Loading...
Agenda 01-06-09 The City of o nton Beach 100 E. Boynton Beach Boulevard. (561) 742-6000 City Commission REVISED AGENDA JANUARY 6, 2009 Jerry Taylor Mayor - At Large Ron Weiland Commissioner - District I DISTRI T I Jose Rodriguez Vice Mayor - District III Woodrow Hay Commissioner - District II Marlene Ross Commissioner - District IV Kurt Bressner City Manager James Cherof City Attorney Janet M. Prainito City Clerk www. boynton-beach. org We 're Reinventing City Living for the Millennium WELCOME Thank you for attending the City Commission Meeting GENERAL RULES 8r. 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, presentations and first reading of Ordinances - Time Limit - Three (3) minutes . ADDRESSING THE COMMISSION: When addressing the Commission, please step up to either podium and state, for the record, your name and address. 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 pagers and cellular phones in the City Commission Chambers while the City Commission Meeting is in session. City Commission meetings are held in the Boynton Beach City Commission Chambers, 100 East Boynton Beach Boulevard, Boynton Beach. All regular meetings are held typically on the first and third Tuesdays of every month, starting at 6:30 p.m. (Please check the Agenda Schedule - some meetings have been moved due to HOlidays/Election Day). S:\CC\WP\CCAGENDA\Cover Template\WELCOME SHEET - REVISED 04-04-07.doc City of Boynton Beach REGULAR CITY COMMISSION MEETING REVISED AGENDA January 6, 2009 6:30 P.M. I. OPENINGS: A. Call to Order - Mayor Jerry Taylor B. Invocation C. Pledge of Allegiance to the Flag led by Commissioner Woodrow Hay D. Agenda Approval: 1. Additions, Deletions, Corrections 2. Adoption II. OTHER: A. Informational Items by Members of the City Commission III. ANNOUNCEMENTS, COMMUNITY 8r. SPECIAL EVENTS 8r. PRESENTATIONS A. Announcements: None B. Community and Special Events: None C. Presentations: 1. Proclamations None 2. Presentations a. Tribute to WXEL-lV/FM Revised Agenda Regular City Commission Boynton Beach, FL January 6, 2009 IV. 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> V. ADMINISTRATIVE: A. Accept the resignation of Canaan E. Himmelbaum, a regular member of the Code Compliance Board. B. Appointments Appointment Length of Term To Be Made Board Expiration Date Mayor Taylor Bldg. Bd of Adj & Appeals Reg 3 yr term to 12/11 Tabled (2) I Weiland Bldg. Bd of Adj & Appeals Reg 3 yr term to 12/11 Tabled (2) III Rodriguez Bldg. Bd of Adj & Appeals Alt 1 yr term to 12/09 II Hay Bldg. Bd of Adj & Appeals Alt 1 yr term to 12/09 Tabled (2) Mayor Taylor Cemetery Board Alt 1 yr term to 12/09 Tabled (3) I Weiland Code Compliance Board Alt 1 yr term to 12/09 Tabled (3) IV Ross Code Compliance Board Alt 1 yr term to 12/09 I Weiland Education & Youth Advisory Board Alt 1 yr term to 12/09 Tabled (3) Mayor Taylor Education & Youth Advisory Board Alt 1 yr term to 12/09 Tabled (2) III Rodriguez Education & Youth Advisory Board Stu NfV 1 yr term to 12/09 Tabled (2) Mayor Taylor Recreation & Parks Board Alt 1 yr term to 12/09 Tabled (2) II Weiland Recreation & Parks Board Alt 1 yr term to 12/09 Tabled (2) Mayor Taylor Senior Advisory Bd Alt 1 yr term to 12/09 Tabled (2) I Weiland Senior Advisory Bd Alt 1 yr term to 12/09 Tabled (2) IV Ross Veterans Advisory Commission Alt 1 yr term to 12/09 Tabled (2) Mayor Taylor Veterans Advisory Commission Alt 1 yr term to 12/09 Tabled (2) VI. 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. Minutes 1. Regular City Commission - December 16, 2008 2 Revised Agenda Regular City Commission Boynton Beach, FL January 6, 2009 B. Bids and Purchase Contracts - Recommend Approval - All expenditures are approved in the 2008-2009 Adopted Budget. 1. Approve a piggy-back of the Village of Macedon, New York Bid #HS-4651 for the purchase of a 2009 Sutphen Heavy Duty SL -75 Quint fire truck from Sutphen Corporation for the amount of $640,185.35. There will be a savings of $23,512.86 if payment is made within 30 days of receipt of invoice. 2. Approve a piggy-back of Palm Beach County Bid #05-193/MF to JADE COMMUNICATIONS, INC. of Boca Raton, FL in the amount of $53,072.61 for Installation, Integration, Maintenance and Support Services for the Voice Services and Enterprise Network Systems to prepare for phone, computer and cable 1V outlets for Fire Station No.5. (Proposed Resolution No. R09-001) 3. Approve a piggy-back contract #06-3350, with Colllier County, Fl for the purchase of Standardization of Biofilter Odor Control Units from Siemens Water Technologies of San Diego, CA. The total cost for two Zabocs Biofilters is $161,440. 4. Approve the purchase of WaterWise Conservation Programs from Resource Action Programs in the amount of $75,000 over two years from the Conservation Fund, as a condition of our Consumptive Use Permit (CUP). 5. Approve the report on disposition of surplus computers C. Resolutions 1. Proposed Resolution No. R09-002 RE: Approving and authorizing execution of the First Amendment to the Interlocal Agreement (ILA) between the City of Boynton Beach and Boynton Beach Community Redevelopment Agency (CRA) modifying Article 2 - Scope of Services, by adding paragraph 2.11; which permits the City to collect a specified amount for benefit consulting fees. The prorated consulting fee will be approximately $885.25 annually. 2. Proposed Resolution No. R09-003 RE: Approving and authorizing execution of the First Amendment to the Interlocal Agreement (ILA) between the City of Boynton Beach and Boynton Cultural Centre, (BCC) modifying Article 2 - Scope of Services by adding paragraph 2.11, which permits the City to collect a specified amount for benefit consulting fees. The prorated consulting fee will be approximately $295.08 annually. 3 Revised Agenda Regular City Commission Boynton Beach, FL January 6, 2009 3. Proposed Resolution No. R09-004 RE: Approving and authorizing execution of a Maintenance Memorandum of Agreement between the Florida Department of Transportation and the City of Boynton Beach reflecting landscape improvements that will be constructed for State Road 5 (Federal Highway). The State of Florida Department of Transportation agrees to pay for new landscape materials in the amount of $44,044.50. The City will be responsible for added irrigation costs during plant establishment not to exceed $1,000. D. Approve the "SURPLUS OF GOLF COURSE EQUIPMENT" as submitted by the Golf Course Superintendent, Scott Wahlin, and allow the auction of the surplus to be sold to the highest bidder on E-Bay. VII. CODE COMPLIANCE 8r. LEGAL SETTLEMENTS: None VIII. PUBLIC HEARING: 7:00 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 Rescind Ordinance 05-044 which reclassified the Land Use from Local Retail Commercial (LRC) to Special High Density Residential (SHDR), a parcel of land located at the northwest corner of South Federal Highway and Gulfstream Boulevard; restoring Local Retail Commercial (LRC) Land Use to the property. (1st Reading Proposed Ordinance No. 09-001) B. Rescind Ordinance 05-045 which rezoned from C-3, Community Commercial to Planned Unit Development (PUD) a parcel of land located at the northwest corner of South Federal Highway and Gulfstream Boulevard; restoring C-3 Community Commercial Zoning to the property. (1st Reading Proposed Ordinance No. 09-002) IX. CITY MANAGER'S REPORT: A. (Intentionally left blank) B. Approve Addendum to Agreement with each Tow Contractor (Proposed Resolution R09-00S) C. Discuss City's financial participation in the Heritage Awareness Celebration 4 Revised Agenda Regular City Commission Boynton Beach, FL January 6, 2009 X. FUTURE AGENDA ITEMS: A. 2008/2009 Recreation and Parks Strategic Plan Update - Jan. 20, 2009 B. Sustainability Team Quarterly Report - Jan. 20, 2009 C. Discussion of revision of sign code for promotional banners - Jan. 20, 2009 D. Follow-up report on possible relocation of City Offices - Feb. 3, 2009 E. Staff report on legal review for vacating NE 1ih Avenue right-of-way - Feb. 3, 2009 F. Report on cost sharing options for take-home vehicles - Feb. 17, 2009 (In conjunction with continued budget discussions) G. YVPP Report - Feb. 17, 2009 H. Approve donations to the Juvenile Transition Center in the amount of $6,500 from the Police Department's Law Enforcement Trust Fund (Tabled on August 5, 2008) I. Options for Hurricane Protection Project for 1913 Schoolhouse Children's Museum (Deferred pending future grant opportunities) XI. NEW BUSINESS: None XII. LEGAL: A. Ordinances - 2nd Reading - Development - PUBLIC HEARING None B. Ordinances - 2nd Reading - Non-Development - PUBLIC HEARING 1. Proposed Ordinance No. 08-035 RE: Approving the amendment to the Community Redevelopment Plan to incorporate the Downtown Master Plan and components thereof regarding Community Policing Innovation Program and funding programs for infrastructure improvements or upgrades necessary to implement the goals and objectives of the Community Redevelopment Plan which include greater density and enhanced public space. (Request to table) 5 Revised Agenda Regular City Commission Boynton Beach, FL January 6, 2009 C. Ordinances - 1st Reading None D. Resolutions: None E. Other: None XIII. UNFINISHED BUSINESS: None XIV. ADJOURNMENT: NOTICE IF A PERSON DECIDES TO APPEAL ANY DECISION MADE BY THE CITY COMMISSION WITH RESPECT TO ANY MAlTER CONSIDERED AT THIS MEETING, HE/SHE WILL NEED A RECORD OF THE PROCEEDINGS AND, FOR SUCH PURPOSE, HE/SHE MAY NEED TO ENSURE THAT A VERBATIM RECORD OF THE PROCEEDING IS MADE, WHICH RECORD INCLUDES THE TESTIMONY AND EVIDENCE UPON WHICH THE APPEAL IS TO BE BASED. (F.S. 286.0105) THE CITY SHALL FURNISH APPROPRIATE AUXIUARY 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 PAM WELSH, (561) 742-6013 AT LEAST TWENTY-FOUR HOURS PRIOR TO THE PROGRAM OR ACTIVITY IN ORDER FOR THE CITY TO REASONABLY ACCOMMODATE YOUR REQUEST. Revised Agenda 1/5/09 10:45 a.m. S:\CC\WP\CCAGENDA\AGENDAS\year 2009\010609 Revised agenda. doc 6 III.-ANNOUNCEMENTS & PRESENTATIONS Item C.2.a CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORl\J. Requested City Commission Date Final Form Must be Turned Requested City Commission Date Final Form Must be Turned Meeting Dates in to City Clerk's Office Meeting Dates in to City Clerk's Office D December 16, 2008 December 1,2008 (Noon) D February 17, 2009 February 2, 2009 (Noon) [gJ January 6, 2009 December 15, 2008 (Noon) D March 3, 2009 February 17, 2009 (Noon) D January 20, 2009 January 5, 2009 (Noon) D March 17, 2009 March 2, 2009 (Noon) D February 3, 2009 January 19, 2009 (Noon) D April 7,2009 March 16,2009 (Noon) [gJ Announcements/Presentations D City Manager's Report NA TURE OF D Administrative D New Business AGENDA ITEM D Consent Agenda D Legal D Code Compliance & Legal Settlements D Unfinished Business D Public Hearing D RECOMMENDATION: Present Tribute EXPLANA TION: Public television has had a significant cultural impact since it became a national service in 1967. Located within the City of Boynton Beach for nearly 40 years, public broadcast station WXEL- TV /FM has been successfully serving the community through excellent public broadcasting programming and education. This Tribute recognizes the station's importance to the community as a locally based entity. PROGRAM IMPACT: This Tribute will help raise public awareness of the importance of having a locally based public broadcasting station. FISCAL IMPACT: None AL TERNA TIVES: Not present Tribute .11 ~ 1 -f J~.v~ In ~"--f'$ /','L d-tl~ , Departm~ea' ignatu -- City Manager's Signature Assistant to City Manager Public Affairs Department Name City Attorney / Finance S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM.DOC TRIB UTE Public television has had a significant cultural impact since it became a national SCf\ ICe in 1967. Through its programming choices. it has not only introduced figures such as Blt,' Bird and Julia Child into national culture. and created a home for serious celebrities such as Bill Moyers and William Buckley. it has also pioneered new technologies such as closed captioning and uses such as distance learning and on-line services. Located within the City of Boynton Beach for nearly 40 years. public broadcast station WXEL- TV /FM has been successfully serving the community through excellent public broadcasting programming and education. The station works to till niches that commercial broadcasters have abandoned or not yet discovered. Children's programming, especially for preschoolers; "how-to" programs stressing practical topics: public affairs programming and documentaries; upscale drama; experimental art; and community affairs programming all contribute to the variety of programming available on WXEL The City supports WXEL- TV /FM as a local station with its mission to educate. inspire and enlighten and understands the importance of localism and how essential it is for 'WXEL. TV/FM to continue being a local station that serves the Palm Beaches and the Treasure Coast. The City salutes those who continue to support the etTort to keep our radio and television stations a viable part of this community. It is titting and appropriate, therefore, that the City of Boynton Beach officially recognizes with this Tribute WXEL- TV IFM for its commitment to serving the local community. In witness whereof, I have hereunto set my hand and caused the Seal of the City 01 Boynton Beach, Florida. to be affixed at Boynton Beach. Florida. the 6th day of January. Two Thousand and Nine. Jerry Taylor, Mayor ATTEST: Janet M. Prainito, CJ\1C City Clerk (Corporate Seal) V. ADMINISTRATIVE ITEM A. CiTY OF cny l- oa DEe I U PP\ 3. 3' CAl\A.\l\ E. HIl\lMELBAl 1M 177 Lake Monlerey Circle BO}11ton Beach, FL 33126 Phone (352) 302-7999 December 10, 2008 VIA US MAIL & HAND DELIVERY City of Boynton Beach Attn: Janet Prainito 100 E Boynton Beach Blvd Boynton Beach, FL 33435 Re: Canaan E. Himmelbaum - Board of Code Compliance Resif!nation Dear Ms. Prainito: Please allow this letter to serve as notice that effective December 18, 2008, I will be resigning from my position as a Member of the City of Boynton Beach's Code Compliance Board, due to relocation outside ofthe City. I feel honored to have been appointed to this position by the City Commission and will be sad to leave this great group of people. It has been a pleasure to serve this terrific city and I look forward to its continued growth and prosperity. If you should have any questions or concerns, please feel free to contact me. Sincerely, / ~ C2- 2 { ----.... Canaan E. Himmelbaum, Esq. cc: Michele Constantino and Diane Springer (Via Email) APPLICANT ELIGIBLE FOR APPOINTMENT 1/6/09 V. ADMINISTRATIVE ITEM B. Last Name First Name 1 sl Choice 2nd Choice 3n1 Choice - Anton Steve Arts Com Scantlan Donald Veterans Ad. Commission T engbergen Sherie Arts Com Wallshein- Betsy Library Bd Rec & Parks Edu & Youth Rapin Adv Bd 1 , .. VI.-CONSENT AGENDA CITY OF BOYNTON BEACH ITEM B.1 AGENDA ITEM REQUEST FORM Requested City Commission Date Final Form Must be Turned Requested City Commission Date Final Form Must be Turned Meeting Dates in to City Clerk's Office Meeting Dates in to City Clerk's Office o December 16, 2008 December I, 2008 (Noon) D February 17,2009 February 2, 2009 (Noon) [8J January 6, 2009 December 15,2008 (Noon) o March 3, 2009 February 17,2009 (Noon) o January 20, 2009 January 5, 2009 (Noon) D March 17,2009 March 2, 2009 (Noon) D February 3, 2009 January 19,2009 (Noon) o April 7,2009 March 16,2009 (Noon) 0 Announcements/Presentations 0 City Manager's Report NATURE OF 0 Administrative D New Business AGENDA ITEM [8J Consent Agenda 0 Legal 0 Code Compliance & Legal Settlements 0 Unfinished Business 0 Public Hearing 0 RECOMMENDATION: A Motion to approve a piggy-back of the Village of Macedon, New York Bid #HS-4651 for the purchase of a 2009 Sutphen Heavy Duty SL-75 Quint from Sutphen Corporation for the amount of $640,185.35 with the immediate payment option. EXPLANATION: This unit is a direct replacement for unit #802 scheduled for replacement in 08/09. Unit #802 has been in service for 16 years and is now being used in a backup capacity. This unit has met its useful service life for the City of Boynton Beach and is in need of replacement. This new fire apparatus has a 75-foot aerial boom that is consistent with our department's standardization of our fire apparatus to meet the needs of a dynamically changing building profIle within our city limits. The City of Boynton Beach will save $23,512.86 utilizing the early payment option, if payment is received within 30 days of receipt of the invoice, as indicated within the proposal. If we do not accept this prepayment option the total cost will be $663,698.21 PROGRAM IMP ACT: In keeping with our efficient Quint concept, this purchase will ensure that an aerial device is available in each station to meet our increasing demand for complex fire and rescue situations, without doing so at the expense of other city response zones. FISCAL IMPACT: If payment is received within 30 days of receipt of the invoice we will save $23,512.86. If we do not accept this prepayment option the total cost will be $663,698.21. Account #: 501-2516-519-6433 Expenditure: $640.185.35 // ~ J.) ,,-~/ S: Not purchase the unit. /~~ . /( Ci~ Manager's Signature "1 ~O'-.l~ ~ epartm nt ame Procurement Services S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM.DOC Dee 04 08 05: 17p DavId Stonltseh ,'3:1 590 924E; . ( 5 ~ -~ -------- -~-- ~ -'- ------ ....,~ ~' \j '1_ 'Jc-' ~~~_i:i~, _ Corporation P.O. Box 0158 Amlin, OH 43002 ~TL:J." f'(Ci ~:~2~~: Date: November 18, 2008 Boynton Beach Fire Dept At1n: Deputy Chief Ray Carter 100 E Boynton Beach Blvd. Boynton Beach, FL 33425 FOR YOUR REVIEW: We hereby propose and agree to furnish the following fire fighting apparatus upon your acceptance of this proposal: II IJ ,I One (or more) Sutphen Heavy Duty SL-75 Quint(s) :1 " Complete and Delivered Each for the Sum of................$ 663,698.21 I I: Ii \' ~ If you pay 100% down within 30days of signing the contract, please Deduct: $ 23,512.86 r Net Price with 100% down: $ 640,185.35 I [; Apparatus will be manufactured completely in accordance to the following proposal and I delivered approximately 11-13 month. after approval of contract, subject to delay. from all causes beyond our control. Unless accepted within 60 days from this date, the right is I reserved to withdraw this proposal. f 1; Ii Ii Ii -- i I i David Stomtsch Sales Representative Ii 1 .-" " ,-' 11 ~.~ ~-'" ~, II ,J 1 ' The City of Boynton Beach FL Ray Carter, Deputy Fire Chief Operations Boynton Beach Fire Rescue Department /00 E. Boynton Beach Boulevard Boynton Beach. Florida 33435 Phone: (56/) 742-6339 www.bbfrd.org FAX: (561) 742-6334 E-mail: carterr@ci.boynton-beach,fl.us December 1, 2008 To: Carisse Lejeune, Assistant to the City Manager From: Ray Carter, Deputy Fire Chief Re: Cover Memorandum for Agenda Item Please review the included information regarding the purchase of the Sutphen SL-75 Quint (fire apparatus) as described in the agenda request scheduled for the January 6,2009 city commission meeting. A "Quint" is simply a fire apparatus that has been designed and specified in such a manner that it provides five different, but equally important functions needed on the fire ground. Those functions and features include a self-contained pump (greater than 1000 gallon per minute capacity), a hose bed with a full complement of appropriate size fire hose, a self-contained water tank (500 gallons or greater), a full complement of ground ladders, and an aerial device (75 ft. ladder that operates as part of the functions of the truck and can flow water from the tip). By combining all of these functions into a single vehicle known as a "Quint", more simultaneous operations can be accomplished using a single vehicle instead of requiring two different vehicles (a ladder truck and a pumper) with their associated crews to complete the same functions. Likewise, the SL-75 that we are purchasing provides these features on a short wheel base chassis that can maneuver in and around our many apartment complexes and limited access facilities that larger fire trucks cannot access. The "Quint Concept" is a response system for fire protection that is designed to take advantage of the "Quint" configuration of the apparatus by placing one "Quint" in every response zone so all five of the functions can be addressed immediately upon arrival of the first unit on the fire ground instead of waiting for units with those capabilities to arrive from other zones. This creates a more efficient use of first arriving resources and minimizes the need to call for outside "mutual aid" to provide for these functions when these units are busy on other responses. The SL-75 is designed to meet all of the NFP A (National Fire Protection Association) standards that speak to fire apparatus design for occupant safety and fire ground function as well as meet all of the features looked at by ISO (Insurance Service Organization) when designating a Public Fire Protection Classification for the purpose of setting insurance premium rates for both commercial and residential properties. The use of this design and response system in our current staffing and response plan afforded us an opportunity to improve our Public Protection Classification to a two (2) this year when ISO assessed our fire protection capabilities. This rating placed Boynton Beach in the top seven tenths of one percent of all fire protection systems rated by the ISO. America's Gateway to the Gulfstream The City of Boynton Beach FL Ray Carter, Deputy Fire Chief Operatiofl.\ Boynton Beach Fire Rescue Department JO(} E Boynton Beach Boulcnm/ HoVn/on Beach. F!uI"lda 33-13.' Phone. 156! J : F'.-(,33l, www.bbfrd.org F.IK (56!) ry.j:;-633.j f:"-mail. carlernrl'ci. b01'I]/OI1-heal h .11.11.1' The Boynton Beach Fire Rescue Department has been working towards full implementation of the "Quint Concept" for the past eight years through the purchase of these vehicles as the fleet replacement plan called for apparatus to be replaced. The continuation of this program will ensure that this innovative concept continues to be utilized in the best interest of efficient delivery of fire protection services to all of the citizens of Boynton Beach well into the foreseeable future. Should you have any further questions or need additional information, please call and I will be glad to assist you. cc: Carol Doppler, Purchasing Agent William Bingham, Fire Chief America's Gateway to the Guftstream (I ,'. t · . ' Exhibit A PRICING OF FUTURE PURCHASES AND "TAG ON" ORDERS Apparatus purchased in future years beyond the bid award date are subject to cost increases for material and labor. Sutphen will extend the proposed price for future years through the use of the U.S. Bureau of Labor Statistics, Producer Price Index (PPI) to calculate the selling price increase. A composite of 5 indexes weighted for content to calculate escalations. Compensation for Manufacturing Workers - CMU2013000000000D Weight 10% Metal & metal Products, Aluminum Plate - WPU10250129 Weight 35% Primary Metals - WPU102201 Weight 35% Health Insurance - PCU524114524114 Weight 10% General freight Trucking - PCU4841--4841 Weight 10% The price adjustment will not exceed the percentage adjustment of the PPI at the time of the bid opening date to the most current month for which the statistic is available. The original quoted price will be the base price. Note: 2010 model year engine and cooling package changes will be an exception to the above statement. Any new apparatus purchased requiring the newer engines will be subject to the cost associated with engine and cooling paCkage and all other related components. In addition, an update to NFPA 1901 will take place January 1, 2009. This update will contain requirements that will add cost to the fire apparatus. This additional cost will be passed on to the purchaser. www.bls.qov FUTURE PURCHASES AND "TAG ON" ORDERS Sutphen Corporation will accept "tag on" orders to this bid proposal for a period not to exceed three (3) years from the bid opening date. Sutphen will honor the "tag on" order from any municipality within the United States or Canada. CONFIGURATION OF TAG ON ORDERS In many cases the entity wishing to "tag on" to an existing order may require their apparatus to be configured differently from the original proposed apparatus. Sutphen will allow changes to the configuration within good engineering guidelines. The changes will be subject to current pricing in effect at the time of order. For example, a different engine may be required. This will be considered a "change order" and the purchase price will be adjusted up or down depending on the current option price. Macedon NY, vs Boynton Beach, FL Sutphen SL-75 Quint Description Macedon Boynton Beach Upgrade Kussmaul Charger to jSussmaul Pump Plus Charge with Air $ 1.097.25 Upgrade Cummins ISL-425~eries 60515 hp $ 12.698.73 .. Upgrade from EV-3000 t(Allison:-EV--=400QJ:ransmission $ 4,364.29 ./ Upgrade Heat (No AlC) to Severe Duty AlC _~ $ 5,871.88 ,/ DELETE 12 Volt Defog Fans (2) -_._,....,- $ (213,76) DELETE High Idle Switch (2) $ (356.30) DELETE Fog Lights $ (296.92) DELETE Wheelcovers Extra Set $ (950.11) DELETE Rear Snow Tires $ (296.90) Upgrade from 62" Cab to 73" Raised Roof Cab $ 4,936.76 ADD Computer Tray $ 105.32 ADD Map Box S 357.88 Upgrade from 18" to 24" Front Bumper Extension $ 578.99 Upgrade (1) SCBA Seat to EMS Cabinet $ 1,582.32 Upgrade 270 amp Alternator to 320 amp $ 596.34 ADD Alternating Headlamps $ 178.15 ADD (3) 12 V Power Points $ 178.17 ADD Foam Gauge $ 590.24 Upgrade Drivers Seat to Electric $ 288.34 Upgrade from Akron Valves to Elkhart Unibody Valves $ 2,600.00 Upgrade from 3" Discharge to 4" LDH Discharge $ 2,987.00 ADD Akron Foam System $ 4,21614 ADD 30 Gal Foam Cell $ 1.336.10 DELETE (2) TFT Intake Valves $ (2,849.22) ADD Left Side Gated 2.5" Suction $ 890.70 ADD Left Rear 2.5" Discharge $ 1.187.63 DELETE Light on Opposite Pump Panel $ (237.53) DELETE MC Guage Heaters $ (510.64) DELETE MC Pump Overheat $ (252.98) DELETE Hot Water Heater at Pump Panel $ (534.44 ) DELETE Air Horn Button on Pump Panel $ (118.50) DELETE Stainless Steel Pump Subframe $ (766.88) Upgrade High/Low Compartments to Double High Side Rescue Body $ 6.000.00 SCBA tubes in rear fenders $ 1,662.71 ADD(2)addWonaIShe~es $ 356.30 ADD (1) 600 LB Tray $ 593.84 ADD (1) Tool Board $ 44537 ADD (1) Hose Bed Dividers $ 47506 Upgrade Fire Radio to David Clark System S 1.628.24 DELETE (1) LED light per compartment $ (1,227.00) DELETE Rear Vision Camera $ (1,83411) Upgrade Weldon Halogen tailamps to Whelen LED tailamps $ 606.10 Upgrade Halogen lights to LED Step Lights $ 412.02 I . DELETE 12 Volt Scene Lights $ (902.62) Upgrade Whelen (8) LED to 12 (LED) Light Bar $ 900.00 Whelen Rear Upper LED in Lieu of Halogen $ 534.40 DELETE Additional Pair of LED Lights $ (474.08) Upgrade from Honda genset to 1 Okw Onan Hydraulic Generator $ 2,901.73 ADD (2) 110 V Outlets on Body $ 475.06 ADD Hannay Electric Cord Reel $ 2,371.28 ADD Four Way Box for Reel $ 538.44 DELETE Pike Poles $ (240.29) DELETE Pike Pole Clips $ (128.65) DELETE Fire hooks Sheet Rock Hook $ (104.76) DELETE Fire Hooks All Purpose Hook $ (136.59) DELETE Paint Turntable Body Color $ (1,995.00) DELETE Paint Frame Red $ (1,700.00) Credit for Lettering Package $ (707.00) DELETE Tool Mounting Provision $ (7,600.00) DELETE (4) Streamlight Flashlights $ (665.08) ADD Mount Stokes Basket on Boom $ 1,675.16 ADD 110 Volt Up Ladder $ 1,781.45 Travel Credit $ (9,000.00) Total Credits $ (34,099.36) Total Options $ 69,999.39 Base Price of Macedon NY $ 627,798.18 Less Credits $ (34,099.36) Sub Total $ 593,698.82 Plus Boynton Beach Option $ 69,999.39 Total for Boynton Beach, FL $ 663,698.21 . Sutphen I OOmpe.nellt Listi'lg I South Florida Emerg. Vehicles Boynton Beach Fire Rescue 9 Work Phone Number: 561-742-b33S Order #: 342-3:>. Home Phone Number Customer #: F L 3 34:" Fax Number Station Phone' Email: carterr@cl.boynton-beach flus Bill To I Customer: Boynton Beach Fire Rescue r Contact: Ray Carter Deputy Chief Address: 100 E Boynton Beach Blvd Boynton Beach, FL 33425 I Item # Qty Item 'Description/Comments 10000100 1 INTENT OF SPECIFICATIONS - CUSTOM APPARATUS 10000300 1 PRECONSTRUCTION CONFERENCE 10000310 1 INSPECTION TRIPS 10010225 1 MINI TOWER 75 FT 4 SECTION CLIMBING LADDER 11024292 1 CAB TSAL4SK 62" 10" RR 1/2 11030025 1 CAB CERTIFICATION - STRUCTURAL INTEGRITY 11031100 1 MANUAL BACK-UP TILT SYSTEM FOR 1-PIECE TILT CABS 11031510 1 FLAT WORK SURFACE IN LIEU OF GLOVE BOX 11031600 1 MAP BOX (4-BINDER CAPACITY) 11032929 1 DOOR PANEL, FULL INTERIOR, STS, REFLECT MATRL 11040000 1 CAB ACCESSORY FUSE PANEL 12010010 1 DUAL AIR HORNS-WIRED TO HORN BUTTON & 1 FOOT SWITCH ON OFFICER'S SIDE (NO LANYARD) ; 13010205 1 AL TERNA TOR, LEECE NEVILLE, 4840J, 320 AMP 14020225 1 FRONT AXLE, MERITOR MFS-20-133A 22,000 LB. FOR AERIALS & MINI-TOWERS 14030401 1 SHOCK ABSORBERS, FRONT, KONI 14520260 1 REAR AXLE, MERITOR RS-30-185 31,000 LB. 15010500 1 BATTERIES, TYPE 31 MHD (4) 15031425 1 KUSSMAUL 1200 W/120V PUMP PLUS & AUTO EJECT 15031700 1 BATTERY JUMPER TERMINALS 16010009 1 BRAKES MERITOR SCAM 6" FRT 7" REAR 18010041 1 AIR BRAKE SYST 4 TANKS WABCO 1200 DRYER 18110000 1 WABCO 4 CHANNEL ANTI-LOCK BRAKES 20010085 1 BUMPER, 24" EXTENSION 20030100 1 TREADPLATE COVER FOR BUMPER EXTENSION TROUGH 20040210 1 STORAGE WELL, FULL WIDTH FOR 24" BUMPER 21010050 1 COOLING SYSTEM, ALUM 21030105 1 RADIATOR COOLANT RECOVERY, PRESSURISED SYST 22010000 1 DRIVE LINE, SPICER, 1710 SERIES 22510001 1 ENGINE ENCLOSURE (DURAWEAR) 23011064 1 ENGINE CUMMINS ISM 450 W/EXHAUST 23030005 1 AIR INT AKE/EMBER SEPARATOR ! Order#: 342-352 Created: 02/07108 @ 12:49 PM Last updated: 02/07/08 @ 1 :08 PM Printed: 02/07/08 @ 1 :08 PM Page- .oj ~ ~ Sutphen 5 Item#" 23088888 1 SPECIAL ITEM-ENGINE CREDIT 23110000 1 JACOBS ENGINE BRAKE 25020100 1 FRAME, DOUBLE RAILS (AERIALS) 26010010 1 FUEL TANK, STAINLESS STEEL, 65 GAL 27010150 1 HANDRAILS, CAB, KNURLED ALUMINUM 27030002 1 HANDRAILS, REAR CAB INTERIOR DOOR WINDOW (PAIR) KNURLED ALUMINUM 28010730 1 DEFROSTER, HEATER & AlC (SEVERE CLIMATE) 28088888 1 SPECIAL ITEM-WINDOW TINT 29910000 1 LOAD MANAGER, CLASS-1 30010004 1 INSTRUMENTATION, MAXIMA TECH/DATCON GAUGES GRAY POLYMER PANELS FOR AERIALS 30010700 1 CAB PUMP SHIFT 30031800 3 POWER POINT, 12-VOL T LIGHTER SOCKET 31010277 1 INTERIOR, GRAY, DURAWEAR 32510000 1 HEADLIGHTS, DUAL HALOGEN, STS HOUSINGS 32530500 1 ALTERNATING FLASHER FOR HEADLIGHT 33010000 1 SPOTLIGHTS, HAND-HELD, OPTRONICS KB-4003 MOUNTED ON BREAKER COVER 33510025 1 INTERIOR CAB LIGHTS WELDON 8080 RED/CLEAR (2) 34010025 1 INTERIOR CREW LIGHTS WELDON 8080 RED/CLEAR(2) 38010020 1 MIRRORS, LANG MEKRA 300 SERIES HEATED AND REMOTE CONTROLLED (PAIR) 38510200 1 DRIVER'S SEAT, BOSTROM SIERRA ELECTRIC 39010120 1 OFFICER'S SEAT, BOSTROM TANKER 450 ABTS SCBA (DURAWEAR) 39510120 1 CREW CAB SEATING, BOSTROM TANKER 450 ABTS SCBA (DURAWEAR) 39610000 5 SCBA BRACKETS, BOSTROM, SECURE ALL - EACH 40010200 1 STEERING - ROSS TAS-85 FOR TILT CAB 41010215 1 SUSPENSION FRONT 22,000# 54" LEAF 42010500 1 SUSPENSION REAR HENDRICKSON 31,000# RATING 43020210 1 FRONT TIRES GOODYEAR 425/65R22.5 LRL G286 22.5 X 12.25 WHEELS 43030700 1 HUB COVERS, FRONT, POLISHED STS 43030800 1 HUB COVERS, REAR, SINGLE AXLE, POLISHED STS 44020310 1 REAR TIRES GOODYEAR 315/80R22.5 LRJ G291 HGWY WITH 22.5 X 9 WHEELS 44030100 1 MUD FLAPS FRONT AND REAR 44030650 1 ALUMINUM WHEELS 21 ,500 FRONT - 31,000 REAR 45010001 1 FRONT TOW EYES 46010000 1 REAR TOW EYES STANDARD (PAIR) 47012400 1 TRANSMISSION ALLISON GEN IV EVS4000 47025000 1 TRANSMISSION FLUID, CASTROL TRANSYND 47030000 1 ALLISON TOUCH PAD SHIFTER 48010300 1 WHELEN 400 SERIES LED FRONT TURN SIGNALS 51010314 1 WHEELBASE 215" - STD ON MINI-TOWERS Order#: 342-352 Created: 02/07/08 @ 12:49 PM Last updated: 02/07/08 @ 1 :08 PM Printed: 02/07/08 @ 1 :08 PM Page: 2 ~ Sutphen I ~ol!lJJJ;,neqt L:;stit:fg , Item # Qty Item De.scriptionlComments .- --"----.---. 52010010 1 SYNCHRONIZED ELECTRIC INTERMITTENT WIPERS 54010000 1 MISCELLANEOUS ITEMS ON CHASSIS 60012305 1 QMAX-1500 GPM 6" SUCTION SINGLE STAGE PUMP 60028000 1 PUMP PRIMER, HALE, T-HANDLE 60031000 1 ZINC ANODES FOR HALE PUMP 60035120 1 NATIONAL PUMP TEST 60035999 1 THREADS,NST 61010405 1 ENGINE PRESSURE GOVERNOR, CLASS 1, TPGJ 1939 61210050 1 INTAKE PRESSURE CONTROL, HALE, STS 61510000 1 AUXILIARY COOLER (HEAT EXCHANGER) 61710305 1 AKRON HEAVY DUTY VALVES 62010003 1 STAINLESS STEEL PIPING FOR AERIALS 63010000 1 INLETS 64030000 1 2-1/2" RIGHT SIDE INLET 65030000 1 2-1/2" LEFT SIDE INLET 66010010 1 3" TANK TO PUMP WITH CHECK VALVE 70010000 1 OUTLETS 70530000 2 2.5" LEFT SIDE DISCHARGES 70530101 1 3" NST FE X 5" STORZ CAP & CHAIN SNAPTITE FSA50FT30NST 71030000 1 2.5" RIGHT SIDE DISCHARGES 71030300 1 3" DISCHARGE RIGHT SIDE 71930800 1 DISCHARGE 2-1/2" FRONT/LEFT OF MAIN HOSEBED 72230000 1 DISCHARGE 1-1/2" FRONT BUMPER, 2" PLUMBING 72810000 1 TWO CROSSLAYS 2" VALVE-PIPING 1-1/2" SWIVEL 72910000 1 COVER, VINYL, TWO CROSSLAYS 73010100 1 TANK FILL 1-1/2" -AKRON VALVE 75010050 1 PMP PANEL, SM 53" BLK VINYL 6 DISCH HANDLES STAINLESS STEEL PUMPERS AND MINI-TOWERS 75510000 1 PUMP PANEL LIGHTING 76010105 1 PUMP PANEL GAUGES & CONTROLS 76510050 1 GAUGES, MASTER, NOSHOK, 4" LIQUID FILLED 77021000 1 GAUGES, LINE, NOSHOK 2-1/2" 77510060 1 GAUGE, WATER LEVEL, FIRE RESEARCH, TANKVISION 80010275 1 MT BODY, STS, RESCUE STYLE, TRANSVERSE REAR 80030001 1 STAINLESS STEEL SUBFRAME FOR BODY 80220320 1 PAINTED ROM ROLL-UP DOORS FOR SUTPHEN TOWERS 80231200 1 SCBA CYLINDERS 4 (CHECK FUEL TANK) CONVENTIONAL CAB 80250100 12 TURTLE TILE ON COMPARTMENT FLOOR, SHELF. TRAY OR DRAWER (EACH) 80312525 1 COMPT, REAR. RESCUE STYLE, TRANSVERSE 80520150 1 COMPT LEFT, RESCUE, HIGH, TRANSVERSE REAR 81020150 1 COMPT, RIGHT, RESCUE, INTERMEDIATE TRANSVERSE REAR 81130100 7 ADJUSTABLE SHELF IN COMPARTMENT - EACH 81150000 1 250# ADJUST ABLE VERTICAL SLIDE-OUT PANEL-EACH Order#: 342-352 Created: 02/07/08 @ 12:49 PM Last updated: 02/07/08 @ 1 :08 PM Printed: 02/07/08 @ 1 :08 PM Page; 3 . ~ Sutphen 5 ~t#;~i~~ , !,:'.,.,;:: ,:';};"'::';':':::"~( ilfe"mbescriptlor1lc~J)~m~~I~ 81150300 3 600# SLIDE-MASTER TRAY 81320300 1 MINI TOWER HOSE BED 81330310 1 HOSE BED DIVIDER, ADJUSTABLE - EACH 81410000 1 COVER, VINYL, MAIN HOSE BED 82011000 1 HANDRAILS AND STEPS FOR MINI-TOWERS & 104' 82520000 1 RUB RAILS FOR SUTPHEN TOWERS TRUCKS 83010100 1 ALUMINUM TREADPLATE ON AERIALS 83030250 1 TROUGH IN RIGHT SIDE RUNNING BOARD FOR 5"HOSE 83520425 1 MINI TOWER 500 GALLON POLY BOOSTER TANK FOR RESCUE STYLE ONLY 84510100 1 APPARATUS ELECTRICAL DESCRIPTION 84520000 1 ECCO SA917 BACK UP ALARM 84530905 1 COMPT LIGHTING, LED LIGHT STRIPS, 1 PER COMPT 84550100 1 LICENSE PLATE BRACKET AND MOUNTING 85010300 1 TAILITURNIWARNING, WHELEN 600 LED QUAD WITH HALOGEN BACKUP LIGHTS 85110100 1 ICC LIGHTS, LED 85510050 1 TRUCKLITELEDSTEPL~HTSFORAER~L 85710020 1 UNDERCARRIAGE GROUND LIGHTS, LED 86510000 1 TWO UNITY AG WORK LIGHTS 87020320 1 WARNING LIGHTS, UPPER, WHELEN, LED FREEDOM 8 87520370 1 WARNING LIGHTS, LOWER, WHELEN, LED 88017311 1 SIREN, WHELEN 295 HFSA1 88030300 1 EXTRA FLOOR SWITCH - OFFICER'S SIDE 88037135 1 SIREN, Q2B, FLUSH GRILLE MOUNT WIRED TO HORN BUTTON 88110010 1 SIREN SPEAKER, CAST PROD SA4201-5-A (1) 88230512 1 GENERATOR, ONAN, 10KW HYD, MT 88250100 2 120 VOLT OUTLET WIWEATHERPROOF COVER - EACH 88250300 1 12VDC SWITCH & RELAY FOR 120/240VAC QUARTZ LIGHTS (SWITCH ON PUMP PANEL) 88250405 1 CIRCUIT BREAKER PANEL WITH 8 SPACES FOR BREAKERS 88390202 1 LIGHT, QTZ, FR FOCUS BROW 750W 120V 88390212 1 LIGHT, QTZ, FR FOCUS FIXED 750W 120VW/SW 88390222 2 LIGHT, QTZ, FR FOCUS WALL MOUNT 750W 120V 88431100 1 HANNAY ECR-1614-17-18 REEL WITH 150' 10/3 WITH C TYPE ROLLER AND BALL STOP 88432000 1 FOUR-WAY RECEPTACLE BOXWIRED TO REEL CABLE 89020335 1 LADDERS, ALCO-L1TE, QUINT 85' (MT) 89510001 1 STD LADDER MOUNTING, POLISHED ALUM BRACKETS 90010050 1 STAINLESS PAINT SCHEME - STS PPRS & MINITOWER 90510000 1 3" LETTERING 90610210 1 6" SCOTCH LITE STRIPE AROUND TRUCK 90641015 1 22KT GOLD 1/2" COMPARTMENT STRIPING 90710300 1 BOOM SIGN, 75' 4-SECTION MINI-TOWER 90720120 1 10" LETTERING FOR BOOM SIGN Order#: 342-352 Created: 02/07/08 @ 12:49 PM Last updated: 02107/08 @ 1 :08 PM Printed: 02107/08 @ 1 :08 PM Page: 4 ~I Sutphen I Co:m:fJonetl:!t4is!~i1!1Q" II Item # Qty Item Description/Comments _._~_.._-----~~-~--------~--_._---_._._--_.._-----_.- -.__.._._-,.._~ -_._.,'_.~--.-,-_...._.. .-----.---.--- 91020200 1 MISC TOWER EQUIPMENT 91030700 1 ZIAMATIC SAC-44 FOLDING WHEEL CHOCK MOUNTED W/ SQCH-44H HOLDERS, PER PAIR. 95010350 1 MINI TOWER 75' 4-SECTION CLIMBING LADDER 95012100 1 LIFTING CYLINDERS FOR 75' CLIMBING LADDER 95012200 1 EXTENSION & RETRACTION FOR 75'CLlMBING LADDER 95015220 1 HYDRAULIC SYSTEM FOR 75' CLIMBING LADDER 95015300 1 EMERGENCY AUXILIARY HYDRAULIC MOTOR 95015400 1 INTERLOCK 95015500 1 HYDRAULIC & ELECTRIC SWIVELS FOR 75' CLIMBING 95016100 1 TURNTABLE/ROTATION FOR 75' CLMIBING LADDER 95022100 1 JACKS - SCISSORS JACKS 95025310 1 CONTROL STATION FOR 75' CLIMBING LADDER 95025405 1 DA T A PLAQUES - AERIALS 95025505 1 OPERATIONAL TEST - LADDERS 95033300 1 WATERWAY - 75' CLIMBING LADDER 95034100 1 FLOWMETER - CLASS 1 FLOW MINDER SUPER SYSTEM 95050100 1 AERIAL SPOT LIGHTS - (4) UNITY SPOT LIGHTS 95055250 1 MONITOR, ELKHART VULCAN RF, SM-1250E NOZZLE & 248A STREAM SHAPER 95060105 1 INTERCOM, FIRE RESEARCH. 2-WAY (SL75 & SL 104) 95075000 1 110 VOL T UP LADDER 99010000 1 TWO (2) MANUALS PROVIDED AT DELIVERY 99510000 1 ONE YEAR WARRANTY 99999999 1 NOTATIONS I LJ Order#: 342-352 Created: 02/07/08 @ 12:49 PM Last updated: 02/07/08 @ 1 :08 PM Printed: 02/07/08@ 1 :08 PM Page: 5 .. SUTPHEN Fire Apparatus Sales ~ 224 Wellington Road Dewitt, NY 13214 (315) 952-7787 Cell AlL OUT."! (315) 449-4670 Home Village of Macedon Fire Department 1 Canal Park Macedon, NY 14502 September 30, 2008 Dear Chief Hammond: Thank you for the opportunity to propose a replacement for your current aerial ladder. As the most experienced and America's only contiguously operated fire apparatus manufacturer since 1890, Sutphen proposes to build our heavy duty SL75 mid mounted aerial ladder truck, complete and delivered for the total price of $627,799. Delivery is expected to be made in approximately 12-15 months from order date. Option Should the Village decide to place 25% of the cost down with the order, $5767 will be credited at final invoice. Any additional monies placed down will earn 3% interest, credited at the final invoice. Sutphen has taken absolutely no exceptions to the fire department's specifications. Respectfully Submitted, Philip Vander Molen Sutphen Regional Distributor Note: Sutphen reserves the right to adjust the price after 45 days of this proposal date, due to ever rising fuel, metals, and labor and healthcare costs. HU..... :=: .2 l.;:1 121 :::: (1 '.:t ~ 4 ,~ 1-"' f'1 './ ILL H 1._> E:: f "'l~11 t: .Ul ..1 .; Mayor VILLAGE OF MACEDON Trustees James Hoteling 81 Main Street John Murphy Dep. Mayor Macedon, New York 14502 David Slin~y Kenneth Schreiber (315) 986-3976 Fax (315) 986-3444 Ron A, DeMena III TDD #1-800-662-1220 November 18, 2008 Sutphen Corporation Philip S. Vander Molen 7000 Columbus-Marysville Road Amlin, OH 43002 Dear Mr. Vander Molen, At our regularly scheduled Board meeting held on November 12,2008 it was approved by a unanimous vote that the Village of Macedon confirms acceptance of your bid offering for a new heavy duty 8L 75 mid m.ounted aerial ladder truck, complete and delivered for the total amount of $627,799.00, A copy of our approved minutes will be available after our next scheduled Board meeting on December 10, 2008. Attached is a copy of your Purchase Agreement for your records. 7), ?/rJt;j J ames V. Hoteling Mayor JVHllmd The Village of Macedon is an Equal Opportunity Provider and Employer. Complaints of discrimination should be sent to: USDA, Director, Office of Civil Rights, Washington, DC 20250-9410 VILLAGE OF MACEDON 315 986 3444 P.03 NOV-18-2008 04:49 PM SUTPHEN I ' '. l M1 MIl:" PURCHASE AGREEMENT mB SUTPHEN FIRE APPARATUS THIS AGREEMENT, made and entered into this j ~-.tI- day of(\:)J~008, by and between SUTPHEN CORPORATION of Amlin, Ohio, hereinafter called "SUTPHEN" and the Village of Macedon (for the Fire D~artment)., hereinafter called "PURCHASER", WITNESSETH: 1. PURCHASE: Purchaser hereby agrees to buy and Sutphen hereby agrees to sell and furnish to Pw'chaser the apparatus and equipment according to the Sutphen Proposal attached hereto and made a part hereof, and to deliver the same as hereinafter provided. 2. PAYMENT: Purchaser agrees to pay for said apparatus and equipment the total purchase price of: siI hundred twenty seven thousand seven hundred and ninety nine dolla" ($627,799.00), less any discounts based on down payments as quoted in the proposal on September 30, 2008, payable in full upon delivery-UNLESS taking advantage of the lease purchase program, then terms as described therein. For: One (1) SL75 Aerial Ladder truck as proposed 3. DELIVERY: The apparatus being purchased hereunder shall be delivered to Purchaser at the Macedon, NY fIrehouse in approximately 12-14 months from contract acceptance. 4. SUTPHEN W ARRANTIES: Sutphen warrants the apparatus purchased here under as set forth in the warranty included with bid proposal. 5. TESTING SHORTAGES: The apparatus shall be tested per NFPA #1901 at Sutphen's plant site in White Lake, NY. Purchaser agrees that the apparatus and equipment being purchased hereunder will not be driven or used in any manner until it is paid for in full, provided, however, that if there are any minor shortages, Purchaser may withhold a sum equivalent to the retail purchase price of any equipment shortages at the time of delivery and 1'-10'., :l :=: -. 2 1-3 (1 ::=:: t:~1 4 : '=, U ;~-::' t''1 \" 1 LLHI~E=. If ,.'1....1; F" 11 ' ;=: I~. .1.i SUTPHEN i I I AU lJIT:" may use the apparatus and equipment during this period. 6. DEFAULT: In the case of any default in payment hereunder or in the payment on any notes, negotiable paper, obligations or other instruments issued by Purchaser, Sutphen may take full possession of the apparatus and equipment or of the piece or pieces upon which default has been made, and any payments that have been made theretofore shall be applied as rent in full for the use of the apparatus and equipment up to the date of taking possession by Sutphen. 7. PURCHASER WARRANTIES: With the signing of this agreement, Purchaser warrants that it has the full power and legal authority to enter into this agreement and guarantees that funds for its purchase are available or in the process of collection. 8. ACCEPTANCE: This agreement shall not be binding until it is signed and approved by an officer of the Sutphen Corporation. 9. TAXES. ETC.: The purchase price provided for herein does not include any federal, state or local sales tax, duties, imposts, revenues, excise or other taxes which may hereafter be imposed by governmental authority or otherwise and which are made applicable to the apparatus or equipment covered by the agreement. In the event that any such taxes are subsequently imposed and become applicable, the purchase price herein shall be increased by the amoWlt of such taxes and such sum shall be immediately paid by Purchaser to Sutphen. To the extent applicable, the prices and deliveries set forth herein are subject to the Defense Production Act. 10. INSURANCE: Sutphen shall provide insurance insuring the apparatus and equipment against loss by fire, theft or collision and insuring against property damage and personal injury through the pickup or until the truck, if driven by a Sutphen Delivery engineer, arrives at the Purchaser's firehouse, 11. GENERAL: This agreement and the Sutphen proposal provided herein take precedence over all previous negotiations. oral or written, and no representations or warranties are applicable except as specifically contained in this agreement or in the Sutphen proposal attached hereto. No alteration, modification, amendment or change of this Agreement shall be binding Wllesll executed in writing by the parties. No waiver of any of the provisions of this Agreement shall be deemed a waiver of any other provision, whether or not similar, nor shall any waiver constitute a continuing waiver. VILLAGE OF MACEDON 315 986 3444 P.05 NOV-18-2008 04:50 PM SUTPHEN I aL 111':" This Agreement shall be governed and controlled as to interpretation. enforcement, validity, construction, effect and in all other respects by the laws, statutes and decisions of the State of Ohio. Exclusive jurisdiction and venue for any litigation at all related to this Agreement, directly or indirectly, based upon contract, tort, or other theory of law, shall lie in the Wayne County, NY Court and the parties hereto consent and submit to the general jurisdiction of this court. All of the tenns and provisions of this Agreement shall be binding upon and in1.U'e to the benefit of and be enforceable by Sutphen, Purchaser, their suocessors and assigns. IN WITNESS WHEREOF, the parties hereto have caused this agreement to be duly executed and attested by its duly authorized representatives, effective as of the date below when accepted at Sutphen Corporations offices. SUTPHEN CORPORA nON By . Phillo S. Vander Molen Sales Representative By Title: Accepted at office SUTPHEN CORPORATION By 7000 Columbus~Mary8vi1Ie Road Amlin, Ohio 43002 Title: . 0 Date D~ 'r)trf!; R- - Please Fax Signed Copy to (315) 295-2529 Revised 1 J /08 NOTICE TO BIDDERS VILLAGE OF MACEDON, NEW YORK MID-MOUNT 75' AERIAL LADDER FIRE TRUCK NOTICE IS HEREBY GIVEN that sealed proposals arc sought and requested by the Village of Macedon, Wayne County. New York for a: ].) New and unused 2009 75' Aerial Ladder Fire Truck according to specifications set by the Village of Macedon. Wayne County, New York. 2.) The sealed proposals will be received by the Village of Macedon Board of Trustees at its office in the Village Hall at 8] Main Street, Macedon. NY at 1:00 p.m. on September 30, 2008 and will be opened at that time. 3.) The specifications and other pertinent information can be obtained at the ofIice of the Village Clerk of Macedon at the Village Hall, 8 I Main Street between the hours of9:00 a.m. and ]2:00 noon and from 1:00 p.m. until 4:30 p.m. from September] ] through September 29, 2008. 4.) If the proposal is being submitted by a corporation, the proposal must be signed by a corporate officer. If not signed by a corporate officer a certificate must be signed by a corporate officer stating that such person has signing authority for proposal. S.) The proposal is also to include a non-collusion certificate that meets the requirements set out in Section] 03-d. The proposal will not be considered if the requirements of Section I 03-d are not fulfilled. 6.) The vehicle shall meet all New York State requirements for tire trucks. 7.) The Village will consider all proposals and reserves the right in its sole discretion to accept what they may consider a minor deviation tl'om the listed specifications. 8.) The Village in its sole discretion may accept comparable components to all specifications. 9.) The Village of Macedon reserves the right in its sole discretion to reject all proposals. 10. ) The Village has 30 days from opening of the bids to accept and notify the successful bidder. Dated: September] L 2008 By: Lisa M. Davis. Village Clerk Village of Macedon, New York ~ SUTPHEN' Boynton Beach Fire Rescue TABLE OF CONTENTS INTENT OF SPECIFICATIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . .6 QUALITY AND WORKMANSHIP..............................6 PERFORMANCE TESTS AND REQUIREMENTS . . . . . . . . . . . . . . . . . . .6 FAILURE TO MEET TESTS................................7 EXCEPTIONS TO SPECIFICATIONS . . . . . . . . . . . . . . . . . . . . . . . . .7 GENERAL CONSTRUCTION.................................8 DELIVERY REQUIREMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .8 PURCHASER RIGHTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .8 U. S . A. MANUFACTURER .................................. 8 MANUFACTURER'S EXPERIENCE ............................8 ELIMINATION OF DIVIDED RESPONSIBILITy.............. ..8 FAMA COMPLIANCE ...................................... 9 CHASSIS ............................................ .10 ALUMINUM CAB ........................................ 10 CAB DESIGN ..........................................10 CAB DIMENSIONS ..................................... .11 CAB MOUNTING ........................................11 INTERIOR ............................................11 FENDER CROWNS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .11 GRILLE ..............................................11 CAB INSULATION ..................................... .11 ROOF DESIGN .........................................12 DIAMOND PLATE, CAB ROOF .............................12 DOORS ...............................................12 EXTERIOR GLASS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .12 POWER WINDOWS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .13 SUN VISORS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .13 CAB STEPS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .13 STEP LIGHTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .13 CAB TILT SYSTEM .....................................13 CAB STRUCTURAL INTEGRITy........................... .14 MANUAL CAB LIFT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .14 COMPUTER TRAY ...................................... .15 DELUXE CONSOLE ......................................15 EMS CABINET ........................................ .15 INTERIOR DOOR PANELS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .15 CAB ACCESSORY FUSE PANEL .......................... ..15 AIR HORNS ........................................... 16 ALTERNATOR ......................................... .16 FRONT AXLE .......................................... 16 REAR AXLE ........................................... 16 TOP SPEED .......................................... .16 BATTERIES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .16 BATTERY CHARGING ................................... .17 BATTERY JUMPER TERMINAL ............................. 1 7 BRAKE WARRANTY ...................................... 18 1 ~ SUTPHEN' Boynton Beach Fire Rescue AIR BRAKE SYSTEM ................................. . . * 18 AIR BRAKING ABS SYSTEM ., q ~ .. .' "' . . . . ~ . . . . . ~ . . . . . . . . . , . . . . 1_ BUMPER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .19 DIAMOND PLATE BUMPER LID . . . . . . . . . . . . . . . . . . '" . . . . . . . . 19 STORAGE WELL COMPARTMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20 COOLING SYSTEM ....................................,.20 RADIATOR .............,..............................20 COOLANT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .20 HOSES & CLAMPS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .20 CHARGE AIR COOLER ...................................20 FAN 'j, . . . . . . . . .. . . . . . . .. . . . . . . .. . . . "' . . . . . . . . . . . . .. . . . . . . . . . '::"'-1_ SURGE TANK " . . . . . . . . . . . . . . . . . . . . . . '. . . , . . . . .. "' . . . . .' . . . . ..::... DRIVELINE . . . . . . . . . . . . . . "' . "' . . . . . . . . . . . . . . . . . . . . . . . . . .21 ENGINE ENCLOSURE ,. . . . . . . " . . . . . . . . . . . . . . . . . .' . . . . . . . . . . . L- ..L ENGINE . . . . . . . . . . . . "' . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .22 ENGINE WARRANTY . . . . . "' . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .22 AIR COMPRESSOR '-', ....~ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ., . . . . LL STARTER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .22 FUEL FILTERS . "' . . .. . . . . . . .. . . . . . .. . . . . . . . . . . . . . . " . . . . "' .' .22 EXHAUST SYSTEM " r) ...."'........"'................"'... . ~""" '-L- AIR CLEANER/INTAKE . . . . "' ~ . . . . . . . . . . . . . .. "' . . . "' . . . . . . . .23 ENGINE BRAKE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .23 FRAME . .. . . . . . . . . "' . . . . . . . "' . . . . . . . . ~ .. . . .. . .. . " . . .. . . . .. ~ . .. . 2 ~ FUEL TANK ............................................ :24 CAB HANDRAILS . . . . . . . . . . . . . . . .. . .. .. . .. . . . . .. .. " . . . . . . ~ . . .24 CAB DOOR HANDRAILS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .24 HEATER/DEFROSTER/AIR CONDITIONING CONTROLS . . . . . . . . . .25 LOAD MANAGER ~ , / ~ . . .. .. . . .. . . . . .. . .. . . . .. . . . . . . . . .. . " . .. . .. . . . . . . ...:...... ,j AUTOMATIC HIGH IDLE ACTIVATION . . . . . .. . . . .. . . . . . . . . ~ ~ ,. . 2':=; INSTRUMENT PANEL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .26 ENGINE WARNING SySTEM.............................. .28 WIRING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .28 DOOR AJAR INDICATION .. .. .. .. . . . . .. .. .. .. . . .. .. .. . . . . . # . . .. . . " . . .28 MASTER ELECTRICAL PANEL . . . . . . . . . . . . . . . . . . . . . . . . . . . . .29 PUMP SHIFT MODULE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .30 AUXILIARY POWER POINT . . .. .. .. . .. . .. . . . . . . . .. . ~ . . . . . . , . . . . 3 Cl INTERIOR ............................................30 LIGHTING CAB EXTERIOR . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .30 ALTERNATING HEAD LAMP . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3:J HAND HELD SPOTLIGHT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 (i LIGHTING CAB INTERIOR . .. .. . . .. . .. . . . . . . " . . .. . . . .. .. .. . .. . . . .30 LIGHTING CREW CAB INTERIOR . . . . . . . . . . . . . . . . . . . . . . . . . . -5 1 MIRRORS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 = DRIVER'S SEAT ~) 1 .. .. . . .. .. . a . a . . . a . ~ ~ . , , ~ . . . . . .. . . ~ ~ . . " . . . -' ........ OFFICER'S SEAT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , . . .31 CREW SEATS . . . . .. .. . .. . . . . . . . . . .. . . . .. . . .. . . .. . . . .. . . . . . . . . . .32 SCBA BOTTLE BRACKET -:') .. . .. . .. . .. . . .. .. . . . . . .. . . . . . .. ~ . . .. . . ~ . . . ...J L- CREW SEAT COMPARTMENT .. . . . . . . .. . .. .. . . . . . . . . . ~ . .. .. ~ . . . .. . . 32 STEERING ................................ '. . . . . .. . . . . . .3:::, 2 ~ SUTPHEN" Boynton Beach Fire Rescue ENHANCED FRONT SUSPENSION SySTEM................... .33 FRONT TIRES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .34 FRONT HUB COVERS .................................... 34 REAR HUB COVERS ..................................... 34 REAR TIRES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .34 MUD FLAPS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .34 WHEELS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .34 TRANSMISSION ........................................35 TRANSMISSION FLUID ..................................35 TRANSMISSION SHIFTER ................................35 FRONT TURN SIGNALS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .35 WHEELBASE ........................................... 36 WINDSHIELD WIPERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .36 MISCELLANEOUS CHASSIS EQUIPMENT .................... .36 PUMP TRANSFER CASE ................................. .37 PRIMING SYSTEM ......................................37 PUMP ANODE ..........................................38 PUMP CERTIFICATION ................................. .38 THREAD TERMINATION...................... ........... .38 PRESSURE GOVERNOR............. ..................... .38 INTAKE RELIEF .......................................38 AUXILIARY COOLER ................................... .38 VALVES AND ADAPTERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .39 PUMP CONNECTIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .39 6" PUMP INLETS ......................................39 2-1/2" RIGHT SIDE INLET............................ .39 2-1/2" LEFT SIDE INLET............................. .39 TANK TO PUMP ........................................ 40 OUTLETS .............................................40 2-1/2" LEFT SIDE DISCHARGES . . . . . . . . . . . . . . . . . . . . . . . . .40 2-1/2" RIGHT SIDE DISCHARGES . . . . . . . . . . . . . . . . . . . . . . . .40 ADAPTER ............................................. 40 4" OUTLET ........................................... 41 2-1/2" OUTLET LEFT HOSE BED........................ .41 FRONT BUMPER DISCHARGE ............................ ..41 CROSSLAYS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .41 CROSSLAY COVER ......................................41 TANK FILL ...........................................41 FOAM SYSTEM .........................................41 FOAM TANK ........................................... 42 PUMP AND GAUGE PANELS ...............................42 VALVE CONTROLS ......................................42 ESCUTCHEON PLATES ................................... 42 COLOR CODING ........................................ 42 PUMP PANEL LIGHTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .43 PUMP PANEL GAUGES AND CONTROLS . . . . . . . . . . . . . . . . . . . . . .43 4" MASTER GAUGES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .43 2-1/2" PRESSURE GAUGES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .44 WATER TANK LEVEL GAUGE ........ .................... ..44 3 g SUTPHEN' Boynton Beach Fire Rescue CLASS A FOAM TANK LEVEL GAUGE . . . . . . . . . . . . . . . . . . , . . . .44 BODY SUB FRAME . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . .45 APPARATUS BODY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .45 REAR STEP COMPARTMENT AT ION . . . . . . . . .. . . . . . . . . . . . . . . . .45 COMPARTMENTATION LEFT SIDE . . . . . . . . . . . . . . . . . . . . . . . . . .45 COMPARTMENT AT ION RIGHT SIDE ~ . . . . . . ~ 0 .. . . . . . . . . . . . . . .46 ROLL-UP COMPARTMENT DOORS . .. . .. . . . . . . , . . . . .. , . . . ~ . . . . .46 PAINTED ROLL-UP DOORS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .47 SCBA CYLINDER COMPARTMENTS . . . . . . . . . . . . . . . . . . . . . . . . . .47 COMPARTMENT MATTING . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . .47 ADJUSTABLE SHELVES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .47 ADJUSTABLE VERTICAL SLIDE-OUT PANEL . . . . . .. . . . . . . . . . . .47 600# SLIDE-MASTER TRAY . . . . . . . . . . . . . . . . . . . . . . . . . .. . . .48 UNISTRUT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .48 HOSE BED . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .4 E HOSE BED DIVIDER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .48 HOSE BED COVER . . . . . ~ . . .. . . . . . . .. . . . . . . . . . . . . . . . .. ' . . . .48 HANDRAILS AND STEPS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .48 RUB RAILS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .49 ALUMINUM TREADPLATE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .49 RUNNING BOARD TROUGH . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .49 BOOSTER TANK ........................................50 ELECTRIC SYSTEM c .-, . . . . . . . . . . .. . . . . . . . . . , . . . . . . . . . . .. " . , . J..L BACK-UP ALARM ....................................... '::2 COMMUNICATION SYSTEM . . . . . . " . . . . . . . . . . . . . . . . . . . . . .. " . . ,--' L- COMPARTMENT LIG .................... ~. . . .. . . . . ~ . . . . '. . , . . ....J'';_ ELECTRICAL PROVISION . . . . . . . . . . . . . .. . " . . . . . . . . . . . . . . . . ~,2 ANTENNA MOUNTING r:: ~.) . . . . . . . . . . . . . . .. . . ~ " . . . . . . . . . . . . . n . . . J L:'" LICENSE PLATE BRACKET c: ~ . .. . . . . . . . . . .. . . . . . . . . . .. . . . . , . . . . ~,IL TAIL/STOP/TURN LIGHTS c:r . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . ..),.:. LED ICC/MARKER LIGHTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .53 STEP LIGHTS .. . . . . . . . . . . . . . . . . .. . . . . . . . . .. . . . .. . .. . . . " . . . . 5 ~3 GROUND LIGHTING 0;-: . . . . . . . . .. . . .. . . . . . . . . . . . . . . . . . . ~ . . . . . -)-~ WORK LIGHTS L :, . .. . .. . . . .. . .. . .. .. .. . .. . . . . . . . . .. . . . . . . . . . ~ . , ~ .. .. . --J ,.; OPTICAL WARNING SySTEM............................. .53 UPPER LEVEL WARNING DEVICES . . . . . . . . . . . . . . . . . . . . . . . . . 5.3 LOWER LEVEL WARNING DEVICES . . . . . . . . . . . . . . . . . . . . , . . . . ce. 4 SIREN . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .54 FEDERAL Q2B SIREN . .. . . . .. . ~ .. .. . . . .. . . . . . .. . .. .. . .. .. .. .. . . 0 . , . :; 5 SIREN SPEAKER . . .. . .. . . . . . . .. .. . . .. . . . . . .. .. . . . .. .. . . . .. . . . ~ . . .. ::;.) GENERATOR . . .. . . . . . . . . .. . .. .. . . . . .. . .. .. . .. .. . . . . . . . . .. .. . .. ., . .. . . ~ 5 120-VOLT OUTLET o;c . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ~O LIGHT SWITCH . .. .. .. .. . . . . .. . .. .. . . . . . . .. . . . . .. . .. . . ~ . .. . . . . . . .:::' t BREAKER BOX . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . .56 QUARTZ LIGHT BROW 750WATT FOCUS . . . . . . . . . . . . . . . . . . . . .5(, QUARTZ LIGHT 750WATT FOCUS . . . . . . . . . . . . . . . . . . . . . . . . . .56 QUARTZ LIGHT 750WATT FOCUS :.:i .. .. .. .. . .. . . . .. . . .. .. . . . . . . . . . . ,,) , CORD REEL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .57 FOUR WAY RECEPTACLE r::~ . . .. .. ~ . . . .. .. . . .. . .. . .. . .. . .. ~ . . .. .. . ~ . '" , . . --' 4 g SUTPHEN' Boynton Beach Fire Rescue GROUND LADDERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .57 LADDER MOUNTING .....................................58 PAINT ING ............................................ 58 LETTERING ........................................... 59 STRIPING ............................................59 BOOM SIGN ...........................................59 BOOM SIGN LETTERING .................................60 MISCELLANEOUS EQUIPMENT FURNISHED .................. .60 WHEEL CHOCKS ........................................60 AERIAL DEVICE - MIDSHIP MOUNTED...... ............. .60 CONSTRUCTION STANDARDS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .60 CONSTRUCTION ........................................60 AERIAL EGRESS .......................................61 FOLDING STEPS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .61 LADDER TRAVEL SUPPORT.............................. .61 LIFTING CYLINDERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .62 EXTENSION/RETRACTION SySTEM........................ .62 HYDRAULICS ..........................................62 AUXILIARY HYDRAULIC POWER.......................... .63 INTERLOCK ........................................... 63 ELECTRIC SWIVEL .....................................63 TURNTABLE ...........................................64 TURNTABLE BEARING ...................................64 TURNTABLE SUPPORT ...................................64 OUTRIGGER JACKS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .65 BOOM CONTROLS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .65 INCLINOMETER ........................................65 CENTRALIZED CONTROLS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .66 AERIAL DATA PLAQUES .................................66 OPERATIONAL TEST ....................................66 WATERWAY ............................................66 FLOWMINDER ..........................................67 AERIAL SPOT LIGHTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .67 MONITOR/NOZZLE ......................................67 INTERCOM ............................................67 ELECTRIC UP THE LADDER ............................. .68 STOKES RACK .........................................68 OPERATION AND SERVICE MANUALS . . . . . . . . . . . . . . . . . . . . . . .68 WARRANTIES ..........................................68 DELIVERY ............................................68 MANUFACTURING & LOCATIONS . . . . . . . . . . . . . . . . . . . . . . . . . . .69 5 ~ SUTPHEN' Boynton Beach Fire Rescue INTENT OF SPECIFICATIONS It is the intent of these specifications to cover the furnishing and delivery to the purchaser a complete apparatus equipped as hereinafter specified. With a view of obtaining the best results and the most acceptable apparatus for service in the fire department, these specifications cover only the general requirements as to the type of construction and tests to which the apparatus must conform, together with certain details as to finish, equipment and appliances with which the successful bidder must conform. Minor details of construction and materials where not otherwise specified are left to the discretion of the contractor, who will be solely responsible for the design and construction of all features. The apparatus will conform to the requirements of the current (at the time of bid) National Fire Protection Association Pamphlet #1901 for Motor Fire Apparatus unless otherwise specified in these specifications. Bids will only be considered from companies which have an established reputation in the field of fire apparatus construction and have been in business for a minimum of ten (10) years. Each bid will be accompanied by a set of "Contractor's Specifications" consisting of a detailed description of the apparatus and equipment proposed and to which the apparatus furnished under contract must conform. Computer run-off sheets are not acceptable as descriptive literature. The specifications will indicate size, type, model and make of all component parts and equipment. QUALITY AND WORKMANSHIP The design of the apparatus must embody the latest approved automotive engineering practices. The workmanship must be the highest quality in its respective field. Special consideration will be given to the following points: Accessibility to various areas requiring periodic maintenance, ease of operation (including both pumping and driving) and symmetrical proportions. Construction must be rugged and ample safety factors must be provided to carry loads as specified and to meet both on and off road requirements and speed as set forth under "Performance Test and Requirements," PERFORMANCE TESTS AND REQUIREMENTS A road test will be documented with the apparatus fully loaded and a continuous run of ten (10) miles or more will be made under all driving conditions, during which time the 6 ~ SUTPHEN' Boynton Beach Fire Rescue apparatus will show no loss of power or overheating. The transmission drive shaft or shafts, and rear axles will run quietly and free from abnormal vibration or noise throughout the operating range of the apparatus. The apparatus, when loaded, will be approximately 66% on the rear axle. The successful bidder will furnish a weight certification showing weight on the front and rear axle, and the total weight of the completed apparatus at the time of delivery. a. The apparatus must be capable of accelerating to 30 MPH from a standing start within 25 seconds on a level concrete highway without exceeding the maximum governed engine RPM. b. The service brakes will be capable of stopping the fully loaded vehicle within 35 feet from a speed of 25 MPH on a level concrete highway. c. The apparatus, fully loaded, will be capable of obtaining a speed of 50 MPH on a level highway with the engine not exceeding 95% of its governed RPM (full load). d. The apparatus will be tested and approved by a qualified testing agency in accordance with their standard practices for pumping engines. e. The contractor will furnish copies of the Pump Manufacturer's Certification of Hydrostatic Test (if applicable), the Engine Manufacturer's current Certified Brake Horsepower Curve and the Manufacturer's Record of Construction Details. FAILURE TO MEET TESTS In the event the apparatus fails to meet the test requirements of these specifications on the first trial, a second trial may be made at the option of the bidder within thirty (30) days of the date of the first trials. Such trials will be final and conclusive and failure to comply with these requirements will be cause for rejection. Permission to keep and/or store the apparatus in any building owned or occupied by the purchaser will not constitute acceptance of same. EXCEPTIONS TO SPECIFICATIONS The following specifications will be strictly adhered to. Exceptions will be considered if they are deemed equal to or superior to the specifications, provided they are fully explained on a separate page entitled "EXCEPTIONS TO SPECIFICATIONS." Exceptions will be listed by page and paragraph. Failure to denote exceptions in the above manner will result in immediate rejection of the proposal. In addition a general statement taking "TOTAL EXCEPTION" to the 7 ~ SUTPHEN' Boynton Beach Fire Rescue specifications will result in immediate rejection of bid. GENERAL CONSTRUCTION The apparatus will be designed and the equipment mounted with due consideration to distribution of load between the front and rear axles so that all specified equipment, including filled water tank, a full complement of personnel and fire hose will be carried without injury to the apparatus. Weight balance and distribution will be in accordance with the recommendations of the International Association of Fire Chiefs and National Fire Association (or American Insurance Association). Certified Laboratories certificate will be submitted by the manufacturer. Weight of apparatus will meet all federal axle load laws. DELIVERY REQUIREMENTS The apparatus will be completely equipped as per these specifications upon arrival and on completion of the required tests will be ready for immediate service in the fire department of the purchaser. Any and all alterations required at the scene of delivery to comply with these specifications must be done at the contractor's expense. PURCHASER RIGHTS The Purchaser reserves the right to accept or reject any bid. The purchaser also reserves the right to award in their best interest and reserves the right to waive any formalities. U.S.A. MANUFACTURER The entire apparatus will be assembled within the borders of the Continental United States to insure more readily available parts (without added costs and delays caused by tariffs and customs) and service, as well as protecting the purchaser should legal action ever be required. MANUFACTURER'S EXPERIENCE Each manufacturer will have been in business making similar apparatus for a minimum of twenty (20) years and must have had single ownership for more than twenty-five (25) years. ELIMINATION OF DIVIDED RESPONSIBILITY It is required that each bidder produce both the chassis and complete apparatus. To eliminate divided responsibility and service, the chassis and body must be 8 ~ SUTPHEN' Boynton Beach Fire Rescue manufactured by the same Company. Manufacturer will state the number of years the Company has been producing their own chassis and body. Manufacturer will state compliance with the paragraph. NO EXCEPTIONS. FAMA COMPLIANCE Manufacturer must be a current member of the Fire Apparatus Manufacturer's A s s 0 c i a t i 0 n 9 ~ SUTPHEN' Boynton Beach Fire Rescue CHASSIS The chassis will be manufactured in the factory of the bidder. The chassis will be designed and manufactured for heavy duty service with adequate strength and capacity of all components for the intended load to be sustained and the type of service required. There will be no divided responsibilitv in the production of the apparatus. ALUMINUM CAB The cab will be a full tilt 6-person 15" rear raised roof cab designed specifically for the fire service and manufactured by the chassis builder. Cab will be built entirely by the apparatus manufacturer within the same facilities (no exceptions). Rear of the cab will be slanted forward at the top rear for mid-ship aerial use. The outside of the rear cab wall will be aluminum diamond plate. CAB DESIGN The cab will be designed specifically for the fire service and manufactured by the chassis builder. The apparatus chassis will be of an engine forward, fully enclosed tilt cab design. There will be four (4) side entry doors. The cab will be of a fully open design with no divider wall or window separating the front and rear cab sections. Construction of the cab will consist of high strength 5052H32 aluminum welded to extruded aluminum framing of 6061-T6 material. The cab roof will utilize extruded, radiused outer corner rails with integral drip channel and box tubing type cross brace supports. The cab sides will be constructed from extruded door pillars and posts that provide a finished door opening, extruded and formed wheel well openings supports, formed aluminum wheel well liners and box tubing type support braces. The cab floor and rear cab wall will utilize box tubing type framing and support bracing. The framework will be of a welded construction that fully unitizes the structural frame of the cab. The structural extrusion framework will be overlaid with interlocked aluminum alloy 10 ~ SUTPHEN' Boynton Beach Fire Rescue sheet metal panels to form the exterior skin of the cab. The structural extrusion framework will support and distribute the forces and stresses imposed by the chassis and cab loads and will not rely on the sheet metal skin for any structural integrity. CAB DIMENSIONS The cab will be designed to satisfy the following minimum width and length dimensions: Cab Width (excluding mirrors) 98" Cab Length (from C/L of front axle) To front of cab (excluding bumper) 68" To rear of cab 73" Total Cab Length (excluding bumper) 141" CAB MOUNTING The cab mounting system will use a steel sub frame, isolated from the cab with six (6) rubber mounts, to minimize chassis vibration and torsional loads from being induced into the cab structure. The two tilt pivot points will have stainless steel bushing and grease fittings for lubrication and smooth tilting of the cab. INTERIOR The cab interior will have Zolatone gray/black rubberized, mar resistant, textured finish. FENDER CROWNS Polished stainless steel front axle fenderettes with full depth radiused wheel well liners will be provided. GRILLE The front of the cab will be equipped with a grille with sufficient area to allow proper airflow into the cooling system and engine compartment. CAB INSULATION The cab will be insulated in a manner to reduce noise levels inside the cab. The cab interior sound levels will not exceed 90 decibels at 45 mph in all cab seat positions. 11 ~ SUTPHEN Boynton Beach Fire Rescue ROOF DESIGN The cab will be of a one-half 15" raised roof design with side drip rails and will satisfy the following minimum height dimensions: Cab Dimensions Interior Front 59" Rear 70" Cab Dimensions Exterior Front 65" Rear 80" DIAMOND PLATE, CAB ROOF The roof of the cab will have a diamond plate overlay. The overlay will be constructed of .125" aluminum serrated diamond plate and measure 30" x 60". DOORS The cab doorframes will be constructed from aluminum extrusions fitted with an aluminum sheet metal skin and will be equipped with dual weather seals. The cab doors will be equipped with heavy-duty door latching hardware, which complies with FMVSS 206. The mechanics of the door operation will utilize rod linkage for positive operation. A rubber coated nylon web doorstop will be provided. The doors will be lap type with a full-length stainless steel 3/8" diameter hinge and will be fully adjustable. All openings in the cab will be grommeted or equipped with rubber boots to seal the cab from extraneous noise and moisture. The cab doors will be designed to satisfy the following minimum opening and step area dimensions: Door Opening: Front 36.5" x 73.00" Rear 36.5" x 87.25" The cab doors will have brushed severe duty 304 stainless steel interior door panels. EXTERIOR GLASS The cab windshield will be of a two piece curved design utilizing tinted, laminated, automotive approved safety glass. The window will be held in place by an extruded 12 ~ SUTPHEN' Boynton Beach Fire Rescue rubber molding with a chrome plated decorative locking bead. The cab will be finished painted prior to the window installation. Two (2) fixed position side windows will be provided between the forward cab area and the crew cab area, one (1) each side and will utilize tinted, tempered automotive approved safety glass. The widows will be approximately 20.5" high x 16.50" wide to provide maximum visibility. The side windows will be held in place by an extruded rubber molding with a chrome plated decorative locking bead The cab door and canopy windows will utilize tinted, automotive approved safety glass. Two (2) sliding rear windows approximately 15" x 17" will be installed on the rear wall of the cab. POWER WINDOWS All four cab entry doors will have power windows. Each door will be individually operated and the driver's position will have master control over all windows. The front windows will roll down completely. SUN VISORS The sun visors will be made of dark smoke colored transparent polycarbonate. There will be a visor located at both the driver and officer positions. CAB STEPS The lower cab steps will be no more than 22" from the ground. An intermediate step will be provided, mid way between the lower cab step, and the cab floor. The intermediate step will be slightly inset to provide for safer ingress and egress. All steps will be covered with material that exceeds the NFPA requirements for stepping surfaces. STEP LIGHTS A white LED strip light will illuminate each interior cab step. These lights will illuminate whenever the battery switch is on and the cab door is opened. CAB TIL T SYSTEM An electric over hydraulic cab tilt system will be provided in order to facilitate the lifting of the cab allowing full access to the engine and accessories mounted under the cab. 13 ~ SUTPHEN' Boynton Beach Fire Rescue The cab will be mounted to a 4" steel box tube sub-frame through the use of high durometer rubber mounts. The raising of the tilt cab will be accomplished through a hydraulic lift system consisting of two (2) hydraulic lift cylinders, an electrically driven hydraulic pump, two (2) hydraulically activated latches, and an electrical control switch. The hydraulic lift cylinders will be coupled to the steel cab sub-frame (not directly to the cab) with greaseable Kaiser bushing for the pivot point. The above-described sub-frame will be used to minimize stress to the cab during lifting operations. The hydraulic cylinders will lift the cab to a tilt angle of 45 degrees, exposing the engine and accessories for service. A safety locking system will be provided that will release automatically when the cab is tilted up or down. The lift system will operate in a smooth and safe manner and will include cylinder interlocks to ensure that the cab will remain in a fixed position in the event of a failure in the system. CAB STRUCTURAL INTEGRITY The cab of the apparatus will be designed and so attached to the vehicle as to eliminate, to the greatest possible extent, the risk of injury to the occupants in the event of an accident. The apparatus cab will be tested to specific load and impact tests with regard to the protection of occupants of a commercial vehicle. A test will be conducted to evaluate the frontal impact strength of the apparatus cab to conform to the test J2420 and the "United Nations Regulation 29, Annex 3, paragraph 4, (Test A). A second test will be conducted to evaluate the roof strength of the apparatus cab to conform to the Society Of Automotive Engineers (SAE) SAE J2422/SAE J2420 and "United Nations Regulation 29, Annex 3, paragraph 5, (Test B) and SAE J2420. The evaluation will consist of the requirements imposed by ECE Regulation 29, Paragraph 5. The test will be conducted by a certified independent third party testing institution. A letter stating successful completion of the above test on the brand of cab being supplied will be included in the bid. There will be "no exception" to this requirement. MANUAL CAB LIFT There will be a manually operated hydraulic pump for tilting the cab in case the main pump should fail. The operator will be located under the left front corner of the front 14 ~ SUTPHEN" Boynton Beach Fire Rescue bumper. COMPUTER TRAY There will be a slide-out tray in front of the officer's seat for a laptop computer or other use. DELUXE CONSOLE There will be a deluxe console mounted on the engine hood between the driver and officer. The console will be covered in black vinyl material to match the engine hood. The console will come complete with two drink holders and recessed wells for storage of miscellaneous items. The center portion will contain a notebook rack with dividers for the storage of up to four notebooks. A heavy duty velcro strap will be provided to secure the notebooks. The outboard sections will contain duct work to direct air flow from the heater/AC towards the driver and officer. EMS CABINET There will be a cabinet constructed of .125 aluminum plate and painted to match the interior of the cab. The cabinet dimensions will be approximately 21" wide x 24" deep x 40" tall. The cabinet will come complete with a locking roll up door and two adjustable shelves. Strip lighting will be provided in the cabinet. The location of the cabinet will be in place of the rear facing crew seat behind the driver. INTERIOR DOOR PANELS The interior of the cab entry doors will have a 304 brushed stainless steel scuff plate, contoured to the door, from the door sill down. The lower portion of the doors will also have a 304 brushed stainless steel scuff plate and will include a total of 245 square inches of reflective material on each door, exceeding the NFPA requirement of 96 square inches. The layout will be opposing ruby red "chevron" stripes on each side. The red striping will be laid over white 3M reflective materials. The reflective decal will be plainly visible to oncoming traffic when the doors are in the open position. CAB ACCESSORY FUSE PANEL A fuse panel will be located in the rear crew area next the rear facing seat behind the officer. The fuse panel will consist of six (6) battery hot and six (6) ignition switch circuits. Each circuit will be capable of 10-ampere 12-volt power and total output of 15 g SUTPHEN' Boynton Beach Fire Rescue 50-amps. The fuse panel will be capable of powering accessories such as hand held spotlights, radio chargers, hand lantern chargers and other miscellaneous 12-volt electrical components. AIR HORNS Two (2) Grover 2040 Stuttertone rectangular, chrome plated, air horns will be recess mounted, one (1) each side behind the perforated grille of the bumper. The air horns will be controlled by a toggle switch wired through the horn button. A foot switch for the air horns will also be provided on the officer's side. ALTERNATOR A 320 ampere Prestolite/Leece Neville alternator with serpentine belt will be provided The alternator will generate 260 amperes at idle. A low voltage alarm, audible and visual, will be provided. FRONT AXLE The front axle will be a Meritorâ„¢ MFS-20-133A 3.74" drop beam with a capacity of 22,000 pounds. The axle will be hub piloted, 10 stud, furnished with oil seals and come complete with assist cylinder, hoses, and mounting brackets. REAR AXLE The rear axle will be a Meritorâ„¢ RS-30-185 Single reduction drive axle with a capacity of 31,000 Ibs. The axles will be hub piloted, 10 studs, furnished with oil seals. TOP SPEED Rear axle speed approximately 65 MPH. BATTERIES The battery system will be a single system consisting of four negative ground, 12 volt Interstate Group 31 MHO batteries, cranking performance of 950 CCA each with total of 3800 amps, 185 minute reserve capacity with 25 ampere draw at 80 degrees Fahrenheit. Each battery will have 114 plates. Warranty will be accepted nationwide. The batteries will be installed in a vented 304 stainless steel battery box with a removable aluminum cover to protect the batteries from road dirt and moisture. The batteries are to be placed on dri-deck and secured with a fiberglass hold down. The 16 ~ SUTPHEN" Boynton Beach Fire Rescue batteries will be wired directly to starter motor and alternator. The battery cables will be 3/0 gauge. Battery cable terminals will be soldering dipped, color-coded and labeled on heat shrink tubing with a color-coded rubber boot protecting the terminals from corrosion. There will be a 350-ampere fuse protecting the pump primer and a 250-ampere fuse protecting the electric cab tilt pump and other options as required. BATTERY CHARGING A Kussmaul Auto Charge 1200 battery system charger will be provided. The Auto Charge 1200 is a fully automatic battery charger with a very high output for vehicles with a single battery system. A remote single bar graph display is provided to indicate the state of charge of the battery system. The rated output will be 40 amps for the battery system. A Kussmaul Model 091-55-20-120 super electric auto-eject with weatherproof cover and power interrupt will be provided. An 120 volt Auto Pump air compressor will also be provided to maintain air within the air brake system. A miniature air filter, that mounts in the output pressure line of the air pump to trap moisture, will be provided. The micron filter element removes contaminants from the air line. A transparent bowl permits easy monitoring of water collected and a manual purge valve allows the operator to conveniently drain the bowl. A Bendix DV2 heated automatic drain valve will be provided. BATTERY JUMPER TERMINAL There will be one set (two studs) of battery jumper terminals located by the battery box under the cab. The terminals will have plastic color-coded covers. Each terminal will be tagged to indicate positive/negative. BRAKES (Front) The front brakes will be Meritor S-cam style. They will be 16.5" x 6" with heavy-duty return springs, and a double anchor pin design. They will also have quick-change shoes for fast easy brake relining. BRAKES (Rear) 17 ~ SUTPHEN' Boynton Beach Fire Rescue The rear brakes will be Meritor S-cam style. They will be 16.5" x 7" with heavy-duty return springs, and a double anchor pin design. They will also have quick-change shoes for fast easy brake relining. BRAKE WARRANTY The brakes will carry Meritor's five (5) year 75,000 mile warranty, exclusive of wear items. AIR BRAKE SYSTEM The vehicle will be equipped with atr-operated brakes. The system will meet or exceed the design and performance requirements of current FMVSS-121 and test requirements of current NFPA 1901 standards. Each wheel will have a separate brake chamber. A dual treadle valve will split the braking power between the front and rear systems. All main brake lines will be color-coded nylon type protected in high temperature rated split plastic loom. The brake hoses from frame to axle will have spring guards on both ends to prevent wear and crimping as they move with the suspension. All fittings for brake system plumbing will be brass. A Meritor Wabco System Saver 1200 air dryer will be provided. The air system will be provided with a rapid build-up feature, designed to meet current NFPA 1901 requirements. The system will be designed so the vehicle can be moved within 60 seconds of startup. The quick build up system will provide sufficient air pressure so that the apparatus has no brake drag and is able to stop under the intended operating conditions following the 60-second buildup time. The vehicle will not be required to have a separate on-board electrical air compressor or shoreline hookup to meet this requirement. Four (4) supply tanks will be provided. One air reservoir will serve as a wet tank and a minimum of one tank will be supplied for each the front and rear axles. A Schrader fill valve will be mounted in the front of the driver's step well. A spring actuated air release emergency/parking brake will be provided on the rear axle. One (1) parking brake control will be provided and located on the engine hood next to the transmission shiffer within easy reach of the driver. The parking brake will automatically apply at 35 :t10 PSI reservoir pressure. A Meritor WABCO IR-2 Inversion Relay Valve, supplied by both the Primary and Secondary air systems, will be used to activate the parking brake and to provide parking brake modulation in the event of a primary air system failure. 18 ~ SUTPHEN' Boynton Beach Fire Rescue Accessories plumbed from the air system will go through a pressure protection valve and to a manifold so that if accessories fail they will not interfere with the air brake system. AIR BRAKING ABS SYSTEM A Wabco ABS system will be provided to improve vehicle stability and control by reducing wheel lock-up during braking. This braking system will be fitted to axles and all electrical connections will be environmentally sealed from water and weather and be vibration resistant. The system will constantly monitor wheel behavior during braking. Sensors on each wheel transmit wheel speed data to an electronic processor, which will sense approaching wheel lock and instantly modulate brake pressure up to 5 times per second to prevent wheel lock-up. Each wheel will be individually controlled. To improve field performance, the system will be equipped with a dual circuit design. The system circuits will be configured in a diagonal pattern. Should a malfunction occur, that circuit will revert to normal braking action. A warning light at the driver's instrument panel will indicate malfunction to the operator. The system will consist of a sensor clip, sensor, electronic control unit and solenoid control valve. The sensor clip will hold the sensor in close proximity to the tooth wheel. An inductive sensor consisting of a permanent magnet with a round pole pin and coil will produce an alternating current with a frequency proportional to wheel speed. The unit will be sealed, corrosion-resistant and protected from electro-magnetic interference. The electronic control unit will monitor the speed of each wheel sensor and a microcomputer will evaluate wheel slip in milliseconds. BUMPER There will be a 12" high double rib polished stainless steel wrap-around bumper provided at the front of the apparatus. Laser cut perforated grilles will be incorporated into the bumper and located at the outboard of the frame rails for the air horns and at the center for the siren speaker. The bumper will be mounted to a reinforcement plate constructed of 1/4" x 10" x 70" carbon steel. A gravel shield will be provided, constructed of .188" aluminum diamond plate. The bumper extension will be approximately 24". DIAMOND PLATE BUMPER LID There will be a 1/8" diamond plate cover with latches provided for the front bumper trough. The cover will have a 2" rise to accommodate the storage well requirements. 19 g SUTPHEN' Boynton Beach Fire Rescue STORAGE WELL COMPARTMENT There will be a hose well compartment located in the center of the front bumper. The compartment will run the full width of the bumper and measure approximately 11" deep x 71" wide x 15" long (9,200 in2). The compartment will be constructed of .125" smooth aluminum plate. COOLING SYSTEM The cooling system will have sufficient capacity to keep the engine properly cooled under all conditions of road and pumping operations. The cooling system will be designed and tested to meet or exceed the engine and transmission manufacturers and EPA requirements. The complete cooling system will be mounted in a manner to isolate the system from vibration and stress. The individual cores will be mounted in a manner to allow expansion and contraction at various rates without inducing stress to the adjoining core(s). RADIATOR The radiator will be a cross-flow design constructed completely of aluminum with welded side tanks. The radiator will be bolted to the bottom of the charge air cooler to allow a single depth core, thus allowing a more efficient and serviceable cooling system. The radiator will be equipped with a drain cock to drain the coolant for serviceability. COOLANT The cooling system will be filled with Extended Life Coolant to provide a longer life cycle and reduced change intervals. The coolant makeup will contain ethylene glycol and deionized water to keep the coolant from freezing to a temperature of -34 degrees F. HOSES & CLAMPS Silicone hoses will be provided for all engine coolant lines. All radiator hose clamps will be spring loaded stainless steel constant torque hose clamps for all main hose connections to prevent leaks. CHARGE AIR COOLER The charge air cooler will be of a cross-flow design and constructed completely of 20 g SUTPHEN' Boynton Beach Fire Rescue aluminum with welded side tanks. The charge air cooler will be bolted to the top of the radiator to allow a single depth core, thus allowing a more efficient and serviceable cooling system. FAN The engine cooling system will incorporate a heavy-duty composite 11-blade fan. A shroud and recirculation shield system will be used to ensure air that has passed through the radiator is not drawn through again. The fan tip to radiator core clearance will be kept at a minimal distance to increase the efficiency of the fan and reduce fan blast noise. SURGE TANK The cooling system will be equipped with a surge tank. The surge tank will be equipped with a low coolant probe and sight glass to monitor the coolant level. The surge tank will have a cap that meets the engine manufacturer's pressure requirements as well as the system design requirements. DRIVELlNE The driveline will consist of Spicer 1710 series, or equal, dual grease fitting universal joints with "Half-Round" end yokes. The drive shaft will be built with a heavy-duty steel tube 4.095" outside diameter x .180 wall thickness. The shafts will be dynamically balanced prior to installation into the chassis. A splined slip joint will be provided in each shaft assembly. Universal joints will be extended life. There will be two (2) Zerk fittings in each universal joint assembly so the joint can be greased without turning the shaft. ENGINE ENCLOSURE An integral, formed aluminum engine enclosure will be provided. The engine enclosure will be of a contoured design to blend in an aesthetically pleasing manner with the interior dash and flooring of the cab. The enclosure will be kept as low as possible to provide the maximum space. The enclosure will be covered in a heavy duty black vinyl, molded to fit the exterior of the engine enclosure to reduce noise and heat in the cab. The inside of the engine enclosure will have a sound deadening insulation system. The cab interior will have a sound-deadening package to help minimize the noise (DB) levels and eliminate engine heat from the front and rear of the cab. 21 g SUTPHEN' Boynton Beach Fire Rescue A work light will be installed in the engine enclosure with an individual switch located on the base of the light. ENGINE The apparatus will be powered by a Detroit Diesel Series 60 EGR DDEC V, 515 H.P @ 1800 R.P.M., 1650 ft. lb. torque @ 1200 R.P.M., 14.0 liter displacement. ENGINE WARRANTY The engine will have a five year or 100,000 mile warranty and approval by Detroit Diesel for installation in the chassis. AIR COMPRESSOR The air compressor will be a 16 CFM engine driven Bendix model BA-941 . STARTER The starter will be a 12-volt Deleo Remy model 42MT controlled by a switch on the left lower cab dash. FUEL FIL TERS The engine fuel filters will be mounted in a manner that is easily accessible for service or replacement. A primary and secondary filter will be provided and will be approved for use by the engine manufacturer. EXHAUST SYSTEM The engine exhaust system will be horizontal design constructed from heavy-duty truck components. All exhaust tubing will be stainless steel. Flexible couplings will be utilized to absorb the torque and vibration of the engine. The outlet will be directed to the forward side of the rear wheels, exiting the right side, with a chrome straight tip. The system will be equipped with single canister consisting of a Diesel Oxidation Catalyst (DOC) and a Diesel Particulate Filter (DPF). The canister will be mounted under the right side frame rail, and meeting the engine manufacturer's specifications and current noise level tests. An orange fiberglass heat-absorbing sleeve will be used on the exhaust pipe in the engine compartment area to reduce the heat, to protect the alternator, and also to protect hands when checking or adding oil in the engine compartment. 22 ~ SUTPHEN' Boynton Beach Fire Rescue AIR CLEANER/INTAKE The engine air cleaner will be sized in accordance with the engine manufacturers recommendations. The air cleaner witt be manufactured from a fire retardant media and will incorporate and ember separator in accordance with NFPA 1901 to protect the engine from hot embers. A restriction warning light will be provided and located on the cab dash. ENGINE BRAKE The engine will be equipped with a Jacobs compression engine brake. An "On/Off' switch and a control for "Low/High" will be provided on the instrument panel within easy reach of the driver. The engine brake will interface with the Wabco ABS brake controller to prevent engine brake operations during adverse braking conditions. A pump shift interlock circuit will be provided to prevent the engine brake from activating during pumping operations. The brake light will activate when the engine brake is engaged. FRAME The chassis frame will be of a ladder type design utilizing industry accepted engineering best practices. The frame will be specifically designed for fire apparatus use. Each frame rail will be constructed of two 3/8" thick-formed channels. The outer channel will be 10.06" x 3.50" x .375" and the inner channel (liner) will be 9.31" x 3.13" x .375". The section modulus will be 31.28 in.3. The resistance to bending moment (RBM) will be 1,569,160 in.llbs. The cross-members will be constructed of minimum 3/8" formed channels and have formed gusseted ends at the frame rail attachment. .625 inch, grade 8 flange, Huck bolt fasteners will be used on all permanently attached brackets to the frame to eliminate the need for bolt re-tightening. The frame will be painted glossy black prior to installing wiring harness and other components. A lifetime warranty will be provided. 23 g SUTPHEN' Boynton Beach Fire Rescue FUEL TANK The chassis will be equipped with a 65-gallon stainless steel rectangular fuel tank. The fuel tank will be certified to meet FMVSS 393.67 tests. The tank will be removable by means of six (6) bolted connections and dropped. One (1) tank baffle will be used. Dual pick-up and return ports with a single 3/4" tank drawtube will be provided for diesel generators if required. The fuel tank will be equipped with a 2 1/4" filler neck assembly with a 3/4" vent located on the left hand side of the tank. A fuel fill cap attached with a lanyard will be provided. The bottom of the fuel tank will contain a 1/2" drain plug. The fuel lines will be nylon braid reinforced fuel hose with brass fittings. The lines will be carefully routed along the inside of the frame rails. All fuel lines are covered in high temperature rated split plastic loom. Single suction and return fuel lines will be provided. The fuel tank will be mounted in a saddle with a barrier between the tank and the saddle. CAB HANDRAILS There will be four (4) 24" long, handrails provided and installed, one (1) at each cab entrance. The handrails will be constructed of 1-1/4" diameter, knurled and anodized, 3/8" heavy wall extruded aluminum and mounted utilizing chrome stanchions, which will provide sufficient space to allow for a gloved hand to grip the rail. There will be two (2) rubber coated grab handles provided and mounted on the interior of the cab, one each side, near the windshield post for ingress assistance. The handrail on the driver's side will be approximately 11" long and the handrail on the officer's side will be approximately 18" long. CAB DOOR HANDRAILS Two (2) 1-1/4" diameter knurled aluminum handrails rails will be provided on the inside of the rear crew doors just above the windowsill. HEAVY DUTY HEATER/DEFROSTER/AIR CONDITIONER There will be a minimum 60,000 cool BTU and 80,000-heat BTU single unit, heater/air conditioner mounted over the engine cover. The unit will be mounted in center of the cab on the engine hood/enclosure. Unit will have a shutoff valve at the right side of the frame, next to the engine. Airflow of the heater/air conditioner will be a minimum 1200 24 . ~ SUTPHEN' Boynton Beach Fire Rescue CFM. To achieve maximum cooling, a TM-31 Compressor (19.1 cu. in.) will be used. There will be ductwork to the floor of the cab, facing forward to provide heat for the front of cab floor area. The defroster/heater will be a minimum of 39,000 BTU and will be a separate unit mounted over the windshield. There will be eight (8) louvers/defusers to direct to windshield and door glass. Airflow of the defroster/heater will be a minimum 350 CFM. The unit will be painted Zolatone greystone to match the cab ceiling. The condenser will be roof mounted and have 60,000 BTU rating. The unit will include two fan motors. Airflow of the condenser will be a minimum 2250 CFM. (This roof-mounted condenser will work at full rated capacity at an idle with no engine heat problems.) HEATER/DEFROSTER/AIR CONDITIONING CONTROLS The heater/defroster/air conditioning will be located in the overhead console in the center of the apparatus cab within easy reach of the driver and officer. The controls will be illuminated for easy locating in dark conditions. The controls will be located in such a way that the driver will not be forced to turn away from the road to make climate control adjustments. Control of all heater/defroster/air conditioning functions for the entire apparatus cab will be achieved through these controls. LOAD MANAGER Load manager will have the ability to sequence loads on and off. It will also be able to shed 8 loads when the vehicle is stationary, starting at 12.7 volts lowest priority load to be shed, then respectively at 12.6, 12.4, 12.2, 12.0, 11.8, 11.4 and 11.0 volts DC. Any load that has been shed will be off for a minimum of five minutes, and then if voltage has rebounded above shed voltage, the shed load will automatically come on. There will also be an indicator panel along side the rocker switches, which indicate power is on, battery warning and fast idle. Battery warning indicator will flash at a rate proportional to the voltage discharge rate. AUTOMATIC HIGH IDLE ACTIVATION The load management system will be capable of activating the apparatus high idle system when the system voltage drops below 12.3 volts DC. The system will raise engine speed for a minimum of five minutes until voltage exceeds 13.0 volt DC. The load management system will activate the high idle feature before any devices are automatically shed OFF. The high idle function request from the load management device will function only if the appropriate interlocks are present; that is, control of the high idle system is monitored and will be superseded by the state of the interlock control module. The automatic high idle system will be deactivated whenever the brake 25 ~ SUTPHEN' Boynton Beach Fire Rescue pedal is pressed, and will remain inactive for two minutes thereafter to allow an operator to override the high idle function and return the engine to idle before PTO engagement. INSTRUMENT PANEL The main dash shroud, which covers the area directly in front of the driver from the doorpost to the engine hood, will be custom molded and covered with a non-glare black vinyl. The dash will be a one (1) piece hinged panel that tilts outward for easy access to service the internal components. The gauge panel will be constructed of durable aesthetically pleasing light gray polymer material. The gauges will be Maxima Technologies/Datcon gauges with built-in self-diagnostics and red warning lights to alert the driver of any problems. All gauges and controls will be backlit for night vision and identified for function. All main gauges and warning lights will be visible to the driver through the steering wheel. The vehicle will be equipped with a keyless ignition, with a two (2)-position rocker switch, "Ignition Off/On" and a two (2)-position rocker switch, "Off/Start". Instrumentation on dash panel: . Tachometer/hourmeter with built in re-settable hour meter . Speedometer/odometer with built in re-settable trip odometer . Ammeter . Voltmeter . Fuel gauge . Engine oil pressure . Transmission temperature . Engine temperature . Primary air pressure . Secondary air pressure Indicators and warning lights visible to driver: . Battery on . Parking brake engaged . Low air with buzzer . Turn signals . Hi-beam . Engine temperature with buzzer . Engine oil pressure with buzzer . Transmission temperature with buzzer . Do not shift transmission . Check transmission . Stop engine with buzzer 26 . ~ SUTPHEN" Boynton Beach Fire Rescue . Check engine . Regeneration . High exhaust temperature . Air filter restriction light . Back pressure . Cab door open (flashing) . Compartment door open (flashing) . Antilock brake warning . Fasten seat belt Other indicator and warning lights . Differential locked . PTO engaged . Upper power . Auto-slip response . Retarder engaged . Retarder temperature . Jacks out . Jacks down Controls located on main dash panel: . Master power disconnect with ignition switch . Engine start switch . Headlight switch . Windshield wiper/washer switch . Differential lock switch (if applicable) . Dimmer switch for backlighting . Parking brake control Controls included in steering column: . Horn button . Turn signal switch . Hi-beam low-beam switch . 4-way flasher switch . Tilt-telescopic steering wheel controls Controls, gauges and indicator lights located to the right of driver's position: . Transmission shifter . Pump shift control with OK TO PUMP and PUMP ENGAGED lights . Heater/defroster controls . Eighteen (18) illuminated rocker switches Driving compartment warning labels will include: . HEIGHT OF VEHICLE 27 ~ SUTPHEN' Boynton Beach Fire Rescue . OCCUPANTS MUST BE SEA TED AND BEL TED WHEN APPARATUS IS IN MOTION . DO NOT USE AUXILIARY BRAKING SYSTEMS ON WET OR SLIPPERY ROADS . EXIT WARNINGS Additional labels included: . COMPUTER CODE SWITCH . ABS CODE SWITCH . FLUID DATA TAG . CHASSIS DATA TAG ENGINE WARNING SYSTEM An engine warning system will be provided to monitor engine conditions such as low oil pressure, high engine temperature and low coolant level. Warning indication will include a STOP ENGINE (red) light with audible buzzer activation and a CHECK ENGINE (amber) light Note: (Some engine configurations may also include a fluid warning light.) There will be a master information light bar with 24 lights located across the center of the dash panel that covers up to 24 functions. These are defined under Indicators and Warning Lights above. WIRING All wiring will have XL high temperature crosslink insulation and will be 10 gauge, 12 gauge, 14 gauge and 18 gauge depending on load. All wiring will be color-coded, and the function and number stamped at 3" intervals on each wire. All wiring will be covered with high temperature rated split loom for easy access to wires when trouble shooting. All electrical connectors and main connectors throughout the chassis will be treated to prevent corrosion. DOOR AJAR INDICATION Four (4) red LED lights are provided in the forward cab overhead console area, visible to both driver and officer. Upon releasing the apparatus parking brake one or more of these lights will automatically illuminate (flash) if any cab door is open, compartment door is open, any ladder or equipment rack is not in stowed position, stabilizer system deployed or any other device has not been properly stowed that may cause damage if the apparatus is moved. 28 ~ SUTPHEN' Boynton Beach Fire Rescue MASTER ELECTRICAL PANEL The chassis main breaker panel will be wired through the master disconnect solenoid and controlled with a three-position ignition rocker switch. Circuit breakers and flashers will be located at officer's right side lower interior firewall with removable cover and schematic provided with notebook holder on outside cover. A deluxe breaker panel with up to 22 ground switched relays with circuit breaker protection will be provided. An integrated electrical sub-panel will be provided and interfaced to the body and chassis through an engineered wire harness system. Twelve (12) 20-ampere and one (1) 70-ampere relay for cab lightbar and assemblies will be provided. If the option for a mechanical siren has been selected two (2) additional relays will be provided. Additional four relay boards with circuit breaker protection for additional loads. Maximum two boards (8 relays) per breaker panel. All relay boards set up to trip with input from switch of positive-negative or load manager by moving connector on board (no tools needed to do this). All relay boards will be equipped with a power-on indicator light (red), input indicator light (green) and power output indicator light (red). Up to 23 additional automatic reset circuit breakers for non-switched loads that are remotely switched (ie: heater fans, hood lights, etc.). All relays and circuit breakers on the relay boards will be pull-outlpush-in replaceable. All circuit breakers on the relay boards will be 20 ampere automatic reset which can be doubled or tripled for 40 or 50-ampere capacity. The system will utilize Deutch DRC weather resistant connectors at the breaker panel, toe board and main dash connections. All internal wire end terminals, including locking connectors, will be mechanically affixed to the wire ends by matching terminal crimping presses to assure the highest quality terminations. All internal splices will be ultrasonically welded connections and all internal wiring will be high temperature GXL type wire that is protected by wiring duct wherever possible. All switches will be ground controlled; no power going through any rocker switch. 29 g SUTPHEN' Boynton Beach Fire Rescue Any switch controlling a relay in the breaker panel will be capable of being set to function only when the parking brake is set. All relays will be tagged with the function that the relay is controlling. PUMP SHIFT MODULE A pump shift module with indicating lights will be located within easy reach of the driver. A gear lockup will be provided to hold the transmission in direct drive for pump operation. AUXILIARY POWER POINT Three (3) 12-volt 15-ampere auxiliary lighter socket type plug-in, will be provided in the cab near the officer. INTERIOR The cab interior will be finished in gray Durawear on the full front and rear headliners and rear firewall. LIGHTING CAB EXTERIOR Exterior lighting and reflectors will meet or exceed Federal Motor Vehicle Safety Standards and National Fire Protection Association requirements in effect at this time. There will be dual sealed beam halogen rectangular headlights in custom housings on each side of the front of the cab. ALTERNATING HEAD LAMP The headlights will have an alternating flash feature for emergency response use. HAND HELD SPOTLIGHT One Optronics Blue Eye Model KB-4003, 400,000-candle power hand-held spotlight will be provided, installed at officer's side of cab. LIGHTING CAB INTERIOR Interior lighting will be provided inside the cab for passenger safety. Two (2) ceiling 30 . ~ SUTPHEN' Boynton Beach Fire Rescue mounted combination red/clear LED dome lights with a push on/off feature in the light lens. One light will be located over each the officer and driver's position. The lights will also activate from the open door switch located in each cab doorjamb. LIGHTING CREW CAB INTERIOR Interior lighting will be provided inside the crew cab for passenger safety. Two (2) ceiling mounted combination red/clear LED dome lights with a push on/off feature in the light lens will be provided. The lights will also activate from the open door switch located in each cab doorjamb. MIRRORS Two (2) Lang Mekra 300 Series chrome plated Aero style main and convex mirrors will be installed on each side of the vehicle. The main mirror will be 4-way remote adjustable with heat, 7" x 16" 2nd surface chromed flat glass. The convex will be, 6" x 8" 2nd surface chromed 400 mm radius glass. Each mirror housing assembly will be constructed of lightweight textured chrome ABS with on truck glass and housing back cover replacement. In the event the mirror breaks the glass will be replaceable in (3) minutes or less. The glass will include a safety adhesive backing to keep broken glass in place. The mirror assembly will be supported by a "C" loop bracket constructed of polished stainless steel tube utilizing two point mounting reducing vibration of mirror glass during normal vehicle operation. The lower section of the holder will include a spring loaded single detent position 20 degrees forward with easy return to operating position without refocusing. DRIVER'S SEAT The driver's seat will be an H.O. Bostrom 8-way power electric seat. The seat will have the following features: . Integrated 3-point seat belts . Power 8" fore taft adjustment . Power 2" height adjustment . Power front seat tilt . Power rear seat tilt . Power Back recline . Built in lumbar support . 100% Durawearâ„¢ gray tweed seat material OFFICER'S SEAT The officer's seat will be a Bostrom Firefighterâ„¢ Tanker 450 ABTS SCBA seat. The 31 g SUTPHEN' Boynton Beach Fire Rescue seat will have the following features: . Integrated 3-point seat belt . "Auto-Pivot & Return" head rest . Built in lumbar support . 100% Durawearâ„¢ gray tweed seat material CREW SEATS The crew cab area will have three (3) Bostrom Firefighterâ„¢ seats. The seating arrangement will be: one (1) rear facing Bostrom Tanker 450 ABTS SCBA seats and two (2) forward facing Bostrom 400CT ABTS SCBA flip up seats. The seats will have the following features: . Integrated 3-point seat belts . "Auto-Pivot & Return" head rest . Built in lumbar support . 100% Durawearâ„¢ gray tweed seat material SCBA BOTTLE BRACKET The officer and crew seats will come equipped with an H.G. Bostrom SecureAIITM SCBA Locking System capable securing all U.S. and international SCBA brands and sizes while in transit or for storage on fire trucks. Locking will be achieved by pushing the SCBA unit (bottle) against the pivot arm to engage the automatic lock system. A top clamp will surround the top of the SCBA tank for a secure fit in all directions. The bracket will be equipped with a center guide fork to keep the tank in-place for a safe and comfortable fit in seat cavity. All adjustment points will utilize one tool and be easily adjustable. The bracket system will be free of straps and clamps that may interfere with auxiliary equipment on SCBA units. The release handle will be integrated into the seat cushion for quick and easy release and will eliminate the need for straps or pull cords to interfere with other SCBA equipment. The bracket system will meet NFPA 1901 standards and requirements of EN 1846-2. CREW SEAT COMPARTMENT A compartment will be provided under the forward facing crew seats on the back wall of 32 . ~ SUTPHEN" Boynton Beach Fire Rescue the cab. The compartment will be full through, with an access door on each side, accessible from the side of the crew cab doors. STEERING Ross heavy duty Model TAS-85 power steering will be provided. The steering gear will be bolted to the frame at the cross-member for steering linkage rigidity. Four (4) turns from lock to lock with an 18" diameter slip resistant rubber covered steering wheel. Steering column will have six-position tilt and 2" telescopic adjustment. The cramp angle will be 45 degrees with 315mm tires or 43 degrees with 425mm tires providing very tight turning ability. SUSPENSION (Front) The front suspension will be a variable rate taper-leaf design, 54" long and 4" wide. Long life, maintenance free, urethane bushed spring shackles will be utilized. All spring and suspension mounting will be attached directly to frame with high strength Huck bolts and self-locking round collars. Spring shackles and pins that require grease will not be acceptable. NO EXCEPTIONS. ENHANCED FRONT SUSPENSION SYSTEM The front suspension will have the handling, stability, and ride quality enhanced by the use of a Ride Tech auxiliary spring system and Koni high performance shock absorbers. This system will utilize three stage, urethane auxiliary springs, and high performance gas filled shock absorbers to control the deflection of the leaf springs, and dampen vibration normally transmitted to the chassis. This maintenance free system will be custom tuned to the apparatus gross weight rating for maximum performance, while maintaining a soft compliant ride. NO EXCEPTIONS. A (3) three year 36,0000 mile warranty will be provided by the manufacturer. SUSPENSION (Rear) A RidewellO model RAD-241-0S Monopivot Angular Air Ride rear suspension will be provided. The suspension will be a dual air spring design equipped with dual height control valves to maintain proper ride height. The ground rating of the suspension will be 31,000 pounds. 33 g SUTPHEN' Boynton Beach Fire Rescue FRONT TIRES Front tires will be Goodyear 425/65R22.5, load range L, G286 highway tread, single tubeless type with a GAWR of 22,000 pounds. Wheels will be disc type, hub piloted, 22.5 x 12.25 10 stud 11.25 bolt circle. Chrome plated lug nut caps will be provided. FRONT HUB COVERS Polished stainless steel hub covers will be provided for the front axle. REAR HUB COVERS Polished stainless steel hub covers will be provided for the rear axle. REAR TIRES Rear tires will be Goodyear 315/80R22.5, load range J, G291 highway tread, dual tubeless type with a GAWR of 31,000 pounds. Wheels will be disc type, hub piloted, 22.5 x 9 10 stud with 11.25" bolt circle. Chrome plated lug nut caps will be provided. MUD FLAPS Hard rubber mud flaps will be provided for front and rear tires. WHEELS Aluminum wheels will be provided for the front and for the inside and outside of the rear wheels. The aluminum wheels will match the tire and axle capacities of the apparatus. TOW EYES (Front) There will be two front tow eyes with 3" diameter holes attached directly to the chassis frame. TOW EYES (Rear) There will be two tow eyes attached directly to the chassis frame rail and will be chromate acid etched for superior corrosion resistance and painted to match the chassis. 34 . . ~ SUTPHEN" Boynton Beach Fire Rescue TRANSMISSION The chassis will be equipped with a Generation IV Allison EVS4000 six (6) speed automatic transmission. It will be programmed five (5) speed, sixthg.ear Jocked out, for fire apparatus vocation, in concert with the specified engine. An electronic oil level indicator will be provided as well as a diagnostic reader port connection. The fifth gear will be an overdrive ratio, permitting the vehicle to reach its top speed at the engine's governed speed. The dipstick is dipped in a rubber coating for ease in checking oil level when hot. The chassis to transmission wiring harness will utilize Metri-Pack 280 connectors with triple lip silicone seats and clip-type positive seal connections to protect electrical connections from contamination without the use of coatings. Ratings: Max Input (HP) 600 Max Input (Torque) 1850 (Ib ft) Max Turbine (Torque) 2600 (Ib ft) Mechanical Ratios: 1sL 3.51 :1 2nd - 1.91 :1 3rd _ 1.43:1 4th - 1.00:1 5th - 0.74:1 Reverse - -5.00 TRANSMISSION FLUID The transmission will come filled with Castro I TranSynd â„¢ Synthetic Transmission Fluid or approved equal meeting the Allison TES-295 specification. NO EXCEPTION. TRANSMISSION SHIFTER An Allison "Touch Pad" shift selector will be mounted to the right of the driver on the engine cover accessible to the driver. The shift position indicator will be indirectly lit for nighttime operation. FRONT TURN SIGNALS There will be two Whelen 400 Series LED rectangular amber turn signal lights mounted one each side in the front of the headlight housing and one mounted on each side of the warning light housing. 35 g SUTPHEN' Boynton Beach Fire Rescue WHEELBASE The approximate wheelbase will be 215". WINDSHIELD WIPERS Two (2) black anodized finish two speed synchronized electric windshield wiper system. Dual motors with positive parking. System includes large dual arm wipers with built in washer system. One (1) master control works the wiper, washer and intermittent wipe features. Washer bottle is a remote fill with a 4 quart capacity. Washer fill is located just inside of officer cab door. MISCEllANEOUS CHASSIS EQUIPMENT Fluid capacity plate affixed below driver's seat. Chassis filter part number plate affixed below driver's seat. Tire pressure label near each wheel location. Cab occupancy capacity label affixed next to transmission shiffer. NFPA compliant seat belt and standing warning plates provided. FIRE PUMP HALE QMAX-150 Fire pump will be midship mounted. The fire pump will be of the double suction single stage centrifugal type, carefully designed in accordance with good modern practice. The pump will be of fine grain alloy cast iron, with a minimum tensile strength of 30,000 PSI. The pump body will be horizontally split, on a single plane, casing type with removable lower casing for easy removal of the entire impeller assembly including wear rings and bearings from beneath the pump without disturbing piping or the mounting of the pump in the chassis. All moving parts in contact with water will be of high quality bronze or stainless steel. Easily replaceable bronze labyrinth wear rings will be provided. Discharge passage will be designed to accomplish uniform pressure readings as the actual pump pressure. The rated capacity of the fire pump will be 1500 gallons per minute in accordance with NFPA# 1901. 36 . ~ SUTPHEN' Boynton Beach Fire Rescue The pump shaft will be rigidly supported by three bearings for a minimum deflection. One high lead bronze sleeve bearing to be located immediately adjacent to the impeller (on side opposite the drive unit). The sleeve bearing will be lubricated by a force fed, automatic lubrication system, pressure balanced to exclude foreign material. The remaining bearings will be heavy duty type, deep groove ball bearings and will be splash lubricated. The pump shaft will have only one packing gland located on the inlet side of the pump. It will be of split design for ease of repacking. The packing gland must be a full circle threaded design to exert uniform pressure on the packing to prevent "cocking" and uneven packing load when it is tightened. It will be easily adjustable by hand with a rod or screw driver and requiring no special tools or wrenches. The packing rings will be of a unique combination of braided graphite filament and braided synthetic packing and have sacrificial zinc foil separators to protect the pump shaft from galvanic corrosion. PUMP TRANSFER CASE The drive unit will be designed of ample capacity for lubricating reserve and to maintain the proper operating temperature. Pump drive unit will be of sufficient size to withstand up to 16,000 Ibs. ft. torque of the engine in both road and pump operating conditions. The gearbox drive shafts will be heat treated chrome nickel steel input and output shafts will be at least 2-3/4" in diameter, on both the input and output shafts. They will withstand the full torque of the engine in both road and pump operating conditions. The engagement of the pump transmission will be of such design so as to permit transfer of power from road to pump operation only after vehicle is completely stopped. The pump shift will be air actuated from the cab and have both a green "Pump Engaged" light, and a green "O.K.-To-Pump" light. A third green light will be provided on the pump operator's panel for "Throttle Ready". The pump drive unit will be cast and completely manufactured and tested at the pump manufacturer's factory. PRIMING SYSTEM The priming pump will be a Trident Emergency Products compressed air powered, high efficiency, multi-stage, venturi based AirPrime System. All wetted metallic parts of the priming system are to be of brass and stainless steel construction. A single panel mounted control will activate the priming pump and open the priming valve to the pump. The priming system will have a five year warranty. 37 ~ SUTPHEN' Boynton Beach Fire Rescue PUMP ANODE A Hale pump anode kit assembly # 529-0080-00-0 will be provided and installed in the pump body. A minimum of two (2) anodes will be installed one (1) in the suction side and one (1) in the discharge side of the pump. PUMP CERTIFICATION The pump, when dry, will be capable of taking suction and discharging water in compliance with NFPA #1901 chapter 14. The pump will be tested by National Testing and will deliver the percentages of rated capacities at pressures indicated below: 100% of rated capacity @ 150 PSI net pump pressure. 70% of rated capacity @ 200 PSI net pump pressure. 50% of rated capacity @ 250 PSI net pump pressure. THREAD TERMINATION National Standard Thread will terminate the inlets and outlets of the apparatus. PRESSURE GOVERNOR Apparatus will be equipped with a Class1 Pressure Governor that is connected to the Electronic Control Module (ECM) mounted on the engine. The Governor will operate as a pressure sensor (regulating) governor (PSG) utilizing the engine's data for optimal resolution and response. Programmable presets for RPM and Pressure settings will be easily configurable using the menu structure. Engine RPM, system voltage, engine oil pressure and engine temperature with audible alarm output for all will be provided. INTAKE RELIEF There will be a Hale stainless steel intake relief valve installed on the intake side of the pump. The surplus water will be discharged away from the pump operator and terminate with Male NST hose thread. System is field adjustable. AUXILIARY COOLER An auxiliary cooler will be furnished to provide additional cooling to the engine under 38 ~ SUTPHEN' Boynton Beach Fire Rescue extreme pumping conditions. Water from the pump is to be piped to the coils of the heat exchanger allowing the engine fluid to be cooled as required. VALVES AND ADAPTERS All valves will be Elkhart, UNIBODYfull flow trunnion mounted ball valves with two flanges. Valves to be constructed with two self-adjusting seat/flange seals. The seats and ball will be of Norkalon material. Valves to have no more than three O-rings and no O-rings between the body and adapter flanges. Valves to have two seats to hold pressure or vacuum in either direction. Valves will be capable of swinging out of line without removing all flange bolts for easy replacement of ball and seats. Push/pull drain valves will be provided for all 2.5" and larger inlets and outlets. PUMP CONNECTIONS All suction and discharge lines (except pump manifolds) 1" and larger will be heavy-duty stainless steel pipe. Where vibration or chassis flexing may damage or loosen piping or where a coupling is necessary for servicing, a flexible connection will be furnished. All lines will be drained by a master drain valve or a separate drain provided at the connection. All individual drain lines for discharges will be extended with a rubber hose in order to drain below the chassis frame. All water carrying gauge lines will utilize nylon tubing. S" PUMP INLETS Two 6" diameter suction ports with 6" NST male threads will be provided, one on each side of vehicle. The inlets will extend through the side pump panels and come complete with removable strainer and long handle chrome-plated cap. 2-1/2" RIGHT SIDE INLET One 2-1/2" gated inlet valve will be provided on the right side pump panel. The valve will be supplied with chrome plate female swivel, plug, chain, and removable strainer. The valve will attach directly to the suction side of the pump with the valve body behind the pump panel. 2-1/2" LEFT SIDE INLET One 2-1/2" gated inlet valve will be provided on the left side pump panel. The valve will be supplied with chrome plate female swivel, plug, chain, and removable strainer. The valve will attach directly to the suction side of the pump with the valve body behind 39 ~ SUTPHEN' Boynton Beach Fire Rescue the pump panel. TANK TO PUMP The booster tank will be connected to the intake side of the pump with a 1/4 turn 3" full flow valve with check valve, with the remote control located at the operator's panel. The 3" tank to pump line will run from a bottom sump into the 3" valve. To prevent damage due to chassis flexing or vibration, a short 3" flexible rubber hose coupling will be used to connect the tank to the intake valve. OUTLETS The discharge valves will be an inline Tork-Lock constructed of brass and be of the quarter turn type of fixed pivot design to allow for ease of operation at all pressures. The valves will be controlled from the operator's panel and will be equipped with swing type locking handles. Each valve will be supplied with 2-1/2" National Standard Threads and come with chrome plated female caps and chains. 2-1/2" or larger discharge outlet will be supplied with a 3/4" quarter turn drain valve located at the outlet. All 2-1/2" and larger discharges will be supplied with a 30 degree angle down elbow. 2-1/2" LEFT SIDE DISCHARGES Two (2) 2-1/2" gated discharges will be located on the left side pump panel. The valves will be of the quarter turn tork-Iok ball type of fixed pivot design to allow for ease of operation at all pressures. The valve will be connected to the discharge side of the pump with the valve bodies behind the pump panel. A chrome swing type handle located on the pump operator's panel will control the side discharges. 2-1/2" RIGHT SIDE DISCHARGES One (1) 2-1/2" gated discharge will be located on the right side pump panel. The valve will be of the quarter turn tork-Iok ball type of fixed pivot design to allow for ease of operation at all pressures. The valve will be connected to the discharge side of the pump with the valve bodies behind the pump panel. A chrome swing type handle located on the pump operator's panel will control the right side discharges. ADAPTER There will be a 4" NST swivel female x 5" Storz adapter with cap and chain on the right side 4" discharge. 40 . ~ SUTPHEN" Boynton Beach Fire Rescue 4" OUTLET A Hale Maxflow 4" electric valve will be provided on the right side pump panel. The valve will be controlled at the pump operator's panel. 2-1/2" OUTLET LEFT HOSE BED There will be a 2-1/2" gated outlet piped to the left front of the hose bed. The outlet will be installed with proper clearance for spanner wrenches or adapters. Plumbing will be 2-112" piping and a full flow 2-1/2" ball valve with the control at the pump operator's panel. FRONT BUMPER DISCHARGE A 1-1/2" discharge with 2" plumbing will be provided at the front bumper. The valve will be remote controlled at the pump panel. CROSSLAYS Two (2) crosslay hose beds will be supplied. The piping and valves will be 2", the swivel will be 1-1/2". The valves will be the "drop-out" style, push/pull controlled from the pump panel. Each compartment will hold 200 ft. of 1-3/4" double jacket hose. Both beds will be of the same dimension. CROSSLA Y COVER A vinyl cover will be provided to enclose the top and sides of the crosslays, capable of being secured at the top and sides. TANK FILL A 1-1/2" tank fill will be provided, using a quarter turn full flow ball valve controlled from the pump operator's panel. FOAM SYSTEM There will be an Akron Model 3126 125 G.P.M. By-Pass Eductor installed in one 2.5" discharge for one foam tank. The system will come complete with a combination instruction plate and a 0-1-2-3-6% metering valve, as well as all necessary valves and check valves to properly flush the system. 41 g SUTPHEN' Boynton Beach Fire Rescue FOAM TANK There will be a 30-gallon foam tank. The tank will be part of the main booster tank. There will be a 3" PVC fill tower and cap and a tank vent. There will be a 1-1/2" flanged outlet and drain valve at the lowest point in the tank. PUMP AND GAUGE PANELS The panels will be constructed of black vinyl covered aluminum for maximum protection against abrasion caused during normal use. Pump panels on both sides will be easily removable. The gauge and control panels will be two separate panels for ease of maintenance. The upper gauge panel will be hinged with a full-length stainless steel hinge held closed with a 1/4-turn latch. There will be one (1) hinged access door as large as possible located over the right side pump panel. This door will have a full-length stainless steel hinge and a 1/4 turn latching mechanism. VALVE CONTROLS The pump controls and gauges will be located at the left side of the apparatus and properly marked. The control panel will be laid out in a user-friendly manner. All valve controls will have the corresponding discharge gauge located immediately adjacent to control handle to allow operator to view the discharge pressure without searching the panel. ESCUTCHEON PLATES The pump panel will be equipped with color-coded removable escutcheon plates around the suction and discharge valves. The escutcheon plates will be designed to allow easy access for valve repair with out dismantling the pump panel. "No Exception" COLOR CODING Each discharge valve control, outlet, and corresponding line gauge will be color-coded. The color-coding will be: #1 Discharge- Yellow #2 Discharge - White #3 Discharge - Navy Blue #4 Discharge - Black 42 ~ SUTPHEN' Boynton Beach Fire Rescue #5 Discharge - Green #1 Pre-Connect - Orange #2 Pre-Connect - Red #3 Pre-Connect - Brown #4 Pre-Connect - Magenta Front Bumper Line - Turquoise Large Diameter Discharge - Yellow With White Border Left Hose Bed Pre-Connect - Tan Right Hose Bed Pre-Connect - Lavender Left Rear Discharge - Olive Right Rear Discharge - Light Blue Deck Gun - Silver Inlets - Burgundy Tank fill Lime Green Tank to Pump - Burgundy PUMP PANEL LIGHTS The pump panel controls and gauges will be illuminated by a minimum of two (2) incandescent lights. PUMP PANEL GAUGES AND CONTROLS The following gauges and controls will be provided at the pump panel: . Two (2) certified laboratory test gauge outlets. . Pump primer control. . Master drain control and additional drains as needed. . Tank-fill and pump cooler valve controls. . Tank to pump valve control. . Pump capacity rating plate. . All discharge controls. . Two (2) master pump gauges. . Gauges on all 1-1/2" and larger discharge lines. 4" MASTER GAUGES NoShok liquid filled pump pressure and vacuum gauges will be provided. The gauges will be 4" in diameter with white faces and black lettering. The gauges will have a pressure range of 30"-0-400 psi. 43 ~ SUTPHEN' Boynton Beach Fire Rescue 2-1/2" PRESSURE GAUGES NoShok liquid filled individual line pressure gauges will be provided. The gauges will be 2-1/2" in diameter with white faces and black lettering. The gauges will have a pressure range of 0-400 psi. WATER TANK LEVEL GAUGE Fire Research TankVision@ model WL2000 water tank volume indicator kit will be installed. The kit will include an electronic indicator module, a pressure sensor, and sensor cable. The indicator will show the volume of water in the tank on nine (9) easy to see super bright LEOs. A wide view lens over the LEOs will provide for a viewing angle of 180 degrees. The indicator case will be waterproof and manufactured of aluminum. The program features will be accessed from the front of the indicator module. The program will support self-diagnostics capabilities, self-calibration, and a datalink to connect remote indicators. Low water warnings will include flashing LEOs at 25%, down chasing LEOs when the tank is almost empty. The indicator will receive an input signal from an electronic pressure sensor. The sensor will be mounted on the outside of the water tank near the bottom; no probe will be place on the interior of the tank. Wiring will be weather resistant and have automotive type plug-in connectors. The gauge will be located on the pump operator's panel. CLASS A FOAM TANK LEVEL GAUGE A Fire Research TankVision@ model WL2600 foam tank volume indicator kit will be installed. The kit will include an electronic indicator module, a pressure sensor, and sensor cable. The indicator will show the volume of Class A foam in the tank on nine (9) easy to see super bright LEOs. A wide view lens over the LEOs will provide for a viewing angle of 180 degrees. The indicator case will be waterproof and manufactured of aluminum. The program features will be accessed from the front of the indicator module. The program will support self-diagnostics capabilities, self-calibration, and a datalink to connect remote indicators. Low water warnings will include flashing LEOs at 25%, down chasing LEOs when the tank is almost empty. The indicator will receive an input signal from an electronic pressure sensor. The sensor will be mounted on the outside of the water tank near the bottom; no probe will be place on the interior of the tank. Wiring will be weather resistant and have 44 ~ SUTPHEN" Boynton Beach Fire Rescue automotive type plug-in connectors. The gauge will be located on the pump operator's panel. BODY SUBFRAME - A stainless steel subframe/undercarriage will be provided for the body compartments. APPARATUS BODY The apparatus body will be constructed of #4 brushed finish #304 stainless steel and will include brushed stainless steel compartment interiors. Other scuff prone areas such as the area surrounding compartment openings, the rear inside beavertails, rear compartment door area and front and rear of the side compartments will also be a brushed scuff resistant stainless steel finish. The apparatus body, including the running boards will be supported by structural channel and angle. The rear design will be strong enough to support the complete body. Each compartment will be properly vented with louvers. Each compartment will have drain holes for the release of moisture. Each compartment will have sweep-out flooring with no obstructions at the floor bottom. REAR STEP COMPARTMENTATION There will be one compartment at the rear step, transverse to the sides x 30" high x 40" deep with clear unobstructed opening: 42.5" wide x 23.25" high with hinged door 44" wide x 21.5" high with roll-up door. COMPARTMENTATION LEFT SIDE L-1 There will be one compartment ahead of the rear wheels approximately 30" wide x 60" high x 19" deep with clear unobstructed opening: 23" wide x 53.25" high with hinged door. 23.25" wide x 51.5" high with roll-up door. L-2 There will be one compartment above the wheel well approximately 60" wide x 30" high x 19" deep with clear unobstructed opening: 50" wide x 25" high with hinged door. 53.25" wide x 21" high with roll-up door. The lift-up door will be held open by gas springs. 45 ~ SUTPHEN' Boynton Beach Fire Rescue L-3 The first compartment behind the rear wheels approximately 25" wide x 60" high x 19" deep with clear unobstructed opening: 18" wide x 53.25" high with hinged door. 18.5" wide x 51.5" high with roll-up door. L-4 The second compartment behind the rear wheels approximately 50" wide x 60" high x 19" deep with clear unobstructed opening: 41" wide x 53.25" high with hinged doors. 43.5" wide x 51.5" high with roll-up door. This compartment will have a transverse opening to the rear compartment. COMPARTMENTATION RIGHT SIDE R-1 There will be a compartment ahead of the rear wheels approximately 30" wide x 45" high x 24" deep with clear unobstructed opening: 23" wide x 38.25" high with hinged door. 23.25" wide x 36.5" high with roll-up door. R-2 There will be a compartment above the wheel well approximately 60" wide x 15" high x 24" deep with clear unobstructed opening: 50" wide x 10" high with hinged door. The lift-up door will be held open by gas springs. R-3 The first compartment behind the rear wheels approximately 25" wide x 45" high x 24" deep with clear unobstructed opening: 18" wide x 38.25" high with hinged door. 18.5" wide x 36.5" high with roll-up door. R-4 The second compartment behind the rear wheels approximately 50" wide x 45" high x 24" deep with clear unobstructed opening: 41" wide x 38.25" high with hinged doors. 43.5" wide x 36.5" high with roll-up door. This compartment will have a transverse opening to the rear compartment. ROLL-UP COMPARTMENT DOORS The apparatus body will be equipped with R.O.M Robinson Shutter doors. The door slats will be double wall box frame, manufactured from anodized aluminum. The doors will have the following features: . Manufactured wholly in the United States. . Concave individual slat design to prevent loose equipment from hindering door operation. . Co-Extruded stretch resistant inner seal between slats to prevent metal-to-metal 46 . ~ SUTPHEN' Boynton Beach Fire Rescue contact and inhibit moisture and dust penetration. . Interlocking swagged/dimpled end shoes will be utilized to provide a tight fitting assembly and allow for easy removal in the event of damage. . Effective counter balancing for ease of lifting and lowering the doors. . One-piece side rail and track to provide an unobstructed slide area and reduce the risk of binding. . Non-abrasive replaceable water and dust barrier compartment to keep equipment clean and dry. . A magnetic type switch integral to the door will be supplied for door ajar indication and compartment light activation. . A full width positive latch bar will be operable with one hand, even with heavy gloves. A door open indicator light will be provided in the cab. PAINTED ROLL-UP DOORS The doors will be wet painted before assembly by the door manufacturer. The paint will be the same as the apparatus to achieve an exact match of paint color and have the look and durability same as on the rest of the truck. SCBA CYLINDER COMPARTMENTS There will be four (4) spare breathing air cylinder compartments recessed in the rear fender wells, two (2) left and two (2) right. The compartments will have cast aluminum doors with equipped with a weather resistant flush fitting thumb latch. The interior of the door will incorporate a rubber "Oil-ring seal to keep the compartment free of road debris and moisture. The interior compartment will be constructed of a high-density polyethylene plastic. COMPARTMENT MATTING Turtle Tile interlock matting material will be provided in each compartment. ADJUSTABLE SHELVES There will be Eight (8) adjustable shelves provided and installed in a compartment. The shelf will be fabricated of .188" aluminum plate. ADJUST ABLE VERTICAL SLIDE-OUT PANEL There will be an adjustable vertical slide-out tool board with a 250 lb. capacity supplied and mounted on unistrut tracks. Extra compartment lights will be provided and located as needed to properly illuminate the compartment. 47 ~ SUTPHEN' Boynton Beach Fire Rescue 600# SLIDE-MASTER TRAY There will be three (3) Slide-Master pullout drawers provided and installed. The drawer will have a distributed load capacity of 600 Ibs. and be capable of extending 70% of its depth. The tray will be fabricated of .188" aluminum plate and have a formed lip that measures 2". UNISTRUT Each compartment will come equipped with 1.625" x .875" x .125" aluminum Unistrut channel. The Unistrut will be securely fastened to the interior walls of the compartment. HOSE BED The rear hose bed will be divided into two separate sections. Each hose bed section will be completely wide open to allow for quick and easy loading and unloading of hose. Hose bed flooring will be slatted extruded aluminum. HOSE BED DIVIDER The hose bed will be divided by a 3/16" aluminum partition that is fully adjustable by sliding in tracks located at the front and rear of the hose bed. The divider will be located as needed. HOSE BED COVER There will be a red nylon/vinyl hose bed cover for the main hose bed. The cover will be capable of being securely fastened at the front, sides and rear. HANDRAILS AND STEPS Handrails will be constructed of 1-1/4" diameter knurled anodized aluminum 3/8" heavy wall extrusion. The handrail will be mounted utilizing chrome stanchions, which will provide sufficient space to allow for a gloved hand to grip the rail. The rails will be located in the following areas: (Note: These are in addition to those previously mentioned in the chassis section): There will be one (1) handrail on each side of the access steps to the ladder. These handrails are covered with ribbed rubber to prevent hand slipping when climbing the steps. 48 . ~ SUTPHEN' Boynton Beach Fire Rescue There will be one (1) fold-down step on each side of the front face of side compartments as required by N.F.P.A. There will be one (1) fold-down step at each side of the rear area. There will be two (2) pull-out steps, approximately 25-3/4" wide x 11-3/4" deep, provided on the right side of the apparatus for ease of accessing side stacked ground ladders. These steps will be located one ahead of the rear axle and one behind the rear axle. RUB RAILS The body will be equipped with heavy extruded aluminum rub rails at the sides. Rub rails will be spaced away from the body by 1/2" polymer spacers. The rub rails will be polished to a bright finish and be fitted with custom cast end caps. ALUMINUM TREADPLATE All load bearing aluminum tread plate running boards will be .155 thick bright annealed with a serrated embossed finish. Running boards and rear step edges will be flanged down for added strength. Running boards will also be flanged up to form kick plates. All non-load bearing aluminum will be .125" thick bright annealed finish. In areas where aluminum treadplate will function as a load-bearing surface, there will be a heavy steel sub-structure. This structure will consist of 3" channel and 1-1/2" angle welded support. This will assure that there will be no flexing or cracking of running boards. The aluminum will be insulated from the steel by closed cell foam body barrier material. Treadplate locations: 1. Skirting around front bumper. 2. The step at the cab entrance. 3. The jump seat steps. 4. The running boards. 5. The rear step. 6. The top of the compartments. RUNNING BOARD TROUGH A trough will be provided in the right side running board to hold a 15-foot length of 5" hose. 49 ~ SUTPHEN' Boynton Beach Fire Rescue BOOSTER TANK The tank will have a capacity of 500 U.S. gallons. The tank will be constructed of 1/2" thick polypropylene sheet stock. This material will be a non-corrosive stress relieved copolymer thermo-plastic. The booster tank will be of a specific configuration and is so designed to be completely independent of the body and compartments. All joints and seams will be welded and/or formed and tested for maximum strength and integrity. The top of the booster tank is fitted with removable lifting eyes designed with a 3 to 1 safety factor to facilitate easy removability. The transverse swash partitions will be manufactured of 3/8" polypropylene and extend from approximately 4" off the floor to just under the cover. The longitudinal swash partitions will be constructed of 3/8" polypropylene and extend from the floor of the tank through the cover to allow for positive welding and maximum integrity. All partitions will be equipped with vent and air holes to permit movement of air and water between compartments. The partitions will be designed to provide maximum water flow. All swash partitions interlock with one another and are welded to each other as well as to the walls of the tank. The tank will have a combination vent and manual fill tower. The fill tower will be constructed of 1/2" polypropylene and will be a minimum dimension of 8" x 8" outer perimeter. The tower will be located in the left front corner of the tank. The tower will have 1/4" thick removable polypropylene screen and a polypropylene hinged-type cover. The tank cover will be constructed of 1/2" thick polypropylene to incorporate a multi three-piece locking design which allows for individual removal and inspection if necessary. The sump will be constructed of 1/2" polypropylene and be located in the left front quarter of the tank. The sump will have a minimum of 3" national pipe threaded outlet on the bottom for a drain plug. This will be used as a combination clean-out and drain All tanks will have a anti-swirl plate located approximately 2" above the sump. All tank fill couplings will be backed with flow deflectors to break up the stream of water entering the tank. The tank will rest on the body cross members in conjunction with such additional cross members, spaced at a distance that would not allow for more than 530 square inches of unsupported area under the tank floor. The tank will be completely removable without disturbing or dismantling the apparatus structure. 50 ~ SUTPHEN" Boynton Beach Fire Rescue ELECTRIC SYSTEM All electrical wiring in the chassis will be XLP cross link-insulated type. Wiring is to be color-coded and include function codes every three (3) inches. Wiring harnesses will be routed in protective, heat resistant loom, securely and neatly installed. Two power distribution centers will be provided in central locations for greater accessibility. The power distribution centers contain automatic thermal self-resetting breakers, power control relays, flashers, diode modules, daytime driving light module, and engine and transmission data links. All breakers and relays are utilized in circuits which amp loads are substantially lower than the respective component rating thus ensuring long component life. Power distribution centers will be composed of a system of interlocking plastic modules for ease in custom construction. The power distribution centers are function oriented. The first is to control major truck function and the second controls overhead switching and interior operations. Each module is single function coded and labeled to aid in troubleshooting. The centers also have accessory breakers and relays for future installations. All harnesses and power distribution centers will be electrically tested prior to installation to ensure the highest system reliability. All external harness interfaces will be of a triple seal type connection to ensure a proper connection. The cab/chassis and the chassis/body connection points will be mounted in accessible locations. Complete chassis wiring schematics will be supplied with the apparatus. The wiring harness contained on the chassis will be designed to utilize wires of stranded copper or copper alloy of a gauge rated to carry 125% of maximum current for which the circuit is protected without exceeding 10% voltage drop across the circuit. The wiring will be uniquely identified by color code or circuit function code, labeled at a minimum of every three (3) inches. The identification of the wiring will be referenced on a wiring diagram. All wires conform to SAEJ1127 (Battery Cable), SAEJ1128 (Low Tension Primary Cable), SAEJ1560 (Low Tension Thin Wall Primary Cable). All harnesses will be covered with moisture resistant loom with a minimum rating of 300 Degrees Fahrenheit and a flammability rating of VW-1 as defined in UL62. The covering of jacketed cable has a minimum rating of 289 degree Fahrenheit. All harnesses are securely installed in areas protected against heat, liquid contaminants and damage. The harness connections and terminations use a method that provides a positive mechanical and electrical connection and are in accordance to the device manufacturers instructions. No connections within the harness utilize wire nut, insulation displacement, or insulation piercing. All circuits conform to SAE1292. All circuits are provided with low voltage over current protective devices. These devices are readily accessible and protected against heat in excess of component rating, mechanical damage, and water spray. Star washers are 51 ~ SUTPHEN' Boynton Beach Fire Rescue not used for ground connections. BACK-UP ALARM An Ecco model SA917 automatic self-adjusting electronic back-up alarm producing 87-112 db will be installed at the rear between the frame rails. It will operate whenever the transmission's reverse gear is selected. COMMUNICATION SYSTEM A seven position David Clark intercom system will be provided in the cab. The seven positions include: driver, officer, four crew seats and pump panel. The driver, officer and pump panel positions will be interfaced with radio. COMPARTMENT LIGHTING Each compartment will be equipped with one (1) LED light strip which will provide a consistent pattern to illuminate to entire compartment. For any compartment larger than 50" wide, two (2) LED light strips will be provided. ELECTRICAL PROVISION Wiring will be provided in the cab and canopy for the future installation of electrical chargers. The location will be determined during the pre-construction conference. ANTENNA MOUNTING The customer supplied radio antenna will be installed in the cab roof with the coax cable run to the radio mounting area. The radio location will be determined at the pre-construction meeting. LICENSE PLATE BRACKET A license plate bracket will be provided at the rear of the apparatus. A Weldon Technologies light part # 9186-23882-30 will be mounted directly above the license plate area for proper illumination. T AILlSTOprrURN LIGHTS The taillights are to be Whelen 600 LED style. The brake/tail lights to be red and exceed SAE requirements. The turn signal will be populated in an arrow pattern, amber in color. The backup lights are to be halogen. One opening will be open to accept a 600 series warning light. 52 ~ SUTPHEN" Boynton Beach Fire Rescue LED ICC/MARKER LIGHTS LED type ICC/marker lights will be provided to meet D.O.T. requirements. STEP LIGHTS Truck Lite #44042C LED step lights will be provided, one each side on the front compartment face at pump panels, one at turntable step, and one each side of rear step. GROUND LIGHTING The apparatus will be equipped with lighting capable of illumination to meet NFPA requirements. Lighting will be provided at areas under the driver and crew riding area exits and will be automatically activated when the exit doors are opened. The ground lights will be Truck-lite@ LED model #44042C. Lighting required in other areas such as work areas, steps and walkways will be activated when the parking brake is applied, provided the ICC lights are on. WORK LIGHTS There will be two (2) Unity brand AG 6" chrome plated sealed beam flood lights provided. The lights will be securely mounted at the upper rear of the apparatus body. Each light will be supplied with individual switches. OPTICAL WARNING SYSTEM The optical warning system will be capable of two separate signaling modes during emergency operations. One mode will signal to drivers and pedestrians that the apparatus is responding to an emergency and is calling for the right-of-way and the other mode will signal that the apparatus is stopped and is blocking the right-of-way. Switching will be provided that senses the position of the parking brake. A master optical warning device switch will be provided to energize all of the optical warning devices provided. All lights will operate at not less than the minimum flash rate per minute as specified by NFPA. UPPER LEVEL WARNING DEVICES The upper level is divided into zones A, B, C and 0 and the approved lighting package to be provided will be as follows: 53 g SUTPHEN' Boynton Beach Fire Rescue Zone A (front) will have one (1) Whelen Model FN72QLED 12 LED Freedom Series 72" Lightbar. Zone B (right side) will be covered by the module from the lightbar and the right rear stanchion beacon. Zone C (rear) will have two (2) Whelen Model MCFLED2R Micro Edge Freedom LED light bars mounted on the rear stanchions and two (2) Whelen Model 60AOOFAA amber LED, mounted at upper rear of apparatus. Zone 0 (left side) will be covered by the module from the lightbar and the left rear stanchion beacon. LOWER LEVEL WARNING DEVICES The lower level is divided into zones A, B, C and 0 and the approved lighting package to be provided will be as follows: Zone A (front) will have a stainless steel warning light housing each side with Two (2) Whelen 64ROOFRR red LED lights mounted in the front of each housing. The inboard pair of lights is in addition to the minimum NFPA warning system and will be wired through a load-shedding device. Zone B (right side) will have four (4) Whelen 64ROOFRR LED red lights mounted one on the side of the headlight housing, one at the middle of the apparatus, one on the body side at rear of apparatus, and one on the side of the aerial device. Zone C (rear) will have two (2) Whelen 64ROOFRR LED, red lights mounted one each side of the rear of the apparatus. Zone 0 (left side) will have four (4) Whelen 64ROOFRR LED, red lights mounted one on the end of the headlight housing, one at the middle of the apparatus, one on the body side at rear of apparatus and one on the side of the aerial device. SIREN One (1) Whelen Model 295 HFSA1 electronic siren will be installed at the cab instrument panel complete with noise canceling microphone. The horn button in the steering wheel, a switch on right hand side of cab floor and the control on the siren head will actuate the siren. A selector switch will be provided on the instrument panel for control of horn or siren by steering wheel button. A foot switch will be provided on the officer's side of the cab floor. 54 . ~ SUTPHEN' Boynton Beach Fire Rescue FEDERAL Q2B SIREN There will be a Federal 02B-NN siren installed in the center of the cab grille. The siren will be securely mounted and activated by means of a solenoid and will include a brake. The siren will be wired to the horn button. A rocker switch on the dash will toggle between air horns and 02B. SIREN SPEAKER One Cast Products SA4201-5-A weatherproof siren speaker will be provided, mounted behind the bumper. GENERATOR The apparatus will be equipped with a complete electrical power generation system. An Onan CMHG-10000 hydraulic 10.0 KW generator will be provided and installed. The generator and wiring will conform to present National Electric Codes as outlined in the National Fire Protection Association Standards. The output of the generator will be controlled by an internal hydraulic system. The generator will be powered by a transmission power take off unit, through a hydraulic pump and motor. The generator will be operable anytime that the apparatus engine is running and meeting the minimum range of RPM's. A hot shift PTO switch located in the cab dash will activate the generator. The generator housing will be composed of 100 percent stainless steel housings and have a total of four (4) air inlet locations. All connections will be located outside the housing. The generator will be designed to operate with an ambient temperature of 120 degrees Fahrenheit An LCD display hour meter will be provided. Onan display by FRC with 15' harness displays Hz, volt, amps, and oil temperature. The generator will be equipped with a three- point vibration isolation mounting system. The reservoir will consist of a three (3) gallon hydraulic tank with integral filter. Total Weight: 2741bs. Length: 32.0 inches Width: 15.9 inches Height: 13.7 inches Watts: 10000 Hz: 60 55 ~ SUTPHEN' Boynton Beach Fire Rescue Voltage: 120/240 Amperes: 83/42 Phase: Single 120-VOL T OUTLET Two (2) 120-volt outlet with weatherproof cover will be provided. All 120 volt wiring will be installed in liquid tight conduit. LIGHT SWITCH A remote switch will be provided on the pump panel to activate the quartz lights. BREAKER BOX A circuit breaker box will be provided with eight (8) spaces for breakers which will be provided as needed. All wiring will be installed in liquid tight conduit. QUARTZ LIGHT BROW 750WATT FOCUS A Fire Research Focus Model 875 Quartz Halogen Lamp will be provided. The light will be housed in a heavy-duty aluminum housing. Watts: 750 Amps: 6.3 Volts: 120 Bulb Type: Halogen Width: 10" Height: 7 5/8" Depth: 4 7/8" The light will be mounted on the front of the apparatus cab. QUARTZ LIGHT 750WATT FOCUS A Fire Research Focus Model 875 Quartz Halogen Lamp will be provided. The light will be housed in a heavy-duty aluminum housing. Watts: 750 Amps: 6.3 Volts: 120 Bulb Type: Halogen Width: 10" 56 ~ SUTPHEN" Boynton Beach Fire Rescue Height: 7 5/8" Depth: 47/8" The light will be mounted on a non-telescoping fixed mount. A switch will be located at the light head. QUARTZ LIGHT 750WATT FOCUS Two (2) Fire Research Focus Model S75 Quartz Halogen Lamp will be provided. The light will be housed in a heavy-duty aluminum housing. Watts: 750 Amps: 6.3 Volts: 120 Bulb Type: Halogen Width: 10" Height: 7 5/8" Depth: 4 7/8" The light will be flush mounted on the apparatus. CORD REEL There will be a Hannay Model ECR1614-17-18 electric rewind cable reel furnished and mounted in a compartment. The reel will come complete with 150 feet of 10/3 Seoprene Water-resistant (SOW) yellow jacketed cable. A Hannay Type "C" roller assembly and HS-3 cable stop ball will be provided. FOUR WAY RECEPTACLE An Akron (GFE) four-way receptacle box with light will be provided and hard wired to the end of the cable. The box will be securely mounted in the immediate area of the cord reel. The mounting will be a fabricated aluminum bracket equipped with a Velcro strap to secure the box. GROUND LADDERS The apparatus will be equipped with heavy duty, box type "I" beam rail, ground ladders. The ladders will meet the requirements of NFPA 1931 to ensure proper design and that sufficient strength is available for the service intended. The ground ladders will be constructed of aluminum with non-welded, field replaceable rung to rail connections to simplify field repairs and removable plated steel butt spurs for added strength. A full 1/2", non-rotting, poly rope will be provided for easy ladder operation. 57 ~ SUTPHEN' Boynton Beach Fire Rescue The apparatus will be capable of carrying minimum of 85 ft. ground ladders: One (1) 10ft. collapsible ladder, (mounted in fly section) One (1) 16 ft. roof ladders with roof hooks One (1) 24 ft. 2-section extension ladder One (1) 35 ft. 3-section extension ladder The ladders will have lifetime Warranty against manufacturing defects. LADDER MOUNTING The ladders will be mounted on brackets on the side of the body and held in place by polished aluminum quick-release spring locks. PAINTING All exposed metal surfaces not chrome plated, polished stainless steel or bright aluminum tread plate will be thoroughly cleaned and prepared for painting. All irregularities in painted surfaces will be rubbed down and all seams will be caulked before the application of the finish coat. All removable items such as brackets, compartment doors, door hinges, trim, etc. will be removed and painted separately to insure finish paint behind all mounted items. Body assemblies that cannot be finish painted after assembly will be finish painted before assembly. Both aluminum and steel surfaces to be painted will be primed with a two (2)-component primer which is compatible with the finish coat. The apparatus will be finish painted with a polyurethane base/clear system. "No Exception" Utilizing the stainless steel body fabrication, the interior of all compartments, inside hose bed, and surrounding areas adjacent to compartments doors will remain a #4 brushed stainless steel finish. This practice will eliminate the possibility of paint chipping, and electrolysis of aluminum which can cause corrosive action between dissimilar metals. Chassis and compartment doors will be painted the color indicated. Prior to reassembly and reinstallation of lights, handrails, door hardware and any miscellaneous items, an isolation tape or gasket material will be used to prevent damage to the finish painted surfaces. A nylon washer will be installed under each acorn nut or metal screw that is fastened directly to a painted surface. The following paint process will be utilized: 58 . . g SUTPHEN' Boynton Beach Fire Rescue Surface Preparation: 1. Wash surface thoroughly with mild detergent. 2. Clean and de-grease with Prep-Sol 3812S. 3. Sand and feather edge using 400 grit or finer on a dual action sander. 4. Remove sanding dust with a cleaner compatible with polyurethane base coat/clear coat final finish. Substrate treatment: 1. Use a Metal Conditioner followed with a Conversion Coating product. Priming: 1. Use a priming 615S pretreatment. 2. Use a self etching primer applied to achieve a 1.5 mil dft minimum. 3. Use Prime N Seal sealer compatible with polyurethane base coat. Color Coat: 1. Apply polyurethane base coat 1-2 mil dft minimum. Clear coat: 1. Apply polyurethane clear coat 2 mil dft minimum. LETTERING Forty (40) 3" 22KT Gold laminate goldleaf letters, with left hand shading and right hand outline to equal 3-5/8" letter, will be provided. Additional 4" letters will be provided. Additional 8" letters will be provided. STRIPING A 6" Scotchlite stripe will be provided across the front of the cab and along each side of the apparatus. An additional 1" Scotchlite stripe will be provided. A 1/2" 22KT gold laminate gold leaf stripe will be provided on each side of the apparatus. BOOM SIGN A boom sign, approximately 66" x 10", will be provided on each side of the boom. The 59 ~ SUTPHEN' Boynton Beach Fire Rescue background of the boom sign will be painted primary truck color. BOOM SIGN LETTERING Up to twenty (20) 14" 22KT Gold laminated goldleaf letters, with left hand shading and right hand outline to equal 14-5/8" letter, will be provided on each boom sign. MISCELLANEOUS EQUIPMENT FURNISHED 1 pt. touch-up paint Pike pole tubes will be provided, three each side of the rear compartment. WHEEL CHOCKS Two (2) Ziamatic #SAC-44 folding wheel chocks with SQCH-44H holders will be provided. The wheel chocks will be located in a area close to the rear axles easily accessible form the side of the apparatus. AERIAL DEVICE - MIDSHIP MOUNTED An aerial device with a minimum 75-foot vertical reach will be provided. The height dimension will be calculated with the aerial at 75 degrees. The horizontal reach of the device will not be less than 68.5 feet. The overall height of the apparatus with the aerial device in the bedded positions will be no more than 10 feet and the overall length of vehicle will be not more than 38 feet, 7 inches. CONSTRUCTION STANDARDS The aerial device will be designed and tested with a safety factor of three to one (3: 1) figured on the dead load of the ladder assembly with a tip load of 1,000 pounds and a live load of 750 pounds at the tip while flowing 1,000 GPM at 90 degrees to the side. A one and one half to one (1.5:1) stability factor will also be provided that is in compliance with the intent of the Occupational Safety and Health Administration (OSHA) and the American National Standards Institute (ANSI) and National Fire Protection Agency (NFPA) 1901. These capabilities will be established in an unsupported configuration. CONSTRUCTION The aerial ladder will be comprised of four sections and will extend to a nominal height of 75 feet at 75 degrees, measured in a vertical plane from the top rung of the fly 60 . > . g SUTPHEN" Boynton Beach Fire Rescue section to the ground. The ladder will have the capability to support 1 ,000 pounds at the tip dry and 750 pounds at the tip while flowing 1000 gallons per minute in the unsupported configuration based upon 360 degree rotation, up to full extension and from -6 degrees to 80 degrees. The ladder will be constructed of certified 6061-T651 heat treated aluminum alloy. Each section will be trussed diagonally, vertically, and horizontally using aircraft type Huck bolts. All critical points will be reinforced for extra rigidity and to provide a high strength to weight ratio. All ladder rungs will be round and Huck bolted to each section utilizing corner gusset bracing for torsional rigidity. Minimum Climbing Ladder Dimensions: Width Height First Section 35.25" 28.5" Second Section 31" 25.75" Third Section 27.25" 22.5" Fourth Section 24.25" 19.75" Access to the climbing ladder and the mid-ship turntable area will be accomplished through one (1) recessed step area located on left side directly below the mid-ship turntable. AERIAL EGRESS A bolt-on removable egress will be installed on the tip of the fly section. The rungs on the egress will be on a plane of 20 degrees to provide a smoother transition onto the ladder when it is at a high angle. FOLDING STEPS One (1) set of folding steps will be installed at the tip of the ladder to provide solid footing for personnel. LADDER TRAVEL SUPPORT A heavy duty ladder rest will be provided for support of the ladder in the travel position. On the base section of the ladder, stainless steel scuff plates will be installed where the ladder comes in contact with the ladder support. A marker will be provided on the turntable to indicate when the ladder is aligned with the travel support and may be lowered into it. The ladder rest will be illuminated for nighttime operation. 61 g SUTPHEN' Boynton Beach Fire Rescue LIFTING CYLINDERS Two (2) double acting lift cylinders will be utilized to provide smooth precise elevation from 6 degrees below horizontal to 80 degrees above horizontal. The lift cylinders will have a 4.5" internal diameter (bore), a 2.5" cylinder rod, and a 40" stroke. The lift cylinders will be equipped with integral holding valves located on the cylinder to prevent the unit from falling should the charged lines be severed at any point within the hydraulic system. The lowering of the ladder will be controlled by a pressure relief valve so as to limit the downward pull of the ladder when it is bedded. Both raising and lowering functions will be influenced by flow compensation which will maintain ladder tip speed within approximately 10% of design speed regardless of load, angle, or extension. EXTENSION/RETRACTION SYSTEM A full hydraulic powered extension and retraction system will be provided using two sets of hydraulic cylinders and cables. Each set will be capable of operating the ladder in the event of a failure of the other. The extension cylinder will each have a 3.5" internal diameter (bore), a 2.5" diameter rod, and a stroke of 176.5". Extension and retraction will be internally limited within the cylinders, eliminating excess strain on the cables, sheaves, and ladder structure. Each of the cylinder, cable, and sheave assemblies will be completely independent of the other, so as to provide a safety factor wherein a failure of one assembly will not affect the function and operation of the other. The extension cylinders will be equipped with counter balance valves to synchronize the cylinders for smoother operation and prevent the unit from retracting should the charged lines be severed at any point within the hydraulic system. The reeling of the cable will be such as to provide synchronized, simultaneous movement of all sections to full extension. Ultra high molecular weight polyethylene (UHMW) wear pads impregnated with molybdenum disulfide will be used between the telescoping sections for maximum weight distribution, strength and smoothness of operation. HYDRAULICS The apparatus will be equipped with a power take-off (PTO) driven by the chassis transmission and actuated by an electric shift, located inside the cab. The PTO which drives the hydraulic pump will meet all the requirements for the aerial unit operations. The hydraulic system will operate at a nominal 20 gallons per minute at pressures up to 2,700 PSI. A green indicator light will be installed on the cab instrument panel to notify the operator that the PTO is engaged. 62 . ~ SUTPHEN' Boynton Beach Fire Rescue The hydraulic system will be supplied by a pressure compensating, variable gallonage type pump. The pump will provide adequate fluid volume to allow all ladder functions to operate simultaneously, without noticeable loss of speed. The pump will supply oil only when the ladder is in motion, thereby preventing overheating of the hydraulic oil. When the hydraulic pressure reaches a preset level, the pressure compensating feature of the pump will discontinue any flow into the system. AUXILIARY HYDRAULIC POWER An emergency auxiliary hydraulic motor will be furnished to provide a backup hydraulic system, should the regular hydraulic system fail. An electric switch located inside the hydraulic compartment will start the auxiliary hydraulic motor. The auxiliary hydraulic motor will be installed in the left side compartment directly below the midship turntable for ease of access and maintenance. INTERLOCK An interlock will be provided that prevents operation of the aerial device until the chassis spring brakes have been set and the transmi&sion has been placed in neutral or the transmission is in the drive position with the driveline to the rear axle disengaged. An interlock will be provided that allows operation of the engine speed control only after the chassis spring brakes have been set and the transmission is in neutral. An interlock system will be provided to prevent the lifting of the aerial device from the travel position until all the stabilizers are in a configuration to meet the stability requirements. The interlock system will also prevent the moving of the stabilizers unless the aerial device is in the travel position. One (1) limit switch will be installed at the cradle to prevent operation of the stabilizer once the aerial has been elevated from the nested position. HYDRAULIC SWIVEL The aerial device will be equipped with a hydraulic swivel which will connect the hydraulic lines from the hydraulic pump and reservoir to the aerial control bank. The hydraulic swivel will allow for 360 degrees of continuous rotation of the aerial device with no loss of speed or capacity in it's function. ELECTRIC SWIVEL The ladder will be equipped with an electric swivel to allow for 360 degrees of continuous rotation of the aerial while connecting all electrical circuits through the 63 ~ SUTPHEN' Boynton Beach Fire Rescue rotation point. A minimum of twenty-six (26) collector rings will be provided. TURNTABLE The turntable will be a minimum 63" in diameter. It will be covered with slip resistant aluminum diamondplate to provide secure footing. The turntable will be lighted for nighttime operation. The turntable will be attached directly on top of the mainframe assembly using 24-5/8" diameter grade 8 bolts. Turntable side plates will be positioned at a 45-degree angle, exactly opposite the angle of the lift cylinders, to act as a partial counter-balance weight to the ladder. The turntable will be equipped with a rotating mechanism with a steel balanced fly wheel connected at one end which will rotate the turntable 360 degrees through a planetary gear box that will handle torque loads imposed by water hammer and hose breakage. The rotating mechanism will give the turntable and ladder built-in coast as an added safety precaution to avoid lateral ladder side-to-side deflection (reactionary whipping effect) caused by the ladder being stopped suddenly. The power operated turntable will provide continuous rotating of the aerial structure clockwise or counter clockwise, thus enabling the structure to be positioned in any segment through 360 degrees. The rotating mechanism will also provide sufficient power to rotate the aerial sections in any direction at any angle, fully extended, while carrying the manufacturer's rated load capacity with the waterway in operation and discharging water at the tip of the aerial fly section. The complete rotation system will have built-in relief to prevent damage from rotating the ladder into buildings or from overloaded water streams. Suitable indicators, clearly visible at all times, will be provided to facilitate correct alignment of the turntable with the bed of the ladder. An automatic light will be used to show correct alignment for bedding of the ladder from the turntable control station. TURNTABLE BEARING The turntable bearing will be bolted to the top of the mainframe assembly and have a gear diameter of 42". TURNTABLE SUPPORT The turntable support will be mounted mid-ship of truck forward the pump panel. The turntable support assembly will be a welded steel box beam structure extending across the chassis frame 34" x 39" in depth. The measurements of 34" x 39" are 64 ~ SUTPHEN" Boynton Beach Fire Rescue important to take shock loads imposed by water turret operation and to give a reserve strength factor to compensate for hose breakage and water hammer. To further compensate for hose breakage and water hammer, lateral tower deflection, there will be steel support gusset beams, one each side, welded onto the turntable side plates. OUTRIGGER JACKS Two (2) hydraulically operated underslung scissor-type stabilizing jacks will be attached to the midship mounted main frame assembly, one (1) jack on each side of vehicle with a minimum spread of 16 feet. Both jacks will be operated by two (2) midship mounted hydraulic valve handles. The hydraulic cylinders will be enclosed in a protective heavy duty tubular frame. A solid steel fail-safe pin will be provided for each jack tube. Said pins will be manually inserted through the tubes after the outrigger jacks have been positioned. The outrigger jacks will have a maximum spread of 16 feet from pad to pad. The control is electric over hydraulic with electric push button activation. BOOM CONTROLS There will be an operator's position with four controls located at the base of the turntable flooring next to the left side pump panel area. The controls will be spring loaded to bring any operation of the tower controls back to a neutral position. The four controls will have the following functions: I. Outrigger jack controls. 2. Raise and lower. 3. Extend and retract. 4. Rotation 360 degrees right and left. The controls will be equipped with a latching, hinged cover for protection. A hydraulic lockout will be provided that will prevent aerial operation until the outrigger jacks are set into position. Hydraulic power is transferred to aerial operation when outriggers are set. Power can be transferred back to the outriggers only after the aerial has been bedded. There will be a plaque located at the controls displaying functions. A slide out step will be provided at the controls for safety of the operator. INCLINOMETER An illuminated inclinometer will be provided and mounted in plain view of the pedestal 65 g SUTPHEN' Boynton Beach Fire Rescue operator location. CENTRALIZED CONTROLS All outrigger jack controls, turntable controls and pump controls will be located in one centralized area to: a) allow person(s) close proximity to all control stations of the truck, b) allow faster set up time for all operations of the truck. AERIAL DATA PLAQUES Load instruction plates will be located at the turntable pedestal control station indicating the recommended safe load of the aerial. The aerial will carry the rated load capacity indicated in the following manner: raise, extend, rotate, retract and lower without exceeding the hydraulic pressures prescribed by the manufacturer. OPERATIONAL TEST After starting the engine, setting the jacks and transmitting power to the aerial, a complete cycle of the aerial operation will be carried out as follows: With one person operating the machine from the control station, raise the aerial from the bedded position, rotate 90 degrees and extend to full height. This will be completed in less than 150 seconds, smoothly without vibration. WATERWAY The waterway will be constructed of a heavy duty light weight aluminum tubing. Steel tubing will not be acceptable due to the added weight factor. The waterway will be piped directly from the pump with a maximum of five 90 degree swivel joints to keep friction loss to a minimum. There will be a stainless steel flex tube (4" minimum) from the 90 degree swivel joint and attaching to the base section of the waterway. The base section of the waterway will be a 5" minimum diameter and finish with a 3-1/2" diameter in the fourth section of the aerial. The waterway will have the capability of flowing a minimum of 1000 gallons per minute. The waterway will be capable of being pinned at the tip of the third or forth aerial section. It will have full flow capability at either position. The lower end of the waterway will be a mounted to a stainless steel flex tube through hydraulic swivel to a 3" ball valve in a special opening at the top of the pump manifold. The waterway will be enclosed in the base aerial section, thereby protecting it from possible damage from buildings, roof cornices, etc. There will be a waterway control at the pump panel. The valve will be an Elkhart 3" ball valve with an electrical actuator. 66 . ~ SUTPHEN' Boynton Beach Fire Rescue FLOWMINDER The apparatus will be equipped with a Class1 Flowminder on the waterway discharge line to give the pump operator or engineer an indication of actual volume of water (in gallons per minute) being discharged. The Flowminder system will consist of: 1. A digital display that will be weatherproof with super-bright digits at least 1/2" high. The display will be wired to the flow transmitter to show flow. Each display will be labeled with color-coded 10 tags. 2. A flow transmitter mounted in the discharge line piping between the pump and the discharge outlet. The transmitter will consist of a weather resistant black composite housing with a stainless steel, durable paddle wheel. The only part inserted into the water flow path will be the paddle wheel. 3. A set of weather resistant connectors to connect the digital displays to the flow transmitter and to the apparatus power. 4. Machined mounting hardware to hold the transmitter in the correct position in the discharge line will be provided and placed in strict accordance with the Class1 mounting requirements. 5. The flowmeter will be checked and calibrated prior to delivery of the apparatus. AERIAL SPOT LIGHTS There will be four (4) Unity brand spotlights with individual on/off switches for the aerial tower; two spotlights will be mounted at the tip of the ladder, one each side, and two (2) at the base section of the ladder, one each side to act as aerial tracking lights. MONITOR/NOZZLE There will be an Elkhart #8294-04 Scorpion lightweight monitor. It will be attached to the end of the aerial with a 4-bolt flange. This monitor will be capable of full flow of the aerial waterway up to 2000 G.P.M. Positioning of the monitor will be accomplished through electric controls located at the aerial tip and pump panel. This monitor will be equipped with an Elkhart SM 2000 nozzle. The nozzle will have automatic flow rates of 350 - 2000 G.P.M. INTERCOM A Fire Research two-way voice communication system will be provided between the 67 g SUTPHEN' Boynton Beach Fire Rescue aerial ladder operator's position and the monitor position. The speaker/microphone at the tip will allow for hands-free operation. ELECTRIC UP THE LADDER A 11 O-volt circuit will be provided up the ladder, complete with reel and junction box. STOKES RACK A Junkin, Model SAF-3000WPC, plastic coated steel frame stretcher basket (stokes basket) will be mounted on base section of boom. OPERATION AND SERVICE MANUALS Two (2) complete "Operation and Service" manuals will be supplied with the completed apparatus. Service manual instructions will include service, maintenance and troubleshooting for major and minor components of the truck. The apparatus manufacturer will supply part numbers for major components (i.e. Engine, Axles, Transmission, Pump, etc.). A table of contents, hydraulic, air brake and overall apparatus wiring schematics will be included. A video training tape on the operation of the truck will be supplied with the manuals. WARRANTIES The following warranties will be supplied: 1. The apparatus will be warranted to be free from mechanical defects in workmanship for a period of one (1) year. The apparatus will be covered for parts and labor costs associated with repairs for a period one (1) year. 2. Life-time warranty on the frame. 3. Seven (7) year warranty on paint. 4. Ten (10) body structural warranty 5. Ten (10) year cab structural warranty 6. Manufacturers Warranties for all major components. DELIVERY The custom built fire apparatus will be driven from the manufacturing facility to the community by a factory trained delivery engineer who will thoroughly demonstrate the complete apparatus operation and maintenance to the fire department designated personnel. 68 ~ SUTPHEN' Boynton Beach Fire Rescue MANUFACTURING & LOCATIONS The apparatus will be manufactured in facilities wholly owned and operated by the company. A complete stock of service parts, and service will be provided on a 24 hours around the clock basis. The company will maintain parts and service for a minimum period of twenty (20) years on each apparatus model manufactured. 69 MACEDON (VILLAGE OF: INTENT OF SPECIFICATIONS It is the intent of these specifications to cover the furnishing and delivery to the Macedon Fire Department a complete apparatus equipped as hereinafter specified. With a view of obtaining the best results and the most acceptable apparatus for service in the fire department, these specifications cover only the general requirements as to the type of construction and tests to which the apparatus must conform, together with certain details as to finish, equipment and appliances with which the successful bidder must conform. Minor details of construction and materials where not otherwise specified are left to the discretion of the contractor, who shall be solely responsible for the design and construction of all features. The apparatus shall conform to the requirements of the current (at the time of bid) National Fire Protection Association Pamphlet #1901 for Motor Fire Apparatus unless otherwise specified in these specifications. U.S.A. MANUFACTURER The entire apparatus shall be assembled within the borders of the Continental United States to insure more readily available parts (without added costs and delays caused by tariffs and customs) and service, as well as protecting the purchaser should legal action ever be required. MANUFACTURER'S EXPERIENCE AND STABILITY As two of the last three apparatus purchased by the Village of Macedon were built by manufacturers who either went bankrupt, were bought and sold, or are no longer in business, bids shall only be considered from companies which have an established reputation in the field of fire apparatus construction and have been in business for a minimum of thirty-five (35) years. Additionally, each manufacturer shall have been in business making similar apparatus for a minimum of thirty five (35) years and must have had single ownership for more than thirty-five (35) years. No Exceptions. MANUFACTURER STATEMENT OF CORPORATE STABILTY Each bidder must include a certified letter attesting to the fact that there is no pending sale or purchase of the company and also certifying that it was not recently bought, sold, changed business names/entities etc. No exceptions MANUFACTURER STATEMENT OF WARRANTY COSTS PER TOTAL SALES Each bidder must disclose the warranty expense it incurrs based on its annual sales as an additional way of demonstrating quality. ELIMINATION OF DIVIDED RESPONSIBILITY It is required that each bidder produce both the chassis and complete apparatus. To 75' Midmounted Aerial Spec Draft 8-13-08 1 , . . MACEDON (VILLAGE OF) eliminate divided responsibility and service, the chassis and body must be manufactured by the same Company. Manufacturer shall state the number of years the Company has been producing their own chassis and body. Manufacturer shall state compliance. NO EXCEPTIONS. PROPOSAL SPECIFICATIONS Each bid shall be accompanied by a set of "Contractor's Specifications" consisting of a detailed description of the apparatus and equipment proposed and to which the apparatus furnished under contract must conform. Computer run-off sheets are not acceptable as descriptive literature. The specifications shall indicate size, type, model and make of all component parts and equipment. QUALITY AND WORKMANSHIP The design of the apparatus must embody the latest approved automotive engineering practices. The workmanship must be the highest quality in its respective field. Special consideration shall be given to the following points: Accessibility to various areas requiring periodic maintenance, ease of operation (including both pumping and driving) and symmetrical proportions. Construction must be rugged and ample safety factors must be provided to carry loads as specified and to meet both on and off road requirements and speed as set forth under "Performance Test and Requirements." PERFORMANCE TESTS AND REQUIREMENTS A road test shall be documented with the apparatus fully loaded and a continuous run of ten (10) miles or more shall be made under all driving conditions, during which time the apparatus shall show no loss of power or overheating. The transmission drive shaft or shafts, and rear axles shall run quietly and free from abnormal vibration or noise throughout the operating range of the apparatus. The apparatus, when loaded, shall be approximately 66% on the rear axle. The successful bidder shall furnish a weight certification showing weight on the front and rear axle, and the total weight of the completed apparatus at the time of delivery. a. The apparatus must be capable of accelerating to 30 MPH from a standing start within 25 seconds on a level concrete highway without exceeding the maximum governed engine RPM. b. The service brakes shall be capable of stopping the fully loaded vehicle within 35 feet from a speed of 25 MPH on a level concrete highway. c. The apparatus, fully loaded, shall be capable of obtaining a speed of 50 75' Midmounted Aerial Spec Draft 8-13-08 2 MACEDON (VILLAGE OF) MPH on a level highway with the engine not exceeding 95% of its governed RPM (full load). d. The apparatus shall be tested and approved by a qualified testing agency in accordance with their standard practices for pumping engines e. The contractor shall furnish copies of the Pump Manufacturer's Certification of Hydrostatic Test (if applicable), the Engine Manufacturer's current Certified Brake Horsepower Curve and the Manufacturer's Record of Construction Details. FAILURE TO MEET TESTS In the event the apparatus fails to meet the test requirements of these specifications on the first trial, a second trial may be made at the option of the bidder within thirty (30) days of the date of the first trials. Such trials shall be final and conclusive and failure to comply with these requirements shall be cause for rejection. Permission to keep and/or store the apparatus in any building owned or occupied by the purchaser shall not constitute acceptance of same. EXCEPTIONS TO SPECIFICATIONS The following specifications shall be strictly adhered to. Exceptions shall be considered if they are deemed equal to or superior to the specifications, provided they are fully explained on a separate page entitled "EXCEPTIONS TO SPECIFICATIONS." Exceptions shall be listed by page and paragraph. Failure to denote exceptions in the above manner shall result in immediate rejection of the proposal. In addition a general statement taking "TOTAL EXCEPTION" to the specifications shall result in immediate rejection of bid. GENERAL CONSTRUCTION The apparatus shall be designed and the equipment mounted with due consideration to distribution of load between the front and rear axles so that all specified equipment, including filled water tank, a full complement of personnel and fire hose shall be carried without injury to the apparatus. Weight balance and distribution shall be in accordance with the recommendations of the International Association of Fire Chiefs and National Fire Association (or American Insurance Association). Certified Laboratories certificate shall be submitted by the manufacturer. Weight of apparatus shall meet all federal axle load laws. DELIVERY REQUIREMENTS The apparatus shall be completely equipped as per these specifications upon arrival and on completion of the required tests shall be ready for immediate service in the fire department of the purchaser. Any and all alterations required at the scene of delivery 75' Midmounted Aerial Spec Draft 8-13-08 3 . . , . MACEDON (VILLAGE OF) to comply with these specifications must be done at the contractor's expense. PURCHASER RIGHTS The Purchaser reserves the right to accept or reject any bid. The purchaser also reserves the right to award in their best interest and reserves the right to waive any formalities. FAMA COMPLIANCE Manufacturer must be a current member of the Fire Apparatus Manufacturer's Association. PROPOSAL DRAWING A general layout drawing depicting the apparatus layout and appearance shall be provided with the bid. The drawing shall consist of left side, right side, frontal and rear elevation views. Apparatus equipped with a fire pump, shall have a general layout view of the pump operators panel scaled the same as the elevation views. The drawing shall be a depiction of the actual apparatus proposed and not of a generic similar product. APPROV AL DRAWING After the award of bid and pre-construction conference, a detailed layout drawing depicting the apparatus layout and appearance including any changes agreed upon shall be provided for customer review and signature. The drawing shall become part of the contract documents. The drawing shall consist of left side, right side, frontal and rear elevation views. Apparatus equipped with a fire pump, shall have a general layout view of the pump operators panel scaled the same as the elevation views. PRE-CONSTRUCTION CONFERENCE After award of the contract, and prior to construction of the apparatus, a pre-construction conference shall be held at the facility of the manufacturer. A provision shall be provided in the bid price for all travel, food and lodging to accommodate three (3) Fire Department personnel. INSPECTION TRIPS An inspection trip at the manufacturers facility prior to delivery of the completed apparatus shall be provided. Accommodations for three (3) Fire Department personnel to include all transportation, food and lodging shall be included in the bid price. PROPOSAL GUARANTEE A certified check or bid bond in the sum of ten percent (10%) of the total bid price shall 75' Midmounted Aerial Spec Draft 8-13-08 4 MACEDON (VILLAGE OF) be submitted with the "Bid Proposal" at the time of the bid. The full amount of the bid surety shall be returned to the unsuccessful bidders following the award of the contract to the successful bidder. PERFORMANCE BOND Within twenty (20) days of notification to the successful bidder by the purchaser, prior to any work commencing on the proposed apparatus, the successful bidder shall, at their own expense, obtain and submit to the purchasing entity a performance bond in the amount of 100% equal to the total contract price. Additionally, each bidder must disclose the price/amount it pays for bonding, per $1,000. This is to demonstrate the economic stability and credit worthiness of the bidder. NO EXCEPTIONS. CHASSIS The chassis shall be manufactured in the factory of the bidder. The chassis shall be designed and manufactured for heavy duty service with adequate strength and capacity of all components for the intended load to be sustained and the type of service required. There shall be no divided responsibilitv in the production of the apparatus. WEIGHT RESTRICTIONS Due to the nature of the emergency service this apparatus is intended to provide, special consideration must be adhered to to ensure that the vehicle is not overweight or close to its maximum gross vehicle weight capacity, as that would most surely increase the wear and tear on the vehicle and lead to increased maintainence costs, reduced braking ability and decreased engine performance. Therefore, the front axle weight may not exceed 19,000 pounds and the rear axle weight may not exceed 24,000 pounds. The . . goal weight of this truck with water, equipment, and hose in-serVice IS approximately 48,000 pounds or less thereby providing the purchaser an additional 5000 pounds of reserve capacity on the chassis, which is to have a Gross Weight Capacity of 53,000 pounds based on axle configuration. Bidders must supply the actual shipping weights of the last ten (10) trucks of the model being bid with fire department names as well, which shall allow the purchaser to confirm those weights. As this requirement is for fire fighter safety and decreased Village liability, there are no exceptions to this requirement. 75' Midmounted Aerial Spec Draft 8-13-08 5 . . MACEDON (VILLAGE OF) ALUMINUM CAB The cab shall be a full tilt 6-person cab designed specifically for the fire service and manufactured by the chassis builder. Cab shall be built entirely by the apparatus manufacturer within the same facilities (no exceptions). Rear of the cab shall be slanted forward at the top rear for mid-ship aerial use. The outside of the rear cab wall shall be aluminum diamond plate. CAB DESIGN The cab shall be designed specifically for the fire service and manufactured by the chassis builder. The apparatus chassis shall be of an engine forward, fully enclosed tilt cab design. There shall be four (4) side entry doors. The cab shall be of a fully open design with no divider wall or window separating the front and rear cab sections. Construction of the cab shall consist of high strength 5052H32 aluminum welded to extruded aluminum framing of 6061-T6 material. The cab roof shall utilize extruded, radiused outer corner rails with integral drip channel and box tubing type cross brace supports. The cab sides shall be constructed from extruded door pillars and posts that provide a finished door opening, extruded and formed wheel well openings supports, formed aluminum wheel well liners and box tubing type support braces. The cab floor and rear cab wall shall utilize box tubing type framing and support bracing. The framework shall be of a welded construction that fully unitizes the structural frame of the cab. The structural extrusion framework shall be overlaid with interlocked aluminum alloy sheet metal panels to form the exterior skin of the cab. The structural extrusion framework shall support and distribute the forces and stresses imposed by the chassis and cab loads and shall not rely on the sheet metal skin for any structural integrity. 75' Midmounted Aerial Spec Draft 8-13-08 6 MACEDON (VILLAGE OF) CAB DIMENSIONS The cab shall be designed to satisfy the following minimum width and length dimensions: Cab Width (excluding mirrors) 98" Cab Length (from C/L of front axle) To front of cab (excluding bumper) 68" To rear of cab 56" Total Cab Length (excluding bumper) 124" CAB MOUNTING The cab mounting system shall use a steel sub frame, isolated from the cab with six (6) rubber mounts, to minimize chassis vibration and torsional loads from being induced into the cab structure. The two tilt pivot points shall have stainless steel bushing and grease fittings for lubrication and smooth tilting of the cab INTERIOR The cab interior shall have Zolatone gray/black rubberized, mar resistant, textured finish. FENDER CROWNS Polished stainless steel front axle fenderettes with full depth radiused wheel well liners shall be provided. GRILLE The front of the cab shall be equipped with a grille with sufficient area to allow proper airflow into the cooling system and engine compartment. CAB INSULATION The cab shall be insulated in a manner to reduce noise levels inside the cab. The cab interior sound levels shall not exceed 90 decibels at 45 mph in all cab seat positions. ROOF DESIGN The cab shall be of a flat roof design with side drip rails and shall satisfy the following minimum height dimensions: Cab Dimensions Interior Front 59" Rear 55" 75' Midmounted Aerial Spec Draft 8-13-08 7 . MACEDON (VILLAGE OF) Cab Dimensions Exterior Front 65" Rear 65" DIAMOND PLATE, CAB ROOF The roof of the cab shall have a diamond plate overlay. The overlay shall be constructed of .125" aluminum serrated diamond plate and measure 30" x 60". DOORS The cab doorframes shall be constructed from aluminum extrusions fitted with an aluminum sheet metal skin and shall be equipped with dual weather seals. The cab doors shall be equipped with heavy-duty door latching hardware, which complies with FMVSS 206. The mechanics of the door operation shall utilize rod linkage for positive operation. A rubber coated nylon web doorstop shall be provided. The doors shall be lap type mounted with a full-length stainless steel 3/8" diameter hinge and shall be fully adjustable. All openings in the cab shall be grommeted or equipped with rubber boots to seal the cab from extraneous noise and moisture. The cab doors shall be designed to satisfy the following minimum opening and step area dimensions: Door Opening: Front 36.5" x 73" Rear 36.5" x 73" The cab doors shall have brushed severe duty 304 stainless steel interior door panels. EXTERIOR GLASS The cab windshield shall be of a two piece curved design utilizing tinted, laminated, automotive approved safety glass. The window shall be held in place by an extruded rubber molding with a chrome plated decorative locking bead. The cab shall be finished painted prior to the window installation. Two (2) fixed position side windows shall be provided between the forward cab area and the crew cab area, one (1) each side and shall utilize tinted, tempered automotive approved safety glass. The widows shall be approximately 20.5" high x 16.50" wide to provide maximum visibility. The side windows shall be held in place by an extruded rubber molding with a chrome plated decorative locking bead The cab door and canopy windows shall utilize tinted, automotive approved safety glass. 75' Midmounted Aerial Spec Draft 8-13-08 8 MACEDON (VILLAGE OF Two (2) sliding rear windows approximately 15" x 17" shall be installed on the rear wall of the cab. POWER WINDOWS All four cab entry doors shall have power windows. Each door shall be individually operated and the driver's position shall have master control over all windows. The front windows shall roll down completely. SUN VISORS The sun visors shall be made of dark smoke colored transparent polycarbonate. There shall be a visor located at both the driver and officer positions. CAB STEPS The lower cab steps shall be no more than 22" from the ground. An intermediate step shall be provided, mid way between the lower cab step, and the cab floor. The intermediate step shall be slightly inset to provide for safer ingress and egress. All steps shall be covered with material that exceeds the NFPA requirements for stepping surfaces. STEP LIGHTS A white LED strip light shall illuminate each interior cab step. These lights shall illuminate whenever the battery switch is on and the cab door is opened. CAB TILT SYSTEM An electric over hydraulic cab tilt system shall be provided in order to facilitate the lifting of the cab allowing full access to the engine and accessories mounted under the cab. The cab shall be mounted to a 4" steel box tube sub-frame through the use of high durometer rubber mounts. The raising of the tilt cab shall be accomplished through a hydraulic lift system consisting of two (2) hydraulic lift cylinders, an electrically driven hydraulic pump, two (2) hydraulically activated latches, and an electrical control switch. The hydraulic lift cylinders shall be coupled to the steel cab sub-frame (not directly to the cab) with greaseable Kaiser bushing for the pivot point. The above-described sub-frame shall be used to minimize stress to the cab during lifting operations. The hydraulic cylinders shall lift the cab to a tilt angle of 45 degrees, exposing the engine and accessories for service. A safety locking system shall be provided that shall release automatically when the cab is tilted up or down. The lift system shall operate in a smooth and safe manner and shall include cylinder interlocks to ensure that the cab shall remain in a fixed position in the event of a failure 75' Midmounted Aerial Spec Draft 8-13-08 9 MACEDON (VILLAGE OF) in the system. CAB STRUCTURAL INTEGRITY The cab of the apparatus shall be designed and so attached to the vehicle as to eliminate, to the greatest possible extent, the risk of injury to the occupants in the event of an accident. The apparatus cab shall be tested to specific load and impact tests with regard to the protection of occupants of a commercial vehicle. A test shall be conducted to evaluate the frontal impact strength of the apparatus cab to conform to the test J2420 and the "United Nations Regulation 29, Annex 3, paragraph 4, (Test A). A second test shall be conducted to evaluate the roof strength of the apparatus cab to conform to the Society Of Automotive Engineers (SAE) SAE J2422/SAE J2420 and "United Nations Regulation 29, Annex 3, paragraph 5, (Test B) and SAE J2420. The evaluation shall consist of the requirements imposed by ECE Regulation 29, Paragraph 5. The test shall be conducted by a certified independent third party testing institution. A letter stating successful completion of the above test on the brand of cab being supplied shall be included in the bid. There shall be "no exception" to this requirement. MANUAL CAB LIFT There shall be a manually operated hydraulic pump for tilting the cab in case the main pump should fail. The operator shall be located under the left front corner of the front bumper. WORK SURFACE There shall be a flat work surface in front of the officer's seat. DELUXE CONSOLE There shall be a deluxe console mounted on the engine hood between the driver and officer. The console shall be covered in black vinyl material to match the engine hood. The console shall come complete with two drink holders, and recessed wells for storage of gloves or other miscellaneous items. The outboard sections shall contain duct work to direct air flow from the heater/AC towards the driver and officer. 75' Midmounted Aerial Spec Draft 8-13-08 10 MACEDON (VILLAGE OF) INTERIOR DOOR PANELS The interior of the cab entry doors shall have a 304 brushed stainless steel scuff plate. contoured to the door, from the door sill down. The lower portion of the doors shall also have a 304 brushed stainless steel scuff plate and shall include a total of 245 square inches of reflective material on each door, exceeding the NFPA requirement of 96 square inches. The layout shall be opposing ruby red "chevron" stripes on each side. The red striping shall be laid over white 3M reflective materials. The reflective decal shall be plainly visible to oncoming traffic when the doors are in the open position. CAB ACCESSORY FUSE PANEL A fuse panel shall be located in the rear crew area next to the rear facing seat behind the officer. The fuse panel shall consist of six (6) battery hot and six (6) ignition switch circuits. Each circuit shall be capable of 10-ampere 12-volt power and total output of 50-amps. The fuse panel shall be capable of powering accessories such as hand held spotlights, radio chargers, hand lantern chargers and other miscellaneous 12-volt electrical components. AIR HORNS Two (2) Grover 2040 Stuttertone rectangular, chrome plated, air horns shall be recess mounted, one (1) each side behind the perforated grille of the bumper. The air horns shall be controlled by a toggle switch wired through the horn button. A foot switch for the air horns shall also be provided on the officer's side. ALTERNATOR A 270 ampere Prestolite/Leece Neville, Model 4864J shall be provided with serpentine belt. The alternator shall generate 210 amperes at idle. A low voltage alarm, audible and visual, shall be provided. FRONT AXLE The front axle shall be a Meritorâ„¢ MFS-20-133A 3.74" drop beam with a capacity of 22,000 pounds. The axle shall be hub piloted, 10 stud, furnished with oil seals and come complete with assist cylinder, hoses, and mounting brackets. REAR AXLE The rear axle shall be a Meritorâ„¢ RS-30-185 Single reduction drive axle with a capacity of 31,000 Ibs. The axles shall be hub piloted, 10 studs, furnished with oil seals. 75' Midmounted Aerial Spec Draft 8-13-08 11 MACEDON (VILLAGE OF) TOP SPEED Rear axle speed approximately 65 MPH. BATTERIES The battery system shall be a single system consisting of four negative ground, 12 volt Interstate Group 31 MHD batteries, cranking performance of 950 CCA each with total of 3800 amps, 185 minute reserve capacity with 25 ampere draw at 80 degrees Fahrenheit. Each battery shall have 114 plates. Warranty shall be accepted nationwide. The batteries shall be installed in a vented 304 stainless steel battery box with a removable aluminum cover to protect the batteries from road dirt and moisture. The batteries are to be placed on dri-deck and secured with a fiberglass hold down. The batteries shall be wired directly to starter motor and alternator. The battery cables shall be 3/0 gauge. Battery cable terminals shall be soldering dipped, color-coded and labeled on heat shrink tubing with a color-coded rubber boot protecting the terminals from corrosion. There shall be a 350-ampere fuse protecting the pump primer and a 250-ampere fuse protecting the electric cab tilt pump and other options as required. A recessed male NEMA 5-15 plug with weatherproof cover shall be provided in the driver's step well. BATTERY CHARGING A Kussmaul Auto Charge 1200 battery system charger shall be provided. The Auto Charge 1200 is a fully automatic battery charger with a very high output for vehicles with a single battery system. A single bar graph display is provided to indicate the state of charge of the battery system in the front officer's side window/windshield. The rated output shall be 40 amps for the battery system. BATTERY JUMPER TERMINAL There shall be one set (two studs) of battery jumper terminals located by the battery box under the cab. The terminals shall have plastic color-coded covers. Each terminal shall be tagged to indicate positive/negative. BRAKES (Front) The front brakes shall be Meritor S-cam style. They shall be 16.5" x 6" with heavy-duty return springs, and a double anchor pin design. They shall also have quick-change shoes for fast easy brake relining. 75' Midmounted Aerial Spec Draft 8-13-08 12 MACEDON (VILLAGE OF) BRAKES (Rear) The rear brakes shall be Meritor S-cam style. They shall be 16.5" x 7" with heavy-duty return springs, and a double anchor pin design. They shall also have quick-change shoes for fast easy brake relining. BRAKE WARRANTY The brakes shall carry Meritor's five (5) year 75,000 mile warranty, exclusive of wear items. AIR BRAKE SYSTEM The vehicle shall be equipped with air-operated brakes. The system shall meet or exceed the design and performance requirements of current FMVSS-121 and test requirements of current NFPA 1901 standards. Each wheel shall have a separate brake chamber. A dual treadle valve shall split the braking power between the front and rear systems. All main brake lines shall be color-coded nylon type protected in high temperature rated split plastic loom. The brake hoses from frame to axle shall have spring guards on both ends to prevent wear and crimping as they move with the suspension. All fittings for brake system plumbing shall be brass. A Meritor Wabco System Saver 1200 air dryer shall be provided. The air system shall be provided with a rapid build-up feature, designed to meet current NFPA 1901 requirements. The system shall be designed so the vehicle can be moved within 60 seconds of startup. The quick build up system shall provide sufficient air pressure so that the apparatus has no brake drag and is able to stop under the intended operating conditions following the 60-second buildup time. The vehicle shall not be required to have a separate on-board electrical air compressor or shoreline hookup to meet this requirement. Four (4) supply tanks shall be provided. One air reservoir shall serve as a wet tank and a minimum of one tank shall be supplied for each the front and rear axles. A Schrader fill valve shall be mounted in the front of the driver's step well. A spring actuated air release emergency/parking brake shall be provided on the rear axle. One (1) parking brake control shall be provided and located on the engine hood next to the transmission shifter within easy reach of the driver. The parking brake shall automatically apply at 35 1:10 PSI reservoir pressure. A Meritor WASCO IR-2 Inversion Relay Valve, supplied by both the Primary and Secondary air systems, shall be used to activate the parking brake and to provide parking brake modulation in the event of a primary air system failure. 75' Midmounted Aerial Spec Draft 8-13-08 13 MACEDON (VILLAGE OF) Accessories plumbed from the air system shall go through a pressure protection valve and to a manifold so that if accessories fail they shall not interfere with the air brake system. AIR BRAKING ABS SYSTEM A Wabco ASS system shall be provided to improve vehicle stability and control by reducing wheel lock-up during braking. This braking system shall be fitted to axles and all electrical connections shall be environmentally sealed from water and weather and be vibration resistant. The system shall constantly monitor wheel behavior during braking. Sensors on each wheel transmit wheel speed data to an electronic processor, which shall sense approaching wheel lock and instantly modulate brake pressure up to 5 times per second to prevent wheel lock-up. Each wheel shall be individually controlled. To improve field performance, the system shall be equipped with a dual circuit design. The system circuits shall be configured in a diagonal pattern. Should a malfunction occur, that circuit shall revert to normal braking action. A warning light at the driver's instrument panel shall indicate malfunction to the operator. The system shall consist of a sensor clip, sensor, electronic control unit and solenoid control valve. The sensor clip shall hold the sensor in close proximity to the tooth wheel. An inductive sensor consisting of a permanent magnet with a round pole pin and coil shall produce an alternating current with a frequency proportional to wheel speed. The unit shall be sealed, corrosion-resistant and protected from electro-magnetic interference. The electronic control unit shall monitor the speed of each wheel sensor and a microcomputer shall evaluate wheel slip in milliseconds. BUMPER There shall be a 12" high double rib polished stainless steel wrap-around bumper provided at the front of the apparatus. Laser cut perforated grilles shall be incorporated into the bumper and located at the outboard section of the bumper for the air horns and at the center for the siren speaker. The bumper shall be mounted to a reinforcement plate constructed of 1/4" x 10" x 70" carbon steel. A gravel shield shall be provided, constructed of .188" aluminum diamond plate. The bumper extension shall be approximately 18". DIAMOND PLATE BUMPER LID There shall be a 1/8" diamond plate cover with latches provided for the front bumper trough. The cover shall have a 2" rise to accommodate the storage well requirements. STORAGE WELL COMPARTMENT There shall be a hose well compartment located in the center of the front bumper. The compartment shall run the full width of the bumper and measure approximately 4" deep 75' Midmounted Aerial Spec Draft 8-13-08 14 MACEDON (VILLAGE OF) x 66" wide x 12" long (3,400 in2) The compartment shall be constructed of .125" smooth aluminum plate. COOLING SYSTEM The cooling system shall have sufficient capacity to keep the engine properly cooled under all conditions of road and pumping operations. The cooling system shall be designed and tested to meet or exceed the engine and transmission manufacturers and EPA requirements. The complete cooling system shall be mounted in a manner to isolate the system from vibration and stress. The individual cores shall be mounted in a manner to allow expansion and contraction at various rates without inducing stress to the adjoining core(s). RADIA TOR The radiator shall be a cross-flow design constructed completely of aluminum with welded side tanks. The radiator shall be bolted to the bottom of the charge air cooler to allow a single depth core, thus allowing a more efficient and serviceable cooling system. The radiator shall be equipped with a drain cock to drain the coolant for serviceability. COOLANT The cooling system shall be filled with Extended Life Coolant to provide a longer life cycle and reduced change intervals. The coolant makeup shall contain ethylene glycol and deionized water to keep the coolant from freezing to a temperature of -34 degrees F. HOSES & CLAMPS Silicone hoses shall be provided for all engine coolant lines. All radiator hose clamps shall be spring loaded stainless steel constant torque hose clamps for all main hose connections to prevent leaks. CHARGE AIR COOLER The charge air cooler shall be of a cross-flow design and constructed completely of aluminum with welded side tanks. The charge air cooler shall be bolted to the top of the radiator to allow a single depth core, thus allowing a more efficient and serviceable cooling system. FAN The engine cooling system shall incorporate a heavy-duty composite 11-blade fan. 75' Midmounted Aerial Spec Draft 8-13-08 15 MACEDON (VILLAGE OF) A shroud and recirculation shield system shall be used to ensure air that has passed through the radiator is not drawn through again. The fan tip to radiator core clearance shall be kept at a minimal distance to increase the efficiency of the fan and reduce fan blast noise. SURGE TANK The cooling system shall be equipped with a surge tank. The surge tank shall be equipped with a low coolant probe and sight glass to monitor the coolant level. The surge tank shall have a cap that meets the engine manufacturer's pressure requirements as well as the system design requirements. DRIVELlNE The driveline shall consist of Spicer 1710 series, or equal, dual grease fitting universal joints with "Half-Round" end yokes. The drive shaft shall be built with a heavy-duty steel tube 4.095" outside diameter x .180 wall thickness. The shafts shall be dynamically balanced prior to installation into the chassis. A splined slip joint shall be provided in each shaft assembly. Universal joints shall be extended life. There shall be two (2) Zerk fittings in each universal joint assembly so the joint can be greased without turning the shaft. ENGINE ENCLOSURE An integral, formed aluminum engine enclosure shall be provided. The engine enclosure shall be of a contoured design to blend in an aesthetically pleasing manner with the interior dash and flooring of the cab. The enclosure shall be kept as low as possible to provide the maximum space. The enclosure shall be covered in a heavy duty black vinyl, molded to fit the exterior of the engine enclosure to reduce noise and heat in the cab. The inside of the engine enclosure shall have a sound deadening insulation system. The cab interior shall have a sound-deadening package to help minimize the noise (DB) levels and eliminate engine heat from the front and rear of the cab. A work light shall be installed in the engine enclosure with an individual switch located on the base of the light. ENGINE Cummins DiesellSL, 425HP (317 KW) @ 2200 R.P.M 1150 ft. lb. Torque (1,627 N-m) @ 1300 R.P.M Displacement: 8.9 liter displacement. Cylinders: 6 Bore: 4.49" (114mm) 75' Midmounted Aerial Spec Draft 8-13-08 16 MACEDON (VILLAGE OF'! Stroke: 5.69" (145mm) The engine shall have a five year or 100,000 mile warranty and approval by Cummins Diesel for installation in the chassis. The engine shall be equipped with the following: . Air cleaner - Farr Ecolite w/restriction gauge on dash . Air compressor - 18.7 CFM . Exhaust - single with discharge right side, ahead of rear wheels . Primary and secondary fuel filters . Lube oil cooler . Lube oil filter - full flow . Starting motor - 12 volt EXHAUST SYSTEM The engine exhaust system shall be horizontal design constructed from heavy-duty truck components. All exhaust tubing shall be stainless steel. Flexible couplings shall be utilized to absorb the torque and vibration of the engine. The outlet shall be directed to the forward side of the rear wheels, exiting the right side, with a chrome straight tip. The system shall be equipped with single canister consisting of a Diesel Oxidation Catalyst (DOC) and a Diesel Particulate Filter (DPF). The canister shall be mounted under the right side frame rail, and meeting the engine manufacturer's specifications and current noise level tests. An orange fiberglass heat-absorbing sleeve shall be used on the exhaust pipe in the engine compartment area to reduce the heat, to protect the alternator, and also to protect hands when checking or adding oil in the engine compartment. AIR CLEANER/INTAKE The engine air cleaner shall be sized in accordance with the engine manufacturers recommendations. The air cleaner shall be manufactured from a fire retardant media and shall incorporate and ember separator in accordance with NFPA 1901 to protect the engine from hot embers. A restriction warning light shall be provided and located on the cab dash. ENGINE BRAKE The engine shall be equipped with a Jacobs compression engine brake. An "On/Off" switch shall be provided on the instrument panel within easy reach of the driver. The engine brake shall interface with the Wabco ASS brake controller to prevent engine brake operations during adverse braking conditions A pump shift interlock circuit shall be provided to prevent the engine brake from 75' Midmounted Aerial Spec Draft 8-13-08 17 MACEDON (VILLAGE OF) activating during pumping operations. The brake light shall activate when the engine brake is engaged. FRAME The chassis frame shall be of a ladder type design utilizing industry accepted engineering best practices. The frame shall be specifically designed for fire apparatus use. Each frame rail shall be constructed of two 3/8" thick-formed channels. The outer channel shall be 10.06" x 3.50" x .375" and the inner channel (liner) shall be 9.31" x 3.13" x .375". The section modulus shall be 31.28 in.3. The resistance to bending moment (RBM) shall be 1,569,160 in./lbs. The cross-members shall be constructed of minimum 3/8" formed channels and have formed gusseted ends at the frame rail attachment. .625 inch, grade 8 flange, Huck bolt fasteners shall be used on all permanently attached brackets to the frame to eliminate the need for bolt re-tightening. The frame shall be painted glossy black prior to installing wiring harness and other components. A lifetime warranty shall be provided. FUEL TANK The chassis shall be equipped with a 65-gallon stainless steel rectangular fuel tank. The fuel tank shall be certified to meet FMVSS 393.67 tests. The tank shall be removable by means of six (6) bolted connections and dropped. One (1) tank baffle shall be used. Dual pick-up and return ports with a single 3/4" tank drawtube shall be provided for diesel generators if required. The fuel tank shall be equipped with a 2 1/4" filler neck assembly with a 3/4" vent located on the left hand side of the tank. A fuel fill cap attached with a lanyard shall be provided. The bottom of the fuel tank shall contain a 1/2" drain plug. The fuel lines shall be nylon braid reinforced fuel hose with brass fittings. The lines shall be carefully routed along the inside of the frame rails. All fuel lines are covered in high temperature rated split plastic loom. Single suction and return fuel lines shall be provided. The fuel tank shall be mounted in a saddle with a barrier between the tank and the saddle. 75' Midmounted Aerial Spec Draft 8-13-08 18 MACEDON (VILLAGE OF) CAB HANDRAILS There shall be four (4) 24" long, handrails provided and installed, one (1) at each cab entrance. The handrails shall be constructed of 1-1/4" diameter, knurled and anodized, 3/8" heavy wall extruded aluminum and mounted utilizing chrome stanchions, which shall provide sufficient space to allow for a gloved hand to grip the rail There shall be two (2) rubber coated grab handles provided and mounted on the interior of the cab, one each side, near the windshield post for ingress assistance. The handrail on the driver's side shall be approximately 11" long and the handrail on the officer's side shall be approximately 18" long CAB DOOR HANDRAILS Two (2) 1-1/4" diameter knurled aluminum handrails rails shall be provided on the inside of the rear crew doors just above the windowsill HEA TER/DEFROSTER There shall be a minimum 60,OOO-heat BTU single unit, heater, mounted over the engine cover. The unit shall be mounted in center of the cab on the engine hood/enclosure. Unit shall have a shutoff valve at the right side of the frame, next to the engine. Airflow of the heater shall be a minimum 1200 CFM. The defroster/heater shall be a minimum of 39,000 BTU and shall be a separate unit mounted over the windshield. There shall be eight (8) louvers/defusers to direct to windshield and door glass. There shall be ductwork to the floor of the cab, facing forward to provide heat for the front of cab floor area. Airflow of the defroster/heater shall be a minimum 350 CFM. The unit shall be painted Zolatone greystone to match the cab ceiling. The condenser shall be roof mounted and have 60,000 BTU rating. The unit shall include two fan motors. Airflow of the condenser shall be a minimum 2250 CFM (This roof-mounted condenser shall work at full rated capacity at an idle with no engine heat problems.) HEATER/DEFROSTER CONTROLS The heater and defroster shall be located in the overhead console in the center of the apparatus cab within easy reach of the driver and officer. The controls shall be illuminated for easy locating in dark conditions. The controls shall be located in such a way that the driver shall not be forced to turn away from the road to make climate control adjustments. Control of the heater and defroster functions for the entire apparatus cab shall be achieved through these controls. 75' Midmounted Aerial Spec Draft 8-13-08 19 MACEDON (VILLAGE OF) AUXILIARY DEFROSTER FAN There shall be a Red Dot model RD-5-5786-0P 12-volt fan mounted in the cab ceiling, directed at the driver's side windshield. The fan shall be activated by a 3-position toggle switch located at the base of the fan. The switch positions shall be High, Low and Off. AUXILIARY DEFROSTER FAN There shall be a Red Dot model RD-5-5786-0P 12-volt fan mounted in the cab ceiling, directed at the Officer's side windshield. The fan shall be activated by a 3-position toggle switch located at the base of the fan. The switch positions shall be High, Low and Off. The fan shall be silver. LOAD MANAGER Load manager shall have the ability to sequence loads on and off. It shall also be able to shed 8 loads when the vehicle is stationary, starting at 12.7 volts lowest priority load to be shed, then respectively at 12.6, 12.4, 12.2, 12.0, 11.8, 11.4 and 11.0 volts DC. Any load that has been shed shall be off for a minimum of five minutes, and then if voltage has rebounded above shed voltage, the shed load shall automatically come on. There shall also be an indicator panel along side the rocker switches, which indicate power is on, battery warning and fast idle. Battery warning indicator shall flash at a rate proportional to the voltage discharge rate. AUTOMATIC HIGH IDLE ACTIVATION The load management system shall be capable of activating the apparatus high idle system when the system voltage drops below 12.3 volts DC. The system shall raise engine speed for a minimum of five minutes until voltage exceeds 13.0 volt DC. The load management system shall activate the high idle feature before any devices are automatically shed OFF. The high idle function request from the load management device shall function only if the appropriate interlocks are present; that is, control of the high idle system is monitored and shall be superseded by the state of the interlock control module. The automatic high idle system shall be deactivated whenever the brake pedal is pressed, and shall remain inactive for two minutes thereafter to allow an operator to override the high idle function and return the engine to idle before PTO engagement. INSTRUMENT PANEL The main dash shroud, which covers the area directly in front of the driver from the doorpost to the engine hood, shall be custom molded and covered with a non-glare black vinyl. The dash shall be a one (1) piece hinged panel that tilts outward for easy access to service the internal components. The gauge panel shall be constructed of durable aesthetically pleasing light gray polymer material. The gauges shall be Maxima 75' Midmounted Aerial Spec Draft 8-13-08 20 MACEDON (VILLAGE OF! Technologies/Datcon gauges with built-in self-diagnostics and red warning lights to alert the driver of any problems. All gauges and controls shall be backlit for night vision and identified for function. All main gauges and warning lights shall be visible to the driver through the steering wheel. The vehicle shall be equipped with a keyless ignition, with a two (2)-position rocker switch, "Ignition Off/On" and a two (2)-position rocker switch "Off/Start" Instrumentation on dash panel: . Tachometer/hourmeter with built in re-settable hour meter . Speedometer/odometer with built in re-settable trip odometer . Ammeter . Voltmeter . Fuel gauge . Engine oil pressure . Transmission temperature . Engine temperature . Primary air pressure . Secondary air pressure Indicators and warning lights visible to driver: . Battery on . Parking brake engaged . Low air with buzzer . Turn signals . Hi-beam . Engine temperature with buzzer . Engine oil pressure with buzzer . Transmission temperature with buzzer . Do not shift transmission . Check transmission . Stop engine with buzzer . Check engine . Regeneration . High exhaust temperature . Air filter restriction light . Back pressure . Cab door open (flashing) . Compartment door open (flashing) . Antilock brake warning . Fasten seat belt Other indicator and warning lights . Differential locked . PTO engaged . Upper power . Auto-slip response . Retarder engaged 75' Midmounted Aerial Spec Draft 8-13-08 21 MACEDON (VILLAGE OF) . Retarder temperature . Jacks out . Jacks down Controls located on main dash panel: . Master power disconnect with ignition switch . Engine start switch . Headlight switch . Windshield wiper/washer switch . Differential lock switch (if applicable) . Dimmer switch for backlighting . Parking brake control Controls included in steering column: . Horn button . Turn signal switch . Hi-beam low-beam switch . 4-way flasher switch . Tilt-telescopic steering wheel controls Controls, gauges and indicator lights located to the right of driver's position: . Transmission shifter . Pump shift control with OK TO PUMP and PUMP ENGAGED lights . Heater/defroster controls . Eighteen (18) illuminated rocker switches Driving compartment warning labels shall include: . HEIGHT OF VEHICLE . OCCUPANTS MUST BE SEATED AND BEL TED WHEN APPARATUS IS IN MOTION . DO NOT USE AUXILIARY BRAKING SYSTEMS ON WET OR SLIPPERY ROADS . EXIT WARNINGS Additional labels included: . COMPUTER CODE SWITCH . ABS CODE SWITCH . FLUID DATA TAG . CHASSIS DATA TAG ENGINE WARNING SYSTEM An engine warning system shall be provided to monitor engine conditions such as low oil pressure, high engine temperature and low coolant level. Warning indication shall include a STOP ENGINE (red) light with audible buzzer activation and a CHECK ENGINE (amber) light Note: (Some engine configurations may also include a fluid warning light.) 75' Midmounted Aerial Spec Draft 8-13-08 22 MACEDON (VILLAGE OF) There shall be a master information light bar with 24 lights located across the center of the dash panel that covers up to 24 functions These are defined under Indicators and Warning Lights above. WIRING All wiring shall have XL high temperature crosslink insulation and shall be 10 gauge, 12 gauge, 14 gauge and 18 gauge depending on load. All wiring shall be color-coded. and the function and number stamped at 3" intervals on each wire. All wiring shall be covered with high temperature rated split loom for easy access to wires when trouble shooting. All electrical connectors and main connectors throughout the chassis shall be treated to prevent corrosion. DOOR AJAR INDICATION Four (4) red LED lights are provided in the forward cab overhead console area, visible to both driver and officer. Upon releasing the apparatus parking brake one or more of these lights shall automatically illuminate (flash) if any cab door is open, compartment door is open, any ladder or equipment rack is not in stowed position, stabilizer system deployed or any other device has not been properly stowed that may cause damage if the apparatus is moved. MASTER ELECTRICAL PANEL The chassis main breaker panel shall be wired through the master disconnect solenoid and controlled with a three-position ignition rocker switch. Circuit breakers and flashers shall be located at officer's right side lower interior firewall with removable cover and schematic provided with notebook holder on outside cover A deluxe breaker panel with up to 22 ground switched relays with circuit breaker protection shall be provided. An integrated electrical sub-panel shall be provided and interfaced to the body and chassis through an engineered wire harness system. Twelve (12) 20-ampere and one (1) 70-ampere relay for cab lightbar and assemblies shall be provided. If the option for a mechanical siren has been selected two (2) additional relays shall be provided. Additional four relay boards with circuit breaker protection for additional loads. Maximum two boards (8 relays) per breaker panel. All relay boards set up to trip with input from switch of positive-negative or load manager by moving connector on board (no tools needed to do this). All relay boards shall be equipped with a power-on indicator light (red), input indicator light (green) and power output indicator light (red). 75' Midmounted Aerial Spec Draft 8-13-08 23 - MACEDON (VILLAGE OF) Up to 23 additional automatic reset circuit breakers for non-switched loads that are remotely switched (ie: heater fans, hood lights, etc.). All relays and circuit breakers on the relay boards shall be pull-out/push-in replaceable. All circuit breakers on the relay boards shall be 20 ampere automatic reset which can be doubled or tripled for 40 or 60-ampere capacity. The system shall utilize Deutch DRC weather resistant connectors at the breaker panel, toe board and main dash connections. All internal wire end terminals, including locking connectors, shall be mechanically affixed to the wire ends by matching terminal crimping presses to assure the highest quality terminations. All internal splices shall be ultrasonically welded connections and all internal wiring shall be high temperature GXL type wire that is protected by wiring duct wherever possible. All switches shall be ground controlled; no power going through any rocker switch. Any switch controlling a relay in the breaker panel shall be capable of being set to function only when the parking brake is set. All relays shall be tagged with the function that the relay is controlling. PUMP SHIFT MODULE A pump shift module with indicating lights shall be located within easy reach of the driver. A gear lockup shall be provided to hold the transmission in direct drive for pump operation. HIGH IDLE The engine shall have a "high idle" switch on the dash that shall automatically maintain an engine RPM as preset. The momentary switch shall be installed at the cab instrument panel for activation/deactivation. The "high idle" mode shall become operational only when the parking brake is on and the truck transmission is in neutral. HIGH IDLE FOOT SWITCH There shall be a hands-free switch at the aerial control station, interlocked with the pump throttle, that shall allow the aerial operator to control multiple functions of the aerial at high speed idle. 75' Midmounted Aerial Spec Draft 8-13-08 24 MACEDON (VILLAGE OF) INTERIOR The cab interior shall be finished in gray Durawear on the full front and rear headliners and rear firewall. LIGHTING CAB EXTERIOR Exterior lighting and reflectors shall meet or exceed Federal Motor Vehicle Safety Standards and National Fire Protection Association requirements in effect at this time. There shall be dual sealed beam halogen rectangular headlights in custom housings on each side of the front of the cab. FOG LIGHTS Hella Model 220 driving lights shall be provided recessed in the bumper. A switch located in the cab dash shall activate the lights. HAND HELD SPOTLIGHT One Optronics Blue Eye Model KB-4003, 400,000-candle power hand-held spotlight shall be provided, installed at officer's side of cab. LIGHTING CAB INTERIOR Interior lighting shall be provided inside the cab for passenger safety. Two (2) ceiling mounted combination red/clear LED dome lights with a push on/off feature in the light lens. One light shall be located over each the officer and driver's position The lights shall also activate from the open door switch located in each cab doorjamb. LIGHTING CREW CAB INTERIOR Interior lighting shall be provided inside the crew cab for passenger safety. Two (2) ceiling mounted combination red/clear LED dome lights with a push on/off feature in the light lens shall be provided. The lights shall also activate from the open door switch located in each cab doorjamb. MIRRORS Two (2) Lang Mekra 300 Series chrome plated Aero style main and convex mirrors shall be installed on each side of the vehicle. The main mirror shall be 4-way remote adjustable with heat, 7" x 16" 2nd surface chromed flat glass. The convex shall be. 6" x 75' Midmounted Aerial Spec Draft 8-13-08 25 . MACEDON (VILLAGE OF) 8" 2nd surface chromed 400 mm radius glass. Each mirror housing assembly shall be constructed of lightweight textured chrome ABS with on truck glass and housing back cover replacement. In the event the mirror breaks the glass shall be replaceable in (3) minutes or less. The glass shall include a safety adhesive backing to keep broken glass in place. The mirror assembly shall be supported by a "C" loop bracket constructed of polished stainless steel tube utilizing two point mounting reducing vibration of mirror glass during normal vehicle operation. The lower section of the holder shall include a spring loaded single detent position 20 degrees forward with easy return to operating position without refocusing. DRIVER'S SEAT The driver's seat shall be a Bostrom Sierra FX air ride high back, adjustable fore/aft, upholstered with gray tweed Durawear. A 3-point seat belt shall be provided. OFFICER'S SEAT The officer's seat shall be a Bostrom Firefighterâ„¢ Tanker 450 ABTS SCBA seat. The seat shall have the following features: . Integrated 3-point seat belt . "Auto-Pivot & Return" head rest . Built in lumbar support . 100% Durawearâ„¢ gray tweed seat material CREW SEATS The crew cab area shall have four (4) Bostrom Firefighterâ„¢ seats. The seating arrangement shall be: two (2) rear facing Bostrom Tanker 450 ABTS SCBA seats and two (2) forward facing Bostrom 400CT ABTS SCBA flip up seats. The seats shall have the following features: . Integrated 3-point seat belts . "Auto-Pivot & Return" head rest . Built in lumbar support . 100% Durawearâ„¢ gray tweed seat material SCBA BOTTLE BRACKET The officer and crew seats shall come equipped with an H.O. Bostrom SecureAIITM SCBA Locking System capable securing all U.S. and international SCBA brands and sizes while in transit or for storage on fire trucks. Locking shall be achieved by pushing the SCBA unit (bottle) against the pivot arm to engage the automatic lock system. A top clamp shall surround the top of the SCBA tank for a secure fit in all directions. The bracket shall be equipped with a center guide fork to keep the tank in-place for a safe and comfortable fit in seat cavity. 75' Midmounted Aerial Spec Draft 8-13-08 26 MACEDON (VILLAGE OF) All adjustment points shall utilize one tool and be easily adjustable The bracket system shall be free of straps and clamps that may interfere with auxiliary equipment on SCBA units. The release handle shall be integrated into the seat cushion for quick and easy release and shall eliminate the need for straps or pull cords to interfere with other SCBA equipment. The bracket system shall meet NFPA 1901 standards and requirements of EN 1846-2. CREW SEAT COMPARTMENT A compartment shall be provided under the forward facing crew seats on the back wall of the cab. The compartment shall be full through, with an access door on each side, accessible from the side of the crew cab doors. STEERING Ross heavy duty Model T AS-85 power steering shall be provided. The steering gear shall be bolted to the frame at the cross-member for steering linkage rigidity. Four (4) turns from lock to lock with an 18" diameter slip resistant rubber covered steering wheel. Steering column shall have six-position tilt and 2" telescopic adjustment. The cramp angle shall be 45 degrees with 315mm tires or 43 degrees with 425mm tires providing very tight turning ability. SUSPENSION (Front) The front suspension shall be a variable rate taper-leaf design, 54" long and 4" wide. Long life, maintenance free, urethane bushed spring shackles shall be utilized. All spring and suspension mounting shall be attached directly to frame with high strength Huck bolts and self-locking round collars. Spring shackles and pins that require grease shall not be acceptable. NO EXCEPTIONS. ENHANCED FRONT SUSPENSION SYSTEM The front suspension shall have the handling, stability, and ride quality enhanced by the use of a Ride Tech auxiliary spring system and Koni high performance shock absorbers. This system shall utilize three stage, urethane auxiliary springs, and high performance gas filled shock absorbers to control the deflection of the leaf springs, and dampen vibration normally transmitted to the chassis. This maintenance free system shall be custom tuned to the apparatus gross weight rating for maximum performance, while maintaining a soft compliant ride. NO EXCEPTIONS. 75' Midmounted Aerial Spec Draft 8-13-08 27 ., MACEDON (VILLAGE OF) A (3) three year 36,0000 mile warranty shall be provided by the manufacturer. SUSPENSION (Rear) A RidewellO model RAD-241-0S Monopivot Angular Air Ride rear suspension shall be provided. The suspension shall be a dual air spring design equipped with dual height control valves to maintain proper ride height. The ground rating of the suspension shall be 31,000 pounds. FRONT TIRES Front tires shall be Goodyear 425/65R22.5, load range L, 8286 highway tread, single tubeless type with a GAWR of 22,000 pounds. Wheels shall be disc type, hub piloted, 22.5 x 12.25 10 stud 11.25 bolt circle. Chrome plated lug nut caps shall be provided. WHEEL COVERS Deluxe polished full stainless steel wheel covers shall be provided. FRONT HUB COVERS Polished stainless steel hub covers shall be provided for the front axle. REAR HUB COVERS Polished stainless steel hub covers shall be provided for the rear axle. REAR TIRES Rear tires shall be Goodyear 315/80R22.5, load range J, RHD Mud and Snow tread, dual tubeless type with a GAWR of 31,000 pounds. Wheels shall be disc type, hub piloted, 22.5 x 9 10 stud with 11.25" bolt circle. Chrome plated lug nut caps shall be provided. MUD FLAPS Hard rubber mud flaps shall be provided for front and rear tires. WHEELS Alcoa Durabrite aluminum wheels shall be provided for the front and for the inside and outside of the rear wheels. The aluminum wheels shall match the tire and axle capacities of the apparatus. This is available to all manufacturers so therefore there are no exceptions. 75' Midmounted Aerial Spec Draft 8-13-08 28 MACEDON (VILLAGE OF\ TOW EYES (Front) There shall be two front tow eyes with 3" diameter holes attached directly to the chassis frame. TOW EYES (Rear) There shall be two tow eyes attached directly to the chassis frame rail and shall be chromate acid etched for superior corrosion resistance and painted to match the chassis. TRANSMISSION The chassis shall be equipped with a Generation IV Allison EVS3000 six (6) speed automatic transmission. It shall be programmed five (5) speed, sixth gear locked out for fire apparatus vocation, in concert with the specified engine. An electronic oil level indicator shall be provided as well as a diagnostic reader port connection. The fifth gear shall be an overdrive ratio, permitting the vehicle to reach its top speed at the engine's governed speed. The dipstick is dipped in a rubber coating for ease in checking oil level when hot The chassis to transmission wiring harness shall utilize Metri-Pack 280 connectors with triple lip silicone seals and clip-type positive seal connections to protect electrical connections from contamination without the use of coatings. Ratings: Max Input (HP) 400 Max Input (Torque) 1250 (Ib ft) Max Turbine (Torque) 1700 (Ib ft) Mechanical Ratios: 1sL 3.49: 1 2nd - 186:1 3rd _ 1 A 1:1 4th - 1.00:1 5th - 0.75:1 Reverse - -5.03 TRANSMISSION FLUID The transmission shall come filled with Castro I TranSyndâ„¢ Synthetic Transmission Fluid or approved equal meeting the Allison TES-295 specification. NO EXCEPTION. TRANSMISSION SHIFTER An Allison "Touch Pad" shift selector shall be mounted to the right of the driver on the 75' Midmounted Aerial Spec Draft 8-13-08 29 MACEDON (VILLAGE OF) engine cover accessible to the driver. The shift position indicator shall be indirectly lit for nighttime operation. FRONT TURN SIGNALS There shall be two Whelen 400 Series LED rectangular amber turn signal lights mounted one each side in the front of the headlight housing and one mounted on each side of the warning light housing. WHEELBASE The approximate wheelbase shall be 215". WINDSHIELD WIPERS Two (2) black anodized finish two speed synchronized electric windshield wiper system. Dual motors with positive parking. System includes large dual arm wipers with built in washer system. One (1) master control works the wiper, washer and intermittent wipe features. Washer bottle is a remote fill with a 4 quart capacity. Washer fill is located just inside of officer cab door. MISCELLANEOUS CHASSIS EQUIPMENT Fluid capacity plate affixed below driver's seat. Chassis filter part number plate affixed below driver's seat. Tire pressure label near each wheel location. Cab occupancy capacity label affixed next to transmission shifter. NFPA compliant seat belt and standing warning plates provided. FIRE PUMP HALE QMAX-150 Fire pump shall be midship mounted. The fire pump shall be of the double suction single stage centrifugal type, carefully designed in accordance with good modern practice. The pump shall be of fine grain alloy cast iron, with a minimum tensile strength of 30,000 PSI. The pump body shall be horizontally split, on a single plane, casing type with removable lower casing for easy removal of the entire impeller assembly including wear rings and bearings from beneath the pump without disturbing piping or the mounting of the pump in the chassis. 75' Midmounted Aerial Spec Draft 8-13-08 30 MACEDON (VILLAGE OF) All moving parts in contact with water shall be of high quality bronze or stainless steel. Easily replaceable bronze labyrinth wear rings shall be provided. Discharge passage shall be designed to accomplish uniform pressure readings as the actual pump pressure. The rated capacity of the fire pump shall be 1500 gallons per minute in accordance with NFPA# 1901. The pump shaft shall be rigidly supported by three bearings for a minimum deflection. One high lead bronze sleeve bearing to be located immediately adjacent to the impeller (on side opposite the drive unit). The sleeve bearing shall be lubricated by a force fed, automatic lubrication system, pressure balanced to exclude foreign material. The remaining bearings shall be heavy duty type, deep groove ball bearings and shall be splash lubricated. The pump shaft shall have only one packing gland located on the inlet side of the pump. It shall be of split design for ease of repacking. The packing gland must be a full circle threaded design to exert uniform pressure on the packing to prevent "cocking" and uneven packing load when it is tightened. It shall be easily adjustable by hand with a rod or screw driver and requiring no special tools or wrenches. The packing rings shall be of a unique combination of braided graphite filament and braided synthetic packing and have sacrificial zinc foil separators to protect the pump shaft from galvanic corrosion. PUMP TRANSFER CASE The drive unit shall be designed of ample capacity for lubricating reserve and to maintain the proper operating temperature. Pump drive unit shall be of sufficient size to withstand up to 16,000 Ibs. ft. torque of the engine in both road and pump operating conditions. The gearbox drive shafts shall be heat treated chrome nickel steel input and output shafts shall be at least 2-3/4" in diameter, on both the input and output shafts. They shall withstand the full torque of the engine in both road and pump operating conditions. The engagement of the pump transmission shall be of such design so as to permit transfer of power from road to pump operation only after vehicle is completely stopped. The pump shift shall be air actuated from the cab and have both a green "Pump Engaged" light, and a green "O.K.-To-Pump" light. A third green light shall be provided on the pump operator's panel for "Throttle Ready" The pump drive unit shall be cast and completely manufactured and tested at the pump manufacturer's factory. PRIMING SYSTEM The priming pump shall be a Trident Emergency Products compressed air powered, high efficiency, multi-stage, venturi based AirPrime System. All wetted metallic parts of the priming system are to be of brass and stainless steel construction. A single panel 75' Midmounted Aerial Spec Draft 8-13-08 31 - MACEDON (VILLAGE OF) mounted control shall activate the priming pump and open the priming valve to the pump. The priming system shall have a five year warranty. PUMP ANODE A Hale pump anode kit assembly # 529-0080-00-0 shall be provided and installed in the pump body. A minimum of two (2) anodes shall be installed one (1) in the suction side and one (1) in the discharge side of the pump. PUMP CERTIFICATION The pump, when dry, shall be capable of taking suction and discharging water in compliance with NFPA #1901 chapter 14. The pump shall be tested by National Testing and shall deliver the percentages of rated capacities at pressures indicated below: 100% of rated capacity @ 150 PSI net pump pressure. 70% of rated capacity @ 200 PSI net pump pressure. 50% of rated capacity @ 250 PSI net pump pressure. THREAD TERMINATION National Standard Thread shall terminate the inlets and outlets of the apparatus. PRESSURE GOVERNOR Apparatus shall be equipped with a Class 1 Pressure Governor that is connected to the Electronic Control Module (ECM) mounted on the engine. The Governor shall operate as a pressure sensor (regulating) governor (PSG) utilizing the engine's data for optimal resolution and response. Programmable presets for RPM and Pressure settings shall be easily configurable using the menu structure. Engine RPM, system voltage, engine oil pressure and engine temperature with audible alarm output for all shall be provided. INTAKE RELIEF There shall be a Hale stainless steel intake relief valve installed on the intake side of the pump. The surplus water shall be discharged away from the pump operator and terminate with Male NST hose thread. System is field adjustable. 75' Midmounted Aerial Spec Draft 8-13-08 32 MACEDON (VILLAGE OF) AUXILIARY COOLER An auxiliary cooler shall be furnished to provide additional cooling to the engine under extreme pumping conditions. Water from the pump is to be piped to the coils of the heat exchanger allowing the engine fluid to be cooled as required. VALVES All valves shall be Akron Heavy-Duty swing out 8800/8600 series unless otherwise noted. The valve shall have an all cast brass body with flow optimizing nickel-chrome plated brass ball, and dual polymer seats The valve shall be capable of dual directional flow while incorporating a self-locking ball feature using an automatic friction lock design and specially designed flow optimizing brass ball. The valve shall not require the lubrication of seats or any other internal waterway parts, and be capable of swinging out of the waterway for maintenance by the removal of six bolts. The valve shall be compatible with a slow close device. This valve shall be actuated using manual handles, a Rack & Sector, manual gear, or electric actuator. The manual handles shall be quickly adjustable to one of eight handle positions, and require only 90 degrees travel. VAL VE WARRANTY The valves shall carry a 1 O-year warranty. PUMP CONNECTIONS All suction and discharge lines (except pump manifolds) 1" and larger shall be heavy-duty stainless steel pipe. Where vibration or chassis flexing may damage or loosen piping or where a coupling is necessary for servicing, a flexible connection shall be furnished. All lines shall be drained by a master drain valve or a separate drain provided at the connection. All individual drain lines for discharges shall be extended with a rubber hose in order to drain below the chassis frame. All water carrying gauge lines shall utilize nylon tubing. 6" PUMP INLETS Two 6" diameter suction ports with 6" NST male threads shall be provided, one on each side of vehicle. The inlets shall extend through the side pump panels and come complete with removable strainer and long handle chrome-plated cap. TFT BALL INTAKE VALVE There shall be two (2) TFT ball intake valves provided with the apparatus. The pump inlet side shall be 6" NST female and the outlet side shall be 5" Storz. A cap shall be supplied as well for each. 75' Midmounted Aerial Spec Draft 8-13-08 33 MACEDON (VILLAGE OF) 2-1/2" RIGHT SIDE INLET One 2-1/2" gated inlet valve shall be provided on the right side pump panel. The valve shall be supplied with chrome plate female swivel, plug, chain, and removable strainer. The valve shall attach directly to the suction side of the pump with the valve body behind the pump panel. TANK TO PUMP The booster tank shall be connected to the intake side of the pump with a 1/4 turn 3" full flow valve with check valve, with the remote control located at the operator's panel. The 3" tank to pump line shall run from a bottom sump into the 3" valve. To prevent damage due to chassis flexing or vibration, a short 3" flexible rubber hose coupling shall be used to connect the tank to the intake valve. OUTLETS The discharge valves shall be an inline Tork-Lock constructed of brass and be of the quarter turn type of fixed pivot design to allow for ease of operation at all pressures. The valves shall be controlled from the operator's panel and shall be equipped with swing type locking handles. Each valve shall be supplied with 2-1/2" National Standard Threads and come with chrome plated female caps and chains. 2-1/2" or larger discharge outlet shall be supplied with a 3/4" quarter turn drain valve located at the outlet. All 2-1/2" and larger discharges shall be supplied with a 30 degree angle down elbow. 2-1/2" LEFT SIDE DISCHARGES Two (2) 2-1/2" gated discharges shall be located on the left side pump panel. The valves shall be of the quarter turn tork-Iok ball type of fixed pivot design to allow for ease of operation at all pressures. The valve shall be connected to the discharge side of the pump with the valve bodies behind the pump panel. A chrome swing type handle located on the pump operator's panel shall control the side discharges. 2-1/2" RIGHT SIDE DISCHARGES One (1) 2-1/2" gated discharge shall be located on the right side pump panel. The valve shall be of the quarter turn tork-Iok ball type of fixed pivot design to allow for ease of operation at all pressures. The valve shall be connected to the discharge side of the pump with the valve bodies behind the pump panel. A chrome swing type handle located on the pump operator's panel shall control the right side discharges. 75' Midmounted Aerial Spec Draft 8-13-08 34 MACEDON (VILLAGE OF\ ADAPTER There shall be a 3" NST swivel female x 5" Storz adapter with cap and chain on the right side 3" discharge. 3.00" RIGHT SIDE DISCHARGES One (1) 3.00" gated discharge shall be located on the right side pump panel. The valves shall be of the quarter turn tork-lok ball type of fixed pivot design to allow for ease of operation at all pressures. The valve shall be connected to the discharge side of the pump with the valve bodies behind the pump panel. A chrome swing type handle located on the pump operator's panel shall control the right side discharge. FRONT BUMPER DISCHARGE A 1-1/2" discharge with 2" plumbing shall be provided at the front bumper. The valve shall be remote controlled at the pump panel. There shall be an air blow off valve installed to assist draining the line CROSSLA YS Two (2) crosslay hose beds shall be supplied. The piping and valves shall be 2", the swivel shall be 1-1/2". The valves shall be the "drop-out" style, push/pull controlled from the pump panel. Each compartment shall hold 200 ft. of 1-3/4" double jacket hose. Both beds shall be of the same dimension. CROSSLA Y COVER A green vinyl cover shall be provided to enclose the top and sides of the crosslays, capable of being secured at the top and sides. TANK FILL A 1-1/2" tank fill shall be provided, using a quarter turn full flow ball valve controlled from the pump operator's panel. TANK FILL PRESSURE GAUGE There shall be a pressure gauge for the tank fill valve. No exceptions. 75' Midmounted Aerial Spec Draft 8-13-08 35 MACEDON (VILLAGE OF) PUMP AND GAUGE PANELS The panels shall be constructed of black vinyl covered aluminum for maximum protection against abrasion caused during normal use. Pump panels on both sides shall be easily removable. The gauge and control panels shall be two separate panels for ease of maintenance. The upper gauge panel shall be hinged with a full-length stainless steel hinge held closed with a 1/4-turn latch. There shall be one (1) hinged access door as large as possible located over the right side pump panel. This door shall have a full-length stainless steel hinge and a 1/4 turn latching mechanism. VALVE CONTROLS The pump controls and gauges shall be located at the left side of the apparatus and properly marked. The control panel shall be laid out in a user-friendly manner. All valve controls shall have the corresponding discharge gauge located immediately adjacent to control handle to allow operator to view the discharge pressure without searching the panel. ESCUTCHEON PLATES The pump panel shall be equipped with color-coded removable escutcheon plates around the suction and discharge valves. The escutcheon plates shall be designed to allow easy access for valve repair with out dismantling the pump panel. "No Exception" COLOR CODING Each discharge valve control, outlet, and corresponding line gauge shall be color-coded. The color-coding shall be: #1 Discharge- Yellow #2 Discharge - White #3 Discharge - Navy Blue #4 Discharge - Black #5 Discharge - Green #1 Pre-Connect - Orange #2 Pre-Connect - Red #3 Pre-Connect - Brown #4 Pre-Connect - Magenta Front Bumper Line - Turquoise Large Diameter Discharge - Yellow With White Border Left Hose Bed Pre-Connect - Tan Right Hose Bed Pre-Connect - Lavender 75' Midmounted Aerial Spec Draft 8-13-08 36 MACEDON (VILLAGE OF) Left Rear Discharge - Olive Right Rear Discharge - Light Blue Deck Gun - Silver Inlets - Burgundy Tank fill Lime Green Tank to Pump - Burgundy PUMP PANEL LIGHTS The pump panel controls and gauges shall be illuminated by a minimum of two (2) incandescent lights. A light shall be provided for the opposite side pump panel. PUMP PANEL GAUGES AND CONTROLS The following gauges and controls shall be provided at the pump panel: . Two (2) certified laboratory test gauge outlets. . Pump primer control. . Master drain control and additional drains as needed. . Tank-fill and pump cooler valve controls. . Tank to pump valve control. . Pump capacity rating plate. . All discharge controls. . Two (2) master pump gauges. . Gauges on all 1-1/2" and larger discharge lines. GAUGE HEATER A MC gauge heater tapes shall be provided. PUMP OVER HEAT INDICATOR A MC pump overheat indicator with bell alarm shall be provided. PUMP COMPARTMENT HEATER A heater shall be provided to heat the pump compartment. The heater shall use water from the water manifold located of the right side of the engine. The manifold shall have a dedicated valve to turn the water on or off for maintenance or during warm weather conditions. Hot air radiated from the unit shall be distributed through the pump compartment by a 12-volt fan activated by a switch located in the cab and on the pump panel. 75' Midmounted Aerial Spec Draft 8-13-08 37 MACEDON (VILLAGE OF) AIR HORN BUTTON A push button switch shall be provided on pump operators panel to activate the air horns. 4" MASTER GAUGES NoShok liquid filled pump pressure and vacuum gauges shall be provided. The gauges shall be 4" in diameter with white faces and black lettering. The gauges shall have a pressure range of 30"-0-400 psi. 2-1/2" PRESSURE GAUGES NoShok liquid filled individual line pressure gauges shall be provided. The gauges shall be 2-1/2" in diameter with white faces and black lettering. The gauges shall have a pressure range of 0-400 psi. WATER TANK LEVEL GAUGE Fire Research TankVision@ model WL2000 water tank volume indicator kit shall be installed. The kit shall include an electronic indicator module, a pressure sensor, and sensor cable. The indicator shall show the volume of water in the tank on nine (9) easy to see super bright LEDs. A wide view lens over the LEDs shall provide for a viewing angle of 180 degrees. The indicator case shall be waterproof and manufactured of aluminum. The program features shall be accessed from the front of the indicator module. The program shall support self-diagnostics capabilities, self-calibration, and a datalink to connect remote indicators. Low water warnings shall include flashing LEDs at 25%, down chasing LEDs when the tank is almost empty. The indicator shall receive an input signal from an electronic pressure sensor. The sensor shall be mounted on the outside of the water tank near the bottom; no probe shall be place on the interior of the tank. Wiring shall be weather resistant and have automotive type plug-in connectors. The gauge shall be located on the pump operator's panel. BODY SUBFRAME - A stainless steel subframe/undercarriage shall be provided for both the pump module and body compartments. NO EXCEPTIONS DUE TO CORROSION AND HEAVY ROAD SAL T USAGE. 75' Midmounted Aerial Spec Draft 8-13-08 38 MACEDON (VILLAGE OF'! COMPARTMENT SIZE ALLOWANCE AND MATERIALS It is not the intent of the fire department to exclude vendors based on compartment dimensions, rather to set a standard of layout based on the equipment the fire department must carry. However, under no circumstances shall an aluminum body be accepted, as this truck is scheduled to serve in an extended duty capacity and therfore corrision resistance is paramount. The department has had issues with paint on aluminum bodies in the past and its intent is to eliminate those issues with this truck. APPARATUS BODY--STAINLESS STEEL The apparatus body shall be constructed of #4 brushed finish #304 stainless steel and shall include brushed stainless steel compartment interiors. Other scuff prone areas such as the area surrounding compartment openings, the rear inside beavertails, rear compartment door area and front and rear of the side compartments shall also be a brushed scuff resistant stainless steel finish. The apparatus body, including the running boards shall be supported by structural channel and angle. The rear design shall be strong enough to support the complete body. Each compartment shall be properly vented with louvers Each compartment shall have drain holes for the release of moisture. Each compartment shall have sweep-out flooring with no obstructions at the floor bottom REAR STEP COMPARTMENTATION There shall be one compartment at the rear step, transverse to the sides x 30" high x 40" deep with clear unobstructed opening: 44" wide x 21.5" high with roll-up door. COMPARTMENTATION LEFT SIDE L-1 There shall be one compartment ahead of the rear wheels approximately 30" wide x 60" high x 19" deep with clear unobstructed opening: 23.25" wide x 51.5" high with roll-up door L-2 There shall be one compartment above the wheel well approximately 60" wide x 30" high x 19" deep with clear unobstructed opening: 53.25" wide x 21" high with roll-up door The lift-up door shall be held open by gas springs. L-3 The first compartment behind the rear wheels approximately 25" wide x 60" high 75' Midmounted Aerial Spec Draft 8-13-08 39 MACEDON (VILLAGE OF) x 19" deep with clear unobstructed opening: 18.5" wide x 51.5" high with roll-up door. L-4 The second compartment behind the rear wheels approximately 50" wide x 60" high x 19" deep with clear unobstructed opening: 43.5" wide x 51.5" high with roll-up door. This compartment shall have a transverse opening to the rear compartment. COMPARTMENTATION RIGHT SIDE R-1 There shall be a compartment ahead of the rear wheels approximately 30" wide x 45" high x 24" deep with clear unobstructed opening: 23.25" wide x 36.5" high with roll-up door. R-2 There shall be a compartment above the wheel well approximately 60" wide x 15" high x 24" deep with clear unobstructed opening: 50" wide x 10" high with hinged door. The lift-up door shall be held open by gas springs. R-3 The first compartment behind the rear wheels approximately 25" wide x 45" high x 24" deep with clear unobstructed opening: 18.5" wide x 36.5" high with roll-up door. R-4 The second compartment behind the rear wheels approximately 50" wide x 45" high x 24" deep with clear unobstructed opening: 43.5" wide x 36.5" high with roll-up door. This compartment shall have a transverse opening to the rear compartment. ROLL-UP COMPARTMENT DOORS The apparatus body shall be equipped with R.O.M Robinson Shutter doors. The door slats shall be double wall box frame, manufactured from anodized aluminum. The doors shall have the following features: . Manufactured wholly in the United States. . Concave individual slat design to prevent loose equipment from hindering door operation. . Co-Extruded stretch resistant inner seal between slats to prevent metal-to-metal contact and inhibit moisture and dust penetration. . Interlocking swagged/dimpled end shoes shall be utilized to provide a tight fitting assembly and allow for easy removal in the event of damage. 75' Midmounted Aerial Spec Draft 8-13-08 40 MACEDON (VILLAGE OF) . Effective counter balancing for ease of lifting and lowering the doors. . One-piece side rail and track to provide and unobstructed slide area and reduce the risk of binding. . Non-abrasive replaceable water and dust barrier compartment equipment clean and dry. . A magnetic type switch integral to the door shall be supplied for door ajar indication and compartment light activation. . A full width positive latch bar shall be operable with one hand, even with heavy gloves. A door open indicator light shall be provided in the cab. COMPARTMENT MATTING Black Turtle Tile interlock matting material shall be provided in each compartment on each floor and shelf. ADJUSTABLE SHELF There shall be six (6) adjustable shelves provided and installed in compartment. The shelf shall be fabricated of .188" aluminum plate. FIXED ROLLOUT DRAWER There shall be two (2) 250 lb. capacity non-adjustable rollout drawers installed. The drawers shall be approximately 3" deep. 600# SLIDE-MASTER TRAY There shall be a Slide-Master pullout drawer provided and installed. The drawer shall have a distributed load capacity of 600 Ibs. and be capable of extending 70% of its depth. The tray shall be fabricated of .188" aluminum plate and have a formed lip that measures 2". UNISTRUT Each compartment shall come equipped with 1.625" x .875" x .125" aluminum Unistrut channel. The Unistrut shall be securely fastened to the interior walls of the compartment. 75' Midmounted Aerial Spec Draft 8-13-08 41 MACEDON (VILLAGE OF) HOSE BED The rear hose bed shall be divided into two separate sections. Each hose bed section shall be completely wide open to allow for quick and easy loading and unloading of hose. Hose bed flooring shall be slatted extruded aluminum. 1000 feet of 5" LDH. HOSE BED COVER There shall be a green nylon/vinyl hose bed cover for the main hose bed. The cover shall be capable of being securely fastened at the front, sides and rear. HANDRAILS AND STEPS Handrails shall be constructed of 1-1/4" diameter knurled anodized aluminum 3/8" heavy wall extrusion. The handrail shall be mounted utilizing chrome stanchions, which shall provide sufficient space to allow for a gloved hand to grip the rail. The rails shall be located in the following areas: (Note: These are in addition to those previously mentioned in the chassis section): There shall be one (1) handrail on each side of the access steps to the ladder. These handrails are covered with ribbed rubber to prevent hand slipping when climbing the steps. There shall be one (1) fold-down step on each side of the front face of side compartments as required by N.F.P.A. There shall be one (1) fold-down step at each side of the rear area. There shall be two (2) pull-out steps, approximately 25-3/4" wide x 11-3/4" deep, provided on the right side of the apparatus for ease of accessing side stacked ground ladders. These steps shall be located one ahead of the rear axle and one behind the rear axle. RUB RAILS The body shall be equipped with heavy extruded aluminum rub rails at the sides. Rub rails shall be spaced away from the body by 1/2" polymer spacers. The rub rails shall be polished to a bright finish and be fitted with custom cast end caps. ALUMINUM TREADPLATE All load bearing aluminum treadplate running boards shall be .155 thick bright annealed with a serrated embossed finish. Running boards and rear step edges shall be flanged 75' Midmounted Aerial Spec Draft 8-13-08 42 MACEDON (VILLAGE OF'I down for added strength. Running boards shall also be flanged up to form kick plates. All non-load bearing aluminum shall be .125" thick bright annealed finish. In areas where aluminum treadplate shall function as a load-bearing surface, there shall be a heavy stainless steel sub-structure. This structure shall consist of 3" channel and 1-1/2" angle welded support. This shall assure that there shall be no flexing or cracking of running boards. The aluminum shall be insulated from the steel by closed cell foam body barrier material. Treadplate locations: 1. Skirting around front bumper. 2. The step at the cab entrance. 3. The jump seat steps. 4. The running boards. 5. The rear step. 6. The top of the compartments. RUNNING BOARD TROUGH A trough shall be provided in the right side running board to hold a 25-foot length of 5" hose. BOOSTER TANK The tank shall have a capacity of 500 U.S. gallons. The tank shall be constructed of 1/2" thick polypropylene sheet stock. This material shall be a non-corrosive stress relieved copolymer thermo-plastic. The booster tank shall be of a specific configuration and is so designed to be completely independent of the body and compartments. All joints and seams shall be welded and/or formed and tested for maximum strength and integrity. The top of the booster tank is fitted with removable lifting eyes designed with a 3 to 1 safety factor to facilitate easy removability. The transverse swash partitions shall be manufactured of 3/8" polypropylene and extend from approximately 4" off the floor to just under the cover. The longitudinal swash partitions shall be constructed of 3/8" polypropylene and extend from the floor of the tank through the cover to allow for positive welding and maximum integrity. All partitions shall be equipped with vent and air holes to permit movement of air and water between compartments. The partitions shall be designed to provide maximum water flow. All swash partitions interlock with one another and are welded to each other as well as to the walls of the tank. The tank shall have a combination vent and manual fill tower. The fill tower shall be constructed of 1/2/1 polypropylene and shall be a minimum dimension of 8" x 8" outer perimeter. The tower shall be located in the left front corner of the tank. The tower shall have 1/4" thick removable polypropylene screen and a polypropylene hinged-type cover. The tank cover shall be constructed of 1/2" thick polypropylene to incorporate a multi three-piece locking design which allows for individual removal and inspection if necessary. 75' Midmounted Aerial Spec Draft 8-13-08 43 . . MACEDON (VILLAGE OF) The sump shall be constructed of 1/2" polypropylene and be located in the left front quarter of the tank. The sump shall have a minimum of 3" national pipe threaded outlet on the bottom for a drain plug. This shall be used as a combination clean-out and drain. All tanks shall have a anti-swirl plate located approximately 2" above the sump. All tank fill couplings shall be backed with flow deflectors to break up the stream of water entering the tank. The tank shall rest on the body cross members in conjunction with such additional cross members, spaced at a distance that would not allow for more than 530 square inches of unsupported area under the tank floor. The tank shall be completely removable without disturbing or dismantling the apparatus structure. ELECTRIC SYSTEM All electrical wiring in the chassis shall be XLP cross link-insulated type. Wiring is to be color-coded and include function codes every three (3) inches. Wiring harnesses shall be routed in protective, heat resistant loom, securely and neatly installed. Two power distribution centers shall be provided in central locations for greater accessibility. The power distribution centers contain automatic thermal self-resetting breakers, power control relays, flashers, diode modules, daytime driving light module, and engine and transmission data links. All breakers and relays are utilized in circuits which amp loads are substantially lower than the respective component rating thus ensuring long component life. Power distribution centers shall be composed of a system of interlocking plastic modules for ease in custom construction. The power distribution centers are function oriented. The first is to control major truck function and the second controls overhead switching and interior operations. Each module is single function coded and labeled to aid in troubleshooting. The centers also have accessory breakers and relays for future installations. All harnesses and power distribution centers shall be electrically tested prior to installation to ensure the highest system reliability. All external harness interfaces shall be of a triple seal type connection to ensure a proper connection. The cab/chassis and the chassis/body connection points shall be mounted in accessible locations. Complete chassis wiring schematics shall be supplied with the apparatus. The wiring harness contained on the chassis shall be designed to utilize wires of stranded copper or copper alloy of a gauge rated to carry 125% of maximum current for which the circuit is protected without exceeding 10% voltage drop across the circuit. The wiring shall be uniquely identified by color code or circuit function code, labeled at a minimum of every three (3) inches. The identification of the wiring shall be referenced on a wiring diagram. All wires conform to SAEJ1127 (Battery Cable), SAEJ1128 (Low Tension Primary Cable), SAEJ1560 (Low Tension Thin Wall Primary Cable). All harnesses shall be covered with moisture resistant loom with a minimum rating of 75' Midmounted Aerial Spec Draft 8-13-08 44 MACEDON (VILLAGE OF) 300 Degrees Fahrenheit and a flammability rating of VW-1 as defined In UL62 The covering of jacketed cable has a minimum rating of 289 degree Fahrenheit. All harnesses are securely installed in areas protected against heat, liquid contaminants and damage. The harness connections and terminations use a method that provides a positive mechanical and electrical connection and are in accordance to the device manufacturers instructions. No connections within the harness utilize wire nut. insulation displacement, or insulation piercing All circuits conform to SAE1292. All circuits are provided with low voltage over current protective devices. These devices are readily accessible and protected against heat in excess of component rating, mechanical damage, and water spray. Star washers are not used for ground connections. BACK-UP ALARM An Ecco model SA917 automatic self-adjusting electronic back-up alarm producing 87 -112 db shall be installed at the rear between the frame rails. It shall operate whenever the transmission's reverse gear is selected. COMPARTMENT LIGHTING Each compartment shall be equipped with two Amdoor or equal (2) LED light strips which shall provide a consistent pattern to illuminate to entire compartment. POWER GROUND STUDS There shall be a minimum of four (4) threaded power studs provided in the chassis electrical compartment to accommodate the future installation of two-way radios. The studs shall be wired as follows: One (1) 12-volt 40-amp controlled by the battery switch One (1) 12-volt 100-amp ground One (1) 12-volt 60-amp controlled by the ignition switch One (1) 12-volt 60-amp, direct to the battery ANTENNA MOUNTING The customer supplied radio antenna shall be installed in the cab roof with the coax cable run to the radio mounting area. The radio location shall be determined at the pre-construction meeting. REAR VISION CAMERA SYSTEM Provided and mounted on the apparatus shall be a Safety Vision SV-CLCD-65-620 camera kit. The system shall consist of one (1) cab mounted model SV-LCD50 5" LCD 75' Midmounted Aerial Spec Draft 8-13-08 45 . . MACEDON (VILLAGE OF) monitor, one (1) model SV-500 (B/W) high resolution 1/3" CCD camera, and one (1) SV-523 65' camera cable. The monitor shall be dash mounted in plan view of the driver. The kit is capable of having one (1) additional camera installed for a total of two (2). RADIO PROVISION $4,500 shall be included in the price of the truck to cover the cost of mobile radios being locally installed for the new truck. Any unused portion shall be credited to the Village within 30 days of contract settlement. TAIUSTOPITURN LIGHTS The rear tail/stop, directional (turn amber arrow), and backup lights shall be Weldon LED 3884 Series 10.5" high x 8.5" wide rectangular tri-cluster lights mounted on the rear body panels. The tri-cluster lights shall be mounted in polished housings. LED ICC/MARKER LIGHTS LED type ICC/marker lights shall be provided to meet D.O.T. requirements. STEP LIGHTS Federal Mogul Signal-Stat@ 3600 series step lights shall be provided, one each side on the front compartment face at pump panels, one at turntable step, and one each side of rear step. GROUND LIGHTING The apparatus shall be equipped with lighting capable of illumination to meet NFPA requirements. Lighting shall be provided at areas under the driver and crew riding area exits and shall be automatically activated when the exit doors are opened. The ground lights shall be Truck-lite@ LED model #44042C. Lighting required in other areas such as work areas, steps and walkways shall be activated when the parking brake is applied, provided the ICC lights are on. WORK LIGHTS There shall be two (2) Unity brand AG 6" chrome plated sealed beam flood lights provided. The lights shall be securely mounted at the upper rear of the apparatus body. Each light shall be supplied with individual switches. SCENE LIGHTS Two (2) pair of Whelen 810CAOZU scene lights shall be provided and mounted on the 75' Midmounted Aerial Spec Draft 8-13-08 46 MACEDON (VILLAGE OF) sides of the body. A switch located on the cab dash shall activate all scene lights. One pair shall be on the rear of the cab wired to the aerial PTO and the scene light switch. The second pair shall be on the rear of the body, wired to the scene light switch and the reverse circuit. OPTICAL WARNING SYSTEM The optical warning system shall be capable of two separate signaling modes during emergency operations. One mode shall signal to drivers and pedestrians that the apparatus is responding to an emergency and is calling for the right-of-way and the other mode shall signal that the apparatus is stopped and is blocking the right-of-way. Switching shall be provided that senses the position of the parking brake. A master optical warning device switch shall be provided to energize all of the optical warning devices provided. All lights shall operate at not less than the minimum flash rate per minute as specified by NFPA. UPPER LEVEL WARNING DEVICES The upper level is divided into zones A, B, C and D and the approved lighting package to be provided shall be as follows: Zone A (front) shall have one (1) Whelen Model FN72QLED 8 LED Freedom Series 72" Lightbar. Zone B (right side) shall be covered by the module from the Iightbar and the right rear stanchion beacon. Zone C (rear) shall have two (2) Whelen Model RB6 rotating beacons, red, mounted on rear stanchions and two (2) Whelen Model 60AOOFAA LED amber, mounted at upper rear of apparatus. Zone D (left side) shall be covered by the module from the lightbar and the left rear stanchion beacon. LOWER LEVEL WARNING DEVICES The lower level is divided into zones A, B, C and 0 and the approved lighting package to be provided shall be as follows: Zone A (front) shall have a stainless steel warning light housing each side with Two (2) Whelen 64ROOFRR red LED lights mounted in the front of each housing. The inboard 75' Midmounted Aerial Spec Draft 8-13-08 47 . . MACEDON (VILLAGE OF) pair of lights is in addition to the minimum NFPA warning system and shall be wired through a load-shedding device. Zone B (right side) shall have four (4) Whelen 64ROOFRR LED red lights mounted one on the side of the headlight housing, one at the middle of the apparatus, one on the body side at rear of apparatus, and one on the side of the aerial device. Zone C (rear) shall have two (2) Whelen 64ROOFRR LED, red lights mounted one each side of the rear of the apparatus. Zone D (left side) shall have four (4) Whelen 64ROOFRR LED, red lights mounted one on the end of the headlight housing, one at the middle of the apparatus, one on the body side at rear of apparatus and one on the side of the aerial device. LED WARNING LIGHTING There shall be one Whelen green LED beacon model L31 mounted on the apparatus. The placement of the light is to be determined by the fire department. These lights shall be steady burn and serve as an okay to turn on the hydrant. There shall be a switch on the pump panel to activate it. SIREN One (1) Whelen Model 295 HFSA 1 electronic siren shall be installed at the cab instrument panel complete with noise canceling microphone. The horn button in the steering wheel, a switch on right hand side of cab floor and the control on the siren head shall actuate the siren. A selector switch shall be provided on the instrument panel for control of horn or siren by steering wheel button. FEDERAL Q2B SIREN There shall be a Federal Q2B-NN siren installed in the center of the cab grille. The siren shall be securely mounted and activated by means of a solenoid and shall include a brake. A siren foot switch shall be provided for both the driver and officer, one on each side of the cab floor. SIREN SPEAKER One Cast Products SA4201-5-A weatherproof siren speaker shall be provided, mounted behind the bumper. GENERATOR One (1) Honda EB-6500, 6500 watt, liquid cooled gasoline generator shall be supplied 75' Midmounted Aerial Spec Draft 8-13-08 48 MACEDON (VILLAGE OF) and mounted with starter connected to vehicle battery. The generator shall be located in a compartment as space permits and shall be installed so that maintenance can be performed without having to remove it. The 11 O-volt wiring shall be protected by circuit breakers. All AC wiring shall be run in liquid-tight conduit. REMOTE START A remote start/stop switch for the generator shall be provided on the pump panel. SHORE POWER A shore power connection shall be provided with two (2) duplex 11 O-volt outlets. The location of the outlets shall be determined during the pre-construction conference. LIGHT SWITCH Two (2) remote switches shall be provided on the pump panel to activate the quartz lights, right and left. BREAKER BOX A circuit breaker box shall be provided with eight (8) spaces for breakers which shall be provided as needed. All wiring shall be installed in liquid tight conduit. QUARTZ LIGHT 1000WATT FOCUS Four (4) Fire Research Focus Model M12 Quartz Halogen Lamps shall be provided The lights shall be housed in heavy-duty aluminum housings. Watts: 1000 Amps: 4.2 Volts: 240 Bulb Type: Halogen Width: 15" Height: 7 5/8" Depth: 5 3/8" The light shall be mounted on a non-telescoping fixed mount. A switch shall be located at the light head. The location shall be one (1) on each side of the cab roof over the C-pillars and one (1 ) over L 1 and one (1) over the ladders on the right side of the body. 75' Midmounted Aerial Spec Draft 8-13-08 49 . - MACEDON (VILLAGE OF) GROUND LADDERS The apparatus shall be equipped with heavy duty, box type "I" beam rail, ground ladders. The ladders shall meet the requirements of NFPA 1931 to ensure proper design and that sufficient strength is available for the service intended. The ground ladders shall be constructed of aluminum with non-welded, field replaceable rung to rail connections to simplify field repairs and removable plated steel butt spurs for added strength. A full 1/2", non-rotting, poly rope shall be provided for easy ladder operation. The apparatus shall be capable of carrying minimum of 85 ft. ground ladders: One (1) 1 0 ft. collapsible ladder, (mounted in fly section) One (1) 16 ft. roof ladders with roof hooks One (1) 24 ft. 2-section extension ladder One (1) 35 ft. 3-section extension ladder The ladders shall have lifetime Warranty against manufacturing defects. PIKE POLE One (1) 6-foot Duo-Safety fiberglass pike pole shall be provided and mounted. PIKE POLE One (1) 8-foot Duo-Safety fiberglass pike pole shall be provided and mounted. PIKE POLE One (1) 10-foot Duo-Safety fiberglass pike pole shall be provided and mounted. PIKE POLE MOUNTS The pike poles shall be clip mounted. HOOK A Fire Hooks Unlimited 10' sheet rock hook shall be provided. HOOK A Fire Hooks Unlimited 12-foot all purpose hook shall be provided. 75' Midmounted Aerial Spec Draft 8-13-08 50 MACEDON (VILLAGE OF) LADDER MOUNTING The ladders shall be mounted on brackets on the side of the body and held in place by polished aluminum quick-release spring locks. PAINTING All exposed metal surfaces not chrome plated, polished stainless steel or bright aluminum tread plate shall be thoroughly cleaned and prepared for painting. All irregularities in painted surfaces shall be rubbed down and all seams shall be caulked before the application of the finish coat. All removable items such as brackets, compartment doors, door hinges, trim, etc. shall be removed and painted separately to insure finish paint behind all mounted items. Body assemblies that cannot be finish painted after assembly shall be finish painted before assembly. Both aluminum and steel surfaces to be painted shall be primed with a two (2)-component primer which is compatible with the finish coat. The apparatus shall be finish painted with a polyurethane base/clear system. "No Exception" Utilizing the stainless steel body fabrication, the interior of all compartments, inside hose bed, and surrounding areas adjacent to compartments doors shall remain a #4 brushed stainless steel finish. This practice shall eliminate the possibility of paint chipping, and electrolysis of aluminum which can cause corrosive action between dissimilar metals. Chassis and compartment doors shall be painted the color indicated. Prior to reassembly and reinstallation of lights, handrails, door hardware and any miscellaneous items, an isolation tape or gasket material shall be used to prevent damage to the finish painted surfaces. A nylon washer shall be installed under each acorn nut or metal screw that is fastened directly to a painted surface. The following paint process shall be utilized: Surface Preparation: 1. Wash surface thoroughly with mild detergent. 2. Clean and de-grease with Prep-Sol 3812S. 3. Sand and feather edge using 400 grit or finer on a dual action sander. 4. Remove sanding dust with a cleaner compatible with polyurethane base coat/clear coat final finish. Substrate treatment: 1 Use a Metal Conditioner followed with a Conversion Coating product. Priming: 1. Use a priming 615S pretreatment. 2. Use a self etching primer applied to achieve a 1.5 mil dft minimum 3. Use Prime N Seal sealer compatible with polyurethane base coat. 75' Midmounted Aerial Spec Draft 8-13-08 51 . - MACEDON (VILLAGE OF) Color Coat: 1. Apply polyurethane base coat 1-2 mil dft minimum. Clear coat: 1. Apply polyurethane clear coat 2 mil dft minimum. TURNTABLE PAINT The turntable shall be painted the same color as the apparatus. CHASSIS PAINT The entire chassis, including subframes and axles shall be painted white to match the body color. No exceptions. LETTERING Forty (40) 3" 22KT Gold laminate goldleaf letters, with left hand shading and right hand outline to equal 3-5/8" letter, shall be provided. Up to eight (8) dditional11" letters or equal shall be provided. AMERICAN FLAG There shall be a vinyl American flag overlay on the front grille of the cab. MALTESE CROSS A Maltese cross of 22KT Gold shall be provided on the front cab door, one each side. Customer supplied fire department emblems shall be installed on the cab doors, one each side. STRIPING A 6" Scotchlite stripe shall be provided across the front of the cab and along each side of the apparatus. An additional 2" Scotch lite stripe shall be provided. "Z" STRIPE - The Scotchlite stripe shall be a one-piece "l" type on the cab sides and continuing straight along each side of the apparatus. 75' Midmounted Aerial Spec Draft 8-13-08 52 MACEDON (VILLAGE OF; BOOM SIGN A boom sign, approximately 66" x 10", shall be provided on each side of the boom. The background of the boom sign shall be painted primary truck color. BOOM SIGN LETTERING Up to twenty (20) 1 0" 22KT Gold laminated goldleaf letters, with left hand shading and right hand outline to equal 10-5/8" letter, shall be provided on each boom sign MISCELLANEOUS EQUIPMENT FURNISHED 1 pt. touch-up paint Pike pole tubes shall be provided, three each side of the rear compartment WHEEL CHOCKS Two (2) Ziamatic #AC-32 wheel chocks shall be provided. TOOL MOUNTING PROVISION $5000 shall be included in the price of the truck for tool mounting. Any unused funds shall be credited at the final invoice. RECHARGEABLE LIGHT Four (4) Streamlight@ LiteBox@ flashlights shall be provided. They shall have the 20 Watt spot beam. AERIAL DEVICE - MIDSHIP MOUNTED An aerial device with a minimum 75-foot vertical reach shall be provided. The height dimension shall be calculated with the aerial at 75 degrees. The horizontal reach of the device shall not be less than 68.5 feet. The overall height of the apparatus with the aerial device in the bedded positions shall be no more than 10 feet and the overall length of vehicle shall be not more than 39 feet. 75' Midmounted Aerial Spec Draft 8-13-08 53 . MACEDON (VILLAGE OF) CONSTRUCTION STANDARDS The aerial device shall be designed and tested with a safety factor of three to one (3: 1) figured on the dead load of the ladder assembly with a tip load of 1,000 pounds and a live load of 750 pounds at the tip while flowing 1,000 GPM at 90 degrees to the side. A one and one half to one (1.5: 1) stability factor shall also be provided that is in compliance with the intent of the Occupational Safety and Health Administration (OSHA) and the American National Standards Institute (ANSI) and National Fire Protection Agency (NFPA) 1901. These capabilities shall be established in an unsupported configuration. CONSTRUCTION The aerial ladder shall be comprised of four sections and shall extend to a nominal height of 75 feet at 75 degrees, measured in a vertical plane from the top rung of the fly section to the ground. The ladder shall have the capability to support 1,000 pounds at the tip dry and 750 pounds at the tip while flowing 1000 gallons per minute in the unsupported configuration based upon 360 degree rotation, up to full extension and from -6 degrees to 80 degrees. The ladder shall be constructed of certified 6061-T651 heat treated aluminum alloy. Each section shall be trussed diagonally, vertically, and horizontally using aircraft type Huck bolts. All critical points shall be reinforced for extra rigidity and to provide a high strength to weight ratio. All ladder rungs shall be round and Huck bolted to each section utilizing corner gusset bracing for torsional rigidity. Minimum Climbing Ladder Dimensions: Width Heiqht First Section 35.25" 28.5" Second Section 31" 25.75" Third Section 27.25" 22.5" Fourth Section 24.25" 19.75" Access to the climbing ladder and the mid-ship turntable area shall be accomplished through one (1) recessed step area located on left side directly below the mid-ship turntable. AERIAL EGRESS A bolt-on removable egress shall be installed on the tip of the fly section. The rungs on the egress shall be on a plane of 20 degrees to provide a smoother transition onto the ladder when it is at a high angle. 75' Midmounted Aerial Spec Draft 8-13-08 54 MACEDON (VILLAGE OF) FOLDING STEPS One (1) set of folding steps shall be installed at the tip of the ladder to provide solid footing for personnel. LADDER TRAVEL SUPPORT A heavy duty ladder rest shall be provided for support of the ladder in the travel position. On the base section of the ladder, stainless steel scuff plates shall be installed where the ladder comes in contact with the ladder support. A marker shall be provided on the turntable to indicate when the ladder is aligned with the travel support and may be lowered into it. The ladder rest shall be illuminated for nighttime operation. LIFTING CYLINDERS Two (2) double acting lift cylinders shall be utilized to provide smooth precise elevation from 6 degrees below horizontal to 80 degrees above horizontal. The lift cylinders shall have a 4.5" internal diameter (bore), a 2.5" cylinder rod, and a 40" stroke. The lift cylinders shall be equipped with integral holding valves located on the cylinder to prevent the unit from falling should the charged lines be severed at any point within the hydraulic system. The lowering of the ladder shall be controlled by a pressure relief valve so as to limit the downward pull of the ladder when it is bedded. Both raising and lowering functions shall be influenced by flow compensation which shall maintain ladder tip speed within approximately 10% of design speed regardless of load, angle, or extension. EXTENSION/RETRACTION SYSTEM A full hydraulic powered extension and retraction system shall be provided using two sets of hydraulic cylinders and cables. Each set shall be capable of operating the ladder in the event of a failure of the other. The extension cylinder shall each have a 3.5" internal diameter (bore), a 2.5" diameter rod, and a stroke of 176.5". Extension and retraction shall be internally limited within the cylinders, eliminating excess strain on the cables, sheaves, and ladder structure. Each of the cylinder, cable, and sheave assemblies shall be completely independent of the other, so as to provide a safety factor wherein a failure of one assembly shall not affect the function and operation of the other. The extension cylinders shall be equipped with counter balance valves to synchronize the cylinders for smoother operation and prevent the unit from retracting should the charged lines be severed at any point within the hydraulic system. The reeling of the cable shall be such as to provide synchronized, simultaneous movement of all sections to full extension. Ultra high molecular weight polyethylene (UHMW) wear pads impregnated with molybdenum disulfide shall be used between the telescoping sections for maximum weight distribution, strength and smoothness of operation. 75' Midmounted Aerial Spec Draft 8-13-08 55 - MACEDON (VILLAGE OF) HYDRAULICS The apparatus shall be equipped with a power take-off (PTO) driven by the chassis transmission and actuated by an electric shift, located inside the cab. The PTO which drives the hydraulic pump shall meet all the requirements for the aerial unit operations. The hydraulic system shall operate at a nominal 20 gallons per minute at pressures up to 2,700 PSI. A green indicator light shall be installed on the cab instrument panel to notify the operator that the PTO is engaged. The hydraulic system shall be supplied by a pressure compensating, variable gallonage type pump. The pump shall provide adequate fluid volume to allow all ladder functions to operate simultaneously, without noticeable loss of speed. The pump shall supply oil only when the ladder is in motion, thereby preventing overheating of the hydraulic oil. When the hydraulic pressure reaches a preset level, the pressure compensating feature of the pump shall discontinue any flow into the system. AUXILIARY HYDRAULIC POWER An emergency auxiliary hydraulic motor shall be furnished to provide a backup hydraulic system, should the regular hydraulic system fail. An electric switch located inside the hydraulic compartment shall start the auxiliary hydraulic motor. The auxiliary hydraulic motor shall be installed in the left side compartment directly below the midship turntable for ease of access and maintenance. INTERLOCK An interlock shall be provided that prevents operation of the aerial device until the chassis spring brakes have been set and the transmission has been placed in neutral or the transmission is in the drive position with the driveline to the rear axle disengaged. An interlock shall be provided that allows operation of the engine speed control only after the chassis spring brakes have been set and the transmission is in neutral. An interlock system shall be provided to prevent the lifting of the aerial device from the travel position until all the stabilizers are in a configuration to meet the stability requirements. The interlock system shall also prevent the moving of the stabilizers unless the aerial device is in the travel position. One (1) limit switch shall be installed at the cradle to prevent operation of the stabilizer once the aerial has been elevated from the nested position. HYDRAULIC SWIVEL The aerial device shall be equipped with a hydraulic swivel which shall connect the hydraulic lines from the hydraulic pump and reservoir to the aerial control bank. The hydraulic swivel shall allow for 360 degrees of continuous rotation of the aerial device 75' Midmounted Aerial Spec Draft 8-13-08 56 MACEDON (VILLAGE OFI with no loss of speed or capacity in it's function. ELECTRIC SWIVEL The ladder shall be equipped with an electric swivel to allow for 360 degrees of continuous rotation of the aerial while connecting all electrical circuits through the rotation point. A minimum of twenty-six (26) collector rings shall be provided. TURNTABLE The turntable shall be a minimum 63" in diameter. It shall be covered with slip resistant aluminum diamondplate to provide secure footing. The turntable shall be lighted for nighttime operation. The turntable shall be attached directly on top of the mainframe assembly using 24-5/8" diameter grade 8 bolts. Turntable side plates shall be positioned at a 45-degree angle, exactly opposite the angle of the lift cylinders, to act as a partial counter-balance weight to the ladder. The turntable shall be equipped with a rotating mechanism with a steel balanced fly wheel connected at one end which shall rotate the turntable 360 degrees through a planetary gear box that shall handle torque loads imposed by water hammer and hose breakage. The rotating mechanism shall give the turntable and ladder built-in coast as an added safety precaution to avoid lateral ladder side-to-side deflection (reactionary whipping effect) caused by the ladder being stopped suddenly. The power operated turntable shall provide continuous rotating of the aerial structure clockwise or counter clockwise, thus enabling the structure to be positioned in any segment through 360 degrees. The rotating mechanism shall also provide sufficient power to rotate the aerial sections in any direction at any angle, fully extended, while carrying the manufacturer's rated load capacity with the waterway in operation and discharging water at the tip of the aerial fly section. The complete rotation system shall have built-in relief to prevent damage from rotating the ladder into buildings or from overloaded water streams. Suitable indicators, clearly visible at all times, shall be provided to facilitate correct alignment of the turntable with the bed of the ladder. An automatic light shall be used to show correct alignment for bedding of the ladder from the turntable control station. TURNTABLE BEARING The turntable bearing shall be bolted to the top of the mainframe assembly and have a gear diameter of 42". TURNTABLE SUPPORT The turntable support shall be mounted mid-ship of truck forward the pump panel. 75' Midmounted Aerial Spec Draft 8-13-08 57 - MACEDON (VILLAGE OF) The turntable support assembly shall be a welded steel box beam structure extending across the chassis frame 34" x 39" in depth. The measurements of 34" x 39" are important to take shock loads imposed by water turret operation and to give a reserve strength factor to compensate for hose breakage and water hammer. To further compensate for hose breakage and water hammer, lateral tower deflection, there shall be steel support gusset beams, one each side, welded onto the turntable side plates. OUTRIGGER JACKS Two (2) hydraulically operated underslung scissor-type stabilizing jacks shall be attached to the midship mounted main frame assembly, one (1) jack on each side of vehicle with a minimum spread of 16 feet. Both jacks shall be operated by two (2) midship mounted hydraulic valve handles. The hydraulic cylinders shall be enclosed in a protective heavy duty tubular frame. A solid steel fail-safe pin shall be provided for each jack tube. Said pins shall be manually inserted through the tubes after the outrigger jacks have been positioned. The outrigger jacks shall have a maximum spread of 16 feet from pad to pad. The control is electric over hydraulic with electric push button activation. BOOM CONTROLS There shall be an operator's position with four controls located at the base of the turntable flooring next to the left side pump panel area. The controls shall be spring loaded to bring any operation of the tower controls back to a neutral position. The four controls shall have the following functions: I. Outrigger jack controls. 2. Raise and lower. 3. Extend and retract. 4. Rotation 360 degrees right and left. The controls shall be equipped with a latching, hinged cover for protection. A hydraulic lockout shall be provided that shall prevent aerial operation until the outrigger jacks are set into position. Hydraulic power is transferred to aerial operation when outriggers are set. Power can be transferred back to the outriggers only after the aerial has been bedded. There shall be a plaque located at the controls displaying functions. A slide out step shall be provided at the controls for safety of the operator. INCLINOMETER An illuminated inclinometer shall be provided and mounted in plain view of the pedestal 75' Midmounted Aerial Spec Draft 8-13-08 58 MACEDON (VILLAGE OF) operator location CENTRALIZED CONTROLS All outrigger jack controls, turntable controls and pump controls shall be located in one centralized area to: a) allow person(s) close proximity to all control stations of the truck, b) allow faster set up time for all operations of the truck. AERIAL DATA PLAQUES Load instruction plates shall be located at the turntable pedestal control station indicating the recommended safe load of the aerial. The aerial shall carry the rated load capacity indicated in the following manner: raise, extend, rotate, retract and lower without exceeding the hydraulic pressures prescribed by the manufacturer. OPERATIONAL TEST After starting the engine, setting the jacks and transmitting power to the aerial, a complete cycle of the aerial operation shall be carried out as follows: With one person operating the machine from the control station, raise the aerial from the bedded position, rotate 90 degrees and extend to full height. This shall be completed in less than 150 seconds, smoothly without vibration. WATERWAY The waterway shall be constructed of a heavy duty light weight aluminum tubing. Steel tubing shall not be acceptable due to the added weight factor. The waterway shall be piped directly from the pump with a maximum of five 90 degree swivel joints to keep friction loss to a minimum. There shall be a stainless steel flex tube (4" minimum) from the 90 degree swivel joint and attaching to the base section of the waterway. The base section of the waterway shall be a 5" minimum diameter and finish with a 3-1/2" diameter in the fourth section of the aerial. The waterway shall have the capability of flowing a minimum of 1000 gallons per minute. The waterway shall be capable of being pinned at the tip of the third or forth aerial section. It shall have full flow capability at either position. The lower end of the waterway shall be a mounted to a stainless steel flex tube through hydraulic swivel to a 3" ball valve in a special opening at the top of the pump manifold. The waterway shall be enclosed in the base aerial section, thereby protecting it from possible damage from buildings, roof cornices, etc. There shall be a waterway control at the pump panel The valve shall be an Elkhart 3" ball valve with an electrical actuator. FLOWMINDER The apparatus shall be equipped with a Akron Flowmeter (Navigator) on the waterway 75' Midmounted Aerial Spec Draft 8-13-08 59 - MACEDON (VILLAGE OF) discharge line to give the pump operator or engineer an indication of actual volume of water (in gallons per minute) being discharged. The Flowminder system shall consist of: 1. A digital display that shall be weatherproof with super-bright digits at least 1/2" high. The display shall be wired to the flow transmitter to show flow. Each display shall be labeled with color-coded ID tags. 2. A flow transmitter mounted in the discharge line piping between the pump and the discharge outlet. The transmitter shall consist of a weather resistant black composite housing with a stainless steel, durable paddle wheel. The only part inserted into the water flow path shall be the paddle wheel. 3. A set of weather resistant connectors to connect the digital displays to the flow transmitter and to the apparatus power. 4. Machined mounting hardware to hold the transmitter in the correct position in the discharge line shall be provided and placed in strict accordance with the Class1 mounting requirements. 5. The flowmeter shall be checked and calibrated prior to delivery of the apparatus. AERIAL SPOT LIGHTS There shall be four (4) Unity brand spotlights with individual on/off switches for the aerial tower; two spotlights shall be mounted at the tip of the ladder, one each side, and two (2) at the base section of the ladder, one each side to act as aerial tracking lights. MONITOR/NOZZLE There shall be an Elkhart #8294-04 Scorpion lightweight monitor. It shall be attached to the end of the aerial with a 4-bolt flange. This monitor shall be capable of full flow of the aerial waterway up to 2000 G.P.M. Positioning of the monitor shall be accomplished through electric controls located at the aerial tip and pump panel. This monitor shall be equipped with an Elkhart SM 2000 nozzle. The nozzle shall have automatic flow rates of 350 - 2000 G.P.M. INTERCOM A Fire Research two-way voice communication system shall be provided between the aerial ladder operator's position and the monitor position. The speaker/microphone at the tip shall allow for hands-free operation. OPERATION AND SERVICE MANUALS Two (2) complete "Operation and Service" manuals shall be supplied with the completed apparatus. Service manual instructions shall include service, maintenance and troubleshooting for major and minor components of the truck. The apparatus 75' Midmounted Aerial Spec Draft 8-13-08 60 MACEDON (VILLAGE OF') manufacturer shall supply part numbers for major components (i.e. Engine, Axles, Transmission, Pump, etc.). A table of contents. hydraulic. air brake and overall apparatus wiring schematics shall be included A video training tape on the operation of the truck shall be supplied with the manuals. WARRANTIES The following warranties shall be supplied: 1. The apparatus shall be warranted to be free from mechanical defects in workmanship for a period of one (1) year. The apparatus shall be covered for parts and labor costs associated with repairs for a period one (1) year 2. Life-time warranty on the frame. 3. Seven (7) year warranty on paint. 4. Ten (10) body structural warranty 5. Ten (10) year cab structural warranty twenty years structural on the ladder two years mechanical on the aerial device 6. Manufacturers Warranties for all major components. DELIVERY The custom built fire apparatus shall be driven from the manufacturing facility to the community by a factory employed delivery engineer who shall thoroughly demonstrate the complete apparatus operation and maintenance to the fire department designated personnel for a minimum of three (3) days/nights. NO EXCEPTIONS. MANUFACTURING & LOCATIONS The apparatus shall be manufactured in facilities wholly owned and operated by the company. A complete stock of service parts, and service shall be provided on a 24 hours around the clock basis. The company shall maintain parts and service for a minimum period of twenty (20) years on each apparatus model manufactured. 75' Midmounted Aerial Spec Draft 8-13-08 61 VI.-CONSENT AGENDA ITEM B.2 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM Requested City Commission Date Final Form Must be Turned Requested City Commission Date Final Form Must be Turned Meeting Dates in to City Clerk's Office Meeting Dates in to City Clerk's Office D December 16, 2008 December 1,2008 (Noon) D February 17, 2009 February 2,2009 (Noon) C? IZI January 6, 2009 D March 3, 2009 0 ~::; December 15,2008 (Noon) February 17, 2009 (N~ -t:< 0 -<0 rrJ D January 20, 2009 January 5, 2009 (Noon) D March 17, 2009 March 2, 2009 (Noonf"'> 0""" IGJ - MO D February 3, 2009 D April 7,2009 U1 ;;., -< January 19, 2009 (Noon) March 16,2009 (Noon) ::< .% ):10 U)- ::::J: 0 - 0% - 1,. D Announcements/Presentations D City Manager's Report ;;.. ~ NATURE OF D Administrative D New Business ... ~C ::t: AGENDA ITEM IZI Consent Agenda D Legal D Code Compliance & Legal Settlements D Unfinished Business D Public Hearing D RECOMMENDATION: A motion to approve a piggy-back of Palm Beach County Bid# 05- 193/MF to JADE COMMUNICATIONS INC. of Boca Raton, Florida, in the amount of $53,072.61. "Palm Beach County complied with Public Contract Bid requirements equal to or which exceeds Boynton Beach's requirements". EXPLANATION: By utilizing the Palm Beach County Bid for Installation, Integration, Maintenance and Support Services for the Voice Services and Enterprise Network Systems, term contract #05193A, it allows us to prepare for approximately 300 individual phones, computer and cable TV outlets for Fire Station No#5. PROGRAM IMPACT: These cabled locations will provide staff with the connectivity to both internal phone and data services, as well as external communications. FISCAL IMPACT: ACCOUNT# EXPENDITURE: 305-4118-580-62-0 $53,072.61 CPO 645 ALTERNATIVES: Do our own bid which would slow up constrJIction. I a~/i.- t~ Department Head's Signature Ity Manager's Signature C/fP.4.~~ Assistant to City Manager enVl.,/ ~ /W Procurement Se ices City ~omey / Finance S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM.DOC C: John McNally - ITS Manager File ! 1 2 RESOLlITION NO. R-09 3 4 A RESOLUTION OF THE CITY COMMISSION OF 5 THE CITY OF BOYNTON BEACH, FLORIDA, 6 APPROVING THE PIGGY-BACKING OF A PALM 7 BEACH COUNTY BID (#05-193/MF) TO JADE 8 COMMUNICA TIONS, INC., OF BOCA RATON, 9 FLORIDA FOR VOICE SERVICES AND ENTERPRISE 10 NETWORK SYSTEMS FOR APPROXIMA TEL Y 300 11 INDIVIDUAL PHONES, COMPUTER AND CABLE TV 12 OUTLETS FOR FIRE STATION #5 IN THE AMOUNT 13 OF $53,072.61; AUTHORIZING THE CITY MANAGER 14 TO EXECUTE THE PROPOSAL NO. 112008JLA: 15 PROVIDING AN EFFECTIVE DATE. 16 17 WHEREAS, the City of Boynton Beach' s Fire Station #5 will require the installation 18 of over 300 individual telephone, computer and cable TV outlets as part of the facilitv's 19 ongoing construction project;: and 20 WHEREAS, the ITS Department is recommending the use of Jade Communications. 21 Inc., for this work through the use of a previous competitive bid process performed by Palm 22 Beach County in the amount of $53,072.61. 23 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 24 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 25 I Section 1. Each Whereas clause set forth above is true and correct :emu 26 incorporated herein by this reference. 27 II Section 2. The City Commission of The City Of Boynton Beach, Florida, Hereby ! 28 approves the piggy-backing of Palm Beach County Bid #05-193/MF tll .lade 29 II Communications, Inc., for the installation, integration, maintenance and support services for 30 II the voice services and enterprise network systems for the approximately 300 individual 31 II phones, computer and cable TV outlets for Fire Station #5. , , II I' C:\Documents and Settings\pylej\Local Settings\Temporary Internet Files\OLK5\Piggy-backing Palm Beach County with JAde , ! Communications.doc , I ! I j i 'I . i I 1 Section 3. The City Commission of the City of Boynton Beach hereby authorizes 2 I the City Manager to execute Proposal 112008JLA between the City of Boynton Beach and 3 I Jade Communications, Inc., in the amount of $53,072.61, a copy of which is attached hereto 4 as Exhibit "A". 5 Section 4. That this Resolution shall become effective immediately. 6 PASSED AND ADOPTED this _ day of January, 2009. 7 8 CITY OF BOYNTON BEACH, FLORIDA 9 10 11 I Mayor - Jerry Taylor 12 I 13 I 14 Vice Mayor - Jose Rodriguez 15 16 17 Commissioner - Ronald Weiland 18 I 19 20 I Commissioner - Woodrow L. Hay 21 I 22 I 23 ! Commissioner - Marlene Ross 24 I ATTEST: 25 I 26 j I 27 I Janet M. Prainito, CMC 28 j City Clerk 29 I 30 ! i i 31 I (Corporate Seal) ! i i , . C:\Documents and Settings\pylej\Local Settings\Temporary Internet Files\OLK5\Piggy-backing Palm Beach County with JAde Communications.doc interoffice ITS Memorandum No. 08.013 MEMORANDUM -------.-----.---....----..--. To: Carol Doppler. Purchasing Agent From: John McNally. I.T.S. Manager Re: Jade Communications Wiring Proposal Date: December 10.2008 The City of Boynton Beach's new Fire Station # 5 will require the installation of over 300 individual phone. computer and cable TV outlets as part of the facility.$'-C5ngoing construction project. These cabled locations will provide staff members with the connectivity to both internal phone and data services. as well as external communications. The required cabling was not included as part of the general construction contract. The ITS Department is recommending the use of Jade Communications. Incorporated for this \vork. in the amount of $53.072.61. through use of a previous competitive bid process performed hy Palm Beach County. Term contract # 05193A was awarded by Palm Beach County to Jade Communications Incorporated in 2008 for the installation of voice and data wiring. and associated components. C: Page 1 of2 Date: 21 November 2008 PROPOSAL NO: 112008JLA SUBMITTED TO: John McNallv Company Name & Address: Job Location: City of Boynton Beach Boynton Beach Fire Station # 5 - EOC Bovnton Beach, FL Cell Number: () Office Number: (561) 742-6073 We hereby submit specifications and estimates for: supply and install 296 CAT 6 non-plenum cables in 148 outlets per print. Install 40 RG-6 CATV cables from each TV location to the respective closet as per the drawings. One 100-pair Non-Plenum telephone cable will be installed from the 2nd floor IT room to the 151 Floor Communications closet. One 24-strand MM and one 24 Strand SM I/O tight buffer fiber optic cable will be installed between 151 floor Communications closet and the 2nd Floor IT room. Install a 48 port Patch Panel on each floor rack for Plug-n-Play connectivity for phones. All fiber optics and cables installed will be tested upon completion of terminations. Furnish and supply three 2 Post racks with wire management as per specifications. Test results and as-built will be provided upon completion of job. All pricing based on the Palm Beach Contract. WE AGREE TO BE BOUND BY THE TERMS AND CONDITIONS AS SET FORTH IN THE INSTALLATION, INTEGRATION, MAINTENANCE AND SUPPORT SERVICES FOR THE VOICE SERVICES AND ENTERPRISE NETWORK SYSTEMS, TERM CONTRACT #05193A AND THE CITY SHALL HAVE THE SAME RIGHTS AND REMEDIES AS THE COUNTY WOULD HAVE UNDER THE TERMS OF THAT AGREEMENT. Item # Quantity Description Unit Unit Price Total Price 1 1 Service CallfTrip Charge EA. 9.15 9.15 2 888 Standard Hourly Rate - Inside Plant Cable Technician EA. 34.75 30858 4 8 Standard Hourly Rate - Auto CAD & Technical Services EA. 42.07 336.56 26 100#6 AWG, solid copper, insulated ground wire LF. 0.37 37 38 50 Intra-building cable, PIC, Riser rated, 50 pair (per ft.) LF. 0.89 44.5 39 150 Intra-building cable, PIC, Riser rated, 100 pair (per ft.) LF. 1.37 205.5 44 466MI-50 IDC block EA. 14.22 56.88 45 489D stand-off brackets EA. 1.14 4.56 49 36000 Cable, Certified Category 6, 4-pair, UTP, Plenum $.34 LF. 0.34 12240 56 336 Outlets Oacks), Category 6, 4-pair, (8P8C), White * EA. 8.31 2792.16 61 150 Faceplate, 2-port, White (for use with items 50-59) EA. 2.11 316.5 89 2 24-Port patch panel, 19 in. rack mount, Category 6 EA. 131.98 263.96 90 248-Port patch panel, 19 in. rack mount, Category 5e EA. 170.09 340.18 91 648-Port patch panel, 19 in. rack mount, Category 6 EA. 257.53 1545.18 92 12 Horizontal wire management panel, 19 in. rack mount EA. 27.85 334.2 99 300 Cable Fiber Optic, plenum, 24-strand MM LF. 2.73 819 111 300 Inner duct, 1-inch, plenum rated LF. 2.17 651 113 48Termination Fiber Optic, MM, ST type EA. 4.73 227.04 114 48 Termination, Fiber Optic, SM, ST type EA. 5.96 286.08 115 16 Bulkhead Adapters Fiber Optic, ST, SM EA. 5.02 80.32 117 4 Patch Panel Fiber Optics, 48-port, 19" rack mount EA. 117.71 470.84 I 6610 E. ROGERS CIRCLE 0 BOCA RATON, FLORlDA 33487 0 (561) 997-8552 0 FAX (561) 997-5935 I ._-- -- ------------ -- -- - -- - -- - -- - - ~--'- ---- - --- 129 37' X 19" EIA wiring rack & ladder tray (1'X3 EA 14587 437.61 133 3 12" Overhead cable rack angel bracket (use for item #131) EA 18.77 56.31 134 4 Wire management. Vertical. double-sided EA 13327 533 08 144 10 Conduit, 4-inch. EMT LF 12.7 127 We hereby propose to furnish labor and materials-complete in accordance with the above specifications, for the sum of: $53.072.61 FIFTY THREE THOUSAND SEVENTY-TWO DOLLARS & 61/100'S I Balance due upon receipt of invoice. ! All material is guaranteed to be as specified. All work above to be completed in a skillful manner according to standard practices. Any alteration or deviation from above specifications involving extra cost, will be executed only upon written orders, and will become a "T & M" extra charge over and above the estimate. All agreements are contingent upon strikes, accidents or delays beyond our control. No permit fee's or bonding is included in this quotation. This proposal is subject to acceptance within thirty days and is void hereafter at the option of the undersigned. Florida license ESOOOO 112 AUTHORIZED SIGNATURE Date ACCEPTANCE OF PROPOSAL The above prices, specifications and conditions are hereby accepted. You are authorized to do the work as specified. Payment will be made as outlined above. ACCEPTED: Signature Date WE AGREE TO BE BOUND BY THE TERMS AND CONDITIONS AS SET FORTH IN THE INSTAllATION. INTEGRATION, MAINTENANCE AND SUPPORT SERVICES FOR THE VOICE SERVICES AND ENTERPRISE NETWORK SYSTEMS, TERM CONTRACT #05193A AND THE CITY SHAll HAVE THE SAME RIGHTS AND REMEDIES AS THE COUNTY WOULD HAVE UNDER THE TERMS OF THAT AGREEMENT BOYNTON BEACH VENDOR # 3108 PALM BEACH COUNTY CONTRACT # 05193 I 6610 E. ROGERS CIRCLE 0 SOC A RATON. FLORIDA 334870 (561) 997-8552 C FAX (561 ) 997-5935 I pa{,._ __ EXHIBIT II TIME & MATERIAL PRICING PaQe 1 of 11 ttem Item DeSCription Per Unit Pricing - Year 1 Per Unit Pricing - Year 2 Per Unit Pricing - Year 3 No. Material labor Material labor Material Labor 1 Service CallfTrip Charge xxxxxxxxx $ 9.15 xxxxxxxxx $9.15 xxxxxxxxx $9.15 C 2 Standard Hourly Rate - Inside Plant Cable Technician xxxxxxxxx $ 34.75 xxxxxxxxx $34.75 xxxxxxxxx $ 34.75 q _ 3 Standard Hourly Rate - Outside Plant Cable xxxxxxxxx $ 34. 75 xxxxxxxxx $34.75 xxxxxxxxx $ 34. 75 Technician ~ 4 Standard Hourly Rate - Auto CAD Technical xxxxxxxxx $ 42.07 xxxxxxxxx $ 42.07 xxxxxxxxx $42.07 ~ ~ Services 5 Standard Hourly Rate -RCDD/Registered xxxxxxxxx $ 42.07 xxxxxxxxx $ 42 . 07 xxxxxxxxx $42.07 Communications Distribution Designer 6 Patch Cord, Category 5e 4-pair UTP, 5 ft. w/RJ45 $ 0.68 lea. xxxxxxxxx $ 0.68 lea. xxxxxxxxx $ O. 68 lea. xxxxxxxxx 7 Patch Cord, Category 5e 4-palr UTP, 10 ft. w/RJ45 $ 1.20 loa. xxxxxxxxx $1.20 lea. xxxxxxxxx $ 1.20 lea. xxxxxxxxx 8 Patch Cord, Category 5e 4-pair UTP, 15 ft. wI RJ45 $ 1.72 lea. xxxxxxxxx $1.72 lea. xxxxxxxxx $1.72 lea. xxxxxxxxx 9 Patch Cord, Category 5e 4~pair UTP, 4 ft. w/RJ45, $ 1.98 lea. xxxxxxxxx $1.98 lea. xxxxxxxxx $ 1.98 lea. xxxxxxxxx hub to hub, or cross connect 10 Patch Cord, Category 6 4~pair UTP, 5 ft. w/RJ45 $ 2.11 lea. xxxxxxxxx $2.11 lea. xxxxxxxxx $2.11 lea. xxxxxxxxx 11 Patch Cord, Category 6 4~pair UTP, 10ft. w/RJ45 $ 2.98 lea. xxxxxxxxx $ 2.98 lea. xxxxxxxxx $2.98 lea. xxxxxxxxx 12 Patch Cord, Category 6 4-pair UTP, 15 ft. w/RJ45 $ 7.01 lea. xxxxxxxxx $7.01 lea. xxxxxxxxx $ 7 . 01 lea. xxxxxxxxx 13 Patch Cord, Category 6 4-pair UTP, 4 ft. w/RJ45, hub $ 4.31 lea. xxxxxxxxx $4.31 lea. xxxxxxxxx $4.31 lea. xxxxxxxxx to hub, or cross connect 14 Patch Cord, ST:ST. Fiber Optic MM, dual zip, 3 m, $ 12.29 lea. xxxxxxxxx $12.29 lea. xxxxxxxxx $12.29 lea. xxxxxxxxx Orange 15 Patch Cord, ST:SC, Fiber Optic MM, dual zip, 3 m, $ 14.05 lea. xxxxxxxxx $14.05 lea. xxxxxxxxx $14.05 lea. xxxxxxxxx Orange Column Totel for each column this page. $ 48.33 $ 162.79 $ 48.33 $162.79 $48.33 $162.79 Total material and labor for .each of year 1 through year 3. $ 211.12 $ 211.12 $ 211.12 Page Total - Total of material & labor for years 1 through 3 inclusive. Enter her~ and.in the appropriate area of Exhibit II Page 11. $ 633.36 NOTES: * Flush mount application ... Indicates County's preference. Equivalent in structure & technical functionality is acceptable. BIDDER Company Name: Jade Communications. rnc Pas EXHIBIT II TIME & MATERIAL PRICING (continued) Paae 2 of 11 Item Item Description Per Unit Pricing - Year 1 Per Unit Prlc:lng - Year 2 Per Unit Pricing - Year 3 No. - Material Labor Material Labor Material -. Labor 16 Patch Cord, SC:SC Fiber Optic MM, dual zip, 3 m, $14.66 lea. xxxxxxxxx $14.66 lea. xxxxxxxxx $ 14.66 L.)k- xxxxxxxxx -~_. Ora~e n____________ f-- --~---- 17 Patch Cord, ST:ST Fiber Optic SM, dual zip, 3 m, $18.38 lea. xxxxxxxxx $18.38 lea. xxxxxxxxx $18.38 laa. xxxxxxxxx Yellow Patch Cord, ST:SC, Fiber Optic SM, dual zip, 3 m, - , 18 Yellow $19.12 lea. xxxxxxxxx $19.12 lea. xxxxxxxxx $19.12 lea. xxxxxxxxx 19 Patch Cord, SC:SC Fiber Optic SM, dual zip, 3 m, $19.87 lea. xxxxxxxxx $19.87 lea. xxxxxxxxx $19.87 lea. xxxxxxxxx Yellow Patch Cord, ST:FC, Fiber Optic SM, dual zip, 3 m, u_ _n___ 20 Yellow $34.93 lea. xxxxxxxxx $34.93 lea_ xxxxxxxxx $34.93 lea. xxxxxxxxx Patch Cord, Male to Male 25 pair Assembly Cable, 12' ' - ~ ------. -r- 21 $11.14 lea. xxxxxxxxx $ 11.14 lea. xxxxxxxxx $11.14 lea. xxxxxxxxx max -----, $ 76.24~. n_____I_ 22 24 Port Patch Panel w/interface xxxxxxxxx $ 76.24 lea. xxxxxxxxx $76.24 lea. xxxxxxxxx -~ ----~.~~. 23 Crosswire, inside, 1 pair (Yellow/Blue), 1000 ft. spool $ 18.87 lea. xxxxxxxxx $18.87 lea. xxxxxxxxx $18.87 lea, xxxxxxxxx ~ -- ~._" ---- 24 Crosswire, inside, 4 pair (wlbl-wlbn), 1000 ft spool $ 27.62 lea_ xxxxxxxxx $ 27.62 lea. xxxxxxxxx $27.62 lea xxxxxxxxx ---- ....-.--- --- ----------- .. ~-- 25 #6 AWG, solid copper, insulated ground wire, 1000 ft. $252.24 lea. xxxxxxxxx $ 252.24 lea xxxxxxxxx $252.24 lea_ xxxxxxxxx box --.- ----.- - " ---.--..- ,,-,-, -- ._---"~.~ , -,------.-. -- 26 #6 AWG, solid copper, insulated ground wire $0.29 1ft. $0.08 $0.29 Itt. $ 0.08 $0.29 Ill. $0.08 - _._~~ -- .- 27 110 type IDC blocks, 100 pr, complete wI standoffs $22.26 lea. $18.29 $22.26 lea. $18.29 $22.26 1=~1$18.29___ - .__O".._.~.__..._ - .--. 28 110 type IDC blocks, 300 pr, complete wI standoffs $60.54 lea. $36.58,; $60.54 lea. $ 36.58 $60. 5~3~~:u+$36. 58:___ - . $ 0~37 Y- ---- ----------- 29 Inter-building cable, gel-filed, 50 pair (per ft.) $ 0.71 1ft $ 0.71 1ft. $0.37 $ 0.71 Gtt: $ 0.37~L- f--- -- --- ~ ---- --- -._.~_._- ..~. - 30 Inter-building cable, PE-89 type, gel-filed, 100 pair (per S 1. 26 1ft. $ 0.37 $ 1.26 1ft. $ 0.37 $1.26 1ft. $0.37 ft.) . Column Total for each column this page. $ 578.~3:-SL. $ 55.69 $ 578.13 $ 55.69 $ 578.13 $55.69 --- "- - --,--.-... ,,- Total material and labor for each of year 1 through year 3. $ 633.82 $ 633.82 $ 633.82 ..- ------- _.~__ ~..~~_~_c ___..._...___ j ;---~~~ .46\ ~ - Page Total - Total of material & labor for years 1 through 3 inclusive. Enter here and In the appropriate area of Exhibit II Page 11_ - . ........... - . - NOTES: * Flush mount application H Indicates County's preference, Equivalent In structure & technical functionality is acceptable. BIDDER Company Name:____ .Jade Communications. Ine --~.._------" -- ~..'-'" .~- ~....._.. -- --~_..- "_='.=._~"~~________... u._.__...._ __ _ _~"_..,~,. Pab- -- EXHIBIT II TIME & MATERIAL PRICING (continued) Pace 3 of 11 Item Item Description Per Unit Pricing - Year 1 Per Unit Pricing - Year 2 Per Unit Pricing - Year 3 No. Material Labor Material l.,abor Material I Labor 31 Inter-building cable, PE-89 type, gel-filed, 300 pair (per $ 3.46 1ft $0.55 $ 3.46 1ft $ 0.55 $3.46 1ft $0.55 ft.) 32 Inter-building cable, PE-89 type, gel-filed, 600 pair (per $ 7.18 1ft $ 0.74 $ 7.18 1ft $ 0.74 $ 7.18 1ft $0.74 Si- ft.) 33 Inter-building cable, PE-89 type, gel-filed, 900 pair (per $ 10.54 1ft $ 0.74 $ 10.54 1ft $ 0.74 S10.54 1ft $ O. 74 ~ V ft.) 34 Protector unit, AT&T 189/190,50 pair, wlo pig tail ** $ 229.82 lea. S 18.29 $229.82 lea. $16.29 $ 229.82 lea. $18.29 35 Protector unit, AT&T 189/190, 100 pair, w/o pig tall H 3 ' r $ 36.58 $ 330.72 lea. S 36.58 $330.72 lea. $ 36.58 $ 3 0.72...,> 'Uea. 36 Protector module, AT&T, 4BIE *. S 2.53 lea. S 0.07 $ 2.53 lea. S 0.07 $2.53 lea. $ 0.07 37 Protector module, AT&T, 4C3S-75 ** $ 3.39 lea. $ 0.07 $ 3.39 lea. S 0.07 $3.39 lea. $ 0.07 38 Intra-building cable, PIC, Riser rated, 50 pair (per ft.) $ 0.52 1ft $ 0.37 SO.52 1ft $ 0.37 $ 0.52 1ft $ 0.37 39 Intra-building cable, PIC, Riser rated, 100 pair (per ft.) $ 1. 00 1ft $ 0.37 $ 1.00 1ft $ 0.37 $1.00 1ft $ 0.37 40 Intra-building cable, PIC, Riser rated, 300 pair (per ft.) $ 3.48 1ft $ 0.55 s 3.48 1ft $ 0.55 $3.48 1ft $ 0.55 41 Intra-building cable, PIC, Riser rated, 600 pair (per ft.) $ 7.25 1ft $ 0.74 $ 7 .25 1ft $0.74 $7.25 1ft $ 0.74 42 Manhole, cement, 3'X3', 2-hole,w/pull rings & ca. S 784.74 fea. $ 146.32 $784.74 lea. $146.32 $ 784.74 lea. $146.32 supports 43 Manhole, cement, 6'X6', 4~hole,w/pull rings & ca. $ 2.384.48 lea. $146.32 $ 2.384.48 fea. $146.32 S 2,384. 4&a. $ 146.32 supports 44 66MI-50 IDC block $ 5.07 lea. $ 9.15 $ 5.07 lea. $ 9.15 S 5.07 lea. $9.15 45 890 stand-off brackets $ 1.07 lea. $ 0.07 $ 1. 07 S,CAea. $0.07 $1.07~ $ 0.07 Column Total for each column this page. $ 3,775.25 $360.93 $ 3, 77 5 . 25 $360.93 $ 3,775.25 $ 360.93 Total material and labor for each of year 1 through year 3. $ 4,136.18 $ 4,136.18 $ 4.136.18 Page Total- Total of material & labor for years 1 through 3 inclusive. Enter here and in the appropriate area of Exhibit 11 Page 11. $12,408.54 NOTES: * Flush mount application ** Indicates County's preference. Equivalent in structure & technical functionality is acceptable. BIDDER Company Name: Jade Communications, Ine Pa'..., "to EXHIBIT 11 TIME & MATERIAL PRICING (continued) Page 4 of 11 Item Item Description Per Unit Pricing - Vear 1 Per Unit Pricing - Year 2 Per Unit Pricing - Year 3 No. .-.. I Labor Material Labor Material Labor Material Cable, Cart. Category 5e, 4-pair, UTP, Plenum (1000' ~ ~ ~. 46 $ 144.62 lea. XXXXXXxXX $ 144.62 lea. xxxxxxxxx $ 144.62 lea. xxxxxxxxx box) ---- -- ----~ .- 47 Cable, Certified Category 5e. 4-pair, UTP, Plenum $ 0.15 {ft $ 0.08 $ 0.15 1ft. $0.08 $ 0.15 In. $ 0.08 Cable, Cert. Category 6, 4-pair, UTP, Plenum (1000' - -.~._- - -.- 48 box) $ 257.19 lea. xxxxxxxxx $257.19 lea. xxxxxxxxx $ 257.19 lea. xxxxxxxxx ..-- 49 Cable, Certified Category 6. 4-pair, UTP, Plenum $ 0.26 1ft $ 0.08 $ 0.26 1ft. $ 0.08 $ 0.26 !tl $ 0.08 -~- 50 Outlets Uacks), Category 5e, 4-pair (8PSC), Ivory. $ 2.94 lea. $ 3.05 $ 2.94 lea. $ 3.05 $ 2.94 lea. $ 3.05 51 Outlets (jacks), Category 5e, 4-pair (8PSC), White · S 2.94 lea. $ 3.05 $ 2. 94 lea. $3.05 c;L $ 2.94 lea. $ 3.05 .~- , ~ _._~- 52 Outlets (jacks), Category 5e, 4-pair (apSC), Green * $ 2.94 lea. $ 3.05 $ 2.94 lea. $ 3.05 $ 2.94 lea. $ 3.05 ~ . ~ ____c ._--- .---.-- -.---- ----~---_.._~..- 53 Outlets Oacks), Category 5e, 4-pair (SP8C), Orange '* $ 2.94 lea. $ 3.05 $ 2.94 lea. $ 3.05 $ 2.94 lea. $ 3005 -- --- - --- . ...... ..- 54 Outlets (jacks), Category 5e, 4-pair (8P8C), Blue '* $ 2.94 {ea. $ 3.05 $ 2. 94 lea. $3.05 $ 2.94 lea. $ 3.05 _. ~-- -~.- -- ---~ -- -~~- ~ ~ _._----_.~ 55 Outlets Gacks), Category 6, 4-pair (SP8C), Ivory '* $ 5.26 lea. $ 3.05 $ 5.26 lea. $3.05 $ 5.26 lea. $ 3.05 -- ~-_._- --- ,,- -..--~ ----- - -~~-<. - 56 Outlets Gacks), Category 6, 4-pair (8P8C), White .. S 5.26 lea. $ 3.05 $ 5.26 lea. $3.05 $ 5.26 lea. $ 3.05 ~. .-- "_.~-- .._-i-::--- .. 57 Outlets Gacks), Category 6, 4-pair (SP8C), Green * $ 5.26 lea. $ 3.05 $ 5.26 lea. $3.05 $ 5.26 lea, $ 3. 05 -_.~- - - $ 5 . 2~) lea -_.._--~~--- 58 Outlets (jacks), Category 6, 4-pair (BP8C), Orange '* $ 5.26 lea. $ 3.05 $ 5.26 lea. $3.05 $ 3.05 - --- $ 5.26 1 1M. -- 59 Outlets Oacks). Category 6, 4-pair (BP8C), Blue · $ 5.26 {ea. $3.05 $ 5.26 lea. $3.05 $ 3.05 -,.,.- .. - --"---' - --~_.. 60 Faceplate, 2-port. Ivory (for use with items 50-59) · $ 1. SO lea. $0.61 $ 1. 50 lea. $0.61 $ 1. 50 lea. $ O. 61 ----- ~- -~ - $1.50 S~. ~- ~-----~- 1-----. -- 61 Faceplate, 2-port, White (for use with items 50-59) " $ 1.50 lea. $0.61 $0.61 $ 1.50 lea. '$ 0 . 61 -- --'_. ____. ---" . ~ - 62 Faceplate, 4-port, Ivory (for use with items 50-59) · $ 1.50 {ea. $0.61 $ 1.50 lea. $0.61 $ 1.50 lea_ $0.61 ... $1.50 ~61 - .--.__.~ - 63 Faceplate, 4-port, White (for use with items 50-59) * $ 1.50 lea_ $0.61 $ 1. 50 lea. $ 0.61 Column Total for each column this page. $ 449 . 22 $33.10 $449.22 $33.10 $449.22 $ 33. 10 .____m. _. .~. _____._ ..- -~ -- Total material and labor for each of year 1 through year 3. $ 482.32 $ 482.32 $ 482.32 - ----~._--_.._--,.~ .~~--._" -."--,,- ..._--....~~.__..-....,_._--_..._- -- r- Page tot81- Total of material & labor for years 1 through 3 inclusive. Enter here and in the appropriate area of Exhibit II Page 11. $ 1,446.96 I - - .. ~.., ... I =c~_, NOTES: * Flush mount application ... Indicates County's preference. Equivalent in structure & technicai functionality is acceptable. BIDDER Company Name: .jade Conunun i ca t lonE, lnc --. "-~,.. ,~.....,.__._-_.~.,-".".,,-.~-,,_._.._._-_..__.. --- ~M__ .."_u .-..-.... -.._-. ,. '" ~ tit ji;, "" ~~ , : . . . c r u. , j < ' *' ~~ .. : 'iCt "ei )14; , ,~ . .,. , . .' '.~~.~~- , '" -j " , f -, ~ , ') . .- '. .. \ ....,. '" \ I <, >J 11II, "~,, J' . I , . , ~ ... ,,4 ,. ,.1 "_'.'" '. ,., "lJ ," .: I I . '''', 'f..; 11I'1' . . . . III' .Mj I; , : III .11 ,d '. II.' _ :., '11IIII ' . " .'. lB. __ ._ III'. ,." . I ~, .. . ,m, I - _: .. _,. I : .. "i \ ~ II' \ f' "I, I' I' .1 __, I...' ..... 'r. I. ", ,J",,~, ,. , '..... " ' , 'Z 'f , . ;.. . ,--".. -1 : II ' *ll~ :;.: ..: ,;: '.' II':' .... I .'/ II II 1"1 ~ ;j'" 1 ~>rJ,j', ~ .. ~jll' l '~ ^ ~, '~ i'l: ~ ~ " '. '. I ;11' I . '. I' ;".11I, J ' . . 1111 '" .... " . .. . I ) , Fill' " . 'yo..._. '. ". .". , .....i','. · II ~"./' .,~" . ."~' _' ^ '~'" t "' ",-,.' m, '0"' '<' ~ ~~ II ." .. , ,r ".11 '.~' '." '.' II.';I~ ..: ~ _., III ...... ~ r ':.[ . . " '.' III.... ..I.~.... - ..... .1,11,".' . '. '" I II I . ... 1111 -.11I.II I, . I , ,I ":' .', Ii'.' ..... .-.' III,. '_, II i 1 ':. .":; 'II' -' 'I .... .' IIr_.. :. :...... 11- II. I" 'I '" i II, :., -,ill' ... h" Il ....: '. "...- I" "',., ", . I : III I~; , ..;.~, I~ ...... I .... -II ... . .~. I A OIl I ... '. . ".' -: 1,_;. '11 III " -, , . '.' J' U'if Ii 1, K "' ".,,,.,, n:~ :"~. ,~ );; ':' ": I" '11 _ II. I.' .', . ,> i ' 1~: l '<'" .. J,. .. J r' I" ,. . ""1'" '" , I : "II';.: "",' "." II , .,. 1lII.,~ :'. -;;_:; .' .. 11,1 '-:0 ' . .:.. I. f II.., " ." ,...", If"". ~ III " .. ,." - .:,..,'.. I ' : I~\ '.: I, 11II" III'~' . " rIAI1..' ..' .' ;;.'.'11" '.;"'.: 1IlII!!IIIlIII!:. .: _' " ,.. II' , . " . .". ..:.. , . ....., III";' 'I ':.. .",._,.. . _ ,llIIII> II..... MI', III' . '.',o\ II oc 1M.." ~_-.' , '.,. ,..,........,. ,I....... ',.' -..~ =, ,......... ,......, P" ".. '-...."11............ '" .' .', -, . __I III .""'" ,.' . ." ,', '. .. I '. 1_.. .11. . ;': ." . I " h ",..,:... '. I II; '. II.: ' I . .~;. .11 ' 'I' ~..,. I ' . - ' . .. .. .'. !' 'I II :, ",;",,11I; II ..-.. . I" 11III.. I, "~. 11II' . . ... II.;... . '11.' " . " . . ,', r' .. .J," ...-' II' II . ., . ':: -= _",.' _ ' 0' ,', .: .' ..111 _"... BI" 1'11II,_. III' II-..BI. - ' , ,. .- -' II. .'...'.... I -. ...' ." " "1 \.' , -..... . '. , ....~ lB. . - _II ... .' ; .,. I.~ ., I. ., , . - '.. . [ I I.... ' ,', . . II. ." 'I," " , ': .. II...~ II . i.-II -:' ~J "1 ' II ...." '.,' . .... .. . , .1.' ' ',. . .., ' .' .. .' ,- . ."' , I' ,', .. '.. .' IIlIIi . . ',." ,,-11.711" .. ....' .' , ... " '.. ..' ~.... " II , . - , ; :11 -.. ._.__. E : rIl,' :' II . \ , " . ...'. . III' ''" .' " ,,, ',': ,,' 1II~, -..- ... -'''' ' 'II ..' II .' 11II v ",' . -- ....... H" '.. .: '. '. II .:~ ~'., ' .- _I - I ;;..., '.. .., _. ;: . I" II.; .,t .;'."" I _ '11II';.' '''" .J :. II, ._._ ....:1 .' III. ~ I!III J ._ . .:-..- . :' ," ",," ,- .., -.. ,_. . . ,_.~ ,,,. ''';'I!!II(' --I" . III., ". III .. III -.i:..' .' . - ". .'" I-:.r ..'.": ...r .111I,:,' -.lIt J '. ' -,., B. .J.' ... .' III:' ,. ...."'. 'I ." , , , .. . ".-.. ' .-' , ' .. : II , _:-:_ I 'J . '. I." ,', ..,: ,! III., .... .' , , "". '" ,':, ~'" ~: ,A ""ll", , : '. I.':'? '( '-r""'.'''.'''. ' :', ' " . II'. II." , ~, .....:. . " ,'.. J. 'Ell!! 1IaIl,. II ' ifD . III' III .,II-,:a-" . .- I 1 · .11' "~". . ,." .' IIIlI II' , , , or. ..' . .... '11III ' . . " .p ( , -1"."--.".' .'.......... ,,., -''',."'.' ... IIIIIIII'. '" . '>; ~ i i ~.; - 'e ..~~.; <l: ,,~,' "'" '~i ' ~ ~', . ? ' [, ? 1) ::n m a.. .. '._... :\0.1'- " ".0.. ';,:::~ -; , (; ;', ~ 'I :',:~'~'~~~ : 1";( , > -~' ~ Pat#" ,,4' EXHIBIT II TIME & MATERIAL PRICING (continued) Page 7 of 11 Item Item DeRrlptlon Per Unit PricinG -Year 1 Per Unit Prlclna - Year 2 Per Unit Prleir a - Year 3 No. Material. . .. Labor Material Labor Material Labor 92 Horizontal wire management panel, 19 in. rack mount $ 24. 80 lea. S 3.05 $ 24.80 lea. $ 3.05 $ 24.80 lea. $3.05 93 Mini patch panel, 12-port, category 5e $ 53.99 (ea. S 3.05 $ 53.99 lea. $ 3.05 $ 53.99 lea. $3.05 94 Mini patch panel, 12.port, category 6 $ 82.96 lea. S 3.05 S 82.96 lea. S 3.05 $ 82. 96 lea. $3.05 95 Surface mount raceway, 3M adhesive. 1.25 in. wide *. $ 6.46 lea. $ 3.05 $ 6.46 lea. S 3.05 $ 6.46 lea. $3.05 96 AutoCad documentation, (per drop), for adds & $ 0.17 lea. $0.37 50.17 lea. S 0.37 SO.17 lea. $0.37 replacement 97 Cable Fiber Optic, plenum, 6-strand MM S 0.41 1ft $ 0.37 SO.41 1ft. S 0.37 $ 0.41 1ft. $0.37 98 Cable Fiber Optic, plenum,12-strand MM $ 0.71 1ft $ 0.37 SO.71 1ft. $ 0.37 $ 0.71 1ft. $0.37 99 Cable Fiber Optic, plenum. 24-strand MM 52.36Wft $ 0.37 52.36 1ft. $ 0.37 $ 2.36 1ft. $0.37 100 Cable Fiber Optic, gel-fill, 6-strand MM SO.59 1ft $ 0.37 50.59 1ft. $ 0.37 $ 0.59 1ft. $0.37 101 Cable, Fiber Optic, gel-fill, 12-strand MM $0.81 1ft $ 0.37 50.81 1ft. $ 0.37 $ 0.81 1ft. $0.37 102 Cable. Fiber Optic. gel-fill, 24-strand MM $1.29 1ft $0.37 $1.29 m. $ 0.37 $ 1. 29 1ft. $0.37 103 Cable, Fiber Optic. gel-fill, 12-strand 8M 50.31 1ft $ 0.37 SO.31 fft. S 0.37 $ 0.31 1ft. $0.37 104 Cable, Fiber Optic, gel-fill. 24-strand 8M $ 0.45 1ft $ 0.37 $0.45 1ft. $0.37 $ 0.45 1ft. $0.37 105 Cable. Fiber Optic, gel-fill, 48-strand 8M SO.76 {ft $ 0.37 $0.76 1ft. $ 0.37 $ 0.76 1ft. $0.37 Column Total for each column this page. $ 176.07 $ 15.90 $ 176.07 $ 15.90 $176.07 $ 15.90 Totalmatetial and labor for each of year 1 through year 3. $ 191. 97 $ 191. 97 $ 191.97 Page Total- Total of material & labor for years. 1 through 3 inclusive. Enter here and in the appropriate area of Exhibit II Page 11. $ 575.91 NOTE: .. Flush mount application .... Indicates County's preference. Equivalent In structure & technical functionality is acceptable. BIDDER Company Name: Jade Communications. lne >. '-,- J ..... ') I ' 1~> t' ) .... [) '. J) '., /'t. co Co') , 0... .... r--- r--- r..... r--- r--- r...; 'r--- th. C"'l C""l m .C"'l . ,0 . . 0 0 0 0'. "" ~~t;: * ~, ~., =:: E: ~'" .... '-1, ~~~~~f ,,' I 'I ~ ' V. 0: a= wI- 'f/) - _Ul >% W'X ,0::: lU ' " ",' ' Pat EXHIBIT II TIME & MATERIAL PRICING (continued) Pace 9 of 11 Item Item Description Per Unit Pricing - Year 1 Per Unit Pricina - Year 2 Per Unit Pricing - Year 3 No. Material Labor Material labor Material Labor 120 Patch Panel Fiber Optic, 12~port, wall mount $ 77 . 90 lea. $ 5.86 $ 77 . 90 lea. $ 5.86 $ 77. 90 lea. $5.86 121 Patch Panel, Fiber Optic, 24-port, wall mount $ 81. 00 lea. $ 5.86 $ 81. 00 lea. $ 5.86 $ 81. 00 lea. $ 5.86 122 Transition Splice Fiber Optic, Mechanical, MM $ 11. 22 lea. $ 5.86 $ 11 .22 lea. S 5.86 $ 11. 22 lea. $ 5 . 86 123 Enclosure. Transition Splice, fiber optic (up to 192 $ 84.08 lea. $ 9.15 $ 84.08 lea. S 9.15 $ 84.08 lea. $9.15 fibers) 124 Buffer tube fan out kit, 6 fiber $ 11.27 lea. $ 9.15 $ 11.27 lea. $ 9.15 $ 11. 27 lea. $9.15 125 Transition Splice, Fiber Optic, Fusion. 12 strand SM $ 26 . 35 Ibdl $ 36.58 $ 26.35 Ibdl $ 36.58 $ 26.35 Ibdl $36.58 126 Transition Splice Fiber Optic, Fusion, 24 strand SM $ 52.69 Ibdl $ 73.16 $52.69 Ibdl $ 73.16 $ 52.69 Ibdl $73.16 127 Transition Splice, Fiber Optic, Fusion, 48 strand SM $105.38 Ibdl $ 146.32 $105.38 Ibdl $ 146.32 $ 105.38 Ibdl $146.32 128 Bulkhead Adapter, Fiber Optic, Multi-mode $ 3.05 lea. SO.61 $3.05 lea. SO.61 $ 3.05 lea. $0.61 129 7' X 19~ EIA wiring rack & ladder tray (1' X 3') $109.29 lea. S 36.58 S109.29 lea. S 36.58 $ 109.29 lea. $36.58 130 19" X 36" X 18" wall mount rack $155.83 lea. $ 36.58 $155.83 lea. S 36.58 $ 155.83 lea. $36.58 131 12" Overhead cable rack, ladder type $5.39 1ft. $ $5.39 m. $ $ 5.39 1ft. $0.37 0.37 0.37 132 12" Overhead cable rack, splice (use for item #131) $5.86 lea. $0.61 $5.86 lea. $ 0.61 $ 5.86 lea. SO.61 133 12" Overhead cable rack angle bracket (use for item $15.72 lea. $ 3.05 $15.72 lea. S 3.05 $ 15.72 lea. S3 .05 #131) Column Total for each column this page. $ 745.03 $369.74 S 745.03 $ 369.74 $745.03 $369. 74 ~ Total material and labor for each of year 1 through year 3. $ 1,114.77 $ 1,114.77 $ 1.114.77 Page Total - Total of material & labor for years 1 through 3 inclusive. Enter here and in the appropriate area of Exhibit II Page 11. $ 3,344.31 NOTES: .. Flush mount application .... Indicates County's preference. Equivalent In structure & technical functionality is acceptable. BIDDER Company Name: Jade Communications, Ine Pa~ EXHIBIT II TIME & MATERIAL PRICING (continued) Paoe 10 of 11 Item Item Description Per Unit Priclna - Year 1 Per Unit Priclna - Year 2 Per Unit Prlclna - Year 3 __ No. Material Labor Material Labor Material Labor 134 Wire management, Vertical, double-sided $124.12 lea. S 9.15 $ 124,12 lea. $9.15 $124.12 lea. $ 9.15 .. --..- .. 135 Plywood, installed, 4'X8' w/fire retardant coating $ 22.43 lea. $ 18.29 $ 22.43 _ lea. $18.29 $22.43 lea. $18.29 - $ll.22b~~ . -. -.,.- ----- 136 Plywood, installed, 2'X4' w/fire retardant coating $11. 22 lea. $9.15 $9.15 $ 11.22 lea. $ 9.15 .' . 137 Shelf, Center mount, for 19" equipment rack $50.45 lea. $3.05 $50.45 lea. $ 3.05 $ 50.45 lea. $3.05 . -- 138 Shelf, 15" deep, for 19" equipment rack $39.24 lea. $ 3.05 $39.24 lea. $ 3.05 $ 39.24 lea. $3.05 . -. .. . .. 139 Sleeve, 2" horizontal wIring caps and fire stop $11.22 lea. $ 5.86 $11.22 lea. $ 5.86 $ ] 1. 22 lea. $5.86 . .. $ 16.8-~. .--- ...-.- 140 Core w/sleeve, 3" horiz.lvert. wIring caps & fire stop $ 16.82 lea. $18.29 $18.29 $ 16.82 lea $18.29 ~--- . .. $ O. 60u;;ft. --....- 141 Conduit, 2-inch, schedule 40 PVC $ 0.60 1ft. $3.66 $ 0.60 1ft. $ 3.66 $ 3.66 i --- _L~_"_ - -. 142 Conduit, 4-inch, schedule 40 PVC $ 1.75 1ft. $ 3.66 S 1. 75 1ft. $3.66 S 1.75 1ft. $ 3.66 I -"..- ----- .. . . ......- 1---.. ~ $ 5.86 $5.86 $ 2.45 1ft $ 5.86 'I 143 Conduit, 2-inch, EMT $ 2.45 1ft $ 2.45 1ft. -_._------- ----..---- - .-........... .. ~... - ~~'. - 1-- -..-:+;- - 144 Conduit, 4-inch, EMT $ 6. 84 1ft. $ 5.86 $ 6.84 1ft. $5.86 $ 6.84 1ft. $ 5.86 ---- "---- 0__,_..---- . ~__u u_..._._......__ ..~... --..--- --- - 145 Junction box, 2 ft. X 2 ft. $67.27 lea. $ 18.29 $ 67.27 lea. $ 18.29 $ 67. 27 lea. $18.29 .----.- ---- .. ~ .~. - 146 Junction box, 4 ft. X 4 ft. S 89.69 fea. $ 36.58 $ 89.69 lea. $ 36.58 $ 89.69 lea. $ 36.58 -- 'T__ ~~~.~_. ---- -~~,- -_..-- 1-. -- - 147 Junction box, fiberglass, 1 T X 30" X 12" $ 201. 79 lea. $ 36.58 $ 201.79 lea. $ 36.58 $ 2tJl.~ $ 36.58 --- __~~__ _",_ _'7~____'_ .1----... '-. --.-- .--.- ---_.~- 148 Pole Riser $ 19.65 lea. $ 18.29 $ 19.65 lea. $18.29 s 19.65 lea. $18.29 - - 0.. .. .. -I Column Total for each column this page.. $ 665.54 $ 195.62 $ 665.54 $195.62 $ 665.54 : $ ! ~~.:.6~ " -. ,- .--- -~------. '--'-- - - ----.-. .- f-----..-..-. .---.....--. ------ _._~~. -1 Total material and labor for each of year 1 through year 3. $ 861. 16 $ 861.16 $861.16 -..---.- m___ ___ ". --.----- --,---~ -. .- .--- --'---'~-'- Page Total- Total of material & labor for years 1 through 3 inclusive. Enter here and in the appropriate area of Exhibit II Page 11. $ 2,583.48 ~,.=~ u--.r.-" . __-'.-3-___- -',"" _- "'_~_'__ 1..--,.,.-. "'~""""-..--~"~..,,.-~."""""~~,,',,~ NOTES: · Flush mount application ** Indicates County's preference. Equivalent in structure & technical functionality is acceptable. BIDDER Company Name Jade Communications, Tue _.~_.._"<---" -~----'"-'''~''' --.- ~c ---" ~ Pat. .41 l EXHIBIT II TIME & M~TERIAL PRICING continued) Pace 11 of 11 EXHIBIT II SUMMARY PAGE TOTALS ITEM DESCRIPTION PAGE TOTAL Exhibit II. Page 1- Total Offer Page 1 of 11 only. $ 633.36 Exhibit II, Page 2- Total Offer Page 2 of 11 only. $ 1.901. 46 Exhibit II, Page 3- Total Offer Page 3 of 11 only. $ 12,408.54 Exhibit II. Page 4- Total Offer Page 4 of 11 only. $ 1,446.96 Exhibit II, Page 5- Total Offer Page 5 of 11 only. $ 317.61 Exhibit II, Page 6- Total Offer Page 6 of 11 only. $ 2.001.06 Exhibit II, Page 7- Total Offer Page 7 of11 only. $ 575.91 Exhibit II, Page 8- Total Offer Page 8 of 11 only. $ 1,545.06 Exhibit II, Page 9- Total Offer Page 9 of 11 only. $ 3.344.31 Exhibit II, Page 10- Total Offer Page 10 of 11 only. $ 2,583.48 GRAND TOTAL EXHIBIT II PRICING (Total of pages 1 through 10). Enter the total amount here $ 26,757.75 and in the appropriate area of the Bid Response page. BIDDER Company Name: Jade Communications, Inc ]) "> :p '0 , '" en ,....;. CO '- Q.. Q .... I": PaG. EXHIBIT III OPTIONAL YEARS 4 & 5 PRICING TABLE EXHIBIT TIME & MATERIAL PRICING Pace 2 of 10 Item Item Description Per Unit Pricing - Year 4 Per Unit Prlcina - Year 5 No. Material Labor Material labor 16 Patch Cord, SC:SC, Fiber Optic MM, dual zip, 3 m, Orange S 15.10 lea. xxxxxxxxx $ 15.54 lea. xxxxxxxxx 17 Patch Cord, ST:ST Fiber Optic SM, dual zip, 3 m, Yellow $ 18.94 lea. xxxxxxxxx $ 19.49 lea. xxxxxxxxx 18 Patch Cord, ST:SC. Fiber Optic SM, dual zip, 3 m, Yellow $ 19.70 lea. xxxxxxxxx $ 20.27 lea. xxxxxxxxx 19 Patch Cord, SC:SC, Fiber Optic SM, dual zip, 3 m, Yellow $ 20.47 lea. xxxxxxxxx $ 21,07 lea. xxxxxxxxx 20 Patch Cord, ST:FC, Fiber Optic SM, dual zip, 3 m, Yellow $ 35.98 lea. xxxxxxxxx $ 37.03 lea. xxxxxxxxx 21 Patch Cord, Male to Male 25 pair Assembly Cable, 12' mal< $ 11. 48 lea. xxxxxxxxx $ 11. 81 lea. xxxxxxxxx 22 24 Port Patch Panel w/interface $ 78.53 lea. xxxxxxxxx S 80.82 lea. xxxxxxxxx 23 Crosswire, inside, 1 pair (yellowlblue), 1000 ft. spool $ 19.44 lea. xxxxxxxxx $ 20.01 lea. xxxxxxxxx 24 Crosswire, inside, 4 pair (wlbl-wJbn), 1000 ft spool $ 28.45 lea. xxxxxxxxx $ 29.28 lea. xxxxxxxxx 25 #6 AWG, solid copper, insulated ground wire, 1000 ft. box $ 259.81 lea. xxxxxxxxx $ 267.38 lea. xxxxxxxxx 26 #6 AWG, solid copper, insulated ground wire $ 0.30 1ft. $ 0.09 SO.31 1ft $ 0.09 27 110 type IDC blocks, 100 pr, complete wi standoffs $ 22.93 lea. S 18.84 .st, $ 23.60 lea. $ 19.39 28 110 type IDC blocks, 300 pr, complete wi standoffs S 62.36 lea. S 37.68 $ 64. 18 lea. $ 38.78 29 Inter-building cable. gel-filed, 50 pair (per ft.) $ 0.74 1ft $ 0.39 $ 0.76 1ft $ 0.40 30 Inter-building cable, PE-89 type. gel-filed, 100 pair (per ft.) $ 1.30 /It $ 0.39 $ 1. 34 1ft $ 0.40 Column Total for each column this page. $ 595.53 $ 57.39 $612.89 $ 59.06 Total material and labor for each of year 4 and year 5. $ 652.92 $ 671.95 NOTES: * Flush mount application 'U Indicates County's preference. Equivalent in structure & technical functionality is acceptable. BIDDER Company Name: Jade Communications. Ine Pab-- EXHIBIT III OPTIONAL YEARS 4 & 5 PRICING TABLE EXHIBIT TIME & MATERIAL PRICING Paae 3 of 10 _=x Item Item Description Per Unit Pricing - Year 4 Per Unit Pricing - Year 5 No. Material Labor Material Labor - - 31 Inter-building cable. PE-89 type, gel-filed. 300 pair (per ft.) $ 3.57 1ft $ 0.57 $ 3.67 1ft $ 0.59 --.- . - -. --~--- 32 Inter-building cable. PE-89 type, gel-filed. 600 pair (per ft.) $ 7.40 1ft $ 0.77 $ 7.62 1ft $ 0.79 -- 33 Inter-buildIng cable, PE-89 type, gel-filed. 900 pair (per ft.) $ 10.86 1ft. $ 0.77 S 11.18 1ft $ 0.79 34 Protector unit, A T& T 189/190, 50 pair, wlo pig tail U S 236.72 lea. $ 18.84 $ 243.61 lea. $ 19.39 - ------- 35 Protector unit. AT&T 189/190,100 pair. w/o pig tail ** $ 340.65 lea. $ 37.68 $ 350.57 lea. $38.78 -. --- --- - ~.- -. --- ------ 36 Protector module, AT&T, 4BIE ** $ 2.61 lea. $ 0.08 $ 2.69 lea. $ 0.08 _ - - 1---- . .>~- -------- 37 Protector module, AT&T, 4C3$-75 ** $ 3.50 lea. $ 0.08 $ 3. 60 {ea_ $ 0.08 --~-.- ~.._. ------ 38 Intra-building cable, PIC, Riser rated. 50 pair (per ft.) $ O. 54 1ft $ 0.39 SO.56 1ft $ 0.40 - - 1----- - - ___u _________ 39 Intra-buildIng cable, PIC, Riser rated, 100 pair (per ft.) $ 1.03 1ft $ 0.39 $ 1.06 1ft $ 0.40 _.>- - ~. .---.- ...~--_.- - - -~ - - ~------ - - - -- -- 40 Intra-building cable, PIC, Riser rated, 300 pair (per ft.) $ 3.59 1ft $ 0.57 $ 3.69 1ft $ 0.59 .----- ._"'~- .........-...0.._- --- - f---'- - -------..---------- 41 Intra~building cable, PIC, Riser rated, 600 pair (per ft.) $ 7.47 1ft $ 0.77 $ 7.69 1ft $ 0.79 -"-'--'-.- .--- ______ u ___ ~ _ __u___ _,_ 42 Manhole, cement, 3'X3', 2-hole. w/pull rings & ca. supports $ 808. 29 lea. $ 150. 71 $ 831. 83 lea. $155.10 -- -- _m___ L.._ _______ -. .- .--"-- - 43 Manhole. cement, 6'X6', 4-hole, w/pull rings & ca. supports $ 2,456.02 lea. S 150.71 $2,527.55 lea. $155.10 - .--- ---~--~.~- 44 66MI-50 10C block $ 5.23 lea. $ 9.43 $ 5.38 faa. S 9. 70 --- ... -----.------ ---.---"..,_.. u "-~--'_.'-. - ,--.__ _____u__________ ---------- 45 890 stand-off brackets $1.11 (ea. $ 0.08 $ 1.14 {ea. $ 0.08 . ~ Column Total for each column this page. $3,888.59 $ 371.84 $4,001.84 $ 382.66 f---- - ---- ----.....--..,,-". -~- -----~ -- - 1---- --- - _u__ ________ -- Total material and labor for each of year 4 and year 5. $ 4,260.43 $ 4,384.50 ~~L ~ . -.., - ------'". -- "-'-;"'" ,-, - -"'. ""'''''c.". ,.-.,.-~....._~__.",~ NOTES: · Flush mount application ** Indicates County's preference. Equivalent in structure & technical functionality is acceptable. BIDDER Company Name:" .Jade Communications, lne -_."._,----_._._--~._---".- -- ~~--_.- .-._-"- "~~-"~~' - .fI. Ige t EXHIBIT III OPTIONAL YEARS 4 & 5 PRICING TABLE EXHIBIT TIME & MATERIAL PRICING Pace 4 of 10 Item Item Description Per Unit Priclna - Vear 4 Per Unit Prlclna - Vear 5 No. Material Labor Material Labor 46 Cable, Cert. Category 5e, 4-palr, UTP, Plenum (1000' box) $148.96 lea. xxxxxxxxx $153.30 lea. xxxxxxxxx 47 Cable, Certified Category 5e, 4-pair, UTP, Plenum $0.16 1ft SO.09 $0.16 1ft. $ 0.09 48 Cable, Cert. Category 6, 4-pair, UTP, Plenum (1000' box) $264.91 lea. xxxxxxxxx $ 272.63 lea. xxxxxxxxx 49 Cable, Certified Category 6, 4-pair, UTP, Plenum $ 0.27 1ft $ 0.09 $ 0.28 1ft $ 0.09 50 Outlets (jacks Category 5e, 4-pafr (BPSC), Ivory * $ 3.03 lea. $ 3.15 $ 3.12 lea. $ 3.24 51 Outlets (jacks), Category 5e. 4-pair (SPSC), White .. $ 3.03 lea. S 3.15 $ 3.12 lea. S 3.24 52 Outlets (Jacks), Category 5e, 4-pair (BP8C), Green .. $ 3. O~ lea. $ 3.15 53.12 lea. S 3.24 53 Outlets (Jacks Category Se, 4-pair (SP8C), Orange .. S 3.03 lea. $ 3.15 53.12 lea. $ 3.24 54 Outlets (Jacks), Catf3gory 5e, 4-palr (BPSC), Blue .. $3.03 lea. $ 3.15 $3.12 lea. $ 3.24 55 Outlets (jacks). Category 6, 4-pair (BPSC), Ivory .. $5.42 lea. $ 3.15 $ 5.58 lea. $ 3.24 56 Outlets (jacks), Category 6, 4-pair (ap8C), White .. $5.24 lea. S 3.15 $ 5.58 lea. S 3.24 57 Outlets (jacks), Category 6, 4-pair (BPSC), Green .. $5.42 lea. $ 3.15 $ 5. 58 lea. $ 3.24 58 Outlets (jacks Category 6, 4-pair (SPBC), Orange .. $ 5.42 lea. S 3.15 $ 5. 58 lea. S 3.24 59 Outlets (jacks), Category 6, 4-pair (BPSC), Blue .. $5.42 lea. $ 3.15 $ 5.58 lea. $ 3.24 60 Faceplate. 2-port, Ivory (for use with Items 50-59) .. $1.55 lea. SO.63 $1.59 lea. S 0.65 61 Faceplate, 2-port, White (for use with items 50-59) · $1. 55 lea. $ 0.63 $1. 59 lea. S 0.65 62 Faceplate,4-port. Ivory (for use with items 50-59) .. $1. 55 lea. $ 0.63 $ 1.59 ~ L lea. S 0.65 63 Faceplate, 4-port, White (for use with items 50-59) .. S 1.55 lea. S 0.63 $ 1. 59 lea. SO.65 Column Total for ea<<h column this p'age. $ 462.75 $ 34.20 $ 476.23 $ 35. 18 Total material and labor for-each of year 4 and year 5. $ 496.95 $ 511.41 NOTES: * Flush mount application ... Indicates County's preference. Equivalent in structure & technical functionality is acceptable. BIDDER Company Name: Jade Communications, Inc 0 ~ ~ OQ ro ~ . ,. 'r~ ,-;_1 '" , ,.. r. .,~.~ !~~. ,....,. r r , ..:J) 0)- 0. lIC paf, - " EXHIBIT III OPTIONAL YEARS 4 & 5 PRICING TABLE EXHIBIT TIME & MATERIAL PRICING PaQ6 7 of 10 Item Item Description Per Unit Pricina - Year 4 Per Unit Pricing - Year 5 No. Material Labor Material Labor - 92 Horizontal wire management panel. 19 in. rack mount $ 2S. 55 lea_ $ 3.15 $26.29 lea. $ 3.24 ---..--- --- 93 Mini patch panel, 12-port, Category 5e $ 55.61 lea_ '$ 3.15 $ 57.23 lea. $ 3.24 - --,------ ~ ~- 94 Mini patch panel, 12-port, Category 6 $ 85. 45 {ea_ $ 3.15 $ 87.94 {ea. $ 3.24 -- ---.. 95 Surface mount raceway, 3M adhesive, 1.25 in. wide ** $ 6.66 lea. $ 3.15 $ 6.85 {ea. $ 3.24 u_ 96 AutoCad documentation, (per drop), for adds & replacement $ 0.18 lea. $ 0.39 $ 0.19 {ea. $ 0.40 -- 97 Cable. Fiber Optic. plenum, 6-strand MM $ 0.43 {ft $ 0.39 $ O. 44 1ft $ 0.40 - --"--- -. _u -~~_._. -- 98 Cable. Fiber Optic, plenum, 12-strand MM $0.74 {ft $ 0.39 $ 0.76 1ft $ 0.40 -, ~-"-'.~~-' "- -- -_..~~.~ 99 Cable, Fiber Optic, planum, 24-strand MM $ 2.44 1ft $ 0.39 $ 2.51 JfI $ 0.40 ---.-- .~.__..,.. -- ---- -----~ --- ."-.- 100 Cable Fiber Optic, gel-fill, 6-strand MM $ 0.61 1ft $ 0.39 $ 0.63 1ft $ 0.40 -.--.-- ---~-~-,-- --- ~- _.~ --- 101 Cable, Fiber Optic, gel-fill, 12-strand MM $ 0.84 {ft $ 0.39 $ 0.86 1ft $ 0.40 -- '..-- -------- 102 Cable, Fiber Optic, gel-fill, 24-strand MM $ 1. 33 {ft $ 0.39' :i-_ $ 1. 37 1ft $ 0.40 - . "_......._'-,~ -. --~._---"--._..._- $ O. 32'---SC -- 1ft - .~-_._-_.---_.,-~.,_..,--~ .. 103 Cable, Fiber Optic, gel-fill, 12-strand 8M $ 0.39 $ 0.33 1ft $ 0.40 --. --. -~-"- ---~- .. --- 104 Cable, Fiber Optic, gel-fill, 24-strand 8M $ 0.47 1ft $ 0.39 $ 0 . 48 1ft $ 0.40 - .---------- _.~--~" ---------- 105 Cable, Fiber Optic, gel-fill, 48-strand SM $ O. 79 1ft $ 0.39 SO.81 1ft $ O. 40 -- - Column Total for each column this page. $ 181.42 $ 16.50 $ 186.69 $16.96 ~-"'-'~-'~ ,.~---_.._._- --'~' ---.---- .--->>- ___L-.--____.___ ----.._- - ~------~--- ---------- Total material and labor for each of year 4 and year 5. $ 197.92 $ 203.65 - ~... -~- ... ~ '.~~~ NOTES: · Flush mount application .. Indicates County's preference. Equivalent in structure & technical functionality is acceptable. BIDDER Company Name __~~~ C(~mm~~licat_!C?~~L In( ..--.---'" ~. '-.~~ _,~'___..n_ '-~- ~ --",,-.-.--- ) r () ,;n' Ill" .:n... c__" PaL EXHIBIT III OPTIONAL YEARS 4 & 5 PRICING TABLE EXHIBIT TIME & MATERIAL PRICING Page 9 of 10 Item Item Description Per Unit Pricing - Year 4 Per Unit Pricing - Year 5 No. Material Labor Material Labor c ~ . ~ 120 Patch Panel, Fiber Optic, 12-port, wall mount $ 80.24 {ea. $ 6 . 04 $ 82.58 lea. $ 6.22 - 121 Patch Panel, Fiber Optic, 24-port, wall mount $ 83.43 {ea. $ 6.04 $ 85.86 lea. $ 6.22 ._- 122 Transition Splice, Fiber Optic. Mechanical, MM $ 11. 56 lea. $6.04 $ 11. 90 lea. $ 6.22 ~- 123 Enclosure, Transition Splice, Fiber Optic (up to 192 fibers) $ 86.61 lea. $ 9.43 $ 89.13 lea. S 9.70 ~- 124 Buffer tube fan out kit, 6 fiber $ 11. 61 lea. $ 9.43 $ 11.95 lea. $ 9.70 - - 125 Transition Splice, Fiber Optic, Fusion, 12 strand 8M $ 27.15 lea. $ 37.68 S 27.94 lea. $ 38.78 ----- ~- I---- . -~-- 126 Transition Splice, Fiber Optic, Fusion, 24 strand SM $ 54.28 lea. S 75.36 $ 55.86 {ea- $ 77.55 - .. $ '155.10 -U.. 127 Transition Splice, Fiber Optic, Fusion, 48 strand 8M $ 108.55 lea. $150.71 $ 111.71 lea. ,,---~~---~."_.". ----~ .- 1---- -~ ._~,~ 128 Bulkhead Adapter, Fiber Optic, Multi-mode $ 3.15 laa. $ 0.63 $ 3.24 lea. $ 0.65 -----.--..-- - -~- ~~.-'-- f-----. ~~ 129 7' X 19" EIA wiring rack & ladder tray (1' X 3') $ 112.57 lea. $ 37.68 $ 115.85 lea. $ 38.78 -_._--~ ~--_.~---~_. - ~-~~~~ - -- ......---- 130 19" X 36" X 18" wall mount rack $ 160. 51 lea. $ 37.68 $ 165.18 le8. $ 38.78 ~ - --- ---. .--- 131 12" overhead cable rack, ladder type $ 5.56 1ft $ 0.39 $ 5.72 1ft. $ 0.40 -- ~--- -- .---.-..-- -- 132 12" Overhead cable rack, splice (use for item #131) $ 6.04 {ea. $ 0.63 $ 6.22 {ea. $ 0.65 ------ 1---- .~--_.- 133 12" Overhead cable rack angle bracket (use for item #131) $ 16.20 lea. $ 3.15 $ 16.67 lea. $ 3.24 Column Total for each column this page. $ 767.46 $ 380.89 $ 789.81 $ 391.99 --....._---~ -~_._~,-_.._-->-- ~------"~ .__~___1_.__. ''''T'_ _.. ._-'~-"-" ~-- Total material and labor for each of year 4 and year 5. $ 1,148.35 $ 1,181. 80 NOTES: * Flush mount application H Indicates County's preference. Equivalent in structure & technical functionality is acceptable. BIDDER Company Name'~__. Jade(~?~uuic~ti~~-!_~~5__. .. .----...-.-.------... ",---" -.--_....~.~...-- . --- --- '_.___'U.. ,.....,..__ ...___."_____,..__._.m____ Pat. EXHIBIT III OPTIONAL YEARS 4 & 5 PRICING TABLE EXHIBIT TIME & MATERIAL PRICING Pace 10 of 10 Item Item Description Per Unit Priclna - Year 4 Per Unit Pricing - Year 5 No. Material Labor Material Labor 134 Wire management, Vertical, double-sided $ 127.85 lea. $ 9.43 $ 131.57 lea. $ 9.70 135 Plywood, Installed, 4'XS' wlfire retardant coating $ 23.11 lea. S 18.84 $ 23.78 lea. $ 19.39 136 Plywood, installed, 2'X4' w/fire retardant coating $ 11. 56 lea. S 9.43 $ 11. 90 lea. S 9.70 137 Shelf, Center mount, for 19" equipment rack $ 51. 97 lea. S 3.15 $ 53.48 lea. S 3.24 138 Shelf, 15" deep, for 19" equipment rack $ 40.42 lea. $ 3.15 $ 41. 60 lea. S 3.24 139 Sleeve. 2" horizontal wIring caps and fire stop $ 11.56 lea. S 6.04 $ 11. 90 lea. S 6.22 140 Core w/sleeve, a" horiz./vert. wIring caps & fire stop $ 17.33 lea. S 18.84 $ 17 . 83 lea. $ 19.39 141 Conduit, 2-inch, schedule 40 PVC $ 0.62 lea. S 3.77 $ 0.64 lea. $ 3.88 142 Conduit, 4-inch, schedule 40 PVC $ 1.81 lea. $ 3.77 $ 1.86 lea. $ 3 . 88 143 Conduit, 2-inch. schedule 40 EMT $ 2.53 lea. S 6.04 $ 2 . 60 lea. $6.22 144 Conduit, 4-lnch, schedule 40 EMT S 7.05 lea. $ 6. 04 $ 7.26 lea. $6.22 145 Junction box, 2 ft. X 2 ft. $ 69.29 lea. S 18.84 $ 71. 31 lea. $19.39 146 Junction box, 4 ft. X 4 ft. $ 92.39 lea. $ 37.68 $ 95.08 lea. $ 38. 78 147 Junction box, fiberglass. 17" X ao" X 12" $ 207.85 lea. $ 37.68 $ 213.90 lea. $38.78 148 Pole Riser S 20.24 lea. $ 18.84 $ 20~ 83 S L lea. $J~r3~ S L Column Total for each column this page. $ 685~58 SL. $ 201.54 SL $705.54 ,\/ ./ $207.42.5..r....- Total material and labor for each of year 4 and year 5. $ 887.12 $ 912.96 NOTES: .. Flush mount application .... Indicates County's preference. Equivalent in structure & technical functionality is acceptable. BIDDER Company Name: Jade Communications. rnc i Form L August 21. 2008 Jade Communications, Inc. AUn: Serge LeBlanc Pi'.1.f'cl;1,ZIS~n::t: .DleJ"ja:....~L":::=.'~~s 6610 E. Rogers Circle ,-,(I South Jvlilil~ry Trilii. Sun: I :1 Boca Raton, Florida 33487 \,liesr Pa ITI"I F.Jcach. FL :Dt:' ',-3 ' ; c (56~) bltroSC<; E~)':' (561) 6lt~.t.,H, ~ Dear Mr. LeBlanc: RE: TERM CONTRACT #: 05193A \Vl"tV't pbcgov.::o fn/}) L. I This is to inform you that Palm Beach County Board of County Commissioners is entering into a Term Contract with your company for IN5T ALLATION, INTEGRATION, i_' MAINTENANCE AND SUPPORT SERVICES FOR THE VOICE SERVICES AND ENTERPRISE NETWORK SYSTEMS based on: ?::.btllL I&.~~C~':J' ,:':'>': .....: E'I:)<<Fi of '2;:.11:J.::.t: {X} RENEWAL OF CONTRACT based on BID1RFQ #: 05~1931MF in accordance with ,c!jj<j[trtr:~ 1S;S~,.':,~.tG ~~. all original terms, conditions, specifications and prices with no deviation. ,:',ddif' L. Gr.ccnc. C~~,c.' t ~,.;:':;- Jeff KOO;1S, ..flee ~:1.'::,,~: The term ofthis contract is 10/03/08 through 10/02/09. The estimated dollar value is $1.600,000,00. Karen T. !vl z.:"C _ ,~ j-(obej[j l.~;ij:;:i The obligations of Palm Beach County under this contract are subject to the availability of funds fawfullyappropriated for its purpose by the state of Florida and Mary [\/1CCcii;, the Board of County Commissioners. Burt ,\a:-ODS(;: Palm Beach County Departments wilt issue individual hard copy orders against this Jess R Saf11ar-::.. M~l contract as your authorization to deliver. All invoices must reference a unique document number (e.g. CPO/DO 680 XY0303050Q000000001111 or CPO/DO 680 XY030305'*1111). Failure to provide an order number with each invoice will result in a delay in processing payment. c.;)' 111!rCS I l~ 1< c>.~.;, :'t' :~..;: _;...~_:; If you have any questions, please contact MARTIE FIELDS at {5611616-6803 . Hob~n \;~leisrnc;.:-I ;Z'.'Y, c> ; v HtUJL),''lA/V~~' JCo!_i..J..J:J:7\- -."- \ I Katrleen M. Scarlett Director c: Robert Busch, 15S -:-'1 n Equal OPp":i ~." i/,'~, , .~i Wolff, 15S ,-U~rtnr:ri~'.~/!crtc.l1 /:>n,,~':..; ,~,-'- @ pnnrC'c or "i-.'cy:;i<.,t ,'~ Page 49 BID RESPONSE BID #05-193/MF INSTALLATION, INTEGRATION, MAINTENANCE & SUPPORT SERVICES FOR THE VOICE SE.RVICES AND ENTERPRISE NETWORK SYSTEMS, TERM CONTRACT ITEM NO. DESCRIPTION TOTAL OFFER 1. TOTAL FROM EXHIBIT II (Page 11 of 11) $ 26.757.75 :; Qualification of bidder's information included per Term & Condition # ~ ? YES~ INITIAL - Is Bidder aware of requirements as stated in Term & Condition # JQ. ? YES -1L- INITIAL - I * 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, I 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. FIRM NAME: (Enter the entire legal name of the bidding entity) DATE: I Jade Co~~unications, Inc August 24, 2005 PRINT NAME: Serge Leblanc I * SIGNA TUR' : PRINT TITLE: Vice President I ADDRESS: 6610 East Rogers Circle 33487 CITY I STATE: Boca Raton. Florida ZIP CODE: I TELEPHONE # ( 561) 997-8552 E-MAIL: sergel@jade-com.com TOLL FREE # ( 800 ) 783-8813 FAX #: ( 561) 997-5935 I APPLICABLE LJCENSE(S) ESOOOO1l2 State Of Florida NUMBER # TYPE: Low Voltage Electrical I FEDERAL ID # BID Rr 'P SHEET Form I ._---~-- -.." .,~_._---_. BID # lJ" ,93/MF TITLE: INSTALLATION, INTEGRATlv.., MAINTENANCE & SUPPORT SERVICES FOR THE VOICE SERVICES A...J ENTERPRISE NETWORK SYSTEMS, TERM CONTRACT BUYER MARTIE FIELDS -~".- - "_u. _ "- --~- i I ACTION DATE INITIALS ACTION DATE I INITIALS j --- ----~-,- --'--~-"----- ~ ..--.".....- ~('q~:~]~ ~,~ BID OPENED 8125105 BID POSTED IN PURCHASING ---.---.- q /.r- I. . ~ ~--~:---- ," I , POSTING APPROVED '/ /.:J /06 __.1 -, <6ft POSTING REMOVED I COpy TO BUYER ASSIST ANT FOR C; //5/0-fF (:d-~ COpy TO OSSA, BUYER & DEPT :I '" J ,.' POSTING ON INTERNET -- ~ -~~- .._._-,-~'._.- ..- .... ---"___"0'_"."-'-.--" _~_._.__.......~~_ _" __ -__'. ---------- KEY(S) FOR RECOMMENDATION: (PLEASE NOTE YOUR RECOMMENDATION BELOW) PREFERENCE CODES: (1) RECOMMENDED AWARD -LOWEST RESPONSIVE AND RESPONSIBLE BIDDER MEETING SPECIFICATIONS "LP" = LOCAL PREFERENCE (5"!.) (2) NO AWARD, RESPONSIVE AND RESPONSIBLE, BUT NOT LOWEST BIDDER MEETING SPECIFICATIONS "SSE" = SBE RANKING (10%) (3) NO AWARD, NOT RESPONSIVE AND/OR RESPONSIBLE TO BID "NOLP" = MARTIN CO . NO 'lP" APPLIED (4) NOT EVALUATED STEP 1 STEP 2 ,--- -.---".-.-....- ~-..~ ~'~--~~"';-.--- TOTAL OFFER LIST BIDDERS FROM TOTAL OFFER LIST BIDDERS FROM IF PREFERENCE LOWEST TO HIGHEST IF PREFERENCE AWARD LOWEST TO HIGHEST BASED ON NOTE: "lP" AFTER BASED ON NOTE: "LP" RECOMMENDATION HYPOTHETICALS AND/OR "SBE" PREFERENCE HAS HYPOTHETICALS AND/OR "SBE" "KEY. ONLY (YEARS 1,2, & 3) BEEN APPLIED (YEARS 1,2, & 3) (SEE ABOVE) -~----,-_..._..,- -~~.,._."-'" .~.~ ow .. -----~--~ ~--- JADE COMMUNICATIONS, INC. $ 181,620.70 LP JADE COMMUNICATIONS, INC. $181,620.70 LP ( 1 ) -- -_.,,-,-~--_.. .- UNIVERSAL CABLING $ 270,571.74 SBE UNIVERSAL CABLING $ 270,571.74 SBE ( 2) SYSTEMS, INC. SYSTEMS, INC" - ---- -~ !---------~~_....-. CONVERGED CONSULTING, CONVERGED CONSULTING, INC. DIB/A CONVERGED $ 490,594.11 LP INC. D/B/A CONVERGED $ 490,594.11 lP SOLUTIONS AND SERVICES SOLUTIONS AND SERVICES ( 2) $ $ ( ) --~- $ $ ( ) ~- -" --.. -~-- -,.- REMARKS: THE ABOVE AWARD IS BASED ON TERM & CONDITION # 11, AWARD (ALL OR NONE) WHICH READS AS FOllOWS: PALM BEACH COUNTY AWARD THIS BID TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER ON AN ALL-OR-NONE, TOTAL OFFER BASIS, BASED ON PRICES OFFERED AS APPLIED TO PRE-ESTABLISHED "HYPOTHETICAL" PROJECT(S) AND A MARKET BASKET OF VARIOUS ITEMS FOR YEARS 1, 2 AND 3 INCLUSIVE. SEE ATTACHED HYPOTHETICALS FOR ALL BIDDERS. 60:l1W~ ~1 d3S SO, ~nd 51:t ~d (6 d3S ~B, cGc Page 1 of 1 Allen, Janet n: Gary Robinson [GRobinson@pbcgov.org] ~t:nt: Tuesday, November 25,20088:21 AM To: Allen, Janet Cc: Martie Fields Subject: Public Records Request Attachments: 05-193 MF Bid Doc.pdf; 05-193 TERM CONTRACT LETTER RECAP.pdf; JADE COMMUNICATION RESPONSE.pdf; 05-193-MF Amendment 1,2, 3.pdf Good morning Ms. Allen: Attached is the documentation requested via Martie Fields, Senior Buyer, Purchasing Department, Palm Beach County. The PDF files contain information pertaining to CMA 05-193/MF, .. Installation, Integration, Maintenance & Support Services for the Voice Services and Enterprise Network Systems, Term Contract". The awarded vendor is Jade Communications, Inc. This e-mail contains the following PDF files: First PDF: PDF containing the original bid document; Second PDF: PDF containing the term contract letter and award; Third PDF: PDF containing the Jade Communication's bid response. Fourth PDF: PDF containing the bid amendments. T are the documents indicated by Martie as appropriate to satisfy your request. Feel free to contact me, should you have any furlller request pertaining to the information I have sent to you. Thank you, Gary Robinson Gary Robinson <BufI"n, . . Palm Beach County Purchasing Department 50 South Military Trail, Suite 110 West Palm Beach, Florida 33415 C('oicc: 561-616-6847 'Fax:; 561-242-6747 'E-maiL grohin.wn(ii}phcgov com 11/26/2008 Board of County Commissioners County Admllllstrator Tony Masilotti, Chairman Robert Weisman Addie L. Greene, Vice Chairperson Karen T Marcus Jeff Koons Purchasing Department Warren H. Newell Mary McCarty www.pbcgov com/pur Burt Aaronson BOARD OF COUNTY COMMISSIONERS NOTICE OF SOLICITATION BID #05-193/MF INSTAllATION, INTEGRATION, MAINTENANCE & SUPPORT SERVICES FOR THE VOICE SERVICES AND ENTERPRISE NETWORK SYSTEMS, TERM CONTRACT BID OPENING DATE: Auaust 25.2005, AT 2:00 P.M. It is the responsibility of the bidder to insure 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 (561) 616-6800. It is requested that all bids be submitted in triplicate, one original and two copies. BIDDERS SHALL SUBMIT, IN A SEALED PACKAGE OR CONTAINER, AT LEAST ONE ORIGINAL, SIGNED IN INK 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. Call Bid Hotline number 795-8080 (from Palm Beach County), 425-7420 (from Broward County), or 655- 4527 (from Dade County) or tune in to the Education and Government Television Cable Channel for a list of additional advertised "Invitations for Bid" and "Requests for Proposal". The Bid Hotline also provides updates on posted award recommendations. This same information, to include posted award information, is available on our web site www.pbcgov.com/pur. Protests can be accepted only during the five (5) business day posting period. CAUTION Amendments to this Invitation for Bid will be automatically sent only to those vendors who received this document directly from Palm Beach County Purchasing Department. Ii Palm Beach County shall not be responsible for the completeness of any Invitation for Bid Ii package not purchased directly from Palm Beach County Purchasing Department. I I ~I In accordance with the provisions of ADA, this document may be requested in an alternate format. 50 South Military Trail, Suite 110, West Palm Beach, FL 33415-3199 (561) 616-6800 FAX: (561) 616-6811 Page 2 BOARD OF COUNTY COMMISSIONERS Palm Beach County INVITATION FOR BID Installation, Integration, Maintenance & Support Services for the Voice Services and BID NO: 05-193/MF BID TITLE: Enterprise Network Systems, Term Contract PURCHASING DEPARTMENT CONTACT: Martie Fields, Senior Buyer TELEPHONE NO.: 561-616-6803 FAX NO.: 561-242-6703 EMAIL ADDRESS: mfields@co. palm-beach. fl. us All bid responses must be received on or before August 25, 2005 , prior to 2:00 p.m., Palm Beach County local time, at which time all bids shall be publicly opened and read. SUBMIT BID TO: Palm Beach County Purchasing Department, 50 South Military Trail, Suite 110, West Palm Beach, Florida 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 invitation 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 processes, or other items supplied in response to this bid) contained in its bid meets all O.S.H.A., ANSI, NFPA idders are advised that this package constitutes the and all other Federal and State requirements. Bidder ..;omplete set of specifications, terms, and conditions which further certifies that, if it is the successful bidder, and forms the binding contract between Palm Beach County and the product delivered is subsequently found to be the successful bidder. Changes to this invitation for bid may deficient in any of the aforementioned requirements in be made only by written amendment issued by the County effect on date of delivery, all costs necessary to bring Purchasing Department. Bidders are further advised to the product into compliance shall be borne by the closely examine every section of this document, to ensure bidder. that all sequentially numbered pages are present, and to ensure that it is fully understood. Questions or requests for In compliance with Chapter 442, Florida Statutes, any explanations or interpretations of this document must be toxic substance resulting from this bid shall be submitted to the Purchasing Department contact in writinq in accompanied by a properly completed Material Safety sufficient time to permit a written response and, if required, Data Sheet (MSDS). will be provided to all prospective bidders, prior to bid opening. Oral explanations or instructions given by any The Uniform Commercial Code (Florida Statutes, County agent are not binding and should not be interpreted Chapter 672) shall prevail as the basis for contractual as altering any provision of this document. Bidder certifies obligations between the successful bidder and Palm that this bid is made without reliance on any oral Beach County for any terms and conditions not representations made by the County. specifically stated in the Invitation for Bid. The obligations of Palm Beach County under this award are b. DISCRIMINATION PROHIBITED: Palm Beach County subject to the availability of funds lawfully appropriated for its is committed to assuring equal opportunity in the award purpose. of contracts and complies with all laws prohibiting discrimination. The successful bidder is prohibited from 2. LEGAL REQUIREMENTS discriminating against any employee, applicant, or client because of race, color, religion, disability, sex, age, a. COMPLIANCE WITH LAWS AND CODES: Federal, national origin, ancestry, marital status, or sexual State, County and local laws, ordinances, rules and orientation. regulations that in any manner affect the items covered herein apply. Lack of knowledge by the bidder shall in c. INDEPENDENT CONTRACTOR RELATIONSHIP: The no way be a cause for relief from responsibility. The successful bidder is, and shall be, in the performance of successful bidder shall strictly comply with Federal, all work, services, and activities under this Contract, an State and local building and safety codes. Equipment Independent Contractor and not an employee, agent, or shall meet all State and Federal Safety regulations. servant of the COUNTY. All persons engaged in any of Bidder certifies that all products (materials, equipment, the work or services performed pursuant to this Contract 'aqe shall at all times, and In all places, be subject to the debarment or suspension from dOing business with successful bidder's sole direction, supervision, and Palm Beach County control. The successful bidder shall exercise control over the means and manner In which it and its g. LOBBYING: Bidders are advised that the "Palm Beach employees perform the work, and in all respects the County Lobbyist Registration Ordinance" prohibits a successful bidder's relationship, and the relationship of bidder or anyone representing the bidder from its employees, to the COUNTY shall be that of an communicating with any County Commissioner, County Independent Contractor and not as employees or agents Commissioner's staff, or any employee authorized to act of the COUNTY. on behalf of the Commission to award a particular contract regarding its bid, ie.. a "Cone of Silence" d. CRIMINAL HISTORY RECORDS CHECK ORDINANCE: Pursuant to Ordinance 2003-030, the The "Cone of Silence" is in effect from the date/time of Palm Beach County Criminal History Records Check the deadline for submission of the bid, and terminates at Ordinance ("Ordinance"), the County shall conduct the time that the Board of County Commissioners, or a fingerprint based criminal history record checks on all County Department authorized to act on their behalf, persons not employed by the County who repair, deliver, awards or approves a contract, rejects all bids, or or provide goods or services for, to, or on behalf of the otherwise takes action which ends the solicitation County. A fingerprint based criminal history record process check shall be conducted on all employees and subcontractors of vendors, including repair persons and Bidders may, however, contact any County delivery persons, who are unescorted when entering a Commissioner, County Commissioner's staff, or any facility determined to be critical to the public safety and employee authorized to act on behalf of the Commission security of the County. County facilities that require this to award a particular contract, via written communication heightened level of security are identified in Resolution i.e., facsimile, e-mail or U.S. mail. R-2003-1274, as may be amended. The bidder is solely responsible for understanding the financial, schedule, Violations of the "Cone of Silence" are punishable by a and staffing implications of this Ordinance. Further, the fine of $250.00 per violation. bidder acknowledges that its bid price includes any and all direct or indirect costs associated with compliance of h. CONFLICT OF INTEREST: All bidders shall disclose this Ordinance, except for the applicable FDLE/FBI fees with their bid the name of any officer, director, or agent that shall be paid by the County. who is also an employee or a relative of an employee of Palm Beach County. Further, all bidders shall disclose e. PUBLIC ENTITY CRIMES: F.S. 287.133 requires Palm the name of any County employee or relative of a Beach County to notify all bidders of the following: "A County employee who owns, directly or indirectly, an person or affiliate who has been placed on the convicted interest of ten percent or more in the bidder's firm or any vendor list following a conviction for a public entity crime of its branches. may not submit a bid on a contract with a public entity for the construction or repair of a public building or i. SUCCESSORS AND ASSIGNS: The County and the public work, may not submit bids on leases of real successful bidder each binds itself and its successors property to a public entity, may not be awarded or and assigns to the other party in respect to all provisions perform work as a contractor, supplier, subcontractor, or of this Contract. Neither the County nor the successful consultant under a contract with any public entity, and bidder shall assign, sublet, conveyor transfer its interest may not transact business with any public entity in in this Contract without the prior written consent of the excess of the threshold amount provided in F.S. 287.017 other. for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." j. INDEMNIFICATION: Regardless of the coverage provided by any insurance, the successful bidder shall f. NON-COLLUSION: Bidder certifies that it has entered indemnify, save harmless and defend the County, its into no agreement to commit a fraudulent, deceitful, agents, servants, or employees from and against any unlawful, or wrongful act, or any act which may result in and all claims, liability, losses and/or causes of action unfair advantage for one or more bidders over other which may arise from any negligent act or omission of bidders. Conviction for the Commission of any fraud or the successful bidder, its subcontractors, agents, act of collusion in connection with any sale, bid, servants or employees during the course of performing quotation. proposal or other act incident to doing services or caused by the goods provided pursuant to business with Palm Beach County may result in these bid documents and/or resultant contract. permanent debarment. k. PUBLIC RECORDS: Any material submitted In No premiums, rebates or gratuities are permitted; either response to this invitation for bid is considered a public with, prior to or after any delivery of material or provision document in accordance with Section 119.07, F.S This of services. Any such violation may result in award includes material which the responding bidder might cancellation, return of materials, discontinuation of consider to be confidential or a trade secret. Any claim services, removal from the vendor bid list(s), and/or of confidentiality is waived upon submission, effective after opening pursuant to Section 119.07. F.S. Page 4 It is the policy of the Board of County Commissioners of INCORPORATION, PRECEDENCE. JURISDICTION: Palm Beach County, Florida, that SBE(s) have the This Invitation for Bid shall be included and incorporated maximum practical opportunity to participate in the in the final award. The order of contractual precedence competitive process of supplying goods and services to shall be the bid document (original terms and the County. To that end, the Board of County conditions), bid response, and purchase order or term Commissioners established Ordinance No. 2002-064, contract order. Any and all legal action necessary to which sets forth the County's requirements for the SBE enforce the award or the resultant contract shall be held program, and are incorporated in this solicitation. in Palm Beach County and the contractual obligations Compliance with the requirements contained in this shall be interpreted according to the laws of Florida. section shall result in a bidder being deemed responsive to SBE requirements. The provisions of this Ordinance m. LEGAL EXPENSES: The County shall not be liable to a are applicable to this solicitation, and shall have bidder for any legal fees, court costs, or other legal precedence over the provisions of this solicitation in the expenses arising from the interpretation or enforcement event of a conflict. of this contract, or from any other matter generated by or relating to this contract. Although preferences will not be extended to certified MIWBEs, unless otherwise provided by law, businesses 3. BID SUBMISSION eligible for certification as an MIWBE are encouraged to maintain their certification in order to assist in the a. SUBMISSION OF RESPONSES: All bid responses tracking of MIWBE availability and awards of contracts must be submitted on the provided Invitation for Bid to MIWBEs. This information is vital to determining "Response" Form. Bid responses on vendor whether race and gender neutral programs assist letterhead/quotation forms shall not be accepted. MIWBE firms or whether race and gender preferences Responses must be typewritten or written in ink, and are necessary in order to address any continued must be signed in ink by an agent of the company discrimination in the market. having authority to bind the company or firm. FAILURE TO SIGN THE BID RESPONSE FORM AT THE Item 2 - SBE Goals INDICATED PLACES SHALL BE CAUSE FOR REJECTION OF THE BID. Bid responses are to be The County has established a minimum goal of 15% submitted to the Palm Beach County Purchasing SBE participation for all County solicitations. This goal Department no later than the time indicated on the is a minimum, and no rounding shall be accepted. solicitation preamble, and must be submitted in a sealed envelope or container, which should have the enclosed Item 3 - Rankina of Responsive Bidders address label affixed and bearing the bid number. Bidders who meet the SBE goal shall be deemed to be b. CERTIFICATIONS. LICENSES AND PERMITS: Unless responsive to the SBE requirement. When evaluating otherwise directed in sub-paragraph d. (Local competitive bids of up to one million dollars ($1,000,000) Preference) or the Special Conditions of this bid, bidder in which the apparent low bidder is determined to be should include with its bid a copy of all applicable non-responsive to the SBE requirement, the contract Certificates of Competency issued by the State of shall be awarded to the low bidder responsive to the Florida or the Palm Beach County Construction Industry SBE requirement, or, in the event there are no bidders Licensing Board in the name of the bidder shown on the responsive to the SBE requirement, to the bidder with bid response page. It shall also be the responsibility of the greatest SBE participation in excess of seven the successful bidder to submit, prior to commencement percent (7%) participation, as long as the bid does not of work, a current Occupational License for Palm Beach exceed the low bid amount by ten percent (10%). County and all permits required to complete this contractual service at no additional cost to Palm Beach In cases where the low bid exceeds one million dollars County. A Palm Beach County Occupational license is ($1,000,000), the contract shall be awarded to the low required unless specifically exempted by law. In lieu of bidder responsive to the SBE requirements, or, in the a Palm Beach County occupational license, the bidder event there are no bidders responsive to the SBE should include the current occupational license issued to requirements, to the bidder with the greatest SBE the bidder in the response. It is the responsibility of the participation in excess of seven percent (7%) successful bidder to ensure that all required participation, provided that such bid does not exceed the certifications, licenses and permits are maintained in low bid otherwise responsive to the bid requirements by force and current throughout the term of the contract. more than one hundred thousand dollars ($100,000) Failure to meet this requirement shall be considered plus three percent (3%) of the total bid in excess of one default of contract. million dollars ($1,000,000). c. SBE BID DOCUMENT LANGUAGE Item 4 - Bid Submission Documentation Item 1 - Policy SBE bidders, bidding as prime contractors, are advised that they must complete Schedule 1 listing the work to be performed by their own workforce as well as the work .aoe to be performed by any SBE or M/WBE subcontractor 6.4 The County or Prime may count toward its SSE Failure to include this information on Schedule 1 will goal a portion of the total dollar value of a contract with result in the participation by the SBE prime bidders own a joint venture, eligible under the standards for workforce NOT being counted towards meeting the SBE certification, equal to the percentage of the ownership goal. This requirement applies even if the SBE and control of the SBE partner in the joint venture contractor intends to perform 100% of the work with their 6.5 The County or Prime may count toward its SBE own workforce. Bidders are required to submit with goal the entire expenditures for matenals and their bid the appropriate SBE-M/WBE schedules in order equipment purchased by an SBE subcontractor. to be deemed responsive to the SBE requirements. provided that the SBE subcontractor has the SBE-M/WBE documentation to be submitted is as responsibility for the installation of the purchased follows: materials and equipment Schedule 1 - List of Proposed SBE and MIWBE 6.6 The County or Prime may count the entire Prime Subcontractors expenditure to an SBE manufacturer (i.e., a supplier that produces goods from raw materials or substantially This list shall contain the names of all SBE and M/WBE alters the goods before resale). subcontractors intended to be used in performance of the contract, if awarded. The type of work to be 6.7 The County or Prime may count sixty percent performed by each subcontractor and the dollar value or (60%) of its expenditure to SBE suppliers that are not percentage shall also be specified. This schedule shall manufacturers. also be used if an SBE prime bidder is utilizing ANY subcontractors. 6.8 The County or Prime may count toward Its SBE goal second and third tiered SBE subcontractors, Schedule(s) 2 - Letter(s) of Intent to Perform as an provided that the Prime identifies the SBE SBE or MIWBE Subcontractor subcontractors as second and third tier subs in their bid submittal. One Schedule 2 for each SBE and M/WBE Subcontractor listed on Schedule 1 shall be completed Item 7 - Responsibilities After Contract Award and executed by the proposed SBE and M/WBE Subcontractor. Additional copies may be made as All bidders hereby assure that they shall meet the SBE needed. participation percentages submitted in their respective bids with the subcontractors contained on Schedules 1 Item 5 - SBE Certification & 2 and at the dollar values specified. Bidders agree to provide any additional information requested by the Only those firms certified by Palm Beach County at the County to substantiate participation. time of bid opening shall be counted toward the established SBE goals. Upon receipt of a complete The successful bidder shall submit an SBE-M/WBE application, IT TAKES UP TO SIXTY (60) DAYS TO Activity Form (Schedule 3) and SBE-M/WBE Payment BECOME CERTIFIED AS AN SBE WITH PALM Certification Forms (Schedule 4) with each payment BEACH COUNTY. It is the responsibility of the bidder application. Failure to provide these forms may result to confirm the certification of any proposed SBE; in a delay in processing payment or disapproval of the therefore, it is recommended that bidders contact the invoice until they are submitted. The SBE-M/WBE OSBA at (561) 616-6840 to verify certification. Activity Form is to be filled out by the Prime Contractor and the SBE-M/WBE Payment Certification Forms are Item 6 - Countina SBE Participation (and MIWBE to be executed by the SBE or M/WBE firm to verify Participation for Trackina Purposes) receipt of payment 6.1 Once a firm is determined to be an eligible SBE Item 8 - SBE Substitutions according to the Palm Beach County certification procedures, the County or the Prime may count toward After contract award, the successful bidder shall only its SBE goals only that portion of the total dollar value be permitted to replace a certified SBE subcontractor of a contract performed by the SBE. who is unwilling or unable to perform. Such substitution must be done with other certified SBEs in 6.2 The total dollar value of a contract with an eligible order to maintain the SBE percentages submitted with SBE may be counted toward the goal. the bid. Requests for substitutions must be submitted to the Department issuing the bid and the OSBA 6.3 The County may count toward its SBE goals the total value of a contract awarded to an eligible SBE firm Note: Where there is a conflict between the Local that subsequently is decertified or whose certification Preference Ordinance and the SBE Ordinance, the has expired after a contract award date or during the SBE Ordinance shall prevail. performance of the contract. d. LOCAL PREFERENCE: In accordance with the Palm Beach County Local Preference Ordinance. a Page 6 preference will be given to bidders who have a (1) Prices offered must be the price for new permanent place of business in Palm Beach County merchandise and free from defect. Unless and who hold a valid occupational license issued by the specifically requested in the bid specifications, County that authorizes the bidder to provide the goods any bids containing modifying or escalation or services to be purchased. Local preference means clauses shall be rejected. that if the lowest responsive, responsible bidder is a (2) Bidder warrants by virtue of bidding that prices regional or non-local business, then all bids received shall remain firm for a period of ninety (90) days from responsive, responsible local bidders are from the date of bid opening or other time stated decreased by 5%. The original bid amount is not in special conditions. changed; the 5% decrease is calculated only for the (3) In the event of mathematical error(s), the unit purposes of determining local preference. To receive a price shall prevail and the bidder's total offer local preference, a bidder must have a permanent shall be corrected accordingly. BIDS HAVING place of business in existence prior to the County's ERASURES OR CORRECTIONS MUST BE issuance of this Notice of Solicitation/Invitation for Bid. INITIALED IN INK BY THE BIDDER PRIOR TO Prior to the County's issuance means the date that the BID OPENING. IF THE CORRECTION IS NOT Notice of Solicitation/Invitation for Bid was advertised in PROPERLY INITIALED, OR IF THE INTENT the Palm Beach Post. A permanent place of business OR LEGIBILITY OF THE CORRECTION IS means that the bidder's headquarters is located in NOT CLEAR, THE BID SHALL BE Palm Beach County; or, the bidder has a permanent REJECTED. office or other site in Palm Beach County where the (4) Bidders may offer a cash discount for prompt bidder will produce a substantial portion of the goods or payment. However, such discounts shall not be services to be purchased. A valid occupational license considered in determining the lowest net cost for issued by the Palm Beach County Tax Collector shall bid evaluation purposes unless otherwise be used to verify that the bidder had a permanent place specified in the special conditions. Bidders of business prior to the issuance of this Notice of should reflect any discounts to be considered in Solicitationl/nvitation for Bid. A Palm Beach County the unit prices bid. Occupational license is required unless specifically exempted by law. In lieu of a Palm Beach County h. SUBMITTING NO BID or NO CHARGE: Bidders not occupational license, the bidder shall include the wishing to bid on some items sought by this solicitation current occupational license issued to the bidder in the should mark those items as "no bid." If some items are response. Please note that the bid submitted to Palm to be offered at no charge, bidders should mark those Beach County must be from an address located within items as "no charge." Items left blank shall be Palm Beach County in order for local preference to considered a "no bid" for that item, and the bid shall be apply. The bidder must submit the attached evaluated accordingly. Bidders who do not wish to "Certification of Business Location" along with a copy of submit bids on any item in this solicitation, should return the bidder's occupational license at the time of bid a "Statement of No Bid" in an envelope plainly marked submission. Failure to submit this information shall with the bid number and marked "NO BID." cause the bidder to not receive a local preference. Palm Beach County may require a bidder to provide i. ACCEPTANCE/REJECTION OF BIDS: Palm Beach additional information for clarification purposes at any County reserves the right to accept or to reject any or all time prior to the award of the contract. bids. Palm Beach County also reserves the right to (1) waive any non-substantive irregularities and e. DRUG FREE WORKPLACE CERTIFICATION: In technicalities; (2) reject the bid of any bidder who has compliance with Florida Statute (Section 287.087) previously failed in the proper performance of a contract attached form "Drug-Free Workplace Certification" of a similar nature, who has been suspended or should be fully executed and submitted with bid debarred by another governmental entity, or who is not response in order to be considered for a preference in a position to perform properly under this award; and whenever two (2) or more bids which are equal with (3) inspect all facilities of bidders in order to make a respect to price, quality, and service are received by determination as to its ability to perform. Palm Beach County. Palm Beach County reserves the right to reject any offer f. CONDITIONED OFFERS: Bidders are cautioned that or bid if the prices for any line items or subline items are any condition, qualification, provision, or comment in materially unbalanced. An offer is materially unbalanced their bid, or in other correspondence transmitted with if it is mathematically unbalanced, and if there is reason their bid, which in any way modifies, takes exception to, to believe that the offer would not result in the lowest or is inconsistent with the specifications, requirements, overall cost to the County, even though it is the lowest or any of the terms, conditions, or provisions of this evaluated offer. An offer is mathematically unbalanced solicitation, is sufficient cause for the rejection of their if it is based on prices which are significantly less than bid as non-responsive. fair market price for some bid line item and significantly greater than fair market price for other bid line items. g. PRICING: 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 aaf~ for which the line items may be obtained in the market review, at the Purchasing Department prior to final place. The determination of whether a particular offer or approval, and shall remain posted for a period of five (5) bid is materially unbalanced shall be made in writing by business days. Bidders desiring a copy of the bid the Purchasing Director, citing the basis for the posting summary may request same by enclosing a self. determination. addressed, stamped envelope with their bid (NOTE As a service to bidders. the County provides an j. NON-EXCLUSIVE: The County reserves the right to unofficial list of award postings on our web site at acquire some or all of these goods and services through www.pbcQov.com/pur and on our bid hot-line, telephone a State of Florida contract under the provisions of 561-795-8080. These listings are updated weekly. Section 287.042, Florida Statutes, provided the State of normally on Friday. If any discrepancy between these Florida contract offers a lower price for the same goods listings and the official posting In the Purchasing and services. This reservation applies both to the initial Department the latter shall prevail) award of this solicitation and to acquisition after a term contract may be awarded. Additionally, Palm Beach c. PROTEST PROCEDURE: Protest procedures are County reserves the right to award other contracts for provided in the Palm Beach County Purchasing Code. goods and services falling within the scope of this Protests must be in writing, addressed to the Director of solicitation and resultant contract when the Purchasing, identify the solicitation, specify the basis for specifications differ from this solicitation or resultant the protest and be received by the Purchasing contract, or for goods and services specified in this Department within five (5) business days of the posting solicitation when the scope substantially differs from thiS date of the recommended award. The protest IS solicitation or resultant contract. considered filed when it is received by the Purchasing Department. Failure to file protest as outlined in the k. OFFER EXTENDED TO OTHER GOVERNMENTAL Palm Beach County Purchasing Code shall constitute a ENTITIES: Palm Beach County encourages and agrees waiver of proceedings under the referenced County to the successful bidder extending the pricing, terms and Code conditions of this solicitation or resultant contract to other governmental entities at the discretion of the 5. CONTRACT ADMINISTRATION successful bidder. a. DELIVERY AND ACCEPTANCE: Deliveries of all items I. PERFORMANCE DURING EMERGENCY: By shall be made as soon as possible. Deliveries resulting submitting a bid, bidder agrees and promises that. from this bid are to be made during the normal working dUring and after a public emergency, disaster, hurricane, hours of the County. Time is of the essence and flood, or acts of God, Palm Beach County shall be given delivery dates must be met. Should the successful "first priority" for all goods and services under this bidder fail to deliver on or before the stated dates, the contract. Bidder agrees to provide all goods and County reserves the right to CANCEL the order or services to Palm Beach County throughout the contract and make the purchase elsewhere The emergency/disaster at the terms, conditions, and prices successful bidder shall be responsible for making any as provided in this solicitation, and with a priority above, and all claims against carriers for missing or damaged a preference over, sales to the private sector. Bidder items. shall furnish a 24-hour phone number to the County in the event of such an emergency. Failure to provide the Delivered items shall not be considered "accepted" until stated priority/preference during an emergency/disaster an authorized agent for Palm Beach County has. by shall constitute breach of contract and make the bidder inspection or test of such items, determined that they subject to sanctions from further business with the appear to fully comply with specifications The Board of County. County Commissioners may return, at the expense of the successful bidder and for full credit, any item(s) 4. BID OPENING/AWARD OF BID received which fail to meet the County's specifications or performance standards. a. OBSERVING THE PUBLISHED BID OPENING TIME: The published bid opening time shall be b. FEDERAL AND STATE TAX: Palm Beach County is scrupulously observed. It is the sole responsibility of exempt from Federal and State taxes. The authorized the bidder to ensure that their bid arrives in the agent for Purchasing shall provide an exemption Purchasing Department prior to the published bid certificate to the successful bidder, upon request. opening time. Any bid delivered after the precise time of Successful bidders are not exempted from paying sales bid opening shall not be considered, and shall be tax to their suppliers for materials to fulfill contractual returned to the bidder unopened if bidder identification is obligations with the County, nor are successful bidders possible without opening. Bid responses by telephone, authorized to use the County's Tax Exemption Number telegram, or facsimile shall not be accepted. Bidders in securing such materials. shall not be allowed to modify their bids after the published bid opening time. c. PAYMENT: Payment shall be made by the County after commodities/services have been received, accepted b. POSTING OF AWARD RECOMMENDATION: and properly invoiced as indicated in the contract and/or Recommended awards shall be publicly posted for order Invoices must bear the order number The Page 8 Florida Prompt Payment Act is applicable to this Purchasing shall give written notice of termination to the solicitation. successful bidder, specifying the portions of the contract to be terminated and when the termination becomes d. CHANGES: The Director of Purchasing, Palm Beach effective. If only portions of the contract are terminated, County, by written notification to the successful bidder the successful bidder has the right to withdraw, without may make minor changes to the contract terms. Minor adverse action, from the entire contract. changes are defined as modifications which do not significantly alter the scope, nature, or price of the Unless directed differently in the notice of termination, specified goods or services. Typical minor changes the successful bidder shall incur no further obligations in include, but are not limited to, place of delivery, method connection with the terminated work, and shall stop work of shipment, minor revisions to customized work to the extent specified and on the date given in the specifications, and administration of the contract. The notice of termination. Additionally, unless directed successful bidder shall not amend any provision of the differently, the successful bidder shall terminate contract without written notification to the Director of outstanding orders and/or subcontracts related to the Purchasing, and written acceptance from the Director of terminated work. Purchasing or the Board of County Commissioners. THIS IS THE END OF "GENERAL CONDITIONS." e. EQUITABLE ADJUSTMENT: The County may, in its sole discretion, make an equitable adjustment in the Contract terms and/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 successful bidder's control, (2) the volatility affects the marketplace or industry, not just the particular successful bidder's source of supply, (3) the effect on pricing or availability of supply is substantial, and (4) the volatility so affects the successful bidder that continued performance of the Contract would result in a substantial loss. Note: Any adjustment would require irrefutable evidence and written approval by the Director of Purchasing. f. 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, and 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 this 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." g. 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 ;3ge . - .--. ---- ---...,-...-----.., SPECIAL CONDITIONS 6. GENERAL/SPECIAL CONDITION PRECEDENCE In the event of conflict between General Conditions and SpeCial Conditions, the provisions of the Special Conditions shall have precedence. 7. PRE-BID CONFERENCE (NON-MANDATORY) All interested parties are invited to attend a pre-bid conference which is scheduled to be held at Palm Beach County Purchasinq Department, 50 South Military Trail, Suite 109, West Palm Beach, FL 33415 on Tuesday, Auqust 16, 2005, 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. Changes to this Invitation for Bid may be made only by written amendment issued by the County Purchasing Department. Oral explanations or instructions given by any County representative are not binding and should not be interpreted as altering any provision of this document. Bidder certifies that their bid is made without reliance on any oral representations made by the County. In accordance with the provisions of ADA, auxiliary aids or services will be provided upon request with at least three days notice. 8. POST AWARD MEETING Within ten (10) days after receipt of notification of award of bid, successful bidder shall meet with Voice Services representative(s) to discuss job procedures and scheduling. The successful bidder shall contact Robert McFadden at (561) 233-4416 to arrange meeting. 9. 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 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. Successful bidder shall provide written evidence of similar experience, including scope of work which demonstrates the completion of similar projects within the last two (2) years with expertise in the integration. installation and support of: copper/fiber structured cabling systems, network systems, internetworking electronics (i.e., bridges, routers), OSU/CSUs and UPS systems. B. Successful bidder shall provide written evidence that bidder is a Palm Beach County Electrical or Communication and Sound Contractor who is licensed by the Construction Industry Licensing Board of Palm Beach County and registered with the State of Florida Electrical Licensing Board or a Certified Electrical or Limited Energy System Specialty Contractor who is certified by the State of Florida Electrical Licensing Board C. Successful bidder shall provide written evidence that bidder has in his employ or under contract a Registered Communications Distribution Designer (RCDO). O. Successful bidder shall provide written evidence that bidder's company has an AMP NO&I (Network Design & Installation) Certification. Page 10 E. Successful bidder shall provide written evidence that bidder has in his employ or under contract a qualified AutoCad Technician. F. Successful bidder shall provide a description and sample of Return Material Authorization (RMA) Program. G. Successful bidder shall provide a description and sample of Business as Usual (BAU) Program. 10. CRIMINAL HISTORY RECORDS CHECK This solicitation includes sites and/or buildings which have been designated as "critical facilities" pursuant to Ordinance 2003- 030 and Resolution R-2003-1274, as may be amended. Therefore, prior to the award of any contract, the recommended awardee(s) must comply with all the requirements of this solicitation, Le. Criminal History Records Check Ordinance. County staff representing the user Department will contact the recommended awardee(s) and provide additional instructions for meeting the requirements of this Ordinance. A contract shall not be awarded unless the recommended awardee meets the requirements established by the Electronic Services and Security Division of the Facilities Development and Operations Department. 11. 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, based on prices offered as applied to pre-established "hypothetical" project(s) and a market basket of various items. Note: The pre-established "hypothetical" project(s) and market basket shall remain confidential and secured until the evaluation process begins. 12. HOURLY RATE / SERVICEITRIP CHARGE STANDARD HOURLY RATE: Is defined as the usual and customary flat rate dollar amount associated with one (1) hour of labor activity expended performing work functions (including any equipment programming). Standard hourly rate is based on the standard work week of Monday through Friday between the hours of 8:00 A.M. and 5:00 P.M. OVERTIME RATE: Is defined at the usual and customary flat rate dollar amount associated with one (1) hour of labor activity expended performing work functions (including any equipment programming) that occurs during the period and time frame outside the standard work week. This would be Monday through Friday between the hours of 5:01 P.M. and 7:59 A.M. and between 5:01 P.M. Friday through 7:59 A.M. Monday. THIS RATE SHALL BE PAID AT ONE AND ONE-HALF (1 Yz ) TIMES THE STANDARD RATE BID. SERVICEITRIP CHARGE: Is defined as the usual and customary flat rate dollar amount associated with order processing or travel time to the location where services are to be performed. It is to be understood that the service/trip charge is to be applied one (1) time per service visit, regardless of the quantity of non-mai nte nance/repa ir requests being accomplished during the service visit. (E.g.: If three (3) separate work requests are performed and completed during the same service visit, only one (1) service/trip charge is to be applies. Likewise, if a work request is performed which requires multiple site visits to complete, only one (1) service/trip charge is to be applied.) 13. METHOD OF ORDERING (TERM CONTRACT) A contract shall be issued for a term of thirty-six (36) months or until the estimated amount is expended, at the discretion of the County. The County will order on an "as needed" basis. 14. F.O.B. POINT he F.O.B. point shall be destination. Exact delivery point will be indicated on the term contract delivery order (DO). Bid responses showing other than F.O.B. destination shall be rejected. Bidder retains title and assumes all transportation charges, responsibility, liability and risk in transit, and shall be responsible for the filing of claims for loss or damages. 3ge 15. TIME FOR COMPLETION / DELIVERY (PROJECTS) Bidder acknowledges and agrees that the time of completion/delivery is an essential condition of this contract. By submitting a bid response, bidder, if awarded contract, agrees to begin work not later than ten (10) days after notification, and to proceed with the work uninterrupted in such a manner, with sufficient labor, equipment and/or materials so as to ensure its completion within aqreed upon time frame. 16. AS SPECIFIED A term contract delivery order (DO) will be issued to the successful bidder with the understanding that all items delivered must meet the specifications herein. Palm Beach County will return, at the expense of the successful bidder. items not delivered as specified. At the option of Palm Beach County, item(s) from any delivery may be submitted to an independent testing laboratory to determine conformity to respective specifications. Bidders 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 17. ESTIMATED EXPENDITURES The anticipated term of the contract to be awarded as a result of this bid is for thirty-six (36) months. The anticipated value during the contract term is $2,550,000.00. Palm Beach County reserves the right to increase or decrease the anticipated value as necessary to meet actual requirements, and to rebid for the contracted goods and services at any time after the anticipated value of this contract has been reached, notwithstanding that the anticipated term has not been completed 18. RENEWAL OPTiON The successful bidder shall be awarded a contract for thirty-six (36) months with the option to renew for two (2) additional twelve (12) month period(s). Unit prices for optional years four (4) and five (5), shall be adhered to with no deviations. Any renewal shall be subject to the appropriation of funds by the Board of County Commissioners 19. WARRANTY The successful bidder shall fully warrant all products, equipment, parts, material and wiring furnished hereunder against mechanical, electrical and defective workmanship for a minimum of one (1) year from the date of installation 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. The successful bidder shall fully warrant labor required for all installation and repairs, including installation defects by the bidder's service center for a minimum of one (1) year after acceptance by Palm Beach County, and shall include any applicable freight charges. 20. 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. necessary to protect and secure the work site(s) and insure 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. 21. PERFORMANCE AND PAYMENT BOND The successful bidder shall furnish a surety bond from a surety company acceptable to Palm Beach County as security for faithful performance of order(s) awarded as a result of this bid and for the payment of all persons performing labor, and or their furnishing material in connection therewith. Surety of such bond shall be in an amount of $500.000.00. The attorney-in- fact who signs the bond must file with the bond a certificate and effective dated copy of power of attorney. Under no circumstances shall the successful bidder begin work until it has supplied to Palm Beach County an acceptable Performance and Payment Bond. Palm Beach County will accept any surety company listed on the current U.S. Treasury Circular #570 and licensed to do business in the State of Florida. Page 12 "'2. 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, Attention Insurance/Buyer Assistant, 50 South Military Trail, Suite 110, West Palm Beach, Florida 33415. During the term of the Contract and prior to each subsequent renewal thereof, the successful bidder shall provide this evidence to the County prior to the expiration date of each and every insurance required herein. Commercial General Liability, or similar form, shall have minimum limits of $500,000 Per Occurrence Combined Single Limit 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. Professional Liability Insurance. Successful bidder shall maintain Professional Liability Insurance, or equivalent Errors & Omissions Liability, at a limit of not less than $1,000,000 Per Occurrence. When a self-insured retention (SIR) or deductible exceeds $10,000, the County reserves the right, but not the obligation, to review and request a copy of successful bidder's most recent annual rep[ort or audited financial statement. For policies written on a "Claims-Made" basis, successful bidder warrants the Retroactive Date equals or precedes the effective date of this contract. In the event the policy is canceled, non- renewed, switched to an Occurrence Form, retroactive date advanced, or any other event triggering the right to purchase a Supplemental Extended Reporting Period (SERP) during the life of this contract, successful bidder shall agree to purchase a SERP Business Auto Policy, or similar form, shall have minimum limits of $500,000 Per Occurrence Combined Single Limit for Bodily Injury and Property Damage Liability. Coverage shall include coverage for all Owned Autos, Hired Autos and Non- owned Autos. (In this context, the term "Autos" is interpreted to mean any land motor vehicle, trailer or semi trailer designed for travel on public roads.) 'lorkers' Compensation and Employer's Liability coverage is required for all personnel who work on this project. This shall ,11c1ude the personnel of the contractor and any subcontractors, reQardless of the size of the company. Exemptions for small companies shall not be accepted. Coverage must include Employer's Liability with minimum limits of $100,000 Each Accident, $500,000 Disease-Policy Limit, $100,000 Disease-Each Employee. 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). 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. Further, said Certificate(s) shall unequivocally provide thirty (30) days (except 10 days for non-payment) written notice to County prior to any adverse change, cancellation or non-renewal of coverage there under. 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. All insurance provided hereunder shall be endorsed to show that it is primary as respects to County. 3ge SPECIFICA TIONS BID #05-193/MF INSTALLATION, INTEGRATION, MAINTENANCE & SUPPORT SERVICES FOR THE VOICE SERVICES AND ENTERPRISE NETWORK SYSTEMS, TERM CONTRACT 1.0 INTRODUCTION 1.1 PURPOSE 1.1.1 This Invitation for Bid (IFB) is for Palm Beach County to solicit BIDS from qualified, responsible, and responsive companies for the procurement, installation, integration, maintenance, and support services for Voice Services systems and the Enterprise Network systems. This IFB is also for the purpose of obtaining guaranteed not to exceed prices for the cable. material, equipment, labor, and support services associated with this BID and resulting term contact. 1.2 SCOPE 1.2.1 This IFB delineates the requirements for the material, labor and support services to be provided. 1.2.2 This IFB document has been prepared by Purchasing and VOICE SERVICES. BIDDER requests for clarification must be submitted in writing to Purchasing no later than five (5) work days prior to the IFB response date. Verbal requests for clarification will not be accepted. Written responses to all questions will be shared with all qualified BIDDERS in the form of an Amendment. Questions received after the cut-off date for receiving questions will not be answered. 12.3 The vendor awarded this solicitation shall, on an as needed basis, be responsible for the integration, supply and/or installation, connection, and maintenance/repair of County's Enterprise Network (EN) Systems and the various "station side" cabling associated with Voice Service Systems. The successful BIDDER may be required to also provide the same services, on an as needed basis, in support of new County-owned buildings and facilities. 1.2,4 There are approximately 150 plus County facilities where these services may be required. Other sites may be added during the term of this contract dependent on County needs. 1.2,5 The reference to "150 plus" County facilities is solely provided for informational purposes. The successful BIDDER will be required to provide services as specified, on a time and material basis, anywhere geographically within Palm Beach County 1.2.6 The overall scope involves, but is not limited to, providing and/or installing voice and data cabling; (including, inter-building, intra-building, and station copper and fiber optic cabling), voice and data jack terminations, patch panels, 110 type wire termination units, information outlets (communications), patch cables, wire racks, fiber optic equipment, active/passive network components, and maintenance/repair services. When practical and possible the successful BIDDER will utilize existing cable runs and conduits, unless directed otherwise by VOICE SERVICES. An exception, for example, would be cabling in panel rooms. 2.0 SPECIFICATIONS - GENERAL 2.1 QUALlFICA TION/CERTI FICA TION 2.1.1 Refer to other sections at the beginning of this document for qualification information and requirements Page 14 2.2 PRICING 2.2.1 BIDDERS must complete EXHIBIT 1 through EXHIBIT III inclusive. Failure to complete the exhibits shall result in the BID being disqualified. All specific pricing shall be provided on EXHIBITS II through III inclusive and submitted with the BID. Pricing submitted on BIDDER quotation forms will not be accepted and will result in disqualification of the BID. Bid EXHIBIT II is the main pricing exhibit associated with this BID. NOTE: EXHIBIT III is an OPTIONAL EXHIBIT for optional years 4 and 5 should the COUNTY and the successful BIDDER mutually agree to exercise the optional years. 2.2.2 VOICE SERVICES reserves the right to utilize the pricing exhibits for the purpose of obtaining material only, obtaining labor only, or obtaining a combination of material and labor. BIDDERS must provide all the requested pricing information. BID responses, which do not contain the requested pricing information for these exhibits, or if specific line items listed in the exhibits contain a "No Bid", "N/A" , "-" type response statement, or are left blank will be considered non-responsive to the document. 2.3 ACCEPTANCE 2.3.1 Any discrepancies in equipment, defects in cabling, operational difficulties or other problems encountered during final testing, installation of computer and network hardware, inventory, and post operation evaluation will be furnished to the successful BIDDER in writing, per project phase. 2.3.2 Resolution of these items to the satisfaction of the COUNTY is required prior to system acceptance. VOICE SERVICES staff will verify each of the major components, performing random testing of the fiber optic cable, UTP cable, shielded twisted pair cabling, network equipment (link verification) and network management hardware/software testing. 2.3.3 The date of "acceptance" is defined as the date all required cabling, material, electronics, and information outlets have been installed, tested, operationally activated, the required documentation presented to the County and all identified discrepancies have been satisfactorily completed, per project phase. 3.0 PROJECT SPECIFICATIONS - NON-TECHNICAL 3.1 MATERIAL AND WORKMANSHIP 3.1.1 The successful BIDDER shall schedule and coordinate all installation, rearrangement, removal, or repair activity of any/all equipment, through VOICE SERVICES. 3.1.2 All work shall be performed in a professional workman-like manner that is compatible with the COUNTY's normal business. 3.1.3 The successful BIDDER must comply with all applicable national, Federal, State, and local rules, regulations, codes, and standards for safety, building, electrical, fire, communications low voltage wiring, and installation work. The successful BIDDER, also understands and agrees that all equipment and/or services provided to the COUNTY shall comply with specifications set forth in the applicable sections of the Federal Communications Commission Rules and Regulations. In addition, work performed shall be in accordance with industry accepted practices, such as those set forth in EIAlTIA, BISCI. Additionally, all cable, wire, and associated material and equipment provided and installed by the successful BIDDER is to have been tested by an approved testing facility and listed for the intended use. Additional information relating to codes, etcetera is contained in the following Section (3.1.4). 3.1.4 Installations/Products are to be in accordance with the following codes and standards. Where there is a conflict between the bid document and the applicable code, the most stringent shall govern: . American National Standards Institute (ANSI). TIAlEIA - Telecommunications Industry Association/Electronics Industries Association . ANSIITIAlEIA-568-A - Commercial Building Telecommunications Cabling Standards for Wiring, latest edition with addendum . ANSIITIAlEIA-569-A - Commercial Building Standard for Telecommunications Pathways and Spaces, latest editions clge . ANSI/TIAlEIA-606 - The Administration Standard for Telecommunications Infrastructure .), Commercial Building, latest edition . ANS I/TIAlEIA-607 - Commercial Building Grounding and Bonding Requirements for Telecommunications, latest editions . ANSI/TIAlEIA-758 - Customer-Owned Outside Plant Telecommunications Cabling Standard . ANSI/TIAlEIA TSB 657 - Transmission Performance Specifications for Field Testing of Unshielded Twisted-Pair Cabling Systems, latest editions . ANSI/TIAlEIA TSB 72 - Centralized Optical Fiber Cabling Guidelines . ANSI/TIAlEIA TSB 75 - Additional Horizontal Cabling Practice for Open Offices . ANSI/NFPA 70 Article 318 - Cable Trays . National Electrical Code, (NEC), NFPA 70, latest editions . Building Industry Consulting Service International (BISCI) . "Telecommunications Distribution Methods Manual" . "Telecommunications Installation Manual" . "Customer-Owned Outside Plant Design Manual" . Underwriters Laboratories (UL) . Federal Communications Commission (FCC) . Americans with Disabilities Act Requirements (ADA) . Occupational Safety and Health Administration Regulations (OSHA) . National Fire Protection Association (NFPA) . Institute of Electrical and Electronic Engineers (IEEE) Applications standards including, but not limited to LAN Standard for Ethernet IEEE 802.3 . National Electrical Manufacturers Association (NEMA) . National Electrical Safety Code (NESC) . ISO/IEC - International Standard Organization and International Electro technical Commission 3.1.5 All cable, equipment, material, components provided by the successful BIDDER, must be guaranteed to be new. Additionally, all cable, equipment, material, and components provided by the successful BIDDER must comply with the specifications set forth in the EIAlTIA-568, "Commercial Building Wiring Standards", as well as other standards as stated herein. The COUNTY reserves the right to supply any/all cable, equipment, material or components out of existing stock. 3.1.6 No cable, equipment, material, components shall be borrowed, substituted, or removed without the express knowledge and consent of VOICE SERVICES. 3.1.7 The successful BIDDER must maintain a clean work space at all times. All debris must be disposed of properly at the completion of requested services and prior to leaving the site. Hazardous materials must be disposed of in accordance with national, Federal, State, and local rules, regulations, ordinances, codes. and standards. Page 16 3.1.8 The successful BIDDER shall insure that all personnel assigned to projects have the expertise to perform the services, and have the ability to operate any and all equipment utilized in conjunction with this service, and all personnel on a job site have appropriate identification clearly identifying the individuals and the firm they represent available upon request. NOTE: BIDDER employee's will be required to comply with the COUNTY'S ordinance/policies regarding access to COUNTY facilities and as such will be required to comply with those requirements prior to having access to COUNTY facilities. See Term & Condition #10. 3.1.9 All inside/outside plant installation personnel for inside plant cabling shall be required to wear uniforms on site. The company's name must be predominately displayed 3.1.10 The successful BIDDER is solely responsible for obtaining all permits for all work requests. Additionally, the successful BIDDER is solely responsible for any/all costs associated to repair any items or COUNTY facility, structure, and/or property which become damaged by the installation activity. 3.1.11 Any and all equipment, material, components, cable, wire, jacks, etcetera, provided and installed and operationally activated by the successful BIDDER that is deemed unacceptable by the COUNTY or does not comply with the specifications herein and rules, regulations, codes, ordinances, or standards as indicated in other sections of this document will be replaced, with appropriate and compliant products, by the BIDDER, at no cost whatsoever to the COUNTY, prior to system acceptance. 3.1.12 All installed horizontal cabling must meet Category 5, Level II requirements. Conformance test shall be submitted. Cabling shall be installed to meet ANSI/EIAlTIA 568A (or latest version). If Category 6 is specified by the County, all installed horizontal cabling must meet Category 6 requirements. 3.1.13 All installed backbone fiber cabling shall be end to end tested. Fiber links shall meet the EIAITIA requirements for connector mated pair reflection loss and splice loss as applicable. Unless otherwise specified, all backbone fiber cabling shall be installed in inner-duct. 3.1.14 Consumables - Items used for the installation of voice and data infrastructure that are expended to complete an installation process are the sole responsibility of the successful BIDDER. Examples of these items are: jet line, electrical tape, label tape, solvents, cleaners, cable lube, polishing paper, wipes, glues, paint rollers, brushes, pans, and etcetera. 3.2 MANUALS AND DOCUMENTATION 3.2.1 The successful BIDDER shall provide network diagrams identifying all cable routes and active/passive network hardware in prinVplotter and electronic format as required and as stated herein. Like services shall be provided for cabling associated with voice systems. 3.2.2 The successful BIDDER shall, for each communications room, provide a wire list and cross reference for Patch Panel locations (or 66-type/11 O-type IDC blocks as applicable when cabling is primarily used for voice services) to room number/station location. The wire list cross reference documentation will also provide cable distance, attenuation and db losses. All documentation specified shall be provided to VOICE SERVICES in electronic form compatible with AutoCad 2002 software or current release. 3.2.3 The successful BIDDER shall provide VOICE SERVICES with the following documents when requested: a. Five (5) complete sets of manuals for network devices. b. One (1) electronic copy of cable test information, upon completion of each work request completed. c. One (1) electronic copy, in an acceptable format to the COUNTY, of an inventory listing of all electronic devices with the following format: devise name, serial number, floor number and IDF closet number. d. AutoCad 2002, or current release, drawings showing cable and electronics location. In the electronic version of the drawings, all labeling and test data must be included as attribute data (csv data incorporated into the attributes of AutoCad 2002 drawings). e. The successful BIDDER shall update ISS's network trouble and configuration management system. age 4.0 SERVICE REQUIREMENTS 4.1 CUSTOMER SERVICE 4.1.1 The COUNTY requires that the successful BIDDER provide qualified installation, maintenance and repair. and support services from a service center which will permit adherence to the service response time frame requirements identified in paragraph 4.2.4 4.1.2 The BIDDER will assign an Account Manager responsible for coordinating orders for installations rearrangements, removals, repairs and for resolving billing discrepancies. 4.1.3 BIDDER must provide an escalation list of names, addresses, and telephone numbers to the VOICE SERVICES representative within five (5) working days after notification in the event a problem is not resolved by the Account Manager to the satisfaction of the COUNTY 4.1.4 The successful BIDDER shall have a Return Material Authorization (RMA) Program to include. at a minimum, the following: a. Tracking Number b. Item Description c. Date Initiated d. Reason for Return e. Disposition of returned material f. Expected Resolution Date 4.1.5 The successful BIDDER shall have a Business as Usual (BAU) Program to include, at a minimum, the following: a. Project Tracking Number With Date b. Brief Description c. Date initiated d. Anticipated Installation Start/Delivery e. Anticipated Construction Completion f. Responsibility/Ownership for Completion (e.g., material delivery, additional information, engineering). g. Daily Updates of standard work request adds/completions and Weekly status updates of on-going projects type work requests. 4.1.6 Due to the importance of the Enterprise Network and the Voice Network, in the operation of the COUNTY's business, the successful BIDDER is required to provide Business Recovery Services to the COUNTY in the event of natural and/or other disasters. 4.2 INST ALLA TIONS/REARRANGEMENTS/REP AIRS 4.2.1 All repairs shall be made using Original Equipment Manufacturer (OEM) components. Substitutes. unless designated as a replacement by the manufacturer of the equipment, are not acceptable. 4.2.2 The successful BIDDER shall provide routine and emergency service as required and in accordance with manufacturer and warranty standards. Such action shall be continuous until the problem, or problems, are 100% corrected. There will be no charge for any work that is covered under the warranty period. The successful BIDDER will be responsible for all warranty work even when contract expires if work/materials are still under warranty. 4.2.3 Should any condition exist which precludes or inhibits the successful BIDDER's ability to satisfy the required response times, the successful BIDDER shall inform VOICE SERVICES in writing within twenty-four (24) clock hours. Page 18 4.2.4 The BIDDER must initiate repair and time and material service, after the COUNTY requests service as follows: Emergency service -- Within two (2) clock hours of reported trouble Routine Trouble Service -- Within eight (8) clock hours of reported trouble Time & Material Service -- Within five (5) work days of requested work All repair and maintenance actions shall be continuous until problems are 100% corrected. 4.2.5 Emergency Trouble Service: An Emergency Trouble Service is defined as the failure of the network backbone and/or passive/active network component which renders an entire area incapable of performing any of its functions (e.g., a zone, floor, or communications between sites). a. If the failure can not be resolved over the phone, within the 2 hour period and an on-site response is necessary to correct the problem, a trained and qualified technician shall be on site within four (4) clock hours. b. BIDDER must have fusion splicer (single and multi-mode), 2,000 feet of 48 strand single-mode fiber, and 2,000 feet of 24 strand, single-mode and multi-mode fiber cable in inventory for deployment to emergency repair. 4.2.6 Routine Trouble Service: A Routine Trouble Service is defined as any outage not specifically defined as an emergency. a. Response by a qualified technician shall occur within eight (8) clock hours of the trouble report. Service must be fully (100%) restored within two (2) normal business days. b. Must have single/multi-mode optical time domain reflectometer (OTDR) and be on-site within six (6) hours for fault isolation for RCDD/Engineer to disposition for repair/resolution. c. Must respond to horizontal, backbone, and OSP copper or fiber optic cable repairs within twenty-four (24) clock hours. 4.2.7 Time and Material Service (BAU): Response to BAU requests must be within five (5) work days of the requested service. 4.2.8 Should any condition exist that would preclude or inhibit the successful BIDDER's ability to satisfy the maintenance or order work activity within the above specified time frames, the successful BIDDER shall notify VOICE SERVICES immediately. Additionally, a description of the limiting or exempting condition(s) must be provided to VOICE SERVICES with a revised completion date of the required work activity. Furthermore, if such constraining conditions are temporary in nature, the successful BIDDER shall indicate when and or under what conditions he would again become fully compliant with required response times. 4.2.9 The COUNTY's normal working hours shall be defined as Monday through Friday, 8:00 a.m. to 5:00 p.m., excluding County holidays. 5.0 COMMENCEMENT OF WORK NOTIFICATION 5.1 Palm Beach County (COUNTY) VOICE SERVICES, of the Technical Infrastructure Division, hereinafter referred to as VOICE SERVICES, will periodically notify the successful BIDDER of required work to be performed. 5.2 VOICE SERVICES will call the successful BIDDER's service center, to report troubles and request all repair and maintenance service. 5.3 VOICE SERVICES will contact the successful BIDDER's service center via fax, to request T&M service activity. The fax transmittal will contain all information necessary for scheduling and responding to the request, including location where work is to be performed, VOICE SERVICES (internal) work request number, requesting VOICE SERVICES contact person's name and telephone number, on site (work 1ge ~ ' location) contact name & telephone number, description of work activity to be performed and/or listing 0' material to be procured and/or installed. and drawing of the installation location where work te be performed 5.4 BIDDER technicians assigned to individual repair and/or T&M requests must contact VOICE SERVICES upon arrival and prior to departure from the work site. Upon contacting VOICE SERVICES prior to departure technicians are required to provide detailed "close-out" information regarding the work activity to the VOICE SERVICES contact person 5.5 The successful BIDDER shall meet with VOICE SERVICES representative prior to the commencement of any project. Furthermore, the successful BIDDER'S Project Manager shall keep VOICE SERVICES representative advised of work progress from commencement through completion. 5.6 Upon request, the successful BIDDER must provide a complete itemized estimate, including scope of work, parts, professional services, etc., per project. These, per project, estimates shall be approved in writing, by VOICE SERVICES authorized personnel, prior to commencement of any project 5.7 For installed products, "Operational Date" is the date all station lines. network backbones, and campus network are fully operational and ready for use. 6.0 INVOICING AND BILLING REQUIREMENTS 6.1 The successful BIDDER must provide COUNTY Finance Department with the original invoice for each billable activity completed. A duplicate copy of the invoice must be provided to VOICE SERVICES. VOICE SERVICES will utilize the duplicate invoice copy to validate the billing statement and affect the correct payment amount through the Finance Department 6.2 All billing invoices submitted to the COUNTY, for T&M and billable trouble activities, must contain the following information: . Location (County work center and complete address) where work was performed . Date work was completed . VOICE SERVICES trouble ticket number or VOICE SERVICES Work Order number . COUNTY Purchase Order number . Name of VOICE SERVICES representative generating the service request . BIDDER trouble ticket number or T&M work sheet identification number . Description of T&M work activity actually performed or a description of trouble clearance and a detailed listing . Of all material used to complete the work request or trouble . Job start and end time VOICE SERVICES is required to validate the accuracy of all billing invoices before payment authorization can be made, therefore, billing invoices received which do not contain the required information will result in a delay in payment Invoices which can not be validated by the COUNTY will not be paid. 6.3 The successful BIDDER must provide VOICE SERVICES with a monthly account statement. Account statements will contain a detailed listing of all invoices presented to the COUNTY with an indication of the status (paid or unpaid) of each invoice. 7.0 PROJECT SPECIFICATION - TECHNICAL 7.1 This "overall" project, with it's individual work requests, will consist of, but not be limited to, the procurement, delivery, installation, testing, and operationally activating inter and intra-building copper and fiber optic feed cables, voice and data station cabling, communications/information outlets Uacks) where required, patch panels, IDC-type cable terminating blocks, wire management panels and racks, copper and fiber optic cable terminations and terminating equipment and hardware, equipment racks, etcetera. Note: All station cable provided and installed under this bid is to be of the certified level 5e, 6, or greater as indicated elsewhere in this document Station cables will be used for providing voice and data service. Page 20 7.3 TESTING REQUIREMENTS 7.3.1 The successful BIDDER is required to perform tests on all cables installed, to ensure operational and technical conformity. Continuity tests will be performed on all copper station and intra-building cables installed. Dispersion, splice loss, and optical time domain tests will be performed on all fiber optic cable installed. 7.3.2 Continuity tests on all copper horizontal station cables will be performed from the station (instrument/terminal) side of the jack to the MDF/IDF termination point. Failure rate on continuity test must not exceed 0%. All station cables and jacks are to be 100% operational. Replacement of any station cable and jack that does not meet this requirement must be replaced, activated, and tested for operational compliance prior to acceptance by the COUNTY. Replacement will be at no cost whatsoever to the COUNTY. 7.3.3 Continuity tests on all copper intra-building riser and/or horizontal feed cables installed will be performed from the "originating" 110 type termination point to each 110 type termination point(s) utilized in the cable installation. Failure rate of continuity tests on intra-building cables shall not exceed three (3) percent per sheath installed. Failure rates in excess of three (3) percent per sheath installed, will require corrective measures by the successful BIDDER prior to acceptance by the COUNTY. The exact corrective measure(s) required, up to and including replacement will be determined by the COUNTY. Corrective measures will be at no cost whatsoever to the COUNTY. 7.3.4 Dispersion, splice loss, and optical time domain tests must be performed on all fiber optic cable placed. The successful BIDDER must certify the fiber optic cables installed are FDDI compliant. 7.4 FIRESTOPPING 7.4.1 The successful BIDDER is required to fire-stop all penetrations of floors and walls, including cable "riser" openings. Floor fire-stops must have at least a two (2) hour rating and all wall fire-stops must have a rating equal to or greater than the fire rating of the wall penetrated. The successful BIDDER is also required to "sleeve" all wall penetrations. All fire-stopping and sleeves provided shall comply with all local, state, and national codes and fire-stop material shall meet the criteria of UL 1479 and ASTM E-814 7.5 HORIZONTAL CABLING AND RELATED ITEMS 7.5.1 This section provides a general description of the items and associated requirements to be provided by the successful BIDDER. NOTE: The items and services contained in this section are not an all inclusive list. Category 5e, 4-pair UTP, Plenum. Furnish and install Category 5e cabling from the Intermediate Cross-Connect (IC) to the work area for all work areas. Cabling installation is to be fully concealed outside the IC except where approved by ISS. Includes required support infrastructure at a maximum every 5 feet for major pathway. No cable shall be supported by the ceiling grid. The installation must be installed to meet code. Category 6, 4-pair UTP, Plenum. Furnish and install category 6 data cabling from the IC to the work area as required by ISS for work areas. Cabling installation is to be fully concealed outside the IC, except where approved by ISS. Includes required support infrastructure at a maximum every 5 feet for major pathway. No cable shall be supported by the ceiling grid. Outlets, category 5e Furnish and install Category 5e outlets at the work area. Installed category 5 links are to be fully tested to meet EIAlTIA Category 5, Levell! testing. Outlets, category 6 Furnish and install Category 6 outlets at the work area. Installed category 6 links are to be fully tested to meet EIAlTIA 568 latest requirements. Faceplate, 2-port Furnish and install as required the 2 port faceplate. Faceplate, 4-port ;'3ge .' Furnish and install as required 4 port faceplate Duplex plate mounting strap Furnish and install as required the duplex plate mounting strap. Cut in wall boxes Furnish and install cut in boxes for all applications where faceplates are used and wall penetration does not exist. Cut in box to have 4 sides and a rear backing. Blanks. Furnish and install blanks in all unoccupied ports. 2 port, surface mount biscuits Furnish and install surface mount biscuits where wall boxes and faceplates can not be used. 48 port patch panel, rack mount, category 5e Furnish and install 48 port patch panel as required. Unless otherwise requested by ISS, all patch panels installed shall be 48 ports. 24 port patch panel, rack mount, category 5e Furnish and install 24 port patch panel as requested. 48 port patch panel, rack mount, category 6 Furnish and install 48 port patch panel as required. Unless otherwise requested by ISS, all patch panels installed shall be 48 ports. 24 port patch panel, rack mount, category 6 Furnish and install 24 port patch panel as requested. Horizontal wire management Furnish and install a horizontal wire manager for every patch panel installed. Wire manager to be Installed below the patch panel. Category 5e, 12 port mini patch panel Furnish and install a 12 port mini patch panel on backboard as required by ISS in facilities with physical limitation for growth and available wall space. Surface-mount raceway, minimum 1.25" wide Furnish and install surface mount raceway. Line item to include ceiling adapters, splice covers. inside corners, outside corners and elbows as required by the installation. AutoCAD documentation, per drop for installs and replacements Line item is to include the "as-built" documentation for single adds and replacement facilities. Contractor is responsible to up-date existing "as-builts", with adds, on a semi-annual basis and to furnish magnetic "as- builts" on latest release of AutoCAD for replacement facilities. Contractor shall maintain two sets of bound tabloid sized as-built documentation for contractor and for ISS. ISS shall furnish contractor with hard copy of existing and replacement facilities. 7.6. INTRA- AND INTER-BUILDING FIBER & COPPER CABLE AND RELATED ITEMS 6 strand, MM, plenum cable, in existing conduit/inner-duct Furnish and install OFNP rated cable. Cable's optical parameters and installation are to meet EIAffIA 568 (latest revision) for 62.5/125 fiber requirements. Cable is to be installed in plenum inner-duct with a 20' slack loop at both ends. 12 strand, MM, plenum cable, in existing conduit/inner-duct Furnish and install OFNP rated cable. Cable's optical parameters and installation are to meet EIAlTIA 568 (latest revision) for 62.5/125 fiber requirements. Cable is to be installed in plenum inner-duct with a 20' slack loop at both ends. 24 strand, MM, plenum cable, in existing conduit/inner-duct Furnish and install OFNP rated cable. Cable's optical parameters and installation are to meet EIAITIA 568 (latest revision) for 62.5/125 fiber requirements. Cable is to be installed in plenum inner-duct with a 20' slack Page 22 loop at both ends. 6 strand, MM, gel filled, in existing conduit Furnish and install the gel filled fiber optic cable in existing conduit. Cable's optical parameters and installation are to meet EIAlTIA 568 (latest revision) for 62.5/125 fiber requirements. Cable is to be installed with a 20' slack loop at both ends. The fiber entrance cables are required to be terminated with 50' of entrance. No penetration of firewall shall be allowed without a transition splice to an OFNP fire rated cable. 12 strand, MM, gel filled, in existing conduit Furnish and install the gel filled fiber optic cable in existing conduit. Cable's optical parameters and installation are to meet EIAlTIA 568 (latest revision) for 62.5/125 fiber requirements. Cable is to be installed with a 20' slack loop at both ends. The fiber entrance cables are required to be terminated with 50' of entrance. No penetration of firewall shall be allowed without a transition splice to an OFNP fire rated cable. 24 strand, MM, gel filled, in existing conduit Furnish and install the gel filled fiber optic cable in existing conduit. Cable's optical parameters and installation are to meet EIAlTIA 568 (latest revision) for 62.5/125 fiber requirements. Cable is to be installed with a 20' slack loop at both ends. The fiber entrance cables are required to be terminated within 50' of entrance. No penetration of firewall shall be allowed without a transition splice to an OFNP fire rated cable. 12 strand, SM, gel filled, in existing conduit Furnish and install the gel filled fiber optic cable in existing conduit. Cable's optical parameters and installation are to meet EIAlTIA 568 (latest revision) for 8.3/125 fiber requirements. Cable is to be a tight buffer breakout design with a pressure extruded, ultra-violet and fungus resistant PVC outer jacket having a nominal wall thickness of .050 and be suitable for aerial/duct applications. 24 strand, SM, gel filled, in existing conduit Furnish and install the gel filled fiber optic cable in existing conduit. Cable's optical parameters and installation are to meet EIAlTIA 568 (latest revision) for 8.3/125 fiber requirements. Cable is to be a tight buffer breakout design with a pressure extruded, ultra-violet and fungus resistant PVC outer jacket having a nominal wall thickness of .050 and be suitable for aerial/duct applications. 48 strand, SM, gel filled, in existing conduit Furnish and install the gel filled fiber optic cable in existing conduit. Cable's optical parameters and installation are to meet EIAlTIA 568 (latest revision) for 8.3/125 fiber requirements. Cable is to be a tight buffer breakout design with a pressure extruded, ultra-violet and fungus resistant PVC outer jacket having a nominal wall thickness of .050 and be suitable for aerial/duct applications. 96 strand, SM, gel filled, in existing conduit Furnish and install the gel filled fiber optic cable in existing conduit. Cable's optical parameters and installation are to meet EIAlTIA 568 (latest revision) for 8.3/125 fiber requirements. Cable is to be a tight buffer breakout design with a pressure extruded, ultra-violet and fungus resistant PVC outer jacket having a nominal wall thickness of .050 and be suitable for aerial/duct applications. 12 strand, SM, armored, gel filled, in existing conduit Furnish and install the gel filled fiber optic cable in existing conduit. Cable's optical parameters and installation are to meet EIAlTIA 568 (latest revision) for 8.3/125 fiber requirements. Cable is to be a tight buffer breakout design with a pressure extruded, ultra-violet and fungus resistant PVC outer jacket having a nominal wall thickness of .050 and be suitable for aerial/duct applications. 24 strand, SM, armored, gel filled, in existing conduit Furnish and install the gel filled fiber optic cable in existing conduit. Cable's optical parameters and installation are to meet EIAlTIA 568 (latest revision) for 8.3/125 fiber requirements. Cable is to be a tight buffer breakout design with a pressure extruded, ultra-violet and fungus resistant PVC outer jacket having a nominal wall thickness of .050 and be suitable for aerial/duct applications. '30e .~ 48 strand, SM, armored, gel filled, in existing conduit Furnish and install the gel filled fiber optic cable in existing conduit. Cable's optical parameters and installation are to meet EIAfTIA 568 (latest revision) for 8.3/125 fiber requirements. Cable is to be a tight buffer breakout design with a pressure extruded, ultra-violet and fungus resistant PVC outer jacket having 2 nominal wall thickness of .050 and be suitable for aerial/duct applications - 96 strand, SM, armored, gel filled, in existing conduit Furnish and install the gel filled fiber optic cable in existing conduit. Cable's optical parameters and installation are to meet EIAfTIA 568 (latest revision) for 8.3/125 fiber requirements. Cable is to be a tight buffer breakout design with a pressure extruded, ultra-violet and fungus resistant PVC outer jacket having a nominal wall thickness of .050 and be suitable for aerial/duct applications 1" inner-duct, plenum rated Furnish and install 1" plenum rated inner-duct as required for projects. All fiber optic cabling routed through the ceiling spaces of a facility shall be installed in plenum rated inner-duct. The inner-duct shall be supported at a maximum distance of 5 feet. 1" inner-duct Furnish and install 1" inner-duct as required for projects. Inner-duct is non-UL rated and to be used in outside plant environments. Inner-duct can be linear or corrugated as required by project Fiber optic termination, MM, ST type Furnish and install ST fiber optic connectors as required for complete termination of all fiber optic cables. Connector pair installations are required to meet the ANSI/EIAITIA 568 (latest revision) Fiber optic termination, SM, ST type Furnish and install ST fiber optic connectors as required for complete termination of all fiber optic cables. Connector pair installations are required to meet the ANSI/EIAITIA 568 (latest revision). Fiber optic bulkhead adapters Furnish and install fiber optic bulkhead adapters as required for complete termination of all fiber strands. Fiber optic patch panel, 24 port, rack mount Furnish and install 24 port fiber optic patch panel. Housing shall be enclosed and capable of accommodating the termination of gel filled cable by utilization of buffer tube fan out kit. Line item does not include the ST bulkhead adapters or fan out kits, however, shall include any blank panels as necessary for the specified installation to populate the patch panel fully. Fiber optic patch panel, 48 port, rack mount Furnish and install 48 port fiber optic patch panel. Housing shall be enclosed and capable of accommodating the termination of gel filled cable by utilization of buffer tube fan out kit. Line item does not include bulkhead adapters or fan out kits, however, shall include any blank panels as necessary for the specified installation to populate the patch panel fully. Fiber optic patch panel, 72 port, rack mount Furnish and install 72 port fiber optic patch panel. Housing shall be enclosed and capable of accommodating the termination of gel filled cable by utilization of buffer tube fan out kit. Line item does not include bulkhead adapters or fan out kits, however, shall include any blank panels as necessary for the specified installation to populate the patch panel fully. Fiber optic patch panel, 6-port, wall mount Furnish and install 6-port, wall mount fiber optic patch panel. Housing shall be enclosed and capable of accommodating the termination of gel filled cable by utilization of buffer tube fan out kit. This line item does not include buffer tube fan out kits or bulkhead adapters. However this line item shall include all blank panels necessary for the specified installation to populate the patch panel fully. Fiber optic patch panel, 12 port, wall mount Furnish and install 12 port, wall mount fiber optic patch panel. Housing shall be enclosed and capable 0\ accommodating the termination of gel filled cable by utilization of buffer tube fan out kit. This line item does not include buffer tube fan out kits or bulkhead adapters. However this line item shall include all blank panels necessary for the specified installation to populate the patch panel fully. Fiber optic patch panel, 24 port, wall mount Page 24 Furnish and install 12 port, wall mount fiber optic patch panel. Housing shall be enclosed and capable of accommodating the termination of gel filled cable by utilization of buffer tube fan out kit. This line item does not include buffer tube fan out kits or bulkhead adapters. However this line item shall include all blank panels necessary for the specified installation to populate the patch panel fully. Transition splice, mechanical, multimode Furnish and install mechanical splice as required for transition splices to entrance cables for multimode fibers. Contractor shall include the necessary splice holders for mounting into respective fiber wall boxes or rack mount panels. Transition splice enclosure, up to 192 fibers Furnish and install encapsulated, re-enterable spice housing, sized as required, with bonding straps, accessories and encapsulate as required. Buffer tube fan-out kit Furnish and install buffer tube fan out kit for termination of all loose tube, gel filled fiber optic cable. 12 strand, SM. transition splice fusion Furnish and install fusion spice as required for transition splices to entrance cables for single-mode fibers. 24 strand, SM, transition splice fusion Furnish and install fusion spice as required for transition splices to entrance cables for single-mode fibers. 48 strand, SM, transition splice fusion Furnish and install fusion spice as required for transition splices to entrance cables for single-mode fibers. Fiber optic bulkhead adapter, multimode Furnish and install fiber optic bulkhead adapters as required to complete termination of all fiber strands. 7.7 RACKS AND ANCILLARY ITEMS 7' x 19" EIA WIRING RACK & ladder tray (1' by 3') Furnish and install 55053-503 or equivalent, Tx19" brushed aluminum free standing rack. Rack is required to be bolted to the floor and to include up to 3' of overhead racking j-bolted to the freestanding rack and angle bracket to wall. Sharp edges of overhead racking must be capped. Rack must be grounded with 6 AWG and according to code. All racks must be rigidly secured to wall by using an angle bracket attached to the overhead racking. 19" x 36" x 18" wall mount rack Furnish and install as required by project a EIA 19" x 36" high x 18" deep wall mounted rack. The rack must be rigidly attached to the wall. Additionally, a #6 AWG solid copper insulated ground wire connected to buildinq Qround must be securely attached to the rack in such a way as to be in accordance with all applicable codes. 12" Overhead racking, Furnish and install 12" overhead racking. Line item must include all necessary support hardware. All overhead racking must be grounded with #6 AWG solid copper insulated ground wire and in a manner/fashion which is in accordance with applicable codes. 2" Overhead racking splice Furnish and install racking splice or butt splice as required by design. 12" Overhead racking angle bracket Furnish and rigidly install angle bracket for wall support as required by design. Vertical wire management, Double Sided Furnish and install vertical as required by ISS. Plywood, installed, coated, 4 ft. by 8 ft. Furnish and rigidly install 4'x8' backboard to wall. Backboards are to be painted with a non-conductive fire- retardant overcoat. 'lge .. Plywood, installed, coated, 2 ft. by 2 ft. Furnish and rigidly install 4'x8' backboard to wall. Backboards are to be painted with a non-conductIVe flre- retardant overcoat. Center mount shelf for 19" rack Furnish and install 19"center mount shelf. Shelf must be rated for 1 00 Ibs. 15" Deep shelf for 19" rack Furnish and install 19"center mount shelf. Shelf must be rated for 80 totallbs. 2" Horizontal sleeve w/ fire stop Furnish and install 2" horizontal sleeve. The sleeve must have a connector and bushing and shall be fire stopped according to code. Refer to Section 7.4.1 Vertical/Horizontal 3" core w/sleeve and fire stop Furnish and install 3" vertical sleeve. This sleeve is to include connectors and bushings at both top and bottom. Sleeve must be rigidly secured to the floor or wall. The sleeve must be fire stopped in accordance with code. This line item also includes the core to accommodate the 3" sleeve. Care must be taken during coring operations to insure that the dust is minimized during coring and slurry is cleaned post coring. Refer to Section 7.4.1 . 2" Conduit Furnish and install 2" conduit as replacement to existing conduit. Line item also includes necessary supports, couplers, connectors, and bushings for conduit termination. All conduits shall be terminated with connectors and bushings. Conduit shall be EMT (Electrical Metallic Tubing) type and shall comply with one or more of the following standards ANSI C80.3; UL 797; or Federal Specification WW-C-563 2' x 2' Junction box Furnish and install a maximum 2' x 2' junction box for the replacement of an existing system. Boxes shall have screw covers and shall be NEMA rated to meet code requirements for the application. Line item is to Include all necessary supports to install the junction boxes. Conduit penetration into boxes shall have connectors and bushings. 4" conduit Furnish and install 4" conduit. This Line item also includes necessary supports, couplers, connectors, and bushings for conduit termination. All conduits shall be terminated with connectors and bushings. Conduit shall be EMT (Electrical Metallic Tubing) type and shall comply with one or more of the following standards ANSI C80.3; UL 797; or Federal Specification WW-C-563. 4' x 4' junction box Furnish and install a maximum 4' x 4' junction box for the installation of a conduit system. Boxes shall have screw covers and shall be NEMA rated to meet code requirements for the application. Line item is to include all necessary supports to install the junction boxes. Conduit penetration into boxes shall have connectors and bushings. Pole riser Furnish and install a PVC schedule 40 pipe to be installed to an existing pole for the purpose of transiting a cable from above ground to underground. Fiberglass junction box 17" x 30" x 12" Furnish and install a 17" x 30" x 12" junction box to be placed in inter-building conduit installations to serve as an access point. Page 26 7.8 PATCH CABLES - SUPPLY ONL Y~ Category 5e 4-pair UTP, 15 ft. w/ RJ45 Category 5e 4-pair UTP, 10ft. w/RJ45 Category 5e 4-pair UTP, 4 ft. w/RJ45, hub to hub, or cross connect Category 6 4-pair UTP, 15 ft. w/RJ45 Category 6 4-pair UTP, 10 ft. w/RJ45 Category 6 4-pair UTP, 4 ft. w/RJ45, hub to hub, or cross connect ST:ST, fiber optic MM, dual zip, 3 m, orange ST:SC, fiber optic MM, dual zip, 3 m, orange SC:SC, fiber optic MM, dual zip, 3 m, orange ST:ST fiber optic SM, dual zip, 3 m, yellow ST:SC, fiber optic SM, dual zip, 3 m, yellow SC:SC, fiber optic SM, dual zip, 3 m, yellow ST:FC, fiber optic SM, dual zip, 3 m, yellow Male to Male 25 pair Assembly Cable, 12' Max. 24 Port Patch Panel w/interface 7.9. PROFESSIONAL AND SUPPORT SERVICES AutoCAD technical services Provide services for latest release of AutoCAD. Acceptable performance level shall be maintained at all times, if not, the County has the right to request an alternate AutoCad person from Contractor. RCDO/Registered Communications Distribution Designer professional services Provide professional services for design and installation of cabling systems. Inside/Outside Plant Cable Technician Provide services on a standard hourly (and/or overtime if requested/required) rate. Page 27 EXHIBIT 1 Bid #05-193/MF BIDDER Compliance to (IFB) Specifications ITEM REQUIREMENT IFB REFERENCE YES NO -..--- - ---~-_.._-- - -----_._---~-~----_..._. --- ---.---- BIDDER AGREES TO: 1. Complete all Exhibits (I through III) 2.2.1 thru 2.2.2 2. Acceptance Requirements 2.3.1 thru 2.3.3 3. Provide Requested Documentation/Manuals 3.2.1 thru 3.2.3 4. Provide Account Manager 4.1.2 -_:%. 5. Provide Escalation List 4.1.3 6. Return Material & Business as Usual Requirements 4.1.4 thru 4.1.5 7. Installation/Rearrangement/Repair Req u i rements 4.2.1 thru 4.2.9 8. Commencement of Work Notification 5.1thru5.7 9. Invoice and Billing Requirements 6.1 thru 6.3 -~ 10. Technical Requirements 7.1 thru 7.9 BIDDER Company Name:,__.___.._______ BIDDER Company Authorized Signature: ""-" "__ ...,,__ ..'O_.__~.____.___,__,._____.._._._ ..-.- ---..-.-..--.-.----------------.--.--'*'--. Print Signature Page 28 EXHIBIT II TIME & MATERIAL PRICING Page 1 of 11 Item Per Unit Pricing - Year 1 Per Unit Pricing - Year 2 Per Unit Pricing - Year 3 No. Item Description Material Labor Material Labor Material Labor 1 Service Call1Trip Charge xxxxxxxxx $ xxxxxxxxx $ xxxxxxxxx $ 2 Standard Hourly Rate - Inside Plant Cable Technician xxxxxxxxx $ xxxxxxxxx $ xxxxxxxxx $ 3 Standard Hourly Rate - Outside Plant Cable xxxxxxxxx $ xxxxxxxxx $ xxxxxxxxx $ Technician 4 Standard Hourly Rate - Auto CAD Technical xxxxxxxxx $ xxxxxxxxx $ xxxxxxxxx $ Services 5 Standard Hourly Rate -RCDD/Registered xxxxxxxxx $ xxxxxxxxx $ xxxxxxxxx $ Communications Distribution Designer 6 Patch Cord, Category 5e 4-pair UTP, 5 ft. w/RJ45 $ lea. xxxxxxxxx $ lea. xxxxxxxxx $ lea. xxxxxxxxx 7 Patch Cord, Category 5e 4-pair UTP, 10ft. w/RJ45 $ lea. xxxxxxxxx $ lea. xxxxxxxxx $ lea. xxxxxxxxx 8 Patch Cord, Category 5e 4-pair UTP, 15 ft. w/ RJ45 $ lea. xxxxxxxxx $ lea. xxxxxxxxx $ lea. xxxxxxxxx 9 Patch Cord, Category 5e 4-pair UTP, 4 ft. w/RJ45, $ lea. xxxxxxxxx $ lea. xxxxxxxxx $ lea. xxxxxxxxx hub to hub, or cross connect 10 Patch Cord, Category 6 4-pair UTP, 5 ft. w/RJ45 $ lea. xxxxxxxxx $ lea. xxxxxxxxx $ lea. xxxxxxxxx 11 Patch Cord, Category 6 4-pair UTP, 10ft. w/RJ45 $ lea. xxxxxxxxx $ lea. xxxxxxxxx $ lea. xxxxxxxxx 12 Patch Cord, Category 6 4-pair UTP, 15 ft. w/RJ45 $ lea. xxxxxxxxx $ lea. xxxxxxxxx $ lea. xxxxxxxxx 13 Patch Cord, Category 6 4-pair UTP, 4 ft. w/RJ45, hub $ lea. xxxxxxxxx $ lea. xxxxxxxxx $ lea. xxxxxxxxx to hub, or cross connect 14 Patch Cord, ST:ST, Fiber Optic MM, dual zip, 3 m, $ lea. xxxxxxxxx $ lea. xxxxxxxxx $ lea. xxxxxxxxx Oranoe 15 Patch Cord, ST:SC, Fiber Optic MM, dual zip, 3 m, $ lea. xxxxxxxxx $ lea. xxxxxxxxx $ lea. xxxxxxxxx Oranoe Column lbtaL.for each column this page. $ $ $ $ $ $ Total material and labOr for each of year 1 through year 3, $ $ $ Pagelotal- Total of material & labor for years 1 through 3 inclll~.ive. Enter here and in the appropriate area of Exhii:>itn Page 11. $ NOTES: * Flush mount application ** Indicates County's preference. Equivalent in structure & technical functionality is acceptable. BIDDER Company Name: Page 29 EXHIBIT II TIME & MATERIAL PRICING (continued) Paqe 2 of 11 litem - - Per Unit Pricing - Vear 1 Per Unit Pricing - Vear 2 .. Per Unit Pricing - Vear 3 N Item Description o. Material Labor Material Labor Material Labor 16 Patch Cord, SC:SC Fiber Optic MM, dual zip, 3 m, $ $ $' - Oranqe lea. XXXXXXXXX lea. XXXXXXXXX lea. XXXXXXXXX - -- . "-~-"-- - .- f---- Patch Cord, ST:ST Fiber Optic SM, dual zip, 3 m, 17 Yellow $ lea. XXXXXXXXX $ lea. XXXXXXXXX $ lea. XXXXXXXXX --.- - --- -------- Patch Cord, ST:SC, Fiber Optic SM, dual zip, 3 m, 18 Yellow $ lea. XXXXXXXXX $ lea. XXXXXXXXX $ lea. XXXXXXXXX - -- - 19 Patch Cord, SC:SC Fiber Optic SM, dual zip, 3 m, $ $ $ Yellow lea. XXXXXXXXX lea. XXXXXXXXX lea. XXXXXXXXX _____._. n ______ _. _. ______~__._____ _ 20 Patch Cord, ST:FC, Fiber Optic SM, dual zip, 3 m, $ $ $ Yellow lea. XXXXXXXXX lea. XXXXXXXXX lea. XXXXXXXXX -- f--- -- -..----- - - .- f- . .f-. 21 Patch Cord, Male to Male 25 pair Assembly Cable, 12' $ $ $ lea. XXXXXXXXX lea. XXXXXXXXX lea. XXXXXXXXX max --- --- - ... .....----- ---- ---..-..--. - f----- --00-.----. 00 _ -. _ _____u__._._ _I-- _ 22 24 Port Patch Panel w/interface $ lea. XXXXXXXXX $ lea. XXXXXXXXX $ lea. XXXXXXXXX I -"_~! Crosswire, inside, 1 p_~~~ (Yello~/Blue)'oo~OO_ft__ ~?"O;m-}-l~;-'~~~~~~~ __ ~__ I~a. - x~~~;~~~-x -$ lea. xxxxxxxxxll 24 Crosswire, inside, 4 pair (w/bl-w/bn), 1000 ft spool $ lea. XXXXXXXXX $ lea. XXXXXXXXX $ lea. XXXXXXXXX :1 -25 #6 AWG, solid copper, insulated ground wire, 1000 ft. --f-$- - $" I --------.. -- -$ II box lea. XXXXXXXXX ea. XXXXXXXXX lea XXXXXXXXX '; - 26 #6 AWG, solid copper, insulated ground wire . 00--7----- 1ft. $-- -;- ";ft~ $-" -~-~ 1ft. $-1 -~ -- J 27 110 type IDC blocks, 100 pr, complete w/ standoffs $ lea. $ $ lea. $ $ lea. $ Ii 1-------. - f---.-- -- ---.- f- II 28 110 type IDC blocks, 300 pr, complete w/ standof!~_ $_~ea:_f--~_ $ lea. $ $ lea. 1$_11 29 Inter-building cable, gel-filed, 50 pair (per ft.) $ 1ft. $ $ !fl. $ $ !fl. $ -.- -.-.. .-.-....--.- - --- f- _ _ 30 ~~~er-bUilding cable, PE-89 type, gel-filed, 100 pair (per_ $ _..__ _ _ I~k _ ___ ~_ _ 1ft. $ . __ ~~.___.._ -/~l!_- J Column Total for each column this page. $ r $ [$ $ $ r $ II Total material and labor for each of year 1 through year 3. $ . ______ _ _~_..__ ___ __ . _____ ________ ~- if Page Total- Total of material & labor for years 1 through 3 inclusive. Enter here and in the appropriate area of Exhibit II Page 11. $ _ _ Ii NOTES * Flush mount application ** Indicates County's preference Equivalent In structure & technical functionality is acceptable BIDDER Company Name Page 30 EXHIBIT II TIME & MATERIAL PRICING (continued) Paoe 3 of 11 Item Item Description Per Unit Pricing - Year 1 Per Unit Pricing - Year 2 Per Unit Pricing..... Year 3 No. Material Labor Material Labor Material l Labor 31 Inter-building cable, PE-89 type, gel-filed, 300 pair (per $ 1ft $ $ 1ft $ $ 1ft $ ft. ) 32 Inter-building cable, PE-89 type, gel-filed, 600 pair (per $ 1ft $ $ 1ft $ $ 1ft $ ft.) 33 Inter-building cable, PE-89 type, gel-filed, 900 pair (per $ 1ft $ $ 1ft $ $ 1ft $ ft.) 34 Protector unit, A T& T 189/190, 50 pair, w/o pig tail ** $ lea. $ $ lea. $ $ lea. $ 35 Protector unit, AT&T 189/190, 100 pair, w/o pig tail ** $ lea. $ $ lea. $ $ lea. $ 36 Protector module, A T& T, 4BIE ** $ lea. $ $ lea. $ $ lea. $ 37 Protector module, AT&T, 4C3S-75 ** $ lea. $ $ lea. $ $ lea. $ 38 Intra-building cable, PIC, Riser rated, 50 pair (per ft.) $ 1ft $ $ 1ft $ $ 1ft $ 39 Intra-building cable, PIC, Riser rated, 100 pair (per ft.) $ 1ft $ $ 1ft $ $ 1ft $ 40 Intra-building cable, PIC, Riser rated, 300 pair (per ft.) $ 1ft $ $ 1ft $ $ 1ft $ 41 Intra-building cable, PIC, Riser rated, 600 pair (per ft.) $ 1ft $ $ 1ft $ $ 1ft $ 42 Manhole, cement, 3'X3', 2-hole,w/pull rings & ca. $ lea. $ $ lea. $ $ lea. $ supports 43 Manhole, cement, 6'X6', 4-hole,w/pull rings & ca. $ lea. $ $ lea. $ $ lea. $ supports 44 66MI-50 10C block $ lea. $ $ lea. $ $ lea. $ 45 890 stand-off brackets $ lea. $ $ lea. $ $ lea. $ ColUmn Tot.altor each colllmn this page. $ $ $ $ $ $ - Total materialand labor for each of year1 through y~ar 3; $ $ $ p~ge Total'- Total of material&lab<:>rfor years 1 through 3 inclusive. Enter here and in the appropriate area of Exhibit IIPage 11. $ NOTES: * Flush mount application ** Indicates County's preference. Equivalent in structure & technical functionality is acceptable. BIDDER Company Name: Page 31 EXHIBIT II TIME & MATERIAL PRICING (continued) Paqe 4 of 11 Item Item Description Per Unit Pricing - Year 1 Per Unit Pricing - Year 2 Per Unit Pricing - Year 3 No. Material Labor Material Labor Material I Labor 46 Cable, Cert. Category 5e, 4-pair, UTP, Plenum (1000' $ lea. xxx xxx xxx $ lea. xxxxxxxxx $ lea. box) xxxxxxxxx --~----~ .---.- - --'- ~--_._--~- - .-- ------- - 47 Cable, Certified Category 5e, 4-pair, UTP, Plenum $ 1ft $ $ 1ft. $ $ 1ft. $ Cable, Cert. Category 6, 4-pair, UTP, Plenum (1000' -- ..-- -- -- .- -_.-- ~_.- 48 box) $ lea. xxxxxxxxx $ lea. xxxxxxxxx $ lea. xxxxxxxxx ---~. ---- 49 Cable, Certified Category 6, 4-pair, UTP, Plenum $ 1ft $ $ /ft. $ $ /ft. $ .-- ~~-- ------ --------.--- '- - 50 Outlets Oacks), Category 5e, 4-pair (8P8C), Ivory * $ lea. $ $ lea. $ $ lea. $ . -- --- --- - ...-------..-- --... _. - .-- ~ - I 51 Outlets Oacks), Category 5e, 4-pair (8P8C), White * $ lea. $ $ lea. $ $ lea. $ - --. - ---------.. -- . 52 Outlets Oacks), Category 5e, 4-pair (8P8C), Green * $ lea. $ $ lea. $ $ lea. $ -- - --.-- - ___ _ u _____ ______ __U' -- ---- --------------- C._ 53 Outlets Oacks), Category 5e, 4-pair (8P8C), Orange * $ lea. $ $ lea. $ $ lea $ I f---- - -. . .-. ,.-..- - .... .-- 54 Outlets Oacks), Category 5e, 4-pair (8P8C), Blue * $ lea. $ $ lea. $ $ lea. $ ,~--_. - - n_ -- -..----------- --.- -- I 55 Outlets Oacks), Category 6, 4-pair (8P8C), Ivory * $ lea. $ $ lea. $ $ lea. $ --- - -.-- ---- - - . -- ---- I-- -- ----- 56 Outlets Oacks), Category 6, 4-pair (8P8C), White * $ lea. $ $ lea. $ $ lea. $ II 'I---- - - - -.---- --_. -- -- 'I 57 Outlets Oacks), Category 6, 4-pair (8P8C), Green * $ lea. $ $ lea. $ $ lea. $ j, Il---. ----- "'n"'_'_ _u -- - -.. ---- --- - - - -- ii 58 Outlets Oacks), Category 6, 4-pair (8P8C), Orange * $ lea. $ $ lea. $ $ lea. $ - ---. -- l-- 59 Outlets Oacks), Category 6, 4-pair (8P8C), Blue * $ lea. $ $ lea. $ $ lea. $ ~ - --~-- - m ---- --- 1 60 Faceplate, 2-port, Ivory (for use with items 50-59) * $ lea. $ $ lea. $ $ lea $ II---- --- ---- --- - .- --- -- I...- --- II 61 Faceplate, 2-port, White (for use with items 50-59) * $ lea. $ $ lea. $ $ lea. $ II ---- - - ---- -- _._-----~. .--- --- .----- - -- l-- ---- 62 Faceplate, 4-port, Ivory (for use with items 50-59) * $ lea. $ $ lea. $ $ lea. $ I[ - -- --"'. -.--.- I-- 1--- I, 63 Faceplate, 4-port, White (for use with items 50-59) * $ lea. $ $ lea. $ $ lea $ Ii Ii --)$ I~ ... roO- ,oocc... -1[ Column TotaLfor each column this page. $ $ $ II .. I-- II ji Total material and labor for each of year 1 through year 3. $ $ " II ,I ~, l Page total- Total of material & labor for years 1 through 3 inclusive. Enter here and in the appropriate are~ of Exhibit II Page 11_. " $ , - _.._,~------_._---- Ji NOTES * Flush mount application d Indicates County's preference EqUivalent In structure & technical functionality is acceptable BIDDER Company Name Page 32 EXHIBIT II TIME & MATERIAL PRICING (continued) Page 5 of 11 Item Item Description Per UnilPricing - Year 1 Per Unit Pricing - Year 2 Per Unit Pricing - Year 3 No, Material Labor Material Labor Material Labor 64 Duplex plate, mounting strap $ lea. $ $ lea. $ $ lea. $ 65 Cut in wall boxes $ lea. $ $ lea. $ $ lea. $ 66 Blanks $ lea. $ $ lea. $ $ lea. $ 67 Jacks, 2-port, surface mount, w/duaJ 8P8C (Category $ lea. $ $ lea. $ $ lea. $ 5e), White 68 Jacks, 2-port, surface mount, w/dual 8P8C (Category $ lea. $ $ lea. $ $ lea. $ 5e), Ivorv 69 Jacks, 2-port, surface mount, w/dual 8P8C (Category $ lea. $ $ lea. $ $ lea. $ 6), White 70 Jacks, 2-port, surface mount, w/dual 8P8C (Category $ lea. $ $ lea. $ $ lea. $ 6), Ivorv 71 Jacks, 2-port, surface mount, w/6P6C & 8P8C $ lea. $ $ lea. $ $ lea. $ (Category 5e), White 72 Jacks, 2-port, surface mount, w/6P6C & 8P8C $ lea. $ $ lea. $ $ lea. $ (CateQorv 5e), Ivory 73 Jacks, 2-port, surface mount, w/dual 8P8C (Category $ lea. $ $ lea. $ $ lea. $ 6), White 74 Jacks, 2-port, surface mount, w/dual 8P8C (Category $ lea. $ $ lea. $ $ lea. $ 6), Ivory 75 Jack, Leviton, 411 06-RW6, 6P6C, White *, ** $ lea. $ $ lea. $ $ lea. $ 76 Jack, Leviton, 411 06-RW6,6P6C, Ivory *, ** $ lea. $ $ lea. $ $ lea. $ 77 Jack, Leviton, 5G110-R05, 8P8C, Orange *,** $ lea. $ $ lea. $ $ lea. $ Column Total for each column this page; $ $ $ $ $ $ Total material atldl.l:Ibor for each of year 1. through year 3. $ $ $ I Page TotaJ....jQtaJofmaterial & labor for years 1 through 3 incl\.lsive. Enter here and in the appropriate are80f Exhibit II Page1t. $ NOTES: * Flush mount application ** Indicates County's preference. Equivalent in structure & technical functionality is acceptable. BIDDER Company Name: Page :\3 EXHIBIT II TIME & MATERIAL PRICING (continued) III~:I I' Per Unit Pricing - Year 1 Page 6 of 11 Item Description Per Unit Pricing - Year 2 Per Unit Pricing - Year 3 =J Material Labor Material Labor Material Labor Faceplate, Leviton 41080-1wp, Ivory,(use with 75-77) .. - - 78 ** $ lea. $ $ lea. $ $ lea. $ -- ~--_._- -.-.- ---. -._- - ---- ._-~ 1------- .-f- o _'~_______'_'__'___ 79 Faceplate, Leviton 41 080-2wp, Ivory,(use with 75-77) $ lea. $ $ lea. $ $ lea. $ ** --- .-- - _._~__ .____m_ .. 80 Faceplate, Leviton 41080-3p, Ivory,(use with 75-77) ** $ lea. $ $ lea. $ $ lea. $ - --------- 81 Faceplate, Leviton 41 080-4p, Ivory,(use with 75-77) ** $ lea. $ $ lea. $ $ lea. $ 1----- -- -- It--- -- .-------- -----..----.- _.- n__ --- .--- ~ 82 Faceplate, Leviton 41080-6wp, White,(use with 75-77) $ lea. $ $ lea. $ $ lea. $ I ** I - 1---.-- . -..-- ~ 11----- -. ----.. .- 1--___ ___'n_ - 83 Faceplate, Leviton 41080-1wp, White,(use with 75-77) $ lea. $ $ lea. $ $ lea. $ ** -I Faceplate, Leviton 41080-1wp, White,(use with 75-77) ---.- - _...__.,._._._--~ ~_.- .- ---- 84 ** $ lea. $ $ lea. $ $ lea. $ II ~. - 1---..-. .__ 1------------.--.-- -- .--- -- --- ----.-.- r-- - ------.----- --'" .....-..-- - lea. -I $ II 85 Faceplate, Leviton 41080-1wp, White,(use with 75-77) $ lea. $ $ lea. $ $ II ** !i - - ---.- ----.- .- f--- _. --- --. - r- ------_.-- -- I Faceplate, Leviton 41080-1 wp, White,(use with 75-77) Ii 86 $ lea. $ $ lea. $ $ lea. $ I' ** II - - I--- --_._-~ ----. --.-- __n I- n f--- ---- .. - - - II 87 Faceplate, Leviton 41080-1wp, White,(use with 75-77) $ lea. $ $ lea. $ $ lea. $ Ii ** I' 1---------- _u - -- -- f------.n - .----- I-- - lea. I $ II 88 24-Port patch panel, 19 in. rack mount, Category 5e $ lea. $ $ lea. $ $ il f------ - f----- ----- .-.-- --- I---- - - -- -- .-.-.-- - .-- -- II 89 24-Port patch panel, 19 in. rack mount, Category 6 $ lea. $ $ lea. $ $ lea. $ :i I --..-.,--- f--- ---------. .- f--. -- -- - 1---- - .-- 1 90 48-Port patch panel, 19 in. rack mount, Category 5e $ lea. $ $ lea. $ $ lea. $ I 1----..- 1---------.------- ----,-- .___n 1---.- -- - I--- -- -.- -- _leal~ I, 91 48-Port patch panel, 19 in. rack mount, Category 6 $ lea. $ $ lea. $ $ Ii il - ---'--~~r$ ....- _n__.~~. - '- [ -ll Column Total for each column this page. $ 11 I$ [$ .I ., :i I, Total material and labor for each of year 1 through year 3. $ Ii ii I, " Page Total- Total of material & labor for years 1 through 3 inclusive. Enter here and in the appropriate area of Exhibit II Page 11. il II NOTES * Flush mount application '* Indicates County's preference. EqUivalent in structure & technical functionality is acceptable BIDDER (;ompany Name Page 34 EXHIBIT II TIME & MATERIAL PRICING (continued) Page 7 of 11 Item Item Description Per Unit Pricing - Year 1 Per Unit Pricing - Year 2 Per Unit Pricing - Year 3 No. Material Labor Material Labor Material Labor 92 Horizontal wire management panel, 19 in. rack mount $ lea. $ $ lea. $ $ lea. $ 93 Mini patch panel, 12-port, category 5e $ lea. $ $ lea. $ $ lea. $ 94 Mini patch panel, 12-port, category 6 $ lea. $ $ lea. $ $ lea. $ 95 Surface mount raceway, 3M adhesive, 1.25 in. wide ** $ lea. $ $ lea. $ $ lea. $ 96 AutoCad documentation, (per drop), for adds & $ lea. $ $ lea. $ $ lea. $ replacement 97 Cable Fiber Optic, plenum, 6-strand MM $ 1ft $ $ 1ft. $ $ 1ft. $ 98 Cable Fiber Optic, plenum,12-strand MM $ 1ft $ $ 1ft. $ $ 1ft. $ 99 Cable Fiber Optic, plenum, 24-strand MM $ 1ft $ $ 1ft. $ $ 1ft. $ 100 Cable Fiber Optic, gel-fill, 6-strand MM $ 1ft $ $ 1ft. $ $ 1ft. $ 101 Cable, Fiber Optic, gel-fill, 12-strand MM $ 1ft $ $ 1ft. $ $ 1ft. $ 102 Cable, Fiber Optic, gel-fill, 24-strand MM $ 1ft $ $ 1ft. $ $ 1ft. $ 103 Cable, Fiber Optic, gel-fill, 12-strand SM $ 1ft $ $ 1ft. $ $ 1ft. $ 104 Cable, Fiber Optic, gel-fill, 24-strand SM $ 1ft $ $ 1ft. $ $ 1ft. $ 105 Cable, Fiber Optic, gel-fill, 48-strand SM $ 1ft $ $ 1ft. $ $ 1ft. $ Column Total for each column this page. $ $ $ $ $ $ Total material and labor for eaqh of year 1 through year 3. $ $ $ Page Total - r otal of material & labor for years 1 thrqugh 3ihclusive. Enter here and in the appropriate area of Exhibit II Page 11. $ NOTE: * Flush mount application ** Indicates County's preference. Equivalent in structure & technical functionality is acceptable. BIDDER Company Name: Page 35 EXHIBIT II TIME & MATERIAL PRICING (continued) ~ .~ Page 8 of 11 Item Description Per Unit Pricing - Year 1 Per Unit Pricing - Year 2 --- Per Unit Pricing - Year 3 -jl No. Material Labor Material Labor Material Labor - -- . 106 Cable, Fiber Optic, gel-fill, 96-strand SM $ 1ft $ $ 1ft. $ $ 1ft. $ I -~ ~_._----- -- ~--- -.-- - .- --.-- 107 Cable, Fiber Optic, gel-fill, armored, 12-strand SM $ 1ft $ $ /ft. $ $ 1ft. $ -_._-~ --- ----- f-------- -.-.----- -- 108 Cable, Fiber Optic, gel-fill, armored, 24-strand SM $ 1ft $ $ 1ft. $ $ /ft. $ --.. ----- m"_'_ _ ..------- - 109 Cable, Fiber Optic, gel-fill, armored, 48-strand SM $ 1ft $ $ 1ft. $ $ 1ft. $ - ------- ~. .--- -- ---. ..--.- -,--~- -~~- 110 Cable, Fiber Optic, gel-fill, armored, 96-strand SM $ 1ft $ $ 1ft. $ $ /ft. $ I -.---- u____.___ ___ - --.. ---_._----~ f------.----- - - 111 Innerduct, 1-inch, plenum rated $ 1ft $ $ 1ft. $ $ 1ft. $ I ---,----.,-------~~ - - ---.---.-.---- ~- -------,._- -- . ..-- m f--- 11 112 Innerduct, 1-inch $ 1ft $ $ 1ft. $ $ 1ft $ 'I ---- -- -. .- m JI 113 Termination Fiber Optic, MM, ST type $ lea. $ $ lea. $ $ lea. $ II --- .'.- - --.. - _oo ----- - " 114 Termination, Fiber Optic, SM, ST type $ lea. $ $ lea. $ $ lea. $ II -.. - r------- ....--- - --- - ~ m'_ _ 1---- II 115 Bulkhead Adapters Fiber Optic, ST, SM $ lea. $ $ lea. $ $ lea $ II II -- .- --------.- -- ~- - f--- --- - --.-- ~- f..... il 116 Patch Panel Fiber Optic, 24-port, 19" rack mount $ lea. $ $ lea. $ $ lea. $ ----. .- I---~_. ------- -----. -- ~--- .--- - --- '-------... f.- ii 117 Patch Panel, Fiber Optic, 48-port, 19" rack mount $ $ II $ lea. S lea. $ lea. $ II f--- ........ ..- ---...- --- --- - 1---' I 118 Patch Panel, Fiber Optic, 72-port, 19" rack mount $ lea. $ $ lea. $ $ lea. $ -----------.----..,.---------------.-- .--- -- - -.-.------- u_ f---- .-..----- -.-- II 119 Patch Panel, Fiber Optic, 6-port, wall mount $ ~e~ _~__ $ lea. $ $ lea. $ ~ i Ii -[$ Jr.. 1 $ ~..".._._. 11 Column Total,for each column this page. $ $ $ II .- .-- 'I II Total material and labor for each of year 1 through year 3. $ $ II " ----'.'_.- - - ..--------------.,- - !: 'I Page Total.... Total of material & labor for years 1 through 3 inclusive. Enter here and in the appropriate area of Exhibit II Page 11. $ II ii - ----- ~ NOTE . Flush mount application " Indicates County's preference EqUivalent In structure & technical functionality is acceptable BIDDER Company Name Page 36 EXHIBIT II TIME & MATERIAL PRICING (continued) Page 9 of 11 Item Item Description Per Unit Pricing - Year 1 Per Unit PricinQ - Year 2 Per Unit Pricing..... Year 3 No. Material Labor Material Labor Material Labor 120 Patch Panel Fiber Optic, 12-port, wall mount $ lea. $ $ lea. $ $ lea. $ 121 Patch Panel, Fiber Optic, 24-port, wall mount $ lea. $ $ lea. $ $ lea. $ 122 Transition Splice Fiber Optic, Mechanical, MM $ lea. $ $ lea. $ $ lea. $ 123 Enclosure, Transition Splice, fiber optic (up to 192 $ lea. $ $ lea. $ $ lea. $ fibers) 124 Buffer tube fan out kit, 6 fiber $ lea. $ $ lea. $ $ lea. $ 125 Transition Splice, Fiber Optic, Fusion, 12 strand SM $ Ibdl $ $ Ibdl $ $ Ibdl $ 126 Transition Splice Fiber Optic, Fusion, 24 strand SM $ Ibdl $ $ Ibdl $ $ Ibdl $ 127 Transition Splice, Fiber Optic, Fusion, 48 strand SM $ Ibdl $ $ Ibdl $ $ Ibdl $ 128 Bulkhead Adapter, Fiber Optic, Multi-mode $ lea. $ $ lea. $ $ lea. $ 129 7' X 19" EIA wiring rack & ladder tray (1' X 3') $ lea. $ $ lea. $ $ lea. $ 130 19" X 36" X 18" wall mount rack $ lea. $ $ lea. $ $ lea. $ 131 12" Overhead cable rack, ladder type $ 1ft. $ $ 1ft. $ $ 1ft. $ 132 12" Overhead cable rack, splice (use for item #131) $ lea. $ $ lea. $ $ lea. $ 133 12" Overhead cable rack angle bracket (use for item $ lea. $ $ lea. $ $ lea. $ #131) Column Total for each column this page. $ $ $ $ $ $ Total matE:lriaLand labor tor each of year 1 through year 3. $ $ $ Page Total- Total of material & labor tor years 1 through 3 inclusive. Enter here and in the appropriate area of Exhibit UPage 11. $ NOTES: * Flush mount application ** Indicates County's preference. Equivalent in structure & technical functionality is acceptable. BIDDER Company Name: f-Jage 37 EXHIBIT II TIME & MATERIAL PRICING (continued) Pa e 1 0 of 11 II'~ Item Description l Per Unit Pricin - Year 1 Per Unit Pricin - Year 2 Per Unit Pricin-~ Year 3__ J 1._ No. Material Labor Material Labor Material Labor 134 Wire management, Vertical, double-sided $ lea. $ $ lea. $ $ lea~ $ ---l .____J_ 135 Plywood, installed, 4'X8' w/fire retardant coating $ lea. $ $ lea. $ $ lea. $ ~_..,-~-~--- --- --~._._---_._-_._- --- 136 Plywood, installed, 2'X4' w/fire retardant coating $ lea. $ $ lea. $ $ lea. $ 137 Shelf, Center mount, for 19" equipment rack $ lea. $ $ lea. $ $ lea. $ 138 Shelf, 15" deep, for 19" equipment rack $ lea. $ $ lea. $ $ lea. $ _._--~ 139 Sleeve, 2" horizontal wiring caps and fire stop $ lea. $ $ lea. $ $ lea. $ 140 Core w/sleeve, 3" horiz.lvert. wiring caps & fire stop $ lea. $ $ lea. $ $ lea. $ -- - -- - - -- --..- 141 Conduit, 2-inch, schedule 40 PVC $ 1ft. $ $ 1ft. $ $ 1ft. $ II --'- - ..--...-...---..--- ----- ------ /ft.1 $ 142 Conduit, 4-inch, schedule 40 PVC $ 1ft. $ $ 1ft. $ $ II .------.,---,. 143 Conduit, 2-inch, EMT $ 1ft. $ $ 1ft. $ $ ;:~ I! il 144 Conduit, 4-inch, EMT $ 1ft $ $ 1ft. $ $ 11 -- II 145 Junction box, 2 ft. X 2 ft. $ lea. $ $ lea. $ $ lea. $ j' ~-_.- ~ .~_. II 146 Junction box, 4 ft. X 4 ft. $ lea. $ $ lea. $ $ lea. $ I, I ---- ------ __ _._ __0- ,;, f: II 147 Junction box, fiberglass, 1 T' X 30" X 12" $ lea. $ $ lea. $ $ !I ----- ----~------- - - -.-.-...... - -----.- -.-- II 148 Pole Riser $ $ $ lea. $ $ lea. $ 1, lea. JI -- __ E_- I $ r $ Column Total for each column this page. $ $ $ ! , ! Ii Ii Total material and labor for each of year 1 through year 3. $ $ $ ii !I j, Page Total--Total of material & labor for years 1 through 3 inclusive. Enter here and in the appropriate area of Exhibit II Page 11. $ Ii Ii _J NOTES * Flush mount application ** Indicates County's preference. Equivalent in structure & technical functionality is acceptable. BIDDER Company Name Page 38 EXHIBIT II TIME & MATERIAL PRICING continued) Paoe 11 of 11 EXHIBIT II SUMMARY PAGE TOTALS ITEM DESCRIPTION PAGE TOTAL Exhibit II, Page 1- Total Offer Page 1 of 11 only. $ Exhibit II, Page 2- Total Offer Page 2 of 11 only. $ Exhibit II, Page 3- Total Offer Page 3 of 11 only. $ Exhibit II, Page 4- Total Offer Page 4 of 11 only. $ Exhibit II, Page 5- Total Offer Page 5 of 11 only. $ Exhibit II, Page 6- Total Offer Page 6 of 11 only. $ Exhibit II, Page 7- Total Offer Page 7 of 11 only. $ Exhibit II, Page 8- Total Offer Page 8 of 11 only. $ Exhibit II, Page 9- Total Offer Page 9 of 11 only. $ Exhibit II, Page 10- Total Offer Page 10 of 11 only. $ GRANC2TC>TAL eXHIBIT UPRICIN4l.(Tqtal of pages 1 through 10). Enter the total amount here $ and in the appropriate area of the Bid Response page. BIDDER Company Name: Page 39 EXHIBIT III OPTIONAL YEARS 4 & 5 PRICING TABLE EXHIBIT TIME & MATERIAL PRICING Pa e 1 of 10 II~e:~l~ Item Description I Per Unit Pricin H ~ j - Year 4 Per Unit pricin~ ~ _.~._---- Material Labor Material Labor [ .~.~...~ Service Call1Trip Charge. xxxxxxxxx $ xxxxxxxxx $ l --.----" ._---~-------_.- ~~- I 2 Standard Hourly Rate - Inside Plant Cable Technician xxxxxxxxx $ xxxxxxxxx $ 3 Standard Hourly Rate - Outside Plant Cable Technician xxxxxxxxx $ xxxxxxxxx $ ~- ---"-~ 4 Standard Hourly Rate - AutoCAD Technical Services xxxxxxxxx $ xxxxxxxxx $ -~ _.,._~----- 5 Overtime Hourly Rate -RCDD/Registered Communications xxxxxxxxx $ xxxxxxxxx $ j Distribution Designer --------- - --~--_._-_.._-~--_..----,--- __u ------- 6 Patch Cord, Category 5e 4-pair UTP, 5 ft. w/RJ45 $ lea. XXXXXXXXX $ lea. XXXXXXXXX j -....-.-- ~,---_.__._- -~-----~---- -------._- 7 Patch Cord, Category 5e 4-pair UTP, 10ft. w/RJ45 $ lea. XXXXXXXXX $ lea. I XXX xxx xxx 1~~-tX~xxxxxx ,I 8 Patch Cord, Category 5e 4-pair UTP, 15 ft. wi RJ45 $ lea. xxxxxxxxx $ il -. ~ -------- I , 9 Patch Cord, Category 5e 4-pair UTP, 4 ft. w/RJ45, hub to hub, I $ lea. xxxxxxxxx $ lea I xxxxxxxxx .I or cross connect lea:l~~xxxxxxx II _._-- ---._-~ ~~----- 10 Patch Cord, Category 6 4-pair UTP, 5 ft. w/RJ45 $ lea. xxxxxxxxx $ II ---.-....-------------- I II 11 Patch Cord, Category 6 4-pair UTP, 10 ft. w/RJ45 $ lea. XXXXXXXXX $ lea. i xxxxxxxxx II I 'I -~--,_.._~--- ----~---_._... ! !I 12 Patch Cord, Category 6 4-pair UTP, 15 ft. w/RJ45 $ lea. xxxxxxxxx $ lea ! xxxxxxxxx ii .~~~t~ , Ii '-'-- ._-----,-----.-,. ':'l:xxxxx= l' 13 Patch Cord, Category 6 4-pair UTP, 4 ft. w/RJ45, hub to hub, or $ lea. xxxxxxxxx $ 11 cross connect ----,-~ ----.....--..--,-,.,---". --..._---~._-- -..---...- 14 Patch Cord, ST:ST, Fiber Optic MM, dual zip, 3 m, Orange $ lea. XXXXXXXXX $ lea. i xxxxxxxxx I' ,I .. ,--._--- -- - .-'-" i- II 15 Patch Cord, STSC, Fiber Optic MM, dual zip, 3 m, Orange $ lea. xxxxxxxxx $ /e~.rxxxxxxx J .~- :fiuU - ~'~II Column Total for each column this page. ~.~... $ ~~ [-$ II I I' Total material and labor for each of year 4 and year 5. ,j Ii :1 NOTES: * Flush mount application ** Indicates County's preference. Equivalent In structure & technical functionality is acceptable BIDDER Company Name Page 40 EXHIBIT III OPTIONAL YEARS 4 & 5 PRICING TABLE EXHIBIT TIME & MATERIAL PRICING Paae 2 of 10 Item Item Description .Per Unit Prit:::in~t... Year 4 Per Un..it Pricing - Year 5 No. Material Labor Material Labor 16 Patch Cord, SC:SC, Fiber Optic MM, dual zip, 3 m, Orange $ lea. xxxxxxxxx $ lea. xxxxxxxxx 17 Patch Cord, ST:ST Fiber Optic SM, dual zip, 3 m, Yellow $ lea. xxxxxxxxx $ lea. xxxxxxxxx 18 Patch Cord, ST:SC, Fiber Optic SM, dual zip, 3 m, Yellow $ lea. xxxxxxxxx $ lea. xxxxxxxxx 19 Patch Cord, SC:SC, Fiber Optic SM, dual zip, 3 m, Yellow $ lea. xxxxxxxxx $ lea. xxxxxxxxx 20 Patch Cord, ST:FC, Fiber Optic SM, dual zip, 3 m, Yellow $ lea. xxxxxxxxx $ lea. xxxxxxxxx 21 Patch Cord, Male to Male 25 pair Assembly Cable, 12' max $ lea. xxxxxxxxx $ lea. xxxxxxxxx 22 24 Port Patch Panel wlinterface $ lea. xxxxxxxxx $ lea. xxxxxxxxx 23 Crosswire, inside, 1 pair (yellow/blue), 1000 ft. spool $ lea. xxxxxxxxx $ lea. xxxxxxxxx 24 Crosswire, inside, 4 pair (w/bl-w/bn), 1000 ft spool $ lea. xxxxxxxxx $ lea. xxxxxxxxx 25 #6 AWG, solid copper, insulated ground wire, 1000 ft. box $ lea. xxxxxxxxx $ lea. xxxxxxxxx 26 #6 AWG, solid copper, insulated ground wire $ 1ft. $ $ 1ft $ 27 110 type IDC blocks, 100 pr, complete w/ standoffs $ lea. $ $ lea. $ 28 110 type IDC blocks, 300 pr, complete wI standoffs $ lea. $ $ lea. $ 29 Inter-building cable, gel-filed, 50 pair (per ft.) $ 1ft $ $ 1ft $ 30 Inter-building cable, PE-89 type, gel-filed, 100 pair (per ft.) $ 1ft $ $ 1ft $ Column TQtalforeachcQlumn this pcage. $ $ $ $ Total material and labor f6teach of year 4 and year 5. $ $ NOTES: * Flush mount application ** Indicates County's preference. Equivalent in structure & technical functionality is acceptable. BIDDER Company Name: Page 41 EXHIBIT III OPTIONAL YEARS 4 & 5 PRICING TABLE EXHIBIT TIME & MATERIAL PRICING Page 3 of 10 Item Item Description Per Unit Pricin - Year 4 Per Unit Pricin - Year 5 No. Material Labor Material Labor 31 Inter-building cable, PE-89 type, gel-filed, 300 pair (per ft.) $ 1ft $ $ 1ft $ 32 Inter-building cable, PE-89 type, gel-filed, 600 pair (per ft.) $ 1ft $ $ 1ft $ 33 Inter-building cable, PE-89 type, gel-filed, 900 pair (per ft.) $ 1ft. $ $ 1ft $ 34 Protector unit, A T& T 189/190, 50 pair, w/o pig tail ** $ lea. $ $ lea. $ 35 Protector unit, A T& T 189/190, 100 pair, w/o pig tail ** $ lea. $ $ lea. $ -~--- --~-----_._~--~---~- . 36 Protector module, AT&T, 4BIE ** $ lea. $ $ lea. $ --_._._-,---~~~---------_..._-_..._---- -- 37 Protector module, AT&T, 4C3S-75 ** $ lea. $ $ lea. $ _____m_______ __ 38 Intra-building cable, PIC, Riser rated, 50 pair (per ft.) $ 1ft $ $ 1ft $ I ---- 'I 39 Intra-building cable, PIC, Riser rated, 100 pair (per ft.) $ 1ft $ $ 1ft $ J ~~- ~---------~~---~-- 40 Intra-building cable, PIC, Riser rated, 300 pair (per ft.) $ 1ft $ $ 1ft $ I I ~---_.~~~ -.-- .--.-------- -I 41 Intra-building cable, PIC, Riser rated, 600 pair (per ft.) $ 1ft $ $ 1ft $ 1 -"-------~----~_._- --~...._-_. 42 Manhole, cement, 3'X3', 2-hole, w/pull rings & ca. supports $ lea. $ $ lea $ -_._---_._-------_._-,.,_.._---,--------_._-,---~- Ii 43 Manhole, cement, 6'X6', 4-hole, w/pull rings & ca. supports $ lea. $ $ lea. $ 1 --~------_._-_._-------_._----_.- 44 66MI-50 IDC block $ lea. $ $ lea. $ i _ ~._______.n__ I 45 89D stand-off brackets $ lea. $ $ lea. $ I ---.'--.-------...---.--. . E~__ Column Totalfor e<;ich column this page. t:- $ $ I " 'I I' I Total material and labor for each of year 4 and year 5. II ---- --...----.... - _.. .- -. - - - __Ij NOTES * Flush mount application ** Indicates County's preference. Equivalent in structure & technical functionality is acceptable. BIDDER Company Name ,ige 42 EXHIBIT III OPTIONAL YEARS 4 & 5 PRICING TABLE EXHIBIT TIME & MATERIAL PRICING Page 4 of 10 Item Item. Description Per UnitPriciflg - Year 4 Per Unit Pricing..... Year 5 No. Material Labor Material Labor 46 Cable, Cert. Category 5e, 4-pair, UTP, Plenum (1000' box) $ lea. xxxxxxxxx $ lea. xxxxxxxxx 47 Cable, Certified Category 5e, 4-pair, UTP, Plenum $ 1ft $ $ 1ft $ 48 Cable, Cert. Category 6, 4-pair, UTP, Plenum (1000' box) $ lea. xxxxxxxxx $ lea. xxxxxxxxx 49 Cable, Certified Category 6, 4-pair, UTP, Plenum $ 1ft $ $ 1ft $ 50 Outlets Uacks Category 5e, 4-pair (8P8C), Ivory * $ lea. $ $ lea. S 51 Outlets Uacks), Category 5e, 4-pair (8P8C), White * $ lea. S $ lea. $ 52 Outlets Uacks), Category 5e, 4-pair (8P8C), Green * $ lea. $ $ lea. S 53 Outlets Uacks Category 5e, 4-pair (8P8C), Orange * $ lea. $ $ lea. S 54 Outlets Uacks), Category 5e, 4-pair (8P8C), Blue * $ lea. $ $ lea. S 55 Outlets Uacks), Category 6, 4-pair (8P8C), Ivory * $ lea. $ $ lea. $ 56 Outlets Uacks), Category 6, 4-pair (8P8C), White * $ lea. S $ lea. $ 57 Outlets Uacks), Category 6, 4-pair (8P8C), Green * $ lea. S $ lea. S 58 Outlets Uacks Category 6, 4-pair (8P8C), Orange * $ lea. $ $ lea. S 59 Outlets Uacks), Category 6, 4-pair (8P8C), Blue * $ lea. $ $ lea. $ 60 Faceplate, 2-port, Ivory (for use with items 50-59) * $ lea. $ $ lea. $ 61 Faceplate, 2-port, White (for use with items 50-59) * $ lea. $ $ lea. S 62 Faceplate, 4-port, Ivory (for use with items 50-59) * $ lea. $ $ lea. S 63 Faceplate, 4-port, White (for use with items 50-59) * $ lea. $ $ lea. $ Column Total for each column this page, $ $ $ $ I Total material and labor for each of year 4 and year 5. $ $ NOTES: * Flush mount application ** Indicates County's preference. Equivalent in structure & technical functionality is acceptable. BIDDER Company Name: Page 43 EXHIBIT III OPTIONAL YEARS 4 & 5 PRICING TABLE EXHIBIT TIME & MATERIAL PRICING Page 5 of 10 Item Item Description Per Unit Pricin - Year 4 Per Unit Pricing - Year 5 ..- - No. Material Labor Material Labor 64 Duplex plate, mounting strap $ lea. $ $ lea. $ ~---~ ~-~,- - ,-~-- 65 Cut in wall boxes $ lea. $ $ lea. $ ---- ------ - .----- 66 Blanks $ lea. $ $ lea. $ 67 Jacks, 2-port, surface mount, w/dual 8P8C (Category 5e), $ lea. $ $ lea. $ White ---~- -~-~. --"'-- -.-- 68 Jacks, 2-port, surface mount, w/dual 8P8C (Category 5e), $ lea. $ $ lea. $ lvor - .-'.------ I 69 Jacks, 2-port, surface mount, w/dual 8P8C (Category 6), $ lea. $ $ lea. $ White jl ---..--..-'-- -~~- -- -_._- 70 Jacks, 2-port, surface mount, w/dual 8P8C (Category 6), $ lea. $ $ lea. $ Ivor II .... _.-- -----, Jacks, 2-port, surface mount, w/6P6C & 8P8C (Category 5e), 1 71 White $ lea. $ $ lea. $ j ~ -.... 72 Jacks, 2-port, surface mount, w/6P6C & 8P8C (Category 5e), $ lea. $ $ lea. $ lvor 0'-__-----. _. II 73 Jacks, 2-port, surface mount, w/dual 8P8C (Category 6), $ lea. $ $ lea. $ White ,,~._--- II 74 Jacks, 2-port, surface mount, w/dual 8P8C (Category 6), $ lea. $ $ lea. $ II ~. ... ..._.....--~._...._- ---~---_.- 75 Jack, Leviton, 411 06-RW6,6P6C, White ** $ lea. $ $ lea. $ ---- --- ._---- 76 Jack, Leviton, 41106-RW6,6P6C, Ivory ** $ lea. $ $ lea. $ .-- ,- ---. --...----...-'--- -- ------ 17 Jack, Leviton, 5G11 0-R05, 8P8C, Orange ** $ lea. $ $ lea. $ Column Total for each coh.Jrnn this page. $ _J I .. $ I $ Total material and labor for each of year 4 and year 5. $ . _... .... ....__$_-~....~m....___....,.- .--- ---_..._._._-...,'''''~-._'''..,,.=-''-.._-, -. -_._--_.~ NOTE * Flush mount application ** Indicates County's preference. Equivalent in structure & technical functionality is acceptable. BIDDER Company Name Page 44 EXHIBIT III OPTIONAL YEARS 4 & 5 PRICING TABLE EXHIBIT TIME & MATERIAL PRICING Page 6 of 10 Item Item Description PerUnif Ptieina - Year 4 Per Unit Pticina - Yeat $ No. Material Labor Material Labor 78 Faceplate, Leviton 41080-1wp, Ivory,(use with 75-77) ** $ lea. $ $ lea. $ 79 Faceplate, Leviton 41 080-2wp, Ivory,(use with 75-77) ** $ lea. $ $ lea. $ 80 Faceplate, Leviton 41080-3p, Ivory,(use with 75-77) ** $ lea. $ $ lea. $ 81 Faceplate, Leviton 41080-4p, Ivory (use with 75-77) ** $ lea. $ $ lea. $ 82 Faceplate, Leviton 41080-6wp, White (use with 75-77) ** $ lea. $ $ lea. $ 83 Faceplate, Leviton 41080-1wp, White (use with 75-77) ** $ lea. $ $ lea. $ 84 Faceplate, Leviton 41 080-1wp, White (use with 75-77) ** $ lea. $ $ lea. $ 85 Faceplate, Leviton 41080-1wp, White (use with 75-77) ** $ lea. $ $ lea. $ 86 Faceplate, Leviton 41080-1wp, White (use with 75-77) ** $ lea. $ $ lea. $ 87 Faceplate, Leviton 41080-1wp, White (use with 75-77) ** $ lea. $ $ lea. $ 88 24-Port patch panel, 19 in. rack mount, Category 5e $ lea. $ $ lea. $ 89. 24-Port patch panel, 19 in. rack mount, Category 6 $ lea. $ $ lea. $ 90 48-Port patch panel, 19 in. rack mount, Category 5e $ lea. $ $ lea. $ 91 48-Port patch panel, 19 in. rack mount, Category 6 $ lea. $ $ lea. $ Column Total for each column this page. $ $ $ $ Total material and labor for each of year 4 and year 5. $ $ NOTES: * Flush mount application ** Indicates County's preference. Equivalent in structure & technical functionality is acceptable. BIDDER Company Name: Page 4S EXHIBIT III OPTIONAL YEARS 4 & 5 PRICING TABLE EXHIBIT TIME & MATERIAL PRICING e 7 of 1 0 III~: I Item Description Per Unit Pricin - Year 4 Per Unit Pricin Material Labor Material ""_. 92 Horizontal wire management panel, 19 in. rack mount $ lea. $ $ lea. $ -----~- 93 Mini patch panel, 12-port, Category 5e $ lea. $ $ lea. $ 94 Mini patch panel, 12-port, Category 6 $ lea. $ $ lea. $ 95 Surface mount raceway, 3M adhesive, 1.25 in. wide ** $ lea. $ $ lea. $ -----------. ~--- ~--~----- --.- 96 AutoCad documentation, (per drop), for adds & replacement $ lea. $ $ lea. $ - -----. --.._--- ~-- 97 Cable, Fiber Optic, plenum, 6-strand MM $ 1ft $ $ 1ft $ -~.__.~--- 98 Cable, Fiber Optic, plenum, 12-strand MM $ 1ft $ $ 1ft $ - -.- -~ ~ ----- 99 Cable, Fiber Optic, plenum, 24-strand MM $ 1ft $ $ 1ft $ - ~-- --- --.".,.----- 100 Cable Fiber Optic, gel-fill, 6-strand MM $ 1ft $ $ 1ft $ -- ---.. 101 Cable, Fiber Optic, gel-fill, 12-strand MM $ 1ft $ $ 1ft $ -'-'--- ...------ --'.,.-- ---- 102 Cable, Fiber Optic, gel-fill, 24-strand MM $ 1ft $ $ 1ft $ --.--.,- ---"-.-- - .---- -. 103 Cable, Fiber Optic, gel-fill, 12-strand SM $ 1ft $ $ 1ft $ .-- 104 Cable, Fiber Optic, gel-fill, 24-strand SM $ 1ft $ $ 1ft $ ._-~ --- 105 Cable, Fiber Optic, gel-fill, 48-strand SM $ 1ft $ $ 1ft $ -~"".-==,,,,-_.='=-- [s " '''~'--'''''''--'--=~'""'-- ... ~~-~ -~ $ Column TotalJoreach column this page. $ Total material and labor for each of year 4 and year 5. $ -- .- NOTES * Flush mount application ** Indicates County's preference Equivalent in structure & technical functionality is acceptable. BIDDER Company Name Page 46 EXHIBIT III OPTIONAL YEARS 4 & 5 PRICING TABLE EXHIBIT TIME & MATERIAL PRICING Page 8 of 10 Item Item Description Per UnitPricina.... Yeat 4 Pet Unit Pticina .... Year 5 No. Material Labor Material Labor 106 Cable, Fiber Optic, gel-fill, 96-strand SM $ 1ft $ $ 1ft $ 107 Cable, Fiber Optic, gel-fill, armored, 12-strand SM $ 1ft $ $ 1ft $ 108 Cable Fiber Optic, gel-fill, armored, 24-strand SM $ 1ft $ $ 1ft $ 109 Cable, Fiber Optic, gel-fill, armored, 48-strand SM $ 1ft $ $ 1ft $ 110 Cable, Fiber Optic, gel-fill, armored, 96-strand SM $ 1ft $ $ 1ft $ 111 Innerduct, 1-inch, plenum rated $ 1ft $ $ 1ft $ 112 Innerduct, 1-inch $ 1ft $ $ 1ft $ 113 Termination Fiber Optic, MM, ST type $ lea. $ $ lea. $ 114 Termination, Fiber Optic, SM, ST type $ lea. $ $ lea. $ 115 Bulkhead Adapters Fiber Optic, ST, SM $ lea. $ $ lea. $ 116 Patch Panel Fiber Optic, 24-port, 19" rack mount $ lea. $ $ lea. $ 117 Patch Panel, Fiber Optic, 48-port, 19" rack mount $ lea. $ $ lea. $ 118 Patch Panel, Fiber Optic, 72-port, 19" rack mount $ lea. $ $ lea. $ 119 Patch Panel, Fiber Optic, 6-port, wall mount $ lea. $ $ lea. $ Coll,Jmn Total fOl"each column this page. $ $ $ $ Total material and labor fQr each of year 4 and year 5. $ $ NOTES: * Flush mount application ** Indicates County's preference. Equivalent in structure & technical functionality is acceptable. BIDDER Company Name: Page 4-; EXHIBIT III OPTIONAL YEARS 4 & 5 PRICING TABLE EXHIBIT TIME & MATERIAL PRICING Pae9of10 r Item Item Description Per Unit Pricin - Year 4 Per Unit Pricin - Year 5 No. Material Labor Material Labor 120 Patch Panel, Fiber Optic, 12-port, wall mount $ lea. $ $ lea. $ -- - -----~ ----,-...-..-.---- - --~..- 121 Patch Panel, Fiber Optic, 24-port, wall mount $ lea. $ $ lea. $ ----- ~~.... 122 Transition Splice, Fiber Optic, Mechanical, MM $ lea. $ $ lea. $ --- 123 Enclosure, Transition Splice, Fiber Optic (up to 192 fibers) $ lea. $ $ lea. $ ~.,-- ~- 124 Buffer tube fan out kit, 6 fiber $ lea. $ $ lea. $ .'.'.--- -------.- - 125 Transition Splice, Fiber Optic, Fusion, 12 strand SM $ lea. $ $ lea. $ -"-- ---- _.~..- ----.---------- --- .~.._..--- 126 Transition Splice, Fiber Optic, Fusion, 24 strand SM $ lea. $ $ lea. $ I - ----- -----.- I 1,,[ ~ 127 Transition Splice, Fiber Optic, Fusion, 48 strand SM $ lea. $ $ 1~ ~_u --' --.-.------ ---- - ---- 128 Bulkhead Adapter, Fiber Optic, Multi-mode $ lea. $ $ lea. , $ I --,-- -_.~,-- 129 7' X 19" EIA wiring rack & ladder tray (1' X 3') $ lea. $ $ lea. $ -~----~--- --.. -'- - J1 130 19" X 36" X 18" wall mount rack $ lea. $ $ lea. $ "~-_.-..- 131 12" overhead cable rack, ladder type $ 1ft. $ $ 1ft. $ -- ---_._--,--~- 'U. 132 12" Overhead cable rack, splice (use for item #131) $ lea. $ $ lea. $ ---- 133 12" Overhead cable rack angle bracket (use for item #131) $ lea. $ $ lea. $ Column Total for each column this page. $ ,$ [ 1 $~U J ] Total material and labor for each of year 4 and year 5. $ - NOTES . Flush mount application ** Indicates County's preference Equivalent in structure & technical functionality is acceptable. RIDDER Compan'{ Name Page 48 EXHIBIT III OPTIONAL YEARS 4 & 5 PRICING TABLE EXHIBIT TIME & MATERIAL PRICING Page 10 of 10 Item Item Description Per Unit Pricina- Year 4 Per Unit Pricina - Year 5 No. Material labor Material labor 134 Wire management, Vertical, double-sided $ lea. $ $ lea. $ 135 Plywood, installed, 4'X8' w/fire retardant coating $ lea. $ $ lea. $ 136 Plywood, installed, 2'X4' w/fire retardant coating $ lea. $ $ lea. $ 137 Shelf, Center mount, for 19" equipment rack $ lea. $ $ lea. $ 138 Shelf, 15" deep, for 19" equipment rack $ lea. $ $ lea. $ 139 Sleeve, 2" horizontal wiring caps and fire stop $ lea. $ $ lea. $ 140 Core w/sleeve, 3" horiz.lvert. wiring caps & fire stop $ lea. $ $ lea. $ 141 Conduit, 2-inch, schedule 40 PVC $ lea. $ $ lea. $ 142 Conduit, 4-inch, schedule 40 PVC $ lea. $ $ lea. $ 143 Conduit, 2-inch, schedule 40 EMT $ lea. $ $ lea. $ 144 Conduit, 4-inch, schedule 40 EMT $ lea. $ $ lea. $ 145 Junction box, 2 ft. X 2 ft. $ lea. $ $ lea. $ 146 Junction box, 4 ft. X 4 ft. $ lea. $ $ lea. $ 147 Junction box, fiberglass, 17" X 30" X 12" $ lea. $ $ lea. $ 148 Pole Riser $ lea. $ $ lea. $ Column Total for each column this page. $ $ $ $ Total material and labpr fpr each of year 4 and year 5. $ $ NOTES: * Flush mount application ** Indicates County's preference. Equivalent in structure & technical functionality is acceptable. BIDDER Company Name: ~qE~ 4S_ BID RESPONSE BID #05-193/MF INSTALLATION, INTEGRATION, MAINTENANCE & SUPPORT SERVICES FOR THE VOICE SERVICES AND ENTERPRISE NETWORK SYSTEMS, TERM CONTRACT I I - --~_._-,- .~_.,_. -.--. ~-,,- I ITEM NO. I DESCRIPTION , TOT AL OFFER i I I ! -~._- -.--- i 1. I TOTAL FROM EXHIBIT II (Page 11 of 11) $ I .~.~~~- ~- . Is Qualification of bidder's information included per Term & Condition #~ ? YES - INITIAL --- Is Bidder aware of requirements as stated in Term & Condition # ~ ? YES - INITIAL - I -_.._.~._- * PLEASE AFFIX SIGNATURE WHERE INDICA TED : (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. ._____----1 FIRM NAME: (Enter the entire legal name of the bidding entity) DATE I I I PRINT NAME: --.-----1 i ; I PRINT TITLE, I I" SIGNATURE: _._-~.~ _.~--. .,~-~--~. ADDRESS: I I CITY / STATE: ZIP CODE: I I E-MAIL: I TELEPHONE # ( ) I FAX #: ( ) ) I TOLL FREE # ( , .____n_ __.______~__ I APPLICABLE L1CENSE(S) I NUMBER # TYPE: FEDERAL ID # Page 50 STATEMENT OF NO BID BID #05-193/MF INSTALLATION, INTEGRATION, MAINTENANCE & SUPPORT SERVICES FOR THE VOICE SERVICES AND ENTERPRISE NETWORK SYSTEMS, TERM CONTRACT If you are not bidding on this service/commodity, please complete and return this form to: Palm Beach County Purchasing Department, 50 South Military Trail, Suite 110, West Palm Beach, FL 33415-3199. Failure to respond may result in deletion of vendor's name from the qualified bidder's list for the County of Palm Beach. COMPANY NAME: ADDRESS: TELEPHONE: SIGNATURE: DATE: WE, the undersigned have declined to bid on your Bid No. for (Service/Commodity) because of the following reason(s): - Specifications too "tight", i.e., geared toward brand or manufacturer only (explain below) - Insufficient time to respond to the Invitation for Bid - We do not offer this product or an equivalent - Our product schedule would not permit us to perform - Unable to meet specifications - Unable to meet bond requirements - Specifications unclear (explain below) - Other (specify below) REMARKS: '~qe CERTIFICATION OF BUSINESS LOCATION BID #: 05-193/MF In accordance with the Palm Beach County Local Preference Ordinance, a preference shall be given to those bidders who have a permanent place of business in Palm Beach County ("County") and who hold a valid occupational license issued by the County that authorizes the bidder to provide the goods or services to be purchased. To receive a local preference, an interested bidder must have a permanent place of business in existence prior to the County's issuance of an invitation for bid A valid occupational license issued by the County Tax Collector shall be used to verify that the bidder had a permanent place of business prior to the issuance of the invitation for bid. A Palm Beach County Occupational license is required unless specifically exempted by law. In lieu of a Palm Beach County occupational license, the bidder shall include the current occupational license issued to the bidder in the response. The bidder must submit this Certification of Business Location along with the required occupational license at the time of bid submission. This Certification of Business Location is the sole determinant of local preference eligibility. Errors in the completion of this Certification or failure to submit this completed Certification shall cause the bidder to not receive a local preference. Please note that the bid submitted by the bidder to the County must be from an address located within Palm Beach County in order for local preference to apply I. Bidder is a: Non-Local Business A non-local business IS one that does not have a permanent place of business in Palm Beach. Martin, Broward, or Miami-Dade County Regional Business A regional business IS one that has a permanent place of business in Martin, Broward, or Miami-Dade County. (Please indicate): Martin County Broward County Miami - Dade County 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 to be purchased **A post office box or location at a postal service center is not acceptable. II. The attached copy of bidder's Palm Beach County Occupational License verif!es bidder's permanent place of business in Palm Beach County 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, that the bidder has a permanent place of business in Palm Beach County, and that the attached Palm Beach County Occupational License is a true and correct copy of the original. Further, it is hereby acknowledged that any misrepresentation by the bidder on this Certification is considered an unethical business practice and is grounds for sanctions against future County business with the bidder. (Signature) (Date) Page 52 DRUG-FREE WORKPLACE CERTIFICATION BID #05-193/MF IDENTICAL TIE BIDS/PROPOSALS - In accordance with Section 287.087, F.S., a preference shall be given to vendors submitting with their bids/proposals 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/proposals 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/proposal, and received on or before time of bid opening to be considered. The failure to execute and/or return this certification shall not cause any bid/proposal to be deemed non-responsive. Whenever two (2) or more bids/proposals 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/proposal 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 the (Individual's Name) of (Title/Position with CompanyNendor) (Name of CompanyNendor) who does hereby certify that said CompanyNendor 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. S~n~u~ D~e Page 53 SCHEDULE 1 LIST OF PROPOSED SBE-MIWBE PRIME SUBCONTRACTORS BID NAME BID NO. NAME OF PRIME BIDDER ADDRESS: ---.-- CONTACT PERSON -- PHONE NO FAX NO . - ----~,_.. ..~.._------ ..-.-------- BID OPENING DATE .--- DEPARTMENT' ~_._- ,,---~ ~----~----~- PLEASE IDENTIFY ALL APPLICABLE CATEGORIES ***************:/11****** *It"'******", ******************* * ***.. ******** ** ****** *- ******************"'******************************************************"'**************/t ****+******** *** ******** * * I< '" '" "'. **'" * ***** ** * ************ '" '" A . '" ~ . . . . . ... ;,. . ,_, Name, Address and Subcontract Amount Phone Number (Check one or both Categories) Minorit Business Small Business Black Hispanic Women Caucasian Other JPlease Specify)_ -,,- 1. 0 0 $ $ $ $ $ -.....- --~- "------- "---""~--'~-- ---- -- _n______ ___~.___ _ __. --..-------- --~---~ 2. 0 0 $ $ $ $ $ ---~- - ------ '. . ---._--.---- ----. ----_.._-- .. ----,.-....-- --------- - -- ..---- _. ,.--. --.--.--..- 3. D 0 $--- $--- $ $-- ---.-. $ ~ --"--- .--...- ----- ---.--.- ...~~ ~---- ------~._" - "-'-- ---~- 4. D 0 $ $ $ $ $ --- ---"-- -----. "-'~ --..-.---....-.- ..--.-----. 5, 1 0 0 $--- $ $ $ $ ---,~- ----- __n_.. ~----~-- - -----...- ~~.__. -----~--- -.--- ------- _._-~ -- - <- ----- --~.- (Please use additional sheets if necessary Total $--- $ -'--"--- $ --. $ _.... ~~~-_. $ ----.- -_._--- -----~_._-- Total Bid Price $ Total Value of SBE Participation $ NuTE 'f he amount listed 011 this torm for il ~ubcOlltraclor IIlust be supported lJY prices Or percentage 1I1ciuued UII Sct,edule ~ ul a propusal fron: ead, :SUbCulllidClor listed ;.):ue1 ti) be ") goal attainment. / !'jrms may be certified by Palm Beach County as an SBE and/or an MIWBF If firms ale certified as both an SBE and MIWBE, please indicate tile dollar amount under the appropriate i;;,tegory 3. MiWBE information is being collected for tracking purposes only. Page 54 SCHEDULE 2 LETTER OF INTENT TO PERFORM AS AN SBE OR MIWBE SUBCONTRACTOR BID NO. BID NAME: TO: (Name of Prime Bidder) The undersigned is certified by Palm Beach County as a(n) - (check one or more, as applicable): Small Business Enterprise _ Minority Business Enterprise _ Black _ Hispanic_ Women - Caucasian - Other (Please Specify) Date of Palm Beach County Certification: The undersigned is prepared to perform the following described work in connection with the above project (Specify in detail, particular work items or parts thereof to be performed): Line Item No. Item Description Qty/Units Unite Price Total Price at the following price $ (Subcontractor's quote) and shall enter into a formal agreement for work with you conditioned upon your execution of a contract with Palm Beach County. If undersigned intends to sub-subcontract any portion of this subcontract to a non-certified SBE subcontractor, the amount of any such subcontract must be stated: $ The undersigned subcontractor understands that the provision of this form to prime bidder does not prevent subcontractor from providing quotations to other bidders (Print name of SBE-MIWBE Subcontractor) By: (Signature) (Print name/title of person executing on behalf of SBE-MIWBE Subcontractor) Date: Page 55 SCHEDULE 3 SBE-M/WBE ACTIVITY FORM SBE-M/WBE ACTIVITY FOR MONTH ENDING BID# BID NAME PRIME CONTRACTOR NAME PROJECT SUPERVISOR ----.----- SBE-MIWBE SUBCONTRACTING INFORMATION SBE-M/WBE Category (check all applicable) Name of SBE-MIWBE SBE-MIWBE Amount drawn Amount Paid 10 Actual Minority Small Other Subcontractor Subcontract Amount for SBE-MIWBE Date Starting Date Business Business (Please Subcontractor (I) (I) Black Hispanic Caucasian Women Specify) ._- --- --- - ~---_.._.. . ----.- -------------~ --.--------. "------.-'-- --- - - f---- -- _ -------- --.- -.- -- - ~.- - '-- - __._,_..m.._ --.- .---".....--..-- ---. - -_..._---_._-,~ --,,- - --.----". -,,- - -- ...- j - I ! --_...,-,---_._----- _.-,---~ -----.- - '- "- -- r--- - - .- ._- . ~I-. -- - ,.--,- ~----'-~---"--' - -' -. ---. -~----'"-- - --..-- - ..--.---- ~.._- - -. - ~---- l--- - ~--_.._---.,---_. -"'-- --.------ ----------- - - --.....--- I--- --'-'-'-- 1--.- ---_" -~------'"-- .. .-._-_. --.---...- -_..~_._- --~_._.- I hereby certify that the above information is true to Ihe best of my knowledge 0'_'_ ________ - (Signature and Title) Return to Additional Sheets May Be Used A.s Necessary Office of Small Business Assistance 50 S. Military Trail, Suite 209 West Palm Beach, FL 33415 ~K)l E I-irms may be certified as an SBE and/or an MIWBE il fillllS dfe (.erilfreCl dS [loth dl, ,1::3[:.: ana M/WBE pled':"" ".1lrcatett:f JO!ld' lj; i'i section. The dollar amount will not be counted twice Page 56 SCHEDULE 4 SBE-MIWBE PAYMENT CERTIFICATION This is to certify that received SBE or MIWBE Subcontractor (Monthly) or (Final) payment of $ on from for labor and/or materials used on BID NO. (Prime Contractor) BID NAME: BID#: PRIME CONTRACTOR: SBE OR MIWBE SUBCONTRACTOR: (Company Name) BY: BY: (Signature of Prime Contractor) (Signature of Subcontractor) (Print Name & Title of Person Executing on behalf (Print Name & Title of Person Executing on behalf of of Contractor) Subcontractor) STATE OF FLORIDA COUNTY OF :worn to and subscribed before me this day of ,20 by Notary Public, State of Florida Print, Type or Stamp Commissioned Name of Notary Personally Known OR Produced Identification Type of Identification Produced STATE OF FLORIDA COUNTY OF Sworn to and subscribed before me this day of ,20 by: Notary Public, State of Florida Print, Type or Stamp Commissioned Name of Notary Personally Known OR Produced Identification Type of Identification Produced JUE: To be submitted with Pay Request, immediately following any payment to the SBE-MIWBE from the Prime Contractor. INTER-OFFICE COMMUNICATION Palm Beach County DATE 7/25/05 TO: Robert McFadden ISS, Voice Services FROM: Martie Fields, Senior Buyer Purchasing Department RE: Installation, Integration, Maintenance & Support Services For The Voice Services And Enterprise Network Systems, Term Contract Bid #05-193/MF ------~_.,- ~-~----~-"-' -.-------.- A. FOR PURCHASING USE ONLY The purpose of this memorandum is to verify receipt and acceptance in the Purchasing Department of your procurement referenced above and to obtain departmental approval. This request has been: I Scheduled for Advertisement: ! Pre-Bid I Site Inspection: i Scheduled for Bid Opening: i i Should be Awarded by: 1 If the procurement process falls significantly behind this schedule, you will be notified; however, section "B" below must be checked, signed, and dated, and returned to my attention not later than in order to maintain this timeline. B. FOR DEPARTMENTAL USE ONLY D NO EXCEPTIONS TAKEN D APPROVED WITH CHANGES AS NOTED D MAKE CHANGES AND RETURN FOR REVIEW SIGNATURE DATE NOTE: PLEASE RETAIN COPY FOR DEPARTMENTAL FILE Attachment c: Bid File BOARD OF COUNTY COMMISSIONERS NOTICE OF SOLICITATION BID #05-193/MF INSTALLATION, INTEGRATION, MAINTENANCE & SUPPORT SERVICES FOR THE VOICE SERVICES AND ENTERPRISE NETWORK SYSTEMS, TERM CONTRACT PRE-BID CONFERENCE (NON-MANDATORY) TO BE HELD AT PALM BEACH COUNTY PURCHASING DEPARTMENT 50 SOUTH MILITARY TRAIL, SUITE 109 WEST PALM BEACH, FL 33415 ON TUESDAY, AUGUST 16, 2005 AT 9:30 A.M. BID OPENING DATE AUGUST 25, 2005, AT 2: 00 P.M. If your company would like to receive the above solicitation package, please send your Company name, mailing address, phone Lumber and the bid number you are requesting, along with a check or money order in the amount of $ 5.00 . No cash is accepted. This is a non-refundable service charge. Make check or money order payable to: Palm Beach County Board of County Commissioners. Mail to: Palm Beach County Purchasing Department Attn: Copy/Mail Room 50 So. Military Tr., Suite 110 West Palm Beach, FL 33415 This project has an established 15% SBE goal. Palm Beach County is exempt from Federal and State Taxes for tangible personal property. For additional business opportunities please visit the County web site at www.pbcgov.com/pur (click on Request for Quotations and Invitation for Bids/Proposals) . '- arm V'I AMENDMENT #1 Dated: AUGUST 5, 2005 PALM BEACH COUNTY PURCHASING DEPARTMENT 50 SOUTH MILITARY TRAIL, SUITE 110 WEST PALM BEACH, FLORIDA 33415-3199 BID#: 05-193/MF TITLE: INSTALLATION, INTREGRATION, MAINTENANCE & SUPPORT SERVICES FOR THE VOICE SERVICES AND ENTERPRISE NETWORK SYSTEMS, TERM CONTRACT OPENING DATE: AUGUST 25, 2005 REFERENCE BID PAGE 9, Term & Condition #9, "QUALIFICATION OF BIDDERS" DELETE ITEM "D" IN ITS ENTIRETY. NOTE: This executed amendment shall be returned with your bid response. Failure to include with bid response shall result in rejection of your bid. ._-~ ..--. ...._- -------------.-- COMPANY NAME SIGNATURE / DATE SENIOR BUYER PURCHASING MANAGER AMENDMENT #2 Dated: AUGUST 18. 2005 PALM BEACH COUNTY PURCHASING DEPARTMENT 50 SOUTH MIUT ARY TRAIL, SUITE 110 WEST PALM BEACH, FLORIDA 33415-3199 BID#: 05-193/MF TITLE: INSTALLATION, INTEGRATION, MAINTENANCE & SUPPORT SERVICES FOR THE VOICE SERVICES AND ENTERPRISE NETWORK SYSTEMS, TERM CONTRACT OPENING DATE: AUGUST 25. 2005 REFERENCE BID PAGE 10, Term & Condition #11, AWARD (ALL OR NONE), has been changed to read: "Palm Beach County shall award this bid to the lowest, responsive, responsible bidder on an all-or- none, total offer basis, based on prices offered as applied to pre-established "hypothetical" project(s) and a market basket of various items for years 1, 2, and 3 inclusive." REFERENCE BID PAGE 11, Term & Condition #21, PERFORMANCE AND PAYMENT BOND, Second Sentence, has been changed to read: "Surety of such bond shall be in an amount of $250,000.00." REFERENCE BID PAGE 18, SPECIFICATIONS, Section 4.2 INSTALLATIONS/REARRANGEMENTS/ REPAIRS, Paragraph 4.2.4, has been changed to read: "The BIDDER must initiate repair and time and material service, after the COUNTY requests service as follows: Emergency Service - Within two (2) clock hours of reported trouble Routine Trouble Service - Within eight (8) clock hours of reported trouble Time & Material Service - Within ten (10) work days of requested work" DELETE THE EXISTING EXHIBIT PAGES LISTED BELOW AND REPLACE WITH REVISED A TT ACHED EXHIBIT PAGES: 1. Bid Page 32 - EXHIBIT II - (Page 5 of 11) 2. Bid Page 33 - EXHIBIT II - (Page 6 of 11) 3. Bid Page 35 - EXHIBIT II - (Page 8 of 11) 4. Bid Page 39 - EXHIBIT III - (Page 1 of 10) 5. Bid Page 43 - EXHIBIT III - (Page 5 of 10) 6. Bid Page 44 - EXHIBIT III - (Page 6 of 10) 7. Bid Page 46 - EXHIBIT III - (Page 8 of 10) NOTE: This executed amendment shall be returned with your bid response. Failure to include with bid response shall result in rejection of your bid. COMPANY NAME SIGNATURE / DATE SENIOR BUYER PURCHASING MANAGER Page 1 of 8 Page 32 REVISED EXHIBIT II TIME & MATERIAL PRICING (continued) Pa e 5 of 11 ~i Item Description 1 Per UnitPrici~n - Year 1 Per Unit Pricing - Year 2 Per Unit Pricing - Year 3 No. Material Labor Material Labor Material Labor 64 Duplex plate, mounting strap $ lea. $ $ lea. $ $ lea $ ------- ..- -----... ~-~ 65 Cut in wall boxes $ lea. $ $ lea. $ $ lea. $ - -~--~ --------------" 66 Blanks $ lea. $ $ lea. $ $ lea. $ I Jacks, 2-port, surface mount, w/dual 8P8C (Category - __ ___________ ____on I 67 5e , White $ lea. $ $ lea. $ $ lea. $ ---- ---- I 68 Jacks, 2-port, surface mount, w/dual 8P8C (Category $ lea. $ $ lea. $ $ lea. $ 5e,lvo -~-_... .----- U~ 11 69 Jacks, 2-port, surface mount, w/dual 8P8C (Category $ lea. $ $ lea. $ $ lea. $ .~~ 6 , White ~- -'-' - .-...-- ---"~ ____n__ II 70 Jacks, 2-port, surface mount, w/dual 8P8C (Category $ lea. $ $ lea $ $ lea. $ 11 6,lvo -- --......- -----.- Ii 71 Jacks, 2-port, surface mount, w/6P6C & 8P8C $ lea. $ $ lea. $ $ lea. $ il Cate 0 5e.LYYhite II ----.--- - ,'-' 72 Jacks, 2-port, surface mount, w/6P6C & 8P8C $ lea. $ $ lea $ $ lea. $ (Cate 0 5e,lvo II ~'-'-"'--- ------ I! 73 DELETED ) _._.~- --,.-_._--~----- _._---~ ---.- --. 74 DELETED II .-----...-- --~_._. -- --.. i! 1i 75 Jack, Leviton, 41106-RW6, 6P6C, White *,** $ lea. $ $ lea. $ $ lea. $ ~I ~"_._--- 76 Jack, Leviton, 411 06-RI6,6P6C, Ivory *,** $ lea. $ $ lea. $ $ lea $ ii 77 Jac;' Levi;~n, 5G110-R05, 8P8~~-;ra~ge *,** $ __~ -/~~~_u $ ____~~. $. nn__n ~. II lea $ ; JI Column Totallor each column this page. $ - - - L $ . $ --. b ----. ~- $ II Ii Total material and labor for each of year 1 through year 3. $ $ $ ,I !I i Page Total- Total of material & labor for years 1 through 3 inclusive. Enter here and in the appropriate area of Exhibit II Page 11. $ " I 1: NOTES * Flush mount application ** Indicates County's preference Equivalent in structure & technical functionality IS acceptable. BIDDER Company Name Page 2 of 8 Page 33 REVISED EXHIBIT II TIME & MATERIAL PRICING (continued) Page 6 of 11 Item Item Description Per Unit PriCina - Year 1 Per Unit Pricina -: year 2 Per.Uhit Pricing - Year 3 No. Material Labor Material Labor Material Labor 78 Faceplate, Leviton 41080-1IP, Ivory,(use with 75-77) ** $ lea. $ $ lea. $ $ lea. $ 79 Faceplate, Leviton 41080-2IP, Ivory,(use with 75-77) ** $ lea. $ $ lea. $ $ lea. $ 80 Faceplate, Leviton 41080-3IP, Ivory,(use with 75-77) ** $ lea. $ $ lea. $ $ lea. $ 81 Faceplate, Leviton 41080-4IP, Ivory,(use with 75-77) ** $ lea. $ $ lea. $ $ lea. $ 82 Faceplate, Leviton 41080-6IP, Ivory,(use with 75-77) ** $ lea. $ $ lea. $ $ lea. $ 83 Faceplate, Leviton 41080-1wp, White,(use with 75-77)** $ lea. $ $ lea. $ $ lea. $ 84 Faceplate, Leviton 41080-2wp, White,(use with 75-77) $ lea. $ $ lea. $ $ lea. $ ** 85 Faceplate, Leviton 41080-3wp, White,(use with 75-77) $ lea. $ $ lea. $ $ lea. $ ** 86 Faceplate, Leviton 41080-4wp, White,(use with 75-77) $ lea. $ $ lea. $ $ lea. $ ** 87 Faceplate, Leviton 41080-6wp, White,(use with 75-77) $ lea. $ $ lea. $ $ lea. $ ** 88 24-Port patch panel, 19 in. rack mount, Category 5e $ lea. $ $ lea. $ $ lea. $ 89 24-Port patch panel, 19 in. rack mount, Category 6 $ lea. $ $ lea. $ $ lea. $ 90 48-Port patch panel, 19 in. rack mount, Category 5e $ lea. $ $ lea. $ $ lea. $ 91 48-Port patch panel, 19 in. rack mount, Category 6 $ lea. $ $ lea. $ $ lea. $ ColUmn Total foreach.column this page. $ $ $ $ $ $ Total material atiq labor for eathofYEl~r 1 through year 3. $ $ $ Page Total"'TQtarofmat~rial&laboj"f()ry~~rs.1 througllpinclusive. Etiterhere and in the appropriatearEla of Exhibit UP age 11. $ NOTES: * Flush mount application ** Indicates County's preference. Equivalent in structure & technical functionality is acceptable. BIDDER Company Name: Page 3 of 8 Page 35 REVISED EXHIBIT" TIME & MATERIAL PRICING (continued) Page 8 of 11 Item Item Description Per Unit Pricin - Year 1 Per Unit Pricin - Year 2 Per Unit Pricin - Year ~ No. Material Labor Material Labor Material Labor 106 Cable, Fiber Optic, gel-fill, 96-strand SM $ 1ft $ $ 1ft. $ , Iff $ - -1 --- "_._-- --....-...-..----.-- - -- 107 Cable, Fiber Optic, gel-fill, armored, 12-strand SM $ 1ft $ $ 1ft. $ $ 1ft. $ 108 Cable, Fiber Optic, gel-fill, armored, 24-strand SM $ 1ft $ $ 1ft. $ $ 1ft. $ -_.~ ~-- - ------__-0- 109 Cable, Fiber Optic, gel-fill, armored, 48-strand SM $ 1ft $ $ 1ft. $ $ 1ft. $ ~-----~ 110 Cable, Fiber Optic, gel-fill, armored, 96-strand SM $ 1ft $ $ 1ft. $ $ 1ft. $ -~-------_.- -.-.- --_.--".~-- 111 Innerduct, 1-inch, plenum rated $ 1ft $ $ 1ft. $ $ 1ft. $ - "---_.---- --.--- .._~---_..._- _.._-.-- __~___ ._u. 112 lnnerduct, 1-inch - PVC $ 1ft $ $ 1ft. $ $ 1ft. $ --.---.'-.---- - - 113 Termination Fiber Optic, MM, ST type $ lea. $ $ lea. $ $ lea. $ -'-'--- --~--------~,---- ,.- 114 Termination, Fiber Optic, SM, ST type $ lea. $ $ lea. $ $ lea. $ - -~-- -------.--.- --..-------- -- --- 115 Bulkhead Adapters Fiber Optic, ST, SM $ lea. $ $ lea. $ $ lea. $ ---~--~-~-~------ '~'----~ --- _...,------ -- ----- 116 Patch Panel Fiber Optic, 24-port, 19" rack mount $ lea. $ $ lea. $ $ lea. $ ------ ----- -- .------ 117 Patch Panel, Fiber Optic, 48-port, 19" rack mount $ lea. $ $ lea. $ $ lea. $ -'- - 118 Patch Panel, Fiber Optic, 72-port, 19" rack mount $ lea. $ $ lea. $ $ lea. $ - '--'-- --,-.--... .."-_.__._---~---_.--- ,_.__..~-~._-- ----...- -------. -- --- ~._..-.- 119 Patch Panel, Fiber Optic, 6-port, wall mount $ lea. $ $ lea. $ $ lea $ Column total for each column this page. $ $ $ ~_li-- $ $ - Totallllaterial and labor for each of year 1 through year 3. $ $ $ Page Total - Total of material & labor for years 1 through 3 inclusive. Enter here and in the appropriate area of Exhibit II Page 11. $ II NOTE: * Flush mount application ** Indicates County's preference. Equivalent in structure & technical functionality is acceptable BIDDER Company Name - ".----- Page 4 of 8 Page 39 REVISED EXHIBIT III OPTIONAL YEARS 4 & 5 PRICING TABLE EXHIBIT TIME & MATERIAL PRICING Paqe10f10 Item Item Description Per Unit PricinQ'" Year 4 Per UnitPricina - Year 5 No. Material Labor Material Labor 1 Service Call1Trip Charge xxxxxxxxx $ xxxxxxxxx $ 2 Standard Hourly Rate - Inside Plant Cable Technician xxxxxxxxx $ xxxxxxxxx $ 3 Standard Hourly Rate - Outside Plant Cable Technician xxxxxxxxx $ xxxxxxxxx $ 4 Standard Hourly Rate - AutoCAD Technical Services xxxxxxxxx $ xxxxxxxxx $ 5 Standard Hourly Rate -RCDD/Registered Communications xxxxxxxxx $ xxxxxxxxx $ Distribution Designer 6 Patch Cord, Category 5e 4-pair UTP, 5 ft. w/RJ45 $ lea. XXXXXXXXX $ lea. XXXXXXXXX 7 Patch Cord, Category 5e 4-pair UTP, 10ft. w/RJ45 $ lea. XXXXXXXXX $ lea. XXXXXXXXX 8 Patch Cord, Category 5e 4-pair UTP, 15 ft. wi RJ45 $ lea. XXXXXXXXX $ lea. XXXXXXXXX 9 Patch Cord, Category 5e 4-pair UTP, 4 ft. w/RJ45, hub to hub, $ lea. XXXXXXXXX $ lea. XXXXXXXXX or cross connect 10 Patch Cord, Category 6 4-pair UTP, 5 ft. w/RJ45 $ lea. XXXXXXXXX $ lea. XXXXXXXXX 11 Patch Cord, Category 6 4-pair UTP, 10 ft. w/RJ45 $ lea. XXXXXXXXX $ lea. XXXXXXXXX 12 Patch Cord, Category 6 4-pair UTP, 15 ft. w/RJ45 $ lea. XXXXXXXXX $ lea. xxxxxxxxx 13 Patch Cord, Category 6 4-pair UTP, 4 ft. w/RJ45, hub to hub, or $ lea. XXXXXXXXX $ lea. XXXXXXXXX cross connect 14 Patch Cord, ST:ST, Fiber Optic MM, dual zip, 3 m, Orange $ lea. XXXXXXXXX $ lea. XXXXXXXXX 15 Patch Cord, ST:SC, Fiber Optic MM, dual zip, 3 m, Orange $ lea. XXXXXXXXX $ lea. XXXXXXXXX Column Total for each column this page. $ $ $ $ Total material and labor for each of year 4 and year 5. $ $ NOTES: * Flush mount application ** Indicates County's preference. Equivalent in structure & technical functionality is acceptable. BIDDER Company Name: Page 5 of 8 Page 43 REVISED EXHIBIT III OPTIONAL YEARS 4 & 5 PRICING TABLE EXHIBIT TIME & MATERIAL PRICING Pa e50f10 Item Item Description Per Unit Pricing - Year 4 Per Unit Pricing - Year 5 No. Material labor Material labor 64 Duplex plate, mounting strap $ lea. $ $ lea. $ ~ -. ~-_.. .~,_._-- - --~.,-- 65 Cut in wall boxes $ lea. $ $ lea. $ ~--- ----.----- 66 Blanks $ lea. $ $ lea. $ --. -~~ __..0. 67 Jacks, 2-port, surface mount, w/dual 8P8C (Category 5e), $ lea, $ $ lea. $ White Jacks, 2-port. surface mount, w/dual 8P8C (Category 5e), ----- _._~._.- 68 $ lea. $ $ lea. $ Ivo ---- "-.- ---- 69 Jacks, 2..port, surface mount, w/dual 8P8C (Category 6), $ lea. $ $ lea. $ White ---.-- --~- 70 Jacks, 2-port, surface mount, w/dual 8P8C (Category 6), $ lea. $ $ lea. $ Ivo --. - -_.~._- 71 Jacks, 2-port, surface mount, w/6P6C & 8P8C (Category 5e), $ lea. $ $ 10'. r White -- --- ---~ --",-,. -'-- 72 Jacks, 2..port, surface mount, w/6P6C & 8P8C (Category 5e), $ lea. $ $ lea $ Ivo - -.-,---- ~-,-- -- ------.--- ----- - ------. --------- -_. -~,- --.---..- 73 DELETED I -- --- .--- -.--- 74 DELETED i ---- -_._._-~_.--- --._-_..--- II 75 Jack, Leviton, 411 06-RW6,6P6C, White ** $ lea. $ $ lea. $ I -~--~-~--- - --.--..----- I 76 Jack, Leviton, 411 06-RW6,6P6C, Ivory ** $ lea. $ $ lea. $ I --'-'- - I 77 Jack, Leviton, 5G110-R05, 8P8C, Orange ** $ lea. $ $ lea. $ Jj .---_._-,,- f r -- ---------.-. ColumnTdtal for each column this page. $ $ 1 $ ~ Total material and labor for each of year 4 and year 5. $ JI _._,,.._ __ ,__"'_,'_~ .....0 - ....,..... .. ---.-.-- NOTE * Flush mount application ** Indicates County's preference Equivalent in structure & technical functionality is acceptable BIDDER Company Name Pagr . ')f 8 Page 44 REVISED EXHIBIT III OPTIONAL YEARS 4 & 5 PRICING TABLE EXHIBIT TIME & MATERIAL PRICING Paoe 6 of 10 Item Item Description Per .Unit Pricing - Year 4 Per Unit Pricing.... Year 5 No. Material Labor Material Labor 78 Faceplate, Leviton 41080-1IP, Ivory,(use with 75-77) ** $ lea. $ $ lea. $ 79 Faceplate, Leviton 41080-2IP, Ivory,(use with 75-77) ** $ lea. $ $ lea. $ 80 Faceplate, Leviton 41080-3IP, Ivory,(use with 75-77) ** $ lea. $ $ lea. $ 81 Faceplate, Leviton 41080-4IP, Ivory (use with 75-77) ** $ lea. $ $ lea. $ 82 Faceplate, Leviton 41080-6IP, Ivory (use with 75-77) ** $ lea. $ $ lea. $ 83 Faceplate, Leviton 41080-1wp, White (use with 75-77) ** $ lea. $ $ lea. $ 84 Faceplate, Leviton 41080-2wp, White (use with 75-77) ** $ lea. $ $ lea. $ 85 Faceplate, Leviton 41080-3wp, White (use with 75-77) ** $ lea. $ $ lea. $ 86 Faceplate, Leviton 41080-4wp, White (use with 75-77) ** $ lea. $ $ lea. $ 87 Faceplate, Leviton 41080-6wp, White (use with 75-77) ** $ lea. $ $ lea. $ 88 24-Port patch panel, 19 in. rack mount, Category 5e $ lea. $ $ lea. $ 89. 24-Port patch panel, 19 in. rack mount, Category 6 $ lea. $ $ lea. $ 90 48-Port patch panel, 19 in. rack mount, Category 5e $ lea. $ $ lea. $ 91 48-Port patch panel, 19 in. rack mount, Category 6 $ lea. $ $ lea. $ Column Total for eachcolurnh this page. $ $ $ $ Total material andlaporHor each of year 4 and Y~a" 5. $ $ NOTES: * Flush mount application ** Indicates County's preference. Equivalent in structure & technical functionality is acceptable. BIDDER Company Name: Page 7 of 8 Page 46 REVISED EXHIBIT III OPTIONAL YEARS 4 & 5 PRICING TABLE EXHIBIT TIME & MATERIAL PRICING Pa e80f10 I ---.. O' o. I Item Per Unit Pricing - Year 4 Per Unit Pricing - Year 5 I Item Description ------..- i No. Material Labor Material Labor 106 Cable, Fiber Optic, gel-fill, 96-strand SM $ 1ft $ $ 1ft $ - ---.. --'--. - --~ - 107 Cable, Fiber Optic, gel-fill, armored, 12-strand SM $ 1ft $ $ 1ft $ "- - ~----- ~..~- '_0 108 Cable Fiber Optic, gel-fill, armored, 24-strand SM $ 1ft $ $ 1ft $ '.- -- 109 Cable, Fiber Optic, gel-fill, armored, 48-strand SM $ 1ft $ $ 1ft $ .- -------- __ _~_ _u_ __~__ 110 Cable, Fiber Optic, gel-fill, armored, 96-strand SM $ 1ft $ $ 1ft $ ---_.__.~~ --~- 111 Innerduct, i-inch, plenum rated $ 1ft $ $ 1ft $ ~- "-- --~---_.--_.- ~-_.._-- -~--- ..'o'n.__ _ 112 lnnerduct, 1-inch - PVC $ 1ft $ $ 1ft $ .-----. - --~-- -------,------ .'---- -" --~-- 113 Termination Fiber Optic, MM, ST type $ lea. $ $ lea. $ ---- ---'-.- ~---- - ----"._---- ---- 114 Termination, Fiber Optic, SM, ST type $ lea. $ $ lea. $ -.-- -----,----.._--- __.__ _ __.m 115 Bulkhead Adapters Fiber Optic, ST, SM $ lea. $ $ lea. $ ---.- ----------..-- -~--- -.----p. 116 Patch Panel Fiber Optic, 24-port, 19" rack mount $ lea. $ $ lea $ -- -~_._-_..- 117 Patch Panel, Fiber Optic, 48-port, 19" rack mount $ lea. $ $ lea. $ ------. ------- - --_._- 118 Patch Panel, Fiber Optic, 72-port, 19" rack mount $ lea. $ $ lea. $ --"--- ------------ ---~-~---_. .,--~._._,--------_._- _0 119 Patch Panel, Fiber Optic, 6-port, wall mount $ lea. $ $ lea. $ I .--,.,...---- f [$ j Column Total for each column this page. $ $ Total material and labor for each of year 4 and year 5. $ I . ..c_=..___=----=-.__=._.==-_~__'_"'_ ,I NOTES * Flush mount application ** Indicates County's preference EqUivalent in structure & technical functionality is acceptable BIDDER Company Name: ~_._'----_._._-_..._. '._"'",---. --."--... PClgP C '18 Form W AMENDMENT #3 Dated: AUGUST 25. 2005 PALM BEACH COUNTY PURCHASING DEPARTMENT 50 SOUTH MILITARY TRAIL, SUITE 110 WEST PALM BEACH, FLORIDA 33415-3199 BIO#: 05-193/MF TITLE: INSTALLATION, INTREGRATION, MAINTENANCE & SUPPORT SERVICES FOR THE VOICE SERVICES AND ENTERPRISE NETWORK SYSTEMS, TERM CONTRACT OPENING DATE: SEE BELOW BID OPENING HAS BEEN EXTENDED TO SEPTEMBER 1, 2005, AT 2:00 P.M. NOTE: Please acknowledge receipt of this amendment by signing and returning with your Bid Response. COMPANY NAME SIGNATURE / DATE SENIOR BUYER PURCHASING MANAGER r.::orm If\ AMENDMENT #1 Dated: AUGUST 5, 2005 PALM BEACH COUNTY PURCHASING DEPARTMENT 50 SOUTH MIUT ARY TRAIL, SUITE 110 WEST PALM BEACH, FLORIDA 33415-3199 BID#: 05-193/MF TITLE: INSTALLATION, INTREGRATION, MAINTENANCE & SUPPORT SERVICES FOR THE VOICE SERVICES AND ENTERPRISE NETWORK SYSTEMS, TERM CONTRACT OPENING DATE: AUGUST 25, 2005 REFERENCE BID PAGE 9, Term & Condition #9, "QUALIFICATION OF BIDDERS" DELETE ITEM "D" IN ITS ENTIRETY. NOTE: This executed amendment shall be returned with your bid response. Failure to include with bid response shall result in rejection of your bid. COMPANY NAME SIGNATURE / DATE SENIOR BUYER PURCHASING MANAGER AMENDMENT #2 Dated: AUGUST 18. 2005 PALM BEACH COUNTY PURCHASING DEPARTMENT 50 SOUTH MILITARY TRAIL, SUITE 110 WEST PALM BEACH, FLORIDA 33415-3199 BID#: 05-193/MF TITLE: INSTALLATION, INTEGRATION, MAINTENANCE & SUPPORT SERVICES FOR THE VOICE SERVICES AND ENTERPRISE NETWORK SYSTEMS, TERM CONTRACT OPENING DATE: AUGUST 25. 2005 REFERENCE BID PAGE 10, Term & Condition #11, AWARD (ALL OR NONE), has been changed to read: "Palm Beach County shall award this bid to the lowest, responsive, responsible bidder on an all-or- none, total offer basis, based on prices offered as applied to pre-established "hypothetical" project(s) and a market basket of various items for years 1, 2, and 3 inclusive." REFERENCE BID PAGE 11, Term & Condition #21, PERFORMANCE AND PAYMENT BOND, Second Sentence, has been changed to read: "Surety of such bond shall be in an amount of $250,000.00." REFERENCE BID PAGE 18, SPECIFICATIONS, Section 4.2 INSTALLATIONS/REARRANGEMENTS/ REPAIRS, Paragraph 4.2.4, has been changed to read: "The BIDDER must initiate repair and time and material service, after the COUNTY requests service as follows: Emergency Service - Within two (2) clock hours of reported trouble Routine Trouble Service - Within eight (8) clock hours of reported trouble Time & Material Service - Within ten (10) work days of requested work" DELETE THE EXISTING EXHIBIT PAGES LISTED BELOW AND REPLACE WITH REVISED A TT ACHED EXHIBIT PAGES: 1. Bid Page 32 - EXHIBIT II - (Page 5 of 11) 2. Bid Page 33 - EXHIBIT II - (Page 6 of 11) 3. Bid Page 35 - EXHIBIT II - (Page 8 of 11) 4. Bid Page 39 - EXHIBIT III - (Page 1 of 10) 5. Bid Page 43 - EXHIBIT III - (Page 5 of 10) 6. Bid Page 44 - EXHIBIT III - (Page 6 of 10) 7. Bid Page 46 - EXHIBIT III - (Page 8 of 10) NOTE: This executed amendment shall be returned with your bid response. Failure to include with bid response shall result in rejection of your bid. COMPANY NAME SIGNATURE / DATE SENIOR BUYER PURCHASING MANAGER Page 1 of 8 Page 32 REVISED EXHIBIT II TIME & MATERIAL PRICING (continued) ~ 'l Per Unit Pricing - Year 1 Page 5 of 11 Item Description Per Unit Pricin - Year 2 Per Unit Pricing - Year 3 .:J No. Material Labor Material Labor Material Labor - - 64 Duplex plate, mounting strap $ lea. $ $ lea. $ $ lea. $ . -l :1 ,----.-. ~._-----_..~ 'I 65 Cut in wall boxes $ $ $ II $ lea. $ lea. $ lea. 1 n___' 66 Blanks $ lea. $ $ lea. $ $ lea. $ 67 Jacks, 2-port, surface mount, w/dual 8P8C (Category $ lea. $ $ lea. $ $ lea. $ il 5e , White -.---.- I, Jacks, 2-port, surface mount, w/dual 8P8C (Category $ $ 1! 68 5e,lvo $ lea. $ lea. $ lea. $ ii -_.~-_..- -.- ._----~~ ~- ---..-.- 'I Jacks, 2-port, surface mount, w/dual 8P8C (Category I: 69 $ lea. $ $ lea. $ $ $ " 6 , White lea. Ii _.._---_.~---- ---~--_._- ------. -------.--- II Jacks, 2-port, surface mount, w/dual 8P8C (Category $ $ 11 70 s lea, $ lea. $ lea $ I 6,lvo ---.- -_.---- II ~:ff " 71 Jacks, 2-port, surface mount, w/6P6C & 8P8C $ $ lea. $ $ lea. $ ii Cate 0 5e , White I! .--- _,. -11 72 Jacks, 2-port, surface mount, w/6P6C & 8P8C $ $ lea. $ $ lea. $ il Cate 0 5e,lvo Ii ---- --~- --~l- . - -- II 73 DELETED Ii I 'I -..-- --~--- Ii 74 DELETED ii - -..-.--.. ..__n.._ ______..________ :i --~_._-----_._..- -..--.. 75 Jack, Leviton, 41106-RW6, 6P6C, White *,** $ lea. $ $ lea. $ $ lea. $ !i II -"._~ ---- --------,_.,-~---- - ---._---- -.- - - --------.- II 76 Jack, Leviton, 411 06-RI6,6P6C, Ivory *,** $ lea. $ $ lea. $ $ lea 1$ I 77 Jack, Leviton, 5G110-R05, 8P8C, Orange ',** $ __ _~_~________ $ _./ea. $ ~m i lea L~ - -,-~- I [$ Column Total for each column this page. $ I $ $ $ $ ~-- _. Total material and labor for each of year 1 through year 3. $ $ $ Page Total- Total of material & labor for years 1 through 3 inclusive. Enter here and in the appropriate area of Exhibit II Page 11. _~ NOTES' . Flush mount application H Indicates County's preference Equivalent in structure & technical functionality IS acceptable BIOOFR Company Name Page'} of R Page 33 REVISED EXHIBIT II TIME & MATERIAL PRICING (continued) Paqe 6 of 11 Item Item Description Per Unit Pricina - Year 1 Per Unit Pricina - Year 2 P~r Unit Pricing - Year 3 No. Material Labor Material Labor Material Labor 78 Faceplate, Leviton 41080-1IP, Ivory,(use with 75-77) ** $ lea. $ $ lea. $ $ lea. $ 79 Faceplate, Leviton 41080-2IP, Ivory, (use with 75-77) ** $ lea. $ $ lea. $ $ lea. $ 80 Faceplate, Leviton 41080-3IP, Ivory,(use with 75-77) ** $ lea. $ $ lea. $ $ lea. $ 81 Faceplate, Leviton 41080-4IP, Ivory, (use with 75-77) ** $ lea. $ $ lea. $ $ lea. $ 82 Faceplate, Leviton 41080-6IP, Ivory,(use with 75-77) ** $ lea. $ $ lea. $ $ lea. $ 83 Faceplate, Leviton 41080-1wp, White,(use with 75-77)** $ lea. $ $ lea. $ $ lea. $ 84 Faceplate, Leviton 41080-2wp, White,(use with 75-77) $ lea. $ $ lea. $ $ lea. $ ** 85 Faceplate, Leviton 41080-3wp, White,(use with 75-77) $ lea. $ $ lea. $ $ lea. $ ** 86 Faceplate, Leviton 41080-4wp, White,(use with 75-77) $ lea. $ $ lea. $ $ lea. $ ** 87 Faceplate, Leviton 41080-6wp, White,(use with 75-77) $ lea. $ $ lea. $ $ lea. $ ** 88 24-Port patch panel, 19 in. rack mount, Category 5e $ lea. $ $ lea. $ $ lea. $ 89 24-Port patch panel, 19 in. rack mount, Category 6 $ lea. $ $ lea. $ $ lea. $ 90 48-Port patch panel, 19 in. rack mount, Category 5e $ lea. $ $ lea. $ $ lea. $ 91 48-Port patch panel, 19 in. rack mount, Category 6 $ lea. $ $ lea. $ $ lea. $ Column Total for e8chcolumn this page. $ $ $ $ $ $ Total material and labor for each of year 1 through year 3. $ $ $ page Total =Total.ofmateriaI8,ICilbor for years 1 through 3Jrich.lsive. Eritethere and in theappr6priateareCil of Exhibit II Page 11. $ NOTES: * Flush mount application ** Indicates County's preference. Equivalent in structure & technical functionality is acceptable. BIDDER Company Name: Page 3 of 8 Page 35 REVISED EXHIBIT 1\ TIME & MATERIAL PRICING (continued) Pa e 8 of 11 Item Item Description Per Unit Pricin - Year 1 Per Unit Pricin - Year 2 Per Unit Pricin - Year 3 -1 No. Material Labor Material Labor Material Labor 106 Cable, Fiber Optic, gel-fill, 96-strand SM $ 1ft $ $ 1ft. $ $ 1ft $ \ -.....----------- ~._._.__._--------- ___ _n_. __ 107 Cable, Fiber Optic, gel-fill, armored, 12-strand SM $ 1ft $ $ 1ft. $ $ 1ft. $ 108 Cable, Fiber Optic, gel-fill, armored, 24-strand SM $ 1ft $ $ 1ft. $ $ 1ft. $ 109 Cable, Fiber Optic, gel-fill, armored, 48-strand SM $ 1ft $ $ 1ft. $ $ 1ft. $ 110 Cable, Fiber Optic, gel-fill, armored, 96-strand SM $ 1ft $ $ 1ft. $ $ 1ft. $ ----- ".-.---..--.-.. ---- 111 Innerduct, 1-inch, plenum rated $ 1ft $ $ 1ft. $ $ 1ft $ --- ~-----.--._-------- ----- -.-- 112 Innerduct, 1-inch - PVC $ 1ft $ $ 1ft. $ $ 1ft $ -",-_. ------.-.- -- 113 Termination Fiber Optic, MM, ST type $ lea. $ $ lea. $ $ lea $ ------- 114 Termination, Fiber Optic, SM, ST type $ lea. $ $ lea. $ $ lea $ --'--'-- ---- 115 Bulkhead Adapters Fiber Optic, ST, SM $ lea. $ $ lea. $ $ lea. $ -. ----~--- ----_._--"._~..~"-_._._--- 116 Patch Panel Fiber Optic, 24-port, 19" rack mount $ lea. $ $ lea. $ $ lea. $ ------ - - -- ._----_._-_.__.._.__..._-----,_.,----~~ -- -- -'---' .----. -"'- 117 Patch Panel, Fiber Optic, 48-port, 19" rack mount $ lea. $ $ lea. $ $ lea. $ "--~ --------- --.- --- ---- 118 Patch Panel, Fiber Optic. 72-port, 19" rack mount $ lea. $ $ lea. $ $ lea $ ----..----.-- ~.,_.".-.---_._---_._----_._------- _H 119 Patch Panel, Fiber Optic, 6-port, wall mount $ lea. ~ $ lea. $ $ lea $ .._-~--_. . Tf- I~ 1$ Column Total for each column this page. $ ~-l$. $ Total material and labor for each of year 1 through year 3. $ $ -.--- Page Total;...Total of material & labor for years 1 through 3 inclusive. Enter here and in the appropriate area of Exhibit II Page 11. $ NOTE' * Flush mount application ** Indicates County's preference Equivalent in structure & technical functionality is acceptable BIDDER Company Name. Page 4 of 8 Page 39 REVISED EXHIBIT III OPTIONAL YEARS 4 & 5 PRICING TABLE EXHIBIT TIME & MATERIAL PRICING Paqe10f10 Item Item Description Per UnitPricina ..... Year 4 Per Unit Pricing - Yeli" 5 No. Material Labor Material labor 1 Service Call1Trip Charge xxxxxxxxx $ xxxxxxxxx $ 2 Standard Hourly Rate -Inside Plant Cable Technician xxxxxxxxx $ xxxxxxxxx $ 3 Standard Hourly Rate - Outside Plant Cable Technician xxxxxxxxx $ xxxxxxxxx $ 4 Standard Hourly Rate - AutoCAD Technical Services xxxxxxxxx $ xxxxxxxxx $ 5 Standard Hourly Rate -RCDD/Registered Communications xxxxxxxxx $ xxxxxxxxx $ Distribution Designer 6 Patch Cord, Category 5e 4-pair UTP, 5 ft. w/RJ45 $ lea. xxxxxxxxx $ lea. xxxxxxxxx 7 Patch Cord, Category 5e 4-pair UTP, 10 ft. w/RJ45 $ lea. xxxxxxxxx $ lea. xxxxxxxxx 8 Patch Cord, Category 5e 4-pair UTP, 15 ft. wI RJ45 $ lea. xxxxxxxxx $ lea. xxxxxxxxx 9 Patch Cord, Category 5e 4-pair UTP, 4 ft. w/RJ45, hub to hub, $ lea. xxxxxxxxx $ lea. xxxxxxxxx or cross connect 10 Patch Cord, Category 6 4-pair UTP, 5 ft. w/RJ45 $ lea. xxxxxxxxx $ lea. xxxxxxxxx 11 Patch Cord, Category 6 4-pair UTP, 10ft. w/RJ45 $ lea. xxxxxxxxx $ lea. xxxxxxxxx 12 Patch Cord, Category 6 4-pair UTP, 15 ft. w/RJ45 $ lea. xxxxxxxxx $ lea. xxxxxxxxx 13 Patch Cord, Category 6 4-pair UTP, 4 ft. w/RJ45, hub to hub, or $ lea. xxxxxxxxx $ lea. xxxxxxxxx cross connect 14 Patch Cord, ST:ST, Fiber Optic MM, dual zip, 3 m, Orange $ lea. xxxxxxxxx $ lea. xxxxxxxxx 15 Patch Cord, ST:SC, Fiber Optic MM, dual zip, 3 m, Orange $ lea. xxxxxxxxx $ lea. xxxxxxxxx Column totalJor eac:hcolumn lhisPc:lge. $ $ $ $ ..... $ Total material and labor for each of year 4 and year 5. $ NOTES: * Flush mount application ** Indicates County's preference. Equivalent in structure & technical functionality is acceptable. BIDDER Company Name: Page 5 of 8 Page 4:', REVISED EXHIBIT III OPTIONAL YEARS 4 & 5 PRICING TABLE EXHIBIT TIME & MATERIAL PRICING Pa e 5 of 10 1- Item Item Description Per Unit Pricing - Year 4 Per Unit Pricing - Year 5 No. Material Labor Material Labor 64 Duplex plate, mounting strap $ lea. $ $ lea. $ ----.--.-.....- ._-----~._~ 65 Cut in wall boxes $ lea. $ $ lea. $ .~--_.~ -"-.- 66 Blanks $ lea. $ $ lea. $ --..-------- .,---- 67 Jacks, 2-port, surface mount, w/dual 8P8C (Category 5e), $ lea. $ $ lea. $ White -- - --- .~--- 68 Jacks, 2-port, surface mount, w/dual 8P8C (Category 5e), $ lea. $ $ lea. $ Ivo -- - .-------- 69 Jacks, 2-port, surface mount, w/dual 8P8C (Category 6), $ lea. $ $ lea. $ White -.-"- - .--..- - --_.~- -'-~ 70 Jacks, 2-port, surface mount, w/dual 8P8e (Category 6), $ lea. $ $ lea. $ Ivo ------ --~ ,-_. 71 Jacks, 2-port, surface mount, w/6P6C & 8P8C (Category 5e), $ lea. $ $ lea. $ White -l -- - -- 72 Jacks, 2-port, surface mount, w/6P6C & 8P8C (Category 5e), $ ~a $ $ lea. $ Ivo 1-73-- ----.----- --- ~-_.... - ,------~- -- -- -- - -- -.- .------- ~ DELETED I __u.-. ._____ _.__..._ ___ _ ._.______,.__ .----_. ..-~--t- 74 DELETED ~._--_.- --- --~_.._-_...._.--- ---- --If. ---".- 75 Jack, Leviton, 411 06-RW6,6P6C, White H $ lea. $ $ lea. $ ._~-~~ -...---- .- ------- ..----..- ---~ 76 Jack, Leviton, 411 06-RW6,6P6C, Ivory ** $ lea. $ $ lea. $ - -~--,--_._------- -- 77 Jack, Leviton, 5G11 O-R05, 8P8C, Orange ** lea. ~ $ $ ---- ."-" ----- $ lea. -~- r-- ---- -- t~-~ -. -] Column Total for each column this page. $ L~ $ j Total material and labor for each of year 4 and year 5. $ .-----........,. - --------- NOTE * Flush mount application ** Indicates County's preference Equivalent in structure & technical functionality IS acceptable RIDDER Company Name f>agp " of Po Page 44 REVISED EXHIBIT III OPTIONAL YEARS 4 & 5 PRICING TABLE EXHIBIT TIME & MATERIAL PRICING Pace 6 of 10 Item Item D~scription Per UnitPricina - Year 4 Per Unit Pricing.... Year 5 No. Material Labor Material Labor 78 Faceplate, Leviton 41080-1IP, Ivory,(use with 75-77) ** $ lea. $ $ lea. $ 79 Faceplate, Leviton 41080-2IP, Ivory,(use with 75-77) ** $ lea. $ $ lea. $ 80 Faceplate, Leviton 41 080-3IP, Ivory,(use with 75-77) ** $ lea. $ $ lea. $ 81 Faceplate, Leviton 41080-4IP, Ivory (use with 75-77) ** $ lea. $ $ lea. $ 82 Faceplate, Leviton 41080-6IP, Ivory (use with 75-77) ** $ lea. $ $ lea. $ 83 Faceplate, Leviton 41080-1wp, White (use with 75-77) ** $ lea. $ $ lea. $ 84 Faceplate, Leviton 41080-2wp, White (use with 75-77) ** $ lea. $ $ lea. $ 85 Faceplate, Leviton 41080-3wp, White (use with 75-77) ** $ lea. $ $ lea. $ 86 Faceplate, Leviton 41080-4wp, White (use with 75-77) ** $ lea. $ $ lea. $ 87 Faceplate, Leviton 41080-6wp, White (use with 75-77) ** $ lea. $ $ lea. $ 88 24-Port patch panel, 19 in. rack mount, Category 5e $ lea. $ $ lea. $ 89. 24-Port patch panel, 19 in. rack mount, Category 6 $ lea. $ $ lea. $ 90 48-Port patch panel, 19 in. rack mount, Category 5e $ lea. $ $ lea. $ 91 48-Port patch panel, 19 in. rack mount, Category 6 $ lea. $ $ lea. $ Column Total for each column this page. $ $ $ $ Total rnaterialandJabor for each of year 4 ahd yearS. $ $ NOTES: * Flush mount application ** Indicates County's preference. Equivalent in structure & technical functionality is acceptable. BIDDER Company Name: Page 7 of 8 Page 46 REVISED EXHIBIT III OPTIONAL YEARS 4 & 5 PRICING TABLE EXHIBIT TIME & MATERIAL PRICING Pae80f10 I Item I Per Unit Pricing - Year 4 Per Unit Pricing - Year 5 No. Item Description Material Labor Material Labor 106 Cable, Fiber Optic, gel-fill, 96-strand SM $ 1ft $ $ 1ft $ ------..---- 107 Cable, Fiber Optic, gel-fill, armored, 12-strand SM $ 1ft $ $ 1ft $ --- -- --------.---------- u____ ___________n - -- -- - --- ---- 108 Cable Fiber Optic, gel-fill, armored, 24-strand SM $ 1ft $ $ 1ft $ --- -~ 109 Cable, Fiber Optic, gel-fill, armored, 48-strand SM $ 1ft $ $ 1ft $ 110 Cable, Fiber Optic, gel-fill, armored, 96-strand SM $ 1ft $ $ 1ft $ 111 lnnerduct, 1-inch, plenum rated $ 1ft $ $ 1ft $ 112 I nnerduct, 1-inch - PVC $ 1ft $ $ 1ft $ -~--- 113 Termination Fiber Optic, MM, ST type $ lea. $ $ lea. $ 114 Termination, Fiber Optic, SM, ST type $ lea. $ $ lea. $ 115 Bulkhead Adapters Fiber Optic, ST, SM $ lea. $ $ lea. $ --~~-~-- 116 Patch Panel Fiber Optic, 24-port, 19" rack mount $ lea. $ $ lea. $ -~~---- . ---------.----- 117 Patch Panel, Fiber Optic, 48-port, 19" rack mount $ lea. $ $ lea. $ 118 Patch Panel, Fiber Optic, 72-port, 19" rack mount $ lea. $ $ lea. $ -~-~- 119 Patch Panel, Fiber Optic, 6-port, wall mount $ lea. $ $ lea. $ ~ - . -.-. ~; Column Total for each column this page. $ $ Total material and labor for each of year 4 and year 5. NOTES * Flush mount application ** Indicates County's preference. Equivalent in structure & technical functionality is acceptable BIDDER Company Name: .-.---- --- ~--~------ ~-- -- --- .~. _._-,--_..~.__...-._-"._-_." ----.---.--'---- --.-.-. Par ^ of R VI.-CONSENT AGENDA ITEM B.3 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM Requested City Commission Date Final Form Must be Turned Requested City Commission Date Final Fonn Must be Turned Meeting Dates in to City Clerk's Office Meeting Dates in to City Clerk's Office o December 16,2008 December 1,2008 (Noon) o February 17, 2009 February 2, 2009 (Noon) i:8J January 6, 2009 December IS. 2008 (Noon) o March 3. 2009 February 17,2009 (Noon) o January 20, 2009 January 5, 2009 (Noon) o March 17, 2009 March 2, 2009 (Noon) ('() 0 CJ=i a::> :::;-< o February 3, 2009 January 19,2009 (Noon) o April 7, 2009 March 16.2009 (Noon) 0 -<C- . rr1 n""'1 C""') - ~1"'li5 0 0 0"\ ;1:ll-<:: Announcements/Presentations City Manager's Report ~~ 0 0 :x:- u)--' NATURE OF Administrative New Business :x 0 AGENDA ITEM - i i:8J Consent Agenda 0 Legal - .. 0 0 0 Code Compliance & Legal Settlements Unfinished Business ce "" .~ 0 Public Hearing 0 RECOMMENDATION: Motion to approve a "piggy-back" contract #06-3350, with Collier County, Florida for Standardization of Biofilter Odor Control Units. The contract was awarded to Siemens Water Technologies of San Diego, California. Collier County complied with Public Contract Bid requirements equal to or which exceed Boynton Beach's requirements. Total cost of the (2) Biofilter Odor Control Units know as Zabocs Biofilters, are $161,440.00, EXPLANATION: The Utility Department would like to piggyback the Collier County contract for Biofilters, which was awarded to Siemens Water Technologies of San Diego California. The contract agreement is from August 1,2008 to July 31, 2009. This contract is for the purchase of (2) Zabocs Biofilters, which are used for odor control in the wastewater collection system. They will be installed at Lift Station #316 which is located at Golf Rd. and Military Trail and the second one at Lift Station #3 19 which is located at Miner Rd, and Lawrence Rd. The Division already owns and maintains 4 units at Master Lift Stations #317, #309, #356 and #801. The installation and operation of these four units have been very successful. PROGRAM IMPACT: The 2 units will be delivered, along with an initial start-up and warranty which will be included in the purchase price. The City will off-load the units and supply piping, electrical and water to them. The cost for the purchase of the (2) Biofilters are $161,440.00. Funds are available in account number 403-5000-590-96-04 SWR102 (Bio-Scrubbers) FISCAL IMP ACT: 1. 1000 CFM Zaboc Biofilter $80,720.00 2. 1000 CFM Zaboc Biofilter $80,720.00 $161,440.00 Funds are available in account number 403-5000-590-96-04 SWRI02 (Bio-Scrubbers) AL TERNA TIVES: The Existing units have now operated beyond the anticipated life expectancy and we are experiencing odor problems in the vicinity of the stations. These units use a type of earlier generation of media that is expensive to replace. More recent designs incorporate a different media and the cost to replace the units with the newer design is comparable to replacing the media. The new system does not need regular media replacement and is therefore cheaper to operate over time. S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM DOC CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM "--- ~ .-..-.-..,. .-- City Manager's Signature Utilities , ~am' --~ ~...~ -- City A Purcha i g ~- XC: Pete Mazzella Tony Lombardi Barb Conboy Dan Spooner George Peck File S'\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM.DOC FAX NO. : 35262964631 No\,). 10 2008 09:05AM P2 FROM: US FILTER SIEMENS Mr. Anthony Lombardi November 7, 2008 City of Boynton. Beach 124 E. WOOlbright Road Boynton Beach, Florida 33435 RE: ZABOCS Biological Odor Control Systems - Lift: Stations 316 & 319 Dear Mr. Lombardi, This letter is in regards to the two ZB-.7000 ZABOCS Biological Odor Control Systems for the City of Boynton Beach for installation at Lift Stations 316 and 319. Please note that we are now offering the same pricing and commercial terms as the Collier County units, which I is $80,720 per unit. The total for two ZB-7000 systems is $161,440. For your reference, I have attached a copy of the full Collier County contract along with copy of the contract renewal and current pricing. This price is valid for two complete odor control systems each including an exhaust fan, FRP vessel, odor control I media, irrigation system, FRP NEMA 3R electrical control panel, FRP water control cabinet, neoprene for undemeath vessel, and anchor bolts. We will also provide deisgn submittals, O&M manuals, FOB factory with full freight allowed to the jObsite, and manufacturer's services for system startup and training (one trip for up to four days shared between the two job sites). The City of Boynton Beach will be responsible for civil works, foundation design, and concrete pad for equipment, equipment package unloading, storage and installation, and design, supply and installation of all dueting, dampers. flexible connectors. and duct supports from each odor source up to the biofilter fan inlet (including all 316 SS fasteners and EPDM gaskets for ductwork flanged connections and dampers). In addition, Siemens Water Technologies Corp. 12316 Wotld Trade Drive Tel; (858) 487-2200 Suite 100 I;ax: (858) 487--5600 San Diego, CA 92128 www.siemens.comlwater page 1 of 2! FF'CJr'1 U(::, F I L TEF' H.' t~[ ::~ 2t:,.~>~t,4tl'-' ;"~10:::: el'=<': ''',)' SIEMENS the City will need to provide utilities connections (power, water. drain), surge suppression of the incoming power supply, and water supply, drain piping and "P-trap~, including backflow preventer if required. Please feel free to contact me if you have any questions or need more information. Thanks, Sincerely, Thomas S. Miles Technical Sales Mgr. - Eastern US and Canada, Upper MidWest Page 2 c>f :( To: 858-487-5600 From: DeLeonDiana 03/05/08 02;47 PM Page 2 of 3 - ~ ~, - ~~/ COLLIER COUNTY GOVERNMENT ADMINISTRATIVE SERVICES DIVISION 3301 TAMIAMI TRAIL EAST Purchasing Department NAPLES, FL 34112 (239) 252-8375 Fax (239) 252-6597 dianadeleon@colliergov.net March 5, 2008 Richard Parker Siemens Water Technologies Corp. 12316 World Trade Dr., #100 San Diego, CA 92128 Fax: 858-487-5600 RE: Renewal of Contract # 06-3360 "Standardization of Biofilter Odor Control Units" Dear Mr. Parker: Collier County has been under Contract with your company for the referenced services for the past year. The County would like to renew this agreement under the same terms and conditions for one (1) additional year in accordance with the renewal clause in the agreement. If you are agreeable to renewing the referenced contract, please indicate your intentions by providing the appropriate information as requested below: / I am agreeable to renewing the present contract for Standardization of Biofilter Odor Control Units under the same terms and conditions as the existing contract. I am not agreeable to renewal of this contract. If you are agreeable to renewing the contract, said renewal will be in effect from August 1, 2008 until July 31, 2009. Also, please provide an updated certificate of insurance for our files. Due to the volume of insurance certificates received in the Purchasing Department, the contract number should be referenced on the certificate to ensure that our records are updated accordingly. -----..--...-- To: 858-487-5600 From DeLeonDiana. 03/05/08 02:47 PM Page 3 of :3 Page 2 of 2 Renewal of Contract # 06-3360 "Standardization of Biofilter Odor Control Units" Please return this letter to the Purchasing Department with your response and insurance certificate no later than March 28, 2008. Your prompt attention is urgently requested. If you have any questions you may contact me at 239/252-8375. Very truly yours, Diana De Leon Contract Technician Acceptance: Siemens Water Technologies Corp. :C;~oQJ- Signature "R ic.J1o.( d ?c..('I<~( I GenQ..ra.1 rn an 0... Ef r- Typed Name and Title (Corporate Officer) Date: 03/0(,/ ;2oo~ In order to make sure our contact information is current, please provide the following information: Contact person: LorI /1d ~/ rna. n Phone # l 256'8) 4 8 7~ C).;J.OO Fax # ( ~ 59) 45'7 - 5~oO Email /Dr j. a.c:le(tnall @ S/(tp/"YIe:.nS. CDrn Address: j;;l.3/lp UJor-( c:/ Tr-o.d<< ])ntJZ, Sr.M. k I CO, ~VI ()LQ go , CA g JI;Jg C: George Yilmaz, Wastewater EXHIBIT B PRICING - CONTRACT #()S-,3350 [RENEWAL] Pricing valid from August 1,2006 through July 31,2009 as detailed below + -....." Description Model No. Current Year 1 Year 2 Year 3 Pricing Valid: 08/1/06 Valid: 08/1/07 Valid: 08/1/08 [Expires thru 07131/07 thru 07/31/08 thru 07/31/09 L_.____._._.. - -- _..__u__...... ._]/~1[~ -.- -- 11 ,500 cfm Biofiltration System ZB-8000 $95,785 $98,659 $101,618 $104,667 , -_. 1,000 cfm Biofiltration System ZB-7000 $73,870 $76068 $78369 $80,720 '2.) -- 850 cfm Biofiltration System ZB-6000 $65,750 $67,723 $69,754 $71,847 500 cfm Biofiltration System Z8-5000 $43,835 $45,150 $46,505 $47,900 i -- .,..-..-.... 350 cfm Biofiltration System ZB-4000 $33,550 $34,557 $35,593 $36,661 250 cfm Biofiltration System ZB-4000 $33,550 $34,557 $35,593 $36,661 140 cfm Biofiltration System ZB-42 $15,155 $15,610 $16,078 $16,560 -- ._- 70 cfm Biofiltration System Z8-30 $7,580 $7,807 $8,042 $8,283 _.__._~_._-- __ I ._- NOTE 1: Pricing for Vear 1, 2 and 3 each reflect a 3% increase over the previous year's pricing. NOTE 2: USFilter will continue to provide a $500 credit per unit off the above pricing for waiving of the odor panel testing (for Models ZB-4000 and larger). USFifter will continue to test each of these units with natural plant odors at start-up and perfonn H2S doping. ~.- ---- -.- ~ COLLIER COUNTY GOVERNMENT -'--'- PURCHASING DEPARTMENT 3301 EAST T AMIAMI TRAIL ADMINISTRATIVE SERVICES DIVISION PURCHASING BUILDING NAPLES, FLORIDA 34112 (239) 732-2667 FAX (239) 732-0844 OCT 4 /002 ---.".--"-..-----. - http://co.collier.fl.us September 30,2002 Roop C. Jain, Vice President/General Manager U.S. Filter Wastewater Group, Inc., D/b/a U.S.Filter/RJ Environmental 13100 Gregg Street, Suite B poway I CA 92064 RE: Contract #02-3350- "Standardization of Biolfilter Odor Control Units" Dear Mr. Jain: I am pleased to enclose your copy of the fully executed contract for the subject project. Congratulations on the award of this contract. If you have any questions, please do not hesitate to contact me at 941-732-2667. Sincerely, ~o~~)P:-f Purchasing Agent - AGREEMENT THIS AGREEMENT, made and entered into on this 6th day of June, 2002, by and between U.s. Filter Wastewater Group, Inc. d/b/a U.s. Filter RJ Environmental, hereinafter called the "Contractor" and Collier County, a political subdivision of the State of Florida, Collier County, Naples, hereinafter called the "County": WIT N E SSE T H: 1. COMMENCEMENT. The contract shall be for a one (1) year period, commencing on August I, 2002, and terminating on July 31, 2003. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for three (3) additional one (1) year periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. 2. ST A TEMENT OF WORK. The Contractor shall provide Biofilter Odor Control units, field tests, inspection and start-up in accordance with the terms and conditions of the specifications of RFP #02-3350 and the contractor's proposal (Cost Proposal No. M02- 023 dated May 3, 2002) herein referred to and made an integral part of this agreement. 3. COMPENSATION. The County shall pay the Contractor for the performance of this Agreement the aggregate of the units actually ordered and furnished at the unit price, together with the cost of any other charges/fees submitted in the proposal. Any county agency may purchase products and services under this contract, provided sufficient funds are included in their budget(s). 4. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed by registered or certified mail, or by facsimile or email to the Contractor at the following Address: Roop C. Jain, Vice President/General manager U.S. Filter Wastewater Group, Inc. d/b/a U.s. FilterlRJ Environmental 13100 Gregg Street, Suite B Poway, CA 92064 Page 1 -------_._~-------- All Notices from the Contractor to the County shall be deemed duly served if mailed registered or certified mail, by facsimile or email to the County to: Collier County Government Center Purchasing Department - Purchasing Building 3301 Tamiami Trail, East Naples, Florida 34112 The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Service Agreement must be in writing. 5. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 6. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.5., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. Payment for all such permits issued by the County shall be processed internally by the County All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and aU taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 7. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, county facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now m effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part ot the Contractor to be objectionable or improper, the County shall have the right to suspend the contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation; conduct; or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence "I - -" operation during the suspension period until the violation has been corrected to the satisfaction of the County. 8. TERMINATION. Should the contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said agreement immediately for cause; further the County may terminate this Agreement for convenience with a seven (7) day written notice. The County shall be sole judge of non-performance. If County cancels this Agreement for any reason other than contractor's breach, County shall promptly pay contractor for work performed prior to cancellation and any other direct costs incurred by contractor as a result of such cancellation. 9. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 10. INSURANCE. The Contractor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent contractors; Products and Completed Operations and Contractual Liability. B. Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $1,000,000 for each accident. Special Requirements: Collier County shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability Policy. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. There shall be a thirty (30) day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. 3 - -----,-----'..-- --_.._-----_._---~.~..._..._--- ,..~--_._-"- ----- Contractor shall insure that all subcontractors comply with the same insuranl\ requirements that he is required to meet The same Contractor shall provlCt County with certificates of insurance meeting the required insurance provisiom 11. INDEMNIFICA TION. The Contractor/Vendor, in consideration of One Hundred Dollars ($100.00), the receipt and sufficiency of which is accepted through the signmg of this document, shall hold harmless and defend Collier County and its agents and employees from all suits and actions, including attorneys' fees and all costs of litigation and judgments rendered therein, asserted by any third party for personal injun' or damage to tangible property, to the extent such injury or damage is caused by' tht' negligence or other wrongful conduct of Contractor/Vendor in the performance 'A this contract or otherwise completing the work performed thereunder. This provisIon shall also pertain to any claims brought against the County by any employee ot the named Contractor/Vendor. any Subcontractor, or anyone directly or indirectl \ employed by any of them. The Contractor/Vendor's obligation under this provlslon shall not be limited in any way by the agreed upon contract price as provided in Section 12 of this Contract or the Contractor/Vendor's limit of, or lack of, sufficient insurance protection. The first One Hundred dollars ($100.00) of money received \.)[1 the contract price is considered as payment of this obligation by the County This section does not pertain to any incident arising from the sole negligence of Collier County. 12. LIMIT A T10N OF LIABILITY. EXCEPT AS OTHERWISE SET FORTH IN SECTION I 1 HEREOF. CONTRACTORNENDOR SHALL NOT BE LIABLE FOR ANY CONSEQUENTIAL INCIDENTAL, SPECIAL, PUNITIVE OR OTHER INDIRECT DAMAGES, AND CONTRACTORNENDOR'S TOTAL LIABILITY ARISING AT ANY TIME FROM THE SALE OR USE OF THE EQUlPMENT SHALL NOT EXCEED THE PURCHASE PRICE PAID FOR THE EQUIPMENT. THESE LIMITATIONS APPLY WHETHER THE LIABILITY IS BASED ON COt\TTRACT, TORT, STRICT LIABILITY OR ANY OTHER THEORY. 13. WARRANTY. Subject to the following sentence, ContractorN endor warrants to County that the Equipment shall materially conform to the description in Contractor/Vendor's Documentation and shall be free from defects in material and workmanship. The foregoing warranty shall not apply to any Equipment that is specified or otherwise demanded by County and is not manufactured or selected by ContractorNendor, as to which (i) ContractorNendor hereby assigns to County, to the extent assignable, any warranties made to ContractorNendor and (ii) ContractorNendor shall have no other liability to County under warranty, tort or any other legal theory, except as provided for in Section 11 above. If County gives ContractorNendor prompt written notice of breach of this warranty within l8 months from delivery or 1 year from equipment acceptance, whichever occurs first, except in the case of the vessel which is 10 years from date of delivery, (the "Warranty Period"), ContractorNendor shalL at its sole option and as County's sole remedy, repair or replace the subject parts or refund the purchase price therefor. Media is guaranteed for two years. If ContractorNendor detenrunes that any claimed breach is not, in fact, covered by this warranty, County shall pay ContractorN endor its then customaf) charges for any repair or replacement made by ContractorNendor. ContractorNendor's warranty i~ conditioned on County's (a) operating and maintaining the Equipment 1D accordance with ContractorNendor's instructions, (b) not making any unauthorized repairs or alterations, and (e) not , ... - -- being in default of any payment obligation to ContractorNendor. ContractorNendor's warranty does not cover damage caused by chemical action or abrasive material, misuse or improper installation (unless installed by ContractorNendor). THE WARRANTIES SET FORTH IN THIS SECTION ARE CONTRACTORNENDOR'S SOLE AND EXCLUSIVE WARRANTIES AND ARE SUBJECf TO SECfION 12 ABOVE. SELLER MAKES NO OTHER WARRANTIES OF ANY KIND, EXPRESS OR IMPLIED, INCLUDING WITHOUT LIMITATION, ANY WARRANTY OF MERCHANT ABILITY OR FITNESS FOR PURPOSE. 14. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Wastewater Collections Department. 15. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the attached component parts, all of which are as fully a part of the contract as if herein set out verbatim: Contractor's Proposal, Insurance Certificate, RFP #02-3350 Specifications and Addendum/ Addenda. 16. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this agreement is subject to appropriation by the Board of County Commissioners. 5 IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, b,. il[1 authorized person or agent, hereunder set their hands and seals on the date and year first above written. BOARD OF COUNTY COMMISSIONERS A TrEST: COLLIER COUNTY, FLORIDA Dwigh\~. Brock, Clerk of Courts . \~ '. By: .~/~~4'//~dle By: Dated: &7j8)1A.- Jam Chairman (SEAL) .. ,~ttest. IS' to Cha f rcan I s u.s. Filter Wastewater Group, Inc. d/b/a signature onlJ. u.s. Filter/RJ Environmental (4~~~~ .~ Contractor ~- By: \ :J First Witness Signature Lori A. Adelman iType/print witness narnei ~t:~e~~~ Roop C. Jain/Vice President/GM Typed signature and title Robin L. Rogge Dated: 09/19/02 iType/print witness name i Approved as to form and le~u~)/ ~ CORPORA TE SEAL (corporations only) Robert Zachary Assistant County Attorney 6 - EXHIBIT A SUPPLEMENTAL TERMS AND CONDITIONS 1. This is a Purchase Agreement, as well as a Service Agreement, and codifies the standard of Biofilter Odor Control Units as approved by the Collier County Board of County Commissioners on June 6, 2002, Agenda Item 16E2. The standard shall remain perpetual unless changed or rescinded by the Collier County Board of County Commissioners. 2. It is acknowledged that technology for biofilter odor control units may change in the future and prices for biofilter odor control units, media, and other accessories other than those listed on Exhibit B hereto shall be negotiated between the parties. Prices shall be held for a minimum of two (2) years before being renegotiated. 3. Individual purchases may be made on a blanket purchase order with work orders for each purchase. Work Orders shall be in the form of Exhibit C. 4. Additional services may be requested and priced on a lump sum basis or an hourly basis as negotiated by the Contract Manager and the vendor. 5. Equipment and services excluded from Contractor/Vendor's supply are as stated in referenced Cost Proposal (Items 1, 3, 4 & 5). Item 2 - Equipment package unloading and setting on pad to be performed by Contractor/Vendor. Mechanical installation by Contractor/Vendor includes final on-site system assembly and general preparation of the system tor operation. It does not include any concrete or utility tie-in work. 7 --_.~--- EXHIBIT B PRICING Pricing valid from August I, 2002 through July 31, 2004 1000 cfm Biofiltration System $68,250.00 500 dm Biofiltration System $40,500.00 350 cfm Biofiltration System $31,000.00 250 dm Biofiltration System $31,000.00 100 dm Biofiltration System $31,000.00 50 dm Biofiltration System $31,000.00 2B-30 Biofiltration System $7,000.00 8 - - EXHIBIT C WORK ORDER # To U.S. Filter Wastewater Group, Inc. d/b/a U.S. Filter RJ Environmental "Standardization of Biofilter Odor Control Units" Contract #02-3350, Dated August 1, 2002 This Work Order is for the purchase field testing, inspection and start-up of a biofilter odor control unit, subject to the terms and conditions of the Contract referenced above, for work known as: Unit: Schedule of Work: Design submittals requirement is waived. Equipment to be delivered within 13 weeks of ContractorNendor's receipt of work order or notification of release for fabrication. Compensation: In accordance with Exhibit B of the Agreement, the County will compensate the Firm as follows: $ Any change made subsequent to final department approval will be considered an additional service and charged according to an executed Change Order as enumerated in Exhibit D of the Agreement. PREPARED BY: Kevin Rafferty I Odor Control Specialist Date APPROVED BY: Joe Cheatham, Wastewater Director Date ACCEPTED BY: Date U.S. Filter Wastewater Group, Inc. d/b/a U.S. Filter/RJ Environmental 9 -.-- --,._,---- . --_.._-~-"._---- J".L H r 1 ...... ~ 0..... ~, 'V E, ~. -'.....---.----,.-. .,-"_..._-,-- I ACORD", CERTIFICATE OF LIABILITY INSURANCE Page , of 2 09::8/2002 ... PRODuC!;:R 877-945-7378 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE W~ll~s North Arner~cQ, Inc. Reg~ona~ Cert CenteL HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OF 26 Century B~vd AL TER THE COVERAGE AFFORDED BY THE POLICIES BELOW "" o. Box 305.3..91 Na5hv~:'le, TN 372305191 INSURERS AFFORDING COVERAGE - -. -'-_._-----~~-~---------,_..._---- -'-- -_...._---_."._---_._~ INSURED US~i~ter Corporation INSURERA CotT\lnerce and l.ndulil'try lna:ura.nc. ~o~pa.nY__ Sl"::'O-O::;l 40-004 Coo k St reet lNSUHl:H lj Trave~ers :r.ndemn~ty Co of .T l~ Pa.:'..m ;:)e6ert, CA 92211 ,[:~:' 6"/ 4 -0;;": ---- "_.__m____... , INSURER C J'he Travelers :n!!.?~ance_S_ompa~__ _.___. ~ 9357-0:::',';; INSURfRD ,---- -..--- ---- INSUHt:H t. -..---.,-- COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR TH::: "OLlCY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE iSSUED 0" MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJ"CT TO A.~c THE TE"lMS EXCLC:SIONS AND CONDiTIONS OF S,J~'- POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS 'r'.fR1 POLICY EF"ECTIV E POLICY EXPIRATION ---..- TYPE: O~INSURANCE POLICY NUMBER MM/DOtVV ATE MM/OO,IVV\ LIMITS .- - A GENERAL LIABILITY GL4177798 3/1/2002 3/1/2003 tACHOCCUHHt:NC.t: '$ 1. 000 ,000 ~MMERCIAL GENERAL LIABILITY ' FIRE DAMAGE (Aoy one j'e! 1$ lLQQ 0 AQ.Q Q . CLAIMS MADE [i] OCCUR MED EXP (Any ON? oan:on} S .-".- !~ ---- -,- 0t:HSONAL & AUV INJUHY ~ ...:i,~OOO.OOQ. ~N'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE 1$ 5,000,000 PRODUCTS COMP.oP AGG : $ . __.5~ o_QJL 000_.. n f'OLlCv i PRO. r--' LOC J T ,.------.--... B ' AUTOMOBIL E LIABILITY TC2JCAP-419Jl647TIL02 3/1/2002 3/1/2003 : COMBINED SINGLE UM.": '----, lEa acCloen1) i - 1.100,000 B I~ ANY AUTO TC2ECAP-419Jl659TCT02 3/1/2002 3/1/2003 - ~___"~ _n._..___ __.....__ B ' ALLOWNt;;lJAUIOS TRJCAP-419J1611TIL02 3/1/2002 3/1/2003 [JODll Y INJLJP', i I cPe,' person', S SCHEDULED AUTOS "____..______m_ ____ W HIRED AUTOS BOOIL Y INJUR'I $ H NQNDWNcU AU IOS (Per aoci09nn -- ---.-- -- ----~.......- . I .----! PROPERTY DAMAGE ---, (PeraCC:den11 .S i I GARAGE LIABiliTY : '\U I U ONL v " l:J\ AC-CIUt:.N I S H ANY AUTO OTHER THAN ,A ACe $ AUTOONL Y AGG $ I EXCESS LIABILITY CAC H OCCUH Hl:N [;l: $ ::J OCCUp, :---; 'IGGREGA 11' _._-~-_._- '----.J CLAIMS MADE .. -------- -.- ----. $ Ut:LJU[; I IlJLt I i RETENTION $ S ; ,WC STATU. , 10TH i .---.-.,"- C I WORKERS COMPENSATION AND TRJUB419J4293T~L02 3/1/2002 3/1/2003 i X Tony LIMITS I En I EMP LOYERS' L1ABI UTY -""-_. -'--..-. C TCZJUB419J4441TILOZ 3/1/2002 3/1/2003 t:..l t.AC-H AC;l,;ILJt:N I : $.. _l.LOOO ,000 I . . E L DISEASE EA EMPLOYEE I $ 1.000,000 t E L DISEASE - POLICY LlMli $ 1 000 0 0 OTHER I I DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESIEXCLUSIONS A DDE;D BY IiNDORSEMENTISPE;CIAL PROVISIONS ADD~TIONAL NAMED ~NSURED: PROCESS WASTEWATER Coll~er County Board of County Commi......ioner.. are ~ncluded a.. Add~t~onal In..ured alS re"pect:s the General L~abi1~ty po1~cy, a.. their intere..'!:. may appeAr. -3 50 - Su 1 and m ch cal .in"t 02 " 15t", ". X I ADDITIONAL INSURED' INSURER LETTER CANCELLATION SHOULD ANY OFTHE ABOVE OESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION I DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN t NOIICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO 00 SO SHALL Colli.er County, FL IMPOSE NO OBLIGATION OR UABILlTY OF ANY KIND UPON THE INSURER ITS AGENTS OR Attn: M.s . Lyn Wood ~~~~;~~e~~;1~ni~st NaplelJ I FL 34112 ACORD 25-S rT/97) Col1:546555 Tp1:84633 Cert: 2187899 (0 ACORD CORPORATION 1 9 ~"..&..E:JJ..1. \."..1. ~^ vI ~u I ,,"VV4..,. -x.v'"" r- M\...I 1-. -.<1 V J.".J...6.1J. \o.l '^^ I - - Page 2 of 2 IMPORT ANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed, A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon I I ACORD 25-5 (7/97) Co~1:546555 Tpl:84633 C~rt:2187899 .. ".- 0............. .......J"- _~. hj "... ~ '", ..... ):::.. ENDORSEMENT Th1s endorsement, effective 12:01 A.M., 03/0 l/02 forms part ot Policy No. GL 417779'6 lssued to: G!\IlTED STATES FILTER CORPORATION By: COMMERCE AND INDUSTRY INS1.JRANCE COMPANY ADDITIONAL INSURED - RY CONTRACT. AGRRRMRNT OR PERMIT Under SECTION II - WHO IS AN INSURED, paragraph 5 is added as follows: 5. Each of the following is also an insured: a. Any person or organization you are required by a \vrirren conrract, agreement or pennit to name as an insured but only with respect to liability arising out of: 1. "work perfonned" or being perfonned by or on behalf of the named insured. 2. premises owned, rented, or used by you. 3. equipment rented, leased, or used by you. b. This insurance does not apply unless the cona-act, agreemem or pennit 1S made prior [0 the 'bodily injury" or "property damage" c. This insurance does not apply to the rendering or failure to render any professional services. d. This insurance is primary if thar is required hy rhe contracr, agreement or rennir e. The limits of Insurance provided on behalf of the Additional Insured are not greater th,m those required by such contract All other terms and conditions remain the same. A .~ ~. .,'. .. , " ,', '" ' " '.. , -.,. '".. . . .... ., .' , . . ,,' " " , '.' , . '...........'"....... ... .......,..,., '.'.....'. .....a..../J... :../J ....... ..........,. .~. J....'...... -.'.. ...... ". .. .A/'.. . ., :;,:' <';,': .,~..'::<....tff::: .:,:,',7( ,:,. ,.:.~-..... ///~T"'- A lTTHORIZED REPRESENT A TIVE VI.-CONSENT AGENDA ITEM 8.4 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM Requested City Commission Date Final Form Must be Turned Requested City Commission Date Final Form Must be Turned Meeting Dates in to City Clerk's Office Meeting Dates in to City Clerk's Office o December 16, 2008 December I, 2008 (Noon) o February 17,2009 February 2, 2009 (Noon) [gl January 6, 2009 December 15, 2008 (Noon) o March 3, 2009 February 17,2009 (Noon) o January 20, 2009 January 5, 2009 (Noon) o March 17, 2009 March 2, 2009 (Noon) o February 3, 2009 January 19,2009 (Noon) o Apm 7, 2009 March 16, 2009 (Noon) 0 AnnouncementslPresentations 0 City Manager's Report NATURE OF 0 Administrative 0 New Business AGENDA ITEM ~ Consent Agenda 0 Legal 0 Code Compliance & Legal Settlements 0 Unfinished Business 0 Public Hearing 0 RECOMMENDATION: Continue with the WaterWise Conservation Program from Resource Action Programs for an additional two years, giving a total trial period of 3 years after which we will review the program's impact. This is a part of our ongoing commitment to water conservation as a condition of our Consumptive Use Permit (CUP) and has been itemized as one of the plan constituents. EXPLANATION: The WaterWise program educates all 5th grade students in our service area on the importance of water conservation and emphasizes the positive impact of small changes in water use habits. Teachers provide a program of educational activities in the classroom and the students are each issued an indoor water conservation kit to take home and install with their parents help. Water usage is measured before and after the installation of the water saving devices and a projected volume of water saved is calculated. Last years program reached out to 956 students and teachers resulting in a projected 9.2 million gallons of water saved annually. This in turn reduces loading on the wastewater system. The program is very popular with the teachers and families involved. All of the teachers that taught the program last year would gladly do it again, were it made available. PROGRAM IMP ACT: The program will educate approximately 1,000 students and their teachers each year on lifelong conservation habits. Typically the program is implemented during the height of our dry season which emphasizes its importance. Based upon the information gathered from the students during the program estimates were made of the potential environmental impact; this included not only the water savings but also the impact on gas and electricity usage as well as reductions in wastewater generation. Apart from the water consumption reduction estimated at 9.2 million gallons there is also an equivalent reduction in wastewater treatment costs (saving $11,040 at current prices), and over 1,000,000 KWh of energy to heat it (at 6cIKWh this equates to a saving of over $60,000 to our customers). FISCAL IMPACT: $75,000 over two years from the Conservation Fund, 401-2822-536-95-43. S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM.DOC CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM ALTERNATIVES: None / 16 .. zf dr' / ~ I ~-~v-S: ./ C.A:.-,. n l-a.e~.-,-,"--( , DepartIhent Head's Signature ../ City Manager's Signature Assistant to City Manager ~ Department Name City Attorney / Finance S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM.DOC REQUEST FOR REQUISITION r H.T.E. ENTRY DATE: 11/26/08 l'.E. REQUISITION # 47870 Clerk: ME Procurement Ass't: Director: City Manager (non budgeted caoital and/or $5000+): REASON FOR PURCHASE: Water Wise is an integral part of our water conservation program. It educates fifth grade students on the importance of water and energy efficiency. 1,000 Water Wise packets @ $32.00 each VENDOR INFORMATION: DIVISION: OTHER INFORMATION: Name: Resource Action Programs Admin. ( ) Date: 11/26/08 ASAP (X) Address: 2351 Tenaya Drive Construction ( ) Date Needed: 12/20/08 Confirm. ( ) Modesto, CA 95354 Cust. ReI. ( ) ASAP/Conf. ( ) Distribution ( ) BACKUP DOCS. DELIVERY: SUBMITTED: "one (contact): Justin Jones Water Qual. (X QuotesNerbal ( ) E. Admin. 40 ( ) ) (over $500) 888-438-9473 Pumping ( ) QuoteslWritten ( ) E. WTP 41 ( ) (over $2000) Vendor Number: 10723 PWTreat. ( ) Bid Docs. ( ) W.WTP 42 (X ) Meter Serv. ( ) Sole Source Ur. (X ) P/U 99 ( ) INITIATOR: Steve Evans Sewage ( ) Insurance ( ) Special Instructions: Reauirements: APPROVED: Strmwtr. ( ) Project Number: Quan. Unit Price Descriotion & Part Number Fund Dept Basic Elem Obi Amount 1 $32,000 Water Wise Program for 1,000 401 2822 536 95 43 $32,000 teacher/student participants 1 $2,000 Shipping 401 2822 536 95 43 $2,000 TOTAL 401 2822 536 95 43 $34,000 \ltn ember ':(1. .:()()X l,'uOlallOI1 !J ('087/29/01\ Steve Evans City of Boynton Beach 124 East Woolbright Road Boynton Beach. FL 33435 Steve, We are pleased to quote the following: WaterWiseâ„¢ Program PLEASE RETURN SIGNED FORM VIA FAX $2,000.00 $34,000.00 . Quantity represents total program size. You will only be billed for the actual materials that are specifically requested and shipped. . Please allow ten (10) business days from receipt of purchase order to begin shipping. . Payment terms are Net 30. . All products warranties are direct to manufacturer unless otherwise noted. . Mode/Carrier is RAP's choice on any/all shipments unless otherwise noted. . Please cite quote number on your Purchase Order to RAP. . Please forward your Purchase Order to RAP at FAX 209.529.0266 . This quote is valid through February 1,2009. . All checks MUST be made payable to: Resource Action ProgramsJi 0 This will serve as a purchase order SJ We will issue a purchase order 1. the undersigned, declare that I have the authorization to sign this Quotation Form and agree to the quantity, pricing, & terms conditions listed above. J7-h~ .---- // ~1/Ot5 Print Name /p.t:-' .v-~ Date Authorized Signature ~ .-- .--- ~___ ___ _...__u___ V-' vt/~/P:1r/ /~/?/~U~~ Title / Company ~ r~ (/(/4 ,,/,'~ / / CA-/~~ Regards, Justin Jones '~.jr II Program Manager P: 888-438-9473 , ....'-_.~,..,..__._.. m.m.,,__.. , . .....'.m._.'_____._~..h_._n.._..._.... '""N'''_. u 'w'n~"'" ; RESOURCE ACTION PROORAMS F: 800-544-8051 November 20,2008 Steve: This letter will acknowledge that Resource Action Programs@ is a sole source vendor for the environmental WaterWiseâ„¢ Resource Action Program. The program incorporates materials developed and written by accredited science and conservation educators with a water savings technology kit distributed solely by Resource Action Programs. The program materials are as follows: For the Teacher. For each Student: Teacher Guide Resource Action Kit WaterWise Program Video Student Activity Booklet Water Poster Scantron Form Resource Action Kit Certificate of Achievement Students and teachers have unlimited access to the program website, www.getwise.org, and technical support through our toll free number 888-438-9473. Thank you, 'R4 Joseph E. Thrasher Program Director 888-438-9473 E: joseph@getwise.org RESOURCE ACTION PROGRAMS School District Oi Sta Zi T Total Palm Beach Coun School District 561-738-2380 801n Con ressAve. Ste. 529 Bo nton Beach FL 33426 17 18 Palm Beach Coun School District 561-292-7000 8400 Lawrence Rd. Bo nton Beach FL 33436 140 147 Palm Beach Coun School District 561-292-41003015 S. Con ress Ave. Bo nton Beach FL 33426 140 146 Palm Beach Coun School District 561-369-2323 970 N. Seacrest Blvd. Bo nton Beach FL 33435 25 27 Palm Beach Coun School District 561-292-6900 1201 Sw 3rd St. Bo nton Beach FL 33435 65 68 Palm Beach Coun School District 561-804-3150 3400 H oluxo Rd. Bo nton Beach FL 33462 181 190 Palm Beach Count School District 561-739-5600 301 Gala W. Bo nton Beach FL 33435 67 70 Palm Beach Coun School District 561-369-7094 1203 N. Sea crest Blvd. Bo nton Beach FL 33435 100 102 Palm Beach Coun School District 561-202-9500 550 Miner Rd. Bo nton Beach FL 33435 116 121 Private 561-732-2045 3300 B South Seacrest Blvd. Bo nton Beach FL 33445 20 21 Private 561-732-9934 730 Ne 6th Ave. Bo nton Beach FL 33435 34 35 Palm Beach Coun School District 561-804-3800 7685 S. Milita Trail Lake Worth FL 33463 122 126 0 0 0 Total 43 1027 1071 Resource Action Programs@ Accounts Payable Information Contact information s ness Name.Clty of Boynton Beach Address'PO Box 310 City' Boynton Beach State:FL Zip:33425 Phone:561-742-6964 Fax: Email Address: \ ~ Vq iV., & ..66//. [/ .-j i Address (if different from above) ---I , /~ --f ~ (~c/c://'c;r/~; ~V City' State: Zip. &C clc:7 )/} t9?a ?;!- Phone (if different from above): Fax (if different from above): DUNS # Return COMPLETED form to: Please complete the requested information Resource Action programs@ above to ensure proper billing. 2351 Tenaya Drive Modesto, CA 95354 I Fax: 209-529-0266 ResourceActionPrograms.org ~ City of Boynton Beach WaterWiselM Program Sponsored by: Program Summary Report 2007-2008 Submitted By: Resource Action Programs. June 2008 Table of Contents Executive Sum ma ry.......................................................... ................................................................ , Prog ra m Overvi ew............................................................................................................................ 3 Prog ra m Materia Is...................................................................................................................... ...... 4 Prog ram Implementation..................... ............................... .................................... ............. ........ 5 Prog ra m 1m pa ct.................................................................................................................................. 7 H 0 m e Au d it.......... ................................. .......... .......... ...... .... ............. ................ ........................ ........ 7 P re/Pos t Survey.......... ......... ..................... .............. ..... .......... .... ........................................................ 8 Re sou rce Sa vi ng s Sum ma ry .......................................................................................................... 9 P a rti c i pa n t Re s po n se ................ ........ ............................. ....................... .......... ........... ................. ..... , 0 Prog ra mEn ha nceme nts................................................................................................................ , 4 Ap pen dices.......................................................................................................................................... . , 5 A. Resou rce Savi ng s Esti m ates...................................................................................................... , 6 B. H ou se hold Re po rt Ca rd Data................................................................................................... , 9 C. T eache r Eva I u ati 0 n Data............................................................................................................ 23 D. P a rti c i pa nt Lene rs .......... ............................. .................. ................... .............. ......... ............. ....... 24 . EXECU1lVESUMMARY Thi", report summarizes the City of Boynton Beach WaterWise Program. The Program is designed to facilitate installation of resource efficient technologies in homes and build knowledge of environmental issues yielding a variety of measurable energy and water savings results using the best messengers - students The Program was funded by City of Boynton Beach and implemented in their service territory The recipients of the 2007-2008 Program were fifth graders and their families at Citrus Cove Elementary School, Crosspointe Elementary School, Daystar Academy of Excellence Charter School, Forest Park Elementary Schoo!, Freedom Shores Elementary School, Hidden Oaks Elementary As part of the program, students receive a kit full of School, Poinciana Elementary School, Rolling Green Elementary high efficiency devices. School and St. Mark Catholic School. The secret to the Program is combining a turnkey set of classroom activities with hands on home projects to install high efficiency devices and introduce resource conscious behavior to students and their lies. Program Materials were distributed to nine hundred fifty-six (956) fifth grade students and their families. i\n overView of the results from the Program appears below, with greater detail in the attached report. Knowledge Gained: Identical surveys (tests) were taken by students prior to the Program. and again upon its completior, to measure knowledge gained. Scores and subject knowledge improved from 58% to 79%. i "In my opinion. the thing the students I Audit Information Obtained: Household audits (customel like best about the materials / program was the facts about how much water surveys) were performed by students and their families as pin ot the IS actually used They loved completing program activities. Important customer information was collected to the experiment at home and teaching their family about conserving water" better understand trends and usage. Some highlights includp Maria Esopakis, Teacher Hidden Oaks Elementary . 69% rated the WaterWise@l Program as good or great. ''/"m very grateful that you made thiS i . 73% reported they changed the way they use water. program possible In this school where . 65% reported theyworked with their family on the Program. most of the students are low Income and With little Involvement of their ,/'<. summary of responses can be four,d 1'1 ,'Ippe',dlx B, parents in their education Thank you. Eternally" Anonymous, Parent Rolling Green Elementary j ---~------ ------~--~..._. ---_._----_._-~ .----------.---------.------ 11 I Resource Action Programs' EXECLJT1VE SUMMARY . Measures Installed: Students completed retrofit activities as part of the Program, and reported the measures they installed in their own homes. Some highlights include: · 52% reported they installed the bathroom aerator. · 51 % reported they installed the new high efficiency showerhead. (A summary of responses can be found in Appendix B) Resource Savings Results: As a part of the Program and while working with parents, students measured the current devices in their homes, installed high efficiency devices and measured to calculate savings that they generated. Savings from these activities will continue for many years to come. The table below shows the projected savings from the Program, based upon information gathered by the students. Projected Resource Savings (A list of assumptions and formulas used for these calculations can be found in Appendix A) Projected Annual Savings Projected Ten Year Savings 9,277,442 gallons of water saved 81,979,091 gallons of water saved 6,492 therms of gas saved 57,362 therms of gas saved 906,632 kWh electricity saved 8,011,353 kWh electricity saved 9,277,442 gallons wastewater saved 81,979,091 gallons wastewater saved Projected Average Annual Savings per Home Projected Average Ten Year Savings per Home 9,704 gallons of water saved 85,752 gallons of water saved 7 therms of gas saved 60 therms of gas saved 948 kWh electricity saved 8,380 kWh electricity saved 9,704 gallons wastewater saved 85,752 gallons wastewater saved Participant Satisfaction: A significant piece of a successful Program is participant satisfaction. Program participants must support program activities and be provided with a forum to express their opinions. Therefore, as part of the Program students, teachers and parents are asked to evaluate the Program. Some highlights include: · 100% of participating teachers indicated they would conduct the Program again given the opportunity. I · 100% of participating teachers indicated that student's parents supported the Program. (A summary of responses can be found in Appendix C) Resource Action Programs . 12/ . PROGRAMOVERVlEW For rrore than fourteen years, Resource Action Programs (RAP) has designed and implemented resource efficiency and educatlon programs - changing household energy and water use while delivering significant, measurable resource savings for program sponsors. All RAP programs feature a proven blend of innovative education, comprehensive implementation services, and hands-on activities to put new knowledge to work in the program participants' homes. RAP Programs serve more than 150,000 households each year through elementary school. middle school and adult programs. Our forty person staff manages the implementation process and program oversight for nearly 200 individual programs annually. Recognized nationally as a leader in water and energy efficiency education and program design, RAP has a strong reputation for providing an unusual level of client service to its sponsors as part of a wide range of conservation and resource efficiency solutions for municipalities, utilities, states, community agencies and corporations RAP Programs serve more than 750,000 households each year through elementary All aspects of program design and implementation is completed from school, middle school and adult programs, the Program Center in Modesto, California. This includes graphic and web design, print production, warehousing an:1 distribution, kit production, marketing, program tracking, data tabulation and reporting. The school-based WaterWise Program is fully implemented and designed to generate immediate and long-term savnqc by incorporating interactive "real world" practices at home The Program staff identifies and enrolls students and teacner'c within the designated service territory. Enrolled participants receive educational materials designed to build participant knowledge and demonstrate simple ways to save, by not only changing habits, but also changing devices Materlai' meet state and national educational standards, which allow the Program to easily fit into teachers existing scheduie and requirements. The Program begins with classroom discussions teaching the importance of using water and energy efficiently, followed by hands-on, creative problem solving. Next, participants take home a Resource Action Kit that contains high efficiencv devices With the help of their parents, they install the devices in their home and complete a home audit report. Bv taking new technologies home, installing and monitoring them, students are able to effectively measure the results of what they learned resulting in the community actually saving water, energy, and moneyl The WaterWise staff tabUlates all responses, including home audits, teacher responses, student input, parent responses and generates a Progranl Summary Report. ._-~--~--~._---~"---_._-~~ -----.----------.---." 131 Resource Action Programs PROGRAM MATERIAlS. Each participant receives a Resource Action Kit containing efficiency technologies for their home and materials to perform the hands-on activities. Program materials include: Each student/teacher receives: Each teacher/classroom receives: Student Guide WaterWise Teacher Guide Home Water Use Workbook Step-by-Step Program Checklist Parent Introduction Letter* Lesson Plans Home Audit Form Program Evaluation Pre & Post Surveys WaterWise Program Video (VHS & DVD) Certificate of Achievement Supplemental Activities* Computer Lab Activity State Education Standard Correlation Chart Resource Action Kit containing: Pre/Post Survey Answer Keys . High Efficiency Showerhead Water Poster for classroom . Kitchen Aerator Self Addressed Postage Paid Envelope . Bathroom Aerator . Drip / Rain Gauge . Digital Water Thermometer . Toilet Leak DetectorTablets . Flow Rate Test Bag . Natural Resource Fact Chart . MiniTape Measure . Parent Comment Card 'GetWise'Wristband Interactive Program Website Toll-Free Telephone Support *Provided in both English & Spanish Resource Action Programs . 141 . PROGRAM_I~ENrAT1ON The WaterWise Program followed the subsequent implementatiol' schedule , Identification of State Education Standards & Benchmarks 2 Curriculum Development 3 Curriculum Correlation to State Education Standards & Benchmarks 4. Incentive Program Development 5. Teacher / School Identification 6. Program Introduction to Teachers 7. Teachers Enrolled in the Program 8. Implementation Dates Scheduled with Teachers 10. Program Material Delivery 11. Delivery Confirmation 12. Periodic Contact to Ensure Implementation and Teacher Satisfaction 13. Program Completion Incentive Offered 14. Results Collection 15_ Program Completion Incentive Delivered to Qualifying Participants 16. Thank-you Cards Sent to Participating Teachers 17. Data Analysis 18. Program Summary Report Participating teachers may implement the Program to coincide with their lesson plans. The table on the next page '-, c comprehensive list of fifth grade classrooms that participated during the 2007-2008 school year .________ ___u__.u ------- 151 Resource Action Programs PROGRAM IMPLEMENTATlON . School Teacher Teachers Students Citrus Cove Elementary School Bernice Brooks-Jones 1 23 Citrus Cove Elementary School Charles Butts 1 22 Citrus Cove Elementary School Julia Morien 1 20 Citrus Cove Elementary School Kim Placido 1 21 Citrus Cove Elementary School Mimi Richards 1 23 Citrus Cove Elementary School Scott Herndon 1 24 Citrus Cove Elementary School Soohia Younabera 1 23 Crosspointe Elementary School Christina Fasciana 1 23 Crosspointe Elementary School Crvstal Puah-Pruitt 1 22 Crosspointe Elementary School Greaorv Brown 1 23 Crosspointe Elementary School Isabel Smith 1 25 Crosspointe Elementary School Jacaue Over 1 24 Crosspointe Elementary School Jovce Barr 1 22 Daystar Academy of Excellence Charter School Mr. Withersooon 1 5 Forest Park Elementary School Jacaueline Dallas 1 18 Forest Park Elementary School Kimberlv Roaers 1 21 Forest Park Elementary School Simone Thomas 1 21 Forest Park Elementary School Twavna Sellers 1 20 Freedom Shores Elementarv School Maureen Harrinaton 1 45 Freedom Shores Elementarv School Ron Richard 1 20 Hidden Oaks Elementarv School Bernadette Standish 1 24 Hidden Oaks Elementary School Cherise Cruz 1 24 Hidden Oaks Elementary School Felicia Greenbera 1 24 Hidden Oaks Elementary School Janvn Robinson 1 24 Hidden Oaks Elementary School Lorraine Pryzbvlski 1 25 Hidden Oaks Elementary School Maria Esopakis 1 22 Hidden Oaks Elementary School Michele Kramer 1 25 Poinciana Elementary School Dave Clark 1 22 Poinciana Elementary School Elizabeth Greisek 1 20 Poinciana Elementary School Khahn Le 1 20 Poinciana Elementary School Kris Swanson 1 23 Poinciana Elementary School Nancv Jones 1 22 Rolling Green Elementarv School Alice Jiaains 1 22 Rolling Green Elementarv School Chervl Ananardo 1 10 Rolling Green Elementary School Harrv Meeks 1 23 Rolling Green Elementary School Jeannette Dietrich 1 5 Rolling Green Elementary School Jeff Pikuza 1 23 Rolling Green Elementary School Linda Leicht 1 23 Rolling Green Elementary School Maryalice Minotti 1 22 Rolling Green Elementary School Michael Sabatino 1 23 Rolling Green Elementary School Saundra Hvland 1 6 St. Mark Catholic School Kathleen Caoo 1 37 Totals I 42 I 914 I Total Participants 956 Resource Action Programs . 161 . PROGRAMIM~. The City of Boynton Beach WaterWise Program has had a significant impact within the community As iliustrateo oeloliv, the Program successfully educated a portion of the community about water and energy efficiency while installing resource efficient technologies in homes and collecting data to better understand future trends and usage. The following resui'~ were compiled: A. Home Audit Upon completion of the Program, participating families are asked to complete a Home Audit to assess their resource use, verify product installation, provide demographic information and measure participation rates. A few samples of questions asked are below while a complete summary of all responses is included in the appendices Did you install the high efficiency showerhead? Yes - 51% Did you work with your family on this Program? Yes - 65% Did you and your family change the way you use water? Yes - 73% ---".-_._-..._...-_._._~~---" Did you install the high efficiency showerhead? Yes 11% 51% ------------. .---------- ---------------" -- -_._-_._-~-- 171 Resource Action Proqrams PROGRAM IMPACr. B. Pre/Post Survey Students were asked to complete a 10 question survey before the Program was introduced and then again after it was completed to determine the learning impact and the knowledge gained through the Program. The average student answered 5.8 questions correctly prior to being involved in the Program and then improved to answer 7.9 questions correctly following participation. , Scores improved from 58% to 79% I Resource Action Programs. 181 . PROGRAM IMPACT . ~---^.__.---_._"._._,.,.--....,_._._-,_. C. Resource Savings Summary As part of the program and working with parents or guardians, students installed resource efficiencv technologiec, I" T~el' homes. They also measured the pre-existing equipment to calculate savings that they generated. Using the familv r-'(lbITS collected from the customer survey information as the basis for this calculation, nine hundred fifty-six (956) City of BOVntO:'1 Beach WaterWise Program households are expected to save the following resource totals. Savings from these activities will continue for many years to come. "._--------~._.,--- Projected Resource Savings Total Number of Participants: I 956 I Annual Ufetime Reduction from showerhead retrofit: 7,118,376 71, 183,760 gallons Product Life: 10 years 4,981 49,809 therms 695,639 6,956,387 kWh Reduction from kitchen aerator retrofit: 1,025,011 5,125,056 gallons Product Life: 5 years 717 3,586 therms 100, 169 500,843 kWh Reduction from bathroom aerator retrofit: 1,134,055 5,670,275 gallons Product Life: 5 years 794 3,968 therms 110,825 554,124 kWh TOTAL PROGRAM SAVINGS: 9,277,442 81,979,091 gallons 6,492 57,362 therms 906,632 8,011,353 kWh TOTAL PROGRAM SAVINGS PER HOUSEHOLD: 9,704 85,752 gallons 7 60 therms 948 8,380 kWh ~-_._---_._----~_._-- ~---,----~.__._..__.- .-- '------------- .-..'----- 191 Resource Action Proqrams PROGRAM IMPACT. D. Participant Response Program improvements are based on the feedback from participants. Therefore, as part of the program Students, Teachers and Parents are asked to evaluate portions of the programming. Each response is reviewed for pertinent information to both the Program and the Program Sponsor. The following is a sample offeedback collected during the Program. Teacher Response (A summary of responses can be found in Appendix C) 100% of participating teachers indicated they would conduct the Program again given the opportunity. 100% of participating teachers indicated that student's parents supported the Program. "In my opinion, the things students liked best about the program were..." "..,the activities that went along with the lessons." Michelle Richards, Citrus Cove Elementary "...the facts about how much water is actually used. They loved completing the experiment at home and teaching their family about conserving water." Maria Esopakis, Hidden Oaks Elementary '~..interesting facts about water and where we get our potable water from." Felicia Greenberg, Hidden Oaks Elementary "...the hands on experiments. It was interesting to see how much water the different faucets used. " Lorraine Przybylski, Hidden Oaks Elementary < "..,the program and the kits, but not all have the home support to change the showerheads and aerators." Kimberly Placido, Citrus Cove Elementary "... (the) student/parent interaction." Ron Richard, Freedom Shores Elementary I "..,installing the new showerhead." Joyce Barr, Crosspointe Elementary Resource Action Programs . 1101 . PROGRA/v1IMPACT _ _._-_.._-----~--------------~-~._-----_..~_._-,_.- -----.'-.---"'..-.-----,,-...-....-- - .--..----- Teacher Response (cont.) I ~ sumr:lary of responses can be found in Appendix Ci "...hands on and they really focused on how our water is recycled after gOing through the sewer. Crystal Pruitt, Crosspointe Elementary "...the concept of saving their parents money while conserving water for the planet," Isabel Smith, Crosspointe Elementary "...hands on opportunity in the home (and) getting parents Involved." Bernadette Standish, Hidden Oaks Elementary "... the materials they used in their homes. The students loved receiving their own boxes supplies. " Elizabeth Grecsek, PoinCiana Elementary "... the information from the workbook." Khanh K. Le, Poinciana Elementary "... (the) bracelets (and) kits." Cheryl Angnardo, Rolling Green Elementary "... the materials that could be used at home. " Saundra Hyland, Rolling Green Elementary "... the idea of being able to help conserve and save money" Mike Sabatino, Rolling Green Elementary "...the difference some of them saw when they Installed the hardware from the WaterWlse Kit. " Jeff Pikuza, Rolling Green Elementary "...the changing of the equipment at home." Ms. Leicht, Rolling Green Elementary "...that they were able to actually implement items that promote conservation as opposea to just hearing about them, especially since they are on water restrictions and water conservation is very relevant to them. Thank youl" Alice Jiggins, Rolling Green Elementary ",installing the tools and watching their parents/siblings get excited about saving water Maryalice Minotti, Rolling Green Elementary ~--~-_.._~---_._.__._- .- -----_._~..~--_._. -- --.._---------------- ------.- 111 I Resource Action Programs PROGRAM IMPACT. Teacher Response (cont.) "In the future, one thing I would change would be..." "..,nothing, everything was great!" Isabel Smith, Crosspointe Elementary "...nothing!!" Crystal Pruitt, Crosspointe Elementary "...nothing. " Ron Richard, Freedom Shores Elementary '~.. more lessons - incorporate more water cycle technology" Maria Esopakis, Hidden Oaks Elementary '~..more student response / reflection pages." Lorraine Przybylski, Hidden Oaks Elementary "... nothing." Bernadette Standish, Hidden Oaks Elementary "...to make the calculations easier." Ms. Leicht, Rolling Green Elementary "..,the take home workbook. Many of the students/parents had trouble measuring the flow rates. Many of our parents do not speak English. They installed the pieces but were unable to record the data correctly" Maryalice Minotti, Rolling Green Elementary Parent Response As a parent which aspect of the Program did you like best? 'The interest my child put into it," Ingrid Ampie, Rolling Green Elementary School "Everything, because this program give the kids encouragement to little by little save the natural resources." Anonymous, Rolling Green Elementary School Resource Action Programs . 112/ . PROG8h~ IMPACT_ -- --~-------- ~.,.__..._.,.._._-~---~-----_..._~-,- Parent Response (cont.) "She was excited about it. " Sandra Polak, Freedom Shores Elementary School "Toilet tank leak test - we had problems,.. " Sandra Stech mann, Poinciana Elementary School ..... to be able to check how many gallons we use per day" Michelle Conzo, Hidden Oaks Elementary School "...the workbook" Stacia LeBlanc, Hidden Oaks Elementary School .....anything that teaches about conservation is awesome. " Alicia Corblere, Freedom Shores Elementary Schoo! "Engaging the student with the parent to better understand the difference conservation does." John & Eda Manno, Hidden Oaks Elementary School What comments would you like to Express to your child's program sponsor? 'The sponsor did great at making the kids Interested in this program." Ingnd Ampie, Rolling Green Elementary School "I'm very grateful that you made this program possible In this school where most of the students are low income and with little involvement of their parents in their education Thank you, Eternally" Anonymous, Roiling Green Elementary School 'Thank you for the useful information" Sandra Polak, Freedom Shores Elementary School "He came nght home from school and inSisted on uSing all the Items in the box. Maybe nOllv he will take shorter showers." Sandra Stechmann, PoinCiana Elementary School "This was a great Idea. " Michelle Conzo, Hidden Oaks Elementary School 'Very effective learning tool & good for water conservation" John & Eda Manno, Hidden Oaks Elementary School -~~-_._-,_.- --. -_.~~--~.- ._.---_._.._-~---_.,-_._----- . - ----, ._-------------~_.__._.._- --'---.--- ~ 113 1 Resource Action Programs PROGRAM IMPACT. E. Program Enhancements In addition to increasing resource awareness and efficiency, the Program strengthens bonds between sponsors and their communities. The Program has been designed from start to finish with this in mind. Some of the steps taken to ensure our sponsors receive the greatest possible exposure are as follows: Kit Branding: Each Resource Action Kit was labeled with the sponsor's logo. Press Releases: Press releases were offered highlighting program accomplishments. Thank-you Letters:Throughout the program we received thank-you letters from teachers, students and parents. Select samples of letters are contained in Appendix D. Original copies of all the letters received wili be sent to the program sponsor. Resource Action Programs e 1141 .APPENDI~__ ._--~.._------_.---"- ".... -----.-....,-.'" Appendix Contents A. Resou rce Savi ng s Esti mates ....................................................................,............. 16 B. Home Aud it Data...................................................................................................... 19 C. Teacher Eva I uation Data......................................................................................... 23 D. P a rti c i pa nt Lette rs ................................................................. ................. .................. 24 _.~------ -".,---~-~----_..~-"._--- - .-,._--------------- ----~-_..- --- .-.._~--_.,-"--._-- ----,-------- -- 115 I Resource Action Programs APPENDIXA. Estimated Savings from Showerhead Retrofit Average household size: 2,50 people3 Average length of use: 8.00 minutes4 Product life: 10.00 years1 Average showerhead has a flow rate of: 4,00 gallons per minute4 Retrofit showerhead has flow rate of: 2.00 gallons per minute Flow reduction: 2.00 gallons per minute Water: Average showerhead requires: 80.00 gallons Retrofit showerhead requires: 40.00 gallons Showerhead produces an annuai reduction of: 14,600,00 gallons Showerhead produces a lifetime reduction of: 146,000 gallons Gas: Average showerhead requires: 0.47 therms Retrofit showerhead requires: 0,23 therms % of water heated by gas: I 12%1 Showerhead produces an annual reduction of: 1 0 therms Showerhead produces a lifetime reduction of: 1 02 therms Electricity: Average showerhead requires: 8.88 kWh Retrofit showerhead requires: 4.44 kWh % of water heated by electricity: I 88%1 Showerhead produces an annual reduction of: 1.427 kWh Showerhead produces a lifetime reduction of: 14,268 kWh Number of participants: I 956 I Installation / participation rate of: 51% Total reduction from showerhead retrofit: Annual: 7,118,376 gallons 4,981 therms 695,639 kWh lifetime: 71.183,760 gallons 49,809 therms 6,956,387 kWh 1. Product life taken from manufacturer. 3. U.S. Census Bureau, 2003. Population Division, Fertility and Family Statistics Branch 4. Ridge & Associates, 2001. Southern California Edison: Evaluation of 2000-2001 School Programs. Resource Action Programs . 1161 . APPENDlXA ---~-~--~---- ~ -"_.__."'---~---'---'- - - -- .---- Estimated Savings from Kitchen Aerator Retrofit Average household size: 2,50 peoplec Average length of use: L 2.50 minutes Product life: 5.00 years Average kitchen aerator has a flow rate of: 2.50 gallons per minute~ Retrofit kitchen aerator has flow rate of: 1.50 gallons per minute" Flow reduction: 1,00 gallons per minute Water: Average kitchen aerator requires: 15,63 gallons Retrofit kitchen aerator requires: 9.38 gallons Retrofit kitchen aerator produces an annual reduction of: 2,281 gallons Retrofit kitchen aerator produces a lifetime reduction of: 11,406 gallons Gas: Average kitchen aerator requires: 009 therms Retrofit kitchen aerator requires: 0.05 therms % of water heated by gas: I 12%1 Retrofit kitchen aerator produces an annual reduction of: 2 therms Retrofit kitchen aerator produces a lifetime reduction of: 8 therms ElectricIty: Average kitchen aerator requires: 1.74 kWh Retrofit kitchen aerator requires: 1,04 kWh % of water heated by electricity: I 88%1 Retrofit kitchen aerator produces an annuai reduction of: 223 kWh Retrofit kitchen aerator produces a lifetime reduction of: 1115 kWh Number of participants: I 956 I Installation / participation rate of: 47% T atal reduction from kitchen aerator retrofit: Annual: 1,025,011 gallons 71 7 therms 100,169 kWh Ufetime: 5,125,056 gallons 3,586 therms 500,843 kWh 1. Product life taken from manufacturer. 3. U.S. Census Bureau, 2003. Population Division, Fertility and Family Statistics Branch 4. Ridge & Associates, 2001. Southern California Edison: Evaluation of 2000-2001 School Programs. --_._~_._----------- ~---'-'-- -.- ------~~-----_. --------...-.. --- -~.__.---- 1171 Resource Action Proqrams APPENDlXA. Estimated Savings from Bathroom Aerator Retrofit Average household size: 2.50 people3 Average length of use: 2.50 minutes4 Product life: 5.00 years 1 Average bathroom aerator has a flow rate of: 2.00 gallons per minute4 Retrofit bathroom aerator has flow rate of: 1 .00 gallons per minute4 Flow reduction: 1 .00 gallons per minute Water: Average bathroom aerator requires: 12.50 gallons Retrofit bathroom aerator requires: 6.25 gallons Retrofit bathroom aerator produces an annual reduction of: 2,281 gallons Retrofit bathroom aerator produces a lifetime reduction of: 11,406 gallons Gas: Average bathroom aerator requires: 0,07 therms Retrofit bathroom aerator requires: 0.04 therms % of water heated by gas: I 12%1 Retrofit bathroom aerator produces an annual reduction of: 2 therms Retrofit bathroom aerator produces a lifetime reduction of: 8 therms Electricity: Average bathroom aerator requires: 1.39 kWh Retrofit bathroom aerator requires: 0.69 kWh % of water heated by electricity: I 88%1 Retrofit bathroom aerator produces an annual reduction of: 223 kWh Retrofit bathroom aerator produces a lifetime reduction of: 1115 kWh Number of participants: I 956 I Installation / participation rate of: 52% Total reduction from bathroom aerator retrofit: Annual: 1,134,055 gallons 794 therms 11 0,825 kWh Ufetlme: 5,670,275 gallons 3,968 therms 554,124 kWh 1. Product life taken from manufacturer. 3. U.S. Census Bureau, 2003. Population Division, Fertility and Family Statistics Branch 4. Ridge & Associates, 2001. Southern California Edison: Evaluation of 2000-2001 School Programs. Resource Action Programs . 1181 . APPENDlXB --------.- ----.------- --- --_._._---~ _._..,._-_.-------~-- __ _.___...._.___"_____________.__.__ ~_____ '__'__"__m___ u.'...._..______.______._ --- ----_._--,.~._.__._-_._---------- Home Audit Data Section I - Home Check-up 1 What type of home do you live in? Single family home 68% Multi-family (2-4 units) 18% Multi-family (5-20 units) 9% Multi-family (21 + units) 5% 2 Was your home built before 1992? Yes 43% No 57% 3 Is your residence owned or rented? Owned 73% Rented 27% 4 Does your home have an automatic sprinkler system? Yes 67% No 33% 5 How many kids live in your home? 1 18% 2 36% 3 22% 4 14% 5+ 10% 6 How many adults live in your home? 1 15% 2 56% 3 17% 4 8% 5+ 4% 7 Does your home have a dishwasher? Yes 75% No 25% 8 How many half bathrooms are in your home? 0 72% 1 '1 ('\01 .1:170 2 6% 3 2% 4+ 1% -~----_._-_.._-- --~_.- ---------.----- -~-~_._- -- ----.----..--- "-.---,------------.-- 1191 Resource Action Programs APPENDlXB. 9 How many full bathrooms are in your home? 1 19% 2 64% 3 11% 4 3% 5+ 2% 10 How many toilets are in your home? 1 15% 2 59% 3 20% 4 4% 5+ 2% 11 How is your water heated? Natural Gas 12% Electricity 88% . I Resource Action Programs . 1201 . APPENDIXB . ----~----~--_.- .--.------------ "._-_.--~---_._--~-~-- -- --" -- ---_._-------~---------------_._._.- -- ---------~_... Section II - Home Activities 1 Did you install the high efficiency showerhead? Yes 51% No 49% 2 What is the flow rate of your old showerhead? o - 1.0 gpm 8% 1.0 - 1.5 gpm 9% 1.5 - 2,0 gpm 21% 2.0 - 2.5 gpm 23% 2.5 - 3.0 gpm 23% 3.0+ gpm 16% 3 What is the flow rate of your new showerhead? o - 1.0 gpm 20% 1.0 - 1.5 gpm 46% 1.5 - 2.0 gpm 34% 4 Was your toilet leaking? Yes 24% No 76% 5 Did you install the bathroom aerator? Yes 52% No 48% 6 What is the flow rate of your old bathroom aerator? o - 1.0 gpm 14% 1.0 - 1.5 gpm 17% 1.5 - 2.0 gpm 25% 2.0 - 2.5 gpm 23% 2.5 - 3.0 gpm 13% 3.0+ gpm 7% 7 Did you install the kitchen aerator? Yes 47% No 53% -_._------~---------~ ------- ~-~---_.._--------._-----~~-----------~ 121 I Resource Action Programs APPENDlXB. 8 What is the flow rate of your old kitchen aerator? o - 1.0 gpm 16% 1.0 - 1.5 gpm 14% 1.5 - 2.0 gpm 22% 2.0 - 2.5 gpm 19% 2.5 - 3.0 gpm 19% 3.0+ gpm 10% 9 How many faucets are leaking? 0 78% 1 14% 2 6% 3 1% 4+ 1% 10 Did you work with your family on this program? Yes 65% No 35% 11 Did you change the way you water outdoors? Yes 52% No 48% 12 Have you and your family change the way you use water? Yes 73% No 27% 13 How would you rate the WaterWise program? Great 42% Pretty good 27% Okay 24% Not so good 7% I I Resource Action Programs . 1221 . APPENDlXC ._----~~------- Teacher Program Evaluations 1 The materials were attractive and easy to use. Strongly Agree 75% Agree 25% Disagree 0% Strongly Disagree 0% 2 The materials and activities were well received by students. Strongly Agree 67% Agree 33% Disagree 0% Strongly Disagree 0% 3 The materials were clearly written and well organized. Strongly Agree 58% Agree 42% Disagree 0% Strongly Disagree 0% 4 The conservation technologies were easy for students to use. Strongly Agree 46% Agree 42% Disagree 12% Strongly Disagree 0% 5 Students indicated that their parents supported the program. Strongly Agree 25% Agree 67% Disagree 8% Strongly Disagree 0% 6 If you had the opportunity, would you conduct this program again? Yes 100% No 0% 7 Would you recommend this program to other colleagues? Yes 100% ,,- An, '"U V-fO ---------- ~--_.__._.__.._~- - -- - ~,-,-_._- _.-._-----------------------~ 1231 Resource Action Programs APPENDlXD. Participant Letters *A summary of all letters responses can be found in the Participant Response Packet accompanying this report. To: \\raterwise From: Khanh K. Le Date: 4/18/2008 I would like to extend m~l apTIFrC}8 tnr \"'i ,t'k 'J"l' \\idl (H'r Sdl00! ? \.~. -"'" 0\. -. """1 -. 1'., - .-. ,.... Poinciana Elementar~. The rrau:'L:l,\Jnd i;n~"H"rnMion Jp2tcket that vr::'!s sent to us provided usd'ul inf(Fm ~ni~n and a h~l;l1fh-on ,experience. Th(, materials were easy to :read and to (~orrprfhend ~n students. \1any of my students also used the \Va!ler\\~~,,: .ftd:.'tJYit~' ~~j1t that\'\ias provided from you to see first hand 11m">. U!!isc'"'d ,'1afl..'T tl~. run important factor for today and for thf jflJturt~ us€', :ijr" j( ;iiE~ain ,Hld I hop" to he able to participate in the prop'am in; iH '.u,:'(. Sin5erely" - ~j 'fT~ Poinciana Elementan 5th Grade i 'i , !. I'] 1 j< -~ '\ -- , I Resource Action Programs . 1241 . "".. .. ,'-:,: ._~ - -~----_.--.~,.-._-.,. -- --.. _..__._--"_._-~------ .----.---------.. ---.-. --------._-- !\'la\ 2 .l~ =:!, !{}~' Dear ( oordinator. I would like to take this opportunity to thank you all for the \Vater Wise Program, My students and I enjoyed it very much, The activities wert"' eye opening to the students and myself. The lessons were also \el~\' short ::mC! to the point. Many of the students were able to install and use the parts frOlTi the Home Activity Kit. however the down side of it was. because some ot the students live in newly built homes. their taps and shower heads al1"ead) had some of these parts installed. From us to you. the program has a rating of an A+ and we would like to do it again next year. However, in the process of moving papers around I lost the program evaluation and pre registration form and would very much like to be a pan of the program next year. I f possible can I please be pre registered for the program next year. I also hope that I am not too late to get the $100. 00 gi h card for participating in the prograrrl. Again I \.\'ould like to thank you for such an enlightening nrogram ti \\ork with. Sincereh ~';+t~ $" ~ 7~ '?~ S~ &~ SdMt ._.~.._--,._.--_._,---- ... _.._----_._----_._--~ - - ~. __. ___ _ u.___ ...___..___,,______ ___~_ _.._._..~..__.. .__.._ ~,__._~____ _.~____...___.__ 1251 Resource Action Proqrams' tit WaterWise RESOURCE ACTION PROGRAMS - ~, ~g;!;:c~ '::r@,;,~~ ,.'. ~" . ,. '~::. ' " ~~ ~'~c>;, ,:;""",~:" '- " "~" '\~ 1." ;;;':0': r., :~ ''''r; , . . . . . . . . VI.-CONSENT AGENDA CITY OF BOYNTON BEACH ITEM 8.5 AGENDA ITEM REQUEST FORlVI Requested City Commission Date Final Form Must be Tumed Requested City Commission Date Final Form Must be Turned Meeting Dates in to City Clerk's Office Meeting Dates in to City Clerk's Office 0 December] 6, 2008 December l, 2008 (Noon) 0 February 17, 2009 February 2,2009 (Noon) 0" January 6, 2009 December 15, 2008 (Noon) 0 March 3, 2009 February] 7,2009 (Noon) 0 January 20, 2009 January 5, 2009 (Noon) 0 March 17, 2009 March 2, 2009 (Noon) t~a 0 9-1 0 0 0) =4'-< February 3, 2009 January] 9, 2009 (Noon) April 7, 2009 March 16,2009 (NOO11:C -<e fT1 C)"Tl n =- Oi) - ~IG 0 Announcements/Presentations C City Manager's Report -.J ;::!)-< ;a:;z NATURE OF 0 Administrative 0 New Business ::1:1II u>- :x Q AGENDA ITEM 0 - 0% [y:] Consent Agenda Legal - ""Tl .. ."m 0 0 Unfinished Business - ~ Code Compliance & Legal Settlements " C1'\ . ;f" 0 Public Hearing 0 :s:: RECOMMENDATION: Continue selling the City's retired PCs through the County surplus store. County sale dates are advertised and posted on the Internet. Groups and individuals can bid for any PCs that may fit their needs. EXPLANATION: At the November 18, 2008 City Commission meeting Commissioner Hay inquired as to how the city handles the disposition of retired computers. He raised the question as to whether or not the City could offer them to needy citizens in lieu of storing them or auctioning/selling them. The City's Information Technology Services (ITS) Department retires computers after they have been used for approximately 4 years. This program has proven to be beneficial for decreasing support and maintenance costs. For example, ongoing maintenance agreements for older equipment becomes more expensive than purchasing replacement PCs (which now come with three-year warranties). Employees, whose job responsibilities require higher-end software applications (such as GIS and document-imaging) receive the newest computers. Then ITS "trickles down" their previous computers to employees who do not require high-end machines, since their applications are not as technology dependent. Once they are decommissioned, ITS removes the data, the software applications, and the operating system. The software licenses are generally transferred to a replacement Pc. ITS will also remove still-usable hardware components for spare parts. Then the "stripped" PCs are sent to the City warehouse to be transferred to the County surplus store. Boynton receives most of the sale price from our PCs, which goes back into the City's General Fund. PROGRAM IMP ACT: The City avoids a fair amount of expense by transferring the software to the replacement PC, since the software often costs more than the hardware. In addition, the PCs are disposed of "as-is"; there is no ongoing support. The greatest cost for a PC is the support - and not the original cost of the hardware. FISCAL IMP ACT: These "stripped" PCs do not have much monetary value after 4+ years, During the last sale, the County sold PCs for approximately $50 each, and the City received about % or $37 each. Over the past couple of years we've sold approximately $5,600 worth of computer equipment. S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM.DOC ALTERl\'ATIVES: ITS surveyed other Flonda cities and govenunent agencIes ThIrty-one agencIes responded. I'lWl! surplus PC programs fall into several categories: . Remove or 'wlpe' the hard-disk and auction off the remainmg surplus hard\\'are, . Donate the used PCs to registered not-for-profit organizations - or - first to a trade-school that would refurbish them and then donate them. . Use the PCs for spare parts, . Implement an employee purchase plan, and finally . One Florida city planned a raffle for city citizens, but apparently never actually implemented that program. ~ 2t I 'j i' / *luJn ~~<"'l ::7) f. ",' . \. ~- _.---fC. _~,/- t....~:.. /'" '..:,., / . . Depa~ent Head's Signature C;ty Manager's Signature ---- PfJ:J(fiJ' 1<och ~ Assistant to City Manager / ./ \....- Department Name City Attorney / Finance Information Technology Services S.\BULLETTN\FORMS\AGENDA ITEM REQUEST FORM DOC City of Boynton Beach Information Technology Services (ITS) Department To: Lori LaVerriere, Assistant City Manager ~ ~(\;;~U'(1~~ f.~~ From: Phyllis Koch, ITS Director DEe ~m Date: December 4, 2008 Subject: Programs for Surplus pes . CITY MANAGER'S OFFICE I emailed the following question to Florida information technology representatives. Do any of you have (or know of) programs where your old PCs are offered to the public and how the program works? A City Commissioner has inquired about the feasibility of perhaps donating old City computers to our citizens, so we are trying to identify what alternative programs may be available for the Commission's consideration. Currently, we do "trickle down" computers from personnel with more 'advanced' needs to those with more basic needs. Past that, PCs are targeted for replacement based the computer's age (usually 4+ years) and performance. Once they are decommissioned, we not only remove the data but also the applications and usually the operating system (we may transfer software licenses to a replacement PC). We may also remove any still-usable hardware components. Then they are sent to the warehouse to be sold with other items as surplus. To date, thirty-one agencies responded. Their surplus PC programs fall into several categories: . Remove or 'wipe' the hard-disk and auction off the remaining surplus hardware, . Donate the used PCs to registered not-for-profit organizations - or - first to a trade-school that would refurbish them and then donate them, . Use the PCs for spare parts, . Implement an employee purchase plan, and finally . One city planned a raffle for City citizens, but apparently never actually implemented that program. The attached chart lists the individual responses. In addition, the respondents seem to agree that: . The PCs are disposed of "as-is"; there will be no ongoing support. . There is not much monetary value - and even functionality - for the PCs after 4+ years. . The greatest cost for a PC is the support - and not the cost of the hardware. (One agency buys them with 5 years maintenance, and then gets rid of them once the maintenance is up.) As a sidebar, we should compare the cost-benefit of continued PC purchases versus a lease that does include maintenance and a fixed replacement schedule - depending on our continued capital or operating budgets. Over the next week, we will continue researching options for surplus PCs, and also: . Ask the City Attorney to review options to determine if we would encounter legal problems under Florida or local law. . Try to determine the financial effect of various options. If you have any questions, please email or phone me. CC: Jim Cherof, City Attorney Cathy McDeavitt, ITS Page 2 PC Disposal r>rocedures Survey of Florida Government Agencies December 08 My question: Message to all FLGISA Members from the web site. From: Phyllis Koch on: Wednesday, December 3,2008 Do any of you have (or know of) programs where your old PCs are offered to the public and how the program works? A City Commissioner has inquired about the feasibility of perhaps donating old City computers to our citizens, so we are trying to identify what alternative programs may be available for the Commission's consideration. Currently, we do "trickle down" computers from personnel with more 'advanced' needs to those with more basic needs. Past that, PCs are targeted for replacement based the computer's age (usually 4+ years) and performance. Once they are decommissioned, we not only remove the data but also the applications and usually the operating system (we may transfer software licenses to a replacement PC). We may also remove any still-usable hardware components. Then they are sent to the warehouse to be sold with other items as surplus. The responses: 1. Ed Wolfe, Director On rare accession we have donated several used PC's to non profit SOle exempt agencies. This is Information Technology allowed under Florida Statutes. The equipment we remove from inventory is usually so obsolete Polk County BoCC that it is of little use to anyone. 2. Eve Walker We do everything the same way, accept for removing still-usable hardware components. The Information Technology Services Manager decommissioned are sent to our non-profit department and are sold to employees and others at an Fort Pierce Utilities Authority auction. Equipment is sold as is. 772.466.1600 extension 3289 772.465-0268 (fax) We tried the donation route a while back but had problems with the equipment getting picked up in a timely manner. The stockpiling was causing us a problem. 3. Karen J. Lanke, CCIO No we have stayed away from donating City PCs. Information Technology Director City of A ventura We follow a deployment plan similar to yours but we pull and store all hard drives before the 305-466-8928 computers are sent to auction. We could wipe the drives per DOD standards but considering how little the computers are worth by the time they make it to auction and the time and effort it takes to Prepared by City Of Boynton Beach information Technology Services (ITS) 12/4/2008 Page 1 of 7 PC Disposal Procedures Survey of Florida Government Agencies December 08 -~ ~_..._-- ---~--- ~-- ---- ------------- -----..---.--- wipe the drives it isjust not an efficient use ofIT's time. ~~~ --~~. ----- ~ ,. .u.________ -~- .~---_.__.-..__.~-- _._.~ ---. ----- '-- ~--_. ~.__... 4. Zack Mears I have found it IS important to mention in some form the hardware is as is and no slIpport vvill be IT Director given with the hardware. I have had issues vvhere folks who accepted donated hardware assumcd City of Lake City there would be support to go along with it and it turned into a nightmare. mearsz({l)lcfla.com 386-752-2031 x 810 386-719-5810 (Direct) 386-752-4896 (Fax) 205 N. Marion Ave. Lake City, FL 32055 - ---- '-.- --~~- p---'---- ----- 5. Keith Randich We simply scrapped our old machines. IT Manager City of Atlantic Beach 800 Seminole Road Atlantic Beach, FL 32233 (904) 242-3467 -r- ~---- .. (,. Pat Curtis We at Lcon ('ollnty havc the same process as you currently do. I Jnder County statutes. Ihough, all Leon County MIS Director decommissioned items must be auctioned as surplus~ ('ounties are not allowed to donate, Over 130 I S. Monroe St. the years I have been asked for donations by the Boy Scouts, citizen groups. and charitable Tallahassee. FL 32301 organizations. The problems with a donation process is the decision making required to whom I OFFICE: (850) 606-5514 F .\:\ ( S50) ()()() receives the donation~ 1 suppose one IS safe If there arc plenty of goods to donate so all receive . 5501 what the vnmt The challenge comes to play when there are not enough goods or pes, 111 this case curti sped!, l<.:on coun t y tl, go Y to give to those who ask. Thus, a critena process IllUSt he in place for choosing who gets what. /\t least in an auction process, those who want it the most will pay for it (even though that is a \/cr) low cost in of itself). 1-~-- --- We currently do the same exact thing as you Weare cOlIsiderillX an employee computer buy- 7~ I Joanne Dalka Information Services DirectOJ hack program where you can purchase the computer that has heen assigned to you in YOUl nOlmal I City of Winter Spnngs Job (once it has been decommissioned); we first have to figure oul what the residual value ofthc computer IS; thell. the ~'lllployec vV,lllld have the optioll 1<) purchase thaI computer le)r that i111l0UI11 I f they do 11(lt wish to ptllchase the computeT then a name is pulled from a pool of names of employees that do nol ha\(: a computer l!l their job (field workers, maintenance employees. ell') The individual's name that IS drawn has the opportunity to purchase the compuler or laptop It)! thl~ reSIdua] value rhis elIllliml1l's the need to surplus/disposc of the computer and the cmployee has J lOIll12utel It,d \V 111-\\111 \\ "~1.'I~\C 1101 11llrlcl1~~lI!cd thi, pl,l~} as "I' yet hCClUSl' \\,' lll'ed It \ flU! PrepcHer] bv City Of Boynton Beach information Technology Services (ITS) 12/4/2008 Page 2 {,f l PC Disposal ~rocedures Survey of Florida Government Agencies December 08 together a policy and do some other research before proceeding. I believe we stole this idea from Seminole County. You can contact Rob Beach, Seminole County IT Director if you want the actual plan. Ours may vary slightly from their plan. 8. 101m Barletta In the past we donated our old PCs to non profit agencies within the City. We included the Director ofInformation Technology operating system and applications. We asked the non profit to provide us with a letter requesting City of Hollywood, FI the PCs and including they were a non profit agency. 9. Steven Narvaez CCIO We currently don't have anything in pace here at Deltona but when I was at Winter Park we had a ITSD Manager plan where we partnered with Winter Park Technical School. They took our surplus PC's and City of Deltona refurbished them as best they could and then donated them and the corresponding support to snarvaez@deltonafl.gov assisted living facilities and the like so they would benefit the community. 386.878.8802 office I hope to be able to get something like this going here at Deltona but that's pretty far down the 407.718.8403 cell priority list. 10. Stan Carter [Stan.Carter@leesburgflorida.gov] In Leesburg, IT notifies the CM's Admin Assistant of how many PC's we have available for donation. She then contacts the non-profits in the area and coordinates the donations. We send any non-working PC's to Procurement to be disposed of. 11. DeLoach, Don [Don.DeLoach@talgov.com] We use to offer replacement machines for sale to our employees but found that 5 year old machines did not sell very well. We have also donated them to 501 c3 organizations and that process worked well. We have also used old machines in philanthropic projects to bridge the digital divide. 12. Muslim A. Gadiwalla After the trickle down process is completed what we do is wipe the machine, reload the OS and Chief Information Officer then offer the complete system, CPU, monitor, keyboard, mouse and OS license, to City City of St. Petersburg employees, typically for $100. Since we have systems with different capacities and more One 4th St. N employees wanting a system than systems available we have a random drawing to assign St, Petersburg, FL 33701 computers to employees. Phone: (727) 893-7909 Fax: (727) 893-7173 13. Phong Thai Nguyen We don't have any written programs...For all old, obsolete, partially disabled computers, we first [PNGUYEN@ci.greenacres.fl.us] try to auction them, and then give them to non-profit companies such as schools, churches, Faith Farms, or any charitable organizations....These computers have no software. If these have disintegrated parts, we might keep the good parts. Prepared by City Of Boynton Beach information Technology Services (ITS) 12/4/2008 Page 3 of 7 PC Disposal Procedures Survey of Florida Government Agencies December 08 -_.--------- -------~~,_._- ._--~- 14. Rupert, Eric P. [ERupert((I!coconutcreek.netj Once our computers reach the disposable stage, we donate them to ARC Broward O!!!n://www-,arcbroward.comJelectronics recvcling.html) which recycles and reuses the components. They even come and pick them up for free when we call. ~----- ---" ~---._---~.,... - --..'._-- - ~_._--- - ] 5. Darryl Clouse, Director Non profits only. 10 per year limit for each non-profit. We snub the drives and flash an Xl' image Office of Systems Management on them and the NP's pick up. Otherwise they get sent to the land fill who sells them to a Citrus County Florida organization who sends them to prisons to be recycled. 352-527-5230 -~~_. - -------------- ]6. James D. Buckner The City of Tampa donates our old computers to schools and charitable organizations. Through a Chief Information Officer process approved by our City Council, we allow organizations to register for possible donations. City of Tampa We keep the names of the organizations on a list in the order in which they signed up. When computers arc available we then start at the top of the list and work our way down, crossing off the organizations as we go. That way everyone knows there is no favoritism in the process. ]1' the organization wishes to sign up again. they go to the bottom of the list. By the way, we have found the "trick]e down" approach you described to be more trouble and expense than it is worth. We purchase all our computers with extended warranty for 5 years. At the end of the 5 years, we donate them to schools or charitable orgamzations. The only tIme \ve ever move or replace a computer during the five years is if one has a major failure. ]1' that happens, we replace it immediately with another computer from our small spares stockpile \Vc then repair or replace the failed computer, using its warranty, and place it into the spares stockpile. We don't even return it to the original user. We budget to replace 20% of our computers each year - thus there is never a computer in use more than 5 years old. We have found the biggest expense associated with providing computers to our workforce is not the hardware itself but rather the labor associated with supporting the hardware. By uSll1g the approach we have adopted, we miniurize the labor expended. _.._~--_.. _.._----_.~- --.'-- 17. Allen BoatTight Who do you sell the still-usable hardware components to'l 1.1'. Manager Clay County Utility Authority We ,'ulTent]y have no program in place for offeling our old P('s tll the puhliL. We havc howevcl 3176 Old Jennings Road dllnated a hunch of old monitors to a church for theil ~,chll(ll plUgralll, OtllCl than that wc .iu~( 11a\ Middleburg, FL 32068 ;l bunch of old computers ilnd components here taking up spacc I'd Illve to get nd of them hv 904-2 n-24] 7 something other than cannibalizing and disposal. lH1p ://www.c lavut j lily. (JIg -- - - IS Douglas Downs i!nh ,iller the PC has deceased. we rcmO\c the hard dl1\c and R/\i'vl and then hav'e a non-pro!lt Int.ml1atlon SystclII~ rvlalla~el l'lcctlOIllCS recY~'],~rl)ick tll~,ll1 up j~lJ pH~I~er disposal Prepareci hy City Of Boynton Beach information Technology Services (ITS) 12/4/2008 PagE' 4 nt / PC Disposal ,-Jrocedures Survey of Florida Government Agencies December 08 City of Lauderhill 0) 954.730.3021 M) 954,931.1204 F) 954.730.2962 E) ddowns@lauderhill-fl,gov 19. Jack Naparano Unaparano@nlauderdale.org] We had addressed two programs. One was for the City's Charter School and the other was a raffle for City Citizens to obtain a surplus Pc. Criteria for the school program was based on individual effort, teacher input and grade level. The raffle program was not used as PC's became available in small lots and most were used in the school program. Hope this helps. 20. Sandra L. Weightman The City of Fort Myers donates old technology equipment to non-profit agencies. We send a letter ITS Department, Network Manager to all of the non-profit agencies in our vendor list giving them a brief description of what is 2200 Second Street, Fort Myers, Florida 33902- available (the letter is attached). In addition, they have to sign a form indicating that they are 2217 239-321-7130 (office) - 239-344-5910 taking the equipment "as is" and that they will properly dispose of the equipment (letter attached). (fax) http://www.citvftmvers.com If you are donating Dell equipment, you have to transfer the equipment from your name to the non-profit organization. ~ ~ A - Donation surplus A - Donation inventory non profit I€quiprrent disposal- i 21. Renee A. Green, CPA The City of Avon Park has all of the programs removed except for the operating system. We then Finance Director donate to organizations such as boys and girls club, etc. City of Avon Park 22. Ted LaMott We run ours into the ground (6+ years) and then surplused. We use the trickle down approach as Director of Information Technology well and reuse software licenses as appropriate. City of Hallandale Beach 400 South Federal Hwy Hallandale Beach, FL We considered donating/selling surplus PC's but dropped it due to the poor quality of what we had 33009 to offer. Work: 954-457-1351 Fax: 954-457-1342 <tlamott@hallandalebeachfl.gov> Prepared by City Of Boynton Beach information Technology Services (ITS) 12/4/2008 Page 5 of 7 PC Disposal Procedures Survey of Florida Government Agencies December 08 n. C. Steven Earls ---. ---~..-..._._------ We have a policy where we offer "retired" computers to nonprofit groups only. Di rector The computers are not loaded with software. Office of Information Technology Lake County Board of County ('ommissioners This was popular the first year - we don't get many requests anymore. I P.O.Box 7800, Tavares, FL 3277'8. Tel: 352-343-9633 Now that we destroy all the hard drives, I expect we will get even less. I Fax: 352-253-6136 E-mail: searls@lakecountyfl.gov Most all of the computers go to our recycler. --~.,------_._._- --_.._~-'- ------------ 24. Max Baker I Max.Baker(a1hardeecounty.net) Currently, our computers are not really trickled down. They are used for parts, if they can be parted down. All elected officials PC's come hack to the BCC IT department, and we reuse them accordingly as well. We basically use them or dispose of them right now. ~- -- ----------.-- ----------.--.'" ----,-~-- -- --- ----~--_._-,-- -- 25. Kevin G. Smith lIere in Alaehua County all computer hardware that is unusahle is surplused through the Clerk's Director office We then go to the County Board and request to move some of the hetter units to charitahle Information and Telecom Services organi;:ations. The Board has to formally approve this donation which we try and do at least once Alachua County, Florida a year. All other hardware that remains in the surplus lIlventory is thell sold at public auctIon kgsmith(li1alaehuacounty. us which IS conducted by the Clerk's office a couple times a year. Office: (352) 338-7300 ---------- -- - -----------...-----... -- 2(1. Bert Smith * MIS DIrector * ('ity of Sanihel ;- We also trickle down, so once the PC is no longer useful. it's very old technology, prohahly of no SOO Dunlop Road * Sanihel. Florida 33957 use to anyone. I was going to try to get our pC's on a three year replacement program, which would have len the PC's as sOIl1E'\vhat useful. hut \\ Ith the hudget. that not going to happen bert.smith(Climysanibel.com;- Tel: 23lJ-472-.nOO anytime soon. x360 * Fax: 239-472-3065 Vole put them up fOl sale on an auctIOn Site, IIlIllUS the liD's. usually as a lot (maybe ", IOl't\1 Salvage companies look for these types of deals to remove the valuahle metals, then "recycle" what's Ie ft. --"-~--_.- 27. William S.G. Nonish, CCIO \Ve oriel our old I'("s to non-profits only and only at their lequest .. Most of (lllr PC \ an: so old h\ Director, MIS the time we are done with them that they arc pretty uselE'ss We canlllhahze them t(lr parts. bnnrrish@ci.pensacola.n.us smash the hard drives and take them to the dump. . W .. 850.436.5625 F. 850.5951281 - -..-- ~- ~--- - lX. Les AUE'rbach, Director WE' follow your approach, too. We do not offer old machines to anyone. Information Technology Department IIJ filct. they are gutted 10 lw used as spare part' ( )ur ( 'ity ( 'ommissiolJ SL'CIll, \" undel stand Ihat t'it.., of CrallJesville. Fla om approach 1,"0('_bcst Qang_~(Jrthe buck. Prepar'ed by (;,1y Uf Boynton Beach information Technology Services (ITS) 12/4/2008 Page G (If I PC Disposal .-Jrocedures Survey of Florida Government Agencies December 08 352 334-5033 auerbachl@cityofgainesville.org 29. Tom Northey We offer computers to Government and any private not-for-profit agency that is tax exempt under Senior Systems Administrator the provisions s,501 of the Internal Revenue Code of 1954. Here is a link to our policy: Marion County Board of County Commissioners Infonnation Systems Department http://www.marioncountyfl.org/lnformationS ystems/lS Equipment.aspx 2631 SE 3rd St Ocala, FL 34471 (352) 671-8823 tom.northey@marioncountyfl.org 30. Levent Sucuoglu - Director of Infonnation We donate them to schools and other non profits with the Commission approval... Teclmology - 10101 State Street Tamarac Florida 33321 Tel: 954 597 3900 Fax: 954 597 3910 - www.Tamarac.org 31. Edwards, Kevin B. [kedwards@ci.stuart.fl.us] City of Stuart - We have a lottery sale to our employees only of old computer equipment. This year we donated some old computers to a non-profit before we held the employee lottery. Prepared by City Of Boynton Beach information Technology Services (ITS) 12/4/2008 Page 7 of 7 VI.-CONSENT AGENDA CITY OF BOYNTON BEACH ITEM C.l. AGENDA ITEM REQUEST FORl\. Requested City Commission Date Final Form Must be Turned Requested City Commission Date Final Form Must be Turned Meeting Dates in to City Clerk's Office Meeting Dates in to City Clerk's Office o December 16, 2008 December 1,2008 (Noon) D February 17,2009 February 2, 2009 (Noon) ;:-, 0 ':"'l=i X January 6, 2009 December 15, 2008 (Noon) o March 3,2009 February 17,2009 (Noon) CD --< -i. 0 -<'e;" ,." 0"" o January 20, 2009 January 5, 2009 (Noon) o March 17, 2009 March 2, 2009 (Noon) C"') r-OO - ~O CJ1 :;:J;)-< o February 3, 2009 January 19,2009 (Noon) o April 7, 2009 March 16,2009 (Noon) A;:Z: X- ui~ % 01 0% \.f! ." -nf.1r:J 0 Announcements/Presentations 0 City Manager's Report 0 ~ 0 D m NATURE OF Administrative New Business ",D :z: AGENDA ITEM X Consent Agenda 0 Legal 0 Code Compliance & Legal Settlements 0 Unfinished Business 0 Public Hearing 0 RECOMMENDATION: Approve the First Amendment to the InterJocal Agreement (ILA) between the City of Boynton Beach and Boynton Beach Community Redevelopment Agency (CRA) entered into on February 14,2006. The First Amendment modifies Article 2 - Scope of Services by adding paragraph 2.11; which permits the City to collect a specified amount for benefit consulting fees. The First Amendment to the Interlocal Agreement is attached as Exhibit # I. EXPLANA TION: The February 14,2006, ILA provided the CRA with the ability to utilize existing City agreements for medical and other insurance providers, thereby allowing CRA employees to participate in the same coverage and programs available to City employees. On October I, 2008, the City Commission approved the use of a new benefit consulting firm, Willis of Tennessee, Inc., dlbla Willis of Florida (Willis), Willis is paid $96,000 annually; the previous benefit consultants received commission from the insurance premiums. This First Amendment permits the City of Boynton Beach to collect a prorated portion of the $96,000 annual Willis fee, or eight dollars and twenty cents ($8.20) per employee per month for each CRA employee enrolled in the City's insurance plans. PROGRAM IMPACT: The purpose of this First Amendment to the agreement is to permit a prorated portion of the Willis benefit consulting fee to be collected by the City of Boynton Beach, commencing with the fiscal year October 1,2008, FISCAL IMPACT: The collection ofa prorated portion of the benefit consulting fee will pay a portion of the annual benefit consulting fee and will go into the General Fund. The CRA currently employs nine (9) employees, if approved their prorated share of the Consulting fee will be approximately $885.25 annually. ALTERNATIVES: : Do not approve the First Amendment to the agreement to per it the collection ofa prorated portion ofth e e t consulting fee and the City will be required to fund the Willis consulti fees for the CRA. ~ ~ Assistant to City Manager ~-- Department Name City Attorney I Finance S:\HR\Agenda Items\Agenda Items 2009\First Amendment CRA R06 059 Agenda Item Jan 6, 2009.doc 1 RESOLUTION R09- 2 ~ 3 A RESOLUTION OF THE CITY OF BOYNTON BEACH, 4 FLORIDA, AUTHORIZING EXECllTION OF A FIRST 5 AMENDMENT TO INTERLOCAL AGREEMENT 6 BETWEEN THE CITY OF BOYNTON BEACH AND THE 7 BOYNTON BEACH COMMllNITY REDEVELOPMENT 8 AGENCY ALLOWING THE CITY TO COLLECT A 9 SPECIFIED AMOUNT FOR BENEFIT CONSllL TING 10 FEES; AND PROVIDING AN EFFECTIVE DATE. 11 12 WHEREAS, on February 14, 2006 the City of Boynton Beach anJ 13 Boynton Beach Community Redevelopment Agency entered into an lnterlocal 14 I Agreement allowing the Board to utilize existing City agreements for medical and 15 I other insurance providers, thereby allowing Board employees to participate in the i I same coverage and programs available to City employees: and 16 , II 17 II WHEREAS, on October 1. 2008 the City Commission approved the use 01 , I 18 II a new benefit consulting firm. Willis of Tennessee. Ine d/b/a Willis of Florida 19 I which the City pays $96.000 annually: and: 20 WHEREAS, this amendment permits the City of Boynton Beach to collect 21 i I a portion of the annual fee paid to Willis of Florida from the Boynton Beach II 22 II Community Redevelopment Agency: and II 23 WHEREAS. staff has reviewed and recommends acceptance of the hrst II 24 II Amendment to lnterlocal Agreement. a copy of which is attached hereto and made II 25 II a part hereof as Exhibit "'A ". Ii II I' NOW, THEREFORE, BE IT RESOLVED BY THE CITY 26 i i II 27 II COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: I ! I I. I! ~ t I ~\CA\RESO\Ag~'mOO"\I01'CIO""\ILA - Boy"to" eRA boo'"'''''' ,moodmool) doc I, r I . . i i 1 Section 1. The foregoing "Whereas" clauses are hereby ratified and 2 confirmed as being true and correct and are hereby made a specific part of this 3 Resolution upon adoption hereof, 4 Section 2. The City Commission does hereby authorize the execution 5 of this First Amendment to lnterlocal Agreement between the City of Boynton 6 Beach and the Boynton Beach Community Redevelopment Agency, a copy of 7 which is attached hereto and made a part hereof as Exhibit "A". 8 Section 3. That this Resolution shall become effective immediately 9 upon passage. 10 PASSED AND ADOPTED this _ day of January, 2009. 11 12 CITY OF BOYNTON BEACH, FLORIDA 13 14 15 Mayor - Jerry Taylor 16 17 18 Vice Mayor - Jose Rodriguez 19 20 21 Commissioner - Ronald Weiland 22 23 24 Commissioner - Woodrow L. Hay 25 26 27 Commissioner - Marlene Ross 28 29 ATTEST: 30 31 32 Janet M, Prainito, CMC 33 City Clerk 34 35 36 (Corporate Seal) 37 :\CA\RESOlAgreementsllnterlocalsllLA - Boynton eRA benefits(1st amendment).doc Coyle, Marylee From: Harris, Susan Sent: Wednesday, December 10, 2008 1 :04 PM To: Coyle, Marylee Subject: RE: First Amendment ILA R06-059 Attachments: 20081210124231921.pdf Hi Marylee, This item was approved at last night's meeting. Here is the cover sheet plus amendment and supporting documents. Regards, Susan Susan Harris Finance Director Boynton Beach eRA 915 South Federal Highway Boynton Beach, FL 33435 Tel: 561-737-3256 Ext. 203/Fax: 561-737-3258 Email: 11~JIJssu@b.bfJ,LJs -"~...-- From: Coyle, Marylee Sent: Thursday, December 04,2008 11:48 AM To: Harris, Susan Subject: First Amendment lLA R06-059 Do you have a copy of the First Amendment that I can include with my Agenda Item? I plan to submit for the Jan 6, 2009 City Commission agenda. Marylee Coyle, SPHR, CCP Assistant Director Human Resources (561) 742-6271 Voice (561) 742-6274 Fax 12/1 0/2008 Exhibit # -L FIRST AMENDMENT TO INTERLOCAL AGREEMENT R06-059 This First Amendment to Interlocal Agreement, is made and entered into this 9th day of December 2008, by and between the CITY OF BOYNTON BEACH, a municipal corporation of the State, of Florida, hereinafter referred to as "City," and BOYNTON BEACH COMMUNITY REDEVELOPMENT AGENCY, hereinafter referred to as "CRA." WITNESSETH; WHEREAS, this First Amendment is entered into pursuant to 9163.01, Florida Statutes, also known as the "Florida Interloca! Cooperation Act of 1969"; and WHEREAS, the CRA and the City entered into an Interlocal Agreement dated February 14, 2006 (the "Interlocal Agreement"); and WHEREAS, pursuant to the Interlacal Agreement the City has heretofore provided the CRA with the ability to utilize existing City agreements with providers of health and other insurance, thereby allowing CRA employees to participate In health and other insurance plans under the same coverages and programs offered to City employees: and WHEREAS, the City has requested an amendment to the Interlocal Agreement due to the fact that benefit consulting services fees will no longer be included as part of the premium rates; and WHEREAS, the benefit consulting services fees will be paid separately on a per employee basis; and WHEREAS. City and the CRA agree to amend the Interlocal Agreement as hereinafter set forth. NOWTHEREFORE, In consideration of the terms and provisions hereof and other good and valuable consideration, the receipt and sufficiency of which Is hereby acknowledged by each of the parties it is agreed as follows; 1. ARTICLE 2-SCOPE OF SERVICES is hereby amended by adding the following Paragraph 2.11; 2.11 On a monthly basis, in arrears, CRA shall pay the City a charge for ~he benefit consulting services of Willis of Tennessee, Inc" d/b/a Willis of Florida equal to eight dollars and twenty cents ($8.20) for each CRA employee enrolled in the City's medical plan (which does not mean or include the City's vision, dental, life Insurance or other plans, since there are no benefit consulting service fees payable by the eRA as to these other plans). If the benefit consulting charge Is offset by any commissions received for any group policies issued; an adjustment to the amount paid by the CRA will be refunded by the City of Boynton Beach within sixty (60) days from the end ofthe fiscal year, 2, The above amendment shall be effective commencing with the fiscal year October 1, 2008. 3. In all other respects, the parties ratify and confirm the InterlocaJ Agreement dated February 14, 2006. IN WITNESS WHEREOF, the parties have set their hands and seals this 9th day of December. 2008. BOYNTONBEACHCOM~TY REDEVELOPMENT AGENCY By: Jerry Taylor, Chairman Approved as to Form: Jim Cheraf, CRA Attorney CITY OF BOYNfON BEACH By; Jerry Taylor, Mayor Print Name: --~~_.__. City Clerk CITY SEAL Approved as to Form: Office of the City Attorney VI.-CONSENT AGENDA ITEM C.2 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORl\'l Requested City Commission Date Final Form Must be Turned Requested City Commission Date Final Form Must be Turned Meeting Dates in to City Clerk's Office Meeting Dates in to City Clerk's Office 0 December 16,2008 December 1,2008 (Noon) o February 17,2009 February 2, 2009 (Noon) <:::;) ~') X January 6, 2009 December 15,2008 (Noon) o March 3, 2009 February 17,2009 (Noon) Q:) ~:::; CJ -f-< o January 20, 2009 o March 17,2009 ,..., -<ez., January 5, 2009 (Noon) March 2, 2009 (Noon) n (-J -q - ;-;; l'JO o February 3, 2009 o April 7, 2009 c.n 0 January 19, 2009 (Noon) March 16,2009 (Noon) ;;;:,-< :.x:: ;J:a ..ill: :x at -f 001 \0 Ii 0 Announcements/Presentations 0 City Manager's Report .. 0 NATURE OF 0 Administrative 0 New Business 0'\ AGENDA ITEM X Consent Agenda 0 Legal :r 0 Code Compliance & Legal Settlements 0 Unfinished Business 0 Public Hearing 0 RECOMMENDATION: Approve the First Amendment to the lnterlocal Agreement (ILA) between the City of Boynton Beach and Boynton Cultural Centre, (BCe) entered into August 24, 2006. The First Amendment modifies Article 2 - Scope of Services by adding paragraph 2.11, which permits the City to coIlect a specified amount for benefit consulting fees, The First Amendment to the lnterlocal Agreement is attached as Exhibit # 1, EXPLANATION: The August 24,2006, lLA provided the BCC with the ability to utilize existing City agreements for medical and other insurance providers, thereby aIlowing BCC employees to participate in the same coverage and programs available to City employees. On October 1,2008, the City Commission approved the use ofa new benefit consulting firm, Willis of Tennessee, lnc" d/bla Willis of Florida (Willis). Willis is paid $96,000 annuaIly; the previous benefit consultants received commission from the insurance premiums. This First Amendment permits the City of Boynton Beach to coIlect a prorated portion of the $96,000 annual WiIIis fee, or eight doIlars and twenty cents ($8,20) per employee per month for each BCC employee enroIled in the City's insurance plans. PROGRAM IMPACT: The purpose of this First Amendment the agreement is to permit a prorated portion of the Willis benefit consulting fee to be coIlected by the City of Boynton Beach, commencing with the fiscal year October 1,2008. FISCAL IMPACT: The coIlection ofa prorated portion of the benefit consulting fee will pay a portion of the annual benefit consulting fee and will go into the General Fund. The BCC currently employs three (3) employees, if approved their prorated share of the Consulting fee wiIl be approximately $295,08 annuaIly. ALTERN IVES" Do not approve the F i",t Amendment to the agreemeot ~t the oollection of a promted portion of t efi consulting fee and. the ily will berequired to fund the WilHs oons It' g 7:1:::- City Manager's Signature Assistant to City Manager ~ ~~~ City Attorney / Finance S:\HR\Agenda ltems\Agenda Items 2009\First Amendment BCe R06 120 Agenda Item Jan 6, 2009.doc 1 RESOLUTION R09- 2 3 A RESOLUTION OF THE CITY OF BOYNTON BEACH. 4 FLORIDA, AUTHORIZING EXECVTION OF A FIRST 5 AMENDMENT TO INTERLOCAL AGREEMENT 6 BETWEEN THE CITY OF BOYNTON BEACH AND THE 7 BOYNTON CVLTURAL CENTRE ALLOWING THE 8 [ CITY TO COLLECT A SPECIFIED AMOUNT FOR I 9 I BENEFIT CONSULTING FEES; AND PROVIDING AN 10 I EFFECTIVE DATE. 11 I I WHEREAS, on August 24, 2006 the City of Boynton Beach and Boynton 12 I I I 13 I Cultural Centre entered into an lnterlocal Agreement allowing the Board to utill/e I r 14 I existing City agreements for medical and other insurance providers, thereb: I 15 I allowing Board employees to participate in the same coverage and program~ I I 16 I available to City employees; and 17 I WHEREAS, on October I, 2008 the City Commission approved the use of I I 18 i a new benefit consulting firm, Willis of Tennessee, Inc.. d/b/a Willis of Florida I I I 19 I which the City pays $96.000 annually: and: I 20 , WHEREAS, this amendment permits the City of Boynton Beach to collect I 21 I a portion of the annual fee paid to Willis of Florida from the Boynton Cultural ! I i 22 I Centre; and 23 I WHEREAS, staff has reviewed and recommends acceptance of the First I 24 Amendment to lnterlocal Agreement. a copy of which is attached hereto and made I 25 a part hereof as Exhibit "A '". I 26 I NOW, THEREFORE, BE IT RESOLVED BY THE CIT\ I , 27 I COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: I I i I I ! I I , I' ij i [s. ICAIRESOlAgreementsllnterlocalsllLA - Boynton Cultural Centre benefits( 1 5t amendment) doc , , f 1 Section 1, The foregoing "Whereas" clauses are hereby ratified and 2 confirmed as being true and correct and are hereby made a specific part of this 3 Resolution upon adoption hereof. 4 Section 2, The City Commission does hereby authorize the execution 5 of this First Amendment to lnterlocal Agreement between the City of Boynton 6 Beach and the Boynton Cultural Centre, a copy of which is attached hereto and 7 made a part hereof as Exhibit "A", 8 Section 3, That this Resolution shall become effective immediately 9 upon passage, 10 PASSED AND ADOPTED this _ day of January, 2009, 11 12 CITY OF BOYNTON BEACH, FLORIDA 13 14 15 Mayor - Jerry Taylor 16 17 18 Vice Mayor - Jose Rodriguez 19 20 21 Commissioner - Ronald Weiland 22 23 24 Commissioner - Woodrow L. Hay 25 26 27 Commissioner - Marlene Ross 28 29 ATTEST: 30 31 32 Janet M. Prainito, CMC 33 City Clerk 34 35 36 (Corporate Seal) 37 S:\CA\RESO\Agreements\lnterlocals\ILA - Boynton Cultural Centre benefits(1 st amendment).doc '--vi-'" 't # I C.l'd~IOI , ROO-120 FIRST AMENDMENT TO INTERLOCAL AGREEMENT This First Amendment to Interlocal Agreement is made and entered into this _ day of 2009, by and between the CITY OF BOYNTON BEACH, a municipal corporation of the State of Florida, hereinafter referred to as "City," and BOYNTON CULTURAL CENTRE (BCC), a Florida non-profit corporation, hereinafter referred to as "the BCC" or "BCC." WITNESSETH: WHEREAS, this First Amendment is entered into pursuant to S163,01, Florida Statutes, also known as the "Florida I nterlocal Cooperation Act of 1969"; and WHEREAS, the BCC and the City entered into an Interlocal Agreement dated August 24, 2006, (the "Interlocal Agreement"); and WHEREAS, pursuant to the Interlocal Agreement the City has heretofore provided the BCC with the ability to utilize existing City agreements with providers of health and other insurance, thereby allowing BCC employees to participate in health and other insurance plans under the same coverages and programs offered to City employees; and WHEREAS, the City has requested an amendment to the Interlocal Agreement due to the fact that benefit consulting services fees will no longer be included as part of the premium rates; and WHEREAS, the benefit consulting services fees will be paid separately on a per employee basis; and WHEREAS, City and the BCC agree to amend the Interlocal Agreement as hereinafter set forth. NOWTHEREFORE, in consideration of the terms and provisions hereof and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged by each of the parties it is agreed as follows: 1. ARTICLE 2-SCOPE OF SERVICES is hereby amended by adding the following paragraph 2.11: 2.11 On a monthly basis, in arrears, Boynton Cultural Centre shall pay the City a charge for the benefit consulting services of Willis of Tennessee, Inc" d/b/a Willis of Florida equal to eight dollars and twenty cents ($8.20) for each Boynton Cultural Centre employee enrolled in any Plan of the City. !f the benefit consulting charge is offset by any commissions received for any group policies issued; an adjustment to the amount paid by Boynton Cultural Centre will be refunded by the City of Boynton Beach within sixty (60) days from the end of the fiscal year. 1 2. The above amendment shall be effective commencing with the fiscal year October 1, 2008 and the first payment due from the BCC to the City shall be due November 1, 2008. 3. In all other respects, the parties ratify and confirm the Interlocal Agreement dated August 24, 2006. IN WITNESS WHEREOF, the parties have set their hands and seals this day of _ ,2009. BOYNTON CUl TURAl CENTRE By: Print Name: ATTEST: By: Print Name: Approved as to Form: Kenneth Kaleel, BCC Attorney CITY OF BOYNTON BEACH By: Print Name: City Clerk CITY SEAL Approved as to Form: Office of the City Attorney 2 S:\HR\Interlocal Agreements\ILA BCC and Addendum Benefit Consultant\First Amendment to ILA BCC (Health).rtf VI.-CONSENT AGENDA CITY OF BOYNTON BEACH ITEM C.3 AGENDA ITEM REQUEST FORl\.. Requested City Commission Date Final Form Must be Turned Requested City Commission Date Final Form Must be Turned Meeting Dates in to Citv Clerk's Office Meeting Dates in to Citv Clerk's Office D December] 6, 2008 December ], 2008 (Noon) D February] 7,2009 February 2, 2009 (Noon) 9! X January 6, 2009 December ]5,2008 (Noon) D March 3, 2009 February] 7, 2009 (NoOlg C"l'"l'il ::r< 0 -<:'(ltl D January 20, 2009 January 5, 2009 (Noon) D March 17, 2009 fT1 c.,"Tl March 2, 2009 (Noon) n '. - i"'lQ D February 3, 2009 January ]9,2009 (Noon) D April 7, 2009 N :1:).....-: March 16,2009 (Noon) :;::\% -0 rn -'! :x ~O 0% to) ""IJ~ D Announcements/Presentations D City Manager's Report .. ~,' - ~ NATURE OF D Administrative D New Business 0 ~. .' AGENDA ITEM :x: X Consent Agenda D Legal D Code Compliance & Legal Settlements D Unfinished Business D Public Hearing D RECOMMENDATION: Motion to approve Resolution # a Maintenance Memorandum of Agreement between the Florida Department of Transportation and the City of Boynton Beach reflecting landscape improvements that will be constructed for State Road 5 (Federal Highway). EXPLANATION: The State of Florida is planning to resurface Federal Highway north ofthe C-16 Canal beginning in the summer of2009. As part of this City staff has coordinated a number of design elements of which landscaping is one, Attached is a Maintenance of Memorandum Agreement between the Florida Department of Transportation and the City of Boynton Beach reflecting landscape improvements for State Road 5, U.S. I (Federal Highway) from Boynton Canal (C-16) (M.P.15.11?) to north of Dimick Road (M.P.16.142). The City currently provides maintenance for landscape materials and irrigation in this area. The Maintenance Memorandum of Agreement is modifYing the current Agreement with the State to reflect the new revised plantings that will be installed by the State and then maintained by the City, PROGRAM IMP ACT: By allowing additional landscaping improvements along this corridor an enhancement of beautification will be the result. FISCAL IMPACT: The State of Florida Department of Transportation agrees to bear the cost for the new landscape material in the amount of $44,044.50, The City's cost will be incremental as the City is already paying for maintenance of existing landscape materials. The incremental additional responsibility of the City will involve only added irrigation cost during plant establishment. This expense should not exceed $1,000. AL TERNA TIVES: Not to approve the Agreement. ~&, -n/;}/~' u~l2A3 Assistant to City Manager ~ Department Name City Attorney I Finance S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM.DOC 1 2 RESOLUTION NO. R09- 3 4 A RESOLUTION OF THE CITY COMMISSION OF 5 THE CITY OF BOYNTON BEACH, FLORIDA, 6 AUTHORIZING EXECUTION BY THE MAYOR AND 7 CITY CLERK OF A DISTRICT FOUR MAINTENANCE 8 MEMORANDVM OF AGREEMENT BETWEEN THE 9 CITY OF BOYNTON BEACH AND THE FLORIDA 10 DEP ARTMENT OF TRANSPORT A TION FOR 11 LANDSCAPE IMPROVEMENTS THAT WILL BE 12 CONSTRUCTED FOR STATE ROAD 5 (FEDERAL 13 HIGHW A Y); AND PROVIDING AN EFFECTIVE 14 DATE. 15 16 WHEREAS, the State of Florida is planning to resurface Federal Highway north of 17 the C -] 6 Canal beginning in the summer of 2009: and 18 WHEREAS, City staff has coordinated a number of design clements. including 19 landscaping improvements for Federal Highway from Boynton Canal to north of Dimick 20 Road: and 21 WHEREAS, the City currently provides maintenance for landscape materials and 22 i irrigation in this area: and 23 WHEREAS, this Maintenance Memorandum of Agreement wi]] modify the current 24 Agreement with the State to reflect the new revised plantings that will be insta]]ed hy the 25 State and then maintained by the City: and 26 WHEREAS. City staff recommends that that City Commission approve the 27 Maintenance Memorandum of Agreement. a copy of \vhich is attached hereto as Exhibit 28 "A". 29 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 30 THE CITY OF BOYNTON BEACH, FLORIDA. THAT: 31 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 32 being true and correct and are hereby made a specific part of this Resolution upon adoption 33 1 " nereO!. 34 Section 2. The City Commission of the City of Boynton Beach. Florida does S:ICAIRESOlAgreementsIFDOT - Maintenance Agmt (US 1 landscape) doc . . 1 hereby authorize and direct the Mayor and City Clerk to execute the FDOT District Four 2 Maintenance Memorandum of Agreement between the City of Boynton Beach and the 3 Florida Department of Transport for landscape improvements that will be constructed for 4 State Road 5 (Federal Highway), a copy of which is attached hereto as Exhibit "A", and 5 incorporated herein by reference. 6 Section 3, That this Resolution shall take effect immediately upon passage. 7 8 PASSED AND ADOPTED this _ day of January, 2009. 9 10 CITY OF BOYNTON BEACH, FLORIDA 11 12 13 Mayor - Jerry Taylor 14 15 16 Vice Mayor - Jose Rodriguez 17 18 19 Commissioner - Ronald Weiland 20 21 22 Commissioner - Woodrow L. Hay 23 24 25 Commissioner - Marlene Ross 26 ATTEST: 27 28 29 Janet M. Prainito, CMC 30 City Clerk 31 32 33 34 (Corporate Seal) 35 36 S:\CA\RESO\Agreements\FDOT - Maintenance Agmt (US 1 landscape).doc ~" ~ ~'=. Florida Department of Transportation CHARLIE CRIST 3400 West Comrnercial Boulevard STEPHANIE c. KOPELOlJSOS GOVERNOR Fort Lauderdale eel 33309-342 SECRETARY November 10, 2008 Mr. Kurt Bressner City Manager City of Boynton Beach 100 E. Boynton Beach Blvd. Boynton Beach, Florida 33425-0310 Dear Mr. Bressner: RE: District Four Maintenance Memorandum of Agreement for State Road 5 from Boynton Canal (C -16) (M.P.15.117) to north of Dimick Road (M.P.16.142). FM # 415311-1-52-01. Enclosed are four (4) original Maintenance Memorandum of Agreement and a set of plans that reflect the landscape improvements that will be constructed for State Road 5 in the City of Boynton Beach. Please have these executed by the City at their earliest convenience returning all four (4) to me, with onc sealed copy of the Resolution approving such action. Geny O'Reilly, P.E., the Department's Transportation Development Engineer District IV, will execute and date the originals returning one for your file. Important: Please do not fill in the date on the first paragraph on page one. Call me at 954-777 -4219 if! can be of further help. Sincerely, "'-. ,~aA~~t +Elisabe A. Hassett v District IV Landscape Architect cc: T.Le, P.E. File ,. AA n A' ....a.....+- r-+-......+-,..., +1 , ,,..... SECTION No.: 93010 FM No. (s): 415311-1-52-01 COUNTY: Palm Beach S.R. No.: 5 (US 1) DISTRICT FOUR MAINTENANCE MEMORANDUM OF AGREEMENT THIS AGREEMENT, made and entered into this day of 20 -' by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, a component agency of the State of Florida, hereinafter called the DEPARTMENT and the City of Boynton Beach, a political subdivision, existing under the Laws of Florida, hereinafter called the AGENCY. WIT N E SSE T H: WHEREAS, the DEPARTMENT has jurisdiction over State Road 5 as part of the State Highway System as described in Exhibit A; and WHEREAS, the DEPARTMENT seeks to install and have maintained by the AGENCY certain landscape improvements within the right of way of State Road 5 (US 1) as described within Exhibit B; and WHEREAS, as part of the continual updating of the State of Florida Highway System, the DEPARTMENT, for the purpose of safety, protection of the investment and other reasons, has constructed and does maintain the highway facility as described in Exhibit A attached hereto and incorporated by reference herein, within the corporate limits of the AGENCY and WHEREAS, the AGENCY is of the opinion that highway facilities within the AGENCY'S limits that contain landscape improvements to medians and areas outside the travelway to the right of way line and areas within the travelway containing specialty surfacing (concrete pavers, stamped asphalt or stamped concrete), including any hardscape if applicable, but excluding standard concrete sidewalk, shall be maintained by periodic pruning, mowing, fertilizing, weeding, litter pick-up, necessary replanting, irrigation repair and repair of any median concrete replacements associated with the specialty surfacing as needed; and WHEREAS, it is the intent of the AGENCY and the DEPARTMENT that the AGENCY shall maintain all right of way within the medians, outside the travelway and improvements made to the travelway that was made at the request of the AGENCY; and WHEREAS, the parties hereto mutually recognize the need for entering into an Agreement designating and setting forth the responsibilities of each party; and WHEREAS, the AGENCY by Resolution No. dated ,20_, attached hereto and by this reference made a part hereof, desires to enter into this Agreement and authorizes its officers to do so; Page 1 of 12 S\Maint\L.andscape\MOA Foiders\MOf\ Drafts\SR 5415311 Boyntonbch\City Boynton Bch 415311.Docx NOW THEREFORE, for and in consideration of the mutual benefits to flow each to the other, the parties covenant and agree as follows: 1. The recitals set forth above are true and correct and are deemed incorporated herein. 2. INSTAllATION OF FACILITIES The DEPARTMENT hereby agrees to Install or cause to be installed landscape improvements including: plantings, irrigation and/or hardscape on the highway facilities substantially as specified in the initial plans and specifications hereinafter referred to as the Project and incorporated herein as Exhibit B, If there are any major changes to the plans, the DEPARTMENT shall provide the modified plans to the AGENCY and the AGENCY shall provide their approval or disapproval to the DEPARTMENT within 10 business days. The_DEPARTMENT may elect to withdraw the landscape improvement if changes are not approved within the given time frame. Hardscape shall mean, but not be limited to, any landscape lighting, any non-standard roadway, sidewalk, median or crosswalk surfacing, such as, but not be limited to concrete pavers, stamped asphalt or color stained and/or stamped concrete, fountain, tree grates, and/or decorative free standing wall. 3. MAINTENANCE OF FACILITIES A. The AGENCY agrees to maintain the landscape improvements, as existing and those to be installed, within the physical limits described in Exhibit A and as defined as: plantings. irrigation, and / or hardscape within the medians and areas outside the travelway to the right of way line and areas within the travelway containing specialty surfacing as existing and as described in Exhibit B. The non-standard improvements outside the travelway shall be maintained by the AGENCY regardless if the said improvement was made by the DEPARTMENT, the AGENCY, or others by periodic pruning, mowing, fertilizing, weeding curb and sidewalk edging, litter pickup, necessary replanting, and / or repair following the DEPARTMENT'S landscape safety and maintenance guidelines and Exhibit C, the Maintenance Plan. The AGENCY'S responsibility for maintenance shall include all landscaped / turfed and hardscape areas within the median and areas outside the travelway to the right-of-way and areas within the travelway containing specialty surfacing. It shall be the responsibility of the AGENCY to restore an unacceptable ride condition of the roadway caused by the differential characteristics of non-standard surfacing and the associated header curb and concrete areas on DEPARTMENT right-of-way within the limits of this Agreement. B. Such maintenance to be provided by the AGENCY is specifically set out as follows to maintain, which means to properly water and fertilize all plants; to keep them as free a~, practicable from disease and harmful insects; to properly mulch the planting beds; to keep the premises free of weeds; to mow the grass to the proper height: to properly prune all plants which at a minimum includes: (1) removing dead or diseased parts of plants, (2 pruning such parts thereof to provide clear visibility to signage or for those using tne roadway and or sidewalk; (3) preventing any other potential roadway hazards. Plants shall be those items which would be scientifically classified as plants and include but are no! limited to trees, shrubs, groundcover and sod. To maintain also means to remove or replaCE: dead or diseased plants in their entirety. or to remove or replace those that fall belm\ Page 2 of 12 ~ -':;;''":::_:L)e\r';iC,;.~ =c '. .,c;~,.t" 'env Bovntun Beh 4]:;:; 1] Il"c\ original project standards. Palms must be kept fruit free year round. To maintain also means to keep the header curbs that contain the specialty surfacing treatment in optimum condition, To maintain also means to keep the hardscape areas free from weeds and to repair said hardscape as is necessary to prevent a safety hazard. To maintain also means to keep litter removed from the median and areas outside the travel way to the right of way line. All plants removed for whatever reason shall be replaced by plants of the same species type, size, and grade as specified in the original plans and specifications, Any changes to the original plans shall be submitted by permit application to the DEPARTMENT for review and approval. C. If it becomes necessary to provide utilities (water/electricity) to the medians or areas outside the travelway for these improvements, all costs associated with the utilities associated with landscape accent lighting and/or irrigation including, but not limited to the impact and connection fees, and the on-going cost of utility usage for water and electrical, are the maintaining AGENCY'S responsibility, (1) The AGENCY shall be directly responsible for impact and connection fees AND (2) The AGENCY shall become responsible for the above named on going utility costs upon final acceptance of the construction Project by the DEPARTMENT and thereafter. The construction Project is accepted prior to the start of the Plant Establishment and Contractor's Warranty Period. AND (3) The AGENCY shall be responsible for all the improvements immediately after final acceptance of the construction Project by the DEPARTMENT except for plants. The AGENCY shall be responsible for the maintenance of all improvements after the completion of the Plant Establishment and Contractor's Warranty Period. D. The above named functions to be performed by the AGENCY may be subject to periodic inspections by the DEPARTMENT at the discretion of the DEPARTMENT. Such inspection findings will be shared with the AGENCY and shall be the basis of all decisions regarding, repayment, reworking or Agreement termination. The AGENCY shall not change or deviate from said plans without written approval of the DEPARTMENT. 4. NOTICE OF MAINTENANCE DEFICIENCIES A. If at any time after the AGENCY has undertaken the landscape improvement's maintenance responsibilities mentioned above, it shall come to the attention of the DEPARTMENT'S District Secretary that the limits, or a part thereof, are not properly maintained pursuant to the terms of this Agreement, said District Secretary may at his/her option, issue a written notice that a deficiency or deficiencies exist(s), by sending a certified letter to the AGENCY, placing said AGENCY on notice thereof, Thereafter the AGENCY shall have a period of thirty (30) calendar days within which to correct the cited Page 3 of 12 S:'.J.JJa,nt\Landscape\MOt, Foiders\rv10ii Dratts\SR 5 415311 BoyntonbclyCity Boynton Bch 415311.Docx deficiencies. If said deficiencies are not corrected within this time penerc the DEPARTMENT may at its option, proceed as follows (1 ) Maintain the landscape improvements or any part thereof, with DEPARTMENT D' Contractor's personnel and invoice the AGENCY for expenses incurred. or (2) Terminate the Agreement in accordance with Paragraph 9 of this Agreement and remove, by the DEPARTMENT or Contractor's personnel, all of the landscape improvements installed under this Agreement or any preceding Agreements, except as to trees and palms, and charge the AGENCY the reasonable cost of such removal. B. The AGENCY agrees to reimburse the DEPARTMENT all monies expended by the DEPARTMENT for the Project listed in Exhibit B in the amounts listed in those plans should the landscape improvement fail to be maintained in accordance with the terms and conditions of this Agreement. 5. FUTURE DEPARTMENT IMPROVEMENTS It is understood between the parties hereto that the landscape improvements covered by this Agreement may be removed, relocated or adjusted at any time in the future as determined to be necessary by the DEPARTMENT in order that the adjacent state road be widened, altered or otherwise changed to meet with future criteria or planning of the DEPARTMENT. The AGENCY shall be given sixty (60) calendar days notice to remove said landscape improvements at AGENCY'S expense after which time the DEPARTMENT may remove same. All permits (including tree permits), fees, and any mitigation associated with the removal, relocation or adjustments of these improvements are the maintaining AGENCY'S responsibility. 6. FUTURE AGENCY IMPROVEMENTS The AGENCY may construct additional landscape improvements within the limits of the rights of ways identified as a result of this document, subject to the following conditions: (a) Plans for any new landscape improvements shall be subject to approval by the DEPARTMENT. The AGENCY shall not change or deviate from said plans without written approval by the DEPARTMENT. (b) The AGENCY shall procure a permit from the DEPARTMENT. (c) All landscape improvements shall be developed and implemented in accordance with appropriate state safety and roadway design standards. ( d) The AGENCY agrees to comply with the requirements of this Agreement with regard to any additional landscape improvements installed at no cost to the DEPARTMENT. 7. ADJACENT PROPERTY OWNER IMPROVEMENTS Page 4 of 12 " "-.,1[:1.1:.:: :-~:JP8\r-,.'V)j t:: '-dd,:~:;;; "r',I':~.) ~>a;~:;, ,;;: -J1 """t)'.i' Cit\' Bovnton Bch 41 :'.~] l.llc\c:\ The DEPARTMENT may allow an adjacent property owner to construct additional landscape improvements within the limits of the rights of way identified in Exhibit A of this Agreement that the AGENCY shall be responsible for maintaining under this Agreement subject to the following conditions: (a) Plans for any new landscape improvements shall be subject to approval by the DEPARTMENT and shall require a valid permit attached with a letter of consent to said plans by the AGENCY. The plans shall not be changed or deviated from without written approval by the DEPARTMENT and the AGENCY. (b) All landscape improvements shall be developed and implemented in accordance with appropriate state safety and roadway design standards. (c) The AGENCY agrees to comply with the requirements of this Agreement with regard to any additional landscape improvements installed by an adjacent owner. 8. PROJECT COST The DEPARTMENT agrees to enter into a contract for the installation of the Project for an amount not to exceed $44.044.50 as defined in Exhibit D. This amount may be reduced or eliminated at the sole discretion of the DEPARTMENT or due to budgetary constraints of the DEPARTMENT, The DEPARTMENT'S participation in the Project cost, as described in Exhibit D is limited to only those items which are directly related to this Project. The AGENCY shall be invited to assist the DEPARTMENT in final inspection upon completion of the Plant Establishment and Contractor's Warranty Period. 9, AGREEMENT TERMINATION This Agreement may be terminated under anyone (1) of the following conditions: (a) By the DEPARTMENT, if the AGENCY fails to perform its duties under this Agreement, following ten (10) days written notice. (b) By the DEPARTMENT, for refusal by the AGENCY to allow public access to all documents, papers, letters, or other material subject to the provisions of Chapter 119, Florida Statutes, and made or received by the AGENCY in conjunction with this Agreement. 10. AGREEMENT TERM A. The term of this Agreement commences upon execution by all parties. The term of this Agreement shall last as long as the landscape improvements exist. B. If the DEPARTMENT cancels the Project described in Exhibit B, this Agreement becomes Page 5 of 12 S-\J'v1iiint\Landscape\MOA Folders\MOA Drafts\SR 5415311 BoyntonbchiCity Boynton Bch 415311.Docx void and the original Agreement is reinstated if any. 11. LIABILITY AND INSURANCE REQUIREMENTS A. With respect to any of the AGENCY'S agents, consultants, sub-consultants, contractors and/or sub-contractors, such party in any contract for this project shall agree to indemnify defend, save and hold harmless the DEPARTMENT from all claims, demands, liabilities and suits of any nature arising out of, because of or due to any intentional and/or negligent act or occurrence, omission or commission of such agents, consultants. subconsultants, contractors and/or subcontractors. The AGENCY shall provide tc the DEPARTMENT written evidence of the foregoing upon the req uest of thE:: DEPARTMENT. It is specifically understood and agreed that this indemnification clause does not cover or indemnify the DEPARTMENT for its own negligence. B. In the event that AGENCY contracts with a third party to provide the services set forth herein, any contract with such third party shall include the following provisions: (a) AGENCY'S contractor shall at all times during the term of this Agreement keep and maintain in full force and effect, at contractor's sole cost and expense. Comprehensive General Liability with minimum limits of $1,000,000.00 per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability and Worker's Compensation insurance with minimum limits of $500,000.00 per Liability. Coverage must be afforded on a form no more restrictive that the latest edition of the Comprehensive General Liability and Worker's Compensation policy without restrictive endorsements, as filed by the Insurance Services Office and shall name the DEPARTMENT as an additional insured. (b) AGENCY'S contractor shall furnish AGENCY with Certificates of Insurance Of Endorsements evidencing the insurance coverages specified herein prior to the beginning performance of work under this Agreement. (c) Coverage is not to cease and is to remain in full force and effect (subject to cancellation notice) until all performance required of AGENCY'S contractor is completed. All policies must be endorsed to provide the DEPARTMENT with at least thirty (30) days notice of cancellation and or/or restriction. If any of the insurance coverages will expire prior to the completion of work, copies of renewal policies shall be furnished at least (30) days prior to the date of expiration. 12. This writing embodies the entire Agreement and understanding between the parties hereto and there are no other Agreements and understanding, oral or written, with reference to the subject matter hereof that are not merged herein and superseded hereby. 13. The DEPARTMENT, during any fiscal year, shall not expend money, incur any liability or enter into any contract which, by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year Any contract, verbal or writterl, made irl viola lion of this subsection is null and void, and no money may be paid on such contract. The DEPARTMENT shall require a statement Page 6 of 12 ~~t .r._ ;~:rlf',,-andS:(}D2\rv10J\ Folc:::rs .fJj{=J,\ :~,;"~},:..' ,:-. p ':; -: :'- Citv Bovnton Bch 4] :'31 ]. Duo. from the Comptroller of the DEPARTMENT that funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding one (1) year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years; and this paragraph shall be incorporated verbatim in all contracts of the DEPARTMENT which are for an amount in excess of TWENTY FIVE THOUSAND DOLLARS ($25,000.00) and which have a term for a period of more than one year. 14. The DEPARTMENT'S District Secretary shall decide all questions, difficulties and disputes of any nature whatsoever that may arise under or by reason of this Agreement, the prosecution or fulfillment of the service hereunder and the character, quality, amount and value thereof; and his decision upon all claims, questions and disputes shall be final and conclusive upon the parties hereto. 15. This Agreement may not be assigned or transferred by the AGENCY in whole or part without the consent of the DEPARTMENT. 16. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. In the event of a conflict between any portion of the contract and Florida law, the laws of Florida shall prevail. The AGENCY agrees to waive forum and venue and that the DEOARTMENT shall determine the Forum and Venue in which any dispute under this Agreement is decided. 17. NOTICES Any and all notices given or required under this Agreement shall be in writing and either personally delivered with receipt acknowledgement or sent by certified mail, return receipt requested. All notices shall be sent to the following addresses: If to the Department: If to the Agency: State of Florida Department of Transportation City of Boynton Beach 3400 West Commercial Blvd. P.O. Box 310 Ft. Lauderdale, FL 33309-3421 Boynton Beach, Florida 33425 Attention: Elisabeth A. Hassett, R.L.A. Attention: Kurt Bressner FOOT District IV Landscape Architect Title: City Manager 18. LIST OF EXHIBITS Exhibit A: Project Location & Maintenance Boundaries Exhibit B: Project Plans Exhibit C: Maintenance Plan Exhibit 0: Approximate Project Cost Page 7 of 12 S .\fv1a;nt\Landscape\1'v10t, Folders\fv10A Drans\SR 5 415311 Boyntonbch\City Boynton Bch 415311.Docx IN WITNESS WHEREOF, the parties hereto have executed this Agreement effective thF day and year first above written. AGENCY STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION By: By: Chairperson/Mayor Transportation Development Director Attest: (SEAL) Attest: (SEAl) Clerk Executive Secretary Approval as to Form Date Approval as to Form Date Attorney District General Counsel Page 8 of 12 S kla,nt',,-?n:i~~caDe\r'jl()t\ Foi(je'sJ,I,,_)l~ Jr~:.;~~ ~';:: .. , :c BovDtl'D Bch 415311.D, le,\ SECTION NO.: 93010 FM NO.: 415311-1-52-01 COUNTY: Palm Beach S.R. NO.: 5 EXHIBIT A I. PROJECT LOCATION: State Road 5 from Boynton Canal (C-16), Sta. 2150+00 (M.P. 15,117) to north of Hypoluxo Road, Sta. 2272+40.40 (M.P. 17.435) II. PROJECT LIMITS OF MAINTENANCE: State Road 5 from Boynton Canal (C-16), Sta. 2150+00 (M.P. 15,117) to north of Dimick Road, Sta. 2204+13 (M.P.16.142). III. PROJECT LOCATION MAP OF AGENCY'S MAINTENANCE BOUNDARIES: -. r ' . ;.\ ,:i",',;' Ill) 2008 MapQt,!est Inc. S:\fv1a:nt\Landscape\rviOA Foiders'.fv10A Jr'a<ts\SR 5415311 3oyntonbch\City Boynton Bch 415311.Docx SECTION NO,: 93010 FM NO.: 415311-1-52-01 COUNTY: Palm Beach S.R. NO.: 5 EXHIBIT B PROJECT PLANS The Department agrees to install the Project in accordance with the plans and specifications attached hereto and incorporated herein. Please see attached plans prepared by: Nancy Prine Landscape Architect Dated: October 14, 2008 PaCJe10of12 ,~3. '~~::;10S J'/!Cj ,::;' Cit, Boynton Bch 4]:,~ 1 I DoC'. STATE C' '<'LOR/DA DEPARTMENT OJ. ~?ANSPORTA T/ON ., CONTRACT PLANS FINANCIAL PROJECT ID 4153/1-1-52-0/ (FEDERAL FUNDS) PALM BEACH COUNTY (93010J PROJECT LOCATION INDEX OF LANDSCAPE PLANS STATE ROAD NO.5 !U.S. IJ SHEET NO. SHEET DESCRIPTION [0-1 XU SHEET LANDSCAPE PLANS f' r LAUDf ROALt 10-2 - 1O-J LANDSCAPE TABULATION OF QUANTITIES IIIA/,I/ LD-4 LANDSCAPE NOTES (0-5 LANDSCAPE. PLAN LAYOUT 10-6 - LD-27 LANDSCAPE PLANS LD-28 LANDSCAPE MAINTENANCE PLAN tl ~ ..: a ~ ~ l.ANDSCAPE SHOP DRAWINGS 'ei TO BE SUBMITTED TO: if NANCY PRINE, ASLA '" P.O. BOX 5J6815 ~ ORLANOO, FL 32853 PLANS PREPARED BY: ~ ~ NANCYPRlNE ~ :E ~ v, ~ ~ '" ~An:hir= ~ 1'IJSf0000_:!lfIl' :.; """"""~""' ~ -..,,~ "-' 'M, "",-.om NarE: THt SCALE OF THESE PlANS YAY ~ HAVE CHAAGED OOE TO REPROCXJCTfON. '" ~ ~ v, I! ~ " ~ il' ~ '" KEY SHEET REVISIONS LANDSCAPE PLANS ~ DATE BY DESCRIPTION UWD5CAPE "-' ARCHITECT OF RECORD: _NANCY A. PRIN~___.._~ i: MAINTENANCE SUBM /TT AL ~ OCTOBER /49 2008 SH[[ T NO. FOOT PROJECT MANAGER: THue H. LE, P.E. 10 LD-I "," 10/11/2001; 9;1/;48 All ,r R[tIlAS V?LUO[S/GII'.JRll}orv J'(i;OJ9~N," 5R5 \~J,S5~\415 JIII~?f1I\i(),'!J5C[l II,USLWI.d, LANDSCAPE TABULA TION OF QUANTITIES ._~--~---- -----~-_.- P,\)o SlfEET NUMBERS r:;c; ifLM NO 9'V (]F<::.CRIPTt(W UNiT LD 6 W 7 LD-B ~--_. L[1 9 ~~~_______________ _.___ __DlAN_1!.!NAL rLAN I FINAL f'LAN_!IJti.AL __p,,~J F:L !'LAN 1 lANDSCAPE r:oMF'If!..E...~",oIIPlants. _ _ -- -- ___I -----1= I _~0?~. GalphlmlG Qrac!Ii~I_rhry!!!~/s) f'L ~~1 Cl __2-_ __ ____~_ __ U liNt flomello nodoso (Dwarf F!reDushJ PL 35 0 0 0 0 -~--- JiB. ,I --..J-~~;v.-..;~.;.s.-.~-.n....f.O"'-i';''''''''''''''''''C:~J<''''_ m_ _ ~= - N - -,,, t-- ... IJ4.-.... ==- -.L-_.7_4__ ~:- S5 5'5 580 - I -2 _L~'i!?SCAPE. ~OI;!P~E! E --..: Lorge Plonf.s.____ _ __ _ ------- -~ r,~ ?1'I~fK!~{'f!!f!10 ~'!2!!~~//fql.~!_PalmJ PL _ _~ 0 _ ~__ . ~___ 4 3 SP Sabol [l(hmetto (Cobbage Palm) PI 0 0 0 0 ----- .-- -- - ---- --- r- 1 _ _ ____ _ [---=--1- I I ~ i ---- ----------<~~-- --- --l'~- =-~*=: ~ -- =n - ---....-- . --~_._-_.- _._----~----- ----- -~-~- -~_._---_. - -- - -- -~---_.~ ~~.__., --~----------~-------- -~ --~~-~----". -- --- -- ____-~=--~-=-_____~______ ~______ ___ - - -_ ---=L --- --- - - ---~----------~----'- ---- -. ---- ~----- ~ ------~~ SNEET NUMBFRS PAY 'IEM /!G. SrM U[SUrtPTlON UNI- 19 1,','1</ --~- ~-------- "i,<;,,'- ~1\,vD5~~ COMPiEr>: -: 5mQ/.'PIr7'l~S ,_".:;"" -,;E!E!2~'!.'~q,srocl!ls. (Tnryol/Is) F'L HI/. Home/to rodoso IU...'or( ~" "'un/Derus COIJ(elt() 'R'ue PLii:lfJc ,B/,-."Oo .- -_._---..--- : 'j~ I COUPLE. LG!9t' ,L'[ PlychOsDerlll<! e/e9~1_')_?!!~?!~_e P(]lm ;L ( Sf' S(]b?~!?~~,!,~~~~obboqe_ ~ I - --- - --~~ -- ::;,~ ,C>' II' "'.I~' --.- ----"'=---'-1 ---l----.-------:. NANcrPRii.i NANCY A. f'RfN~~A~'L;\ - --. .... . --- ----. I' 'f, I : - -,j-- - '''l! FL L1(' NO, LA..(O)J16l\ J~)"" " , - -."-i ,DSTOFFICEBOX53'W I ,L\"f),'>( :4PE /- '1Uyl1i It1/. ORLANDO,RORlDAm." '''el/'''! T.'T.()\, nl: r'lr .\"-'!-r.!17'< Ol.~ ;-1- -/ fJ fl-I<_)NF_ 407 898.92fX) -' - , I. . . f .;., I ii',;! ,! 1:-., 1..~J_L~r I_!.;;A;;~ ~~~_.~~~08'4~ ___ _ LANDSCAPE TABULA TlON OF QUANTITIES PAY SHEET NUMBERS REF. ITEM NO. SXM DESCRIPTION UNIT SHEET LD-21 LD-22 LD-23 LD- 24 LD-25 LD-26 LD-27 PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL 580-1-1 LANDSCAPE COMPLETE - Smail Plonls -~. -~ - ~- --. GG' GalphlmJo grac/lls rThryoll/sJ PL 0 0 0 0 0 0 0 HN' Homel/o nodosa ([),yorf flrebush) PL 0 0 0 0 0 0 0 JCB/I Junlpems conferta 'Blue PacIfic' (Blue faclOc JunIper) PL 0 0 0 0 0 0 0 ~_..- -~ ~- 580-1-2 LANDSCAPE COMPLET~rge Plonts -. PE Pfychospermo elegons ($011I01 re Palm) PL 0 0 0 0 0 0 - .--2._ -- -.- ---- .- SP Sabol pc/metro (Cabbage Palm) PL 5 0 0 0 0 0 0 - e-------- - " .- - - -0 -- -- r--- ~ --t..: - .-' ~ -.-.-- ~ '" ~ '" ~ PAY SHEET NUMBERS SUBTOTAL PROJECT REF. " ITEM NO. SYM DESCRIPTION UNIT THIS SHEET TOTAL SHEET ~ PLAN FINAL PLAN FINAL ~ _" 580-1 -I LANDSCAPE COMPLE..!E - Sma/! Plants '" ~ -~_. GG' Go/ph/mla I)focllls (Thryo/I/s) PL 0 3.5- .- -- '" -- HN' Homell'J mdo5o (Dwarf FlrebusM PL 0 35 ".I I---- - JC8/1 JunIperus conferta 'Blue Pacific' (Blue PacJffc Juniper) PL 0 2253 "- - ~- _~.!:.J 580 -1-2 LANDSCAPE COMPLE TE - LortJB Plants I~~ PE PfyElE.sperfn9 ~lJQans ($of/1alre Palm! - -- -" Pi 0 24 SP Sabal polmetto (CabDoge Palm) PL 5 6 ".I - - .~__4.J - ---- - -~~ '" .. '" >- ~ ~- '" -- - -- ~ - ~ -- ~ ~ .-- ---. ~ Q -- -- e-----~ -- "- :s .-- f---~ - _.~ '" I: ~ '" . REPLACEMENr DlJE TO IMPACT 0 ~ REVISIONS ~"E NANCY A. PRlliE. ASLA STATE OF FLORiDA 5/1EEl DATE DE.SCRIPTlON DATE DESCRIPTiON If J/JiiJ. FL. UC. NO. LA"(xxx)I60 DEPARTMENT OF TRANSpORTATION LANDSCAPE NO. POST OFFICE BOX 536815 ROAD NO. COUNTY FINANCIAL PROJECT 10 V iJ/r1 ~ ORLANDO. A.ORlDA 32853 SR 5 I PALM BEACH I 4/531/-1-52-01 TABULATION OF QUANTITIES PHONE: 407-898-9200 LD-j """-- FAX: 0407.898.4570 Ro," 101/6/2008 9::,2:()6),1J wR[[I,Ao,JilUDESIGI,'\SRWPH()J\(]IOO9 /'I~ 5ilS ,-'ASS4',1/5JII!520!',M,[1SC!"TAS(JLD --- ,-"---_.._-~...- ,,~"'~:~~n- >~ 1 PLANT SCHEDULE --~~ .--- - _.__._--..-._._,----~-- 5.1}d 01) 8QT AN IC'LN AUf.. COMMON N A.ME IN SI&LEJ:LSiZ E. ~-,-- .- ----~ C;M/',l.L PLANi <; --_._---~_.- - _._---- u(; 35 (,olp/Jlmlc: oracllls Thryali!s 3 Gal; 20"-24" 5pd, N'm;~'S~ N'OL. ----- ------ HII 35 h'amel fn nodoso fN,,'or( Flrebush J Gal; /6"-20' 5pd. 24' HI.; 36" 5pd. 24" D.C. ---------- ---------.--- .iCA/1 ?;'~ "{ JunlDerus conferh '(Jlue Poclrlr;' Blue Pocl( Ie Junlner I Ga/j 9"-f2n S{Xf.j Symmetrical 12" HI,; 3' 5pd. 24" D.C. -----.--.-------- _._~-~-~--------_..._----- --~_.._- ----- ~- U,Rr;,r PI "'N 1 (~ ----..- --~_._-_.. PC .04 Pfvr;ho.~o~rmn (!/eoons Solltol," e Palm 10' IF,' Clecr Trunkj Trfple- Nnturol Growth As Shown - ---~ --~--._- SP 6 Sobol {XJ1'nefto Cabboge Palm /2' Cleor T runkj Booted Natura! Growth 10 40' fit. I\s Shown -- --- ------------~- ---~ --.-.--- ---.--.- L,41VDSC4PE PAL Y iTEM NOTES SAr} " PLA.NTING SOIL !IV ALL DEes Sf/ALL Bf IMPRnVEO TO A DfPTN or 6" AS NECESSAF?'i TO HAVE pH PROVI[)F srHEOULE OF VALUES FOn ALL PLANT ITEMS PRIOR TO COMMENCEMENT nF wnRK, PER PLANT r-"Qn-f-2 nF M.O-7.0. AND /,l"/-2n1. ORGANIC MATTER 8l VOLUME. SUBMiT REPRESENTATIvE P,R.E PLANTING VALUES SUM! INCLUDE PLANTING. FERTILIZING. SOIL'NNOCULANTS, WA 1 ERING, MAINTENACE AND WARRANlr. SOIL SAM/'LE AVA.( (5/5 FOR APPROVAl f't,YMENT trV? IIU lh'f- ABovE lANDSCAPE WO(?,l; 5ffAU RF MADr ON A LUMP SUM RAC;!S UNDER TifF r-,~) ilLV fOr'?;,) M,' A FOOT DIAMETER EARTHEN SAUCEr? AFlOUNLI f./,CH TREE TO HalO IRRIGArlON AND HAIN y,-ATtn. 1,'05.580-1 tnLANOSr:APf COMPLETE - SMALL PLANTS', AND 580 1-2 "lANDSCAPE COMP{Fir I AR,f 1~IAN 1 5", MMNTAIN ~,AIfCFR FnR HIE ENTIRE MA/NTENAtiCf. AND WARRANTY P[PlOD. AND NO OTHER SEPARATE PAYMENT SHALL BE MADE MULCl-IINr. SliM/. INCLUUE A 3" LAYER "F PINE RAm: A.fI/U:H ()I/FR 7111: T('F .J,I. !1LL /'LA,NT BEDS ANC OVER AU f3-FOOT DIAMETER TREE PLAI-:rING SAUCERS. GENERAL NOTES AU PLA~.'i 5 SHALL RE..CE IVE /J, MOISTURE RFTENTlVf 501/ ADIJI! IVE, 5CJOIUM BASt 'pOLYMER, O.5-2.R mm /"JM7TI::1E SiZE. tPPllED It.' THE MANNER I<NfI QUANTlTr REWMMf-NDFD Bt ThE VANUFAClURER. Ai;' E ~./S T /NG "LANT ItiGS t.F:1 I?fjjt!.'i '7"ti,VilSE. qirW DAM AG[ ~Ii/fl iM""; CONS T RUeT ION OPERA T 10N$. AIL PLANTS SHALL RECEiVE I,frCQRRHIZAE SOIL INNOCULANl 7ABLEl'S DURING PLANTING. SOIL INNDeuLAN, TAALfJ~ SHAlL f,E APPI.fED IN HIE MANN[R AND QUANt lIT RECOMMENDED BY Tiff MANUFACTURER. r:rJNTRACTOR IS PfSPONSiBLE FOR /NSTALLlNr. AT TIME OF PLANTlNl; AND REMOVING AND DISPOSING OF t1U ST~.I<.IN(: AIt.,TfRfI.L<::; AT THF FNO r.~ nlE ONE rEAP MAINTENANCE M.;Q WARRANTY PE.RIDO. r,{' WATFf//N(, REQUiRFO i':' INCLUDED IN TIfE UW7RA;;T 1/,'117 nrnr:F F(lR FAC.I--I 0"" TflE DESIGNATED f'LAN7 i t!J$ '-,t,'""NiIl7[ ~'AIIJ[t,- Will. Re. Mt,ct ~ t.li! IL 2E. '-i <:;,lflli.L S.L :-.,' ;) -;;PAM I-I t.N] .'.'- t.~ t, '- E;:; ',it,,'i:j.~ iNS 7 FlUe; FOILrNI!MJ. fddFS C,fiALL 1/5FI '; " GALLON PU\,l/TS: / TABLET 3 GA/l(lN rIAN1~;: T !lBLE TO: '~t,,'M": TABu... ): _>~!ilfxg ---- -- .--.--- '1j '.;11,1'<0' A , fLUC.N POST OFFlC'E BOX 53f)81.~ r. XIJSt ..1 FI,. .YOlE" ORLANDO, FLORlDA ~:!R-'j' rHm~E: 407-898-9200 r,\X' 4(JHQ8,4~70 "-~~-<::~-'-- ^--..-- ~I 1 'il ~ Q/ I I ,,' ~I ~, ..... ~! ~ ~ "' ~ ;;; "" ~~ "'~ Q/ ~ '" ~ "f1"1:l0a ~ai~ "r;; ... .' ~ ~~~Q ~~o~ ~~~~ ~~ NEPTUNE. DR U) ill ~ '" I'; In ~ b ~ -" ~ F:: ~ tIj '" 8 ~ ~ 0) ~ ~ f'1 =l ~ c . i!'; :;j 'ij ~:J: ~ t!l ~ '" ~ ~ ... '< ~ ~ ~ ~ ~;! - -,,!:> J, ~ ~ I\J "' , n a ~ - 5 ~ ~ . t'- ~ ~ ~ t'- ~ ~ rJ ~ ~ c::: tiS .., ~ t'" HALF l/OON BAY HYPOUJxo ...... ~~: , ,... ROI'lJ ~ EN TRANCE 5 V\ ,,0: I a'" .", lJ1 -< NOTICE: THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE SIGNED AND SEALED UNDER RULE 61GIO-II.OII,F,A,C, 'I. ~ I' I; II 'J / 1 7~1 \ ~w - --- ~- ---- - \ .--- s _~. ~ --:-~ ~ _ ~__ ~_ __ ~=--__ _ __ =-> =- - =---~~~0 ~; ~-=~~.~~_-:-;~~~~-~-=~=~ ~~-=-= ~~~f!~~- :_~~.a~__-::= :=---~,;:-~ =--:: =; =~~ ~=;_ c__ __." -- _J, , DEGIV Pf./OJEC1 EXISTING DAHOON EXISTING ADDNIDIA11~EXI5T1NG DAHODN HOW,LlGUS7RUM/ BEG/V L,II.N[i5CAPE HOLLY TO REMAIN PALM TO RtMAIN & CALOPIfr'LLUM TU ~;~STING {IGUS7RUM TO BEGIN MAINTENANCr BEAU! REMOVE [XISTlNG /iEMAI^yAA/SE CReW, .~IU" 5T A. 2/flO+OO.OO (RiMN-Of-1HORNS I REMO~[ EXI'7,7INb IfI' IS I;~ ~_ ' ARBOR/COLA ,. .,r 2/4g 15(1 2/51 ~~_-=-~:;-- ~~ ~ ~ --- ::---c:--"- -_ c'J5J . o_~ ,~~,! ~"54'"-C cL ~ - C::- "'''''c~;,;"""", ;::-:~: '::;', ~~'~:::,,~f~'~ :,,,~,:~:- -~ -.U ' JOD / -. J . - .. []ffi), I f.2!.-~- ~ - \.Ica II r- \----..--' __._ '_ ___ ~ -~ _ ~ .,.. ~- ;:"'~-=--:--r--::::':-==f--="";-=--: ~'=--~-=-.:-'- ':--r--"'1~-'- rT~\ - - .--- - - .- I - - , . --:..-__n '~:, [j r " ~--- " "\\ "2'~ \, ~~ "- ;:n -"! ~ ~~ ~~ ~. .-. ~ ~ f~- f"t~- ~ -.\ \~ ,-,c ~.~t (,.' _1,'~ i,),r::.i, ~ "";'-11III-- -~) ... I I I p['r .4i /~//1 /tJc3 ~--_.._..._-,... " ':;'~_ N:2!!.'~.!!!! i STA TE OF FLORIDA L ~ If i DEPARTMENT OF TRA.NSPOR7:i nON POST OFF. ICEBOX.'i35RI5 Ll- RUAD NO, COUNTI' jf!!WfCIAL f'ROJECi if.,- j J \'[1'(' /)/; ,"){ ~'I \- ()RLAN[)(),FLORJDA32853 ..--. -.- ~--_.----------- 1 ! -..' - .-i." - i . ~ ~~~NE. :gn~::~;~ ~1 4i ,,' i 4'5 - -' w.~ ___,~______~n \ __J . -~-~ __<_.,.._~ .x-~.x--x-.-.x-x--J I '!;! \ c I : \ ~O[] I \<1 \ ' I '" \ - -~ --- - - - -- - - -. - - -- - - - - -- - - -- - - - - -- - - - - -- - .-. -f~'~'~'~~.~+-l- - - - -- - - \ '. @ " , \ \>9 ~':- ~\ R -~, -- - ----- , \ rr-J 1 ' [) ~. _ _ _ ~~_ ;iii~-:i.;i:~:;;~~-~~~~~~~~~-~~~~~~~~~~~~=~~~-~~~~~f) ~~~-==-~~~~~~~~~~ . / ------L- I ~ -- , .... ~ - ~ - - CLEAR SIGHT LINE (rYP) 'J REMOVE EXISTING - Q _ _ _ __ - -r CRO/(N-Of -/HORNS ~ ._.--- I ~~~~~~~~~~~~~~ ~.':, ____--'---- -- R 2.15!1---- 5 -~~~~~ . .JJ ---'---.-=-'-:. ~-------2t59--- - ~ .-~ I L . .- --~-=-- - p --:----=-----:- ~ .'!-'L.:l::L...lU -~ ~,:; ~ " ==-===-~-==-= __~._____-----_.---- ~SURVEYSR5(uSlJ 25 ~ - - - \ C8-1 ~ \ --- - " '" \ ~ ':;! ~ ~ ===~-::=~-o ;~-:=:=:==,;~=~~;;r::.,=~=-~:~~~ ! -:~-.:-=.-- -'-T-- - -\.-.~~::.:r:::~---~.<~-:J.~ ~ /~..-.-..,.--~-- L-~---~---~ ~~~ -----.. Vj -' r - " R/W \, _ ~ \. ~ v ~----~- '~----l '\', ~ I..~~\ I . . ~ r" -~l ---,' ~,~r- ~ (\------------- \ ~f\.,.\\.J- \ (f';J \\:\ \\\/-"! 11"\ \ \ \ \ I \ ::J II \ \ II \ \ \ ~ :::) WII \ II \ I: '-' \ n \ I' \ \ ' \ I ~ \ ' 1; (.1 " ~ G NOTE: DESIGN SPEED 40 MPH MAINTENANCE BY 0 10 40 ~ CITY OF BOYNTON BEACH ~- 'l! Fe~ ~ .;: w h ~ DATE DESCRIPTION REI' I S I ~ANri DESCRIPTION ~ STATE OF FLORIDA $HE.E T :E DEPARTMENT OF TRANSPORTAT10N NO, POSTOFFlCEBOX5368'5 ROAD NO. FlNAIICIA! PROJECT ID LAND.CC. ~ PE PLAN ---~ ORLANDO. FLORIDA 32853 D ./:1l '-"-~ ~~~' ~:l~:r,~ SR 5 415311-{-52-01 LD-7 f()/16/2008 9;5JI~Z AU 'fRttNA5v'l(iJDE51G1i..,jRW[JrDJ'l1~iX)q /If' <;R5\....,5S4\41~JIII~20I\!Gl'Idscp\PL~"lw7 v,.~ (j '1; -~ -~-- -~- ~ --- -- ~_.- ~-- ... - ---- -. . -~ '- -~ ~ ..._= - ~ = ~~ ==-==:===.=:::-::::::::':====-==:===:.=.::::.....:..~~--==~~-=_::-:-~; =~.::== --=="'~~--= .~ ~--,~,-,-- _____..___r__~",._-_.::.._=_.__~_ R[MOVF F 'IST/fI'G -F\lm~G CRA-PE);yRT~ - -- - -- ,. ..'. I TO REMAIN I '"","'_C . ... . ~~n" ",m,", ", 1 10 REMAIN _ J _ - f~~'~r~~:u~p ~~~ -~=-~~~JS~~~r:,:?-~ , , , ~ - - =- ~,"2lto=~ ~. q y.~- '- -1. . / _\ --{~ cr:\ ' --~ e~';=~~" ~; - - L. "~0------"-/ V ---;\T.:. \ .-. '- ,e-~,... .--1-...- .~_~ #~' ." .~" - 1 ' "_-~ -, ': c- .- - \ 1 -- - - - - - - . - - IT ~ '-~~~ ~ .-- - --~-- --- fij SURVU 91 5 ruS /J . .+ ! L . ;.' 3~ J 1__ 5'(:;;, I LINE ,,/,0 \PE,' ! Lit \ - - - -~ -- .---- --_. --- -- :;....:-._ __ __ :::::..~.~::::...;"'-:--: ""-c.=-- ~_J_...__=__=~~-~::.~~-;;..~- -=-_--=-.:::- . ~':=:;r:::- . ~. ~- .- .- ~ - - --- _ u --- r - --- - -- , -.--.-,.-- --- ------ - -- - .- ~ -"'~~ .., ('-- ._ _'_~__ ~_____.__,...-.c;.. ~- ..~-,--~-._'__ - -~- -T- \ L_ q, ,- I i \ " n \. ! ~ \. I \ ~) .- Iii ~ " I " \ \ w " ~ <'"- \ '"' \ " 1..:.: " " \ \ \ \ ^, , " I - - -- - .----. ----~-,-.,-- 1} ,.\ ,He" eli-f. II,':I \ '~"k-o;>"~~,., -..-----.. ~ ----------- -------------- ---------- ---" ----------------------- -------- ----.-- --- ------- -- - -"-- ---------- -- ~- --_.--- ----- ---- -~-- --- --- -- ---- - ---- _ i~~-=-o.--:) _=_ ~ -. _~ ___ - -"-,,, -'-'----_-.1') c <j ~ ..: i '" ~ - ~ S;;RVIT SR S,US ,;" - - - don - -- - - - - - - - - - - - - ~ - ~" - 4 82 r.. CLEAR SIGHT LINE rTYPJ ;,;; __------ , PE ffil . Q =:~~~-::~~.~~~~~7'''~:;,.~7,~~ ,,~..:~ =--~~ [JDB--~---..-.-_~;_-u~- u_. '_u_ --~;:c:~"'~ ! ---'------.." -<>\ II~t"C,.- """"I' I .'-,,'"0, _______e. - ' " 1 " ~ V ---, "'-(', ' \\ W I ( , " \"'" \ _ ~ - ~ -- /- .. '^' "'C . ~" .. - :\ r:= I :::J, __ ~ / 7 1:, ~-~~-~-"--~-"---------- / '\ ""-:::-~--\, - .', i/.;/ \ \'\ III I l_'7 ~~-:---=--==-.--.,. -\(/ :\ ~ I "___A / ,\' ".', '/ \ II . - .' .. I \ ~ ;" IV R/W -~~ \ I _------ , ,',., ',' \ '. " I/^>Y;'" "'V' V ' II, I, '\- - \1\\\ \ t,; ~ , ;I / II) " \ 4J " ---- II I \ ~ \ \ \ \' 5 ~ ---- , I I \ ' '" \./// ~,,;;, ~ \ \ ~ / ~.J -:;./, \ .:. C?, III I : ~ / l" /"." ,,;;, - .c"JI\ \ ,'~- ~ -, r-- / (/ ""., '. __~..:.'---~~ \ \ ~ \1 / / II \' '" ~~. _..-C'~-c-~' - ..J-~~,~~--\\I.. 1\ ~ I I / \ \ \ ~ ";:..:.;~ _- ,\. ~ ~ '" '" 13 <;: NOTE: DESIGN SPEED 40 /,IPH ~ MAiNTENANCE BY ~ ~ "":"0 i3 CITY OF BOYNTON BEACH Fe;; ~ 8 ~ R [V I 5 I 0 IV 5 NANCY A.PRINE,ASLA STArE OF FLORJDA. SHE.ET DATE 81 OEseR/f'T/ON DATE 8Y DESCRIPTION FLUC.NO.LA-OOOOl60 DEPARTMENT OF TRANSPORTA110N NO. 1i'~~~1~~~'53 ROAa NO. CO<1NTr FiNANCiAL PROJECT iD LANDSCAPE PLAN ~~~~ :mm\'Z SR 5 4153//-/-52 -0/ LD-9 10/16,2O'Jti ':/::J4:ui ~!.! "heil.,,:, ,'il,,~,E j,G,'i',$r;lL~'v; ':';:;~''J .',~ ~.~o ' J ~., \\. .;'>q., 'I, .",,--- TEe RAILWAY :1 iR.'W I . -~=--~= ~ ..c fii~g ~ff~~~NI;;;~ ~~i~';'~;;~;~-:;;-~ \ - _=~-==~l==== ~~~=~ = ~~ ~fi~~t~~ffi~:~U \ I EXl5T1zfuT~U8'- . I \ (;/SQ~fZ~IJ/GUSrRIIM-1 I! - nnnlr rx/c;rl"L \ J E>./c;TI;.r; rMn"'rrIlIM I cu=:IT~ t' t.1 Tn REMAIN U,RTLE I I lIGUS 7 RUM \ CLEAR SfGI'T LINE I 'f) l TU RtMAIN . ~ . - \ 'W'.' , I " REMmE EXISTING ------ -- I I "CROIiN.OF'THOfINS .~. _ --=--=.-="--0-_-=::_' . AVe oc,,,,+ c;\ ~e~ciJ"~~L . y. 211L l1illc. ~ ~ -=~~-~~",';c;;:;J)?~,t:. ~.Q\c '\E;;'~>'" ~~>~c~~/. ,I '1:,,'. . - ",~. -'~! I. , . :".' _~_'. '.~:~ '-' '!:" ~ " L '. . r.- . I..-t ---"-' - - !I I~' '~--Ii! 5URvn SP 5 {us IJ [[IE] - - - -- - 130 \ j --- - 1- .-;~ ., 88 ' I ' - , i -. ~ I I ,X_~~!~1! ~.__ _. '."~'- cc-- - ;,.-~'~~-=. . c-=-~-:;--=:-=,:-~ ~. ~,.~~-=~ '-- ...-.,. -,.;:'1'--' - un -- ~ - -- ,'.!:,' I , I RW 1,,\ X ~ , ~ J!A " L\M. t B' ~ . _ -. ~J. /- I - -\ Tic R(>>t"7()t;tiE4 i-"""""-- - , ~-- ~41 fittj IS;; ~~ ' ," { ~- - ---- --- - ---- ,~~!!::.h U NANCY A. PRINE, MiLA 57:11E OF f1~ORmA ". ~!ji ',. ---;c-"i. 'P FL 11('. NO. LA-OOOOI6/} I DEP4RTl.fENT OF TRAJ..'SPORTA.11()f" txil~m:A'I:,~l'N"~, IRG'D N,'::r . CDUNrr.... /~.-:\ .\l),'){ ".'S\ J,j~ I'II,.J ,\ PHONE: 407-89B.92OQ" ,~.;.:-~~,\,'" PAX m~H98.457n .. _.'~_ ~ ~ ---------- ----" -----'----------------------.----------- ---.. -- -------- "-,"" ---_ -_"______._ ____________ ____ ___ _ _JE..f...-~~E_._._____._ _______________ ___.____ __ __ __ __ --- o ,. - ,J\ ,_ 11 , . LR~ >, , ,". . .' '. :J u____-C-"~_~____...:___=_\----- ~'~._ __~~____________'____ _____~___ . \ REMOVE [XISTING ~ ' CR(JHN-Of - TIIORNS . CLEAR SIGHT LINE I:PJl \. _ . _ . lIDO ~ '-'-\ ~ -.- -, \ ~ : - '. ~17L nOD : \- 2/78 2179 ~ ~ ' ~ ~ ~ I ~ SURVEY SR 5 iUS /) ~ / IJOEJ.-.---.-.- ~ / EXISTING UGU$TRUM ~ I J.O.!iE~I~_____~___ " ~,'f.' :::-,=--=--=-..;,.~~-:-~-=--=-~~~~;~o, - -, ":-~.~"..c..-~-'-'-:F~"~ ..."..... -""\'! ,,~_--c -=:.c~--"._:=-c ""'7'.-:'-;~~ ~ ~ ,~ L \ \v '>. r" I~ ~ ~- \ iT i '" \ \ r I I n i \ ':J I, I ~ \ RIW' \ \ /~:~" i I I ~. ,)Il i I ~ /, I \ \ \.(~ /' i !,",-- '. I "'\' I I. . "'f,; it . ;? ;:~, . l. '".; \ \ .~;!j'=~ - = \' ,..\ I L:.). M.. ;:if". . t; - 'i:l \ ,~i'F~ \ \ \ liP \ \ I I i Ii! I I ' ~ "' \ 'H"- '\ " .....j I I ! " .- , >'-\ \ \ \ 't \ i I \ '\' , 'I ,. 'j! \ ;~. ~ . "' -" I I i.oC. h .f ~. \ \\ 'xl II \' '" \ __-"" \' 1,_,\ \\ "\ \' - , I I ::: '-" I' ----'" - ~"{-.- '\ I I I I 'j! -, \ . ~' \. ,I I '"' C--- ~ \ ' ' ~~~ ~ \, j I I I '" l' I \ \ -/), \ '-,.~\cL II (i.,7".. ~ I : , \ \ , \, \ I 11".1 I " T. \ '. \ " \ ' , ~ (3 i;! , ~ ~~ 010 40 ~ MAINTENANCE BY _______~ '" NOTE: DESIGN SPEEO 40 /,iPH ...... CITY OF BOYNTON BEACII ~ Feel . ~ / ~ /0 n/tif ~ REV IS ION S ~ NANCY A. PRJNE, ASLA STATE OF FLOIUDA SHEET DATE ar OESeR/OTION DA E BY DESCRIPTION 'P- FL.UC.NO.LA-OOOOl60 DEPARTMENT OF TRAATSPDRTAT10N NO. I'OSTOFFICB BOX "681l ROAD NO. COUNTY FINAl/ClAL PRfJJEcr 10 LANDSCAPE PLAN ~~~,~~32853 SR 5 415311-/-52-01 LO-II - FAX: 407.898.4510 ~NdO.... 10/16/2008 9:Si:J6 AU ,,' HttIYA) ....llIut~I"~ \Jnw..., uJ '-', ,),.> ," ,.:0 ....,'.l - '1,,,,,,,,-- ., 1,) 'I ~ / 13} I., ,: u _ j I ~-i I ,.05. I ,.~ I , w I I .- \ f- ~ , 'r:. I @ t; I ~~ ,'w I ~ I' , i . ' liJ \ ; .--1- -- ~--t. I 1_ L ===-- .=--=C~= = = .~ _.~ "'= ="'= "='~ -=-~~':u;::l.:::::--::C:" 'cc-1-.:..: ~ ~ t ---, =:~~~-:;:: =;:,'. :,:--= ~ ==~;;.; Lc ~_ I EXISTING S!/nUB< \ - ---- - ---- "'- TO REMAIN T /(;/ <; \ -- - [EMOVE EX/5T1/'rG I Ef-:/~[lt%lt",J 7RvIJ ~ - -~ I ,~-'I'CNT/N/!OflSS/(;N/lLlZU) iNTFF1SECt!(LV J,LExAf,(JFR PtJ.11J I _ - - \ L-CLEAR SIGf-iT LINE (TYP; I fEX'STlNG IIGUSTRUMSu'?Jj-~' REMOVE EXISTiNG Ie I 70 Rt,{!~ -~ ~_RON^-OF-THom.5 . _ _oi~ ~ -- --= ...-- -_ -/~-=- 7" ~~~ ~ - ~~~-;:-_--::.;- ~ _ _ -" ---= ,__ '---0 ~ ~ -=- _ _ _ ~ _ .__ ~ \, / I 182' t ' \ I be.: '~- ,'=~~ -'\)'- - - - 2IM,~- u~ ~ -.-. LJti'j - -- - - ,-, 2186 _ ~ []m _ 2J.r{, I lul_dp-~~.i-~tu "=~Ju-I--l -~- J~':',_- I__~ -un ~'--=--~_-:--'::')~-=L u....L. -~ _' ,'--.,":"_-=:1' ] ~~ [[]fJ' -~-- -- - -. '- ~ <;UFWFY sn 5 (US IJ ~--/-~ \ \ '\B .1lT1A ,.~.I \~j '-='1'7; - -. .:-=::c~"=-~_c-~.~ ue------~.-'-"7=-::~~C-''':j--=__,,- -~lt~' - 'f~' _ _ ___ _~ __ _._ ~ _~ ~. _ _ _ __ Ie" --_ \ ::; \ ~, , ~ ~ , ~I ~'Itl\,~:!-II-- __-_- ~) '.d.)).' I~/;(' ~ ~d' /. '.I I I~ --- -- r-' NANCY :Ii -~~~cy A. PR1NE, ASLA -----.--- ..-.,,------- 'E fL Uc. NO. LA-JJifm(>O ~. )SH.)FFI(:EElOX536R.l'. ' .'1 \'1-)''''1;', t, .~!~; l.lil .,\ \ 'iRLANl){),FLOR1DA1~1!';-' _<_. '.' _.' . ~.I. . f'1I0NE: 407-S98'9200 !";;'/o,,.....,",,-,,,;; FAX: 4OH98.457() ~. -,,-'. -----~,-- ._._--~- \ ~ __J ---.-..---v------ ~ -- -~-____ ____ _ .__ _____ __ _____ _~ ___~__ ____ .___ __ _______ __"___" __ ____~________ _ ____ ______u ______ _____F.fCllAIJ!IA~____._______ _____ _ _______ .__________________________ ____ .~ . . --.'" ,., ,,'- " <1:[ RiW:;, ,- .~-, <\ . . ~ ~ It .. ,. '-, ( ',," ' ,.... ,. =-~_:.... - _:,",9-~ - ~~~=-7 -= -:--~~~'=-~'=- ----~- - - - -~~ ~~~'=--=--=-~~~-~~- - - -~ - - -- -- - - - - - - - - - -- REI/WE f}vSTII/G G CRflNN-OFCftlORNS .; . \ IlE MOVE EX 15 TlNG ..: ~ \ CRONN-OF-THORNS ~ \ ~ _lJIJIJ ~ -~_. ~ " =,. .. ~2192 ~ " = ;= -~.~~~ ,/ _ ~ - - - - - ICLEAR SIGHT LINE fryp) DLIEt - - - - ~ ;- . i o --I- _ _ - - ~ CB/f _ _ - c ::-C~7~/.~.' c ,,~ ~~__~;c~e~ -~'~-~,crL-;;~~"'7~:-"'Y ::- r-.:c"-: .'i'..~ .--~:.-c--.'.-~.f.:-.-~~:-=--. ~c ! · or:', ",\ 0: ~ I L ,:,1', \ ill I I x--x~Y---X ---x----=-.&___"---x- ~ : Ii, \, ~ \ 1;/ RM',~.\!. ~~ J'. I' /~-\ ."--J~~~' '-:::':'--:X= ; ~ I '\ x JZ,.-," '- u \ 1 \ i \ ~ ..1.1 I: \' ",'\~ .'~""\ ~ \.\lx.. ',~-- I ~ ,l 9 -~ ',; ~ ; ( if 1.\... \ ~ \ : - \ 0 \.~ .- f' "I ~ " Il \ :) \ '. \ \. \ Ix -u' I: ~ h \ \ \ h..~ \\ ~ ~ \ \ \ :) , \ -'I \ \ j , 1 ::; -- ' \11 \ \ L-~ x 'J! .. i \ \ A ~ l \ I, \ \ \ \ \ I' ~ \ \ I \ \ \ I i3 x Q y ~ ~ . u NOTE: DESIGN SPEED 40 MPH 0 10 40 ~ . -----~ '" Feet ~ ~k ~ DATE BY DESCfHF'TION REvlSlgANff 8f DESCRIPTION STATEOFFL(}i{JDA SHEET -- DEPARTMENT OF TRANSPORTA170]V NO. li'~:M,~~1~\'" ROAD NO. COUNTY FINAllCIAL PROJECT ID LANDSCAPE PLAN - ~~~' :i:m:r,~ SR 5 4/53/1-1-52-0/ LO-IJ 1O/16/2OIJ6 9:;::..tiJ A.il ~ .'IUNA5 ,'1,UJb,(j," \SNL0",~) 'C~li, I," ,Xo: t ~\, ~(-- . 1., ,/,~ FEC flAIH'v'AT' r.,'"'\r R,Vr' , --_._~,~- --- - -_.- ~-~.- - - -- ~= = .~~ -~ ~ =~ ~~ -'~ --.""-- ~ -. ...- --- - == = -~'- = - -- - ~ = ~ ~ ~ -- ~ ="-'-"'-"""'~-=~~~~'- , "~~-, ~ = =-= ~ -~ ~'.~..- ~- ---- -- - - - - - - -..- - - - - ~ --"-' - - --- --- -- . - - - -- _.~ -- - - - ----- --- - -- ..----- .-------- r=' "w. 1- EX/51 /NG SENNA ,---REMOvE EXISTING CROWN-Of - THORNS TO REMAIN I EX/STING S/iH/J85 TO REMAIN COCONUT ~ _---[[J]] i I F1EMAIN I ~ .1C"' "",. . - - ~-"- -- -0; -/o/~~7~~~~ .~ - _ _ ClDfJ'/96 .~ __ __~, _- - =:5:"- -- -- -"",-" -- , ~C ~- \ Ci.L~ 1\ "I";'lI"c --.;.-0------ --- - -- fj} SURVEY SR 5 !US!) [][]E} I ~ - -- - .- -.- /7(;4\ /~'-_ 1__---- - !.. \ t7:B!!! ~~f;...,. -' - ! r- CLEA~/Sl(,.'-/T LINE IJrPJ - ----' . I ' - - ---- _....L- __ - ~ .---=-.- -- -.--- --'- - ---- -=~_.----===';. ~ ~-1,=~~- - ____ .----"'--- _. - -~-_..~=-=---:-;;--=="'----c:" -=--. ::-___ ~-~ -=~_.:::::=:c-=-~~ =_ -"...,......,., - --- -- ----.-. - - -- -~ - --- . --- .--- ...- -- - -,' , -.--. -... --(:'-/----;' -- . '.-. '-( '\; , .. - I, r?'." Q \, \ 0'_ W ,- ~ ii, \( .,_i. 1\ __~ ....,.lj - M"', ! ..... ~FAlM------ --~--.- ---_.- / . ,,' . i~fuo.~ 10 " '^"" ~n~i ';, A I'~:: i:, D a --'._-'-~--' ST.'" TE OF FLORIDA. rp 'LLlC.NO.LA-OOOOI&' DRPARTME/l.7 OF TR-,4.1,,rSPORTA.1'IO."-' _ l'05T OFFICE BOX 53/181' \'/J.~i /")1: ! L 'l. \ ORLANOO, RORlDA 32R~' PHONF: 4OH98.92oo FAX: 40Hqs.4~71l _!~~'"::: -- ~~ a 10 .0 ---~ Feel ~--- _.._~-,~ -----._-- ------~-------- ---------- -.-..- --- -------- - - - --- - ---- _____ ... ___ ~. _fl~A1Lw~!..__ __~ _. _________________ __~______ ___ __ ___ ____ _ r~-""" --- ---==-= ---- -.----------- REMOVE EXISTING '-i --CIDIJ CRCMlN-DF - THORNS ~ -.-- q ---~_.-- 6 ..J<:tb. ,- :::=;J.:-1t 11-1- 220Q. ~ ~-I ..-- 'g ~ ~ ~ SURVEY SR 5 (US J) \ 000-'- - ~ - ~ \ _ _ _ - - - - - END MAINTENANCE - CITY OF BOYNTON BEACH ~ -\. _ _ - - - - - -L BEGIN MAINTENANCE - TOWIV\OF HYPOLUXO :.:' __--- \ STA.2204+13 - MP 16./42 \ ~ _ . _ - - - - CLEAR SIGHT LINE fTYPJ ~ ~ - - - 1;' _~-~"=;'~~-==-'ff====S'=-=i=T=-W==='=""''=-=~=f=.;;;r-=----~15=~-'=;''-=-=--==-'''''~-=-~--==ir-=-=-l'--=-[ ,}J .~~=::- - - ~ , '" --- . ,.: '1 0 -. ~ 1;, 't. -.... - \-~l\ \ I \ L - --\, - - .j - ~ \ I' " r - ~ I \ I \ R/W - - - - -'" ~ \ \ ~ " ~-l \ \ I I "J \ \ ~ ( .' \ I : l~ \ . I I _ . ,_ .L', _ ._ _ _. _ ., --- D " I J : ) a. I \ , x _x-x-x- \ r- - -----r r . \ 15 ~/ /' \ . \, ~ lJ \ \~_II \~\=-_ \:c.:- -r:~~~~-~A....- -~ \ I ~ ~ \'\ \ ': Qllu'i I '\ ~ \ :~ \ ~'-t-::L ---,::-:.=--\-~ '-. 1..-- cF-\ \ \ . . \ \ '\ , \ I L[ \ '. II. ~ / \ \-- y \ I r -rJ \ \ . \ "1.\ ' " '..j. J II [j / \ \. I II r \ \ . . \'~__/----,1 Oi \ \; I II \ \ ~ . \)< : II ~ \ \ ~ \ II \ \. \ . \ \ ", \ Cl ,0 \ ~ NOTE: DESIGN SPEED 40 MPH \ ~~ i, \ ! ~. \. __ MAINTeNANCE BY ___ ,~ ----. ClTt OF BOYNTON BEACh -- ," \ ~ ~ ~ ~ REV I 5 ION $ NANCYPRlNJ! "" DATE EJr DESCR,PTlON DATE BY DESCRIPTION :E ~~rJ.A--c5.~~l6(j STATE OF FLORIDA SNEET DEPARTMENT OF T7/ANSPOllTA170N NO. r?~~'I,%11~1.'53 ROAD NO. COUNTY FINANCIAL PRDJtcr ID LANDSCAPE PLAN -......... ~~~' :g;:l:W\'ii SR 5 4/5311-/-52-0/ LD-/5 I()/I!i, 2OV8 9:,)~:J6 AI< , Rf.t1IAe> '{'Lui.,t51L;N ~fiLiil" ~ J -- - - ".------ ,..-- ---- --'--- . , \ I h /' " "1: , J' .~ ", I --- -. 5 ~ -j' ): ~, I , '- I .,.-' v, " " ;:: '". "" c: '0 I) ~ ;:::3;: , '^" , -'" "cu ~.ct:: I ----., ~2 'ill 11- ----r Ii I I ~ t I,~,: :1 I ,I I' '1:11 " I" " ill "0 ~- ~<gc ~ :111 'I:: '1-- i ~ <8 ;:;~N.' "' , ~~ 0 ~~ \' ~< I!l~~~ , " " p,:;.....J EJ....'. I, II , "'-~ ~g IE~~~ '.1 ~ ~ ~0 0 ~ ~ , I . ~ \i:J t;;:liS,., I'" I --'. "~2 2~!:1: ]1 I I I rii'~jl I "GI t '\ ~ ~. I ::I',,~ . ~ ," , ~I 'I il: I I i I '! II Iii r II , ., iil '., I!, " .I' 1 '!l ':1 1 , " ::1 ___ m ---C.- __ ~ --.-- 11'1 , l' ~ ", I I Ii '" " :1 Ii, 'I ,I: , I ~ f~ M i ------ ~--,1JI' -- -------- ---------- ------ ~--- _._- --..--------_._--------~-------- --'.'-, ------------.----.---. -. --- ---- -.---..-------.------ ___ _ _Ei.C--.!iAl~~~~ ._ ____ _,_ _ _. _ _ __.. ___ __ _________ __ . ___ _ _ _ _ _ _ _ __ _____ _ _ _ ___ __ u ------ - --....... _~L_-~~ - ~I~__ ~~ ~~ ~~_ ~ __ - ~-~~_"-~=~_~~,~~_~~/E-~~: ~ ~~> ___ _ ~~~=~/ ,,~, - \ - \ _----- 4 J~ill!JEJNG PLANTINGS \ _ _ _ _ - - - - - - - ~ \ ----- ~ t- - 2~/Q - - - - - - ~ = ~ 32~ ~ ~ ~ ~ = ---e-~~~= ~::.~-::~r?-(--::)- 221fj~~(~~Q'=~:;j;=;~-:;;-=:--=~~ffi~~~ ~ '--.. SURVEY SR 5 (US II D[Jrf ~ _ _ -- - -- If [][]n - - - - -- - ~ JCLEAR SIGHT LINE. rTYPJ _ _ - - -. - 2i _----- / C> ------- I ~ ------ / ~ \---:::-- ,,- .-~--~-=Ja-05~.~-:.-~~~~=-.;-=_~-=-~=~~-:-:-:-:-:=-=-==-~~=-=--==-~ "' ~~-O '"-----~-----:;~-~~7'--=--~j~ : ------g- Jl. -P;W -_~ -- c -_ r-~ ---, c:-------_____ '7_----- - (r~..2 1_= --- " 5/ - -- - - -- c - . _ '._ . .'. .,. .c~.' ,,'-: ~.. J' .~ ,',_ " . . 'I' 11 ~ '\. r,.:::",..,& . ...;. ... '.' ~._. .'~ ~ ~-=-=--=--===-=--=- =--=-=~~~~_='_=_~=_.-.' _. .'-.. k _ -. ..' -', ) tL _~_~.\ ~ \ \I 1,\ ~ /,,':<"(;-,-">:::--==-':.'-'::.:-~---- -----=-~-=:...--=-~-----:----------=-~- ~ " \ \ \ ':i . . .> -::=- ~ ~ :~ t; " \\ \ \ ~ ,>~...-- -------~--7-~--r--------~-:.-~-:=__--:--- _---- ---- ~ .\ \\ \~o/ / ~~~- ~-.-:-,~~.<-) I II I 11 I .f7 --, .~ ...--, --~~~_o:"'_ '!! '~\ ./ / ~ _...-:: .. \ I c \. \ '\ / ' ~ ... t/c I. Y . ~. -::::---:7~- ...'. ':~=--=-: - I -=:1. ,:' -'"-~_.=---. ~ . V> '\1 . \' // ';:c_~,/' /11 II i -', \'.\ ! ----~_____ . I j I, ./ / j ~'j , '-- ..'; \ {'_ _ _ _ _. ___ _ ~ \1 \\. / I ,(/, O--~,---,,:-o--- II IL- r~=l \ I f=--~ ~ . : \ \:::~ 1\ , / It. . II I{ II I \ I ~ \ , I I -" II, / ~ I I I' I , j, ,I I ,,[ - l '" '" ~ NorE: DESIGN SPEED 40 MPH ~ ~ 010 40 ~ ..............._""""'l '" Fe~ ~ " ." .0 D ~ REV I 5 ION 5 ~ NANCY A. PRINE, ASLA STA. TE OF FLORIDA SHE E T DATE EJr DE.SCRIPTlON OAT fJ( DESCRIPTION 1E FLUC.NO.LA-OQOOI60 DEPARTMENT OF TRANSPOl?TA,170N NO. b"~~~~l'\W" ROAD NO. COUNTY FlNAI!f:IAL PROJECT ID LANDSCAPE PLAN ~~~NE, :gj:::mi'J SR 5 4/53//-1-52-01 [0-/7 '""-- 10//6/2008 9::>6"11 AM ,\[,,<:.t.IO..s ,'1W0tSI':;,\ ~i'LL,,,.,,j'lJ;UC:J ",r ::;:,5."'_I.d \ /, i\ Ci \' - ~ \ , \"" .::: "., " :or. il ,- I, " '" ,-' ~ '0 ~ r~ ,\ "~ \ --I _ .'\.' / 7_\~. \ C,-,.----- < ~' ~; ~- \, :' \,\\~~ !\ \ \ I: \ \%':1 . \ It (:'. , ' \ , \ \ ~ t&... \ 1\ . ., \:' ';,~ - "\ \ I \-. to In .- it., ,~, , ~ ~ ~' ' L,\ , ~ ~, \\'\ \ I \ \ ~\ '\';. \ 0: ~ '\~ ::;~, . \ \ 4;~ 5.:x~. \ \ f~ '~F" \ ..:~ ...: "'~ \\,\ \ i~ ~~~;- , v-; li-S"" \~(;\ ,~ --<:7" tz:~ '., ~ 0; ~~g~ \ Iii, ~\ ~.rt ~oc.,,-,-, \ 'i\\ f\~~ \ \" \ \\ '.\ \\ , " \ 11-\ \ , . ('} '\ \ \ \ I -- - , \ QU Cj"1N1f'I , , -~- 0. II' --------- . ., \ ---- ....--- - :\ ' ~ "\\\1 \ ---- ;'l~l\' ~~ / -- --- ~~ o ----- -- ---------- ------------------------------ --- ---- ___.. __ Ff(;.R~LI'/AY_ _.. ~___' __'.___'__ ___._________ ____..._____ .._____.._..._ .__"'_'___ , '- ._ .', ," ....-1-, ~.~ - - - --- '''' - _ _ _ J,- _~?~'_-~ ~_~'~ ~~ ~ ~~~. ~ _~-..:..::.~!'~'~~-~~'_-~-~~=__ ~ ~r~ _ _ _'~~ __ ~ ~.~ :.- _ ~___ -- ~ --~" - _ _ _ . _ rrr1n .~ ALL EXISTING PLANTlNGS ~ - - Lll-I.U TO R[MAIN I.i... S ~~~~~~~T~~~~~~~~-~~~~~~~~~~~~~~~~~~~~~~~~ ~ 22$;1, J\ T \ 1'--'1 \ \-f(224' +-T--\-j--\-\-222$--'1--,-I--,4Lj-2( 4-....!.-1~-:---=_=-~~2225~-____-~226--___-- ':I ~._ ......~ ......,/ r _ "'- =J ......,/ ....../ ,/ \ ,/ ...... ....../ ,/ ...........: \ . L- - . - - - -- -- - ,.",.", iE [J[JfJ - - - - . - . - - @ SURVEY SR S IUS /I ~ r CLEAR SIGHT LINE tTYPJ ~ ~ ----- ~ ~~-.:~~ ~,~C 0;.. ,.:C CC'~ ~ ~ ic~: 'C:C C.;-L' '.'C . . .~~~- ~';S=~""".""'of' ~~C. ..7"c.El.~~~ 4:; ~-;; ;;;,: ~ ~~. ~ ~ i ~.\ I --- I I L: --' ~ , - - ;, ~ ~ ("\ - -g ;'. - ~ ~ I I II 0 _ _ _, _ _ ';!, ~ \ \ \ ( _ _' . ~ . \ " I I ,) L. - - I ',\ I"' >- \ \ \ 1 \ c: :fo.. ' I \ I "" \ . " . '- ,- -- - / " \ I;;;! '<I. t I) I o} ~ \ I ___....--I '-./ Q.>- \. "'-.J ~ \ - - - - ___ [, I OJ \ /-- ',I ,;': \ ;;:: \ , , ~ \ \./ \ I \ -_ ~ \ \ /, \ \ \ I '\ n /'--:,;~:,:;:::\ /~\ S \ \ I~. \ \, \ \ \ \ \ \.~ . \ I (I ~ \ 1 \ \ \ is,; \ \ \ \ \ \. .' 0 I .l- - - - - - - - ~ ~ \ \ \ \ '" \ \ \ \ \ \ '0[- --II ~ @ < NOTE: DESIGN SPEED 40 UPH \j; Q n ..... MAINTENANCE 81' ~ D 10 _ 40 ~ TOlIN OF HrPOLUXO ~---,." . . F eet ~ (,~/ '" /~7~ ~ DA.TE Br DESCRIPTION REVISlg:r5 BY DESCRIPTION ~ ~tti.fl~o~~~ STA'TEOFFLOJljJ),A SHEET "E . . DEPARTMENT OF TRANSPORTA770N NO. l;"~S\'I,~l"'N" ROAD NO. COUNTY FINANCIAL PROJECT ID LANDSCAPE PLAN ~~NE: :zmmn SR 5 4/53/1-1-52-01 LD-/9 ~kdli"", 1O/16/2C08 9:~6:11i AM ,,'AU.;"') ii(uWL':IJ";/, 'o,iLU"'UJ ,.~..:".- v___ ,.~'C ;, '1. .""",--- rrl:_J}AILWA'r ~R/W -=~ -. ~.:- -== c;;;.'" .=. ;;;;-=. :::;-~-;-~;;;;::.. =~~.,.;" _," .~~~.~'':':;-==~. ~ ._~ --=-'=- =C~~""-~~~_",=-:=:=.:.= ~=-__ ..::;,,---:.,.::..,:,-~ .;,>~ - -.. -. -~ ,-- ~ .- .... 0, ~ [ _ ALL EXISTING PLANTING5 (CLEAR SIGHT LINE tTYPJ i8 TO REMAIN \ ~ --~ cc"- c CC:o?& ~ -=~" C~ -"~-=,~,>[~ ,y l-:-~ -\- :;~~)~,;:; -=:; - :'" ~;"'- ?2TO - :,..~ -~ ~ r ~ <;~JL c .-~~_~ ' ~:-.~ ;__!LliJ I-~_ - -- - -- -' '- ~ SURVEr SF? 'i (US IJ ..,-,.,.,. 0---,_ -~-- -- -~:.=::: _~~;;.,;;;;;; r, _---"-~,, ~ -::: _._-~- \ \i::-- - - - --- .-. -- - .. .-..- ..--- -....- -'--" . , \ \ 1 !I I \ I \' . I - \ \ ~ \ I ~.. .--' \ nr"t,";"" <:;PEFn 4(, .vP,Y .~ MAiNiLAANCL D' ~ r........-- - TIJWN UTliipiJi_--uX]~- -..........- - - , ---- , f', ~ f iL:J::'~r~~AS~~ SWE OF FLORIDA ': ~v ' "f>:,llj0"'"y, 'P fL LlC.NQ. LA--OOOllf,() DEPA.RTNENT OF TRANSPORTA170...... _ PO.<il.'0FF1CEBOX~3fjRL,); RU;'O NO, ( --------c~4 flNANCIAL7'ROJtr:7 , J \"1,)<'/ ..:.:\1,~1.- ,-)! "i \' llRLANOO, RORIDA 328.'i"\ r--------t----"-----------...-- i.. C.L , ," J. -, ,t. _ ~~~~E: ~:~~::~;~ I c.; I ,~',~~ /i' ~1 I ~I ,=~"",.,,"'.., I l *-" - --- ~--~ --- -------------- ----- -------.-- - -- - -----~ -- -- - -- - - - - - - - - - - - - - - - -- - - - --, --- FE~R~~LWAY --"_._--- --------- -- ~-----------" ------ .-- - - - - - -- --- - -- -- - - ,-_., ,- (' 0- -,-' -' ,- ~ --.---, .. " , '., ==~~;;:;; ~ ~--------------- ------- G REMOVE EXISTING \ ~ SLASH PINE \ EXISTING PLANTlNGS l .: ~ EX/STING SLASH TO REMAIN ~ PINES TO REMAIN (2J \ 8 o~,- -1==~/~~=1 2235- _ _ _ _ - - - - aorl-'2236 ~. --== = '" .. '----~--s;=--r'~-- ~~~~~~;;:;;:;;:;;:;;;;;;:::; ==.- \) '::I - - iE 7 I! SURVEY SR 5 IUS /) [CLEAR SIGHT LINE ITYPI / om - "' 1j / / !3 " ~~~ ":::~":::": ::~~:- ~~~::~~:lr;=-::-::~=~v-~l~~~-::~!!C"~/c :_:~::::.~~::~~:;':~:'l~~,: ';I \';( ~ " '" ~ ~ --X-_y-X \ I., " 0 0, ,I II' -x->(-- __X\- .;: _,<___,,_' __y__'I--->(- L __y, I /!;- ,_ -. .-'-.-'c U 1.-y-1 _'>(_.~X..:....~_" . I 'l . / .' /" -- -,,' - ,. ',. \ ~ , __ ""': "'-) I ) ~ ~------, , ,', ". _ I \"-~ ,,1 r.,o ;:'i 11':/ ,\;../ I 1- ,.r/"; .. ;/ ~ ,'-' " (IF l: :i) l;L:;;.:,f ::.j': V( '// - ~ I II'., 'i\ I "'-- - " - - -.-- '0 0 \0 ~ ", \ I I~' \ II '" " /, \ , I<x I )<-.-I!- ~ / \'- /~ ~Il .----, Ilil I ~\ \0 C' / " '-(I \ , I (------ I II ,I, ~ \ \!; ( ,,~' I '---) I. \ \ " \ 8 \:! NOTE: DESIGN SPEED 40 MPH ~ ~ '"''''"''' W ~ 2 TOlIN OF HYPOLUXO 0 10 40 1; ~--.;;;;;;;;~ "' ~ /t5!t7IM Feel 8 ~ REVISIONS 'E NANCY A. PRINE, ASLA STA TE OF FLORIDA S/fEt. 7 DATE 8t DESCRIPTION DATE 8t DESCRIP ION FL. LIe. NO. LA-OOOOI60 DEPARTMENT OF T1/ANSPORTA170N NO. POST OFFICE BOX 536815 ROAD NO. r INANe/At PROJECT 10 LANDSCAPE PLAN ORLANDO, FLORIDA 32853 PHONE: 407-898-9200 SR 5 4153/1-1-52-01 LD-21 ,."...""'"" FAX: 407-898-4570 1O//6/2ooB ~.'~""~ ..... ... hl:.tl.;":" :1'~~.JLJ,G,';..J;.,~,., J) ~. ,~. oA- .c - 7. --__ rEC RAiLWAY ,~--R 'W __. .___ __ __ _ __ _ _ _ __ .__ n_ _._ ___ _..._.._ ___ _ _ n__._ _ 1 .~., ,_, o. _ . ~~_ ~ ,- -= = = = = = '-_. ~ ~~ ~ = ~ = - = = = ~~ -.-- = -= = = ~ ~ n - -- '-- /. I PLANTlNG5 / I,:' i / TO , ._~.-~, =:::: .--::::::-====-=--~~?_ nr-Tn ~/ "=-:"';CC.. ~ ._- "" --j.- I ILL- ,/) I I I 2"[59'1 (;e~ -: _ -!:"-.{2P-4Q - . -- -8Ldl=I-- - --- 2-2A1- - =.="'-~""" ,~F= ~tfZI2"' _ '1",1~ ;:,.' __ ~'~., = _1,-, @ 5lIl?VE1:SR~~ .:,--_.~ - ,... __~L-=~,-=- -_'~___J":"____L_,-,__ ______ ~-=..:.. un -,' - -r - - -. -c; - - - 'e_ _ -'-~\ _ _ I ' ._' --- ---~-- n_-J.-c'___---'c~_=_---~ r-- ((FI,R <:';i(;.l!7 LINE , I _J_ __ _. n-_ _ =~,~ C-.._'~ _ n~_ _ __....; ~..~ == ~~ = .:::-~:";.. \ _{~- ./~-=.-~~=:~~= '=:==- - T =- - - -- --- -.--. \ j d r- . ~ i' '\ ~ \i ~ I 'i" f ) ~_ T':;,~t'~-~-5N~\~~~hi~:\G~--~ ~tru-c: ---- r' /?1/;7/c;c3 ----"._---- -~._--_.~_. ~.__._~-_._- ",..--0- ~,._ ""'Net fIR!!}! N_A..NCY A. PRINE, ASLA IT4. TE OF FLORJD/t ,-".y_klF' rp n ,_ LIe. NO LA-OOOIllW VEPARTHENT OF TRANSPORT.. TlON ~~~~~;;~RiR~, ld~L\'j}.';'f '41)/:' f-'l!~/l,\ I'H01'lF.: 4G7-898.Q200 --- _ i-AX 4OH98.457rl b:JJ,..,.-,ld""" ....--.-----.- z__ ------------ -- -~--------~ ------------- --- -------- ------- --- -- -------..-- --- ---~ _ _ _ _ _ _ __ _ __ _ _ _F.f<; ~{~A~ __ ~--- ------- --- ------- .- --~--~- ---- -----~--~._-- ._~-- ----- ---- --- - '. -LRIW k--- - - - - - ~ ~ ---.:L ~ - - - -- - = = - - - - -- - - = = = = == - - - - = ~r- G f ~ .: C AU EXISTING PLANTlNGS I ~ TO REMAIN --OOD ; = ";~;;;;; =;"-;;;;;; = ~~ =-~::=-~---=-~~;;- ~ = = "7~ 9.f,,:,~=c = 7"~= == = = = = = r"= = ==~= = """ "5~ = ~= = = = =~"'" = = = ~ = = =~;;;;;;, =;;;; = ~ =::;;49 8 " -'--r.: --c 'F-'~4-=, + - -1-/-,-)--- 2{4E)--- --1-~tt- -\ - -j- ---f - ~aq- - - - --l- -1- - -f J - 224Zt-~ + ---f - - - -1- t--- -2248t- -+ - - r + - -"\ +- '" ~ .~ '-.", '- /' ,/. '-/....../ ............ '-/....../.....-' ,.... .... '-/ " Ii SURVEY SR S (uS /J \ illJB----------- ~ i \ 1JIJI3-----___________ [CLEAR SIGHT liNE ITYP) Q -,' \ --------- ~ c = c~'r '''.~' ."\:~~::;!: = :::;::;;;.;:;~~~~~ ~ ~~~. ~ ~~:~:-:~::;;-~~=. 7:0;~=,:-=, =~~ :~':"~i7":: ~'--~~". ,,:= ~ Q \:i ~ 'OJ I' , ~ . ~ - u I \ ,-.<-c'c~-::::::.:..:~--_=.~~~~--~.'-~ '\.. rL:..,;:.::.O"'O..:..~,.;:-==--'~~-F.;;..~b~-~.,;:~b,- -~s'==-~~~~=~1 ~ -, I I, \'~ ,----- -------~\\l\:-:.'-- I'----T'c*il \" ,,- I ~ ] I \. ~U \\~ U '~""'- J1) ~."-~; L.. '" I '" I I .,'. . \ - - :j \ Y ____ ~I _~ __I ~ I :.9,:' '- 1 iI~~ :,' ' . ~-; -~,,'\, '" I ~ I : ... "1) ~ .:C]. . I D-- --' II " I I ( '-II l7' n () L-~ ~--, '" i I ~ I r L,~ \ I Ii; I \ l'; I Q ~ ~ NOTE: DESIGN SPEED 4D UPH ~ '0 .. MAINTENANCE BY ~ "- "- TawN OF HYPOLUXO 0 10 <0 0 ~----' '" ~ Feef '" co ~ R[ VISIONS 13. STA.TE OF FLOIUDA. SHEET DA,TE at DESCR!PTION DAT DESCRIPT IV DEPARTMENT OF TRANSPORTA. TION NO_ POSTOFfJCE BOX 5368l.1 ROM) NO. COUIfTt FINANCIAL PROJECT 10 LANDSC4PE PLAN - ORLANOO. FLORIDA 328.:53 PHONE.: 40J.898'92oo SR 5 4/53/1-/-52-01 LD-23 ,...,......... PAX- 407-898-4570 /O/16/2OJlj ~;Sj';J'" A.M ,vri[[,iA:, 11LUDES/GIi .sRL0"'rO/,i:~OCq 'or- ~r,";'p::;5s1',J'5J!I,'~;(I,"I"'Vi,rf'V'I,M.1 11:>3. '/,- -- ,<:EC RA/l.WAI 1,1 L1 ._._..~.~..- -~-~,~ ..-- -.- --- - - ~ ,--- -- -..- __ ___~~~________ L~__._____ ---~--~.=---- --- ~----. __ ___ 0'- _._. _ _ ~ __ "_ - - - __. - --- - -- -- -..- - ___u --- 'u I Tn ,,~~:j~'f~.,~~,l~J~~" 25~L'_ -"_._.-L_ "-:;~~:~VE'~~Ii;~JL~- }~~-,----:~=--- '",---:-,~2~.3~-r---T_~~~- -"'-~~54- ~ L~ IE4R 5IG/J~ (T) I' f ;..-- . .. - - - - -:".. _,_.c.. . -- ~. __"_' ,~.~ "-C~="';'~." --:::::__~ ' / ,- '.' ."".. i~ r-. .,' i . ?~-~R . ~ I '1 \ I .1 '\ I \ i I. !" I i ...' ~ - - I - - , ...!. /, I ,~. /~/o/17/V' ./ " I!ANCY PRIN" NANCY A. PRINE, ^S~~~_._-'- ifJ fLLIC.NO.LAOllOOlfiO pljST0FF1CEBOX5J6~L' \ '0'')\<, ').' 1')' ''\ . "RLANDO, FLORIDA J1Hu i.. cc . \ J"" . LI I. ! j.." . . PHONE: 40H98'9200 - FAX 4l.11.8[j8.4570 "--._-~- .- .._-_._~~_. z__ ----- ------- - -~--~--- --~----------------~-.~------ - --------------------- ----- -- ----- -- --- f~c~~~ _ ____ _.__.0__- _ ___ ---- . '- - - --- "-- ------~-_. -. - '-- --- - ----. -- --- -- - --. - r,\ ,'.- : '-, '-..f-' " . , ,'\ ..F' , ~ .. .- .. . -- - ~ ~ ,,.-, . -" - ,- 0' ,_ o '_ ~, ...... _ - -- --'~~ ---~--~-- - = = == = '""'..,~ = == = =.." == = = = =- -- - ;e==- - --- =========== ========= = = == === ===;========= G I / " / J: ALL EXISTING PLANTlNGS I ..: ;; . _ [][]] I TO REMAIN / ~ .- ;;;;;;/~;;;; ~;:;;::; ~~ ~;:;::< ;:;;;-r~~~~~;;;;;;;;;;;;;;;;;;::;;;; ~-b.;;;;; ;;;;;;7....~~;;;;;; == ;:;;;:~~~-~ ~=r-.;;;;;;~;;;:;~;;;;;;;;;;~~ ;;;;;;;;;/~;:;;;;;; ;;;;::;;;;;7-'~;;;:;; ~ ~~ :;;;;~~~:::::--.. '" - -1-)- -2~+--,--= r- +- - - +- + -~}- - ~.1:::.t - - f- +- - - 2251_ _L L _ _I J- _ _1_'l25~ _I L _.L ~ _ _ -1_)2259 I ) ,j 1--1. _~~ '- 3,260-,,--= '" ~ ......:1 _ - ........, t ~.... I _ ~ 1-.../ 1_ '..Q;~ I.......... _ I I 1....../ I "'i ~_I.~~I, ;=::;-./ ~./ I t... .i-I-:-:=::::--..~~... <--r-!J 1 I '" iii SIJRvEY SR 5 (US /I [J[]EJ . - . - . - " ~ [DB- -. _ _ _. _ _ \ rCLEAR SIGHT LINE ITYPJ "" ~ " 'J - - -~-=- -=- -:. - - -- - -- - ~.=:~-= ~~- ~ ~ - ~_:_~ ~-:.~;:- ~ -;; ~--;; =. ~~~- -. - -. -. - ~=-'==- =-=-- ~ " ~ ~ ',,""' ~~'----7/ 0<. '''\ 0 "". o. .CT,. '" -0'.... ...~----;;;;;~,.""--...T-'- 0' ~;...-1 " -~\\ f /e-;;:./~- ~:~O'- --~--""-~ ~~-=~_.~~---!::-~~;-=-~( ~~~::..\ . ('----:--::.--:.-~~~-=. ~..'-'- ~ '" " " ~ L' II / " /::-, - c- ~ /,) \ W. . . <, " 1\ ~ n I .".~ "0:' >- 'J " Q: / / ",/ _,--. :--- _~ ___' j ,'\' c,,," <( 'J- " : . V'I ;;: ~. \ - ~ I \i' /' ...-0 ".-cd- . x-~x~-~- . X \ ,\' 1 '" I I I >' ';. \ "" <J ". \ c, I r / ~ --.. . \ .. .'. . I II ~ 'd \ '" ~ '''\: II ~ I ,,(/. ''',- LA" (~--I \~II G I I 1/ / ~ '" ~ ~..ll ~ \ I \11 \ ,)1 rC ... .. .. _,.1 ''-->~~' \11111 ~ I I r /;"'i\ \ ~ y'" \11 ~ , I II I \I ~) . . .:J .. .. ...- '. . .. .' ~JIIII B U \ .- 4, \ \ !li '" ,I,-JIII ~ II1I1II I "'-\-"~-:"[-JIIIII 1_-1,1 I' ~ '" "illl! I I \1\11\.~tr/- I ;(/"- '-1 IIII1 r-,-;:\ \ h '" II\!I I I I~III 1\ I I .I(~I .. UI I ..1'.'1 1------- I " i7, 11'1111 1 I I~ \ 1\ \1 I i '/ ....~ \ -~h,JI I ~lp:,11 \ \ ~ ~ ~ II '~I . I I. II II I '.1 1.:- I, III 1/-:-' I \ / i'; " I I I . I, . ..\ / " 3 '" '" NOTE: DESIGN SPEED 40 UPH < ;;; ~ MAINTENANCE BY ~ "- TeNiN OF IfYPOLUXO 0 10 <0 ~ ~ ~ . -o/r 7/oJ? Feel 8 ~ REVISIONS 'E NANCY A. PRINE. ASLA STATE OF FLOJUDA SHEET DATE so DESCRlf>TION OAT so DESCRIPTION FL. ue. NO. LA-OOOOl60 DEPARTMENT OF rJ/ANSPORTATJON NO. post OFFICE BOX 536815 ROAD NO. FINANCIAL PROJECT ID LANDSCAPE PLAN ORLANDO, FLORIDA 32833 PHONE: 407"898-9200 SR 5 4153//-1-52-0/ 10-25 ,......"""'" FAX: 4{}7-898-457Q 10//6/2008 9:58;iiAJJ ". Rt..~/'jA'=' 'JhuDf. 5 .uN ~"l."p"v j'.;i\~,~,q ,.or ~i15 .<J"o: ."c; '<2C'" 'rl~:::s:;' 0, Alii !1?~,1 . .--- --- - --- -~ -- I I '" l ' ". ~ I --r: :! ~ ~ 1: if ~~ ~ -' ., I, :~ -. ,! ~ I! .1 , '" t g I ;::; ~ '" I ,d I ~ <' ~~ :1 ::'::,U ill + l:: t- i~i _ ::1 ;::; ;;j lu .' ~'~ i i 'I 0: i il! ~ I: -' ill u ~ II: ~~ :I! ~ ; i ~~ ~~8ce 11 II \ I ~~ ,,~S:~ '2 ,- J ~ ~j :;;;3~~ ,- " .( - ~ ~ E~,-- , j~c' lEg"" \ -<Z, ~ ,t;S:! 2~~, it '. ~~'-;:I ~-: ~e2g~ II f '\:l,"O: ",,~~ : iil .., ~ r~I'i~" I..' , il - .... ~Itl I 'I 11.oJ lOO}]uV8 '\.~ ' .1 ;.'" '- \ , 1, , II I ~ i II' ~ \ ii' 1; , ~ I, , !I 'c ,/, QC I: V; Ii ",. , I I < ~ QC - , SV j -:JNV )/i1'fd -"~- I ~ Z .--u----- ......' --., - o-~ / Iii ij? Ii \ o 0 / I II ~ I~ \ END PROJECT / ~ II \ END LANDSCAPE __ 0 lr::~-------~--____ ____~ \ : : EN~O~;fN~EN;i:fo~u~o _ '- ----,-_fEC_R3ILWAr co ~:'----. ,--\~ 5TA.2272+40.40 " '-- .-'-~,- -'--=-~~---'---------___________,_____ ' ',' AlP 17.435 --,--~ ----- ' - -- - ~-. - -- - -- - - - -- @ Co 0 ' n g -11-"( -I'~ "'" "\\ I /:' "~" 'I' "~ ~ - _' t /; \\':, (!' - - - - - - - - - - -- ,0 -- J# - ~ ,,- , e,- -' '0' - , - - - 0, u -----=..,'===---==========-====="":~;;---~=-~--~--~~-----~ - ~.J ~ ~ ~AtL EXISTING PLANTINGS _ . _ _.__ ~ - / " ~ _ TO REMAIN ,_ _ _ _ _ - - - L...CLEAR SIGHT LlN!;/ITYPJ ~ --- / ~ ---,-------- 2268 /' 2269 2270 227/ : -"i2~--- , ~22QL _ ~ _ -, ... "'~_~,o .l!..) I 0 , , , I '.", I ~ -4, OF-' ~ ~ ""F- >-"-" - '~ -" ' '--i! SURVEY SR 5 IUS I! : ~ ::> \ \i! .'\~' ~ \ ~ , \ .. - ~ :ZJl'-c;c"' ~:~"': ==f;""'C:;==;"'t;:-3~",~-7p~:~~:7.~v ~'" .-~ h . ."j~~;c.:~~,~ - - ! ,. '\\ ~ I( { I 0 ._,-:...~ ~ \\ ~ II ..' . <:' t; '-, I 'OJ II /j -- ~ .. I / - '" ,-- -~ . I 1: I , . co .- ..--'/ 'J - '-~-_..'.:,',- -J' 01 ._ " I, 1\ / '" ~-'" L. _'c, :-~:'~:"'''--'-:-=-_''' \ 1\ _ ~ ---x - - ~ --~- - x-T---'<--,- ----x-:'< ------ ~xl ",II ~ \ I l~ '\ ~ 1'-~Cr~..-'.-'-'r.CCCJ j IC.::Clu"-..C~"r.-='1 'k~<, c ',Ii: \ I' j I : I I I II I I L - - - -.J I I ~ ~" " 11 I i i,1 II .---J 0 10 40 ~ I I I I ,,~~ II ',' ~( ~~ ~ v Feet "'t 8 NOTE: DESIGN SPEED 40 IIPH .... MAINTENANCE BY ~ :;, TOlIN OF HYPOLUXO ~ ,;; ) " n jpg ~ REVISIONS ~ NANCYA.PRINE,ASLA STATEOFFLORJDA SliEEr DATE 8f DESCRIPTION ATE BY DESCRIPTION '-E FL. ue. NO. LA-OOOOI60 DEPARTMENT OF TRANSPORTA710N NO. POST OFFlCEBOXS3'815 COUNTY FINANCIAL PROJECT 10 LANDSCAPE PLAN ORLANDO, FLORIDA 328'3 LQ-27 PHONE, 407-898'9200 415311-1- 52- 01 FAX: 4OH98-4.'570 ~A.- IOd7/?D08 160..0/PM \vREENA5VTWOE5/GIi\SR(lifJrof'Oi(X)9 liP 5R5wJJ4\":5JI1i5201'j(;tJ(j~fJ'f'LAI/LDZ7.{ NAJi'v'TENA1\Y_YJ' NOTES: I' WRING THE 12-MONTIf P'-^NT WARRANTY FERIOD, THE CONTRACTOR IS RESPONSIBLE EaR LANDSCAPE .iI II!E [)ISTRICT LANDSCAPE MANAGEI! AND/OR MAiN rAINING AGENCY REI'RE SENT A IlVr WILL WNWU FOUR INSPECTIONS WITIIIN THE 12-MONTH MAINTENANCE AND WArmANT,. PU,'/O{1 AI YU [It\) MAINTENANCE. MAINTENANCE ShALL INCLUDE REGULAR MCNlING AND EDGING OF MEDIAN LAWN GRASS; pm DAYS AND 365 DAYS. ANY MA/ElIIAI MISSING OR NOT IN FLORIOA NO.lCUNDiTlUN I,T REPAiR OF SOD II/AT HA, FAILED TO BECOME ESTABLISHED; WEED AND INSECT CONTROL; REPAIR OF 'J.c INSPECT ION SHALl BE REPLAUD ^ T NO CIIARGF In TUE DcPArnMFNl WiT/I/,V ()Mr~ ";, ,r-;-r" TREE PLANTING SAUCERS; TREE PRUNING TO REMOVE SUCKERS, DEAD AND DAMAGE 0 LIMBS AND FRONDS, NOTlF ICAI ION TO CONTRACTOR. ANIJ TO !'ROVf{)E PROPER SIGIITLlNE CLEARANCE IN APPROPRIAlE AREAS; CUYWIRE TIGHTENING AND REI'AIi/; ANI) MULCIIING, ML PER TYE MAINTFIIANCE SCHEDULE SNCNlN. .01 WRING TlfE 12-MONTH PLANT WARRANTY PERIOD, THE CONTRACTOR IS RESPONSIBLE FOR REGULAR WATERING I!F AU PlANT MATERIAL ."OR OPTIMUM ESTABLlSHMENI AND GRO>VTH. 31 AT THE END OF THE 12-MONTH PLANT WARRANTY PERIOD AND BEFORE THE INSPECTION FOR FINAL ACCEPTANCE, MOIl ALL MEDiAN GRASS, EDGE ALL MED/AN CURBLlNES AND TREE RINGS, REPLENISH MlILClI TO 3" DEPTH /N ^LL TREE RINGe., REMOVE AU TREE GUYING AND STAXIIIG MATfRIALS, AND 17f ~SCJD ^REAS WHICIi HMF NUT RE(:(JME EST^BLlSHED. LANDSC:<1PE MAINTENANCE SCHEDULE MINIMUM MAINTENANCE FREQUENCIES REMARKS MAINTENANCE OPERHION ",At, FCB MAR t>,PR MAY -'UN -iUI. DEC MOWING 3"~4" Hr. x x xx xx xx x x MCNI MEDIAII GRASS ONU fChING .\ x xx x X MEDIAN CURBLlNES AND AI I. BEDLlNES ~._--_._- FERTILIZATION GRASS X X GRANULA,~ 501. ORGANIC LAWN fERTILIZER; MEDIAN GRASS DilL! SLCNI-REj[ AS! GllANULI1.R [-"flfTILIZLf7 fj,c (I /lrT(Fi FER. r iLl? A nON - EV[Rl TWO 'rF ARS AT INITIAL APPLICATION l:rATE AGENCY -,FES, Sf/RUBS, GROUNIJCOVEW ,1;- n ,j " XX AX MULCH !::lEeS ':,iiALL nf U,ur '.tEll' FRrC: WFF /; I,V Mf~n!.tli ,-:R"~(,' WFEn/Nl, r ,( -r---- " .\' ~ n n ,\r >Y L:DNTt?OL AUT 59 !NSECTS~ ANC DISEASE AS T ,IffY ,\P,r'E!ln I~ .\1(1 PF?UNE AS NECESSAfir RFMOVE ML SilrrEnc-,~ ort-n, r f,'f r i'RI iN IN!; ,', i' y, n n ,U BRANCHEe. AND FRONDS. 'TTFR RfMn~'~1 1; r n :t'r P ,\ x REMOVE JILL LITTER IN MEDIANS ,oR/OR Tel AHWfNr; MAINTAIN 3" L/,ytH IIF MULdi IN ML PI..M'I [Jf?[ '--::, M:'jL'_:HINi~ ,'iE-EDEC DEPTH PRIOR III !NSPFCTlON FOR i- !NAL \ '-;fNrnl! XI " 0 X,I REP4Ii"f ~VilrE~ -;N.,jCERS;MAlh'IItN r;ln WIN!:~, 11'1' T " IIN/I! 7 il!/v PLAN T MA T ERIAL Q& FREQUENO NO. OF .1PPlICA UQNS DROVtOF I'IAN[1--~VJ\!f.F?!NG I-LJR .1i\'c_ It'll. I Ef~ING ~..- OPTlMIIM ma.nli ^ND ESTAHI TREE S. SHf1UtJ5~ G'.. ' 60 /)AILY fJO ! ,4E [ s~ ')1i,i7UB.(-~ i-~i /5C :./WEU' 3" i I?EE<::'. -::'hRI../BS. '::'':-.365 WUKLY 28 ~f::..n/4A GP..~t;;<:; 3~S 1\:; NEr:f1Fi A: \'EfDEC il.5SiiME ljt,V I(],I,'~ PER Ii If. .vI},!,' ih'(~ k~--- -----_.-.._-- I N,o.NCYPRlI'<."!:' t,A~CY A. PRU.E, ASLA O""5(:~/;;i ' ~ Fl.. UC.NO. LA.-H.)l'(l}tK) !..-i\N1A"{ ..,1Pf: POST ()FrICE BOX 536& 1 S COUNlr DRL>\NDO. Fl.ORHJA 31;;5' lj.'if.\'TFN,~Xr 'j;" ,1! .j \. l'IION!'.: 407.898.9200 /" ,1,/ rA,X 41IH91!-4S70 -.-....---- -..-.--.- - -,..._-~_. . --- SECTION NO.: 93010 FM NO.: 415311-1-52-01 COUNTY: Palm Beach S.R. NO.: 5 EXHIBIT C MAINTENANCE PLAN This Exhibit forms an integral part of the DISTRICT FOUR (4) HIGHWAY MAINTENANCE MEMORANDUM OF AGREEMENT between the State of Florida, Department of Transportation and the AGENCY. Dated: October 14,2008 Page 11 of 12 S :\Maint\landscape\fvlOA Folders\rJl0A Drarts\SR 5 415311 8oyntonbch\City Boynton Bch 4] 53] ] .Docx SECTION NO.: 93010 FM NO.: 415311-1-52-01 COUNTY: Palm Beach S,R. NO.: 5 EXHIBIT 0 PROJECT COST This Exhibit forms an integral part of the DISTRICT FOUR (4) HIGHWAY MAINTENANCE MEMORANDUM OF AGREEMENT between the State of Florida, Department of Transportation and the AGENCY. Dated: October 14, 2008 I. APPROXIMATE PROJECT COST: $ 44.044.50 Page 12 of 12 :: '.f\1~1:r:t',~anC:SC3D>?\f\:10;\ F():Cf;:r~'J+~~\;:' r'~~~ -,~~' ",,;.1"('ltV Boynton Bch 415311.rh,c\: ~-')C- ".,. -. ,:':' D STATE ROAD 5- LANDSCAPE PROBABLE COST ESTIMATE FM# 415311-1-52-01 CITY of BOYNTON BEACH Date: October 14, 2008 OVERALL LANDSCAPE ---- ----.--- - .~.--- ---- -~ -~ -~- -- -~,-~ - -. -'- -- '- --- --. --_._~ -- - ~ -------------. - .-.- -- -- --~- --- ,- COST ESTIMA TE _~u ___ ____~~_=-_~-- -~-- - -- -- UNIT cOST UNIT -QUANTITY TOTAL COST- --- -- ~ - SPECIFicATION_ _._ __ - ___~ __" __.~ __ ___,__~___. n_ _ _~___ ____ _ _ _ ________..___.__ _ _' ~- ---_._._----_._---~_._- -- '- ~- .- --- ~. .,-- - ---------..- --- -.----. - --" ---~-, -- -- - - -- ----- ,-----~.----~-- -., - --- - --~ ---.- --- ---- --,------- - - - --'-- TREES ---,---_..-.--- ------ -- .- -- -- - ---- --- -~--- - ~------- ---- ---- -- --~-- --- --- =--=~--=--=- -= Si)L1T~RE jAI-~ -=-_-=-~-=-_-_ -$1225.00- --$29,400.00 ------ ---.-------- -- ~--- EA 24 _ B&B--10' ~ 16'_ c:;1._EA~ TRLJNK; IRIP!-E ___ ~ -~-- --'--- - ---- --- -~--------- ,---- - ,- -- ~- --- ----- - - ---'- -~- SHRUBS - _______ __n__ __ ___n____ ___ ------~- .-, ------- -_.~- ~ '-- ----~-----------._-_.._-- - - - -~-_.~ -- - --- -,- -- - - -- --- --- ------ - --$14,~44,50 1 GAC9" - 12" ~~~D, SYr..1I~T~~AL~0f[ BLUE PACIFIC JUNIPER $6.50 __ EA _ _2,253_ - -~ --. ----- --- -- --- '--~ - - ~ - -- - - .~.~_-~ __~_u .- I -- -- --l~--~ _-u_~ u~~ . ....~.- . --__-_~=:.u u~_ TOTAL OVERALL COST* - - ~ - - $44,044.50 -,. ---- - . --- --- -.------ ----- - - --- - - - - - l--------- -~---.--- - - - --- -- - ------.---- -- *THIS COST DOES NOTINCLiJDETHE - -- - - - - - '1----- ----- -------- ------ - --. -- --- -- ---- -- ------ ---. REMOVAL OF ANY EXISTING PLANTS OR NEW PLANTING AT GUARDRAIL. Page 1 10/2008 VI.-CONSENT AGENDA CITY OF BOYNTON BEACH ITEM D. AGENDA ITEM REQUEST FORlVl Requested City Commission Date Final Fonn Must be Tumed Requested City Commission Date Final Fonn Must be Turned Meeting Dates in to City Clerk's Office Meeting Dates in to City Clerk's Office o December 16,2008 December 1,2008 (Noon) o February 17, 2009 February 2, 2009 (Noon) ~ January 6, 2009 December 15, 2008 (Noon) o March 3,2009 February 17,2009 (Noonb r,) C"").==i 0,) :::j-< D January 20, 2009 January 5, 2009 (Noon) o March 17,2009 March 2, 2009 (Noon) 0 -<'6 ,..." n t-;l" o February 3, 2009 o April 7, 2009 '-00 January 19,2009 (Noon) March 16,2009 (Noon) c.n ;1(:) ;c,t-.::: .> ~.:.t:: (/j-; :JJ: 00 - 0 Announcements/Presentations 0 City Manager's Report - ..,,% .. ~G;1 0 0 .::- -fTl NATURE OF Administrative New Business .::- hl> AGENDA ITEM ~ 0 ("') Consent Agenda Legal :x: 0 Code Compliance & Legal Settlements 0 Unfinished Business 0 Public Hearing 0 RECOMMENDATION: A Motion to approve the "SURPLUS OF GOLF COURSE EQUIPMENT" as submitted by the Golf Course Superintendent, Scott Wahlin, and allow the auction of the surplus to be sold to the highest Bidder on E-Bay as an auction. EXPLANATION: Procurement Services has reviewed the "SURPLUS EQUIPMENT LIST" as submitted by the Golf Course, four (4) Club Car Golf Cars and an Irrigation Control System (see attached memos) utilizing the City of Boynton Beach disposal process for the equipment. Procurement Services requests Commission's review, evaluation and approval to sell the surplus equipment. PROGRAM IMP ACT: The disposal of surplus equipment will provide inventory control maintenance and allow for receipt of revenues through a process monitored by Procurement Services. FISCAL IMP ACT: The revenues generated from the sale of surplus equipment will be placed in the Golf Course Maintenance Fund in the following account. REVENUE ACCOUNT#: ACCOUNT DESCRIPTION 411-0000-365-0100 SALE OF SURPLUS EQUIPMENT ATLERNATIVE: Maintain the vehicles/equipment in inventories with high maintenance costs that could conceivably impact operations due to down time for repairs. S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM.DOC \ CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM ) \ ~ ' ., f")' } A\ \~ ~ ~~ .. .;J"I."./~~l Department Head's Signature City Manager's Signature Assistant to City Manager ~ Ct/r~~ Purchas g ge t S:\BULLET!N\FORMSAGENDA ITEM REQUEST FORM DOC MEMORANDUM TO: LORI LAVERRIERE. ASSISTANT CI1Y MANAGER ,j? FROM: SCOTT WAHLlN, GOLF MAINTENANCE MANAGER Cc: DAN HAGER, GOLF OPERATIONS MANAGER Re: DISPOSAL OF OLD IRRIGATION CONTROL SYSTEM DATE: NOVERMBER 25, 2008 We budgeted to replace our golf course irrigation control system this year. This job has been completed. The old system was the original system and was apparently not included in the city's overall inventory. I suggest that we try to sell it on eBay. t<lXt..U A:S:SKUS - I KAN:st<t..KlUI:srU:sIIlUN KJ<.,VUt..:Sl ORIGINATING DEPARTMENT SHOULD FILL OUT THIS FORM. IF ITEM IS BEING TRANSFERRED TO ANOTHER DEPARTMENT, THE SIGNATURE OF TlIA T DEPARTMENT HEAD SHOULD BE SECURED PRIOR TO SENDING IT TO THE CITY MANAGER'S OFFICE FOR APPROV AL. FROM: GOLF' - SCOTT W AHLIN 11/25/08 - ._..,"_.,'_.,.._--_.._-_......__._-~-- (Originating Department) (Date) ITEM DESCRIPTION (Other Than Vehicle): IRRIGATION CONTROL SYSTEM 3633 G-83 N/A -,------ ----_.~_._._--_.._,- (Serial #) (City Control #) TORO V ARI-TIME II WITH SATELLITES ------ (Item Description, e.g., Size, Mfr, Color, etc.) VEHICLE DESCRIPTION: - --,---.._------- (Vehicle Year) (Vehicle Make) (1.0. #) (City Control #) ----- (Vehicle Description, e.g., 2-Door, Marked Cruiser, Color, etc.) (City Vehicle #) (License #) ITEM VEHICLE DISPOSITION: 0 Transfer to (Receiving Department) -----.. --------_.' _._,-,-------~ -~~,----- 0 To Be Traded ___ _ __ __ __ __ _ __ ____.____.._ _..______..___._.....____ __ _ ______n______ _______._____.___. _n.._ _____.__.___.__._~~__._u. 0 Other (Lost, Stolen, etc.) ...-..----------.- ----~~ - -----_._------- ----...-...-. ..-..--..,..-----.----.,-- _...._-_."--~- 0 To Be Disposed - -- ---------.------.--- _.---.---- - "--,---,- .-.---.-----.--..---.---.-..... ,-_. ..-.---.....---.-----.-.-.---. (Describe Disposal Method, i.e., Action, Destroyed, etc.) Date Disposed: ---_..-_.~--~ Signature: . ~-----_._..- -_._"-----,---~.- ~..... ~ - -~ -- -. - - --. - - - -. - , .---.,.---~."-----.- ~7",~ \ '\""2.S\~ % Signature of Originating Department Head (Date) NOTE: FULL DISTRIBUTION OF THIS FORM ~----_.- WILL BE DONE BY FINANCE ONLY AFTER Signature of Receiving Department Head (Date) <\PPROVAI AND VERIFICf\ liON THA I ALl REQUIRED SIGNATURES ARE PRESENI _ H -~- --- _._-,.---- (Revised 4/87) Sign of City Manager (Date) ux~u A:S1SKHS - lKAN:S~J<;JI"'l~rU~nJUN KJ<.,VUE:sr ORlGINA TING DEPARTMENT SHOULD FILL OUT THIS FORM. IF ITEM IS BEING TRANSFERRED TO ANOTHER DEPARTMENT, THE SIGNATURE OF THAT DEPARTMENT HEAD SHOULD BE SECURED PRIOR TO SENDING IT TO THE CITY MANAGER'S OFFICE FOR APPROVAL. FROM: GOLF. SCOTT W AHLIN 11/24/08 (Originating Department) (Date) ITEM DESCRIPTION (Other Than Vehicle): GOLF CAR A9705-557560 11841 (Serial #) (City Control #) CLUB CAR BEIGE GOLF CAR (Item Description, e.g., Size, Mfr, Color, etc.) VEHICLE DESCRIPTION: (Vehicle Year) (Vehicle Make) (I.D. #) (City Control #) (Vehicle Description, e.g., 2-Door, Marked Cruiser, Color, etc.) (City Vehicle #) (License #) ITEM VEHICLE DISPOSITION: 0 Transfer to (Receiving Department) 0 To Be Traded 0 Other (Lost, Stolen, etc.) 0 To Be Disposed (Describe Disposal Method, Le., Action, Destroyed, etc.) Date Disposed: Signature: .......----------...--..............----..-------.-------..-----..----...--------------------..---..-..-----..-----..------------..------------..----..----------------..--..---------------------------..-----...--..----...------ }.u~~ \ \'1......\ \ ~ Signature of Originating Department Head (Date) NOTE: FULL DISTRIBUTION OF THIS FORM WILL BE DONE BY FINANCE ONLY AFTER Signature of Receiving Department Head (Date) APPROV AL AND VERIFICATION THAT ALL REQUIRED SIGNATURES ARE PRESENT. (Revised 4/87) Signature of City Manager (Date) nx~u A:s:st<; I:S - I KAN:St<t..KlUI:SI'U:sn IUN KJ<.,VUt..:Sl ORIGINA TING DEPARTMENT SHOULD FILL OUT THIS FORM. IF ITEM IS BEING TRANSFERRED TO ANOTHER DEPARTMENT. THE SIGNA TURE OF THA T DEPARTMENT HEAD SHOULD BE SECURED PRIOR TO SENDING IT TO THE CITY MANAGER'S OFFICE FOR APPROV AL. FROM: GOLF. SCOTT W AHLIN 11/24/08 (Originating Department) (Date) ITEM DESCRIPTION (Other Than Vehicle): GOLF CAR A9507-424467 11243 .'- ,,---- .---------.-- (Serial #) (City Control #) CLUB CAR BEIGE GOLF CAR ----- (Item Description, e.g., Size, Mfr, Color, etc.) VEHICLE DESCRIPTION: --"".. .- (Vehicle Year) (Vehicle Make) (1.0. #) (City Control #) (Vehicle Description, e.g., 2-Door, Marked Cruiser, Color, etc.) (City Vehicle #) (License #) ITEM VEHICLE DISPOSITION: 0 Transfer to (Receiving Department)____~_______.____________ - ---..-.----....-...-. -'-""-- 0 To Be Traded ..--.--------.------- - ------.--- ----_...- '- --'-- --. _.- ,"--- -'-'-'.-"-------'-'-'_ -- . .__._ """"_'_"U"__'_'___ .~._ ___.. ___.____..__..n_ __ 0 Other (Lost, Stolen. etc.) --_.~.-._..._-_.__._-~._..- n.. _._._._____~____ ___'_'_'H____'____ 0 To Be Disposed (Describe Disposal Method, i.e., Action, Destroyed, etc.) Date Disposed: ---.---------------. -- .-..-.,- Signature: .. -.-.- ,,--.---.--------.---.---.--- __.. _r. __~_ .~.,_ '.~"_~ _< _..~ "N ~_~~'.''',_..~,_._ "~'.'__~_~~" =v....~'_...n..~'_.._..... "~',' , ~ '~ -~, ~_.~ -- ~ ".. -_. --... _____.. - .. .__,~_ ____ __._~. _"""'_',""~~.'.' "'_g._~~ ~u..".,__~._ .___~_.. __.... _.~___,._ _.._.'" _~. ~,,_. . _ \1~~ \ \ ,\ ~----"--"'- -- \\' "7_ ~\ ~mn___ Signature of Originating Department Head (Date) NOTE: FULL DISTRIBUTION OF THIS FORM - .--. --.-.-.---.------......--.--- ------ WILL Bf:: DONE BY FINANCE ONLY AFTER Signature of Receiving Department Head (Date) ~PPROVAL AND VERI FICA liON THAI .\1 I REQUIRED SIGNA TURES ARE PRESEl\: r .----.--- (Revised 4/87) - ._--~_.__.- 'lign of City Manager (Date) lflXEU A:SSET:S - TKAN:stEJI'"'I:srU:snlUN KJ<.,VUESl ORIGINA TING DEPARTMENT SHOULD FILL OUT THIS FORM. IF ITEM IS BEING TRANSFERRED TO ANOTHER DEPARTMENT, THE SIGNATURE OF THAT DEPARTMENT HEAD SHOULD BE SECURED PRIOR TO SENDING IT TO THE CITY MANAGER'S OFFICE FOR APPRO V AL. FROM: GOLF - SCOTT W AHLIN 11/24/08 (Originating Department) (Date) ITEM DESCRIPTION (Other Than Vehicle): GOLF CAR A9303-316465 546 (Serial #) (City Control #) CLUB CAR WHITE GOLF CAR (Item Description, e.g., Size, Mfr, Color, etc.) VElUCLE DESCRIPTION: (Vehicle Year) (Vehicle Make) (I.D. #) (City Control #) (Vehicle Description, e.g., 2-Door, Marked Cruiser, Color, etc.) (City Vehicle #) (License #) ITEM VEHICLE DISPOSITION: 0 Transfer to (Receiving Department) 0 To Be Traded 0 Other (Lost, Stolen, etc.) 0 To Be Disposed (Describe Disposal Method, Le., Action, Destroyed, etc.) Date Disposed: Signature: ..........-..-..---..---......----.....------------......-........-.......-..-...-...-----....-----------..---...-..-----..----....------...-..----..----------...---------------.....................-------.......-...-..-..---......-----..----------.........---..- ~\~ \"\'L~\~ Signature of Originating Department Head (Date) NOTE: FULL DISTRIBUTION OF THIS FORM WILL BE DONE BY FINANCE ONLY AFTER Signature of Receiving Department Head (Date) APPRO V AL AND VERIFICATION THAT ALL REQUIRED SIGNATURES ARE PRESENT. (Revised 4/87) Signature of City Manager (Date) tlxt.lJ A:s:st.I:S - I KAN:SI< t.KlU1:srU:SlllUN Kt.V u t..:S1 ORIGINATING DEPARTMENT SHOULD FILL OUT THIS FORM. IF ITEM IS BEING TRANSFERRED TO ANOTHER DEPARTMENT, THE SIGNATURE OF THAT DEPARTMENT HEAD SHOULD BE SECURED PRIOR TO SENDING IT TO THE CITY MANAGER'S OFFICE FOR APPROV AL. FROM: GOLF' - SCOTT W AHLIN 11/24/08 --- (Originating Departm en t) (Date) ITEM DESCRIPTION (Other Than Vehicle): GOLF CAR A9705-557557 11837 _.._.._~-- (Serial #) (City Control #) CLUB CAR BEIGE GOLF CAR (Item Description, e.g., Size, Mfr, Color, etc.) VEHICLE DESCRIPTION: ----~-_._-- .- (Vehicle Year) (Vehicle Make) (I.D. #) (City Control #) (Vehicle Description, e.g.. 2-Door, Marked Cruiser, Color, etc.) (City Vehicle #) (License #) ITEM VEHICLE DISPOSITION: 0 Transfer to (Receiving Department) ____________________ -- - _.- .------.--.-----..-- 0 To Be Traded ~'.- --...-----. -~----_. 0 Other (Lost, Stolen, etc.) ------- ..-----------..-.-.---.----. -.---- ',., ----'..- ------.-.------.-,.--. 0 To Be Disposed "_._____.... _._...__._____________._m_'__.. '. (Describe Disposal Method, i.e., Action, Destroyed, etc.) Date Disposed: ----.. -.------- Signature: __ _ __ _ _ ______ _ __ _ ___". __ _____ ,"__ __ ___ _ _ _ __ _ ____ ___ _ __~. _ _ -. _ _ __ _ _ _ _. _ _ __ _ ",. _ _ _'_ _ _ _ _ _ __ _ __ _ _ _ _ __ _. ___ _ _ _ _ _ __ _ _ _ _ __ _._ _ _ _ ____,~~... _ _ _~. _,__~. _ _,~" ,0 _ \~L'-\\ ~t Department Head ( ate) NOTE: FULL DISTRIBUTION OF THIS FORf'v1 - ----....- - "VILI. BE DONE BY FINANCE ONL Y AFTER Signature of Rec,~iving Department Head (Date) APPROVAl AND VERIFICA TION THAI AI i REQUIRED SIGNATURES ARF PRESENI __.___...._ _..__.__...___n__...___"_.__. (Revised 4/87) Sign of Cit) Manager (Date) VIII.-PUBlIC HEARING CITY OF BOYNTON BEACH ITEM A. AGENDA ITEM REQUEST FO~. Requested City Commission Date Final Form Must be Turned Requested City Commission Date Final Form Must be Turned Meeting Dates in to City Clerk's Office Meeting Dates in to City Clerk's Office 0 December] 6, 2008 December 1,2008 (Noon) o February 17,2009 February 2, 2009 (Noon) ~ January 6, 2009 December 15,2008 (Noon) o March 3, 2009 February 17,2009 (Noon) 0 January 20, 2009 January 5, 2009 (Noon) o March 17,2009 March 2, 2009 (Noon) o February 3, 2009 January 19,2009 (Noon) o April 7, 2009 March 16, 2009 (Noon) (:;) 0 ~ GO ~ -<~ 0 Announcements/Presentations 0 City Manager's Report ("") n""'1 0 0 , ''C:D NATURE OF Administrative New Business P"Y;a .. ~-< AGENDA ITEM 0 ~ :x Consent Agenda Legal ~:z:: ;s.. ~---i 0 Code Compliance & Legal Settlements 0 Unfinished Business :I: 0) \D i [?g Public Hearing 0 .. CJ'I ~>.... . ~ :t: RECOMMENDATION: Please place this proposed ordinance on the January 6, 2009 City Commission agenda under Public Hearing and Legal, Ordinances-First Reading, that revokes ordinance 05-044 and reverts the land use of the Gulfstream Mall property from Special High Density Residential (SHDR) to Local Retail Commercial (LRC). Staff recommends, and the property owner supports, the adoption of the proposed ordinance. See the explanation below and the attached Development of Development Memorandum NO. PZ 08-102. EXPLANATION: The Gulfstream Mall property was reclassified to SHDR and rezoned to PUD on August 2,2005. The applications included land use/rezoning (LUAR 05-005) and new site plan approval (NWSP 05-0141) for the now expired mixed - use project known as Heritage Club. The site plan included 19,538 square feet of commercial space and 166 residential units. The project's demise was caused by a severe downturn of the residential real estate market, a rebound of which is unlikely to happen in the short term. The action to revert land use and zoning to their previous designations of Local Retail Commercial and C-3 Community Commercial will allow such improvements on the property that the current market would support. Given the amount of time elapsed from the approval of LUAR 05-005, the action is also consistent with the provisions of the Code pertaining to the reverting of the PUD zoning. PROGRAM IMP ACT: N/A FISCAL IMPACT: N/A ALTERNATIVES: o approve the subject ordinance leaving the current td use and zoning in place. Develop ~ City anager's Signature Assistant to City Manager ~ 't-/~ ? City Attorney I Finance PI nnmg an Z~g Director S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM.DOC 1 ORDINANCE NO. 09- 2 3 AN ORDINANCE OF THE CITYCOMMISSION OF 4 THE CITY OF BOYNTON BEACH, FLORIDA, 5 RESCINDING ORDINANCE 05-044 WHICH 6, RECLASSIFIED THE LAND USE FROM LOCAL 7\ RET AIL COMMERCIAL (LRC) TO SPECIAL 8 HIGH DENSITY RESIDENTIAL (SHDR) A. 9 PARCEL OF LAND LOCATED AT THE 10 NORTHWEST CORNER OF SO liTH FEDERAL 11 HIGHWAY AND G ULFSTREAM BOULE V ARD; 12 RESTORING LOCAL RET AIL COMMERCIAL 13 (LRC) LAND USE TO THE PROPERTY; 14 PROVIDING FOR CONFLICTS, SEVERABILITY, 15 I AND AN EFFECTIVE DATE. I 16 i , ! 17 i WHEREAS, the City Commission of the City of Boynton Beach, Florida adopted I I 18 I Ordinance No. 05-044 which reclassified the land use of the property from Local Retail 1 I 19 I Commercial (LRC) to Special High Density Residential (SHDR)~ and 20 WHEREAS, the site plan expired August 2, 2007, after a one-year site plan time 21 I extension was granted~ and I i 22 WHEREAS, staff is requesting rescission of Ordinance No. 05-044 which will 23 restore the previous Local Retail Commercial (LRC) land use designation which would 24 allow improvements of the property otherwise limited by the restrictive current land use 25 district: and I 26 WHEREAS, the property owner. Thirty Six Hundred Holdings. LLC.. is fully 2711 supportive of this request. 281, NOW, THEREFORE, BE IT ORDAINED BY THE CITY COMMISSION OF 2911 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 30 Section 1. The foregoing Whereas clauses are true and correct and incorporated s '\CA\Ordinances\Planning\Land UselResclsslon of land use- liulfstn:arn Mall 10).0441 doc ! - J- I : I I , I I r I I i 1 herein by this reference. 2 Section 2. Ordinance No. 05-044 is hereby rescinded. The land use on the 3 property will revert to Local Retail Commercial (LRC). 4 Section 3. That the Land use Map of the City is amended to reflect this rescission. S Section 4. All ordinances or parts of ordinances in conflict herewith are hereby 6 repealed. 7 Section 5. Should any section or provision of this Ordinance or any portion thereof 8 be declared by a court of competent jurisdiction to be invalid, such decision shall not affect 9 the remainder of this Ordinance. 10 Section 6. This ordinance shall become effective immediately upon passage. 11 FIRST READING this _ day of ,2009. 12 SECOND, FINAL READING and PASSAGE this _ day of ,2009. 13 CITY OF BOYNTON BEACH, FLORIDA 14 15 16 Mayor - Jerry Taylor 17 18 19 Vice Mayor - Jose Rodriguez 20 21 22 Commissioner - Ronald Weiland 23 24 25 Commissioner - Woodrow L. Hay 26 ATTEST: 27 28 Commissioner - Marlene Ross 29 30 Janet M. Prainito, CMC 31 City Clerk 32 33 (Corporate Seal) S:\CA\OrdinanceSJ>lannin~and Use\Rescission ofland use- Gulfstream Mall (OS.044).doc - 2 - DEPARTMENT OF DEVELOPMENT PLANNING AND ZONING Memorandum PZ 08-103 TO: Kurt Bressner City Manager ~ .. ! THROUGH: Quintus Greene Development DirefLr ~i U FROM: Michael Rumpf. ,.L . Planning & Zonfv:;g Director DATE: December 25, 2008 PROJECT NAME/NUMBER: Gulfstream Mall fka Heritage Club LUAR 09-003 REQUEST: Request to revoke Ordinances 05-044 & 05-045, to revert the land use classification from Special High Density Residential (SHDR) to Local Retail Commercial (LRC) and to revert the zoning from PUD Planned Unit Development to C-3 Community Commercial. PROJECT DESCRIPTION Property Owner: Thirty Six Hundred Holdings, LLC Applicant/ Agent: City-initiated Location: Northwest corner of the intersection of Federal Highway and Gulfstream Boulevard (Exhibit "A") Parcel Size: :t8302 acres Existing Land Use: Special High Density Residential Existing Zoning: PUD Planned Unit Development Proposed Land Use: Local Retail Commercial Proposed Zoning: C-3 Community Commercial BACKGROUND The above request is staff-initiated and applies to the expired mixed-use project known as Heritage Club, located at the northwest corner of Federal Highway and Gulfstream Boulevard. The current Special High Density land use and the PUD Planned Unit Development zoning were conveyed on the property in 2005 through ordinances 05-044 and 05-045, respectively. The site plan, which included 19,538 square feet of commercial space and 166 residential units, expired August 2, 2007 after a one-year site plan time extension was granted on August 1, 2006. The residential real estate market remains severely depressed and therefore unsupportive of projects with a large residential component; commercial markets are negatively affected as well. This action to revert land use and zoning is supported by the provisions contained in the Land Development Regulations, Chapter 2.5, Section 10. Procedures for Zoning of Land to PUD, paragraph C. The code stipulates that, if the "final development plan (....) has not been commenced within eighteen (18) months of the date of zoning of land to PUD, then the PUD classification (....) shall revert to original or highest zoning". Furthermore, the code provides for the process applicable to such reversions. It determines that, should the applicant fail to proceed within the time frame as described above, "the approval of rezoning shall be subject for review by the City Commission". The said review requires that "the City Commission shall direct staff to submit to the City Commission an application which will down zone the property to the original or appropriate zoning district". It also allows the applicant to obtain an extension of the commencement date for one (1) additional year, provided that the request for such an extension is submitted prior to the expiration of the PUD classification. Please note that commencement time frame in this section of the code pertains to the date of rezoning, rather than the date of the site plan approval. CONCLUSION I RECOMMENDATION The Gulfstream Mall property was reclassified to Special High Residential land use and rezoned to PUD in August of 2005, and thus the revocation of zoning proposed by staff clearly meets the intent of the code. Also, consistently with the code's interpretation of the term "rezoning", reversion to the previous zoning would include reversion to the previous land use classification. The owner of the property, Thirty Six Hundred Holdings, LLC, is fully supportive of this request which would allow improvements of the property otherwise limited by the very restrictive current zoning district and land use. Therefore, staff recommends that the City Commission approve this request. If approved, the land use reversion and amendment will be sent to the Department of Community Affairs (DCA) as required. Additional information pertaining to concurrency issues may be needed; please note that the DCA does not provide a special process to accommodate such reversions. However, the parcel size makes the request a small scale amendment which provides for minimal involvement by the DCA. S:\Planning\SHARED\WP\PROJECfS\Heritage Club @ Boynton Beach\Reversion LUAR 09-003\Gulfstream Reversion MEMO.doc VIII.-PUBLIC HEARING ITEM B. CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM Requested City Commission Date Final Form Must be Turned Requested City Commission Date Final Form Must be Turned Meeting: Dates in to City Clerk's Office Meeting: Dates in to City Clerk's Office o December 16, 2008 December 1,2008 (Noon) 0 February 17, 2009 February 2, 2009 (Noon) [J January 6, 2009 December 15,2008 (Noon) 0 March 3, 2009 February 17,2009 (Noon) o January 20, 2009 January 5, 2009 (Noon) 0 March 17, 2009 March 2, 2009 (Noon) 0 0 0 o=i o February 3,2009 January 19,2009 (Noon) April 7, 2009 March 16,2009 (Noon) CX) =t-< 0 -<;;0 1""1 n n-" I '03 0 ~ D AnnouncementslPresentations City Manager's Report ... ;&.-< NATURE OF D Administrative 0 New Business ==- ='5% Ul-l ::J: 00 AGENDA ITEM D Consent Agenda [J Legal '9 ~ D Code Compliance & Legal Settlements 0 UnfInished Business U1 ~ Public Hearing D ... '. RECOMMENDATION: Please place this proposed ordinance on the January 6, 2009 City Commission agenda under Public Hearing and Legal, Ordinances-First Reading, that revokes ordinance 05-045 and reverts the zoning of the Gulfstream Mall property from Planned Unit Development (PUD) to C-3 Community Commercial. Staff recommends, and the property owner supports, the adoption of the proposed ordinance. See the explanation below and the attached Development of Development Memorandum NO. PZ 08-102. EXPLANATION: The Gulfstream Mall property was reclassifIed to SHDR and rezoned to PUD on August 2,2005. The applications included land use/rezoning (LUAR 05-005) and new site plan approval (NWSP 05-0141) for the now expired mixed - use project known as Heritage Club. The site plan included 19,538 square feet of commercial space and 166 residential units. The project's demise was caused by a severe downturn of the residential real estate market, a rebound of which is unlikely to happen in the short term. The action to revert land use and zoning to their previous designations of Local Retail Commercial and C-3 Community Commercial will allow such improvements on the property that the current market would support. Given the amount of time elapsed from the approval of LUAR 05-005, the action is also consistent with the provisions of the Code pertaining to the reverting of the PUD zoning. PROGRAM IMPACT: N/A FISCAL IMP ACT: N/A ALTERNATIVES: approve the subject ordinance leaving the current la d use and zoning in place. Develo Assistant to City Manager CflL/ ~/.tj~ L Planning and Zo~irector City Attorney / Finance S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM.DOC i ! 1 ORDINANCE NO. 09- 2 i 3 I AN ORDINANCE OF THE CITYCOMMISSION OF i THE CITY OF BOYNTON BEACH, FLORIDA, : I RESCINDING ORDINANCE 05-045 WHICH 6 REZONED FROM ('-3, COMMUNITY 71 COMMERCIAL TO PLANNED UNIT 8 DEVELOPMENT (PLJD) A PARCEL OF LAND 9 LOCATED AT THE NORTHWEST CORNER OF 10 SOUTH FEDERAL HIGHWA'\, AND 11 GULFSTREAM BOULEVARD; RESTORING C-3, 12 COMMUNITY COMMERCIAL ZONING TO THE 13 PROPERTY; PROVIDING FOR CONFLICTS. 14 SEVERABILITY. AND AN EFFECTIVE DATE, 15 16 WHEREAS, the City Commission of the City of Boynton Beach. Florida adopted 17 I Ordinance No. 05-045 which rezoned the property from C-3. Community Commercial to 18 Planned Unit Development (PUD); and 19 WHEREAS, the site plan expired August 2. 2007, after a one-year site plan time 20 extension was granted; and 21 WHEREAS, staff is requesting reSC1SSlon of Ordinance No, 05-045 which will 22 restore the previous C-3 zoning designation which would allow improvements uf the 23 property otherwise limited by the restrictive current zoning district and 24 WHEREAS, the property owner, Thirty Six Hundred Holdings. LLC.. is full: , 25 supportive of this request. 26 I NOW, THEREFORE, BE IT ORDAINED BY THE CITY COMMISSION OF I 27 I THE CITY OF BOYNTON BEACH, FLORIDA, THAT: Ii Section 1. The foregoing Whereas clauses are true and correct and incorporated 2811 29 ! I herein by this reference. Ii S:\CA\OrdinanceS\P]annin~Rezonin~ResClssion ofrezolllng- Gultslream Malli05-(45) doc I I' !- I I ! , i I 1 Section 2. Ordinance No. 05-045 is hereby rescinded. The zoning on the 2 property will revert to Community Commercial (C-3) zoning. 3 Section 3. That the Zoning Map of the City is amended to reflect this rescission. 4 Section 4. All ordinances or parts of ordinances in conflict herewith are hereby 5 repealed. 6 Section 5. Should any section or provision of this Ordinance or any portion thereof 7 be declared by a court of competent jurisdiction to be invalid, such decision shall not affect 8 the remainder of this Ordinance. 9 Section 6. This ordinance shall become effective immediately upon passage. 10 FIRST READING this _ day of ,2009. 11 SECOND, FINAL READING and PASSAGE this _ day of ,20m. 12 CITY OF BOYNTON BEACH, FLORIDA 13 14 15 Mayor - Jerry Taylor 16 17 18 Vice Mayor - Jose Rodriguez 19 20 21 Commissioner - Ronald Weiland 22 23 24 Commissioner - Woodrow L. Hay 25 26 27 ATTEST: Commissioner - Marlene Ross 28 29 30 lanet M. Prainito, CMC 31 City Clerk 32 33 (Corporate Seal) S:\CA\Ordinances\Planning,Rezoning.Rescission ofrezoning- Gulfstream Mall (OS.045).doc - 2- DEPARTMENT OF DEVELOPMENT PLANNING AND ZONING Memorandum PZ 08-103 TO: Kurt Bressner City Manager ~ .- ! THROUGH: Quintus Greene / Development ~refLr FROM: Michael Rumpf l ~ .0 Planning & Zon~g Director DATE: December 25, 2008 PROJECT NAME/NUMBER: Gulfstream Mall fka Heritage Club LUAR 09-003 REQUEST: Request to revoke Ordinances 05-044 & 05-045, to revert the land use classification from Special High Density Residential (SHDR) to Local Retail Commercial (LRC) and to revert the zoning from PUD Planned Unit Development to (-3 Community Commercial. PROJECT DESCRIPTION Property Owner: Thirty Six Hundred Holdings, LLC Applicant! Agent: City-initiated Location: Northwest corner of the intersection of Federal Highway and Gulfstream Boulevard (Exhibit "A") Parcel Size: :i::8.302 acres Existing Land Use: Special High Density Residential Existing Zoning: PUD Planned Unit Development Proposed Land Use: Local Retail Commercial Proposed Zoning: C-3 Community Commercial BACKGROUND The above request is staff-initiated and applies to the expired mixed-use project known as Heritage Club, located at the northwest corner of Federal Highway and Gulfstream Boulevard. The current Special High Density land use and the PUD Planned Unit Development zoning were conveyed on the property in 2005 through ordinances 05-044 and 05-045, respectively. The site plan, which included 19,538 square feet of commercial space and 166 residential units, expired August 2, 2007 after a one-year site plan time extension was granted on August 1, 2006. The residential real estate market remains severely depressed and therefore unsupportive of projects with a large residential component; commercial markets are negatively affected as well. This action to revert land use and zoning is supported by the provisions contained in the Land Development Regulations, Chapter 2.5, Section 10. Procedures for Zoning of Land to PUD, paragraph C. The code stipulates that, if the "final development plan (....) has not been commenced within eighteen (18) months of the date of zoning of land to PUD, then the PUD classification (....) shall revert to original or highest zoning". Furthermore, the code provides for the process applicable to such reversions. It determines that, should the applicant fail to proceed within the time frame as described above, "the approval of rezoning shall be subject for review by the City Commission". The said review requires that "the City Commission shall direct staff to submit to the City Commission an application which will down zone the property to the original or appropriate zoning district". It also allows the applicant to obtain an extension of the commencement date for one (1) additional year, provided that the request for such an extension is submitted prior to the expiration of the PUD classification. Please note that commencement time frame in this section of the code pertains to the date of rezoning, rather than the date of the site plan approval. CONCLUSION IRECOMMENDA TION The Gulfstream Mall property was reclassified to Special High Residential land use and rezoned to PUD in August of 2005, and thus the revocation of zoning proposed by staff clearly meets the intent of the code. Also, consistently with the code's interpretation of the term "rezoning", reversion to the previous zoning would include reversion to the previous land use classification. The owner of the property, Thirty Six Hundred Holdings, LLC, is fully supportive of this request which would allow improvements of the property otherwise limited by the very restrictive current zoning district and land use. Therefore, staff recommends that the City Commission approve this request. If approved, the land use reversion and amendment will be sent to the Department of Community Affairs (DCA) as required. Additional information pertaining to concurrency issues may be needed; please note that the DCA does not provide a special process to accommodate such reversions. However, the parcel size makes the request a small scale amendment which provides for minimal involvement by the DCA. S:\Planning\SHARED\WP\PROJECfS\Heritage Club @ Boynton Beach\Reversion LUAR 09-003\Gulfstream Reversion MEMO.doc IX. - CITY MANAGER'S REPORT CITY OF BOYNTON BEACH ITEM B AGENDA ITEM REQUEST FORM Requested City Commission Date Final F01lTl Must be Turned Requested City Commission Date Final F01lTl Must be Turned Meeting Dates in to City Clerk's Office Meeting Dates in to City Clerk's Office 0 December 16, 2008 December 1,2008 (Noon) 0 February 17, 2009 February 2, 2009 (Noon) ~ January 6, 2009 December 15,2008 (Noon) 0 March 3, 2009 February 17,2009 (Noon) 0 January 20, 2009 January 5, 2009 (Noon) 0 March 17,2009 March 2, 2009 (Noon) 0 February 3, 2009 January 19,2009 (Noon) 0 April 7, 2009 March 16, 2009 (Noon) 0 Announcements/Presenta tions ~ City Manager's Report NATURE OF 0 Administrative 0 New Business AGENDA ITEM 0 Consent Agenda 0 Legal 0 Code Compliance & Legal Settlements 0 Unfinished Business 0 Public Hearing 0 RECOMMENDATION: Approve Addendum to Tow Agreements with each Tow Contractor. EXPLANATION: At the City Commission meeting of December 2,2008, the City Commission provided direction to staff regarding towing services within the City. The City Commission approved a one year extension to the current Tow Agreements. The Commission's direction will be accomplished through a separate Addendum to the Tow Agreements between the City and each Tow Contractor. Although the motion approved by the City Commission indicated a one year extension, for ease of tracking the Addendums, the additional contract period will run from January 6, 2009 (the date the Commission will approve the Addendums) to December 31, 2009. In anticipation of Commission approval of these Addendums and to expedite the process, the signature of the Tow Contractors will be solicited prior to the January 6, 2009 Commission meeting. PROGRAM IMP ACT: Extend towing services contract for one more year with amendments. FISCAL IMP ACT: With the amendments to the contract, staff anticipates a reduction in expenses relating to the towing of Class A City fleet tows and roadside service calls. To date we've expended approximately $10,000 for Class A towing and roadside service charges. Therefore, those expenses shall be eliminated. The contract rate for the towing of Class B, C and D City tows will remain the same (a reduced rate). The Addendum also includes the adjustment of towing rates for vehicles not owned or leased by the City to be adjusted up to the current Palm Beach County rates. The new rates are attached and will serve as an exhibit to the Tow Addendum. The new rates will apply to vehicles towed at the request of the Police Department and will therefore increase our expense by approximately 10%. For instance, calendar year to date we've spent approximately $8,000 in police directed tow fees (not including storage), therefore, if that amount remained constant it would cost us $8,800 with the adjusted County rates. Fortunately, the County storage rates have remained the same. AL TERNA TIVES: I) Approve Addendum to Tow Agreements, effective January 6,2009 "\ 2) No~~rove A,ddendum to Tow Agreements J/ fi ~ - / -:;>SCA-~ i; t . ~. - . ( '-"--.... ./~~ Department Head's Signature City Manager's Signature Assistant to City Manager ~ SIBULLETIN\FORMS\AGENDA ITEM REQUEST FORM. DOC CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM Department Name City Attorney i Finance SIBULLETINIFORMS'v\GENDA ITEM REQUEST FORM DOC . . 1 RESOLUTION NO. R 09- 2 3 A RESOLUTION OF THE CITY COMMISSION OF 4 I THE CITY OF BOYNTON BEACH, FLORIDA, 5 APPROVING THE ADDENDUM TO AGREEMENT 6 FOR VEHICLE TOWING ROT A TION PROGRAM 7 I FOR A PERIOD OF ONE YEAR; AUTHORIZING THE 8 CITY MANAGER AND CITY CLERK TO EXECUTE 9 THE ADDENDUM TO AGREEMENT FOR VEHICLE 10 TOWING ROT A TION PROGRAM; AND PROVIDING 11 AN EFFECTIVE DATE. I 12 13 WHEREAS, on December 2, 2008, the City Commission provided direction to staff regarding towing services and approved a one year extension of the current towing I 14 15 Agreements with some modifications; and 16 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 17 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 18 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed 19 as being true and correct and are hereby made a specific part of this Resolution upon 20 adoption. 21 Section 2. The City Commission of the City of Boynton Beach, Florida, hereby 22 approves the Addendum to Agreement for Towing Rotation Program and authorizes the 23 City Manager and City Clerk to execute the Addendums with each of the towing companies 24 in the current Agreement for Vehicle Towing Rotation Program, a copy of which is attached 25 hereto as Exhibit "A". 26 Section 3. That this Resolution shall become effective immediately. 27 I S:\CA\RESO\Agreemenls\Addendum 10 Tow Agreement.doc 1 PASSED AND ADOPTED THIS day ()1 January. 2 ()(ll), 2 CITY OF BOYNTON BEACH. FLORID:\ 3 4 5 --~-~_._.._.__._,_.- 6 Mayor - Jerry Taylor 7 8 ~------ 9 Vice Mayor -- Jose Rodriguez 10 11 12 Commissioner - Ronald Weiland 13 14 ----~- 15 Commissioner - Woodrow L. Hav 16 17 : ATTEST: __u__._.__.__~___ 18 Commissioner - Marlene Ross 19 -- 20 Janet M. Prainito. CMC 21 City Clerk 22 23 24 25 (Corporate Seal) 26 27 i ! i 'S:\CA\RESO\Agreements\Addendum to Tow Agreement.doc ADDENDUM TO AGREEMENT FOR VEHICLE TOWING ROT A TION PROGRAM This Addendum shall take effect on signature by both parties. THE CITY OF BOYNTON BEACH, FLORIDA, a municipal corporation, hereinafter referred to as "CITY", and hereinafter referred to as "TOW CONTRACTOR". WITNESSETH: In consideration of the mutual terms and conditions, promises, covenants and payments hereinafter set forth, CITY and TOW CONTRACTOR agree as follows: 1. The Agreement between the CITY and the TOW CONTRACTOR entered into the _ day of , 2005 is amended, effective January 6, 2009, as follows: SPECIAL TERMS AND CONDITIONS 1.1 APPROVED TOWING RATES - VEHICLES NOT OWNED OR LEASED BY CITY These following rates, or the rates for like services as established by the Palm Beach County Commission, whichever is higher. A copy of the Palm Beach County Rate Schedule is attached hereto as Exhibit "A". are the only rates that will be charged vehicle owner~; under thi~; Agreement: 1.2 APPROVED TOWING RATES - CITY OWNED OR CITY LEASED VEHICLES A. All CITY owned or CITY leased vehicles Class "A" will be towed and receive road side assistance free of charge. AB. All CITY owned or CITY leased vehicles Class "X' and "B" will be towed at fifty (50%) percent of the standard charge(s) as set forth above. I BC. I All CITY owned or CITY leased vehicles Class ".\" and "B" requiring road service as indicated in Section 1.11 of this Agreement will receive such services at fifty (50%) percent of the standard charge(s) as set forth above. I GD. All vehicles towed at the request of the Boynton Beach Police department as a CA-} crime scene vehicle. confiscated vehicle. forfeited vehicle. ~ll 1I1 an\ (,ther \\, related to police business will be towed and stored at rotation fees. ff:- E. All CITY owned or CITY leased vehicles towed under Class "C" or Class "])' will be towed at $250.00 (plus $5.00 per mile for tows more than 1 0 miles from Public Works Compound). I I;:-L-AII vehicles towed at the request of Code Compliance, or any other department of CITY in connection to City business. shall be towed at fifty (500/0) percent of the contract rate and will be stored at fifty (50%) percent of the contract rate. as set forth in Section 1.1 of this Agreement. I F-,-G City shall be assessed fifty (50%) percent of waiting time charges. I G:-H Companies that cannot or do not respond to City tows will lose their next rotation slot for a retail tow. Documentation will be maintained by City Communications I 29.0 TERM OF AGREEMENT. This Agreement shall take effect as of the date the Agreement is ratified by Resolution of the City of Boynton Beach City Commission, and shall terminate on December 31.2009. unless suspended or telminated earlier in accordance with the procedures set forth in this Agreement.huvc [~ term of two (2) year~; from that date. Thi~; Agreement ~;hall -he automatically renewed for one (1) additional year, unless either party provides wrinen notice \'13 certified mail to the other party \vithin thirty (30) day~; of the end of the yearl) term. that the :\greement shall be terminated at the end of the term. 2. All other terms and conditions of the Agreement not specifically amended as shown above shall remain in full force and effect for the balance of the term of the agreement. IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the day and year first written above. CITY BY: City Manager ATTEST: APPROVED AS TO FORM: City Clerk City Attorney CA-2 STATE OF FLORIDA COUNTY OF PALM BEACH BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared , as City Manager of the City of Boynton Beach, Florida, and acknowledged he executed the foregoing Agreement for the use and purposes mentioned in it, and that the instrument is his act and deed. IN WITNESS OF THE FOREGOING, I have set my hand and official seal at in the State and County aforesaid on this _ day of 2008. NOTARY PUBLIC My Commission Expires: TOW CONTRACTOR WITNESSES: BY: ST A TE OF FLORIDA COUNTY OF PALM BEACH BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared , and acknowledged he/she executed the foregoing Agreement for the use and purposes mentioned in it, and that the instrument is his/her act and deed. IN WITNESS OF THE FOREGOING, I have set my hand and official seal at in the State and County aforesaid on this _ day of 2008. NOTARY PUBLIC My Commission Expires: CA-3 ADDENDUM TO AGREEMENT FOR VEHICLE TOWING ROTATION PROGRAM This Addendum shall take effect on signature by both parties. THE CITY OF BOYNTON BEACH, FLORiDA a municipal corporation. hereinafter referred to as "CITY", and hereinafter referred to as "TOW CONTRACTOR". WITNESSETH: in consideration of the mutual terms and conditions, promises, covenants and payments hereinafter set forth, CITY and TOW CONTRACTOR agree as follows: I. The Agreement between the CITY and the TOW CONTRACTOR entered into the - day of . 2005 is amended. effective January 6. 2009, as follows: SPECIAL TERMS AND CONDITIONS 1.1 APPROVED TOWING RATES - VEHICLES NOT OWNED OR LEASED BY CITY The following rates, or the rates for like services as established by the Palm Beach County Commission, whichever is higher. A copy of the Palm Beach County Rate Schedule is attached hereto as Exhibit "A", 1.2 APPROVED TOWING RATES - CITY OWNED OR CITY LEASED VEHICLES A. All CITY owned or CITY leased vehicles Class "A" will be towed and receive road side assistance free of charge. B. All CITY owned or CITY leased vehicles Class "B" will be towed at fifty (50%) percent of the standard charge(s) as set forth above. C. All CITY owned or CITY leased vehicles Class "B" requiring road service as indicated in Section 1.11 of this Agreement wiii receive such services at tIft) (50%) percent of the standard charge(s) as set forth above. D. All vehicles towed at the request of the Boynton Beach Police department as a crime scene vehicle, confiscated vehicle. forfeited vehicle, or in any other way CA-I related to police business will be towed and stored at rotation fees. E. All CITY owned or CITY leased vehicles towed under Class "C" or Class "D" will be towed at $250.00 (plus $5.00 per mile for tows more than 1 0 miles from Public Works Compound). F. All vehicles towed at the request of Code Compliance, or any other department of CITY in connection to City business, shall be towed at fifty (50%) percent of the contract rate and will be stored at fifty (50%) percent of the contract rate, as set forth in Section 1.1 of this Agreement. G City shall be assessed fifty (50%) percent of waiting time charges. H Companies that cannot or do not respond to City tows will lose their next rotation slot for a retail tow. Documentation will be maintained by City Communications. 29.0 TERM OF AGREEMENT. This Agreement shall take effect as of the date the Agreement is ratified by Resolution of the City of Boynton Beach City Commission, and shall terminate on December 31,2009, unless suspended or terminated earlier in accordance with the procedures set forth in this Agreement. 2. All other terms and conditions of the Agreement not specifically amended as shown above shall remain in full force and effect for the balance of the term of the agreement. IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the day and year first written above. CITY BY: City Manager ATTEST: APPROVED AS TO FORM: City Clerk City Attorney CA-2 STATE OF FLURIDA COUNTY OF PALM BEACH BEFORE ME. an officer duly authorized by law to administer oaths and take acknowledgments, personally appearcd______~ . as City Manager of the ell\ of Boynton Beach. Florida, and acknowledged he executed the foregoing Agreement for the use and purposes mentioned in it, and that the instrument is his act and deed. IN WITNESS OF THE FOREGOING, I have set my hand and official seal at in the State and County aforesaid on this ~ day of ______~_ 2008. NOTARY PUBLIC My Commission Expires: TOW CONTRACTOR WITNESSES: BY: "~---,._----_._-,-_._._.. ----- - ~ STATE OF FLORIDA COUNTY OF PALM BEACH BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared . and acknowledged he/she executed the foregoing Agreement for the use and purposes mentioned in it, and that the instrument is his/her act and deed. IN WITNESS OF THE FOREGOING, I have set my hand and oflicial seal at in the State and County aforesaid on this day of 2008. ~-- l\.rr\TA 0'''''' OTTDr rr l'lVIJ>.I\..l rUDLl'-- My Commission Expires: CA-3 EXHIBIT A Palm Beach County Maximum Non-Consent Towing Rates Effective March 1, 2008 . Rate'Type Rate Private Property Impound Tow Class A Flat Rate $111 Class B Flat Rate $195 Class C Flat Rate $277 Class D Flat Rate $277 No other fees may be imposed for the first 24 hours the vehicle is in the care, custody and control of the towing operator, except: a) applicable storage fees may be charged after the proper police authority has been notified and the vehicle has been in the possession of the towing operator for at least 6 hours and b) "extra time at scene" when a law enforce~ent agency is called/involved and when the officer's name and badge number and detailed explanation is provided. Police Directed Tow Class A $150 Class B $222 Class C - applies to non-commercial vehicles only $333 Class 0 - applies to non-commercial vehicles only $477 Per mile fee for Police Directed Tow C lass A $6.50 Class B $7.75 Class C $9.00 Class 0 $11.00 Daily outdoor storage - vehicles 25' or less after first 6 hours $25 Daily outdoor storage - vehicles longer than 25' after first 6 hours $35 Daily outdoor storage - motorcycles, A TV =s, scooters, other small $15 personal vehicles after first 6 hours. *Daily indoor storage - vehicles 25' or less after first 6 hours. $35 *Daily indoor storage - vehicles longer than 25' after first 6 hours. $50 Applies to non-commercial vehicles only. *Daily indoor storage - motorcycles, A TV =s, scooters, other small $20 personal vehicles after first 6 hours. IX. - CITY MANAGER'S REPORT CITY OF BOYNTON BEACH ITEM C AGENDA ITEM REQUEST FORM Requested City Commission Date Final Form Must be Turned Requested City Commission Date Final Form Must be Turned Meeting. Dates in to City Clerk's Office Meeting Dates in to City Clerk's Office o December 16, 2008 December I, 2008 (Noon) o February 17,2009 February 2, 2009 (Noon) i:8J January 6, 2009 December 15, 2008 (Noon) o March 3, 2009 February 17, 2009 (N oon) o January 20, 2009 January 5, 2009 (Noon) o March 17, 2009 March 2, 2009 (Noon) 0 February 3, 2009 January 19, 2009 (Noon) o April 7, 2009 March 16.2009 (Noon) 0 Announcements/Presentations 0 City Manager's Report NA TURE OF 0 Administrative 0 New Business AGENDA ITEM 0 Consent Agenda 0 Legal 0 Code Compliance & Legal Settlements 0 Unfinished Business 0 Public Hearing 0 RECOMMENDATION: This item is brought before the Commission for discussion ofthe City's financial participation in this event. EXPLANATION: The Heart of Boynton Community Association, Inc. has submitted a special event permit application to hold a Heritage Awareness Celebration on February 21,2009. The event is scheduled to take place along MLK Blvd. from approximately NE 2nd Street to Seacrest Blvd., requiring closure of the road. The proposed hours of the event are 11 :00 a.m. to 4:00 p.m. Staff has met with the planning committee to discuss permit requirements. In addition to actively fundraising for the event, the planning committee has requested financial assistance from the City (no specified amount to date). Attached is a copy of the permit application, proof of insurance, estimated event budget, anticipated City staff/equipment expenses, etc. Staff has identified $7,669 in personnel and equipment expenses to ensure a safe event. Event organizers anticipate the total event costs to be $20,105, which does not include the $7,669 identified by the City. PROGRAM IMP ACT: Depends on the level of staff personnel/equipment resources utilized for the event. Since this is a weekend event personnel costs will be at an overtime rate. FISCAL IMPACT: All special event funding has been eliminated from the City budget. However, staff has applied for and received preliminary approval for recreation assistance funding from County Commission Chairwoman Addie Greene. The grant is in the amount of$7,000 which requires a 100% match ($7,000) from the City, which could be in the form ofin-kind services (personnel/equipment costs). The only other budgeted funding source would be the use of the City Commission Community Investment Funds. AL TERNA TIVES: Staff seeks direction from the Commission as to what level offunding participation they desire. Available options: NOTE: The estimated $20,105 event budget does not include the $7,669 in personnel/equipment costs the City has identified for issuance of the event permit. 1) Utilize the county funding ($7,000) to offset the personnel/equipment costs the City would incur - leaving a balance of $20, 105 for the event committee to raise. S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM. DOC CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM 2) Utilize the county funding ($7,000) to offset direct expenses of the event (put it towards the $20,105) and have the City personnel/equipment costs be borne by the respective departments. Departmental overtime budgets will be impacted since this is a weekend event. Existing overtime budgets do not provide for this specific event-- ]eavlI1g a balance of $13,105 for the committee to raise. 3) Utilize Community Investment Funds J 4) Do not provide any funding assistance. i .- ~ I. ~I J Uc/1~ . c! '.' ' --l t (.A-... '-'-- . ~ ,- Department Head's Signature City Manager's Sig'l'lature Assistant to City Manager ___ C/11L-- "_...'-""- Department Name City Attorney / Finance S\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM.DOC EXHIBITS: Page # Application 1 Event Budget 6 City Expenses 9 Cost Estimates 11 Staff Memo to Commission 22 Request to CRA 23 111\ Ilf H(ll'\II)'\ 1:1 \\ I: \ I ' f '[ I ( \ r I ( I '\ I ( II, "f' f ( J \. I i \ ! '\ " ! I '-. ~ r ) 1:,:." ~,,;.:" . -. I I I' , '=-1 ~.{D_-l'~,'; c,:~____~:; ~'-=_ I_\r'~ [-;::')1 J:-"-! __.iT ~ t~c'_ E\T:'\1 PROP( )1.,\ I i'..~~;i',;:, ',,-']",1 3(l',;nton dcn Hcri:::~:l;t:: c-LcDr_itl'___lr:. ~)~: Icj'!C-"'-..TT: 'f: i~U: ~'"I, J:"~___P_l"UY__~~~ (~i cej.eL,T~:.ti(.!:~ tLc:~t bi.:1ds c'u::- -,=1.J::It.GJJnleJt::s ~ .:.:~:tr:~'r, i,o k~,t1il'll ,[ t'''Jo' :l1K _&~O_th AVeI,Ui: \!I~lli,il~ i 'l,I'I'1 c''.~I'' (itv Gt_fu:'2:'TltlJj,_lieac:}l I CiviL ~~e'lter I,i:~ ll:n~, 'I l!l~' l'.e!,' ;:;aturQ~l'~ Fe::>rudrv ..:l, :::UOq i )Jk I' tic,' hem Dd'. '2[.;.:'-1 Lil9_S1ttu:ui~'i Xi c\ 4: DC ~-,\ r;;~' i" E\c!1t Dd\ - . .' ..- i" E\~:l:,',i =: > !-\ 2!l'~ -"- lJ' .. ------_._------ See lip [;Jr event wi!1 begin UJ~ Date .2/20/09 l Sta~ i:m~ 1:1,).1,)._ Breakdc'wn will be complete b\ [)att' '};' 71 ,/ Q9...... _ rll1~,' ~.:_~O:fl.'JII...:...... ..__ "'irernate date for your even', SRtl1rnRY, Eehruary_2lL._200.Si_. (Jrcc1l11Z.1IltJIlI) c\:?r:t ~ame Heart or Boynton Community Ass()~~ation.al11e Addres, ?Ol NE nth Avenue . ___._. ____.. ;c1drc'" City Boynton Beach .. ____.__ (iT" SrateZlp Florida, 33435 "tate -----. Phone (561 ) 732-1205 ______ _ !'hClll' Fa.\ Nj A _____ u;. lull \Ime staff members 1'1 the organlzatin:: 3.0.. .. 1'1 lull 'clillC stalf~lle'I~~b~;;-', thc--:;~';:'I/;H; -::: I t \,~liLlnteef'S In th;.: OrQcU1173tion 0 ,t iu)~lcer( ::; th...' '-:r~LlnL '1' IndiVldual1 51 ReSDonslbie ,ilmt' Gertrude Sullivan '",ille Dr. Meeks Light -\delre" ....2.01 NL6th Ave~ue\djrc" 22--:'c;-NW 6tnAvenu'e- r I', ...J3m'nton Beach Boi_nt-oTI_~~.Clc_h.. \\:,tc /1\'_ ..Elurid.il......J 3435 _ __ '-,1:\1. ", I' Fio r ida 33435 l'h"l1c _C5_Q.1J_ n2-) 2Q~ I)')" ~36JJj38-=lSi2 ~.. -.- ---- -. --- 'll.Pre tit. PI'\:nc,r ('n'mer"i,'! COGperati(J)::L(j>1on-::-.EJ:'of),t)~ Iii:" [",empt r<umher N0800000~L_ .__ ___ _ ____ .___ 'II' '[JtIC'!1 "Jl1lc H.e.ar.t_ o.~..i.&IDID.1.Lni t y As s 0 i::ia t iOE.> ..lllc:.. Tl,I:C' ,.! 111('-'1'1"'1',1'1":' ie"," ,1~\,;~1'! d ~,)n\ nfy.>lII ,alee; la'. cnl!flcatc:" the "1;pl'~,lwl' Q<;:.tobex_J L_~008 .__ To provide a c.elebration that motivates, empower-s, 3.nd "','rm;,, PI_i:i_l')L.;t.' '11h~c\''-'11':\1'-'3'i~ .'~-' nPu~_ll_S_q~~ ~he LieS that bin.c1 \~lir comn'iunity tC~Eether. -' ~ ---. ~~._,--._- -----_._----._~..__.,----- "'-1.,lilber ': :-e3"S thL\., t\cnr I"Ll:-i.::1ken \11 the (']L \.11 B"\,ll:'lP F~e::L'li lst__I,.~a_r_~pder [he: neV.~ HCI:E .~~~l _' ~\'Ci1l ll-'=::'O 111 ,ttlc'r '- itlL':- E"\ :T '.,i,', :~ l.', ',\ f',,17 ~'fti;~'" ~~/ I:.~ ~_";'ll~li~lted 1Iu[r:he~ r pan!,- :r'LP1t~ 2,000 1 C In OF BOY"-TO'\ BE \C H \PPLlC\TIO'\ FOR SPECI-\L E\E'\T~ Ptlge :: of .3 1-->)edSC lIst tl-q- pLlnl~]))~11~t~ ,~'I~1 \ Ic\'.CI":-> hel",\ dlllil!:c,jllll. re~::tr~\ti \~ll ~rHrJnu:: f.::e:,) \ cnd,~)r Ftes ',unl'-lL~! ~ I ~~ Per \__~_~~tll [~tI1l1~lled Re\tllUc' ~-q,ci \, end"I" 6 - 8 S50 s 300 - 5400 ____ -'crt \, end,r, r,'trw, ~__') --_~ SSO --~=-= ____ S 100_ ____ _ Tlc'!-,ets Rt!.-,I"tratl"ll ',umbel ( ",t pel f::stlrn~lted F'>,t:\ ,'11Ut: ftLket F\t.'~I:-,U~HII!1: ~-e~ .l.ciult, N/A '0 ( ~ / ChJidlell N/ A----- \- ------;- s / - "enl"l, =N/ A ----=-=- c:--____L___~ --_-~~= S~_- ~_ __ '~ How \villthese le\enues he utillzeli' Any funds raised will_ be utilized ~assi.E...L needy residents who are - ' unable t.o Dav household bills. -, ," f ' It the ploceeds (It the lequested event ale Intenlled \('1 <Iii ()r'ganlz~ltlon utI1el thall tTle ~\ppllc~In[. plelbt' 1'1(1\ Ide the tUllu\\'lng 111 l1lll1atlon Benefiting Lllganlzallun _ Address ___ ____ ____ __ [,-11\ "tateZIIY ______ _ Contact Person Ph"ne -_._~~----- ~ Terms of Agreement: Total Estimated Donation: 5) Event Logistics \iill your nentl-equil'e wad closme" IKJ YES 0 NO If\es. please describe requested streets and times below A map oOllis area /1111st he a((aclled. Does the proposed area include fenced areas~ 0 YES [J NO (Requesting temporary fencing for the event area) If yes, clearly indicate the exact areas to be fenced on the map. There are specific requirements regarding fencing on city property, Wrll evenl require the u,e ,d'c!ectrll'w" KJ Yf\ 0 \i( I 1,l1l'~llll)n Near vendor location Events requiring electriCity must hire an electl'lcian, licensed In the City nf Roynron Beach, (Please sholl locations on map) "lame of ElectriCian _ Company]'.;ame Phone #: The event promoter is responsible for clean-up of all event sites, The City of Boynton Beach will provide dumpsters for your event at your request all dumpIng fees will be charged to the promoter hv the city If event site is not cleaned thorough/v. 21 clean-up charge will be assessed \Vho wi]1 prOVide clean-up service durrng and after the event" Company Requesting assistance of the City of Boynton Beach Phone {i' N umber of dumpsters needed: 1 l,,,cation I please sh()\\ on map I To Be De te rmine d Number oftempormy restroom facilities being placed To Be Determined IThe minimum number nffacillties should be one per 20n persons. Please show on locations mapl \\ ill music he pr0\'lded'.' iXl 1'1"') 0 NO "-i1lllher "f II)ud speakers To Be Determined D.l. TiC Ti~lf: OF D~ Y TYPE OF \llISI(' Sat., February 2~, }009_ -1~~OO=~~:::-}:30 p.m. Live band music, jazz,-pop, choir, and e ~- ------~-~ - ~~ VO 4JfPLlFlED Ul 'SIC IS PER,1fITTED ~ T on P4RAS \\ill f",ld ~lndl1l hevera"es he served,' 0 YE<., pt', '\( I It \'es 0 -\1c"j1<1\ 0 F""d 2 \ I I \ (>> f HI J\ \, ! ( ) \, I~ I \ ( Ii \ I> 1'1 j( \ I II I" I ( ) I, "1'1 ( I \ ! ! \ ! " J ~, I' , d . I' - -.-: r '. ~ ,- ;\ I~ c ~,- :: ~ 'IL' ,:1 !I:" ;"' " li:,1 ., ,ll', T.~I 1llllr,li ll',1 I ,-' ~ i " , I"..', !t I , ~,~ " i_I i)iL1li.. t j I ',-' ~- l' )~ J t 'I ,[ i' 'II L 'ILlI' \\ III tll___' ~\I..-'Ilt l\:l\l tll' \~l-~,i')l ,_ I:l',--:.::'.,-! 'I X- ...c<' I j i1,-- lOt t: ',' ell. t i...~ L ~__L :id\'e '-' n ~-,e d : " \\ : I :!L ~\t'Ill it1llu,Jc' ,\i11! ,,--'1'1:...:'1: 1 I_:l"' - r <... l;0 >',1 ' "', ',I,i'l :k ',:'1',: I':' \A \\l~cl: ,111lUSt'll1Cl1t rllL~'j :tl',--' f~!,\ilI1L'IJ' rijA Ii ;~IIlHl~l'lneIH rlO:.:."' 11JLhl i1c L1i1!lr,l\::d b} tIle _,L1L' :)11..':1'-.;,- Ill,-I];_:\l:, 11 ,--' ~ 1 ~ , ! !- -_.._----------- C; ignJtul'l' ),1t,' PItJse enclose the applllpl'latc 11I'11-l'dllnL1~tI'\it' :ifJl,llc,1111l11 kl' 1",I\,lhIC':" I he I~ w, ',I: l':','\I~tl)r Ik I, ReCl'eatlon and Pad,s Depanlllent PO Su\, 3] 0, ] au E !ill\ l1tew Beach Bhd BlwnlOn Beach, FL 33-+::'')-[1~ 10 -. .--- - --- ~ .._-~--- ..- --.. - FOR STAFF l SE O'\lL\ \. ~.! \)1])' 11 \ 1',1- ,I I\, r I "Iii H~\I' ",\Ll~ TAX l EPTllll-\] I ~-~- _.~---- IJ'-:SIRAMt-' il Iii ~~-_._--- , II,~: III, \ II: I 'f-'. i I \ I Ii I~ i I \'PI'I !I,'\T!(il\ l'f'l !; I, ! '\ II) ,\ \ Ii II ". . il [ , f. '-J \~,11 I I', ,,'IIU,I, --] i .-- --~ ---- ~-" APPROVALS. I'] \ ': '< i", I I ,'( " I I'~ 1 '" ( , T II \, i'" I, I'" ...1 ( I" \, I' I-' I P,] r1 'I'" Ii I \'1" I, I' --II I' ). I I-I f\l III I' \ fi, i \1 r I" : "!t '.. r: 'p t ',I i J'IIII' )[ P "\r~ T\ rl "-. ! '-I, '-,1' I,ll I; I' i." ',! ., ". \1 d- \ I " ,,], RI" 1-'1 ... II' I'" \, I I' \R!" I'I I' \1-' I I' ',I "'!i 3 mrpartmrnt of ~tatr I certify from the records of this office that HEART OF BOYNTON COMMUNITY ASSOCIA TION, INC. is a corporation organized under the laws of the State of Florida, filed on October 23, 2008. The document number of this corporation is N08000009821. I further certify that said corporation has paid all fees due this office through December 31, 2008, and its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capitol, this the Twenty-third day of October, 2008 ft.ltl rt~. ,1!.:l1ramn- ~L'rrdc1r~r Df~tutl' , ~ L.- ~ 0" -.'--------... .. ACORa CERTIFICATE OF LIABILITY INSURANCE ~.. '.......,..-\. - r- ...',_ ~__ i L i J....2 / 2 G :-R::'::"L':::fFl THIS CERTIFIClt.fE IS ISSUED AS A MA:rER OF INFORMA.TION GLENN' S INSUAANCE AGENCY INC. ONLY AND CONFERS NO RIGHTS UPON THE CERT1f"ICATE HOLDER THIS CERTIFICATE DOES NOT AME.ND, EXTEND OR 3086 Jog ROAd AL TER rHE COVERAGE AFFOROED BY THE pOLICIES BELOW .- -----~~_.._--- Lake Worth, FL 33467-2053 (561)432-5984 INSURERS AFFORCING COVERAGE ',Aiel> - ......- ',~;S~IR[C THE HEART OF' BOYNTON COMMUNITY _ NSU~ER A~ _IRONSliORE~I~$, ASSOCIATION,INC INSUfl.EA :: -- 201 N.E 6TH AVE !N~UP~R (. -- - BOYNTON SEACH, FL 33435 IN81.)RE.P. C 1561-732-1205 I INSIJR.~R ( --- ----,- COVERAGES THE POLICIES OF INSU!lANCE LISiEO SELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE ~:)P THE POLICY PERloe INDICATED NOT\'\'IT'iST ;;'-N~C--' ANY REQUIREMEN-, TERM OR CONDITiON OF ANY CONTRACT OR OTf1l;R DOC\JMiNr WII'rl RESPECT T:J WHICH THIS CERTI"ICATE MAY BE :,',SI- ED OR MAY PERTAIN FIE INSuRANCE I\FFo~OeD BY THE POLICIES DESCRIBED HEREIN IS <;UA.JEC' ~o 0 ' T',E TE,~~S EXCLUSIONS MiD CONDITIO~jS ).. SW;~ PO:'ICIES AGGREGA IE LIMITS S~OWl1 IMY HAVE SEEN REDUCED BY PA,D CLAIMS I~r~~! "---~- , POLICY EFfECTIVE POclCY ECXPIRATIO~ . ---- -~-~.- T'1P i= 01'" INSURANCE POLlCY NUMBER --J-2" TE (','llNCO"'Y' DATEIMMlDDIYYI :"1"-1)IS -_. --~- GEf'oI~R.Al l 'A.~lury EACH OCCURf\ENCE .~ L Q 0 O_,J~P.O ;71 ~OMME"ClAL GENERAL L!A81c,TY DAMAGoE TO ~ENTE:O FREMISES (Ea ocwr.""" I i S .5~QJ..900 . ,---r--- - I $ i_~ C CAlMS MAD!' .X' OCCUR i WreD EXP (Anyone Ogrwn) I 2,000 A I IRS12564 12/08/08 12/08/09 ~~~SONAL & ADIi INJIJf\Y I $ 1,000,000 -~- ~-- --- --~ GlONEAAl. AGGlllOGA'E ~ ') O_O_0.J9.~O_ - G~NL AGGREGiI TE ~IMI~ PJ'f'lIES P!!R PRODUCTS. COMPtOP AGG ~.2i 000 ,000 - n ~~o- nL0C I i , POLICY JEeT - , AUTOMOBILE UABllIT'( :;OMIlINiO 6ING.e \.IMiT c---c S L ANY"'VTO ' \i:.a ac:.clo.nl) .-- ------- . --...- I i AU OWNED AUTOS aOOIL y' INJURY 1 r-, I : SCHEDUi.,O AUTOS 'Per person I - , HI~e:O AJTOS BODILY INJUA.'r n NON.OWNEDAUros :::>s:'f:lC(;,dl!tr"'1l I '-: ------------~._. . ,-J -- PROPERTY DAMAClE I I"er.ccldenl! i I GA~GE LcAelLlTY AUTO ONl v_ EA ACCIDENT '! ! r -- ; ANY AU'O JTHER Ti<AN E....CC S I i AUTO Oi'lL v I<I;>G $ ! EXCESS/UMBRELLA LlA\l\~ITV -~_.. -~--'- I "~CH OCCURRE,"CE 5 r--i OCCUR Cl CLAIMSMADE I "-_.__._._.__._.~.. I -"GGF\E (}A ~t s I -.-.--- ..---- I I S I ^-- : .---'--- .------<---------.. I ' DECUCTIBLE I $ -- -_.__._--~- L RHENTION S J WCSTA.IU. i IOn\- ........- 'NORK~RS COlo.\PEN8A TIONAND TORY LIMITS ;R : I EMPLOYERS' Lw:lILlTV ----- I ~y PRoPRfETOR"flARTN'EAJE)(EC\JT1VE ~,L EACH ACCIDENT ! i OF.-tCr!.NMEfiWlJEA EXCwDEO? ' ~ c DISEASE - EA EMPLOy\;g $ 1\1180, ".,crit)/l unellr "-""-.--- '-'-- SPECIAL PIl:OVISIONS ""low ' E.L DISEASE POLICy' liMIT $ -- --~.~_."~. .-.. I 'JTHEI< I i , I I I I DESCRiPTION OF OPERATIONS f ~DCATIONS i VEHICLES I EXCLUSIONS ADDED By' ENDORSEME'-'T I SPEC lAC PROVISIONS HOB HERI TAGE AWARENESS C2LEBRATION EVENTS r rEa 21,2009 CITY OF BOYNTON BEACH,COMHUNITY REDEVELOPE AGENCY,CAROLYN YOUNG 6. I~Y FINKLESTEIN ARE AODTIONAL INSURED ~,-~.~ CERTIFICATE HOLDER CANCELLATION SHOULD ANY 0- THE AIlOVE DE5C'iIBED POLICIES 88 CANCElLEO BEfOR.E 7~'- DP'-_>T"'!, , OAT8 THEREO' T'iE iSSUING INSURER WILL ENOE"VO~ yo >.\AI~~ DAn "'P'TIe' CITY OF BOYNTON BEACH NQ;IC~ 'TO ""HE CEPT1~It:.J.TE hOl..:)ER N..lMEO TO THE ~eFT eUT Fft.,'lURE T:) CQ 5'2 SI 100 E.BOYNTON BEACH BLVD Mr>OSE ~.8 06Ll,';ATION :JR LlAe!lI~r ('.~ A,",'" KIP-;D !.I;;10N TI-1E lNS'jPE-t1 'r~' ,",,;;::t..;--:: BOYNTON BEACH FT... 33425 i AEflRESENTAT!VES t 561-367-7049 : ,L 7HDRIZED REPR~SENTAT~E-C ~ ~~ ACORD25(2001/06) @ACORDCORPORATION1988 5 Heart of Boynton Community Association Heritage Celebration Event Saturday, February 21, 2009 Purpose: To provide a signature event that captures the essence of Boynton Beach:5 Black History and celebrates Black History Monthi the following budget was developed to cover the overhead expenses for the event. Inspirational Speakers $1,000 1. James Amps $500 2. Lamar Wright $500 School Chorus $1,000 1. Boynton Beach High School $200 2. Galaxy Elementary School $200 3. Poinciana Elementary $200 - Parking $200 4. Rolling Green Elementary $200 Youth Play Features/Clowns $900 1. V-2 Party $900 2. Busy Bees $1,200 Contracted Promoter $5,700 1. Dynamyk Entertainment $5,700 2. Roundtree Beats $6,000 Signage & Marketing $2,500 1. Urban Relations Marketing Group, Inc Event Game Supplies $200 Double Dutch ropes and Hula Hoops Marketing & Advertising $1,500 1. Urban Relations Marketing Group, Inc. Port-o-Iets (10 Stalls) $1,890 1. Royal Restrooms $2,130 2. Friendly John $ $1,890 Sound Technician $1,500 1. Climax $ 1,800 2. Sound by Sensation $1,500 Event supplies for Pony feature $1,000 Hay for ponies, mulch, plants Photographer /Videographer $1,000 Hershel Ford (305-5296) 6 Tra nsportation ~A.:i- 1. Mollv s Trolley 52,880 2. Professional Golf Car (6gS85 each= 5425 Schmitt Pony Ride Company (2) ponies 529(1 5145 per pony for (5) hours (Company will supply liability insurancel Children's Arts & Craft 5500 Awards 5500 (Plaques, certificates, troph ies) Event Flyers $200 Grand Total ------------------------------------------------------ $20,105 7 Event Description Inspirational Speakers Speakers will speak about the different ways and means that they were motivated to become successful in life. They will also emphasize things that will help others become successful in life. School Chorus The chorus will display talents that are promoted in local schools and inspire others to promote community enhancement. Youth Play Features/Clowns Play features will provide onsite fun by utilizing play features and clowns to entertain youth 0 - 12 years old. Contracted Promoter The promoter will be the person in charge on booking the stage entertainment throughout the day. Signage and Marketing Urban Relation Marketing Group will provide promotional materials to market the Heritage Celebration Event throughout the City. Port-o-Iets Port-o-Iets will provide onsite restrooms for events spectators. Sound/Technician The sound technician will provide speakers, amplifier system and microphones for the event stage. Event/Supplies for Ponv Feature Mulch and hay will be placed on the pony ride grounds; and plants will be used to beautify the surrounding areas of the event. Photoqrapher /Videogra pher The photographer and videographer will take highlighted shots and videos of the event throughout the day. A copy of the video and all photographers will be the property of the HOA Association. Transportation The contracted company will provide transportation to and from the event area. Schmitt Pony Ride Company Two ponies provided by the company will provide rides for youth 5-12 years old. 8 Heritage (elee,ratlon Everr Ci",' Staff OJertlr',e Event Time: 11:00 a.m. - 4:00 p.m. Set-Up Time: 9:00 a.m. - 11:00 a.m. -- ..._--------. ,--~----~ Police Department Number of Event Hours Fee Per HOllr Tota! Cost Employees -......--- - - Event Security (25 ) (5) $45.00 $5,625 5 Supervisors -----,_. 20 Officers .----t ~- ~ ~--- ~-- ------~-~ -------- (1 Officer) Set-up $45.00 $90.00 Lhours Estimated Police Department Event Cost: $5,715 .. ------------~_._. --. --_.. ._-~_._------_.__._- "- - ~._._-_. Facilities Number of Event Hours Fee Per Hour Total Cost Department Employees -.------+--- ~ ------._-------._--- Electrical Assistance (1) $41.1 7 $205.00 Set-Up Hours $41.17 $82.00 2 un "-,-- Breakdow-n- ~. ___________'u ____....,..__. ~ 541.1 7 $82.00 Hours 2 ----..-. - -----... ..---..-'-------- ------'-- -- Estimated Facilities Department Event Cost: $370 *Note: Materials such as; cords, temp power poles, and etc., cannot be estimated until a site layout for the event is finalized. The generator used by Facilities on a regular basis is small; therefore the site layout will determine what suitable for the event ~~~._~- Fire Department Number of Event Hours Fee Per Hour Total Cost Employees -----,-------------- -- (2) 5 $40.00 $400.00 Se rve-Ca rt ------ - -- -.-- ..........-. ~_.-- ----------------------_.--._-- Assistant Fire Marshall (1 ) 4 540.00 $160.00 Inspection of site and vendor equipment I ..--------- Estimated Fire Department Event Cost: $560 ~--_.._._'-~----_._.--_._- ---------_._~~._._-~._--- Recreation & Parks Number of Event Hours Fee Per Hour Total Employees --,._---~_._.~--~~+-------~--~_._._~_..- --_..._,.~- Cost Parks Division (6) (8) $1,024 Event Stage/Tent Parks Supervisor Stage Set-up/ i Crew Leaders $32.00 Crew Leaders Breakdown iVlamt. Workers 530.00 Maintenance Hours Malnt. Workers $19.00 I Workers Mamt. Worker $19.00 i Marnt Operator 528.00 i Maintenance Operator _.~_._-_._--------- ~--'----~-~----'-'~-'--'--- ---~--'-----'~ Park Supervisor (1) 8 Exempt Employee Ground Maintenance ----------~----~--- -----------~--- Recreation (4) 5 Exempt Employees Event Supervision Sr. Recreation Manager Recreation Supervisors Estimated Recreation & Parks Department Event Cost: $1,024 9 *Note: Due to possible damage or liability, the stage will need to be set up on Saturday morning. Bleachers are now anchored in various City parks throughout the City; therefore unavailable for the event. Cost Summary: Police Department: $5,715 Fire Department: $560 Facilities Management: $370 Recreation & Parks: $1,024 ESTIMATED STAFF OVERTIME COST: $7,669 10 ..,"",,,,,,,,~ ! , /, ., /.: .' .A!/fF l ~' (/ if! Ai' . ., L--//~ .' -' ~~~S.t..~~~,.J.l~~. "----_._-~ --- - --- ----- ---_._--"~ -------_._-_.._~ ,- ."-.---- _._--~----_.- Date Tuesday. December 09, 2008 TO. Cheryl A Skinner RE Event-February 21, 2009 VIA EMAIL: unity-andJove@yahoo.com Thank you for your interest in Royal Restrooms of South Florida. Our upscale portable restrooms are individual units with toilets, running water, vanities with granite tops and mirrors, air conditioned; the perfect addition to any public needs Royal Restrooms of South Florida submits the following proposal: Rental of a 2-stall unit on February 21 , 2009 RENT AL AMOUNT................ ..... ..... ...... .............. ............ ...... ..$1 ,050.00 (plus sales tax) (Includes delivery, setup, initial supplies, and pick up of unit) Rental of a 3-stall unit on February 21. 2009 RENTAL AMOUNT.. ......... ...... ...... .., ................................ ...... ..$1,250.00 (plus sales tax) (Includes delivery, setup. initial supplies, and pick up of unit) Rental of a 10-stall unit on February 21 , 2009 RENT AL AMOUNT ............. ............ '" ....... ........... ...... ............. .$2,000.00 (plus sales tax) (Includes delivery, setup, initial supplies, and pick up of unit) Extra Costs (If reauested): . Porter..... .......................... ......... ......... ........ ................$ 400.00 . Generator.... ........ ..................................................... ...$ 200.00 THANK YOU FOR YOUR BUSINESS .~-- ---"--_.- ---- --- ~--,~_._- _ ----'- -...---------..---..-... 11 ,~ Urban Relations Marketing Group, Inc. Account Info: BID Name Heart of Boynton Community Association c/o Dynamyk Ent. 11/5/2008 Address 5833 W Oakland Park Blvd # 280 City Lauderhill State Florida ZIP 33313 Phone (954) 305-1327 Contact Naisha Nicholas .-- ---- - - "-.- ..-- .--..-- .._---" --. - -- -- -,--- -- ~-'-_..- -'. .- Service De!;E.rjptic:>!l_ '-'-- ---"------,,--.-- I ' Planning of Advertisement ,Public Media Relations for Event i Market Research Sponsorship Attainment (if applicable) """''\. . ,.-;.;:. _':;'l~'l :~. iWriting and Distributing Press Release Evaluating Marketing Campaign :Assist in delivering of approved strategies : Managing Marketing/Advertisement Budget : Gain Advertisement Opportunity [Managing the production of marketing materials including posters, flyers, eel... !--.~~- TOTAL r--------.-~_ ___ ~~oml>~e~ Pac~et.!;!e_ ______ - - -,--- ----...--- -~ --- ---_._~_._- - _______!.1,500 i ~_12QO.0Q. Subtotal i, _~hip2!0_g n/a ~. Payment Check Tax Rate(s) -~-'.._~- Signature TOTAL $1,500.00 Name 0- __ ___ Urban Relations Office Use Only --.--- Name -- '- -..---.-- -- ~ --- -- -_..-- -~,---- ---- ---- .------.,- 50%Oeposit is due upon signing this agreement (30) days prior to the event. 50% balance due (07) days after event. _____.._______u__ ----" Urban Relations Marketmg Group, Ille 5833 W Oakland Park Blvd 12 Invoice No" ." [" r' 'J I Dynamyk Entertainment, Inc. "..t.,}; BID FOR EVENT Heart of Boynton Community Association, Inc. 11/5/2008 225 N.W. 12th Ave. Boynton State Florida ZI P 33435 r Attn Cheryl I , Service Description I Stage Hosts (2 per stage) Individual artists & groups comprised of *Hip-Hop, R&B, Dance, Spoken Word (poetry), *Inspirational (combination of singers, mimes or Gospel Hip-Hop), I *Carribbean (Reggae, Creole), Latin (Reggaeton, Salsa-Hop) & Pop, *Bands- Jazz, Contemporary & Caribbean (performing originals & covers) "', ....,'..y , " Location to initiate auditions (auditorium or similar) Full control over arrangement of artists excluding signed bands & national acts I Dynamyk Staff members on site I 8 am overseeing event facility & surroundings, I Web Maintainence of myspace page with daily updates, blogs, images for event; Street Team distributingof posters I flyers to tri-county area: TOTAL Complete Pac:;~age $ 5,7QQ.00 $ 5,700.00 SubTotal Shipping n/a Payment Check Tax Rate(s) n/a I Dlscount(s) (+/- Signature TOTAL $5,700.00 Name Dynamyk Office Use Only Name 50%Deposit is due upon signing this agreement (30) days prior to the event 50% balance due (07) days after event I I Dynamyk Entertainment, Inc" Fort Lauderdale, Florida 33312-1846 ! i ~ 13 I;, PROGOLFCARi! Page 1 of 2 RENTALS . Prl;)/'esliionOlI Golf Car provides rentals on 01 daily, weekly. or monthly . We have two and four PaSsenger cars on an onQOlng baSIs. Six pass vehIcles are available on a limIted basls- . Delivery and pickup are available for a fee, Cont.,,;t I~ation nearest you for pricing and availability Rental price List Per day PQf Per week Per month weekend 2-paS$enger :j;SS.OO $110.00 $160.00 $350.00 4-Passenger $65,00 $130.00 ~200.00 $425.00 Carryall 1 or 2 $75.00 $150.00 $200,00 $450.00 6-passenger $85.00 $170.00 $250.00 $450.00 Tournament t'le"t $40.00 n/a n/el n/a GOlf Courses only 14 http://www.progolfear.col11Jrental.h1111 12/12/2008 Molly's Trolleys 2625 Mercer Ave West Palm Beach. FL 33401 Ph: (561) 838-9511 Fax: (561) 838-9512 FAX- Page(s) Tuesda\'. December Ill), .2ll1l0 TO: From: \k (:hen,1 Skl11nn \11 )]1\', .\ l()lh.':;lr. lUCVS I-kart uf Hi lynrU!1 Beach COmmLl11ln; . \ssuc I ,Yl:n t ( ,I II )n..hn~H( 11' 1'.\ X #: Dear Ms. Skinner: Thank you for chartering a trolley for your event! Enclosed is a contract for your revie,v. Please remit a deposit amount of $600.00 due 12/22/2008 to reselTe your trolley for your event on: Saturday, February 21, 2009 A t this time, please: 1. Revie'\v your contract. 2. Sign yow: con tract. '- - 3. Fax or ?viail your contract and invoice back to us. 4. Please "process" the deposit invoice. Once we receive your signed contract and deposit back, we will send you a confirmation letter and a copy of your contract. The deposit is required prior to service. \X:e \\Till bill yoU after your event fur '.(llH final payment, Finally, \.ve will telephone you the I\'londay before Hmr event (I) re,-lCW all times and locations, and to verify directions. Please Jo nor hesitate ti) call if '.'flU haH' j any questlons. Regards, tf1(J/~ cfto.i,!/1(QI( I\'lo11y Stahlman /dlfn\ CEfiO() ~ 15 MOLL YS TROLLEYS 561-838-9511 Dear Ms. Cheryl: December 9,2008 Hello there! I think I got everything together for you. Including: Rates, References, pictures. Anyway- Yes. We consider ourselves "transportation experts" in Palm Beach County, I manage events every week. Important Information: 1.) We decided to go with three trolleys due to the number of guests expected to attend and the not knowing the exact locations of the parking lots. 2) Once we know the locations of the parking lots, we will help determine the best route ror the trolleys. I enclosed a first draft. Anvway- I iust sketched it out to give you an idea. \s I mentioned, generally, I found the way to do this- is to set up a sketch of what we think we will need and then the week of the event everything falls into place (ie exactly how many people etc.) and we make adjustments as needed. From your best "guestimate", at least get deposits down on a few trolleys to hold them. ~ Next, Our Pricing- I wanted to point out that our pricing is ALL INCLUSlVE- that means gratuity is included and tax is not applicable. Please keep this in mind when you are comparing companies. MOST transportation companies charge an additional 20% gratuity. I wanted to make you aware of these hidden charges- and that you compare "apples to apples". We request a deposit of $200 per trolley for your event. We will bill you the week after your event. I included a deposit request notice (that lists the details). Clients use my company for a few reasons: 1) the trolleys are extremely cute (and clean and the drivers are helpful and great)! 2) the experience of my company- (we do this every week) We know what we are doing- and we like to do it well!!! I can help you set up your transportation in a logical, efficient manner. 3) our reliabiiity - In fact-I personally (and my husband) oversee your transportation- and make sure your guests are all taken care of. Please do not hesitate to call with any questions. Regards- Ken-i Gould, Molly's Trolleys 16 MOLL YS TROLLEYS West Palm Beach, FL Ph: (561) 838-9511 -----.----- ~~_.._-~~_.~-,_._.._----,_._.__._-------_..-..._._--_.-..--- - L:t._ ~ II Letters of Recommendation from our CORPORATE Clients! I i , , I i -~~~-,----~~~~._--~,..- ----_._._,--,--_.~...- - .'. '~-"'-' - --_.'--- - ,J Molly: Another successful event with your company. Thank you for providing excellent service once again. Fondly- Terri McMunn . Terri McMunn Columbia Hospital- Annual Corporate Holiday Party Shuttling Thank you so much for all you did to make our trip from the Delray Beach Marriott to Chuck and Harold's so much fun this past Friday night. Your trolley was absolutely adorable and Pat, the driver, couldn't have been more professional. Our clients truly enjoyed this and I can say without hesitation that I fully believe that it was the highlight of the seminar. Thank you also for your professionalism and for all your help in assisting me to make the preparations. I enjoyed working with you on this and look forward to using your services at another one of our seminars. Thank you again for a job well done. . Peggy Burkett Schultz, New Home Specialists- Conference Dinner Shuttle Wanted to let you know how much our group enjoyed riding on your trolleys during the RAGA Winter Conference in Palm Beach. Your staff was incredibly easy to work with and accommodating to our guests needs. If we're ever in Palm Beach again, expect a call. Thank you again. . Heather Cutler, Republican Attorneys General Association- Corporate Dinner Shuttle On behalf of the NYSMA'48 Reunion group I have the pleasure of thanking you and your staff for the part you played in last week's reunion. Your company should be proud of itself, and you. personally, and your driver Sheryl, exemplify the quality. All participants felt your trolley and he service was outstanding. You were prompt and complete. The trolley was comfortable and clean. You provided value and character to our limited budget. Please also recall that we compared you to almost every major bus service in the area. Above all, you and Sheryl did what you promised and then some. You cooperated in every respect. Please pass the word that your team performed well. Our out-of-state participants came from Arizona, the Carolinas, Virginia, Massachusetts, New Jersey and New York. They all remarked that they did not realize our area had such interesting and comfortable way of getting around the locale. Thank you. . Arnold J. Rothstein, NYSMA'48- Reunion Event Thank you for your wonderful service and customer service. I had no worries with you in charge- your company was always a step ahead of me. You are terrific! . Sharie Broadhead, Daughter's Wedding Dear Molly: You are incredible- I am so appreciative of the fine job your company did for our wedding. I am sorry I never had a ride but you are so detailed oriented which is how perfection jr achieved. Thank You Thank You- Frances Dickenson . Frances Dickenson- Wedding Weekend Guest and Wedding Party Shuttling All original letters are on file with: lIif....II,,''''' ,......"....,,"" ?t:?1::. IIlfft"'''^''' 11,,^......... IAI^",,#' 0...1...... O",..,..h CI ??Afl-f 11::.'::"\ Q?R_Ot::.-fof 17 2008-09 Shuttling Rate Chart Molly's Trolle~ Service & Rate Description West Palm Beach, FL Ph: (561) 838-9511 SHUTTLING RATE SERVICES- Need a fun, attractive and RELIABLE way to transport riders? fu.qp worrying -Choose Molly's Trolleys for your event! The following rate chart is utilized for constant shuttling between locations (like a parking lot or festival shuttle) or for an event with lv1UL TIPLE locations. Different rates apply (Layover Rate Chart), if the event includes one extended layover (rest period). The prices listed are ALL INCLUSIVE (IE includes Gratuity/Tax.) Don't hesitate to call with any questions. Thanks - MOLLY, Molly's Trolleys Notes: · $160 an hour, 3 Hour Minimum. (from garage Shuttling to garage) After the 3 hour minimum, rate is RATE CHART $80 per hour, as listed on Shuttling Rate Chart. · Includes Tax and Tip (Careful !!!- Most 3 hours = $480 Companies do not and add 200/0 gratuity!) 3.5 hours = $520 . Trolleys: 2 Styles, EITHER: 4 hours = $560 1) Enclosed and .i\ir-conditioned (30 pass) OR 4.5 hours = $600 2) Half Open- Half Enclosed (22-25 passenger) 5 hours = $640 · Service time is determined from Garage to 5.5 hours= $680 Garage. Molly's Trolleys is located in West 6 hours =$720 Palm Beach, Florida. (at Okeechobee & 195) 6.5 hours= $760 7 hours =$800 Molly's TrolleW 7.5 hours= $840 8 hours =$880 *RElIABlE SERVICE 8.5 hours= $920 * GREAT REFERENCES 9 hours= $960 * PROFESSIONAL DRIVERS 9.5 hours= $1,000 (Experienced, English Speaking, 10 hours= $1,040 11 hours= $1,120 Licensed, Back Ground Checks) 12 hours= $1,200 * 10 YEARS EXPERIENCE (T t1clude~ o-ratllltv) 18 Mollv's Trollevs HOURLY RATE CONTRACT ~ ..I --------------------------- .:'.(j.2'l :dcrccr\ ','('nue: I ~aturda\', tThruan ~] 'I H jl! I Date Requested: \,'t>i J'.llm RC1Ch, rr, ).)-t( 11 I Hours Requested' - lUam {II pm I ' . ---------------------------- Ph ')(1[ g3S-~)S 11 "Flours Requested" includes garage to gara,!{e time hlX ')(,i 1-\),'-', I)S 1::; I t ! ,:,,", ,lLC rl- :--1 If I- . . ... " ". - -.. - - . -.. - -. - . . .. . Client Information T uda)' s Date - '; .2' 111'-; . - - -. . - .- . . . . . - . . . . - ~ . . - . - Heart (If B(>\'!ltun Beach C:ommunm .\s,~()c I dl Ph, 'lie !\k (:hcr\'l Skinner [ 10111t, Phone ')(d -)~-3-(.~ \\(,rk Phl)[]t, f':l" "1.1m1)c1' . - . - ~ - - - - - - - . - . - . ~ - - . ~ . - - - . - . . . . . - ~ . - - . . - . . . - - Service Description: Event Shuttlin~ - - - . - - - - . - ~ - - ~ - ~ . - . - - - . - . - . . - . - . . ~ - . - - . - . .' - .. ' Scheduled Itinerary: Hourly Rate: Sil(I()(,- 1 IJ-l 0:20am - Trolle\' travels ii-om \\1)R to Rovnton Beach j():2Uam - Trolley arrives @ Deliverance Church # of Hours: ') - Driver meets with coordinator to re\'1e'\.v route Cost per Trolley: $960.Ui I lll:30am-6:30pm - Shuttle as directed (Event 11 am-6pm) # of Trolleys: .) 6:35pm - Driver meets w/ coordinator before departure Subtotal: S.2J~HU.1 II i 6:4U-7pm: Trolley travels from Boynton Beach to \XTB - -- . . ~ . Trolleys are enclosed, air conditioned, and seat 2(,-311, . \dded Expense S(J(J( Hrs:l Oam-7pm=9hrs=$960/trolleyi"l=$288U A..ll InclusIve! *1.Tsed 2008-20()9 rates as discount Less Discount $U,ili \ Der Reqwred:$200/trolley*"I=$600 bv 12/.22/(10 ~ w _ . . . . . The Fine Print Estimated Total Due: $2,880.00 ~ .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. . . .. ... .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. . .. . ~ . ~ . - " . - Deposit Requested: Please remit $600.00 due 12,22/20(1) to resen-e HjUr eVe111 Cancellation Poli(;y: In the event contracted servJee 1:, n, ,t reLjUlred the CUHomer 1., resp' 'nslble f, '1' " 520(1 cancelJatJllJ1 fee (per twllev) prc)'\;ided wntten nouce IS gIven 4') bus1l1ess Javs before Evenr Datt' If ,. than 4S bUSIness Jars wntten nonce IS gIven, custi>mer IS responsIble for Half "f Estimated Total Due \per tmlln I If" rhan 14 busll1t's;; ciav, wntten notice CUSt0111er resronsible fnr::> /3rJs "fEst Ti>ral Due (reI' tJ~ollev) If <rhan -' cia,'s wntlen notIce, I'annem due In fulJ Additional Charges Policy: eustr ,mer acknowledges that conuact 1;; based up' >ll a c, mrracreJ flmL' tra,me ()n the d~t" the event, if Your aemal setv"lce extends bev',od the scheduled mnerarv and rhe apprr 'pnate \1< ,lly',. Trl >lle\'s represenratJ\'" has been conracteu, rhe cust, ,mer Will be resp' mSlbie f, ,r audH]ollal charges 1<, dC!l!e bef-,'1rung "Ile hi ,ur after rhe "r!i,'1na] nn1e agreed up' '11 I f customer does 111 ,t c' ,ntact '>lir represenram;e I" ad)u;-;I the re1urn nme. the cusr, ,mer IS resp' 'nsibie f, ,I' aJdItJ< ,na] charge, bei,'1nmg Immew.atelv afrer rhe Co mtracted rerum rlIne ,\ ddlfl' mal char~es are dernmmtd ,))] 1 ~ - hour lI1Crelnent:-; Promise to Consumer: :\1"Uy', T rollevs InaIntall1S i>ur \'eludes oIl a srnCl schedule In acci>rdance WIth mal1utacmrer', specificatIons, and We expect them t" "perate sml)/ ,chI)' f, ,r nTn' event fl< 'wever, ,h, ,ule! c'mtracred ,erv1Ce be Interrupted due r" an unf, ,rseen mechanICal Lulure, an Act "f C;, ,Ll, or anY I,ther rea" 'n, '\lo1h", Tn IUevs w111 pro'.-Ide a qrr:r.ilar vehicle, ,r bus to comrlete the scheduled ItIneran' I accept the above items. ](~--------------- ------------------ Ms. Chen'l Skinner '\lolli' Stahlman Heart of Boynton Beach Communit r.lnlJy's TrolleY~ 19 Molly's Trolleys INVOICE FOR 26251\Iercer ~-\venue DEPOSIT \"Xlest Palm Beach, FL 33401 ---------------- I INVOICE NUMBER: I Ph: (561) 838-9511 I I Fax: (561) 838-9512 I 8007 I I I Today's Date: Tuesday, December 09,2008 L______~____J BILL TO: Name: Cberyl Skinner Organization: Heart of Boynton Beach Community Assoc Address: City, State ZIP: EVENT TYPE: CE DESCRIPTION Service Description: Event Shuttling Event Date: Saturday, February 21, 2009 Hours in use: 10am-7pm Estimated Total Due: $2,880.00 Please make your deposit check out to: Molly's Trolleys. To expedite processing of your request, please list your INVOICE NO on your check. Only a signed contract and deposit (paid by deposit due date) secure your trolley and event date. We will send a CONFIRMA nON LETTER once we receive and process your deposit and contract. r - - - - - - - - - - - - - -....-. Send your deposit check and sie:ned COPy of your contract to: I Deposit Due: $600.00. I Molly's Trolleys 2625 Mercer Avenue I I I Deposit Due Date: 12/22/2008 I West Palm Beach, FL 33401 I INVOICE NO: 8007 I I I . - - - - - -- - - - - - - - - --- For credit card payments, Please fill out the following information and return r----------------------------------------l I I I Circle Type of Card: VISA AMEX MC DINERS I I I I I I Card #: Expire Date: I I I : Print Name and Address of Cardholder if different than above: I I I I I I I I i Amount to charge: i I I IX (Sign Here Please!) I I I ~--------________________________________l 20 . . < '~",.:-,., ,Pi." >; '-' --. ~ ~ ..,,, .... .. fLj#M ~ . .~,~\ -~- ~,' ,'..~: ~fill -~ 1> . . t ~~i ~~ , ;ll:r tf . .,,~~~ ,. ",~:: ~;;"'1-~~~';:' '.- ;" ,?::,R'~~~~;iff . ;g~;""" - ~d'_:.,-' '. . . .,' l',';:~i] .~-:~-:;t~ ';,---~ _.- - '. ...OJ':.....,..- Memorandum To: The Heart of Boynton Community Association From: Mary DeGraffenreidtl Senior Recreation Manager/Heritage Liaison Date: December 4, 2008 Ref: Heritage Celebration Event Requirements Please be informed that the City of Boynton Beach is requesting the following information regarding the Heritage Celebration Event: 1. Description of Entertainment. (what kind of entertainment do you plan to have) 2. Itemized Budget for the event (What are your expenses) 3. Event Layout (Stage and vendor locations) 4. Proof of Liability Insurance (Must list MLK owner coverage for use of property) 5. Event Vendors (Will they be private or business vendors who possess the proper liability insurance of 1,000,000). The information requested must be completed prior to submitting to Commission for approval. Therefore I am asking to have the information to me no later than FridaYI December 12, 2008. If you require help I can be reach at (561) 742- 6642. Requested Committee Information: 1. Port-o-Iets (see attached Information) 2. Stage Dimensions Length: 40 feet Width: 23 feet Height: 3.5 feet 3. Vendor Applications (Distributed for approval) 4. Entertainment Application (Distributed for approval) 22 . ~~ ~~~lki--n ?3MJlnuvrdf? ~~dLitHt! c:J~~,. , '( . ,01 ~ 0 n~ (' !J;.' ,v?(j (qef :4 ~o , ) 'r) - / -, " .-'" .' . :::../{ ....(qq.l "(f;Jr.Mt ),';; ((Ito/UN" :.c; Oll/llk"/! '.' tYU'. ,'J. ,"Tlda ,},~4, ..j I,)o/j,' )~:_ 1.:-'(1) , ikcember I. 200x Heart of Boynton Neighborhood Association Heritage Awareness Celebration Committee Dear Lisa Bright: We are with the Heritage Awareness Celebration in 2009. This year the event vvill be held on Martin Luther Kine: Jr. Boulevard in Boynton Beach Florida. We are asking to use the Community Redevelopment Agency lots on Martin Luther Kine: Boulevard for the Heritage Awareness Celebration in 2009. The property will be used on February 21, 2009, the date of the event. The purpose of the event is to bring awareness of the multi-cultural heritages in Boynton Beach. The event will provide an awareness of the contributions made by different cultures and communities in Boynton Beach. \Ve knm,v that we can count on your support! We will be contacting you within the next i 0 davs or vou can contact T\1s. Gertrude Sullivan. Thank vou for your time and ..' .' .! ... consideration, We look forward to any support you can financiaUy provide the Heritage Awareness Celebration in 2009. I' ,n 3. f1 k .i f) ~=r \.' : ~_; ~~rl l\cl\Jarl~:e y- ....., Ge:t~tl~j~ Su,lli.v~rl L . -', ~ liFE! .I.-'r: ,- -r- ~~~: ;}'r~ t Y-', D "Y"f=:\~:: ,,1e.}--j _A '"~. ~'-- ~,T-,'.L ~ .~ -~ ~ -- :~ - T/ :~ :" ,- (: -~ :-/ ;::::.. ~::::. ~:-:: T. - I; -- _H ;. _ -_ __ "..~ -- - - - .. . ,-_-r S;~-\~,~1j +-- C~L rvlerLLt;:::~:i :ie3rC ~ ,- .-- -' -, -.-, ,-. ", ,~, -,';) ,j .~.- , ~ h 23 . n~rJ (]f'c.zs-' '?7., C\-r,; ,.. 7- ,--:f:!~ ' &Ut!jr'hP'O)'l' (.:./h/M1Uil/'lif#~ ,.-/:p'V)(k!,U7./;UH11, ,In.e,, GOI9v;;~ ~ '~'rr ':jJ; ']f" 0lk' i JO /'5- (-' / I -30 112-" ~ 4J l~ ~ a8t 6 (':::flAf-erlUtt: ,;~ l:J'-tU\."Y/} ':"U:'5f,u1t, L~ "J.-Y.-t.. ',{l " c-.r-f.c () 00// I '"--'- (;0 I Lkrember 4, 200& -', ( . ) ,', j I ~ ! ; j , i J I / ~I Heart of Boynton Neighborhood AssociaticTt J I i J~) I i '. c" Heritage Awareness Celebration Fundrai :;(~r Dear: We are with the Heritage Awareness Cdebra'tin:,n in 2009. This year the event will be hdd on Martin Luther King Jr. Boulevard in Boynton B\:'acb Florida. This year we are asking for donations to fund the event. The p.!lrpose of the event is to bring awareness of the multicultural heritages in Boynton Beach. The event will provide awareness of the contributions made by different cultures and communities in Bo:'nton Beach. "Ve are v.rriting to ask you or your business to donate $100.00 or more to the Heritage Awareness Celebration in 2009. This donation is tax deductible. Due to today's economic conditions the Heritage Awarene~s Celebration in 2009 urgently need your donation. Please note that any donation in the amou;, i)f $10, $20, $50 or more is vv'elcome. ,.... ,. '- 'e can COlli'lt on your financial support! We will be contacting you within the next 10 - -."..........,..... , days or you ( , contact Ms. Gertrude Sullivan. Thank you for your time and consideration. We look fonvard to <; ; support you can fmancial provide for the Heritage Awareness Celebration in 2009. Thank you for your support in Advance Ms. Gertrude Sullivan - Heart of Boynton President 561-732-1205 Dr. Martha Meeks L!Qht -- Hi;mt of Bovnton Iv1ember ,~ . 56]-738-1522 24 .... ~.., ~~~ - '~"i!?i ,Jf) ~ry('9iJ' . ,rh:? . ''/;- . 'l <~;,;f .j2,?c":?/~t~. ~.:/ 0(1111<"'/1 S(t.rnmAl"tlUo/, ,;:;;M.o('l.dli1'/11,. J: 1(('. - '-,' / j' iii~ cr . t- ,_/71-- /{1-)- ,,;-~:~i~_'!-;,<Ia j )./ '1, ~ <_'7() /) , }i./- I:.:!( J,) ; - r _~ 1(.JW1I j, ~~"'-e1i.tJ-(,~ (.0..... h~'ill.;ftJ. :..:n1 hl:t 200g ; , / . ;k~J;; of noynton NeighborhooJ AssI,clat!un ] l",: :: A..war(;ncss Ceitb:-,uiol1 FUl1cir~ii:<r 1: (.. ~ 1. LJear: ;; are with the Heritage Awareness Cclebrztion in 2009. This year the event will 1,;:" held on Martin Luther King Jr. Boulevard in Boynton Beach Florida. We are asking for donations to fund tbe event. '111(; purpose of the event. is to bring ;:lv:arcness of the multicultural heritages in Boynton Beacb, The to,'ent will provide mvareness from the contributions made by different cultures and communities in Bovnton Beach. y"',; are writing to ask you or your business w d,onate S 1.000.00 or more to the Ht':rita~c A\vareness Celebration in 2009, This donation is tax deductibk, Due to toda,;"s economic conditions, the Heritage Awareness Celebration in 2009 urgently need donations. Pleasenol tat any donation in the amount of $1 00, $200. $500 or is welcome. V/c kno\" that we C811 ((mnt on your !lnanci;l! 'jUDportl \Vc will he contacting yuu witbin :be next 10 days 01 ycm can comact Iv1". Crertmde SuHivan. Thank you for your time and consideration, \Vc look forward [p any <;upport Y01J ';:m financially provide for the Heritage Awareness Celebration in 2009 \Ve look fonvard to any suppo;'t you can financially pn~\'1de for [ht' Hedtage Awareness Ceicbt atio1'J in 2009 Sinc~rel\.' 1\1s, Gertrude Sullivan I+:3.rt of Boynton Presictcnt - 561-732-] 20,'; (k lviartha Meeks Light Heart of Boynton Mernh::r - 561-738-1 52,~' 25 ~ 0 STAGE D (l) 20' x 40' TENT & CHAIRS ~ . (8) 10' x 10' TENS Z ~ FOOD & ARTS and CRAFTS VENDORS ~ j D (10) PORTER POTTIES D PARKING . St. John's Church . Sarah Sims Park . NW 10th Ave D LOCAL BUSINESSES D RESIDENTS PARKING N /".. w..' HEART OF BOYNTON HERITAGE CELEBRATION ~. 1 in. = 133.7 feet .." u s I I I I a .L. - ------ .. "',- -" . ~ .. ---- -- -- --_.- " XII. - LEGAL - 2nd Reading Non-Development ITEM B.1 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORlYi Requested CIty Commission Date Final Form Must be Turned Requested City Commission Date Final Form Must be Turned Meeting Dates in to City Clerk's Office Meeting Dates in to CJlV Clerk's Office ~' December 16, 2008 December], 2008 (Noon) 0 February 17,2009 February 2, 2009 (Noon) ') /::.-1 l~e",cC J; d- O March 3, 2009 l8l January 6, 2009 /. December 15, 2008 (Noon) February 17,2009 (Noon) o January 20, 2009 January 5, 2009 (Noon) o March 17,2009 March 2, 2009 (Noon) 0 February 3, 2009 January 19, 2009 (Noon) o April 7, 2009 March 16, 2009 (Noon) 0 Announ cern ents/Presentation s 0 City Manager's Report NATURE OF 0 Administrative 0 New Business AGENDA ITEM 0 Consent Agenda ~ Legal 0 Code Compliance & Legal Settlements 0 Unfinished Business 0 Public Hearing 0 RECOMMENDATION: Approve Ordinance amending Community Redevelopment Plan, EXPLANATION: Section 163.361 allows the City Commission to modify the Community Redevelopment Plan from time to time, Plan amendment is appropriate when clarification is required to support community Redevelopment Agency programs, including the implementation of Community Policing Innovations. The amendments contained in this Ordinance have been developed by the CRA Executive Director and her staff and have been recommended by the Agency Board, PROGRAM IMPACT: The amendments implement the Downtown Master Plan, Community Policing Innovations Programs an CRA participation in infrastructure improvements, which by their nature will advance the objectives of the Community Redevelopment Agency, FISCAL IMP ACT: None AL TERNA TIVES: The Commission is authorized to amend the Plan to include all or none of the proposed amendments, ~--"'<~:~~-_.._. ,<",/;/I.~ ~ Department Head's Signature , City Manager's Signature Assistant to City Manager ~ City Attorney Department Name City Attornt:y .: Finance S:\BULLETINlFORMS\AGENDA ITEM REQUEST FORM. DOC 1 ORDINANCE 08- --- ') 3 A ORDINANCE OF THE CITY COMMISSION OF THE CITY 4 OF BOYNTON BEACH, FLORIDA APPROVING THE ) AMENDMENT OF THE COMMUNITY REDEVELOPMENT 6 PLAN TO INCORPOR~TE THE DOWNTOWN MASTER 7 PLAN AND COMPONENTS THEREOF REGARDING 8 I COMMlJNITY POLICING INNOVATION PROGRAM AND 9 FUNDING PROGRAMS FOR INFRASTRllCTVRE ]0 IMPROVEMENTS OR UPGRADES NECESSARY TO I ] IMPLEMENT THE GOALS AND OBJECTIVES OF THE ]2 COMMUNITY REDEVELOPMENT PLAN WHICH INCLUDE 13 GREATER DENSITY AND ENHANCED PUBLIC SPACE: 14 PROVIDING FOR CONFLICTS, SEVERABILITY, 15 CODIFICATION AND AN EFFECTIVE DATE. 16 17 WHEREAS, Florida Statute ] 63.361 provides for amendment or modification of a 18 Community Redevelopment Plan: and 19 WHEREAS. the Community Redevelopment Agency Board has reviewed and 20 conducted a public hearing regarding the Downtown Master Plan and the Community 21 Policing Innovation Program and funding programs for infrastructure improvements or II upgrades elements I thereof; I" WHEREAS. the City Commission of the City of Boynton Beach. Florida finds that ~.) 24 the amendment of the Community Redevelopment Plan will advance the intent. purpose. and ,- Igoals of the Community Redevelopment Agency as contemplated hy the Communil~ ~) 26 Redevelopment Act of 1969. 27 NOW THEREFORE, IT IS HEREBY ORDAINED BY THE CITY COMISSION 28 OF THE CITY OF BOYNTON BEACH FLORIDA, THAT: 29 ! Section 1. Each "Whereas" clause set forth above is true and correCl and 30 I ~ncorporated herein by this reference. , i ] Example: expenditures for upgrades and improvements to the City's 4tJ1 Street lmprovemcnt Porject II I I I I i 1 Section 2. The City Commission of the City of Boynton Beach Florida approves 2 an amendment of the Community Redevelopment Plan to incorporate the Downtown Master 3 Plan, and the Community Policing Innovation Program and funding programs for 4 infrastructure improvements or upgrades elements contained therein. 5 Section 3. The City Commission of the City of Boynton Beach, Florida 6 specifically approves the amendment of the Community Redevelopment Plan by 7 incorporating the following language related to Community Policing Innovation Program and 8 funding programs for infrastructure improvements or upgrades: 9 Community Policing Innovation Program 10 II The CRA'S Community Policing Innovation Program shall endeavor to reduce 12 crime by reducing opportunities for, and increasing the perceived risk of 13 engaging, in, criminal activity through visible presence of police in the 14 community, including, but not limited to, community mobilization, 15 neighborhood block watch, citizen contact patrol, foot patrol, field interrogation, 16 or intensified motorized patrol. 17 18 Police officers of the Program shall collect and analyze data on crimes within the 19 CRA and provide the Agency with reports showing year-to-date crime figures. 20 Officers shall undertake actions that will be designed to reduce the numbers and 21 types of crime occurring in the CRA district. 22 ?" Officers in the Program shall interact with business owners, property owners and -.) 24 residents of the CRA to determine their public safety concerns. Officers shall 25 have a presence at CRA events and shall attend community meetings to inform 26 residents of the Program. Officers shall monitor the CRA'S trolley for any 27 Issues. 28 29 Officers shall wear the CRA Program uniform when on duty. 30 31 Particular attention shall be paid to quality of life crimes that directly affect the 32 desirability of living or doing business within the CRA district. 33 34 The CRA shall fund the Program with TIF funds to the extent that is currently 35 acceptable practice according to the Florida Auditor General and the I 36 . . recommendation of the eRA'S independent auditor. 37 38 1 Intfastructure Upg:rades i 3 The CR.t\ shall undertake infrastructure upgrades as necessary to accommodate 4 higher density development as proposed by the Federal Highway Con-idol' PIaL 5 and the Downtown Master Plan. Infrastructure shall include \vater and seV,CI 6 lines. drainage. electrical and data svstems. roadwavs. transit stops :111\1 7 sidewalks. 8 9 10 Section 4. Each and every other provision of the Code of Ordinances not herein 11 specifically amended shall remain in full force and effect as previously enacted, 12 Section 5. All ordinances or parts of ordinances in conf1ict herewith be and the 13 same are hereby repealed. 14 Section 6. Should any section or provision of this ordinance or portion hereof an) 15 paragraph, sentence or word be declared by a court of competent jurisdiction to be invalid, 16 such decision shall not affect the remainder of this ordinance. 17 Section 7. Authority is hereby granted to codify said ordinance. 18 Section 8. This ordinance shall become effective immediately upon its passage 19 and adoption. 20 FIRST READING this day of .2008, - - -_._----~.- 21 I II I J 1 SECOND, FINAL READING AND PASSAGE this day of 2 ,2008. 3 CITY OF BOYNTON BEACH, FLORIDA 4 5 6 Mayor - Jerry Taylor 7 8 9 Vice Mayor - Jose Rodriguez 10 11 12 Commissioner - Ronald Weiland 13 14 15 Commissioner - Woodrow L. Hay 16 17 18 Commissioner - Marlene Ross 19 ATTEST: 20 21 22 j" Janet M. Prainito, CMC _.J 24 City Clerk 25 26 27 (CORPORATE SEAL) 28 29 I . .