812.081, F.S.) must be specifically identified as such. Upon receipt of a public records request for such information, a determination will be made as to whether the identified information is, in fact, confidential. The County shall have the right to request and review bidder's books and records to verify bidder's compliance with the Contract, adherence to the Equal Business Opportunity ("EBO") Program and its bid. The County shall have the right to interview subcontractors, and workers at the work site to determine Contract compliance. The bidder shall maintain records related to all charges, expenses, and costs incurred in estimating and performing the work for at least five (5) years after completion or termination of the Contract. Bidder shall retain all books and records pertaining to the contract, inc eb223tdfn@l2o, subcontractor payment records, for five (5) years after project completion date. The County and the Palm Beach County Inspector General shall have access to such records as required in this Section for the purpose of inspection or audit during normal business hours, in Palm Beach County at any reasonable time during the five (5) years. Notwithstanding anything contained herein, as provided under Section 119.0701, F.S., if the bidder: (i) provides a service; and (ii) acts on behalf of the County as provided under Section 119.011(2), F.S., the bidder shall comply with the requirements of Section 119.0701, Florida Statutes, as it may be amended from time to time. The bidder is specifically required to: 1. Keep and maintain public records required by the County to perform services provided under the Contract. 2. Upon request from the County's Custodian of Public Records ("County's Custodian") or County's representative / liaison, on behalf of the County's Custodian, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119 or as otherwise provided by law. The bidder further agrees that all fees, charges and expenses shall be determined in accordance with Palm Beach County PPM CW -F-002, Fees Associated with Public Records Requests, as it may be amended or replaced from time to time. 3. Ensure that public records that are exempt, or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the Contract, if the bidder does not transfer the records to the public agency. Nothing contained herein shall prevent the disclosure of or the provision of records to the County. 4. Upon completion of the Contract, the bidder shall transfer, at no cost to the County, all public records in possession of the bidder unless notified by County's representative / liaison, on behalf of the County's Custodian, to keep and maintain public records required by the County to perform the service. If the bidder transfers all public records to the County upon completion of the Contract, the bidder shall destroy any duplicate public records that are exempt, or confidential and exempt from public records disclosure requirements. If the bidder keeps and maintains public records upon completion of the Contract, the bidder shall meet all applicable requirements for retaining public records. All records stored electronically by the bidder must be provided to the County, upon request of the County's Custodian or the County's representative / liaison, on behalf of the County's Custodian, in a format that is compatible with the information technology systems of County, at no cost to County. Bidder acknowledges that it has familiarized itself with the requirements of Chapter 119, F. S., and other requirements of state law applicable to public records not specifically set forth herein. Failure of the bidder to comply with the requirements of this Section, Chapter 119, F.S. and other applicable requirements of state law shall be a material breach of the Contract. County shall have the right to exercise any and all remedies available to it for breach of contract, including but not limited to, the right to terminate for cause. IF THE BIDDER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE BIDDER'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE CONTRACT, PLEASE CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: RECORDS REQUEST, PALM BEACH COUNTY PUBLIC AFFAIRS DEPARTMENT, 301 N. OLIVE AVENUE, WEST PALM BEACH, FL 33401, BY E- MAIL AT RECORDSREQUEST(cDPBCGOV.ORG OR BY TELEPHONE AT 561-355-6680. Page 4 13) INCORPORATION, PRECEDENCE, JURISDICTION, GOVERNING LAW: This Invitation for Bid shall be included and incorporated in the final award. The order of contractual precedence shall be the bid document (original terms and conditions), bid response, and purchase order or term contract order. Any and all legal action necessary to enforce the award or the resultant contract shall be governed by the laws of the State of Florida. Any legal action necessary to enforce the award or the resultant contract will be held in a court of competent jurisdiction located in Palm Beach County, Florida. 14) LEGAL EXPENSES: The County shall not be liable to a bidder for any legal fees, court costs, or other legal expenses arising from the interpretation or enforcement of the contract, or from any other matter generated by or relating to the contract. 15) NO THIRD PARTY BENEFICIARIES: No provision of the Contract is intended to, or shall be construed to, create any third party beneficiary or to provide any rights to any person or entity not a party to the Contract, including but not limited to any citizen or employees of the County and / or successful bidder. 16) SCRUTINIZED COMPANIES a. SCRUTINIZED COMPANIES: As provided in F.S. 287.135, by entering into a Contract or performing any work in furtherance hereof, the bidder certifies that it, its affiliates, suppliers, subcontractors and consultants who will perform hereunder, have not been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, pursuant to F.S. 215.4725. Pursuant to F.S. 287.135(3)(b), if bidder is found to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel, the resulting Contract from this Invitation for Bid may be terminated at the option of the County. If the County determines, using credible information available to the public, that a false certification has been submitted by bidder, the resulting Contract from this Invitation for Bid may be terminated and a civil penalty equal to the greater of $2 million or twice the amount of the Contract shall be imposed, pursuant to F.S. 287.135. Said certification must also be submitted at the time of Contract renewal. b. SCRUTINIZED COMPANIES (WHEN CONTRACT VALUE IS GREATER THAN $1 MILLION): As provided in F.S. 287.135, by entering into a Contract or performing any work in furtherance hereof, the bidder certifies that it, its affiliates, suppliers, subcontractors and consultants who will perform hereunder, have not been placed on the Scrutinized Companies With Activities in Sudan List or Scrutinized Companies With Activities in The Iran Petroleum Energy Sector List created pursuant to F.S. 215.473, or is engaged in business operations in Cuba or Syria. If the County determines, using credible information available to the public, that a false certification has been submitted by bidder, the resulting Contract from this Invitation for Bid may be terminated and a civil penalty equal to the greater of $2 million or twice the amount of the Contract shall be imposed, pursuant to F.S. 287.135. Said certification must also be submitted at the time of Contract renewal. A. SUBMISSION OF RESPONSES: All bid responses must be submitted on the provided Invitation for Bid "Response" Form. Bid responses on vendor letterhead / quotation forms shall not be accepted. Responses must be typewritten, written in ink or a photocopy and must be signed by an agent of the company having authority to bind the company or firm. FAILURE TO SIGN THE BID RESPONSE FORM AT THE INDICATED PLACES SHALL BE CAUSE FOR REJECTION OF THE BID. Bid responses are to be submitted to the Palm Beach County Purchasing Department no later than the time indicated on the solicitation preamble, and must be submitted in a sealed envelope or container bearing the bid number for Rago,gof 812 B. CERTIFICATIONS, LICENSES AND PERMITS: Unless otherwise directed in sub -paragraph d. (Local Preference) or the Special Conditions of this bid, bidder should include with its bid a copy of all applicable Certificates of Competency issued by the State of Florida or the Palm Beach County Construction Industry Licensing Board in the name of the bidder shown on the bid response page. It shall also be the responsibility of the successful bidder to maintain a current Local Business Tax Receipt (Occupational License) for Palm Beach County and all permits required to complete the contractual service at no additional cost to Palm Beach County. A Palm Beach County Local Business Tax Receipt (Occupational License) is required unless specifically exempted by law. In lieu of a Palm Beach County Local Business Tax Receipt (Occupational License), the bidder should include the current Local Business Tax Receipt (Occupational License) issued to the bidder in the response. It is the responsibility of the successful bidder to ensure that all required certifications, licenses and permits are maintained in force and current throughout the term of the contract. Failure to meet this requirement shall be considered default of contract. C. S/M/WBE - EBO REQUIREMENTS NOTE: All OEBO Program Forms, including waiver forms and good faith effort documentation are available on the OEBO website: http://discover. pbcgov.ora/oebo/Pages/Docu me nits. asp Item 1 — Policv It is the policy of the Board that all segments of its business population, including, but not limited to, small, local, minority and women owned businesses, have an equitable opportunity to participate in the County's procurement process, prime contract and subcontract opportunities. To that end, the Board adopted an Equal Business Opportunity Ordinance which is codified in Sections 2-80.20 through 2-80.30 (as may be amended) of the Palm Beach County Code, (EBO Ordinance) which sets forth the County's requirements for the EBO Program, and which is incorporated in this solicitation. The provisions of the EBO Ordinance are applicable to this solicitation, and shall have precedence over the provisions of this solicitation in the event of a conflict. Item 2 — Application of Affirmative Procurement Initiative(s) API 1. Application of API(s) The API(s) approved for this solicitation, including any applicable S/M/WBE goals is/are attached. 2. S/MIWBE Goal Waiver Request NOTE: Item 2b is only applicable if an S/M/WBE Goal is applied as an API. If bidder is unable to comply with the API(s) requirements as set forth in this solicitation, such bidder shall submit a request for a waiver or partial waiver at least seven (7) days prior to the bid due date as stated in the solicitation. If a bidder requests a waiver from an API requirement from the Office of Equal Business Opportunity (OEBO) at least seven (7) days prior to the bid due date, then the bid due date will be extended pending the outcome of a waiver request. Additionally, if the waiver is granted, the solicitation will be amended accordingly and the due date extended. After submission of a bid, if bidder, through no fault of its own, is unable to meet the S/M/WBE participation specified in its bid, then bidder must immediately seek substitute S/M/WBEs to fulfill the requirements and obtain the approval of the EBO Director. If, after reasonable Good Faith Efforts, as defined below, the bidder is unable to find an acceptable substitute S/M/WBE, a post -bid opening waiver may be requested. The request shall document the reasons for the bidder's inability to meet the goal requirement. In the event the bidder is found not to have performed Good Faith Efforts, as defined below, in its attempt to find a suitable substitute for the initial S/M/WBE proposed utilization, one (1) or more of the penalties and sanctions as set forth in the EBO Ordinance may be applied. Page 5 Good Faith Efforts Such waiver request shall include specified documentation that demonstrates satisfactory Good Faith Efforts, as defined below, were undertaken by bidder to comply with the requirements as described under the selected S/M/WBE goal. The Good Faith Effort waiver request with instructions for submission to the OEBO, is located on the OEBO website: http://discover.pbcaov.org/oebo/Pages/Documents.aspx. The OEBO shall review a waiver request within seven (7) days of receipt. The bid due date will be extended during this review period. If the OEBO determines that adequate Good Faith Efforts, as defined below, have been demonstrated by the bidder to warrant a partial or total waiver of the API, then the solicitation shall be amended accordingly to reflect the partial or total waiver. The amended solicitation shall then be advertised to all prospective bidders and the bid due dated extended. However, if the OEBO determines that the bidder failed to submit documentation sufficient to demonstrate that Good Faith Efforts, as defined below, were undertaken by the bidder to support its waiver or partial waiver request, the request for waiver or partial waiver shall be denied, and the solicitation shall remain unchanged. In the event of an adverse waiver or partial waiver request decision, the bidder shall have the right to request reconsideration of the adverse decision by the Director OEBO, and if still aggrieved, shall be subsequently entitled to the process for an appeal to a Special Master as referenced in Section 2.-80.28 (b) of the EBO Ordinance. The solicitation due date shall be extended pending the OEBO Director's reconsideration and Special Master appeal process, if requested. Documentation Required for Good Faith Efforts Documentation means documentation of the bidder's intent to comply with the applicable API(s), including, but not limited to, the following: (1) documentation as stated in the solicitation reflecting the bidder's commitment to comply with S/M/WBE goals as established by the OEBO for a particular contract; or (2) documentation of efforts made toward achieving EBO program goals (e.g., solicitations of bids / proposals / qualification statements from all qualified S/M/WBE firms listed in the OEBO's directory of certified S/M/WBE firms; correspondence from qualified S/M/WBE firms documenting their unavailability to perform S/MMBE contracts; documentation of efforts to subdivide work into smaller quantities for subcontracting purposes to enhance opportunities for S/M/WBE firms; documentation of a Prime Contractor's posting of a bond covering the work of S/MM/BE subcontractors; documentation of efforts to assist S/MM/BE firms with obtaining financing, bonding or insurance required by the bidder; and documentation of consultations with trade associations and consultants that represent the interests of S/M/WBEs in order to identify qualified and available S/M/WBE subcontractors. Scoring of Good Faith Efforts documentation and administrative determinations regarding the adequacy of such Good Faith Efforts is the responsibility of the OEBO. Item 3 — Bid Submission Documentation If any subcontractors or subconsultants are utilized in performing work under the contract, bidders shall complete Schedule 1 and Schedule 2, listing the work to be performed by any subcontractor or subconsultant, including S/M/WBE subcontractors and subconsultants. S/M/WBE bidders submitting as Prime Contractors or Consultants are advised that they shall complete Schedule 1 and Schedule 2, listing the work to be performed by their own workforce. Schedules 1 and 2 are to be submitted with the bid prior to the published bid submission time. Schedule 1 — List of Proposed Contractor / Consultant and Subcontractor / Subconsultant Participation A completed Schedule 1 submitted by the prime shall list the names of all Subcontractors / subconsultants intended to be used in performance of the contract, if awarded, including the total proposed percentage of S/M/WBE participation. This schedule shall also be used if an S/M/WBE Prime contractor / consultant is performing all or any portion of the cont Ph n'g t2eZ -,r',' WT Schedule 2 — OEBO Letter of Intent A completed and executed Schedule 2 is a binding document between the Prime contractor / consultant and a Subcontractor / subconsultant (or any tier) and should be treated as such. Each Schedule 2 shall be executed by the Prime contractor / consultant and by the proposed Subcontractor / subconsultant. If the Prime contractor / consultant is an S/MNVBE, a Schedule 2 shall be submitted to document work to be performed by its workforce. All S/MNVBE(s) shall specify, in detail, the type of work they will perform along with the dollar amount they will be compensated and/or percentage of work they will perform. If any Subcontractor / subconsultant intends to subcontract any portion of their work, they are required to list the dollar amount and the name of the Subcontractor / subconsultant on this Schedule. All named Subcontractors / subconsultants on this Schedule must also complete and submit a separate Schedule 2. The Prime may count toward its SBE or MNVBE goal second and third tiered certified S/MNVBE(s); provided that the Prime contractor / consultant submits a completed and executed Schedule 2 for each S/MNVBE. A detailed scope of work may be attached with an executed Schedule 2. In the event of a conflict between Schedules 1 and 2 when calculating S/MNUBE participation, the information provided on Schedule 2 shall have precedence. In the event of mathematical error(s), the unit price, if available, shall prevail and the bidder's total offer shall be corrected accordingly. If the County's issuance of an alternate or change order on a project results in changes in the scope of work to be performed by a Subcontractor / subconsultant listed at the time of bid submission, the Prime must submit a, completed and executed Schedule 2 that specifies the revised scope of work to be performed by the Subcontractor / subconsultant, along with the modified price and /or percentage. Item 4 — S/M/WBE Certification Only those firms certified by Palm Beach County at the time of bid submission shall be counted toward the established S/MNVBE goals. Upon receipt of a completed application, IT TAKES UP TO NINETY (90) BUSINESS DAYS TO BECOME CERTIFIED AS AN S/M/WBE WITH PALM BEACH COUNTY. It is the responsibility of the bidder to confirm the certification of any proposed S/MNVBE; therefore, it is recommended that bidders visit the online Vendor Directory at www.i)bcgov.org/oebo to verify S/M/WBE certification status. Firms must continue to recertify during the life of the contract as the County may only count toward the established goal, work performed by an S/MNVBE during the time their certification dates are valid. Item 5 — Counting S/M/WBE Participation NOTE: Item 5 is only applicable if an S/M/WBE Goal is applied as an API. a. Once a business is determined to be an eligible S/MNVBE according to the Palm Beach County certification procedures, the Prime contractor / consultant may count toward its goals only that portion of the total dollar value of a contract performed by the S/MNVBE. Prior to issuance of this solicitation, the total dollar value of a contract will be determined by the County by defining factors to be considered as value. Total dollar value of retail contracts shall be determined by Gross Receipts, as defined in the EBO Ordinance. b. Certified S/MNVBE participation will only count toward the established goal in a business category in which it does not exceed the size standard. c. The Prime contractor / consultant may count toward the established goal a portion of the total dollar value of a contract with a joint venture, based on the clearly defined portion of the work to be performed by the certified S/MNVBE of the joint venture. d. The Prime contractor / consultant may count toward the established goal the entire expenditures for materials and equipment purchased by an S/M/WBE Subcontractor / Page 6 subconsultant, provided that the S/MNVBE Subcontractor / subconsultant has the responsibility for the installation of the purchased materials and equipment. e. The Prime contractor / consultant may count sixty percent (60%) of its expenditure to S/MNVBE suppliers / distributors that are not manufacturers toward the established goal. f. The Prime contractor / consultant may count toward the established goal, second and third tiered certified S/M/WBEs, provided that the Prime submits a completed Schedule 2 for each S/MNVBE. g. The Prime contractor / consultant may count the entire expenditure to an S/MNVBE manufacturer toward the established goal (i.e., a supplier/distributor that produces goods from raw materials or substantially alters the goods before resale). h. The Prime contractor / consultant may only count towards the established goal the goods and services in which the S/MNVBE subcontractor / subconsultant is certified and performs with their work force. Item 6 — Responsibilities After Contract Award Schedule 3 — Subcontractor Activity Form The Prime Contractor shall submit a completed Schedule 3 with each invoice, or payment application when any subcontractor / subconsultant has provided services during the period in which the Prime is requesting payment. This Schedule shall contain the names of all the Prime and subcontractors / subconsultants on the project specifying the contracted dollar amount, approved change orders; revised contract amount; amount drawn this period; amount drawn to date; and payments to date issued to all subcontractors / subconsultants with their starting date. Schedule 4 — Subcontractor / Subconsultant Payment Certification A fully executed Schedule 4 shall be submitted for each Subcontractor / subconsultant after receipt of payment from the Prime contractor / consultant. The Prime contractor / consultant shall submit this Schedule with each payment application or invoice submitted to the County when the County has paid the Prime contractor / consultant on the previous payment application for services provided by a Subcontractor / subconsultant. If any Subcontractor/ subconsultant intends to disburse funds associated with this payment to another Subcontractor / subconsultant for labor provided on the contract, the amount and name of the Subcontractor / subconsultant shall be listed on this Schedule. All named Subcontractors / subconsultants on this Schedule must also complete and submit a separate Schedule 4 after receipt of payment. If the Prime contractor / consultant is a certified S/MNVBE, a Schedule 4 shall be submitted to reflect the amount of payment retained by the Prime contractor / consultant for services performed by its own workforce. All bidders hereby agree and assure that they will meet the S/M/WBE participation percentages submitted in their respective bids with the Subcontractors / subconsultants contained on Schedules 1 and 2 and at the dollar values or percentages specified. Respondents or bidders agree to provide any additional information requested by the County to substantiate participation. The successful bidder shall submit a Schedule 3 and Schedule 4 with each payment application, when applicable. Failure to provide these Schedules may result in a delay in processing payment or disapproval of the invoice until they are submitted. The Schedule 3 is to be filled out by the Prime contractor / consultant and the Schedule 4 is to be executed by the Subcontractor / subconsultant to verify receipt of payment. Upon letter notification by the County that the EBO payment portal/tracking system is available for use, the successful bidder is required to input all Subcontractor / subconsultant payment information directly into the EBO payment portal/tracking system prior to submitting a payment application. Page 226 of 812 Item 7 — S/M/WBE Substitutions After contract award, the Prime contractor / consultant will only be permitted to substitute a certified S/M/WBE that is unwilling or unable to perform. The Prime contractor / consultant will only be permitted to modify the scope of work or price of an S/MM/BE listed in their response to the solicitation as a result of the County's issuance of an amendment, alternate or change orders on a project. Substitutions shall be done with like certified S/M/WBEs in order to maintain the participation percentages submitted with the bid. All requests for modifications or substitutions shall be submitted to the County and the OEBO on the EBO Request for S/MM/BE Substitution Modification Removal Form for review. Upon receiving an approval for substitution, the Prime contractor / consultant shall complete and submit a new executed Schedule 2 that specifies the revised scope of work to be performed by the S/M/WBE along with the revised dollar amount and/or percentage. A detailed scope of work may be attached with an executed Schedule 2. Item 8 — EBO Program Compliance- Penalties Under the EBO Ordinance, the OEBO is required to implement and monitor S/M/WBE utilization during the term of any contract resulting from this solicitation. It is the County's policy that S/M/WBEs shall have the maximum feasible opportunity to participate in the performance of County contracts. All bidders are required to comply with the EBO Ordinance and shall be expected to comply with the API(s) applicable to this solicitation, as well as the S/MM/BE utilization proposed by a bidder in its Bid, which utilization plan forms a part of any resulting Contract. The Director of the OEBO or designee may require such reports, information, and documentation from the bidder as are reasonably necessary to determine compliance with the EBO Ordinance requirements. Bidder shall correct all noncompliance issues within fifteen (15) days of a written notice of noncompliance by the department procuring the goods or services or the OEBO. If the bidder does not resolve the non-compliance within fifteen (15) days of receipt of written notice of non-compliance, then upon recommendation of sanctions by the Director of OEBO or designee the Purchasing Director may impose upon the non -complying party any or all of the following penalties: a. Suspension of contract; b. Withholding of funds; C. Termination of contract based upon a material breach of contract pertaining to EBO Program compliance; d. Suspension or Debarment of a respondent or bidder, contractor or other business entity from eligibility for providing goods or services to the County for a period not to exceed two (2) years; and e. Liquidated damages equal to the difference in dollar value of S/MM/BE participation as committed to in the contract, and the dollar value of S/MMIBE participation as actually achieved, if applicable. d. LOCAL PREFERENCE ORDINANCE: In accordance with the Palm Beach County Local Preference Ordinance, a preference may be given to (1) bidders having a permanent place of business in Palm Beach County or (2) bidders having a permanent place of business in the Glades that are able to provide the goods or services within the Glades. A. Glades Local Preference: Pursuant to the Palm Beach County Local Preference Ordinance, a 5% Glades Local Preference is given when a Glades business offers to provide the goods or services that will be procured for use in the Glades. If the lowest responsive, responsible bidder is a non - Glades business, all bids received from responsive, responsible Glades businesses will be decreased by 5%. The original bid amount is not changed. The 5% decrease given for the Glades Local Preference is calculated only for the purpose of determining local preference. Page 7 B. Local Preference: Pursuant to the Palm Beach County Local Preference Ordinance, a 5% Local Preference is given to bidders having a permanent place of business in Palm Beach County. If the lowest responsive, responsible bidder is a non - local business; all bids received from responsive, responsible local businesses will be decreased by 5%. The original bid amount is not changed. The 5% decrease given for the Local Preference is calculated only for the purpose of determining local preference. C. To receive a Glades Local Preference or a Local Preference (collectively referred to as "local preference"), a bidder must have a permanent place of business in existence prior to the County's issuance of this Notice of Solicitation / Invitation for Bid. A permanent place of business means that the bidder's headquarters is located in Palm Beach County or in the Glades, as applicable; or, the bidder has a permanent office or other site in Palm Beach County or in the Glades, as applicable, where the bidder will produce a substantial portion of the goods or services to be purchased. D. A valid Business Tax Receipt issued by the Palm Beach County Tax Collector is required, unless the bidder is exempt from the business tax receipt requirement by law, and will be used to verify that the bidder had a permanent place of business prior to the issuance of this Notice of Solicitation / Invitation for Bid. In addition, the attached "Certification of Business Location" and Business Tax Receipt must accompany the bid at the time of bid submission. The Palm Beach County Business Tax Receipt and this Certification are the sole determinant of local preference eligibility. Errors in the completion of this Certification or failure to submit this completed Certification will cause the bidder / proposer to not receive a local preference. e. DRUG FREE WORKPLACE CERTIFICATION: In compliance with Florida Statute (Section 287.087) attached form "Drug -Free Workplace Certification" should be fully executed and submitted with bid response in order to be considered for a preference whenever two (2) or more bids which are equal with respect to price, quality, and service are received by Palm Beach County. f. CONDITIONED OFFERS: Bidders are cautioned that any condition, qualification, provision, or comment in their bid, or in other correspondence transmitted with their bid, which in any way modifies, takes exception to, or is inconsistent with the specifications, requirements, or any of the terms, conditions, or provisions of this solicitation, is sufficient cause for the rejection of their bid as non-responsive. g. PRICING: a. Prices offered must be the price for new merchandise and free from defect. Unless specifically requested in the bid specifications, any bids containing modifying or escalation clauses shall be rejected. b. The price offered must be in accordance with the unit of measure provided on the bid response page(s). One (1) space or line requires only one (1) single, fixed unit price. Anything other than a single, fixed unit price shall result in the rejection of your bid. c. All unit prices bid should be within two (2) decimal points. If bidder's pricing exceeds two (2) decimal points, Purchasing reserves the right to round up or down accordingly. d. Bidder warrants by virtue of bidding that prices shall remain firm for a period of ninety (90) days from the date of bid submission to allow for evaluation and award. e. Bidder warrants by virtue of bidding that prices shall remain firm for the initial and any subsequent term. f. In the event of mathematical error(s), the unit price shall prevail and the bidder's total offer shall be corrected accordingly. BIDS HAVING ERASURES OR CORRECTIONS MUST BE INITIALED BY THE BIDDER PRIOR TO BID SUBMISSION; HOWEVER, IF THE CORRECTION IS NOT PROPERLY INITIALED, BUT THE INTENT OR LEGIBILITY OF THE CORRECTION IS CLEAR, THE BID SHALL NOT BE REJECTED. Page 227 of 812 g. Bidders may offer a cash discount for prompt payment. However, such discounts shall not be considered in determining the lowest net cost for bid evaluation purposes unless otherwise specified in the special conditions. Bidders should reflect any discounts to be considered in the unit prices bid. h. SUBMITTING NO BID or NO CHARGE: Bidders not wishing to bid on some items sought by this solicitation should mark those items as "no bid". If some items are to be offered at no charge, bidders should mark those items as "no charge". Items left blank shall be considered a "no bid" for that item, and the bid shall be evaluated accordingly. ACCEPTANCE / REJECTION OF BIDS: Palm Beach County reserves the right to accept or to reject any or all bids. Palm Beach County also reserves the right to (1) waive any non -substantive irregularities and technicalities; (2) reject the bid of any bidder who has previously failed in the proper performance of a contract of a similar nature, who has been suspended or debarred by another governmental entity, or who is not in a position to perform properly under this award; and (3) inspect all facilities of bidders in order to make a determination as to its ability to perform. Palm Beach County reserves the right to reject any offer or bid if the prices for any line items or subline items are materially unbalanced. An offer is materially unbalanced if it is mathematically unbalanced, and if there is reason to believe that the offer would not result in the lowest overall cost to the County, even though it is the lowest evaluated offer. An offer is mathematically unbalanced if it is based on prices which are significantly less than fair market price for some bid line item and significantly greater than fair market price for other bid line items. Fair market price shall be determined based on industry standards, comparable bids or offers, existing contracts, or other means of establishing a range of current prices for which the line items may be obtained in the market place. The determination of whether a particular offer or bid is materially unbalanced shall be made in writing by the Purchasing Director, citing the basis for the determination. NON-EXCLUSIVE: The County reserves the right to acquire some or all of these goods and services through a State of Florida contract under the provisions of Section 287.042, Florida Statutes, provided the State of Florida contract offers a lower price for the same goods and services. This reservation applies both to the initial award of this solicitation and to acquisition after a term contract may be awarded. Additionally, Palm Beach County reserves the right to award other contracts for goods and services falling within the scope of this solicitation and resultant contract when the specifications differ from this solicitation or resultant contract, or for goods and services specified in this solicitation when the scope substantially differs from this solicitation or resultant contract. k. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES: Palm Beach County encourages and agrees to the successful bidder extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful bidder. PERFORMANCE DURING EMERGENCY: By submitting a bid, bidder agrees and promises that, immediately preceding, during and after a public emergency, disaster, hurricane, flood, or act of God, Palm Beach County shall be given "first priority" for all goods and services under the contract. Bidder agrees to provide all goods and services to Palm Beach County immediately preceding, during and after a public emergency, disaster, hurricane, flood, or act of God, at the terms, conditions, and prices as provided in this solicitation on a "first priority" basis. Bidder shall furnish a 24-hour phone number to the County. Failure to provide the goods or services to the County on a first priority basis immediately preceding, during and after a public emergency, disaster, hurricane, flood, or act of God, shall constitute breach of contract and subject the bidder to sanctions from doing further business with the County. Page 8 m. SALES PROMOTIONS / PRICE REDUCTIONS / MOST FAVORED CUSTOMER: Should sales promotions occur during the term of the contract that lower the price of the procured item, the successful bidder shall extend to the County the lower price offered by the manufacturer on any such promotional item. Further, any price decreases effectuated during the contract period by reason of market change or otherwise, shall be passed on to Palm Beach County. Additionally, any time after award, the successful bidder may offer a reduced price which shall remain in effect for the duration of the contract. The successful bidder warrants that the price(s) shall not exceed the successful bidder's price(s) extended to its most favored customer for the same or similar goods or services in similar quantities, or the current market price, whichever is lower. In the event the successful bidder offers more favorable pricing to one of its customer(s), the successful bidder shall extend to the County the same pricing or the then current market price, whichever is lower. n. BIDDER'S COMMERCIAL NON-DISCRIMINATION CERTIFICATION: In accordance with Palm Beach County Code Section 2-80.24, the undersigned bidder hereby certifies and agrees that the following information is correct: In preparing its response to this solicitation, the bidder has considered all proposals submitted from qualified, potential subcontractors and suppliers, and has not engaged in "discrimination" as defined in the County's Commercial Nondiscrimination Policy as set forth in Resolution 2017-1770 as amended, to wit: discrimination in the solicitation, selection or commercial treatment of any Subcontractor, vendor, supplier or commercial customer on the basis of race, color, national origin, religion, ancestry, sex, age, marital status, familial status, sexual orientation, gender identity or expression, disability, or genetic information, or on the basis of any otherwise unlawful use of characteristics regarding the vendor's, supplier's or commercial customer's employees or owners; provided that nothing in this policy shall be construed to prohibit or limit otherwise lawful efforts to remedy the effects of discrimination that have occurred or are occurring in the County's relevant marketplace of Palm Beach County. Without limiting the foregoing, "discrimination" also includes retaliating against any person or other entity for reporting any incident of "discrimination." Without limiting any other provision of the solicitation, it is understood and agreed that, if this certification is false, such false certification will constitute grounds for the County to reject the bid submitted by the bidder for this Solicitation, and to terminate any contract awarded based on the response. At the time of bid submission, the bidder shall provide to the County a list of all instances within the immediate past four (4) years where there has been a final adjudicated determination in a legal or administrative proceeding in the State of Florida that the bidder discriminated against its subcontractors, vendors, suppliers or commercial customers, and a description of the status or resolution of that complaint, including any remedial action taken. Bidder shall indicate its agreement to the foregoing by signing the Bid Response Page. Bidder's failure to meet these requirements shall render its bid response non-responsive. 4. BID SUBMISSION TIME /AWARD OF BID a. OBSERVING THE PUBLISHED BID SUBMISSION TIME: The published bid submission time shall be scrupulously observed. It is the sole responsibility of the bidder to ensure that their bid arrives in the Purchasing Department prior to the published bid submission time. Any bid delivered after the precise published time of bid submission shall not be considered. Bid responses by telephone, electronics, or facsimile shall not be accepted. Bidders shall not be allowed to modify their bids after the published bid submission time. b. POSTING OF AWARD RECOMMENDATION: Recommended awards shall be publicly posted for review, at the Purchasing Department and on the Purchasing Department website at www.pbcgov.org/purchasing prior to final approval, and shall remain posted for a period of five (5) business days. The official posting on the Purchasing Department website shall prevail if a discrepancy exists between the referenced listings. Page 228 of 812 3. PROTEST PROCEDURE: Protest procedures are provided in the Palm Beach County Purchasing Code. Protests must be submitted in writing, addressed to the Director of Purchasing, via hand delivery, mail or fax to (561) 242-6705. Protest must identify the solicitation, specify the basis for the protest, and be received by the Purchasing Department within five (5) business days of the posting date of the recommended award. The protest is considered filed when it is received by the Purchasing Department. Failure to file a protest as outlined in the Palm Beach County Purchasing Code shall constitute a waiver of proceedings under the referenced County Code. 5. CONTRACT ADMINISTRATION a. DELIVERY AND ACCEPTANCE: Deliveries of all items shall be made as soon as possible. Deliveries resulting from this bid are to be made during the normal working hours of the County. Time is of the essence and delivery dates must be met. Should the successful bidder fail to deliver on or before the stated dates, the County reserves the right to CANCEL the order or contract and make the purchase elsewhere. The successful bidder shall be responsible for making any and all claims against carriers for missing or damaged items. Delivered items shall not be considered "accepted" until an authorized agent for Palm Beach County has, by inspection or test of such items, determined that they appear to fully comply with specifications. The Board may return, at the expense of the successful bidder and for full credit, any item(s) received which fail to meet the County's specifications or performance standards. b. FEDERAL AND STATE TAX: Palm Beach County is exempt from Federal and State taxes. The authorized agent for Purchasing shall provide an exemption certificate to the successful bidder, upon request. Successful bidders are not exempted from paying sales tax to their suppliers for materials to fulfill contractual obligations with the County, nor are successful bidders authorized to use the County's Tax Exemption Number in securing such materials. Any sales tax paid by successful bidders to their suppliers for materials to fulfill contractual obligations with the County are not reimbursable by the County to the successful bidder. c. PAYMENT: In order for Palm Beach County to make payment, the Vendor's Legal Name; Vendor's Address; and Vendor's TIN/FEIN Number on the successful bidder's bid; must be exactly the same as it appears on the invoice and in Palm Beach County's VSS system which can be accessed at https://pbcvssp.co.palm- beach.fl.us/webaon/vssD/AltSelfService. Successful bidders shall send ALL ORIGINAL invoices to the following address and may send copies of invoices to the Palm Beach County Department requesting the goods / services. Invoices submitted on carbon paper shall not be accepted. PALM BEACH COUNTY FINANCE DEPT. P.O. BOX 4036 WEST PALM BEACH, FL 33402-4036 Payment shall be made by the County after goods / services have been received, accepted and properly invoiced as indicated in the contract and / or order. Invoices must bear the order number. The Florida Prompt Payment Act is applicable to this solicitation and to the successful bidder when making payments to its Subcontractors / subconsultants. Interest penalties will only be paid in accordance 6, with the Florida Prompt Payment Act, Florida Statute 218.70. Successful bidders shall pay Subcontractors / subconsultants undisputed amounts within ten (10) days after County pays the successful bidder. Furthermore, the successful bidder shall send a written notice to the Subcontractors / subconsultants and the Palm Beach County Department requesting the goods/ services within five (5) days of receipt of a disputed invoice which clearly states the reasons for said dispute. Note: Palm Beach County Vendors can now be paid by Credit Card via the County's voluntary Payment Manager Page 9 Program. For vendors who don't have a merchant account, one is needed to utilize the Program. For vendors with a merchant account, you will need to enroll with the Palm Beach County Clerk & Comptroller's Office. For information, contact the Palm Beach County Clerk & Comptroller at pbcpaymentmar(mvpalmbeachclerk.com. CHANGES: The Director of Purchasing, Palm Beach County, by written notification to the successful bidder may make minor changes to the contract terms. Minor changes are defined as modifications which do not significantly alter the scope, nature, or price of the specified goods or services. Typical minor changes include, but are not limited to, place of delivery, method of shipment, minor revisions to customized work specifications, and administration of the contract. The successful bidder shall not amend any provision of the contract without written notification to the Director of Purchasing, and written acceptance from the Director of Purchasing or the Board. e. DEFAULT: The County may, by written notice of default to the successful bidder, terminate the contract in whole or in part if the successful bidder fails to satisfactorily perform any provisions of this solicitation or resultant contract, or fails to make progress so as to endanger performance under the terms and conditions of this solicitation or resultant contract, or provides repeated non- performance, or does not remedy such failure within a period of 10 days (or such period as the Director of Purchasing may authorize in writing) after receipt of notice from the Director of Purchasing specifying such failure. In the event the County terminates the contract in whole or in part because of default of the successful bidder, the County may procure goods and / or services similar to those terminated, and the successful bidder shall be liable for any excess costs incurred due to this action. If it is determined that the successful bidder was not in default or that the default was excusable (e.g., failure due to causes beyond the control of, or without the fault or negligence of, the successful bidder), the rights and obligations of the parties shall be those provided in Section 5f, "Termination for Convenience". TERMINATION FOR CONVENIENCE: The Director of Purchasing may, whenever the interests of the County so require, terminate the contract, in whole or in part, for the convenience of the County. The Director of Purchasing shall give five (5) days prior written notice of termination to the successful bidder, specifying the portions of the contract to be terminated and when the termination is to become effective. If only portions of the contract are terminated, the successful bidder has the right to withdraw, without adverse action, from the entire contract. Unless directed differently in the notice of termination, the successful bidder shall incur no further obligations in connection with the terminated work, and shall stop work to the extent specified and on the date given in the notice of termination. Additionally, unless directed differently, the successful bidder shall terminate outstanding orders and / or subcontracts related to the terminated work. g. REMEDIES: No remedy herein conferred upon any party is intended to be exclusive of any other remedy, and each and every such remedy shall be cumulative and shall be in addition to every other remedy given hereunder now or hereafter existing at law, or in equity, by statute or otherwise. No single or partial exercise by any party of any right, power, or remedy hereunder shall preclude any other or further exercise thereof. PALM BEACH COUNTY OFFICE OF THE INSPECTOR GENERAL AUDIT REQUIREMENTS: Pursuant to Palm Beach County Code, Section 2-421 — 2-440, as amended, Palm Beach County's Office of Inspector General is authorized to review past, present and proposed County contracts, transactions, accounts, and records. The Inspector General's authority includes, but is not limited to, the power to audit, investigate, monitor, and inspect the activities of entities contracting with the County, or anyone acting on their behalf, in order to ensure compliance with contract requirements and to detect corruption and fraud. Failure to cooperate with the Inspector General or interfering with or impeding any investigation shall be a violation of Palm Beach County Code, Section 2-421 — 2-440, and punished pursuant to Section 125.69, Florida Statutes, in the same manner as a sec Agegr22@s6fn04rkr 7. BUSINESS INFORMATION: If bidder is a Joint Venture for the goods / services described herein, bidder shall, upon request of Palm Beach County, provide a copy of the Joint Venture Agreement signed by all parties. 8. E -VERIFY — EMPLOYMENT ELIGIBILITY: Bidder warrants and represents that it is in compliance with section 448.095, Florida Statutes, as may be amended, and that it: (1) is registered with the E -Verify System (E-Verify.gov), and beginning January 1, 2021, uses the E - Verify System to electronically verify the employment eligibility of all newly hired workers; and (2) has verified that all of bidder's subconsultants performing the duties and obligations of the contract are registered with the E -Verify System, and beginning January 1, 2021, use the E -Verify System to electronically verify the employment eligibility of all newly hired workers. Bidder shall obtain from each of its subconsultants an affidavit stating that the subconsultant does not employ, contract with, or subcontract with an Unauthorized Alien, as that term is defined in section 448.095(1)(k), Florida Statutes, as may be amended. Bidder shall maintain a copy of any such affidavit from a subconsultant for, at a minimum, the duration of the subcontract and any extension thereof. This provision shall not supersede any provision of the contract which requires a longer retention period. County shall terminate the contract if it has a good faith belief that bidder has knowingly violated Section 448.09(1), Florida Statutes, as may be amended. If County has a good faith belief that bidder's subconsultant has knowingly violated section 448.09(1), Florida Statutes, as may be amended, County shall notify bidder to terminate its contract with the subconsultant and bidder shall immediately terminate its contract with the subconsultant. If County terminates the contract pursuant to the above, bidder shall be barred from being awarded a future contract by County for a period of one (1) year from the date on which the contract was terminated. In the event of such contract termination, bidder shall also be liable for any additional costs incurred by County as a result of the termination. THIS IS THE END OF "GENERAL CONDITIONS" Page 10 Page 230 of 812 Page 11 SPECIAL CONDITIONS IFB # 22-041/MB WELLFIELD MAINTENANCE AND REPAIR SERVICES, TERM CONTRACT 9. GENERAL / SPECIAL CONDITION PRECEDENCE In the event of conflict between General Conditions and Special Conditions, the provisions of the Special Conditions shall have precedence. 10. PRE-BID CONFERENCE (MANDATORY) All interested parties are required to attend a pre-bid conference which is scheduled to be held at Palm Beach County Purchasing Department, 50 South Military Trail, Conference Room 1 N -142N, West Palm, FL 33415-3199 on August 23, 2022 commencing at 9:30 a.m. At this time, the County's representative will be available to answer questions relative to this Invitation for Bid (IFB). Any suggested modifications may be presented in writing to, or discussed with the County's representative(s) as possible amendments to the Invitation for Bid. THE BIDDER'S FAILURE TO ATTEND THIS CONFERENCE SHALL RESULT IN DISQUALIFICATION OF THEIR BID. All interested parties shall sign an attendance sheet. The attendance sheet will be collected at 9:40 a.m. (10 minutes after stated start time) local time. Those arriving after the attendance sheet has been collected shall be considered as not in attendance for purposes of the mandatory pre-bid conference. In accordance with the provisions of ADA, auxiliary aids or services will be provided upon request with at least three days notice. 11. POST AWARD MEETING Within sixty 60 days after receipt of notification of award, successful bidder shall meet with Water Utilities representative(s) to discuss job procedures and scheduling. The successful bidder shall contact Diana Rivera, Utility Professional Engineer at (561) 493-6117 to arrange meeting. 12. QUALIFICATION OF BIDDERS This bid shall be awarded only to a responsive and responsible bidder, qualified to provide the goods and/or service specified. The bidder shall, upon request, promptly furnish the County sufficient evidence in order to confirm a satisfactory performance record. Such information may include an adequate financial statement of resources, the ability to comply with required or proposed delivery or performance schedule, a satisfactory record of integrity and business ethics, the necessary organization, experience, accounting and operation controls, and technical skills, and be otherwise qualified and eligible to receive an award under applicable laws and regulations. The bidder should submit the following information with their bid response; however, if not included, it shall be the responsibility of the bidder to submit all evidence, as solicited, within a time frame specified by the County (normally within two (2) working days of request). Failure of a bidder to provide the required information within the specified time frame is considered sufficient cause for rejection of their bid. Information submitted with a previous bid shall not satisfy this provision. A. List a minimum of Five 5 references in which similar goods and/or services have been provided within the past Five years including scope of work, contact names, addresses, e-mail addresses, telephone numbers and dates of service on the attached reference sheet included herein. A contact person shall be someone who has personal knowledge of the bidder's performance for the specific requirement listed. Contact person must have been informed that they are being used as a reference and that the County may be calling them. DO NOT list persons who are unable to answer specific questions regarding the requirement. B. Provide copy of valid South Florida Water Management District (SFWMD) Water Well Contractor's License. C. Provide a list of the number of available well maintenance crews, vehicles and equipment. D. Provide evidence of having access to an existing pump shop with a minimum of three (3) years of service experience in diagnostic and maintenance of well pumps. Page 231 of 812 Page 12 13. AWARD (ALL -OR -NONE) Palm Beach County shall award this bid to the lowest, responsive, responsible bidder on an all -or -none, total offer basis, subject to the S/M/WBE provisions and Local Preference provisions specified herein, as applicable. Therefore, it is necessary for a bidder to bid on every item in order to have a bid considered. It is also required that the bidder carefully consider each item, and make sure that each one meets the specifications as indicated. In the event that one item does not meet such specifications the entire bid will be considered non-responsive. Additionally, if a bidder enters a No Bid, or N/A for any item, they will be considered non-responsive. 14. PRIMARY AND SECONDARY DESIGNATION Palm Beach County reserves the right to make multiple awards for this solicitation. In the event that this right is exercised, the lowest responsive, responsible bidder shall be designated primary awardee and the next lowest responsive, responsible bidder shall be designated secondary awardee. Determination of lowest, responsive, responsible bidder is subject to the S/M/WBE and Local Preference provisions specified herein, as applicable. The primary awardee shall be given the first opportunity to perform. The secondary awardee shall be contacted only after the primary awardee has refused to perform. The primary awardee is expected to perform all work offered to them, unless they are unable to perform it for lack of resources or technical ability. Additionally, if during the term of the contract the primary awardee is found in default of the contract; does not agree to renew the contract; or unilaterally terminates the contract, the rights, duties, and obligations of the primary awardee shall be offered to the secondary awardee and awarded upon mutual agreement. 15. METHOD OF ORDERING (TERM CONTRACT) A contract shall be issued for a term of twelve (12) months or until the estimated amount is expended, at the discretion of the County. The County will order on an as needed basis. 16. RENEWAL OPTION The successful bidder shall be awarded a contract for twelve (12) months with the option to renew for four 4 additional twelve 12 month period(s). The option for renewal shall only be exercised upon mutual written agreement and with all original terms, conditions and unit prices adhered to with no deviations. The unit prices bid shall apply for the initial term and each renewal period. Any renewal shall be subject to the appropriation of funds by the Board of County Commissioners. A renewal shall be revoked if the successful bidder is suspended by the Purchasing Department prior to the commencement of the renewal period. 17. TIME FOR COMPLETION / DELIVERY Bidder acknowledges and agrees that the time of completion/delivery is an essential condition of the contract. By submitting a bid response, bidder, if awarded contract, agrees to begin work not later than seventy-two (72) hours after receipt of Delivery Order (DO), and to prosecute the work uninterrupted in such a manner, with sufficient labor, equipment and/or materials so as to ensure its completion within agreed upon time frame. In the event the successful bidder cannot complete the project as agreed upon, it shall immediately make this fact known to the designated County representative. If successful bidder notifies the County they are unable to complete the project within the agreed upon time frame, prior to commencement of work, County reserves the right, at its sole discretion, to assign the project to secondary bidder. The following table is a guideline and shall be used in conjunction with project work specified herein. Work Description Surficial Well Chemical Treatment and Testing Surficial Well Rehabilitation and Testing Well Acidization Treatment and Testing Submersible Pump Removal, Replacement and Testing Estimated Time Duration 14 Calendar Days,.,,.,,.,,.,,.,,.,, 42 Calendar Days 42 Calendar Days 7 Calendar Days Page 232 of 812 Page 13 Notes 1. The above time durations are number of successive calendar days from Notice to Proceed to Work Completion of each Delivery Order (DO) to be issued under this contract. 2. The above time durations are determined to be critical and are intended to be inclusive of all work associated with each DO. Failure to complete the work per the table above shall result in default of the contract. 3. The above time durations may be adjusted for each DO when circumstances arise outside the typical scope and/or beyond the contractor's control. 4. Treatment reports and invoices are to be provided within two (2) weeks following work completion. 18. AS SPECIFIED A term contract delivery order (DO) will be issued to the successful bidder with the understanding that all items delivered and/or services rendered must meet the specifications herein. All items delivered under the contract shall meet the specifications required by the Palm Beach County Water Utilities Department Minimum Engineering and Construction Standards Manual. Any items that do not meet the specifications will be returned at the expense of the successful bidder for a full refund. All work will be performed as specified by the Water Utilities Department Director or his designee and as specified herein. Any work performed in a manner other than that specified by the Department Director or his designee or specified herein may be required, at the discretion of the Department Director or his designee, to be corrected at the expense of the successful bidder, unless the deviation was approved in writing by the Department Director or his designee prior to initiation of the work. 19. QUANTITY The quantities shown are estimated. Palm Beach County reserves the right to increase or decrease the total quantities as necessary to meet actual requirements. Unless stipulated otherwise, Palm Beach County will accept NO minimum order requirements. Additionally, bidders are cautioned to bid in accordance with the unit specified on the bid response page. 20. WARRANTY The successful bidder shall fully warrant all items and equipment furnished hereunder against defect in materials and/or workmanship and labor for a period of one 1 year from date of delivery and acceptance by Palm Beach County. Should any defect in materials or workmanship, excepting ordinary wear and tear, appear during the above stated warranty period, the successful bidder shall repair or replace same at no cost to Palm Beach County, immediately upon written notice from the Director of Purchasing. 21. ATTACHMENT(S) The following attachments are included and are considered to be a component of this bid. ATTACHMENT A- Affirmative Procurement Initiatives (API) for goods and other services APPENDIXA— Production Well Location Maps APPENDIX B — Production Well Information Database APPENDIX C — Monitor Well Location Maps APPENDIX D — Monitor Well Information Summary APPENDIX E — Well Maintenance Forms APPENDIX F — South Florida Conservancy District, East Shore Water Control District Permit for Activities Affecting District Facilities 22. WORK SITE SAFETY/SECURITY The successful bidder shall at all times guard against damage or loss to the property of Palm Beach County, the bidder's own property, and/or that of other contractors, and shall be held responsible for replacing or repairing any such loss or damage. When applicable, the successful bidder shall provide fences, signs, barricades, flashing lights, etc., at no additional cost to the County, necessary to protect and secure the work site(s) and ensure that all County, State of Florida, OSHA, and other applicable safety regulations are met. Additionally, successful bidder shall provide for the prompt removal of all debris from Palm Beach County property. Palm Beach County may withhold payment or make such deductions as deemed necessary to ensure reimbursement or replacement for loss or damage to property through negligence of the successful bidder or its agents. Page 233 of 812 Page 14 23. INSURANCE REQUIRED It shall be the responsibility of the successful bidder to provide evidence of the following minimum amounts of insurance coverage to Palm Beach County, c/o Purchasing Department, 50 South Military Trail, Suite 110, West Palm Beach, FL 33415, unless otherwise directed by the County. Subsequently, the successful bidder shall, during the term of the contract, and prior to each renewal thereof, provide evidence of insurability to Palm Beach County Purchasing department, prior to the expiration date of each and every insurance required herein. Commercial General Liability Insurance. Successful bidder shall maintain Commercial General Liability Insurance, or similar form, at a limit of liability not less than $500,000 Each Occurrence for Bodily Injury, Personal Injury and Property Damage Liability. Coverage shall include Premises and/or Operations, Independent Contractors, Products and/or Completed Operations, Personal Injury/Advertising Liability, Contractual Liability and Broad Form Property Damage coverages. Coverage for the hazards of explosion, collapse and underground property damage (X -C -U) must also be included when applicable to the work to be performed. This coverage shall be endorsed to include Palm Beach County as an Additional Insured. Business Auto Liability Insurance. Successful bidder shall maintain Business Auto Liability Insurance at a limit of liability not less than $500,000 Combined Single Limit Each Accident for all owned, non -owned, and hired automobiles. (In this context, the term "Autos" is interpreted to mean any land motor vehicle, trailer or semi trailer designed for travel on public roads.) In the event successful bidder neither owns nor leases automobiles, the Business Auto Liability requirement shall be amended allowing successful bidder to maintain only Hired & Non -Owned auto Liability and shall provide either an affidavit or a letter on company letterhead signed by the bidder indicating either the bidder does not own any vehicles, and if vehicles are acquired throughout the term of the contract, bidder agrees to purchase "Owned Auto" coverage as of the date of acquisition. This amended requirement may be satisfied by way of endorsement to the Commercial General Liability, or separate Business Auto coverage form. INSURANCE REQUIRED (continued) Workers' Compensation and Employer's Liability Insurance. Successful bidder shall maintain Workers' Compensation & Employer's Liability Insurance in accordance with Florida Statute Chapter 440. A signed Certificate or Certificates of Insurance, evidencing that required insurance coverages have been procured by the successful bidder in the types and amounts required hereunder shall be transmitted to the County via the Insurance Company/Agent within a time frame specified by the County (normally within 2 working days of request). Failure to provide required insurance shall render your bid non responsive. Except as to Business Auto, Workers' Compensation and Employer's Liability (and Professional liability, when applicable), said Certificate(s) shall clearly confirm that coverage required by the contract has been endorsed to include Palm Beach County as an Additional Insured. Said Certificate(s) of Insurance shall, to the extent allowable by the insurer, include a minimum thirty (30) day endeavor to notify due to cancellation (10 days for nonpayment of premium) or non -renewal of coverage. The Certificate Holder shall read: Palm Beach County Board of County Commissioners c/o Purchasing Department, 50 South Military Trail, Suite 110, West Palm Beach, FL 33415. It is the responsibility of the successful bidder to ensure that all required insurance coverages are maintained in force throughout the term of the contract. Failure to maintain the required insurance shall be considered default of contract. All insurance must be acceptable to and approved by County as to form, types of coverage and acceptability of the insurers providing coverage. Bidder shall agree that all insurance coverage required herein shall be provided by Bidder to County on a primary basis. Page 234 of 812 Page 15 SPECIFICATIONS IFB # 22-041/MB WELLFIELD MAINTENANCE AND REPAIR SERVICES, TERM CONTRACT PURPOSE AND INTENT The sole purpose and intent of this Invitation for Bid (I FB) is to secure firm, fixed pricing and establish a term contract for wellfield maintenance and repair services for Palm Beach County. GENERAL A. The work covered by these specifications comprises, in general, the furnishing of all labor, materials, equipment, supplies, tools and manufactured articles of every kind required to perform the work as specified herein. B. The work specified herein is for the maintenance of Surficial and Floridan Aquifer Production Wells, and Monitor Wells within the Palm Beach County service area. The service area includes one hundred and five (105) Surficial Aquifer Production Wells, ten (10) Flowing Artesian Floridan Aquifer Production Wells and 80 Monitor Wells. Appendix A provides maps illustrating the locations of the Production Wells. Appendix B provides information on the wells from the Production Well database. Work shall include, but not be limited to, performing Treatment & Testing, Rehabilitation, Step Drawdown Testing, Submersible Pump and Motor Replacement, Column Pipe Replacement, Stilling Well Drop Pipe Replacement, Repair and Replacement of Associated Appurtenances and other Well Maintenance work as necessary and identified on the selected Production and Monitoring wells, as applicable. C. Only the materials listed in Palm Beach County Water Utilities Department Minimum Engineering and Construction Standards - Approved Materials and Equipment List (Latest Version) are approved for use within the County service area, unless otherwise specified herein. SCOPE OF WORK The work authorized for the selected wells shall be based on selected combinations of the individual items identified on the response pages and summarized as follows: 1. Traffic Control 2. Palm Beach County Engineering and Public Works Department Land Development Division Water Discharge and Maintenance of Traffic Permitting; 3. Biological Activity Reaction Tests (BART TM Iron Related Bacteria, Slime Forming Bacteria and Sulfate Reducing Bacteria); 4. Specific Capacity Test Before and After Maintenance Work Performed; 5. Step Drawdown Testing; 6. Sand Content Testing (by Rossum Sand Tester) 7. Silt Density Index Testing (SDI); 8. Remove Surficial Aquifer Wellhead, Column Pipe, Submersible Pump and Motor and Appurtenances; 9. Reinstall Surficial Aquifer Wellhead, Column Pipe, Submersible Pump and Motor and Appurtenances; 10. Remove Flowing Artesian Floridan Wellhead, Column Pipe, Submersible Pump and Motor and Appurtenances; 11. Reinstall Flowing Artesian Floridan Aquifer Wellhead, Column Pipe, Submersible Pump and Motor and Appurtenances; 12. Perform Combined Static and Dynamic Down -hole View and Side View Color Video Survey Logging of Surficial Aquifer Well (includes bidder supplied pump for dynamic video survey and recordings provided in triplicate on Digital Video Disc [DVD] or Universal Serial Bus [USB] flash drive media); 13. Perform Combined Static and Dynamic Down -hole View and Side View Color Video Survey Logging of Flowing Artesian Floridan Aquifer Well (includes bidder supplied pump for dynamic video survey and recordings provided in triplicate on DVD or USB flash drive media); 14. Pump and/or Motor Retrieval; 15. Chemical Treatment with 2,500 gallons of 1,000 ppm Chlorine Solution and Wastewater Chlorine Neutralization for Surficial Aquifer well; 16. Clean Production Well Casing and Screen with Casing Scrapper and Brush for Surficial Aquifer Well; 17. Clean Monitoring Well Casing and Screen with Casing Scrapper and Brush, Cut and Remove Roots; 18. Brushing, Swabbing and Jetting to Redevelop Surficial Aquifer Well; 19. Furnish and Install Additional Gravel into Production Well Screen Gravel Pack; 20. Well Development by Bidder's Pump and Flow Meter Capable of 2,000 to 3,000 Gallons Per Minute (gpm) Flow Rate; Page 235 of 812 Page 16 21. Well Development and Redevelopment by Airlift with 600 to 750 Standard Cubic Feet Per Minute (SCFM) Air Compressor; 22. Disposal of Development Water to Lake or Storm Sewer with up to 800'. of Lay -flat Hose; 23. Disposal of Development Solids Requiring Containerization and Proper Disposal by Bidder; 24. Drill Rig with Crew; 25. Each Additional Crew Member; 26. Monitor Well Plugging Abandonment (cost of grout not included); 27. Neat Cement Grout for Monitor Well Plugging Abandonment; 28. Monitoring Well Replacement, 2" Diameter Schedule (Sch) 40 Poly Vinyl Chloride (PVC), Installation (20' depth); 29. Furnish and Install Replacement Column Pipe; 30. Furnish and Install New 1-1/2" Diameter Sch 40 PVC Stilling Well (60 to 80' deep); 31. Furnish and Install 2 New Submersible Pump Motor Stainless Steel (SS) Safety Cables and Appurtenances (60 to 80' deep); 32. On-site Welding; 33. Machine Shop Welding; 34. Disassembly and Inspection of Submersible Pump in Shop; 35. Submersible Pump Maintenance in Shop; 36. Trim Pump Impeller in Shop; 37. Disinfect Well for Health Department Clearance; 38. Water Sample Collection and Laboratory Bacteriological Analysis for Health Department Clearance; 39. Annual Wellfield System Evaluation Report Preparation 40. Individual Production Well Report Preparation Documenting Work Performed and Data; 41. Furnish and Install Sod; and 42. Miscellaneous Materials (gaskets, hardware, SS); 43. Well Acidization Mobilization; 44. Well Acidization Treatment with 32% HC COUNTY'S RESPONSIBILITIES The County shall: 1. Order on an as needed basis. 2. Provide access to the service location. SUCCESSFUL BIDDER(S) RESPONSIBILITIES The successful bidder(s) shall: A. Notify the authorized County representative seventy-two (72) hours prior to commencement of work at the well site. B. Locate any underground and above ground utilities located within the well site area within the first thirty (30) calendar days following the issuance of the Delivery Order (DO), including potholing and surveying of utility conflicts to avoid project delays, at no cost to the County. C. Repair any damage to existing above ground or underground utilities occurring during performance of the work, at no cost to the County. D. Protect well and equipment from contamination at all times, to include but not limited to keep elevated from contact with ground, secure cover over well when well head is removed, and provide clear and legible pictures of pump tag of all pumps installed showing manufacturer, model number, and serial number. E. Secure pump cable to column every five (5) feet with 10 mil pipe tape. Ty wraps are unacceptable. F. Furnish trained, knowledgeable, capable personnel and equipment required to handle the materials, perform well maintenance, and perform the tasks specified herein. The successful bidder(s) shall repair or replace any equipment not considered to be satisfactory by the County. At the County's discretion, the successful bidder(s) shall demonstrate the accuracy and precision of the successful bidder's methods and measurement. G. Provide accessories and appurtenances that are new and of recent manufacture which shall be complete and ready for use. H. Upon completion of the work, remove and legally dispose of all debris and excess materials brought on site or caused to be on site by the successful bidder's activities. I. Provide the services of a qualified manufacturer's technical representative (s) who shall adequately supervise the installation and testing of all equipment furnished under the contract. Page 236 of 812 Page 17 J. Comply with all codes, ordinances, rules, regulations, orders and other legal requirements of public authorities, which bear on performance of work. K. Perform day work only (Monday through Friday, 7 AM — 7 PM; with no equipment and excessive noise between 7 AM — 8 AM and 6 PM — 7PM) excluding nights, weekends, and Palm Beach County and Federal holidays. L. Submit to the County representative, plans to mitigate the work activity noise and vibration impacts and comply with the noise and vibration criteria specified herein, including the method of work execution and treatments if necessary. 1. All equipment operation shall be in accordance with local noise ordinances and the County requirements for the applicable working hours. 2. The successful bidder shall be required to keep within noise requirements during all phases of the work. Monitoring shall be performed by the successful bidder and shall be reported to the County representative. The maximum allowable noise at the well site boundaries is 85 decibels or 15 decibels above background, whichever is less. Noise abatement will require an acoustical sound barrier wall, enclosures or other means to minimize noise at all well sites. Mitigation of noise to allowable levels is considered incidental to the work and does not constitute additional payment to the successful bidder(s). Noise control, monitoring and compliance are the sole responsibility of the successful bidder(s). M. Plan and execute work activities by methods to control vibration to prevent damage to surrounding foundations, structures, and buildings. The successful bidder shall protect all existing structures from damage from vibration generating activities. Vibration control and compliance are the sole responsibility of the successful bidder. N. Yield to operations at the water treatment plant at all times and not interfere in any way with operations or personnel. The successful bidder shall comply and adhere to all security requirements including but not limited to background checks and issuance of security badges. Access to the well site and work areas shall be limited to easement areas shown on the project drawings and as discussed in the project work commencement meeting(s). O. Secure and pay for permits, government fees and licenses, as necessary for proper execution and completion of work. P. Complete the permit application, if a permit is required for service, and submit the application packet to Facilities Development & Operations for processing. Processing shall include reviewing and approving the permit application and any attached plans. Q. Be capable of performing maintenance on a minimum of three (3) wells, simultaneously. R. Provide the designated County representative with a written estimate containing a scope of work, estimated number of hours to complete work, and list of necessary parts with pricing, if requested. S. Establish a time line with the designated County representative prior to starting work T. Coordinate the scheduling of work and all activities, on a daily basis, with the designated County representative. U. Notify the designated County representative a minimum of one (1) hour prior to arrival to allow the representative enough time to meet with the technician at the specific location if desired. V. Ensure that only employees with proper clearance (applicable background check and card access, if required at site) perform services at County buildings, and at no time shall unauthorized employees be engaged in the performance of the services or allowed in unauthorized areas. W. Comply with the requirements of the County's security systems regarding guard service, registration of personnel and vehicles, and the use of designated entrances. X. Keep all of its personnel out of areas not designated for the successful bidder's use. Y. Ensure employees park their automobiles, trucks, or other vehicles in assigned parking areas. Z. Require all technicians wear company identification at the worksite(s). AA. Post all normal safety signs, necessary lighting, and temporary barriers around work areas, in accordance with OSHA requirements, while the work is in progress. BB. NOT use County dumpsters, trash bins, or other contracted services to dispose of debris. PROJECT REQUIREMENTS Siltation and Bank Erosion: A. Successful bidder(s) shall take adequate precautions to prevent siltation and bank erosion while discharging water to canals or ditches or during other activities. Page 237 of 812 Page 18 Storage of Materials: A. Suitable storage facilities shall be furnished by the successful bidder(s), off-site. All materials, supplies and equipment intended for use in the work shall be suitably stored by the successful bidder(s) to prevent damage from exposure, admixture with foreign substances, vandalism or other cause. The Department Director or his designee will refuse to accept, or sample for testing, materials, supplies or equipment that have been improperly stored, as determined by the Department Director or his designee. Materials found unfit for use shall not be incorporated in the work and shall immediately be removed from the project and/or storage site. Delivered materials shall be stored in a manner acceptable to the Department Director or his designee before any payment for same will be made. Materials strung out along the line of the project will not be allowed unless the materials will be installed within two (2) weeks from the time of unloading and stringing out. Salvaged Equipment and Materials: A. In the absence of special provisions to the contract, salvaged materials, equipment or supplies that occur are the property of the County and shall be cleaned and stored as directed by the County. Surplus excavated materials remain the property of the County and shall be stored in the area designated by the County. Successful bidder(s) shall deliver salvaged materials, equipment or supplies to the location directed by the County. Site Restoration A. The successful bidder(s) shall keep the project site free of rubbish and waste materials and restore to their original condition those portions of the site not designated for alteration by the work. Clean up and restoration shall be accomplished on a continual basis throughout the contract period and in such a manner as to maintain a minimum of nuisance and interference to the general public and residents in the vicinity of the work. It is the intent of this specification that the project areas and those other areas not designated for alteration by the work shall be restored to their original condition as nearly as possible immediately after completion of installation. Progress of Work A. Work shall be performed to the County's specifications including the specified timeline for each work project. Failure of the successful bidder(s) to adhere to the established timelines shall be cause for default and termination of the contract. Reporting Criteria A. Accurate, complete and comprehensive information and data documenting all field work activities shall be provided to support invoices submitted to the County for payment. B. Invoices submitted without accurate, complete and comprehensive information and data documenting all field work activities performed will not be approved by the County for payment. C. Well Maintenance Work Activity information and data collection forms are provided as guidance on the minimum required field work activity documentation. Any and all supplemental information and data recorded in a format other than and in addition to the Well Maintenance Work Activity information and data collection forms shall also be submitted as supporting documentation. D. All field measurement instrument readings and documentation of instrument calibrations shall be included as supporting documentation. E. Annual Wellfield Performance Evaluation Reports providing a compilation and evaluation of all information and data collected during the work activities performed on individual wells that comprise each Water Treatment Plant facility wellfield, shall be prepared and submitted to the County. The Annual Wellfield Performance Evaluation Reports shall be prepared on a calendar year basis and submitted to the County within sixty (60) days of the end of the preceding calendar year. 2. The Annual Wellfield Performance Evaluation Reports shall be accurate, complete and comprehensive and present all field data, calculations and evaluations in graphic, tabular and text presentation formats. 3. All methods, procedures and field instrument data measurement equipment used shall be identified and documented, including all manufacturer required calibration procedures performed. Page 238 of 812 Page 19 4. All field data collected for well evaluations presented in the report shall be included as an appendix to the report. 5. All reports shall include a Table of Contents, comprised of a List of Sections, List of Figures, List of Tables and List of Appendices. 6. For selected scopes of authorized well maintenance work activity, a project work specific report may be required at a frequency interval less than one (1) calendar year, such as Monthly, Quarterly or project work activity duration period. 7. Project work specific activity reports shall comply with all information and formatting requirements specified for Annual reports that are applicable to the project work scope being documented. 8. Project work specific activity reports shall be submitted to the County within thirty (30) days of the end of the work activity reporting period. PHOTOGRAPHIC DOCUMENTATION Performance A. Section generally defines successful bidder's responsibilities, unless otherwise specified for the following; 1. Photographic Documentation; 2. Equipment; 3. Submittal; 4. Technique; and 5. Quality Assurance. Quality Assurance A. Documentation shall be completed by a responsible individual known to be skilled and regularly engaged in the preparation of pre and post project work color photographic documentation. All pre and post project work photographs are to be completed by personnel with an extensive amount of previous experience in producing pre and post work documentation. B. Completed documentation shall reproduce bright, sharp pictures with accurate colors and shall be free from distortion or any other significant picture imperfection. C. Project work shall not proceed until the County has reviewed the photographic documentation and notified the successful bidder of its acceptability. Three (3) copies of the pre and post project work photographic documentation shall be provided on a DVD or USB flash drive that is able to be viewed on a Windows operating system. Recording Equipment A. Utilize color digital camera having: 1. Resolution at 12 mega pixels (MP), minimum. 2. 8:1 Zoom, minimum. B. Utilize a digital recording format of: 1. Joint Photographic Experts Group (JPEG). Recoding Media A. Utilize new, Digital Video Disc (DVD) having: 1. DVD shall be DVD -R. DVD -RAM shall not be accepted. 2. DVD disc shall be 4-3/4" diameter. 3. High Resolution. 4. 4.7 gigabyte storage per layer with two layers, minimum. Page 239 of 812 Page 20 Coverage A. Photograph all surface features located in the well site work area of influence, inclusive of the proposed storage area(s), including but not limited to: 1. Well site roadways, driveways, sidewalks, backyard easements. 2. Homes, landscaping, walls, gates decorative concrete structures, parking lots, pavement, future easement areas. 3. Drainage structures, above grade utilities, drainage swales, canals. 4. Landscaping, trees, shrubbery, fences, irrigation heads, meters. 5. Wellsite, overall and any equipment storage and laydown areas. 6. Wellhead, instrumentation local displays, junction boxes, panels, well pad, piping, valves, conduits, well compound fencing, well site landscaping, in -ground valve boxes and cable pull boxes and all well appurtenances. B. Photograph individual features of each item with particular attention being focused upon existence of any faults, fractures or defects. Indexing A. Permanently label each DVD with a sequential DVD number, the plant and well number, and the date of photography. B. Prepare a written log which describes the contents of each DVD including: 1. Structure/location names. 2. Photograph locations. 3. Photograph dates. Conditions A. Photograph during dry, clear weather and during daylight hours only. B. Photograph when the area to be covered is free of debris or obstructions. Materials Delivery, Storage, and Protection A. All materials shall be delivered in an undamaged condition and stored to provide protection against damage. B. All defective or damaged materials shall be replaced with new materials at the successful bidder's expense. Successful Bidder(s) Equipment A. The successful bidder's equipment shall be clean, well maintained, and in good operating condition when delivered to the site and during performance of work. 1. The equipment shall be of adequate size, strength, horsepower, and capacity for the project and of the type successfully utilized for the rehabilitation and maintenance of similar size or larger size wells within the last two (2) years. 2. All equipment shall be provided with safety devices as required by governmental authorities having jurisdiction. B. The successful bidder(s) shall use tanks of 2,000 -gallon capacity or larger as waste tanks for the neutralization of spent acids, chlorination wastes, etc. These tanks shall be used as required during development activities. TECHNICAL REQUIREMENTS Work shall include, but not be limited to, all transportation and all temporary services, utilities, and systems, necessary to properly and efficiently accomplish and complete the services specified herein; additionally, services shall include, but not be limited to the following: 1. Labor, materials, and equipment. 2. Tools, equipment and machinery. Page 240 of 812 Page 21 3. Water, electricity, and other utilities required to complete project. 4. Other facilities and services necessary for proper execution and completion of the work. 5. Permits, surveys, testing, laboratory analysis and reporting. The successful bidder(s) shall furnish all equipment, labor, materials, power, fuel, tools and incidentals necessary to perform Treatment & Testing, Rehabilitation, Step Drawdown Testing, Submersible Pump and Motor Replacement, Column Pipe Replacement, Stilling Well Drop Pipe Replacement, Repair and Replacement of Associated Appurtenances and other Well Maintenance service work as necessary and identified on one hundred and five (105) Surficial Aquifer Production Wells located at four (4) Water Treatment Plant (WTP) wellfields (WTP-2, WTP-3, WTP-8 and WTP-9) and ten (10) Flowing Artesian Floridan Aquifer Production Well located at one (1) WTP wellfield (WTP-11) and eighty (80) Monitor Wells at facilities located in Palm Beach County, Florida. The successful bidder's attention is called to the fact that the unit pricing offered for various items of work are intended to establish a total price for completing the work in its entirety. Any item of work not specifically addressed on the bid response pages should be included in the items listed. Mobilization and demobilization costs shall be included in the unit pricing offered for each associated work item. Unit pricing offered shall be payment in full for the work performed. A. Item No. 1: Traffic Control Traffic control shall be at the unit price offered per day. Payment shall be made after submittal of the invoices for barricades, signs, flashing arrow board, traffic cones. Approved traffic plan and MOT Permit, if required, shall be submitted with payment requests. B. Item No. 2: Palm Beach County Engineering and Public Works Department Land Development Division Water Discharge and Maintenance of Traffic Permitting Permitting for Water Discharge and Maintenance of Traffic issued by the Palm Beach County Engineering and Public Works Department Land Development Division shall be at the unit price offered. Payment shall be made after submittal of the invoices for permit application fees and receipt of the approved permit(s). Approved permit close out documents shall be submitted with payment requests. C. Item No. 3: Biological Activity Reaction Tests (BART TM) Production Well groundwater sample testing, utilizing BART TM test for Iron Related Bacteria (IRB), test for Slime Forming Bacteria (SLYM) and test for Sulfate Reducing Bacteria (SRB), shall be at the unit price offered. Payment shall be made after submittal of results of the BART TM testing. D. Item No. 4: Specific Capacity Testing Before and After Maintenance Work Performed Specific Capacity Testing conducted before and after Production Well maintenance work performed (two (2) tests each unit item) shall be at the unit price offered. The unit price shall be based on water level measurements made using electric tape or submersible pressure transducers, and a certified flow meter. Payment shall be made after submittal of all field data collected and a report summarizing the test. E. Item No. 5: Step Drawdown Testing Step Drawdown Testing shall be at the unit price offered. The unit price shall be based on a minimum of three (3) steps each conducted at a different constant flow rate maintained for a minimum of one (1) hour with water level measurements made using electric tape or submersible pressure transducers, and a certified flow meter. Payment shall be made after submittal of all field data collected and a report summarizing the test. F. Item No. 6: Sand Content Testing (by Rossum Sand Tester) Production Well discharge water sand content testing shall be at the unit price. The unit price shall be based on testing performed using a Rossum Sand Tester operated in accordance with the manufacturer's specifications, and a certified flow meter. Payment shall be made after submittal of all field data collected and a report summarizing the test. G. Item No. 7: Silt Density Index Testing (target standard, SDI less than 3) Production Well discharge water silt density index (SDI) testing shall be at the unit price offered. The unit price shall be based on testing performed using a field SDI test assembly with Filter Holder, Pressure Gauge, Pressure Regulator, Ball Valve, Graduated Cylinder, Thermometer, Tubing, Filter Tweezers and SDI filters. SDI testing will be performed in strict accordance with the manufacturer's test procedures. Personnel performing SDI testing shall be required to demonstrate thorough knowledge of the testing procedure and protocol and be approved by the County. The County target standard for well development is an SDI value Page 241 of 812 Page 22 less than 3 unless otherwise approved by the County representative. The County may independently test well and if SDI test result is greater than 3 then the successful bidder's test shall be considered as a failing test and shall be repeated without compensation. Payment shall be made after submittal of all field data collected and a report summarizing the test. H. Item No. 8: Remove Surficial Aquifer Wellhead, Column Pipe, Submersible Pump and Motor and Appurtenances Removal of Surficial Aquifer wellhead, column pipe, submersible pump and motor and appurtenances shall be at the unit price offered. The unit price shall be based on mobilization, performing all work, cleanup and demobilization with crane, mega -ohm meter insulation integrity testing of the submersible power cable and pump motor before and after pump and motor removal, the removal of the surficial wellhead, column pipe and the well pump with motor, stilling well and transducer, transporting items from the well to the Water Treatment Plant, securing the wellhead with temporary cover. Lock out and tag out of the well electric power and disconnection of the submersible pump electric power supply cables shall be performed by County personnel. Payment shall be made after submittal of the mega -ohm meter insulation integrity testing readings and the submersible pump and motor manufacturer, model number, serial number and horsepower information. The mega -ohm meter insulation integrity testing readings and the submersible pump and motor manufacturer, model number, serial number and horsepower information shall be submitted with payment requests. Item No. 9: Reinstall Surficial Aquifer Wellhead, Column Pipe, Submersible Pump and Motor and Appurtenances Reinstallation of Surficial Aquifer wellhead, column pipe, submersible pump and motor and appurtenances shall be at the unit price offered. The unit price shall be based on mobilization, performing all work, cleanup and demobilization with crane, transportation of items from the Water Treatment Plant to the well site, removing temporary well cover, reinstalling the surficial well head, column pipe and well pump with motor including level transducers and stilling wells, furnish and install new column pipe O -rings and restraint splines for Certa-Lok PVC column pipe, furnish and install electrical splices, mega -ohm meter insulation integrity testing of the submersible power cable and pump motor before and after installing pump with motor sealing conduits to prevent water from entering electrical panel. Installation of conduit and electrical connections and removal of submersible pump motor power supply lock out and tag out will be performed by County personnel. Payment shall be made after submittal of the mega -ohm meter insulation integrity testing readings and the submersible pump and motor manufacturer, model number serial number and horsepower information. The mega -ohm meter insulation integrity testing readings and the submersible pump and motor manufacturer, model number, serial number and horsepower information shall be submitted with payment requests. J. Item No. 10: Remove Flowing Artesian Floridan Aquifer Wellhead, Column Pipe, Submersible Pump and Motor and Appurtenances Removal of flowing artesian Floridan Aquifer wellhead (without suppression of artesian flow), column pipe, submersible pump and motor and appurtenances shall be at the unit price offered. The unit price shall be based on mobilization, performing all work, cleanup and demobilization with crane, mega -ohm meter insulation integrity testing of the submersible power cable and pump motor before and after pump and motor removal, the removal of the Floridan wellhead, column pipe and the well pump with motor, stilling well and transducer, transporting items from the well to the Water Treatment Plant, securing the wellhead with temporary cover. Lock out and tag out of the well electric and disconnection of the submersible pump electric power supply cables shall be performed by County personnel. Payment shall be made after submittal of the mega -ohm meter insulation integrity testing readings and the submersible pump and motor manufacturer, model number, serial number and horsepower information. The mega -ohm meter insulation integrity testing readings and the submersible pump and motor manufacturer, model number, serial number and horsepower information shall be submitted with payment requests. K. Item No. 11: Reinstall Flowing Artesian Floridan Aquifer Wellhead, Column Pipe, Submersible Pump and Motor and Appurtenances Reinstallation of flowing artesian Floridan Aquifer wellhead (without suppression of artesian flow), column pipe, submersible pump and motor and appurtenances shall be at the unit price offered. The unit price shall be based on mobilization, performing all work, cleanup and demobilization with crane, transportation of items from the Water Treatment Plant to the well site, removing temporary well cover, reinstalling the Floridan well head, column pipe and well pump with motor including level transducers and stilling wells, furnish and install new column pipe O -rings and restraint splines for Certa-Lok PVC column pipe, furnish and install electrical splices, mega -ohm meter insulation integrity testing of the submersible power cable and pump motor before and after Page 242 of 812 Page 23 installing pump with motor, sealing conduits to prevent water from entering electrical panel. Installation of conduit and electrical connections and removal of submersible pump motor power supply lock out and tag out will be performed by County personnel. Payment shall be made after submittal of the mega -ohm meter insulation integrity testing readings and the submersible pump and motor manufacturer, model number, serial number and horsepower information. The mega -ohm meter insulation integrity testing readings and the submersible pump and motor manufacturer, model number, serial number and horsepower information shall be submitted with payment requests. L. Item No. 12: Perform Combined Static and Dynamic Down -hole View and Side View Color Video Survey Logging of Surficial Aquifer Well Surficial Aquifer Production Well combined static and dynamic video survey logging shall be at the unit price offered. The unit price shall be based on mobilization, setup, video well logging unit, pumping of water from the well with Bidder supplied submersible pump (minimum capacity 100 gpm flow rate) to provide a clear color video image, rigging of necessary sheaves and blocks over the borehole, and power supplies, labor, equipment and materials necessary to obtain a clear static down -hole and side view video log of the entire length of the well and a dynamic down -hole and side view video log of the well screen and potential casing holes during pumping. The video log recordings shall be submitted in triplicate on DVD or USB flash drive media with payment requests. M. Item No. 13: Perform Combined Static and Dynamic Down -hole View and Side View Color Video Survey Logging of Flowing Artesian Floridan Aquifer Well Flowing Artesian Floridan Aquifer Production Well combined static and dynamic video survey logging shall be at the unit price offered. The unit price shall be based on mobilization, setup, video well logging unit, allowing the well to free flow for dynamic video logging, a clear color video image, rigging of necessary sheaves and blocks over the borehole, installation of a wellhead assembly video logging cable standpipe and/or seal -off device to control artesian flow during static video logging, power supplies, labor, equipment and materials necessary to obtain a clear static down -hole and side view video log of the entire length of the well and a dynamic down -hole and side view video log of the well screen and potential casing holes during well artesian free flow. Payment shall be made after submittal of the video log recordings in triplicate on DVD or USB flash drive media. N. Item No. 14: Pump and/or Motor Retrieval Retrieval of a pump and/or motor from a Production Well shall be at the unit price offered per hour. The unit price shall be based on mobilization, performing all work, cleanup and demobilization with crane, video camera, fishing and removal of pump and/or motor, transporting pump and/or motor from the well to the Water Treatment Plant, securing the wellhead and temporary cover. Payment shall be made after successful removal of the pump and/or motor from the well. Documentation of successful removal of the pump and/or motor from the well shall be submitted with payment requests. O. Item No. 15: Chemical Treatment with 2,500 Gallons of 1,000 ppm Chlorine Solution and Wastewater Chlorine Neutralization for Surficial Aquifer Well Surficial Aquifer Production Well chemical treatment with chlorine solution and wastewater chlorine neutralization shall be at the unit price offered. The unit price shall be based on mobilization, injection of 2,500 gallons of 1,000 ppm chlorine solution into the well, pumping out wastewater approximately thirty-six (36) hours later, neutralizing the wastewater, performing all work, cleanup and demobilization. Payment shall be made after submittal of before and after treatment Specific Capacity testing data (Item No. 4) and Laboratory Results of Bacteriological Analysis for Health Department Clearance (Item No. 38) for the well. P. Item No. 16: Clean Production Well Casing and Screen with Casing Scrapper and Brush for Surficial Aquifer Well Surficial Aquifer Production Well casing and screen cleaning with scrapper and brush shall be at the unit price offered. The unit price shall be based on mobilization, performing all work, cleanup and demobilization including the assembly of the cleaning apparatus at the well, with crane and all equipment. The unit price also shall include circulation of the casing scale and debris from the well and disposal of the solids in accordance with applicable regulations and shall not be measured separately if less than one cubic yard. Disposal of containerized solids in excess of one cubic yard shall be paid under Item No. 23. Payment for removal and reinstallation of wellhead, column pipe, pump and motor and video survey logging are paid under separate bid items (Item No. 8, 9 and 12). A pre and post cleaning video survey log, paid under Item No. 12, is performed to verify the casing and screen has been effectively cleaned. Payment shall be made after submittal of before and after cleaning video survey logs (Item No. 12) for the well. Page 243 of 812 Page 24 Q. Item No. 17: Clean Monitoring Well Casing and Screen with Casing Scrapper and Brush, Cut and Remove Roots Monitoring Well casing and screen cleaning with casing scrapper and brush, root cutting and removal shall be at the unit price offered. The unit price shall be based on mobilization, performing all work, cleanup and demobilization including the casing scrapper and brush, and root cutting and retrieval tool. Payment shall be made after submittal of work completion documentation. R. Item No. 18: Brushing, Swabbing and Jetting to Redevelop Production Well Production Well redevelopment by brushing, swabbing and jetting shall be at the unit price offered. The unit price shall be based on mobilization, brushing, swabbing and jetting tools, equipment, performing all work, cleanup and demobilization including a high velocity jetting tool having four (4) nozzles with pumping equipment capable of delivering a minimum flow rate of 500 gpm and nozzles sized to provide a minimum jetting velocity of 50' per second. Payment for removal and reinstallation of wellhead, column pipe, pump and motor and video survey logging are paid under separate bid items (Item No. 8, 9 and 12). A pre and post redevelopment video survey log, paid under Item No. 12, is performed to verify the casing and screen has been effectively cleaned. The unit price also shall include circulation of solids from the well and disposal of the solids in accordance with applicable regulations and shall not be measured separately if less than one (1) cubic yard. Disposal of containerized solids in excess of one (1) cubic yard shall be paid under Item No. 23. Payment shall be made after submittal of before and after rehabilitation video survey logs (Item No. 12) for the well. S. Item No. 19: Furnish and Install Additional Gravel into Production Well Screen Gravel Pack Production Well screen gravel pack replenishment shall be at the unit price offered per cubic foot installed. Gravel pack grain size and distribution shall be submitted for approval for each well and shall be appropriately sized for the well screen. The unit price shall be based on gravel pack installed on a per cubic foot basis including installation of gravel pack with tremie tube as necessary including all equipment. The size of the gravel pack shall be specific to each well screen slot size. Replacement gravel pack shall be installed in a water slurry by the tremie method. The base of the tremie pipe shall be placed at the gravel placement depth and be moved upward consistent with the gravel fill depth. The gravel pack shall be carefully installed to ensure complete filling of the annular space. Payment shall be made after submittal of work completion documentation. T. Item No. 20: Well Development by Succcessful Bidder's Pump Capable of 2,000 to 3,000 gpm Flow Rate Well development by pump will be based on the actual number of development pumping hours performed and shall be at the unit price offered per hour. The unit price shall be based on mobilization, all equipment and power, for pumping development of the well at flow rates ranging 2,000 to 3,000 gpm and with solids and water management with proper disposal. Also included in the unit price are a minimum of twice daily sand testing by Rossum Sand Tester, SDI and pre and post development specific capacity testing and reporting which shall not be measured or paid separately. The unit price shall include circulation of solids from the well and disposal of the solids in accordance with applicable regulations and shall not be measured separately if less than one (1) cubic yard. Disposal of containerized solids in excess of one (1) cubic yard shall be paid under Item No. 23. Payment for removal and reinstallation of wellhead, column pipe, pump and motor and video survey logging are paid under separate bid items (Item No. 8, 9 and 12). Payment shall be made after submittal of video log survey recordings, sand, SDI and specific capacity testing results and work completion documentation. U. Item No. 21: Well Development and Redevelopment by Airlift with 600 to 750 SUM Air Compressor Well development by airlift pumping will be based on the actual number of airlift pumping development hours performed and shall be at the unit price offered per hour. The unit price shall be based on mobilization and all equipment for airlift pumping development of the well using an air compressor capable of delivering a 600 to 750 SCFM air flow rate at the anticipated hydrostatic pressure and with solids and water management and proper disposal. Also included in the unit price are a minimum of twice daily sand testing by Rossum Sand Tester, SDI and pre and post development specific capacity testing and reporting which shall not be measured or paid separately. The unit price shall include circulation of solids from the well and disposal of the solids in accordance with applicable regulations and shall not be measured separately if less than one (1) cubic yard. Disposal of containerized solids in excess of one (1) cubic yard shall be paid under Item No. 23. Payment for removal and reinstallation of wellhead, column pipe, pump and motor and video survey logging are paid under separate bid items (Item No. 8, 9 and 12). Payment shall be made after submittal of video log survey recordings, sand, SDI and specific capacity testing results and work completion documentation. Page 244 of 812 Page 25 V. Item No. 22: Disposal of Development Water to Lake or Storm Sewer with up to 800' of Lay -flat Hose Disposal of development water to lake or storm sewer shall be at the unit price offered. The unit price shall be based on mobilization and all equipment, to set up, operate and demobilize up to 800' of lay -flat hose for conveyance and disposal of development water by discharge to the specified waterbody in accordance with all applicable permits, rules and regulations. Payment shall be made after submittal of work completion documentation. W. Item No. 23: Disposal of Development Solids Requiring Containerization and Proper Disposal by Bidder Proper disposal of development solids shall be at the unit price offered per cubic yard. The unit price shall be based on volumetric measurement, containerization, transport and disposal of development solids, in excess of one (1) cubic yard, in accordance with all local, State and Federal regulations. Payment shall be made after submittal of work completion documentation. X. Item No. 24: Drill Rig with Crew Drill rig with crew shall be at the unit price offered per hour. The unit price shall be based on mobilization and all equipment. Payment shall be made after submittal of work completion documentation. Y. Item No. 25: Each Additional Crew Member Each additional crew member shall be at the unit price offered per hour. The unit price shall be based on crew member(s) that are knowledgeable and trained in the safe and proper execution of their assigned duties, mobilization, performing all work, cleanup and demobilization. Payment shall be made after submittal of work completion documentation. Z. Item No. 26: Monitor Well Plugging Abandonment (cost of grout not included) Plugging abandonment of Monitor Wells shall be at the unit price offered. The unit price shall be based on mobilization, and all equipment to complete Monitor Well plugging abandonment with neat Portland cement grout in accordance with local and State regulatory requirements. The unit price shall include removal of the Monitor Well surface enclosure (above -ground well enclosure or grade level manhole) including concrete pad, with the abandoned well casing cut off a minimum of 1' below grade and restoration of grade and finished surface to match existing. The neat Portland cement grout shall be emplaced into the well by tremie pipe positioned to within 1' of the well bottom and pumped into the well from bottom to top. Portland cement grout used for plugging the Monitor Well shall be paid under Item No. 27. Payment shall be made after submittal of a Monitor Well abandonment report documenting completion of the work. AA. Item No. 27: Neat Cement Grout for Monitor Well Plugging Abandonment Neat Portland Cement grout for Monitor Well plugging abandonment shall be paid at the unit price offered per cubic yard. The unit price shall be based on mobilization and all equipment, for placement of required volume of neat Portland cement grout in the Monitor Well, as specified in Item No. 26, in accordance with local and State regulatory requirements. Payment shall be made after submittal of a Monitor Well abandonment report documenting completion of the work. BB. Item No. 28: Monitor Well Replacement, 2" Diameter Sch 40 Poly Vinyl Chloride (PVC), Installation Installation of a replacement Monitor Well shall be paid at the unit price offered. The unit price shall be based on well installation permitting, mobilization, and all equipment to install a 20' deep, 2" diameter Sch 40 PVC Monitor Well completed with either an aluminum 4" x 4" x 3' above -ground well enclosure with a lockable hinged lid or an 8" diameter grade level manhole set in a minimum 2' x 2' concrete pad. A survey of the replacement Monitor Well top of casing elevation by a Florida Licensed Professional Surveyor shall be included in the unit price offered. The County standard well identification tag with complete well information, including top of casing elevation, shall be permanently installed in the concrete pad of the manhole or above -ground protective casing. The completed Monitor Well shall be developed by pumping until clear water is produced and as directed by the County representative. Payment shall be made after submittal of a Monitor Well Construction Permit and Well Completion Report documenting the work. Page 245 of 812 Page 26 CC. Item No. 29: Furnish and Install Replacement Column Pipe Installation of replacement column pipe shall be paid at the unit price offered per linear foot. The unit price shall be based on mobilization and all equipment, to furnish and install 8" diameter Certa-Lok, Sch 80, PVC well column pipe with couplers, splines, O-ringO-rings and set screws in accordance with the manufacturers specifications. This item would be preceded by removal of surficial wellhead, column pipe and well pump with motor (Item No. 8), and followed by reinstallation of surficial wellhead column pipe and well pump with motor (Item No. 9) which are paid separately. Payment shall be made after submittal of work completion documentation. DD. Item No. 30: Furnish and Install New 1-1/2" Diameter Sch 40 PVC Stilling Well (60 to 80' Deep) Installation of replacement stilling well pipe shall be paid at the unit price offered. The unit price shall be based on mobilization and all equipment, to furnish and install 60 to 80' of 1-1/2" diameter, threaded, Sch 40 PVC stilling well pipe with couplers, adapter, end cap, a minimum of five (5) each 1/4" diameter water and vent holes drilled at top and bottom and fittings in a Production Well. This item would be preceded by removal of surficial wellhead, column pipe and well pump with motor (Item No. 8), and followed by reinstallation of surficial wellhead column pipe and well pump with motor (Item No. 9) which are paid separately. EE. Item No. 31: Furnish and Install 2 New Submersible Pump Motor SS Safety Cables and Appurtenances (60 to 80' Deep) Installation of replacement submersible pump motor SS safety cables shall be paid at the unit price offered. The unit price shall be based on mobilization and all equipment, to furnish and install two (2), 60 to 80' long, 3/8" diameter, S.S. safety cables with appurtenances to secure and prevent submersible pump motor displacement to the bottom of the well. This item would be preceded by removal of surficial wellhead, column pipe and well pump with motor (Item No. 8), and followed by reinstallation of surficial wellhead column pipe and well pump with motor (Item No. 9) which are paid separately. FF. Item No. 32: On-site Welding Welding on-site shall be paid at the unit price offered per hour. The unit price shall be based on mobilization and all equipment for welding performed by a Certified Welder. GG. Item No. 33: Machine Shop Welding Welding in the machine shop shall be paid at the unit price offered per hour. The unit price shall be based on all transport and equipment for welding performed by a Certified Welder. Payment shall be made after submittal of work completion documentation. HH. Item No. 34: Disassembly and Inspection of Submersible Pump in Shop Submersible pump disassembly and inspection in the pump service shop shall be paid at the unit price offered. The unit price shall be based on all transport and equipment for pump disassembly and inspection performed by a trained pump mechanic. The unit price shall include delivery from the well site to the shop, disassembly of pump in the shop, preparing a pump report and transmitting the report to the County. Report shall consist of well number, pump manufacturer, pump size, pump speed, serial number of pump, photographs, report detailing deficiencies and recommendation for repair with associated costs. Also included in the unit price shall be delivery of the spare parts or refurbished pump to the County after pump maintenance is completed under Item No. 35 which shall be paid separately. Payment shall be made after submittal of the pump report and spare parts or the refurbished pump, as applicable. II. Item No. 35: Submersible Pump Maintenance in Shop Submersible pump maintenance and repair in the pump service shop shall be paid at the unit price offered per hour. The unit price shall be based on all transport and equipment for pump maintenance and repair performed by a trained pump mechanic. This item shall follow the disassembly and inspection of pump in shop, which shall be paid separately (Item No. 34) and shall NOT be duplicated and measured for time under this payment item. The unit price shall include replacement of shafts, bearings, wear rings, adapters etc. JJ. Item No. 36: Trim Pump Impeller in Shop Pump impeller trimming in the pump service shop shall be paid at the unit price offered. The unit price shall be based on all transport and equipment for pump impeller trimming performed by a trained pump mechanic. The pump impeller shall be trimmed to the specified diameter as directed by the County. Page 246 of 812 Page 27 KK. Item No. 37: Disinfect Well for Health Department Clearance Well disinfection for Health Department Clearance shall be paid at the unit price offered. The unit price shall be based on well disinfection in accordance with American National Standards Institute (ANSI) / American Water Works Association (AWWA) C654-03 Disinfection of Wells and the requirements of § 62-555 Florida Administrative Code (F.A.C.) including all equipment to complete the work. Payment shall be made after submittal of the Laboratory Report of Analytical Results documenting clearance of the well. LL. Item No. 38: Water Sample Collection and Laboratory Bacteriological Analysis for Health Department Clearance Water sample collection and Laboratory Bacteriological Analysis for Health Department Clearance shall be paid at the unit price offered. The unit price shall be based on all equipment to complete the work. Bacteriological tests shall be performed once or twice a day, per well, at the specified interval to obtain a Health Department clearance in accordance with the requirements of § 62-555 F.A.C. Sampling shall be done by certified and trained laboratory personnel and shall include both weekday and weekends. The samples shall be properly stored and an intact chain of custody shall be established and documented. The accredited laboratory shall analyze the samples according to the Colilert 24 method. An additional sample also shall be collected by the County for bacteriological analysis. Payment shall be made after submittal of the Laboratory Report of Analytical Results documenting clearance (passed test) of the well as well as clearance of the well by the County laboratory. MM. Item No. 39: Annual Wellfield System Evaluation Report Preparation Annual Wellfield System report preparation shall be paid at the unit price offered. The unit price shall be based on preparation of an accurate, complete and comprehensive report that presents all field data, calculations and evaluations in graphic, tabular and text presentation formats. Payment shall be made after submittal of the Annual Wellfield System report. NN. Item No. 40: Individual Production Well Report Preparation Documenting Work Performed and Data Individual Production Well report preparation shall be paid at the unit price offered. The unit price shall be based on preparation of an accurate, complete and comprehensive report that presents all field data, calculations and evaluations in graphic, tabular and text presentation formats. Payment shall be made after submittal of the Individual Production Well report. Item No. 41: Furnish and Install Sod Sod installation shall be paid at the unit price offered per square yard. The unit price shall be based on all transport and equipment for sod installation, irrigation until established and successful sod establishment. Payment shall be made after submittal of work completion and successful sod establishment documentation. 00. Item No. 42: Miscellaneous Materials (gaskets, hardware, SS) Miscellaneous materials shall be paid at the unit price offered. The unit price for as needed materials shall be based on actual cost, lump sum, not to exceed $1,000 per authorization. Payment shall be made after submittal of work completion documentation. Documentation of work completion and receipts for miscellaneous materials purchased and installed shall be submitted with payment requests. PP. Item No. 43: Well Acidization Mobilization Well acidization mobilization shall consist of preparatory work, finish work, mobilizing and demobilizing for beginning and ending work, including but not limited to, those operations necessary for well acidization providing acid pumping, labor and equipment necessary to acidize the well and to complete the acid treatment as specified herein and as accepted by the County representative. Payment will be made at the unit price offered for Each well. QQ. Item No. 44: Well Acidization with 32% HCL Well acidization consists of 32% HCL acidization, including but not be limited to, furnishing and placing the acid as specified herein and accepted by the County representative. Payment shall be made at the unit price offered per gallon of 32% HCL Acid as specified herein and accepted by the County representative as determined by delivery tickets and field observation. Page 247 of 812 Page 28 TESTING LABORATORY SERVICES Description A. Successful bidder(s) shall employ and pay for services of an Independent Testing Laboratory to perform specified services. B. Inspection, Sampling and Testing is required for: 1. Bacteriological Clearance (two (2) tests for Well Treatment & Testing, Pump & Motor Replacement and Well Rehabilitation) for analysis by an Independent Testing Laboratory using the Colilert 24 analytical method. 2. Water Quality Tests. 3. Other operations specified herein or as required by the County. C. Successful bidder's employment of Testing Laboratory shall in no way relieve successful bidder's of their obligation to perform work as specified herein. Qualification of Laboratory A. Independent Testing Laboratory utilized for water sample analysis shall be recognized by the State of Florida Department of Health (FDOH) as a National Environmental Laboratory Accreditations Program (NELAP) accredited Environmental Laboratory and shall maintain current NELAP accreditation throughout the contract period. B. Meet "Recommended Requirements for Independent Laboratory Qualification", latest edition, published by American Council of Independent Laboratories. C. All water samples shall be analyzed by an approved independent certified laboratory in accordance with state and local agencies. D. All water samples shall be analyzed in accordance with the applicable EPA Method and/or Standard Methods for the Examination of Water and Wastewater specifications and procedures. Laboratory Duties - Limitations of Authority A. Cooperate with County representative and successful bidder(s); provide qualified personnel promptly on notice. B. Perform specified inspections, sampling and testing of materials and methods of installation: 1. Comply with specified standards; American Society for Testing and Materials (ASTM), other recognized authorities, and as specified. 2. Ascertain compliance with requirements of Contract Documents. C. Promptly notify County representative, and successful bidder(s) of irregularities or deficiencies of work which are observed during performance of services. D. Promptly submit two (2) copies of Laboratory Reports of Analytical Results to County representative in Drinking Water Microbiological Sample Collection & Laboratory Reporting Form format acceptable to Palm Beach County Health Department (PBCHD), including: 1. Date Report of Analytical Results Issued. 2. Public Water System Name. 3. Testing Laboratory Name and Address. 4. Name of Sample Collector 5. Chain of Custody Dates, Times and Signatures, Intact. 6. Sample Collection date. 7. Type of Supply. 8. Reason for Sampling. 9. Sample Number. 10. Sampling Location Point. Page 248 of 812 Page 29 11. Sample Collection Time. 12. Sample Type. 13. Disinfection Residual. 14. pH. 15. Laboratory Certificate of Analysis. E. Laboratory is not authorized to: 1. Release, revoke, alter, or enlarge on, requirements of the contract. 2. Approve or accept any portion of work. 3. Perform any duties of the successful bidder(s). Successful Bidder's Responsibilities A. Select laboratory, and coordinate testing with Laboratory and County representative representative. B. Cooperate with Laboratory personnel, and provide access to work. C. Provide to Laboratory, representative samples of materials to be tested, in required quantities. D. Furnish casual labor and facilities: 1. To provide access to work to be tested. 2. To obtain and handle samples at the site. 3. To facilitate inspections and tests. 4. For Laboratory's exclusive use for storage and preservation of test samples. E. Notify Laboratory sufficiently in advance of operations to allow for assignment of personnel and scheduling of tests. F. Pay for services of the Testing Laboratory to perform additional inspections, sampling and testing required: 1. For successful bidder's convenience. 2. When initial tests indicate work does not comply with contract. 3. Such payment shall be made directly by the successful bidder. TRAFFIC CONTROL Requirements A. The work specified in this Section consists of maintaining traffic within the limits of the project for the duration of the work period, including any temporary suspensions of the work. B. This shall include: 1. Any necessary detour facilities; 2. The provision of necessary facilities for access to residences, businesses, etc., along the project; 3. The furnishing, installation and maintenance of traffic control and safety devices during maintenance projects; 4. The control of dust; and, 5. Any other special requirements to provide the safe and expeditious movement of traffic throughout the project. C. The term "Maintenance of Traffic" (MOT) shall include all of such facilities, devices and operations as are required for the safety and convenience of the public as well as for minimizing public nuisance. Page 249 of 812 Page 30 D. Maintain local traffic and provide local access at all times. E. A Maintenance of Traffic Plan must be submitted to the Palm Beach County Engineering and Public Works Department Construction Coordination Division for review and approval by the Traffic Division. F. Existing signage must be maintained throughout the duration of the project, unless shown on the plans or otherwise approved by the Palm Beach County Engineering and Public Works Department. MOBILIZATION AND DEMOBILIZATION Requirements Included A. Provide all materials and equipment required to accomplish the work as specified. B. Furnish pumping equipment, crane and drilling rig of sufficient size and capacity to perform the casing cleaning to the bottom of the well casings to be tested. Drilling rig for drilling method and site condition and operated by a Florida Licensed Water Well Contractor. C. Furnish all safety equipment, including environmental condition test instruments, personal protective equipment (PPE) and staff properly trained in their use, safety, hazard awareness and avoidance applicable to the work being performed. General A. Set up well rehabilitation equipment within the area designated. Accomplish all required work in accordance with applicable portions of the specifications. B. Some obstructions may not be shown. Successful bidder(s) shall inspect the existing facilities before preparing proposals. The removal and replacement of minor obstructions such as electrical conduits, water, piping, appurtenances and similar items shall be anticipated and accomplished, even though not specifically mentioned. C. Successful bidder(s) shall be aware that well sites may require confined space entry training and equipment and adherence to OSHA regulations. D. Successful bidder(s) shall modify the existing wellhead assembly and all electrical instrumentation to facilitate testing as approved by the County. The existing wellhead tee shall remain in place during testing. E. A temporary artesian flow control wellhead assembly, capable of shutting in the well, shall be onsite and shall be ready for service at all times while testing, as approved by the County. Contamination Precautions A. Avoid contamination of the project area. Do not dump waste oil, rubbish, or other similar materials on the ground. The successful bidder(s) shall be familiar with and abide by the Palm Beach County Wellfield Protection Ordinance: hl:t ://discover„ be ov..or (eirm(IF'eirimiitslF e ullal:ioin ellllfieId IF:1rotectiion„as x Cleanup of Work Project Areas A. Upon completion and acceptance of specified maintenance project work, remove from the site the drill rig and equipment, all debris, unused materials, temporary structures, and other miscellaneous items resulting from or used in the maintenance operations. Replace or repair any facility, which has been damaged during the maintenance project work at no cost to the County. Restore the site as nearly as possible to its original condition and to the satisfaction of the County representative. MISCELLANEOUS METAL FABRICATION Scope of Work A. Furnish, fabricate and install all miscellaneous metalwork and appurtenances specified herein. Page 250 of 812 Page 31 Reference Specifications A. Southern Building Code. B. Aluminum Association AA -M32. C. ASTM A36/A36M - Specifications for Structural Steel. D. ASTM A48 - Specification for Gray Iron Castings. E. ASTM A53 - Specification for Pipe, Steel, Black and Hot -Dipped Zinc -Coated Welded and Seamless. F. ASTM A123 - Specification for Zinc (Hot Galvanized) Coatings on Products Fabricated from Rolled, Pressed and Forged Steel Shapes, Plates, Bars and Strips. G. ASTM A153 - Specification for Zinc Coating (Hot -Dipped) on Iron and Steel Hardware. H. ASTM A307 - Specification for Carbon Steel Externally Threaded Standard Fasteners. I. ASTM B209 - Specification for Aluminum and Aluminum Alloy Sheet and Plate. Submittals A. Shop drawings of all miscellaneous metalwork. Indicate profiles, sections, sizes, connection attachments, reinforcing, anchorage, size and type of fasteners, accessories, materials, finishes and relationship to adjoining work. Include erection drawings, elevations and details where applicable. 1. Indicate welding connections using standard American Welding Society (AWS) symbols. Indicate net weld lengths. Submit manufacturer's instructions for installation and connecting methods. B. No fabrication shall be started until shop drawings have been reviewed and approved by the County. C. Shop drawings shall be made in conformity with standard practice and indicate: fabrication, assembly and erection details, sizes of members, profiles, fastenings, supports and anchors, finishes, patterns, clearances, and connections to other work. PRODUCTS General Requirements A. Fastenings shall be non -corrosive, non -staining and concealed. Exposed welds shall be ground smooth to form a neat uniform fillet without weakening base metal. Unexposed welds shall have all slag removed before applying shop coating. B. Molded, bent or shaped members shall be formed with clean, sharp rises, without dents, scratches, cracks or other defects. C. All anchors, bolts, shims and accessory items shall be provided as required for building into or fastening to adjacent work. D. All ferrous metals shall be galvanized, except as otherwise specified. Fasteners A. Bolts, screws, nuts, washers, anchors and other fasteners shall be first quality and shall conform to the material specifications named herein. All necessary bolts, anchor bolts, nuts, washers, plates and bolt sleeves shall be furnished by the successful bidder as specified herein. B. Anchor bolts shall have suitable washers and, where so required, their nuts shall be hexagonal. Stainless steel and silicon bronze bolts shall have a raised letter or symbol on the bolts indicating the manufacturer. C. All bolts, anchor bolts, nuts, washers, plates and bolt sleeves shall be type 316 stainless steel unless otherwise indicated or specified. If any bolts, anchor bolts, nuts and washers are specified to be galvanized, they shall be zinc coated, after being threaded, by the hot dip process in conformity with ASTM A 123 or A 153. D. All dissimilar metals shall be connected with appropriate fasteners and shall be insulated with a dielectric or approved equal. Unless otherwise specified, aluminum shall be fastened with Type 316 stainless steel bolts and insulated with micarta, nylon, rubber, or approved equal. E. Anchor bolts shall be set accurately and be carefully held in suitable templates of approved design. Drill -in type anchors shall not be substituted for anchor bolts. F. Where specified, or required, anchor bolts shall be provided with square plates at least 4" by 1/8" or shall have square heads and washers and be set in the concrete forms with suitable pipe sleeves, or both. Page 251 of 812 Page 32 Welding A. All welding shall be by the metal -arc method or the gas -shielded arc method as described in the American Welding Society's "Welding Handbook" as supplemented by other pertinent standards of the AWS. Qualifications of welders shall be in accordance with the AWS Standards governing same. B. In assembly and during welding, the component parts shall be adequately clamped, supported and restrained to minimize distortion and for control of dimensions. Weld reinforcement shall be as specified by the AWS Code. C. Upon completion of welding, all weld splatter, flux, slag and burrs shall be removed. Welds shall be repaired to produce a workmanlike appearance, with uniform weld contours and dimensions. All sharp corners of material which is to be painted or coated shall be ground to a minimum of 1/32" on the flat. D. The welding of all joints shall produce complete fusion with the parent metal and be free from deleterious metals and cracks. Machine welding shall be used insofar as practicable. Tack welding is not permitted on exposed surfaces. E. Finish welded joints shall be reasonably smooth and free from grooves, depressions or other irregularities. Any irregularities shall be corrected by welding or grinding. All flush welds of butt joints shall be ground smooth where exposed to view. F. Bronze shall be welded by either the inert gas shielded arc method or by brazing with the proper flux and filler metal. Galvanizing A. All structural steel plates, shapes, bars and fabricated assemblies required to be galvanized shall, after the steel has been thoroughly cleaned of rust and scale, be galvanized in accordance with the requirements of ASTM A123, "Specification for Zinc (Hot -Dipped Galvanized) Coatings on Iron and Steel Products". B. Any galvanized part that becomes warped during the galvanizing operation shall be straightened. Field repairs to galvanizing shall be made using "Galvinox" or "Calvo -Weld". C. Bolts, anchors, nuts and similar fasteners, after being properly cleaned, shall be galvanized in accordance with the requirements of ASTM A153 "Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware." Installation A. Erect all items plumb, properly spaced, true to line and dimension. Work not conforming to these requirements shall be removed and replaced to conform to the specifications. B. Installation and erection shall conform to the best practice with each item set plumb, level, true to line and securely anchored in its proper place. GROUND COVER (SODDING) Requirements A. Work included: prepare finish grades for ground cover (sod), deliver and install sod. Product Delivery, Storage and Handling A. Deliver sod on pallets. B. Protect roots from exposure to wind or sun. C. Protect sod against dehydration, contamination and heating during transportation and delivery. D. Do not deliver more sod than can be installed within 24 hours. E. Keep stored sod moist and under shade or covered with moistened burlap. F. Do not stack sod more than 2' deep. G. Do not tear, stretch, or drop sod. Page 252 of 812 Page 33 Job Conditions A. Begin installation of sod only after proceeding related work is accepted by the Department Director or his designee. B. Environmental Requirements: 1. For irrigation, coordinate with the County representative for irrigation control valves and testing. 2. Do not install sod until irrigation system can provide immediate watering of sodded areas. Guarantee A. Guarantee sod for period of ninety (90) days after date of final acceptance by the County. B. Replacement sod under this guarantee shall be guaranteed for ninety (90) days after date of final acceptance by the County. C. Repair damage to other plants during sod replacement at no cost to the County. PRODUCTS Sod A. Grass Species: 1. Stenotaphrum secundatum "St. Augustine—'Floratam"'. 2. Paspalum notatum "Bahia Grass" 3. Cynodon dactylon "419 Bermuda" B. Furnished in pads of the following dimensions: 1. Size: a. Length: 24" b. Width: 16" C. Thickness: 1-1/2" excluding top growth and thatch. 2. Grown in native, completely organic "muck" soil, with minimum 1-1/2" soil intact on all roots; not stretched, broken, or torn. C. Uniformly mowed height when harvested: 1. St. Augustine: 2-1/2" 2. 419 Bermuda: 1-1/2" 3. Bahia: 1-1/2" D. Thatch: Maximum %2' uncompressed. E. Inspected and found free of diseases, nematodes, pests and pest larvae, by entomologist of State Department of Agriculture. F. Weeds: Free of torpedo grass, Bermuda grass, nut grass or any other species of plant other than that specified. G. Dense, well developed root systems; stems uniform in color, leaf texture and density. EXECUTION Inspection A. Verify topsoil placement and fine grading operations are complete. Verify all other preceding work required is complete and accepted by the Department Director or his designee. Installation A. Install sod species as indicated on planting plans and these specifications within 48 -hours of harvesting from field. Page 253 of 812 Page 34 B. Begin sodding berms at bottom of slopes and install parallel to contours. C. Lay first row of sod in straight line with long dimension of pads parallel to slope contours; continue laying sod accordingly. D. Butt side and end joints flush and tight. Do not allow ends to curl or break. E. Stagger end joints in adjacent rows. Do not stretch or overlap sod. F. Peg sod on slopes with a ratio of 3:1 or greater using a minimum or two stakes per square yard using 6" minimum nursery grade bamboo stakes. G. Sod installed adjacent to planting beds should be a minimum distance of 18" from the first row of shrubs. H. Water sod immediately after installing. Roll sod, except on pegged areas, with roller weighting not more than 100 -pounds per foot of roller wither; make two passes. J. Water sod and soil to depth of 4" within four hours after rolling. Lawn Establishment A. Re -sod areas larger than 1 square foot not having uniform stand of grass. B. Weed Eradication: Successful bidder(s) shall be responsible to ensure that all newly sodded areas are maintained in a seed -free condition until acceptance by the County. C. The successful bidder's maintenance period shall begin immediately after sod is installed and extend until acceptance by the County. MONITOR WELL ABANDONMENT AND REPLACEMENT Provide all labor, equipment, and materials to plug and abandon, install replacement Monitor Well, and to rehabilitate and/or repair Monitor Well in accordance with local and State requirements. Submittals A. Provide manufacturer's SDS sheets on the following: cement grout to be provided for Monitor Well plugging abandonment. B. Provide technical data on well casing and well screen to be provided for replacement Monitor Well installation. C. Provide technical data on all gravel to be provided for replacement Monitor Well gravel pack. D. Provide technical data on above -ground protective casing and well cap to be provided for replacement Monitor Well. E. Provide technical data on grade level manhole and well cap to be provided for replacement Monitor Well. General Requirements A. Successful bidder(s) shall furnish neat Portland cement grout and satisfactorily place grout by tremie method to properly plug and abandon the selected Monitor Well in accordance with all local and State regulatory requirements. B. An estimate of the required volume of grout necessary to plug the Monitor Well shall be calculated by the successful bidder(s) and submitted to the County representative for review. C. Following plugging abandonment, the Monitor Well casing shall be cut to a level at a minimum of 1' below the existing grade and the grade and surface shall be restored to match the existing surface and grade surrounding the Monitor Well. D. Successful bidder(s) shall install the replacement Monitor Well at the location and in accordance with the design specifications provided by the County representative. E. The replacement Monitor Well shall be installed as a complete and finished unit with either an above -ground Monitor Well protective casing or an at grade manhole (minimum 8" diameter) with a lid permanently marked as "Monitor Well" and "Do Not Fill". Portland Cement A. Cement grout used for Monitor Well plugging abandonment and replacement Monitoring Well installation shall be American Petroleum Institute (API) class B Portland cement and conform to ASTM C150, Type II standards. Monitor Well Casing and Screen A. Monitor Well casing and screen shall be flush thread ASTM Sch 40 PVC and conform to ASTM F-480: "Standard Specification for Thermoplastic Well Casing Pipe and Couplings Made in Standard Dimension Ratios (SDR). B. Monitor Well casing and screen PVC pipe shall meet ASTM Standard D -I 784: "Specification for Rigid PVC Compounds for PVC Normal Impact, Type I Grade 1 (1120), cell classification 12454-B." Page 254 of 812 Page 35 C. Monitor Well casing and screen PVC raw material and the finished pipe shall be approved by the National Sanitation Foundation (NSF) for use in potable water applications. The PVC pipe used to produce the well screens and casings shall be made from virgin plastic produced by the original compounder. D. Monitor Well casing shall be 2" diameter, Sch 40 PVC, 5' in length unless otherwise specified by the County representative. Monitor Well screen shall be 2" diameter, Sch 40 PVC, with a 0.020" slot screen interval 15' in length unless otherwise specified by the County. Gravel Pack Material A. Gravel pack material shall be 6 x 20 or equivalent, with a minimum of 95% silica, approved by the County representative. Gravel pack size shall be 6/20 Industrial Sand. Monitor Well Above -ground Casing and Manhole General A. Monitor Well above -ground protective casing shall be 4" x 4" x 5', powder coated aluminum corrosion -resistant finish, equipped with a hinged, lockable die cast aluminum cap with Monitor Well markings that comply with API RP 1615. Up to four (4) 4" diameter, 3' tall Bollards may be required if specified by the County. Bollards shall be constructed using 4" diameter, galvanized iron pipe, installed to a minimum depth of 3' and cemented in place with a minimum annular space of 12" filled with concrete. B. Monitor Well manhole shall be rain tight with Monitor Well markings that comply with API RP 1615, and are cast into the cover. The manhole shall be constructed with a cast iron ring and cover with machine fitted Buna-N O-ring for a rain tight seal, a steel skirt and 3/8" flush mount stainless steel bolts for limited access. The manhole shall carry an H-20 load rating. A. A well abandonment permit and a well installation permit shall be obtained from the local or State authority with regulatory jurisdiction and a copy of the permit shall be provided to the County prior to commencement of Monitor Well plugging abandonment. Following Monitor Well plugging abandonment, a well abandonment report shall be prepared and submitted to the local or State authority with regulatory jurisdiction and a copy of the Well Abandonment Report shall be provided to the County. B. Monitor Well plugging cement grout will be installed by the tremie method. The base of the tremie pipe shall be placed at a depth 1' above the well bottom. Cement grout shall be pumped or emplaced by gravity, as directed by the County representative, through the tremie pipe into the bottom of the well until return of grout is observed at the top of the well casing. Additional grout shall be added, as necessary, to compensate for grout loss to the formation and/or grout curing shrinkage. Prior to grout set, the tremie pipe shall be removed from the well following successful completion of the well plugging. C. Water required for mixing and installation of the grout or gravel pack shall be clean, potable and meet primary and secondary drinking water standards pursuant to § 62-550 F.A.C. D. Following replacement Monitor Well installation, a Well Completion Report shall be prepared and submitted to the local or State authority with regulatory jurisdiction and a copy of the Well Completion Report shall be provided to the County. E. A minimum 6" diameter bore -hole shall be drilled by a drilling rig using either hollow -stem auger or sonic vibratory drilling method, as specified by the County representative. Continuous samples of the formation encountered during borehole drilling shall be collected by either split -spoon sampler or core barrel, as specified by the County representative. The borehole shall be drilled to a depth sufficient to install a 2" diameter PVC cased and screened Monitor Well with gravel pack complete to a total well depth of 20 feet below land surface, or as otherwise specified by the County representative. F. A minimum of five' of threaded, 2" diameter Sch 40 PVC casing and 15' of threaded, 2" diameter Sch 40 PVC slotted well screen with 0.020" slot size equipped with threaded PVC end cap shall be assembled. The well casing and screen assembly shall be installed centered, in the borehole, to the desired depth, without allowing any borehole walls to cave or collapse prior to successful installation of the gravel pack, gravel pack seal and annular neat cement grout. G. Following placement of the well casing and screen assembly centered in the borehole, the gravel pack material shall be installed by tremie into and completely and continuously filling the annular space between the well screen and the borehole wall from the bottom of the well screen to a level 2' above the top slot of the well screen. A 1' thick fine sand or bentonite seal shall be installed on top of the gravel pack, completely and continuously filling the annular space between the well casing and the borehole wall, to prevent the annular cement grout from entering the gravel pack. Neat cement grout shall be used to completely and continuously fill the remaining annular space between the well casing and the borehole wall to land surface. H. During installation of the well casing and screen assembly, gravel pack, gravel pack seal and annular neat cement grout, successful bidder(s) shall maintain the stability of the borehole, by the method applicable to the drilling technique utilized, and ensure that no caving or collapse of the borehole occurs, to the satisfaction of the County representative. Should caving or collapse of the borehole occur during installation of the well casing and screen assembly, gravel pack, gravel pack seal and annular neat cement grout. Successful bidder(s) shall be responsible for taking all corrective measures necessary as directed by the County representative, at Successful bidder's expense. Page 255 of 812 Page 36 I. As specified by the County representative, either an at -grade manhole or an above -ground protective casing shall be installed on the monitoring well. The Monitoring Well top of PVC casing shall be finished at the elevation necessary for installation of a manhole or an above -ground protective casing depending on which is specified by the County representative. The at -grade manhole or above -ground protective casing shall be installed set in a minimum 2'x 2' concrete pad. J. A survey of the replacement Monitoring Well top of casing elevation by a Florida Licensed Professional Surveyor shall be included in the unit price offered. The County standard well identification tag with complete well information, including top of casing elevation, shall be permanently installed in the concrete pad of the manhole or above -ground protective casing. K. The completed Monitor Well shall be developed by pumping until clear water is produced and as directed by the County representative. L. Monitor Well rehabilitation shall consist of cutting and removal of roots that have intruded into the well bore, removal of accumulated sediment with development of the well and/or removal and replacement of the concrete pad and manhole or above -ground protective casing, as determined and specified by the County representative. Cutting and removal of roots shall be performed by use tools designed to fit the well casing and screen and can extend from the top to the bottom of the well, successfully cutting and retrieving the roots obstructing the well bore. The tool specifications and design for this purpose shall be reviewed and approved by the County representative. Removal of sediment accumulated in the Monitor Well shall be performed by bailer, pumping or air-lift pumping, as applicable and directed by the County representative. Monitor Well development shall be performed by bailer, pumping, air-lift pumping and/or surge block as applicable and directed by the County representative. Removal and replacement of the concrete pad and manhole or above -ground protective casing shall be performed as specified herein. WELL MAINTENANCE SEQUENCE A. Successful bidder(s) shall perform well rehabilitation, treatment and testing, submersible pump and motor removal and replacement, step drawdown testing and disinfect the specified production wells and perform all appurtenant work, complete and operable, all in accordance with the requirements of the Contract Documents. B. All work shall comply with and be completed in conformance with South Florida Water Management District (SFWMD) Water Use Management Rules, § 40E-3, F.A.C. and with Florida Department of Health in Palm Beach County (FDOHPBC) Permitting, Construction, Operation and Maintenance of Public Water Systems Rules, § 62-555, F.A.C. for water wells and these specifications. C. All work shall comply with and be completed in conformance with the South Florida Conservancy District (SFCD) and the East Shore Water Control District (ESWCD) Permit for Activities Affecting District Facilities (Permit No. 18-01) issued to the County for the WTP-11 Production Wells. Successful bidder(s) shall be familiar and comply with all requirements of the SFCD permit. A copy of the SFCD permit is provided in Appendix D. Successful bidder(s) shall be responsible for ensuring that SFCD has received the required notification prior to commencement of any work activity affecting district facilities. Sequence of Events A. Successful bidder(s) are hereby advised that this listing is representative of the work but that the sequence of testing and maintenance operations may be altered by the Department Director or his designee, depending on the conditions encountered with the wells. B. General Procedures for Surficial Well Chemical Treatment and Testing: 1. Following issuance of a Delivery Order (DO) authorizing Treatment and Testing and selection of a specific well based on Maintenance and Operations considerations. Successful bidder(s) shall schedule the well Treatment and Testing work with the facility Maintenance Supervisor, ensuring that Operations and Engineering are informed of the proposed work schedule. 2. The work at each well shall consist of initial well measurement and testing for water level drawdown, specific capacity, SDI and sand content. Chemical treatment of the well using 2,500 gallons of 1,000 ppm chlorine solution and wastewater chlorine neutralization, well flushing, water sample collection and Laboratory Bacteriological Analysis for Health Department Clearance. If requested by the County representative, acidize the well in accordance with Section 33 21 28. Acid treatment may occur before, during, or after development pumping or development jetting if required by the County representative. An acid treatment header shall be constructed and set up. 3. Following treatment, final well measurement and testing for water level drawdown, specific capacity, SDI and sand content shall be performed. Optional BARTs testing may be requested by the County representative. 4. Removal of any and all equipment used by successful bidder(s) and restoration of the Production Well to original or better condition shall occur in a timely and efficient manner. Page 256 of 812 Page 37 C. General Procedures for Surficial Well Rehabilitation: The work at each well shall consist of initial well measurement and testing for water level drawdown, specific capacity, SDI and sand content. Following the initial well measurement and testing, County personnel will lockout tagout, disconnect power to the well submersible pump motor and remove instrumentation from the well. The wellhead assembly, column pipe, drop pipe, submersible pump, motor and power cable shall be removed from the well and properly stored and protected from damage. Any equipment damaged by successful bidder(s) shall be repaired or replaced at the bidder(s) expense. A pre -rehabilitation static and dynamic video log of the entire well casing and screen shall be performed. The well casing shall be cleaned using a casing scraper and the well screen shall be cleaned using a screen brush. Jetting of the well screen and gravel pack shall be performed using a high velocity jetting tool having 4 nozzles with pumping equipment capable of delivering a minimum flow rate of 500 gpm and nozzles sized to provide a minimum jetting velocity of 50' per second. Produced solids shall be circulated from the well and disposed of in accordance with applicable regulations. A post -rehabilitation static and dynamic video log of the entire well casing and screen shall be performed. The wellhead assembly, column pipe, drop pipe, submersible pump, motor and power cable shall be reinstalled in the well. Following the installation of the submersible pump and motor, County personnel will reconnect power to the well submersible pump motor, install well instrumentation and remove the lockout tagout. Well disinfection and flushing shall be performed prior to water sample collection and Laboratory Bacteriological Analysis for Health Department Clearance. Following rehabilitation, final well measurement and testing for water level drawdown, specific capacity, SDI and sand content shall be performed. Optional BARTs testing may be requested by the County representative. D. General Procedures for Step Drawdown Testing: The work at each well shall consist of installation of successful bidder's equipment necessary to provide independent, calibrated instrumentation capable of accurately measuring the well groundwater level and discharge flow rate to the precision specified by the County representative. The static groundwater level shall be accurately and precisely measured prior to commencement of the step drawdown test. For tests performed with the existing well pump, the step drawdown test shall be performed at no less than three different flow rate steps, with a difference between successive flow rates of not less than 100 gpm and with the flow rate at each step maintained constant for no less than one hour. All field data collected shall be submitted with a report summarizing the step drawdown testing. E. General Procedures for Submersible Pump Removal and Replacement: County personnel will lockout tagout, disconnect power to the well submersible pump motor and remove instrumentation from the well. The work at each well shall consist of an initial measurement using a mega ohm meter, of the insulation integrity of the submersible power cable and submersible pump motor while they are installed and still submerged in the well. The wellhead assembly, column pipe, drop pipe, submersible pump, motor and power cable shall be removed from the well and a second measurement using a mega ohm meter, of the insulation integrity of the submersible power cable and submersible pump motor shall be performed. Following the second insulation integrity test the submersible power cable, pump and motor shall be transported to the location specified by the Maintenance Supervisor and properly stored and protected from damage. Any equipment damaged by successful bidder(s) shall be repaired or replaced at the successful bidder's expense. Following receiving a replacement submersible power cable, pump and motor, prior to installation in the well, initial measurement using a mega ohm meter, of the insulation integrity of the submersible power cable and submersible pump motor shall be performed. The wellhead assembly, column pipe, drop pipe, submersible pump, motor and power cable shall be installed in the well and a second measurement using a mega ohm meter, of the insulation integrity of the submersible power cable and submersible pump motor shall be performed. Following the installation of the submersible pump and motor, County personnel will reconnect power to the well submersible pump motor, install well instrumentation and remove the lockout tagout. Well disinfection and flushing shall be performed prior to water sample collection and Laboratory Bacteriological Analysis for Health Department Clearance. Disinfection A. Successful bidder(s) shall provide for disinfection of the well immediately after the work performed has been completed. B. Successful bidder(s) shall carry out adequate cleaning procedures immediately preceding disinfection where evidence indicates that normal well maintenance work have not adequately cleaned the well. C. All oil, soil, and other materials which could harbor and protect bacteria from disinfectants, shall be removed from the well. Page 257 of 812 Page 38 D. Disinfection shall be performed in accordance with the requirements of ANSI/AWWA C654, except as modified herein. E. The method of chlorination to be used shall consist of: 1. Treating the water in the well casing to provide a chlorine residual of approximately 500 milligrams per liter (mg/I); 2. Circulating the chlorinated water within the well casing and pump column; and, 3. Pumping the well to waste to remove chlorinated water. F. The quantity of chlorine compounds required to produce a chlorine residual of 500 mg/I may be calculated by multiplying the appropriate quantity shown in ANSI/AWWA C654, Appendix A, Table A.1, by the appropriate factor. G. A reducing agent, such as sodium bisulfite, shall be applied to the chlorinated discharge water to thoroughly neutralize the chlorine residual remaining in the water prior to disposal. H. Successful bidder(s) shall make provisions for disposal of chlorinated water in accordance with applicable environmental regulations at no additional cost to the County. Well Sand Production Testing A. Testing shall be performed for determination of the concentration, in parts per million (ppm), of sand present in the groundwater pumped at various flow rates from the Production Wells using a Rossum Sand Tester. The Rossum Sand Tester shall be attached to the Production Well discharge pipe and operated in accordance with the manufacturer's specifications. For each test and/or test interval performed all test data specified in the manufacturer's test procedures will be measured, recorded and reported. Specifically, the well identification number, date, time, sand tester flow rate, well pumping discharge flow rate, incremental sand accumulation and incremental time interval for each time increment of the test shall be measured, recorded and reported. In accordance with the manufacturer's instructions, the field data shall be used to calculate the observed sand concentration in ppm for each test and test increment (for multi -increment tests) performed and reported. Silt Density Index Testing (SDI) A. Testing shall be performed for determination of the presence of fine particulate material (silt) in the groundwater pumped at various flow rates from the Production Wells using Silt Density Index (SDI) testing equipment. The SDI test equipment shall be attached to the Production Well discharge pipe and operated in accordance with the manufacturer's specifications. For each test and/or test interval performed all test data specified in the manufacturer's test procedures will be measured, recorded and reported. Specifically, the well identification number, date, time, SDI membrane filter specification, inlet pressure (30 psi constant throughout test), initial time (To) required to filter a 500 ml volume, test time interval (t) (15 minutes preferred, with 10 or 5 minute interval alternatives when early filter plugging occurs), and the final time (Tt) required to filter a 500 ml volume shall be measured, recorded and reported. In accordance with the manufacturer's instructions, the field data shall be used to calculate the observed SDI value (unit -less) for each test performed and reported. Digital photographs of the SDI membrane filter (inlet side) used for each test performed shall be taken and provided with the test data report. Bacteriological Field Testing A. Testing shall be performed for determination of the presence and approximate population in colony forming units per milliliter (cfu/mL) of selected bacteria in the groundwater pumped at various flow rates from the Production Wells using BARTTM tests for Iron Related Bacteria (IRB), Slime Forming Bacteria (SLYM) and Sulfate Reducing Bacteria (SRB). The well discharge pipe sample collection spigot shall be flushed and disinfected prior to sample collection to ensure a representative water sample. Each sample shall be collected directly from the sample collection spigot into the BARTTM test container in accordance with the manufacturer's instructions. No intermediate container for sample collection and transfer may be used. Following collection of the samples, the BARTTM test containers shall be transported and properly stored to incubate and inspected in strict accordance with the manufacturer's specifications. The sample collection date and time, and the dates, times and sample reaction observations made during the required incubation period shall be recorded and reported. In accordance with the manufacturer's instructions, based on the incubation reaction observations, the approximate population in cfu/mL of bacteria shall be estimated, recorded and reported. Digital photographs of the BARTTM test container on the occurrence date of an observable reaction for each test performed shall be taken and provided with the test data report. Page 258 of 812 Page 39 Disposal of Test Water Successful bidder(s) shall provide all pipeline and facilities for discharging pumped water from the well site. A. Successful bidder(s) shall design the system so that no erosion or flooding results from the discharge. B. Successful bidder(s) shall conform to all waste discharge requirements of local and State agencies, if necessary to discharge waters into the storm water management system. WELL GRAVEL PACK Scope of Work This section covers the work, equipment and materials necessary for furnishing and installing additional gravel to an existing well screen gravel pack (gravel replenishment). Submittals A. Provide data on all proposed additives and manufacturer's specifications. B. Provide manufacturer's specifications and technical data on all gravel to be provided for well gravel pack replenishment. C. Provide grain size distribution data on gravel pack and a 16 -ounce sample prior to use. D. Gravel proposed shall be submitted for County representative's approval, on "as needed" basis. General Requirements A. Successful bidder(s) shall furnish and satisfactorily install additional replacement gravel added to the existing well screen gravel pack. The level of the gravel comprising the existing gravel pack shall be measured and an estimate of the required volume of gravel necessary to replenish the gravel pack shall be calculated by the successful bidder(s) B. The replacement gravel shall match the existing gravel pack in grain size distribution and composition, unless otherwise directed by the County representative. Gravel Pack Material A. Gravel pack material shall be 4 x 9 or equivalent, with a minimum of 95% silica, approved by the County representative, sorted and graded so that there is 90% retention on the existing well screen. Gravel pack size shall be 4/9 Industrial Sand. B. Gravel pack will be installed in a water slurry by the tremie method. The base of the tremie pipe shall be placed at the gravel placement depth and be moved upward consistent with the gravel fill depth. The gravel pack shall be carefully installed to ensure complete filling of the annular space from the existing gravel depth to a minimum of 20' above the base of the outer casing or as specified by the County representative. During gravel placement, the free fall distance between the gravel in place and the lower end of the tremie pipe shall not exceed 20'. C. Water required for installation of the gravel shall be clean, potable and meet primary and secondary drinking water standards pursuant to § 62-550 F.A.C. D. After gravel placement, additional gravel may be required during development of other procedures performed on the well. Placement of additional gravel shall be performed as outlined above until no further measureable settlement of the gravel pack or as determined by the County representative. E. Screen or casing failure by any means, including but not limited to: collapse, breakage, separation, dents, tears or rips during installation of the additional gravel pack, that in any way impair the use of the well in the opinion of the County representative, shall be repaired or replaced at the successful bidder's expense. WELL VIDEO LOGGING Scope of Work A. This section covers the equipment, work and materials necessary to perform well video logging. B. Provide the well survey equipment for static and dynamic well video logging. C. All video logging shall be supervised by the County representative with 24 hours advanced notice. Successful bidder(s) shall ensure that video logs are complete and include clear view of the entire well, casing, screened or open -hole intervals as directed by the County representative. Video logging shall be performed both prior to and following the well maintenance work performed. Page 259 of 812 Page 40 D. Introduction and circulation of potable water into the well, as directed by the County representative, may be necessary to obtain clarity sufficient for the desired quality of video well logging. The successful bidder(s) shall ensure that conditions in the well provide clarity sufficient for the desired quality of video well logging. E. A down -hole and side view video log recorded in DVD format will be conducted to inspect the casing and the screened interval of the well prior to and following the well maintenance work performed. The video will be conducted in the presence of the County representative, unless otherwise directed by the County representative. The video camera will record in color and provide both a down -hole view and a side view capable of panning 360 -degrees; be remotely controlled by the logging technician, have focus and aperture control capability. The video camera will be centralized in the well bore. The centralizers will self -adjust to different casing and hole sizes as necessary. If the County representative determines that the video is unacceptable due to poor quality, visibility and/or incomplete coverage of the well screen and casing, the successful bidder(s) shall at their own expense obtain the necessary equipment to perform additional video logging to the satisfaction of the County representative. F. Video logging will be conducted under both static and pumping (dynamic) conditions at the direction of the County representative. Successful bidder(s) shall ensure that the well is pumped sufficiently (at a minimum flow rate of 100 gpm) using the bidder's supplied pump, to ensure adequate visibility for the video survey, and visual indications flow in the well's production interval, as determined by the County Representative County representative. Successful bidder(s) shall use a submersible pump capable of an 800 gpm discharge flow rate. G. The DVDs shall be properly labeled with the Plant Number, Well Number, Date and description of the type of video log. H. Successful bidder(s) shall deliver 1 copy of the DVD to the Plant Maintenance Supervisor and two (2) copies to the County representative. WELL DEVELOPMENT Scope of Work A. This section covers the labor, equipment and materials required to perform development of the well(s). Development shall include surge/sustained rate pumping at rate of up to 2,500 gpm or as directed by the County representative. B. Under no circumstances shall the pumping equipment create a vacuum within the well casing. C. Successful bidder(s) shall manage discharge water as specified herein. D. All work shall comply with and be completed in conformance with the South Florida Conservancy District (SFCD) and the East Shore Water Control District (ESWCD) Permit for Activities Affecting District Facilities (Permit No. 18-01) issued to the County for the WTP-11 Production Wells. Successful bidder(s) shall be familiar and comply with all requirements of the SFCD permit. A copy of the SFCD permit is provided in Appendix D. Successful bidder(s) shall ensure that SFCD has received the required notification prior to commencement of any work activity affecting district facilities. Submittals A. Successful bidder(s) shall furnish, prior to commencement of work, the County representative with a calibrated flow meter with certification no older than 60 days prior to the issuance of the Delivery Order (DO) and attest to an accuracy of 95 percent or greater for the range of the meter. B. Successful bidder(s) shall, upon request, furnish the County representative with manufacturer specifications for all chemical additives proposed for development. C. Successful bidder(s) shall, upon request, furnish the County representative with manufacturer specifications for generators, pumps and corresponding silencers. D. Successful bidder(s) shall, upon request, submit to the County representative, prior to installation of the development pump, a manufacturer pump curve for development and testing pump(s). E. Successful bidder(s) shall, upon request, submit to the County representative a shop drawing depicting schematic plan and equipment and piping for formation water disposal. F. Successful bidder(s) shall complete daily development summary logs and submit weekly to the County representative. Page 260 of 812 Page 41 Development Equipment A. Provide all pumps, motors, air compressors and other ancillary equipment needed to develop the well to the extent that, as practical, suspended solids are removed from the borehole. Provide all pipe, fittings, and valves required to transmit discharge water from the pump to the settling tanks as specified herein. B. The test pumping equipment shall have access ports, water level measurement setup and discharge piping as specified herein. C. Successful bidder(s) shall provide a calibrated flow meter near the pump. The flow meter shall be accurate and precise within the range of 200 gpm to 2,500 gpm. The placement of the flow meter shall be in accordance with manufacturer's recommendations for flow meter placement. Successful bidder(s) shall also consult the County representative for optimal flow meter placement. Air release valves shall be provided and installed by the successful bidder(s) at as many locations as required. Air release valves shall consist of tapping the discharge pipe and providing and installing a 2" diameter riser and gate valve. Successful bidder(s) shall supply an orifice weir to verify pumping rates. D. The development equipment must be able to distribute the flow of discharge water in a controlled manner to minimize flooding and erosion. Discharge water shall be clear and free of suspended solids. Discharge water shall be retained temporarily using a settling tank for settlement of solids and pumped via temporary piping to the discharge point as directed by the County representative. Tanks required for settling of solids and additional pumps and temporary piping needed to transmit water to the discharge point shall be included in the unit cost for development. Management and removal of development solids shall be included in the unit cost for development. Airlift and Jetting with Simultaneous Airlift Well Development A. Develop the well using compressed air lift at a minimum air flow rate of 650 cubic feet per minute. The base of the air discharge shall be set at the base of the screen during the initial development period. This step shall be considered initial development to confirm the stability of the gravel pack. Air development shall include varying the depth of air discharge and periodically surging the well with the use of a surge tank. The top of the gravel pack shall be continuously monitored during air lift. If the top of the gravel pack is below the top of the desired level, then gravel must be added. B. Following initial development, high velocity jetting shall be done using chlorinated water for a period of time to be determined by the County representative. A high velocity jetting tool having 4 nozzles shall be rotated and moved vertically throughout the entire screened portion of the well while chlorinated water is forced through the screen and into the gravel pack. The jetting tool and pumping equipment shall deliver a minimum total flow rate of 500 gpm. Alternate nozzle sizes and flow rates may be proposed; however, a minimum jetting velocity of 50' per second shall be maintained. Pumps used for jetting shall be at surface with measured output flow rate to the jet tool. The initial phase of jetting shall be done using a solution of Bentonite Mud Remover (BMR TM) and chlorinated water having a minimum chlorine concentration of 50 mg/I. The initial jetting phase shall be not less than 8 hours. Thereafter, fresh water may be used for jetting development. At the direction of the County representative, accumulating sand in the screen shall be removed by lowering the air lift set to the bottom of the well. After thoroughly jetting and surging the well with the jetting tool, well development shall be performed using air lift at the base of the screen or directed by the County representative. Surge Pumping A. Using the test pump setup as specified herein, the successful bidder(s) shall pump surge the well until the discharge water is free of suspended material. Successful bidder(s) shall install a pump in the well capable of pumping steadily and in surges up to 2,500 gpm from the well through the Formation Water Disposal System. Successful bidder(s) shall surge the well frequently and be able to sustain a steady high flow rate as directed by the County representative. B. Successful bidder(s) shall assist the County representative with any connections required to connect to the County provided silt density index (SDI) testing equipment to the pump discharge. Successful bidder(s) shall provide, operate and maintain a clean auxiliary pump capable of maintaining 35 pounds per square inch (psi) for SDI testing. The auxiliary pump shall be plumbed to the well discharge for sampling and testing. Successful bidder(s) shall provide fittings and fabricate connections as needed to enable the County representative to perform the SDI tests. C. Successful bidder(s) shall measure static water level in the well prior to the start of development each day. Additionally, successful bidder(s) shall perform a specific capacity test daily, which shall include measurement of flow rate and simultaneous measurement of water level in the well. The pump shall be capable of a minimum discharge rate of 100 gpm with a minimum drawdown of 25' below the pump level. Page 261 of 812 Page 42 D. Successful bidder(s) shall complete daily development summary forms provided by the County representative, including daily static water level measurements, specific capacity measurements, and sand (Rossum) tests. E. Throughout development and at completion of development, as directed by and in the presence of the County representative, the successful bidder shall measure the total depth of the well. If significant in -filling has occurred, as determined by the County representative, the successful bidder(s) shall proceed to clean out the borehole to the original total depth. Discharge Water A. Discharge water generated during well development and testing activities shall be discharged to the successful bidder's formation water disposal system and subsequently to the designated outfall location. Settling and treatment of formation water to be discharged is the successful bidder's responsibility and shall be in accordance with all applicable regulations and as specified herein. Successful bidder(s) shall set up and maintain discharge water transmission piping, as specified herein. Discharge water shall always be contained and under control by the successful bidder(s). B. Successful bidder(s) is solely responsible, by any and all methods necessary, to meet the requirements for discharge of water. If the successful bidder(s) fail to fulfill proper requirements of discharge water, the successful bidder(s) is responsible for complete restoration of the discharge location to the original condition at no cost to the County. PUMPING TESTS Work Included A. This section covers the labor, equipment, and materials required to perform pumping tests on the wells. B. A five step variable rate pumping test shall be performed on each well. All equipment necessary to conduct these tests will be supplied, operated, manned, and maintained by the successful bidder(s). C. Under no circumstances shall the test pumping create a vacuum within the well casing. D. All work shall comply with and be completed in conformance with the South Florida Conservancy District (SFCD) and the East Shore Water Control District (ESWCD) Permit for Activities Affecting District Facilities (Permit No. 18-01) issued to the County for the WTP-11 Production Wells. Successful bidder(s) shall be familiar and comply with all requirements of the SFCD permit. A copy of the SFCD permit is provided in Appendix D. Successful bidder(s) shall be responsible for ensuring that SFCD has received the required notification prior to commencement of any work activity affecting district facilities. Submittals A. Provide certificates of calibration for flowmeters to be used for flow measurement, prior to commencement of work. Test Pump A. Furnish the necessary instruments and pumping equipment capable of pumping at a steady rate ranging from 500 gpm to 3,000 gpm with a throttling device and valve so that the flow rate can be adjusted. B. Furnish a valve, orifice plate, and manometer to control and measure discharge. C. Provide a pump discharge access port that will deliver 30 psi or provide a 30 psi booster pump for conducting silt density index tests. D. Provide and install a 1-1/4" I.D. drop tube between the pump column and casing, from the water level access fitting at the wellhead to 5' above the pump intake. The drop tube will enable the measurement of water levels without interference of the pump or pump column. E. Provide a manometer tube for measurement of static water levels and pumping water levels above land surface. Successful bidder(s) shall provide a method of erecting the tube and access for water level measurement. Flow Meter A. Provide a calibrated flow meter with direct measurement and totalizer. Metered flows will range from 500 to 3,000 gpm. B. Certification shall attest to an accuracy of 95% or greater for the range of the flow meter. Certification will be no older than 60 days. Page 262 of 812 Page 43 Discharge Piping A. Provide all pipe, fittings, and valves required to transmit discharge water from the pump to a discharge location approved by the County representative. Pumping Tests A. Pumping tests will consist of five steps to be run at rates of 600, 1200, 1800, 2400 and 3000 gpm, or at other rates determined by the County representative. Step duration will continue until drawdown in the production well stabilizes or a maximum of approximately two hours per step. B. Successful bidder(s) shall determine the appropriate engine and valve settings for the desired pumping rate in order to achieve a constant rate after the start of the test. C. The static water level shall be measured by the successful bidder(s) prior to the start of pumping each day. D. At the option of the County, a longer steady rate pumping test will be conducted by the same method as specified herein. Payment for pump tests will be at the hourly pumping test rate regardless of duration. E. Geophysical recording may occur during all pumping tests, including Borehole Geophysical Logging and Video Log. Discharge Water Disposal A. Successful bidder(s) shall set up and maintain discharge piping. B. Discharge water shall be transmitted directly to the temporary holding pond or holding tank. C. Successful bidder(s) shall be prepared to use its temporary holding tanks if additional formation water detention is required by the County. D. Successful bidder(s) shall provide a booster pump if required. FORMATION WATER DISPOSAL SYSTEM Scope of Work A. Provide labor, equipment and materials to furnish, assemble and maintain pumps and transmission piping as required to transmit formation water from successful bidder's temporary wellhead to successful bidder's settling tanks and to approved surface water discharge locations adjacent to or near the well sites. B. Successful bidder(s) is prohibited from discharging formation water to the ground surface at the well site. All formation water discharged from the well must be contained at all times and be directed to the designated discharge location using successful bidder's formation water disposal system. C. Where necessary, successful bidder(s) shall apply and submit for discharge permits from Palm Beach County Engineering and Public Works Department Land Development Division at no additional cost to the County. D. All work shall comply with and be completed in conformance with South Florida Conservency District (SFCD) & East Shore Water Control District (ESWCD) Permit for Activities Affecting District Facilities (Permit No. 18- 01) issued to the County for the WTP-11 Production Wells. Successful bidder(s) shall be familiar and comply with all requirements of the SFCD & ESWCD permit (see Appendix D). Successful bidder(s) shall be responsible for ensuring that SFCD has received the required notification prior to commencement of any work activity affecting district facilities. E. If the discharge locations specified herein are not capable of handling maximum discharge rates as specified herein, successful bidder(s) shall utilize settling systems and storage tanks to settle solids and reduce turbidity prior to discharge to the final outfall location. Successful bidder(s) shall employ all means necessary to minimize to the greatest extent possible erosion, turbidity at the settling location and final outfall location. F. Successful bidder(s) is solely responsible, by any and all methods necessary, to meet the requirements for discharge of water. Successful Bidder is solely responsible for the removal of discharged solids from any discharge location and restoration of storm -water drains and/or discharge locations to its original condition to the satisfaction of the County representative. G. Successful bidder(s) shall cease water discharge operations if weather conditions impede available capacity of the discharge location. Page 263 of 812 Page 44 Submittals A. Submit a Best Management Practices plan including a schematic plan of all equipment, piping, silt and turbidity barriers planned for use during water discharge for approval by the County. B. Submit an in-line flow meter calibration report to the County indicating calibration within the last sixty (60) days. C. Submit application to Florida Department of Environmental Protection (FDEP) for National Pollutant Discharge Elimination System (NPDES) Generic Permit for Discharge of Groundwater from Dewatering Operations (§ 62-621.300[2] F.A.C.) utilization notification and provide submittal documentation to the County representative. Equipment A. Successful bidder(s) shall provide and maintain a transfer pump(s) capable of pumping the total volumes and anticipated maximum rates of discharge from the well as specified herein. The pump shall be used for transfer of water from the settling tanks to the designated discharge location. Successful bidder(s) shall provide, operate and maintain as many pumps as required to transmit water from the well to the outfall location. The pumps shall be capable of pumping at the maximum rates for the elements of work contemplated herein. B. Successful bidder(s) shall provide fusion welded high-density polyethylene (HDPE), or approved equal, transmission piping, couplings, valves, reusable fittings and other items needed to assemble, operate and maintain the formation water disposal system. Multiple vessels shall be connected and sequential to provide sufficient retention time for solids separation prior to fluid discharge. Vessel layout and arrangement must be located within the designated project work area as specified on the project drawings. C. Successful bidder(s) shall furnish and install an in-line flow meter, calibrated within the last 60 days. Flow meter shall have a flow rate indicator and totalizer and be capable of measuring discharge rates at the maximum flow rate of the sediment control system in place. D. Successful bidder(s) shall employ all means necessary to minimize to the greatest extent possible erosion, turbidity at the settling location and final outfall location, and containment of discharge solids, including, but not limited to, the use of de-silting/de-sanding separators, settling tanks, vacuum truck for disposal of all well development and testing fluids, and turbidity barriers at the outfall location. Successful Bidder shall use an energy diffuser at the formation water disposal location to aid in minimizing erosion. Successful bidder(s) shall minimize impact to the County facilities and fully restore all areas used for formation water discharge. Preparation A. Review final discharge location with County representative to confirm proper location and to minimize impact to site erosion. B. Successful bidder(s) shall be responsible for applying for, obtaining, and monitoring for an FDEP NPDES Generic Permit for Discharge of Ground Water from Dewatering Operations per § 62-621.300(2) F.A.C. for discharge of water to all State Water bodies including a $100.00 application fee. No water quality sampling is required in association with this application. However, flow (in gallons per day [GPD]) must be measured (actual or estimated) and recorded once per week when discharging. The flow rate cannot exceed the design flow rate of the sediment control system in place. A record of weekly flow and a copy of the permit must be kept on-site for FDEP inspection. Although not required by the FDEP. Successful bidder(s) is required to monitor and measure turbidity throughout development to ensure turbidity is less than 29 nephelometric turbidity units (NTU) prior to discharge. C. Successful bidder(s) shall use Best Management Practices (BMPs) and all means necessary to settle and clean discharge water prior to discharge to the State Water bodies, including but not limited to use of the settling tanks and floating turbidity barriers properly installed in receiving water body. Well development and testing activities shall be adjusted accordingly and corrective actions taken prior to any exceedances of regulatory requirements at the State Water bodies with respect to successful bidder's discharge water. Successful bidder(s) shall employ all methods necessary to ensure the discharge water at the discharge point shall be clear, have a pH of no less than 6.0, less than 29 NTU turbidity and meet FDEP requirements for Generic Permit for Discharge of Ground Water from Dewatering Operations 62-621.300(2). D. Discharge directly into storm -water drains without setting systems shall not be permitted. E. Successful bidder(s) shall review and comply with the County's Lake Worth Drainage District (LWDD) permits and conditions, when applicable. Page 264 of 812 Page 45 Assembly A. Assemble the transmission piping in accordance with the project drawings. Use fusion welded HDPE pipe, or other approved equivalent, that conforms to AWWA C906 or AWWA C905 for temporary formation water disposal piping. All fittings shall be fusion welded HDPE or approved equal. B. Successful bidder(s) shall be responsible for providing and maintaining driveway access and road crossings for the access roads and associated appurtenances. Discharge activities shall comply with specifications for all roadway and traffic controls. Successful bidder(s) shall take necessary precautions for the protection of the County property, facilities and the safety of the public. Operation A. The formation water disposal piping and/or hosing shall be monitored continuously for leaks and possible problem areas. A thorough inspection of the complete pipeline and/or hosing shall be conducted daily prior to startup. Repairs shall be made prior to use at no additional cost to the County. B. Cleaning and disposal of discharge solids within the settling system shall be removed using a vacuum truck and disposed of in accordance with local, state, and federal regulations. Removal of these materials shall be considered incidental to the work and shall not result in additional compensation to the successful bidder(s). C. The formation water disposal system may require modifications based on site specific activity and associated quality and quantity of discharge water generated. Successful bidder(s) shall not be compensated for these modifications and the costs should be included in the cost associated with item Disposal of Development gniate Disposal of Formation Water. D. Cleaning of the storm water drains, drainage pipes, and/or outfall canals shall be performed by the successful bidder(s) following completion of well development and testing activities. The costs should be included in the cost associated with item Disposal of Formation Solids. PRODUCTION WELL ACIDIZATION SCOPE OF WORK A. Successful bidder(s) shall provide redundancy in onsite field equipment required to safely perform acidization. B. Successful bidder(s) are advised that acid treatment and associated setup includes pumping acid into the well, monitoring of the well, and treatment and disposal of spent acid until discharge water returns to a consistent and repeated pH measurement of 6.5 or higher. Once discharge water has returned to an acceptable pH and specific conductance, the successful bidder(s) shall perform a specific capacity test to determine whether additional acid treatment is required. The post acidization specific capacity test shall be performed at a rate equal to the pre- acidization specific capacity test and prior to setting up for pump development. Acidization treatment shall be considered complete upon inspection and approval by the County representative. All costs associated with acid treatment including the purging of spent acid water and the initial specific capacity test are to be included in the unit price for Well Acidization Mobilization. The successful bidder shall not bill against pump development nor pump testing for time spent flowing the well to remove spent acid and/or return to an acceptable pH and specific conductance. C. Upon completion of acid treatment as accepted and approved by the County representative, the successful bidder(s) shall remove the acid treatment setup and continue to subsequent rehabilitation tasks including well development. The successful bidder(s) shall allow for up to five (5) working days, from the time that spent acid has been removed from the well and performing specific capacity testing, for the County representative to determine whether additional acid shall be injected. SUBMITTALS A. Acidization header drawing including location of acid line, water injection line, gas bleed line, associated pressure gauges, and other access ports as needed to complete the scope of work, shall be submitted prior to commencement of project. B. Prior to commencement of acidization, successful bidder(s) shall provide plan for acidization, temporary acid storage, containment and safety plan for approval by County Representative. C. Provide all chemical manufacturer information including NSF Standard 60 Certification and the Safety Data Sheets (SDS) for all chemicals proposed for use in the well, prior to commencement of project. D. Provide acid transportation manifests and load weight tickets, at the time of payment submittal. Page 265 of 812 ACID Page 46 A. Furnish County representative approved quantity of 20 Baume strength, 32% hydrochloric acid (food service grade) per well. B. The successful bidder(s) shall ensure proper design and containment of acid pumps, hoses, fittings, and storage tanks and secondary containment to prevent spillage. C. Place chemical resistant PacTank (or equivalent) portable spill containment berm on ground where chemical transports and tanks are to be located. Additional containment berm shall be placed along hose routes beneath hoses and fittings. SODIUM BICARBONATE A. Furnish sufficient sodium bicarbonate to manually distribute around the wellhead, acid hoses, valves, and truck to neutralize any acid in the event of a spill. B. After acidization, prepare a sodium bicarbonate solution to raise the pH of the well development water to an acceptable level for disposal (pH between 6.5 and 8.5). pH testing shall be performed by the successful bidder(s) under the direction of the County representative. PROCEDURE SEQUENCE A. The successful bidder(s) shall perform acid treatment of the production wells as designated by the County representative. B. The plan shall include proposed methods to minimize degassing of the acid during mixing. The blend of hydrochloric acid outlined in the successful bidder(s) acidization plan shall be based on requested blend ratios per the County representative. The actual blend rate shall be dependent on the individual well response to acid procedure in the field. C. The amount and strength of acid used may be adjusted based on results and individual well conditions as determined by the County representative. D. The successful bidder(s) shall furnish and be capable of installing a sufficient length of steel acid tubing inside the well to place the base of tubing at any depth (down to the total depth of the well), as directed by the County representative. Final length of drop tubing will be determined by the County representative primarily based on the review of the pre-acidization video survey. The drop tubing shall be attached to a temporary water tight assembly, the temporary acidization wellhead assembly shall have access for drop tubing, a 2" water injection line, a gas only relief line at the top of the wellhead, fluid relief line, and a pressure gage fitting. E. All access ports shall be fitted with isolation valves. The wellhead shall provide a tight seal up to 100 psi. Succesful bidder(s) shall provide and install a pressure gage on the wellhead to monitor pressure at the wellhead. F. Set up systems and controls required for acidization including, but not limited to temporary acid storage, containment, formation water treatment and disposal system, tanks, equipment, etc. required for acidization, monitoring, purging, neutralization and control as outlined in the successful bidder(s) approved plan and specified herein. The formation water treatment system shall be adequately sized so that acid can be removed from the well in one (1) day. The successful bidder(s) shall coordinate with the County representative for inspection and approval of the setup prior to acidization of the well. G. Pump the approved quantity and strength of acid through the drop tubing. The pumping method shall not introduce ambient air into the well. At all times the wellhead pressure shall be monitored and shall not exceed 50 psi. All equipment and materials must be approved by the County representative. H. It is the intent of these specifications to allow for two (2) methods of acidizing. One (1) method includes injecting "high strength" (32%) acid within a short duration and another method includes continuously injecting "weaker acid" for a longer duration (up to 24 hours of continuous injection). The County representative will coordinate with the successful bidder(s) on the initial acid method to be implemented prior to the successful bidder(s) setting up the acid equipment. The County representative may require a different method based on the results of the first acid injection, should additional acidization be deemed necessary. The successful bidder(s) shall be capable of injecting acid at an approximate rate of 200 gpm (for high strength acid) and be capable of injecting at a low rate for a duration up to 24 hours (for lower strength acid). Page 266 of 812 Page 47 Successful bidder(s) shall provide adequate water supply to pump up to three (3) well casing volumes of chase water, plus the drop tubing capacity. This volume may be more or less depending on conditions and the acid reaction. The chase water shall be metered and pumped into the well simultaneously through the drop tubing and through the casing. The pumping rate shall be a minimum 200 gpm or as designated by the County representative. Chase water shall be potable water, chlorinated to 1 mg/I available chlorine. Pump equipment must be capable of overcoming maximum pressure at wellhead if pressure increases during acidization procedure. J. If a second acid pump is to be performed, the successful bidder(s) shall purge the spent acid from the well between acid pumps until pH of the purged water is no less than 6.5, or as directed by the County representative. The successful bidder(s) shall also perform a specific capacity test between acid pumps. K. Following acidization, the successful bidder(s) shall remove spent acid continuously and purge water shall have a pH of 6.5 within one (1) day of completing the acid injection. L. Casing pressures shall be monitored continuously by the successful bidder(s) for at least 12 hours following acid treatment. If required, excess gas pressure shall be bled off as needed. A gas relief pipe shall be extended a minimum of 50' away from the work area, downwind from any potential immediate receptor. M. Using the drop tubing, a water sample shall be collected by the County representative for analysis twelve (12) hours after acid treatment. If required by the County representative, the successful bidder(s) shall pump additional chase water into the well using the same method as specified herein. N. Discharge well through the formation water disposal connection until water is clear with a pH of 6.5 or higher. Water with a pH below 6.5 shall be contained and treated using a sodium bicarbonate solution to neutralize residual acid or be removed from the site. Treated water shall only be discharged from the holding tank after approval by the County representative. All discharge to the outfall location shall comply with all applicable discharge permits. Successful bidder(s) shall remove spent acid within one (1) day. O. Purging of spent acid shall be considered complete when discharge water from the well is clear with a pH of 6.5 or higher, the specific conductance of the well is comparable to pre -acid treatment specific conductance values, and a specific capacity test has been conducted on the well to determine if additional acid treatment is necessary. The specific capacity test shall be performed using a calibrated flowmeter to measure flow rates. The successful bidder(s) shall also furnish and implement a secondary method to measure flow rates as approved by the County representative. An acceptable secondary method could include an orifice weir and manometer, volumetric method and/or other method approved by the County representative. WELL FACILITY DISINFECTION AND WATER QUALITY SAMPLING Work Included A. Provide all labor, equipment, and materials to perform anaylitical tests on the well and to disinfect the well, surface facilities, wellhead, and piping, complete and in accordance with the requirements of AWWA C-601. Successful bidder(s) will subcontract with an analytical laboratory to perform sampling and analytical services. B. In addition to the passing laboratory samples required by the Health Department, successful bidder(s) will be required to pass one (1) bacteriological test administered by the County laboratory prior to putting a well back into service. Should the bacteriological tests administered by the County laboratory fail, successful bidder(s) shall repeat the well disinfection, sampling and bacteriological analysis conducted at the successful bidder's expense. Submittals A. Documentation of recognition by FDOH of the Independent Testing Laboratory as a NELAP accredited Environmental Laboratory. Current NELAP accreditation shall be maintained by the Independent Testing Laboratory throughout the contract period. B. Provide sampling reports, completed chain of custody forms, and analytical results for all consecutive sampling events. Materials A. Free chlorine liquid. B. Sodium hypochlorite. Page 267 of 812 Page 48 Well Facility Disinfection A. Provide notice to the Department Director or his designee 48 hours in advance of treatment. Provide injection and measurement methods for approval. B. Successful bidder(s) shall post warning notices and secure the well from unauthorized access or use. C. All water used for treatment shall be potable water from an approved source. D. Mix a sufficient concentration of chlorinated water solution to maintain a 500 ppm chlorine residual throughout the well, pump, and piping facilities. E. Allow disinfectant to remain in the sealed system for 24 hours. Bacteriological Analysis A. Purge detectable chlorine solution from the well. B. Collect water samples at an approved location 48 hours after disinfection procedure. Sample collection and handling procedures shall be in accordance with state approved laboratory quality assurance plan by an experienced sampling technician. C. Two (2) consecutive samples shall be collected. A minimum of six hours shall have elapsed between samples collected on the same day. D. Water samples shall be analyzed by an approved independent certified laboratory in accordance with state and local regulations, and in accordance with AWWA published methods. E. Successful bidder(s) shall continue to treat and conduct sample collection and analysis until an acceptable result is obtained. Any system disinfection, sample collection, or analysis required after an unsuccessful first attempt shall be conducted at the successful bidder's sole expense. COUNTY ACCEPTANCE Acceptance is defined as the work completed and a service ticket signed by the County representative. Invoices shall be submitted only when the service has been rendered. Invoices shall not be accepted for services that have not yet been rendered. :7_VdLTi I=Iklkl Payment will be based on the unit price offered on the response page(s). Payment shall be rendered ONLY upon the County's satisfaction of services rendered. Price shall include, but is not limited to, all supervision, labor, equipment, materials, tools, machinery, shipping, transportation, travel, manpower, fuel, mobilization, demobilization and other facilities and services necessary to fully and completely provide the service(s) as specified herein. No additional compensation shall be offered or paid. Page 268 of 812 Page 49 BID RESPONSE IFB #22-041/MB WELLFIELD MAINTENANCE AND REPAIR SERVICES, TERM CONTRACT ITEM NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE EXTENDED OFFER 1. Traffic Control 3 Days $ $ 2. Palm Beach County Engineering and Public Works Department Land Development Division Water Discharge and Maintenance of Traffic Permitting 50 Each $ $ 3. Biological Activity Reaction Tests (BART TM Iron Related Bacteria, Slime Forming Bacteria, Sulfate Reducing Bacteria) all 3 tests for each item unit 100 Each $ $ 4 Specific Capacity Test Before and After Maintenance Work Performed 200 Each $ $ 5. Step Drawdown Testing 25 Each $ $ 6. Sand Content Testing (by Rossum Sand Tester) 200 Each $ $ 7. Silt Density Index Testing (passing only, SDI <3) 200 Each $ $ $ Remove Surficial Wellhead, Column Pipe, Submersible Pump & Motor and Appurtenances 100 Each $ $ 9 Reinstall Surficial Wellhead, Column Pipe, Submersible Pump & Motor and Appurtenances 100 Each $ $ 10. Remove Floridan Wellhead, Column Pipe, Submersible Pump & Motor and Appurtenances 5 Each $ $ 11. Reinstall Floridan Wellhead, Column Pipe, Submersible Pump & Motor and Appurtenances 5 Each $ $ 12. Combined Static and Dynamic Down -hole View & Side View Color Video Survey Logging of Surficial Aquifer Well (with Bidder's Pump) 25 Each $ $ 13. Combined Static and Dynamic Down -hole View & Side View Color Video Survey Logging of Flowing Floridan Aquifer Well (with Bidder's Pump) 25 Each $ $ 14. Pump and/or Motor Retrieval 20 Hours $ $ 15. Chemical Treatment with 2,500 gallons of 1,000 ppm Chlorine Solution and Wastewater Chlorine Neutralization, Surficial Aquifer Well 200 Each $ $ 16. Clean Production Well Casing and Screen with Casing Scrapper & Brush, Surficial Aquifer Well 30 Each $ $ 17. Clean Monitoring Well Casing and Screen with Casing Scrapper & Brush; Cut & Remove Roots 10 Each $ $ 18 Brushing, Swabbing and Jetting to Redevelop Production Well 40 Each $ $ 19' Furnish and Install Additional Gravel into Production Well Screen Gravel Pack 800 Cubic Feet $ $ 20 Well Development by Bidder's Pump and Flow Meter (capable of 2,000 to 3,000 gpm flow rate) 500 Hours $ $ Continued... FIRM NAME: Page 269 of 812 Page 50 BID RESPONSE IFB #22-041/MB WELLFIELD MAINTENANCE AND REPAIR SERVICES, TERM CONTRACT ITEM NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE EXTENDED OFFER 21 Well Development and Redevelopment by Airlift with 600 to 750 SCFM Air Compressor 500 Hours $ $ 22 Disposal of Formation Water to Lake or Storm Sewer with up to 800' of Lay -flat Hose 20 Each $ $ 23 Disposal of Formation Solids Requiring Containerization and Proper Disposal by Bidder 20 Cubic Yards $ $ 24. Drill Rig with Crew 15 Hours $ $ 25. Each Additional Crew Member 15 Hours $ $ 26 Monitor Well Plugging Abandonment (cost of cement grout not included) 2 Each $ $ 27. Neat Cement Grout for Monitor Well Plugging Abandonment 2 Cubic Yards $ $ 28. Monitor Well Replacement, 2" Diameter Sch 40 PVC Installation (20' depth) 2 Each $ $ 29. Furnish and Install Replacement Column Pipe 200 Linear Feet $ $ 30. Furnish and Install New 1-1/2" Diameter Sch 40 PVC Stilling Well (60' to 80' deep) 5 Each $ $ 31. Furnish & Install 2 New Submersible Pump Motor SS Safety Cables & Accessories (60' to 80' deep) 5 Each $ $ 32. On-site Welding 25 Hours $ $ 33. Machine Shop Welding 25 Hours $ $ 34. Disassembly and Inspection of Submersible Pump in Shop 20 Each $ $ 35. Submersible Pump Maintenance in Shop 20 Hours $ $ 36. Trim Pump Impeller in Shop 5 Each $ $ 37. Disinfect Well for Health Department Clearance 200 Each $ $ 38 Water Sample Collection and Laboratory Bacteriological Analysis for Health Department Clearance 200 Each $ $ 39. Annual Wellfield System Evaluation Report Preparation 20 Each $ $ 40. Individual Production Well Report Preparation Documenting Work Performed and Data 250 Each $ $ Continued... FIRM NAME: Page 270 of 812 Page 51 BID RESPONSE IFB #22-041/MB WELLFIELD MAINTENANCE AND REPAIR SERVICES, TERM CONTRACT ITEM NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE EXTENDED OFFER 41. Furnish and Install Sod 10 Square Yards $ $ DATE: 42. Miscellaneous Materials (gaskets, hardware, SS) 5 Each $ $ EMERGENCY # TOLL FREE # 43. Well Acidization Mobilization 5 Each $ $ 44. Well Acidization Treatment w/ 32% HCL 10,000 Gallons $ $ TOTAL OFFER (ITEMS #1 THROUGH ITEM #44) $ * PLEASE AFFIX SIGNATURE WHERE INDICATED (FAILURE TO DO SO SHALL RESULT IN THE REJECTION OF YOUR BID) By signature on this document, bidder acknowledges and agrees that its offer includes and accepts all terms, conditions, and specifications of the County's bid solicitation as originally published, without exception, change or alteration of any kind, except as may have been published by the County in official amendments prior to this date of submittal. Per General Term and Condition #7., if bidder is a Joint Venture for the goods/services described herein, bidder shall, upon request of the County, provide a copy of the Joint Venture Agreement signed by all parties. Commercial Non -Discrimination Certification: By signing below, bidder hereby certifies, per General Term and Condition #3n. that: (i) the information set forth therein is true and correct to the best of the bidder's knowledge; and (ii) there are no legal/administrative proceedings required to be disclosed, except as disclosed in bidder's response. FIRM NAME: (Enter the entire legal name of the bidding entity) DATE: PRINT NAME: * SIGNATURE: PRINT TITLE: ADDRESS: CITY / STATE: ZIP CODE: TELEPHONE # EMERGENCY # TOLL FREE # FAX # E-MAIL: APPLICABLE LICENSE(S) NUMBER # TYPE: FEDERAL ID # Page 271 of 812 Page 52 QUALIFICATIONS OF BIDDERS REFERENCES FOR IFB # 22-041/MB Bidder shall list references in accordance with the requirements set forth in the Qualifications of Bidders. REFERENCE NAME: ADDRESS: CONTACT NAME: This contact must be informed that they are listed as a reference, and the County may be calling them. CONTACT INFORMATION: Phone: Cell: Fax: E -Mail: SCOPE OF WORK: CONTRACT DATES: REFERENCE NAME: ADDRESS: CONTACT NAME: This contact must be informed that they are listed as a reference, and the County may be calling them. CONTACT INFORMATION: Phone: Cell: Fax: E -Mail: SCOPE OF WORK: CONTRACT DATES: REFERENCE NAME: ADDRESS: CONTACT NAME: This contact must be informed that they are listed as a reference, and the County may be callin them. CONTACT INFORMATION: Phone: Cell: Fax: E -Mail: SCOPE OF WORK: CONTRACT DATES: FIRM NAME: Page 272 of 812 Page 53 CERTIFICATION OF BUSINESS LOCATION IFB # 22-041/MB In accordance with the Palm Beach County Local Preference Ordinance, as amended, a preference may be given to: (1) bidders having a permanent place of business in Palm Beach County ("County") or (2) bidders having a permanent place of business in the Glades that are able to provide the goods and/or services to be utilized within the Glades. To receive a local preference, bidders must have a permanent place of business within the County or the Glades, as applicable, prior to the County's issuance of the solicitation. A Business Tax Receipt which is issued by the Palm Beach County Tax Collector, authorizes the bidder to provide the goods/services being solicited by the County, and will be used to verify that the bidder had a permanent place of business prior to the issuance of the solicitation. The bidder must submit this Certification of Business Location ("Certification") along with the required Business Tax Receipt at the time of bid or quote submission. The Business Tax Receipt and this Certification are the sole determinant of local preference eligibility. Errors in the completion of this Certification or failure to submit this completed Certification will cause the bidder to not receive a local preference. In instances where the bidder is exempt by law from the requirement of obtaining a Business Tax Receipt, the bidder must: (a) provide a citation to the specific statutory exemption; and (b) provide other documentation which clearly establishes that the bidder had a permanent place of business within the County or the Glades prior to the date of issuance of the solicitation. The County hereby retains the right to contact said bidders for additional information related to this requirement after the bid due date. Bidder is a: Local Business: A local business has a permanent place of business in Palm Beach County. (Please indicate): Headquarters located in Palm Beach County Permanent office or other site located in Palm Beach County from which a vendor will produce a substantial portion of the goods or services. Glades Business: A Glades business has a permanent place of business in the Glades. (Please indicate): Headquarters located in the Glades Permanent office or other site located in the Glades from which a vendor will produce a substantial portion of the goods or services. The attached copy of bidder's County Business Tax Receipt verifies bidder's permanent place of business. THIS CERTIFICATION is submitted by , as (Name of Individual) , of (Title/Position) (Firm Name of Bidder) who hereby certifies that the information stated above is true and correct and that the County Business Tax Receipt is a true and correct copy of the original. Further, it is hereby acknowledged that any misrepresentation by the bidder on this Certification will be considered an unethical business practice and be grounds for sanctions against future County business with the bidder. (Signature) (Date) Page 273 of 812 Page 54 DRUG-FREE WORKPLACE CERTIFICATION IFB # 22-041/MB IDENTICAL TIE BIDS - In accordance with Section 287.087, F.S., a preference shall be given to vendors submitting with their bids the following certification that they have implemented a drug-free workplace program which meets the requirements of Section 287.087; provided, however, that any preference given pursuant to Section 287.087, shall be made in conformity with the requirements pursuant to the Palm Beach County Code, Chapter 2, Article III, Sections 2- 80.21 thru 2-80.34. In the event tie bids are received from vendors who have not submitted with their bids a completed Drug -Free Workplace Certification form, the award will be made in accordance with Palm Beach County's purchasing procedures pertaining to tie bids. This Drug -Free Workplace Certification form must be executed and returned with the attached bid, and received on or before the published bid submission deadline to be considered. The failure to execute and/or return this certification shall not cause any bid to be deemed non-responsive. Whenever two (2) or more bids which are equal with respect to price, quality, and service are received by Palm Beach County for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. In order to have a drug-free workplace program, a business shall: (1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. (2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. (3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in number (1). (4) In the statement specified in number (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893, Florida Statutes, or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. (5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. (6) Make a good faith effort to continue to maintain a drug-free workplace through implementation Section 287.087, Florida Statutes. THIS CERTIFICATION is submitted by (Individual's Name) of (Title/Position with Company/Vendor) (Name of Company/Vendor) the who does hereby certify that said Company/Vendor has implemented a drug-free workplace program which meets the requirements of Section 287.087, Florida Statutes, which are identified in numbers (1) through (6) above. Signature Revised- 11/10/16 Date Page 274 of 812 LO LO a> 0) n3 IL J_ Q LL U W_ O �a (� W W_ _ O~ ocZ a0 _N N 2 ~ �Z OkAJ �kA Z Z Z O U CO ZQ Z Z O O v=i HU h® OFLLI - m 0 �Z oZ Z �O v 0 Q 1^ Z W LU H J Q [— U W oC W Z C J Q WZ J � O a W W CO � Q O H� W CO ♦� :) H } F— LU Co Z J Oa U Z cn Q H m Z I WO aU Lu <LU O ~ L m N O v0 Z W Y m 00 O U Y� 00 La Z O � t- WZ LU W U 0 ~ W M a LU0 a 0 WO CLLL F- �_ a o OO J W o Q Z Q O� Z a Z III coQ 0 m 0 ? J W W J W Z Z Wa 0 W N a LO g p 2 O a a O NO LL O H U ~ J Q LU LUW U H U N N 0 Q O p J J V) Z U cn a s m ami E O E s. x H WI — 0 y to Ev. 0 Hm on u v v E N CL CL co a o ccc Y C u V W U, r 0 Uzi N c+7 V Ln i R< Page 56 OEBO LETTER OF INTENT — SCHEDULE 2 A completed Schedule 2 is a binding document between the Prime Contractor consultant and a Subcontractor{subconsultant for an tier and should be treated as such, The Schedule 2 shall contain bolded Ian uaa indicatin that b si nin the Schedule 2 both parties recognize this Schedule as a binding document. All Subcontractors/subconsultants, including any tiered Subcontractors/subconsultants, must properly execute this document. Each properly executed Schedule 2 must be submitted with the bid/proposal. SOLICITATION/PROJECT NUMBER: SOLICITATION/PROJECT NAME: Prime Contractor: (Check box(s) that apply) Ll SBE Ll WBE Ll MBE Subcontractor: M/WBE Ll Non-S/M/WBE Date of Palm Beach County Certification (if applicable): The undersigned affirms they are the following (select one from each column if applicable): Column 1 Column 2 Column 3 F1 Male F1 Female F1 African-American/Black F1 Asian American F1 Caucasian American F1 Supplier F1 Hispanic American F1 Native American S/M/WBE PARTICIPATION — S/M/WBE Primes must document all work to be performed by their own work force on this form. Failure to submit a properly executed Schedule 2 for any S M WBE participation may result in that participation not being counted. Specify in detail, the scope of work to be performed or items supplied with the dollar amount and/or percentage for each work item. S/M/WBE credit will only be given for the areas in which the S/M/WBE is certified. A detailed proposal may be attached to a properly executed Schedule 2. Line Item Item Description Unit Price Quantity/ Contingencies/ Units Allowances Total Price/Percentage The undersigned Subcontractor/subconsultant is prepared to self -perform the above-described work in conjunction with the aforementioned project at the following total price or percentage: If the undersigned intends to subcontract any portion of this work to another Subcontractor/subconsultant, please list the business name and the amount below accompanied by a separate properly executed Schedule 2. Name of 2"d/3rd tier Subcontractor/subconsultant Print Name of Prime By: Authorized Signature Print Name Price or Percentage: Print Name of Subcontractor/subconsultant By: Print Name Title Title Date: Date: Authorized Signature Revised 09/17/2019 Page 276 of 812 / � 4 G U L 0 re, 1 0 z c Z 2 I R Z O 5; ry O \ R / R U < ± O R / ± e Z 0 0 I _ 2 2 � < Z R U L 0 0� I 2 � < Z » O F- C) J R z O 0 L :E 2 I C� O G 5 � 2 0- D G R 0 L 0 0� I (D _ = m ■ \.0 0 �2�72 /0ao CL 0� 0Im p un=rLU �@ om ■`2 ==�2� f \ 0 § 2 S % o § o 00 u o co 2 k$\�§ E § S — o u o " o o�k22 �cn■£2 2 2 0 ■ 0 0 m & _ CL£_a E o m 2 m'°vv Lo u=mom § m 0 o ®°jp _ a © 22 k0 Eoƒ2 0 \E0 CL 2 U m 0 o 2 FO �0 �2 $ E g_ =) IL \ o 0 7 0 2 EI 0E kf r-2 2 C4 m = ° 0 § � CL E22&a� 4)cn M M 0 E u 3=00. 2 a 3■ o I = o E $ © 0 E ■ \.§�/ L) 2 $ 0 o ■ o M ° E o a L = o (D o o o CD u = u ■ __ CL mm=moe / w � � � c ■ 0 � § w m Cl) E » w w O z \ ƒ \ j C14 c 0 I— I- 04 — I- 04 @ O n 0- b// � 0// \ k § CL ■ / t \ 2 0 \ o 0 = i 0 � \ � 0 3 \ fn 0 2 $E) §k{ ? &*3 ) }� < 7 \ E00 j \&j ��\ z O Q2/®= k\\/ 0 <_® _z {\e z }0E �0< � R Z (D 0 2 m CL <00 D Cl) 2�0 �\\ »� \\ / / w � � � c ■ 0 � § w m Cl) E » w w O z \ ƒ \ j C14 c 0 I— I- 04 — I- 04 @ O n 0- Page 58 OEBO SCHEDULE 4 — SUBCONTRACTOR/SUBCONSULTANT PAYMENT CERTIFICATION A properly executed Schedule 4 shall be submitted for each Subcontractor/subconsultant after receipt of payment from the Prime. The Prime shall submit this form with each payment application or invoice submitted to the County when the COUNTY has paid the Prime on the previous payment application for services provided by a Subcontractor/subconsultant. All named Subcontractors/subconsultants on this form must also complete and submit a separate Schedule 4 after receipt of payment. If the Prime is an S/M/WBE, completion of a Schedule 4 is also required to document all portions of work performed by their work force. A completed release of lien form can be submitted in lieu of a Schedule 4. This is to certify that (Subcontractor/subconsultant Name) (Monthly) or (Final) payment of $ On / / for my MM DD YYYY On (Project Name) Month received a (Prime Contractor Name) Invoice for labor and/or materials supplied DEPT.: TASK ORDER/WORK ORDER/DELIVERY ORDER/PURCHASE ORDER/ NO.: PRIME CONTRACTOR/CONSULTANT VENDOR CODE: SUBCONTRACTOR/SUBCONSULTANT VENDOR CODE: (Project No.) If the undersigned intends to distribute any portion of this payment to another Subcontractor/subconsultant, please list the business name and the amount below accompanied by a separate properly executed Schedule 4. Price or Percentage: Name of 2nd/3rd tier Subcontractor/subconsultant By: (Signature of Subcontractor/subconsultant) (Name & Title of Person executing on behalf of Subcontractor/Subconsultant) STATE OF FLORIDA COUNTY OF The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online notarization, this day of (year), by (name of person acknowledging). Notary Public, State of Florida Print, Type or Stamp Commissioned Name of Notary Personally Known OR Produced Identification Type of Identification Revised 12/31/2019 Page 278 of 812 Page 59 ATTACHMENT A IFB # 22-041/MB AFFIRMATIVE PROCUREMENT INITIATIVES (API) FOR GOODS AND OTHER SERVICES The API(s) approved for this project is/are listed below. SBE Price Preference — Goods and Other Services Contracts This contract shall be awarded to the lowest responsive, responsible respondent or bidder unless a certified SBE's bid is within ten percent (10%) of the lowest non -small business bid, in which case the award shall be made to the certified small business respondent or bidder submitting the lowest responsive, responsible bid at the price that it bid. Please note that all forms related to the EBO Program, including waiver forms and good faith effort documentation can be found at: http://discover.pbcgov.org/oebo/Pages/Documents.aspx Page 279 of 812 Page 51 BID RESPONSE IFB #22-041/MB WELLFIELD MAINTENANCE AND REPAIR SERVICES, TERM CONTRACT ITEM NO. 41. 42, .......... . ... 43. DESCRIPTION Furnish and Install Sod Miscellaneous Materials (gaskets, hardware, SS) . . . ...............................w_.... ---------- Well Acidization Mobilization ESTIMATED QUANTITY 10 5 .............. 5 UNIT Square Yards Each Each UNIT PRICE $ 50.00 EXTENDED OFFER $ 500.00 $ 560.00 $ 2,800.00 $ 100,000.00 $ 20'000.00 44, Well Aciclization Treatment w/ 32% HCL10,000 Gallons $ 5.50 ---------------- . . . . ............ . ......... 1= -- I TOTAL OFFER (ITEMS #1 THROUGH ITEM #44) ------------------------ $ 55,000.00 . . .. ............ .... $ 2,391,785,01) * PLEASE AFFIX SIGNATURE WHERE INDICATED (FAILURE TO DO SO SHALL RESULT IN THE REJECTION OF YOUR BID) By signature on this document, bidder acknowledges and agrees that its offer includes and accepts all terms, conditions, and specifications of the County's bid solicitation as originally published, without exception, change or alteration of any kind, except as may have been published by the County in official amendments prior to this date of submittal, Per General Term and Condition #7., if bidder is a Joint Venture for the goods/services described herein, bidder shall, upon request of the County, provide a copy of the Joint Venture Agreement signed by all parties. Commercial Non -Discrimination Certification: By signing below, bidder hereby certifies, per General Term and Condition #3n. that: (i) the information set forth therein is true and correct to the best of the bidder's knowledge; and (ii) there are no legal/administrative proceedings required to be disclosed, except as disclosed in bidder's response. FIRM NAME: (Enter the entire legal name of the bidding entity) DATE: 9/12/2022 Aquifer Maintenance & Performance Systems, Inc. .. ................ . . .. ------------ PRINT NAME: James Murray *S IGNATURE%t�- NA A KW1hP11 PRINT TITLE: President 7 ADDRESS: 7146 Haverh . . . . .. .. ............. ...... . ...... !:e--,7�r . . . . . ................ ........... . .. .... . ...... �l Road N. Q, CITY /STATE: West Palm Beach, FL ZIP CODE: 33407 ------------------------- - -- ........ -----F- - ............ TELEPHONE # EMERGENCY #._...... T (561) 494-2844 (954) 325-1782 $bb eo572 .. ........ FAX # E-MAIL: (561) 494-2944 at-npsjlp@gii)ail.coni ......... ... ....... ............ . .. .... ....... . . APPLICABLE LICENSE(S) NUMBER #11310 Water Well Contractor . ........... ....... ... . . . ...... ......... .. ITYPE FEDERAL ID # 65-0071672 Page 280 of 812 Page 52 QUALIFICATIONS OF BIDDERS REFERENCES FOR IFI3 #-22-041/MB Bidder shall list references in accordance with the requirements set forth in the Qualifications of Bidders. - - — --------- ....... ... ------ ------ REFERENCE NAME: City of Boynton Beach . . . ... .......... ADDRESS: 100 East Boynton Beach Blvd, Boynton Beach, FL 33425 — ---------- This contact must be informed that theyare CONTACT NAME: Bryan Heller listed as a reference, and the County may be . ... . calling them.. them. . ....................... .... ... . ... Phone: (561) 742-6420 Cell: CONTACT INFORMATION: . ....... ----------_--..._.... Fax:E-Mail: heflerb(�i.)b1ofLus ................ . .. . ____ . ....... .. . ..... .. . ......... ............... . ..... Wellfield maintenance & rehabilitations,well reconstructions, meter calibrations, pump/ SCOPE OF WORK: motor sales/repairs, fabrication services ... ........ CONTRACT DATES: 1996 - Present .. . ........... ....... ....... . . ....... . . . ........... . . ..... . . . . ........... - . . ............ . .... ..... . ....... REFERENCE NAME: City of Delray Beach . . . . ............ . .. ....... ------------ - _111.--_ . ...... . . .. ........ . ........ ----------------- ADDRESS: 100 NW 1st Avenue Delray Beach, FL 33344 .... .... . ... .... . . . .............. _.....m_.__.............. ..... . . ....... Ajan Guevarez This contact must be informed that they are CONTACT NAME: listed as a reference, and the County may be calling them. ------------------- . . . . . ...... ..... Phone: (561) 243-7305 Cell: CONTACT INFORMATION: . ........... Fax:.. j E -Mail: qre- 0(rnydelraybeach.Corfl . ...... - ------ - Ueva­­ Z_ SCOPE OF WORK: Well maintenance & rehabilitations, surface equipment modifications, meter calibrations, --.pua-tpi=tor _sates- . .. ........ CONTRACT DATES: 2002 - Present ­____­__ . . . . ................. 1-11_-__--- ........... . . . . . . ................ .... ­­_­ ----------- . . ............ ­­ . .......... .. . . ..... . .. ....... .. . ....... - - ------- REFERENCE NAME: Fort Pierce Utility Authority . . . . . . .............. - — ------- __ . ...... --- ... . ............. ---------- - ---- ADDRESS: 715 S. 25th Street Fort Pierce, FL 34947 . . ........... .. __ --- — — -------- __...................._.....__w ------------ - ____ . . . ......... This contact must be informed that they are CONTACT NAME: Keith Stephens listed as a reference, and the County may be ___...._._........_..._.w.. — — - ------------- . .......... . . _calling- ----------- Phone: (772) 466-1600 ext 4515 Cell: CONTACT INFORMATION: -- — - ---------- ............ - . . ........ . .. .. ... ----------- Fax: -----------Fax: (772) 461-9036 E -Mail: kstephens@fpua.corn ........... . . ... . . .......... . . .... ....................... — - ------- SCOPE OF WORK: Well rehabiliations, well abandonments, fabrication, PLIMP sales & repairs, pipe/fittings __ . .... ...... . .. . ......... soo-gs CONTRACT DATES: 2012 - Present . . .. . .............. ..... . I .......... ...... ­__ ------ A(10fer Maintenance & Performance Systerns, Inc. FIRM NAME: Page 281 of 812 g� w - i • BID RESPONSE IFI3 #22-041/MB WELLFIELD MAINTENANCE AND REPAIR SERVICES, TERM CONTRACT ITEM DESCRIPTION ESTIMATED UNIT UNIT EXTENDED NO. QUANTITY PRICE OFFER 1. Traffic Control . . ....... . 3 Days $ 500-00 $ 1,500.00 .. . ..... .. 2. Palm Beach County Engineering and Public Works Department Land Development Division Water Discharge 50 Each 150.00 $ 7,500,00 $ and Maintenance of Traffic Permitting 3. Biological Activity Reaction Tests (BART TI Iron Related Bacteria, Slime Forming Bacteria, Sulfate Reducing 100 Each 210 00 $ $ 21,000.00 Bacteria) all 3 tests for each item unit 4. Specific Capacity Test Before and After Maintenance Work Performed 200 __.........a.........__........ Each $ 225,00 $ 45,000,00 5. ---------- Step Drawdown Testing . . .............................. 25 Each $ 3,500.00 $ 87,500.00 $ 75.00 .. ............. — --- Sand Content Testing (by Rossurn Sand Tester) 200 Each 15,000.00 $ 125.00 $ 25, f(TUFT 7. Silt Density Index Testing (passing only, SDI <3) 200 Each 8. Remove Surficial Wellhead, Column Pipe, Submersible Pump & Motor and Appurtenances . . . . .... . ............ — .......... 100 _-1-1-111-.... . . . ..... Each . $ 2,000.00 $200,000.00 9. Reinstall Surficial Wellhead, Column Pipe, Submersible Pump & Motor and Appurtenances -1-1 . ............... — - ----------- 100 . .......... Each $ 2,500.00 . ....... $250,000.00 10. . . . ................. . ........ Remove Floridan Wellhead, Column Pipe, Submersible Pump & Motor and Appurtenances - ------- ­­- " ------- —11.1 5 -- - - — ------------- Each $ 3,000 00 ... . . ............. $ 15,000.00 11. Reinstall Floridan Wellhead, Column Pipe, Submersible Pump & Motor and Appurtenances ------ 5 ......... .... Each $ 3,500.00 $ 17,500.00 Combined Static and Dynamic Down -hole View & Side 12. View Color Video Survey Logging of Surficial Aquifer Well 25 Each $ 2,800.00 $ 70,000.00 (with Bidder's Pump) I ... . ............ . . .............. — ---------- 13. Combined Static and Dynamic Down -hole View & Side View Color Video Survey Logging of Flowing Floridan 25 Each $ 3,800.00 $ 95,000-00 Aquifer Well (with Bidder's Pump) ....................a,.._._......_ 14. Pump and/or Motor Retrieval 20 . . . . .............. . Hours $ 250,00 $ 5,000.00 ------- $ 1,000,00 $200,000.00 ..... . . ... 15. . ......— ------ ..............a__.,_,. -- ---- ­­ Chemical Treatment with 2,500 gallons of 1,000 ppm Chlorine Solution and Wastewater Chlorine -- - - - ­ 200 Each Neutralization, Surficial Aquifer -Well - - - " - . .......... . . 16. Clean Production Well Casing and Screen with Casing Scrapper & Brush, Surficial Aquifer Well -­­­"" . ...... . . 30 . . . . .............. . .. Each $ 1,800-00 $ 54,000,00 17. Clean Monitoring Well Casing and Screen with Casing Scrapper & Brush; Cut & Remove Roots 10 Each $ 350,00 $ 3,500-00 18. Brushing, Swabbing and Jetting to Redevelop Production Well - --------- - 40 . ........ _ .......... Each $ 3,800,00 $152,000.00 — 19. .......... .... . Furnish and Install Additional Gravel into Production Well Screen Gravel Pack -Development ...... - - — ------- 800 Cubic Feet $ 68,05 . . . ..... . .... $ 54,440.00 20. .....(capable l- Well- elI by Bidder's Pump and Flo Meter of 2,000 to 3,000 gpm flow rate) 500 . . ........... ­­­ Hours _L! $ 225�00 112,50'0�00 $ ........... -1-1-11-11 .... .... - Continued... FIRM NAME: Aquifer Maintenance & Performance Systems, Inc. Page 282 of 812 Page 50 BID RESPONSE IFB #22-041/MB WELLFIELD MAINTENANCE AND REPAIR SERVICES, TERM CONTRACT ITEM DESCRIPTION --------------- ESTIMATED UNIT- m UNIT EXTENDED NO. QUANTITY PRICE OFFER 21. Well Development and Redevelopment by Airlift with 600 to 750 SCFM Air Compressor . . ........ — ----- . . . ...... .. 500 . ... Hours . . . ........ ____ -- $ 250�00 $ 125,000.00 — 22. Disposal of Formation Water to Lake or Storm Sewer with up to 800' of Lay -flat Hose — -------------- . ......... 20 Each . . . ...... - ------------ $ 500-00 $ 10,000.00 _ ......... . . 23. Disposal of Formation Solids Requiring Containerization and Proper Disposal by Bidder 20 Cubic Yards - $_50,00 --------- ....... . ... $ 1,000.0o —24. Drill Rig with Crew — - ............ 15 Hours $ 250.00 $3 _750.00 25. -- --- ------- -- --- --- Each Additional Crew Member - - — - . . ................. . 15 Hours - ------------ -_ $_ 5U.' ou $ 750.00 $ 1,500.00 26. ...... . ... .. .. .. . . ... ­­ -- ------ - - --­ Monitor Well Plugging Abandonment (cost of cement grout not included) .. ......... . -- ­­- . ...... 2 — Each $ 750-00 27. . . .. . Neat Cement Grout for Monitor Well Plugging Abandonment .... . ..... . ..... .. ------------- 2 Cubic Yards $ 540.00 $ 1,080,00 28, . . . ........... . ...........__......_._____.._.a_..._...__......_2 Monitor Well Replacement, 2" Diameter Sch 40 PVC Installation (20'depth) 2 Each $ ,500.00 5,00o.00 29, Furnish and Install Replacement Column Pipe ----------------- 200 Linear Fee, $ 132.00 $ 26,400.00 - 30. . . ............. Furnish and Install New 1-1/2" Diameter Sch 40 PVC Stilling Well (60' to 80' deep) — - - - ------- - -- ------- ­­ -------­ 5 . . Each . . ....... . _ ......... .. .. ..... $ 1,200,00 $ 6,000.00 31, Furnish & Install 2 New Submersible Pump Motor SS Safety Cables & Accessories (60' to 8D' deep) 5 Each $ 418-00 $ 2,090.00 32. On-site Welding 25 Hours $ 175,00 $ 4,375.00 33. — - — -------- . .......... . . ....... . ..... Machine Shop Welding ...... . 25 - ------- Hours $ 120,00 $ 3,000.00 - ------ . ..... ­­. 34, --------------- Disassembly and Inspection of Submersible Pump in Shop . . ......... . . ... ...... --- 20 Each $ 1,300.00 . ...... — $ 26,000.00 35. ------ Submersible Pump Maintenance in Shop . . ........ 20 Hours $ 105.00 ...... $ 2,100.00 36. --- -------- Trim Pump Impeller in Shop . . . .. . ......... . ........ ---- . 5 -- - --------- Each $ 300.00 $ 1,500. 00 37, .. . ............. ......... .. . Disinfect Well for Health Department Clearance . .... ..... . ..... - 200 — Each ---------- . . ..... $ 1,25100 — $ 250,000,00 ----- - — ------ 38. ........ ... ­­­ . . ..... ----------- Water Sample Collection and Laboratory Bacteriological Analysis for Health Department Clearance . . ........... . . .......... . ... ---------- 200 . ....... Each . . .......... — $ 500.00 — ------------- ___ __1 $ 100,000.00 ---------- . . .. . ........... - ------ 39. Annual Wellfield System Evaluation Report Preparation 20 Each $ 8,500.00 $ 170,000,00 40. ........................ . ­_._ - — - ------ ------ Individual Production Well Report Preparation -Documenting Work Performed and Data 250 .. ......... .. . Each . ........ ... . .......... . ___­­ $ 250.00 ...... .... $ 62,500.00 � Continued... FIRM NAME: AqUifer Maintenance & Perlorrnance Systems, Inc. Page 283 of 812 CERTIFICATION OF BUSINESS LOCATION lFB In accordance with the Palm Beach County Local Preference Ordinance, as amended, m preference may bogiven to: (1) bidders having o permanent place o/business in Palm Beach County (^County")or(2) bk1dom having m permanent place of business /nthe Glades that are able Uzprovide the goods and/or services Umbe utilized within the Glades. Toreceive a local pne0erencm, bidders must have a permanent p|uom of business within the County or the 8|adma` as app|ivab|e, prior to the County's issuance of the solicitation. A Business Tax Receipt which is issued by the Palm Beach County Taw CoUmc0or, authorizes the bidder to provide the goods/services being solicited by the County, and will be used to verify that the bidder had opermanent place cfbusiness prior tothe issuance ofthe solicitation. The bidder must submit this Certification ofBusiness Location ("Certification") along with the required Business Tax Receipt etthe time ofbid or quote submission. The Business Tax Receipt and this Certification are the eo|a determinant of local preference eligibility, Errors in the completion of this Certification or failure to submit this completed Certification will cause the bidder to not receive a local preference. In instances where the bidder is exempt by law from the requirement of obtaining a Business Tax Receipt, the bidder must: (m) provide m citation to the specific statutory exemption; and (b) provide other documentation which clearly establishes that the bidder had a permanent place of business within the County or the Glades prior to the date of issuance of the solicitation. The County hereby retains the right to contact said bidders for additional information related to this requirement after the bid due Bidder isa: X Local Business: Alooa/ business has permanent place of business in Palm Beach County. (Please indicate): X Headquarters located inPalm Beach County Permanent office orother site located inPalm Beach County from which evendor will produce asubstantial portion ofthe goods orservices. Glades Business: AGlades business has apermanent place cfbusiness in the Glades, (Please indicate): Headquarters located in the Glades Permanent office orother site located inthe Glades from which a vendor will produce asubstantial portion ofthe goods orservices. The attached copy of bidder's County Business Tax Receipt verifies bidder's permanent place of business. THIS CERTIFICATION iosubmitted by Jamas Murray . as (Name of Individual) President , of Aquifer Maintenance & Performance Systems, Inc (Title/Position) (Firm Name of Bidder) who hereby certifies that the information stated above is true and correct and that the County Business Tax Receipt is e true and correct copy of the original. Further, it in hereby acknowledged that any misrepresentation by the bidder on this Certification will be considered an unethical business practice and be grounds for sanctions against future County business with the bidder. V� lux^ (Sig �t� 8-12'22 ____ Page 284 of 812 DRUG-FREE WORKPLACE CERTIFICATION VFI3 IDENTICAL TIE BIDS -|naccordancewith Section 287.087.B,apreference shall begiven tovendors submitting with their bids the following certification that they have implemented a drug-free workplace program which meets the requirements of Section 287.087; provided, however, that any preference given pursuant to Section 287.087, shall be made in conformity with the requirements pursuant to the Palm Beach County Code, Chapter 2, Article III, Sections 2- 80.21 thru 2-80.34. In the event tie bids are received from vendors who have not submitted with their bids a completed Drug -Free Workplace Certification form, the award will be made in accordance with Palm Beach County's purchasing procedures pertaining tutie bids. This Drug -Free Workplace Certification form must be executed and returned with the attached bid, and received on or before the published bid submission deadline bxboconsidered. The failure toexecute and/or return this certification shall not cause any bid tobedeemed non-nesponoive. Whenever two (2) or more bids which are equal with respect to price, quality, and service are received by Palm Beach County for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. |norder tohave mdrug-free workplace program, abusiness shall: (1) Publish statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. (2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may beimposed upon employees for drug abuse violations. (3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in number (1). (4) In the statement specified in number (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide bythe terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 803' Florida Statutes, or of any controlled substance |am/ of the United States or any atmte, for m violation occurring in the workplace no later than five (5) days after such conviction. (5) Impose m sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. (G) Make m good faith effort hocontinue to maintain a drug-free workplace through implementation Section 287.087, Florida Statutes. THIS CERTIFICATION is submitted by PoanWoni JumenKJumay (Individual's Name) (Th|e/PoukUonwith CompanyM/endor) (Name ofCompany8/endm) the who does hereby certify that said Company/Vendor has implemented a drug-free workplace program which meets the requirements of Section 287.087, Florida Statutes, which are identified in numbers (1) through (6) above. \ lu.,L, 4� Revised 'n^v,o Si Tture ��� Page 285 of 812 z 0 w nj si p I ;* I w I P Din 10 ION z 0 > 0 M m rD Oq ca c 14 m DW m = im 3: z 4 0 M mm 0 0 0 n =3 0 0 T V) V) M M V w 3 a A 300 6 0-4 C: x z 0 N 0 z :-- m '0 0 (A M 40 z -- :0 r�,O, 2 --40 X r- C,:, -L04 rm, p I ;* I w I P Din 10 ION z 0 > 0 M m rD Oq ca c 14 m DW m = im 3: z 4 0 M mm 0 0 0 n w Z 0 > T V) V) M M 2,' O-4 a A 300 6 0-4 C: x z 0 N 0 z :-- m '0 (A M 40 z -- :0 r�,O, 2 --40 X r- C,:, -L04 rm, m C) 0 O:m cr", z z > ;0 0 > a > arn Z a 00 DJltV) --q c z ;0m < N) 0 M 0 ;0 in Ni -n S7 ;a n ,a M M z 3 M m GI N 0 z M 0 0 m F6, 00 m :0 A fl) 0 00 (D n iU 0 Z --q 0 r$ 0 ca m > 0 m (-I 0 M z --i 03 t -i M z m i C m rn M a 0 Z M > :mO v,m M 0 W0 r) 0 z z�m, -0 c- Z :0 Oz > 0 , m L'I 0r) Z Z 0 Z c C � > 0 7-1 U) ;0 Z c > Z �t 0 DZ M Z -3 -1 uj 0"0 z --40 :jL m Im 0 M LA (D Un Rige 286 of 812 Page 56 OEBO LETTER OF INTENT — SCHEDULE 2 A completed 2 is a binding between the Prime Contractor consultant and a Subcontractor/subconsultant ft _c I — between _'. _( any _tier) and should -be treated as such. The Schedule 2 shall contain bolded language indicating that b chgouLe 2 b th partie ze this Schedule as a binding,_c1oqqjment. All Subcontractors/subconsultants, . ...... . .. S � _19�ogrl including any tiered Subcontractors/subconsultants, must properly execute this document. Each properly executed Schedule 2 must be submitted with the bid/proposal. SOLICITATION/PROJECT NUMBER: SOLICITATION/PROJECT NAME: A40&W KkWVfMM * 9Wk_' WAA C"K_Aut V Prime Contractor: k6im"K-Cl. ir kf, �A*4, Subcontractor: k4mv WA*W0&qL MWkAa4k ��, (Check box(s) that ayp ' V )('5BE WBE MBE M/WBE Non-S/M/WBE Date of Palm Beach County Certification (if applicable):�_Nwzo The undersigned affirms they are the following (select one from each column if applicable): Column 1 Column 2 Column 3 >(Male Female African-American/Black Asian American ?{Caucasian American ASupplier Hispanic American Native American 51—M - S/M/WBE Primes must document all work to be performed by their own work force on this farm. Failure to submit a properly executed Schedule 2 for any S/M/WBE participation may result in that participation not being counted. Specify in detail, the scope of work to be performed or items supplied with the dollar amount and/or percentage for each work item. S/M/WBE credit will only be given for the areas in which the S/M/WBE is certified. A detailed proposal may be attached to a properly executed Schedule 2. . . . ... . .......... — --------- . .. . ......... Line Item Description Unit Price Quantity/ Contingencies/ Total Price/Percentage Item Units Allowances ---------------- - ---- - -------- . . . . ......... . . ... . ............. . ......... . . ............ . ... . . . ....... .. ... . ........ - ----------- - ..... . ......... . . ...... The undersigned Subcontractor/subconsultant is prepared to self -perform the above-described work in conjunction with the aforementioned project at the following total price or percentage: If the undersigned intends to subcontract any portion of this work to another Subcontractor/subconsultant, please list the business name and the amount below accompanied by a separate property executed Schedule 2. Name of 2"4/31" tier Subcontractor/subconsultant Pri t kName of Prime By: WAA� ... . .......... A t t {prizedgna�uz! Prin me It Title Date: 6V III- 4� L Price or Percentage- Print me of Subcontractor/subconsultant By: Aut 'z Si g natu lut Print Na , ..... . . — ------ Title Date: � - I ILI 111 - Revised 09/17/2019 Page 287 of 812 z 0 4 m (1) co (D C: (D(A z 2 (D zi v cn 7 (n (n O -3 a c 0 'O.2.5- or = m 0 0 m °00,m0Q. ,+ m 0 0 0 30 m 0 m 0 0-1 CO 0 0 0 0 (D M 3 0 0 m to 00 m m 0 W 0. 0 0'_0 cn M m m ro :r 3 CD 0 m 0 0 M r— rr 0 3 0 (D ro 0 CL w m 0 0 0 " 0 = =r0 < m (n =r G m 3 0"0 " 0 < 00 m 6* wo rano 0 ::r o pr 0 0w 0 = 0 CLC to m 0 :r O m -04 3 CL M 3 m ' 0 0 =r m m (A ro Nm ::r 0 0 m 0 cr C, WO 0 0 0 (n 0 C' 0 0 0 0 -, a. -% 0 0 O " 0 rt ju 0 3 5 rt zr 0" cn 0 0 U) 0 0 .2. w 0 m 0 0 (n 01 97 0 CL CL ED 0 m :3 0 r+ M m m 0 0 m m ID 0 m 0 > m m cl m 70 0 m cn m Fj) 0 X m 0 0 z 0 ;u z m I 0 L- m -n U) 4il N) cr) VA C 0 z 0 M *0 0 m ca Vf0 Ci m O G r - m W Page 288 of 812 U) c 0 > 0 3 0 0 0 cn a o02. 00> :"a 0 o 0 < (D CD z M 0 no (T. 03 z CL "n 7) C� > 0) 0 (D 3 ;0 0 C,N > CL 0 z > w 3 > 3 0 (D CL CA cn c ro T. 0 3 0 (7, D(D (n cr 0 0 3 rt 0 iw M U3 "0 0 0 0 m tu 0 v cn 7 (n (n O -3 a c 0 'O.2.5- or = m 0 0 m °00,m0Q. ,+ m 0 0 0 30 m 0 m 0 0-1 CO 0 0 0 0 (D M 3 0 0 m to 00 m m 0 W 0. 0 0'_0 cn M m m ro :r 3 CD 0 m 0 0 M r— rr 0 3 0 (D ro 0 CL w m 0 0 0 " 0 = =r0 < m (n =r G m 3 0"0 " 0 < 00 m 6* wo rano 0 ::r o pr 0 0w 0 = 0 CLC to m 0 :r O m -04 3 CL M 3 m ' 0 0 =r m m (A ro Nm ::r 0 0 m 0 cr C, WO 0 0 0 (n 0 C' 0 0 0 0 -, a. -% 0 0 O " 0 rt ju 0 3 5 rt zr 0" cn 0 0 U) 0 0 .2. w 0 m 0 0 (n 01 97 0 CL CL ED 0 m :3 0 r+ M m m 0 0 m m ID 0 m 0 > m m cl m 70 0 m cn m Fj) 0 X m 0 0 z 0 ;u z m I 0 L- m -n U) 4il N) cr) VA C 0 z 0 M *0 0 m ca Vf0 Ci m O G r - m W Page 288 of 812 Page 58 OEBO SCHEDULE 4-SUBCONTRACTOR/SUBCONSUOANTPAYMENT CERTIFICATION Aproperly executed Schedule 4shaU be submitted for each Subcuntractonsubconm|tamt after receipt ofpayment from the Prime. The Prime shall submit this form with each payment application orinvoice submitted t*the County when the COUNTY has paid the Prime onthe previous payment application for services provided by a Subcontractor/subconsultant. All named Subcontractors/subconsultants on this form must also complete and submit a separate Schedule 4 after receipt of payment. If the Prime is an S/M/WBE, completion of a Schedule 4isalso required to document all portions of work performed by their work force. A completed release of lien form can be submitted in lieu of a Schedule 4. This is to certify that Aquifer Maintenance & Performance Systems, Inc (Subcontractor/subconsultant Name) (Monthly) or (Final) payment of —from ACILAifer Maintenance & Perform a n .. ce Systerns, Inc On for my IMM DD yyyy On DEPT.: Wellfield Maintenance and Repair Services, Term Contract (Project Name) (Prime Contractor Name) Invoice for labor and/or materials supplied TASK ORDER/WORK ORDER/DELIVERY ORDER/PURCHASE ORDER/ NO.: PRIME CONTRACTOR/CONSULTANT VENDOR CODE: SVBCONTRACTOn/SuoCOmSVLTAmTVENDOR CODE: AFB#22'O47/0B (Project No) If the undersigned intends to distribute any portion of this payment to another Subcomtraotor/suboonau|tmnt, pkmmsm list the business name and the amount below accompanied by separate properly executed Schedule 4. Name of3"d /3mtier Suboontmyctor/eubcunsubmnt By, eofsp�om��djubcknsultam) STATE OFFLORIDA COUNTY OF Palm Beach Price wrPercentage: James Murray, President (Name & Title v,Person executing wnbehalf nfsubmmramtx/svbconmhant) Th 1W12th day of Aep enir5er 2022 --(Year),' �"'. NotaryPuWh�Statpnf�orNa | v°-- -�~ — C�p Print, Type or Stamp Co is I, ned Name of Personally Known ~_OoProduced Identification Type ofidentification aorcecl�f%�Assn, «�4M.1m�r�2019 Page 289 of 812 =I AMPS, INC. REFERENCES Port St. Lucie 550,00() City of Boynton Beach 5250,000 900 SE Ogden bane 100 East Boynton Beach Blvd. Port St. Lucie, Fl 34983 Boynton Beach, Fl, 33425 Attn: Dan Burdett Attn: David Roland Phone (7752) 873-6474 Phone (561) 752-6499 E.mail: dbffdett(i cityotpsl.com ernall: rolandd�l,)bbtl.us Well inspections, Rehabs & Well reconstruction, rehabilitationsnieter Wellfield maintenance calibratioils/repairs;PLI]llp/niotor sales & March 2022 -Present service, fabrication, abandonments 2000 -Present City of Palm Bay 5250,000 City of Hallandale Beach 550,000 H 05 Troutman Blvd. N.E. 400 S. Federal Highway Palm Bay, FL Hallandale Beach, Ff, Attn- Bickram Ranjit Attn: Charles Casimir Phone (321) 426-5172 Phone: (786) 284-2222 Ernai 1: bickrarn, ran�j i t ii/) pal m -bay t1orida.org Email: ccasirnirhallandalebe, ((� achtl.gov Wellfield maintenance & monitoring; Well rehabilitations & maintenance Well reconstruction, rehabs, fabrication, 2018 - Present Pump/motor sales & service, Abandonments,tank inspections & repairs 1996 -Present City of Boca Raton $150,000 "Town of Highland Beach 5300,000 1401 Glades Road 3616 South Ocean Blvd. Boca Raton, FL 33432 Highland Beach, FL 33487 Attn: Ramy Maharaj Attn: Pat Roman Phone (561) 338-7316 Phone: (561) 243-2084 Email: rmaharaj "i)ci.boca-raton. 11. LIS F"mail: prornan(�high landbeach. Lis Wellfield maintenance, reconstruction, Well rehabilitations, maintenance Reliabs,fabricatioii,abandoiinients, PLIMP/1110tOr sales/service, fabrication Meter calibrations/repairs, PLIMPS/1110tOr services Sales & service, Iabrication services 2018 - Present 1996 - Present Fort Pierce Utility Authority 5200,000 715 S. 25"' Street Fort Pierce, Fl, 34947 Attn: Keith Stephens I..'rnail: kste.ph2(jIs"(r jppLia.com ......... . - . Well rehabilitations, abandonments, pump/motor sales/service, field services, fabrication Services 2012 - Present 12 -N AMPS, INC. REFERENCES City of Vero Beach 5150,000 PO Box 1389 Vero Beach, I'l, 32961 Attn: Will Taube Email: ��UlUbe"�t.co0.on-) Well rehabilitations, abandonments. Field services, wcllficld maintenance Pump/motor sales/service. fabrication Services 1999 - Present Palin Beach County S1,500,000 50 S. Military Trail. SLiite 110 West Palm Beach, FL 33415 Attn: Diana Rivera Phone (561) 493-6117 Email: drivera(rapbewater.com Wellfield maintenance & monitoring, Well reconstruction, rehabs, fabrication, Pump repairs 1997 -- Present City of Delray Beach S250,000 100 NW I s` Avenue Delray Beach, FL 33444 ATTN: Alan GLievarez Phone (561) 243-7305 Email: gvevarcz' e�L�"'jyj - Well reconstruction, rehabs, fabrication, surface modifications,purriphnotor sales service, wellfield maintenance Coral Spring Improvement District 10300 NW 11'r Manor 550,000 (".oral Springs, Fl, 33071 ATT'N: ('hristian McShea Phone (954) 752 1797 Email: clit-istiiiiiii"iicsi(ill.ot-L, Wellfield maintenance & monitoring, Field services, Iiibi-icatioii,pttiiip/iiiotoi- Sales/Service Seminole 'Tribe 5100,00 6300 Stirling Road Hollywood, Fl- 33024 Attn: Ryan Bissoondial Email: rvanhissoondial/ii serntribe.coin, Well rehabilitations, field services, PLIMP/1110tOr sales/service, fabrication services 2006 - Present Town of Davie 575,000 6591 Orange Drive Davie, FL ' ) 3 3 ) 14 Attn: Raul Sotelo Phone (954) 319-2792 Email: rain sotelo(i davie-fl.gov Well rehabs, well installation, abandonn-ients, PLI III P sales & service 1996 - As needed City of Hollywood $75,000 2600 1 follywood Blvd I lollywood, FL 33022 Attn: Luis Montoya Phone: (954) 967-4230 Email: Iiiioiitoya((t,hollywoodtl.org Wellhead elevation including custom fabrication, rehabilitations pump/motor sales/service City of Sunrise 5200,000 10770 West Oakland Park Blvd. SLIIIrise, Fl, 33351 Attn: Jose Alvarez Phone: (954) 572-2424 l.1rnail:jalvarez2( Atnrisefl.gov Wellfield maintenance & monitoring, rehabs well installation, abandoninents,fabrication, purnp/niotor sales & service **AMPS is the prime contractor on all above contracts MPS 1 Page 292 of 812 Page 293 of 812 c CnC � o su s ro w > w :3rt ro n , o (i) c n N M Cr f1 [�U Q) ro 's: �` fD SU rn £U < G. -u = ro CL CDay;0 D o `= U) (J) �►� oa > 0 pn � �• � m '� n (a CL rn a�hto � o�o� m zz o U) C) ro -+h c cab b• Z rn ro � ro - C) (b� .... CLtU t o L ,�' `� m o QO rn cn C7 Ind�. �*ro CL o -o a rn CD cn� 0 cn s 4° Jo ;0-� " • xxN © � � o 0 N a 0 5' CD CD CD CD �CD �ro ro N� Y to ::3 N-� zza 0p. o C w a d p_ , m C) !p 'E - EnCD co ro � cn � n � —1 A E C cL �=`� G ;� 'ww••, hof W �.J O cn n 1.. Z YI ro '� � 'C3 VI �• ■ �c Page 293 of 812 I2-15 0d,,�. A N N V G AN IV, ON CONSTITu'rIONAL TAX COYLECTOR scis rra,,, Paha Sri ,eh ( mmtj? Serving,Voii, P.O. Box 3353, West Palm Beach, FL 33402-3353 -LOCATED AT**, www.pbctax,com TO (561) 355-2264 7146 HAVERHILL RD RIVIERA BEACH, FL 33407 TYPE OF BUSINESS OWNER CERTIFICATION # RECEIPT #/DATE PAID AMT PAID B1 [ # 210099WKIER WELL CONTRACTOR MURRAY JAMES R 11310 821,602011 - W30121 $27.50 840119614 This document is valid only when receipted by the Tax Collector's Office. STATE OF FLORIDA PALM BEACH COUNTY 2021/2022 LOCAL BUSINESS TAX RECEIPT LBTR Number: 200914477 AQUIFER MAINTENACE & PERFORMANCE SYSTEMS INC EXPIRES: SEPTEMBER 30 AQUIFER MAINTENACE &PERFORMANCE SYSTEMS INC ,2022 7146 N HAVERHILL RD RIVIERA BEACH FL 33407-1029 This receipt grants the privilege of engaging in or 1111111 11111111111114 11 11 1111111111111 loll 11111111111 managing any business profession or occupation within its jurisdiction and MUST be conspicuously displayed at the place of business and in Such a manner as to be open to the view of the public. Page 294 of 812 1J -[] Well maintenance/rehabilitation crews: AMPS, Inc. currently has the following available well maintenance/rehabilitation crews,vehicle & equipment: S—J man crews with 3 additional development crews II—FuUyequippedservicetruchs 15 —Support service trailers 6 —Crane trucks ranging from 10 ton to 30 ton 2 —Video units from 2" to 24" 4— High volume injection trailers We also have the following support equipment: 4— Drill rigs with capabilities ranging from 2" to 36" diameter wells Water truck 2—Water trailers 2 —Por1aNe on-site welding trailers I—Azid unit 2—Cement units 13-D>Pump shop: We have a 10,000 sq/ft in house pump facility with 3 full time pump specialists Machine shop: We have a 10,000 sq/ft in house machine shop with 2 full time certified machinists Storage: Wealso have a40,00sq/ft on-site storage capabilities �WO'llk r ��:'Page 300 of 812 Appendix A Production Well Location Maps Page 301 of 812 Page 302 of 812 ;, Water Treatment Plant No. 3 Wellfield N N c6 CL Q X cC N Q Q Q Page 303 of 812 Page 304 of 812 �r CD tm X CL CL Page 305 of 812 Water Treatment Plant Na.11 Wellfield T m M CL d X a Q) C CL a Q Page 306 of 812 Appendix B Production Well Information Database Page 307 of 812 w¢ a��'tr ."nb o n��z$ �� N y o U m ❑ C� C=6 ]�N x'. a v' D (7 'C W Qao �N z O O w¢ a��'tr ."nb o n��z$ �� N y o U m ❑ C� C=6 ]�N x'. a v' D U, g � O O wa � u ry y a a D U, w¢nm� ��M1 Et ,a.,die� g� Wz .. d U Y o `�P., tii °LL �R fy F; :° to m`ni '^b a K D p ry i i U v � u ry y a a G ti co O � � +r2 O •- a LL�� m 6. O G V g gg � oZ ww�o$g86 z�,z'a.. $ ° 9gy I�Ig � luo EEEo8 •.,ui�>M..a n..:D, o Page 308 of 812 ..... .w.w...N _....www... � m� v ....w..............w.... ag o� � 8 fU� � o{ w zwryep — tt g A 5� s� U Q p OS Nari N F 4a .......� ...a ....... ... ..................... ....�.... ...., . ......,.. U a z w N - rN L) h1dpa '€$ U r a w z w .._.................... ........, ....�............. ..... ..... ................. .. cLL � S zwrym ................ ... bm z w ry p 6 w s a $� $ gad y �E— 3s.- 8P IImp @ � aSGk1l d LL S 8j 3$ bW1 TLL C _1 }{ Y� �6 Page 309 of 812 yp+ N w U { O � t7 � r• � W¢ to Z Vy b is m Q � Yy .........m._m m� m 4 W< N O � t7 � r• � W¢ to Z Vy b is m Q � Yy W< N p � r - U of op PTI 7y Yf55 � }€1• y u N � JJ Z !"�� is � Yy ARE 85 a Ga a� s^^�°OpQgg gy $ Page 310 of 812 �$^ x lj-24re _ww.........._ -....www---�._--w m O I.1 A x $ ffi psi � end o ��o >g So ............. ......... _.._. 46 $ SII u C m Page 311 of 812 k§&`OV |! M O § . | | !» |�« Page 312 of 812 . 2� , 222,x( e))§r k§&`OV |! M O § . | | !» |�« Page 312 of 812 ..... _......._ ........... ... .... ...........a..... xl ...........................................................................................w..w..........".�',...................................... QMIE $I � � x d � gp Page 313 of 812 lm2kkE;§777x§ .|| k&*A§�� m§$22 @ )22ƒ§§«e{!§w§ , { ` . § |k\e§ ! ||i `I®t2E f 1kikk|!|#|!!! Page 314 of 812 z . n 5 ez y �, �,.,.�. ..., �.�......... ..................__ ...,. ................ _________ ...., grc zw"��= z Z W Iz 1,16 3' a ......,,,,.....,.,, . ... _....._......... __""""__....._.... � ................ :J u ry. v�ffiro'� U�y Cd 2 W ro� H s ,7 = m Page 315 of 812 222`2)99{§§®K Page 316 of 812 a s S ., ..., ...... ..................... ..ry...ry..... a .. _.._._.... .....,. .......................... �..�... � as o v ........_...........................,„,......................... .�..�.....,,....__._.... .. I I N4 � s p 89g°� Page 317 of 812 Page 318 of 812 Page 319 of 812 ...... �. ............. - cava ..................w...a.a............................ ----------- ..�,...,...,.,..�...................M....—..... .....a.�, _.w........_.........._ �. ........ _ ........ _------- .............. ,... a " g N ... ........ ............ ... ..... _ ........,,,---------- ...,,,.........,,...,.,.,.,.,.,...,. .........,, . .,...,..., .... ..,-- ................., ...,......, ........,...,. 29 S8 282,'9 4f 21 a gid F g U yy g LL m .... ........................�,..,.......,....,,...,,,..«..«..,....«................................................................................................................. wwww.. �+d v rc ................. ._.µ,.....,.:,,........... ......�.,,....,.,,...____.,.....�..,.,....,....,...........,,.,......,,,..,........................_.�............................,,.......... ...,,,.... waa t2 8 m O C a b m � rc 0 a— yyQQ�� $$kkm u'..�aagra��$ tf�� Z�x'dZz r�g'H M A.gg Page 320 of 812 _...... _ .._ _.. . Z V 55 2 g $� ............... .. ......... ... „,, ,,......,. .,._ .�� .,............... ...........«.. a LL LL ..... .,.....,.. .... �.. g Im � O p oI LL 2 N Z W r n Ww...............b ...... ...... ....... ...... Y �....... "Ila o W Page 321 of 812 wary �M o��sy�� �mmor�Mtlo�m$�� a .... ................ ...... _.................... _........ ..w................. ...................... .....w...,., ._..................... ........................w_ ........ ..... wwwµ............ ... _. € l o�F Z o Rw na 31 m � A m brr1� wao fir" r� kq ° U W 5522 � $ QQ 5 c� N� �y Wa "�.m �7U "`9' � �� �o u�{'+•��$ zmp � ori�z Xm "�d���e$� ��o �S"$� 25 g ....... ...... ..... ....,..... ...... ... . ..... .,., ,.., ..,. ....,... „, ........ ....,.......,,_ ., ..,,........ FIR m g 0 f 0 m .... _........ _._..._- _. ..... ._ ...... ........................ ......... .... __ .......... ',y wamo 8iv mo may zd�or" �'�� gio mssa�'�d0 o m LL yy �= S z e $ 8 dC E Wmg� QSmR 2_ m g pnmclFp.�a.....��..�������s �a § § n. 6_.n a ..m ., _....,..v.��...y m a u Ugy np❑� y Z�r Zvi_ ZZ°r/ixrn $3 O p� U�b Ji, �i t1 Z tL da 1 222 M2> Page 322 of 812 Page 323 of 812 w �' g Awl O' rQv � .».».........w........ ............................ ....� ... � ........... N � y 5 = LL am 2 z w N z Q r -------------- ... m Ix 2 a ........ ............ .... ..... ......_. ...,_..� _......... .... .. ..... a zwry$ z ��u""• ig�� mks z w ............ ..... ................ ... ...�.........___ _,,.�.,,. ,._ ........,,,,....,.. ..... z � i � a 4 2��'Up �• � c r93, 0 Page 323 of 812 7 WQ �i Lim WN6� �Uii W Q 6^ � u � ALpLp ,... z 4E aD�" fiz _& gin g''••� s ® o'er" Fa 6 €, 8t'3ii. z�'��� 08j kN � E$ �a0o��� ��'6��� �oSs�gs, 3d g.o.,=... 04... .,%.w...... es ma ciw m "yty r.°Y5, azaa9T...I...> B ._............. w__.n __..a Page 324 of 812 Page 325 of 812 2tyq ZIP .... --------- ........zw z w s s � LL 3�c0ei zg � n g s. tl $p fig Page 325 of 812 wa�N aaaaaaawwaa �a�...�aa.._� ......� �.. �.�.....� ..................... �' f 2 aw.c� g e�aa6a nvm�Z` °C �NN(n za`m 8$ 8t 6 gR f ...... .__........ ._._,._.......... .,,...................... ............. ............ _._.......... ...............,µ..,,........... ..,...w.. it 8b $mom d rwaMB$f ------- _---- "-- _ _....wwwwwwwwwwwwwwww......F_.......................... . �. v qqZ` yy _ g ci ig e 8gk A� yN fJnUUc�n�°$§g�z�S�� a t j 1 o 6 E m A ffi p a a sK C aJ w 5�p _ b q ya yy. V g g E EE a ... ............ b 3 ?,.r .....g. N y ux w.w�.� 2 EE Page 326 of 812 Page 327 of 812 ............ . ............................. log 16 . . ... . ..... 16 . ...... ...................... . .... . . . . . . .......... .......... 16 . . . . . ................ . .............. z lu . .......... tMl w w — — ------------- i �R 6 6 z w . .. . . . . . ............... . .............. A L A ................ . .......... Page 327 of 812 �..... ......, ..,......:.�»,,,.��i, ...�.,,�,»,..». .... .....�. ......... _ r g g f 2 =Z� ..............__...........,..,.,.,..,,..�„'.�......,,,.__.........._._....._,.�................. . ................ .......... ._................................... _................. ,.,,.,,.......... ..,,,..,,,,,.,..... �.....,... { n m m f Fti`- goY v iu Pn g O n g 4 � "Wa m g�a�i'!f`. $m4jty r�Z3'� W r7ob „mF mm ��'bV Bm w s �� x� �mna�aaa� C) A aV o�>3c� ,$ � ........., Page 328 of 812 Page 329 of 812 ark > Fl w . . .......... . . a E E ... . . . ....... . ................ . . .. 15 %cs z w w 'd .... . ..... EL.8 E — 8E Page 329 of 812 o$��''., a V' .... .......www...w ° _wN a �_ $ a ........... _.. uw— b1�i^au °amz �Sy "�—Ml � E'o'^+mti �nOi �Nlli'g �g b'n $ate ..................... . wwwwwwwwwwwww.. L. .w ww..ww....wwwwwwwwwwwwwwww.....a____.._F ._....... .. . ._www w_.. 5 � � g YW2Wn ffi .......�. � � w�wwwwwwwww � .....w r ........ � �..».... ...w..wwwwwwwwwwwwwx ar cl L . ..... _....ww_ww_._................. .... ...................._.....,,.wwgx....... ... d .ao��3�m N � ❑.� amu$ urodu��u" I ... i' .. N a ..... a�...g....,.g... �._`"_�?.___ Page 330 of 812 Page 331 of 812 zwrvc�'., .............. ........................ �.�... nim m €38$p ���i mti vx m � ES i Ubu c 2 W H fl Page 331 of 812 R %Hsi 2 ;a`�\\= z2(�■ E= n° !! E, !! _ ®`R\ ! Page 332 of 812 Page 333 of 812 .. � a� fi . ........... ..... ..............�....__._... ........a._ ... ............ ....., s g 'S U'm _ S d n 2 ffi 669 ffi 9 CS aF2 Q�Q Qg �i .....�.�.................aa,. gg `oa OB�g l�E i3 `off aop m2 �m��5z 266 zW n� %8 %V��H 6}� _ In Page 333 of 812 ' « �®� !k �! ■, e-R� �® 2 ■ ) �■■ !/}�!!.. k-/ � ! ®!■! !!i! 2|,|;||!2#»4kkm§»6 -6 -6 Page 334 of 812 � � ■\� � ! ! (E�f(��| 7�#1222 �]i,f,a� ' « �®� !k �! ■, e-R� �® 2 ■ ) �■■ !/}�!!.. k-/ � ! ®!■! !!i! 2|,|;||!2#»4kkm§»6 -6 -6 Page 334 of 812 Page 335 of 812 / ■§!■! { [� ' fff§ $ �\■ \. .�. . . . . �!! ■�Ea,�. !! |I||\ƒ !`!T`! $\kk A i A| }` Page 335 of 812 Appendix C Monitor Well Location Maps Page 336 of 812 Page 337 of 812 WTP 8 MONITOR WELLS Page 338 of 812 ip�/ ., l r /M Y r ,, // / r /// / G /f / I /5 r r 1 / F rr I AP rr�r(ofr /arc ea (qtr! / / //,�,® ,�; i loss p � � / i A r r r t 1 PQ �n��°t',�1'J //h` r I i r f n Y flf r r mJia r u h �f for a/ i � H/Jfg % rt /// + rr w i/�/ j / f/ IY 9>wri') ��/f/1 0/ ✓f f li/ f r '" eG ✓ i t � Ir r r j ✓1 /s r19 �� 9 1 / //l/ / /�� i ,f7 �r �91 rr.; /INDj / r III-Zyk Ivy. W JOY PIN r1lU/ji Gr/ / %/p i r i v, / / r tor rr. r x r d / r /-01 WX ri ?OV 4 rr� 1 I CO ,d CL V, APP v t f � F Y, (�/ / /iir' 1 r r epi 0"! 1/ r/N>/ FO W/ �/ j ai / r1 a I / ✓/i r / l // /%� /�////// %/ % /%/ k ✓4 / /ii//r///r / / Mm j Page 339 of 812 N J J LU a Z 0 Qi LL Page 340 of 812 r_,r*r*T-T,Vw.Up1 Monitor Well Information Summary Page 341 of 812 PDC WUD Monitoring Well Network Information Summary ..... -..... .. w._ ww ,,,,,,,,,,,,,,,,,,,,,,,,,,,,. ............ _. ,,,,,. �. _ .... ---_ - Well Casing i j Total Screened Casing Diameter Depth -Depth (ft - Interval Total Well # Facility Monitoring Well # Source Finished Type Type 9. (inches) (ft. BLS)! BLS) (ft.) Cou nt 11 _______ 2W-0020 A ......... ........«, _ WTP-2 Wellfield .... _.,.,,.,, WPP 2 MW Map ,,..... ........ ..... .... Below Grade ..... 4 ... ._ .,,... ._ ___.. .. , 1 2W-0023 WTP-2 Wellfield WTP 2 MW Map Below Grade P.V.C. 2 15 20 5 1 2W-0024 WTP-2 Wellfield WFP 2 MW Map Above Grade P.V.C. 2 30 35 5 1 2W-0025 WTP-2 Wellfield - __..,_. WTP 2 MW Map ... Below Grade 2 10 13.5 ......... 3 5 1 2W-0026 l WTP-2 Wellfield WTP MW Map Below Grade 2 110 I 120 10 1 2W-0027 WTP-2 Wellfield WTP 2 MW Map Below Grade 2 115 120 5 1 2W 0028 WTP-2 Wellfield ,WPP .. 2 MW Map ..-_..w, Below Grade 2 LS iii, ....... 20 5 1 2W-0029 ­ 'WTP-2 Wellfield WPP 2 MW Map Below Grade I ....... 20030S W WTP-2 Wellfield JLA MW Rpt. Above Grade P.V.C.P.V C. 2 45 55 10 1 2W 0030D WTP-2 Wellfield JLA MW Rpt Above Grade PVC 2 110 120 10 1 2W 0031 S WTP 2 Wellfield JLA MW Rpt. Above Grade P.V.C. 2 45 55 10 1 2W 00310 WTP 2 Wellfield JLA MW Rpt Above Grade PVC _.... 2 110 120 10 1 wawa_ _:............................. ... ._ ._,..... ..w_,.---- ------ aafliCawtl�i 12 „..-___.....__.....-.-.-.-._ ........... MWC6 Green Cay WTP 3 MW Map Above grade P.V.C. 2 3 19 16 1 MWC7 Green Cay WTP 3 MW Map Above grade P.V.C.3 1 19 16 1 MWCB Green Cay WTP 3 MW Map Above grade PVC .. 2 wwwww 3 19 16 I MW C9 Green Cay WTP 3 MW Map Above grade PVC 2 3 19 16 1 MW Green Cay WTP 3 MW Map Above grade P V C 2 7 12 5 1 MWCl l i Green Cay WTP 24 MW Map Above grade P V C _.._ 2 ---------- 7 12 5 1 PPSC10 0072 Morikami PS WTI, 3 MW Map 1 3W 0083 1 Morikami PS _. . New MW j 1 _. ww _n SRWW-0005 SRWWRF WTP 3 MW Map _w.... Above grade _ 4.5 21.5 17 _ ._... 1 SRWW 00061 SRWWRF WTP 3 MW Map Above grade 4.5 21.5 17 1 SRWW-0007 SRWWRF WTP 3 MW Map,... 1 ..., PWC-IMF SRWWRFReuse WPP 3 MW Map 1 MWC-1 PV SRWWRF Reuse WPP 3 MW Map 1 MWGISA,...SRWWRF... Reuse Info from Lab 1 MWC-1 PI SRW WRF Reuse _ ._._... Info fram Lab ...... .........,......,...._.w..J __ .,......_. 1 MWC-2GE SRWWRF Reuse WTP 3 MW Map 1 1 —111111111111__ M Wakodahatchee WPP 3 MW Map Above grade P.V.C.16 115 160 45 1 MWCI j Wakodahatchee Map WPP 3 MW Ma Above grade P.V C. 2 LS 20 51 MWC2 Wakodahatchee WPP 3 MW Map Above grade P.V.C. 1 �2 15 20 ' 5 1 MWC3 Wakodahatchee WPP 3 MW Map Above grade P.V.C. 2 IS 20 5 1 MWC4 Wakodahatchee WPP 3 MW Map Above grade P.V.C. 2 15 20 5 1 MW W 1N SRWWRF WPP 3 MW Map 1 MWC2NE SRW WRF WPP 3 MW Ma „ , 1 MWC3SE SRWWRF WPP 3 MW MapP a. 1 MWC4SW 3W-0030 SRWWRF WTP 3 Wellfield WTP 3 MW Map. TP WSFWMD Rp g 15 20 � 5 1 3W-0031 W7P73 Wellfield WPP SFWMD Rptg 105 115 10 1 3W-0032 f WPP-3 Wellfield ._........... _.._.. WTP SFWMD Rptg , _� Below Grade „..,.._w_. www._. ----- 20 26 6 1 3W-0033 WTP-3 Wellfield WTP SFWMD Rptg Below Grade 100 115 15 1 3W-0034 1;VTP-3 Wellfield WTP 3 MW Map 2 20 26 6 1 3W-0035 WTP-3 Wellfield WTP 3 MW Map2 112 120 8 1 3WO010 WFP-3 Wellfield WFP 3 MW Map Above grade _w 1 3W001 I WTR3 Wellfield WPY 3 MW Map ,Above grade 1 Subtotal 33 Appendix D, Page -1 Page 342 of 812 _. Network Information Summary PBC AIM Monitoring e._..�e P _. ww _._ ....... ...... .. .w.....,-__ 1 Well j Casing Total Screened Casing Diameter Depth Depth (ft. Interval Total Well # Facility Monitoring Well # Soiree Finished Type Type (inches) (ft. BLS) BLS) (ft.) Count 8W 002 µ WTP-8 Wellfieldm' µµWJLA MW Table „ Above grade P.V.C. 2 X20 .3 30... 10 1 SW -0037 WTP 8 Wellfield WTP 8 MW Map 2 i 100 1 8W-0038 WTP4Wellfield WTP 8 MW Map 2 25 30 5 1 8W-0039 WTP-8 Wellfield ... ._....wawa ........ WTP 8 MW Map Above grade _,... P.V.C, W 2 17 22 .wwwwww 5 1 8W-0044 WTP-8 Wellfield WrP 8 MW Map I Below Grade ,1 1 3 5 1 8W-0045 WTP-8 Wellfield WTP 8 MW M Below Grade 2ap 116 121 5 1 8W-0046 WTP-9 Wellfield I WTP 8 MW Map Below Grade _NNN 2 85 90 5 1 8W-0047 WTP 8 Wellfield WTP 8 MW Map Below Grade 2 21 26 5 1 8W-0048 WTP 8 Wellfield WTP 8 MW Map Be1ow Grade 2 20 25 5 1 8W-0049 WTP-8 Wellfield I WTP 8 MW Map Below Grade ............. 2 97 ]02 5 1 8W-0050 WTP-8 Wellfield WPP 8 MW Map4 20 25 5 1 8W-0051 WTP-8 Wellfield WTP 8 MW Map 4 25 30 5 1 8W-0111 WPP -8 Wellfield WTP 8 MW Map 1 ., ..... xw._ ---------- ................. ..ww__. Subtotal — 13 9W 0052 WPP -9 Wellfield WTP 9 MW Map .. 23 3 1 .,. 9W-0053 WTP-9 Wellfield WTP 9 MW Map � 1 9W-0055 WTP79 Wellfield „ WTP 9 MW Mai 1 9W-0060 WTP-9 Wellfield WTP 9 Iv1W Map 11.3 1 9W-0061 —....._ WPP -9 Wellfield � � ....vwv. WTP 9 MW Map ... ........ 26 3 l 9W-0062 WTP-9 Wellfield j WTP 9 MW Map 34.1 1 9W-0063 WTP-9 Wellfield WTP 9 MW Map 16.9 1 9W--0064 __....... WTP-9 Wellfield 1 ------- . WTP 9 MW Map ..........._ ...._,...._ ._ ..mM_ 13.1 : 1 §W-6065 WTP-9 Wellfield WTP 9 MW Ma 2 6 8 1 1 9W-0066 WTP 9 Wellfield WTP 9 MW Map Subtotal 10 .. _wawa DW 1 wawa _� 2065 Praine Rd ,... _........ Lab List Rpt Docs ..M M_ M Below Grade P.V.C. ____ 2 25 _._.............wwwww. 30 I 5 1 DW -2 2065 Prairie Rd Lab LiI st, Rpt Docs Below G11 rade P.V.C. 2 25 30 5 1 MW -1 2065 Prairie Rd Lab List, Rpt Docs Below Grade P.V.C. 2 2 1 12 g 10 1 ...... -- MW -22065 ---_ Pra�ne Rd Lab List R Docs _...w ... Below Grade P.V.C. 2 5 1 — 15 10 1 MW - 3 2065 Prairie Rd Lab List Rpt Docs Below Grade P,V C. 2 4.5 14 5 10 1 MW -4 2065 Prairie Rd Lab List, Rpt Docs Below Grade P.V.C. 2 1.8 11.8 10 1 MW -6 2065 Prairie Rd Lab List, Rpt Docs Below Grade P.V.C. 2 5 15 10 1 MW 7 2065 Prairie Rd : Lab List, Rpt Docs Below Grade P.V.C. I 2 4.5 1 14.5 10 1 MW -10 R—d. -- ...wawa 2065 Prazne Rd Lab List Rpt Docs Below Grade � ._ _._........... ..._ P.V C 2 3 13 1 10 1 WIPCIP-8 Former Pike Utility Lab List, Hist Does Below Grade P.V.C. 2 d 5 15 10 1 r""��"i' c� _.____... 1'a1atva.r 1'iV;rs lCr�l�ty Lab List, HrstDocs Belo _-_e"" w,._... Below Grade ..�.__. P.V.C. 2 5 15 1 10 1 I Subtotal — 11 ------------- I 1 Total = 79 Appendix D, Page -2 Page 343 of 812 Appendix E Well Maintenance Forms Page 344 of 812 Work Order/KDO Number: Work Description: Location/Well Number: Scheduled Start Date: actor Information: actor (Company Name): actor Field Supervisor: Members: Well Performance - Pre Work: Arrival Date: Arrival Time: DepartTime: Well Status Upon Arrival (On/Off): Water Level Measurement Method C'buss harge Pipeline Pressure (psi): Static Wellhead Pressure (psi): Static Water Level (ft. BTOC or ATO B hscharge Pipeline Pressure (psi): Pumping Wellhead Pressure (psi): Pumping Water Level (ft. BTOC or A Pump Discharge Flow Rate (gpm): Drawdown (ft.): Specific Capacity (gpm/ft.): Sand Content Test Method (Rossun Sand Tester Flow Rate (gpm): Pump Discharge Flow Rate (gpm): Incremental Sand Accumulation (ml): Incremental Time Interval (mins.): Sand Content (ppm): SIM Density Index (SDI) Testing F. Inlet Pressure (psi): Test Volume (100 or 500 ml): Fest Duration (15, 10 or 5 min): �_wwwwww........ ,AAA Value (unitless): WELL TREATMENT & TESTING Sand Scheduled Completion Date: Well Performance - Post Work: Arrival Date: Arrival Time: Depart Time: Well Status Upon Arrival (On/Ofi): Wellhead Pressure Gauge, Submersible Transducer, Acoustic, Radar) Discharge Pipeline Pressure (psi): Static Wellhead Pressure (psi): Static Water Level (ft. BTOC or ATOC): Discharge Pipeline Pressure (psi): Pumping Wellhead Pressure (psi): Pumping Water Level (ft. BTOC. or ATOC): Pumo Discharee Flow Rate (epm): or automated) I ART Iron Related Bacteria (IRB): Dote: Time: BART Slime Forming Bacteria (SLYM): Date: Tune_ BART Sulfate Reducing Bacteria (SRB): Date: Time: Treatment Summary Volume (,gal.) Surfactant/Acid/Chlorine: Concentration (ppm) Surfactant/Acid/Chlorine: Drawdown (ft.): Specific Capacity (gpm/ft): Sand Content Test Method (Rossum Sand T Sand Tester Flow Rate (gpm): Pump Discharge Flow Rate (gpm): Incremental Sand Accumulation (nil): Incremental Time Interval (mim.): Sand Content (ppm): Silt Density Index (SDI) Testing (manual or Irilet Pressure (psi): Test Volume (100 or 500 ml}: Test Duration (15, 10 or 5 min.): SDI Value (unitless): Bacterlological Testing BART Iron Related Bacteria (IRB): Date: Time: BART Slime Fomting Bacteria (SLYM): Date: Time: BART Sulfate Reducing Bacteria (SRB): ..........w..,.,�...�................. Date:e: Well Purging Water Volume Removed from Site: Appendix E, Page -1 Page 345 of 812 WELL STEP DRAWDOWN TESTING Order/KDO Number: Description: on/Well Number: uled Start Date: Scheduled Completion Date: Contractor Information:..�.......��..�..�...mm�..µµ��—��---�..__._.__..... .m�.....__._ _ _.._. ___.. Contractor (Company Name): Contractor Field Supervisor: Crew Members: ..._..�...__.�....._..,—,�,.�ww��.�w��....� Well Performance Step Drawdown Test Work: Arrival Date: Arrival Time: Depart Time: Well Status Upon Arrival (On/Oft): Water Level Measurement Method (Electric Tape, Wellhead Pressure Gauge, Submersible Transducer, Acoustic, Radar) Step #: Use multiple forms as needed for Steps Initial Time, Timet Time3 Time, Times ritrwa:: D' scharge Pipeline Pressure (psi): Static Wellhead Pressure (psi): ;static Water Level Ot. BTOC or ATOC): r4scharge Pipeline Pressure (psi): Pumping Wellhead Pressure (psi): Pumping Water Level (ft. BTOC or ATOC): Pump Discharge Flow Rate (gpm): Drawdown (ft): Specific Capacity (gpm/ft.): Step #: Time`6 Time? Times Time, Time,, Time„ Time: Discharge Pipeline Pressure (psi): Pumping Wellhead Pressure (psi): Pumping Water Level (ft. BTOC or ATOC): Pump Discharge Flow Rate (gpm): Drawdown (ft.): Specific Capacity (gpm/ft.): Step #: Time,Z Time13 Time54 Times Time16 Time17 Time: D h ar ge Pipeline Pressure (psi): Pumping Wellhead Pressure (psi): l' upping Water Level (ft. BTOC or Xl'OC): Pump Discharge Flow Rate (gpm): Drawdown (ft.): Specific Capacity (gpm/ft.): Supplemental Testing: Test Time, Test Timet Test Time3 Sand Content Testing (Yes/No): Use Treatment & Testing form for details Silt Density Testing (Yes/No): Use Treatment & Testing form for details Bacteriological Testing (Yes/No): Use Treatment & Testing form for details Appendix E, Page -2 Page 346 of 812 WELL REHABILITATION Work Order/KDO Number: Work Description: Location/Well Number: Scheduled Start Date: Scheduled Completion Date: Contractor Information: Contractor (Company Name): Contractor Field Supervisor: Crew Members: Performance- Pre Work: Well Performance- Post Work al Date: Arrival Date: al Time: Depart Time: Arrival Time: Depart Time: Status Upon Arrival (On/Oft): Well Status Upon Arrival (On/Oft): r Level Measurement Method (Electric Tape, Wellhead Pressure Gauge, Submersible Transducer, An large Pipeline Pressure (psi): Discharge Pipeline Pressure (psi): Wellhead Pressure (psi): Static Wellhead Pressure (psi): Water Level (ft. BTOC or ATOC): Static Water Level (ft. BTOC or ATOC): Large Pipeline Pressure (psi): Discharge Pipeline Pressure (psi): ring Wellhead Pressure (psi): Pumping Wellhead Pressure (psi): ring Water Level (ft. BTOC or ATOC): Pumping Water Level (ft. BTOC or ATOC): r Discharge Flow Rate (gpm): Pump Discharge Flow Rate (gpm): down (ft.): Drawdown (ft.): fie Capacity (gpm/ft.): Specific Capacity (gpm/ft.): Well Rehabilitation Work Performed Well Development - Air Well Development - Pumping (hrs.): Volume (gal.) Surfactant'Add/Chlorine Concentration (ppm) Surfactant/Acid/Chlorine: -� Flushing 0-) Volume/Rate of Jetting. Surging/Flushing Hours/Rate: SizelVolume of Gravel Added: Gravel Tag Depth (Below Flange): 4 of New Safety Cables Installed: 0 of New Stilling Wells Installed: On, Site Welding (lust: Volume of Solids Removed from Site (ydA3): Volume of Water Removed from Site (gal.): Development Water to Sewer/Canal: Disinfection - Chlorine Volume/Concentration (gal./pp. Sand Content Testing (Yes/No): Silt Density Testing (Yes/No): Bacteriological Testing (Yes/No): Pump and Motor Information: Pump Manufacturer: Pump Model #: Pump Serial #: Pump # of Stages: PumD Diameter (in l: Pump Discharge Diameter (in.): Motor Manufacturer: Motor Model #: Motor Serial #: Motor Horsepower: Motor Speed (rpm): Motor Diameter (in.): Column Pipe Manufacturer: Column Wipe Material: Column Pipe Diameter (in.) Column Pipe Length (ft.) Column Pipe # of Sections/Section I): Column Pipe Joint Type: Test Times Test Time, I Test Time; Appendix E, Page -3 Treatment & Testing form for details Treatment & Testing form for details Treatment & Testing form for details Page 347 of 812 WELL PUMP & MOTOR REPLACEMENT Work Order/KDO Number: Work Description: ..,....._... .........................� Location/Well Number: Scheduled Start Date: Contractor Information: Contractor (Company Name): Contractor Field Supervisor:�� Crew Members: Well Performance- Pre Work: Arrival Date: Arrival Time: Depart Time: Well Status Upon Arrival (WOffl: Water Level Measurement Method (Electric Tape, Discharge Pipeline Pressure(psi): Static Wellhead Pressure (psi): Static Water Level (ft. BTOC or ATOC): Discharge Pipeline Pressure (psi): Pumping Wellhead Pressure (psi): Pumping Water Level (ft. BTOC or ATOC): Pump Discharge Flow Rate (gpm): Drawdown (ft.): Specific Capacity (gpm/ft.): Existing Pump and Motor Information: Pump Manufacturer: Pump Model #: Pump Serial #: Pump # of Stages: Pump Diameter (in.): Pump Discharge Diameter (in.): Motor Manufacturer: Motor Model #: Motor Serial #: Motor Horsepower: Motor Speed (rpm): Motor Diameter (in.): Column Pipe Manufacturer: t`olumn Pipe Material: (olumn Pipe Diameter (in.) Column Pipe Length (ft.) Column Pipe # of Sections/Section Length: Column Pipe Joint Type: Notes on Overall Condition of Equipment & Well: Disinfection - Chlorine Volume/Concerrtiation (gal. /pp Scheduled Completion Date Well Performance- Post Work Arrival Date: Arrival Time: Depart Time: Well Status Upon Arrival (On/Oft): Wellhead Pressure Gauge, Submersible Transducer, Acoustic, Radar) Discharge Pipeline Pressure (psi): Static Wellhead Pressure (psi): Static Water Level (ft. BTOC or ATOC): Discharge Pipeline Pressure (psi): Pumping Wellhead Pressure (psi): Pumping Water Level (ft. BTOC or ATOC): Pump Discharge Flow Rate (gpm): Drawdown (ft.): Specific Capacity (gpm/ft.): Replacement Pump and Motor Information: Pump Manufacturer: Pump Model #: Pump Serial #: Pump # of Stages: Pump Diameter (in): Pump Discharge Diameter (in): Motor Manufacturer: Motor Model #: Motor Serial #: Motor Horsepower: Motor Speed (rpm): Motor Diameter (in.): Column Pipe Manufacturer: Column Pipe Material: Column Pipe Diameter (in.) Column Pipe Length (ft.) Column Pipe # of Sections/Section Length: Column Pipe Joint Type: # of New Safety Cables Installed: # of New Stilling Wells Installed: m) Appendix E, Page -4 Page 348 of 812 W.JM.= Palm Beach County Water Utilities Department Water Treatment Plant 11 South Florida Conservancy District Permit for Activities Affecting District Facilities M East Shore Water Control District Permit for Activities Affecting District Facilities Page 349 of 812 SOUTH FLORIDA CONSERVANCY DISTRICT PERMIT FOR ACTIVITIES AFFECTING DISTRICT FACILITIES Permit No.--- 18-0l-------- Permittee: Palm Beach County Water Date of Issuance: April 1w� 2098 Utilities Department Attn: James Stiles Expiration Date: five gears from Date. of. Issuance 8100 Forest Hill „Blvd. West Palm BeachFL 33416 PROJECT NAME: Lake Region Water Treatment Plant (WTP 11), Upper Floridan Aquifer Well Discharge Permit This permit is issued under the provisions of Chapter 298, Florida Statutes. The above named permittee is hereby authorized to perform the following described activities: Discharge of water from eight (8) PBCWUD Upper Floridan Production Wells that are used as source water for the Lake Region (WTP 11), related to periodic well maintenance activities, into SFCD Canal 2, Lateral 2-2 and Lateral 2-4. All discharges shall be in accordance with FDEP's Generic Permit for the Discharge of Produced Ground Water from any Non -contaminated Site Activity, and the following General and Specific Conditions. GENERAL CONDITIONS I. The permit is subject to revocation or alteration by the District for violation of any permit condition. 2. The issuance of this permit does not relieve the permittee of any responsibility to obtain any other federal, state, local, or special district permit which may be required. 3. The permittee grants the District the right of access onto any and all property in the penmittee's possession or control for the purpose of inspection of all facilities or equipment involved in the discharge of water to District works. 4. The District retains the right to remove any and all of the penmittee's equipment located in District right-of-ways or connected to District works at the termination or revocation of this permit. S. The District does not assume and hereby disclaims any and all liability for any damage to any of permittee's property located in any District right-of-way. Appendix F, Page -1 Page 350 of 812 6. To the extent permitted by law, the permittee and the District each shall indemnify and hold harmless the other party from and against any and all claims, damages, costs and expenses, including reasonable attorney fees, to the extent caused by or arising out of the negligent acts or willful misconduct in the operations or activities by the indemnifying party or the employees, agents, contractors, or licensees, of the indemnifying party. The foregoing indemnification shall not constitute a waiver of sovereign immunity beyond the limits set forth in Florida Statutes, Section 768.28, nor a waiver of any defense the parties may have under such statute, nor shall the same be construed to constitute agreement by either Party to indemnify the other Party for such other Party's negligent, willful, or intentional acts or omissions, nor as consent to be sued by third parties. 7. The permittee is further subject to any and all requirements contained in Adopted District policy or procedures. SPECIFIC CONDITIONS 1) The following attached exhibits are made part of this permit: UFA Production Well Discharge Locations dated 11/30/17 as prepared by JLA Geosciences, Inc. 2) The work authorized above shall be completed in accordance with the following plans: N/A 3) If the plans referenced in Specific Condition 2 are revised as a result of comments by SFWMD, or for any other reason, the revised drawings shall be submitted to South Florida Conservancy District. 4) South Florida Conservancy District shall be notified in writing at least 72 hours prior to discharge. Contact Mr. David Davis, District Manager g rrctmgna er(lsflp,,0, or 561- er at dist, 996-2940. Emergency discharges require as soon as possible notice. 5) Activities shall be conducted in a manner that does not cause violations of State Water Quality Standards or the Florida Department of Environmental Protection Generic Permit for the Discharge of Produced Groundwater from any Non -Contaminated Site Activity, The Contractor shall implement best management practices for erosion and pollution control to prevent violation of State Water Quality Standards. Temporary erosion control shall be implemented prior to discharge and permanent control measures shall be completed within 7 days of any construction activity. Turbidity barriers shall be installed and maintained at all locations where the possibility of transferring suspended solids into Canal 2, Lateral 2-2 and Lateral 2-4 exists due to the proposed work. Turbidity barriers are to be located within 50 feet of the well discharge locations. Turbidity barriers shall remain in place at all locations until discharge is completed and soils are stabilized and vegetation Inas been established. Thereafter the contractor shall be responsible for the removal of the barriers. The contractor shall correct any erosion or shoaling that causes adverse impacts to the water resources. The contractor shall remove any discharged solids and restore canal to its original condition to the satisfaction of the District following the completion of well rehabilitation. Appendix F, Page -2 Page 351 of 812 6) It is anticipated that discharge of well water into Canal 2, Lateral 2-2, and Lateral 2-4 will cause minor adverse impacts to the canal and to District operations. Specifically, sediment in the proposed discharge water may accumulate in the canal bottom, requiring removal upon completion of the permitted activity. Additionally, it is anticipated that the proposed discharge volumes will necessitate increased costs associated with running Pump Station P -6-W, including higher electrical costs. To mitigate these costs, as well as to cover legal and administrative costs associated with processing the permit, applicant shall pay to South Florida Conservancy District a fee of $200 per well per year, for a total of $1,600. SFCD will invoice PBCWUD on an annual basis on November 1 of each year. For the first year beginning April 1, 2018, the permit fee will include a prorated 6 month duration (1/2 the permit fee) plus the associated permit review and permit preparation costs. 7) Within 30 days after completion of the permitted activity, the permittee shall submit a written statement of completion and certification by a registered Professional Engineer or other appropriate individual as authorized by law. The statement of completion and certification shall be based on on-site observation of the discharges for the purpose of determining if the well discharges were completed in compliance with permit conditions and State Water Quality Standards. PERMITTEE w m_ _ SOUTH FLORIDA CONSERVANCY DISTRICT Accepted this date by: di12 Date__ bavid Davis District Manager Appendix F, Page -3 Page 352 of 812 Appendix F, Page -4 Page 353 of 812 EAST SHORE WATER CONTROL DISTRICT PERMIT FOR ACTIVITIES AFFECTING DISTRICT FACILITIES Permit No. _ _18-01 Permittee: Palm Beach County Water Date of Issuance: April 1 2018 www _ Utilities Department Attn: James Stiles Expiration Date: Fiye eats from Date of Issuance 8100 Forest ,Hill „Blvd. West Palm Beach,„ FL 33416, PROJECT NAME: Lake Region Water Treatment Plant (WTP 11), Upper Floridan Aquifer Well Discharge Permit This permit is issued under the provisions of Chapter 298, Florida Statutes. The above named permittee is hereby authorized to perform the following described activities: Discharge of water from two (2) PBCWUD Upper Floridan Production Wells that are used as source water for the Lake Region (WTP 11), related to periodic well maintenance activities, into ESWCD Canal 1 (Main Canal). All discharges shall be in accordance with FDEP's Generic Permit for the Discharge of Produced Ground Water from any Non -contaminated Site Activity, and the following General and Specific Conditions. 1. The permit is subject to revocation or alteration by the District for violation of any permit condition. 2. The issuance of this permit does not relieve the permittee of any responsibility to obtain any other federal, state, local, or special district permit which may be required. 3. The permittee grants the District the right of access onto any and all property in the permittee's possession or control for the purpose of inspection of all facilities or equipment involved in the discharge of water to District works. 4. The District retains the right to remove any and all of the permittee's equipment located in District right-of-ways or connected to District works at the termination or revocation of this permit. 5. The District does not assume and hereby disclaims any and all liability for any damage to any of permittee's property located in any District right-of-way. Appendix F, Page -5 Page 354 of 812 To the extent permitted by law, the permittee and the District each shall indemnify and hold harmless the other party from and against any and all claims, damages, costs and expenses, including reasonable attorney fees, to the extent caused by or arising out of the negligent acts or willful misconduct in the operations or activities by the indemnifying party or the employees, agents, contractors, or licensees, of the indemnifying party. The foregoing indemnification shall not constitute a waiver of sovereign immunity beyond the limits set forth in Florida Statutes, Section 768.28, nor a waiver of any defense the parties may have under such statute, nor shall the same be construed to constitute agreement by either Party to indemnify the other Party for such other Party's negligent, willful, or intentional acts or omissions, nor as consent to be sued by third parties. The permittee is further subject to any and all requirements contained in Adopted District policy or procedures. SPECIFIC CONDITTONS 1) The following attached exhibits are made part of this permit: UFA Production Well Discharge Locations dated 11/30/17 as prepared by JLA Geosciences, Inc. 2) The work authorized above shall be completed in accordance with the following plans: N/A 3) If the plans referenced in Specific Condition 2 are revised as a result of comments by SFWMD, or for any other reason, the revised drawings shall be submitted to South Florida Conservancy District. 4) South Florida Conservancy District shall be notified in writing at least 72 hours prior to discharge. Contact Mr. David Davis, District Manager at dist nctmanayerasflcd c9m or 561- 996-2940. Emergency discharges require as soon as possible notice. 5) Activities shall be conducted in a manner that does not cause violations of State Water Quality Standards or the Florida Department of Environmental Protection Generic Permit for the Discharge of Produced Groundwater from any Non -Contaminated Site Activity. The Contractor shall implement best management practices for erosion and pollution control to prevent violation of State Water Quality Standards. Temporary erosion control shall be implemented prior to discharge and permanent control measures shall be completed within 7 days of any construction activity. Turbidity barriers shall be installed and maintained at all locations where the possibility of transferring suspended solids into Canal 1 (Main Canal) exists due to the proposed work. Turbidity barriers are to be located within 50 feet of the well discharge locations. Turbidity barriers shall remain in place at all locations until discharge is completed and soils are stabilized and vegetation has been established. Thereafter the contractor shall be responsible for the removal of the barriers. The contractor shall correct any erosion or shoaling that causes adverse impacts to the water resources. The contractor shall remove any discharged solids and restore canal to its original condition to the satisfaction of the District following the completion of well rehabilitation. Appendix F, Page -6 Page 355 of 812 6) It is anticipated that discharge of well water into Canal 1 (Main Canal) will cause minor adverse impacts to the canal and to District operations. Specifically, sediment in the proposed discharge water may accumulate in the canal bottom, requiring removal upon completion of the permitted activity. Additionally, it is anticipated that the proposed discharge volumes will necessitate increased costs associated with running Pump Station, including higher electrical costs. To mitigate these costs, as well as to cover legal and administrative costs associated with processing the permit, applicant shall pay to ESWCD a fee of $200 per well per year, for a total of $400. ESWCD will invoice PBCWUD on an annual basis on November 1 of each year. For the first year beginning April 1, 2018, the permit fee will include a prorated 6 month duration (1/2 the permit fee) plus the associated permit review and permit preparation costs. 7) Within 30 days after completion of the permitted activity, the permittee shall submit a written statement of completion and certification by a registered Professional Engineer or other appropriate individual as authorized by law. The statement of completion and certification shall be based on on-site observation of the discharges for the purpose of determining if the well discharges were completed in compliance with permit conditions and State Water Quality Standards. PERMITTEE _ , , , ww.w www_„vvaavv„__v EAST „SHORE WATER „CONTROL ,DISTRICT Accepted David Davis District Manager Appendix F, Page -7 Date Page 356 of 812 Appendix F, Page -8 Page 357 of 812 7.D. Requested Action by Commission: Approve utilizing the Palm Beach County term contract # 22090R (Solicitation #22-090R/MB) dated December 11, 2022 through December 10, 2023 with Morton Salt, Inc. The contract will be utilized for the purchase of sodium chloride, with an estimated annual expenditure of $200,000. Explanation of Request: Contract Period December 11, 2022 — December 10, 2023 The Utility utilizes sodium chloride at the East Water Treatment Plant to regenerate the resin used in the Magnetic Ion Exchange (MIEX) process. The regenerated resin is used in the MIEXtreatment process to remove hardness and other undesirable characteristics from the City's drinking water. The Utilities Department would like to piggyback the Palm Beach County Bid No.22-090R/MB to obtain sodium chloride for this treatment process from Morton Salt, Inc. The contract initial term is twelve (12) months with the option to renew for four (4) additional twelve (12) month period(s) exercised upon mutual written agreement. The Palm Beach County contract meets City of Boynton Beach procurement requirements. How will this affect city programs or services? This product is necessary for water treatment. Fiscal Impact: Budgeted funding is available in Utilities account 401-2811-536-52.35. Alternatives: The City could bid its own contract, but benefits from better pricing by using the contract of a larger utility for sodium chloride. Strategic Plan: High Performing Organization, Public Health and Safety Strategic Plan Application: Climate Action Application: Is this a grant? No Grant Amount: Page 358 of 812 Contracts Vendor Name: Morton Salt, Inc. Start Date: 12/11/2022 End Date: 12/10/2023 Contract Value: $200,000 Minority Owned Contractor?: No Extension Available?: No Extension Explanation: Attachments: Type D Other D is D I etteir Description Bid Awaird Bid aind IFRespoir se F:Ierirnissioin to IFliggylbadk Page 359 of 812 Melody Thelweli Director c: Vernetha Green, Water Utilities File "An rquat Opportunity ,,11 irttrativeAction Employer" and rt st,�tttJrt,�clt;•d paper ,ttat�2 Page 360 of 812 Form L Purchasing Department 50';001'1'1 Military Trail, Suite I to West Palm Beach, E'1_ :i'A 15-3199 November 15, 2022 (561) 616-6800 Morton Salt, Inc. FAX: (561)242-6744 Jennifer McCormick, Vice President, Sales and marketing www.pr3r•xgov.cor111PUrchasin,1 444 West Lake Street, Suite 3000 Chicago, IL 60606 TERM CONTRACT # 2209OR Dear Vendor: This is to inform you that Palm Beach County Board of County Commissioners ("County") is entering into a Term Contract with your company for Sodium Chloride Paint Beach County Roars of County Solar Salt Qualit Purchase andDelive based on: Commissioners [X] SOLICITATION # 22-090R/MB Robert S. Wehiroth, Mayor The term of this contract is 12/11/2022 through 12/1012023 and has an estimated dollar re, weiss. vice RMayor value of $1,040,850.00. f1rqia C,. fllarirto If applicable, Vendor shall maintain all insurance coverage(s) throughout the entire Dave Kerner term of the contract, including any renewals or extensions thereof. Maria :iachr County User Departments will issue individual "Delivery Orders" against this contract Melissa McKinlay as your authorization to deliver. The original invoice must be sent to the address on the Delivery Order ("DO") and must reference the DO number (e.g., DO 680 Mack Pornatr}a XY030305000000001111). A copy of the invoice may be sent to the County User Department. Invoices submitted on carbon paper shall not be accepted. In order for the County to make payment, the Vendor's Legal Name; Vendor's Address; and Vendor's TINIFEIN Number on the Vendor's bidlquotelresponse must be exactly the same as it appears on the invoice and in the County's VSS system that can be County mi-nistrator accessed at htt s: bcvss ,co �Im,-beach fl.uslweba Ivssp/AltSelfService. Failure to with the foregoing may result in a delay in processing payment. brerrlo- ctia C, Bakercomply If you have any questions, please contact Marva Brown at mbrowno-pbcgov.org or (561) 616-6815. ..Sfn`erly, Melody Thelweli Director c: Vernetha Green, Water Utilities File "An rquat Opportunity ,,11 irttrativeAction Employer" and rt st,�tttJrt,�clt;•d paper ,ttat�2 Page 360 of 812 Page 15 SPECIFICATIONS IFB #22-0908/MB SODIUM CHLORIDE, SOLAR SALT QUALITY, PURCHASE AND DELIVERY OF, TERM CONTRACT (RE -BID) ITEM (FAILURE TO DO SO SHALL RESULT IN THE REJECTION OF YOUR BID) ESTIMATED specifications of the County's bid solicitation as originally published, without exception, change or alteration of any kind, except UNIT TOTAL NO. DESCRIPTION 12 MONTH UNIT PRICE OFFER DATE: Morton, Salt, Inc. QUANTITY PRINT NAME: Jennifer McCormick PRINT TITLE: Vice President, Sales and Marketing Sodium Chloride, Granular, Solar Salt Quality, Bulk ADDRESS: 444 West Lake Street, Suite 3000 CITY/ STATE: Chicago, IL ZIP CODE: 60606 TELEPHONE #844-410-0513 1. Delivery in accordance with AWWA #13-200 Standards, 8,100 TON 844-410-0513 FAX# 312-896-9208 E-MAIL: buyindustrial@mortonsalt.com as specified herein. TYPE: FEDERAL ID # $ 17 .31 $ 1,387,611.00 Ail unit prices bid should be within two (2) decimal points. If bidder's pricing exceeds two (2) decimal points, Purchasing reserves the right to round up or do") accordingly. Acknowledge Qualification of Bidders information is included, per Term #10? YES/INITIAL Acknowledge Criminal History Records Check requirement, per Term #11? YES/INITIAL Acknowledge Insurance requirements, per Term #21? YES/INITIAL * PLEASE AFFIX SIGNATURE WHERE INDICATED (FAILURE TO DO SO SHALL RESULT IN THE REJECTION OF YOUR BID) By signature on this document, bidder acknowledges and agrees that its offer includes and accepts all terms, conditions, and specifications of the County's bid solicitation as originally published, without exception, change or alteration of any kind, except as may have been published by the County in official amendments prior to this date of submittal, Per General Term and Condition #7., if bidder is a Joint Venture for the goods/services described herein, bidder shall, upon request of the County, provide a copy of the Joint Venture Agreement signed by all parties. Commercial Nan -Discrimination Certification: By signing below, bidder hereby certifies, per General Term and Condition #3n. that: (I) the information set forth therein is true and correct to the best of the bidder's knowledge; and (ii) there are no legal/administrative proceedings required to be disclosed, except as disclosed in bidder's response. COM PANY NAM E: (Enter the entire legal company name of the bidding entity) DATE: Morton, Salt, Inc. ? // /z 0 Z- -2- PRINT NAME: Jennifer McCormick PRINT TITLE: Vice President, Sales and Marketing SIGNATU R;. ADDRESS: 444 West Lake Street, Suite 3000 CITY/ STATE: Chicago, IL ZIP CODE: 60606 TELEPHONE #844-410-0513 EMERGENCY# TOLL FREE # 844-410-0513 ] 844-410-0513 FAX# 312-896-9208 E-MAIL: buyindustrial@mortonsalt.com APPLICABLE LICENSE(S) NUMBER # TYPE: FEDERAL ID # 27-3146174 Page 361 of 812 Page 16 QUALIFICATIONS OF BIDDERS REFERENCES FOR IFB #22-090R/MB Bidder shall list references in accordance with the requirements set forth in the Qualifications of Bidders. REFERENCE NAME: Hood Packaging ADDRESS: 2360 McDowell Road Burlington Ontario L7R 4AI CONTACT NAME: Sandy Springs, GA 30328 This contact must be informed that they are listed as a reference, and the County may be callingthem. CONTACT INFORMATION: Phone: 877-462-6627 — Cell: Fax: 905-637-1065 E -Mail: SCOPE OF WORK: CONTACT NAME: CONTRACT DATES: ......... . Phone: 630-260-6529 REFERENCE NAME: Mondi Bags USA LLC ADDRESS: 1200 Abernathy Road NE ADDRESS: Sandy Springs, GA 30328 Lake Forest, IL 60045 This contact must be informed that they are CONTACT NAME: listed as a reference, and the County may be CONTACT NAME: calling them --- Phone: 630-260-6529 Cell: CONTACT INFORMATION: Fax: 847-631-4825 E -Mail: CONTACT INFORMATION: SCOPE OF WORK: E -Mail: CONTRACT DATES: REFERENCE NAME: Packaging Corporation of America ADDRESS: 1955 West Field Court Lake Forest, IL 60045 This contact must be informed that they are CONTACT NAME: listed as a reference, and the County may be --- --- calling them. Phone: Cell: CONTACT INFORMATION: Fax: E -Mail: SCOPE OF WORK: CONTRACT DATES: FIRM NAME: Morton Salt, Inc. Page 362 of 812 gum CERTIFICATION OF BUSINESS LOCATION In accordance with the Palm Beach County Local Preference Ondhnano*, as amandod, a preference may be given to: (1) bidders having a permanent place ofbusiness in Palm Beach County ("County") or (2) bidders having a permanent place of business in the Glades that are able to provide the goods and/or services to be utilized within the Glades. Toreceive alocal preference, bidders must have e permanent place of business within the County or the G|mdea, as app|icmb|a, prior to the County's iamuonoa of the solicitation. A Business Tax Receipt vvh|nh in issued by the Palm Beach County Tax CoUecto/, authorizes the bidder to provide the goods/services being solicited by the County, and will be used to verify that the bidder had epermanent place ofbusiness prior tothe issuance ofthe solicitation. The bidder must submit this Certification ofBusiness Location ("Certification") along with the required Business Tax Receipt aLthe time ofbid or quote submission. The Business Tax Receipt and this Certification are the sole determinant of |uoa| preference eligibility. Errors in the completion of this Certification or failure to submit this completed Certification will cause the bidder to not receive a local preference. |ninstances where the bidder h*exempt bylaw from the requirement ofobtaining eBusiness Tax Receipt, the bidder must: (a) provide a citation to the specific statutory exemption; and (b) provide other documentation which clearly establishes that the bidder had a permanent place of business within the County or the Glades prior to the date of issuance of the solicitation. The County hereby retains the right to contact said bidders for additional information na|uhed to this requirement after the bid duo date. Bidder isa: Local Business: Alocal business has apermanent place ofbusiness in Palm Beach County. (Please indicate): Headquarters located inPalm Beach County Permanent office urother site located inPalm Beach County from which avendor will produce asubstantial portion ofthe goods orservices. Glades Business: AGlades business has apermanent place ofbusiness in the Glades. (Please indicate): Headquarters located |nthe Glades Permanent office orother site located |nthe Glades from which a vendor will produce a substantial portion of the goods or services, The attached copy of bidder's County Business Tax Receipt verifies bidder's permanent place of ounmeeo. THIS CERTIFICATION is submitted by (Name ofIndividual) of (Title/Position) (Firm Name of Bidder) as who hereby certifies that the information stated above is true and correct and that the County Business Tax Receipt is m hue and correct copy ofthe original. Further, it is hereby acknowledged that any misrepresentation by the bidder on this Certification will be considered an unethical business practice and be grounds for sanctions against future County business with the bidder. (Signature) (Date) Page 363 of 812 DRUG-FREE WORKPLACE CERTIFICATION IFI3 #22-090R/MB IDENTICAL TIE BIDS - In accordance with Section 287.087, F.S., a preference shall be given to vendors submitting with their bids the following certification that they have implemented a drug-free workplace program which meets the requirements of Section 287.087; provided, however, that any preference given pursuant to Section 287.087, shall be made in conformity with the requirements pursuant to the Palm Beach County Code, Chapter 2, Article III, Sections 2- 80.21 thru 2-80.34. In the event tie bids are received from vendors who have not submitted with their bids a completed Drug -Free Workplace Certification form, the award will be made in accordance with Palm Beach County's purchasing procedures pertaining to tie bids. This Drug -Free Workplace Certification form must be executed and returned with the attached bid, and received on or before the published bid submission deadline to be considered. The failure to execute and/or return this certification shall not cause any bid to be deemed non-responsive. Whenever two (2) or more bids which are equal with respect to price, quality, and service are received by Palm Beach County for the procurement of commodities or contractual services, a bid received from a business that certifies that it has Implemented a drug-free workplace program shall be given preference In the award process. In order to have a drug-free workplace program, a business shall: (1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. (2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be Imposed upon employees for drug abuse violations. (3) Give each employee engaged In providing the commodities or contractual services that are under bid a copy of the statement specified In number (1). (4) In the statement specified in number (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893, Florida Statutes, or of any controlled substance law of the United States or any state, for a violation occurring In the workplace no later than five (5) days after such conviction. (5) Impose a sanction on, or require the satisfactory participation In a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. (6) Make a good faith effort to continue to maintain a drug-free workplace through implementation Section 287.087, Florida Statutes. THIS CERTIFICATION Is submitted by Jennifer McCormick the (individual's Name) Vice President, Sales and Marketing of Morton Salt, Inc. (Title/Position with Company/Vendor) (Name of Company/Vendor) who does hereby certify that said Company/Vendor has implemented a drug-free workplace program which meets the requirements of Section 287.087, Florida Statutes, which are Identified In numbers (1) through (6) above. Revised - 11/10116 �gnait �re Date Page 364 of 812 ui 0 cr- a. LAA LU 5 F- ix Z 0.0 Z 0 z 0 (A 0 ca 0 b Z z 0 CO 0 z LU U =) UJ Z cr 0 CL Al 0 In LLJ 200 Co uj LAJ t 0 J CL E L010i 0 LLJ co a: 00 be I= LL. 00 3: w LA. OF uj Z (D ui u cc z UJ uj 0. u cc cr. 0 11, 0. z D 00 LU 1-2 z =) C:x 0 oC z in z uj A cc 0 Z Ln 0 uj 0 '0" Z = 0 0 Oc ui w j z w 0 F- CLLU 1- 2 0 0 0 Z Z F- U. 0 ui 2 ui uj (A tA 0 < z 0 0 Ui -a -LAJ i 0 Z u 0 CL CIL C w E 0 t -- u M 00 1 cli 4 ui 46 0 z Page 365 of 812 OEBO LETTER OF INTENT — SCHEDULE 2 any flejr and should be treated as sugh. The Schedule 2shall contain bolded language indicating that bysigning the Schedule 2,both parties recognize this Schedule as a binding document, All Subcontnactoo/Subcnnsu|tants, including any tiered Subcontmctors/subconsu|tants,must properly execute this document, Each properly executed Schedule Zmust besubmitted with the bid/proposal. SOLICITATION/PROJECT NUMBER: SOLICITATION/PROJECT NAME: Name ufPrime: (Check box(es) that apply) JSBE OVVBE 1, MBE 1".M/VV8E [Non-S/M/VV8E Date ofPalm Beach County Certification (ifayp|icaNe):_________ The undersigned affirms they are the following (select one from each column if applicable): Column 1 Column 2 Column 3 -1 Male AFema|m I .-Africa n-American/Black [Asian American Caucasian American Supplier LHispanicAmerican [NativeAmehcan SLMLWBE PARTICIPATION 5/.My LPrimes must document all work to be performed by their own work force on this form. Failure msubmit ° properly executed Schedule 2 for any VMIWBE participation may result in that participation not being counted, Specify in detail, the scope u{work oo be performed or items supplied with the dollar amount and/or percentage for each work item. o/M/maccredit will only bcgiven for the areas inwhich the S/M/WBE is certified. A detailed proposal may be attached to a properly executed Schedule 2. Line Item Description Item Unit Price Quantity/ Units Contingencies/ Total Price/Percentage Allowances The undersigned Subcontractor/subconsultant is prepared to self -perform the above-described work in conjunction with the aforementioned project atthe following total price or percentage: If the undersigned intends to subcontract any portion of this work to another Subcontractor/subconsultant, please list the business name and the amount below accompanied by a separate properly executed Schedule 2. Price or Percentage: Name of 2nd/3'd tier Subcontractor/subconsultant Print Name of Prime Authorized Signature Print Name Print Name of Subcontractor/subconsultant M Print Name Title Title Date: Date; Authorized Signature 09/17/28/2019 Page 366 of 812 14. I w a ry CL w z w j 0 0L CL w z w 0 F - z 0 w CC CL CC 0 U) w CL U) ui 0 x a. 4) Ox ra- 0 t; a, O. '.0 c 0 uce)z rw r 4) 0 "0 0 C 4,7Z2 mm c 0 wo 0 0 0 0 0 0 90 "r- 2 *;t C 05 Ou�E_ m C E o -, U) 0 0 0 if to m 72 w 0 0Qf 0 CD 0 0 a 0 c Z CL Q (0 0 0 c m 0 > ca E 4)(D u 0 CL .0 O -E 0 Z. F 10 > 0 0 0 W 0 (D 0 E— m 0 E -0 - C,4 M6 E u M 0 0. 4) E =0 -0c 4) 0 4) Q. 0:5 E mu 0 0 M 0 im 0 cuf m CL (D N U 0 0 cp 0 4) 200000 rf t; Et; ou M.- m L. " " Q..m .0 CL CO 0 CO U 0L V O 7r i0 CL 0. VaNflNam (D CD 0 w Lnm L- 0 w 0 0 0 Z Page 367 of 812 0) > 0 C 5 :3 m E 0 u 0CL 0) 4) T) M 10. 0 co U E 0 U) u co ° E 0 ca, -0 0 .a CL 13) 00 E < EO < z �o =3 0 7E 0:3 E 0 < LL. z z ( -�5 0 0 F: z0) 0 c 0) 2 -2 0 CL O.C) 0 C8 CO U t la =3 0 0 E 0 o 0 6 E CU 0 Z (D CD 0 w Lnm L- 0 w 0 0 0 Z Page 367 of 812 OEBO SCHEDULE 4 — SUBCONTRACTOR/SUBCONSULTANT PAYMENT CERTIFICATION A properly executed Schedule 4 shall be submitted for each Subcontractor/subconsultant after receipt of payment from the Prime. The Prime shall submit this form with each payment application or invoice submitted to the County when the COUNTY has paid the Prime on the previous payment application for services provided by a Subcontractor/subconsultant. All named Subcontractors/subconsultants on this form must also complete and submit a separate Schedule 4 after receipt of payment. If the Prime is an S/M/WBE, completion of a Schedule 4 is also required to document all portions of work performed by their work force. A completed release of lien form can be submitted in lieu of a Schedule 4. This is to certify that (Subcontractor/subconsultant Name) (Monthly) or (Final) payment of $ from On / / for my MM DD YYYY RE (Project Name) Month (Prime Contractor Name) Invoice for labor and/or materials supplied DEPT.: TASK ORDER/WORK ORDER/DELIVERY ORDER/PURCHASE ORDER/ NO.: PRIME CONTRACTOR/CONSULTANT VENDOR CODE: SUBCONTRACTOR/SUBCONSULTANT VENDOR CODE: (Project No.) If the undersigned intends to distribute any portion of this payment to another Subcontractor/subconsultant, please list the business name and the amount below accompanied by a separate properly executed Schedule 4. Price or Percentage: Name of 2nd/3rd tier Subcontractor/subconsultant (Signature of Subcontractor/subconsultant) (Name & Title of Person executing on behalf of Subcontractor/subconsultant) STATE OF FLORIDA COUNTY OF The foregoing instrument was acknowledged before me by means of 0 physical presence or D online notarization, this day of (year), by (name of person acknowledging). Notary Public, State of Florida Print, Type or Stamp Commissioned Name of Notary Personally Known OR Produced Identification Type of Identification Revised 12/31/2019 Page 368 of 812 Board of County Commissioners Robert S. Weinroth, Mayor Gregg K. Weiss, Vice Mayor Dave Kerner Maria G. Marino Maria Sachs Melissa McKinlay Mack Bernard :�-r •11:X)FIffily SR51171011zeus NOTICE • • 0•O - County Administrator Verdenia C. Baker Purchasing Department www.pbcgov.org/purchasing SODIUM CHLORIDE, SOLAR SALT QUALITY, PURCHASE AND DELIVERY OF, TERM CONTRACT (RE -BID) BID SUBMISSION DATE: SEPTEMBER 15, 2022 AT 4:00 P.M. It is the responsibility of the bidder to ensure that all pages are included. Therefore, all bidders are advised to closely examine this package. Any questions regarding the completeness of this package should be immediately directed to Palm Beach County Purchasing Department at (561) 616-6800. BIDDERS SHALL PROVIDE A RESPONSE IN A SEALED PACKAGE OR CONTAINER SIGNED BY AN AGENT OF THE COMPANY HAVING AUTHORITY TO BIND THE COMPANY OR FIRM. FAILURE TO DO SO SHALL BE CAUSE FOR REJECTION OF YOUR BID. Protests can be accepted only during the five (5) business day posting period. C A U T I O N In order to do business with Palm Beach County, vendors are required to create a Vendor Registration Account OR activate an existing Vendor Registration Account through the Purchasing Department's Vendor Self Service (VSS) system, which can be accessed at https://pbcvssp.co.paim- beach.fl.us/webapp/vssp/AltSelfService. IF BIDDER INTENDS T USE SUBCONTRACTORS, BIDDER S ALSO ENSURE THAT ALL S-UBCONTR-ACTORS ARE REGISTERED AS VENDORS I VSS. ALL. SUBCONTRACTOR AGRE E TS MUSTINCLUDE A CONTRACTUAL P VISI I I T T T T ACTREGISTERI VSS. COUNTY ILL T FINALIZE A ,EEEEEEE E CC? TY AS VE IEI T AT T I LL E ITS COGISTE E I VSS. As they are issued, all amendments to solicitations will be posted under the applicable solicitation on our VSS system. It is the vendor's sole responsibility to routinely check our VSS system for any amendments that may have been issued prior to the deadline for receipt of bids. Palm Beach County shall not be responsible for the completeness of any Invitation for Bid that was not downloaded from our VSS system or obtained directly from the Purchasing Department. In accordance with the provisions of ADA, this document may be requested in an alternate format. Page 369 of 812 Page 2 BOARD OF COUNTY COMMISSIONERS Palm Beach County INVITATION FOR BID IFB #22.09OR/MB IFB TITLE: Sodium Chloride, Solar Salt Quality, Purchase and Delivery of, I Term Contract (Re -Bid) PURCHASING DEPARTMENT CONTACT: Marva Brown, Senior Buyer TELEPHONE NO.: (561) 616-6815 FAX NO.: (561) 242-6715 E-MAIL ADDRESS: m brown (&,pbcgov.or_q All bid responses must be received on or before SEPTEMBER 15, 2022, no later than 4:00 p.m., Palm Beach County local time. SUBMIT BID TO: Palm Beach County Purchasing Department, 50 South Military Trail, Suite 110, West Palm Beach, FL 33415- 3199. This Invitation for Bid, General Conditions, Instructions to Bidders, Special Conditions, Specifications, Attachments, Amendments (if issued), and / or any other referenced document form a part of this bid solicitation and response thereto, and by reference are made a part thereof. The selected awardee shall be bound by all terms, conditions and requirements in these documents, PURPOSE AND EFFECT: It is the purpose and intent of this solicitation to secure bids for item(s) and / or services as listed herein. The selected awardee is hereby placed on notice that acceptance of its bid by Palm Beach County shall constitute a binding contract. GENERAL CONDITIONS, INSTRUCTIONS AND INFORMATION FOR BIDDERS GENERAL CONDITIONS 1. GENERAL INFORMATION Bidders are advised that this package constitutes the complete set of specifications, terms, and conditions which forms the binding contract between Palm Beach County and the successful bidder. Changes to this Invitation for Bid may be made only by written amendment issued by the County Purchasing Department. Bidders are further advised to closely examine every section of this document, to ensure that all sequentially numbered pages are present, and to ensure that it is fully understood. Questions or requests for explanations or interpretations of this document must be submitted to the Purchasing Department contact in writing in sufficient time to permit a written response prior to the published bid submission time. Oral explanations or instructions given by any County agent are not binding and should not be interpreted as altering any provision of this document. Bidder certifies that this bid is made without reliance on any oral representations made by the County. The County's performance and obligation to pay under the contract is contingent upon an annual appropriation by the Board of County Commissioners ("Board") for subsequent fiscal years. 2. LEGAL REQUIREMENTS a. COMPLIANCE WITH LAWS AND CODES: Federal, State, County and local laws, ordinances, rules and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the bidder shall in no way be a cause for relief from responsibility. The successful bidder shall strictly comply with Federal, State and local building and safety codes. Equipment shall meet all State and Federal Safety regulations, Bidder certifies that all products (materials, equipment, processes, or other items supplied in response to this bid) contained in its bid meets all ANSI, NFPA, and all other Federal and State requirements. Bidder further certifies that, if it is the successful bidder, and the product delivered is subsequently found to be deficient in any of the aforementioned requirements in effect on date of delivery, all costs necessary to bring the product into compliance shall be borne by the bidder. Any toxic substance provided to the County as a result of this solicitation or resultant contract shall be accompanied by its Safety Data Sheet (SDS), The Uniform Commercial Code (Florida Statutes, Chapter 672) shall prevail as the basis for contractual obligations between the successful bidder and Palm Beach County for any terms and conditions not specifically stated in the Invitation for Bid. b. COMMERCIAL NON-DISCRIMINATION: Item 1: Bidder's Representations and Agreement. The Bidder represents and warrants that it will comply with the County's Commercial Nondiscrimination Policy as described in Resolution 2017- 1770 as amended. As part of such compliance, the Bidder shall not discriminate on the basis of race, color, national origin, religion, ancestry, sex, age, marital status, familial status, sexual orientation, gender identity or expression, disability, or genetic information in the solicitation, selection, hiring or commercial treatment of subcontractors, vendors, suppliers, or commercial customers, nor shall the Bidder retaliate against any person for reporting instances of such discrimination. The Bidder, shall provide equal opportunity for subcontractors, SUbconsultants vendors and suppliers to participate in all of its public sector and private sector Subcontracting and supply opportunities, provided that nothing contained in this clause shall prohibit or limit otherwise lawful efforts to remedy the effects of marketplace discrimination that have occurred or are occurring in the County's relevant marketplace in Palm Beach County, The Bidder understands and agrees that a material violation of this clause shall be considered a material breach of contract and may result in termination of the contract, disqualification or debarment of the Bidder from participating in County contracts, or other sanctions. This clause is not enforceable by or for the benefit of, and creates no obligation to, any third party. Item 2: Bidder's Agreement to Apply to Subcontracts The bidder covenants and agrees to include the commercial non- discrimination clause in all subcontractor agreements. c. DISCRIMINATION PROHIBITED: Palm Beach County is committed to assuring equal opportunity in the award of contracts and complies with all laws prohibiting discrimination. Pursuant to Palm Beach County Page 370 of 812 Resolution R-2017-1770, as may be amended, the successful bidder warrants and represents that throughout the term of the contract, including any renewals thereof, all of its employees are treated equally during employment without regard to race, color, religion, disability, sex, age, national origin, ancestry, marital status, familial status, sexual orientation, gender identity or expression, or genetic information. Failure to meet this requirement shall be considered a default of contract. INDEPENDENT CONTRACTOR RELATIONSHIP: The successful bidder is, and shall be, in the performance of all work, services, and activities under the Contract, an Independent Contractor and not an employee, agent, or servant of the County. All persons engaged in any of the work or services performed pursuant to the Contract shall at all times, and in all places, be subject to the successful bidder's sole direction, supervision, and control. The successful bidder shall exercise control over the means and manner in which it and its employees perform the work, and in all respects the successful bidder's relationship, and the relationship of its employees, to the County shall be that of an Independent Contractor and not as employees or agents of the County. CRIMINAL HISTORY RECORDS CHECK ORDINANCE: Pursuant to Palm Beach County Code Section 2-371 through 2-377, the Palm Beach County Criminal History Records Check Ordinance ("Ordinance"), the County will conduct fingerprint based criminal history record checks on all persons not employed by the County who repair, deliver, or provide goods or services for, to, or on behalf of the County. A fingerprint based criminal history record check shall be conducted on all employees of vendors, contractors, and subcontractors of contractors, including repair persons and delivery persons, who are unescorted when entering a facility determined to be either a critical facility ("Critical Facilities") or a criminal justice information facility ("CJI Facilities"), which are critical to the public safety and security of the County. County facilities that require this heightened level of security are identified in Resolution R-2003- 1274, as amended. In October 2013, compliance with the requirements of the U. S. Federal Bureau of Investigations CJI Security Policy WEIS added to the Ordinance, which includes a broad list of disqualifying offenses. The bidder is solely responsible for understanding the financial, schedule, and / or staffing implications of this Ordinance. Further, the bidder acknowledges that its bid price includes any and all direct or indirect costs associated with compliance with this Ordinance, except for the applicable FIDLE / FBI fees that shall be paid by the County. PUBLIC ENTITY CRIMES: F.S. 287.133 requires Palm Beach County to notify all bidders of the following: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in F.S. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list," g. NON -COLLUSION: Bidder certifies that it has entered into no agreement to commit a fraudulent, deceitful, unlawful, or wrongful act, or any act which may result in unfair advantage for one or more bidders over other bidders. Conviction for the Commission of any fraud or act of collusion in connection with any sale, bid, quotation, proposal or other act incident to doing business with Palm Beach County may result in permanent debarment. No premiums, rebates or gratuities are permitted; either with, prior to or after any delivery of material or provision of services. Any such violation may result in award cancellation, return of materials, discontinuation of services, and removal from the vendor bid list(s), and / or debarment or suspension from doing business with Palm Beach County. h. LOBBYING: Bidders are advised that the "Palm Beach County Lobbyist Registration Ordinance" prohibits a bidder or anyone representing the bidder from communicating with any County Commissioner, County Commissioner's staff, or any employee authorized to act on behalf of the Commission to award a particular contract regarding its bid, i.e., a "Cone of Silence". The "Cone of Silence" is in effect from the date I time of the deadline for submission of the bid, and terminates at the time that the Board or a Page 3 County Department authorized to act on their behalf, awards or approves a contract, rejects all bids, or otherwise takes action which ends the solicitation process. Bidders may, however, contact any County Commissioner, County Commissioner's staff, or any employee authorized to act on behalf of the Commission to award a particular contract, via written communication, i.e., facsimile, e-mail or U.S. mail. Violations of the "Cone of Silence" are punishable by a fine of $250.00 per violation. I. CONFLICT OF INTEREST: All bidders shall disclose with their bid the name of any officer, director, or agent who is also an employee or a relative of an employee of Palm Beach County. Further, all bidders shall disclose the name of any County employee or relative of a County employee who owns, directly or indirectly, an interest of ten percent or more in the bidder's firm or any of its branches. j. SUCCESSORS AND ASSIGNS: The County and the successful bidder each binds itself and its successors and assigns to the other party in respect to all provisions of the Contract. Neither the County nor the successful bidder shall assign, sublet, convey or transfer its interest in the Contract without the prior written consent of the other. k. INDEMNIFICATION: Regardless of the coverage provided by any insurance, the successful bidder shall indemnify, save harmless and defend the County, its agents, servants, or employees from and against any and all claims, liability, losses and / or causes of action which may arise from any negligent act or omission of the successful bidder, its subcontractors, agents, servants or employees during the course of performing services or caused by the goods provided pursuant to these bid documents and / or resultant contract, I. PUBLIC RECORDS, ACCESS AND AUDITS: The bidder agrees that copies of any and all property, work product, documentation, reports, computer systems and software, schedules, graphs, outlines, books, manuals, logs, files, deliverables, photographs, videos, tape recordings or data relating to the Contract which have been created as a part of the bidder's services or authorized by the County as a reimbursable expense, whether generated directly by the bidder, or by or in conjunction or consultation with any other party whether or not a party to the Contract, whether or not in privity of contract with the County or the bidder, and wherever located shall be the property of the County. Any material submitted in response to this solicitation is considered a public document in accordance with Section 119.07, F.S. This includes material which the responding bidder might consider to be confidential. All submitted information that the responding bidder believes to be confidential and exempt from disclosure (i.e., a trade secret or as provided for in Section 119.07 and Section 812.081, F.S.) must be specifically identified as such. Upon receipt of a public records request for such information, a determination will be made as to whether the identified information is, in fact, confidential. The County shall have the right to request and review bidder's books and records to verify bidder's compliance with the Contract, adherence to the Equal Business Opportunity ("EBO") Program and its bid. The County shall have the right to interview subcontractors, and workers at the work site to determine Contract compliance. The bidder shall maintain records related to all charges, expenses, and costs incurred in estimating and performing the work for at least five (5) years after completion or termination of the Contract. Bidder shall retain all books and records pertaining to the contract, including, but not limited to, subcontractor payment records, for five (5) years after project completion date. The County and the Palm Beach County Inspector General shall have access to such records as required in this Section for the purpose of inspection or audit during normal business hours, in Palm Beach County at any reasonable time during the five (5) years. . Notwithstanding anything contained herein, as provided under Section 119.0701, F.S., if the Bidder: (I) provides a service; and (ii) acts on behalf of the County as provided under Section 119.011(2), F.S., the Bidder shall comply with the requirements of Section 119.0701, Florida Statutes, as it may be amended from time to time. The Bidder is specifically required to: 1. Keep and maintain public records required by the County to perform services provided under the Contract. 2. Upon request from the County's Custodian of Public Records ("County's Custodian") or County's representative/liaison, on behalf Page 371 of 812 of the County's Custodian, provide the County with a copy of the requested records or allow the records to be Inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119 or as otherwise provided by law. The Bidder further agrees that all fees, charges and expenses shall be determined in accordance with Palm Beach County PPM CW -F- 002, Fees Associated with Public Records Requests, as it may be amended or replaced from time to time. 1 Ensure that public records that are exempt, or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the Contract, if the Bidder does not transfer the records to the public agency. Nothing contained herein shall prevent the disclosure of or the provision of records to the County. 4. Upon completion of the Contract, the Bidder shall transfer, at no cost to the County, all public records in possession of the Bidder unless notified by County's representative/liaison, on behalf of the County's Custodian, to keep and maintain public records required by the County to perform the service. If the Bidder transfers all public records to the County upon completion of the Contract, the Bidder shall destroy any duplicate public records that are exempt, or confidential and exempt from public records disclosure requirements. If the Bidder keeps and maintains public records upon completion of the Contract, the Bidder shall meet all applicable requirements for retaining public records. All records stored electronically by the Bidder must be provided to the County, upon request of the County's Custodian or the County's representative/liaison, on behalf of the County's Custodian, in a format that is compatible with the information technology systems of County, at no cost to County. Bidder acknowledges that it has familiarized itself with the requirements of Chapter 119, F. S., and other requirements of state law applicable to public records not specifically set forth herein. Failure of the Bidder to comply with the requirements of this Section, Chapter 119, F.S. and other applicable requirements of state law, shall be a material breach of the Contract. County shall have the right to exercise any and all remedies available to it for breach of contract, including but not limited to, the right to terminate for cause. IF THE BIDDER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE BIDDER'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE CONTRACT, PLEASE CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: RECORDS REQUEST, PALM BEACH COUNTY PUBLIC AFFAIRS DEPARTMENT, 301 N. OLIVE AVENUE, WEST PALM BEACH, FL 33401, BY E-MAIL AT RECORDS REQU EST@,PBCGOV.0 RG OR BY TELEPHONE AT 561- 355-6680. m. INCORPORATION, PRECEDENCE, JURISDICTION, GOVERNING LAW: This Invitation for Bid shall be included and incorporated in the final award. The order of contractual precedence shall be the bid document (original terms and conditions), bid response, and purchase order or term contract order. Any and all legal action necessary to Page 4 enforce the award or the resultant contract shall be governed by the laws of the State of Florida. Any legal action necessary to enforce the award or the resultant contract will be held in a court of competent jurisdiction located in Palm Beach County, Florida. n. LEGAL EXPENSES: The County shall not be liable to a bidder for any legal fees, court costs, or other legal expenses arising from the interpretation or enforcement of the contract, or from any other matter generated by or relating to the contract, o, NO THIRD PARTY BENEFICIARIES: No provision of the Contract is intended to, or shall be construed to, create any third party beneficiary or to provide any rights to any person or entity not a party to the Contract, including but not limited to any citizen or employees of the County and or successful bidder. p. SCRUTINIZED COMPANIES 1. SCRUTINIZED COMPANIES: As provided in F.S. 287.135, by entering into a Contract or performing any work in furtherance hereof, the Bidder certifies that it, its affiliates, suppliers, subcontractors and consultants who will perform hereunder, have not been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, pursuant to F.S. 215,4725. Pursuant to F.S. 287.135(3)(b), if Bidder is found to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel, the resulting Contract frog this Invitation for Bid may be terminated at the option of the County. 4 SCRUTINIZED COMPANIES (WHEN CONTRACT VALUE IS GREATER THAN $1 MILLION): As provided in F,S. 287.135, by entering into a Contract or performing any work in furtherance hereof, the Bidder certifies that it, its affiliates, suppliers, subcontractors and consultants who will perform hereunder, have not been placed on the Scrutinized Companies With Activities in Sudan List or Scrutinized Companies With Activities in The Iran Petroleum Energy Sector List created pursuant to F.S. 215.473, or is engaged in business operations in Cuba or Syria, If the County determines, using credible information available to the public, that a false certification has been submitted by Bidder, the resulting Contract from this Invitation for Bid may be terminated and a civil penalty equal to the greater of $2 million or twice the amount of the Contract shall be imposed, pursuant to F.S. 287.135. Said certification must also be submitted at the time of Contract renewal, 3. BID SUBMISSION a. SUBMISSION OF RESPONSES: All bid responses must be submitted on the provided Invitation for Bid "Response" Form. Bid responses on vendor letterhead / quotation forms shall not be accepted. Responses must be typewritten, written in ink or a photocopy and must be signed by an agent of the company having authority to bind the company or firm. FAILURE TO SIGN THE BID RESPONSE FORM AT THE INDICATED PLACES SHALL BE CAUSE FOR REJECTION OF THE BID. Bid responses are to be submitted to the Palm Beach County Purchasing Department no later than the time indicated on the solicitation preamble, and must be submitted in a sealed envelope or container bearing the bid number for proper handling. b. CERTIFICATIONS, LICENSES AND PERMITS: Unless otherwise directed in sub -paragraph d. (Local Preference) or the Special Conditions of this bid, bidder should include with its bid a copy of all applicable Certificates of Competency issued by the State of Florida or the Palm Beach County Construction Industry Licensing Board in the name of the bidder shown on the response page. It shall also be the responsibility of the successful bidder to maintain a current Local Business Tax Receipt (Occupafional License) for Palm Beach County and all permits required to complete the contractual service at no additional cost to Palm Beach County. A Palm Beach County Local Business Tax Receipt (Occupational License) is required unless specifically exempted by law. In lieu of a Palm Beach County Local Business Tax Receipt (Occupational License), the bidder should include the current Local Business Tax Receipt (Occupational License) issued to the bidder in the Page 372 of 812 response. It is the responsibility of the successful bidder to ensure that all required certifications, licenses and permits are maintained in force and current throughout the term of the contract. Failure to meet this requirement shall be considered default of contract. c. S/MIWBE-EBO REQUIREMENTS Please note that all forms related to the EBO Program, Including waiver forms and good faith effort documentation can be found at: http:/Idiscover.pbcgov,org/oobo/Pagos/Documents.aspx Item 1 — Policy It is the policy of the Board that all segments of its business population, including, but not limited to, small, local, minority and women owned businesses, have an equitable opportunity to participate in the County's procurement process, prime contract and subcontract opportunities. To that end, the Board adopted an Equal Business Opportunity Ordinance which is codified in Sections 2-80.20 through 2-80.30 (as may be amended) of the Palm Beach County Code, (EBO Ordinance) which sets forth the County's requirements for the EBO Program, and which is incorporated in this solicitation. The provisions of the EBO Ordinance are applicable to this solicitation, and shall have precedence over the provisions of this solicitation in the event of a conflict. Item 2 —Waiver of Affirmative Procurement Initiatives (APIs) Requirements In accordance with the EBO Ordinance, the Affirmative Procurement Initiatives (APIs) have been waived for this solicitation. However, if any Bidder intends to utilize any subcontractors/subconsultants as part of their response to this solicitation, the applicable OEBO Schedules must be submitted with their response for compliance tracking purposes. Item 3—Bid Submission Documentation S/IVIANBE bidders, bidding as prime contractors or consultants, are advised that they must complete Schedule 1 and Schedule 2, listing the work to be performed by their own workforce, as well as the work to be performed by all subcontractor or subconsultent, including S/MAAIBE subcontractors and subconsultants. Failure to include this information on Schedule 1 will result in the participation by the S/IVINVBE prime bidders own workforce NOT being counted towards meeting the -S/MA/VBE goal. This requirement applies even if the S/M/WBE bidder intends to perform 100% of the work with their own workforce S/MANBE subcontractorisubconsultant documentation. If applicable, shall be submitted as follows: Schedule I - List of Proposed Subcontractors I Subconsultants A completed Schedule 1 submitted by the prime shall list the names of all subcontractors/subconsultants intended to be used in performance of the contract, if awarded. The total proposed percentage of S/MANBE participation shall also be included on this form. This schedule shall also be used if an S/MNVBE Priine Contractor/consultant is performing all or any portion of the contract with their work force. Schedule 2 - Letter of Intent A completed Schedule 2 is a binding document between the Prime Contractor/consultant and a subcontractor/subconsultant (or any tier) and should be treated as such. The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2, both parties recognize this Schedule as a binding document, Each Schedule 2 shall be properly executed by the Prime Contractor/consultant and by the proposed subcontractor/subconsultant. If the Prime Contractor/consultant is an S/MNVBE, a Schedule 2 shall be submitted to document work to be performed by its workforce. All S/M[WBE(s) shall specify, in detail, the type of work they will perform along with the dollar amount they will be compensated and/or percentage of work they will perform. If any subcontractor/subconsultant intends to subcontract any portion of their work, they are required to list the dollar amount and the name of the subcontractor/subconsultant on this form. All named subcontractors/subconsultants on this form must also complete and submit a separate Schedule 2. The Prime may count toward its S/MAA/BE goal second and third tiered certified S/MANBE(s); provided that the Prime Contractor/consultant submits a completed Schedule 2 form for each S/MMBE. Page 5 A detailed quote or proposal may be attached with a signed Schedule 2. Failure to submit a properly executed Schedule I and Schedule 2 will result in no S/M/WBE consideration given. In the event of a conflict between Schedules 1 and 2 when calculating S11VINVBE participation, the information provided on Schedule 2 shall have precedence. In the event of mathematical error(s), the unit price, if available, shall prevail and the vendor's total offer shall be corrected accordingly. If the County's issuance of an alternate or change order on a project results in changes in the scope of work to be performed by a subcontractor/subconsultant listed at the time of bid submission, the Prime must submit a, completed and properly executed Schedule 2 that specifies the revised scope of work to be performed by the subcontractor/subconsultant, along with the price and /or percentage. Item 4 — S/MfWBE Certification Only those firms certified by Palm Beach County at the time of bid submission shall be counted toward the established S/MAIVBE goals. Upon receipt of a completed application, IT TAKES UP TO NINETY (90) BUSINESS DAYS TO BECOME CERTIFIED AS AN S/MIWBE WITH PALM BEACH COUNTY. It is the responsibility of the bidder to confirm the certification of any proposed S/IVIANBE; therefore, it is recommended that bidders visit the online Vendor Directory at www.pbcqov,org/oebo to verify S/MNVBE certification status. Firms must continue to recertify during the tire of the contract as the County may only count toward the established goal, work performed by an SIMIWBE during the time their certification dates are valid. Item 5 — Responsibilities After Contract Award Schedule 3 — Subcontractor Activity Form The Prime Contractor shall submit a completed Activity Report form (Schedule 3) with each invoice, or payment application when any subcontractor/subconsultant has provided services during the period in which the Prime is requesting payment. This form shall contain the names of all subcontractors/subconsultants, and specify the contracted dollar amount, approved change orders; revised contract amount; arnount drawn this period; amount drawn to date; and payments to date issued to all Subcontractors with their starting date. Schedule 4 — Payment Certification Form A fully executed Schedule 4 shall be submitted for each subcontractor/subconsultant after receipt of payment from the Prime Contractor/consultant. The Prime Contractor/consultant shall submit this form with each payment application or invoice submitted to the County when the County has paid the Prime Contractor/consultant on the previous payment application for services provided by a subcontractor/subconsultant. If any subcontractorlsubconsultant intends to disburse funds associated with this payment to another subcontractor/subconsultant for labor provided on the contract, the amount and name of the subcontractor/subconsultant shall be listed on this form. All named subcontractors/subconsultants on this form must also complete and submit a separate Schedule 4 after receipt of payment. If the Prime Contractor/consultant is a certified S/MNVBE, a Schedule 4 shall be submitted to reflect the amount of payment retained by the Prime Contractor/consultant for services performed by its own workforce. All bidders hereby agree and assure that they will meet the S/MNVBE participation percentages submitted in their respective bids with the SUbcontractors/subconsultants contained on Schedules 1 and 2 and at the dollar values specified. Respondents or bidders agree to provide any additional information requested by the County to substantiate participation. Upon letter notification by the County that the EBO payment portal/tracking system is available for use, the Bidder is required to input all subcontractor/SUbconsultant payment information directly into the EBO payment portal prior to submitting a payment application. Page 373 of 812 Item 6 — SIMIWIBE Substitutions After contract award, the Prime Contractor/consultant will only be permitted to substitute a certified S/MANBE that is unwilling or unable to perform. The Prime Contractor/consultant will only be permitted to modify the scope of work or price of an S/MAA/BE listed at bid opening or date/time for submission of the response to the solicitation as a result of the County's issuance of an amendment, alternate or change orders on a project. Substitutions shall be done with like certified S/MWBEs in order to maintain the participation percentages submitted with the bid or proposal. All requests for modifications or substitutions shall be submitted to the County and the Office of EBO on the EBO Request for S/M/WBE Substitution Modification Removal Form for review. Upon receiving an approval for substitution, the Prime Contractor/consultant shall submit a completed and signed Schedule 2 for the new S/M/WBE; the new S/MMBE shall specify the type of work to be performed, and the dollar amount and/or percentage shall also be specified upon receiving approval for modification or substitution, The Prime Contractor/consultant shall submit a new property executed Schedule 2 that specifies the revised scope of work to be performed by the S/MAIVBE, along with the revised dollar amount and/or percentage. A detailed quote or proposal may be attached with a properly executed Schedule 2. Item 7 — EBO Program Compliance - Penalties Under the EBO Ordinance, the OEBO is required to implement and monitor S/MANBE utilization during the term of any contract resulting from this solicitation. It is the County's policy that S/MANBEs shall have the maximum feasible opportunity to participate in the performance of County contracts. All Bidders are required to comply with the EBO Ordinance and shall be expected to comply with the API(s) applicable to this solicitation, as well as the S/MANBE utilization proposed by a Bidder in its Bid, which utilization plan forms a part of any resulting Contract. The Director of the OEBO or designee may require such reports, information, and documentation from the BidderNendor as are reasonably necessary to determine compliance with the EBO Ordinance requirements. Vendor shall correct all noncompliance issues within fifteen (15) calendar days of a written notice of noncompliance by the department procuring the goods or services or the OEBO. If the Bidder does not resolve the non-compliance within fifteen (15) days of receipt of written notice of non- compliance,, then upon recommendation of sanctions by the Director of EBO or designee in consultation with the County regarding the failure of a contractor, vendor, respondent or bidder or other business representative to comply with any portion of the EBO Ordinance, the Director of the EBO or designee (for purposes of imposing penalties, the Purchasing Director shall serve as the EBO designee) rnay impose any or all of the following penalties on the non -complying party any or all of the following penalties: a, Suspension of contract; b. Withholding of funds; c. Termination of contract based upon a material breach of contract pertaining to EBO Program compliance; d. Suspension or Debarment of a respondent or bidder, contractor or other business entity from eligibility for providing goods or services to the County for a period not to exceed three (3) years; and e. Liquidated damages equal to the difference in dollar value of S/M/WBE participation as committed to in the contract, and the dollar value of S/MANBE participation as actually achieved, if applicable. d. LOCAL PREFERENCE ORDINANCE: In accordance with the Palm Beach County Local Preference Ordinance, a preference may be given to (1) bidders having a pen-nanent place of business in Palm Beach County or (2) bidders having a permanent place of business in the Glades that are able to provide the goods or services within the Glades. 1. Glades Local Preference: Pursuant to the Palm Beach County Local Preference Ordinance, a 5% Glades Local Preference is given when a Glades business offers to provide the goods or services that will be procured for use in the Glades. If the lowest responsive, responsible bidder is a non- 0M. Glades business, all bids received from responsive, responsible Glades businesses will be decreased by 5%. The original bid amount is not changed. The 5% decrease given for the Glades Local Preference is calculated only for the purpose of determining local preference. 2. Local Preference: Pursuant to the Palm Beach County Local Preference Ordinance, a 5% Local Preference is given to bidders having a permanent place of business in Palm Beach County. If the lowest responsive, responsible bidder is a non - local business; all bids received from responsive, responsible local businesses will be decreased by 5%. The original bid amount is not changed. The 5% decrease given for the Local Preference is calculated only for the purpose of determining local preference, 3. To receive a Glades Local Preference or a Local Preference (collectively referred to as "local preference"), a bidder must have a permanent place of business in existence g[ig[ to the County's issuance of this Notice of Solicitation / Invitation for Bid. A permanent place of business means that the bidder's headquarters is located in Palm Beach County or in the Glades, as applicable; or, the bidder has a permanent office or other site in Palm Beach County or in the Glades, as applicable, where the bidder will produce a substantial portion of the goods or services to be purchased. 4. A valid Business Tax Receipt issued by the Palm Beach County Tax Collector is required, unless the bidder is exempt from the business tax receipt requirement by law, and will be used to verify that the bidder had a permanent place of business prior to the issuance of this Notice of Solicitation / Invitation for Bid. In addition, the attached "Certification of Business Location" and Business Tax Receipt must accompany the bid at the time of bid submission. The Palm Beach County Business Tax Receipt and this Certification are the sole determinant of local preference eligibility, Errors in the completion of this Certification or failure to submit this completed Certification will cause the bidder / proposer to not receive a local preference, e. DRUG FREE WORKPLACE CERTIFICATION: In compliance with Florida Statute (Section 287.087) attached form "Drug -Free Workplace Certification" should be fully executed and submitted with bid response in order to be considered for a preference whenever two (2) or more bids which are equal with respect to price, quality, and service are received by Palm Beach County. f. CONDITIONED OFFERS: Bidders are cautioned that any condition, qualification, provision, or comment in their bid, or in other correspondence transmitted with their bid, which in any way modifies, takes exception to, or is inconsistent with the specifications, requirements, or any of the terms, conditions, or provisions of this solicitation, is sufficient cause for the rejection of their bid as non-responsive. g. PRICING: 1. Prices offered must be the price for new merchandise and free from defect. Unless specifically requested in the bid specifications, any bids containing modifying or escalation clauses shall be rejected. 2. The price offered must be in accordance with the unit of measure provided on the response page(s). One (1) space or line requires only one (1) single, fixed unit price. Anything other than a single, fixed unit price shall result in the rejection of your bid. 3. All unit prices bid should be within two (2) decimal points. If bidders pricing exceeds two (2) decimal points, Purchasing reserves the right to round up or down accordingly. 4. Bidder warrants by virtue of bidding that prices shall remain firm for a period of ninety (90) days from the date of bid submission to allow for evaluation and award. 5. Bidder warrants by virtue of bidding that prices shall remain firm for the initial and any subsequent term. 6. In the event of mathematical error(s), the unit price shall prevail and the bidder's total offer shall be corrected accordingly, BIDS HAVING ERASURES OR CORRECTIONS MUST BE INITIALED BY THE BIDDER PRIOR TO BID SUBMISSION; HOWEVER, IF THE CORRECTION IS NOT PROPERLY INITIALED, BUT THE INTENT OR LEGIBILITY OF THE CORRECTION IS CLEAR, THE BID SHALL NOT BE REJECTED. Page 374 of 812 Bidders may offer a cash discount for prompt payment. However, such discounts shall not be considered in determining the lowest net cost for bid evaluation purposes unless otherwise specified in the special conditions, Bidders should reflect any discounts to be considered in the unit prices bid. SUBMITTING NO BID or NO CHARGE: Bidders not wishing to bid on some items sought by this solicitation should mark those items as "no bid". If some items are to be offered at no charge, bidders should mark those items as "no charge". Items left blank shall be considered a "no bid" for that item, and the bid shall be evaluated accordingly. ACCEPTANCE / REJECTION OF BIDS: Palm Beach County reserves the right to accept or to reject any or all bids. Palm Beach County also reserves the right to (1) waive any non -substantive irregularities and technicalities; (2) reject the bid of any bidder who has previously failed in the proper performance of a contract of a similar nature, who has been suspended or debarred by another governmental entity, or who is not in a position to perform properly under this award; and (3) inspect all facilities of bidders in order to make a determination as to its ability to perform, Palm Beach County reserves the right to reject any offer or bid if the prices for any line items or subline items are materially unbalanced. An offer is materially unbalanced if it is mathematically unbalanced, and if there is reason to believe that the offer would not result in the lowest overall cost to the County, even though it the lowest evaluated offer. An offer is mathematically unbalanced if it is based on prices which are significantly less than fair market price for some bid line item and significantly greater than fair market price for other bid line items. Fair market price shall be determined based on industry standards, comparable bids or offers, existing contracts, or other means of establishing a range Of Current prices for which the line items may be obtained in the market place. The determination of whether a particular offer or bid is materially unbalanced shall be made in writing by the Purchasing Director, citing the basis for the determination. j. NON-EXCLUSIVE: The County reserves the right to acquire some or all of these goods and services through a State of Florida contract under the provisions of Section 287.042, Florida Statutes, provided the State of Florida contract offers a lower price for the same goods and services, This reservation applies both to the initial award of this solicitation and to acquisition after a term contract may be awarded. Additionally, Palm Beach County reserves the right to award other contracts for goods and services falling within the scope of this solicitation and resultant contract when the specifications differ from this solicitation or resultant contract, or for goods and services specified in this solicitation when the scope substantially differs from this solicitation or resultant contract. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES: Palm Beach County encourages and agrees to the successful bidder extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at m. SALES PROMOTIONS/ PRICE REDUCTIONS /MOST FAVORED CUSTOMER: Should sales promotions occur during the term of the contract that lower the price of the procured item, the successful bidder shall extend to the County the lower price offered by the manufacturer on any such promotional item. Further, any price decreases effectuated during the contract period by reason of market change or otherwise, shall be passed on to Palm Beach County. Additionally, any time after award, the successful bidder may offer a reduced price which shall remain in effect for the duration of the contract, The successful bidder warrants that the price(s) shall not exceed the successful bidder's price(s) extended to its most favored customer for the same or similar goods or services in similar quantities, or the current market price, whichever is lower. In the event the successful bidder offers more favorable pricing to one of its customer(s), the successful bidder shall extend to the County the same pricing or the then current market price, whichever is lower. BIDDER'S COMMERCIAL NON-DISCRIMINATION CERTIFICATION: In accordance with Palm Beach County Code Section 2-80.24, the undersigned bidder hereby certifies and agrees that the following information is correct: In preparing its response to this solicitation, the Bidder has considered all proposals submitted from qualified, potential subcontractors and suppliers, and has not engaged in "discrimination" as defined in the County's Commercial Nondiscrimination Policy as set forth in Resolution 2017-1770 as amended, to wit: discrimination in the solicitation, selection or commercial treatment of any Subcontractor, vendor, supplier or commercial customer on the basis of race, color, national origin, religion, ancestry, sex, age, marital status, familial status, sexual orientation, gender identity or expression, disability, or genetic information, or on the basis of any otherwise unlawful use of characteristics regarding the vendor's, supplier's or commercial customer's employees or owners; provided that nothing in this policy shall be construed to prohibit or limit otherwise lawful efforts to remedy the effects of discrimination that have occurred or are Occurring in the County's relevant marketplace of Palm Beach County, Without limiting the foregoing, "discrimination" also includes retaliating against any person or other entity for reporting any incident of "discrimination." Without limiting any other provision of the solicitation, it is understood and agreed that, if this certification is false, such false certification will constitute grounds for the County to reject the bid submitted by the bidder for this Solicitation, and to terminate any contract awarded based on the response, At the time of bid submission, the bidder shall provide to the County a list of all instances within the immediate past four (4) years where there has been a final adjudicated determination in a legal or administrative proceeding in the State of Florida that the bidder discriminated against its subcontractors, vendors, suppliers or commercial customers, and a description of the status or resolution of that complaint, including any remedial action taken. Bidder shall indicate its agreement to the foregoing by signing the Response page. Bidder's failure to meet these requirements shall render its bid response non-responsive, the discretion of the successful bidder. 4. BID SUBMISSION TIME/ AWARD OF BID PERFORMANCE DURING EMERGENCY: By submitting a bid, a. OBSERVING THE PUBLISHED BID SUBMISSION TIME: The bidder agrees and promises that, immediately preceding, during published bid submission time shall be scrupulously observed. It and after a public emergency, disaster, hurricane, flood, or act of isthe sole responsibility of the bidder to ensure that their bid arrives God, Palm Beach County shall be given "first priority" for all goods in the Purchasing Department prior to the published bid submission and services under the contract. Bidder agrees to provide all goods time. Any bid delivered after the precise published time of bid and services to Palm Beach County immediately preceding, during submission shall not be considered. Bid responses by telephone, and after a public emergency, disaster, hurricane, flood, or act of electronics, or facsimile shall not be accepted. Bidders shall not be God, at the terms, conditions, and prices as provided in this allowed to modify their bids after the published bid submission time. solicitation on a "first priority" basis. Bidder shall furnish a 24-hour phone number to the County. Failure to provide the goods or b. POSTING OF AWARD RECOMMENDATION: Recommended services to the County on a first priority basis immediately awards shall be publicly posted for review, at the Purchasing preceding, during and after a public emergency, disaster, Department and on the Purchasing Department website at hurricane, flood, or act of God, shall constitute breach of contract WWW.Dbcaov.ora/purchasing prior to final approval, and shall and subject the bidder to sanctions from doing further business with remain posted for a period of five (5) business days. The official the County. posting on the Purchasing Department website shall prevail if a discrepancy exists between the referenced listings. Page 375 of 812 c. PROTEST PROCEDURE: Protest procedures are provided in the Palm Beach County Purchasing Code. Protests must be submitted in writing, addressed to the Director of Purchasing, via hand delivery, mail or fax to (561) 242-6705. Protest must identify the solicitation, specify the basis for the protest, and be received by the Purchasing Department within five (5) business days of the posting date of the recommended award. The protest is considered filed when it is received by the Purchasing Department. Failure to file a protest as outlined in the Palm Beach County Purchasing Code shall constitute a waiver of proceedings under the referenced County Code. 5. CONTRACT ADMINISTRATION a. DELIVERY AND ACCEPTANCE: Deliveries of all items shall be rnade as soon as possible. Deliveries resulting from this bid are to be made during the normal working hours of the County. Time is of the essence and delivery dates must be met, Should the successful bidder fail to deliver on or before the stated dates, the County reserves the right to CANCEL the order or contract and make the purchase elsewhere. The Successful bidder shall be responsible for making any and all claims against carriers for missing or damaged items. Delivered items shall not be considered "accepted" until an authorized agent for Palm Beach County has, by inspection or test of such items, determined that they appear to fully comply with Specifications. The Board may return, at the expense of the successful bidder and for full credit, any item(s) received which fail to meet the County's specifications or performance standards, FEDERAL AND STATE TAX: Palm Beach County is exempt from Federal and State taxes. The authorized agent for Purchasing shall provide an exemption certificate to the Successful bidder, upon request. Successful bidders are not exempted from paying sales tax to their suppliers for materials to fulfill contractual obligations with the County, nor are successful bidders authorized to use the County's Tax Exemption Number in securing such materials. Any sales tax paid by successful bidders to their suppliers for materials to fulfill contractual obligations with the County are not reimbursable by the County to the successful bidder. C. PAYMENT: In order for Palm Beach County to make payment, the Vendor's Legal Name; Vendor's Address; and Vendor's TIN/FEIN Number on the successful bidders bid; must be exactly the same as it appears on the invoice and in Palm Beach County's VSS system which can be accessed at https:flpbcvss p.co. palm- beach.fl.ustwebapplvsspiAltSelfService. Successful bidders shall send ALL ORIGINAL invoices to the following address and may send copies of invoices to the Palm Beach County Department requesting the goods/ services. Invoices submitted on carbon paper shall not be accepted. PALM BEACH COUNTY FINANCE DEPT. P.O. BOX 4036 WEST PALM BEACH, FL 33402-4036 Payment shall be made by the County after goods / services have been received, accepted and properly invoiced as indicated in the contract and / or order. Invoices must bear the order number. The Florida Prompt Payment Act is applicable to this solicitation. Interest penalties will only be paid in accordance with the Florida Prompt Payment Act, Florida Statute 218.70. 6. Note: Palm Beach County Vendors can now be paid by Credit Card via the County's voluntary Payment Manager Program. For vendors who don't have a merchant account, one is needed to utilize the Program. For vendors with a merchant account, you will need to enroll with the Palm Beach County Clerk 7. & Comptroller's Office, For information, contact the Palm Beach County Clerk & Comptroller at pbcogyrnentrrigr@rn palmbeachclerk.com. d. CHANGES: The Director of Purchasing, Palm Beach County, by written notification to the successful bidder may make minor changes to the contract terms. Minor changes are defined as modifications which do not significantly alter the scope, nature, or price of the specified goods or services. Typical minor changes include, but are not limited to, place of delivery, method of shipment, minor revisions to customized work specifications, and administration of the contract. The successful bidder shall not amend any provision of the contract without written notification to the Director of Purchasing, and written acceptance from the Director of Purchasing or the Board. e. DEFAULT: The County may, by written notice of default to the successful bidder, terminate the contract in whole or in part if the successful bidder fails to satisfactorily perform any provisions of this solicitation or resultant contract, or fails to make progress so as to endanger performance under the terms and conditions of this solicitation or resultant contract, or provides repeated non- performance, or does not remedy such failure within a period of 10 days (or such period as the Director of Purchasing may authorize in writing) after receipt of notice from the Director of Purchasing specifying such failure. In the event the County terminates the contract in whole or in part because of default of the successful bidder, the County may procure goods and / or services similar to those terminated, and the successful bidder shall be liable for any excess costs incurred due to this action. If it is determined that the successful bidder was not in default or that the default was excusable (e.g,, failure due to causes beyond the control of, or without the fault or negligence of, the successful bidder), the rights and obligations of the parties shall be those provided in Section 5f, "Termination for Convenience", TERMINATION FOR CONVENIENCE: The Directorof Purchasing may, whenever the interests of the County so require, terminate the contract, in whole or in part, for the convenience of the County. The Director of Purchasing shall give five (5) days prior written notice of termination to the successful bidder, specifying the portions of the contract to be terminated and when the termination is to become effective. If only portions of the contract are terminated, the successful bidder has the right to withdraw, without adverse action, from the entire contract. Unless directed differently in the notice of termination, the successful bidder shall incur no further obligations in connection with the terminated work, and shall stop work to the extent specified and on the date given in the notice of termination. Additionally, unless directed differently, the successful bidder shall terminate outstanding orders and / or subcontracts related to the terminated work. g. REMEDIES: No remedy herein conferred upon any party is intended to be exclusive of any other remedy, and each and every such remedy shall be cumulative and shall be in addition to every other remedy given hereunder now or hereafter existing at law, or in equity, by statute or otherwise. No single or partial exercise by any party of any right, power, or remedy hereunder shall preclude any other or further exercise thereof. PALM BEACH COUNTY OFFICE OF THE INSPECTOR GENERAL AUDIT REQUIREMENTS: Pursuant to Palm Beach County Code, Section 2-421 — 2-440, as amended, Palm Beach County's Office of Inspector General is authorized to review past, present and proposed County contracts, transactions, accounts, and records. The Inspector General's authority includes, but is not limited to, the power to audit, investigate, monitor, and inspect the activities of entities contracting with the County, or anyone acting on their behalf, in order to ensure compliance with contract requirements and to detect corruption and fraud. Failure to cooperate with the Inspector General or interfering with or impeding any investigation shall be a violation of Palm Beach County Code, Section 2-421-- 2-440, and punished pursuant to Section 125.69, Florida Statutes, in the same manner as a second degree misdemeanor. BUSINESS INFORMATION: If bidder is a Joint Venture for the goods / services described herein, bidder shall, upon request of Palm Beach County, provide a copy of the Joint Venture Agreement signed by all parties, Page 376 of 812 8. E -VERIFY — EMPLOYMENT ELIGIBILITY: Bidder warrants and represents that it is in compliance with section 448.095, Florida Statutes, as may be amended, and that it: (1) is registered with the E -Verify System (E-Verify.gov), and uses the E -Verify System to electronically verify the employment eligibility of all newly hired workers; and (2) has verified that all of bidder's subconsultants performing the duties and obligations of the contract are registered with the E -Verify System, and use the E -Verify System to electronically verify the employment eligibility of all newly hired workers. Bidder shall obtain from each of its subconsultants an affidavit stating that the subconsultant does not employ, contract with, or subcontract with an Unauthorized Alien, as that term is defined in section 448.095(1)(k), Florida Statutes, as may be amended. Bidder shall maintain a copy of any such affidavit from a subconsultant for, at a minimum, the duration of the subcontract and any extension thereof, This provision shall not supersede any provision of the contract which requires a longer retention period. County shall terminate the contract if it has a good faith belief that bidder has knowingly violated Section 448.09(1), Florida Statutes, as may be amended. If County has a good faith belief that bidder's subconsultant has knowingly violated section 448,09(1), Florida Statutes, as may be amended, County shall notify bidder to terminate its contract with the subconsultant and bidder shall immediately terminate its contract with the subconsultant. If County terminates the contract pursuant to the above, bidder shall be barred from being awarded a future contract by County for a period of one (1) year from the date on which the contract was terminated. In the event of such contract termination, bidder shall also be liable for any additional costs incurred by County as a result of the termination. THIS IS THE END OF "GENERAL CONDITIONS" MM Page 377 of 812 SPECIAL CONDITIONS |FI3 SODIUM CHLORIDE, SOLAR SALT QUALITY, PURCHASE AND DELIVERY OF, TERM CONTRACT (RE -BID) 9. GENERAL / SPECIAL CONDITION PRECEDENCE In the event ofconflict between 0oneny| Conditions and Special CondiUons, the provisions ofthe Spoo|e| Conditions ahoU have 10\ QUALIFICATION OFBIDDERS This bid shall beawarded only hoaresponsive and responsible bidder, qualified toprovide the goods and/or service specified. The bidder nhaU, upon request, promptly furnish the County sufficient evidence in order to confirm a satisfactory performance record. Such information may include an adequate financial statement of resources, the ability to comply with required or proposed delivery or performance schedule, a satisfactory record of integrity and business ethics, the necessary organization, experience, accounting and operation controls, and technical skills, and be otherwise qualified and eligible to receive an award under applicable laws and regulations. The bidder should submit the following information with their bid response; however, if not included, it shall be the responsibility of the bidder to submit all evidence, as solicited, within a time frame specified by the County (normally within two (2) working days of request). Failure of a bidder to provide the required information within the specified time frame is considered sufficient cause for rejection oftheir bid. Information submitted with a previous bid shall not satisfy this provision. a. List a minimum of three (3 references in which similar goods and/or services have been provided within the past three (3) years including scope of work, contact names, addresses, e-mail addresses, telephone numbers and dates of service on the attached ndorenom sheet included herein. /\ contact person shall be someone who has personal knowledge of the bidder's performance for the specific requirement listed. Contact person must have been informed that they are being used as areference and that the County may becalling them. DOLNOT list persons who are unable tuanswer specific questions regarding the requirement. 11.CRIMINAL HISTORY RECORDS CHECK This solicitation includes sites and/or bui|dingo, which have been designated emeither "critical haoUUes^or "criminal justice information facilities" pursuant to Palm Beach County Code Section 2'371 through 2-377. the Palm Beach County Criminal History Records Check Ordinance ("Ordinance"), and Resolution R'2003-1274. as amended. County staff representing the User County Department will contact the successful bidder and provide specific instructions for meeting the requirements of this Ordinance. This provision applies to and must be adhered to by all vendors, contractors, and subcontractors of contractors, including repair persons and delivery persons, who are unescorted when entering critical facilities or criminal justice information facilities. Individuals passing the background check will beissued mbadge. Successful bidder shall make every effort hocollect the badges of its employees and its subcontractors' employees upon conclusion of the oon(rmo( work and return them to the County. If the successful bidder or its subcontractor terminates an employee who has been issued a badge, the successful bidder must notify the County within two (2) hours. At the time of termination, the successful bidder shall retrieve the badge and return it to the County in otimely manner. The County reserves the right to suspend any Vendor that; 1) does not comply with the requirements of County Code Section 2'371through 2-377as amended; 2) does not contact the County regarding a terminated successful bidder employee or subcontractor employee within the stated time; or 3) fml|e to make a good faith effort in attempting to comply with the badge retrieval policy. 12. AWARD (ALL -OR -NONE) Palm Beach County shall award this bid tothe lowest, responsive, responsible bidder nnanaU-opnone.total offer basis, subject tu the S/MNVBE provisions and Local Preference provisions specified herein, as applicable. Page 378 of 812 13. PRIMARY AND SECONDARY DESIGNATION Palm Beach County reserves the right tomake multiple awards for this solicitation, In the event that this right isexercised, the lowest responsive, responsible bidder shall badesignated primary awondee and the next lowest responsive, responsible bidder shall be designated mecondarya*mrdeo. Determination of lowest, vmsponaivn, responsible bidder is subject to the S/M&VBE and Local Preference provisions specified herein, as applicable. The primaryammndee shall be given the first opportunity to perform. The secondary awardee shall be contacted 2njy after the primary awardee has refused to perform. The primary awandeeioexpected to perform all work offered to them, unless they are unable to pedbnn it for lack of resources or technical ability. Additiona||y, if during the term of the contract the primary awanjee is found in default of the contract; does not agree to renew the contract; or unilaterally terminates the contract, the righis, duties, and obligations of the primary avvardee shall be offered to the secondary awmndoaand awarded upon mutual agreement. 14. METHOD OF ORDERING (TERM CONTRACT) Acontract shall boissued for oterm nftwelve (12) months or until the estimated amount is expended, at the discretion of the County, The County will order onanamneeded basis. 15. ADDITION / DELETION OF DELIVERY LOCATIONS Palm Beach County reserves the right to add or delete delivery locations, including locations within the Glades, during the term of the contract at its sole discretion. Additional locations shall be based on price porton offered on the Bid Response page(s). Additional sites may hesubject 10renewal options. 16. F.O.B. POINT The F.O.B.point shall bedestination. Exact delivery point will be indicated on the term contract delivery order (DO). Bid responses showing other than F.O.B.destination shall berejected. Bidder retains title and assumes all transportation charges, freight, shipping, naaponuibi|ih/, liability and risk in tnunn|t, and shall be responsible for the filing ofclaims for loss or damages. Unless specified otherwise in this solicitation, delivery may be to any location within Palm Beach County, including locations within the Glades Area. 17. DELIVERY Delivery shall berequired within three (3) calendar days after receipt of purchase order or term contract delivery order (DO) unless a modified delivery date has been requested by the successful bidder and approved in writing by the Purchasing Director or his/her designee. Failure of the successful bidder to perform to the delivery requirement is sufficient cause for default and termination of the contract. 18. AS SPECIFIED A term contract delivery order (D[)) will be issued to the successful bidder with the understanding that all items delivered and/or services rendered must meet the specifications herein. Palm Beach County will retmrn, at the expense of the successful bidder. items not delivered aaspecified. At the option of Palm Beach County, item(s) from any delivery may be submitted to an independent testing laboratory to determine conformity torespective specifications. Successful bidder shall assume full responsibility for payment of any and all charges for testing and analysis of any product offered or delivered that does not conform to the minimum required specifications. 19. QUANTITY The quantities shown are estimated. Palm Beach County reserves the right to increase or decrease the total quantities as necessary to meet actual requirements. Unless stipulated nthonmine. Palm Beach County will accept NO minimum order requirements. Additionally, bidders are cautioned to bid in accordance with the unit specified on the response page. 20. RENEWAL OPTION The successful bidder shall boawarded acontract for twelve (`12 months with the option 1nrenew for four (4 additional twelve (12) month period(s). The option for renewal shall only be exercised upon mutual written agreement and with all original terms, conditions and unit prices adhered to with no deviations. The unit prices bid shall apply for the initial term and each renewal period. Any renewal shall be subject to the appropriation of funds by the Board of County Commissioners. A renewal shall be revoked if the successful bidder iasuspended bythe Purchasing Department prior tothe commencement ofthe renewal period, Page 379 of 812 21.INSURANCE REQUIRED It shall be the responsibility of the successful bidder to provide evidence of the following minimum amounts of insurance coverage to Palm Beach County. c/o Purchasing Departmend, 60 South Military Trail, Suite 110. West Palm Bomch, FL 33415, un|maa otherwise directed by the County. Subsequently, the oucueeahu| bidder ahaU, during the term of the uontoant, and prior to each renewal thereof, provide evidence of insurability to Palm Beach County Purchasing department, prior to the expiration date of each and every insurance required herein. Commercial General Liability Insurance. Successful bidder shall maintain Commercial {3eneno| Liability Insurance, or similar h»rm, at a limit ofliability not less than $500.000 Each Occurrence for Bodily Injury, Personal Injury and Property Damage Liability. Coverage shall include Premises and/or Operations, Independent Contractors, Products and/or Completed Operations, Personal Injury/Advertising Liability, Contractual Liability and Broad Form Property Damage coverages, Coverage for the hazards of explosion, collapse and underground property damage (X -C -U) must also be included when applicable to the work to be performed, This coverage shall be endorsed to include Palm Beach County as an Additional Insured. Business Auto Liability Insurance. Successful bidder shall maintain Business Auto Liability Insurance ata limit ofliability not less than $500,000 Combined Single Limit Each Accident for all owned, non -owned, and hired automobiles. (In this context, the term "Autos" is interpreted to mean any land motor vehicle, trailer or semi trailer designed for travel on public roads.) In the event successful bidder neither owns nor leases automobiles, the Business Auto Liability requirement shall be amended allowing auoceoohu| bidder to maintain only Hired & Non -Owned auto Liability and shall provide either un affidavit ora letter on company letterhead signed by the bidder indicating either the bidder does not own any vehicles, and if vehicles are acquired throughout the term of the contract, bidder agrees to purchase "Owned Auto" coverage as of the date of acquisition. This amended requirement may be satisfied by way of endorsement to the Commercial General Liability, or separate Business Auto coverage form. Workers' Compensation and Employer's Liability Insurance. Successful bidder shall maintain Workers' Compensation & Employer's Liability Insurance in accordance with Florida Statute Chapter 440. A signed Certificate or Certificates of Insurance, evidencing that required insurance coverages have been procured bythe successful bidder in the types and amounts required hereunder shall be transmitted to the County via the Insurance Company/Agent within u time frame specified by the County (normally within 2 working days of request). Failure tmprovide required insurance shall render your bid non responsive. Except as to Business Auto, Workers' Compensation and Employer's Liability (and Professional liability, when applicable), said Certificate(s) shall clearly confirm that coverage required by the contract has been endorsed to include Palm Beach County as an Additional Insured. Said Certificate(s) of Insurance ehmU, to the extent allowable by the insurer, include e minimum thirty (30) day endeavor to notify due to cancellation (10 days for nonpayment of premium) or non -renewal of coverage. The Certificate Holder shall read: Palm Beach County Board of County Commissioners c/o Purchasing Department, 50South Military Trail, Suite 110,West Palm Beach, FL 33415. It is the responsibility of the successful bidder to ensure that all required insurance coverages are maintained in force throughout the term of the contract. Failure to maintain the required insurance shall be considered default of contract. All insurance must be acceptable to and approved by County as to form, types of coverage and acceptability of the insurers providing coverage. Bidder shall agree that all insurance coverage required herein shall be provided by Bidder to County on a primary basis Page 380 of 812 Page 13 SPECIFICATIONS VFB#22-0%9ORIYMB SODIUM CHLORIDE, SOLAR SALT QUALITY, PURCHASE AND DELIVERY OF, TERM CONTRACT (RE -BID) PURPOSE AND INTENT The sole purpose and intent of this Invitation for BN (|FB) is to msoune finn. fixed pricing and establish a h*nn contract for the purchase and delivery of Sodium Chloride, Solar Salt quality or greater, at various locations throughout Palm Beach County. GENERAL All bulk shipments shall be accompanied by certified weight tickets. Delivery shall be made using pneumatic tanker trucks only and shall be bulk delivered. COUNTY'S RESPONSIBILITIES The County shall: 1. Order onanaoneeded basis. 2. Provide access tohnaUon(u)where the product will bedelivered. 3. NOT accept any minimum order requirements. SUCCESSFUL BIDDER'S RESPONSIBILITIES The successful bidder shall: 1. Adhere toall terms, conditions, requirements and specifications ofthe contract. 2. Include delivery/fuel charges |ntheir unit pricing. 3. Remove material from the County property that does not meet the naqui/nmom1a of the ANS|/AVVVVA B200 |a8ymt revision Standards, oinoadditional cost 10the County. 4. Upon vequoat, provide an affidavit to the County to affirm that the Sodium Chloride furnished complies with all applicable requirements mfthe ANS|A\VVVVAB2OOlatest revision standards. 5. Ensure equipment has 4"aluminum cam -lock for connection. G Deliver infull truckloads onanauneeded basis. TECHNICAL REQUIREMENTS The sodium chloride (NaCl), granular, shall be solar salt quality nrgreater, containing no organic binders, flow control agents, or resin cleaning materials, and meeting or exceeding the following specifications (as ppm [mg/kg] weight). Wet basis 93.3% minimum Calcium sulfate 0.30%­­­-_­m`xximum Magnesium chloride 0.06% maximum Calcium chloride 0.10% maximum Insoluble 0.1% maxim -u Moisture 3.0% maximum Iron (as Fe) 0,002% maximum Total impurities (soluble & insoluble) 2.0 % maximum 2. Product shall boasper ANS|/AVVVVAB2OOlatest revision standards, Section 5.VERIFICATION. 3. Product shall bohomogeneous and inmcrystalline granular form. 4. Product shall be white in color. Page 381 of 812 Water Treatment Plant #2 2956 Pinehurst Drive, West Palm Beach, FL 33467 5,400 Tons Patti Brock (561) 493-6360 Water Treatment Plant 48 1500 Jog Road, West Palm Beach, IFIL 33417 2,700 Tons Tim McAleer (561) 493-6180 Palm Beach County reserves the right to add and/or delete locations including locations within the Glades Area, during the term of the contract cdnVadditional cost tothe County. COUNTY ACCEPTANCE Delivered products shall not be considered ouomphsd until on authorized agent for the County has, by inspection or test of such i1ams, determined that they appear tu fully comply with specifications. All paokm0em, boxes, omrtonn/oauao, and items contained therein shall be free of contaminants, and damage of any kind. The County may return, at the expense of the successful bidder and for full refund, any item(s) received which fail to meet the County's specifications or performance standards. PAYMENT Payment will be based on the price offered on the Bid Response page. Unit price offered per ton shall include all delivery and unloading charges. Payment shall be rendered ONLY upon the County's satisfaction and acceptance ofi(em(s)delivered. phom ohmU include, but is not limited to, all supervision, |obor, equipment, materio|u, too|m, manhinery, transportation and other facilities and services necessary bmfully provide the item(e)mmspecified above. Page 382 of 812 March 6, 2023 To Whom It May Concern Re: Term Contract #22090R 12/11/2022 through 12/10/2023 Palm Beach County has entered into a term contract with Morton Salt for Sodium Chloride, Solar Salt. This letter serves as permission for Boynton Beach to "piggyback" onto our agreement with Palm Beach County and all the conditions within the contract. Price per ton is $171.31 to the end of the contract between Morton Salt and Palm Beach County. Regards, Christi Richardson Inside Sales Morton Salt, Inc 444 West Lake Street, Suite 3000 TEL 312.807.2000 MORTON SALT, INC. Chicago, IL 60606 WEB mortonsalt.com Page 383 of 812 7.E. Consent Bids and Purchases Over $100,000 3/21/2023 Requested Action by Commission: Approve the one-year extension for RFPs/Bids and/ or piggy -backs for the procurement of services and/or commodities over $100,000 as described in the written report for March 21, 2023 - "Request for Extensions and/or Piggybacks." Explanation of Request: As required, the Finance/Procurement Department submits requests for award to the Commission; requests for approval to enter into contracts and agreements as the result of formal solicitations; and to piggy -back governmental contracts. Options to extend or renew are noted in the "Agenda Request Item" presented to Commission as part of the initial approval process. Procurement seeks to provide an accurate and efficient method to keep the Commission informed of pending renewals and the anticipated expenditure by reducing the paperwork of processing each renewal and/or extension individually and summarizing the information in a monthly report (as required). VENDOR(S) DESCRIPTION OF SOLICITATION Clean Janitorial Services for City Space, Inc. Municipal Buildings and Facilities (REBID) GT Supplies, Front Load Containers and Inc. Roll -Off Repairs Brenntag Annual Supply of Sodium Mid -South, Hydroxide (Liquid Caustic nc. Soda) SOLICITATION RENEWAL NUMBER TERM COBB Bid No. March 1, 2023 010-2511-19/IT - February 28, 2024 COBB Bid No 027-2515- 19/MFD COBB Bid NO. 0152821-19/IT May 8, 2023 - May 7, 2024 March 20, 2023 - March 19, 2024 AMOUNT Annual Estimated Expenditure which includes the 8% rate increase $398,850 Annual Estimated Expenditure $250,000 Annual Estimated Expenditure $378,000 How will this affect city programs or services? This renewal report will be used for those solicitations, contracts/agreements and piggy -backs that are renewed/extended with the same terms and conditions and pricing as the initial award. Fiscal Impact: Funds have been budgeted under line items as noted on the attached report. Alternatives: Not approve renewals and require new solicitations to be issued. Strategic Plan: Strategic Plan Application: Page 384 of 812 Climate Action Application: Is this a grant? Grant Amount: Attachments: Type D Attac1unent D Attachnient DMtadhirneirfl. D A ftac h ITIE'11- n I D Aftadl-nrnc.,..int D Aftactirneint D Altachirneint D AftadhirnE..,rnt Description Bid Extensions and Pik gy Ba(.:;ks OvEir, $100,000 FReine,vw.,-fl II M eirest I efteir GT Supplies, II inc 2023 2024 Reinewil II interest I eftw Clean SIpace, Ilinc 2023 2024 (...1eain Space lin( . .. ... FRante lincir(.ias(..:., IBanncku p 1.)ocuirneintation 20. 3 2024 (:'.1e an 13pace IIinc Ne:e IFRate s 2023 2024 Renewal II inteir r est I efte Irr Bireinintag Mid Smilth, I inc 2023 2024 Bireinintag Mid Sout[i,, IIinc Flirice IIincir(,,,ase lFle it I )iry Tbin Iikequest Breinintag Mid Soud, IInc. Pirice IIincirease IFler �Diry 'R)irn Backup Docuimeintd.Jon Page 385 of 812 RE CITY OF BOYNTON BEACH REQUESTS FOR BID EXTENSIONS AND PIGGY -BACKS OVER $100,000 March 21, 2023 REQUESTING DEPARTMENT: PUBLIC WORKS - SOLID WASTE DEPARTMENT CONTACT: PAUL IAIA TERM: May 8, 2023, to May 7, 2024 SOURCE FOR PURCHASE: City of Boynton Beach Bid 027-2515-19IMFD ACCOUNT NUMBER: 431-2515-534.46-93 VENDOR(S): GT Supplies, Inc. ANNUAL ESTIMATE: $250,000 DESCRIPTION: On May 7, 2019, Commission awarded Bid No. 027-2515-19/MFD Front Load Containers and Roll -Off Repairs to GT Supplies, Inc. The vendor provides repairs to the City's containers on an "as -needed" basis. The initial bid agreement was for two (2) years with the option to renew for three (3) additional one-year renewals subject to vendor acceptance, satisfactory performance, and determination that the renewal is in the best interest of the City. The vendor has agreed to renew for a one-year term. Staff requests the approval of the 3rd renewal option from May 8, 2023, to May 7, 2024. REQUESTING DEPARTMENT: PUBLIC WORKS - FACILITIES DEPARTMENT CONTACT. MELVIN STINSON TERM: March 1, 2023, to February 28, 2024 SOURCE FOR PURCHASE: City of Boynton Beach Bid 010-2511-1911T FACILITIES DEPARTMENT ACCOUNT NUMBER(s): 001-2511-519-34-10; $373,000 001-2612-571-34-10 $7,000 UTILITIES DEPARTMENT ACCOUNT NUMBER(s): 401-2805-536.49-17 $1,300 401-2811-536.49-17 $7,150 401-2821-536.49-17 $10,400 VENDOR(S): CLEAN SPACE, INC. ANNUAL ESTIMATE: $398,850 DESCRIPTION: On January 14, 2019, Commission approved the award of Janitorial Services Citywide — City Municipal Buildings and Facilities to Clean Space, Inc. formerly known as Kelly Janitorial Systems, Inc. The Agreement was for an initial two (2) year period with the option to renew for three (3) one-year term. The vendor has agreed to renew the agreement for the 3RD one-year term with an increase of 8% in rates. Staff recommends renewing the Agreement and approval of the increase to the new rate proposal. REQUESTING DEPARTMENT: Utilities DEPARTMENT CONTACT: Bryan Heller, Manager Water Quality & Treatment TERM: March 20, 2023, to March 19, 2024 SOURCE FOR PURCHASE: City of Boynton Beach Bid No. 015-2821-19/IT— Annual Supply of Sodium Hydroxide ACCOUNT NUMBER: 401-2811-536-52.35 VENDOR(S): BRENNTAG MID -SOUTH, INC. ANNUAL ESTIMATE: $378,000 DESCRIPTION: On March 19, 2019, Commission awarded the Annual Supply of Sodium Hydroxide (Liquid Caustic Soda) to Brenntag Mid -South, Inc. of Orlando, Florida. The initial agreement term was for one (1) year with the option to renew for three (3) additional one-year terms contingent upon mutual approval that the renewal is in the City's best interest. With the 3rd renewal option, the vendor requested a price increase of approximately 49%, the price per dry ton went from $574 per dry ton to $856 per dry ton. With this agreement extension the vendor requests a price increase from $856 per dry ton to $1,138 per dry ton. City staff request the approval to exercise the right to extend the current agreement for a 12 -month term period to provide the City with continual service while a new contract is solicited, evaluated, and or awarded. Utilities staff has reviewed and approve of the price increase. Utilities staff requests the approval of the extension term from March 19, 2023 to March 20, 2024, with the price increase. The City of Bounton Beach Finance/Procurement Services 100 E Ocean Avenue Boynton Beach, FL 33435 P.O. Box 310 Boynton Beach, Florida 33425-0310 Telephone No: (561) 742-6310 February 9, 2023 Agreement between the CITY OF BOYNTON BEACH and GT SUPPLIES, INC. AGREEMENT RENEWAL TERM: May 8, 2023 — May 7, 2024 X Yes, I agree to renew the existing agreement under the same terms, conditions and pricing for an additional one-year term. No, I do not wish to renew the bid for the following reason(s) GT SUPPLIES, INC. NAME OF COMPANY SIGP Todd Roesch Presodent NAME OF REPRESENTATIVE TITLE (please print) 2/10/2023 DATE tr@gtsupplies.com E-MAIL (561) 881-8101 (AREA CODE) TELEPHONE NUMBER America's Gateway to the Gulf Stream Page 388 of 812 The City of Bounton Beach Finance/Procurement Services 100 E. Ocean Avenue Boynton Beach, FL 33435 P.O. Box 310 Boynton Beach, Florida 33425-0310 Telephone No: (561) 742-6310 December 14, 2022 Matt Giunco Clean Space, Inc. (formerly Kelly Janitorial Systems, Inc.) P.O. Box 670577 Coral Springs, FL 33067 VIA EMAIL TRANSMITTAL TO: mq(a cleanspaceonline.com BID: JANITORIAL SERVICES FOR CITY MUNICIPAL BUILDINGS AND FACILITIES (REBID) BID No.: 010-2511-19/IT CURRENT AGREEMENT TERM: MARCH 1, 2022—FEBRUARY 28, 2023 Dear Mr. Giunco: The current agreement term for "Janitorial Services for City Municipal Buildings and Facilities" expires February 28, 2023. The contract documents allow for three (3) additional one-year renewals. The City of Boynton Beach would like to renew this contract for its 3rd and last renewal for an additional one-year period with the same terms, conditions, and pricing. Please indicate your response on the following page and return it to Procurement Services along with the company's update COI via email to prattt .bbfl.us at your earliest convenience. If you should have any questions, please do not hesitate to contact Taralyn Pratt, Contract Administrator at (561) 742-6308. Sincerely, %_Mo"w Mara Frederiksen Director of Financial Services Cc: Melvin Stinson, Infrastructure and Maintenance Manager Adrianna Greco-Arencibia, Assistant to Director - PW tp America's Gateway to the Gulf Stream Page 389 of 812 The City of Bounton Beach Finance/Procurement Services 100 E. Ocean Avenue Boynton Beach, FL 33435 P.O. Box 310 Boynton Beach, Florida 33425-0310 Telephone No: (561) 742-6310 December 14, 2022 BID: JANITORIAL SERVICES FOR CITY MUNICIPAL BUILDINGS AND FACILITIES (REBID) BID No.: 010-2511-19/IT Agreement between the CITY OF BOYNTON BEACH and CLEAN SPACE, INC. formerly Kelly Janitorial Systems, Inc. AGREEMENT RENEWAL TERM: MARCH 1, 2023 —FEBRUARY 28, 2024 x Yes, I agree to renew the existing agreement under the same terms, conditions, and pricing for an additional one-year term. See attached rate increase of 8% request and backup documentation for the next 12 -month term. No, I do not wish to renew the bid for the following reason(s) CLEAN SPACE, INC. NAME OF COMPANY MATT GIUNCO NAME OF REPRESENTATIVE (please print) 02/21/2023 DATE MG@CLEANSPACEONLINE.COM E-MAIL SIGNATURE OPS MGR TITLE 9548805188 (AREA CODE) TELEPHONE NUMBER America's Gateway to the Gulf Stream Page 390 of 812 CLEAN SPACE INC. 3764 NW 124TH AVE O 1800.499.0116 CORAL SPRINGS FL, 33065 CLEANSPACEONLINE.COM January 31st, 2023 Dear Taralyn, CleanSpace Commercial Cleaning We would like to formally request an increase of 8% to our current contract price. The contract we are currently serving started in 2017, minimum wage at that time was $8.10, now in 2023 the minimum wage is at $11.00 an hour, a 37%. We can no longer sustain this contract at the current rates, since we started in 2017 several locations were taken away, damaging any profit margin. We are currently operating this contract at a loss. Please let me know if you have any questions, I can be reached at 954.880.5188 or via email at: mg@cleanspaceonline.com. Thank you, Matt Giunco Operations Manager Clean Space, Inc. CLEAN SPACE PROVIDES COMMERCIAL CLEANING SERVICES IN A VARIETY OF INDUSTRIES INCLUDING: APARTMENT COMMUNITIES i GENERAL OFFICE i RETAIL i CONDOMINIUMS i EDUCATION HEALTH CARE i EVENTS i CONSTRUCTION i HOSPITALITY i MANUFACTURING i GOVERNMENT i FINANCIAL i CHURCHES i FITNESS i PROPERTY MANAGEMENT i DEALERSHIP i WAREHOUSE SPECIALTY CLEANING SERVICES INCLUDE: TILE AND GROUT CLEANING i CARPET CLEANING i PRESSURE WASHING i STONE MAINTENANCE i PORTER SERVICES Page 391 of 812 Vii § r I cc- C- 3 i IF q a to LAm O3o Vii V� lu > A OZ Page 392 of 812 Page 393 of 812 ui Page 393 of 812 Page 394 of 812 Page 395 of 812 Page 396 of 812 The City of Bounton Beach Finance/Procurement Services 100 E. Ocean Avenue Boynton Beach, FL 33435 P.O. Box 310 Boynton Beach, Florida 33425-0310 Telephone No: (561) 742-6310 February 1, 2023 Brenntag Mid -South, Inc. 250 Central Florida Parkway Orlando, FL 32824 VIA EMAIL TRANSMITTAL TO: subach brenntag.com BID: ANNUAL SUPPLY OF SODIUM HYDROXIDE (LIQUID CAUSTIC SODA) BID No.: 015-2821-19/IT CURRENT AGREEMENT TERM: MARCH 20,2022— MARCH 19, 2023 Dear Ms. Ubach: The current agreement term for "ANNUAL SUPPLY OF SODIUM HYDROXIDE (LIQUID CAUSTIC SODA" expires March 19, 2023. The Agreement documents allow for three (3) additional one (1) year extensions. The current Agreement term is the 3rd renewal. However, under the section titled: Special Terms and Condition Section, page 12 of the Bid Document states, "The City reserves the right to extend automatically for a period not to exceed an additional (12) months in order to provide the City with continual services while a new contract is solicited, evaluated and /or awarded". The City is requesting to exercise this right to extend the Agreement for the additional (12) months at the same terms, conditions, and pricing. Please indicate your response on the following page and return it to Procurement Services via email to prattt _bbfl.us at your earliest convenience. If you should have any questions, please do not hesitate to contact Taralyn Pratt, Contract Administrator at (561) 742-6308. Sincerely, I*k,L Mara Frederiksen Director of Financial Services Cc: Brian Heller, Manager Water Quality and Treatment Melissa Roberts, Contract Coordinator tp America's Gateway to the Gulf Stream Page 397 of 812 The City of Bounton Beach Finance/Procurement Services 100 E. Ocean Avenue Boynton Beach, FL 33435 P.O. Box 310 Boynton Beach, Florida 33425-0310 Telephone No: (561) 742-6310 February 1, 2023 BID: ANNUAL SUPPLY OF SODIUM HYDROXIDE (LIQUID CAUSTIC SODA) BID No.: 015-2821-19/IT Agreement between the CITY OF BOYNTON BEACH and BRENNTAG MID -SOUTH, INC. AGREEMENT RENEWAL TERM: MARCH 20,2023— MARCH 19, 2024 X Yes, I agree to renew the existing agreement under the same terms, conditions, and pricing for an additional (12) months. ate Adjustment Change from $856 per dry tan to $1,138 per dry tori* No, I do not wish to renew the bid for the following reason(s) BRENNTAG MID -SOUTH, INC. NAME OF COMPANY Ray Sibbitt NAME OF REPRESENTATIVE (please print) 2/28/23 4,411 ' SIGNAVILIRE Director of Municipal Development TITLE 270-860-3145 DATE (AREA CODE) TELEPHONE NUMBER rsibbitt@brenntag.com E-MAIL America's Gateway to the Gulf Stream Page 398 of 812 City of Boynton Beach 100 E. Ocean Ave. Boynton Beach, FL 33435 February 28, 2023 Ms. Pratt Brenntag would like to renew Bid No. 015-2821-19/IT, ANNUAL SUPPLY OF SODIUM HYDROXIDE (LIQUID CAUSTIC SODA) for another year. We need to ask for an adjustment due to ongoing supplier increases. I have provided the supporting documentation showing there has been actual increases that total $515/DT. However, we were able to get some support to reduce the increase to $150/DT. Your current price is $856/DT. This would take the new price to $1,138/DT firm from MARCH 20, 2023 - MARCH 19, 2024. Thank you for your consideration on the renewal with an adjustment. Regards, Brenntag Mid -South, Inc. r4tjo Ray Sibbitt Director of Mini Bulk/Municipal Bids Page 399 of 812 Westlake North American Chlor-Alkati .r - July 29, 2022 Dear Customer, Effective immediately, or when permissible by contract, Westlake Corporation will increase the price for all grades of liquid caustic soda by US$ 150 per dry short ton in the US and C$ 215 per dry metric ton in Canada. Westlake Corporation will continue order management for all grades of liquid caustic soda. Westlake's standard lead times for all caustic shipments continue to be as follows: Barge 30 days Rail 14 days Truck 7 days If you have any questions regarding this price increase, order management, or lead times please contact your Westlake sales professional. Westlake values your business. Thank you for the opportunity to supply your Liquid Caustic Soda requirements. Sincerely, David Kokowsky Director, Commercial Chlor -Alkali Page 400 of 812 Westlake North American Chlor-Alkati .r - April 21, 2022 Dear Customer, Effective immediately, or when permissible by contract, Westlake Corporation will increase the price for all grades of liquid caustic soda by US$ 200 per dry short ton in the US and C$ 275 per dry metric ton in Canada. Westlake Corporation will also implement order management for all grades of liquid caustic soda. Westlake's standard lead times for all caustic shipments continue to be as follows: Barge 30 days Rail 14 days Truck 7 days If you have any questions regarding this price increase, order management, or lead times please contact your Westlake sales professional. Westlake values your business. Thank you for the opportunity to supply your Liquid Caustic Soda requirements. Sincerely, David Kokowsky Director, Commercial Chlor -Alkali Page 401 of 812 i February 28, 2022 Dear Customer, Effective immediately, or when permissible by contract, Westlake Corporation will increase the price for diaphragm grade liquid caustic soda by US$ 55 per dry short ton in the US and C$ 75 per dry metric ton in Canada. Westlake Corporation will increase the price for all premium grades of liquid caustic soda by US$ 85 per dry short ton in the US and C$ 115 per dry metric ton in Canada. This price increase is in addition to the price increase announced on January 28, 2022. Westlake's standard lead times for all caustic shipments continue to be as follows: Barge 30 days Rail 14 days Truck 7 days If you have any questions regarding this price increase or lead times please contact your Westlake sales professional. Westlake values your business. Thank you for the opportunity to supply your Liquid Caustic Soda requirements. Sincerely, David Kokowsky Director, Commercial Chlor -Alkali www.Westiake.com Page 402 of 812 January 28, 2022 Dear Customer, 2801 Post Oak Blvd., Suite 600 ""' Houston, Texas 77056 Tel 713.960.9111 Effective immediately, or when permissible by contract, Westlake Chemical will increase the price for all grades of liquid caustic soda by US$ 80 per dry short ton in the US and C$ 110 per dry metric ton in Canada. Westlake's standard lead times for all caustic shipments continue to be as follows: Barge 30 days Rail 14 days Truck 7 days If you have any questions regarding this price increase or lead times please contact your Westlake sales professional. Westlake values your business. Thank you for the opportunity to supply your Liquid Caustic Soda requirements. Sincerely, David Kokowsky Director, Commercial Chlor -Alkali Page 403 of 812 :_ Public Hearing 3/21/2023 Requested Action by Commission: Approve New Site Plan and New Master Plan for Miraflor Apartments to allow for the construction of a multifamily residential development consisting of 58 rental apartments within five (5), two/three-story structures with associated residential improvements on 3.87 acres, located on the west side of North Seacrest Blvd. across from Mentone Rd. in the IPUD zoning district. Applicant: Javier Cappelleti, Miraflor Palm Beach, LLC. Explanation of Request: A New Site Plan and New Master Plan approval for the proposed Miraflor Apartments project is requested by the applicant. As indicated on the Master/Site plan submitted (see Exhibit "B" — Plans), the project consists of a total of 58 dwelling units within five (5) apartment buildings, with each building containing 10 to 13 apartment units ranging from 1,000 square feet in size for each two-bedroom apartment, and 1,100 square feet for each three-bedroom apartment. Each dwelling unit will have two bathrooms. The project plans include construction in one (1) phase. It is noted that the proposed plans are largely identical to the plans approved in 2020 under MSPM 19-008 with minimal changes incorporated to address conditions of approval placed on the previous approval. Since changes to the land use and zoning of a property do not expire, the HDR and IPUD designations established in 2020 continue to be in effect. Therefore, no changes to future land use and zoning are needed as part of this application. Multi -family residential (apartments) is a permitted use in the proposed IPUD zoning district. The maximum density allowed by the proposed High Density Residential (HDR) land use classification is 15 dwelling units per acre, which would allow the developer a maximum of 58 units based on a 3.87 -acre site. The Planning & Development Board unanimously (5-0) recommended approval of the request at the February 28, 2023 Planning & Development meeting. How will this affect city programs or services? N/A Fiscal Impact: N/A Alternatives: N/A Strategic Plan: Strategic Plan Application: N/A Climate Action Application: N/A Page 404 of 812 Is this a grant? Grant Amount: Attachments: Ty pe D Staff Deport D I ocation Mq,,) D 1.1rawings D I )irawings D I:::) irawwii nagts D I )irawiings D 1.1rawiings D 1.1rawirigs D Dirawlirqs D l..)irawiing,,,, D Conditions of Approval D I )evelq[,)irnent Order D 011'ie�ir D Otl'ier Description Staff Repoirt E)bit)it A I ocaboin IMap E)diibit IB lster/Site Plain E)dN[.)R [.3 Air(.l,dtectuii-al IPlanirns Ekli li L) li t 1...".3 Color Elevafioin,,::s (ffldgs 1 3) E)diibit IB ColorElewatioins (RIdg,,.; 4 & 5) Exl[)ibit IB I andscape II rrk. ,,ifioin IPlanirns Exl[iibit IB CivilPlains E)dllblt IB 1`1,iotoirnetiric IPla in E)dlibit IB Survey E)dlibit C Coindboins of Approval Developirneint Order ApplicantPirese�intabon Staff IPresentation Page 405 of 812 DEVELOPMENT DEPARTMENT PLANNING AND ZONING DIVISION MEMORANDUM NO. PZ 23-013 STAFF REPORT TO: Chair and Members Planning and Development Board THRU: Admanda Radigan Director, Planning & Zoning FROM: Andrew Meyer, Senior Planner DATE: March 3, 2023 PROJECT: Miraflor Apartments (NWSP 22-003, MPMD 23-005) REQUEST: Approve New Site Plan and New Master Plan for Miraflor Apartments to allow for the construction of a multifamily residential development consisting of 58 rental apartments within five (5), two/three-story structures with associated residential improvements on 3.87 acres, located on the west side of North Seacrest Blvd. across from Mentone Rd. in the IPUD zoning district. Applicant: Javier Cappelleti, Miraflor Palm Beach, LLC. PROJECT DESCRIPTION Property Owner: Javier Cappelleti, Miraflor Plam Beach, LLC Agent: Lauren Burnley / Bradley Miller AICP, Miller Land Planning, Inc. Location: West side of North Seacrest Blvd. across from Mentone Road (see Location Map - Exhibit "A") Existing Land Use: HDR High Density Residential (15 du/ac) Existing Zoning: IPUD Infill Planned Unit Development Proposed Land Use: HDR High Density Residential (15 du/ac) (no changes in land use) Proposed Zoning: IPUD Infill Planned Unit Development (no changes in zoning) Proposed Use: 58 Rental Apartments Page 406 of 812 Page 2 Miraflor Apartments NWSP 22-003, MPMD 23-005 Acreage: 3.87 acres (168,650 square feet) Adjacent Uses: North: Cemetery (Palm Beach Memorial Park) in unincorporated Palm Beach County classified Institutional (INST) and zoned Residential, Multi -family (RM); South: Townhomes (Pine Pointe Villas Condo) classified Medium Density Residential (MDR) and zoned Multi -family Residential (R-3); East: Right-of-way for North Seacrest Blvd, and farther to the east / southeast, single-family residential homes (Rolling Green Ridge subdivision) classified Low Density Residential (LDR 7.5 du/ac) and zoned Single -Family Residential (R-1), and farther to the east /northeast, single-family residential homes (San Castle subdivision) in unincorporated Palm Beach County classified Medium Density Residential (MR -5) and zoned Residential, Multi- family (RM); West: Right-of-way of Interstate 95, and farther west, single-family residential homes in unincorporated Palm Beach County classified Low Residential (LR -2) and zoned Residential, Single - Family (RS). PROPERTY OWNER NOTIFICATION Owners of properties within 400 feet of the subject request were mailed a notice of this request and its respective hearing dates. The applicant certifies that they posted signage and mailed notices in accordance with Ordinance No. 04-007 and Ordinance No. 05-004. BACKGROUND Site: As shown on the survey submitted, the subject property is a 3.87 -acre irregularly-shaped parcel located on the west side of North Seacrest Boulevard, approximately one-half mile south of Hypoluxo Road, with 161 feet of lot frontage on North Seacrest Boulevard, and 857 feet of lot depth. Located between Pine Point Villas (in the City) and Palm Beach Memorial Park Cemetery (in the unincorporated County), the subject parcel was originally part of the Palm Beach Memorial Park Cemetery, and slated as a future expansion area of the cemetery. In 2007, the subject parcel was subdivided from the cemetery and annexed into the City, along with approvals for a 40 -unit townhome development 2 Page 407 of 812 Page 3 Miraflor Apartments NWSP 22-003, MPMD 23-005 (ANEX 06-009, LUAR 06-022, NWSP 06-027). The applicant at that time submitted a notarized Affidavit which stated that the subject property "has never been used for burial sites, had never contracted to sell plots for burial, nor used for crematory purposes". Even though approved on January 16, 2007, the previous Miraflor project was not constructed and the site plan approval expired. In June of 2020, the subject parcel received approval for a multi -family project containing 58 dwelling units within five (5) apartment buildings (LUAR 19-005, MSPM 19-008). On December 2, 2021, the approval expired per code, as no permit had been secured within 18 months of approval and no time extensions were sought by the applicant. Proposal: A New Site Plan and New Master Plan approval for the proposed Miraflor Apartments project is requested by the applicant. As indicated on the Master/Site plan submitted (see Exhibit "B" — Plans), the project consists of a total of 58 dwelling units within five (5) apartment buildings, with each building containing 10 to 13 apartment units ranging from 1,000 square feet in size for each two-bedroom apartment, and 1,100 square feet for each three-bedroom apartment. Each dwelling unit will have two bathrooms. The project plans include construction in one (1) phase. It is noted that the proposed plans are largely identical to the plans approved in 2020 under MSPM 19-008 with minimal changes incorporated to address conditions of approval placed on the previous approval. Since changes to the land use and zoning of a property do not expire, the HDR and IPUD designations established in 2020 continue to be in effect. Therefore, no changes to future land use and zoning are needed as part of this application. Multi -family residential (apartments) is a permitted use in the proposed IPUD zoning district. The maximum density allowed by the proposed High Density Residential (HDR) land use classification is 15 dwelling units per acre, which would allow the developer a maximum of 58 units based on a 3.87 -acre site. ANALYSIS Concurrency: Traffic: The provision of an updated TPS letter from the Palm Beach County Traffic Division has been placed as a condition of approval (Exhibit C) for the project. In 2020, the Palm Beach County Traffic Division responded that the project does not have significant peak hour traffic impact on the roadway network and therefore meets the Traffic 3 Page 408 of 812 Page 4 Miraflor Apartments NWSP 22-003, MPMD 23-005 Performance Standards of Palm Beach County, however such approval expired 1 year after issuance. Since this project proposes the same density as the prior project, it is anticipated that this project will have a similar outcome. Should a different determination be provided by Palm Beach County Traffic Division require the project to be redesigned, the project shall go through the Site Plan Modification process to incorporate these changes. School: The School District of Palm Beach County review of the School Capacity Availability Determination letter submitted by the applicant concluded that the proposed development will not have a significant impact on school capacity. Utilities: The City's water capacity would meet the projected potable water for this project. Sufficient sanitary sewer and wastewater treatment capacity is also currently available to serve the project. Police/Fire: The Police Department has reviewed the site plan and all review comments have been acknowledged by the applicant and will be addressed at the time of permitting. The Fire Department notes that they will be able to provide an adequate level of service for this project with current or expected infrastructure and/or staffing levels. Further plan review by Police and Fire will occur during the building permit process. Drainage: Conceptual drainage information was provided for the City's review. The Engineering Division has found the conceptual information to be adequate and is recommending that the review of specific drainage solutions be deferred until time of permit review. Access: One (1) point of ingress/egress is proposed for the project along North Seacrest Boulevard. This two-way driveway serves as the only point of access to the proposed apartment buildings. An emergency access point is proposed on the site plan near the westernmost parking lot and is subject to consent by the adjacent property owner to the north. Sidewalks are provided from North Seacrest Boulevard throughout the proposed development at a minimum of five (5) feet in width. The sidewalks provide required pedestrian connectivity from parking lots to front doors or stairwells and to residential amenity areas. Parking: Off-street parking for the IPUD zoning district requires two (2) parking spaces for each two (2) or three (3) bedroom apartment. The project proposes 25 two-bedroom units and 33 three-bedroom units, which would require a total of 116 parking spaces. Additionally, the code In Page 409 of 812 Page 5 Miraflor Apartments NWSP 22-003, MPMD 23-005 requires the provision of guest parking at a rate of 0.15 spaces per unit, which adds nine (9) parking spaces for a total minimum of 125 required parking spaces. The site plan proposes 142 parking spaces, including five (5) handicap spaces and eight (8) electric vehicle charging stations, with an excess of 17 parking spaces over the minimum requirement. Building Height: In the IPUD zoning district the maximum building height allowed is 45 feet. To be more compatible with the one-story adjacent development to the south (Pine Pointe Villas), each proposed three- story apartment building has end units of two -stories in height. All proposed buildings comply with the IPUD height requirements of the Land Development Regulations, with the mean roof height of the three (3) -story portion being at 35 feet (10 feet less than the maximum of 45 feet allowed), and the mean roof height of the two (2) -story end units being approximately 25 feet. Setbacks: Flexible setbacks are allowed in the IPUD zoning district however they are required to mirror adjacent development (which is 25 feet). Proposed building setbacks have been increased along the south property line adjacent to Pine Pointe Villas, ranging from 53 feet to 65 feet, more than double the setback of adjacent development. Amenities: Usable open space of 200 square feet per unit is required to be provided in the IPUD zoning district, and the site plan exceeds this requirement by 720 square feet. The site plan proposes two (2) usable open space areas for residents and their guests. These amenity areas include recreational open green areas, playground, benches, trash cans, BBQ grills, and a pavilion for a community meeting area. In other areas on site there are also four (4) covered bike racks, a mail kiosk, and additional benches proposed. An easement for a possible future Palm Tran bus stop is also proposed adjacent to the North Seacrest Boulevard right-of-way. Design: The proposed buildings have a Key West design featuring smooth and lapped stucco walls with a pastel color palette. Horizontal and vertical articulation is maximized by varying roof lines and building off -sets. Impact windows and doors are proposed, and decorative features include aluminum awnings and balcony railings. Sustainable elements are proposed throughout the development including paving and roofing materials with a preferred solar reflective index; light building colors to reflect heat and reduce cooling costs; awnings to minimize glare; energy efficient lighting and air conditioning; and electric car charging stations. 61 Page 410 of 812 Page 6 Miraflor Apartments NWSP 22-003, MPMD 23-005 Landscaping: A variety of plant species is proposed including trees, palm trees, accent and shrubs, and groundcover plants. All plant materials to be used in the landscape design are required to be Florida friendly, number one grade and must be identified as having "low" or "medium" watering needs in the South Florida Water Management's "Waterwise" publication. The proposed tree species would include the following: Red Maple, Gumbo Limbo, Orange Geiger, East Palatka Holly, Southern Magnolia, Southern Live Oak, Bald Cypress, and Florida Royal Palms. A total of 78 buffer trees are required, and 146 buffer trees are provided. Each proposed apartment building has foundation landscaping consisting of trees and shrubs surrounding each side. Parking areas also include landscape islands, and tree shaded areas are proposed in the usable open space areas that include a playground and BBQ area. A total of five percent (5%) of shrubs and groundcover are required to be butterfly attracting. Proposed butterfly garden plants include Butterfly Bush, Butterfly Milkweed, Native Porter, Dwarf Evergreen Day Lily, and Lavender Pentas and range from 5.8% of shrubs and 6.8% of groundcover plants proposed. Lighting: The design, style, and illumination level is compatible with the building design (height) and considers safety, function, and aesthetic value. Photometric plans include 16 aluminum light poles with a maximum height of 18 feet. There are no spot readings in excess of the maximum of 5.9, with an average reading of 0.02 at the property lines. As required, the on-site illumination would be directed down and not "spill over" onto adjacent properties and rights-of-way. Signage: A site sign is proposed along North Seacrest Boulevard, setback a minimum of ten feet from the property line. Signage design has not been finalized at this time. The design will need to be submitted for staff review and approval prior to requesting any sign permits for the site (see Exhibit "C" — Conditions of Approval). Sustainability: Planned Unit residential development with more than 50 units must achieve a minimum of 25 sustainabilty points. The development proposes to satisfy this requirement by providing the following: SUSTAINABLE DEVELOPMENT STANDARDS POINTS Energy material with Solar Reflective Index SRI of 29 4 -Paving All air conditioners are Energy Star qualified, minimum 2 I Page 411 of 812 Page 7 Miraflor Apartments NWSP 22-003, MPMD 23-005 SEER 16 Roofing material that has a SRI > 75 for low sloped roofs for a minimum of 75% of the roof surface 2 White or cool light colors for the body of buildings to reflect rather than absorb heat and reduce cooling costs 2 Shade structures such as awnings, screens, louvers over windows/doors to minimize glare, solar heat gain 6 Energy efficient lighting such as LED for building interiors for 100% of proposed lighting 1 Transportation A total of 6 electric car charging stations (4 more than the minimum required number) (8provided) 4 Tree Canopy Provide canopy trees in an amount that exceeds the minimum number of required trees by 25% 5 Total Points 26 Based on the elements above, the criteria for sustainable development will be exceeded for the proposed development. Public Art: The project is subject to the Art in Public Places requirement, and the applicant has been in discussions with the Public Arts Administrator regarding the art and its placement. The proposed location and description of the art will be reviewed by the Public Arts Commission. RECOMMENDATION Staff has reviewed this request for a new site plan and new master plan and recommends APPROVAL, subject to approval of the accompanying applications and satisfying all comments indicated in Exhibit "C" — Conditions of Approval. Any additional conditions recommended by the Board or required by the City Commission shall be documented accordingly in the Conditions of Approval. \\Fps\main\SHRDATA\Planning\SHARED\WP\PROJECTS\Miraflor\NWSP 22-003\Staff Report\NWSP 22-003 Staff Report.docx 7 Page 412 of 812 I =FN m-ITW_l LOCATION MAP Legend 91111110 City Boundary 0 45 90 180 270 M2 n `yc? z8;0oeaguoulo LU d s�uauajaedyaoijeaiW m'73 M,a mW a s o o W = o o omais�a.w3s� 0 a a m a c. °gym o ss yoi - I I o p=� a - \ } - w LL / / / I I I I t �ry Ir _ Ips I � s „Pryo omT�a g a g.. °yw mmaaa°�� ama§ z z A �awawag & E v a III s `g z W I aa� — F d F a ----- 313d�NW v 4. _.—.—.— vl�Et ssi 3 3(6 \ � � AGN tl \ c aYoa�31tl15 S631V1Sa31N1 �ry Ir _ Ips I � s „Pryo omT�a g a g.. °yw mmaaa°�� ama§ z z A �awawag e� I 1� �, 44 9 1 � g ` z E o B ' B Se U §3x III Q / m / & E v a s z W F d F 4. c ti N `3 a � o a$ a g e� I 1� �, 44 9 1 � g ` z E o B ' B Se U §3x III Q / m / — VaI21O-H ra 'HJV39 NOINAOO HO ALIOzi w _ S-LNIW1bVdV'dO-ldVdIWIn 3 Z 0 O ~ No D w I w Nz O ww �o legw w0 wz NNS N I N O o o - 0 0-0 O0 �� 0 L,w= z � 0 zzz Ln n,,) Oj F a ••�'b� - 0001— o v� O H O OL`Ow ze z O w O�}� Q w's 0� —M Cf) O OOm MOO Ln 0 m o ad oa - m • - -.s .8 m 'S Z 035 m � •e "-- o� oo,P -- O J Q do�„ O m �. ra Valao-H o 'HOV39 NOINAOO AO AIIOIn _ w _ S-LNIW1bVdV 2fO�dV?JIW 3 z 0 o� rn �' �z Ln Nz 0 �o o -s V) z wo 0 z �x Q ww oz z cn m r _ _ Pil �s9 0 m Y m - z ZE:l 4j le, I Ir .111161 �s„m flgw e - 3 �N 08 ® J � z m w 0 � — 3 m e VCII'dO-U Ln 'HDrg NO-LN),O9 =10 T� ru - In SIN�IW-LdVdV'dO-1=IV'dIW T Hal H=33 ro–L—= E7, j IV I Sl I I I I }}}}}\\}\\\ FH EN, EE-- ------------ ±J� S IF sID ij } }, \ g „ g g / . . e . > \ \ ? ME ME I 11 Hag ME — VaIaOULn G ! 'HJV39 NO-LNJ.09 =10 q 3 � u 5 o c S1NdW-LdVdV'dO�dV'dIW `� s S a z 0 o� cv v I � I � w� �o wo zz ❑O ❑O ° ❑o ❑o ❑o ❑o 00 0 00 0 ❑o ❑o m MFEE❑o z 00 w o ❑o o 0 w 0 00 0 00 0 0� o > w ml J w 19 E FEE = o o m o ❑o 0 0 0 0 o ❑o ❑o IT0 0 00 0 0 0 � aaa o o _ =°0000000000 — VaI21O-H ra 'HJV39 NOINAOO AO AIIJZI Ino _ S-LNIW1bVdV 2fO�dV?JIW 3 No z 0 O u D �w Ln Nz 0 Ln w �o cn Frl wo wz 0 zt 0 N z N 0 I � I wow SIO Owww N -ow o w�� J III zzz m »> zt IS o - N zt oLA- �� a ■ � w � .-.� _ - •�-° www Ow0 Q iwr– a v�� r - m o 0 e V(]I'dO-H ra 'HDV39 NOINAOO AO AID �-D - ih In UCU S-LNIWI'dVdV'dO 'Si 1�15 I Ln z L) ww C) wo zz OL o mw PQ 'A FLLVAM� oil M,6r &7 L- L ! M7, MCI KIM MUNN Fn Tl N F(Q— ill�❑���� sk- -J-j U a Q e v ON VCII'dO-U Ln 'HDV39 NO-LN),09 =10 ru SINdW-LdVdV'dO-1=IV'dIW w, In Nz ww wo O 0mz L) z w DE C O 00 Ol 000 O z" C, 3 O O lie IA HE CIs L --- J= MH O F-- U) OEM IT77 FED r m DE FHTII G cn EOE ,HHI Ln 'HDV39 VCII'dO-U NO-LN),09 =10 ru co SINdW-LdVdV'dO-1=IV'dIW w, In > 0 ouu =1 Nz 0 U ww 0 0 NO wz O FE -10 FEI F -I FEID H O N m m DE HE F 101 FO - El FH -El FE -01 FM FU -11O > FE -01 EO FO -01 O El FEID DE 7:� I H 0 0 O O \ \\\ 1 \\/\ \ : > � e : / e — VaI21O-H ra 'HOV39 NOINAOO AO AIIOZI In CD o7 Go z a caa Qo _ S-LNIW1bVdV 2fO�dV?JIW 3 z 0 N w v� 8swm 8szm ps�m PlUal 8 M L M � d � Q d H � 8Ffl 920 rn z 2i „oF w m ww �e O Q d 8� n- r� O 3 in Y c� Y � m d ? d _ � LIJFfl o - O m �g p � Od S Oo _ O � VP WBO _ .a .t .m .a • e a - m Z mo -.El _ - O � m m CD � � — m O O w �� D � w L� H o - O m �g p � Od S Oo _ O � VP WBO _ .a .t .m .a • e a - m Z mo -.El _ - O � m m CD � � — m O O w �� D � w VCII'dO-U Ln 'HDrg NO-LN),O9 =10 -T� ru !E LnIn SIN�IW-LdVdV'dO-I=IV'dIW �� \ � * + \\ . EE [Ell } } } }{ }} } }} }} j} I r3= al o 11 M, I h oil I OF 0 FEE �EE- od r HL FO:]:� T- �= ED Sll 1:3, 1:3 \ ' � ° ` \� E -- F11 E- S, S ° 7.) }r >: :, , � E� ; ;, ,; :; : �;_ } ): :. !: .) ! �� \ � ( } } } } }{ }} } }} }} j} — �! N., 'HJV39 VaIaOU NO1NJ.09 =10llIJ q � �ru 5 r o c SIN dH-LdVdV'dO-IdV'dIW °� s o s" � z 0 o� cv v I � J w I � - - w� ww �o CE�) ED wo zz 000 11300 � _ FEE El EO -- W zi N �N m ME M 000 000 FOE �1)1 EEE O FED z 0 a 4 EO w 0 M OF 13 0 in 0 I OLE D LLT a " w n w Elm 0 O EE E c� 0 m in 0000 O �;fl CEO O 0 J - - o o _ -- W N �N J - mao '«r,wevm « -Ln- »-- - \ \} ) )In fE LA 5 N]wl d v �O dd Iw : \\\\�o 2\ :� �^e■;, � \9 _ _1 : \� \\\/ � � /.• ± : - \ cn - °/� / q\t��\\\\ °»F � \ Ll00 �\\\ : �^e■;, � \9 _ _1 - \ - °/� ■��i■11��11��■II��■ — G VaI'dOULn 'HJV39 ■1 NO-LNJ.09 =10 I.lIJ 's ru �J ,gym o11 S ■®�li If�J111®®■II�1�■ 5 r o c S1N�1NIdVcIV bO-1=lVbIlA1 ■fie �111.1111��■I1��■ I ■1 z 0 Illpppp1111 o~ �'- II No �w r I w ®�Ii11��J11®®■fly®■ Nz ■-�I■III•Ill 111■IIS_■ �o wo ww �o e wo wz n n8 Q z� wo z. �w zm o -�e Q ww oQ z� e� z a� o o� J of ng H �s ■��i■11��11��■II��■ ■1 �J ,gym o11 ■®�li If�J111®®■II�1�■ ■��Ii11(�JIf1monsoon u®■fly®■ � ■fie �111.1111��■I1��■ I ■1 Illpppp1111 �'- II ®�Ii11��J11®®■fly®■ � ■-�I■III•Ill 111■IIS_■ VCII'dO-U Ln 'HDV�g NOIN),09 =10 ru LF) !E LnIn SIN H-LdVdV 'd O-I=IV'd I H �}}}}}\\}\\\ CEIB E g g L72— 10 17 110 1 ET C6 L Lis * Fo .c OFF. L 4 E LIH al ME M + \\ In U16 CEET FOO h S m [\ �S E? ME 0 l CEE* El Fl �}}}}}\\}\\\ - -- ] _ ' «r,wevm mao =10 « �\\ {2 - SIN ]wl d v 'dO dd Iw \ : « : : Z???\\\?yy±\ dog ' S . ❑® FER ] F § ❑ » FEE m - S 3 +I S ? , � - \ : Z???\\\?yy±\ — VaI21O-H ra 'HJV39 NOINAOO HO ALIOZI ° In o SJ-NIWI'dVdV'dO-lJVdIW 3 z o- ee o-s O N� m Nz 0 N o w mw o o � � w O - z z m es o z ssz I s �t -tro N-d- N wwroo0� O O PO — 1 0 mg H W Z � ~ Z Z Z � Z � DODO, W W W W Lim Q Q O m� mwzzm Q Q w- — � U - wc���m Q � w�o m cn � 0 z w N N _ m 0 ccom Owo �oo w� w 0 m NNN zzz N ®� H 24 tt�Jo W� � 20 O 8 CD m oa Z Q � d O zc O �o 3 o N v m8 O Om o� � ee uQ.a- >- 3 g=� =• a'z o� $Om ❑ ■�ii��l�l o '_��Jf�� �� '' o m e a m Raz g , ■�ii��l�l o '_��Jf�� �� '' o VCII'dO-U Ln 'HDrg NO-LN),O9 =10 ru o 1E Ln SIN�l H-LdVdV 'dO-1=IV'dIN Ln A 0 FOEF FI7E7 FETII EEO ch F15=— W P FEE 7E FE E] \}}}}\\}\\\ ®R EE 707 � E EM fy 2) G1�C) C�) 2 ' . ' \ ? DE EEO > } } } }} }. . » m rt FEE ED =EE =EE EE P ? ? � � � ' \ � \ 7717 1 O EE E-- ME E� !E7P CI A tZlj 1-1 i j /j l err Ygii � yY�YlO y i J� r IJ10ff l` o I1r Lu rn 0,. rlf�/f�l��Jl���llfi �f llJi�� o 0 a .. l �f 11 ��i t t Jt t, IIIlI� ( i ��1�ri�r�t11 rr/ �l 1� z��� o J /f J �/ Kiri r _ � ilJ/�r°��rt p 1 fJ tJ iris /l/�/ � cc I l�f ff �t tl�rr�1�J /IJii /' x ioJ J 1r Il rf' x 1rfi 1 l� Jt w %1r1 ✓� ruj �rlll/iff (' 1 Jt I C� 6iif C� J1,J, J i z /Ili z 01 ft 1 �l rJr � �llldllllll ��� o m r; I� m ,J1 flrjflll o "IPP 1 o P,f!i rrtJ✓f p o w % w `n v O CL i 1 1 p a- 0 fJ 111'fl'3 , o /11 o 1'��rl/ jI ✓ f/rr rl �rC,- 1 +'IY f l�riJ I r f 1 �� J`!�� Ir l N j � � �J if, li. i:, /.,, �l rir• i /ii /rivl! l If 1111, . J J liiiiI ,l uiiik��l�h � nr�lll /j (a IEI Ck I f/11! � /ilii / i0i1 i l�I1r iok / r � al % 1il%i, it o IN MEN /JIM /i1 f/ill 0 ; � �/'1 11 Hill Hill �]Jllli1 1 t,, w i��lllil�� z �O o1�f1 Vim ce o i G Iii 1 /r( �rt�1 11IJi// i/r riY'ii l� o ��111/flrll,%lj��r sl a iplliall/fill; IiJJ111 irl lfil iJr 4���1 � /�if� I1 )�dl '� fff 1J 1J/�f ji/ l f1k co i ill 1 fJi/ �I1�111. /il ill/rl f 1 lil m �111if III/(11 �,, o r1 fflfr�itl I� i�G o Jt0 ���f11 %11 ����� llr 1f 11111 % r il" O /tJ rf1f1 1j1� /fl'1� a d 1�,, � 1 o 1, tf f EM / r Nil d''ll IINI(L` %j I i i i d �i J IJ 1� I ,:i `1.i70 I� �Io �N ylfj //jrJ/r Jl r�/11,llliir J� � �IIIIIII"� iC, ` z r o Jjljf r}lilff/� �,0,01l ° J1fJ''1/i 1 Jl hi f' w fr JJ' f//0, 11 r 1 o w O "> /Ilr�r 111/1 rf 1 /ill l o / rl '�� J lel.{, aka�,Mtti�bNLb,M1�lklll�f LY /�1 CL Ilr�/If�1 r /r h ui Ai�������j ;/ z Ill fjf /fl U mIIIIIIIIIrIIIpmIIIIIIIIIIIImIIIIIIIIIr ,irr mIIIIII IIImIIIIII o ,r,/ 1//idI/1/f f/rff VIII IIIIkIIIWI�J III _III,'A_ li ilii rllllfi � � � o . �' \ /(f J m U) w €i lfiltf/1,t1J1 Ilfllllllll t I� „`,� , ,1 'J,f;Jfj/ IIIItltlIIIIIII � ; j f 14,r 0 1 ji'ifj I I I V l l l l l l Il � M 6 V(3I'dO]=l 'HDV39 NOINA09 JO AiID SIN:1WI'dVdV'dO]AVd LLJ LE U17 EM � EE I LEE on mmolum Im on O 6 V(3I'dO]=l 'HDV39 NOINA09 JO AiID A LLJ SIN:1WI'dVdV'dO]AVd LE U17 EM � EE I LEE on mmolum Im on O LLJ I 6 V(3I'dO]=l (Y) 'HDV39 NOINA09 JO AiID SIN:1WI'dVdV'dO]AVd LLJ I 6 V(3I'dO]=l 'HDV39 NOINA09 JO AlID o SIND NIdVdV 'dO]=lV'dIW ui NVId-9NI1NVId -NOINA08 VqidOIA'H.?V39 • AO SIN3WI2dVdV;dOIJYdIW jm CA 7G D� IL CL t 45 rIT) IL Lq �. Ir IL :Ell . . . . . . . . . IL E 2 IL ... . . ... . . . W. . R . o . N a � a Ndld-NOI1dQNnoj-9NIQmn9 - . . . . . a ... 4 i 3 S g E m<qm VQIdOlJ'H.?d39-N01N/\08 i �\�tr)ll vvo A 0a S1N3WI�VdV ZJOI� VdIW . . W. . R . o . N a � a "00000 1 NJ O®® a _ a 9 $ 3 A BH , �0 1,�, 0 e 0 - ,In Fqmm . . . . . a ... i 3 S i "00000 1 NJ O®® a _ a 9 $ 3 A BH , �0 1,�, 0 e 0 - ,In Fqmm 3310N'931IV13Q ¢Fo VIE v g E —N01N(08oE 2 vvo S1N3WI2Vdb �dOIJYKW ......... N 3 X t F i� mQ IIIA.. Z � Z a - ❑ t z Z N o w V P QLU a ° z a w T � o F g v F i� mQ IIIA.. e v �in I WillV�uuµ�INuml�N'MINMN,&'.!W'_ I'M G� Q V P QLU g D 0 ga g g �in I WillV�uuµ�INuml�N'MINMN,&'.!W'_ I'M a b3��n8-H1nOS-NOaVA313 g a F z VQIdOIA'H.?d38-N01N/\08 S1N3WIdVdV WlJYdIW e. N 0 o z � 0 0 0 LLI 0 -LnO/\VI-NOI1b9R121I-Q33OdObd z VQI dOIA'H�d38-N01N�08 AO -Alio S1N3WI2WdV 2dOIAV2JIW - �r- w I -A D jt I � z � mi [T LT � (< O voa 3i "'M S6 31ViS21�1Ni L 3 ;f- z Z Z - ago a� a o N N cL _ } a oLow p Lo o o� OCL -Xa pN - -- - oN CLZ5- o - S d'5 x3 2E o � c� s d w � 0 a J Z 0 V W Z O H H N x x in0/\V1-N0LLV9RNI-Q330d0bd C\j OR VQIbOIAH. ')V39-NOINA08 ' Ao-Alio SIN3W-LWdV 2101�VbIW 2' FZ Z cc < 3' < C� 7co � U) 2,11tmttl� I-j 'I z A, F- 7�-D -9 T7 'E IT > LLJ -j 411;4- < C/) o (3) > Lu oz 3,44° m LL1 C/) > '7 17c)z 3 A f-If 3 3 1A/2' ( -) 67T It'lla" -I L-1 -u M: m 13 3/4' LL1 C) > Y!) m F Q) mr 0 b�LI— > uq > cZ:) r4 (31 = Qj in Z (1) :j LLI ( z C.) LLJ W > U) ofZ LU U)LU LLI < Z Z Lu < < 0 C) > (3) L Q) > a) r\j oilsT a) 1811 Vv IL S 7 NomDNIS /4' 1 .... ...... ... A— �j (D 4' m ... ........ .. . m 4" pu LII N O �22 D M 14' cr, -- I - ------------ ----- CIO Znu DI- - ------- - - --------- m- --------- - - - 2�/ 3/4" -D uj V :2 L 103 z OZ LU >- Z) LL < L -J zC �u Y) < M Ir CO LLJ 3f4 11 C 1,'961, 31,MJI q le1juappaH lcan leN 96PN AN :X3 Z -it] IN[ I PUd IS)] vv-!,-�l :Uoz foo (69 Dd 'I >1011ff 96-1 :nij LLE (6 'ON GVMJ 31ViS VM/V) 96 1. 1. 31.N1 M qE-6 -LnOAVTNOI-LV9IddI-Q3SOdO2dd VQRJOlJ'H.?V38-NOlNA09 AO -Alio S1N3WlZJVdV WIAVZIIW 3/4' coZ 3/4- > 3 2' > CD ti Ln > Q) >> V) Z Ln Ln wco W =< C) > LLJ CT\� U- C) 0- U) U); Of < U) CL LU > 0 OpZW C) ,t"/C LLJ_j 00 LAJ '7 1/4" > > > > (L) > V) Qx Q) a) cn 344' V) CIA r -j T, 0 > V) a) a)1111111 D > > > a) m a) a) m J/cm C'4 3/4" roo> M . . ....... . . .... . ............. .............. . ..... ................ ...... . ........... . .......... . ........... . .......... . .......... .............. . . ............. ......... .......... ........... . .......... .......... ,mow .......... ................ ......... ......... ..... .... ....... m M m > > > cli Q) > NQ) c U) Qj un —Z t7 C �u 3 4" . .. ........ — ------ t 3/4' /t 3/4" T I 3/4'IT t7/ 6 s11 llL ol > LA N> a) U, > 3/4 co > M = , W / 14T Ln C14 a) ES m M.icw 5 z >. < D ---40 -LnO/\VI-NOI1V9I2I21I-433Od021d VQIdOIAH. ')V39-NOINA09 ' AO-Alio SIN3WI2WdV IdOlAVdIW I I I I F z (Cl),/ b Or) 7r)CZ 3/4' x ws— . .. . .. .. .. .. .. a) > 'a s sno a) a) NSIS 3/4', — — — — — — — — — — — — — -7m — c) & >1 CIO cNi z a_ a) 0 E �.0 EU) > z Q m a) LL0 c) -cCN ( - A -2 go LU JA _j N ED LL t'/C (D a - Lo Lu CN II p �_ C3 > a) 0) V) LU . ........... ..... .... ...... . ...... 0AWO C6 �I�S�M.ZON w 0 Z) LL _j '3 � P V) X III LU LU z LU �� > Q) 0 IIS _j > I III W_"*"'+ 3: z z If, u Ln 2 LLI U Z z LU LL 01, _j < < �o LU( MI.O& t7.00S z .... . . . . . .......... J III t t /4 _j 4 -t 1-/' 4 7- T III > ---------------- --- - - (U 2" ........... a) 'u — LZ a- uM ino z U)CN j u -U) < Ln L: > > > a) V, N(N CD .. . .. . .. . .. . .. r1j w Z_ .. . .. . .. . .. . .. .. .. . .. . .. . .. . .. . .. . .. . .. . .. .. ''I . . .. . .. . .. . .. . .. . .. . .. . .. . .. .. . .. . .. . .. . .. . .. . .. . .. . .. . .. . .. . .. . . UO�- .. . .. . .. . .. . .. . .. . .. . .. . .. —.1 "1 "1 ''1 "1 "1 11, 1 � ' ............. .............. . ..................... . .................. .......................... I III: LU_j 3/4' w Lu > L) U) > > CR > > aj U) U) 2 (14 LA > w> N111 �77/ A" varaoia `xovas No,1NAOS aNVnTTnosss2Xav2sW �0 0 k ero-6 Mroaa �d3LSM3xa3a dN a a wNi �a3noaadv w W U wN1 a3N`JIs3a 133HS b3A00 o y A-03 d:NMtlaO •,,'^IM�b` al3H m� o apa why w-p J ryvo - u5 .Q� Oi o ia�rc 'a,ti`<OROQ ama j- omw r a MnmammrQo s m as moo Z 5 oN - Q pSJ w��34d�33o _ _---02 �E� -rc3z vO�'v pia OHM ohm -_ z2x - u3Wi3ay.-w� uuuuuuuuu� H-.-22222.-22.-2.-F- 29— LL — oaaaa=� �Nm mmmo rrrrrrrrrr�rrmm_ O W V� � �x za JIEEEcl 00 aAl9 1S3bOV3S ano boa �1'�LL V m � H 2 Df 0¢ a z a Cn U U o Lu ul,„ J - Q U w co O x LUo Q o ul z W <Z� _ �LU LU w W � o Q az Z O Z Z }O 96-1 z LL. m Wa J pw: 3 w€rc Ad - z a H. 3 s EH z a� �Vd _wH= Z U p x p8 t ti 3 €� - � 2 ymm� d WI a a..dK UsrN3u� varaoia `HOVas No,1NAOS (INVATTOOEI IS2XDV2S W 66ReL#Mf0ad SIN9WIaVdV'dOldV'IIW ¢ c� N ,., qr wNia3noaadv NHId 3JVNIV210W w W U J a ��aLL € q �fyyXY VtlNl 03N`JIS30 ¢r LL q��°,.•° N°°S d:"al3H 8'ONIMID'9NIAVd o I ._ J a I s� � sQ N 25 ° f �, _------------------------- s� � sQ N 25 w 0 IN mm \� • op po LLo Q�� �w -- — 01 �om w �I Ilil� _-- -- 00000000 = w w w r r a o E 000000 �� ols F varaoia `HOVas No,1NAOS �, No (IN�TVr�/1T�TTO�TOH IS2XDV�TNS 'N o N .3 3wNi-a3noaadv sd�a� . 66RBL'#lO3foad S�Llu1WIa VdV QOl1VdlN Wd JNIdI2�M a w � ¢r �V W U OJ e Cly S VtlNl:ON`JIS3O d:NMVaO `JNINJIS `DIHEW03J _ �`� o LL = O a o O,3Id ���w z m z� ., w 0 IN mm \� • op po LLo Q�� �w -- — 01 �om w �I Ilil� _-- -- 00000000 = w w w r r a o E 000000 �� ols .a .g oma z 3v e mLL m _ �`� �w w� zJ a o I � r11i ���w z m z� ., w-- o r e>rvca— �Q l w -�.—wa__ _ 1 pG� a r a W pnjyl,, s,il;. aH°n3; 3a In v}Varao�id'HOVag N�oiuNA09 owo�w wa addg m _ �tt 4N iJ1'� .. bnn aorn �r n. y66RBL#1�3foad �3wwoouox3diaa IRS Ai UQV�.R 111�Q wLO.R Q�V.RJ X14 E ��-/ P- v� CR_ 5 vk" Yc n N w q r 3 "' gdd �>,an3<�a �uw,3�n,n�s� zzro,n = a SINSI�is2iAV MO'I, VER NHId 2i31HM31SdM I frr11 a li m� < w� GV W U AM U3noaddv b �aLL MAW �sr crX� wNia3Nais3a ar w LL NoUeSd :NMtlaO w 'S ?J31dM m swos �3a 3iw ory rvi n-wv3 w M k�m His 15. M Sze 3gg w H - I aRE L L Ong <t os E f &NR plig=_god. sdd In v _ ON owo�w wa MEQm see =OF yyKN 6 SSR m 3aa � ��B c ---- a i m sn S.b r m • u� GF u b i :�i SB �,� �b c;e =�y� A IQ�x � be I- 11 e's Avg b m p«g� _V sdis gil v �. coi @w `s IT- V� I a� IM ��w N a�waLL =p Not �w g owo�w wa addg m _ IRS = Q3 z a w ao a =�a ��o �o E AY CR_ 5 0 w a oma oojp�opgR. w gdd co a a I frr11 a li raw¢ b w oJa Jj w t - ss q - - k G , It addg m w e E .: E IRS 1 sNN nom Inommom _. = j "�__= V�lkl f varaoia `xovas NOiNAOS (INV TTA�S lS2XDV2S W o N �,., qr F��o�r� ' � ero-acuioaroaaR SlN9WlaVdV'IO'IdV'dIW iI91HX310V?J3A00W w c� W U wNi�a3noaadv �pp�r )�Ib'�b`'� wN1 UJIN 1530 :N v1 1NVKAH 38J ¢ r h o LL (n sNN nom Inommom _. = j "�__= V�lkl f ""= dQRI07d `HOddH NO,INAOS o 0 awM, "�3" �uozrs aNVnTTnosis2Xov2s.N ero-av�uioaroda n 3 SIN9FVI VdV'IO'IdV'dIW c� mw q r VVq Ni O NDISIO w W U O1 VJNl 03N`JIs30 SlIVEO 3JHNIVdG JNIAVd � o N O V /J� ppd Ca,„s NoUeSd :NMtl210 •,,'^IM�b`^•,,• :0131 3^ 9 } Q = J I.sl I is. � pfa wz5 - p o YH m � G G Y €fib w- �5 _, 0 ¢o o 0 o J p ���r�gawa �r ~amm=o �mr�m z o r - z o ,Q�go GO-gyp”�wo Hw r �J =" o� o� H�mzg� - wh aw Z po �6 F varaoia `HOVas NOiNAOS �• d m ? �rxi �3w.o�u��a 3a �u<<�« (INVATTOOH IS2XDV2S 'N o GV n a r V yero-acuioaroaa SIN9FVIaVdV'dOldV'd1N a M w N VgN V-03A021dw W U O1 wNi-a3NDisIO3aSlIVEO 3JHNIV�Ia'� JNIAVd � a = o d'NMl2H TII L W m� �o m W w w w W� w ZL- w w w z= w=1 U U CWLLJ fl « V) v O W b � Z W U W W Q f U� � U J r Q ~ m U w � G� G� LS � Z5 T O O O O O U aU o U WW.6 WI vacsn w n m i a a t fi .now tlQRIn `Hovag NOINAOE o 0 CINVATHIOH ISSUVES M = o M ami — ey,�l J „a 6678L'tt 1�31'Oildcn 3 SZNEWZ2I5 V W IE'dIW co wNi-aanodd& m w V m wNi�a3N�is3a SlIVl3a 3JVNIVdO'B JNIAVd PoUs s d'.NMVHO m ❑ W 54-40 RM i z s� OE pip Nei a a lh,t " n 2 yg 0 -- s � 9 — S _ 1 I - nn e w �a 1 I - ti� rpt f' r {r e t no w a3a 3a a vamo A `HOV22 NOINA02 o 0 Q2IHl1ETIOH ISEUVES 'N o � 3`,fJ,v J 1nJ d 3 innB6C'6J'M1�31'Oad SINEWIMVNO'IAVHIW co o � � a a �" wNi a3noaddv w w U es d3Nmvaa SlIVi]G KVNIbdOi JNIAdd o o U "„gbh m,o :O131d —IM”, Siva ory k' ......{ .. P. d� a a ON - -= �u a a ON - -= YCIMOld'HOVag NOM09 I'll Ol (INVATTOOEI IS2NDV2S 'K SINHNIaVdV aOldVdIN W ori ANI OAAOdddV ANi OIN SJU LU < A-03 d :Nomv� S�lVi3O'd3iVM3iSVM � H31VAA aIA sloisill, Siva ON Alt, 'e", L fY 4 M p M H, 0A fY 4 �4 9 5 f N� Ic Or, 0g y fY 4 �4 f N� Ic Or, Ic 2 TV x�,�� �� a.n3w.o�u�a3a�3a �z varaoia `xovas NOiNAOS d " .............. �, No MA IM ASK 'N GV .3 n wN [177��TTrr��TT��TTjj��TT�] �1�T ��TT{]��TT�T S1N9 1a V d V QO11 V Q1Yu a w W U 3' `to k sd�al 66RBL'#1�3f0ild vJNl-03 m dtl N1:adN`-Is :NMtl2 d S1IH13a b31HM31SW H31VAA H a XT w NW ^ a .; ♦ e gH � 3*101- 'r z _ n a Yl_ _ ; - a�zaa x,w nmz, z >� H3 > > _ - L _ 7w _ a -------------------------------- ©€ MW 1 W 1 - `� m$�g: i 1 1 A i '-"9g IL p ----- s I a� varaoId `HOddH NO,INAOS o 0 Q2IF'/1III0H A2I0K 'N � c� n a k „� ��ero-anuia3roaa .�JNS�LH�dV HO���1R a 1 LUO dN as wNi:a3noaadv w w U m aV LL via ,ppsd $1IH1a b31HM31M231tM � O 0 o •,,'^IM�b`^•,,• :0131 M F N a�1 3 A^ 9 n e aE mKUM cY - — '1P, s � � 1 N i � HIM �� - v ; � e N 1 111 His N i its — m— s a " x_s1MMU ire Sp ohe WHOe6 ill Pill., varaoId `HOVdH NO,INAOS o N [(INVr�/1TTO�TOH IS2XDV2S W 66RBL�#103f0i1d S�Llu �7ll1L�LQ V d V Qol.7 V Q1Yu a wN ANl'03A0dddtl w W U AN1:adN`MVs SlIVEO b31VM31SW H3iVAA a Lu d:NMtl210 o (7 s e €I �ff rya e� m wm — io 4 zo. a-N ioou - ns " nh aJ t ^7.m i�S g am JQ "N wz w� �,§�,�� Fgq 5 j m s' a b�md fed T d 12— '�d " W F tv�� � xnd3llsM3xa3a�3a ��o�� varaoia`xovas NOiNAOS @ �, No N aw5 Y` Q (IN�TVr�ATT�TTO�TOH IS2XDV�T2S W o LCA @ a Q I .3 n wN SINN Ia V d V QOl1 V dl u a w W U 3' `to k sd�a� 66RBL'# 103f0i1d WNl'03A021ddtl WNi:adNDisd° SlIVEO b31HM31SWM H3iVAA o N o —'Sl— Siva oN a b�md fed T d 12— m D e N o a o m J 1 m s O �o 'M @ N aw5 Y` Q - �a @ a Q I z 03 n d m D e N o a o m J 1 m s O �o §.; 2« � • J: � � � � � � � 3 © ©! 2 73 >/: VqNi A -JS« mps`v!3&lo:n::! AUmnRaAagK SaVd\O#V'dA 2$]OamMSAVNVS ! )! T a 9 ! o { ,V mow,_I A F o€ varaoia `xovas No,1NAOS �, No y w (INVATTOOH IS2XDV2S W o .3 n N 3' `to k sd�a� 66RBL'# 1�3foad [177 ��TTrr��TT��TTjj��TT�] �1 �T ��TT{]��TT�T SINN Ia V d V QOl1 V dl u NHId IO?J1NOO NOISO�lW a w �9 W U wNi-a3noaadv °� `°'� ��°,. •° VtlNl 03N`JIS30 N°SSS N:N V; O T NOIlIlOW30 31lS ¢r o LL 0 A o€ y w n —� ' t i a� e i n tl� � aS A o€ A r d a W wN $ „w tv 9 varaoId `HOddH NO,INAOS aNVnTnos is2Xov2sN SLu1llLQ]dVQol7]QTu o N w W U 6RB#103f0id3 6� ANl'03AOdddtl �p s d:NMVa SNOUVOIJ1036 8 SHON lVH3NK o N o iso -oP E - QgN z� _- -v�� z FLLg� Wiz; �o�w - o3w�`5 som _ hso JgA - _ owp Dn - og�00� - - ca-i€m o o a<o 5z�o� �� �o - - H - Gw�aw w _ o �_ _Fa~W~b $soo J wad _ __ - -op�� r€6 0; ; - _ - - a. V�iE &apo - Foo LL �owaz - i�wF'i� 3 �a5 moo3�� LLohwar i„ w �� a� aaoi wrdwa» r d a W wN „w tv 9 varaoId `HOVdH NO,INAOS Q2FA IfOEIIS2XDV2SN SLu1llLQVdVQ0l7VQTu o N ¢ w GV �` W U 6RB#0f0id 6� ANl'03AOdddtl �- s d:NMVa SNOUVOIJ1036 8 SHON lVH3NK o N o boa mVw os� _o € .0 8 d mom �6 a o -wz_w `��"_� zN6a s - _ -E - �-� Q o c - � - w w �- a oo pmtw w wb gbh oE? -� o o€w"o 8pap `a NNW "' - o F N o'o _ - z w6 s6 Rio 9 okmzo o '21 go _ p wiz p W z � o ps =�z Ye- - - n2;mffi M- -pom-- o i8 - - - _ oN eo X43- ofg ?mom gooNp¢ Rw _ _ _ _ _ �w� -- gwo - _ §m ~_ = 'y6 - o _- - _e�ae _ ��' �o¢p VSw� _ as - o o �o �_ - £` o w 3 asci o5� z�gz _ __��x oN3 6aLL o��� r3 3a woo o A6 - 2' - -o�w - - - cello p� - ��� s SYp€��a - - CI-� 1 �i o�z� a - - - o - - - _ - - o IObSS ❑ 'HOV38 WIVd 1❑M `l06 lilAS "OnIB SINVI HOVIO NIVd 5S91 S31bI00SSd ONd 'l.Hi2 VJJW '003�O6 No ]AvNlh CUA �N z oWa"iHadis 31 ' wao r M L 7f z "a g m .! A &Xm 25 1 Amos a 0 `o 4 aciMm a) 5 4 F _ QLLQ m f' x n 1p a a � _ �. Ft u _ G m a .a�„ A, s—s"s r vi a E E � F E x �u � n na .v his " .� 5 �' L i m a h J 6 m A j w `a SH oil z x .y Uao a� o3wa b " �.low A 1{ U�'nii .f a N 7 rti 4yy{� . LL ilio, 3� n m 7 7 PHI f_ �'... &�.fi l _ e WE 10 � q fi &' p u z s; n gigj r Q N o° SUO raj. Y I i h d ^ass aiF ifs u s Vis, mHMO k� a � aaa aaink d cxs�k�s°�asiR" � 114 t p4 v i P J e= _ ags,y a aui M � r" .! yy ( qqd ` Y�YCP ; v as" MAJ1d a s..- s3& s a !( X184 NOW ; t a & v 'ot i OPi j3 k t i.. _ k ` � 5r ` fs [asr s1A{ Amilmom 9993 t3 % i�p�VEs? h {l ¢ y F rp. 5 4 3 e �,. g 0 w $ I I`IIIIIIIIIIIIIIIII I r q VIII�I 7$ ae"s 0 H d U 0 � rs !RIM.ad 63 j Ai vb 3Aa.s�s%� s s n s a II firsh r — E -- a " p¢ x " ARE", ` � 9g a � �� f5 � a 9i i yp {+ " y c k _ � { 4 t {p 3AP i nut r9�� �as.K��@. �r i I� 9 g v 6 t 3 §3 H Si T YI I�pf J ^^ iNTERSTATE95 NOO°4 EE '1'96.13(m) C Iz EXHIBIT "C" CONDITIONS OF APPROVAL Project Name: Miraflor Apartments File number: NWSP 22-003, MPMD 23-005 Reference: 4' review plans identified as a Major Site Plan Modification with a February 9, 2023 Planning and Zoning Department date stamp marking_ DEPARTMENTS INCLUDE REJECT ENGINEERING Comments: 1. An approved addressing plan is required prior to Site Plan Approval. No permits shall be issued for construction of this project until the applicant submits the required addressing plan and it is approved by the City's addressing committee. 2. Final drainage plans and calculations in accordance with the 2010 LDR, Chapter 4, Article VIII, Section 3.G. will be required at the time of permitting. Should final plans and calculations require site or building changes, the site shall obtain a Site Plan Modification. 3. Obtain an engineering waiver for parking stall dimensions and driveway width, or obtain a Site Plan Modification to provide standard driveway width (25') in accordance with latest City detail K-1 and standard parking stall dimensions (9.5' x 16.5' w/ 2' overhang) in accordance with latest City detail K-3. UTILITIES Comments: None, all previous comments addressed at DART Meeting. FIRE Comments: None, all previous comments addressed at DART Meeting. POLICE Comments: None, all previous comments addressed at DART Meeting. BUILDING DIVISION Comments: None, all previous comments addressed at DART Meeting. PLANNING AND ZONING Comments: Page 476 of 812 Miraflor Apartments (NWSP 22-003, MPMD 23-005) Conditions of Approval Paqe 2 of 3 DEPARTMENTS INCLUDE REJECT 4. It is the applicant's responsibility to ensure that the application requests are publicly advertised in accordance with Ordinance 04- 007 and Ordinance 05-004, and an affidavit with attachments (ownership list, radius map, and copy of mailing labels) is required to be provided to the City Clerk and Planning & Zoning one (1) week prior to the first public hearing. 5. If any conditions require the site to be redesigned, the owner and/or designee shall enter into a Site Plan Modification to make the needed changes. 6. At time of permitting, provide an updated TPS approval letter from Palm Beach County Traffic Engineering. I 7. At time of permitting, submit a plan which delineates the limits of the cemetery graves (including any unmarked graves) and provide a signed and sealed statement from the project engineer that the proposed development including the required infrastructure I improvements will not impact the existing graves, including measures to be taken to protect them from impacts of construction. 8. The subject site is located along a Palm Tran bus route and a proposed bus stop is labeled on the site plan along Seacrest Boulevard within the Palm Tran easement. Staff recommends installing an upgraded bus shelter. Coordinate the design with Palm Tran. At time of permitting provide an elevation and detail of the proposed upgraded bus shelter on the plans. 9. At time of permitting, revise plans to include a detail of the proposed private lift station with an opaque enclosure at the entrance to the apartment development. Include colors and materials of enclosure �I and include an opaque fencing and gate to screen. 10. At time of permitting, revise plans to include details of all proposed signage on site (monument sign and unit signs), including dimensions, square footage, font, colors, and materials. The monument sign structure must be located at least 10 feet from property lines and shall not be internally illuminated. 11. At time of permitting revise plans to include fence and gate details that comply with the requirements of Ch. 4, Art. III. Sec. 10.A. of the LDR. 12. At time of permitting, revise photometrics plans to clearly Indicate light fixtures will provide lighting in the warm white range of 2000 to 3000k. �l Page 477 of 812 Miraflor Apartments (NWSP 22-003, MPMD 23-005) Conditions of Approval Paqe 3 of 3 DEPARTMENTS INCLUDE REJECT 13. At time of permitting revise photometrics plans to provide wall mounted lighting at building and apartment entries, including details of lighting fixtures and revised spot readings. 14. At time of permitting, revise the field headers on the landscape plan with the current field name. \\Fps\main\SHRDATA\Planning\SHARED\WP\PROJECTS\Miraflor\NWSP 22-003\Staff Report\Ex C Conditions of Approval - Miraflor - NWSP 22-003.docx Page 478 of 812 DEVELOPMENT ORDER OF THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA PROJECT NAME APPLICANT: APPLICANT'S ADDRESS Miraflor Apartments (MSPM 19-008) Javier Cappelleti, Miraflor Palm Beach, LLC 7100 NW 12' Street, Suite 205 DATES OF HEARING RATIFICATION BEFORE CITY COMMISSION: March 21, 2023 APPROVAL SOUGHT: New Site Plan and New Master Plan for Miraflor Apartments to allow for the construction of a multifamily residential development consisting of 58 rental apartments within five (5), two/three-story structures with associated residential improvements on 3.87 acres, located on the west side of North Seacrest Blvd. across from Mentone Rd. in the IPUD zoning district. LOCATION OF PROPERTY: West side of North Seacrest Blvd. across from Mentone Road DRAWING(S): SEE EXHIBIT "B" ATTACHED HERETO. THIS MATTER was presented to the City Commission of the City of Boynton Beach, Florida on the date of hearing stated above. The City Commission having considered the approval sought by the applicant and heard testimony from the applicant, members of city administrative staff and the public finds as follows: 1. Application for the approval sought was made by the Applicant in a manner consistent with the requirements of the City's Land Development Regulations. 2. The Applicant HAS HAS NOT established by substantial competent evidence a basis for the approval requested. 3. The conditions for development requested by the Applicant, administrative staff, or suggested by the public and supported by substantial competent evidence are as set forth on Exhibit "C" with notation "Included." 4. The Applicant's request is hereby GRANTED subject to the conditions referenced in paragraph 3 above. DENIED 5. This Order shall take effect immediately upon issuance by the City Clerk. 6. All further development on the property shall be made in accordance with the terms and conditions of this order. 7. Other: DATED: City Clerk \\Fps\main\SHRDATA\Planning\SHARED\WP\PROJECTS\Miraflor\NWSP 22-003\Staff Report\DO - Miraflor- NWSP 22-003.doc Page 479 of 812 I W= 0 .sr. ri6irEUN�OVO`d 31Y15' tl ....... .. S6 31V1SiJ31Nl 2!, (D V) E E CL CO CO co oU) yr 0 " a) .-- 0 0 � cq M U) z cl Z I—F I+- U) U) (n C) co co U") 01 co (N 'tt N m U') (3)gRi > A, 0 04 co 0 m m co E E cn CL O0 0 o 0 Z) a) (D CID CO M 0 04 CO (D V) CL CO co yr cq m � cq Z m In co 41 ................ ........ ........ ........ ...... CID rH co IM m m E C2 �2��? CIO I—F I+- U) U) (n C) co co U") 01 co (N 'tt N m U') (3)gRi > A, 0 04 co 0 m m co E E cn CL O0 0 o 0 Z) a) (D CID CO M 0 04 CO co yr cq m � cq Z ................ ........ ........ ........ ...... rH co m E C2 �2��? CIO a) 11 0_ = Y Z 2 (D U w o �a o <LL a Z °o Z C: M U)ca Q()� Cfl J w0) � . U a) a% L L U w W = W VU 0_ = Y Z O co U w O <LL a Z °o Z fq Cfl J X w C u to � Q )4--1 4-J u) uu L- 0 c tlo 0 0 00 I W I I ME I�,� �' � ��� �� , �. , Lli L— 0 (D.5 4- U) C a Cc - M - 0 F) CL (D L ti,> Q) m ui —CL 0 o 4-1 00 a) > < Q 4- >1 L- 0= -c 0 0 0 4m- M Q) -L (D �O D ( r_ (1) cn ---0 IIN;4- E E 0) m o F 0 a) w 0-6 E 4), 0 m a) U) 0 5, 0 L) m o 2 c: 0 W M C CL M W J11. 1-C 4- 0 -0 0 [n• -0-0 cr r_ u 0 ,+- 0) 0 0- c: 1. C;) ca >, 0 M 0 U) 4-5 0 0-0 a -C C M Lo +6 T) o > E x) a) E c m " — c L) Fn W M > LD AD a) c, c (D 0 0 0 4- E -0 M L) U- 4- LL (D > c M C: 0 E N0 > � �= 4) V)Ir w o 0 - - F, - L - - z CL d) co 5,a >1 7� mcf)< m iA (d .=.c w coo " ego}7nJ� a'aj U04UAC) �JDCi DI.IOO)LUGn UDI a11S /�JDUIUJI�2J� F�s,uma ° ... . . ...... L4 Of C) C; 4-0 AM U) N co N 3:C) (1) CN z -0 06 CN cu c1r) C) C) CU1 m N n U) mg, L aj 00 4-j � EL 0EN �Fn cu o0 -E N a) x C70 cu cn( C 0 E U G o • C a) co V � � m `) V J rI�� �I�� W a) o L M N w �M ON z Q �, o�o C QM � � M C L (O O Q �_0 ca � En EL LL �� OC � X � �� 0 +� o a) c� — o ECS O L p �^ L C �� L� LQ�� v� �_ • p �� z co E co U) a) n U) N i i oC: 70 0 >' N O N co (6 U }, Q0 O N O US -0 oO N Fo M Q) C N �O " ' O cO E V C cn O N O Rf co O U `~ •— a i U (u M d ch 00 C: O 0-., > O •V Co -C U cn C/)4-0 Q d CC:m Q z (� %4- U M 00 > co (6 N O N .U) -- N E a (nom`-•- L cU LO Z}' m O. -J �caNca c }+ N > Z O J > Lr-- C 4- N O �.�� OQ U 0-06•—�•— O Co QQW+= to -Q N z QQ ID '§ 11'Fn�m N 00 O Q0 O m O O1 (II W A. -O ■ U) o (1) 'W^ V O CL O L. n W 3 on 7e ls�aw3s . am Ooh N 00 O I- C:) O LO O 0) (II / I I I I` --EL--- rn-- - --- Ooh N 00 O I- C:) O LO O 0) (II I 96 31ViSH3iNl 00 C 00 C) Lf) a) n0 'W^ U) O CL O L. n N 00 O O LO O O1 (II n0 'W^ U) O C O L. n N 00 O O LO O 0) (II 4- 0 0 0 0 I N 00 O N O O7 m a_ o Rf o E op E CL C> > U > a) Z3 U }+ o O +� o � 3 0-0') M. a) > 4-- o � o a� -0o p o '� oNo �a= ESQ E o� �� Cu J (n o • c 0 ao, >}'. u)E= CO N L TUU o-0 o a. ��U a.c- Q 0U� O cn a� L (� E .� N Q 0 CU" � 0 > cu V! co E • • N 00 O N O O7 m a_ N 00 O M 7 - LO O 0) (II n 10.A. Unfinished Business 3/21/2023 Requested Action by Commission: Continue discussion on adding a Sister City in Ukraine. Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Page 514 of 812 11.A. New Business 3/21/2023 Requested Action by Commission: Approve the use of ARPA funding in the amount of $775,000 to pay for capital items needed to outfit the auditorium in the Arts & Cultural Center and to purchase equipment and furniture for the Woman's Club. Explanation of Request: ARPA funds will fund the remaining list of capital items that need to be purchased to launch programming in the Arts & Cultural Center Auditorium and at the Historic Boynton Beach Woman's Club. Capital items for the Arts & Cultural Center include stage lighting, audio system, stage curtain system, digital projection/video system, electronic window shades, a front of house systems control console and acoustical improvements. Capital items for the Historic Boynton Beach Woman's Club include banquet tables and chairs, lobby furniture, office furniture, serving tables and kitchen equipment. Approximate costs are in the attachments. How will this affect city programs or services? Arts & Cultural programming will increase in the City and will provide the City with a state of the art event space. Increased programming and leasing space for meetings, conferences, etc., can commence once the auditorium is completed. The Women's Club will be ready to lease for meetings, weddings and other events that can be properly catered. Both of these facilities will provide residents and visitors with additional programming and rental space, as well as create increased revenue sources for the City. Fiscal Impact: Revenue will increase. According to the Government Finance Officers Association (GFOA) ARPA Guiding Principles - Investment in critical infrastructure is particularly a well suited use of ARPA funds because it is a non-recurring expenditure that can be targeted towards strategically important long-term assets that provide benefits over many years. Funding complies with ARPA Expenditure Categories and is providing aid to industries impacted by Covid- 19. Alternatives: Do not approve funds. Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Page 515 of 812 Grant Amount: Attachments: Ty pe D Attachirrieint Description I Isf. of Capital IIteirris for Airls & Cultural Ceinteir/Wornein's Club Page 516 of 812 N 0 0 0 0 0 0 0 0 0 0 0 o O pp ,• c c o c o 0 0 0 0 0 0 o O o Ct C Ct 0 C 0 0 0 0 0 o O 0 u 0 o Ln o o c o o m Ln Ln o 00 a 0 N 0o N (no m t0 cn a M LD W N oo m 7— E E n LO W ^ in� V/ }Q}-�)in n N � N O ot C u 3 �, v o ¢ co a cp � � u v o J o ns j co z v to O L w E W C O O nS 'o E v x 3 v E p m co o _ u cc LL u v x E O ° v v !' c va'i y m J Q J Q c a in '� L O L° u E O O V Ln W WC �� ° �v v ° Sax° JO N u O al y vi o aJ O Q E N W aj W r = LLQ O- x o° o v v L 3 c ovn c g V Z .c �.3 U y v o ° y 3 > 3 LL c� ° v E Z Q OC a E Q� o y 3 u an W af6i W W C ii v a ns .> u C U o O p a J N a v L O o 48 L /O/A�C V Z � ° c¢ c c o 0 0 3 a ¢ o on y ° O W O v a¢ ai ro o—_ a u �° o m v Q a,Q H H OC u �o o v c c c s uo _c o a u y U c ° U Z Z d c y c a N O N� O c ra Y al aJ al o o C Q h v al N Q h W �+ u° ° C = u N a u C t6 > O -D o° v � � E O OV m J o00 to -o o c a'; X p a a'_ 3 v y °1 a ao 00 o ro LL Q J Q v x o = E o -o a3 noo x c a, v �o m c7 oa`a ° in L '�a O OC H E o x v `^ v v ° E o f u c v a o 9 = 3 o .Q c N o 3 a u U V v °° 3 E a 3 E a u v an 3 ' o V LL O c L c v° o ° o c a u 0Y KI L 41 +'' m Y N 3 a o a C O C p� O O -O bn '� __ N O E O v V O O y o `° y� LA a a, a ° ¢ ° ° L 3 o to w J E a c v a, 3 E two L° N Q c 3 a E a c c v o c v v no c O J U O K N �_ c u_ a —° x E p E 3¢ v o° a v 3bn ° v o x �, v n o u L a� °_° v o v o m N a C `� 41 h ra p �' _ 2 o V L v c WO � -o_ w �^ ° m E E S O O ° O C— H 2 u E �n 3 0 C 03 N o w L S aq L E L N O E O U J � ' T m aE, C al y c O v m O ?� E E 'a£ c c O C O y T N u t N al c G E E w O v OO m c N E E b0 m u E o (Ar +�° = LL a a0+ o .Op U O 3 aCl OV Q a O. j Q 0.o D C m Vf 1ba0 Vf O Li cr m aV+ Y 11.B. New Business 3/21/2023 Requested Action by Commission: Proposed Resolution No. R23-035- Approve and adopt the Recreation & Parks Department System Master Plan. Explanation of Request: On February 15, 2022, the City Commission authorized the City Manager to execute, in accordance with the City of Boynton Beach General Consulting Services Agreement RFQ No. 046-2410-17/TP, executed August 20, 2018, a Consultant Agreement with Gentile, Glas, Holloway, O'Mahoney & Associates, I nc., in the amount of $163,751.00, to conduct a Parks System Master Plan. The Parks System Master Plan is the Recreation & Parks Department's principal planning document, providing a framework for the provision of services as well as policy direction. The Plan will be conducted following national standards according to National Recreation & Parks Association CAPRA Accreditation. Services include conducting a needs assessment, analysis of Recreation programs and park usage trends, demographic analysis, evaluation of existing and future parks and facilities, level of service benchmarking compared to national standards, Recreation program assessment, operation and maintenance practices, Capital Improvement Project planning, and public engagement to provide a ten year plan for Recreation services in the City of Boynton Beach. The final process to complete the Parks System Master Plan is to present the final report to City Commission to formally approve and adopt. How will this affect city programs or services? Fiscal Impact: No Fiscal Impact Alternatives: To request revisions of the Parks System Master Plan before adoption. Strategic Plan: High Performing Organization Strategic Plan Application: The System Master Plan provides guidance and policy direction for the Recreation & Parks Department's role in the community. The plan shapes the delivery of department -provided recreation and parks services in a manner that is consistent and complimentary to the City's strategic goals. Climate Action Application: Page 518 of 812 Is this a grant? Grant Amount: Attachments: Type Description D Resolution FResolubloin qppii'(.Mng [he F'Recireablon and Flak �Masteii,- Plain D Afta(,.,hirnein�. FlairkMaster F:llain ChapB.eir 1 D Aftac[vrnein�. FlairkMaster, F:llain Chqp.eir 2 D Aftac[vrneiM. FlairkMaster, F:llain Chqp�.eir 3 Flaart1 D Aftachirneirfl. Flark Masteir F:llain C1�)qp.eir 3 Fla 2 D Aftachimed. IlairkMasteir F:llain C.[)qp�.eir 3 Flairt 3 D attn. chic nein- fl. Flairk Masteir F:llain Chqp.eir 4 D OCIieir Flairk Ma steir F:llain F:,liresentatloin Page 519 of 812 I RESOLUTION R23-035 2 3 4 A RESOLUTION OF THE CITY OF BOYNTON BEACH, 5 FLORIDA, APPROVING AND ADOPTING THE RECREATION 6 & PARKS DEPARTMENT SYSTEM MASTER PLAN; AND 7 PROVIDING AN EFFECTIVE DATE. 8 9 WHEREAS, the Parks System Master Plan is the Recreation & Parks Department's 10 principal planning document, providing a framework for the provision of services as well as 11 policy direction; and 12 WHEREAS, the Plan will be conducted following national standards according to 13 National Recreation & Parks Association CAPRA Accreditation; and 14 WHEREAS, upon the recommendation of staff, the City Commission deems it to be 15 in the best interests of the citizens and residents of the City of Boynton Beach to Approve 16 and adopt the Recreation & Parks Department System Master Plan. 17 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY 18 OF BOYNTON BEACH, FLORIDA, THAT: 19 Section 1. The foregoing "Whereas" clauses are true and correct and are hereby 20 ratified and confirmed by the City Commission. 21 Section 2. The City Commission of the City of Boynton Beach, Florida, hereby 22 approves and adopts the Recreation & Parks Department System Master Plan a copy of 23 which is attached hereto and incorporated herein by reference as Exhibit "A". 24 Section 3. This Resolution shall become effective immediately upon passage. 25 S:\CA\RESO\Approve Recreation and Parks Master Plan - Reso.docx Page 520 of 812 26 PASSED AND ADOPTED this 21 st day of March, 2023. 27 CITY OF BOYNTON BEACH, FLORIDA 28 YES NO 29 30 Mayor — Ty Penserga 31 32 Vice Mayor —Angela Cruz 33 34 Commissioner — Woodrow L. Hay 35 36 Commissioner — Thomas Turkin 37 38 Commissioner —Aimee Kelley 39 40 VOTE 41 ATTEST: 42 43 44 45 Maylee De Jesus, MPA, MMC Ty Penserga 46 City Clerk Mayor 47 48 APPROVED AS TO FORM: 49 (Corporate Seal) 50 51 52 Michael D. Cirullo, Jr. 53 City Attorney 54 55 S:\CA\RESO\Approve Recreation and Parks Master Plan - Reso.docx Page 521 of 812 H 7iiiIIIIINI�N IMII CITY OF~Az NTON E A C H Parks and Recreation System Master Plan Page 522 of 812 AAAAl A ori/////i0/ ......... .. � ......... . ....................................... . ......................................... Boynton Beach H, 11", 1 V/,,/141/�114 G I I/I�J 11"11--l' "I'l,"Z r,, N 7iiiIIIIINI�N IMII CITY OF~Az NTON E A C H Parks and Recreation System Master Plan Page 522 of 812 0 13 iWillifA FFM W Plan Purpose Fl)e past few years I,iave seen a resurgence rn apIj,,)reclatlon for i-ecreation, and puHilc spaces"'. F:rolrrithe soci6� impacts of -the Covi19 joairudemic, to trends irl Urban design for creating w6�kaHe communities and "IpIbceniaking" desknations, 'there is renewed interest, in the route of i-ecreation in our kves. Reiriqiagine ReIre atiolig seeks to seize ont[-iis mornent as an opportunity For -the it of Boynton II3Eac[-i to think hoksticaHy ........ . . .. and asp,,)iration6Hy about the future of the city's recreation and jourks systern. " Rei irnaglne Recreation" was chosen as the nurne for this pI�an because "Fill° Ikeacjers were cory-urnitted to pI�achng a greatei r......... and more creative enip[-iasis on joarks rn Irecreation's IrCn I�e within the COMMUnity over the next decade arid ler ond. This plan is based on a complete analysis of the parks and recreation system and its context within the city, including the Department of Recreation and Parks' structure and resources, and all facilities and programs. Community input was also an integral component of the process, employing a variety of methods to reach thousands of residents. Parks and recreation system planning allows for thoughtful and intentional progress and improvement, rather than reactive solutions to issues as they arise. Reimagine Recreation's intent is to examine how the City can, over the next 10 years renew and expand recreational facilities and opportunities, respond to community needs and priorities, and improve the overall quality of life for residents. Reimagine Recreation is also considering creative ways that parks and recreation can help address critical citywide challenges and opportunities in the City of Boynton Beach, including public safety, stormwater management, and economic development. Finally, this plan is also important for the Department of Recreation and Parks to achieve reaccreditation through the National Recreation and Park Association (NRPA) Commission for Accreditation for Park and Recreation Agencies (CAPRA). CAPRA provides quality assurance and quality improvement of accredited park and by providing agencies with a management system of best practices. The Department was originally accrediated in 2006 and received reaccreditation in 2011 and 2016. Ihttps://tc)day.uconn.edu/2022/09/covid-rekindIed-an-appreciation-of-nature-for-many/4 07 Page 528 of 812 0. 2 1� �ACKGIRO( JINID "We make kfefun�" Fhe Departrnent's dogan is appropriate for a city that its in the heart, of South Horida's east coast, a region where Ipriorti in fire e in the sun and hn the water has �ong been centr6� to th Ihfesty.'The history of the City of Boynton Beach 1par6HeI�s that of its neighboring cities, her the arrivIII of the raiI�road spurred deveI�oprnint in the earIlly 20th centUry, sparking a qrowth trend that has gerieruIHy continued unabated (and above the American average) for- over a centUry. Situated roughly 60 miles north of Miami, the City of Boynton Beach benefits from the strong economies of the larger cities to its north and south, while maintaining a lower density, predominately residential land use pattern. Despite the city limits touching only roughly 400 feet of Atlantic coastline, the majority of residents live within three miles of the beach, and the City - owned Oceanfront Park (located in the Town of Ocean Ridge) is a popular destination for beach - goers from throughout the surrounding area. The City of Boynton Beach was founded in 1898, three years after the Florida East Coast Railroad established a train station in the area. The town was incorporated in 1920 as the "Town of Boynton" and was renamed in 1941 to the "City of Boynton Beach." Over the last 10 years, the City of Boynton Beach has been one of the fastest growing cities in Palm Beach County, adding over 12,000 residents. This U/it . t P itV 14 1 v e r si t both in age groups and ethnicities—signal that it is an appropriate time to think strategically about the future of parks and recreation. 18 1 REIMAGINE RECREATION I BOYNTON BEACH Page 529 of 812 Important milestones in the history of Boynton Beach's parks and recreation include: 113coyiii IBBach fouinded. Cii-eatioin oUthe 113oyiii Wornaiii 01W-) �9O9 Oty Library and City HAI Recreation and IPaarlks Departiment receives C` PIR AcciredRaVon. ii in new Town Square Devellopvnent in JWy. 7Wo Recreation and I aarlk Ih epartiment receives CPlRIReaccirediitatiioiii unique p1laygrouinds are iiiii in'Towin Square - Recreation and Parks Departiment receives CAPIRA lReacciredRaVoin. oine for chiildren 2 to 5 yeairs, giD— adjaceint to the SchoollAhouse 01hVIdirein's IM use urn ; aind --129D ainotheir foir 61hVIdirein ages 5 to 112 years, adjaceint to the Cdltuiii Ceinteir. MUSA Page 530 of 812 Womain's Olub (502 E Ocean Avenue) ellectrified oin Deceiii 6th the first town e�lectirffied 1,,wiWing., New pavflion and E)atlhiinq 1,,)each coinstiructed on the ocean front1 21 pimp erty owned by the town. 71he new Worrian's Ciub bufldinq oinFedeii 11--fighway is buflt, 1 25 designed by Addison IMiziner. City of Boynton IBeach Recreation Department 1955) Negro Civic League (IIater calIed the lBoymntoin IBeaacphm Ovic League) City lBoyntoin IBeachw to ciii in February, approaches of about gaiining access beachfront. They weire toid there were no funds to buy 1ifflore In Jan. 3, Wflisoin Recireation beach property (Boyinton owned oii 1,000 feet of beach). Biack Center (navned after citiizens were not apoad to us the City owined 1,,)each, so the colirTimuniity Ileader 71heodore Mlsoin) 1960 Uty proiii thern a swivniming pooL and swiimiii pooll, seiii the segregated Mack Oin the 4th of Afly, 30 African Amerkans visited the Whites-OnIly coirnmuniit y, was opened. muinocipall beach of IBoyinton Beach. "Wade-iins" were a form of protest Ihneing pan tMpated in iinnany towns, oin beaches and in imiunicipai pools, where African Americans were forbidden access. New Ovic Center, buHt at lBoyinton Beach's imuniciipM beach is owned by Boynton IBeach, 1")Ut cost of $100,000, opens in is surrounded by beach owned 1,,)y Ocean Ridge, and as previous IlDeceimber agreement with Boynton IReach all ows theirp6licejuriisdiction theire. Ocean IRidge poNce hTimediatelly 61osed the beach; howeveiii Saiii Ann Coston 0910-1995) Boyntoin Beach officialls arriived soon thereafter and reopened it. starts a daycare at Wikoin's Over the next severM days, moire Afirkan-Ameriicans came to the RecreaVoin Center, which pateir beach, organized 1,,)y Boyntoin Beach resident WHINe lmflIer., Oin Jkj�py becomes Boynton Beach Chfld 9th, Oceaiii Ridge pofice chief ciosed the 1,,)eac1h, »ayi the had Care Center. received threats of vii6lence and the IPaallrmu IBeach County Sheriiff's office was cafled. Ocean IRidge thein einacted as new ordiinaince re,trioti ng use of tlhn Ilieaches, to residents to forestaEl Maarger protests., Giii— Ezefll Hester Covniii Center opens in the suvniii as $2.5 ii center with as gyminashni and exercise area, an arts and cirafts, roovn, and as teen room with po6l tablies, piinq-pon tablies Named after city cairn imiissioner., Oty Library and City HAI Recreation and IPaarlks Departiment receives C` PIR AcciredRaVon. ii in new Town Square Devellopvnent in JWy. 7Wo Recreation and I aarlk Ih epartiment receives CPlRIReaccirediitatiioiii unique p1laygrouinds are iiiii in'Towin Square - Recreation and Parks Departiment receives CAPIRA lReacciredRaVoin. oine for chiildren 2 to 5 yeairs, giD— adjaceint to the SchoollAhouse 01hVIdirein's IM use urn ; aind --129D ainotheir foir 61hVIdirein ages 5 to 112 years, adjaceint to the Cdltuiii Ceinteir. MUSA Page 530 of 812 BE iooi �1 a �n �ill uuu 'il ��rl 9 �P �ro c e s s Reiii magiii Ilie II,, ecireatiori fws a four%-­steIIS sl-ratog ic IIS nnhng P r ocess, r ooted in data and designedfor adaptafion and flexibihty. IEach p[iase ofthe process buiUs on t efindings and corickisioins frodura t[ie previous Iphases. CHAPTER 1 - Context Ana�lysis examines the existing conditions of both the city and the parks and recreation system within the City of Boynton Beach's existing challenges, opportunities, and vision. This focus includes a review of previously O completed plans, the City of Boynton Beach's existing and projected demographics, the state of the Department, recreation programs, and parks and recreation facilities. CHAPTER 2 - Needs and Priorities Assessment identifies the gaps between the existing and desired conditions of the parks and recreation system. The process is based on a proven "triangulated" approach to identifying needs and priorities. It includes various anecdotal, qualitative, and quantitative methods to determine top priorities from different perspectives. Chapter 3 - Vision outlines a vision for the plan based on* 1. Findings from the first two phases of the process; 2. Best planning practices and principles; and 3. The unique desires and aspirations of the community. The vision includes an overview of the Department's Mission, Vision, Guiding Principles, Actions, and Policies. Additionally, it provides a physical vision and description of the parks and recreation system and level -of -service metrics that will guide the City's parks and recreation system over the next 10 years. 4 Sb,iXt'egy includes a summary of revenue projections, and a phasing/funding plan to implement top priorities based on available and projected funding. The Implementation Strategy also discusses the proposed role of the City, private communities, developers, and other partners in realizing the long-range vision. 010 1 REIMAGINE RECREATION I BOYNTON BEACH Page 531 of 812 1*7w,hM* RE -ACHIEVING CAPRA This rigorous planning process is a requirement for the Department to achieve reaccreditation through the National Recreation and Park Association (NRPA) Commission for Accreditation for Park and Recreation Agencies (CAPRA). CAPRA provides quality assurance and quality improvement of accredited park and recreation agencies throughout the United States by providing agencies with a management system of best practices. It is the only national accreditation of park and recreation agencies and is a valuable measure of an agency's overall quality of operation, management, and service to the community. Reachieving CAPRA accreditation is the best way to demonstrate that the agency is providing the community with the highest level of service. 91911, 1, '%T I' it or //ii /iii r ///r ai a pi. f� r % Oii��ai/////// 'nun/ ' ��iir � � „' , ',/'ll/w�I '�,Y�' , �I 'o`,',� ', /�',,';rw (u , ra'�,r�,�;�� r,,, �mJ�I II/�',.d�/ „il� �/,�, � /1 r o/ / / d "� J, j t l /( / � c o w'1/ r � : �; � l � � o� �, � l (�'� � I . � I�. I � � I' ��1.� al b l I � I� �� � � a� � o; 4'`I „� �,11: � � I � I'°w o� � � a� I .�., �/ ��. Parks provide a critical opportunity to strengthen the fabric of a community, weaving together social and culture with the built and natural environment. In a dynamic community like the City of Boynton Beach, understanding the nuances of context is extremely valuable to contributing to the overall success of the plan and its impact within in the city. The complete context for Reimagine Recreation is understood through the review and analysis of the following three context elements: V "IM %v raaaraoio/vi / VIA i / 0000,/oo/Doo//a/oro BE/,/aCI a'r,° R11 ANINIED C f0 % ��`N;T ;,;;, XT projects previously completed • _ City of Boynton Be BOYNTON BEACH'S DEMOGRAPKIC CONTEXT N,r • existing and projected population of of Boynton IBOYNTON Irl;;A/° fS PAWKS SYSTEM CONTEXT The organization, condition of of Boynton Beach's• parks • recreation Page 534 of 812 /� r// P ' 1 I ��o� a� � / ', L,ob awl l F n L // l 1 l r l P l � �n ;� � �l � � / 1 l F e � � � � � oo � o�! �� � � �l �✓ �..1 a/ ��':� �,�� � ,� <� � � . ;Ilt ifY �ey cr e ',u ' p 1.J,r.G/ ;1 I 1 ;� ;��.� wIl...o,"; </Iseo/ ,clams l mar l l f , c " . A ,[d cD f ,.r ,.ri l d e d1 f , as (,,a.6 ( ' Y S' f„ ("".1 /oA are r, I I o II L ;,N r, a 1. e c f A.r oli are r o/ / / d "� J, j t l /( / � c o w'1/ r � : �; � l � � o� �, � l (�'� � I . � I�. I � � I' ��1.� al b l I � I� �� � � a� � o; 4'`I „� �,11: � � I � I'°w o� � � a� I .�., �/ ��. Parks provide a critical opportunity to strengthen the fabric of a community, weaving together social and culture with the built and natural environment. In a dynamic community like the City of Boynton Beach, understanding the nuances of context is extremely valuable to contributing to the overall success of the plan and its impact within in the city. The complete context for Reimagine Recreation is understood through the review and analysis of the following three context elements: V "IM %v raaaraoio/vi / VIA i / 0000,/oo/Doo//a/oro BE/,/aCI a'r,° R11 ANINIED C f0 % ��`N;T ;,;;, XT projects previously completed • _ City of Boynton Be BOYNTON BEACH'S DEMOGRAPKIC CONTEXT N,r • existing and projected population of of Boynton IBOYNTON Irl;;A/° fS PAWKS SYSTEM CONTEXT The organization, condition of of Boynton Beach's• parks • recreation Page 534 of 812 I , 2 9aa f. Cill"ll"Iii""y of Boyn"Iii""'an P,""""unned Conl[ex""ir/ e c "r i o r""[ pr' vi (/,,,,"J e s r/ overyew o,fl-'ie Cly o" ,///`//,�/oyritori Be(,,,�,d ['s n n e,,,,/ cor"'i'rext — recent p�cr"�s corr for 'H--",�e 0"ry ctmd e , "'r, e r/ t r/ /,/"//,/j c,1"J', e n t �' e s s p e c c e � e r r e �i d'rs H io e . . . . ....... f, s r r i r""� e e c re c�, t o f s o,,j "..il"Ocur", ents H at R e i," ", a, e rj,,I f f Ir r"f p e Ji . ........ . e nr I n ofl-iers hr',,i to cor"rfir [ lr e rr f',,,,,% r i g f 0 1- w d 114 1 REIMAGINE RECREATION I BOYNTON BEAC71 Page 535 of 812 It of Boyintoinr, Beachj Stirateq�c ( �?r( 'Y 2020-2021) Manager by providing policy direction, resource allocation, and budget decisions. The city's Vibrant and Resilient Living: Provide, sustain, and enhance a smart and resourceful high quality of life while keeping citizens safe and intelligently responding to adverse conditions. Connected and Engaged Community: Encourage and share thriving community relationships among and between residents, businesses, and visitors. Robust Local Economy: Attract and retain a mix of new and existing businesses and jobs while fostering economic growth and development The following chart demonstrates the City's Strategic Priorities and the Service Delivery Departments: Strategic Priorities and Service Delivery Departments METE= The plan includes a progress summary of the 71 strategic projects from FY19-20, many of which will continue into FY 20-21 and beyond. The selected projects included for each of the 6 Strategic Priorities have specific relevance to Recreation and Parks, and are incomplete (shown on the following page). Strategic Priority Service Delivery Culturally Distinct Downtown Marketing, Economic Development, Planning, Zoning Building Wealth in the Community Economic Development, Planning, Zoning, Community Standards, Recreation and Parks Transportation and Mobility Public Works, Planning High Performing Organization Human Resources, Finance, IT, Leadership Public Health and Safety Police, Fire Services, Utilities, Community Standards, Risk Management, Public Works Environmental Sustainability Sustainability, Planning, Zoning, Public Works, Recreation and . ....................................................................................................................... Parks --- -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- �Ow Page 536 of 812 Progress of Recommendations from City of Boynton Beach Strategic Plan M. M ME I '0MMMffil'/ , ......... // . .. ..... .. Project # Project Name % Complete Notes 2.6 Station Area District Plan 0% 2.13 Congress Avenue District Plan 50% L2.14 _ Woolbright Road District Plan 0% ,116 REIMAGINE RECREATION BOYNTON BEACH Page 537 of 812 �yuna126��nnnuec Progress of Recommendations from City of Boynton Beach Strategic Plan Recommendations:; The following are the StrategicInitiatives developed tobegin with FY2O2O-2O21: • Cultivate consciousness and develop aframework tmaddress racial and social equity inthe delivery ofCity services for the benefit ofall communities within the City. • Strengthen resource access tmthe City's underserved populations by maintaining a database of links that connect residents with resmurces, supporting relationships, and partnerships. • Build an equitable economy that will grow family -wage careers, advance opportunities for prosperity, collaborate with partners for an equitable city, and create vibrant neighborhoods and communities. • Create responsive, accountable, and cost-effective government programs and services that lead to Performance Excellence. Page 538 of 812 Systeirn�, Mastei,,,­ Nain 2015~2020 �— Uty of Boyintor Irl, Beac�?­[f Recirea6oin & Paildks ��e �p a ir­ilt e" i� "It, (,21���� This was the most recent master plan completed bvthe Department. |tprovides "overall guidance and policy direction for the Department's role in the community" (p. 4). |tincludes broad, long- range goals, policies and recommendations for the provision mfrecreation facilities, programs, and services, park acquisition and development, maintenance and operations, and administration and management tmhelp the Department develop the strategies and actions that will lead to success over time. The plan describes the Mission, Vision, and Values mfthe Department. � Mission: Recreation and parks enhances the quality oflife and nurtures the health and well being mfour community, economy and environment. � Vision: Our vision is to be a leading and well- respected, nationally accredited agency velLrespected,nadmnallyaccreditedagency providing exceptional, widely accessible facilities and services that meet the needs and contribute tothe health and well-being ofthe community while preserving its history and embracing its future. The Vision also expresses the Department's three contributions tmthe community, made in partnership with other organizations: 1. Contribute to economic development 2. Contribute to environmental sustainability 3. Contribute tothe social well- being and safety of the community .1,18 1 REIMAGINE RECREATION The Department's values fall within external and internal categories: External • A healthy, active and engaged community • Open space that isclean, green and safe • Excellent relationships with the people we serve m The safety, well-being and education of children m The safety, well-being and socialization of older adults m Partnerships with public and private agencies and volunteers that enhance programming and play Internal m Acommitment tocollaborate, communicate and cooperate m Acommitment to integrity, honesty, openness and courage m Respect for diverse cultures m Focus oninitiative, pride, spirit, teamwork and excitement Components: The plan describes the park system classifications and also the present condition at each park. It lists the indoor facilities, as well as proposed future parks and facilities. It presents Levels of Service standards (Figure 1.2d and it discusses the personnel structure and organizational changes anticipated. There isalso asection which discusses the "Cultune"ofthe Department and an Organizational Leadership Assessment conducted in 2010. Results are displayed in Figure 1.2d which reflects a Department that was ranked in "Excellent Health" in 5 of categories. BOYNTON BEACH Page 539 of 812 Level of Services standards from previous Master Plan (2015) RECOMMENDED LOS AND NEEDS 73,124 — 2014 POPULATION FACILITY CURRENT LOS EXISTING FACILITIES NEED PER POPULATION CURRENT NEED Baseball/Softball, Youth 1/15,000 6 4 2 Baseball, Regulation 1/20,000 1 2 1 Basketball 1/4,000 15 16 1 Community Center 1/25,000 7 3 0 Fitness Trail 1/30,000 2 2 0 Football 1/40,000 1 2 1 Multipurpose Field/Soccer 1/10,000 3 7 4 Racquetball Court 1/10,000 8 7 0 Picnic Area 1/3,000 20 26 6 Playground 1/4,000 20 22 2 Shuffleboard 1/5,000 16 13 0 Pool 1/80,000 1 1 0 Tennis Court 1/2,000 29 33 4 Bocce Court 1/25,000 3 3 0 Volleyball Court 1/15,000 3 4 1 Skate Park 1/65,000 0 1 1 1 is Organizational Leadership Assessment Flower Level E( etreafion mid 11,,As Dq)aOment's averige swore "ho luivehiken the OLA Page 540 of 812 rMA)MR, NOW IN 1 0 Ift ON M 01110 111111111111 .................. 11 . . . . . . 1111111111111111111111111111111111111111111111 iiuiiuiiuiiuiiuiiuiiuiVllU ilillluuuuuIII uuuuIII uuuuViiiiIU UI IllllIillillillillillillilliilliUillillillillillillilliilliUilillillillilIillillillillillillilliilliIillillillillillillilliilli�ilillillillilliillillililluillillilliillillillillilli��illillillillI MINOR 111 INUINK-M-1 E( etreafion mid 11,,As Dq)aOment's averige swore "ho luivehiken the OLA Page 540 of 812 ,",,Jeeds Assessin C"' 47Boyr-10in Beadh E, �- IL,Y ()T Receafloin & Paid s Der„ (202 11 This plan was a Needs Assessment study designed to "elicit interest, behavior, demographic, and attitude information from the citizens served by [Boynton Beach] concerning recreation and leisure." The purpose of the assessment was to help the recreation and parks department do its job more effectively, through responding to the community's needs. In particular, the data collected was suggested to be used in a master plan. Themes / Analysis: Several focus groups and interviews were held to identify issues related to parks and recreation that could be addressed through the questionnaire. The questionnaire was then developed and reviewed by the Department before being sent to a random sample of 2,500 residents. The final data set consisted of 211 responses with the following profile: WWI -0 0 Male: 38% Age: Age Category 18-24 0% 25-34 8% 35-44 15% 45-54 22% 55-64 26% 65-69 13% 70-74 7% Over 75 9% RacelEthnicity: 0 White: 72% 0 Hispanic: 13% Household Composition: 0 Two adults: 56% I Um Components: The following tables document the results and a selection of the leading responses. Page 541 of 812 Ruff; I- : U AM UMR"Mpllz No Interest Some Special Events ... . :. s Health and Fitness Performing Arts ..i Self Improvement Ruff; I- : U AM UMR"Mpllz Page 542 of 812 Unaware ♦ • Lack of programs of interest Affordability 4 programs • busy for Recreation Activities Availability iequipment � it RII I ! IIII � II� i k * •. III i; � " +r. Page 542 of 812 Unaware ♦ • Lack of programs of interest Affordability 4 programs • busy for Recreation Activities Availability iequipment Page 542 of 812 III pI111111 11111111111111111111111111 1111111�1111111111l!IIIII r 11111111111 • "I 122 REIMAGINE RECREATION BOYNTON BEACH Page 543 of 812 Strongly Eff ective Very Effective Disagree Word of Mouth City oll f Boynton Beach website Direct Mail Social Media Outlets 122 REIMAGINE RECREATION BOYNTON BEACH Page 543 of 812 Strongly Disagree I am aware of the recreation programs and activities the BBRPD offers. I am satisfied with the recreation opportunities offered by BBRPD BBRPD offers affordable recreation opportunities There is sufficient security at the BBRPD Parks and Facilities I prefer neighborhood parks over a large centralized park. The BBRPD is responsive in providing needed information. The BBRPD offers a sufficient amount of youth ®®®®® programs and activities BBRPD offers a sufficient amount of adult programs and activities BBRPD offers a sufficient amount of Senior (+55) programs and activities �Tt aTr,;)tj-mt,;)f S-cpci,711 Evp--t I am satisfied with the customer service offered by BBRPD BBRPD Parks and Facilities are clean and well maintained There is a park in close proximity to where I live BBRPD offers accommodations for people with special needs There is a need for a Skate Park There is a need for a Therapeutic Recreation Facility 122 REIMAGINE RECREATION BOYNTON BEACH Page 543 of 812 Page 544 of 812 Yes No User Fees Beach % % 38% Trails (Walking, nature, and Bicycle) 6% % % Natural Areas 92% % 2% Bikeways, lue ays, and Greenways 91% 9% 23% Neighborhood Parks 90% 10% 1% Picnic Pavilions 1% 19% 39% Fishing iers 80% 20% 26% Amphitheater 75% 2% 6% Multi -Purpose Athletic Fields 73% 27% 32% Fitness Center 70% 30% 59% Senior Center 70% 30% 38% Dog ark 66% 34% 22% Tennis Center 60% 40% % Boat Ramps 60% 40% 39% Golf Course 54% 46% 54% Splash Pas 54% 46% 25% Skate Parks 54% 46% 27% Baseball Fields 53% 47% 20% Basketball Courts 52% 48% 18% Page 544 of 812 --------------- Health & Fitness Classes Special Events Health Fairs (Nutrition, Health Education & Medical Performing Arts (Events) Cultural Arts Instruction (Arts, Dance, Music, Theatre) Page 544 of 812 Senior Citizen Programs Computer Classes (Programming, Designing, and Applications) Organized Sports (Leagues, Tournaments, Team, Individual) Out of School Camps/Specialty Camps ®® , III ���. Special Needs Programs 11111 11111 11111 Jill 11111 • 1' ♦ • ®® ---------------- After School Program II,��II,��'��I1�III- Vin^ 1/ =AW -M • Offering a multi -use community center would make it possible for the community to have a space for a large number of different activities, including family events. Efforts should be made to offer more local recreation facilities including neighborhood parks and community centers. JJM�� There is a need to develop active recreation opportunities for all age groups, these could include walking and swimming. Programming should be offered when people are available to participate —primarily week ends and weekday evenings. III 111 111 Jill III 1 III III !!I! 1111 The City should consider the best ways of taking advantage of reasonable user fees in order to provide new programs that will be of interest to the residents. 11, �0�, 0 I 111103 ... 1,24 1 REIMAGINE RECREATION I BOYNTON BEACF Page 545 of 812 The City should aggressively develop the use of digital tools to disseminate information regularly about recreation opportunities to all residents along with the use of traditional options such as the distribution of flyers. The City should strive to maintain the positive public perceptions by continuing its dedication to customer service and offering facilities and programs of high quality. A$M Page 546 of 812 �R e v e in e oU�c y �M a in U�C i �t y o o y in �t o in This manual establishes the guidelines and policy for the use mfuser fees as a form of Department revenue, inaddition totax dollars. |tnotes that user fees and sponsorships are "used tooffset operating costs and are avital source ofincome tm assist in reducing the level of tax subsidy" (1 3). The manual also isatool toestablish the appropriate program prices, based on avariety of factors. The manual includes a model for determining pricing, which is based on who benefits from a program or service. As seen below, as the level of benefit tothe individual increases, so does the level of cost recovery for that service. The recommendations are divided into the 7focus areas and 12goals. The following items are included for their implications to Parks and Recreation. Com Six classes uffees are established: 1. Rental Fees: ex. room rentals, pavilions and athletic fields 2. Special Service Fees: ex. field preparation, lights, staff, custodial and processing fees 1 Permit Fees: ex. sports leagues, tournaments, special event permit fees 4. Admission and Parking Fees: ex. special performances orevents which require high-cost talent, specialists, technicians, equipment, extra supervisory and maintenance personnel, mrwhere the net revenue generated isused to offset the program or facility costs. Parking fees may be charged at designated parks to control overcrowding and subsequent damage to greenways and roadways, tominimize vandalism, provide additional patron safety, or to offset portion mfpark operational costs. 5. User Fees: ex. instructional classes, camps, sports clinics, and workshops 6. Sales: ex. program supplies sold by the Department, merchandise related tmprograms Page 547 of 812 Service Level 1 Service Level 2 Service Level 3 Service Level 4 Who Benefits Community Mostly Community/ Mostly Community/ Individual Individual partial Individual partial Type of Service Basic Public Community Private Appropriate Funding/ Tax Supported Partially tax & fee Fee supported Market based Pricing supported fee Cost Recovery Goals None Percentage of Direct Direct Costs + All Direct Costs Costs Partial Indirect + Surplus Costs Page 547 of 812 In addition to cost recovery guidelines and goals, the MacMillan Matrix is also used as a tool to assess and evaluate programs and services, to a4 and guide the Department to maximize efficiency 1. Fit - Fit is the degree to which a program "belongs" or fits within an organization. 2. Program Attractiveness Program attractiveness isthe degree towhich a program is attractive to the organization from 3. Alternative Coverage Alternative coverage is the extent towhich similar services are provided. If there are no other large, or very few small, comparable programs being provided inthe same region, the program is classified as ''lovv coverage." Otherwise, the coverage is "high." 4. Competitive Position Competitive position is the degree towhich the organization has a stronger capability and potential to deliver the program than other agencies acornbination ofthe organization's effectiveness, quality, credibility, and market share mrdominance. After programs and services are analyzed through use of the MacMillan Matrix criteria, the Department can make sound judgments as to what financial strategies are appropriate: 1. SubsidyReuuined- justifiesand warrants the use of tax dollars to provide services which contribute to a greater "social good", producing a benefit toacommunity ur 2. Invest - services which provide for a revenue enhancement opportunity. Excess revenues can be redistributed to subsidize "social good" services, or to other services that can provide for further financial return on investment. 3. Collaborate - an opportunity to eliminate unnecessary duplication of service. Collaborative efforts provide for efficient and effective utilization of limited resources. 4. Divestment allows for reallocation ofsavings to subsidize "social good" services, or to services that can provide for financial return on Alternative Alternative Alternative Alternative Coverage Coverage Coverage Coverage tow High b)w I . Aggiressive 2. Aggressive 5, Build up the 6, "Sou� of the Strong GOOD Position of Get ('Jut Mvesulle'llt DI J041 VelltUff,,' Position MWA Page 548 of 812 C�ty of Boyintoin Beadh Coirnpi4l,�1%11einsive Nair,�f (2019) The Comprehensive plan is an official ordinance that lays out goals, objectives, and policies for Ongoing and Future Development throughout the City. Themes/ : The Comprehensive plan describes the City's intent, related to a full range of services and activities. Each of the objectives includes metrics to beused for ''Measurability"ofthe stated outcome. The goals, objectives and policies are components of the plan's nine "Elements," including: 1. Future Land Use 2. Transportation 3. Utilities 4. Conservation 6. Housing 7. Coastal Management 8. Intergovernmental Coordination 9. Capital Improvements The following are the Goals, Objectives, and Policies that relate tothe recreation and parks )> Policy 1.3.1, g.: Recreational category shall include active and passive recreation facilities and parks that are both publicly owned and privately- owned. It shall be the policy of the City that all land acquired for public parks, excluding those located in planned zoning districts shall be placed in the Recreational land use and zoning category within five years of acquisition. Development within this designation shall have a maximum Floor Area Ratio (FAR) of 0.50 The uses allowed in this land use category shall be limited to, but shall not necessarily include, the 1. Public parks and recreational facilities; Z Golf courses; 3. Private parks and recreation facilities; 4. Indoor entertainment asaccessory; 5. Theaters; & Social and civic clubs and organizations; 7. Governmental offices; 8. Civic and community centers; 9. Museums; 1O.Medical facilities asaccessory; and 11. Retail sales, restaurants as accessory. » h. Conservation shall be applied to any natural areas acquired within the City for the purpose ofconserving or protecting natural resources mrenvironmental quality. These areas may beused for wildlife management, passive recreation and environmental restoration/protection. 0odevelopment is allowed in the Conservation land use category other than site improvements to support uses that are deemed appropriate and consistent with the function mfthe designated area. The City shall coordinate with Palm Beach County to designate environmentally sensitive lands that are publicly acquired within the incorporated area asConservation. ^ Objective 2.12: Promote a pedestrian- and bicycle -friendly such as wider sidewalks, buffers from travel] Page 549 of 812 lanes, shade trees, shorter crossing distances, lighting, refuges in large intersections, bike lanes, and bicycle parking, for pedestrians and bicyclists. Utilities Element Policy 36.2.3: The City shall continue to enforce the land development regulations requiring that rainwater runoff be minimized by maximizing infiltration by percolation into grassy swales, medians, golf courses, landscape areas, nurseries, parks, lawns, et cetera. >> Goal 4: The development and maintenance of a high quality natural environment based on the preservation, improvement and wise exploitation of local existing natural resources. 01 Community Parks Special Use Facilities Water / Beach Access 0/ Greenways / Bikeways / Trails Conservation Lands Regional Parks Schools / School Parks Private Recreational Facilities Art in Parks and other Public Spaces Although•. Objectives and Policies of Recreation and Open Space Element have relevancePlan, the following selected for their specific Objective 4.6. The City shall, to the maximum extent feasible, protect all remaining areas of substantial native upland and wetland » vegetation and eliminate undesirable exotic tree species. Policy 5.3.1: The City shall adopt and maintain a level of service of 2.5 acres of developed parkland per 1,000 residents. Policy 5.3.2: The following are advisory level of service standards for the recreation facilities: Recreation and Open Space Element ° Baseball/Soft, Youth — 1 per 15,000 » Goal 5: To create and maintain an persons, interconnected system of aesthetically ° Baseball, Reg. — 1 per 25,000 persons, pleasing, functional, and well-maintained ° Basketball Courts — 1 per 4,000 persons, parks, pedestrian/bikeways, greenways, blueways and natural areas that will ° Community Center (1 ) — 1 per 25,000 adequately serve the needs of the current persons, and future residents of the City of Boynton Beach, including seasonal visitors, and special ° Fitness Trail (2) — 1 per 30,000 persons, groups such as the elderly and handicapped. ° Football/Soccer Fields — 1 per 40,000 The City shall also continue to provide a persons, variety of high-quality parks and recreation ° Multipurpose Field — 1 per 10,000 persons, related programs for all residents. 01 Elements of the system shall include: ° Racquetball Court — 1 per 10,000 persons, Urban Open /Civic Spaces ° Picnic Areas — 1 per 3,000 persons, Neighborhood Parks ° Playgrounds — 1 per 4,000 persons, Page 550 of 812 " Shuffleboard Court -1 per 5,OQDpersons, " Pool (3)-1 per 40,00Opersons, " Tennis Court —1 per 2,000persons, " Bocce Court —1 per 25,O0Dpersons, " Volleyball Court —1 per 15,OOOpersons, and " Skate Park— 1 per 65,000 persons. D Policy 5.3.3:The City shall establish "Service Standards" toprovide a framework mfideal standards and classification for its Parks and Recreation System. These standards are not part of the City's adopted level of service and are utilized only as a guide for land acquisition and facility provision. They are established as part of the City's goal for setting service standards for an "Ideal City Parks System" tomeet residents' parks and recreation needs. Elements of the system A.Developed Active Parks and Open Space (Measured FmLOS): GOAL: Neigh bmrhood/SchoolParks —1/2 1 mile from every resident GOAL: Community Parks —25-40acres, 25% preserved for open space, 3 miles from every resident GOAL: Community Centers—minimumof 4000square feet; 3miles from every resident GOAL: Special Use Facilities (dog parks, sports complexes, et6,3miles from every resident B. In addition, the City shall set the followin] nomenclature for undeveloped/passive par and open space: Urban Open/Civic Spaces; Water/Beach Access; Greenways/Bikeways Trails; Regional Parks; Community Parks; Neighborhood Parks; Special Use Facilities; and Conservation Lands as identified on the Future Parks and Recreation System Map in the Strategic Plan. » Objective 7.4:The City shall continue to protect, conserve and, where possible, improve local wildlife, coastal wetlands, estuaries, coastal barriers and marine habitats. w Intergovernmental Coordination Bement w Conservation Element » Objective 8.13: The City shall maintain avenues ofcoordination with those agencies, departments and entities that assist inthe development and maintenance ofahigh quality natural environment based mnthe preservation, improvement and wise management m[local existing natural resources. Measurability: Number of interlocal agreements maintained. � Recreation and Open Space Element » Objective 8.14:The City shall continue to coordinate with County, State and local entities and agencies to maximize recreational opportunities for the citizens of Boynton Beach. mechanisms created and maintained ir accordance with the objective. IV Public School Coordinated Planning D Policy 8.18.8: The City shall coordinate with the School District for the collocation of public facilities, such as parks, libraries, and community centers with schools, to the extent possible, as sites for these public BOYNTON BEACH Page 551 of 812 development plans prepared. 11111M PIMT11 Goal 9:The City shall provide adequate public facilities 10meet existing needs and accommodate future growth consistently with objectives and policies of all elements of this Plan through acomprehensive cost-effective funding strategy. Objective 9. 1: The City shall provide, or arrange for others tmprovide, capital improvements necessary tmcorrect deficiencies in existing public facilities, to serve projected future growth and tmreplace obsolete and worn-out facilities, in accordance with an adopted Capital Improvements Schedule. Policy 9.1.1 The Capital Improvements Schedule shall include facilities that promot public health and safety and all facilities for which the Level of Service Standard has be adopted: Roads, Potable Water, Wastewat Stormwater, Solid Waste Collection, and Parks and Recreation. The Capital Improvement Schedule may also include other facilities that enhance the quality of 11 for City's residents. Policy 9.1.3:The Capital Improvement Schedule shall be organized by the following broad priorities: issues related to public health and safety shall receive first priority, issues related toproviding the adopted level of service shall receive second priority, and all other additional issues shall be addressed as needed to maintain operational efficiency in the City. Policy 9.4.2: The City shall continue the implementation of the Park Impact Fee Program allowing for land dedication in -lieu of the fee payment, to ensure that new the costs of park capital facility capacity needed to address the demand for such facilities generated by new development. rim Page 552 of 812 City of Boyintoir,�,, Bead� 11 2020 CU'irnate Ac,floin,, P�Iain (2020) This plan isaneffort to help address climate change effects expected inBoynton Beach and throughout SEFlorida, including extreme heat, hurricanes, and sea level rise. |tisanupdate tm Boynton Beach's first Climate Action Plan (2010) which proposed strategies for reducing greenhouse gas emissions within the City. The plan "reflects the latest science, aligns with international standards for GHG reduction, integrates the City's other strategic planning goals and initiatives, and emphasizes the importance mf ongoing, equitable community engagement" (pg. This CAP is a framework for the development and implementation of actions to reduce Boynton Beach's GHG emissions. By reducing emissions and promoting multiple co -benefits (as described below), this plan serves as the main guiding Beach. Sustainability means meeting the needs of today's residents without compromising the ability of future citizenry to meet their needs. The three pillars of sustainability are environmental stewardship, economic growth, and social responsibility. This CAP sets forth the following long-term visions for the community: Make Boynton Beach a regional and national leader in sustainability through innovative policies, programs, and partnerships. Become aleader inenergy efficiency and clean energy that comes from the sun, wind, orother renewable technologies. the tree canopy and native plant and animal communities. I Transform Boynton Beach into a community where people walk, bike, take transit, or carpool for most trips in a safe, accessible, a affordable transportation network. 11 benefits of climate action are shared equitably among all community members. The plan also identifies 5 major "co -benefits" that the GHG reduction strategies included: 1. Cost Savings Many mfthe measures inthis plan pay for themselves byreducing costs to the City and its residents. Z Economic Development The plan will enhance community vibrancy bypromoting compact, mixed-use development and pedestrian -and bike4riendlyneighborhomds. Initiatives tVexpand the City's tree canopy and gn*enspacewill increase residential property values, viability mflocal businesses, and the City's appeal tooutdoor recreatimnists. 1 Public Health Actions that reduce GHG emissions also reduce other air pollutants such asparticulate matter, 5{}2,0(]x,and ozone that are linked toasthma and other respiratory diseases. mitigation helps to prevent negative impacts on ecosystems, including biodiversity loss, ocean acidification, soil degradation, water pollution, and the loss of ecosystem services. In Boynton Beach, the recommendations will help to safeguard native ecosystems by protecting greenspace and planting native Page 553 of 812 5. Climate Resilience - As noted, the City is developing separate Climate Adaptation Plan that will focus onmeasures toincrease community resilience to the impacts of climate change. However, there issome overlap between the two plans as some climate mitigation actions also help enhance climate resilience. For example, planting trees increases carbon sequestration while also protecting against flooding by absorbing stornnvvatec Community engagement, led by a5ustainability Advisory Team, was a primary focus of the plan. Additionally, afocus on Social Equity and the impacts onvulnerable populations was an important consideration. �gom�2e An inventory of the city's greenhouse gas emissions was undertaken. A city's GHGs are m Scope 1:Direct GHGemissions that occur within the city Scope 2: Indirect GHG emissions from the use m Scope 3: Other GHG emissions that occur outside the city as a result of activities taking place within the city The plan established two emission reduction targets: a 5O%reduction from 2015levels 6v2035 Greenhouse Gas Emission Targets 0 Net zero GHG emissions by 2050 .M000 zumm 25,269 ~..... ~�—~~-~~-~~~~m r= ^ F 23,690--=� . �~~~ 20,000�� ~~ ~�. 18,394 ~~~~ w ~~�~ -P ~~=~ m ~*—Actua| Medsuwd Emissio^a(2OQ6,2015,Z018) uzmm Emissions ReducflunTarget (S01/1')Mow 2U15Base|ine Le"e|s by 2035) � RusinesxAu U,,a|VVith FPLGrid |mprowement � BuuincssAsUsua|VVithoutFPLGr\d|mprovcment o 2000 2005 2010 2015 2020 202520Bu 2035 Page 554 of 812 Strategies for GHGreductions were organized into two categories based oninventory and scopes: 1. Government Operations • Scope 1: Transportation (2 strategies) • Scope 2: Buildings & Facilities (3strategies) • Scope 3:Waste (1 strategy) 2. Boynton Beach Community • Scope 1: Transportation & Land Use (6 strategies) • Scope 2: Buildings (4 strategies) • Scope 3:Waste &Consumption (2 strategies) The following strategies includes those where Parks and Recreation was listed asone ofthe "Responsible Departments." Government Scope 1:Transportation (5-1.1 Green Fleet: Implement agreen fleet policy including purchase offuel-efficient vehicles, fleet electrification, and strategies for efficient vehicle use and operation. Community Scope 1:Transportation @&Land Use C-1.2 Bike & Pedestrian Infrastructure: Expand, connect, and complete networks ofbicycle and pedestrian facilities, including those supporting access to transit. C-1.5 Urban Forestry: Maintain and enhance the urban tree canopy tosequester carbon and provide multiple other ecosystem services. C-1.6 — G/eenspace Preservation: Protect and restore natural ecosystems and open spaces within the City tm sequester carbon and provide multiple other ecosystem services. Community Scope 3:Waste @&Consumption C-3.1 Waste Reduction &Recycling: Reduce, reuse, and recycle material waste produced inthe community. Page 555 of 812 City of Boyintclin Coirrq,,-!dlete Streets moI' dkty ph�', I This plan seeks to address the public's growing need and desire for a balanced transportation network that adequately accommodates all modes of transportation to improve safety and comfort for people walking, biking, driving, and using transit. The plan formalizes the City's approach to complete streets. Instead of a transportation network focused on Level of Service (LOS), the plan establishes a transportation network based upon QOS, or Quality of Service. QOS ultimately shifts priorities in street design decisions so that people biking, walking, and riding transit share the same level of safety and comfort as automobile drivers. The plan explores the City's Existing Conditions, including demographics, crash data, built conditions and existing policies. It also includes a Land Use Assessment, new QOS standards, and an Implementation Strategy. Proposed Mail Trail Conceptual Design Recommendations: 0 Multimodal Mobility Hubs and Districts The Boynton Beach Complete Streets Mobili Plan proposes primary and secondary multimodal mobility hubs and districts, which include anticipated major destinations, a mi of land uses, and existing major destinations the urban and suburban sections of the city. I • Shift from Level of Service (LOS) to Quality of Service (QOS) Standards speed limits instead of automobile volume more accurately meets the intended purpose of a street or road, reflects the desired level of people walking, bicycling, and rng transit, and ensures adequate access to adjacent land uses. The QOS standards also move the City towards the goal of Vision Zero, which aims to achieve a transportation network with no fatalities or serious injuries involving automobile traffic. 3 0 llll#I- R91 -V The proposed bike facilities in Boynton Beach promote the vision to create a holistic bicycle network that allows users to ride a bike seamlessly between all multimodal mobility hubs and districts throughout the city. The •PtWOA inrh jrApq qhrrr)%A/l, bi iffen-r4 bike lanes, shared use paths, and paved trails. The greatest need for sidewalks exists in the neighborhoods located east of Interstate 95. Less than 50 percent of the streets in these neiahborhoods have sidewalks. with even less around the primary multimodal mobility hub. As such, the plan will assist the City with neighborhoods. MIMI Page 556 of 812 The Plan recommends the establishment of a local transit route to provide service to and connect all multimodal mobility hubs and districts. This includes connecting the existing Tri -Rail train station west of Interstate 95 with the proposed intermodal mobility station located downtown. This proposed route is preliminary and is subject to change. The Plan incorporates multimodal projects that were previously identified inthe 2O1dBoynton Beach Community Redevelopment Plan, Boynton Beach Greenways, B/uevvayo, and Trails Plan, 2045 Long Range Transportation Plan, and the F[)OT Work Program. In addition, the Plan recommends additional projects tmachieve afully connected transportation netvvorl< for all modes of travel. These projects establish the basis for the City to establish a mobility fee which will replace Palm Beach County's road impact fee, therefore enabling the City to collect funds tm construct the recommended roadway improvements outlined in this Plan. Page 557 of 812 Connectivity Vision Map �'l R I R 0 P 0 S E D ........................................................................ PAYED TRAIL 11GY1111011 110ACI-1 MAIIJ WSE PAIM 6i 8IK, JEL$iaNLATED 1i FACILLRY 1 V MEADOI, ry .. .. . ... ........ . SMAIRED LL$f FAT'H Loam. MR RD wl .0 i. JJJ11 701 ' A .... ...... . . �'l R I R 0 P 0 S E D ........................................................................ PAYED TRAIL 11GY1111011 110ACI-1 MAIIJ WSE PAIM ESIGNIATED M IANES 4IRM A, �PROFOHD ................ ... . ... . . ... IDESIGNATED( IKE LANE% Leg�.d IEACREZT!�O o N' FAWINU Teat �II� SENT GRATED MIKE LANES, ID'S -,I IFEDERAL, H NY ........ ........ . . . . . . . . . . . . . I'll, r Uke, Lanes EmEtong Undesignated ffike(Lames Existing?mved Trail Pfopoied,Desigrmled --- — - — ------ -- Bk.e(Lars. PROPOSED PAVED TRAIL Propered Shared 111I CSXRAVL C09MDOIT Use Pd1h FrupoLed Pwed Traw)) 037 Page 558 of 812 JJJ11 701 ' A ESIGNIATED M IANES 4IRM A, �PROFOHD ................ ... . ... . . ... IDESIGNATED( IKE LANE% Leg�.d IEACREZT!�O o N' FAWINU Teat �II� SENT GRATED MIKE LANES, ID'S -,I IFEDERAL, H NY ........ ........ . . . . . . . . . . . . . I'll, r Uke, Lanes EmEtong Undesignated ffike(Lames Existing?mved Trail Pfopoied,Desigrmled --- — - — ------ -- Bk.e(Lars. PROPOSED PAVED TRAIL Propered Shared 111I CSXRAVL C09MDOIT Use Pd1h FrupoLed Pwed Traw)) 037 Page 558 of 812 SpecLfic Pairk"I" Slte Nains Overview: The City has had recent planning and (re)design completed for the following parks: • Ezell Hester Jr. Community Park • Meadows Park • Pence Park Master Plan • Little League Park Master Plan • Pioneer Canal Park Master Plan These new park plans were reviewed and the new facilities to be provided were considered as part of the future Vision for the system. Ezell Hester Jr. Community Park Plan 71 ....... .. �7 I 6, Holow Iy 01M.h.ey N oot ball Field t R 0 . . . . . . A j" 4 Communit ('en I "S, "S, 91 si0 j F. CD Multiuse Field MVielrd gLt i C�J'ji je�l d -W . ........ ....... . . . A t J It, i 1� L S — - ---- Page 559 of 812 Meadows Park Master Plan ."U - ------------ �e�PNI, J Conceptual Master Plan wD 0 ---- - ------ NOM, TIIS -11— TREE -10N ANI ROOT PR'.iNMG reo 7 - S.� rTR A04" ad u7 IAO "IWO WEST ARCHITEC CONCEPTUALSITE PLAN. OPTION IA ITIEET DJECT# 9-032 P 7777 ,.TANT" PENCE PAR MASTERPIAN 'R 111 AT, 1uoT is AS- dddYpN 601 SE 4TH ST- BOYTON BEACH, FL 33435 MArvnN 039 Page 560 of 812 - -------- --- ."U - ------------ �e�PNI, J Conceptual Master Plan wD 0 ---- - ------ NOM, TIIS -11— TREE -10N ANI ROOT PR'.iNMG reo 7 - S.� rTR A04" ad u7 IAO "IWO WEST ARCHITEC CONCEPTUALSITE PLAN. OPTION IA ITIEET DJECT# 9-032 P 7777 ,.TANT" PENCE PAR MASTERPIAN 'R 111 AT, 1uoT is AS- dddYpN 601 SE 4TH ST- BOYTON BEACH, FL 33435 MArvnN 039 Page 560 of 812 Little League Park Master Plan 040 1 REIMAGINE RECREATION -- SITE DATA ALI-A- III .................. I .. I - LI 11 T, uiil UNNTI-AL = -1 1UZT' IL U T11 ..... .......... . ....... .... ................. WEST A L-11- Z TF ARCHITECTURE III U I R- DESIGN, LLC 1-1 ITTU'l 111T �4 ...................................................... ....................... ............ I -VIII 11 �T �T BOYNTON 11 -R- BEACH LITTLE LEAGUE PARK I BOYNTON BEACH CONCEPTUAL SITE PIN OPTION D AS -1.00 Page 561 of 812 Pioneer Canal Park Master Plan .off. N 17 ray Avp, ww OVAT e PArAr a aw f%jqqS4 V P4 w IST44 Page 562 of 812 LW 'The , C��,,,,, ��;,,,, Bntonoy moi,� a h'ic Cantex1/`,,,,,,///�', T � ie c' f ',1,' :,,1 r i i (I o( f , 0'ry of B f '„c f B e a c fs i, ,,,,, ; ,' „c i , ",,; provide l l r l I L os e %,. �('� r� �I '� 11 ;,a ! � f(r 1 1l �� 11 l °,a f ,,r, � .; R I I'I Ia I�-� Ll 6'� e „,,, 11i oV'f r a In a% h 1 I �'!.,�, �I' irl� 'G R'- �t�'�, lr .�a,�t,<I �.,1, i . .I �� e I' a ?.,.1 I i [ ;;,,' I l c;,,1 ' ' 1 . 1 � �:,,,, o I i.a':,, i l a;,,,; �„ U a�( ' 1 (r , , , .,,,, , Following is an overview of the key findings from the analysis of specific demographic attributes: Population Growth • Population Density • Age Distribution • Race and Ethnicity, and • Median Income. Populat"I'llan Growth Population growth is an important factor to consider in parks and recreation master plans because the larger the population growth, the more need there may be to expand parks and recreation services in the future. Additionally, many of the Level -of -Services (LCIS) recommendations revolve around population. BoyntonFigure 1.3a demonstrates the City of Com, projected population growthover the next ".growth suggests that by the year could • approximately* •• to reach population of 1year 2032, the City of o•n Beach could approximately 0 / residents to reach a projected population of 84,962. I Population Growth 2022 - 2032 85,000 54,000 53,000 52,000 51,000 50,000 2022 2027 2032 %////// Boynton Beach Population Source: ESRI forecasts for 2022 and 2027. Linear Regression for 2032. U.S. 142 REIMAGINE RECREATIONA Page 563 of 812 Populatillan Densillity III I M-10UMIMUM Additionally, increased densities may suggest the presence of multi -family housing. Residents living in multi -family homes typically rely more on public parks to provide basic, close -to -home recreational opportunities such as playgrounds, lawns to play catch, community gardens, or open spaces to allow dogs to run around without a leash. These are some of the basic, every -day recreational activities that a family living in a single-family home may enjoy in their backyard. Figure 1.3b shows the City's population density between 2022 and 2032. The City's population density is projected to increase from 7.9 to 8.2 persons per acre. As a form of comparison, densities of 8 persons per acre are consistent with the densities found in cities such as St. Louis, Cleveland, and Pittsburgh. Population Density 2022 - 2032 Source: ESRI forecasts for 2022 and 2027. Linear Regression for 2032. U.S. MW Page 564 of 812 potai.C / / /iii i� i. (i , )/p /ii � /iioi I� )// /ai /aiip a/ The type of programs and recreation facilities that a community provides its residents is directly related to the age distribution of the community's population. For example, communities with a high concentration of residents ages -9 and 1-1, may have a higher need for youth activities such as before school or after school care programs and youth athletics. These communities may also require more playgrounds and athletic fields. Communities with a high concentration of residents ages 65 and older, on the other hand, may require more senior related activities, such as senior leisure programs, health related services, senior center space, and transportation services to transport seniors from activity to activity. Figure 1.3c illustrates the City's age on for the years122, 2027, and 2032. that the age distribution will be relatively equal over the next 10 years. The City's population betwe the ages of 75+ may grow the most from 13.4% in 2022 to 15.8% in 2032, while the dominant population age group will be the 55-74 age group with the current highest share of 24.8% in 2022 increasing to a projected 25% by 2032. Ages 35-54 will remain the second largest group dropping from 22.8% to 22.6%. The teen population (ages 10-19) shows a rapid growth by 2027 but again settles down to share the lowestspoagest comprising Age Distribution 2022 - 2032 100% 90% 80% 70% 60% 50% 40% 30% 20% 10% 0% 111111 0-9 10-19 =20-34 M35-54 11 M55-74 75+ 2022 2027 2032 Source: ESRI forecasts for 2022 and 2027. Linear Regression for 2032. Page 565 of 812 �Race and Ethnillicil"Ity Race and ethnicity can be an interesting indicator of recreation program and facility needs and desires, Various academic studies have shown that individuals' preferences towards specific park settings, activities, or amenities can vary by racial category. For example, one study used surveys to study the preferences of 900 park users in a major City in the United States. The study reported that Asians showed a strong preference for scenic beauty, Whites expressed a stronger preference for trees and vegetation, and African Americans expressed a preference for cultural facilities and maintenance.' Another study found that African Americans and Hispanics participated more in sports, but less in activities that took place in remote areas or undeveloped facilities than Whites.' 1 Gobster, P.H. (2002). Managing urban parks for a racially and ethnically diverse clientele. Leisure Sciences, 24, 143 — 159, 2 Dwyer, J.F. (1993). Outdoor recreation participation: An update on Blacks, Whites, Hispanics, and Asians in Illinois. In P.Gobster (Ed.), Managing urban and high -use recreation settings (pp. 1991-1211) Race 2022- 2032 100°/a 90% 80% 70% 60% 50% 40% 30% 20% 10% V 70 2022 2027 2032 White alone Black Alone American Indian Alone Pacific islander alone Other Race alone Two or More Races Source: Esri forecasts for 2022 and 2027. Linear Regression for 2032. �0 'I Page 566 of 812 Figure 1.3d illustrates the City's race for the years 2022, 2027, and 2032. The data suggest that while over the next 10 years White Alone will continue to be the majority race, it will decrease slightly from 50% in 2022 to 45% in 2032. The remaining races will increase slightly over the next 10 years. Figure 1.3e illustrates the City's ethnicity for the years 2022, 2027, and 2032. The data suggest that over the next 10 years, the City's Hispanic/ Latino population will increase slightly from 16% in 2022 to 18% by 2032. Ethnicity (Hispanic/Latino) 2022 - 2032 20% 15% 10% 5% 0% 2022 2027 2032 Source: Esri forecasts for 2022 and 2027. Linear Regression for 2032. 146 1 REIMAGINE RECREATION I • BEACH Page 567 of 812 Household Income Income levels provide a glimpse of the purchasing power of residents. Simply stated, the higher the household income, the greater the potential for residents to have disposable income to spend on paid leisure programs and activities. The lower the household income, the more residents may rely on affordable and/or free parks, recreation, and social programs and services. Figure 1.3f illustratesthe City's household and medianhousehold • - for the years12027, and 2032. The data suggest that over 1 years, barring any national• • household incomes may continue to rise based on historical growth. This suggests that households making over $100,000 e . - from 28%4Households$99,000 will declini--, and may make up about 55% of city households• • « 's Median Household Income 2022-2032 100% 90% 80% 70% 60% 50% 40% 30% 20% 10% 0% 2022 2024 2032 1111111111 x$15,000 ® $15,000 - $24,999 1111111111111111 $25,000 - $34,999 10 $35,000 - $49,999 1111111111 $50,000 - $74,999 $75,000 - $99,999 ■ $100,000 - $149,999 ■ $150,000 - $199,999 IIIIIIIIIII $200,000+ Source: Esri forecasts for 2022 and 2027. Linear Regression for 2032. IA$WA Page 568 of 812 ge While demographic attributes on their own have important parks and recreation implications, they can also be combined to identify vulnerable populations. In collaboration with the Agency for Toxic Substances and Disease Registry (TSDR) and the U.S. Census Bureau, the Centers for Disease Control and Prevention (CDC) developed a Social Vulnerability Index (SVI) for every census tract in the U.S. The SVI is based on a total of 15 social factors that are combined into 4 related themes: Socioeconomic Status, Household Composition and Disability, Minority Status and Language, and Housing and Transportation. Figures 1.3g below depicts the relationship between the social factors, key themes, and overall SVI. Figure 1.3h identifies the areas in the city that have a low and medium level of social vulnerability in relation to the City's parks system. Social Vulnerability Index Themes and Factors r f, Page 569 of 812 Social Vulnerability Areas 0 Neighborhood Parks 1. Barton Memorial Park I Betty Thomas Park I Boynton Lakes Park 4. Forest Hill Park 5. Galaxy Park 6. Hibiscus Park T Jaycee Park 8. Knollwood Park 9. Laurel Hills Park 10. Meadows Park 11. Palmetto Greens Park 12. Pence Park 13. Pioneer Canal Park 0 Community Parks 1. Barrier Free Park 2, Eco Park 3. Ezell Hester Jr. Community Park 4. Intracoastal Park 5. Sara Sims Park 6. Wilson Park El Mini Park 1. Demonstration Gardens 2. Heritage Park I Kiwanis Sierra Park 4. Arbor Park 5. Dewey Park IN Special Use Park 1. Centennial Park 2. Harvey E. Oyer Jr. Park I Kapok Park 4. Little League Park 5. Magrove Walk/Extension 6. Oceanfront Park 7. Officer Joseph Crowder Pz 8. Senior Center 9. Tom Kaiser, Veterans Park 10. Urban Orchiard 1 I.Women's Club A Future Parks 1. Congress Middle School 2. Fire Station 3 3. FPL Park 4. Girl Scout Park 5. Meadows 1 Park 6. Nautica Sound Park 7. Nickels Road Park A Scrub Area 1. Galaxy Scrub $ Cemetery 1. Barton Memorial Cemetery 2. Sara Sims Cemetery 3. Boynton Beach Memorial Park LEGEND -I City Limits llllPIIN Palm Beach County Parks Roads rolIP1111111 Palm Beach County ........ Boynton Beach Bikeways Boynton Beach Parks Conservation Areas Water Bodies N Boynton Beach Preserves Palm Beach County 0 05 1 mileo K-12 Public Schools Golf Courses ----------------- 0 ---------------- 0 Page 570 of 812 �� � �� �~= ^����������� ��� ��������N�������0� ��~~~~~~��~~� =~ ��~~~~���=���= =C Context Following is a summary of key findings from the demographic context analysis along with their relevance to the City of Boynton Beach Parks and Recreation Master Plan. These implications will bmfurther explored inChapter 2 Needs and Priorities Assessment and Chapter Vision. (0/1 led P( 'pu�atIor-r, Growfl t- Boynton Beach has seen a rapid increase in growth in recent years. Over the next ten years, the City is projected tmadd another 3,O89residents. As the population continues to grow, new parks, recreation facilities, and programs may be needed tomaintain and improve the quality oflife that residents currently enjoy. P( puk t1k r ­r, Densrty-AstheChv's population increases, the City's population density will also increase slightly. Since potential park land may belimited and in certain areas, ata premium, the City may have to be creative and collaborative as itseeks to provide additional park land. ��e n -VVhileBoynton Beach's population iscomprised mfarange ofages, over the next 1Oyears, adults ages 55-74will continue tmbethe dominant age group in Boynton Beach followed by ages 35-54. This suggest that parks may need to be flexible and provide a variety ofmulti-generational and multi -functional spaces, programs, and activities for residents of various ages, with an emphasis mnadults and seniors. |tmay also be important tmincrease specific age-appropriate recreational facilities and programs in targeted parts of the city where a larger concentration of specific age groups live. �Race - While Boynton Beach will continue to be a majority While Alone population, the city's historic and actively shifting racial makeup suggests the need for the parks and recreation system to celebrate the diversity ir the community. Planning and programming for parks and recreation facilities that are flexible and provide recreation programs and activities for various races and ethnicities will be important. It will also be important to consider special events and programs throughout the year that continue to educate, foster, and strengthen the diversity of the community. These factors will be explored further in Chapter 2. � H, u,,,,,,,',',,,ehoW lncor',�rte-The City's range of incomes may suggest a need to provide programs and services that cater toa range of household incomes. Households with higher incomes may have aneed for certain types of sports activities, such as lacrosse, soccer, golf, tennis, swimming; �s well as leisure activities, such as cultural and performing art programs and events and dining out. Additionally, these residents may be able to support community parks organizations through financial contributions. Many ofthe residents and families with lower household incomes may rely on reduced cost/ free services, such as youth development, after school activities, adult continuing education opportunities, and other social, recreational, cultural, or educational needs. These implications will beexplored further in Chapter 2. � SocIa�l Wnera�,!,/Akty -TheCity'snmrtheast and central west quadrants are identified as having a high level of social vulnerability. It will be important for the parks master plan to consider these areaaduring the planning process and explore how parks, recreation facilities, programs, and services may support populations in higher social vulnerability areas. BOYNTON BEACH Page 571 of 812 4 ,J � /iommi �/ao ae, Ciii-Iii/py /ziarpiii. Boyn"Iii/p,/an �ii, � ri rr � i earn r Park Sys"Iii,""'em C II,,,,I 1 /& r i < i l k i t 6 n ii 'Is o l( (f � / 1 �, i( ( f r /,,,r, ;,, 1 e' f, f ',,; s , a ,,,, o� , „G ,! i r I ip 'The Park Recreation fir,% d. fi a%rr ,, and F I ',i s.. • •7-11-75 stc-clon p1rovI77an #1771777T anil assessment of eachof establish. foundation forplanning p 1/ The Department The following section provides an assessment of the first Park System Context element - the Department. The assessment includes a review of operations, assessmentstaffing, and maintenance. The with a workshop with administ. • obtain •employees' �- . from • a emerging themes in operations. The objective is to analyze and provide guidance # current practices,organization staffing needs, improvedoperational policy development,o• and marketing/communication opportunities. D eIp c, I° `; m %„ n't O % %r ; %/ III e mw «11 11111 lip• • In order to help achieve this mission, the City owns 43 parks, operates 6 recreation centers, 1 swimming pool, the municipalbeach,and hundreds of youth,adult and senior programs. Professional, dedicated staff members,along assistance .bvolunteers,. . e year-round recreation programs and activities and maintain parks and open spaces for the enjoyment of people of all ages and Page 572 of 812 �� � �—������������0n 9 To help achieve the Department's mission, it is important to identify Core Program Areas based on current and future needs to create a sense of focus around specific program areas of greatest importance to the community. Public recreation is challenged by the premise of being all things to all people. The philosophy of the Core Program Area is to assist staff, policy makers, and the public to focus on what is most important to the community. Program areas are considered as Core if they meet a majority of the following criteria: ~ The program area has been provided for a long period of time (over 4-5 years) and/or is expected bythe community. ~ The program area consumes a relatively large portion (5% or more) of the agency's overall budget. ~ The program area is offered 3-4 seasons per year. ~ The program area has wide demographic appeal. ~ There is a tiered level of skill development available within the program area's offerings. ~ There isfull-time staff responsible for the program area. ~ There are facilities designed specifically tosupport the program area. ~ The agency controls a significant percentage (20% or more) of the local market. Existing Core Prograt/r/w,/,�, Overview In discussions with the Department staff, the consulting team identified 10 Coxa Program Areas currently being offered. Rgu��4� Existing Core Program areas These existing Core Program Areas provide a generally well-rounded and diverse array of programming opportunities for the community. Department staff should evaluate Core Program Areas and the individual programs within them on an annual basis, to ensure offerings are relevant to evolving demographics and trends in the local community. Page 573 of 812 �cl; ra, �V/ � � IJ / / �/ l Yri ,d f a �l '� // / %v IP/ro///l /n'�,'�i nio� � I��� :, , Vii'/% ���ii ,/��., f� ���,. . %I, ����/r �y rr//�//'�,��/,r �. ,���. iiii� ,�� I �i%,�� I� I Iry/�/�I �I II��/ Description: Programming that focuses on performing arts and education in various cultures. Goals: Provide affordable programs for the entire community that increase awareness of Arts & Cultural offerings ' •.rams that provide orecreation • • . s. scheduled. Affordable, educational, and character building recreation activities for students when school is not scheduled in a safe ,FOW Page 574 of 812 F''wrl n/, m o3rcrtui rVraN Description:j and vities that provide exercise Organized participants over the age of 18 socialization ftorp rl IL : Offer programs to teach participants how to play sports as well as options for more competitive participants. ii i i rr r 10111111111111111111 Description: Programming that focuses on performing arts and education in various cultures. Goals: Provide affordable programs for the entire community that increase awareness of Arts & Cultural offerings ' •.rams that provide orecreation • • . s. scheduled. Affordable, educational, and character building recreation activities for students when school is not scheduled in a safe ,FOW Page 574 of 812 J� Description: Programs and activities that use the waterway resource tmconduct programs. Goals: Increase visitation tmparks adjacent towaterways through education and recreational activities. Department allows the public the opportunity torent facilities for afee. Goals: Increased revenue with ahigh level ofCustomer Service satisfaction 14 Programs to encourage the public to stay active. Goals: Educate the public mnthe importance offitness & Programs and events scheduled for Senior Citizens age 55 &o|dec Goals: Page 575 of 812 One -Time events the Department host that are city-wide. Goals: Encourage residents and visitors tmattend, increasing awareness, attendance , and sponsorship opportunities. Programs developed for ages 12-17. Goals: Increase number of programs offered for Teens. Informed by the Department's core programs, the Consultant Team completed five types of analyses toassess the Department's programs. These were: ~ Age Segment Analysis ~ Program Lifecycle ^ Program Services Classification ~ Cmst-mf-Serviceand Cost Recovery DIM Page 576 of 812 ProgramAn Age Segment Analysis was completed by Core offeringsby different program areas and identify any gaps in segments served. It is recommended that staff perform an Age Segment Analysis by individual programs to further understand and tailor future i community needs. The table below depicts each Core Program Area and the most prominent age segments they serve. Recognizing that many Core Program Areas serve multiple age segments, Primary (noted with a 'P') and Secondary (noted with an 'S') markets are identified. Age Segment Analysis The Department offerings have strong• of ost age segments throughout their Core Program Areas, mostly due to the large amount of All Ages Programming. There is an opportunity for more age specific programming, most notably for Preschool and Elementary aged participants. Wtaff should continue to monitor demographic shifts and program offerings to ensure that the needs— :ff each age group are being met. It is ideal to establish a plan including what age segment to targe -4, establish the message, which marketing•....i to use, create the social media campaign,and :i.etermine what to measure for successbefore ` i;. ii resources towardseffort. Page 577 of 812 PrograrrnwN^fecyde Program Lifecycle Analysis involves reviewing each program offered by the Department to determine the stage of growth or decline for each. This provides a way of informing strategi decisions about the overall mix of programs managed by the agency to ensure that an appropriate number of programs are "fresh" a that relatively few programs if any, need to be discontinued. This analysis is not based on stri quantitative data, but rather, is based on staff members' knowledge of their program areas. The following table shows the percentage distribution of the various lifecycle categories o the Department's programs. These percentag were obtained by comparing the number of programs in each individual stage with the tota number of programs listed by staff members. The Lifecycle Analysis shows 8d%ofprograms failing within the beginning stages (Introduction, Take -Off, & Growth), with almost half ofall programs being listed as being in the Introduction Stage. The Department reported they canceled b3programs imthe last year, due partially tmthe impact ofthe pandemic, and were put inaposition tocreate all these new programs totry and meet the evolving needs mftheir community. With increased (and new) staff and a full reopening mfofferings, the key will be to ensure the programs in Introduction through Growth stages continue tosustain the growth patterns and some gradually transition tmthe mature stage intime. R re 1/H Lif�cycle Analysis According to staff, only 10% of all program offerings currently fall into the Mature Stage. With 29% of programs being in the Growth Stage (some of which will transition into the Mature stage), we can expect the percentage of mature programs to continue growing. The Mature Stage anchors a program portfolio, and it is recommended to have roughly 40% of programs within this category in order to achieve a stable Additionally, 496 ofprograms are identified as Saturated or Declining (0-10% Recommended Distribution). |tisa natural progression for programs toeventually evolve into saturation and decline stages. However, ifprograms reach these stages rapidly, it could be an indication that the quality ofthe programs does not meet expectations, orthere isnot asmuch mfa demand for the programs. Asprograms enter the Decline stage, they must be closely reviewed and evaluated for repositioning or elimination. When this occurs, the Department should modify these programs to begin a new lifecycle within the Introductory stage or replace the existing programs with new programs based on community needs and trends. Staff should complete a Program Lifecycle Analysis annually and ensure that the percentage distribution closely aligns with desired performance. The Department could also include annual performance measures for each Core Program Area tmtrack participation growth, customer retention, and percentage of new programs asanincentive for innovation and alignment with community trends. Page 578 of 812 R�rog�rwrr Classification Conducting a classification of services analysis informs how each program serves the overall organizational mission, the goals and objectives of each Core Program Area, and how the and/or user fees and charges. A program's classification can help determine the most appropriate management, funding, and marketing strategies. Program classifications are based onthe degree towhich the program provides apublic benefit versus private benefit. Public benefit can be described as everyone receiving the same level of benefit with equal access, whereas private benefit can be described as the user receiving exclusive benefit above what ageneral taxpayer receives for their personal benefit. Rgv�14k Program Classification Diagram For this exercise, the 0eparnnentused a classification method based onthree categories: ^ Essential Services ^ Important Services, and ~ Value -Added Services. Where aprogram mrservice isclassified depends upon alignment with the organizational mission, how the public perceives aprogram, legal mandates, financial sustainability, personal benefit, competition inthe marketplace, and access by participants. Figure 1.4k describes each ofthe three program classifications. Page 579 of 812 With assistance from staff, all recreation programt offered by the Department were classified into three categories. The results presented in Figure represent the current classification of recreation program services. Programs should be assigned ranges for cost recovery goals within those overall categories. Program Classification Page 580 of 812 Ir& Cost Recovery for each Core Program Area, and for specific programs or events when realistic. The previously identified Core Program Areas would serve as an effective breakdown for tracking cost recovery metrics including administrative costs. Theoretically, staff should review how programs goals to determine if current practices still meet management outcomes. Determining cost recovery performance and using it to make informed pricing decisions � Classify all programs and services based on the public or private benefit they provide (as completed in the previous section). 2. Conduct a Cost -of -Service Analysis to calculate the full cost of each program 3. Establish acost recovery percentage, through Department policy, for each program or program type based mnthe outcomes ofthe previous two steps and adjust program prices accordingly. Buddhn� Costs V�hic�e Costs C�ntm�ed ` Gervicms the FUUUCost-of- Service Tmdevelop specific cost recovery targets, full cost of accounting needs to be created on each class orprogram that accurately calculates direct and indirect costs. Cost recovery goals are established once these numbers are in place, and the Department's program staff should be trained on this process. A Cost -of -Service Analysis should beconducted on each program, or program type, that accurately calculates direct (i.e., program-specific)and indirect (i.e., comprehensive, including administrative overhead) costs. Completing a Cost -mf -Service Analysis not only helps determine the true and full cost of offering a program, but it also provides information that can be used to price programs based upon accurate delivery costs. Figure 1.4millustrates the common types ofcosts that must beaccounted for inaCmst-mf-5ervice Analysis. Pers�one� �ost� �upp�y E�uipmen ��ater|a� C�oat� |ndire�_,f, Costm 6minimtrat�e �ost 4Uoc��ion � Deb� Sem\oe The methodology for determining the total Cost -of -Service involves calculating the total cost for t activity, program, or service, then calculating the total revenue earned for that activity. Costs (and - Number mfparticipants ~ Number mftasks performed ~ Number mfconsumable units ~ Number of service calls ~ Number mfevents Agencies use Cost -of -Service Analysis to determine what financial resources are required to provide specific programs at specific levels of service. Results are used to determine and track cost recovery as well as to benchmark different programs provided by the Deparment between one another. Cost recovery goals are established once Cost -of -Service totals have been calculated. pigum�4n Cost Recovery Diagram UIIKIIIFA Cost Recovery Model for Sustainable Services Page 582 of 812 Who benefits from a program or service is one of the key factors in determining pricing. As services become more individualized, higher levels of cost recovery are appropriate and expected. The pricing model, illustrated below, graphically depicts this concept. As the level of benefit to the individual increases, so does the level of cost recovery for that service. Cost Recovery Goals byCore Program Area SE'RVUCELEVEII.. I-BASUC SE�11`�"!IVUOES The City of Boynton Beach will continue to provide basic park and recreation services atno charge to protect and conserve natural and historical properties and tn promote the physical, social, and mental well-being of its citizens. These sen/ices primarily serve individuals and small groups through non -reserved, non - consumptive, or non -facility -based amenities and recreation activities. They typically are not offered bythe private sector. Examples mfbasic services include the operation and maintenance Vfparks, open space, greenways, playgrounds, unsupervised outdoor athletic courts, and overall Department administrative activities. No cost recovery is associated with these functions. These services are provided tmthe community with funds derived from general fund tax dollars. Public funds will be used to acquire, improve, and manage all parkland whenever possible, charging nmfees to Boynton Beach residents for entrance into neighborhood parks, greenways and trails, playgrounds, recreation, and community centers. However, the Recreation & Parks Director may recommend nominal fees as necessary for control ofthese areas. BOYNTON BEACH Page 583 of 812 SERVICE MO', P I IN ID II II ID U A�11, IB IE P",J IE a„ IIT Services include basic recreation programs, activities, and events that utilize parks, recreation facilities and other Department spaces, providing benefits to the entire community or a large group, as well as the individuals served. They are available to all; however, space, time, cost of supplies, and other factors may limit or preclude participation. On occasion the private sector may offer some of these services. These programs and services are expected to recover between 0-50% of direct costs from user fees, sponsorships, and grants. Supplemental funding is provided from general fund tax dollars. Examples include monitored facility use (recreation centers, swimming pool, and tennis courts), special park facilities (boat launching, guarded beaches), community and special events, and senior and youth social services. SkE,I,,'!',VICE LEVE11- 3 ­ r`Af'0S'VI,YINDWIDUAIld CO3/fl/ UI IT Y I B EN I E I F ,T These services are defined as those activities which benefit mostly the individual participant. They may be available to the entire population but substantial limitations on space, time, consumptive use, and cost have the effect of restricting use. Fees are often established based on local market demand. These programs and services are expected to recover between 50- 100% of direct costs as well as partial indirect costs. Limited supplemental funding may be provided from general fund tax dollars. Examples include reserved park and facility spaces (e.g., pavilions, rooms, and ballfields), youth instructional classes, adult sports leagues, summer camps, afterschool programs and some special events. S RV II C IE �­% i II G r4l, 111. /(' III?/",,JJ,,," V,,,� II V II V U A h_' These services are defined as those activities which entirely benefit the individual participant, including private commercial uses. Fees and charges for these services are expected to recover the full cost of operations. These programs and services are expected to recover 100% of direct costs plus surplus, which is utilized to subsidize other programs and services. Examples include concession sales, for-profit and commercial rental facility use, and individualized lessons Page 584 of 812 PHdnq Pricing strategies are one mechanism agencies can use to influence cost recovery. Overall, the degree to which the Department uses various pricing strategies is fairly dynamic, with all core program areas indicating they currently utilize multiple pricing strategies, and seven of the ten core program areas using at least five of the listed pricing strategies. Moving forward, the Department could consider expanding the implementation of the less used strategies, such as Family/Household Status (currently not used at all), Weekday/Weekend Pricing, and Prime/Non-Prime Time pricing. Pricing Strategy Staff should monitor the effectiveness of the various pricing strategies they employ and acljus�j as necessary. It is also important to continue monitoring for yearly competitors and other service providers (i.e., similar providers). Figure 1.4p details pricing methods currently in ,?.reas for strategies to implement over time. 1164 1 REIMAGINE RECREATION I BOYNTON BEACH Page 585 of 812 Rrogr&r­r­,�, Assessment Overview Overall, there appears tobe aneed toensure that the key benefits and goals ofeach Core Program Area are effectively communicated tmthe public. Ac,e segmnem't Five ofthe Department's ten Core Program Areas have a primary focus on all -ages programming, ensuring programming opportunities for participants mfany age. Age segmentation should be monitored annually to ensure program distribution continues tomatch Boynton Beach's aging demographics. ° 1 '3mm9manm Uife,,c.:ydUes: 47% of all programs currently fall within the "Introduction" stage. This indicates the Department is willing to try new things and is focused on innovative, fresh programming to keep up with the needs of the community. ° ��aid eflrntg arntd Staff utilizes a variety ofmarketing methods including printed and online program guides, website, flyers/brochures, direct mail, email blasts, marquees signs, in -facility signage, and various social media channels asa part ofthe marketing mix. ° Social 1//V/1ed8a: There is an opportunity to increase presence and use the medium tobetter tell the department's story and share the impact ithas onthe community. ° Cj,,,,/,��s,tommei� Feedback,,,,There are limited customer feedback acquiring methods currently being incorporated. It is highly recommended that the Department begins incorporating user feedback, onamore consistent basis. ° Fr8c Currently, the most frequently used approaches are By Customers' Ability to Pay and Residency, which are used in all Core Program Areas except for Coastal Waterways. These are useful strategies in increasing participation as well as helping the Department become more self-sufficient. ° Cost Recovery Goals: Goals are in place for most programs; however, methodology and tracking are inconsistent. |tisrecommended that the Department develop acost recovery policy and begin tracking cost recovery for all program areas. When doing so, the staff should factor in all direct and indirect costs pertaining to programming. These Financial performance measures will help the Department focus ondeveloping consistently earned income Page 586 of 812 The Department, in conjunction with City's Marketing Department and Public Information Office, have streamlined its approach when it comes to advertising services and programs to residents. Less dependent upon the strict use of flyers and media releases alone, the Department has infused modern an essential component in getting the attention of potential customers. The list of marketing ^ Announcement mfevents atmonthly City Commission meetings ^ Billboard messaging ^ Digital marquees ~ Distribution of Funfare magazine which reaches 12,OOOpeople ~ E-@asttmthe City's database of 12,000 with event listings ~ Email toall City mfBoynton Beach employees, totaling 8AAin number ^ Event banners used to promote events like the 2021 Magic Wheels and Special Deals as part ofasponsorship agreement ^ Event listing inthe annual City ofBoynton Beach calendar mailed toall residents Social media listings include Facebook, City of Boynton Beach website Use of electronic utility bills to spread advertisement of a variety of activities YouTube videos were used to promote practical home exercise tips for people during the initial stages of the pandemic. The Marketing Department featured a Recreation and Parks Department staff member in a brief "basketball basics" instructional video that illustrated the fundamentals of the sport mixed in with simple fitness techniques. Effective communication strategies require striking an appropriate balance between the content with the volume of messaging while utilizing the "right" methods of delivery. The [)eparrnent has a broad distribution mfdelivery methods for promoting programs. |tisimperative tocontinue updating the marketing plan annually to provide information for community needs, demographics, and recreation trends. An effective marketing plan must build upon and integrate with supporting plans and directly coordinate with organization priorities. The plan should also provide specific guidance ostohow the [}eparment'sidentity and brand istmbeconsistently portrayed across the multiple methods and deliverables used for communication. Page 587 of 812 The Department website can be reached at the exceptional domain name www.wemakelifefun.com The site has several features making it easy to navigate and user-friendly. The top of the page has a link to quickly translate the page into 3 different languages (English, Haitian Creole, and Spanish). With more than one in four Boynton Beach residents being foreign -born, and one in three speaking a language other than English at home, this shows a commitment to making the website more inclusive and accessible to the community they serve. Here are some additional website -based resources available toassist with this inclusionary Incorporate the National Recreation and Park Association's Equity Guide in all verbal, visual and written communication on the website and beyond (https://www.nrpa.org/our-work/ ~ Afull list of website accessibility basics can be found at https://vvvvvv.usability.gov/vvhat-and- AsyouscroHdmvvn,ymufind links tofrequently requested info such as the rec program guide, how tm rent a pavilion or facility, get beach/boat permits, find anevent, orregister for aprogram. The "Register for Program" link takes you to a landing page inwhich you will find a"New Customer Registration" that must befilled out before registering for programs and include a proof mfresidency requirement toqualify for discounted fees onprogramming. Once you fill out the application you receive anotice that your application will be processed and allow 48hours. This iscumbersome and the Department should look atways tostreamline this process toimprove the user experience. You can also "Find Recreation Programs" which takes users directly tothe Department's °RecTrac" site which allows them to browse programming opportunities by category and register online (with an account). Further down the page, there are direct links tospecific programs, perks, and facilities. The website is branded per the City of Boynton Beach guidelines. It is visually appealing with lots of pictures and is very easy to navigate. There is also an opportunity to incorporate more storytelling on the page that encapsulates the mission, vision, and values of the Department. Page 588 of 812 So6a� Me�.-11',�a The City of Boynton Beach utilizes Web 2.0technology through RacebookTwitter, |natagnam, YmuTube, and Linked|n. Hens ioaquick analysis mfthe Department byeach platform. All numbers are asofNovember 3Q,2Q22. ' Posts multiple times a ' Used to promote programs and activities and share news of the happenings withingthe Department. ' Calls to action for community tointeract with page ' Good use ofEvents to promote upcoming ' Recommendations for Facebookcontent include short videos, h|ogposts and curated content 0 l���teir, ~ 803 followers ~ Posts multiple times a week. ~ Many posts are the same as Facebook, focusing mostly on information sharing with some original content. ~ Recommendations for Twitter content include news, blog posts, and threads ^ Most posts are same as ^ Recommendations for |nstagrarninclude infographics, step-by- step photo guides and Nil ���tube ('Cfty of rr, ^ Recreation and Parks playlisthas two videos, with the last posted on February 16, 2022 ^ Recommendations for YbuTubeinclude videos sharing stories ofthe park and the good you do in the community el 1Jn1kedh-r, (0ty ofl ir/i ~ 135 employees ~ Four posts in the last year with nnjob postings. ~ Recommendations for Linked|ninclude professional content, examples nfyour organizational culture, company news and job opportunities There is currently no Page 589 of 812 Ws IMP, SMOMEME1,111, U� 1 1 " I I I V6U���,,-rteer and Pwrtnersh^p Manaqe�,,nrr',,��,ent Today's realities require most public parks and recreation departments to seek productive and meaningful partnerships with both community organizations and individuals to deliver quality and seamless services tutheir residents. These relationships should be mutually beneficial to each party to better meet overall community needs and expand the positive impact of the agency's mission. Effective partnerships and meaningful volunteerism are key strategy areas for the Department to meet the needs ofthe community inthe years tocome. 0,,,,),,rremt VdU�irllteer�������rm��� When managed with respect and used strategically, volunteers can serve as the primary advocates for the City and its offerings. Currently, Boynton Beach has volunteer opportunities posted onthe Department's website, underneath "Volunteer Opportunities" (https://www.boynton-beach.org/ volunteer). There you can find a links to the current volunteer login page, applications and requirements to volunteer, lists of volunteer opportunities and assessments, as well as information to become apark ambassador. Strong volunteer management is currently in place. The Department is tracking volunteers, volunteer hours, and type of volunteers (E.g., community service, special event, intern, etc.) on a regular basis. They also have aformal Volunteer Policy. Recrea,flo�,,///t Progr,,/,,,,?,,mm��x����s���� The Department currently works with several different types of partners throughout the community. These partnerships support the facilitation of programs and sponsorships of community events. As with tracking of volunteer hours, tracking partnerships helps show leadership how well staff can leverage resources. |nmany instances, partnerships are inequitable tothe public agency and do not produce reasonable shared benefits between parties. |tisnot suggested that Boynton Beach's existing partnerships are inequitable; rather, in general, many parks and recreation agencies' partnerships tend tobeinequitable. The Deparment should explore partnership policies that promote fairness and equity within the existing and future partnerships while helping staff to manage against potential internal and external conflicts. Certain partnership principles must be adopted by the Deparment for existing and future partnerships to work effectively. These will be explored in Chapter 3: Vision. Page 591 of 812 a Ff .3, The 2020-2021 City of Boynton Beach Recreation and Parks Organizational Chart (Figure 1.4q) shows the Department operates at nearly 54 FTE, which puts them at about 6.6 FTEs for every 10,000 residents in their jurisdiction. This puts them below the national median for agencies of their size of 9.6 FTEs per 10,000 residents. As the agency looks to evolve and grow, it will be critical to identify ways not just to right -size the Department but to right staff it. The growing emphasis on culture through the opening of the Arts and Cultural Center and dedicated staff to manage and program it is a step in that direction. As new program trends emerge, with the growth of pickleball and esports and the continued focus on sports tourism (through tennis) and inclusive recreation, additional staffing opportunities and functionalities are going to be necessary. These will be explored in Chapter 3: Vision. City of Boynton Beach Recreation and Parks Organizational Chart DEPAIRI %I EN T: RocreAWms & Parks I[ IN 6trems6on Reveatic"', Mowdet'stor Sr AMrn(ri AbSoVate Adam Awrr.,kate, (0 50) ReCT'Rabnn tZ'VM9, W450T (Sen'aOr C" uau Adrnun Assoc ('11 Y OF HOYN'10N RMS;, CII BUDGET YEAR 2020-2021 ORGANIZATIONAL CHART P, tj N D: 00 t OETI � NW 2710 Drer,lm cd FRecreaftim & P&*% oksskstar,t 'i rM, 10cesin ReFmw Cl'"O pwk's & Ocean Ufagu& Ck ( W U (2) Rark Rgmqer Mean L Vequard coordjamtof � pmksmalint Poe siahvq I � j W Pw k iiqg A ftendard (3 54) Admin Assoc Recrenvon Man,agor Recy'FkW�orn I Re"Crewiov AquabCS SupeIVMOIJ Tenrmm Ctr FwA dy Oiusta'r (S�ITM Center) [ coordjamtof � Specafist „� Poe siahvq I � j p(vA jjqegumd se, (a 66) f Ro,c S$w,Wist (0 413) Y.tl"d 21' 1 Rer, I F#oc* d afvgusuj P,7.ap �, aadF t„ 75 Seasora�') Office,Aam Su"vr*r Prratpr'amre . ........ .. .... . 'w1hr 0 70) Skivnwrxx �wnp Counsek)r (2 35) Bus F)Over ( 25 PT, 4 . 15 SeanonM) rim Page 592 of 812 Paiir-ks and tReria reatillan Exisflnq Paidks Recreation System The City of Boynton Beach's parks and recreation system is currently comprised of 30 parks, 7 future parks totaling 307 acres; 171 acres which are developed and 136 acres which are undeveloped. The system also includes 6 recreation centers and approximately 101,105 square feet of indoor space. These facilities range from the Boynton Beach Arts and Cultural Center that provides residents with a variety of performing and visual arts programming opportunities to Ezell Hester, Jr. Community Center which provides residents with a variety of indoor recreational facilities such as an indoor gym, community rooms, and teen center. Other public and private recreational resources are also located in and around the City of Boynton Beach. These include facilities provided by the Palm Beach County School District, Home Owner Associations, YMCA. Since these are not open to the general public, they were not included in the analysis. While Palm Beach County provides parks and recreation facilities near the City of Boynton Beach, they are not located within City limits and therefore also not included in this analysis. Figure 1.4q maps the City's parks and recreation system while Figure 1.4r includes an inventory of the me= CITY OF BOYNTON BEACH 'D,A/VRKS SYSTEM RIGHUGHTS U1111 �P a r s r r C` ) e 7/41/11// 101, ioir p d �Zlll A leir ssi/e e n �i�n s o u rX 7//X/ "fee, joo� r em, n V r o u n III C 1 0 L,111� 111 11 ma, %uI0,,%/-1111111111 " al aa ol liE1111111:71111, 91, mil o �n J j R /, j e cl C""11", f"', r I ° // of �j /� o u rcs ,,,,, p d �Zlll A leir ssi/e e n �i�n s o u rX 7//X/ 11 11140111111116101 111+ /l/m ellall, trll, r d8l tone, iii 0/d/l/// ff"Ino j °'J ����j/i/,.N PJAMI/k/s, 31111/l/i/m j j p I of hrifdoar reareaflan A A space -1,72 1 REIMAGINE RECREATION I BOYNTON BEACF Page 593 of 812 "TS III C 1 0 L,111� ma, %uI0,,%/-1111111111 ol liE1111111:71111, 91, mil o �n J j R /, j e cl C""11", f"', r I ° // of �j /� ,,,,, Fil e I S 11 11140111111116101 111+ /l/m ellall, trll, r d8l tone, iii 0/d/l/// ff"Ino j °'J ����j/i/,.N PJAMI/k/s, 31111/l/i/m j j p I of hrifdoar reareaflan A A space -1,72 1 REIMAGINE RECREATION I BOYNTON BEACF Page 593 of 812 r/m�rf,,'�rMq City ofBoynton Beach Parks and Recreation System Map l� Barton Memorial Park 2. BettyThomas Park 3. Boynton Lakes Park 4. Forest Hill Park 5. Galaxy Park 6. Hibiscus Park I Jaycee Park 8. Kno|iwnodPark 9. Laurel Hills Park lO.Meadows Park l}.Palmetto Greens Park l2.Pence Park l3.Pioneer Canal Park Community Parks 1Barrier Free Park l Eco Park 3� Ezell Hester Jr. Community Park 4� Intracoastal Park 5� Sara Sims Park 6. Wilson Park [] Mini Park l. Demonstration Gardens 2. Heritage Park 1 Kiwan|sOerra Park 4.Arbor Park 5. Dewey Park N Special Use Park I . Centennial Park Z. Harvey E Oyer Jr.Pak I Kapok Park 4. Little League Park S. K8agrnveWa|k/Extension 8. Oceanfront Park 7. Officer Joseph Crowder Ps 8. Senior Center 9. Tom Kaiser, Veterans Park >O.Urban Orchiard 1I.Wvmen'sClub Zl Future Parks 1. Congress Middle School 2.Fire Station 3 3.FPL Park 4.Girl Scout Park S.Meadows 1 Park 0.Nautica Sound Park 7.Nickels Road Park A Scrub Area 1.Galaxy Scrub S Cemetery l.Barton Memorial Cemetery 2. Sara Sims Cemetery 3.Boynton Beach Memorial Park LEGEND City Limits 11111111111111111111 Boynton Beach [larks Boynton Beach Preserves IIIIIIII, Palm aeadommyParks Palm Beach County Conservation Areas Palm Beach couny K-lzPublic Schools Roads --' Boynton Beach Bikeway Water Bodies N 05 1 Miles 073 City of Boynton Beach Parks and Recreation System Inventory Page 595 of 812 U .2 Illm 111111111111 Park Name U 11 0 m® LL W Q- V) IIJ ................................................................................................................................... _.Con rens Avenue Community Park 20i 25 Communit Ezell Hester, Jr. Community Park 2181 Coirnmunitv ["I'll . ............. Wilson Park 18 Communlit . ............ 1 2— Palmetto Green Linear Park 029 GireenwAvs/Bikeways 80 .............. f .............. .............. Batt Thomas Park : NeLi7borhood I 2 Boynton Lakes Park T94, Nelahborhood Forest Hills Park 159 Ne1�-, ) or)ooc I2— Galaxy Park and Scrub 938 Neiq1,1L)oirlhood and Scruk ............. .... . - - - --------------- ......... .............. Hibiscus Park OAS NeLLhborhood I. Knoll-ood Park 101 Neiqh1,,)orbc>od Laurel Hills Park 1,.29 N e i�La) b o rhood Meadows Park T16 Neiqh1,,)orbood Pence Park 2,89 NeJ.-t)borhood Canal Park 036 Neiqh1,,)orbood ,; �Pioneer 2 .10 ........ Sara Sims Park/ Urban Orchard T58 Use I 2 Barton Memorial Park ............ 6.,9 ........... ................................... , �eciall U�sIen�ietery _Loyrjo�j�e�cljMe rL, I Park 1237 S p 1-1 �Use Cenua�.�ary ------ Sara Sims Cerneter 11 �0 ............................... --s-pedal —User-l"ne— Officer Joseph c_y�q_ePark _&_2 _t_ ark 100 Sc u 40 Little Lea ue Park . ........ 12.,3 1 .. .... . ... . Use Man rove Walk Extension 831 Spc cog�jJse Edward �FHar�menm Arbor Park UdAan Q �eri/Cfvrc �SDAce. Centennial Park — — — — — -- 157 U rban 9L�e n/ Lc 3pace -L -- — — ------ ----------------- Demonstration Garden . U11 ................................. . U n Qj,�g ce . ....... r " b " a .................. ........ Dewey < Park — — — — — — — — — U9 Urban 9peL)LOvic S -e --pac -- Herita e Park .......... 0..,.3..0 .......... .......... Ur.b.an Q.pgLi/ C [y.1 c Sp.a. c e ........... :Ka ok Park -- — — — — — — — — — — — — 1 �25 Urban Space ----------------- 2 1 Kiwanis/Sierra Park 0A9 Urban Op e I Veterans Memorial Park O�58 Urban Open/0 i LS ace . .............................. ........... Harvey"E. Oyer, Jr. Park . 839 . ............ I —pl Water/Beach Access 13110 1 1 1 Intracoastal Park 8.97 Wm.er/Beaclhi Acce�,,,s 1 1 Jaycee 531 µLLWater/Beach Access . .............. .............. ............. ............. ............. .............. ............. Oceanfront Park 636 Wm.er/Beaclhi Acce�,,,s 1 Con re!sa Middle School 16,14 Future Park Eco, Park Site ............ 59,0 ........... FLAure F1ark - ------ -------------- ------- --- Fire Station 3 Site 2,99 Futuirp IParlk fi FPL Park Site7.75 FLAure 11 a r k Girl Scout Park Site 6,38 Futuire, Park Meadows 1 Park Site 3.99FLAure 11 a r k Nautica Park Site 5 Futuire, Park Nickles Road Park Site 1336 FLAure 11 a r k INDOOR FACILITIES _Bo nj2n Beach Arts & ultural Center ',f,,fj,eahon Center John Denson Pool 1 2,90 9 Acivatic FaciPtv Ezell Hester, Jr. Community Center 21,921 Recreation Center Intracoastal Park Clubhouse 7,303 Recreation Center Oyer Park Clubhouse 2,084 Recreation Center Senior Center 0.83 9 891 Recreation Center Carolyn Sims Community Center 13,816 Recreation Center -- s ma Won'Club 046 11010 Rental Center IA. 074 REIMAGINE RECREATION BOYNTON BEACH Page 595 of 812 Page 596 of 812 R,,�, rk Rte Eva�luaflanim Research by park experts has shown that all successful parks and public spaces share common qualities: • They are easily accessible • They are comfortable and have an attractive image • They allow users of all ages to engage in a variety of activities and allow people to gather and meet one another • They are sustainable — meaning that they help meet existing needs while not compromising the needs of future generations Considering these qualities, the City of Boynton Beach's parks where evaluated based on 6 categories and 35 sub- categories using Sara Sims Park as a measuring stick for the rest of the park system. Parks were evaluated collaboratively by City staff and the consultant using a three- point scale for the condition category and five-ponit scale for the other categories: Condon Category Category Scale: Scale: M.nm 1.0 Poor 1.0 Poor 2.0 Fair 3.0 Fair 3.0 Great 5.0 Great Figure 1.4u illustrates the results of this analysis and Figure 1.4v maps the results. ACCESS Access, ai­,,ii Jrfl e s W,,/ifl`,,�,>R�ity fii i distai,,,', Can one easily see into the park? Ease of 6wa�1 irr/na to fl( e park Can someone walk directly into the park safely and easily? 81 Oairlty of rr/t,,/,,,,?,,f,(/, e Is there signage that identifies the park, and/or signage that provides additional information for users? M/XDA Comp�iaiillce Does the site generally appear to comply with the Americans with Disabilities Act (ADA) laws for accessibility? L k ht Is the park lighted appropriately for use at night? (if applicable) C01111" FO��,"?,",,T r in e o r ­r 11, (,,,) r t a r Is the park attractive at first glance? Feekilff, af safety Does the park feel safe at the time of the visit? C � earr/t � � ii i,,s�/,,,,,,,/oveir,,/,,,,?,,11 qi,,tafity of mahl"teii'llaii'llce (E; or lfirrteir1or) Is the park clean and free of litter? Cwrtr/f�,foirt of p�aces 'to s�t Are there comfortable places to sit? Protecflorr/t froirrt, L.3/ad wea,flmreIr` Is there shelter in case of bad weather? 01 Ev�dei1!,/,,,,/,/,,, of rn�a(Exteirlor/ liilltedor 9a, u,"", 9', Is there visual evidence of site management? fail` Abflftyto eas�ly sj,,u�jpwrvlse, aii d the pad fa6fty (hr/tterior) Now difficult it is to supervise the park and its facilities? Con&tiort, and effec,fivei1e,,,,/',',,s of ,/,,,,?,,rr/ty eqi,,dpii­rt,,eii11t or operatiort, Is the equipment and/or operating system in good condition? 9 in d Does the park exhibit appropriate branding? 1176 1 REIMAGINE RECREATION I BOYNTON BEACH Page 597 of 812 ActVdes, aI i c 'I, Sr. ,�,',) c l a t y N Of use 5/'H"�i Is there a variety of things to do given the type of park? IR 11-eveI of actMty How active is the park with visitors? 0 Sen,,,,/',','e of pride/owir�,eirsrt,"It Is there evidence of community pride in the park? 01 ir 0 a"Y ir lr"rlf" I(11'e; f l eXi ""'alT?" Y How flexible is the park in accommodating multiple uses? Abflfty ac of fMty to! ffecCvel/�y sl,),pport c!),rmrr/tt ongairOzed p I o,, Ila Il fli rn r/t,,t, Is the site meeting the needs of organized programs. PV'.f, a dk et i i� �a, or effoirb,', for the fa6fity Is the site being marketed effectively? Q1 Irnage anrd aeoflMrletics Is the building attractive? 1f1 C I al It y of e "t ir nt di, I-; � to flhre pairk Is the building integrated into its surroundings? P, teir1 r ayout Is the layout functional? 0 liitel 1 r fj,/,�rririhXim, and eqi,,dpr//r[eirv' Are the furnishings and equipment inside the building of good condition and quality? 0 F,),imc/:Co�,r/t1ing dirnens1!on,,,,',', of spaces Does the organization of space support the building's intended function? Stn./,/).,cb )�,114 hl"tegrity Is there any obvious need for structural repairs? Is there any obvious need for repairs to the building shell? IB ;;;111 Are all the mechanical, electrical, and plumbing systems in working order? y Is there evidence that the building is energy efficient? CONDITION /011/f/ ej�� Gr a 'u,"i a r t r -)i We IL, e s 5 r r) e r",, it C"', S � I J r r C o s e r v at c So6al Equ�ty %%Ji I a r",, d s P E,',,, r d s c a ' 10/ Hea1101 r, anrd We&r/tess S�te S't1NXC///,tLXms/ Does the park promote a variety of health What are the condition of the park's and wellness opportunities? amenities? Does the park promote conservation What are the condition of the park's practices? furnishings? SocWl Equ�ty Does the park promote social equity? What are the condition of the park's landscape and hardscapes? MWA Page 598 of 812 BUILDINGS B i ',','ird Ard'1111ritectU.,re u, fJ, g ir 0 a"Y ir lr"rlf" I(11'e; f l eXi ""'alT?" Y How flexible is the park in accommodating multiple uses? Abflfty ac of fMty to! ffecCvel/�y sl,),pport c!),rmrr/tt ongairOzed p I o,, Ila Il fli rn r/t,,t, Is the site meeting the needs of organized programs. PV'.f, a dk et i i� �a, or effoirb,', for the fa6fity Is the site being marketed effectively? Q1 Irnage anrd aeoflMrletics Is the building attractive? 1f1 C I al It y of e "t ir nt di, I-; � to flhre pairk Is the building integrated into its surroundings? P, teir1 r ayout Is the layout functional? 0 liitel 1 r fj,/,�rririhXim, and eqi,,dpr//r[eirv' Are the furnishings and equipment inside the building of good condition and quality? 0 F,),imc/:Co�,r/t1ing dirnens1!on,,,,',', of spaces Does the organization of space support the building's intended function? Stn./,/).,cb )�,114 hl"tegrity Is there any obvious need for structural repairs? Is there any obvious need for repairs to the building shell? IB ;;;111 Are all the mechanical, electrical, and plumbing systems in working order? y Is there evidence that the building is energy efficient? CONDITION /011/f/ ej�� Gr a 'u,"i a r t r -)i We IL, e s 5 r r) e r",, it C"', S � I J r r C o s e r v at c So6al Equ�ty %%Ji I a r",, d s P E,',,, r d s c a ' 10/ Hea1101 r, anrd We&r/tess S�te S't1NXC///,tLXms/ Does the park promote a variety of health What are the condition of the park's and wellness opportunities? amenities? Does the park promote conservation What are the condition of the park's practices? furnishings? SocWl Equ�ty Does the park promote social equity? What are the condition of the park's landscape and hardscapes? MWA Page 598 of 812 1,4ju Park Site Evaluations Results .1,78 1 REIMAGINE RECREATION I BOYNTON BEACE Page 599 of 812 LA UjtCY n C ... (D m a Y. I m 0 E w 2 (s V C m m W D PARK NAME LU E 0 Mwro 0 E n.. 0 E r - ...a. 0 0. 2 as :D W IA > 0 t 0 C rn C 0 11 o V. C T 0 ;:� UP E E ........ = U 0 is r.n Qj m 0 i C0 P'sr..T.t 0 0 U Y . 0 U n cka Q owA 0 '..0 U9 0 2.4 mr,2510 2.5 Z8 2.0 A Site Structures/ menities 2.OM Site FurNsNngs 20 Z7 2.3 General Landscape/ Hardscape ZO ,;4m2, 2-5 2.3 EMI 2.0 Z , I r1p, a F/I S, mr, Z FE, F/I ME -4 .0 11 3.0 3.0 18 3.6 .8 3.8 49, 3.0 3.3 2A 3.0 3.2 12 3.4 3.2 3.2 32 3.0 Visil.Aby lEase, in Waflldng 3 2 4' 3 3 3 2, 2 2 3 3 3 3 3 Qiifty oF Sgnage ADA Comphance 3 . 3 3 ... ... ... ... ... ... .. 3 . 2 2 3 ... ... ... ... .. 3 3 2 2 2 3 Lighting2 MINE IT 2' 3 3 2,9 3-3 24 13 24, 3.1 µ 14 Over allattract rvee ess Feeling of safety 3.1 3.3 2 3 3 3- 3 3 Z" 2 3 3 3 M6ntenance (Exteifor� M6ntenance (111 3.4 3 1 u, 2 3 2 3 3 3.7 Comfor� of Seating Z6 3 ceNNE ',Z ' 3 3 � FE, mmmm Prote.c.tion from bad we.ather 3 M S�evvardslhip (IEAteifor� Stewardship (Interior) 3.3 3.5 3 3 Supervision Ability 3.4- 3 Condition of Operatrng Systems Bran&ngn lJrrr2 4 . . „4 2 3 2.8, 13 3.2 243 18 3.8 3.8 13 2.0 24 Aux or uses Leve.1 of actrvity 3 3 WE/, 3 Sense o� pride Programrnng Flexr1bHby 3.2 3.2 3 2 3 3 3 Current Organized Programming 3.23 3 MarketOng i3.1 3 3 3 3 3.0 3.2 hnage and Aesthetics Connectrons to Park Interior Layout Bnterior FiNshes ____. ____. ____. ____. 3.3 15 3.0 2,5 11 E` 3 2 ,, ,,,,,,, f� f f 1014/02/1111 3 .......... FUrictioNng DOrrnensVons StrUCtUral integrity BuHding Enclosure 2a9 3.6 3.3 � a , 1111 �l�/ 1111 � f BuH&ng Systems lE� Sustainability 3.0 f �,,,, nernd gy a 2 .4 3 N", MR 'Allot, ,/ E/M I . '27 12,. �I, 3.3 3.0 M 23 37 . 23 3.0 Z 17 11 leallth and Well1liness �A 2 3 Z 2 3 Conseirvafion 2. 8, 3 3 2 2 3 3 So6all l..:.qiu1ity 2 2 2 1 3 .1,78 1 REIMAGINE RECREATION I BOYNTON BEACE Page 599 of 812 1 1, M) Park Site Evaluations Results (Continued) ME 3 3 2 7 3.7 0 0 FO Iffifflffiffi§ 2,7 2,7 3312.7123 13.3 117 3 3 2 2 �M 3 3 2M ��3�2�2 M 3 2 MM 2 1 3 3 M 5�*A Page 600 of 812 0 0 0 d V 0 0 0 2 I d.. �Q) m U U M 0 .Y CE nmLno=cUm a LD U cU n iu..� a.. . n.. 0 �::E 0 0 m 1 n E E 6 f 2 UU 0 0pyr �n c ........ ... U Ln Vp 0 0— m U 0 V, U 2 0 V) V) V) M 0 ME 3 3 2 7 3.7 0 0 FO Iffifflffiffi§ 2,7 2,7 3312.7123 13.3 117 3 3 2 2 �M 3 3 2M ��3�2�2 M 3 2 MM 2 1 3 3 M 5�*A Page 600 of 812 nou1, 4v Map of Park Site Evaluations 0 Neighborhood Parks l� Barton Memorial Park l BettyThomas Park _ Boynton Lakes_P_. 4. Forest Hill Park 5. Galaxy Park 6. Hibiscus Park 7. Jaycee Park 8. Kno||woodPark 9. Laurel Hills Park lO. Meadows Park l}.Palmetto Greens Park l2.Pence Park l3.Pioneer Canal Park 0 Community Parks 1. Barrier Free Park 1 Ezell Hester Jr. Community Park 4� Intracoastal Park 5. Sara Sims Park b. Wilson Park LJMini Park 1. Demonstration Gardens 2. Heritage Park 3. KkwanisSiena Park 4.Arbor Park 5. Dewey Park N Special Use Park l. Centennial Park Z. Harvey E Oyer Jr.Park I Kapok Park 4. Little League Park 6 Oceanfront Park 7. Officer Joseph Crowder Ps 8. Senior Center 9. Toni Kaiser, Veterans Park I O.Urban Orchiard �adn' ^au' A Scrub Area 1.Galaxy Scrub S Cemetery ' 2. Sara Sims Cemetery 3. Boynton Beach Memorial Park LEGEND |�] City Limits Roads Water Bodies Park Scores Poor Fair N Page 601 of 812 Park and Fac~N^ty EvaUuaflm,­,r,, Si,,..),,,,vnm&ry Findings Based on the evaluation of the City of Boynton Beach's parks and recreation system that uses the cri- teria previously described, it appears that the City's parks and recreation system scored just below fair condition, with an overall score of 2.9. The system displayed a variety of strengths and opportunities that the City should build on and improve wherever possible. These will be further explored during the Long -Range Visioning Phase of the project. Prox~mit, Access, and U~nkac? ,,,,,,es �I�Z P4 G "r �,i s Most of the City's parks provide adequate visibility or clear site lines into the park. Sara Sims Park, Kiwanis/ Sierra Park, Hibiscus Park, Heritage Park, and Harmony Park are examples of parks that provide clear visibility into the park from at least two sides of the park. Many of the City's parks provide users the opportunity to safety and comfortable walk to parks along sidewalks or low traffic streets. Some great examples include Boynton Lakes Park, Dewey Park, Hibiscus Park, Meadows Park, Sara Sims Park and Wilson Park. Some of the sidewalks are also separated from the road byon-street parking mrlandscape buffers, which provides an opportunity to install shade trees, pedestrian lights, and where appropriate, amenities and furnishings to enhance the walking experience. Most of the City's parks are accessible, the City should continue to improve ADA accessibility to park and park amenities to ensure that people with disabilities have equitable access to the City's park amenities Most of the City's parks and recreation facilities show evidence of accessibility by facilitating equitable use parks and recreation facilities for people with all needs/abilities. While many mfCity's parks contain signage and vvavfnd(ng,there is anopportunity tmenhance signage inall ofthe City's park. Additional signage opportunities that the City should consider include a park system location map, park amenity location map and amenity directional signage (depending onthe size and complexity mfthe park),amenity signs, and educational interpretive signs. Most of the City's park lights need to be upgraded to be LED, allow users opportunities to enjoy park amenities after dusk, where appropriate, Page 602 of 812 or provide safety lights in parks where after dusk activities are not appropriate. The first impression and overall attractiveness of most of the City's parks is fair with a few being great. Centennial Park, Crowder Park, and Kapok Park are parks that provide a great first impression and show a high degree of overall attractiveness. The positive first impression and overall attractiveness of these parks also translates into a feeling of safety and stewards from park users. Most of the City's parks exhibit good signs of overall cleanliness, quality *f exterior maintenance, management, and stewardship with some parks exhibiting a higher degree than others. Notable examples include Boynton Lakes Park, Centennial Park, Congress Avenue Barrier Free Park, Crowder Park, Forest Hill Park, Galaxy Scrub, Intercoastal Park, Jaycee Park, Kapok Park, Sara Sims Park, and Boynton Beach Oceanfront Park. Most of the interior spaces of City park buildings can be easily supervised and managed due toaninterior design that isconfigured toallow clear site lines to major amenities, entrances, and exists from a central location. Buildings inCentennial Park, Congress Avenue Barrier Free Park, Intracoastal Park, and John H. Denson Pool are good examples. This translates into strong interior management/stewardship and cleanliness, which most of these parks exhibit. �~� ��������������N�N�� » � OPPORTUNITIES ��"^°~~°~~°~~~° attractiveness, cleanliness, quality of maintenance, management, and stewardship, there is an opportunity to improve the quality of parks so it is consistent across the entire parks system. This includes addressing deferred maintenance, completing capital improvements, and re - master planning some of these parks. Parks the require attention are Demonstration Garden, Ezell Hester Jr. Community Park, Heritage Park Kiwanis/ Sierra Park, Palmetto Greens Linear Park, Pence Park, Sara Sil Page 603 of 812 There is an opportunity to improve the appearance, comfort, and experience of park sitting areas. The City should strive to incorporate a consistent variety of seating options in parks including movable tables and chairs, which allow user to customize their sitting experience. Parks that should be emulated are Kapok Park, Congress Avenue Park, Crowder Park, and Intracoastal Park. Many of the City's parks do not contain shelters where park users can go to find refuge from Florida's inclement and at times unpredictable weather. The City should strive to incorporate more shelters and shad, - in parks including pavilions, shade structures for playgrounds, exercise stations, and seating areas, and shade trees to enhance park user's experience and comfort. Good park examples include Crowder Park, Forest Hill Park, Intracoastal Park, Jacyee Park, and Sara Sims Park. Some of the City's parks contain equipment and operating systems that are ingood condition, however, others donot. The City should ensure that the equipment and operating systems in all of the City's parks are ingood working condition. Good examples include Boynton Lakes Park, Centennial Park, Congress Avenue Barrier Free Park, Jaycee Park, and Kapok Park. Many of the City's parks have the potential to enhance their branding through the consistent use of high-quality materials, colors, textures, furnishings, signage, details, upkeep, and overall aesthetics. The City should develop park standards that define the City's brand and implement the branding throughout the parks and recreation system. Uh,,iies, Act^vi''fles^and�����°�0N�°�~�� Many mfthe City's park exhibit ahigh degree ofpride and ownership with no signs of litter, vandalism, or misuse. Many perks appear to be actively used and enjoy a high level of volunteerism, signs of care, and upkeep. Notable examples include Veteran's Memorial Park Centennial Park, Congress Avenue Barrier Free Park, Crowder Park, Ezell Hester Jr. Community Park, Forest Hill Park Intracoastal Park Jaycee Park, and Kapok Park. to facilitate organized programming due to the proper size, location of facilities, and amenities. Additionally, some of the City's parks provide Page 604 of 812 an adequate opportunity for flexible use due to the presence of multi- purpose outdoor and indoor spaces. Centennial Park, Congress Avenue Barrier Free Park, Ezell Hester Jr. Community Park, Intracoastal Park, and Sara Sims Park. � Some of the evaluated parks use a variety of marketing and promotional tools to make residents aware of the park, its recreation facilities, activities, and programs. These tools include traditional print material, social media, email blasts, and the use of digital marquees. Notable examples include Centennial Park, Crowder Park, Ezell Hester Jr. Community Park, Kapok Park, Sara Sims Park, and Veteran's Memorial Park. w While some of the City's parks provide a range of facilities, amenities, and activities for users of all ages that lead to a high level of activity, others do not. This limited range of facilities, amenities, and activities in parks also limits the level of activity that occurs in these parks. Even parks that are well used in the evenings or the weekends, may remain underused in other parts of the da}/ The City should strive to add more activities and things todminparks based onthe community's needs and priorities. Specific parks that could use additional things to do include Boynton Lakes Park, Demonstration Garden, Dewey Park, Galaxy Scrub, Harvey E. Oyer Jr. Park, Heritage Park, Kivvanis/ Sierra Park, Knollvvood Park, Little League Park, Veteran's Memorial Park, and Urban Orchard. This will also increase the sense of pride in the parks. w While some ofthe City's parks are adequately planned, spatially organized tofacilitate organized programming, others donot. Spaces for nnulti-purpose,multi-generational experiences and parking appear to be limiting factors. Parks where the ability to support current organized programming is challenged include Intracoastal Park, John H. Denson Pool, Little League Park, and Pence Park w While some of the City's use a variety of marketing and promotional tools to make residents aware of the park its recreation facilities, activities, and programs, other donot. Tothe extent possible, the City should look to enhance marketing efforts through as many avenues as possible including traditional and digital means. Page 605 of 812 Bu"Ud°­�,,��s a���� ���dh"tect��re � s r�i c r s � Most ofthe City's park buildings have anadequate image and aesthetic through the use of appropriate proportions and materials, and contribute tothe context ofthe park and surrounding neighborhood. The most notable examples are the buildings at Kapok Park and Wilson Park. � Most of the City's park buildings have adequate entry points and connections to surrounding outdoor spaces. Notable examples include Ezell Hester Jr. Community Park, Intracoastal Park, John H. [}ensomn Pool, Kapok Park, and Wilson Park. � Most ofthe City's park buildings showed no visible evidence ofloss mf integrity of any structural members and building enclosures. w While most ofthe City's park buildings scored fair mrabove in most of the evaluation categories, three wfthe buildings scored poorly and are candidates for reconstruction. These are the building in Harvey E. Oyer Jr. Park John H.Denson Pool, and the Senior Center. w While most of the rest of the buildings have fair interior finishes, furniture, and equipment that isundamaged, vveU-nnaintained,and aesthetically pleasing, others donot. The interior finishes inCongress Avenue Barrier Free Park and Wilson Park are aging and could be renovated and brought up to date. w Most ofthese systems are not energy efficient. Overtime, the City should look toreplace and upgrade building's system tohave energy efficient elements and use sustainable materials. NIR" " UUars (-) OPPORTUNITIES While most of the City's park show good examples of health and wellness there is an opportunity to enhance that across the parks system. Notable examples to emulate include Congress Avenue Barrier Free Park, Ezell Hester Jr. Community Park, Jaycee Park, Meadows Park, Urban Orchard, and Boynton Beach Oceanfront Park. MEW Page 606 of 812 Condition While most of the City's park exhibit adequate conservation with a high percentage of tree canopy and some sustainable materials, there is an opportunity to enhance conservation strategies in all of the City's parks. These include additional tree canopy, the use of additional sustainable materials, erosion control, stormwater Best Management Practices (BMPs), use of native landscaping, and other environmental best While some of the City's park exhibit good social equity strategies such as availability and ease of access, ADA compliance, recreation opportunities for many different ages/abilities located in a racially, ethnically, and economically diverse area, others do not. Betty Thomas Park, Demonstration Gardens, Forest Hill Park, Galaxy Scrub, Harvey E. Oyer Jr. Park, Hertiage Park, Kiwanis/ Sierra Park, Knollwood Park, Laure' Hills Park, Little League Park, Palmetto Greens Linear Park, and Pence Park are parks where social equity strategies could be improved. ( 4�� ) S I R E N G T 1��i S Some of the City's parks contain landscape and hardscape elements such as walkways, trails, and parking areas that appear to be in good condition and may not need improvements in the next 5 to 7 years. Notable examples include Boynton Lakes Park and Crowder Park. While afew ofthe City's parks contain facilities and amenities such as sports courts, fields, pavilions, playgrounds, etc. that may not need improvements inthe next 5to 7 years, most may need improvements inthe next 1 to5years. The City should develop aAsset Management/ Repair and Replacement Schedule to proactively plan for these Capital Improvements. While a few of the City's parks contain furnishing such as benches, picnic tables, trash receptacles, etc. that may not need to be replaced in the next 5 to 7 years, most may need replacement in the next 1 to 3 years. The City should develop a Asset Management/ Repair and Replacement Schedule to proactively plan for these replacements. Page 607 of 812 [Page Intentionally Left Blank] ai 4 I Page 608 of 812 13 IID P" IIV 2 I'll ]III. 0 Hilill iiew of t1he verylNeeds, 0o ii n e iri It iro c e s s Fhe purpose of a Needs and Priorities Assessnnent is to cleteri-nine lt[ie gaps [­)etween existing and desired conditions. Eac[-i cornrrim,..jrflty imust deten,-nine t[ie appropriate needs assess,meur-it,t,eciIii iqm,jes and III,,,, eve[----o,f----Service (I On rIreqi,..6red -to identify and meet -the spedflic needs of its residents. Communities typically use a "triangulated" approach to identifying needs, including various types of quantitative, qualitative, and anecdotal techniques to determine top priorities from different perspectives. QualrytIItative Mefl,-iods: * Statistically Valid Survey * On-line Survey * Level -of -Service Analysis 411 Benchmarking Quah-tative Methods: * City Leadership Interviews * Staff Input * Steering Committee Meeting * Focus Group Interviews * In -Person and Virtual Public Meetings * Project Web -Site * Demographics and Parks and Recreation Trends (Discussed in Section 1.3) * Park Site Evaluations (Discussed in Section 1.4) The project was promoted via various printed, on-line, and social media outlets, including a project website. Collectively, over 700 survey responses were collected and over 11,500 question responses provided to date. Findings from each of the needs assessment techniques, as well as a summary of top priority needs are discussed in this chapter. Page 610 of 812 2 2 F'ii ir-1 dii in g S Statistically Valid Survey Overview ETC Institute administered the Parks and Recreation Master Plan Survey for the City of Boynton Beach during the summer months of 2022. ETC Institute mailed a survey packet to a randc sample of households in the City of Boynton Beach. Each survey packet contained a cover letter, a copy of the survey, and a postage-pa�8 return envelope. Residents who received the survey were given the option of returning the survey by mail or completing it online. After the surveys were mailed, ETC Institute r T011owed up by sending text messages and mailing postcards to encourage participation. The text messages and postcards contained a link to the online version of the survey to make it easy for residents to complete the survey. To prevent people who were not residents of the City of Boynton Beach from participating, everyone who completed the survey online was required to enter their home address prior to submitting the survey. ETC Institute then matched the addresses that were entered online with the addresses that were originally selected Tor the random sample. If the address from a survey completed online did not match one of 4 64, aii survey was not included in the final database for this report. 1190 1 REIMAGINE RECREATION I The goal was to complete a minimum of 400 completed surveys from residents. The goal was exceeded with 417 completed surveys collected. The overall results for the sample of 417 households have a precision of at least +/- 4.8 at Use of Parks and Recreation Facilities. Respondents were asked if they had used the City of Boynton Beach parks or recreation facties/parks within the past year. Seventy six I RX41 I 114 OMWIWOV.1.1 Is I I Lois I= W.3 M La oxmwel M FjLwrj mok-T-M Norm 0 111sum2loy W-ei N L 'Muning 91111gyJaRL01111 1 11 1 r: inumm- diffif I respondents (83%) said either good (48%) or excellent (35%). Respondents were most satisfied (rating either very satisfied or satisfied) with mini parks (64%), large multi -use community parks (63%), and overall maintenance of parks (59%). V1K*_3R1ffA4a Page 611 of 812 Have A Or Your w -' w w'.VisitedAnyParks Or Recreation Offered Be City of BoyntonBeach DuringThe LastYear? by percentage of respondents ww w+ w..... w wa • w w w • y Top 10 delplayed from percentage of respondents who responded "Yes" Oceanfront Park eachjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjj����������������������������������������������������������������������������������������������������������������������������������� Ca I oosa Park 37% Intracoastal Park Ocean Inlet Parkjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjj����������������������������������������������������������������������11111111111111111111111111111111111111111111 26% Meadows Park 24% Barrier Free Park 19% Harvey E. Oyer Boat Ramp Park v111111111111111111111111111111111111111111111111111111111111111111111111111111��� 15% Forest Hill Park 10% Sara Sims Park 9% Boynton Lakes Park B% Ezell Hester Recreation Center B% Jaycee Park :8% 0% 10% 20% 30% 40% 50% lating Quality of Parks and Recreation Facilities by percentage of respondents who responded "Yes" 2% Poor Page 612 of 812 Parks aiind Recreation IPirIl"aIlnPairticiljpafloiin Program Participation. Respondents were asked if they had participated in City of Boynton Beach parks or recreation programs within the past year. Twenty one percent (21%) of respondents said someone in their household had participated. Respondents were most satisfied (either very satisfied or satisfied) with special events sponsored by local governments (67%), overall quality of recreation programs (62%), and youth athletic and recreation programs (60%). Those same respondents were then asked to rate the overall quality of the programs: most respondents (85%) rated them either good (47%) or excellent (38%). Have You Or Your Household Participated w City of Boynton Beach Recreation Programs in the last year? by percentage of respondents (excluding "not provided") N by percentage of respondents who responded (excluding "not provided") 1 % Poor I 192 1 REIMAGINE RECREATION I BOYNTON BEACH Page 613 of 812 Barriers to Use. Respondents were asked to indicate the reasons why they didn't use City of Boynton Beachparks,. or programs mi e often.ghest number of respondents said they were not aware of what was being offered (27%), lack of parking (19%), or did not know th,-. locations of parks (18%). Barriers to Parks or Recreation Facilities Use in the Last Two Years by percentage of respondents (multiple selections could be made) I do not know what programs are being offered Lack of parking I do not know locations of parks I do not know locations of facilities Facilities are not well maintained Parks are not well maintained Security is insufficient Fees are too expensive I use facilities in other cities We are too busy Facilities do not have right equipment Programs I am interested in are not offered Personal disability %o far from residence Facility operating hours are not convenient Lack of quality programs Poor customer service by staff Lack of accessibility for people with disabilities We are not interested I use facilities/programs of other organizations Lack of transportation Program times are not convenient Registration for programs is difficult I use services of other agencies Waiting list/programs are full �111111111111111111111111111111111111111111111111111111111111111��11111111111111111111111111111111111111111111111111111111111111iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiii�iiiiiiiillllllllllllllllllllllllllllllllllllllllllllllllllllllllllllll������������������ ����7(iiiiiiiiiiiiiiiiiiiiiiiil 27% � llllllllllllllllllllllllllllllllllllllllllllllllllllllllllllll llllllllllllllllllti�ui 9 %%%%%%% iiiiiii"l ;19% C<lllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllflllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllf'(�('�i�d'il�iil///////////////�//////%////////%//,,/�l�llllllllllllllllllllllllllllllllll�� 1 �3%� ��I�I�I�I�I�IfNUllllllllllllllllllllllllllllllllllllllllll�'k�'Y�1111111111111111111111111111111111111111111111111111111111111�iT 15% I I 13 % 12% f11111111111111111111111111111111111111111111111111111111111111fUlllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllll� 12% ���ll(�m illlllllllllllllllllllllllllllllllllllllllllllllllllllllllllll (((((((((((((((((((( 12% ((((((((((((((((((((((n�I�IIVIIIIIIIIIIIIIIIIIIIIIIIVlll1111���fl�����a��Q�f�a�l�lll�l 9% �llllllllllllllllllllllllllllllP bh��6� 7% uuu�u,�11f1NN� � 5% �M 15% �1111111111111111111111111111111111111111111111111 4% JJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJI 4% !!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!1 4% MINIMUM 3%� 011111113 %', Viiiiiiiiiiiiiiiiiiiiiiiiiiiiii�, 3% I"llllllllllllllllllllllllllil/11 3% 3% X11111111111111111111111111 2% �llllllllllr 1 % 0% 5% 10% 15% 20% 25% 30% 1 ` _ Page 614 of 812 Communication Methods. Respondents most often learned about recreation programs, activities, and special events via the City of Boynton Beach website (28%), Word of mouth (27%), and Facebook (26%). s s w ,.w �•• w • • s w w w A',. City of Boynton Beach website '�'�'�' IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIN O Word of mouth (friends & neighbors);Piiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiii������������������������������������������������������������������������������������������ p ��I������������������������������������������ffffffff 27% Facebook�p ° 26 /° Signage at parks or recreation facilities 21 Fun Fare Parks & Recre at u /er (p r � 16% de � Flyers 15% By visiting/attending the park 15% Email notifications iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiii% ������������ ���� ���������������������������������� ���� � j 14% Newspapers B°Xn Nextdoor �������������������� 7% Digital marquee 5% Instagram �� lllllllllllllllllllllllllllll ��, 5% From schools, churches, or other non-������ 4% profit organizations in the community From health clubs, gyms or other private 2% sector organizations in the community Twitter % 0% 5% 10% 15% 20% 25% 30% RECREATION• • Page 615 of 812 Respondents' most preferred sources for information are Facebook (37%), City of Boynton Beach website (35%), and email notcation (34ww). by percentage of respondents who selected the items as one of their top three choices Facebook 37% City of Boynton Beach website 35% Email notifications 34% Fun Fare Parks & Recreation/Programpppppppppppppppppppppppppppppppppppppppppppppppppppppppppppppppppppppppppppppppppppppppppppppppppppppp 24% Guide (print) Signage at parks or recreation facilities 20% Flyers ......... 20% Word of mouth (friends & neighbors) 13% Nextdoor 9% Instagram ��q% By visiting/attending the park 8%} Newspapers . ..... 7% Digital marquee 4% From schools, churches, or other non- profit organizations in the community 3% Twitter 111111 2% From health clubs, gyms or other private ISI sector organizations in the community % 0% 10% 20% 30% 40% III! Top Choice 111111 2nd Choice 3rd Choice Page 616 of 812 Coinninnuinity Perception Areas of Concern.Respondents were asked e . ♦ p areas of concern community and in their .I - - -(61%),preservation of ,i areas •* and/or), and blight (i.e., dilapidated, unsafe, and/or unsightly conditions in your neighborhood • ". most „, as issues. "" Areas of Concern Community safety/crime/violence Preservation of natural areas 1111111111111111111111111111111111111�1��������������������������������������������� iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiYf 39% Blight �1111111111111111111111�p�pp� o�� 35% Homelessness and/or panhandling �������������������������������������������������������������������������111�1�V�p�� ����a�i���l�l�l�l�l�� 31 % Traffic congestion IIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII ���������M ➢ 30% Cost of healthy foods Housing costs/lack of affordable housing Access to healthy foods Economic development High quality jobs with adequate incomes/wages & benefits Trash/litter Community divisiveness/isolation/loneliness/anxiety & depression Substance abuse/drug & alcohol use Flooding Access to transportation Sea level rise Access to healthcare, doctors, & medicines Caregiving required for family member Poverty Gentrification/displacement Other IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII�flNfl����� 26% 24% 24% 17 % 13% I�6�illllllllllllllrlllllr 11% 10%j 1111111111111111111111 10%! tttttttttttttttttittti 10%�� 10% 9% 7% 1111111 2% 0% 15% 30% • . 1 REIMAGINE RECREATIONr • 45% 60% Page 617 of 812 Respondents were asked to indicate • i be 4 to travelto visit . community park that provides programs ani... activities important to their household. The highest number of respondents (41%) said 3 to 5 miles and 26% said 2 miles. N Value of Pairks arid IRecimeatio a and Allocation of 11 un 18% 15% %q Olen Taxation. Respondents were asked to indicatea • of additional taxes they would be willing to pay to improve their local parks and recreation facilities. The highest number of respondents(34%) were notwilling to pay any additional amount followed • 4w w willing to pay between $10-$25 per year. Willing Are s Pay s by percentage of respondents (excluding "not provided") I'm not willing to pay fPri"/��J�lllllllllll 'K =4 Illllllllllffi����� �� �fl�li rz, .. 0% 10% 20% 30% 40% Page 618 of 812 Value of Pairks and Recreation and Allocation of Fulinds Allocation of Funds. Respondents were asked to allocate a hypothetical $100 budget for Parks and Recreation facilities/capital improvements. The highest amount of funding ($24.91) went to improvements/maintenance of existing parks and recreation facilities followed by $15.21 for development of new walking and biking facilities, and $14.77 towards the development of new/ additional parks facilities in existing parks. Improvements/maintenance of existing parks& recreation^~~� facilities Development ofnew walking & biking facilities by average allocated per item $4.04 Other Improvements/maintenance of Development ofnew/additional oorrecnaation centers e|opmentofnew aat/onnmntars Improvements/maintenance of existing walking &biking facilities zluihnQnew park land Page 619 of 812 For funding parks and recreation programs/operations, the most funding ($25.93) went towards increasing staff to improve maintenance of parks and facilities and adding adult recreation programs and/or classes (excluding athletics) ($15.74). With a Budget of $ 100, How Would Respondents Allocate Funds for Programs/Operations? by average allocated per item Increase staff to 'improve maintenance ofarks & Facilities Additional senior recreation program= and/or classes (excludin athletics; M Additional adult athletic es Additional senior recreation programs and/or classes (excludin athletics) sing frequency of .3ms and/or extending of programming Additional youth athletic programs/leagues Additional youth recreation programs and/or classes (excludin athletics) Support for improvements/ Developments. Respondents were provided a list of 11 potential actions to improve parks and recreation. Respondents were most supportive (selecting "very supportive" or "somewhat supportive") of increasing safety and security measures in parks (84%), developing a park app (78%), and developin,,#, walking Al biking facties (76%). Respondents were also asked to select the four items most important to their household. These were the four items selected most often: 1. Increasing safety and security measures in parks (58%) 2. Developing walking and biking facilities (43%) 3. Develop a park app (39%) 4. Develop parks for general community recreation access and not permitted for organized sports (34%). 10VOMA Page 620 of 812 by percentage of respondents Increase safety & security measures in parks �ll 16% 12% Develop park app 58% IIS«'® 43% Develop park app 39% Develop parks for general community recreation access 20%4 �2% Development of walking & biking facilities V Develop additional dog parks in City 24%'% ➢ ! 19% I I Develop additional multi-purpose indoor gymnasiums 20% ' 4% Develop parks for general community recreation access 30°!° 7%' & not permitted for organized sports 11% Develop an ATV/dirt bike park Develop additional dog parks in City 1111111111111iIS1 7% 0% 15% 30% 45% 60% 11111�11�1111 1 /c 16% Develop new outdoor aquatics facilities 4% 10% Develop additional outdoor sports facilities for ���9% organized sports Develop additional multi-purpose indoor gymnasiums��������������������1' ii ioo 1�������� 11111111133% "''', 9% Develop outdoor pickleball complex ��i � � � 40% 17% Develop an extreme sports park =11111111 7°/ 24% Develop an ATV/dirt bike park 0 �. .,��,,,, 33°i 34% 0% 20% 40% 60% 80% 100% Very supportive Somewhat supportive I/ Not sure Not supportive Potential ImprovementsMost «Households Increase safety & security measures in parks 58% Development of walking & biking facilities 43% Develop park app 39% Develop parks for general community recreation access 34% & not permitted for organized sports V Develop additional dog parks in City 24%'% Develop new outdoor aquatics facilities 19% I I Develop additional multi-purpose indoor gymnasiums 18% Develop additional outdoor sports facilities for 1 17% organized sports Develop outdoor pickleball complex 11% Develop an ATV/dirt bike park 9% Develop an extreme sports park 7% 0% 15% 30% 45% 60% Top choice JJJJJJJJJJ1j 2nd choice 3rd choice 4th choice Page 621 of 812 Priorities for Facility Investments: The Priority Investment Rating (PIR) was developed by ETC Institute to provide organizations with an objective tool for evaluating the priority that should be placed on recreation and parks investments. The Priority Investment Rating (PIR) equally weights (1) the importance that residents place on amenities/facilities and (2) how many residents have unmet needs for the facility/amenity. Based the Priority Investment Rating (PIR), the following parks and recreation facilities/amenities were rated as high priorities for investment: Public beach access 11111111111111111111111111 Natural areas/nature parks (1O0+) Community gardens Dog parks Restmoms at parks Unpaved walking & hiking trails Community parks Canoe/Kayak|aunches N�0� Neighborhood parks (5-1Oacres) Paved multi-purpose trails Outdoor amphitheater Medium Priority Indoor nature center (5O-99) Indoor fitness equipment Sidewalks Outdoor picnic areas/picnic pavilions Senior center Splash pad/spray ground Pick|e6aUcourts Multi -generational center Outdoor pool �0�0 [)utJoorfitness/Htness zones �0�N MayQrounJ/adventure/discoveryp|eygroun6s Mini -parks (less than an acre) Mountain bike Transportation to parks Motorized boat ramps Indoor gymnasium Basketball courts Baseball/softball fields Sand volleyball Skate park Disc golf Teen center Bocce court Tennis courts Rectangle multi-purpose sports fields Ovt600rfutoa|/mini soccer courts 6 Cricket fields 3 im 34 32 31 31 30 30 29 28 IN 51 47 47 45 10 68 �65 �64 � 62 � 61 61 59 ON 131 High Priority 104 (1O0+) 100 99 97 93 90 89 88 Iffill84 DO Medium Priority 76 (5O-99) Low Priority Page 622 of 812 .riorities for Program Investments: Based the Priority Investment Rating (PIR), the following City of Boynton Beach programs were rated as high priorities for investment: Community special events Adu|tfitness/weUness Nature programs Movies in parks Senior classes Cooking & nutrition classes Temporary art exhibits Volunteer programs Adult athletic leagues Water fitness Educational lecture series Athletic special events Language classes Digital media, photography, filming programs Adult performing arts/dance Adult education Community meetings Community trips Before & after school programs Camps (summer/school/break) At -risk youth programs 41 Adult/youth learn toswim 40 Programs for people with disabilities 38 Parent & child programs 38 Galas, formal events 36 Youth athletic leagues 30 Youth arts/crafts c|aaaes 29 Programs with chi|dnen's/seniormea|s 28 Youth education 27 Child day care 26 Youth fitness/wellness 25 Teen programs 24 Youth performing arts/dance 22 Steam programming 17 Preschool programs 13 eSports 6 0,111�| 61 N 60 060 0 55 � 53 { 53 53 48 46 44 43 � 78 �77 73 86 M 129 100 � 158 High Priority <1O0+ Medium Priority Low Priority Page 623 of 812 Gin, t1hine Survey t The Consultant Team hosted an on-line, 25-cluestion survey during the month of August 2022. A to of 235 people participated in the survey. The survey was based on the statistical ly-val id survey, but had some modifications to accommodate the on-line format. Following is a summary of findings fro the online survey. Use of Parks and Recreation Facilities. Respondents were asked if they had used the City of Boynton Beach parks or recreation facilities within the past four years. Ninety-seven percent (96%) of respondents said they had used parks/facilities. Ocean Front Beach Park (46%), Barrier Free Park (23%), Intercoastal Park (12%), Caloosa Park (12%). --I Aave You Or Your Household Visited Any Parks Or Recreation Facilities Offered By the City of Boynton Beach During The Last Year? by percentage of respondents 111 Yes M Di1w Page 624 of 812 by percentage of respondents who responded "Yes" Oceanfront each Park 46% Barrier Free Park Intracoastal Park12% Ca I oosa Park 12% 0% 10% 20% 30% 40% 50% Rating Ouality of Parks and Recreation Facilities by percentage of respondents who responded "Yes". WE 4 REIMAGINE RECREATION Excellent Good llllllll Fair 11III1 Poor Page 625 of 812 Pairics aind IlRecire aHours Ill irogirairns Pairticipatioin Program Participation. Respondents were asked if they had participated in City of Boynton Beach parks or recreation programs within the past four years. Seventy-one percent (71%) of respondents, a little less than the statistically valid survey, said someone in their household had participated. Those came respondents were then asked to rate the overall quality of the programs: similar to the statistically valid survey, most respondents (48%) rated them good, 43 percent said excellent, and 7 percent said either fair or poor (2%). Have You Or Your Household Participated in any City of Boynton Beach Recreation Programs in the past year? by percentage of respondents (excluding "not provided")' Mo. Rating Quality of Parks and Recreational Programs by percentage of respondents who responded (excluding "not provided") W., Good Excelent 4, 8 OX Fair Poor r1iff1w Page 626 of 812 Barriers to Use. Respondents were asked to indicate the reasons why they didn't participate in programs or didn't participate more often in the last two years. The highest number of respondents said not knowing what programs are offered (33%), lack of parking (26%), facilities not well maintained (23%), not knowing the locations of facilities (18%), facilities do not have the right equipment (17%), parks are not well maintained (16%), programs that are of interest are not offered (14%), facilities in other cities are used instead (13%), not knowing the locations of parks (13%), and program times are not convenient (11 %). |6onot know what programs are being offered Lack ofparking Facilities are not well maintained |6onot know the locations offacilities Security isinsufficient Facilities 6o not have the right equipment Parks are not well maintained Programs | am interested in are not offered | use facilities in other Cities | do not know the locations of parks Program times are not convenient Too far from residence Fees are too expensive Lack of quality programs VVeare too busy Facility operating hours are not convenient Waiting list/programs are full | use facilities/programs ofother organizations Registration for programs is difficult Lack of transportation Poor customer service by staff VVeare not interested Personal disability Lack ofaccessibility for people with disabilities | use services ofother agencies Page 627 of 812 CorTillywiniicatuioin III till°io City of Boynton Beach website Face oak Email notifications Sources for Learning iActivities y percentage of respondents who selected the litems as one of their top threep choices City of Boynton Beach website Social media: Fa ceboo k'��������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������� 32.61 Email notifications������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������II�� 32.61 Word of mouth (Friends and Neighbors) Fu nfa re (Program Guide) � 22.46% By visiting/attending the park%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%ll III' 19. 5 7 % Signage at parks or recreation facilities 'k11111111111111111111111111111111111111111111111111111111111111111111111111� 11.59% Other (please specify) 111111111 8.70% Digital marquee1 7.97% Flyers 5.80% Social media: Nextdoor 5.80% Social media: Instagram N 5.80% Social media: Twitter �IIIPYIIIIIIRrI 2.95% From schools, churches, or other non - 1 45% profit organizations in the community Newspapers 0.72% From health clubs, gyms or other private 0% sector organizations in the community 0% 10% 20% 30% 40% 50% Most Preferred Sources for Learning u Recreation r r s and Activities by percentage of respondents who selected the items as one of their top three choices Email notifications 1111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111 82% City of Boynton Beach website �llllllllllllli 37% Social media: Facebook 115% 0% 10% 20% 30% 40% 50% 60% 70% 80% 90% i 1 A Page 628 of 812 Areas of Concern. Respondents were asked to select five of their top areas of concern in the community and in their daily life. Flooding (60%), Poverty (50%), Sea level rise (45%), Blight (45%), Access to healthy foods (40%, and Caregiving (40%). Top Areas of Concern to Households by percentage of respondents who selected the items as one of their top five choices Sea level rise Blight (i.e., dilapidated, unsafe and/or unsightly conditions in your neighborhood and/or community) Access tohealthy foods, such asfresh fruits, vegetables, and whole foods (ie,healthy foods are too far away) [aregivin0required for family member with special needs, aging parents, grandparent raising grandchildren sm% � 45m| � *e%' � *om 4«% Travel Distance. Respondents were asked what is the farthest distance they're willing to travel to get to a Community Park that offers recreational programs and facilities. (43%) showed readiness to travel 3-5 miles, (24%) for 2 miles, (14%) for 1 mile, only (112%) for more than 5 miles and (7%) were x1lawfir-m 3to5miles (60 to120-mindewalk- approximately 15to30minutesdriving} 2miles (4O-minutewalk; approximately 8to15 minutes driving) 1 mile (20-minde walk; approximately 6to8 minutes driving) More than 5 miles (More than 30 minutes driving) Don't know ornot sue �24% |14% | | | | | 12%� . . . . . . . 7% . . . . . . . . . Page 629 of 812 Value of 11::1airks in Recreation in Allocatioin of 11::::Vinds Taxation. Respondents were asked how much they'd be willing to pay in additional monthly tax revenue for the parks and recreation services they most value. The highest number of respondents (28%)said they are willing to pay nothing, followed by 23 percent willing to pay between $10-$25, 12 percent willing to pay$51-$75 and $76-$100, 9 percent willing to pay $26-$50, 8 percent willing to pay over $200 and 7percent willing to pay $101-$200 per year. Maximum Amount of Additional Tax Revenue Respondents Willing Are to Pay Monthly by percent- age of respondents (excluding "not provided") Nothing 28% $10-$25 per year $76-$100 per year $51-$75 per year $26-$50 per year Over $200 per year $101-$200 per year 12% 12% 9% 8% 7% 0% 5% 10% 15% 1 20% 25% 30% Allocation of Funds. Respondents were asked to allocate a hypothetical $100 budget for Parks and Recreation facilities/capital improvements. The highest amount of funding ($22.56) went to improvements/maintenance to existing parks and recreation facilities followed by $18.76 for development of new parks facilities (e.g., athletic fields, playgrounds, restrooms, etc.), and $17.60 for development of new walking and biking facilities (paved and/or unpaved paths). 1 by average allocated per item MITEMI M Improvements/ maintenance of existing parks and recreation facilities Development of new/additional parks facilities in existing parks Development of new walking and biking facilities UM, Acquiring new park land Improvements/ maintenance of existing walking and 8.76 biking facilities HER Improvements/ maintenance of existing indoor recreation centers Development of new indoor recreation centers [$XKIVOA Page 630 of 812 Respondents were also asked to allocate for prog ra ms/ope rations. The highest amount of funding ($30.07) went to increasing staff to improve maintenance of parks/facilities, additional youth athletic programs/leagues ($16.14), and additional adult recreation prog rams/cl asses ($13.43). With a Budget of $100, How Would Respondents Allocate Funds for Programs/Operations? by average allocated per item === Increase staff to improve maintenance ofparks and facilities (additional cleaning, mowing, tree trimming, etc.) Additional youth recreation programs and/or classes (excluding athletics) K� Additional adult recreation programs and/or classes (excluding athletics) N� Increasing frequency ofprograms/classes and/or extended hours ofprogramming 0 Additional youth athletic programs/leagues Ell Additional senior recreation programs and/or classes (excluding athletics) 11111 Additional adult athletic programs/leagues Support for improvements/ Developments. Respondents were provided a list of 10 potential actions that the City could take to improve parks and recreation and were asked to select the four items most important to their household. The four items selected most often were Increase safety and security measures in parks (30.12%); develop development of walking and biking facilities (25.61 %); develop additional multi-purpose Indoor gymnasiums throughout the City that provide opportunities to play indoor basketball, volleyball, pickleball (22.22%); and Increase safety and security measures in parks (21.69%). by percentage of respondents who were asked to choose top four Increase safety and security measures in parka<e.g.' increase lighting, security cameras, call boxes' park rangers, on-site staff) Development of walking and biking facilities Develop additional multi-purpose Indoor gymnasiums throughout the City that provide opportunities toplay indoor basketball, volleyball, picNebaU. Increase safety and security measures in parks (e.g., increase lighting, security cameras, call 6uvey, park rangers, on-site staff) 2561%� 22� � . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . �0���� Page 631 of 812 Facility/Amenity Respondewerents provided of 37 parksand recreation amenities to select and identifybelieved i in the community.i• i are the findings: Public beach access (IIIIIIIIIIIIIII y G�fG�r/I�i�����YM �� Community gardens Natural areas/nature parks 74%R Restrooms at Parks �������������������������������������������������������������%%%%%%%// 68% Paved multi-purpose trails ffffff 67°fn Neighborhood parks (5-10 acres) �������G�%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%%% 62% Splash pad/spray ground U�IU�%%%%%%%%%%%%%%%%%� 62% Indoor nature center Unpaved walking & hiking trails v Sidewalks 57 % Community parks (20+ acres) ���llllllllllllllllllllllllllll�lllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllll? 56% Outdoor fitness/fitness zones Canoe/Kayak launches ��I'��11111111�111111111111111111111111111111111111111111111111111111111111111111111� ���( 54°ro Transportation to parks (i.e., public transit, service stops) 53 /° Outdoor picnic areas/picnic pavilions Playground)/Adventure/Discovery playgrounds iuuiuuuuuuuuuuuiuuuuuuui 50% Teen center ����������������������������������������(f����������������������������������������������� 50% Indoor fitness equipment (i.e., freewights rr7achines) 49% Multi -generational center (com m uofta I Icenter ages) I�IfI111111111111111111111111111111111111111Gt46°1/° Mini -parks (less than an acre) Skate park ��I�I iiiiiiiiiiiiiiiiilllllllllllllllllllllllll��lllllllllllllllllllllllllljlllllllllllllllllllllllllllllllllll 43% I Outdoor pool IIIp9�11111111111111111111111111111111���AAflfl��J uuuuuuuuuuJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJIJJJJJJJJJJJJJJ� 43°�° Dog parks Mountain bike 38% Outdoor amphitheater ��l��i�i����������������������������������������������� 360/. Senior center Indoor gymnasium Sand volleyball 29% Motorized boat ramps 28% Disc golf 27% Pickleball courts Baseball/Softball fields 21% Basketball courts 21% Bocce court Iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiii�iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiii j 18% Tennis courts;18% Rectangle multi-purpose sports fields (i.e., ; soccer, football) 15% I Outdoor futsal/mini soccer courts 1% R 0% 10% 20% 30% 40% 50% 60% 70% 80% Page 632 of 812 acties/Amenities Most Important to Households by number of respondents choosing as their top four choices Public beach access Community gardens piiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiii�����i�lliiiiiiiiiiiiiiiiiiiiiiiiiiiiiii 23/° Canoe/Kayak launches Splash pad/spray ground 80/, Dog parks 8% Unpaved walking & hiking trails 7% Natural areas/nature parks 7% Public beach access 6% Community parks (20+ acres) 6% Restrooms at Parks 6% Outdoor pool I 4% Motorized boat ramps 4% Neighborhood parks (5-10 acres) Indoor nature center 2% Multi -generational center (community center 1 % of all ages) Outdoor futsal/mini soccer courts Paved multi-purpose trails 1% 0% 5% 10% 15% 20% 25% 30% -1,112 1 REIMAGINE RECREATION I BOYNTON BEACE Page 633 of 812 Program/Activity Needs. Respondents were provided with a list of 37 parks and recreationj prograrns/activities to select and identify which they believed were needed in the communit Following are the findings: . . . . . . Community special events (i.e., concerts, green '' markets) . . . . � � Nature programs . . . Movies inparks 58� � Adultfitness/weUness | 58% | | Volunteer programs Before and after school programs Camps(summer/schooK6eak) | | Youth education (ie,computer, programming) Youth fitness/wellness At -risk youth programs Adult Visual Arts: painting, drawing, printmaking, 48% pottery and ceramics | | | Adult Performing Arts: dance, theater, music, acting, | | | 47� cinema| | � Athletic special events (i.e., 5K, maratons toumamentsi. Teen programs Temporary art exhibits Preschool programs 45% Cooking and nutrition classes 45% | | | Child day care 45% | | | Programs with chi|dnen's/aankormeals 45% Youth Performing Arts: dance, theater, music, acting, cinema 45�nema ! i i Programs for people with disabilities 43% | | | Youth Visual Arts: painting, drawing, printmaking, | | | pottery and ceramk42�� Adult/Youth Learn toSwim 41% Youth athletic leagues 40% Parent and child programs 40% Educational lecture series 40% | | | Adult education (i.e,GED, degree, bade) 39% | | | Adult u c leagues 39% Water fitness | 39% | | | STEAM programming 39% Senior classes (i.e,computer, social interests) 39% Language classes 37% Community trips 35% Digital media, photography, filming programs Community meetings 31% Galas, formal events 29% | | | | Esports�1�� . . . . . . Mow Page 634 of 812 .. by number of respondents choosing as their top four choices Community special events (i.e., concerts, green markets) R Movies in parks Nature programs 18' Adult fitness/wellness 18'� Adult Performing Arts: dance, theater, music, acting, cinema 18� Athletic special events (i.e., 5K, marathons' IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII 12 '� tournaments) Youth athletic leagues S Adult education (i.e., GED, degree, trade) 5 Adult athletic leagues 14 STEAM programming 3 Before and after school programs 3 At -risk youth programs 3 Camps (summer/school/break) ������������������ 2 Preschool programs Community trips 1 0/ 5% 10% 15% 20% 25% 30% 35`"/0 40% 1114 1 REIMAGINE RECREATION .n O Page 635 of 812 Chit, IIII eadeir'sIlli iljjp 111hirt-terview The Mayor, City Commissioners, City Manager, and Assistant City Managers were interviewed during the months of July and August, 2022. Each interviewee was asked four questions associated with parks and recreation needs, broader city needs, priorities, and funding strategies. Following is a summary of findings from the interviews. 11::�airl,cs aind Recreation Needs City leaders consistently identified the following parks and recreation needs: • Better maintenance in park, including the development of an Asset Management/ Repair and Replacement Schedule that allows the Recreation and Parks Department to proactiviley plan for the replacement of assets. • Adding another Dog Park, especially east of 1-95. • Developing park land near Leisureville based on the desire of residents from the Other needs mentioned by more than one City leader included completing Eco Park, providing more amenities in the Western part of the City, where youth can ride ATVs and Dirt Bikes, better City, and providing more walkable areas throughout the City. Citywide Social, 1i;icoinoirnic, amend Enviiroinimental Needs and/or Issues Most City leaders identified the following citywide social, economic, and environmental needs and/or issues: • Community safety/ security/ crime/ violence • Litter/ trash/ Affordable housing/ Displacement of long-term residents Other citywide issues that were mentioned by more than one City leader were homelessness, economic development, especially the redevelopment of the Boynton Beach Mall, and flooding. When asked about the top priorities, City leaders identified the following top two priorities: Improved maintenance in the City's park Development of Dog Parks Other priorities mentioned by more than one City leader included the development of the park in the Leisureville area of the City and development of Meadows Park informed by resident needs, completion of Eco Park, and additional athletic facilities. Funding City leaders were mostly supportive of the following funding strategies: Park impact fees Continuation of surtax in the future Support for a General Obligation Bond for parks and recreation facilities was mixed amongst City leaders. [$ XM Page 636 of 812 Stee.ng Coininnii-t-tee llftetfinq A project steering committee was developed for the project to provide strategic direction, advise, and expertise; serve as influential advocates that challenge conventional thinking; and help implement the plan. The first of three meetings was scheduled on Tuesday, June 7, 2022 for the Committee to provide input on the desired outcomes and priority needs. Attendees participated in six interactive exercises. Following is a description of the exercises and the selections that were in the 98th, 75th, and 50th percentile. Facilities Piriorities Based on a matrix with images and names ofover 41 facilities and amenities, participants were asked to place a dot on the facilities and amenities that they believed were important, but not adequately provided in the city. Following are the findings. VVa|kinQ/hikinQtrails(UnpaveJ Natura|Aeas/Consemation Parks Splash PaJ/SprayGmund Food Forests/Edible Landscaping Senior Centers Community Gardens Multi -Generation Community Center Neighborhood Parks (1'10acres) Outdoor Fitness Areas Soccer/Football Fie|ds(Natura|Tur8 Transportation toParks (public transit s*mice/stops) Water Access (Beach) Amphitheaters Indoor Nature Centers Paved Multi -Purpose Trails ReatroomsatParks Sidewalks Basketball Courts Community Spaces for Rentals + Events Indoor Fitness Equipment Indoor Gyms <Basket6a|V"oUey6aU'etrj Mini -Parks (less than 2acre) Multi -Purpose Athletic Fie|dsk\rtifida|Tur8 Park She|ten/Pavi|ions Picnic Areas P|ayQmund(St ndand/Typioa|) Pools(Indoor) Tennis Courts 111111111111111 981h Percentile 11111111111111 85' & 75' Percentile 50' Percentile Page 637 of 812 RmogiirammRrioil-ttles Based on a matrix with images and names of over 36 programs and activities, participants were asked to place a dot on the programs and activities that they believed were important, but not adequately provided in the city. Following are the findings. Nature Programs Community Outings (trips to museums, etc.) Youth Tech Education (ex. Coding, programming) Adult Performing Arts/Dance Teen Programs Programs for Persons with Disabilities Senior Classes (ex. Technology, social interest) STEAM Programs/Cl asses Adult Education (ex.GED, trades) Adult Fitness/Wellness Before and After School Programs Community Meetings Community Special Events (concerts, movies, etc.) Digital K4e6ia/PhotoC|asss Educational Lecture Series Programs with Meals (for chi|dren/senions) Youth Tech Education (ex. Coding, programming) Oty-wide IM 9811, Percentile 85"' Percentile 7511, Percentile Based on a matrix with over 25 economic, environmental, and social challenges that cities typically face, participants were asked to placed a dot on the challenges that the City of Boynton Beach is facing that they believed were most important to them. Following are the findings. Housing costs/Lack of affordable housing Community divisiveness/ isolation/ loneliness/ anxiety and depression Access to (non -vehicle) transportation (i.e., sidewalks, bikeways, trails, public transit) CareQivinQrequired for family member with special needs, aging parents, grandparent raising grandchildren Homelessness and/or panhandling Gentrification/Displacement(e.g. Neighborhood change) Need for high quality jobs with adequate incomes/wages and6enefitssuchas health cane Blight (ie,dilapidated, unsafe, and/or unsightly conditions inyour neighborhood and/or community) Preservation ofnatural areas (ie,preserving forest land, rivers, lakes, etcj Family health/wellness (ie.mental health, stress, an6/oranxietymanagement healthy eating, physical activity, smoking cessation classes) Substance abuse/drug and alcohol use 111111111111111 98' Percentile IIIIIIIIIIIIII 851h Percentile 75' Percentile M I WA Page 638 of 812 Value of 11::1air1cs and lReciii-eatioin aimd Allocatioin of 11::::Vinds Taxation. Participants were asked hmvv $2b-$50per year � much they'd � -^ $7b-$10}per year monthly tax revenue for the parks and $51-$75per year recreation services they most value through $1Q-$25per year a matrix that they had to indicate by placing $100-$200 per year dots across their choice ofanswer. The Over $2OOper year N highest number nfparticipants (7dots) said Nothing they are willing topay $26-$5O. n u 4 6 o IF"undNng l'acility Priorities Participants were given $100 dollars to spend on eight different facilities/capital improvement categories. Following are the findings. $4.48 � Development ofNew Walking and Biking Facilities (paved and/or unpaved paths) Improvements to Existing Parks and Recreation Facilities (ex. repairs, replacements, or renovations to p|aygnnunds, athletic fields, res rooms. etc.) Development of New Park Facilities (ex. athletic fields, ~~playgrounds, restropms,*tcjinExisting Parks He to Existing Walking and Biking Facilities (ex.repairs, repaving, orrenovations, etc) U� Improvements to Existing Indoor Recreation Centers (ex. pepains, replacements, orrenovations, etc} 1111111111 Acquiring New Park Land 111111111Development ofNew Indoor Recreation[*nters 0 Other (Write on Sticky Note and attach to coin) 1::::Vndhin9 Pirograirin RriorWes Participants were given $100 dollars to spend on eight different prognarns/operations categories. Following are the findings. PM �Increase Staff toimprove Maintenance ofParks and Facilities (additional cleaning, mowing, tree trimming, etzj Additional Adult Recreation Programs and/or Classes (excluding ath|etics) � |ncnaana Frequency ofPmgramn/Classes and/or Extend Hours of Programming N� Additional Youth Recreation Programs and/or Classes (excluding ath|etirs) 0 Additional Adult Athletic Pmgrams8eagues 111111111 Additional Senior Recreation Programs and/or Classes (excluding athletics) 111111111 Additional Youth Athletic Programs/Leagues 111111111 Other (Write idea and funding amount onSticky Note) m Page 639 of 812 Nirt Peirsoin PulbN"c Meetfings A public meeting was hosted by the City on Tuesday, June 6 and Thursday, June 8, 2022. Over 20 participants attended to learn about the project and provide their input. Attendees participated in six interactive exercises. Following is a description of the exercises and the selections that were in the 95th, 85th, and 75th percentile. 11::::�acfllities Priorities Based on a matrix with images and names of over 41 facilities and amenities, participants were asked to place a dot on the facilities and amenities that they believed were important, but not adequately provided inthe city. Following are the findings. Splash Pad/SpmyGmund Teen Centers Multi -Purpose Athletic Fie|Js(Axtificio|Tur8 Soccer/Football Fie|Js<Natura|Tur8 Basketball Courts Natural Area s8Conservation Parks Neighborhood Parks (1-10 acres Amphitheaters Playground (Adventure/Discovery) Pools (Indoor) Skate Parks Community Gardens Restrooms at Parks Water Access (Beach) Food Forests/Edible Landscaping Picnic Areas Water Access (Intracoastal, lakes, etc.) 95"' Percentile 11111111111111 85"' Percentile 75"' Percentile IIIHMA Page 640 of 812 Pinogiramm11:'Iiirioiri�-fies Based on a matrix with images and names of over 37 programs and activities, participants were asked to place a dot on the programs and activities that they believed were important, but not adequately provided in the city. Following are the findings. Child Daycare Camps (mmmer,breaks) Before/After School Programs Youth Athletic Leagues Nature Programs Aquatics (Adult/Youth Learn to Swim) GTEAMPmgrams/C|asse Teen Programs Galas, Formal Events Youth Tech Education (ex. Coding, programming) Adu|tFitness/VVeUness eChallenges 95"' Percentile 11111111111 8511, Percentile 7511, Percentile Based on a matrix with over 26 economic, environmental, and social challenges that cities typically face, participants were asked to placed a dot on the challenges that the City of Boynton Beach is facing that they believed were most important to them. Following are the findings. Need for high quality jobs with adequate incomes/wages and benefits such as health care Sufficient childhood education opportunities inasafe environment free from bullying, harassment, and violence (ie,physical, mental, and social development, language (reading and writing, and STEM) skills) Housing costs/Lack ofaffordable housing Community safety/ crime/ violence GemhficaUon/Disp|ac*m*nt(a.g.Neighborhood change) Poverty Flooding/Sea Level Rise 11111111111111195' Percentile 1111111111111185" Percentile 75' Percentile Page 641 of 812 Value of 11::1airks and lReciii-eatioin aimd Allocatioin of 11::::Vinds Taxation. Participants were asked how much they'd be willing to pay in additional monthly tax revenue for the parks and recreation services they most value through a matrix that they had to indicate by placing dots across their choice of answer. The highest number of participants (2 dots) said they are willing to pay $26-$50 and $76-$100. $26- $ 50peryeor $76-$1OQperyea r $1O-$25peryea r � $51-$J5peryea r � Over $2DQperyea r � $1DD-$2DQper year l Nothing l | | o 1 2 11::::'uridiin9 1`�acility Piriorities Participants were given $100 dollars to spend on eight different facilities/capital improvement categories. Following are the findings. 21 ��� Improvements to Existing Parks and Recreation � Facilities (ex. mapairs' replacements, or renovations to p�ygmund���leticfields, estromms, etc.) Development mfNew Park Facilities (ex.athletic fields, playgrounds, mastruoms'etc)in Existing Parks Development of New Walking and Biking Facilities (paved and/or unpaved paths) � Improvements toExisting Indoor Recreation Centers (ex. repairs, replacements, orrenovations, etcj IS Acquiring New Park Land Improvements/maintenance tuExisting Walking and n� Biking Facilities (ex. mapairs, repaving, or renovations, 1111111111 Other Page 642 of 812 1::::Vindhn_q Pinoqr-ammPirloirities Participants were given $1QOdollars tospend on eight different programa/mpena1ionscateBmries. Following are the findings. RM Increase Staff tu|m rove Maintenance ofParks and � Facilities (additiuna|6eaninB' mowing, tree trimming, etc) Additional Adult Recreation Programs and/or Classes (excluding athletics) � Additional Youth Recreation Programs and/or Classes (excluding athletics) 111111111 Additional Senior Recreation Pno0namsand/mr[bsses (excluding athletics) 0 Additional Youth Athletic Programs/Leagues 111111 Additional Adult Athletic Programs/Leagues UIIIII Increase Frequency mfPrograms/Classes and/or Extend Hours ofProgramming Page 643 of 812 Viirtu4ll IlRulblic II tiiiiiin 1, virtual public i was hosted by the City on Thursday,; and Tuesday, June 28, 2022. Over 30 participants attended to learn about the project and provide their input. Attendees participated r polling questions where they could see responses Following is a brief description of the questions and the selections that were made. How ten have you visited parks and recreation facilities in the City of Boynton Beach in the past year? y percentage of respondents who responded "Yes" Once per week �jlllllllllllllllllllllllllllll"11111111111111111111111111111111��'���������������%���� 1 Few times per year ��lllllllllllllllllllllllllllllll�����������������������������������llllllllllllllllllllllllllll���fGV 14 Daily Never � s Once per month 3 0 2 4 6 s 10 11 12 14 16 18 20 Parks and RecreationFacilities Households Visit Most Often y percentage of respondents who responded "Yes" Meadows����liiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiii��i��G�i��������������������� �������������������������� 17 Jahn Prince Park 6 Ocean front park6 Caloosa 4 Meadow lakes 4 0 2 4 6 8 10 11 12 14 16 18 20 Rating Satisfaction of Parks and Recreation Facilities provided by the City of Boyton Bea' by percentage of respondents who responded "Yes" I Neutral 23 Very Satisfied �llllllllllllllllll Jllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllll�llllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllll llllllllll ilii 18 Dissatisfied��11 iiiiiiiiiirrr iiia iiia iiia111111111 6 Don't know 6 Very dissatisfied 0 0 5 10 15 20 25 30 14 Page 644 of 812 UVIENTMenysjM71-nFurrn T♦ s s s s ♦ 'a s City of Boynton Beach MORE OFTEN? Other 55% II Poor maintenance % don't know where they are 6%'� Don't have the equipment I want 6% Nothing for me to do iiiiiiiiiiiiiiiiiiiiiiiiiiiii 6% I use facilities in other cities 6% Too far from residence 4% 0% 10% 20% 30% 40% 50% 60% Select the FACILITY TYPES that you believe are IMPORTANT,but NOT ADEQUATELY provided . y the City. by number of respondents choosing all their choices Natural Areas/ Nature Parks Walking and Hiking Nature Trails Community Gardens Paved Multi -Purpose Trail Outdoor Picnic Areas Outdoor Fitness Areas Public Beach Access Community Space for Rentals + Events Neighborhood Parks (1-10 Acres) M 98t" Percentile IIIIIIIIIIIIII 8511' Percentile 7511' Percentile Rating Satisfaction of Parks and Recreation Programs offered by City of Boyton Beach by percentage of respondents Neutral Satisfied Dissatisfied uuuuiu 6% Don't knowjjjjjjjjjJj 2% Very Dissatisfied 0% Very Satisfied4% 0% 10% 20% 30% 40% 4 1 R 60% Page 645 of 812 " i" c s s ♦ f s W7& " Is NOT ►, ! • T by number of respondents choosing all their choices Volunteer Programs Cooking/Nutrition Classes Nature Programs Movies in the Park Adult Fitness/Wellness Community Special Events (concerts, movies, etc.) Theater/ Performing Arts Adult Education (ex. GED, trades) Language Classes Athletic Special Events (5K, Tournaments, etc.) 11111111111 9811' Percentile 1111111111 8511, Percentile wouldHow ., priorities? by number of respondents listing their first priority Improve Existing Facilities Develop New Walking and Biking Facilities Acquire Park Land Additional Recreation Activities and Programs Develop New Parks and Recreation Facilities 7511' Percentile 16 11111111111 111i11i111i11i111i11i111i11i N � NN 9����� �� 10 l rrrrrrrrrr 9���1111111111111111111111111111111111111111111 8 7 Q��fffffffffffffffffffffffffffffffffffffff 6 0 5 10 15 20 City Issues most IMPORTANT by number of respondents choosing all their choices Community Safety/ Crime IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII 35 Traffic Congestion 21 Access/ Cost to Healthy Foods 16 11111111111 9811, Percentile IIIIIIIIIIIIII 8511' Percentile 7511' Percentile Page 646 of 812 Issues most IMPORTANT by number of respondents choosing all their choices Preservation of Natural Areas jjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjj jjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjj jjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjj jjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjj jjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjj jjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjj jjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjd 33 1, High Quality Jobs 19 Access to Healthcare111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111 15 Trash/ titter IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIY I1111111111111111111111111111111111111111111111111111111111111111 »»»»»»»»»»»»»»»i 13 Homelessness Trash titter/ dight 12 0 5 10 15 20 25 30 35 How much more would you be willing to pay in yearly taxes to fund the parks am; recreation facilities that are most important to you? by number of respondents choosing all their choices Not willing to pay more 12 $10 to $25 per year 12 $26 to $50 per year 1111111111111111111111111111 ,,,,,,,,,, ,, ,, ,, ,, �IaIII�III�III�IY(� iiiiiiiiiiiiiiiiiiiiiiiiiill �!fi IIIIIIIIIIIIIIIII ��?Pfllllllllllllllllllllllllllllllllllllllllllllllr 10 $51 to $75 per year 7 $76 to $100 per year 8 $101 to $200 per year �iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiii� 3 Over $201 per year 2 0 2 4 6 8 10 12 14 .11126 1 .' BOYNTON Page 647 of 812 Focus GiirouIllp 111hirt-teirviews Interviews were conducted with eight different focus groups to ascertain needs and priorities for the parks and recreation system: Recreation and Parks Advisory I Monday, August 22, 2022 * Planning & Development Board Meeting I Tuesday, August 23, 2022 * Education and Youth Advisory Board I Thursday, August 25, 2022 * Recreation and Parks Department Staff I Friday, August 26, 2022 * Public Arts Manager I Friday, August 26, 2022 * Art Advisory Board I Thursday, September 15, 2022 CRA Advisory Board I Thursday, October 6, 2022 0 CRA Board I Thursday, November 17, 2022 Each focus group was asked four questions associated with parks and recreation needs, broader city needs, priorities, and funding strategies. Following is a summary of findings from the interviews. Pairks, and Recreation Needs, Focus Groups identified the following parks and recreation needs: * Make all parks ADA accessible * Pickelball Park (12 -Courts) * Playground at Canterbury at Quantum Park * Water activities such as fishing pier at Harvey E. Oyer Jr. Park and Jaycee Park * Splash Pad at Intercoastal Park and throughout the park system * More outdoor work out equipment * Exercise equipment at Intercoastal Park * Mountain bike trails * Paved and unpaved trails * More shade in parks, playgrounds, and trails * Dog Park near Federal Highway and Ocean Boulevard * as launches at Girl Scout Park * Transportation to parks and trips for seniors. * Improvements to the Senior Center U U Equestrian facility, which has the potential to provide a lot of jobs, especially for youngsters Skate Park/ Dirt Bike Park/ Motorcross Park along 1-95 corridor More parks in the western part of the City provided as part of new development Incentivize developers to provide additional space within their developments with threshold that makes sense 2321.„�� Ensure equitable distribution of park facilities so residents don't have to drive so far to facilities Better and more convenient access to the beach. Consider increasing parking fees at the beach and providing resident parking passes * Indoor Park in Boynton Beach all * Better maintenance of restrooms • Multi-purpose athletic complex with 10 - lighted multi-purpose/ soccer fields • Aquatics complex with bigger swimming pool for swim meets, work with Schools to develop swim team for Boynton Beach High School to host swim meets, include Therapeutic water experience) * Driving range * Big grass open space for special events * Gaming Center/ E -Center/ Virtual Center to host E -competitions FIRU1101 0 Mixed -martial arts/ boxin,,# Page 648 of 812 * Yoga * Fishing program for youth and adults * Language classes * Active -adult programs * Teen programs and activities * Programming to address social challenges, environmental concerns, and provide employment for youth * More special Events similar to Pirate Fest (1,000s of attendees) * Music festivals * Integrate public art into parks and recreation facilities such as playgrounds, basketball courts, mural project in parks, Kinetic Art in parks that is integrated into STEAM School programs, etc. and make the City of Boynton Beach the Arts Capital of South Florida 0tywide Social, Econoirinic, and If °iir�viirou�uuri�ermtall Needs and/or Issues Focus Groups identified the following citywide social, economic, and environmental needs and/or issues: * Stormwater management east of Federal Highway * Multi -modal transportation, including golf carts legalized to facilitate transportation along the road, buses to take people to the beach and other parks * Improve overall aesthetics of the community, especially in areas in the City with lower social economic status, linear parks, and programs that help residents advance socio -economically * Community safety. * Litter • At -risk youth and special populations • Overcoming challenges of COVID and re - socializing • Community unification and trust • Homeless population • Housing • Healthcare • High-quality jobs • Community involvement through events and engagement Pirioirities When asked about the top priorities, Focus Groups identified the following two priorities: • Community safety, accessibility, and education • More greenspace, dog parks, and shade Playgrounds and dog parks in Canterbury at Quantum Park • Fishing Pier Havey E. Oyer Jr. Park • Running trails, outdoor gyms — ninja warrior style courses • Provide programs and activities that draw people in, keep people coming, and returning • Addressing children's needs • Motorcycle Park • Develop Eco Park • Improve beach access • Inclusionary recreation (e.g., Therapeutic Recreation Center). • Sufficient staffing for maintenance and dollars • Security — police being more visual at centers parks (e.g. cameras, call boxes) • Large land (50-60 acres) with all sports, trails, community recreation center of inclusive of all uses • Enhanced building space for youth programming • Cultural arts programming that is multi- generational and entrepreneurial based • More parking at: * Senior Center * Women's Center * Hester Center .1,128 1 REIMAGINE RECREATION I BOYNTON BEACH Page 649 of 812 • Jaycee Park • Meadows Park * Boynton Lakes " Beach IFtmindNng Focus Group were mostly supportive of the following funding strategies: * Keeping revenues collected in park land in the parks m Park impact fees and/or property in lieu of money ° Hire grant writer for Recreation and Parks Department m Make parks and recreation apriority onthe budget, include parks and recreation in the front mfthe budget process, instead mfpublic safety and fire w Taxes/ General Obligation Bond • Partnerships/ Sponsorships • Userfees ��� Page 650 of 812 111 evell ol-Seirvice Analysis There are no industry Additionally, LOS findings were benchmarked to various Florida standards or regulations cities identified by the Steering Committee. These cities were: regarding how communities that is available per 1,000 residents. should establish Levels of 0 City of Deerfield each Service (LOS) for parks and recreation services. The 0 City of Delray Beach National Recreation and Parks 0 City of Doral Association (NRPA) does not 0 City of Fort Myers publish traditional population- parks or recreation facilities. based LOS standards such as 0 City of Lake Worth Beach park acres and facilities per 0 City of Palm Beach Gardens 1,000 residents. 0 City of Sarasota Instead, cities are encouraged to conduct community -wide Five different LOS methods were used to determine how well needs assessments and the City's parks and recreation system is meeting residents' benchmark themselves against needs: other similar communities in order to establish their own 1. Capital IFuindiing liner Capita - Measure the amount of capital LOS standards. dollars spent on parks and recreation services per resident 2. Acreage I OS: Measures the quantity of parkland acreage The National Recreation and that is available per 1,000 residents. Park Association (NRPA) has developed its benchmarking . 3Indoor Recireation Centeir Square Footage OS: Measures the quantity if indoor recreation space available per resident. website Park Metrics, "the most comprehensive 4. Facilities OS: Measures the number of recreation facilities source of data standards available per capita. and insights for park and 5. Access I OS: Measures the geographic areas served by recreation agencies" to help parks or recreation facilities. cities develop LOS metrics. City of Boynton Beach LOS It is important to note that these LOS Analyses are just one findings were benchmarked tool for determining the community's needs. The findings alone against communities that may not be indicative of residents' needs and priorities. LOS have a similar population and analyses are based on the gross population of a community, population density as the City not preferences or priorities based on unique community of Boynton Beach. demographics, lifestyles, or values. The findings from the LOS analyses must be compared to the findings from the other needs assessment techniques in order to verify parks and recreation needs and priorities. .11130 1 REIMAGINE RECREATION I BOYNTON BEACF Page 651 of 812 Cia�jpftal Fuil-I Per Capita Capital funding per capita is used to gauge how well a community funds parks and recreation capital improvements. Capital funding per capita were calculated for Boynton Beach and 7 other es and compared to NRPA benchmarks for cities with a similar population and population density as the City of Boynton Beach. Figure 2.2a illustrates the findings from these analyses. Based on this analysis, the City of Boynton Beach with an average capital funding per capita for $67 is considerably higher than the 75 percentile benchmarks ($36) and four of the benchmark cities only to be less than City of Deerfield Beach ($167), Doral ($76) and Fort Myers ($130). Figure 2.2a Capital Funding Per Capita 5 -Year Average Level of Service $180 $167 $160 $140 $120 $100 $80 $67 $60 $40 $20 $0 $31 Boynton Deerfield Delray Beach Beach Beach /I'lh �'��� �P iii IIII$34 $35 $36 — — 25th ... . .... .. . ..... N .... . .. . ... . .... I . I ......... Perc Doral Fort Myers Lake Worth Palm Beach Sarasota $17 Beach Gardens These findings suggest that while the City is spending above the national average, it is spendi below some of it's peer Florida cities, suggesting a potential need for additional funding. This need is consistent with the findings from the various qualitative survey techniques that have identified a desire by residents for improvements to existing parks. I MME Page 652 of 812 Acreage III,,,, OS Acreage LOS is measured by dividing the number of park acreage by 1,000 population. Park Acreage LOS was analyzed in two ways: 0 1 � T � � 1 1111 1 0 - • City of Boynton each Acreage 2022 Acreag LOS compared to the benchmarks previously discussed. Figure 2.2b illustrates the City of Boynton Beach's Acreage LOS for the years 2022, 2027, and 2032 in comparison with the City of Boynton Beach Comprehensive Plan Acreage LOS goal. If the City does not acquire additional park land, the Acreage LOS would drop from 3.8 acres per 1,000 population in 2022 to 3.6 acres per 1,000 population in 2032, which are still above the City's expressed goal. F:11gure 2.2b Acreage Level of Service Analysis - Projection 4.0 3.8 17 3.0 2.0 1.0 0 2022 2027 2032 City (d Bwyfl (m Bw( I I C,urnpi (� I, i(�i =,ive I 'I, in A( rr?,vjr? I 0S Cm,fl 215 Figure 2.2c compares the City's 2022 Acreage LOS to NRPA benchmarks for cities with a similar population and population density as the City of Boynton Beach as well as the seven cities previously discussed. Based on this comparison, it appears that the City's Acreage LOS of 3.8 per 1,000 population is barely above the 25th percentile, below the Median Acreage LOS, and below cities like Palm Beach Gardens (5.3), Sarasota (111.9), West Palm Beach (15.0). This comparison suggest that the City's expressed Acreage LOS goal is low relative to other comparable communities and that additionally, there is a potential need for additional park land in the City. F:Ilqure 2.2c Acreage Level of Service Analysis - Comparison 16.0 15.0 14.0 12.0 10.0 8.0 6.0 4.0 2.0 0 Boynton Deerfield Delray Doral Fort Lake Worth Palm Beach Sarasota West Palm Beach Beach Beach Myers Beach Gardens Beach .1,132 1 REIMAGINE RECREATION I BOYNTON BEACH /I i 1) pe I ce I) I i I 915 25th Percentile 3.6 Page 653 of 812 Facilities I OS Facilities LOS is measured by dividing the number of residents by the number of parks and recreation facilities. The higher the number, the less facilities there are per resident, and the more of a need there may be for that particular recreation facility. The lower the number, the more facilities there are per resident, and the less of a need there may be for that particular recreation facility. Population estimates for the years 2022 and 2032 were divided by the number of existing facilities to identify the Facilities LOS. The Median Facility LOS benchmarks were then used to calculate the need or surplus of facilities based on the projected 2032 population. Figure 2.2d illustrates the findings to this analysis. Based on this analysis, it appears that the City may have a need for the following parks and recreation facilities: * Recreation centers * Senior Centers * Teen Centers * Stadium * Performance Amphitheater * Nature Centers * Tot lots * Community Gardens * Multiuse courts — basketball, volleyball * Diamond fields: baseball — youth * Diamond fields: baseball - adult * Diamond fields: softball — youth * Diamond fields: softball — adult * Skate park * Dog park * Rectangle fields: multi-purpose (natural turf) * Rectangle fields: football field * Rectangle fields: soccer field - adult * Rectangle fields: soccer field — youth * Multi-purpose synthetic field * Regulation 18 -hole golf course * Regulation 9 -hole golf course * Aquatics center * swiming pools (outdoor) • indoor competitive swimming pool: 25 m. • Indoor seperated diving well • Pickleball (outdoor) • Pickleball (indoor) • Multi -use courts: Tennis, pickleball (outdoor) • Multiuse courts- Tennis, Pickleball (indoor) Racquetball/handball/squash courts (indoor) The City also appears to have a surplus of the following facilities: • Community Centers • Playgrounds Basketball Courts • Trails • Tennis courts (outdoor) The need and surplus quantity will be revisited in Chapter 3: Long -Range Vision based on the proposed vision for the City and related recommended Facilities LOS. 5� Page 654 of 812 :::Ilquire 22d Facilities Level of Service Analysis 1134 1 REIMAGINE RECREATION I BOYNTON BEACF Page 655 of 812 Alm Page 656 of 812 VIII II I all 42,496 59,098 27,382 39,095 49,523 32,794 27,614 -2 42,496 29,549 29,322 66,036 50,956 28,060 2 59,098 - 86,953 75,525 71,853 - 71,280 58,430 57,705 64,150 64,150 64,150 18,255 58,643 77,676 71,853 63,433 -2 76,156 68,181 65,704 42,496 27,382 29,322 - - - 14,165 3,476 3,042 4,344 6,009 4,869 2,841 4 - - - - 18,349 11,396 4,926 -8 - - - - 37,763 28,490 12,645 _3 14,165 3,283 9,127 6,516 16,397 14,608 7,683 10 - 9,850 - ............... - ................ ........ 31,606 11,524 7,273 _8 10,624 -- - - -------- 5,910 ---------- - - -- -- ---------- -------------------- 14,661 --------- 16,826 ------ "I'l""I'll""I'll'll""I'll""I'll",'ll""I 6,492 4,610 11 ---------------- ---------------------------- 21,248 19,699 58,643 48,325 32,500 25,988 10,624 11,820 29,322 7,973 7,034 6,199 12 21,248 - -- - - --------- 19,699 -------- -- -- - -------- ----------------------------------- 58,643 ----------------------------------- 24,457 ----------------- ----l-, ---------- 20,255 ------------------- 16,621 ------------------------------------------------------ 59,068 54,764 117,286 69,143 68,181 65,000 59,098 27,382 23,457 71,853 65,000 50,248 21,248 3,476 - 14,661 21,033 11,524 7,576 - - 27,382 117,286 46,501 34,091 26,942 -2 54,764 117,286 73,345 48,538 26,491 42,496 - ------------------- 54,764 ------- ------------------- 58,643 - 21,033 --------------- 10,962 --- -------------------------------------------------- 8,347 -8 - 59,098 54,764 32,500 32,075 19,477 _3 4 10 1 39 4 72,334 69,143 67,072 2 75,525 75,525 75,525 -2 59,098 27,382 117,286 71,853 65,000 50,248 29,549 27,382 58,643 54,339 38,078 19,851 -2 71,853 68,181 66,166 -2 - 72,681 69,838 66,994 - - - 11,729 - - 8,499 2,111 2,489 4,887 19,764 7,575 2,812 18 4,925 28,318 16,426 13,175 -2 9,850 40,200 16,250 12,845 6 - 9,118 5,819 4,334 -15 51,522 38,893 26,265 3 15,105 15,105 15,105 6 Alm Page 656 of 812 lindooiir Recreation Ceinteir SIjpace III,,,, OS Indoor Recreation Center Space LOS is measured by dividing thea of of indoor and community recreation centers ace available to residents by the number of residents in the City. Industry guidelines suggest that communities with high quality indoor recreation services should have about 2.0 square foot of interior recreation and community center space per resident. Figure 2.2e illustrates the findings from this analysis considering the City of Boynton Beach's 2022, 2027, and 2032 population estimates. P:l1gure 2.2e Indoor Square Footage Level of Service Analysis 2.5 2.0 l 113einchinnaii k 1.5 M 0.5 M 1.23 1.22 1.19 2022 2027 2032 The City of Boynton Beach currently has approximately 101,105 square feet of indoor recreation and community center space. This equates to approximately 1.23 square foot of indoor space per resident in 2022, 1.22 in 2027, and 1.19 in 2032. Based on this analysis, it appears that the City may have a need of indoor recreation center space. To reach the 2.0 square feet per resident target, the City would need about 62,641 square feet based on the 2022 population, 65,011 square feet based on the 2027 population, and 68,818 square feet based on the 2032 population. .11136 1 REIMAGINE RECREATION I BOYNTON BEACF Page 657 of 812 Milo Access LOS measures the distance residents have to travel to access parks and recreation facilities. It is used to understand how park access varies between different neighborhoods in a city. Informed by industry best practices, the following distances were used to analyze Access LOS for the City's park system and key recreation facilities that were identified as potentially needed through the needs assessment process: 0 All City Parks — 112 mild * Community Parks — 1 mile, 2 miles * Indoor Recreation Centers — 1 mile, 2 miles Figures 2.2g — 2.2j provide the results from this mapping analysis while Figure 2.2f provides a summary of these findings. Figure 2.2f Access LOS Analysis Summary Figure 2.2f suggests that, with an Access LOS *f 1/2 miles, the City may have a need for Neighborhood Parks in key pockets through - tut the City. However, the City may not have a need for Community Parks with an Access LOS #f 3 miles, while it may have a need for Com- munity Recreation Centers, with an Access LOS *f 3 miles. These findings will further explored during Chapter 3: Vision. Partial -Coverage"""" Full -Coverage DXWA Page 658 of 812 0 FIgUre All City of Boynton Beach Parks — 112 Mile Access LOS 0 Neighborhood Parks l. Barton Memorial Park 1 BettyThomas Park 3. Boynton Lakes Park 4. Forest Hill Park 5. Galaxy Park 6. Hibiscus Park T Jaycee Park 8. KnoUwoodpark 9, Laurel Hills Park l8.Meadows Park |l.Palmetto Greens Park |2.Pence Park llPioneer Canal Park Community Parks l Barrier Free Park 2� Eco Park 3, Ezell Hester Community Park ! 4` Intracoastal Park 5.Sara Sims Park 0Wilson Park [] Mini Park l. Demonstration Gardens 2. Heritage Park S. KivvanisSierra Park 4. Arbor Park 5. Dewey Park NSpecial Use Park |. Centennial Park 2. Harvey EPark l Kapok Park 4. Little League Park 5. K8agmveWa|NExtension 6� Oceanfront Park 7. Officer Joseph Crowder Pc 8. Senior Center 9. Tom Kaiser, Veterans Park l0.Urban 0ohiand 1l.Women'sClub /\ Future Parks 1. Congress Middle School 2.Fire Station ] 3.FPL Park 4.Girl ScoutPark 5. Meadows lPark O.Nautica Sound Park 7.Nickels Road Park A Scrub Area l.Galaxy Scrub S Cemetery l.Barton Memorial Cemetery l Sara Sims Cemetery 3. Boynton Beach Memorial Park IJ 101 A D���� Level of Service Parameters 0.5 -Mile LOS . ,0.25w/ilexa&u" `-' >0.5-Mdexadius (_| City Limits llifi)). Palm Beach County Parks Roads 111111111111111111 Boynton Beach Parks rollr11111 Palm Beach County --' Boynton Beach Bikeways Conservation Areas Boynton Beach Preserves pa|mBeach Counyt Water Bodies0 05 " x,1zpumic5ohoo|s Miles 0138 N RENMAGNNE RECREATION N BOYNTON BEACH Page 659 of 812 F:liquire 2,211m City of Boynton Beach - Neighborhood Parks – 112 Mile Access LOS 0 Neighborhood Parks 1. Barton Memorial Park 1 Betty Thomas Park 3. Boynton Lakes Park 4. Forest Hill Park 5. Galaxy Park 6. Hibiscus Park 7 Jaycee Park 8. Knollwood Park 9, Laurel Hills Park 10. Meadows Park 11. Palmetto Greens Park 12. Pence Park 13. Pioneer Canal Pan< 0 Community Parks 1. Barrier Free Park 2. Eco Park 3, Ezell Hester Jr. Community Park 4. Intracoastal Park 5. Sara Sims Park 6 Wilson Park 1111111. A LEGEND 1-1 City Limits 11111111111111111 Boynton Beach Parks Boynton Beach Preserves Level of Service Parameters 0.5 -Mile LOS 0.5 -Mile Radius llifi)). Palm Beach County Parks Roads rollr11111 Palm Beach County ........ Boynton Beach Bikeways Conservation Areas Palm Beach Counyt Water Bodies K-12 Public Schools N 0 05 1 Miles 0139 Page 660 of 812 F:11gUre 2,Z City ofBoynton Beach Community Parks -1Mile, uMiles, aMiles Access Los - --- - -'�~- - Level Parameters e es 1'mn°/os ' Community Parks l.Barrier Park 2. Eco Park 3. Ezell Hester ' Community Park .' 4. Intracoastal Park .' 5. Sara Sims Park .' 6. Wilson Park � LEGEND [_] City Limits 00 Boynton Beach Parks Boynton Beach Preserves Palm Beach OmmyParks Roads Palm Beach County -~—' Boynton Beach Bikeways Conservation Areas Palm Beach [ouny_ Water N Miles K-12Public Schools Page 661 of 812 IF:11guire2,2� City ofBoynton Beach Community Centers —1Mile, uMiles, and xMiles Access LOS Leve|ofSer�cePa�mete� '' 1mne�u . 2 -Mile Los 3 -Mile LOS LeGBmo [] [kyLimits 11U)III, Palm Beach [ounty Parks Boynton Beach Parks rPalm Beach County Conservation Areas Boynton Beach Preserves pa|mBeach Couny K-12Public Schools Roads ~-- Boynton Beach Bikeways Water Bodies N Page 662 of 812 2 3 0 S u i�7'n im a iry d 11 1�71 g S 1:3ased oin flhe alkl Hhe information c6klected, l:::Iguires 2.3a and 2.3b indicate Ihow Che findings Firoin-i the statistically ­valid suirvey ­ the rnost reliable and crow ible of the needs assessimen'ttechniques are validated by many of the othertechiniques 14ated -to facilities/airnenities, programs/activities, areas of cornmunity concern, actions, aind Fuinding alklocatioin forfacihties/capita�l irnprovemeints and ppirog"aii,-ns/op eira-tIloii,is. 1::::�ollowing is as suirnriiairy list of Che priority rainkings followed by cormparisoin matirices. Top Priarity Facilities/Arnenities 1 . 1"kiblic beadh access 2. I`,JatkjiraI aireas/ Nature Parks I Cornmunity Gardens 4, ED o g IF'a ir lk s 5. I-Restiroorns at IPa irks 6. Unpaved walking and hiking -trails I. Cornmunity If arks (20+ acires) Top Priority Programs/Activities 1 . Cornmunity special events 2Adultfitness/welliness I 1\1atuire programs 4. Mlovies in parks 5. Senior classes "I" IP IIRiriarity Areas of Community Concern 1 . Cornmuinity safety/ cirinne/ violence Other citywide issues that were mentioned were preservation of natural areas, blight, unsightly neighborhood conditions, homelessness and/or panhandling, affordable housing, community divisiveness/ isolation/ loneliness/ anxiety and WWj and wages, and flooding TopPriarity Actions 1 Increase sa-Fety and security rneasuires in parks 2 [Developirnent park alop I [Devek)loirnent of walking and biking ,facilities Chapter I i ong-Range Vision of this report will discuss recommeindations -for resloondiing -to the -too priority parks aind recreation needs. I BOYNTON BEACE Page 663 of 812 :::Ilquire ire 233 Findings Summary and Comparison - Facilities/Amenities, Programs/Activities, Areas of Community -Wide Concern, and Actions -- -_-_---_-- 91 IMMMEM ------------- .0 ............. . ................ 0, -- -_-_---_-- 91 IMMMEM ------------- -- -_-_---_-- 0 IMMMEM ------------- ... ... ... ... ... ... ... ... ... . .............. 0 ........... . .................. 0 D D 21 0 0 0 IMMMEM r ii for Facility/ Allocation Il iiu"ta I�^"'II� iii II i iii° en"ts �. lirflnp iro eirnneints to existing park aun recreation Fadlit6e , I'Devellop irneu°nt of anew waIlkiing and II°)6lkhn fadli ies I I'Developanu'neunt of new/ <ac c iibounanl parks fadk-bes in exiisthng pia inks 4,cqui i ng new park land 5. Impnuoveir nern s to exis-Ung walking and l~niking h<aciilli-des 6� I'Developanu'neunt new iundoor recueaUoun centers T Impnuoveir nernts/ it n<airnte narrnco -to existing k,idoor uecirea ioun centers 1144 1 REIMAGINE RECREATION Fundivig Alloimtio�n for Programs/ IperaIi ins n lincireasing staff to iiimpaniro e imaiiiinteiinaiince of parks aind haclllhfle , Additioinall a du,allt recreaflonn p ro irairnns ain / or char e„s (exclluiiunc adnIletics) I Addifloinal seinior uecireatioun pro cairns <aund/ or classes (excluding athlc -tics) 4,c9di6ounal youth rec rea tioin programs/ rams/ classes (exclud4ig ath katics) 5. Addi6oinal youth athletic programs/leagues 6� Increase Frequency of pro irairns/ classes/ aund/oir extended hours of pro rarnrn'nik,ig /. Addi6oinal <adu k <a hlebc parogr<arris/lea gu es Page 665 of 812 1::1 uu°e 2w3ILa Findings Summary and Comparison - Funding Allocation Page 666 of 812 m Page 667 of 812 MR, The Vision is where the Master Plan starts to come to life, by providing, recommendations for how the system should be transformed over the next 10 years. The Vision includes the first five elements of the Vision Framework seen below - Mission, Vision, Values, Guiding Principles, and Policies/Actions, The Steps form the priorities of the final phase, the Implementation Plan. Why We exist ne Ihopc to adhieve Iby 2032 v we per -for rn our work Asplhratioins describing how we- desiire the Iparlks system to be Fhe a�.-)proz�dh to accoirrilplish the Guiciiing 1Fliriinciplles I �he steps to accoirnplksh the Fldkces %R .......................................... . . . and Actions (Inipleirneintatiori Strategy) In December 2022, Department and City staff participated in a Visioning Workshop to explore these elements, building on the findings of the Existing Conditions and Needs + Priorities Assessment as their foundation. The Visioning Workshop also included discussion of the following topics - 0 Vision® Mission, Guiding Principles 19 Programming/ Activities 0 Facilities/ Amenities • Individual Park Improvements • Staffing and Marketing The Visioning Workshop also provided an opportunity to set new standards for recreation in Boynton Beach. 1011 K, M Page 668 of 812 TIT.111111MI The Mission Statement articulates why the Department exists: 'To enhance the quality of life in our community.' The discussion surrounding the current statement raised a few key concerns, including: That the statement is too broad and does not signify recreation specifically That the statement does not explain 'how' the Department functions That the statement leaves out important facets of the department, including the new 'cultural' component, as well as the role of diversity and inclusion Draft IINUssion: "To eunhance the qualItY of fife� til -sur ough vvcreationalangl cultural oppoirtunities to a,' pir-oniote a heafthy, vibrant, aid inclusive c,omnrjunity. l::::uirtheir discussioin wiIII be necessaryto einSUire that dhis draft is satisfactory. WSM 'To be a leading and wefl-respected, nationally accredited agency providing exceptional, widely accessible facilities and services that meet the needs and contribute to the health and well-being of and embracing its future.' The discussion surrounding the current statement raised a few key concerns, including: 0 That the statement includes unnecessary phrases, such as "nationally accredited" and "widely accessible" 0 That the statement is too impersonal That the statement should be more action - oriented, to "create" rather than "to be" Ilii rall-t Vision: "1'6 cilreate exceptionalarwd equitable recreational facilities aundseryices that— thiroqgh conthnuoui.,; eAi,iii��ii,aA,-iceii-Tweairiiit— exceed the needs of ouir wire sidents, while preserving out- historY and en,-ibracing our futullro. Further discussion MH L.)e inecessairy to einsuire 61hat this draft is satisfactory. I I[Owd ki 0 903 ki E A WITO-VO Page 669 of 812 N"M The Values identify how the Department performs its work. The previous parks and recreation System Master Plan, completed in 2015, identified a variety of External and Internal Values: 41, A healthy, active and engaged community 19 Open space that is clear), green and safe Fxcelient relationships with the people we serve rhe safety, well-being and education of children The safety, well-being and socialization of older adults Partnerships with public and private agencies and volunteers that enhance programming and play 1I inteiinnAk 41 A commitment to collaborate, cornmiunicate and cooperate 10 A commitment to integrity, honesty, openness and courage 19 Respect for diverse cultures lochs on initiative, pride, spirit, teamwork and excitement Fuirtheir &scussioin will Ibe necessary to ensure that these Values continue to be safisfactoiry.. As noted, the findings of those first two phases produced a broad range of ideas, needs, challenges, and opportunities. When considering the connections and interactions between all these elements, they were found to align under four overarching themes: Expanding on each of these themes creates a Gui&ng IPiriindpllea w[fldh Ijoirovlides focus for all of the Poh6es and Actions that follow. 1011 K 1E Page 670 of 812 %%% iii„ ri ri ri ri ri ii ri ri ri ri ri ii ri ri ri ri ri riwi ri ri ri ri a/9i ri riiai rr knowledge i , „ i ! system The Department will employ a variety of methods to ensure that the community is aware of all the facilities and services provided by the Department of Recreation and Parks. Page 671 of 812 The policies and actions form the central recommendations of this Vision, and lay the blueprint for the Department's strategy over the next 10 years. While each policy or action falls within one of the guiding principles, they often have relevance to another principle. This interconnectedness is indicated with letters for each Principle: (A) Awareness, (E) Enhancement, (C) Connections, (X) Expansion. There are also symbols to identify when a Policy or Action is derived from a prior plan: Strategic IPllain Cour ireheinsive Plain 0 Chimate Ac6oin Plain 1. Coirn�plete Streets Cbili�.y Plain A &M 1 Page 672 of 812 �rrrrrr��, 5 Gllr' IIIr IIIDe, 11hincirease III ll llcinoWl edge m' " ' llw 1plitIIb lcs a a�� IIID I°�II IIIIa"' m "IIII IIID sysirn 11. lDev,elqjjD a',m S,bra,tegy foiir Ill aulmlllmfiiii a ind II6 IIraui tllha IIG;'tallpauit (C) . Cc::alrrnlpllete a::n coirnnlplrelheuns6ve stmratc: gy For Irrnarlket6rng and Ibrarn&ng 0,)e parks delpartlrn~nern . 2. Illiin°utalllrm°Utul llrmallllllly aind st.iira°teqicallyctis, Duan tllh e IIII'( allpaiiI°°tllrii Storytelling. . IEllplll ure Shi°a °uteg l Ilfl aurtuneiii°°sIlhiGllps (C) E:a.xlpalrnd cmrllllalk:noirat6a:. n................. irvJu.rlcfi ng °'n6a� i nag aarnd alrnrn4.`Dulr'n elP"mnelrn'tsa as well as sha fired lallnd and a it nelrllifies ...............wIIf:h1 oirgairnlln'l':Ioins wIIth cwerllappillrn4::,� Imisslions. 6 IhneseIpart:IPnelrslhllilps illlll be (key to 6uncreas6ung a alrelrness and usage of Ipalrlks and re�acireat6calrn facHktlies. IPcat:elrntiall Ipartlrnersll°nflps 61rn Nude: 1.....6braHes^ Hoslplltalls c:Aha:.ac:.nllsA rarnsut statooin bus stops VIII II! IIID IIID IIII'"Wllliat We e: IIII° inew exilsting facliIllitlles, IIIiIi IIIA lili, aliniirvllces 1. ll;luilllmaurm a (Palin lllks h-.Irnlhn.nlrnc e n Ast6lrng Ipalrlks to IrrneaArrnize tlh)am use of1lkirHted Ilalrnd and « cmtnal o rnulr.ts based aln edein6fy namnurnuutIreeds and cnlraelrlrs. Some of the C irty's palrlks, sUelh as lEco Palrlk, Ih-Hestelr IPalrlk„ IMeadows IPalrlk, and IPence Park, have Ireeerntlly Ibeelrn Iredes6grned, arra a a6t6rng 61n~nlpllelrnelrnt:a6olrn, oir are illrn the develloplrrnelrnt Ilahase,. t tuners, however, II°nacre r oii' IberneRted From a coimlprehelnsive, pualbll6c engagement based I llaalnlrnillrng aund des6gln Iplrocess. Ad&fioinalllly, many of the ex6s61ng fac6hties and amemni hes are outdated or bon (meed oir Irelrn vat6oin. Dscuss6alrs during te \6�6�lrilrg p metarthat some ...�e ty's largest amid urroaast p pl llar parks are 61rn Irneed of Irecjesllgun and stlrateg6 6rmnlplrc:aareunnelnts.. FolloWng are slpec:ffia: palrlks and lilrmllplrunarelrnnelrnts IidelPn6fied tlhllrou.aglhn tune Ms6oin61ng Workshop, solrnne of wh6dlh are flIkuustrated Ilaat:elr illrn the Visioin. It w fll Ibe 6lrmnlpoirtalrnt For tllnese palrlks to go tJhlrou.agh coirnpireheins6ve, Ipulblhc engagement (based Imaster pllaalrnlrniling processes that are illrnfoirirmned Iby the fi nd61ngs firrrlrnn the Parks IP iastelr IPlain. arrier IPlree IPalrlk Add Ihgh 6lrng Ihaetweelrn the 6&niirfls Center Ibu,ailll&ng and padding Ilcat; Irelrnovate and exllvaalrnd the 6 Inlrnis Ceiniteir and Irinove the bei nlrnis IPlro Shop elloseir to the Iparlk6lrng (lot sin 6t illrmnlplroves se uuiii add a inew 6 Irnlrn6s Center gatlhner6lrng area„ address draillrnage 6ssues 61rn the 6 rnrn'ls Courts; add wallk6ing tlraillls lin the forested alrea of the Ipalrlk; add edua�6olrnall signage related .to s�t lrinn ra�t:elr rmnalrnage rmneunt and greelrn 61rnflrastlrucntunlreg exlpaund splash (pads relocate workout area to add IPliddelbaallll Courts. Page 673 of 812 Bartoin Memorial Ceirneteiry and Gireenway . Einhainice Ilamdscape airn Ihnairdscalpe of cerineteiry and add Fein6ing and Fflstoii-Icall sginage bin the ceirneteiry; coo ninect thle park to Gallaxy Scrub,- addii secuii coinceruns" ire .evalluate reser oom ii the Ipairlk. �Betty T[ioirnas IPairlk Einhaince oveiralH aesthefts of th Ipairlk iindk,I&nq iirnpiroving paii and fein6ing,- addiress 6irir6gai 6ssues,- add a Ipllaygirou ind w6th shade cover; add gireein linfrastiructuire, Boyritoin I ak(.-,,s 1:1airk Add oin stir e Ipairlk6inggstir 6innpirove W01i area; add 1kg1hi around ithe tiraii�I; exploire ad&i a dog Ijoairlk and althleft Relids. Boyinton IBea6hi Meii IPa irlk Reinovate outdoor irestii einhain6ing laindscap4ig, ad&nq seabing areas, shelteir, and einhaince For walh41 Ceinteininial IPanrlk Add syinthe6c tuii 1kg1htiing to rnaxirnize use. Figure 3.1a Congress Middle School Park Facility Improvement and Development Diagram 1011 &W] Page 674 of 812 Co ngire ss IC H6dc lle S .Ihnooll IPairlk Collllalboirate 6thn SchOOI II.Distinii t to eirnlhnairnce and exlr,.)aind at left fa6h hes and develop 6irnto a Co irrn irrn a in 6 ty Pairk (IP6 mu ire 3.1 a) li n dl u &n Skate Park, airn outdoor Ipooll, slpllaslh Ipa , and anew rnanuirall to irf i puirpose fiII a Ezell 11 IHe teir,.Jir. Cloirrnirrnunui Pairk Add a irnew Iplla irou in g coii w6th Plhase 2 syntheft tuwuirf for second f6elHs and expaind ReId space 6into forested area; add a cover to the IIPa slketlballll Couuirt„ add a traiill 6n the rnatuuirall area-, and extend Ihnou.uirs oin the weekend ii n the Con7rnimu.urnit Centerm and 6irnm.11u.ude IE Center and ;.bourund rer.:oir 'bin swlio. Forest IH61Is IPairlk . Ilirmnlpirove Iparlk6mn opIpoirtu,uin'i hes; add gireein ii nfirastir uctu.uire" exlpllore Ipairlk exlparns6oirn to open up the park,- ireimnonre the IBaselballll IPHeIW,- and add a clog Ipairlk and walIh4 tira6lls, (341axy IPark Add II6 Ihnts and IPIidkllelballll Courts, h- airvey IE. Coyer, ,,Jrm IPairlk H 'xlplloire the feas61b61I6ty of ad61ng a irestau.uiraint oin the s6teg re es6 rn Ipair4mn area to irmnax6imn ze paiHding spaces and 61rc ulIaHom h-J61h.)6scu.us IPairlk Inoue Basketball Court and convert to rmnu ld.-uuse court; and add outdoor exeii a qu p)irmnoirnt. lirntiracoanstall Park Il%edes6gin 61rcuulIa6orn to 6irnorease and maAmr ze jpaiHding oin ..s6te 6incIuding moving duirmnlpster to hi of the pairk and relplla61rng the waH oin the sou dlhn s6 He„ add access to Hie water oin the so uflheast aorneir of the parIding to add a floatlin dock; outdoor exera6se epulilpirrneirntg and ireirnovate the Ibulill Ern . Mi Ja:ny:ee Park ... Add Ili hnts oin the south slide of Hie Ipark; eoirnlpllrmte tree mmnairna eirmnernt; 6irmnlprove fishing Ip6eir; and add Ikayak Ilauumi dory 1pairlk, and slpllaslhn Ipa '. Page 675 of 812 l a::alpolk IPark ,,,, Add shade over flhea Ipllaay irou nd,- add prote cbloim frorma t1he iroad. KNvaarnh; Sleairiraa IPa:airllc ,,, C~oims6de it sea II 11 inq the Ipirolpoirty and irmot g6ve in away to estaabhslhn as IpireaceM earat. to aIppI ly to o�tllmoir uinUsable park hand owined by Hhe Oty, whim ver appiropHate and Iplplhcalhll . Kinollllvve::aoci Park lirrnlpirov6in 1kghn61rn a iroimovate waall4m g tir 611s, add s Ern s and outdoor eaxoir 6sea op,u6lprmomt, and add so birn a I aauiiroll Ih-U hIs IPaairlk hrnpirov6ing Basketball C;ouuirt,- add walh4ng traafls. 1...ktlo II...ea guie IPairlk lirmalplloirmeint Il aster IPlain. Mamairn reurve:: IExte irv,aknnim Mflk ...- C:oimmlpllete piroposed 4mmlpiroveairrmeints. Meadows Park lirmalploir>moirnt Master Plain; add P661dolb 11 ll Courts; add outdoor oxorc6so o ua6lpirmmoimt, Ocearnfiroint Paairlk I' I«^axiimmize paiHlding on exa s61rna site-, Ipiromr de tiraaiiI coinirnoctVty to from the Oty to the .ske along Kllmvvaay AlA (Ipaairt of t1he IHoH au SUN 5raao� INotwoirk),- oxp6 loiro oirn...street Ipairlk6im aloing Kgh waay Al A. Office Joseph Crowder IPark ... Add dog cleainGing staatiornse add syrntlhaoft tuairf. Paallrmae tto Giie eai I. ineraair IPark Add 116 Ihmf6irn ,- add sFnaa e d se~aadin area,' add desliginated f6sllrlira locaaflona, Grmnlprove restroom-, aaind dog Ipark Pence IPaair�lk limplleirineint II' setae Plain,. Figure 3.1c Shaded Playground 1011 M-1 Page 676 of 812 * PiloineerCanal Pairk Coirnplete a II` asteir Nain,- add a inew Ikayalk Ilaaulrndllri. * Saira S4ns Cemetery Expaind ceimeteiry to the south, einhainCEIlan dscap6ing and girass, as sI nage/ wayfin'un g, sea61ng aireas, shelteirs, and connect to Saira Rims Park 61nteinnal tira611s systeirn to encourage walkding hn the pairk, * Saira Rims Pairk Add oin Treat IpaiH4ng wheireveir Ipossble; as outdoor exeir6se equpimeint; impirove Irestir ocalm; add shade oveir Ipllayground. * Seiniloir Ceiriter - Reconstruct the bufl&ng; expaind the la6hty; create a Irnnuaki geineira6oinal center. * Urban Oirchaird Einhaince overall appearaince of the 1park. * Mlsoin IPairk d a splash pad; add 50m Ipo&I with deep well for pool; 6impirove restirooirm add green 6infirastructuire thiroug[)OLA Hhe Ipaalrlks add a rental Ipanr hoin; cons'ldeir HIh Irole of site 61n Iplrcav6&nc a ordaHIhouas6lrng wkh Irebufllt comirnuinky center. 2. IlReirfoirim ecological iii-es"toiira"tioiiri'tIINiii-ouglliou"t uClhm Ilpark systeirn . IReirmncave ilinvas6ve rflainOings and restoire aireas wliflh Irna6ves IpRandlrnn hHe coinsk.6ei6ing oppoirtuin6des to Ilirn�pirove slte kines, �incirease safety, and provde ojopoirtuirflt�es foir [:.)etter use of the irestoired aireas, Page 677 of 812 . IlMainage existfing aind giii-OWfuur°hurmme III Ir rralrrrrr r IIH)ased Orn C011171innurinity ineed amrr breiinds Erack IIfeCydka status uls of rn4"w progirarnms a in Irow pIfogIr'airns. homy sowrorl IpeiraweTrot of all ll prograrns are ouulrlrolntlly bin 6ho IIlntroduuc 6oln Stage. StaFf slhnouulld coir 61nuuo j,')iroimo6ing ffioso to olnsuulro Choy Irmove to a GIrowflh Stage, IProgugralnns Chat are Inot girowing slhnouullmf Ibo Iraalpos6 6olnod or rolrnoved to allow For other 61rnlnova'flve offolrilrns, basad on IC ..f Cs survey fliln liln sa Spe6al Events and IRtna ss and Wolliness pro Ira imps aulran Ih6 Iln IpHoH bas for the oolrnlrmauulnity » Gvein tIlno &versa a IE�oyI y„ a ditirnall Cultural ln n.�oln IE�oa ~�olranlrmnu�uln�a� ol Special I[.::.:.vents aouulH Ilan very Ipolpuullalr. » 1 6owrilos Iilrn the IPalrlks were aIrno6lrar h6 h Ipl6orfty Iplro r«alrm 61rn tF)e survey, » New offei 61n ps fIhlrouu lhn 6Iho IBoyintoln ICBoach Arts and Wtuurall Center wouulld b61ng Iirn Irnaw auu6alrnoos and Ihnollp grow ffha f aaillHtys uu6lHzafloirn. litlhn aln lincireased focus on Inatuulro and olnvu irolnlrnalntall o uuoa6oing .staff slhnouull axlpllolra aan '&rna a new core Iplro ra iin Nantuulro IPro ralms, W1°nlidl°n 6s allsc::n a Ihnligll°n 0o Inrn Inn uu uwn ii ty Ip Ir iI o Ir i ty. 4. oun f nuuu Inuumure Il ur uram-Tm iimix is aligined with age ; eIrneiinteirved. .. 116'6'"ins uuure oingofinq l ur uramrm mmmmn atioirm cycle is coi nitfin u m . 6.IIIIrm"mllE ur ,uQu oiry-m ir° Seirvice Eir&hance sorv6n::e de1lkvelry and oxlf:smr;6anrnm:o r.us6rng oingj61nc„g Cu.ulstolrmnolr IPm-;aed: luack Customer Seirvice SlIOUld Iia 6rrnplrowaod by ad61ng ad66oinall employees, oxllalloHin realms to stiroarmnkne Iplro Iralrn Irega strat'ioln and payments (61n aoolr61rna6olrn wiCh oClholr rt'ydepartments), and 6lrnalroasiing ovolrallll iint'alydepalrtr nolnt'all aollllallaolra6olrm. 1011 &M Page 678 of 812 amm mm µ Seamlessly,fiuirmit ur t° f�°Ilh� ii IIpallk ��mmrmmrm�t ��fu�muuum� Illll�wm°�°tfimi�� m� Ileum°IIS °tuulµ aind recr atioin sy t u hin'to the coil mmilmim,minit 1. Enhaince Gine eines my Coirmiriectioiris «rcawf a.Ra Ih"nigh"n quahty acfivetlr lnsPoirta ioi n faac.ulhdes that a:°nmalrnuncnc::V: the coirmnlrmnuulrnfty to 6he parks and rraclreaatlicmlrn syst:aarmn and design tlraa0s to f m ikta::ate Che 'lilrnnrre me ntaall urtegra:atiln:nln of Il:aaalrlk a axlprarfcnlrnces wwlhamlre I[,)o,p=,aflh:ulle. he Complete Str ts Il lcall:) lHty Main Iplrcawilcfes as oir nlplreh lnsilw strategy for the develqlplrrnelrnt of Shaired Use IPatl[)s, Eke Il.....aa ne , and Iiaved TIr41 throughout Il olrntorn Beach, Me Il:::)1paalrtlm ent should a ssilst: illn flrnlpll lin lntfing tlhfs Ipfaln as possfll ll « oairftulaiHly wheire piroposed p tlhs and tlraaflls approach c„ru- intersect. Iparks as flIustirated it rn Fguire 3.1 e. l- ddfficin llllya Hhe Depairtlrnn lrnt shn Ull ' Ipulrkue olplp rtuurnffies to caalrnrnect colrrnlrnualrnirtf s to p lrlks tlhaat «are &sj61nted due to veNdle cerntrfc desilglna IPcalr example, 1p d st:lrli In and fa yclle access to Caalloosaa IPark ain ' Bair6eir IFiree Park is sfglrnfffcalrntlly worsened Iby irts lac t'li lrn adjacent to the Il 95 c rr'lid r. A Iibik-a/ped biHdge across 11 95 woulld pr w'lid convenient access for tlhouus lads of (residents ww'litlhlirn as 1-I1 r dfuus of these p rllcs. Although own d and operated Iby IP Illrn IBaadhn County, Cabosa Park lis the Ilaalrgest paalrlk within Il oylntcaln Beadh and offers numerous faciktli s to serve nearby residents. 2. Eini-millime II' Ilh fluty aaun "Tra urn lil°t mmurmmra c'l lrm s U.) (loam°Ilk . Ih'xlfalbire n.jpI jwaa:alr t:uulrnirtlia s t einhance paarlkhng lirn Ipaalrlks and cooir&nate wwftlh OIrn<: oirng Pubkc Trainst (Efforts Explo16ng s�tlraa�tegf s to rmnaaxini parkillrng oplpoirtuulnf�t es ills and In aalr Ipaalrlk s« wwlhilll plres ii irlg a lre In space wwfllll en[iaince p irk. access and use. Suufnlpllelrmn lntflrng tlhils strategy wwirtlh tlraarnsirt opportuniOes w4H further enhance access, fhComplete tr is Mobl ft s aa traaln sirt route t: serve the escs61ng fro IP Plain Ire arra wren Irma u.: In ,.n � p Irk � u Y c Iran u n as r. l aailll tlr nsft statism as well as the proposed Imultimodal Irmna fnilllity Ihubs and &strfcts. As Asir pos d, tllmil iroute woUldserve inuimeirous p irks 61rectly, flrndluu 'frng Kapok and Centernrnil ll IPark. 'f lhe Depairtirneint slh ouulld advocate for trainst s�tcall-_)aa fin Ipaalrlks and cooir6inate design to Irmn xillrnniz transit access of Ip irks. Anvf&6oirnaall dfsc:uusslimaln of tr«alrna~aft route to Oceanfrorit Park fs afso cidbicaall. w Expaind the Role ,A °f Illuurn't .^ur . frnc:lr case the a:alpportuurnf fE'S tO elrngaage wwlitf°n the Ipaarlks aarnd recireaatlloi n systaa'Irrn as as volu.uln't eir. f the IDepartment slhmuulld evaluate the Iptlntilaall to estaalhllfslh systelm of volunteer's tIprovr de regular eingageirrients lin the parks. 4. II:"irovide (MoireIlf-mllf lu�tuuuu�lirtlil fh' rIReveii mu GeineirMioiii II: ll . Ilrnc:reaasaaa revenue geineiraatlia lrn through new and expainded slC.r4:;alrnsa:nlrsf°nflC:a m:ulralfa lrtuurnftiles. Figure 3.1d Trail with Park Experiences Page 679 of 812 Figure 3.1e Connectivity Vision from Complete Streets Mobility Plan T' RTPOSED ate, SIS RECY USE 4 Jj 4, A P, ----- ----- 'A 0 R ki IL PAVED TRAIL E i OSED ED USE PATH NTON BEACH DESIGNATED - s, ............... . F/'//, IF// .. . . ...... A w w lii A ji EXIS DESIGNATED B Ki C �RO OSED DESIGNATE, IKE'LANES Legend 4 Mobility Hubs EXISTING U// DESIGNATED BIKE LANES US- IFEDERAL HWY Mobility Districts NO' 0 Existing Designated Bike Lanes A Existing Undesignated Bike Lanes r ii Existing Paved Trail Proposed Designated [ Bike Lanes PAVE D TRAIL Proposed Shared CSX RAIL CORRIDOR Use Path Proposed Paved Trail 0159 Page 680 of 812 IllhAjp uirnu uuur IR-eciii,iin auirn Illi':laii la Systeirru Giii Che y Iteiiin °f°o keep I with °fllw City"s aur t.h 1. Ilhrii inew pair�llla Ill ind IExlpanind the <:ninn(m int of Ipairlk Ilaind equ 6tanlblly iin the Oty, h.lhro Oty"s cuuiriroint IPairk Acura o II....OS 6s 3.8 A Eros Moor 1,000 Ipolpusllan�f6oin, wHdh 6s bellow the n bona11 me&airn of 5.2 Aches Ih°soir 1,000 IpolpJa Goin for a oin6os of a s6i mn61lair s6ze. Ad 6tioinanlllly, access to N6ghboirhood Pairlks and Coirnirnu.uin6ty IPanirks 6s root opu kabllo 61hirouhnou t Hhe comimunky. IDeslpke the dhalllllon os of hmked space and 6s6in Il irnd values, Il oyintoirn Il oalh hh s olplportu ini Eos .to d Ipaii over tIlro next 10 ..years .to adh6ovo the folhloMnq l.....evel of SeiMce ..6ar ots: » 6 A(:xes of IPaurk I and per 1,000 Ipa'.nlpulla loin )> A IPark wN.h6n 1/2 nn6110 1 irmn6lle firormn every res6deirut a> A (..'.oirrnirnu.uin6ty IPanirlk nP^v6tIhn6in 2 irr)611os of every resdeist 6.Ihnoso aro cHtllcal goals g6vein the ty's increasiing pgpJa Hohn. Il ovollolpilirng prov6ou.usll piroposed park spares„ acbvabing Ipu.ulbhclly owined hand, cireabing parks th irou.uglh rodonrollolpirinoint by ostanlbll6slHinp park 6irnp alt foes, Ipu.ursu.u6inp inew acqu6s66oins oir ease irmnoints, and estanlbll6 lhn partnorsFflps with S hook aero ways Chat tIlno dirty cairn add to 6ts total Iparll< acreage, h6pusiros 3.1f 61111uustra tes a Ipirototylpical IN 6plhborlhood IPark Ihn6Ie Ih6pusiro 3.1 g shows Where tFiero appears to Ibo a need for INeighlborlh000d IParks, h 6pu eros 3.1 Ihn 61111u.ustirantos a pirotot 1p6 all Coinrorurnusin6 y IPark and Ih 6pu ire 3.1 i sFio s wlhnoro thoire appears to Ih e a snood for Coirnrnuun6ty IP inks. As 6Ihnoso (parks aro developed, 6t 4111 Ibo 6rmportanrnt to ostaal lhsh Ipu bllic eingapeir lent Ilaased Ipark rnasteir Ipllann6ng processes. Page 681 of 812 IMeigliboirlhood l airlk Figure 3,1f Prototypical Neighborhood Park in w 11 e6g[)ll'-)oirlhnood IPairlks 6s a nflc: pated at Girll Scout IPairlk .IClheire 6s also airn gplpoirtu i n6ty to cireate a new, N 6glhnlborlhood IPau~Ik inn vacant (land «abi ng North Federal Ih-116g6hway. FollowEng aura tylp6call e:lhairactei 6st'ucs of IN6gh oirlhood IParks. Size: Generally 4 .t 10 aches II oca 6i urn aindCoir-i'text: Res6deinfla1 and 1%xed Use Aireas assI11.. evell ofService: alllk6rng &stainca« alplproArnat lly 1/2 urrnlille bin IHglh density iras6dairn6all areas and 1 rn~n4e bini Ilow dairns6ty r s6dein6all areas IF ui°mart i urn: "IIiyIpiicalll ui-neinuities Baslkatlballll c u in * Exairc; se e u. pirml irnt ovallrmlle tables and chairs NW6..lpuirllnosa opairn space Mull6 puqpose tiraH On-Ueaslh dog airaa Outdoor table gaim e s (e.g. Ipung pang, fo .sebaH, etc.) Rckll lballll co uirt lllicirnl airea EIulblhc airt N ayg iro u n d R stiroom aind volleyball cou in Splash Ipad * ..Feinin6s couirt 0 6 6"6 111Ne6glhnlb irlhood IPau-Iks aire the coire gireein slpac f Che Ipairlks system and serve the Ibas6c In ds of nearby, ne6glhlborlhood ires6d ants for Ipass6ve and active, at MH and Ipirogirainnirnad s c6all, culltu hall, and recireaboinal ruses. IPirogirairmnirnad eveints slh Uld Ib a hrmnirtad to n 6ghlbou~Ihood salty ing events focused oin the suirirou ndiiii°ng n 6glhlb irlh d. N6g6°mlb irlh o d IPau~Iks can also Ipir v6d opIpoirtumni 6 s to adder ss einv6iroinimeintall challeinges such as Il call stornn at it irmmanag urrneirnt 6ssuasg b6olog6call &veirs6ty« and eco glinall« and Ihabitat restoira6n. 1015 [Si Page 682 of 812 Figure 3.1g Neighborhood Park Vision 0 Neighborhood Parks 1. Barton Memorial Park 2, Betty Thomas Park 1 Boynton Lakes Park 4. Forest Hill Park S. Galaxy Park 6. Hibiscus Park 7. Jaycee Park 8. Knollwood Park 9. Laurel Hills Park 10. Meadows Park 11. Palmetto Greens Park 12. Pence Park 13. Pioneer Canal Park 0 Community Parks _1. 1.Barrier Free Park r- 2. Eco Park 3. Ezell Hester Jr. Community Par 4. Intracoastal Par 5. Sara Sims Park F1 6. Wilson Park F-1 Mini Park Park. 36'kA/0�lk Pork 4 Adiul "Alk 17, l,)(,v,wY Pldk ■ Special Use Park U'[11m][fl(fl lark 2 I JayV('y Qy(i lr, 11,irlk Ii.K,wol� 4, 1 0k, I oaqu(, Park 5, V'Inql'ovo VV,flkiFX1(er1'J(,)n ()(r,,,lllronr, "alk (,)[-fl( (,I ft)"oph 11r7i k (, 1, 1 i o 1, C, m n 1, o i, i, 1 1/,), k r, 1', \/(, I (, j 'i,, 11; � i, k l-) 10 I h, I n I h, 11d Future Parks 1. Congress Middle School Fil'o ol I [ Pl, I 4. Girl Scout Park 5. Meadows 1 Park 6. Nautica Sound Park `ti� (kelk Scrub Area 1 [""al hol I i'vlr'n ul 'il onnes ('lry o I a S i m " ( o [ n o W I loylwjijl I 13(,(]( h Nionnol Ial I"',lirk LEGEND City Limits Boynton Beach Parks Boynton Beach Preserves Palm Beach County Parks Palm Reach County Conservation Areas Palm Beach County K-1 2 Public Schools ............... . N, Roads ........ Boynton Beach Bikeways Water Bodies F-1 Golf Courses Access Areas 11 One gy-mile Radius ) Existing Neighborhood Parks One -mile Radius Existing COrTirfluniLy Parks (serve as Neight)orhoodPoiks) One -mile Radius Future Neighborhood Parks (including Community Parks) N 0 0 5 1 Miles 0- 0 Page 683 of 812 CoirnIT1111i'lity IlRair ic Figure 3.19 Prototypical Community Park �Future (l ark masteir Ilallalrnlrnfng for the Congress IWddlle School Park slhould air-)66pate the facflkties and Iprogiraimirnling pirov6ded Iby a Co1111rnuin6ty IPalrlka �used on coirnirnuin6ty 61nput, the Meadows/Nautica IPark should Ibe masteir Iplanrned as a Cornrnuinity Park, (but wth inatuiral areas and wallking tiraiils, inot spoirts fadlhdes, SiZv: Geinei4lly 25 to 50 acres (Recoirnimended 50 acres) I ocation -.11I.- Cointext: Res6deinbal and 1Wxed Use Aireas Access I1L.evel of Service: Fravel &staince, geneirally betweein 2 to 3 imfIIes IIP" U1111CO01111: Coirnmunfty IParlks are wheire iresideints go to so6ahze and recreate with the Ilairgeir coiryumunity, whetheir Ws to play Iballl, Ihnave a �p6cin'lc, take a class, sMrn llin the pool or einjoy a concert or art show. ldealkly, flhey should Ibe (located on a Irrnajor street and ii Ihetween ne6ghL.)oirhoods to rnaArHze access and to Irnrn6lniirnize disirqpfloin frorn hghts, In6se and traffic. Coimrnuin6ty IParlks should also jpllay a Ilairgeir role 6in addiress6ing eirMroinirneintall dhalkeinges such as Ilocall stoini-nnateir mainageiryient 6ssues, Ib6olloug6aall &veirsity, and ecobgical and Ihnabtat Irestolraflolrn, Typical Ail-neinities * Baseball held * Basketball court * Nke Ilunllaygirouind * Cornirnuinity garden * Ilio g jDairk * Exeirc6se equ6pinneint * Football field * Movable tables aind chairs * Mulb-purpose open qpace * Mult' Ipuirpose traill * �Mouintaiin b6ke t4l�l * On lleaslhn dog area * Outdoor table gales (e.g. Ipiin Ilaong, foosel'3all, etc,) * P6dldeball couirt * P6cin6c area * Pubhc art * Playground * Restiroom * Ruirvn6ing tirack * Sand volleybalH court * Skate Ipalrlk * Soccer ReH * Softballl field * Splash Ipad * St iilrrnlrnnillrn Il000ll *..6.ee ball Reld eininus cm,urt 6...f6 1011 F -W Page 684 of 812 0 Neighborhood Parks 1, Rark,)n lmrk 00, Im'k 010 ori, -,C I lill I ')rk � I,[ x y 11, a I " FVi1)I,, u,:, I I') r I 7, J, ly uk----------- nrlllill MINI/// Ind/ L. ....... lark 0 Communit),Parks 1. Barrier FreelPark 2. Eco Park 3. Ezell Hesterr. Community Lk 4. Intracoastal Park 5. Sara Sims Par r 6. Wilson Park El Mini Park 1 )(Inunil "AIon'\I"In"i k I'loe 1) I r I" Khj�mnl S I (, I( I P'), r 1, \ A, /1, Ad ml, I loYlk , I )r vv' (, y I'' I I I, k ■ Special Use Park I ( wiletiro iil , k I 1m,V(,y IOyor /' Pak Kqmk I 1111k, A, IV,omprnve aY'I 0 Pjrk Jo, r,J-A] 'ovV(l(q lji,J� orn I "alk H 1)], 1„n (:rig hoir I VVo 1, 11 � � 1, 1 (, I w 1,11 iy A Future Parks I.Congress Middy Sch Of”" I N 11,ak (,id la(oiit Pork 9, N/kiadow" 1 P P 6. C,Jk keflk, Rojd 1,46G ♦Scrub Area 1 ("o I axy i,,� h Mernor shra "Irn", ('('rilotery Vionini lal Pmrk Existing Community Parks 2 -mile Radius Proposed Community Parks 2 -mile Radius LEGEND I._.I City Limits IIIII11111 Palm Beach County Parks Roads I= Palm Beach County ........ Boynton Beach Bikeways Boynton Beach Parks Conservation Areas Water Bodies N Boynton Beach Preserves Palm Beach County 0 05 Miles K-12 Public Schools C Golf Courses 0 --- ----------- 0 ----------- 0164 REIMAGINE RECREATION I BOYNTON BEACH Page 685 of 812 2. Piroviii de equitak:flle access IIliii Corninuiii Ceiinteirs Develqp air) additional indoor c.,ornimuniity centeir on the west sde of(Boynton 1Beadh, While thie east side ofBloyintoin 1::3eadh is well selrve Iby indooir centers, the west side is inot. A inew indooir coii-T'irnuanilty center lis Ipreblposed oin the west side of l3oyintoin [3each as ilIhlustirated in IFiguire 3.1 e. IC6gLflre 3.11 ilIkjstirates as Ipirototylpical Ilindooir Coirnimuirifty Center. During the Vsioniirig Workshop, the IBoyritean Beach Mall was identified as a poteritial �ocation for I -lie uridoor center. The City could explore a IPrivate Public IPartriersHp (PPP) to adaptively reuse oine of the stores or a portion ofthe site to createe ari lridooir center. Figure 3.11 Mustirates an exarnple of this in Colurribus, Iri6ana. The Colurrilous IParks arid Recreation Departirnerit, City of CoU-iribUs, arid Colurnbus Regional Ih lea�th partineired to refurbish the fori-ner IFaiir Oaks IMall Irmo a community sport, reire atIloin, arid weHriess space in the heart of Co6rnbus, Indiana caHed INexusParl(. Where completed, NexusPairk wM feature aan indoor sports fie�dhouse, CoU-nbus Parks arid Recreation Department adirninistrative, activity, arid coirni-nunity spaces, retail shopping, restaurants, Colurrilous Regional lealth irnedical and weHriess offices, and an outdoor community pairk arid gathering spaces. The City could explore a similair strategy for the IBcantcbn Beach Mall. Figure 3.1j Rendering of NexusPark Building R(,Dure 3.1k Mustrates anotheir example ­ the Gwinnett Place IMall in Gwurinett County, Georgia. Gwinriett Courity receritly Ipurchased a portion of I -lie rnaH and cornpeted a redevelopment Iplaln for t[)e site that Ireta6ins (key andhoir stores aind tirainsfoirims iteI­ie iremaindeir of ti,)e site iliii In udbaiii vflIage wid center ll greenspace, 6indooir coimimuinity cultuiral center, i use, imixed incoiii hOUSing, and Irneighlborlhood scale met 4. nio m. Page 686 of 812 Figure Me Indoor Center Vision 0 Neighborhood Parks Lmlon Mwirnor0l lark 2 i,,oii,y flhoin',,,,i'k 3, Ro�,nlon I i4,,, Pork 4, 1 ow,j Hill Ilmrk ("floxy 11, I lihiscw, I la[ 7. MY(oo I 1w k I I filk, i I O. Vk"idov'/" I "Irk, "Ul I nol I o (II,('on" I',111/ }sir q)(o l -irk a. Piorw('i (:<,i Community Parks ',r r r i (I r I i, I< 3. Ezell Hester Jr. Community Park d I ')(mr oo'J l I "Id, 'di"I'in), P lid, 6. Wilson Park El Mini Park )(,[ flon"i r'llirly i'1Ird('] ('i'koq(111,, 1, - r Kh)"/oji1,' Ilk Jllmrk 4 Adhoi'P,vik 1, ) e vi w/ I -"✓s i k ■ Special Use Fark I CenkT mflA "rid" I kliwwy I.. w Ir I (jj,l/ Ko p n i, kj AL o 5 k/Min(prow, xtr'n�Iiori Ow'infroril Ikalk Cffli(or ov,/dm 11, 8. Senior Center 11. 7"onr Kai '&'V(Alr('),n,!II,ak )0 Urh'Irl Orr hord 11Wornmn", (, krh A Future Parks 1. Congress Middle Scho6l ro A", (;:girl o u t IlaI, k Vk!"idow" i Polk: ',Ljwic,i oi,md 11,vk Nildkek `Wd f"lik ♦ Scrub Area wh oy l') I o t 1 Ise a �' h p0orrim wl Imi" LEGEND City Limits Boynton Beach Parks Boynton Beach Preserves Indoor Center Existing Indoor Center 2 rnfleRodiu5 Indoor Center VVVIVIIII Palm Beach County Parks Pala) Beach County Conservation Areas Palm Beach County K-12 Public Schools Roads ........ Boynton Beach Bikeways Water Bodies Golf Courses irna will 11 wil ir 1 3 1 3323ilam N 05 1 mlics ------------ ----------- Page 687 of 812 Figure 3.1k Gwinnett Place Transformation into an Urban Village with Central Greenspace and Indoor Community Cultural Center 7i.A( A, k P I I d�' Vp ppt N'tl-ef`n" Nne AC .F7{ q 4 OIpNO ,.� ,, w� AW Y h!" �.d' 4 iY 7 dY�OYIdryyYl 6 Y>1� 4''b✓ AIln1 �„� Illjll l apAx trw i uuoea SIV I ��� Utter �� i., t , i ... ✓c '" �' CENTRAL ' " l r�P,kP'P /o ,p PARK p % Ill fn;.J✓NWd+HC9Jd� re RPd'Y'Pf'P""9i O" � k gra +ra„ ,WSJ �/II1V 1 Jlllf �,� a r 9 N�k�tWA�&YEb ii �p� iii � +"�l""ll n'�'k, �m .�� �I� i { IG � � Ian' �✓ % /i f r 141 /Pu 1g� W, 41 III i� LEGEND INtxistingMajors H Aan CUItWal Coiner Reside Parking king Garage !` �IDII�IIDII�� Paik Surface landscape Open space 0167 Page 688 of 812 1hindooir CornrywilinIty Ceiliteir Figure 3.11 Prototypical Indoor Community Park Spatial Plan 4 WEIGHT/ CARDIO 14 -1 13 LOCKERS REST 14 13 LOCKERS I REST 3 ST. GROUP FITNESS STUDIO OUTDOOR ACTIVITIES ST, I ST. I 1 GYMNASIUM ------------- 2 ELEVATED JOG TRACK (loom) MAI NT. OFF 17 MECHANICAL 9 CLASSROOM 16 GEN. ST. r ST LOBBY 12 5 6 I 11 7 8 OFFICE DROP IN KITCHEN COMP. LAB CLASSROOM CHILD CARE LOUNGE ST. I I �Fi9 uires 3. 1 � illustrates a prototypical Indoor Coirnmunity Center Space Plan that could be used as a starting point for plaining and design F)LArposes. Size: Generally 30,000 to 40,000 square feet (average 30,000 sq. ft.) III,„ocation + Context: Residential and Mixed --Use Areas Access Levell of Service: 3 rniles 11::uinctioin: Corrunuinity Centers are multi --purpose louildings that serve a broad range of ages, needs, and uses aind pirovude critical socW servuces to the cornrnuniity. Cornrnuniity Centers often play a siginlficaint role iin youth development providing childdcaire and after-school opportunities and spaces such as coirnpUter labs, Irrnakeir spaces, Science, Technology, Eingneeiriin(,..3, Art, and Mathernatlics (STEAM) pirograrns. They also may serve seinioir Ipopulations with spedfic Ipirogirairnirniling and spaces seinior lou in card Iroorins, IoHhliairds, and meefling rooirns. 1111ma will 11 wil ir I Page 689 of 812 3. l ;xpa. lrm IIMahriiiA Aiii IIPairllk . IExpaarnd natural airea Ipaaiii Ilaalnd aind Iprcaaade Ipulkalhc access to Natural Area F'airks through kjnlj.)aved walking/hflk4ig tir4ls and mc)uiintain [:)Hke t4ls WENre a�j,,'i�j,,xopHate, Wid-1 Inteqpreflve' S'Ignage arid other ainneinlitkI 'Ils sudh as seatIIinq aireas arid sl')elteirs. In addition to Hhe l:::::uture IPairks thatwilhl Ibe developed as INaaturall Area IParks, and aireas in exis6ri Ipaiii that Ihaave th Ila otential foir soft surface lnlik6ing tirails, seven siltes weire ideintffied that offer sii�.,pnfficaint ORpoirtuiii to acquire new inatuiral airea Ipaalrlklalrnd as illustrated in Figure 3. 1 rn. These areas were selected based or) rrneeting the following requirerneints� vacant land, greater thain 2 acres, include natural forest (and rriay also the classified as as wel-laind aind/or in I -lie 100- eaalr flood zoine) 1, Eco IPaark - lirnplerneint IMasteir Plain, include as kayak launch. The park could also Ibe expanded to included the undeveloped sites adjacent to the park. 2, EzeHl Hester Jr, Cornii-nuinity Park over 4 acres along the south and southwestern edges of Hester Park are historic forest, that should be improved 4 ith resource irnainagement and hiking trails. Page 690 of 812 Figure 3.1 m Natural Area Parks 0 Neighborhood Parks I i0r,nnollal Pork ) t [y 7h o I [ ` 1,a r I", ll, HoyWon jk(,,, wark ()II Hill I alk ("fldly P"irk 3. K 1, 1 o I I o n d k I mi"'I f 011" Park 0 fwl ,id I/V 1, 1 111 r 11 ��Ihfwllo i errow, Park lon(l, Ilion! ,ir (,m,d 1,ak Community Parks I I rre lai 2. Eco Park 3. Ezell Hester Jr. Community Park A,, In ow, I'll Polk El Mini Park Dmirlon"U"11 on ( wird"I 11, /1, Adhol 1,11,1k 'w"v(y i (irk ■ Special Use Park HIIHII'liol Rok i,n voy I ()Y('J' I I' I Opok 11,rik 4 1 1de I (,oqw, P,jrl, S. Mangrove Walk/Extension 0, 0(p,111froW Park /, Ufh( (,) lo"oph ((,),,�Idei 11, K "onjol, ( ('1,10ol, 9 iojni Kar ,)(,I, Vmeroi i, I airk 10, 1 hh'm Or( h;Id INVorn,11 ,,, (, Irjh A Future Parks I o1q] V110,01k, ',( I mol: 3. FPL Park 4. Girl Scout Park I 11,uk, 0, 11, i ( a S o u 1-1 d 1, 11, 7. Nickels Road Park A Scrub Area 1. Galaxy Scrub I J, kl r I Nl I I I o 1, 1') 1 "Ir Moly 2 1,, ' ll 1111 � c Aerno[ I lor 1, High Ridge Scrub Notwa[Area Natural Areas Existing Natural Areas (in fiu,ynton Beach PorkslPreserves) Existing Natural Areas (if) Rolm Beoch County Parks/fit ser vers) s ) Beach Preserves/ it Lond (Wetlondj, orest, 2acres) Ocean Ri,)ge Hammock flock 0, earn Ridge rov(.;s Natural kea Na tram( Area ioub Nalwal Area LEGEND 1'-'1 City Lit -nits Pala) Beach County Parks Roads Wetlands Illlllllll Palm Beach County ........ Boynton Beach Bikeways FEMA 100 -year Flood zone Boynton Beach Parks Conservation Areas Water Bodies N Boynton Beach Preserves Palm Beach County 0 05 1 Mile!, K-12 Public Schools Golf Courses & -------------------- - 0170 REIMAGINE RECREATION I BOYNTON BEACH Page 691 of 812 3. Boynton IBsmach Il lalhl/Niclkels IRoad Pad< a 6.8 acire airea on the westeirin edge of the IBoyintoin IBeaclhn irnall Ihas Ibeein protected as Ipireseirve. it its 1,200 feet east of the future Nickels IRoad Ipairlk s6te wNch 6s foires� ' ed natuiral area,. Hfl4nq tirails arld a coininectioin aloing Hhe clainal would �impirove bothi sites. 4. lintracoastal ....... I1::::buir coinfigLAOUS Ipaircels foirim a 9.. asire site that has 600 feet of intiracoastal firointage and features a mangirove forest that Ih as 16een undisturbed for oveir 30 years. Page 692 of 812 5FRIL/Grl Sccm.it IPaulk ....... ... i Ihe Future Ipairlk sites Inalrned Rl-"Il (7.7 acires) and Girl Scout (5 acres) 6o6h cointaiin native scirui-.) forest and shaire canal frontage. Irrnaster Iplain should the coirnpleted foir Ihoth Ipairks that coinsideirs t1he iinclusioin Of IMOUintain [)Hke tirails and Ikayalk Ilauaulnulh liin the FRi Park site. i he Girl cout IParlk. site should lindlude a floa��tin Iboardwalllk tihat coninects to tihe FRI Flairk state and Ikayalk Ilaulncolh, inature brails, dog park, alma Imuaullti lpurpose open, Fhiree lhnurndired feet north of the FRi site is a (large area (21 acres) of forest wit[flin the 11 95 coiri6dor that could he miaster r,:)Iainned as an Nature Adventure IPaark Mth uWk, including Ih iking/ irnountain Mike/ dirt Mike trails and exp bre a way to connect it to the FPI and Girl Scout Park sites. 6, 1 elisuirevflHe Park Sd.e -- The 15.6 acre property is currenfly ur)(Jevebped with a vairiety of shade trees. The area could he developed to inClUde wak(ing trails, seating areas, picinic areas, and otheir arneinitJes consistent with surrounding resident needs. Figure 3.1 n 1-95 Nature/ Adventure Park Systern ,IIFNFAM 1111ma I'vill 11 wil Ir 1 3 1 33AMIam Page 693 of 812 4. IIC)eveIll 1p iinew facilli[flies . Illrnc ire ase dIhe Irnu,ulr'nllnaamof p:.mrlks and roc irea oin fvac.lillir6es equitably in the City couTnme nsu.allrmnto wk1h resident Ineeds marnd p rIolr6u: es. Recreation Facilities afro iilmportaint folr creating Irmnorrnolrabllo activities clhillldirelr playing in playgrounds, Fam>rnilies having outdoor Ip6clrics, teeins Iplay6mnc football, soc:cou, and basketball, adults jolaying softball, and solrn6olrs exeirc6slilroc in outdoor fir'tmnoss st t6olrs these activities don't only make for Ik eater Ip irks, Ibuut also for (better' communities. Nis visliorn est allrlllisll es a systematic appiroach to prronr6& ng a Ibalnalrnco of outdoor rec:lre al olrn fuaciikl: es that respond to the top priority outdoor recreation faciikty needs of the cormrrraurity. Based on these Ineeds, and informed Ihy the City's demographics, local and Irnatio nal f)er' chr'narl' s, and t;)utdti,. oir recreation n tirer' ds, the Vision Ire4; orTnV'T" e nd w es"I al, k w Iling F ac:IIk'I. es and Access 6 ....evel of Aug*r4/(Ice (I OS) Guidelines for facikties that i%61M guide the nurrV; er and future �oc:ta iolrn of (:hese outdoor recreation facilities. p"Igure 3.10 identifies I -lie ruM*coir71Y'VaM-*rdaMd Fac�ky and AC:"aM'ss l....OS Gulldelines while Rguires 3.1 p: -r _ 11 Lata iirn subsequent f.:atage,s map the areas in Irneed of proposed facil:iea. Only facilities that amc iJelr:ficcas lueiac needed amn aaaacJ. The IFuaclikl:ios LOS Guiidelines are iirafoirlrraed by I -lie City's eAs ing nu.aranbeir of fuacuktes, filrnding;r from the Needs and Pini ..)rll"I: es wsaM'ssr-nt: i nt, and local and IrneatIti..)n al loeirnchrn airks. Mew Page 694 of 812 Figure 3.10 Facilities and Access LOS Guidelines FINIVE,willimainiiii ivilairi I � 33323ilamIM • Page 695 of 812 112 - 1 -Mile for Neighborhood 6 acres Parks per 1,000 2 -Miles for Community Parks U. U ti ......... ...... ... .... .... far Se, FINIVE,willimainiiii ivilairi I � 33323ilamIM • Page 695 of 812 Figure 3.1 p Canoe/ Kayak Launch Vision 4, New launches 1',xroposed at 1::.::.:co Park, FRI Park, Jaycee Park, and Girl Scout f:lairk. 0 Neighborhood Parks I 1,,O )i, ilk,111"I'i'll "ilk 1, knrw)i frill 11,irk (,)I,Xyllmrk 0, I 7. Jaycee Park III ('11wood P'idk I our(sI I 'jlk I irk. I "Irk 'fli wflo I low I'l, 13. Pioneer Canal Park Community Parks 2. Eco Park 1, V /''II Hr )1, ( o n I In u 1, 111 Y P') 1, k 4. Intracoastal Park (,([ja "Im" )m 1, 6 Wilson Ilmrk El Mini Park /1, P r lh o r I rJdk � wwoy Pork ■ Special Use Park 1,II,)I Park 2. Harvey E. Oyer Jr. Park 1/, s I') (" k 1 1irk I itflk^ Il "m1m, Ilm'k UhilquoveA/Ak,'I xIoil"I(M ()(r"111hrow 11aIdk j(p,oph ( rovxf('E 1-1, 9 fr)in r,\/( omn', Palk (rI,( wid Future Parks 'L onqr(""N/uddk, ,, I oul ) Io "Aark)r13 3. FPL Park 4. Girl Scout Park (mand lmrk 7 ',lir w1 I Vmd' fork A Scrub Area I (fakaxy '( I uh ("'u'l "kins (,(,-,[mdoIY Bo"1111on Beach A/wIrnoi (d "u k LEGEND I City Limits EM Boynton Beach Parks Boynton Beach Preserves Canoe/Kayak Launches Existing Canoe/Kayak Launch 1.5 mile Radius Proposed Canoe/Kayak Launch 1.5 -trifle Radius 111111111111111111 Palm Beach County Parks im Palm Beach County Conservation Areas Palm Beach County K-12 PLA)IiC Schools Roads ........ Boynton Beach Bikeways Water Bodies Golf Courses IN 00 0-: ----------------- PIMP Page 696 of 812 Figure 3.1q Community Gardens Vision 41, 1 �he Urban Orchard is propose d to be enhanced to include a Coinnit-nuinlity Garden. "Phlis Clily wfll Uhein monlitoir the use of 61he qmice aind use 61he data Collected to deteirrinline addlitlionally Ipatentlial Futulr Ilocatlions. 0 Neighborhood Parks Boylilon I'll/w, "irk 11y(oo� ""'I k K Kwllvvood l,,ark "), I 'Jllk Pm'k 10 W('wlo"v" I ork 1f I'.,liireftr )md", I Plul w(q r (11 I'll lrark. Community Parks ''al ricer l '('( Park I (j) "Ji+ I /('ll I 1(-)l (,I, Jr, I'l I l'I'l U r I 11'/ 'd 'k 11(irk V01"oll llmrk El Mini Park I Drlrrlowdr'i(jotl (wirder)" 2 I mriki(je P,ijrk Kiv,,ink Yr,im 11ark 4, Arhorllwk D('wq l '.rH/ ■ Special Use Park ')'1'V('v ()'wr )1" K a 11,-Y, o k, Il a r k I ittlo L.oap ir, Pmrk l\/), I n g r o V oir i I i r 0 (i(,("Illhroni 11'rIrlk 8 "onlor cpn((PI' () Iran '/'� " (' " \/( I (' m r I I la r I l rban Orchard Future Parks 'L Conqr("", N/mldk' " pool P iI/ k V. GIrl , a ( o1-11 1 r 1, V�(yjdww' I IIm 6, N'lid'!('[ "(ilirld "Ill/ klir kr k) oad I fork. A Scrub Area uh Oqni"Ier y `,sir'' "(111S ( "MOI(Iry Hoyliloln 19oa(h A/wj'n()j al P'it k Community Gardens Existing Community Gardens Boynton Beach Garden Club Community Garden LEGEND City Lit -nits IIIIIIIIIIIIIIIIII Palm Beach County Parks Roads EM Boynton Beach Parks my Palm Beach County ........ Boynton Beach Bikeways Conservation Areas Water Bodies N Boynton Beach Preserves Palm Beach County 0 0 b I miles K-12 Public Schools Golf Courses 0 - ----------------- 0 0176 REIMAGINE RECREATION I BOYNTON BEACH Page 697 of 812 Figure 3.1 r Baseball Fields - Youth Vision 4, New youth baseball fields aire propose d at Congress Middle (existing Field, needs limpiroveinient) s1rn lily tIh Inoirtheirlrn Ipairt of 6he City (sFiared Field W1i6h YOUth softball), 0 � �he undeirused held at Foirest Millis 1:: -'ark is recommended for reinnoval, 0 Neighborhood Parks Boylilon I 'Illf", "irk 4. Forest Hill Park (wl„xv "Irk I lli'i, ,,, Pill k K M iollwOrnl "), I 'mr('I Hills I,,,[ I( (' I Ij d/ Hui w(q � (I Communit, C.6rr l'I'l U r I I I A'' "([I "), IJ [ ni, I VOI"oll Im'I El Mini Park I Drlrrlowd I'd 2 I mriki(je 1), K v,, i n N 1, i (-,, 4, A 1, o 1,1 t l ) ( r (= yl'rsrl ■ Special Use <'i1olk I ImI 4. Little Leag l0,11nogow, 0 Efrf«rflron fff'rffrrJffs I l, v\"m fwln'" A Future Par 1. Congress N Fl�ll' fork: V'Gld';(oijll 5, Vwi 'jdw)w' 6. N'lid'!('[ "(i A Scrub Ares enrlwlery lli"Iery (",I"I "ims W)yliloln l",( )'0 o J, n () i i (,(I I Baseball -Youth Existing Youth Baseball Fields 2 -mile 'Radius Proposed Youth Baseball Fields 01* 2 -mile Radius LEGEND I City Lit -nits EM Boynton Beach Parks Boynton Beach Preserves IIIIIIIIIIN Palm Beach County Parks Palm Beach County Conservation Areas Palm Beach County K-12 Public Schools Roads ........ Boynton Beach Bikeways Water Bodies Golf Courses N 0 b I miles Page 698 of 812 Figure 3.1s Baseball Fields - Adults Vision 41, Held imaiddings and a backstop for am adult baseball field are recomirnended as paint of the inew im u I ti use synthetic Held at IHesteir IPairk, 0 ew held is piroposed 6iri 61he iniorflheirin pairt of the City,, &I . ........ . ONeicj[ omood'Pires I Tul ihn& f,,"z`4 k (c, III 10 W(",( I I "Jim, I Hui im Conn B. Ezell I Jr. Comm4nityPark �,d lxk lir ilr fill, w, VOI'mil Ark El Mini Park \ 1 D(Irnowdl'Aparr (,,irden,, 2 I lr rikjoe P',1A K v,, I n i �, 1, i 1, 1 t k 4, A 1, ` , o I I I N Special Use Park ")H/ I oi'vq (),�wr )r, Pork K, i p n k I r I/ 4� Little LeagUO. Park V), I r l g : o v Y, j I i u I -I 0 (r(,("Iiflroni 1Irl Iol Cr1,1((I, r I I' I/, 10 Urb,ji) w hmd ,I Future Parks 1, Cm gw,,, NIddlr, )(I to 7l I hr,MaHCIIO V. Gild ,( out l md/ illlk-,p love) I I "alk Cr. Nautica Sound Park I " I d 11 (31 k A Scrub Area f,!, I,j xy I u . . . . . . ..... 6 M(,mori,fl "o"ll lon 13oa(h iy ),0wj,n()j al Pm k 11, LEGEND I City Lit -nits EM Boynton Beach Parks Boynton Beach Preserves 1111111111119 Palm Beach County Parks Pain) Beach County Conservation Areas Palm Beach County K-12 Public Schools Baseball - Adult Existing Adult Baseball Fields 2- mile Radius Proposed Adult Baseball Fields 2 --mile Radius IN, y. ..... "N I illilL, I ver, 8YO jo, mA o, V. ill Roads ........ Boynton Beach Bikeways Water Bodies Golf Courses irna will 11 wil Ir 1 3 1 3323ilam IN 0 b I Miles - ----------------- 0 0 Page 699 of 812 Figure 3.1t Softball Fields - Youth Vision 4, A inew you. softball held (s[iaired wiith baseball) its proposed for 6i the northeirin pairt of the Oty, as well as irnproveimeints, i ndllu..>w6in Ikghnl~ ing and feinding, to the exisfing Feld at Coingire IWddle School, and Field InnaiH4ngs ii lAhe ylrndlhn leis Imuaillti use Field at IHester IPairk. 0 Neighborhood Parks Pad< M'')/I Win I 111w, I lm'k 4. Forest Hill Park )I„xy "Irk I 'irk; / Ily(('o I ad, / K K I I o I I vv I I I "fl] [ M 11tuk PI1)1 w'r( '4111(d I (Irk Communit Parks R,ill,w] l '(1j,old, %[ (j) Park 3. Ezell HesterI Jr. CommunitPark A, 11111,,ww,t,fl %Im'k ([ I "), " 11, n " I I') [, ( , I WI"oil Park El Mini Park I D(Inlo[ I" I i,ii 1,q 1, �" (Jpn 2 � mri I,j(j(, Pmrk Kk,/(afl I'!,, I ""Irk 4, A 1, 1, o r I.t �< I wvvq I1(11�/ \ ■ Special Use Park O'Ink,1111i'll "Id, I ol"ve"d , K, , I) (, I r 1 1r I' k 4 Littlel-eagUeark IV),mqmV(' Vv,yl//'l xw� "im 0(j"111hrord I'lak, )[f[( ('r j I (""I ovvde� P, wnof 0'' Future Parks I. Congress Middl'e School [ I o Sh Ilon 3 FIDL P"), k d, ("jW a( oifl lIx I, Is 6, "(m[id Park; N Nir knk) Hood Park: ♦ Scrub Area 1� f ✓ 1, 1 xy I j )"Won I\I(,mmjkd PI nolery "u'l "inns ( c'mHoly I ;oyillon Roa,,h al "It k LEGEND I City Lit -nits EM Boynton Beach Parks Boynton Beach Preserves Oog.) Existing Youth Softball Fields V mile Radius Proposed Youth Softball Fields I -rnile Radius IIIIIIIIIIIIIIIII Palm Beach County Parks Palm Beach County Conservation Areas Palm Beach County K-72 Public Schools Roads ........ Boynton Beach Bikeways Water Bodies L—I Golf Courses N 01 Mile, ............................ .0 Page 700 of 812 Figure 3.1 u Softball Fields -Adults Vision 41, Adult softball Field markirqs aire proposed For the rnulb use Fi1eld at I Ilesteir f:lairk. 0 Neighborhood Parks Royiik)n I '11/w, "irk 5. Galaxy Park 0 1hhivw' Park /. 11y(oo� ""'I k K Kwllvviiod ark "), I '1i1r('1 l 'jlk 10 W('w1o"v" I "irk I Mul w(q r (11 I'd '(1d/ Community Parks l'arrrrrr I '('( Park I (j) "Jid/ 3. Ezell Hester Jr. Community Park 11(irk o' V01"oil I'mr1k El Mini Park I Drrnowdr'i(jotl (wirder)" 2 I mrihj(je P,ijrk Kiv,,jj'fl,, Yr,jm Park 4, Al'horilwk D('wq l '.rd/ ■ Special Use Park ('rik'11111,il Park ')'I'v('v ()'wr )1" P'lid" i I') (' k I rrk ifflo r.oap ir, ,uk V), I n g r o v oir j I i 0 (i(,("Iiflroni 11'rIrk )[h car fi)"q"I'l ("rovvd(ar I "('nor cpn((�I' Iran '/', � " (' " \/( I(' m r I la I, Urb'ji) w hmd Future Parks 'L Conqr("", N/mldk' " pool w Shfllon 3 'f' P' irk: V. Ghrl Yol-11 "aO' klir kr15 oad Park. A Scrub Area M('mori'fl Oqfw'ler y `,sir'' "(111S ( "MOI(Iry W)"/Won 19oa(h 1'0wj'n()j gal P'it i, Softball -Adult Existing Adult Softball Fields 2- mile Radius Proposed Adult Softbadl Fields 2 --mile Radius LEGEND City Lit -nits 2 Palm Beach County Parks Roads EM Boynton Beach Parks Palm Beach County ........ Boynton Beach Bikeways Conservation Areas Water Bodies N Boynton Beach Preserves Palm Beach County 0 0 b I miles K- 12 Public Schools L Golf Courses 0180 REIMAGINE RECREATION I BOYNTON BEACH Page 701 of 812 Figure 3.1v Skate Park Vision 4, 1 �he Oty's first Skate Pairk is teinta6vely proposed at Coingiress Middle. 0 Neighborhood Parks I H'I'Oon iy1wri'lori'll Poll, I Boyl 11 -on I oPm,k 4 1 ol,"'t I fill Pad, ImIk 0 1 hhk( w, ,Ijk /, 1, 1 y� , (� I',; k 8, Ki oll(nond 14irk 1), 1 , ; I, f 1,(, 11 f i I I I, I ") I ", 10 Ni " j d o vI„, I 1') 1, Hol wo, ( ,"11,c1 I Hk Community Parks �lwl imr I 1,00 1 01,k I co P'll k toll I k"'k,l ji, oiiumw�ty I'll k A, "Jid, "inw; Pold, V/Oko�l Park El Mini Park 1gal 1/1,1ge I ,Fila. Kiv,/,114, I'lol'y'), /I Pihor",lrk )MNOY I lad/ 0 Special Use Park ( ,,I ]((,] 11 ii,fl I 1,qk I krvoy 1 ()yI'l Jl, ork, 1/, , p ") k I k ttkI Park 0,tIng(wI, /1/calk;- xk,l sion 0 l c( l.rllrm,t I ',I "k ()flit I,,r J (,),, �, Ir 1, 1 („I (,, vv d (, r P, "onlol, t enfvl 9, Ioll) k,lorl'I Paid"', i (, t j I I I7 I I Ir I I'), I {l 1I wornwi 1:” ( (M A Future Parks 1. Congress Middle School i im 1-11kiflori 3 4 (jh I Y Ill 0 1 ,'ark r/w,cdov/<, I ark "Laltic'l P,tlk [,,hr knk Ho,"d I'm k A Scrub Area I ,lazy 'I( I uh 1,a r l a i i rn koyl lon E"wa("h Nwlnoj I,ai Park LEGEND City Limits IIIIIIIIIIIIIIIIII Boynton Beach Parks Boynton Beach Preserves Skatepark Proposed Skatepark Serves Citywide 9 UWs Palry) Beach County Parks Roads Palm Beach COLluty ........ Boynton Beach Bikeways Conservation Areas Water Bodies N Plm Beach County 0 5 1 Miles Ka -1 2 Public Schools GoIfCourses 0 ----- -------------- --------- 0 Page 702 of 812 Figure 3.1w Dog Park Vision 41, Rve Dog f:lairks aire needed hurl the City. One is recoirnimended in Uhe noirtheirin pairt of 6he City, Pahmetto Greens IL..aneair IPairlk, and Ghl Scout IPairlk. 0 Neighborhood Parks 1 , Hmloj) M(Irlwjri,d "Ild, b(,H.y I hwflo� I ladk H(,,)/l Win I rVr , I lm,k 4, 1 ou"A I llll Pod/ (Ial„xy 1,11,1k () I Hhi"(w, I (Ij 7. Jaycee Park K Ki ioll vvood k "), I mwl filk, 10 N"! (" I d o, 'j" 1, Arl, ' 1 I.Pairne to Greens Line v ,10 I Plul lrF,lr ( 41 I'll P(ld/ Community Parks R,il1,rr,r I Pmd, (j) "irk /(,1111 (") tr,i, J1, rrrrrnraulyl ,irl" fl 1'r rls WH,,oll Park El Mini Park I Drinlowdl,iljun hm'dorp, 2 mri I,j( e Pmrk Kik,/m,fl, jr,im 11ark 4, A 1, (, o r 1), t k I wvvq Park ■ Special Use Park 0,1,1k,1111i'll Park ol"'u", (tV(�I, h, Pold/ /,q)('1k I mrlk Littlo Pmrk lV),InqmV(, Wrtlk,"I )(i ('IrJo 0 Ou"111hruni l ark T Officer Joseph Crowder F 8 wlnol 1) fr)ll) Pad/ IO Urk''[11 ()Idlmd IAYorm�ll,,, ( uh A Future Parks I, on(jr("", 1,0uddk, g houl u, Stallon Pl., P"),irk 4. Girl Scout Park Vio,"do'n', I Ir-�l k 6, "(mind Park; N i r r, 1,) H oo d 11,,1/k ♦ Scrub Area I. (fokixy ',,( I yak, ¢" rrri'in,rrry (jqnolery ("'u'l ,(I l ( (,rn(,I oly Hoyl lion Bloa(�h (d Pat k LA, W-1 D. . �, Park (Joh, PH— Park-PBQ Dog Parks g,) Existing Dog Park N. 1.5 mile Radius N11 Proposed Dog Park 1.5-ttfile Radius ss LEGEND City Lit -nits 11111111111111111 Palm Beach County Parks Roads EM Boynton Beach Parks Palm Beach County ........ Boynton Beach Bikeways Conservation Areas Water Bodies N Boynton Beach Preserves Plm Beach Count0 0 b I miles K -a1 2 Public Schoolsy Golf Courses . . ............................ 0182 REIMAGINE RECREATION I BOYNTON BEACH Page 703 of 812 Figure 3.1x Rectangle Field Multi -Purpose (Natural Turf) 4, New inatuiral tuirf multi use flelds aire proposed in I northeirin pairt of the City and at Coingiress idyll e, wHdh Ihas oine exilsding, 1rn Ipoteinflal sIpace Foix 1 addfloinal, 0 Ain addfioinal Rd is pr posed at a poten6al inew n6ghboirhood pairk along North Federal Alit 0 Neighborhood Parks I,mloj) M('Irrmri'd "'111, Multiuse Fields (Rectangular) 'v f('U'y I homw" f'' k Existing Multiuse Fields (Natural)Boyllion"irk ' I 1, 1 ol (" 'A I fill 11'i� N4 1.5 mile Radius (,)I„xy "Irk Existing i. Proposed I iif'i, ,,, Im k Multiuse Fields (Synthetic) 11y((w ""'I k 1.5 -mile Radius Kw,llvvoo)lark — - — - — - — - — 7' r P oposed Multiuse Fields I I i I '(' I f " I I k I ol, k 1 5-17 1 ile Radius 10 Me"'tdows 11 Irk, 12. Pence Park I Him w(q (11 wl '(Irk . . .......... Community Parks ''al '[w] f rr r Pmrk A g I (j) "Jid/ L-- =41 3. Ezel I Hester Jr. A L Community Park iZ 11'01(,(owt'fl Pmrk I([], IM, M 6. Wilson Park El Mini Park I Drrnowd "Okm ( wirder)" 2 I mrihj(je 1),irk Kiv,,ink Yr,jwi 11xrk 4, Arhor lwk D( -wary '.r11/ ■ Special Use Park 1,),I'V('Y ()Y('I' )rPork K, I p n k I r k I f. I ifflo Loa,jiw Pmrk V), I I' i g [ o v (' VYI/ ,, I >o (' j I 0 (r(,("Iiflroni 11aIrk )[f[( ('r 1i)"qp1h ("row'dol I� r 1('mri" II)I'l I '31d Future Parks 1, Congress Middle School 5, V" (',[do,,; I I 6, N'tul'!('[ "(mnd / klir kris oad bark. A Scrub Area (f'!'I'jxy "'( I uh ( enrwlery ,1"l I, iv I Is ( 0 r I ol (,I, Y "o"mion F"oah "ItIk LEGEND I City Lit -nits EM Boynton Beach Parks Boynton Beach Preserves 111111111111111111 Palm Beach County Parks im Palm Beach County Conservation Areas Palm Beach County K-12 Public Schools Roads ........ Boynton Beach Bikeways Water Bodies Golf Courses IN 0 0 b I mires 0 - ----------------- 0 Page 704 of 812 Figure 3.1y Swimming Pools 41, A inew outdoor pool Is proposed at Coirigiress Middle School. 0 Neighborhood Parks 1 , Hmloj) M(Inwjri'd "Id, -k'U.y Ihwfi ^ I ladk H('')/i Win I '11/w, I lm'k 4, 1 ou"A I H11 Pod/ (Ial'sxy "Irk Hhk(w' I ark J(j')/(('o ""Ok K Kier, lklvood4 „rk "), I 'mwl fill Dark 10 N`W'Idmv'' I ork "fl] rer1lr I,rr I Ila) low(' "id/ P�1)1 ( '411,11 Park. Community Parks R'il I'lel I rrfIlrrk I (j) "irk 1� /('111 1(")t('1' ji, rrrnrnrlruiyl alk 6. Wilson Park El Mini Park I Drnlowdi'flj/n ("✓Ird("n" 2 l (, i, i I,j () e Irk Kk,/(afl /,11,1 Pmd' 4, Aidmirl' rk Ir �r�y,Irlr ■ Slaeci I Ilse Park < 1VJnqgoV(�W'11111'1 xww'i( 01('Inhronl Podk (i ciovvde� '(�)irn ('eink1, 1(i I1r���iiinrrr�ul# A Futtre Parks 1. Conress Middle Schoo PL d' Ghd Y I", Irk Vw,d( j, , I 1,irk 6, "A)'Ind Nir ol') ♦ Scrub Area N, I . (fokixy "'( I J" \ 'N' (' ern('Iory Bxk'm I\1('mojkd (jqnolery ("'u'l ,(I ns ( ('rnH oly Hoyillon Bload� A/('1nc'j (d Pat k Pools (Outdoor) — Existing Outdoor Pool .10. to Be Improved 2.S.-infle Radius ,4,, Proposed Outdoor Pool 2.5-ttfile Radius LEGEND City Lit -nits 11111111111111111 Palm Beach County Parks Roads EM Boynton Beach Parks Palm Beach County ........ Boynton Beach Bikeways Conservation Areas Water Bodies N Boynton Beach Preserves Plm Beach Count0 0 1 Mile, K -a1 2 Public Schoolsy Golf Courses ............................ 4 0184 REIMAGINE RECREATION I BOYNTON BEACH Page 705 of 812 Figure 3.1z Splash Pad 4, New splash pads aire proposed In the northern part of thie C.. ity, Wilson Pairk., Congress Middle School (cornbnecl vvith outdoor pool), sand Jaycee IPairk. 0 Neighborhood Parks l,mloj) M('I'I'mriol "'111, Royiik)n 1,111w, "irk 7. Jaycee Park K Kw, llvvood lark "), 11, w('I l 'jlk I 1,11,k 10 W ('wl o,'-, 1,,,] 1, , I I "Jimol o hr I i, Park I Hui w(q� (11 wl (Irk Community Parks 1. Barrier Free Park I (j) "alk /(,111 1(-)I (,1, 11, 011 I'I'lUril 1'/ 'dYk 6. Wilson Park El Mini Park I D(Irnowdr,i(jwl (wirder)" 2 Ir"rih,,r Park Kiv,,ink Yr,jwi 11rrk 4, Arhorllwk D(,wq .H/ ■ Special Use Park )'I'V('y /(,I, )r, i I') (, k I rrk I ifflo I.oanpw Pmrk V), I n g � o V (' VY, I/"l;,iriI it 0 (,(,("Iiflroni 11"I'l, fi)"qph f ol I') K IHMIT, "Id 10 Ih1bailirirImd VV'onwin'',r I ulL Future Parks 1, Congress Middle School Pol k V,Ghd,Yoijlfurl 5, V (',[ d ow " I (:1r 6 I! urilc- 'I(mnd klir kr is oad I lark. A Scrub Area I HmInin M(,mmiri,fl O,mc'lery (,,, I', I YI IS ( 0 101' rr/ Hoyillon F',oah LEGEND I City Lit -nits EM Boynton Beach Parks Boynton Beach Preserves Splashpad Existing Splashpad . . ..... 1.5 mile Radius 'Oe Proposed Splashpad 1.5 -trifle Radius I IIIIIIIIIIIIIIIIII Palm Beach County Parks Palm Beach County Conservation Areas Palm Beach County K-12 Public Schools Roads ........ Boynton Beach Bikeways Water Bodies Golf Courses N 0 Ob I mires 0 — ----------------- 0 now*.w Page 706 of 812 Figure 3.1aa Pickleball Courts 41, PldIdeball Couirts (2 4 courts) are piroposed at ado ws park airld Galaxy Pairk. �01 0 Neighborhood Parks e l,mloj) M('ri'mri'd '.;,rk wu.y hwfiw, 11,vk, Boylik n I ,II/ 1 1, 1 I o I (, ") t frill I1, 5, Galaxy Park 0 1 Hhiviv, I Im 1, K M MINV00W "), I 1i1r(,1 I 'Jlk 10. Meadows Parl, I Mul ]I I'd 0 Community Pa 1. Barrier Free Pat 1 /(,111 1(-)i (,I, -Jr. 111 l'I'l U r I 11'/ 'd o, V01"oll I'mr1k El Mini Park I Drrnowd "i(lor 2 I mrihj(je 1),irk K v,, i n 1, i (-,, j t ✓i 1 4, /'ro 1, t L ) (, , n y 1',rrk ■ Special Use Par 1'), 1, v r /', i p (, k I r k ifflo parp if" I V), I r � g o v (, VV, 0 or cpn((�I, Future Parks Conqr("", N/ml( V. GIrl , ,r o j I I r 1, Vw,[dow" J I Im 6, ,(mrld klir k0k) I 'oao 11 A Scrub Area Borl(:m M(,mor 0'I'm"Ier y (,,rr,l :,(I IS ( "M Hoyillon 13oa(y A/wj,n()j al P,it i, Pickleball Courts Existing Pickleball Courts 2 -mile Radius Proposed Pickleball Courts 2 --mile Radius LEGEND City Lit -nits 111111191 Palm Beach County Parks Roads EM Boynton Beach Parks Palm Beach County ........ Boynton Beach Bikeways Conservation Areas Water Bodies N Boynton Beach Preserves Palm Beach County 0 0 b I miles K-12 Public Schools L—j Goll'COLArses 0'— ----------------- 0 0186 REIMAGINE RECREATION I BOYNTON BEACH Page 707 of 812 111.1.IAjpaiind Piflbiiii°°t iiin 11:-lairiks Embed and girow pudblic alit oIpIpoirtuin'ties dimuc.3hout tlhn Il.mirlk system, Ihe Carty of l:3,oyintoin IBeaclh Ihas Iburgeoirfling pubkc airt collec6on. The pairk. systeim should Ipllay an integiral Irole iin expalrn in Ipuublliic art in dhe Oty thirough the �int egiraborn of Iluulbl6c art in Iparlks and Irecireaborn fadlities sud) as Iplaygrounds, sports couirts, fields, IluuadIdilngs, tra4s, siginage/ wayfiin&ng, etc. 6. Create inew positions and hire staff cornimensuirate with facilitiesexpainsion Grow parks aindre(:,ireatioin staffirig aind resouirces to einhaim:,e seirvice de�Hveiry. The City's current parks and recreation staffing is at about 6.6 FF"Es for every 10,000 residents which is loelow the inational rnediain for agencies of a sirnilar size of 9.6 FT -Es per 10,000 residents. This is consistent with the findings froirn the public input that residents would like to see the quality of pairks enhariced, which irequire additional staffing. Staffing resources, including operations and rnaintenance funding, should to addiressed to enhance service delivery. 7. Ffire for Ir eed Ipositions Respoind to the needs tl-iat have girowin over the Ila st. 20 years by adding inew posdJoins that will addiress tl-ie parks and recreatJoin systern as it grows and adapts. S. Einsuire staff imix reflects the diveirsity of the community Ensure tl''iat, rec"ireatioin aind parks ernployees (and volunteers) at, alHl levek Irc flect tl-ie fuH diversdY of the Oty. nOWE Page 708 of 812 9. lFluili 11::°uiindhng - Obtain fu iri(,fing for the 4npleinrientabioin of cap6tal projecta, I the Clity sFiould explore a variety of fundiing sources, inclu&ng a Gen iii Obllgatlori �Boind, advocating for, the contllilin of the l:lalim Il each County One Cent Sales Surtax of 20 24., giraints, and Iplhilllalntlhlrralplic contirlibutions to lirrip,')Ieirneint clital �pirojects, I Ihils is Iplrbicu.alaiii ilirnpoirtaint Ibecause oince the Surtax einds iln 2024., 6he City will Ihave Ilillrnited Finn In for capital Ipirojects, 10. limprove commuinity safety through the Ip airks systeim - Il eveirage 61 -ie pairks and re(:'ireatioin systeirn to lirnpirove communIty safety, Residents identified coirni-nunity safety as the rnost irnportaint corral' ex challenge in the community. The City has the potential to irnprove cornir'nUili safety through I -lie pairks and recreation systeirn Iby. • Considering riii IPrevention ThmUgh Einviroinirriental Design (CPT' ID) strategies in the design and redesign of parks arld recireation facilities. • Adding security carneras in key parks, ensure adequate kghting in parks after dairk, and encourage rnore patrolling in pairks. • Expanding parks so they have as many pi edges as possible that encourage "eyes on the pai • [in cobboration with partners, devebpiing pirograrns aind activities for at ­ risk youth to he�p deliver Iprogiraanrrr, services, eirriployrnent, and educational opportunities focused oin reduding YOUth/ young adult crinne and irnproved neighloorhood safety. 11. Explore the iinteirsectioinality of paii recilreation ceirl aind affordable hiousiling The City ShOi,dd work closely with IPalirn Beach County Housing Authority arld other affordable housing partners to rnaxlirnize recreation opportunities (playgrounds, etc.) Figure 3.2ab Conceptual Example of Indoor Recreation Center Property Redeveloped lnto an Integrated Affordable Ii and Indoor Recreation Center Complex Meadows Park Master Plan 4F ROOF 4 F T3 _8'0 " ISTH FLOOR 2_2T - 6� 5TH 7 �OLROR ........ 3R6 jq� `0 �POIR 2ND F6 --------- 6n[D FLODRr PARKING 1 154'-0" PARKING 2 144'-0" Page 709 of 812 Figure 3.1ac Figuire 11ac below dklStirates the proposed hi-itegirated �Re lirnagiline Integrated Re -imagine Recreation Boynton Recireafloin IBoyintoirn IBeadh v�sioin, ain 111kistiration of the all the Ipirolposed Beach Vision limprovemeirits dhat w4l collectlively Ihelp eirldhance the quakty of Ilife throug[i irecirea6oinal and cultural opportuni ties that Ipiromote a healthy, vdbraint, aind lndll..,Islve coirnirriLlinity, 0 Neighborhood Parks Proposed Areas in Need of Facilities 1. Barton Mernorial Park Neighborhood Park *Youth Baseball d utdoor Pool Proposed Greenway Paths 2. Betty Thornas Park Community Park a 0 Youth Softball josplash Pad Existing Sidepath (8'1-) 3. Boynton Lakes Park Community center 0 Adult Baseball Field Pickleball Courts Proposed Sidepath (8'+) 4. Forest Hills Park 5. Galaxy Park Natural Area Park 0 Adult Softball Field Skate Park Existing Bike i Lanes ProposeclBiket- Lanes Proposed Shared Street/ Irnprovernent 6. HIBISCUS Park Nature Adventure Park Dog ParK - Existing/In Progress 7. Jaycee Park Kayak Launch 0 Rectangle Field Gre"enway Paths 8. Knollwood Park/ 9. Laurel Hills Park 10. Meadows Park 11. Palmetto Greens Park 12. Pence Park ' 13. Pioneer Canal Park 0 COMMUnity'Parks 1. Barrier Free Park 2. Eco Park 3. Ezell Hester Jr. Community Park 4. Intracoastal Park 5. Sara Sims Park 6. Wilson Park El Mini Park 1. Demonstration Gardens 2. Heritage Park " 3. Kiwanis Sierra'Park 4, ArborPark 5. Dewey Park 0 Special Use Park 1. Centennial Park 2. Harvey E. Oyer Jr. Park 3. Kapok Park',I : 4. Little League Park 5. Mangrove WA/Extensio 6. Oceanfront Park 7. Officer Joseph Crowder F 8. Senior Center' 9. Torn Kaiser, Veterans Party 10. Urban Orchard I 1.Wornan's Club A Future Parks 1. Congress Middle School 2. Fire Station 3 3. FPL Park 4. Girl Scout Park 5. Meadows 1 Park 6, Nautica Sound Park 7. Nickels Road Park A Scrub Area 1. Galaxy Scrub S Cemetery 1. Barton Memorial Cemetery 2. Sara Sims Cemetery 3. Boynton Beach Memorial Park LEGEND 1-1 City Limits IM)ON) Pain) Beach County Parks EM Boynton Beach Parks im Palm Beach County Conservation Areas Boynton Beach Preserves Palm Beach County K-12 Public Schools Roads Water Bodies Golf Courses N 0 1 mires ........... 1: ------------- 0189 Page 710 of 812 lug. �I�I�I�I�I�I�I�I�I�I�I�I�I�I�I�IP "1 "'to I � W SIII[��,-altegy IIlie str(,'. tegy for Reirriaghne IIRecre(- fian Boynton Bec 611 S Arks armd IIm aIrea,h rIn systaim pIlan is (:'amp "sed oFthee II it,&I",I,-el t �"' rlft . �� h„ IIS �' IIS 6"� IY"' IYI �° Il r IIS ` II II r I�'O I j r f h e cu s t III u m , iu aii i of new � a r IIS s and d it re cr �t k" 11 fa c d iii hs 101 Staff Actiulis, the tm I DS thUt Staf:f iieedtotake hr order t f cd:iifat theorn�DIlefia api�d':''' II iii r Ili: ds, or flne i'ovirian of I°)frog a m and services; II rm m f ii°r , Io pay frar r. mII )ifirII: orojec�s and t .mf Ilhe foIldlowhiq chqpterfocm.jses antIliese H-iree irrterreI'afed parts. 0 Adiori Steps Page 712 of 812 4.2 uum I i e a LA j i i yf 0 i nrl IP. IrI e In l" f VII sIIoIII i is &I° .II III �nIked i c .III e a Im o u In 0'1�� ,f U In d i iq iul wflhI I4oe avaIII doIII e ov&r .IL IIIh e In e x� III 0 yea IIIrs,, he cornpIete Re-ir-nagine Recreation Boynton Beach Vision would cost hundreds of miHions of dollars to impleirnent. These types of projects are typically impIernented over a period of thane using a variety of strategies and funding sources which indude.- Partnerships Grants Dedicated Funding Sources Extra oradinar IFurncdiirng Sources Following is an overview of each of these strategies and sources. Partnerships can lbe a powerful strategy to implernent projects. They cain help, spread capital and operations ain(,,-.i mainteinance costs for park projects as well as prograrns ain(,,-.i special events. Typicall pairtnerships include schooIs, hosp1 as, non -profits, faith -based organizations, and public­pirivate partnerships. Section 4.4 ­ Action Steps provide further direction on I -lie steps that staff can take to identify and "o ter partnerslhpup s to irnpleinneint the plan. rants allow municipalities to leverage public irnunicipal funding doHars. The challenge with grants is thattheytentad to be corrq,)etitive, meaning other municipalities are also coirnpeting for those soirne graint dollars. This requires I -lie City to corn plete thoughtful and comprehensive applications in order to Ire cornpetitive. AdditionaHy, most large grants require a Irnaatch, Irneaarnurng I -lie city wouId have to iincIude funds froirn their capital budget to obtain the grant. lin certain instances, grants can be "stacked" or coirnbined to draw funding from sever all sources. p the idea of "Giraint Stacking" refers to grouping grants of varying levels (federal, state, and local) to support one project. Care'FLJI seIection of grants cain result in one giraint providing the rnatching funds requirement for another grant and vice versa. This process can address acquisition and deveIoprnent in phases to best rneet a project's purpose and scheduIe. FoHowing is a list of grants that are avaiIal,,)Ie for park arn,d traO projects along with amounts. The City should consider hiring ad&tional grant writer's to JDUirsue aIl,'3phcable giraints. 11ma vill 11 wil ir 1 3 1 3323ilam Page 713 of 812 ElmIs I III / / / Pedestrian facilities, signage, AARP Community $50,000 0% decorative features, traffic calming, March Challenge Grant landscaping, innovative community outreach Arneiri'can Acar;Ierny of [)errnatology (/Al::) $8,000 0% Shade structures December Shade Stra.Acture Prograirn BloorrnIL)erg Public Aird; Temporary public art projects that $1,000,000 Varies celebrate creativity, urban identity February Challenge and foster partnerships Buoll(,firrg Resilient Ilrtfir���>�.�°a.Ar't�ar�r an $1,500,000 25% Starmwater facility/flood prevention, Year Round infrastructure hardening Cc)rnrnuniitiies (IBRIC) Water and sewer facilities, flood and Coirnirnunity Development perm $2,000,000 15% drainage improvements, parking, July l::�ll ck Grant Innovative streets, curbs, gutters, sidewalks, parks and playgrounds Cornirnunity IDevelopirrrent $1,000,000 15% Community revitalization including June Plock Grant (CI...)II�G) infrastructure Cornrnunity F°acilitiies Public facilities such water/sewer, l frec:t Loam & Grant $50,000 45% community centers, museums, Year Round community garden, street Pirogirairn improvements Erteny II:::::1fiiclr7cy and Energy efficiency planning, facility, Conservation IBlock Grant TBD 0% lighting and equipment retrofits, September (EIE(DBG) transportation projects Florida Recreation Varies Acquisition and development of land Developr'nenl: Assistance $200,000 between for public outdoor recreation use or August Pirogirairn 0-50% to construct recreational trails Florida C rrnirnunities Fru>t Flai ks and Open $5,000,000 25% Acquire land December Space: Flive Star and L barn Water quality, watersheds and the Walsers Restoration $50,000 100% species and habitats improvements/ January Pirogirairn education HIVIGIP 1Flo o(d IMitigation $500,000 25% Starmwater Facilities/ Flood March Assistance Program Prevention, Infrastructure Hardening 1.....aind and Wates" Land Acquisition, Outdoor Conservation IFunding $500,000 100% Recreational Facilities including May Pirgirairr'r (II....WCIF) amphitheaters. Mew Page 714 of 812 OUr Fown Grant $100,000 100% Innovative public projects including July heritage trails Acquisition and Development of Outdoor RecireaUoin outdoor recreational facilities. All I egacy Partnership $10,000,000 100% types of outdoor elements are March Pirogirairn eligible including both active and passive facilities. RebUlldlim Arne6cain InfirastrUcture woth Transportation related projects Susta4-ial,,Aity and Equlty $5,000,000 20% with large scale impact. Includes February nonmotorized safe streets and trails (RA1SE:.::) [)iscretionary projects. Grants Planning, and capital construction to restore community connectivity through the removal, retrofit, Reconnecting Comrnuniity $2,000,000 - 20% mitigation, or replacement of October Grant IProgiralrn $5,000,000 eligible transportation infrastructure facilities that create barriers to mobility, access, or economic development. Recreatlonal Trails Trail Construction, Trail Renovation, $200,000 20% Trailhead Facilities, Kayak/Canoe January Pro( rarn (R F IP) Facility Roadside IEnhancernernt and Beautification Plantings, Planting materials Council (RE13C) Grant $50,000 0% (top soil, mulch, sod), Labor for TBD installation Pirogirairn R FC Trails Grant $20,000 0% Paved and Unpaved trails June Pro(,Drarn Develop or update a comprehensive safety action plan (Action Plan). Safe* Streets & IRRads for $1,000,000 - Conduct planning, design, and AH (S 54A) $15,000,000 20% development activities in support of July an Action Plan. Carry out projects and strategies identified in an Action Plan. Sec'don 319(h) Noripoint Source lrnplerneintatlon $400,000 40% Stormwater/Water Quality Projects April Grant Green infrastructure development, PID Gireen Space Grant $20,000 0% tree planting, forestry stewardship, December community green space expansion FJJEL.]�'Iiiima mill ivil irl I 33323ilam Page 715 of 812 „ �� � oIIII„'” a m� "llt IIII ���"'�' IIII� IIII IIII" Dedicated Fuin&ng soulrces, such as taxes and development fees, rermnalii n HIhe Imost susta6rnalh lle fulrn 6n°n sources for Ifaarlks and Irecrea6olr Ipropects. FolhloMng 6s a 1list of dedicated furn61rn souirces for theity t corn s6delr,. „b lh°6Yc�v°teIII 11N,401mll °°Ilf°°6x - Ipaid on lodgiing at Ihotels, motels, lii nrns, hostels, aind sil nlll lr Iplaces. Useirs Ipay tFlese taxes whein Hhey rei nt a Iroorn'n, bed, or others, space. A Ipolr6orn of t[fls revernue could the dedicate to overall parks, recreation, and connectivity twit; projects olr even a specific ific: paarks, recreation, or t=rail projects that are associated fated with increasing t;ourlsrn to a corrnrrnulrnllty. oa 1:11 mlllr]k,: llllrm"iip°n4aw!tinctt Fr4o��?,s one ­t; me charges assessed of n r1ew development in or -der to help pe.y for r1ew oir expanded pubkc facukties and/or t:fne irrnp:>act develop rrrnent: Irrnay have on public facilities. lf6cnc: Fliillaairlucoilllrnfwf °IIP°°IllllF�) - a geograpl­kally targeted econolrrnic develop:mrrnc-alrnt took that captures the increase in property taxes, and sorY7etrrlk's othertaxes, resulting from new dk'velopirY7elir"t„ and divert=s that revenue to subsu&ze that developrr7ent. mu Sales IPaw!Anx (Slna41n'tax) - ct' i nSL,wnp;bt"Ilo n t=ax Ilrnpu?,", ed 1,,)y the gti,"Y'W ernr"I(1aM"nt k;?Irn the "~waffle of goods and services, A sales t=ax IIs leveled at the pacnllrnt: of sale, collected li y the retailer, and passed cern to t:fne cournt: goverIrnrneIrnt. The City of C~ oyi nto n Beach has gireatly loei nefited If roirrn the Palm Beach County Surtax. Frornrr 2l)18-- 2 02 5, the iiity e+viM have used $15.8 rrrriilkolrns dollars frolrrn t:fne surt=ax to pay for parks and Irecreat, on Irc.) fn D . ec t,s. The Su,nrtax, is expected to sunset in DC;'C:erTnO'.Der 31, 2026. Tf"nC-' City ,"'uwf"1OUld begin to t=dlAf:t=d"t for the re -u ssualrnce of the surtax. n 11 x6lanle 6P6x - a legslated tax on specific goods or erVlcaMs at the timethey are f" Urchased. Goods suhjec.l. to excise t=axes could the fuel, tobacco, and alc:ohoV, arnong ot=hers. BQo irlidsu - a category of rrruncalpabond nd mil pported by the rever Ue "frornrr a specific project, such as a parking deck, toll bridge, huh. h a , or local sta&ulrrn. Revenue Iholrnd s t=hat, firnalrnce ilrncorrrre- p;ilroduc i ng projects are tflUS secured by a specified Irevernu,ne source. Typcally, revenue bonds can he issued by any government agency or fund that, ns rYnarnaged in the malrnrner of a business, ,"~wuch as entities havll ng loot:h operating revenues and expenses. Mew Page 716 of 812 1���'undinq 0�latiorm I..:Xtraordiinary funding options, such as General Obligation Boinds, are typically the lar(' 3est source of park irnpiroveirnents dollars in the State of Florida. The Consultant Teairn IrY7et with staff to discuss realistic extraordinary funding strategies for the irnpleirnerfl-ation of the Vision. Based on these conversation aind public funding calculations coirnpleted Iby the City's Finance Department, six funding options were developed for the City's consideration. These options consider order of rnagnitude estirnates for public funding sources, pairk irnpact fees, grants, and poterrtia� philanthropic contribution amounts that may Ibe obtained and leveraged. The six funding options consider the use of an extra -ordinary funding source in the form of a General Obligation Bond with a 20 -year or 30 -year pay back schedule. Figure 4.2a illustrates the potential bond revenue that could be generated based on a range of household property tax contributions. 11::Iquie 4,2a General Obligation Bond Revenue Potential Based on Yearly Household Contributions 1111ma will 11 wil Ir 1 3 1 3323AMM Muj�� Page 717 of 812 Figures 4.2b and 4.2g illustrate the amount of combined revenue that could potentially be generated by leveraging the public funding with other funding sources. Twenty-five dollars per household leveraged with other funding sources could generate about $15.05 Million while $200 could generate about $126 Milllion over the next 10 years. F T S Q 4 2 13 Funding Option I — G.O. Bond ($10-$25 per Tax Paying Household per Year) Preliminary, planning level, order of magnitude estimate that may change based on final park impact fee recommendations and population growth. Funds can only be used for projects associated with expanding Parks and Recreation Level of Service. F 19LD Q 4 2C Funding Option 2 - G.O. Bond ($26-$50 per Tax Paying Household per Year) Preliminary, iminaryanning , I ' level, order of magnitude estimate that may change based on final park impact fee recommendations and population growth. Funds can only be used for projects associated with expanding Parks and Recreation Level of Service. Page 718 of 812 11:1011He 4 2CI Funding Option 3 - G.O. Bond ($51-$75 per Tax Paying Household per Year) Prehnninary,j)lanning level, order of mgnitude estimate that may change based on final park impact fee recommendations and population growth. Funds can only for projects associated w expanding Parks and Recreation Level of Service. :19"1104 2e Funding Option 4 — G.O. Bond (+$76-$100 per Tax Paying Household per Year) Preliminary, planning level, order of magnitude estimate that may change based on final park impact fee recommendations and population growth. Funds can only be used for projects associated with expanding Parks and Recreation Level of Service. FIXIC.y.millima Ini'llimiril IrI3 1 3323AMM Page 719 of 812 P""iigLU Q 4 2f Funding Option 5 - C.O. Bond ($101-$200 per Tax Paying Household per Year) Preliminary, planning level, order of magnitude estimate that may change based on final park impact fee recommendations and population growth. Funds can only be used for projects associated with expanding Parks and Recreation Level of Service. F 1910 Q 4 2q Funding Option 6 - C.O. Bond ($200+ per Tax Paying Household per Year) Preliminary, planning level, order of magnitude estimate that may change based on final park impact fee recommendations and population growth. Funds can only be used for projects associated with expanding Parks and Recreation Level of Service. Page 720 of 812 4.3 G iveir,.m IIIA e iii o a IIIn'l of f ul Il i liIn iaI. Ir. 14oe ave III doIII e to i n o III e III e if h e V l� S 0 111, 'D r 0 r 1, ��� Z 19 p���oiecl s wddI be i °'Yi Ip () r I a n L City staff and the Consultant Team collllaboratively developed a prioritization strategy to inform how parks and recreation capital projects should be implemented over the next 10 -years. Two steps were used to prioritize projects: Ste p II Ft,iii1&irq,,,j A�Hlocatioin Ir irgets: City-wide spending targets for -four Project Funding Categories based on the findings from the Needs and Priorities Assessment. Ste p 2 hdicators used to score and prioritize improvements within the four Project Funding Categories based on the findings from the Context Analysis, Needs and Priorities Assessment, Vision, industry best practices, and staff input. Stqa 1 1° ndfinq AHbcatian 11 argets Parks and recreation system capital projects can be organized into four primary project categories: to existiir�iq paiH[,�s airicl facHities - Capital projects related to enhancing and replacing aging and deteriorating parks and recreation facilities, amenities, and spaces such as replacing an air conditioning unit, or a playground, or improving the natural turf in a field. 4',,)f unevv pairl[,s airid facflities - Capital projects related to installing and implementing new facilities that were not previously available in parks such installing synthetic 'turf in an existing natural -turf -field, adding a new restroorn building, or installing a splash pad in a vacant site. of walIq,Iin! and facflities - Capiitall projects relatedto implementingwalking and biking facilities Such as paved trails, cycle tracks, and sidewalks identified in the City of Boynton Beach Greenways, BlUeways, and Trails Master Plan. AcqWiriir�q 4ricl The acquisition of (land that would be used for parks and recreation facilities. 1111ma 11�111 11 wil Ir 1 3 1 33AW19M Page 721 of 812 119 W e 4 3,� Funding Allocation Targets The findings from the question in the Statistically Valid Survey (SVS) where respondents were asked to allocate $100 into eight capital improvement categories were collapsed into allocations for the four primary project categories discussed above. Figure 4.3a illustrates these allocation results. Page 722 of 812 These percentage funding allocation targets are proposed to be applied to the amount of funding that may be available to implement parks and recreation capital projects over the next 10 years. This ensures that each type of project receives some amount of funding over the next 10 years rather than all the funding potentially going to a certain type of project. Figure 4.3b - 4.3c illustrate how percentage funding allocation targets translate into funding amounts based on the potential funding tiers discussed in Section 4.2 - Funding. E1W'e 4 313 Funding allocation targets and dollars per potential funding Tiers 1-3 amounts * Considers 25% from bond amount plus park impact fee revenue. ::1191MIr 4 3C Funding allocation targets and dollars per potential funding Tiers 4-6 amounts * Considers 25% from bond amount plus park impact fee revenue. 1111ma 11�111 11 wil Ir 1 3 1 332MOM Page 723 of 812 S �kvIII 2 Cl iteiiiIia City staff and the Consultant Team collaboratively developed a prioritization criteria for each project type to identify which capital improvement projects within each project type should be implemented first as funding becomes available. These criteria were based on findings from the Chapter 1 — Conte Analysis, Chapter 2 - Needs and Priorities Assessment, Chapter 3 - Vision, industry best practices, an staff input. Figures 4.3d- 4.3f identify these prioritization criteria. I 1:::: 119 1, V e 4 3d Prioritization Criteria for irnprovernents to Existing Parks and Facilities F11WIF Page 724 of 812 NEI Partnerships Does the project present an opportunity for 0, 3,5 Low, Medium, partnerships? High Health, Safety, Welfare Does the project address physical safety hazards of facilities or amenities that may fail 0,3,5 Low, Medium, High and cause harm to the public? Does the project address a facility %`/ Facility Condition with significant disrepair and capital 0,3,5 Low, Medium, ,%,,,�/improvements to preserve necessary High operability? Does theproject address a Statistically Valid Low, Medium, Priority Need Survey (SVS) Priority Investment Ranking (PIR) 0,3,5 High need? Mobility Does the project present an opportunity to enhance universal accessibility? 0,3,5 Low, Medium, High Does the project present an opportunity Social Connectivity to improve a facility that facilitates multi- 035 Low, Medium, generational, multi -cultural, and multi-purpose ,, High gathering? Social Vulnerability Is the project located in an area that is currently 1-6 Low -High socially vulnerable? fa Staffing and Financial What is the project's impact to staffing and 0,3,5 High, Medium, Resources funding resources? Minimal Impact F11WIF Page 724 of 812 Prioritization Criteria for Development of New Park Facilities �Po N [Mims / i i � Partnerships Claes the project' present an opportunity for partnerships? 0 5 3 Law, Medium, High D h r rStatisticallyli oes t e p otect address a Valid d Law, Medium, Priority Need Survey (SVS) Priority Investment Ranking (PIR) 0,3,5 High need? .� LOS Ca Gap Claes the project address an Access LOS p J 0,3,5 Law, Medium, Gap 7 High g Bicycle/Pedestrian Coes the project provide an opportunity to Na, Partially, Connectivity advance bicycle and pedestrian connectivity? Yes Mobility does the protect present an opportunity to enhance universal accessibility.7 0,3,5 Low, Medium, High r Does the project present an opportunity Social Connectivity to improve a facility that facilitates multi- 0 3 5 Law, Medium, generational, multi -cultural, and multi-purpose High f, gathering? Vulnerability Is the project located in an area that is currently 1-6 Low - High ? socially vulnerable.taffin iSocial g and Financial What is the roject`s im act to staffin and p J p g funding resources? 0 3 5 Hi h, Medium, gResources Minimal Impact FJJFx1-T,=111rI1a Inns Anvil ri It • Page 725 of 812 41911J I'"0 43f Prioritization Criteria for Park Land Acquisition Page 726 of 812 r / i i i i r r / / .,, � o Partnerships Does the land present an opportunity for partnerships.7 0,3,5 Low, Medium, High Does the land enhance an existing park No, Partially, Park Utilization to provide improved parks and recreation 0,3,5 Yes service delivery? Priority Need Does the land address a Statistically Valid Survey (SVS) Priority Investment Ranking (PIR) 0,3,5 Low, Medium, High need? LOS Gap does the land address a Need in the 0 3 5 Low, Medium, Facilities LOS? High Bicycle/Pedestrian Does the land provide an opportunity to No, Partially, Connectivity advance bicycle and pedestrian connectivity? Yes Does the project present an opportunity Social Connectivity to improve a facilitythat facilitates multi- 0'3'5 Low, Medium, generational, multcultural, and multi-purpose High gathering? Park Desert j Does the land address a park desert? What is the degree of park acreage need in 0,3,5 No, Partially, Full Low, Medium, ° Acreage LOS Need I° g the area where the land is located. 1 3 5 High Social Vulnerability Is the project located in an area that is current) y 1-6 Low -High socially vulnerable? Staffing and Financial What is the project's impact to staffing and 0 3 5 High, Medium, Resources funding resources? Minimal Impact Page 726 of 812 Based on the prioritization criteria, scores, and weights, the Consultant Team scored fifty-six (56) potential capital improvement projects. Figures 4.3g - 4.3i identify the prioritized projects for each of the project types. Each chart contains a Project Identification Number (I.D.), Park Name, Project Name, Project Description, Order of Magnitude Opinion of Probable Capital Cost (Capital Costs), and Order of Magnitude Opinion of Probable Operations and Maintenance Cost (O&M Costs) for new projects. 11:19ull'0439 Prioritized Improvement to Existing Parks and Facilities Projects 11ma 11�111 11 wil ir 1 3 1 3323ilam Page 727 of 812 111111111 '111 jj� !Millj 111111 1*11111111 11111jildillilli jjj1I I III 3111111111111jIl Ill III 11111111111111111 is 111 "�11111' 1 IEF-14 Mangrove Extension Mangrove Walk Pond and Complete proposed paver and access $1,500,000 . ...................... ............................................................................ Walk .................................................................................. Extension ............................................................................................................ improvements. ............................................................................................................. . . . . . . . .... ........................................... .......................................... ........................................... ........................................... ... . . . . . . . . .......................................................... 2 IEF-03 Ezell Hester Jr. Community Center Make building improvements, including adding a $2,000,000 Community Improvements E -Sports Center and Sound Recording Studio. Center ------------------------------- ---------------------------------- Senior Center/ Multi - 3 IEF-20 Senior Generational Reconstruct the building; expand the facility; $14,000,000 Center Center create a multi -generational center. Reconstruction . ...................... ............................................................................ .................................................................................. Expansion ............. . . . . . . . . . . . . . ............................................................ ........................... . . . . . . ................. . . . . . . . . .......................................................................................................................................................................................................................................... ........................................................................ Urban Orchard 4 IEF-21 Urban Orchard and Community Garden Enhance overall appearance of the park. $150,000 Improvement - --- - - - - -____ "I'l""I'll""I'll'll""I'll""I'll","I ­-------------- ------------------ Explore the feasibility of enhancing partnership Harvey E. Harvey E. and site efficiency by adding a restaurant on 5 IEF-05 Oyer Jr. Park Oyer Jr. Park the site; redesigning parking area to maximize $4,700,000 Improvementsarking spaces and circulation, and improving the MIclings on site. . ...................... 6 ............. . . . . . . . . ........................................ IEF-15 ............................................................................ . . . Oceanfront . . . .................................................................................................... Oceanfront Park Access ............................................................................................................................................................................................................................................................................................................................ Maximize parking on existing site; explore on - ........................................................................ ----- Park -------- 111 ------------------------- Improvements ---------------------------------- street parking along Highway Al A. --------------------- 7 IEF-1 7 Palmetto Green Linear Palmetto Green Linear Park Add lighting; add shaded seating area; add $1,800,000 Park Improvements designated fishing location; improve restroom. 11ma 11�111 11 wil ir 1 3 1 3323ilam Page 727 of 812 9U1'e 439 Prioritized Improvement to Existing Parks and Facilities Projects (Continue) IIIiPo1 1111Iluu11111111111111161211111=1111 111 1111111 1 Expand to 50m pool with deep well for pool; Wilson Park improve restroom; add green infrastructure 8 IEF-22 Wilson Park Improvements throughout the park; add a rental pavilion; $4,600,000 consider the role of site in providing affordable housing with rebuilt community center. ------- 9 ------------------------------------- IEF-13 ---------------------------------------- Laurel Park ---------------------------------------------------- Laurel Hills Park Improvements ---------------------------------------------------------------------- ­­­­­­­­­ ---------------------------------------------------------- — --- Improving Basketball Court; add walking trails. -------------------------------------- — $300,000 Expand cemetery to the south, enhance Sara Sims Sara Sims landscaping and grass, add signage/ wayfinding, 10 IEF-18 Cemetery Cemetery seating areas, shelters, and connect to Sara Sims $250,000 Improvements Park internal trails system to encourage walking in the park. Forest Hills Forest Hills Park Improve parking o portunities; add green infrastructure; to 11 IEF-04 explore park expansion open up $850,000 Park Improvements the park; remove the Baseball Field; and add a dog park and walking trails. 12 IEF-06 Hibiscus Hibiscus Park Move Basketball Court and convert to multi -use $270,000 Park Improvements court; and add outdoor exercise equipment. 13 IEF-1 1 ----------------------- - Kiwanis Sierra Park ­­­­­­ ­­­­­­­­­ ----------- Kiwanis Sierra Park Sale � --------------------------- Consider selling property. - Redesign circulation to increase and maximize parking on-site including moving clumpster 14 IEF-07 Intracoastal Intracoastal Park to front of the park and replacing the wall on $2,000,000 Park Improvements the south side; add access to the water on the southeast corner of the parking to add a floating dock; outdoor exercise equipment. Knollwood Knollwood Park Improving lighting; renovate walking trails, add 15 IEF-12 Park Improvements swings and outdoor exercise equipment, and add $450,000 seating. F11WOE Page 728 of 812 "":lia,,)11.11^at 4,,39 Prioritized Improvement to Existing Parks and Facilities Projects (Continue) iPr Iluu it Illus �„8.. i- i i, rmini 16 IEF-02 Barrier Free Barrier Free Park area Expands lash pad; relocate workout area to add $1,200,000 Park Improvements Pi leball Courts. Add lights on the south side of the park; 17 IEF-09 Jayce Park Jaycee Park complete tree management; improve fishing $1,200,000 Improvements pier; and add I<ayak launch, dog park, and splash pad. 18 IEF-08 Intracoastal Park Intracoastal Park Building Renovate the building. $1,700,000 Improvements Sara Sims Sara Sims Park Add on -street parking wherever possible; add 19 IEF-19 park Improvements outdoor exercise equipment; add shade over $1,600,000 playground. Add lighting between the Tennis Center Barrier Free building and parking lot; renovate and expand Barrier Free Park Tennis the Tennis Center and move the Tennis Pro 20 IEF-01 Park Center Shop closer to the parking lot so it improves $3,000,000 Improvements security; add a new Tennis Center gathering area; make drainage improvements In the Tennis Courts. 21 IEF-10 Kapok Park Kapok Park Playground Add shade over the playground; add $350'000 Improvements protection from the road. Officer Joseph Office Joseph 22 IEF-16 Crowder Crowder Park Add dog cleaning stations; add synthetic turf. $2,300,000 Park Improvements 1 iirna Inn 11 wil ir 13• t • Page 729 of 812 199 uire, 431111 Prioritized Development of New Parks and Facilities Projects 111111 111111 e Iz l r i 111111 � ut i i i i r i ""Ri Collaborate with School District to Congress complete a Master Plan, enhance and 1 DNP -01 Congress Middle School expand athletic facilities and develop $12,600,000 $460,000 Middle School Community Park into a CommunityPark including Skate Park, Outdoor Pool, New Natural Turf Field, Splash pad. Develop an 40,000 sf indoor community center on the westside of Boynton Beach with indoor spaces for childcare and after- Comunity Comunity school opportunities, computer labs, 2 DNP -03 Center West of Center West maker spaces, Science, Technology, Engineering, Art, and Mathematics $16,000,000 $770,000 1-95 of 1-95 (STEAM) programs, double -gym, elevated walking track, sound studio, e -sports space, spaces senior lounges, card rooms, billiards, and meeting rooms. Community Complete a Community Park in Northwest Boynton Beach that Community Park in includes playground, splash pad, Park in North North West picnic areas, picnic shelters, family 3 DNP -02 West Quadrant Quadrantpavilion, walking trails, adult/ youth $6,000,000 $180,000 of the City of of the City baseball fields, youth softball fields, Boynton Beach of Boyntonog park, rectangle multi-purpose Beach fiedld, pickleball courts, basketball courts, and tennis courts. Complete master plan in coordination with the public and develop land 4 DNP -12 FPL Park FPL Park into natural area park, consider the $2,700,000 $96,000 inclusion of mountain bike trails and kayak launch. Complete master plan in coordination with the public and develop land into 5 DNP 13 I-95 Nature 1-95 Nature natural area ark consider including $7,000,000 $255,000 Park Park hiking/ mountain bike/ dirt bike trils and explore a way to connect it to the FPL and Girl Scout Park sites. 6 DNP -14 Leisure Ville Leisureville Complete master plan in coordination $2,000,000 $68,000 Nature Park Nature Park with the community and implement. 7 DNP -04 Eco Park Eco Park Eco Park Implementation $1,000,000 $70,000 Page 730 of 812 11:191141 e, 3111 Prioritized Development of New Parks and Facilities Projects (Continued) iPr lour IVur D N i i i i Develop into a Neighborhood Park with floating boardwalk that connects to FPL Park Site, kayak launch, 8 DNP -05 Girl Scout Park Girl Scout Park nature trails, dog park, multi-purpose $2,100,000 $77,000 open space, and other amenities as identified in ........ ........ ........ ........ ........ ........ ........ coordination with the community. ........ ........ ........ ............. ........ ............ ........ ............................................................... Eco Park Eco Park Complete master plan in coordination 9 DNP -06 Extension Extension with the public and develop land into $3,200,000 $242,000 - - - - - - natural area park. - — - - - - ------. .. High Ridge High Ridge Complete master plan in coordination 10 DNP -07 Natural Area Natural Area with the public and develop land into $1,000,000 $72,000 Park natural area park. Nickels Road Nickels Road Complete master plan in coordination 11 DNP -09 Natural Area Natural Area with the public and develop land into $1,000,000 $75,000 - - - - Park - - natural area park. ........-------- ... .... ..------... ... .... .... ..... 12 DNP -17 Wilson Park Wilson Park Implement splash pad and ancillary $750,000 $50,000 ........ ........ ........ ........ Splash Pad ............ ........ ........ amenities. ...................... ............... ........ ........ ........ ........ ........ ............................................................... 13 DNP -24 Demonstration Demonstration Garden Complete a Park Master Plan, add $1,000,000 ..................................... Garden .................................. Development ......................... ..................... kayak (launch. .... .... ... .... .... ... .... .... ..... Ezell Hester Jr. Improve 4 -aces of land along the 14 DNP -08 Ezell Hester Jr. Park Park Natural south and southwestern edge of the park and improve with resource $160,000 $20,000 Area management and hiking trails. Four contiguous parcels form a 9 -acre site that has 600 -feet of intracoastal 15 DNP -11 Intracoastal Intracoastal frontage and features a mangrove forest that has been undisturbed for $6,000,000 $125,000 Nature Park Nature Park over 30 years. Complete master plan in coordination with the community and implement. 16 DNP -16 Palmetto Greens Linear Palmetto Greens Linear Implement dog park and ancillary $660,000 $5,000 Park Park amenities. F11FAFFOW1111mat • Page 731 of 812 Prioritized Development of New Parks and Facilities Projects (Continued) iP� luue IVu� e Iluu III �� � ut i i r / i o , r i 17 DNP -18 Galaxy Park Galaxyy Park PickIeball Implement Pickleball Courts and $250,000 - Courts ancillary facilities. 18 DNP -22 Pence Park Pence Park Development Implement Master Plan. $1,700,000 - Boynton Beach Boynton Boy Beach Mall Complete master plan in coordination 19 DNP -10 Natural Area NaArea with the public and develop land into $450,000 $34,000 Park Pat natural area park. Meadows Park .... Implement Master Plan; add ... .... .... ..... 20 DNP -21 Meadows Park Development p Pickleball Courts; add outdoor $1,000,000 - exercise equipment. 21 DNP -23 Pioneer Canal Pioneer Canal Park Complete a Park Master Plan, add $1,700,000 - Park Development kayak launch. 22 DNP -19 Neighborhood Park Neighborhood Park Develop into a Neighborhood Park $2,500,000 $72,000 Walking Trails Add walking trails in the forested area 23 DNP -25 Barrier Free in Natural of the park; add educational signage $200,000 - Park Area related to stormwater management and green infrastructure. Ezell Hester Jr. ---------------- Implement phase -1 B and Phase 2 of 24 DNP -15 Ezell Hester Jr. Park Athletic Ezell Hester Jr. Park which includes $6,000,000 - Park Fields second synthetic field and ancillary improvements. Implement 25 DNP -20 Little League Little League Implement Little League Park Master $2,000,000 - Park Park Master Plan Plan 111111 II VIII I II �. Page 732 of 812 1:1911AIle, 4311 Prioritized Acquiring Park land Projects Page 733 of 812 1 PVA -02 Community Center West of Community Center West of 8acres to develop an 30,000 - 40,000 sf $2,000,000 1-95 1-95 indoor community center west of I-95. Senior/ Multi - Generational 2 PLA -06 Senior Center Center 0.5 -acres. $400,000 Expansion/ Reconstruction Community Community 3 PLA -01 Park in Northwest Park in Northwest 15 -acres in North Boynton Beach for a $3,750,000 Quadrant of Quadrant of Community Park. the City the City 4 PLA -04 Intracoastal Nature Park Intracoastal Nature Park` -acre of natural area park. $720,000 Boynton Boynton Beach Mall 5 PLA -03 Beach Natural Natural Area 6.8 -acres of natural area park. $1,360,000 Area Park Park Neighborhood 6 PLA -05 Neighborhood Park Park in the Southeast 6 -acres for a Neighborhood Park $3,600,000 portion of the City. SII 1111 �� I��� Page 733 of 812 Acta�11111111 III uuuuumi°um (III III ,,,,,,,xec,uiii ng thhp C nIlerneritafion of the IliehTI(1q i N n e lecire ciii on III riton ['3eac,IIS Vision equk-es a coardh'iated effort IISy a vmlety ol" hridM&jd"S, iti) Ie q o a o c il.np e i n 9 projects widihi cl c&rtain fitne hume . ......IIS foIldlowh�ig -0 se (.-,fion the (",',',ity's AcIsed C(A')itdl fflC) ��iii vement 1�,,.oIec�ts and i°-)irovides detad:e(] IIDrocesses, by wIhidi) flie City wiH ii II iiuu iil. IIhe visian, These steps are organized around -the Guiding Principles and Policies and Actions presented in Chapter 3 - Vision. It includes twenty-three (23) Policies and Actions and one -hundred and forty-four (144) Steps with Key Performance Indicators (KPIs), Responsible Parties, and Time Frames that the City should follow to implement -the Vision. This section is intended to be a "Iliving section," which will be used by staff on a regular basis and updated based on current information. FIFEW Page 734 of 812 Goi� 1 - Gr,tc:�m Awar,eI tess1:1, �kricr,ease bcimW��edr.,,)e of fl['te rail III" tdrearea"6�0Iri systeIr)fn, 1110111 Marketing I , 1 - Develola a strategy For° markietirig and Branding Recreation and 0 2023 ain(i lbrain(fiing the Ill elpairtment, campaigns Parks Department completed Distribute Recreation and surveys every Parks Department " 2023 2-3 years Updated Recreation and website Parks Department/ * 2024 IT 0 On-going Frequency of postings Recreation and 0 On-going Parks Department/ * On-going City-wide Individual Communications strategy for 0 2024 social media Digital Displays installed (at 0 2024-2026 least 1x /year) 12 - Illnteintiorial1y and strateqical1y OR Code focus ort fl,ie ���)epartmeint's Stoirytellfing. installed 0 2024 Recreation and App Launched Parks Department 0 2023-2024 Established frequency of communication 0 2024 with School System Dedicated Recreation and cross- Parks Department/ . On-going promotions City-wide strategies Communications Interactive Guide 0 2023 developed Recreation and Parks Department 2 kiosks per * 2024-2028 year F11FAF �,Iiwna �111111*yii IrI3 1 3323ilam Muj�� Page 735 of 812 � Coordinate with City leadership and staff todevelop acomprehensive strategy for marketing the department and telling its story. r MO * Improve social media presence, including hiring youth todevelop content. w Spotlights on individual parks and services (highlight particular programs/narks on weekly basis). m Follow-up posts after events. 0 Create interactive kiosks in parks with Wifi, info, sign-ups for programs. Page 736 of 812 Goil1 - Gr'q::'�w /wtr'eI tessl:', lkricr'ease bcilmWlledrpe of fl['te artdrearea"U�0ri systeIr)fn F11FAF �.Iiwna villillwyll IrI3 1 3323AMM Muj�� Page 737 of 812 Parks renamed, where appropriate Track Marketing Return on Investment for social media OR Codes 2023-2033 2023 12 - Illnteinttnrtalllllly ain(i strategically added to focus ort fllie Stoirytellfing marketing Recreation and (Cointhni.ied) mix for all Parks Department 2023 programs, events and feedback mechanisms QR Codes added to marketing mix for all 2024 programs, events and feedback mechanisms 1.3 - Strategic lige' ally tills eiii-si,�iiiips - s,c nage _� ii ' J Number of new Recreation and .-�s well .-�s sham � ed partnerships Parks Department On-going l,-nd and of 9,,.-�i'izatioi'rS year WiUirY F11FAF �.Iiwna villillwyll IrI3 1 3323AMM Muj�� Page 737 of 812 Page 738 of 812 ';m;Uiii IIII ""I" �; IIII II°i IIII t nI a�� i�'��eio st illi II°yil ���I �i llll l llll ?,wi °ter pllff iiigll &llr s,,,, a"td u° rn; e' IIII"v IIII �'H e s 2023 2 t .. III nraulsae IllIarllrs elstlunp:t �Dc-I Ips to uMIXllniliz." the use OF IhMit��.�d I� iof projects nd Number Recreation and 2024-2033 �. Iid I n, -eke c I IticaI s Io a s e d oln completed Parks Department ciei� tlft a of rel M11 Htt! reeds crud ccblrcei ns. Yearly 2,�2 e irfor°ulrs ereolllogicall restor°abor"I Acres of 02023-2024 tlll,vrouglllror�rt th�e parllle systerlllrn Ifei'nove invasive plants rvasle �,,rlrlrtllis rundurestccl:�;" aureas removed Public Warks and u 2024-2025 I tl.a a:�tlrar rlrLipelfaars.few lrg Recreation and cc�.)�,,) oItuinit.la. s to ii'n rl°ove site Il a.��s„ Number of Parks Department 0 2026-2028 inc a. ase safety, aind pi,ovide �:�rppcbl t�,�rrlLi���"s native plants 2028-2033 : eaei: use a xf the IIrestcbi ed ai e,.-�s. planted 2,3 an e µutfing allyd gliro fr.rtirreIntroduce suoguaims, based oicolrvinulnit need new programs Recreation and On-going ain(I tulends - 111a k II!Fecyde suu,is oF rew annually Parks Department [ t ,l"rlr :"dl"ic �. �,.o �.�I �:�rc ai'ns. kl oar,: I �ta Ensure program �= 2 .. t`olllrtlillllsirer to ensM.rul e pr"oguraul°n ulrsuly lil s offerings are Recreation and allk neri with tlll°re ager segulrneulrts sellll vend aligned with Parks Department On-going demographic age segments 5 nsuure on ulrnovatlilor°m a ellleolilulrg puingr°arsr Recreation and Annual review On-going y � is aollllrtllllllrue(I Parks Department Obtain ongoing feedback using various tools 2 luimpi ove Customeir ge irvice - and develop Recreation and i r delkv II t aid ; s f �eiri;�.�"nce training for Parks Department 2024-2033 L1511in oi'rgoiil(: t..��ra tccl awa a.�;:�ucil �. h� org. culture and customer service training for all staff �.9 Page 739 of 812 * Review list cfprioritized projects and confirm feasibility based onproposed vision, planning level capital costs, and management costs/ implications. m Complete community-based conceptual plans for prioritized projects when applicable using the findings from the Needs Assessment and recommendations from the Visions as a starting point for dialogue with the community. Develop detailed cost estimates and identify phased implementation strategy based on available capital and operations and maintenance funding. * Develop construction documents for phased implementation and implement. * Review list mforoiectsvearIvand re-orioritize ormiects based on 0000rtunities and needs. w Consult with other Departments such asPublic Works and environmental stewardship partners to confirm prioritized list mfnatural areas that should be improved. w Complete a site inventory of natural areas in prioritized parks and confirm areas to be improved in parks. w Develop community-based manantplans,cmnceptual area site improvement plans, based on available/ proposed capital and administrative dollars and implement. * Grow Special event offerings and fitness & wellness programs. m Expand cultural offerings through the Boynton Beach Arts & Cultural Center. * Evaluate growing the popular Movies inthe Parks offering. * Exp|mnecreatinq Nature Proqrornsasa new core r)roqrann areas. � Utilize annual demographic estimates to identify oornnounhv profile. � Use program assessment data to measure existing program offerings and audiences served by age. � Track lifecycle status of all new programs. � Add / modifv / eliminate Droarams based on their lifecvcle stacie from introduction to decline. m Improve internal communications channels. • More accessible registration options with offerings at non-traditional hours. • Conduct pre and post program surveys and intercept surveys at special events and cultural events tmget user feedback. m Using this feedback, develop a Recreation and Parks customer service training program: The Boynton Beach Recreation and Parks Way. • This should include customer service metrics and standards, shared language and greetings. • This training should be a port of the mnboanding process for new staff and ongoing for existing staff. • Obtain ongoing feedback from staff and users to identify effectiveness of the training to keep and update. Page 740 of 812 xQ, G o r,f 3 ,, CaII°SII IIII ,,SII e ft OwII°,� &ID'°Yfli Sl„w' f„ IIII" °°Yfii IIII f� lim s s IIII y IIII IIII°vt f � gIII ate 6II,Y�* IIII a ali' IIIk:f ,;ll IIII°°d III e'°„u IIry at IIIOIII"i r„r (s eII"'r°Yfii iii Ilr,, to ' IIII Yrn w�a Page 741 of 812 2023-2024 2023-2026 III' 3 1����,� ,�� ��� Y Coinin rstiiior�ms - ui� �rrui�sr� dui°yen , irc ide UaU!0111 Public Works Facilities th,aL coni,rect the coi,ni,n aini y! Miles of trails Department with Lo tl,I [Dc -H, €I's, (ai"Id a e i e,.: tilon ;y!stei"n built. support from ria.'sigi n tads to fr:cHitaLe the hn i;�.�i,neu��t,aV Recreation and irtagratioi,r oF p air k exN,,) ei icunca: s whei,e Parks Department pr)S i 2028-2033 Yearly 2023-2024 lie iiussa llland ""I ansit Recreation and � ui tuioo IIIobfllity x p k)ire Reduced Parks Department 2024-2026 IIp�,,) �iti.,iini,ties 1rr a.'ifl-r��nce p'�, irrr urr �.r� i her parking in coordination aundooir.iliirt�^ ilx:ir�r.ri°�iy�y II"u„I;Gli a:: complaints. with Public Works f -ansub Effoi,ts Department 2028-2030 2030-2032 Yearly w�a Page 741 of 812 m Complete community-based conceptual plans for prioritized projects when applicable using the findings from the Needs Assessment and recommendations from Boynton Beach Greenways, Bluevvays, and Trails Plan as a starting point for dialogue with the community. w Explore and identify opportunities along the corridor to install needed parks and recreation amenities along the corridor informed by the Needs Assessment and recommendations from the Visions. w Develop detailed cost estimates and identify phased implementation strategy based on available capital and operations and maintenance funding. * Develop construction documents for phased implementation and implement. * Review list of projects yearly and re -prioritize projects based on opportunities and need. * Identify parks with the most frequent parking issues along with the days and times where parking is an issue, particularly Oceanfront Park. Complete Transit Feasbility Study. w Coordinate with PaIrn7ran on proposed transit enhancernentsand advocate for service to CornrnunftyParks. w Explore physical, programmatic, and economic strategies to maximize parking opportunities within the parks, without compromising green space and park functionality. * Explore opportunities for on -street parking along the perimeter of the park and along streets leading to the park aswell as off-street parking opportunities within a 1/4 mile (5 -minute walk from the park). * Develop detailed cost estimates and identify phased implementation strategy based on available capital and operations and maintenance funding and informed bypublic engagement. m Develop construction documents for phased implementation and implement. * Review list of projects yearly and re -prioritize projects based on opportunities and need. Page 742 of 812 iii �laiip� i���f �m,���� w, Uiu � ��lIII o r, ��,� fir �+gmtlo- �me��i I rI" iII IIIc"SII h�""� � ��� ���� �,�,UU� IIII° pG u x ate xe 6� �I e p ali �ks �5d III °' µ. III e a ,It IllOII°i s � �u Abu; � III,r lel lJf ✓AluDl III Illl'i to "6II Yf e ci°,rm IllhrtIririii a IIn�IIII ty nlf� w III IIIIII III IIII 11111111 111��!! 111 31111110111111111111111 INS=1111111111111111 2023-2024 Grow volunteer 13 I'16le of V6Vnteers hours by 5% - li (: i a. asc Tic opp oirtunitics to eingag�:�;u annually; Recreation and wi!Ulll the ks � and ure(::ire,.-uLIOIII �ystcr i :us uu establish a Parks Department Cin -going volu nteeir. Foundation or Friends Group 2024-2025 2023-2024 2024-2025 Grow earned 2025-2026 income 14 roviiide Moirefour categories 1�cururGon�ratmos -hiai�au���d�E.i"i�c annually and Recreation and ��a ria. i �rti�bi� �I'� �i a��u.dp:�l1 new�ru���� cx p'.)rr.u����.�ur�� 5% increase in Parks Department rpoiw soishii,,) r)�:-4.3oirtuniJes, an nual earned income overall On-going 2026-2032 Page 743 of 812 m Explore the potential tmestablish anon-prmfit 501cE0Parks Foundation toprovide fundraising and organizational capacity and beanadvocate for the Department. * Become a member of the National Association of Park Foundations (https://www.the-napf.org/) to learn from other agencies and Foundations. * Use sources such as VolunteerMatch.org to share existing volunteer opportunities and attract individuals willing to give back and support the mission of the Recreation and Parks Department. m Track and communicate the value of a volunteer hour ($29.95 per hour in 2022) to document the operational cost savings from good volunteer support. w Evaluate the potential to establish a system of "Friends of" park groups to provide regular volunteer engagements inthe park. � Create an updated Sponsorship and earned income policy to drive revenue generation. � Conduct asponsorship ltionstudytmidentifvthesponsorablevaluemfallrecnaationandparks, facilities, and beach offerings (e.g. The Superlative Groupspecializes inSponsorship Valuation and Sales Consulting for private and public agencies h1±ps://www.superiativegrmup.corn). w Target potential sponsors/ partners for a variety of opportunities including naming rights, value in kind support, print, digital and physical signage at athletic fields, pools, and other highly programmed facilities. m Identify opportunities for crmvvdfunding for specific projects. w Continue to track the Cost Recovery Model currently used for Service Level 1-4 areas and ensuring that offerings in Service Level 3-4 (most individual use) are priced to reflect the value of the experience and cost recovery goals. * Identify opportunities to further promote Sports Tourism particularly for Tennis and Pickleball. Page 744 of 812 Page 745 of 812 Number of park projects implemented towards target LOS Targets �purrnv- rll111111 W�DU� � � 111111 'ISI Imw[ Uumitl f IIII III tlm IIIIIIIX AIM CJI NAI��) II I "'�N �/A I��W!WIWI II dR vr. Ir UI�O L'YI ¶�����,'„' JI !I/II .'+ ^ ✓h II "UUUlllli 'Y�yo 1ml II �LgF4 IrUlll U�, �lpD n �d�/ ��W�`� IryI UjI}�� �j)li ^�V ��I IIIµI �IIIm�,I. {;�� "Uy+I� ,mµ,p ¶�����,'„' 'SNS✓il III IIII n✓M IIII bW0111 II WII� 4%✓ Abd✓/ yn IN 1m1,e rrl1Jr UI1IIVIIIVI/ 3YF II IIII III &5 �/dpRgl, ���N/ / Grow IIIIIIIIIIIIIIIIIIIIIIIIIIIIIII '/A�IIIIYI7� IIII �1(Ip��' W/ 1"to, 'AWS Y ✓n��h �i!���Uy s � , ✓A � lP l llll r llll "I 'W�;r "%w�4b Ivry"� "'JI +«�� +�rllll IIII ,,i IWp��/ ace �'mill� ®vw%!l "'Uip �¢b llu, I1y1I��� I�¶�����,'„' w Illi u!Wv lnr VYlld 'I i LUviIF �Od/0l� Vti �I�% �rvUn� /.f101Au 111 ty Irv✓ /I�,��(p�� IIp W�I;rn II/¶�����,'„' p "BN iiyp Ill i m'�✓�I w' YYN IIII Page 745 of 812 Number of park projects implemented towards target LOS Targets Recreation and Parks Department 2023-2024 2024-2033 0 Yearly Number of 2023 park projects Recreation and implementedParks Department 2024-2026 towards target LOS Targets 0 2027-2033 Yearly 2023-2024 4' ... Ill tItvrsue inew l4 air Il4 dxpai,rd fl ­i ';u ." I'ak of � ���r�k la.�i ref a."��::juk,sl�l uin �.I i CI LY, Amount of park acres acquired Planning and towards target Zoning Department LOS Targets or in coordination fees paid in lieu with Recreation an of land. Parks Department 0 On-going Amount of park 2023 acres acquired Parks and towards target Recreation LOS Targets or Department fees paid in lieu oin On-going of land. Page 745 of 812 [1`)em/e�o�ing Prew�ous|w �ar<s a Review list ofprioritized projects and confirm feasibility based onproposed vision, planning level capital costs, and management costs/ implications. 0 Develop construction documents for phased implementation and implement. m Review list ofprojects yearly and re -prioritize projects based mnopportunities and need. 0 Review list ofprioritized projects and confirm feasibility based onproposed vision, planning level capital costs, and management costs/ implications. V Complete community-based conceptual plans for prioritized projects when applicable using the findings from the Needs Assessment and Visions asastarting point for dialogue with the community. Develop detailed cost estimates and identify phased implementation strategy based mnavailable capital and operations and maintenance funding. m Develop construction documents for phased implementation and implement. * Review list of projects yearly and re -prioritize projects based on opportunities and need. m Establish a Park Impact Fee that requires future residential construction to contribute its fair share tothe cost ofrequired park and recreation capital improvements and additions. All new development containing a residential component would dedicate a proportionate share of recreation land mrpay the applicable irn actfeeforparkland,torniti atetheincreased demand mnparks created by new residents based upon the Level of Services Standards proposed for parks and recreation facilities. It would bethe City's soledecisiontorequireland dedication mraccept payment ofimpact fees in accordance with the adopted Impact Fee Regulations. w |fadeveloper is proposingto dedicate a proporti t hf recreation land within the proposed development, the City would collaborate with the developer during the plan review process tmlocate and design the open space inamanner that fosters public access, facilitates use, and addresses the parks and recreation facilities needs identified in the Reimagie Recreation Vision. * Establish a Park Land Acquisition Team comprised of representatives from relevant City Departments including City Manager's Office, Recreation and Parks, Planning and Zoning, Public Works, and others to meet monthly to review and discuss potential properties to be acquired. * Survey real estate listings on a weekly basis to identify potential opportunities for acquisition and, identify properties that are suitable for acquisition. * Explore potential of property to address both parks and recreation needs and other city-wide needs such as affordable housing, trail connectivity, stormwater management, public safety, etc. Page 746 of 812 Page 747 of 812 Amount of park �purrnv- rll111111 W�DU� �Wif � 111111 'ISI Imlllr, Uumni f IIII III tlm IIIIIIIX AIM CJI NAI��) II I "'�N �/A I��W!WIWI II dR vr. Ir UI�O L'YI ¶�����,'„' JI !I/II .'+ ^ ✓h II "UUUlllli 'Y�yo 1ml II �LgF4 I rUlll U�, �lpD n �d�/ ��W�`� UjIp��I �j)li ^�V ��I IIIµI �II�I�I,I. {;�� "Uy+I� ,mµ,p ¶�����,'„' 'SNS✓il I � IIII n✓M IIII bW0111 II WII � 4%✓ Abd✓/ yn IN 1m1, rrl1Jr UI1IIVIIIVI/ 3YF e II IIII III &5 �/dpRgl, ���N/ / Grow IIIIIIIIIIIIIIIIIIIIIIIIIIIIIII vUIlIYl11 IIII �1(Ip��'1Wl 1"to, 'AWS Y ✓n��h �i!���Uy s � , ✓A I � IIP I�II��1rryll' "I'W�;r "%w�4b Ivry"� "'JI +«�� +�rllll IIII vY IWp��/ ace �'mill� ®vw%!l "'Uip �A�b llu, I�I I�¶�����,'„' w i u!Wv lnr VYlld pIi LUviIF �Od/0l� Vti �I�% �rvUn� /.flOIAu IIII W! y Irv✓ /I�,��(p�� IIp W�I;rn II/¶�����,'„' p "BN iiyp IIII m'�✓�IIU w' YYN IIII Page 747 of 812 Amount of park On-going acres acquired towards target Recreation and LOS Targets or Parks Department fees paid in lieu of land. m.* rr ,we III III ll l� nd x I aiw d fl ­i '�u 2023-2024 "'n r g l.,llit of �.1aai'k l'.dlid Gi"�iuiila.d:;Dly IIi l ie 1! Ly (CI r„)In t IIIV.dGi".d) Number of 2024-2025 park projects Recreation and 2026-2028 implemented Parks Department 2028-2033 Yearly 2024-2025 4,2 ""' Ill r°oeu e egnuutalllcllle access to Development ereolnmmmnity Ceulrters . Dev f m�)p rru of Community Recreation and -,d&iu1r)r4V blr rm���u�l d. IrLei, cbrr Uh West Parks Department ,; ode o 3oyinLoi Il� If3e, ch1 Center 2026-2028 2028-2030 4,3 Xpand Matuira irea IIlIalll. s natui ll aairead p,.-�i fk faIP d aind Number of 0 2023-2024 pi ocl�rr� aAr wa11l�u�. ark projects Recreation and �puL aHc thrgI r unarc;I 411iin , ikid implemented Parks Department " 2024-2033 trals rlLhiinterpret ve slginagand other towards target Yearly aimei illtl(:: s s r,mdh as ,eaflllino cl eas A:'mund LOS Targets shehers Page 747 of 812 0 Use Park Land Acquisition Prioritization criteria toscore properties. � Complete community-based conceptual parkplonsusingthefindingsfnonntheNeedsAssessnnent and Vision as a starting pointfordialoguewith the community. Develop detailed cost estimates and identify phasedirnplementatimnstrategybasedonavailablecopitalandmpenationsand maintenance funding. w Meet with partners toexplore use ofland for recreation and park purposes. w Develop mutually beneficial site management strategy for properties determined to be suitable for addressing parks and recreation needs. Discuss Department property construction, operations, and management needs inrelation topartner(s)needs and expectations. * Establish appropriate land management strategy agreement that considers construction, operations, maintenance, and asset management. * Complete community-based conceptual park plans for prioritized projects when applicable using the findings from the Needs Assessment and Vision as a starting point for dialogue with the community. Develop detailed cost estimates and identify phasedimplementatimnstrategybased mnavailable capital and operations and maintenance funding. * Develop construction documents for phased implementation and implement. m Meet veariv to discuss land manaaement strateav aareement and revise as needed. w Develop apublic engagement based Feasibility Study and Master Plan for proposed community center and include anestimate ofcapital andopenatin costs, anticipated revenues, and alternative delivery strategies using the findings from the Needs Assessment and Vision as a starting point for dialogue with the community. w Evaluate alternatives for operations, maintenance and programming, including potential partnerships. m Develop detailed cost estimates and identify phased implementation strategy based on available capital and operations and maintenance funding. � Develop construction documents for phased implementation and implement. m Review list ofprioritized projects and confirm feasibility based onproposed vision, planning level capital costs, and management costs/ implications. * Develop construction documents for phased implementation and implement. * Review list ofprojects yearly and re -prioritize projects based onopportunities and need. Page 748 of 812 43 INatusul alll Airea III°°Iain° s Amount of park �purrnv- fll111111 W�DU� �W,f � 111111 'ISI Imlllr, Uumni f IIII III tlm IIIIIIIX AIM CJI NAI��) II I "'�N �/A I��W!WIWI II dR vr. Ir Ui�� �� (�,, ,q'YI ¶�����,'„' JI !I/II .'+ ^ ✓h II "UUUlllli 'Y�yo 1ml II �LgF4 I rUlll U�, �lpD n �d�/ ��W�`� UjIp��I �j)li ^�V ��I IIIµI �II�I�I,I. {;�� "Uy+I� ,mµ,p ¶�����,'„' 'SNS✓il I � IIII n✓M IIII bW0111 II WII � 4%✓ Abd✓/ yn IN 1m1 rrl1Jr UI1IIVIIIVI/ 3YF ei II IIII III &5 �/dpRgl, ���N/ / Grow IIIIIIIIIIIIIIIIIIIIIIIIIIIIIII vUIlIYl11 IIII �1(Ip��'1Wl 1"to, 'AWS Y ✓n��h �i!���Uy s � , ✓A I � IIP I�II��1rryll' "I'W,;r "%w�4b Ivry"� "'JI +«�� +�rllll IIII vY IWp��/ ace �'mill� ®vw%!l "'U,p �A�b llu, I�I I�¶�����,'„' w i u!Wv lnr VYlld pIi LUviIF �Od/0l� Vti �I�% �rvUn� /.flOIAu IIII W! y Irv✓ /I�,��(p�� IIp W�I;rn II/¶�����,'„' p "BN i yp IIII m'�✓�IIU w' YYN IIII 43 INatusul alll Airea III°°Iain° s Amount of park On-going �.ka'dliG riatldl atl ai,eat p,.-" l' arid arid acres acquired p �'DI a�SvI�.�G� �:Dt.,tl.ild' ata:a.;. s� toIh°latf;u„dl �d AI�Gi"at towards target g Recreation and I katl hay tlal ��sat�tl­r u.aru�lat'v`a:"t"�� Vvatf l �r��ra/ II­iIkIrr�t LOS Targets or Parks Department tll atll°1s With i 41 iter pi8 t, G Iptl rat tan atlId otlidt 1, fees paid in lieu Ctlu�au:u�ltla��� r."»"� �eatCIY�IC„� ail��.�`✓"»"a r."»I"ia of land. (�."�4.d��C shetell";cbl tlrru.,u;: ci Number of park 2023-2024 4,4 It)eve�lcills use faclillllliltliles . Ilrici a,,.-, : and recreation tl'lle nuai­n- : eir of 1. ai lks Aai,ud I eci,eatioia a facilities Recreation and 0 2024-2026 Facilities eqtftzflCly In tll-ia ("ity implemented Parks Department COIIrtuau; ns..,iirate wltlr Ieslakent Ilnveds arra towards target pilou"Itle"k"A. 0 2026-2033 LOS Targets Yearly 2023-2024 Recreation and 4,5 I' u.rllslic Airt in III°'IallHllks ''" Public artist Parks Department lrul,' ;')ed a - find pal Ow lDaullslllC A.11 t aa�aalwoirtunitles, involved in all in coordination tl'I iI a U(:Ilaou.at tl ie, park s steirin, park projects with Public Arts Manager 2024-2025 2025-2026 2023-2024 2024-2025 Recreation and culsrt`lll r'rats� nr°m� poaliltulsruls s aulsrf Illruiul°e ta�°°�°° Parks Department lsransalllate with facilities s�vllsr���runsicirm Achieve 9.6 in coordination t�4a and frinI g p.'tl �� o st Gvo PTEs per 1000 orll�sr d with City Manager's 11 S;..,to .a. w ry a.l Office/ HR 2026/ Yearly Page 749 of 812 � Use Park Land Acquisition Prioritization criteria toscore properties. � Complete community-based conceptual parkplonsusingthefindingsfnorntheNeedsAssessnnent and Vision as a starting pointfordialoguewith the community. Develop detailed cost estimates and identify phasedirnplementatimnstrateBybasedonavailablecapitalandmpenationsand maintenance funding. w Review list ofprioritized projects and confirm feasibility based onproposed vision, planning level capital costs, and management costs/ implications. w Complete community-based conceptual plans for prioritized projects when applicable using the findings from the Needs Assessment and Visions as a starting point for dialogue with the community. Develop detailed cost estimates and identify phased implementation strategy based mnavailable capital and operations and maintenance funding. � Develop construction documents for phased implementation and implement. Review list of projects yearly and re -prioritize projects based on opportunities and need. * Coordinate with the City Manager's Office to allocate at least 2% of capital improvement project budget tmpublic art projects. * Establish a process to involve City Public Arts Manager in all parks and recreation capital improvement projects toexplore opportunities for public art. m Participate inthe upcoming Arts Master Plan tohow the parks and recreation system can help advance public art inthe City. w Develop strategies to integrate public art into parks and recreation facilities such as playgrounds, sports courts, fields, buildinBs, trails, signage/wavfinding, etc. w Integrate public art in parks with S.TE.A.K4. Programming. m Develop maintenance standards and procedures based on a cost -of -service model for waste management, facilities maintenance, and landscaping services. � Use data collected to determine the optimal resources (funding and employees required) tm maintain the system atthe desired standard. � Develop mini -business plans for all new facilities and annual plans for existing ones to determine operational needs and consequently staffing needs m Work with the City Manager's Office and Commissioners to increase staffing and budget to address needs. Page 750 of 812 i lUl'pf ,,, t IIII dl° i IIII , PI 'm' IIII fl f; O wII°"'IIII ^ III , ,,,, IIII IIII"rr ll a Illi"'Wifld Sy st � „w� IIII nl ///lpimaw vu luurrai- �'r ///! i Grow vr�u r r r i I i ace, r vrr I�, p �/ q wars srrr� �wl� p �y " ��rp� � r r I � X111 � , will iii 1�� 'Iii � �'Pflr ill t � �' �µ prr, ���y '1 r�t uuuuuuuumuuuuuuV mwult ill �mia���(/ Ii �rra` �Ill�lAt � �u "r� ill IIII � /� `� �'w!`r�m �'wr`�n, IIII °� "�i r ��nvr ac vrU mwrU� � � ill ��1�%�� ��a IIII • m ," o mm ,:, 4� insi.ire staff mix ureflects tlll°ue ufineui suity ofthe he coimmuuinity i ru auryc Ust. u� urea:utioin a ind pairks ei-n- ,,)l��a}rsa�.u�s (�su��d ir� e volu.unteei s) at a H f vee s ureAe t tl'le Fu.uH diversity of tl re CALY Positions hired and roles modified ,. „ ,,., min ... ., Recreation and Parks Department in coordination with City Manager's Office/ HR 0 0 - 2023-2024 2023-2024 2023-2024 2023-2024 2023-2024 2024-2025 Recreation and 0 2023-2024 4 3 - Ill uuuirsuue III u.undiiunq - 00tsiun f�.,ii, cdin(.-j foib Parks Department Uir� e of cau,,)ital pi oje ts, Financial Plan in coordination with City Manager's Office Highlighted Parks and CPTDD Recreation strategies Department 2023-2024 Number of cameras Parks and 0 2023-2024 installed Recreation 0 2024-2025 Department and Number of Decatur Police 2025-2026 4�9 - Illmpirooe couironuisuu.unoity suuufety p arks rated as Department 0 2027-202$ tlll,vrocuglllm tlll°ue padc s s suloeium ; verage tha+:ry well lit by users parks and reci �: ,:ut1011 systei-n Lo li-n rove Yearly u-°OIMi,r unity s,-ry ety. 2023-2024 Land acquired Parks and 0 2024-2025 that expand Recreation park edges Department 2025-2026 Yearly Page 751 of 812 m Add staffing support /contract help for continued growth indata and business analytics to help the with more informed decision making. � Evaluate ways to provide flexibility in staffing with floating support staff/flexible staffing hours � Identify ways to convert existing part-time staff to full-time staff to help with staff capacity (similar towhat has been done with Park Rangers previously). m Cross -train staff tm allow for interchangeable staffing at facilities. � Expand role descriptions to be broader (e.g. rec specialists versus location focused only). m Introduce a dedicated social media support position (part-time / paid intern) to help the Department better tell it's story and drive increased participation. w Complete financial feasibility study for pursuing general obligation bond. m Implement recommendations from feasibility study with the goal of including a ballot measure in identified election cycle. CcnsiderClrirnePreventionnnironrn&nUflOesiBn((,"PTEC) strategies inU­iedesiBn�nd madesiBn ofparkszind recre,.-�tionf�ci�ities, m Require park design teams to integrate and highlight CPTE[)strategies inthe design and redesign of parks and recreation facilities. Add securitncannenzsinkey par[:�s,ensune�dequate��B��inBin��r�z��erdark,�nd�ncounzBernone patro11in(_'1 in parks, * Conduct an initial evaluation of security and lighting in parks with City of Boynton Beach Police Department. w Identify areas that are in need of security cameras, lighting, and more patrolling. w Develop detailed cost estimates and identify phased implementation strategy based on available capital and operations funding. w Implement based mnavailable capital and operations and funding. * Review list Of Droiects veariv and re-Drioritize Droiects based on ODDortunities and needs. E�p,.-nd ip,.-�rkssothey ­�oveosm,.-�nypuL)Hcedges possiiCiethz�Lencourage"eyes onflile��r�" m Survey realestatelistinBsonaweekk/basistmiden6fvpotentialopportunhiesmf/andthataUow parks toexpand tmhave public edges. m Acquire property. * Complete community-based conceptual park expansion nlanusingthefindingsfrorntheNeeds Assessment and Vision as starting point for dialogue with the community. Develop detailed cost estimates and identify phased implementation strategy based on available capital and operations and maintenance funding. Page 752 of 812 �purrnv- �I wouu. uumni u � n v am � uuu a m � u � � ry wa ��,�� ��fa ilii IIII � � � ilii �� ilii �� iiiw°fl �, iii°i IIII � �� iiil dye s 't e iiia ff (ol �Idmari- mv; pnami- �;. llll Grow I u i ace i u i m is IIIA ����w lll� ���� ��ry fa � e IIII�n ��' : nl�� „� IIII � Illi e wIIII��' rrr � °If e �,Uui � y s Ill�r„ f Y" 4,9 lucrpirove couicruicrt.roinity safety Number of 2023-2 delivered at -risk Parks and 4 � � � y � °�a:�rw���;ry� tl�a:~� Recreation 2024-2 rui�ou � .t � car�llr � s s°�cuicr II ; [ kr."dl ks and u; a i e,.-�tioil �� stern to ii­a-��:� i ove programs and Department a:.��ur�rurre nity s,. -Maty ((.'.ontii, �u�. d). services 2025-2 Yearly 2023 - Number of project Parks and implemented Recreation in existing Department 2024 - developments ;,., y of 2025-2 4�4 Cv sllloui a tll4 . iiiuist:euu sec �uior°maIIIVi pair s aind affordable housing,,, Yearly 2028 Completion Parks and of Feasibility Recreation Study Department 0232 REIMAGINE RECREATION BOYNTON BEACH Page 753 of 812 '1 �� fl ME a24 a25 a26 a24 a25 a27 Page 753 of 812 in co�H� a zx�)i, a tJon with clartiners, ii -I eve op orogir�.:,)i'ns a ind acflv�Jes foir a t �sk youfl-i to he��:-� de�ivei, Dirok giiaiins, seirv�res, cimp�c�yiqient, and ech,�caJonfl Opp"�!�rtun� ties ack,AL 0 Ille Z111d il!M�011-cwed neig[flooi� ­iood saFeLy, i 0 Establish an At -Risk Youth Task Force comprised of representatives from local service organizations, universities, and City Departments. 0 Meet and collaboratively discuss what services are currently provided, what may be needed, and the roles of the various representatives of the task force in addressing the needs. 0 Develop an implementation strategy to address the needs and develop metrics to track progress. 0 Meet annually to review progress against established metrics and make adjustments as needed. Wc�irk close�y with [3'e,-�ch County �� �oush'�g Aut.1-mi,ity aind ofl­i& .-�ffordzfl�3�e �',)aitinei­.; to i i -�ei'� raxilMize ecieation (p�aygirc��.,iinds, etc.) .-�t. existhrx� Ls� i 11 deve�lopi­� * Schedule annual/bi-annual meetings with Palm Beach County Housing Authority and other affordable housing partners to explore the need for recreation opportunities at existing developments. * Develop list of needed projects, compare to findings from the Needs Assessment and recommendations from the Vision, and collaboratively develop the role of Parks and Recreation Department in addressing needs. * Based on agreed upon roles, develop detailed cost estimates and identify phased implementation strategy based on available capital and operations and maintenance funding. * Develop construction documents for phased implementation and implement. * Review list of projects yearly and re -prioritize projects based on opportunities and needs. the fi.,ituie redevelopi,nent of �.,iindeiruuHized eci,eatioi'� ceinLei, �',)ropertiesto ci,eate h'�Lecy,.-�ted affoi,(A,.-���D�e nous�ng and ndc�c�i� ecreatioi'� COIIM�',)IeX� When developing or remodeling recreation centers, complete a feasibility study that considers rebuilding the recreation center within a multi -story affordable housing development. FI]WCW Page 754 of 812 Boynton Beach N co O N NaN fill, rr v> ail r ' ,M /i ilial ri d viii r / /i ///r;,oh N co O N NaN 1 VIII 11011 IIIIIIIIIIIIIIIIIIIIIIIIIIII Ln (IIIIIIIIIIIIIIIIIIIIIIIIIIII �i IIIIIIIIIIIIIIIIII IIIIIIIIII� IIIIIIII III III (IIIIIIIIIIII VIII IIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIIIII IIIIIIIIII� (IIIIIIIIIIIIII IIIIIIIIIIIIIII IIIIIIII 111111IIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIIIIIIIII VIII IIIIIIIIIIIIIIIII IIIIIIIIIIII ill III IIIIIII VIII II IIIIIIIIIIII IIIIIIIIIIIIIIIIIIIIIIIIII (III 0-1 (III 1111111 1111111 IIIIIIIIIIII III (III 111111 (IIIIIIIIIIII IIIIIIIIIIII IIIIIIIIIIIIII IIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII plll IIIIIIIIIIIIIIIIIIIII IIIIIIII Illl�m (IIIIIIIIIIIIIIIIII III Iuuum IIIIIII IIIIIIIIIIIIIIII1� II � uulllllllllllllllllll IIIIIIIIIIIIII(IIIIIIIIIIIIIIIIII (IIIIIII (III III (IIIIIIIIIIIIIIIIII � II IIIIIIIIIIII 0 ( 11 IIIIIIIIIIIIIIIIIIIIIIry luau w co O r - L0 c� a VIII 11011 (IIIIIIIIIIIIIIIIIIIIIIIIIIII VIII II IIIIIIIIIIIIIIIIIIIIII IIIA IIIIIIIIIIIIIIIIIIIIII IIIIIIIIII� IIIIIIII 111111IIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIIIIIIIII VIII ill IIIIIII VIII (III (IIIIIIIIIIIIIIIIII �b IIIIIIIIIIIIIIIIIIIIIIIIIIII IIIIIII (III 1111111 1111111 IIIIIIIIIIII III (III 111111 (IIIIIIIIIIII IIIIIIIIIIII 0 III Illl�m IIII�I III IIIIIIIIIIIIIIIIIIIIII (IIIIIIII (IIIIIIIIIIIIIIIIIIIIIIIIIIIIIII (III(IIIIIII I (IIIIIIIIIIIIIIIIII IIIIIIIIIIIIII(IIIIIIIIIIIIIIIIII (IIIIIII I il�lllllllllllllllllllll (III I (IIIIIIIIIIIIIIIIII (III I IIIIIIII�IIIIIIIIIIIIIII (III 3 I o1 Illllllw�' IIIIIIIIII (III IIIIIIIIIIII � I IIIIIIIIIIII IIIIIIIIIIIIIIIIIIII I I 111 IIII� I X11 (III (III (IIIIIIIIIIIIIIIIII Ln IIIIIIIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIII (IIIIIIIIIIIIIIIIII 111111111111110 111111111111111111111111111111 lu IIIIIIIIIIII�IIIIIIIIIII 0 0 w co O r - L0 c� a 0 01 4- 0 (n a) +j w u 0 C- E 0- C: a) c 0 U) a) 0 a) C- > U a) > 0 %+- 0 CL -a U) E C- .0 o ti a) 0 oc, Cr 0 u a) w > u .0— > 0 E o 0 CL u I— rM m CL E 01 4- 0 (n C: 0 w u C- -P 0 u u 0 U 0 oc, Cr u 4, w E E CL 0 U m CL U �» � A / / S 2 ■ z 1111/11(1117; IIIIIIu"'I'fl O�)H ,Ojjl IIIIIIIIIIIIIIIIIIIIyyIIryryII IIIIIi��lURR88; (',Do o p�/TpmifR6 � IIIIIIIIIIIIIIIIIIIIIIII lll�lllllllllllllllllf UlBpq @01111111111111111 Im11U IIIIIIIIIIIIIIIIIIIIIIII ��6 /�� // VYc��cQQ�ii���LIIIIIIIIIIIIIII �� a� �I���IIIIIIIIIIIIIIIIIIIII � � IIII IIII �m�°�"� V11Jr�Bppp �'� 111111 �umiiOUpla �mAsulr� �I poi ���I�IIIIIII� IIIIIIII((I��IIIII ;����f �������IIIII�I�IIIIIIIIIIIII rA//i/l/JaP u�„zaa�abam,aa�¢a�ma�ceauraama�m asr„°�iraasaaia�,�aamm¢��aaapn�� U m m .o s i O E w �a> hz a J � 6 Q 1=N 00 m m � m asr„°�iraasaaia�,�aamm¢��aaapn�� J/116i- I iioraoiaa/am0io0o ree/o/j/mOG Im w u 0 III ol 0 "Ln Vum Ck! ry w �t • 0 a //" ra 14 CJ N rf eW 010 r h cn v T h U) N �n m 0 ry IIIA v cv CD rw I/ v d- m a N ry ry CD ry vi N i w 00 I- 0 M N Rt Ln Ln I QJ i viiia I c viiia J jii% i c alai ii%ail 1 f/ "Vi/l Ln Ln ilii/iraa o, /11l�/a r/ 010 r h cn v T h U) N �n m 0 ry IIIA v cv CD rw I/ v d- m a N ry ry CD ry vi N i w 00 I- 0 M N 76 QJ i 6iiii/ i c f/ u�ilaa�ioo ilii/iraa 14/m/0, x m I FROWWWWWWWWROM �C. L , , f 2 7s .8, E- E 751 E 2 z,,,w E o42 c) 0 0 "i 'n �d er N, .46.1/11/10 a 0 1/1'ALL-1 CC/121 t* kv], plailt rd I 01 me ON I.."WIP c Ori iiriaiia LM .......... I uj w :2 0 LO .......... I I's s, /o 4a adlf/ uj `%i, fsrffooi w :2 0 LO ri.A � I M z E E I �friaan„,� r- 00 N O Ln m 0 L u w co 0 00 I, - a) 0) c� a /�%i//// 1ry El 1 w llol //7�%//%�/%:. VIII ILII �/G / IIIIIIIIIIIIIIIIIIIIIIIIIIIII j///�///��/�// / A'i� III IIIIIIIIIIIIIIIIIIIIII �r � III IIIIIIII 111111 �IIIII�IIII IIIIIIIIIIIIIIIIIIIIIIIIIIIII VIII iIIII IIIIIIIII 1111111 III IIII 111111 IIII IIS �'°���� IIIIIIIIIIIIII IIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIII �I WO /�%i//// 1ry El 1 w I I I I amm th Dow w 0 llil(IIII rr� �� E E O u F w co 0 i it w co O N N N err/i/ �f rr r� FrEA rr / /rr r�r rr r �rr V/% I/ �i rr 1115 / ri iHOW ii/ / r r/ r c /moi it ri NOR / .. //ii//...... It'll'i ' riiiiii 1111111105 r/ r// Hill HIS' 0 m. ii /i// r a r r / MMs w co O N N N I I a M . } , § . \y CD . .v <z ,. .&Z , � 2: °» » / �/ ; \\ t 2� ^� ; z . \i ,. ° . ,. . < \ .. w y > > ;g : , � \ �m, :. 2» , � : . y . :k ° a M I e � � � N*4 \ ƒ � ................ ' � i � > � e � � +\ � e � I I IN e � or IN e � I I I I %0 In m 04 WMAJOS 10 IGI 96eaj:)V q�eeg uojuAoj3 jo fq!:) K07 C: U"o0 m 0C) C ctm 0 4-J c 4., b M 0 0) u A < .4-J cn a_ I,_ �q w 0 f . . ......... )� Fz z C I I %0 In m 04 WMAJOS 10 IGI 96eaj:)V q�eeg uojuAoj3 jo fq!:) K07 C: U) m C 0 4-J c m CL 0 0) u .4-J 0 C E E C U o CL 0- m U I w 44 Now /Z 71, , IF[ .. . ASI 117 0 -F, T U oo, L—L o 00 ROOry >u 0 rtf 0 rt lie .0 T, �2 'r 9 Z�, , 4-, .= 0 % 2 ..0 0 E -1 E c t 0- 0 w -2� 5 E E C U. 0 %z L) M u Om o u 0 m Z 0 0 mm E 'i �i t(, ,C, r,� "d ov LJ "i 4 i L'i 6 I I 4) \ C CL w 2< \* : C. 4a 0 : \. c ta zz w \ 4\ 2 � «. .FAN, 2 5 M , f} � � m 9 w co I- 0 M W N N 0 r®' lk M LL MEN= L MEN= pp r T !• m*� Yd Z� O O k 4� , b r ery P ,i w co I- 0 M W N N 0 r®' o a 41A I 0 0 tiff -k-j ppq IN ...... CA > (U u 4- n c (1) Ln w — u 0 0 T Qj 0 v . 0- 4- �r V Di 31, S 4-J va ... . ... ..... .a . .. .... E 'T AIJ Fm Ll --rr' -�3 wl E E 0 0 Z Z 75 ro �E TI - Z X'O. �i' Cc �5 tL E 41 'qj;5 0 .'o E o E 12 2 o E E L cl E -2. E 2 s, o z 1� 15 m :.[dIQ U 0 E' m o u .2. 6,ti C6 �'flli�ci El '..: 'i Ili 4 "t 'V "; 4 'i 45 oi "i T.F iA'o 41A I m C: 0 E E 0 u 0 0 -k-j ppq CA > (U u 4- n c (1) Ln w — u 0 0 Qj 0 v . 0- 4- 4-J AIJ Fm m C: 0 E E 0 u % & \ � � i < ƒ CL , y ` m CL r» e z� / , \�< ; � ® ( � � a cr- . ' � � � ) Em z uuu�uuuuuuu C: VIII uuuNlYlmlm�lmlmlmlmlmi w 0 0 z / 00 \ I � IIIIIIIIIIJ� 'ir���p`� 11 IIIIIIIIIIIIII IIIIII;"fff1, '�(rr �((I` /, IIIIIIIII IIIIIIIII �I II ILIA D d11JJJ�� III IIIIIm co (IIIIIIIIIIIIIIII � �� mlol luullllllmn (IIII ��� u1f(ffl i��� f�J1f� � � � 1111111 I u �iul!I>> II �� IIIIIIIII � III IIIIIIIII VIII �rI� O u�uuumuumuuumullllo � VIII III. ��������� lllll�pQfd' IIIVUI��.. 111111pp�.. � uul �rtn ��/,� °� � � � Illlllllluuulll � IIIIIIIIIIIIIII�IIII%I DJJJu,� (� �r11 Illlllrilll All 08 H lipi� CD Yff l�(fPl �' rf f1� (4 kit IIIIIIIIIIIIII pu �' IIII"I��m J uuuuumuuuuuuum ��� lJ l/ 11 ��/q IIIIIIIIIIIIIIIII IIIIIIIIIIIII O U III IIIIIIIIIIIIIIIIII � u,11111 ��„�( rrrf IIIIIII .. LL 3 VIII Grrti,� v��f�� O uuum m�m (IIIIIIIII( I J / � If � � ,,, IIIIIIIIIIIIIIIIIIIIIIII .� IIIIIIIII U� /���� � (IIIIIIIIIIIIIIIIII ”"'11111"'" �IU'� IrrrrrirrrJ (� ` �. f IIIIIIIIIIIIII Lf) Ain � IIII VIII 0 mu III m � IIIIII 1pp //ft( CP CQU LAI ror� 'il//l UJJJJ' Imloil�';rrll�/ IJJJff�J�J��� I�JfJI�. II IIIIIIIIIIIIII lull �'i%/111 0111�f1J11��`°;;;J; «ilii( 1u1�1 N I Il Dili IUw, it Il �ir�6l( ������.. ��II��III �,;�� Ir„ I � Illluliillllllllll / ch �� Illlluuullll.. a LVA�111�111�� ���Wit cu iiiilli Q uuuuullllllllolU6ll �I 'lig lJJ�I'�irrr��, f I uull�lll���. romO m�"W� .l IIII IIIIII � `,%%%� �j�jjjjjjjjj � ' VIIIiuo. (IIII IIIIIIIIIIIIIIII � IIII I Illiiiif !rr(( ��l Illlllw N (IIII''III I'll (II/ j`Irr ', I III (IIIIIIIII (IIIIIIIII � N IIIA � IIIIIII ao mr � III a� ,� (IIIIIIIIIIIIIIIIIIIIIIIIIII � � •v II IIIIIIIIIIIIIIII I11111111rrai��� � �IIIIIIIIIII If%� ���� � 11IIIluul��. � p fllJJl' 1>'rrr r � � 1111uu1��.. � Wq Ail uuu°°I �I'%�ll ����1/l�� 1111J1rIIIIIIIIIIIIII � (IIIIIIIIIIIIIIIIII •� j � pip SII N llllill�llllul rllill� Iunnl��,rf11111 �U W; u J � uVli� N J IIIIII"Illi ll���(1111 i�' ® o CY III �I o � v� � N u L � W'N (IIIIIIIIIIIIIIIIIIIIIIIIIII `:. !L Illllll�mn � d RUAJ 'gym • + CL 0 �u fl- Illli tA Lo � � • � � mm uolIIIIIIIIIIIII �III((((((flllf Jllu�`!(I I , lllluuuulllll"' ° llluuumlll c � Jllu!'i Doll °°Illlllllluuuoll u uuuuluwug ��������O Mull ffG VII,IIIIIIIIIIII • 1pulllllllllll d IL u N uuuuuuluumuuul 11111111111111 �I�IIII�I/�rr II` Vu�llllll VIIIIIIIIIIIII � � uuuuuuuul ml ,0 z i uuuuuuumn um� uuuuuuuuuuuuuuuuuuu i uuuuuuumn ■ uuuuuuuuuuuuuuuuuuu ■ w I uuuuuuuuuuul ul uuuuuuuuuuu C, 0 I uuuuuuuuuuuul uuuuuuuuuuuuuuuuuuuul uuuuuuuuuuu uuuuuuuuuuuuuuuuuuuul ul IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIII No w co O T N N ullluuuuuuuuuuuuuuu uuuuuuuuuum ui"illllllllllluuuuuuuuuuuuu m i uuuuuuuuuuuuu uuuuuuuuuuuuuuuuuuuui uuuuuuuuuuu uuuuuuuuuuuuuuuuuuuui ( oIl 4! ** 0 00 114 0 C) rr, 17 dll" �gg, E MIn"ll JL Lz 75 �16 01 Di It 1 i @'t P, L Ll r wl E EY. K 2 0 0 z z u 75 ro 2 3, ro ie �T. a c T, IL o m o,4" > o E tL p t 5, 2 aj I o 2 3 rci E E F �2 5 G z j Zr , P�:D - u a u C) i ,�•,-i A 6 C6 li F "i -,i A 6 40 po' m IN PIM IN 0 • ou ae 2m - PC 0 :m - I P -M on 4A O� C* CX CX 0 0 C) V, 8 17- 77' J74 7'r jirTa 7, R ar ft:u' . . . ... .... �p 'f'y c:.,UA'l t 2" 0 lz 75 ..... ..... 3 .5y 77' xe' ol 0 0 1� t� z o Q. 75 ie 'E"d o o R, T, U w 'q E S' E E F .2 uo Ly Q A 6 lr-� L6 L6 El 'i "i 4 45'^, of <1 "i -'i iA'6 po' m IN PIM IN 0 • ou ae 2m - PC 0 :m - I P -M on 4A O� C* LO 4-J CX CX V) a) 0 0 C) V, 8 0 MINA POO a) ?A 0 a) 71F 7 rm' "OH P p .1 2 =l. 2 V S' mw L W Iz 75 ..... ..... -0 �6 AC <n V, �E u @ Ll LJ 2 E E o 01.1 U 75 Ai �6 i -2e o 1 2, a'g — u r" Uw 'qjm E E E g 2 o E E R z 2 L n5� < 0 "i 'i E] <1 "i 4 A '6 40 LO 4-J ON V) a) 0 0 POO a) ?A 0 a) on 2 10 L w OJ 1. I I v" ID 'U z o 2,002, W 2 lilro LO m I,- w co 0 rn c� a — 1 4-' cn z VIII o �' L U m 0 (n U ' vs — c cn t uuuuuuuuuuuuuuuuuuu> M_ iiiiiii1t; 0 0 0 F, CL ®-r+ — Ln F' m m 1111111111 m ,, — le 4-J CL (n cn .-, Ln p°� — L- 1 .® °1co uuumu uuuuuuuuuuuuuuuuuuuuuu N c6 �, C ' u ` c CLLn uuuuuuuuuuuuuuuuuuu m o uuuuuuiuuui ®1- „ .— — > > U ' IIII � III w co 0 rn c� a me IV, An Is E a W -A w co I- 0 00 4-J c) c CIO 4-J U oIll uuum� gz EE, N u: E ±2 0 m 0 u a) s 0 40- E (n -0 U .— 4-f (U L --a4-j c (10 a,") 2 U o Ln +-j U 0 -0 a) 0 U C: CL (n co . m ......... N 4-J >, ±2 m 0 E U +-j Ln (1) (13 . .......... Q) 0 ........... E U > 0 u Ln me IV, An Is E a W -A w co I- 0 00 13 U 10, on a w 0 0 w co I- 0 Ln IL 4mJ D 0 4mJ U V) V) c 0 U) 4 CL mJ to >1 0 4mJ U a) a) 4mJ 0 Ul 4mJ >1 M to Z .4mJ (n uuuuuuuuuuuuuuuuuuua) Lo > 10 10 (n 0 0) E AA, a) 0 0 u u in C U 0 U 0 c C C: .- a) co E U) cc Ln (n 0 (n (n (D CL u -0 o E 0 0 N C: x 0 --o a) U) . . ................ 4-J 0 0 Ln (D c 41 CL (JI C: SIMI 0- CL U) m o o a) c (10 E E a) a .......... ci Fn 4- m CI c a) o 0 (D 0 (D > ................ L U, 'o 4mJ U +J CL ................ (n o al -C M T) T < 0 4mJ T) T) U) -0 -0 > c: V) (n 0 (10 C Q) ui Lij 2t U 0 c 10 (D ON 0 w co I- 0 C) C) 00 El U � ƒ , y ±� � � > , p \ CN � � � ^) __ re 0 ' \ \ 1 \ I < ° . � ~ � . ' w co 0 N O W N N OK i / mill pm / 'i ii / ar � Oft r/ 1, uji; w co 0 N O W N N Requested Action by Commission: Consider revised local rules for approval. - TBD Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: 13.A. Future Agenda Items 3/21/2023 Page 803 of 812 13. B. Future Agenda Items 3/21/2023 Requested Action by Commission: Discussion regarding American Rescue Plan Funds, requested by Mayor Penserga - TBD Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Page 804 of 812 13.C. Future Agenda Items 3/21/2023 Requested Action by Commission: Discussion regarding installing a coral reef at Oceanfront Park, requested by Commissioner Turkin - TBD Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Page 805 of 812 13. D. Future Agenda Items 3/21/2023 Requested Action by Commission: Review Advisory Board Ordinance, requested by Commissioner Kelley. - TBD Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Page 806 of 812 13. E. Future Agenda Items 3/21/2023 Requested Action by Commission: Discussion regarding future cemetery lots in Boynton Beach, requested by Commissioner Hay - TBD Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Page 807 of 812 13. F. Future Agenda Items 3/21/2023 Requested Action by Commission: Discussion for Ordinance regarding tints for paraphernalia shops, requested by Commissioner Turkin - TBD Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Page 808 of 812 13. G. Future Agenda Items 3/21/2023 Requested Action by Commission: Look into lowering or waiving arts impact fees for small businesses, requested by Commissioner Turkin- TBD Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Page 809 of 812 13. H. Future Agenda Items 3/21/2023 Requested Action by Commission: Discussion regarding changing minimum requirements for traffic studies, requested by Commissioner Turkin- TBD Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Page 810 of 812 13.1. Future Agenda Items 3/21/2023 Requested Action by Commission: Update regarding speedbumps throughout the City, requested by Commissioner Turkin-TBD Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Page 811 of 812 13.J. Future Agenda Items 3/21/2023 Requested Action by Commission: Discussion regarding bringing more jobs to the City at former ToysRUs site, requested by Commissioner Turkin.- TBD Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Page 812 of 812