Loading...
Agenda 04-21-09 < The City of Boynton Beach 100 E. Boynton Beach Boulevard. (561) 742-6000 City Commission AGENDA APRIL 21, 2009 Jerry Taylor Mayor - At Large Woodrow Hay Vice Mayor - District II Ron Weiland Commissioner - District I Jose Rodriguez Commissioner- District III Marlene Ross Commissioner - District IV Kurt Bressner City Manager James Cherof DISTRI T I ; 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 & 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 - lime 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 - lime 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 t.1eeting 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 AGENDA April 21, 2009 6:30 P.M. I. OPENINGS: A. Call to Order - Mayor Jerry Taylor B. Invocation by Dr. Solomon Rothstein - Police Chaplain C. Pledge of Allegiance to the Flag led by Commissioner Marlene Ross D. Agenda Approval: 1. Additions, Deletions, Corrections 2. Adoption II. OTHER: A. Informational Items by Members of the City Commission III. ANNOUNCEMENTS, COMMUNITY & SPECIAL EVENTS & PRESENTATIONS A. Announcements: 1. Earth Day celebration Monday, April 20th - Friday, April 24th with displays in the City Hall lobby from the City's Sustainability Team, a Monday Night Art Connection program featuring Eco Artist Mary Jo Aagerstoun in the Library Program Room, 6 to 9 p.m.; tree plantings on Tuesday April 21st at the Library at 9:30 a.m. and at Oceanfront Park at 3 p.m. and a "Green Your Life, presentation Thursday April 23rd, 10 a.m. in City Hall. 2. Green Your Life Workshop - Thursday April 23rd, 10 a.m. to 11:30 a.m. at City Hall, in Commission Chambers, featuring money saving ways to reduce costs while helping the envi ron ment. Tips on home improvements, recycling, water conservation, green cleaning, green living and a tour of the City's Nationally Certified Wildlife Habitat will be included. B. Community and Special Events: None C. Presentations: 1 Agenda Regular City Commission Boynton Beach, FL April 21, 2009 1. Proclamations a. Arbor Day - April 21, 2009 b. Earth Day - April 22, 2009 c. Mental Health Month - May 2009 2. Presentations: a. Bishop Sylvester Banks -- Citation 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. Appointments Appointment Length of Term To Be Made Board Exoiration Date IV Ross Bldg. Bd of Adj & Appeals Alt 1 yr term to 12/09 Tabled (2) III Rodriguez Bldg. Bd of Adj & Appeals Alt 1 yr term to 12/09 Tabled (3) Mayor Taylor Cemetery Board Alt 1 yr term to 12/09 IV Ross Code Compliance Board Alt 1 yr term to 12/09 II Hay Education & Youth Advisory Board Alt 1 yr term to 12/09 Tabled (3) III Rodriguez Education & Youth Advisory Board Stu N/V 1 yr term to 12/09 Tabled (3) IV Ross Senior Advisory Bd Alt 1 yr term to 12/09 Tabled (3) Mayor Taylor Senior Advisory Bd Alt 1 yr term to 12/09 Tabled (3) 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 - April 7, 2009 2 Agenda Regular City Commission Boynton Beach, FL April 21, 2009 B. Bids and Purchase Contracts - Recommend Approval - All expenditures are approved in the 2008-2009 Adopted Budget. 1. Approve the purchase of one (1) Bauer CompressorjSCBA Fill Station Unit from Breathing Air Systems, Inc. of Ocala, FL for installation and use at Fire Station #5 through GSA Contract #GS07F-9711G at a cost of $52,272.26. 2. Approve the purchase of SCBA (Self Contained Breathing Apparatus) Gear through State contract #490-000-07-1 from Fisher Scientific Company, LLC of Suwanee, GA with an expenditure of $32,232.40. 3. Approve the purchase of professional services for centralizing and transforming working files into a high-density filing system for Fire Station Five from TAB products of South Florida, located in Coral Gables, FL in the amount of $26,626.04, utilizing the State of Florida Contract #420-590-07-1. 4. Approve the purchase of furniture from Workplace Resource of Southeast FL, located in Weston, FL, for furniture items for Fire Station Five, ITS and Communications for the new Boynton Beach EOC with an expenditure of $492,453.82, utilizing the following accounts: the State of Florida Contract #425-001-06-1, the Florida State Contract #420-590-07- 1, the GSA Contract Numbers #GS-28F-0003L (Loewstein), #GS-28F- 0011K (Grand Rapids), #GS-27F-0002V (Adden), #GS-797-P-4560A (Intensa), #GS-28F-0042U, #GS-28F-0042U (Claridge), #GS-29F-0010P (Safco), #GS-07F-5509R (Safco Waste Receptacles), and the Volusia County School Board Contract #CL-908KP. 5. Reject the nine (9) highest bids the City received in response to the Invitation to Bidders and approve a contract for Bid #028-2821-09jJA, "SOUTHEAST 4TH STREET WATER MAIN, STORMWATER AND ROADWAY IMPROVEMENT PROJECT" to B&B Underground Contractors, Inc. (B&B) of West Palm Beach, FL with a base bid price of $2,230,106.66 and to accept Bid Alternate No. 1 of $11,755.04 for a total amount of $2,241,861.70, plus an owner's contingency of 10% in the amount of $224,186.17 for a total project budget appropriation of $2,466,047.87. (Proposed Resolution No. R09-062) 6. Authorize staff to negotiate a Scope of Services Contract with associated costs for the planning, construction drawings and review of bid documents for the Meadows/Nautica Sound park site with Glatting Jackson Kercher Anglin of West Palm Beach, FL. C. Resolutions 3 Agenda Regular City Commission Boynton Beach, FL April 21, 2009 1. Proposed Resolution No. R09-063 RE: Approving the assessment of the cost of nuisance abatement on properties within the City of Boynton Beach. 2. Proposed Resolution No. R09-064 RE: Accepting the changes in the City's Local Housing Assistance Plan (LHAP) for State fiscal years 09/10, 10/11 and 11/12, for continuation of the State Housing Initiatives Partnership (SHIP) Program. 3. Proposed Resolution No. R09-065 RE: Approving and authorizing execution of Task Order #U09-17-4, in the amount of $62,719 with Enegenuity Group, Inc. to provide Design, Bidding and Construction phase services for improvements at Master Lift Station No. 801. 4. Proposed Resolution No. R09-066 RE: Approving and authorizing execution of Task Order #07-20-1 Amendment No. 1 for $570,362.50 to Wantman Group, Inc. (WGI) to provide professional construction management services for the Regional Force Main Project plus a owner's contingency of 5% in the amount of $28,518 for a total budget appropriation of $598,880.50. 5. Proposed Resolution No. R09-067 RE: Approving the adoption of the National Incident Management System (NIMS) for Homeland Security Presidential Directive - 5 to provide for domestic incident management. 6. Proposed Resolution No. R09-068 RE: Approving and authorizing execution of an amendment to the lease agreement with Unisite, LLC, also known as Amercian Tower Corporation, for their telecommunications tower at 3101 Quantum Boulevard, expanding the lease area by an additional 300 square feet for the placement of a 500- gallon propane generator for Verizon Wireless. 7. Proposed Resolution No. R09-069 RE: Approving and authorizing execution of an agreement between Palm Beach County and the City of Boynton Beach which provides funding to offset the cost of the 2009 Heritage Celebration. The funding in the amount of $7,000 is made available from the County's Recreation Assistance Program (RAP) District 7. 8. Proposed Resolution No. R09-070 RE: Approving and authorizing the amendment of the Cemetery Rules & Regulations to eliminate references to Boynton Beach Mausoleum, Inc. and add five new rules. 4 Agenda Regular City Commission Boynton Beach, FL April 21, 2009 D. Approve payment to Clean Harbors Environmental Services of Bartow, FL for emergency response and services during a 6" Force Main break at lift station #102 in the St. Andrews Club, in the amount of $83,256.48. E. Accept the written report to Commission of purchases over $10,000 for the month of March 2009. F. Approve the "PROMENANDE PLACE" Record Plat, conditioned on the approval being the certification of the plat documents by H. David Kelley, Jr., (City Engineer and Surveyor & Mapper). G. Approve the sustainability Team Quarterly Report VII. CODE COMPLIANCE & 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. Project: Sibia Building (NWSP 09-001) Agent: Francisco Perez-Azua, Perez Design, Inc. Owner: HMRS, LLC Location: 709 South Federal Highway Description: Request new site plan approval for a two-story commercial building of 10,347 square feet consisting of medical office, general business office, retail space and associated site improvements, on a 0.661 acre parcel zoned C-3, Community Commercial. IX. CITY MANAGER'S REPORT: A. Accept the "Ocean Avenue Interstate 95 Project Alternate Access Route Study" report as prepared by the consultant, Stanley Consultants, Inc. (Tabled on April 7, 2009) B. Continued Preliminary Budget Discussion - Action Items (Tabled on April 7, 2009) C. Review of RFP for City Hall - Police Facility (Tabled on April 7, 2009) D. Discussion regarding Energy Efficiency and Conservation Block Grant 5 Agenda Regular City Commission Boynton Beach, FL April 21, 2009 E. Status Report on the Voluntary Annexation of the Palm Beach Memorial Park and Sam's Club properties. X. FUTURE AGENDA ITEMS: A. Options for Hurricane Protection Project for 1913 Schoolhouse Children's Museum (Deferred pending future grant opportunities) B. Report on cost sharing options for take-home vehicles (In conjunction with continued budget discussions) 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. 09-019 RE: Approving the amendment of section 26-9 of the City's Code governing rates for potable water and wastewater charges, which will implement a revised rate structure commencing May 1, 2009. 2. Proposed Ordinance No. 09-020 RE: Approving the amendment to the Code of Ordinances, Section 16-82, increasing annual resident beach parking permits from $30 to $40, improving administrative clarity and eliminating unnecessary language. 3. Proposed Ordinance No. 09-021 RE: Approving the amendment to the Investment Policy for the Boynton Beach Police Officers' Pension Fund. C. Ordinances - 1st Reading 1. Proposed Ordinance No. 09-022 RE: Approving the creation of Article VIII in Chapter 26 of the City's Code governing the usage, cost and operation of the reclaimed water system within the City's utility service area. 6 Agenda Regular City Commission Boynton Beach, FL April 21, 2009 2. Proposed Ordinance No. 09-023 RE: Amending Land Development Regulations, Chapter 21, Article III, Section 6 "Special Signs", by amending Sub-Section F to clarify where Temporary Banners may be placed. D. Resolutions: None E. Other: 1. Reconsideration of a method of procuring automated "red light cameras" for traffic enforcement purposes at selected intersections, requested by Commissioner Ross. (Continued to Apri/21, 2009) 2. Award the "THREE YEAR LEASE FOR CONCESSION OPERATIONS AT BOYNTON BEACH, OCEANFRONT PARK, LOCATED AT 6415 N. OCEAN BOULEVARD, OCEAN RIDGE, FL", RFQ #015-271O-09/JA TO B & J CATERING INC. OF DELRAY BEACH, FL. Lease payments provided to the City of Boynton Beach in the amount of $500 per month. (Proposed Resolution No. R09-031) - Review of Bid Protest filed by Ultimate Catering LLC (Tabled on April 7, 2009) XIII. UNFINISHED BUSINESS: None XIV. ADJOURNMENT: NOTICE IF A PERSON DECIDES TO APPEAL ANY DECISION MADE BY THE CITY COMMISSION WITH RESPEcr 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 AUXILIARY AIDS AND SERVICES WHERE NECESSARY TO AFFORD AN INDIVIDUAL WITH A DISABILITY AN EQUAL OPPORTUNITY TO PARTICIPATE IN AND ENJOY THE BENEFITS OF A SERVICE, PROGRAM, OR ACTIVITY CONDUCTED BY THE CITY. PLEASE CONTAcr PAM WELSH, (561) 742-6013 AT LEASTlWENTY-FOUR HOURS PRIOR TO THE PROGRAM OR ACTIVITY IN ORDER FOR THE CITY TO REASONABLY ACCOMMODATE YOUR REQUEST. Agenda 4/15/09 2:00 p.m. 5: \CC\ WP\CCAGENDA \AGENDAS\year 2009\042109.doc 7 IIl._ANNOUNCEMENTS Ik PRESENTATIONS Item C.l.a CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM Requested City Date Final Form Must be Requested City Date Final Form Must be Commission Meeting Turned in to City Clerk's Commission Meeting Dates Turned in to City Clerk's Dates Office Office [gJ A ril 21. 2009 0 June 16, 2009 0 5,2009 0 Jul 19,2009 0 Jul 0 June 2, 2009 0 st 4, 2009 [gJ 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 RECOMMENDA TION: Motion to approve Proclamation for Arbor Day - April 21, 2009 EXPLANATION: The idea for Arbor Day originally came from Nebraska. On January 4, 1872, J. Sterling Morton first proposed a tree-planting holiday to be called "Arbor Day" at a meeting of the State Board of Agriculture. The date was set for April 10, 1872. Prizes were offered to counties and individuals for planting properly the largest number of trees on that day. It was estimated that more than one million trees were planted in Nebraska on the first Arbor Day. During the 1870's, other states passed legislation to observe Arbor Day and the tradition began in schools nationwide in 1882. National Arbor Day is celebrated on the last Friday in April. It has been a tradition for the City to celebrate Arbor Day. This Proclamation is an important element in commemorating the day. PROGRAM IMPACT: Proclamation will heighten public awareness of the importance of planting and maintaining trees. FISCAL IMPACT: 12 Slash Pines @ $45 each = $540 (to be planted by school children) From Forestry & Grounds Account #001-273Q-572-52-26 AL TERNA TIVES: Not approve Proclamation ~ C;ty M""."', S;",,# Assistant to City Manager . Department Name City Attorney I Finance S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM. DOC : I II I! WHEREAS, in 1872 J. Sterling Morton proposed to the Nebraska Board of Agriculture that a special day be set aside for the planting of trees; and WHEREAS, this holiday, called Arbor Day, was first observed with the planting of more than a million trees in Nebraska; and WHEREAS, Arbor Day is now observed throughout the nation and the world; and WHEREAS, trees can reduce the erosion of our precious topsoil by wind and water, cut heating and cooling costs, moderate the temperature, clean the air, produce oxygen, and provide habitat for wildlife; and WHEREAS, trees are a renewable resource giving us paper, wood for our homes, fuel for our fires and countless other wood products; and WHEREAS, trees in our City increase property values, enhance the economic vitality of business areas, and beautify our community; and WHEREAS, trees, wherever they are planted, are a source of joy and spiritual renewal. NOW, THEREFORE, I, Jerry Taylor, by virtue of the authority vested in me as Mayor of the City of Boynton Beach, Florida, hereby proclaim April 21,2009 as: ARBOR DA Y in the City of Boynton Beach, and I urge all citizens to support efforts to protect our trees and woodlands and to support our City's urban forestry program; and FURTHER, I urge all citizens to plant trees to gladden the hearts and promote the well-being of present and future generations. IN WITNESS WHEREOF, I have hereunto set my hand and caused the Seal of the City of Boynton Beach, Florida to be affixed this 21st day of April in the Year 2009. Jerry Taylor, Mayor I City of Boynton Beach ATTEST: City Clerk (Corporate Seal) II III.-ANNOUNCEMENTS &. PRESENTATIONS Item C.l.b CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM Requested City Date Final Form Must be Requested City Date Final Form Must be Commission Meeting Turned in to City Clerk's Commission Meeting Dates Turned in to City Clerk's Dates Office Office ~ April 21, 2009 April 6, 2009 (Noon) 0 June 16,2009 June 1,2009 (Noon) 0 May 5, 2009 April 20, 2009 (Noon) 0 July 7, 2009 June 15,2009 (Noon) 0 May 19,2009 May4,2009ONoon) 0 July 21, 2009 July 6, 2009 (Noon) 0 June 2,2009 May 18,2009 (Noon) 0 August 4, 2009 July 20,2009 (Noon) [gJ Announcements/Presentations 0 City Mana.e;er'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: Present Proclamation celebrating Earth Day on April 22, 2009. EXPLANATION: The first Earth Day was celebrated on April 22, 1970 with the goal of inspiring environmental awareness and encouraging the conservation, protection, and appreciation of our nation's natural resources. It is the responsibility of each of us to safeguard the environment, by recognizing our interdependence with the Earth and taking steps to protect and preserve our natural environment. PROGRAM IMP ACT: This Proclamation will help raise public awareness about Earth Day and our need to take a proactive role in shaping the future of our environment and protecting our natural resources. FISCAL IMP ACT: None AL TERNA TIVES: Not present Proclamation. ~ ~ Department C;ty Manag"', s;$. Assistant to City Manage.. . . Department Name City Attorney / Finance S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM.DOC . I I i I PROCLAMA TION Whereas, the first Earth Day was celebrated on April 22, 1970, with the goal of inspiring environmental awareness and encouraging the conservation, protection and apprecIation of our nation's natural resources; and Whereas, it is the responsibility of each of us to safeguard the environment, by recognizing that all human life depends upon the Earth and upon one another for our mutual existence. well-being and development; and Whereas, the steps we can take to protect and preserve our natural environment through education, partnerships and positive actions should be encouraged in the City of Boynton Beach; and Whereas, the citizens of Boynton Beach are committed not only to the protection and preservation of our environment, but also to the restoration of ecosystems and habitat; and Whereas, Boynton Beach citizens, staff and elected officials are working closely with federal. state, and local governments and with non-governmental organizations, to develop and implement regulations and ordinances specifically designed to preserve and improve Boynton Beach's fragile ecosystems and the quality oflife therein; and Whereas, Boynton Beach proudly recognizes all who participate in Earth Day, for their dedication to taking a proactive role in shaping the future of our environment and in protecting Boynton Beach's precious natural resources. Now therefore, I, Jerry Taylor, by virtue of the authority vested in me as Mayor of the City of Boynton Beach, FL do hereby proclaim April 22, 2009, as EARTH DAY in Boynton Beach and urge all our citizens to be mindful of local state and national laws which protect our environment and to join in efforts to preserve the beauty and wonder of the lands, skies and water of the Earth in all its diversity. In witness whereof, I have hereunto set my hand and caused the Sea) of the City of Boynton Beach, Florida, to be affixed at Boynton Beach. Florida. the 21 st day of April. two thousand and nine. __ n___"..___ Jerry Taylor, Mayor ATTEST: City of Boynton Beach Janet M. Prainito, CMC City Clerk (Corporate Seal) I I III.-ANNOUNCEMENTS &. PRESENTATIONS Item C.l.c CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FOAA. Requested City Date Final Form Must be Requested City Date Final Form Must be Commission Meeting Turned in to City Clerk's Commission Meeting Dates Turned in to City Clerk's Dates Office Office [gJ April 21,2009 April 6, 2009 (Noon) 0 June 16. 2009 June L 2009 (Noon) 0 May 5, 2009 April 20. 2009 (Noon) 0 July 7, 2009 June 15, 2009 (Noon) 0 May 19, 2009 May 4,2009 (Noon) 0 July 21, 2009 Julv6,2009nNoon) 0 June 2, 2009 May 18,2009 (Noon) 0 August 4, 2009 Julv20,2009-nNoon) ~ AnnouncementslPresentation s 0 City Manal!:er's Reoort NA TURE OF 0 Administrative 0 New Business AGENDA ITEM 0 Consent Agenda 0 Lel!:al 0 Code Compliance & Legal Settlements 0 Unfinished Business 0 Public Hearing 0 RECOMMENDA TlON: Present Proclamation EXPLANA TION: In Florida, nearly 8 percent of the population suffers from some form of mental illness, which can seriously affect a person's thinking, mood and behavior. A wide variety of treatment is available. The month of May is traditionally set aside to focus attention on mental health issues. Mental health advocate and member of the new Boynton Beach Mental Health Initiative Gerda Klein will receive the Proclamation, which was requested by Comm. Ross. PROGRAM IMPACT: This Proclamation will help raise public awareness of mental health issues and the availability of treatment to eradicate the stigma associated with these afflictions. FISCAL IMP ACT: None AL TERNA TlVES: Not present Proclamation A;ty Manag"', s;gna':' -(-U~~ ~D~ Depart He s SIgnature Public Affairs Assistant to City Manag~# Department Name City Attorney / Finance S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM.DOC I PROCLAMATION Good physical and mental health is essential to a person's overall well-being. Therefore. like any physical ailment, mental illness also requires urgent and sensitive care. Unfortunately. the stigma sometimes surrounding mental illness can prevent people from seeking the medical attention they need. When left untreated, these illnesses can seriously alter a person' s thinking, mood and behavior. which can potentially disrupt work. damage relationships and destroy lives. In Florida today, nearly 8 percent of the population suffers from a mental illness. such as schizophrenia, bipolar disorder, depression and anxiety disorder. These afflictions knO\\i no racial, ethnic or social boundaries and affect both young and old alike. For those experiencing mental health problems. a wide variety of treatments exist. Prevention and intervention help reduce the impact of serious mental health illness, and early recognition and treatment increase the probability of recovery and the ability to lead a normal life. Now, therefore, L Jerry Taylor. by virtue of the authority vested in me as Mayor of the City of Boynton Beach, Florida, hereby proclaim May 2009 as Mental Health Month and urge all citizens to promote wellness by showing compassion and encouragement to those who live with mental illness In witness whereof. I have hereunto set my hand and caused the Seal of the City of Boynton Beach, Florida. to be affixed at Boynton Beach. Florida. the 21 st day of April. Two Thousand and nine. I I i I _.._~__._ _n~__ __.~____ Jerry Taylor, Mayor ATTEST: Janet M. Prainito, CMC City Clerk (Corporate Seal) II~tNNOUNCEMENTS &. PRESENTATIONS em C.2.a CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM Requested City Date Final Form Must be Requested City Date Final Form Must be Commission Meeting Turned in to City Clerk's Commission Meeting Dates Turned in to City Clerk's Dates Office Office [gJ April 21, 2009 April 6. 2009 (Noon) 0 June 16, 2009 June I, 2009 (Noon) 0 May 5, 2009 April 20, 2009 (Noon) 0 July 7, 2009 June 15, 2009 (Noon) 0 May 19, 2009 May 4,2009 (Noon) 0 Julv 21, 2009 July 6, 2009 (Noon) 0 June 2, 2009 May 18, 2009(Noon) 0 August 4, 2009 Julv20,2009(}JOon) [gJ AnnouncementslPresentations 0 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: Present Citation EXPLANATION: The Bible Church of God has requested this Citation to honor Bishop Sylvester Banks who is celebrating more than 50 years of serving and helping people in the community. During his tenure at the church, Bishop Banks has provided religious response to pressing social and religious issues. PROGRAM IMPACT: Presentation of this Citation helps the City recognize citizens who have made significant contributions to the community. FISCAL IMPACT: None AL TERNA TlVES: Not present Citation -l~J~ /J~~ ~ .. epartme ea' Ignature City Manager's Signature Public Affairs Assistant to City Manager.c;i!'-- Department Name City Attorney / Finance S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM DOC t f I ! CITATION Boynton Beach is fortunate to have many citizen clergy who take an active role lD their community and who are committed to improving the quality of life for everyone who Jives, works and plays here. These people offer their time and talent with no expectation of reward other than the satisfaction of knowing they have made a valuable contribution to the spiritual needs of society. One such person is Bishop Sylvester Banks, Sr.. who organized and established the Bible Church of God nearly half-a-century ago. An integral part of the life of the church and a pillar of faith in the community. Bishop Banks has provided religious response to pressing social and religious issues. Through him, the church has helped the community to better understand its faith, which seeks to endow life with spiritual and moral worth. Its many members demonstrate these values through their example. Bishop Banks has touched and shaped the lives of countless persons. Through his ministry. he has made every effort to change lives. touch hearts and build families through the power of his faith. Now, therefore, I, Jerry Taylor, by virtue of the authority vested in me as Mayor of the City of Boynton Beach, Florida, recognize with this Citation Sylvester Banks, Sr. for his many valuable contributions on behalf of the citizens of Boynton Beach. In witness whereof, I have hereunto set my hand and caused the Seal of the City of Boynton Beach, Florida, to be affixed at Boynton Beach, Florida. the 21 st day of April, Two Thousand and nine. .- -------- - Jerry Taylor. Mayor City of Boynton Beach ATTEST: City Clerk (Corporate Seal) v. ADMINISTRATIVE ITEM A. APPLICANT ELIGIBLE FOR APPOINTMENT 04/21/09 Last Name First Name 1 st Choice 2nd Choice 3rd Choice Anton Steve Arts Com Gresh Thomas Recreation & Parks Bd. Tengbergen Sherie Arts Com 1 VI.-CONSENT AGENDA ITEM B.l. CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM Requested City Date Final Form Must be Requested City Date Final Form Must be Commission Meeting Turned in to City Clerk's Commission Meeting Dates Turned in to City Clerk's Dates Office Office 0 June 16, 2009 5,2009 19,2009 Jul st 4, 2009 Jul :r:- Announcements/Presentations NATURE OF 0 Administrative AGENDA ITEM 181 Consent A enda 0 0 RECOMMENDATION: A motion to approve the purchase of one (1) Bauer CompressorlSCBA Fill Station Unit from Breathing Air Systems, Inc of Ocala, Florida for installation and use at Fire Station #5. Purchase is being accomplished through GSA Contract #GS-07F -9711 G at a cost of $52,272.26. GSA complies with Public Contract Bid Requirements equal to or exceeding Boynton Beach's requirements. EXPLANATION: This unit will be part of a state-of-the-art Self Contained Breathing Apparatus (SCBA) Clean Room service and repair operation at the new Fire Rescue Station #5 in compliance with NFP A and OSHA regulations for firefighter respiratory protection. The unit is part of the budgeted equipment for this facility and is being purchased on a GSA contract for the total amount of $52,272.26 PROGRAM IMP ACT: The purchase and installation of this equipment at Fire Station #5 will allow for the rilling, repair, and maintenance of all Fire Rescue Department SCBA and Cylinders. This will eliminate the need for Fire Rescue Units that respond in the northeast quadrant of the city to travel to remote locations for the function of refIlling cylinders and performing preventive maintenance and repairs on all SCRA units used for fire rescue emergency responses, thus reducing out of zone time, wear and tear on vehicles, and fuel consumption for these functions. FISCAL IMP ACT: The total cost for this purchase is $52,272.26 per GSA pricing and is part of the budgeted expenditures for equipment at Fire Station #5. This purchase is to be made from funds in account # 305-4118-580-62- 01. ALTERNATIVES: t approving this purchase. This will eliminate the SC:;t"r Clean Room facility at Station #5 that is designed to mee FP A & OSHA requirements for firefighter respiratory r~tion. /, , ~ 3(~s-/~ ~~ epartment Head's Signature City Manager's Signatur Fire Rescue Department Department Name S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM. DOC -.... ~~ Search Page I \ If.~ . Tutonal Customer Assistance I What's New Re Advantage! 4DIII Schedulese-library ~4#;~JJ.-i~,IW, i,,~,~,~J,Ptj: "'~J;' ..;r New search: IGS-07F-9711G in IAII Categories ::J f~~~ Home> Search Results 5, ? Help on thispagE Found 13 products for GS-07F-9711G Search within results I Find all these words .:J I f~:~.~"l'~1 Limit to: 1---- Sort by; I Most relevant ..:.l - Indicates quantity discounts available NSN/Mfr. Part No/Product Price ['elrver\ ~l1arltlt'y OCEANUS-E3/NAVY OCEANUS-E3/NAVY .~ $5,910.00 EA I -;,;". BAUER Three Stage, Air-Cooled High Pressure Oceanus Compressor Electric Motor 5 HP, 90 days delivered ::m ADG i . 230 Volt BAUER PO Air Purification System to Process 3,200 CF of Air p erCartridge at ARO i.,., to Carti :(1 Standard Inlet Conditions Pressure Maintaining Valve Chec k Valve.. . .. ~ Manufacturer: BAUER COMPRESSORS, INC Optlons/ Accessories " ,J;'. Contractor: BAUER COMPRESSORS INC [GS-07F-9711G] (0) . --. ~f_~ ~ ~~ mmm 00tI!IlI kfCOV PUIlCH -.--........---......-.-.....---.....--.-,...--. -". +'-- - -._--~--_.+._--_._-----.__...._,.-.._,.+-".,-_._..-. ---..,--. -..- + TCOM-13H TCOM-13H .~ I rr Unique Diesel/Electric Dual Drive System incorporating our ExclusiveAutomatic Belt $75,086.10 i'-c. AlJ{; j ...... Tensioning System High Gloss Powder Coat Paint for a hard durable finish Integral EA " ~tD Cart SCBA Storage for up to 12-SCBA Cylinders Four ASME Air Storage Cylinders... 90 aays oellvered '. , Manufacturer: BAUER COMPRESSORS, INC ARO'. Contractor: BAUER COMPRESSORS INC [GS-07F-971lG] (0) . Options! Accessones ~ 'j[~~ ~Rfr.a Iill'!'E 00tI!IlI RE:COv PURCH UNIII/19H-E3 UNICUS III / RECHARGING STATION ...., I .,~ j . ' Full Gauge Panel including a Pressure Gauge for each Stage of Compression and Oil $43, 115.06 iv:~' A!)lJ ~ .~' Pressure E-Stop Button Hinged Cascade Fill Control Panel with Lexan La minate Air EA '~to Cart; Flow / Fill Schematic PLC Controller and NEMA 4 Electrical Enciosu re Smart ... 60 days delivered Manufacturer: BAUER COMPRESSORS, INC t,RO ~ Contractor: BAUER COMPRESSORS INC [GS-07F-971lG] (0) ~' Optlons/ AcceSSOries ~ ~f"""~ ~~ Iill'!'E !!i!I!lIi Rt\.COIol PURCH JRII-El/ARMY PORTABLE HIGH PRESSURE COMPRESSOR .~ $4,905.00 EA I BAUER Three Stage, Air-Cooled High Pressure Junior Compressor Electric Motor 11/2 90 days oellverec -;" llDG . HP, 110 Volt BAUER PO Air Purjfication System to Process 3,200 CF of Air perCartridge ARC' ~ w Cart; at Standard Inlet Conditions Pressure Maintaining Valve Fi nal Pressure... Manufacturer: BAUER COMPRESSORS, INC Options! AcceSSOries Contractor: BAUER COMPRESSORS INC [GS-07F-971lG] (0) ... . ..<>CoL ~ ~f~. ~~ Iill'!'E [![!1!1Jl RECOV PURC"" UNIII/25H-E3 UNICUS III / RECHARGING STATION ...:.It ~ Full Gauge Panel including a Pressure Gauge for each Stage of Compression and Oil $43,814.71 ; ... "'DC : ~ Pressure E-Stop Button Hinged Cascade Fill Control Panel with Lexan La minate Air EA ':', t.,. Cart , I ,........-.......,. ,...,. T............. - r,____ r_ . Search Page 2 of: Flow 1 Fill Schematic PLC Controller and NEMA 4 Electrical Enclosu re Smart... 60 days delivered Manufacturer: BAUER COMPRESSORS, INC ARO Contractor: BAUER COMPRESSORS INC [GS-07F-971lG] (0) Options/ Accessories iM MRWo~'~ I!JBl OOI!III Rteov PURCH IE12.14II/PB-El FIELD PACKAGE II ~ $21,091.05 I Field Package II for Paintball and Less Lethal Weapons 10 HP EPACT ODP Electr ic Motor EA . [ ,- ADI>. Motor Starter with Overload Relay and Reset Push-Button Prewired for 230/1/60 - 60 days delivered ~taCartl ......... _ -. . t. Other Voltages Available Fused Control Voltage Transformer AutomaticPLC ... ARO ...., .., . " v' Manufacturer: BAUER COMPRESSORS, INC Contractor: BAUER COMPRESSORS INC [GS-07F-971lG) (0) Options/Accessories ~ MRWo' .~ &nm OOI!III RtCOV PURCH -----~+------ __n ___ _. OCEANUS-E3Y/NOAA OCEANUS-E3Y/NOAA $23,255.00 I High Pressure, 5000 PSI Compressor, Storage System and Fill Station Heavy Dut y EA . (mrr.wo ] . -..- Stainless Steel Baseand Stainless Steel Inner Frame Compressor Base Plate 90 days delivered ~toCart &. ,. _ ~ withStainless Steel Fittings Magnetic Starter and Power-On Light High Temperature... ARO , ':. ...~ Manufacturer: BAUER COMPRESSORS, INC Contractor: BAUER COMPRESSORS INC [GS-07F-971lG] (0) Options/Accessories ~ MRWoP'~ &nm !!1!I!1lI Rtcov PURCH -----~-----"- -"---~"------~'+"'-- ---- .~ C-D/DV/NAVY PORTABLE HIGH PRESSURE COMPRESSOR ~ $10,970.00 I ,_ BAUER 3-Stage, Air-Cooled High Pressure Capitano Compressor YANMAR L60 AE-D 6.0 EA . (TJJI( AD!} l .... : HP Air-Cooled Diesel Engine with 3.7 Quart Fuel Tank BAUER PI Air Purifica tion System 90 days delivered :-"<1.0 Cart ._" 1. . _ to Process 15,000 CF of Air per Cartridge at Standard Inlet Conditions ." ARO _ Manufacturer: BAUER COMPRESSORS, INC . Contractor: BAUER COMPRESSORS INC [GS-07F-971lG] (0) Options/Accessories -.. ~ MRWoP.~ lmmi !!1!I!1lI RECO'i PUR'(H -.------.. . +--------_....._,,_._~-_.._---_._-_._-~_.-_._----_.__._,------------.----.----------.--.------ -- --....--------...- ~..._-- TCOM-25H TCOM-25H .~ v I Unique Diesel/Electric Dual Drive System incorporating our ExclusiveAutomatic Belt $84,922.43 (lTTTT ADO ] Tensioning System High Gloss Powder Coat Paint for a hard durable finish Integral EA :=it" Cart SCBA Storage for up to 12-SCBA Cylinders Four ASME Air Storage Cylinders ... 90 days delivered Manufacturer: BAUER COMPRESSORS, INC ARO Contractor: BAUER COMPRESSORS INC [GS-07F-9711G) (0) Optionsl Accessones ~ 1lf$I4A"c.rn:. I!l>mi l!l!1!IlI ItI!COV PURCH ---------~--_._-_._---~---_.__.__._-----_._-~_.,_.._,-..---.-.-- --.-.---.----.----...-----.-- ._--_._-_.."--~,..,- -,.--...- C-D/DV/NAVY/SS PORTABLE HIGH PRESSURE COMPRESSOR ~ $16,360.00 I BAUER Three Stage, Air Cooled High Pressure Capitano Compressor Marinized YAN MAR EA . C' AVO ] . L60 AE-D 6.0 HP Air Cooled Diesel Engine with 3.7 Quart Fuel Tank. Muffler and Throttle 90 days delivered ~t"COlrt ... '... . _.. Bracket Nickel Plated for Corrosion Inhibition. Advanced Engine M ... ARO. .< ..~~"~ r Manufacturer: BAUER COMPRESSORS, INC :ii, Contractor: BAUER COMPRESSORS INC [GS-07F-971lG] (0) Options/Accessones ~ MfllI<,r,O'~ [mmJ l!l!l!liI Ittcov PUItCH .________n __." _~__.~.._" _._ IE120IIlPB-El FIELD PACKAGE I ~ $16,698.00 I Field Package 1 for Paintball and Less Lethal Weapons 7.5 HP EPACT ODP EJectr ic EA . . AUt)' _ Mo,"e Motoe Stort" with Ove"o" Rei" ,,' Re'el Mh-B'ttoo Prew',ed foe 230/1/60 60 '''''el,,,ee' Iw. Caol J;;i..... ltlI-.. '.. '. ...-....f. - Other Voltages Available Fused Control Voltage Transformer AutomaticPLC ... ARO ..., 4.' Manufacturer: BAUER COMPRESSORS, INC . \_-,' . ;; https:/ /www.gsaadvantage.gov/advgsaladvantage/searchlsearch.do ?BV SessionID=ilV,~~~07984516... 3/25/2009 Search Page .~ uf " Contractor: BAUER COMPRESSORS INC [GS-07F-971lG] (0) Options/ Accessones ~ Ojf$W,P .~ IillmJ l!t!I!llI RECOlJ PURCH _...._ ._.~._.._."~._ . _._ __ _____"____m_____.____ ~.,_____. _ _~_ _ JRII-E1/WT JRII-EljWT FOR LESS LETHAL WEAPONS ~~ $4,985.00 EA I Portable High Pressure Compressor for Less lethal Weapons Training BAUER Thre e 60 days delivered rw:-.wl) 1 Stage, Air-Cooled High Pressure Junior Compressor Electric Motor 11/2 HP, 1 15 Volt IIRO .. . to Cart BAUER PO Air Purification System to Process 3,200 CF of Air perCart ridge... Options/ Accessones Manufacturer: BAUER COMPRESSORS, INC Contractor: BAUER COMPRESSORS INC [GS-07F-9711G] (0) ~ noo ~P ~tIY.mI IillmJ [!lS!ljj IU!:CO'V PURCH BAUER COMPRESSORS INC (view catalog) Additional products and services are offered directly from the contractor, please click on the above link to order directly. Contractor: BAUER COMPRESSORS INC [GS-07F-9711G] (0) ..----- ----------.. ._-_.~-_.,-_._--_..__._-------_..__....-..._-_._- Can't find what you're looking for? Click here to have a Customer Representative contact you Or call GSA Customer Service toll free at 800-488-3111 Representatives available 7:00 AM - 6:00 PM Monday through Friday 1 - - __1- ...1- .~~...... 1......1... r....._+.....~.......I.,.......'rn........h/ClL::lo.n....,....\.... ....1........0D" c.......r-.......:........_ Tn-r:;:;'d:::;\t:::\~f\"f\O A C 1. /' .... f,"" ~ i'"'\f'\r>.r Product Configuration Page I of: . Advantage! Tutorial I Customer Assistance I What's New I Re ~ Schedules e-Library t~lt~i'ith~~!~ll-?':~t~kl'}~'Ja~;i:,,;i~1 ~.::.'t~: ,;"","--".,, ;.;,,:.~..... l ; t;. ;.~.. );l~".<.=.',i'" ,- "'_'; ,_.' "_-, New search: I in IAII Categories ~'lfE~1 E'I'" "'/."1'. .", " I j 1(. J, l. i t. i 'f.' 11 vt ,{ li ,t Base Product: ~ UNICUS III / Base Price UNIIIj25H-E3 $43,814.71 RECHARGING STATION $43,814.71 New price: $43,814.71 Full Gauge Panel I ~ I I [> Reset I I [> Add to Cart ~ ,-".~: '. '-~.::, including a Pressure Gauge for each Stage of Compression and Oil Pressure E-Stop Button Hinged Cascade Fill Control Panel with Lexan La minate Air Flow j Fill Schematic PLC Controller and NEMA 4 Electrical Enclosu re Smart Pad Operator Interface Console with scrolling DiagnosticText Displ ay Inlet Filter Maintenance Indicator Condensate Reservoir with Automatic Full Indication and Compressor Shutdown Two (2) ASME Code Stamped Air Cylin ders Installed in an Integral Rack Sound Attenuating Enclosure with Slam-Acti on Latches and Lift-Off Hinges CFSII-3S Three Position Containment Fill Stati on accommodates SCBA or SCUBA Cylinders up to 31" in Overall Length i Accessories I D Back I ' [) Add to Cart f available [. Update I NSN/Part No. Prod uct Price Select/ Remove MNR-29/CAL ELECTRONIC $2,458.65 r Mfr: BAUER CARBON COMPRESSORS MONOXIDE INC MONITOR Cntr: BAUER https://www.gsaadvantage.gov/advgsaladvantage/ catalog/ configuration. do ?contractN umber=GS-07F -9... 3/2512009 Product Configuration Page :2 (\f "\ COMPRESSORS INC TRI-FILLj 1 TRI-FILL, $474.43 POS HI/LO/SCUBA Mfr: BAUER QUICK COMPRESSORS CONNECT FILL INC Cntr: BAUER COMPRESSORS INC TRI-FILLj 2 TRI - FILL, $836.68 POS HI/LO/SCUBA Mfr: BAUER QUICK , COMPRESSORS CONNECT FILL INC Cntr: BAUER COMPRESSORS INC TRI-FILLj 3 TRI-FILL, $1,196.36 POS HI/LO/SCUBA Mfr: BAUER QUICK COMPRESSORS CONNECT FILL INC Cntr: BAUER COMPRESSORS INC UNIIIjRFjREL- UNIIl REMOTE $1,814.66 9 FILL HOSE Mfr: BAUER CONNECTION COMPRESSORS Cntr: BAUER INC COMPRESSORS INC 1 DUAL-FILLj 1 DUAL-FILL, $310.86 POS HI/LO QUICK Mfr: BAUER CONNECT FILL COMPRESSORS SYS INC Cntr: BAUER COMPRESSORS INC DUAL-FILL/2 DUAL-FILL, $557.50 POS HI/LO QUICK Mfr: BAUER CONNECT FILL COMPRESSORS SYS INC Cntr: BAUER COMPRESSORS INC DUAL-FILL/3 DUAL-FILL, $804.14 POS HI/LO QUICK Mfr: BAUER CONNECT FILL COMPRESSORS SYS INC Cntr: BAUER COMPRESSORS INC /RF/REG REMOTE FILL $882.07 , , I 1 ... - _ _ 1__-<o-~l~~/_~_..c:~_.__..:___ ...J._O)~ ___"'-___ _....."11.1_ L r-..C'\ {"\.....,..---. I. -. ''-'' - .-.." ~'\ , Product Configuration Page 3 of: I Mfr: BAUER HOSE COMPRESSORS CONNECTION INC Cntr: BAUER COMPRESSORS INC CYL-9/6K 6000 PSI $2,092.12 r Mfr: BAUER CYLINDER COMPRESSORS Cntr: BAUER INC COMPRESSORS INC I r> Back ~ i L> Add to Cart , ! r> Upd.ate I https:llwww.gsaadvantage.gov/advgsa!advantage/ catalogl configuration. do ?contractN umber=GS-07F -9... 3/2512009 Mar 15 2009 5:25PM HP LRSERJET FAX 3~,2-4Dl 9~)(1l p.2 BREATHING AIR SYSTEMS Dlvlelon of Sub-Aqu.tic8, Inc. 5555 S.E. Hwy 441. U"it 10-04, Ooala, FL 34480 Sales: (352) 629-7112 Fax: (3621401-9501 Net: www.breathlngalr.eom Reynoldsburg, OH · Ocal_, FL · Chatt.nocga, TN · MacDn, IL. Jackson, MI DATE; Mrch 15, 20011 ACCOIJNT#: PROPOSAL SUSMlTTEO TO: 80YNTON BEACH FD Rl!QIJ~$Tf!D 51(; CHIEF RAY CARTER I Lt. Jeff Simpson 2615 W, WOOLSRIGHT RP PHONE: (561) 742-6339/ (561) 742-6606 BOYNTON BEACH, FL 33435 MOEJILH PHONE; TERMS: "AX: (661) 742-6334/ (561) 735-0273 ITEMS QUO'f6D: CONTRACT #: ESTIMATED DELIVERY TIME: GS-Q7F-8T11G JOB t.CJCArlON: F.O.S.: .-- NOTE: GSA pricing doGs not Inelude off loading, uncrating, placement or the wiring to or Into an electrical compreseor to the electrlcaleupply. Warranty Is _ pl'Op08ed. FactolY One year on.lte parts, labor. 6&a\ ~ClN6 Part Number Description Price Qtyi Extended ! Price Compressor Unitized Air System. 6000 psi., 25.2 cfm. charging . $43,814.71 I 1 $43,814.71 Part Number: rate. 150,000 cu ft pUrificatIon system with SECURUS I . UNIII/25H.E3 electronic cartridge monitor. Includes a three position .. NFPA compliant fill station, Control panel with lexan laminate fill schematic, two ASME storaga cylinders, automatic condensate drain system and PLC I controller with smart pad operator interface console. I Entire electrical assembly Is UL LISTED. All in an i I attractive sound attenuating enclosure. Three phase electric. I Option Part Monitor - electronic carbon monoxide with calibration ! $2,458.65 I 1 $2,458.65 . Number: kit. I i , MNR-29/CAl Option Part I Cylinder - ASME 6000 psi. with relief valve added to i $2,092.12 I 21 $4,184.241 Number: I compressor. CYl.9/6K I I Option Part Remote fm hose with 75 ft. hose reel. Includes $1,814.66 I 1 $1,814.66 ; Number; adjustable regulator - gauge and isolation valve added UNItIlRFIREL...9 to a UNIII oomoressor. i To piaoe order, cali; BIll Dickson at BAUER Oompressors Inc. (757) ~s-eOQ0"'Lo (,,'.'-/:::r<'~ ) 7 -)~ 7 - 51 :';.<1 ..- ~~"' .->,., -! 1 ,: i "_-,>.j '1- 7/'.I.t- ((,~.:,,) p:} ) (,f.2 Mar 15 2009 5:25PM HP LASERJET FAX 352-401-9501 p.3 1ge 2 Maroh 16, 2009 Chief Cartert ThiS GSA order must be placed with BAUER. You will need to call Mr. 8i11 DIckson, and give him the GSA contract * of GS-07P.9711 G and then give him the part numbe~ and qty to piece the order. Tell Bill that I told you to ca'1tact him. If you have any problems, please call me at my offloe or my cell. Randy L Baker FL Branch Manager Breathing Air Systems FL . ,J l-\ (f Phone (352)62S-7712 1fl.) - Cell (352) 857-2783 ~ ~)r Fax (352) 401-9501 if" rbakerl&bruthlncair.colIl Total $62.272.28 PAYMENT TO BE MADE AS FOLl.OY\I'6: (UNLESS O1liERWlSE NOTEO. TeRMS ARE NET f>"YM!NT DUE WITHIN 30 DAYS AFTER Oe:;LIVERY) Proposal Submitted By: Randy Baker Prices Good For Days r~~ .;l c.r~ .., '1 R " "" ,-I P l f'1 S F F' 1 F ' :" ;> 4 " } 1 .' ., c ~ lJ ~ ,r~ CJ L. _' " ". . '" . I - _.....'- -. "'._--;;..~ I I NO~ 6 ~ I I I I i I ".' ':1: " .. StaN with a standard system muJ add the options thatfityour needs/c.: Choose from eight different size compressors. .1 '... . ..i .... 20-cfm to 42-cfm with 5000-psi - lO-cfrn to 35.9-cfm with 600Q~p~t:C:;;:r'I:.:'\ ;:,,1; ,:'f'::';: '.'."."''''''''. .,.,...".,,1)")' I " 1" , "[L\.H I) L' (\ l' IP MI. '" T ....... ~",':/....I' ..;:...,.1"..... ..... ':.1...:,...';.,.,..."....:.1.1,..,..: I.i,......i,'.... . -- .'"'-~,. ''-t ~ 1;,01' -. , ';':';':'i"~:~:'::.',~~( ~",.:~",f:';:"" .;~,:r,' '"-:,:;1'''' 1<' Bauer conlpressor uf:,'oul' choice lIinl~p<J l'ontt'oJ panel:; ': , 'I,.:,.:.:' J~~:::::i!i.'.:::::.:'ll>:;k;,,:.:i I . .'" "_, ::' .-;, '::' ~ _I' "1, : '"" ,', .' '" _'. {~',' "..\" ',,: Cartridge-type p urificlI tlon ~y)telll Clll'''' 2 lOni<liurnt!ni-~1.;yk fiJ~ii;~~N4~<;;)'W.~;.::i:,,!!:.:)1; ;:)I::;!;'::;\ :2 ASM1~ cllsclllle storage (.'yl!r,dQ;'rs ::-po~itlOfl (te~tl'd tv, meN h"iFb~.::r90:~'~.'!;' '<"i'" '1.1;. 'i,;"'':'11\ ""I'"" :,\ . ~, " .~." 'I: "..:!~ ~1" .11\1 j,,~ ~ \" 11 .-1 Eln:tru nl,: l<:01 rid l~tl I ~tOn ita f'l t1;; s~ "Ie 111 Lu VI (, tl r)f'e~w n~, hi'/h' tet(lR;'liJ:t\:Lt!;!\l~\~" llll'./;i" ii, '" ',i,l,, "'It .:il!i':" " ... ~ '1' I.. I .i.'b,l_ ~YI' 1'1 ".1\ .r.....,~X \ ~ ! Em ngl: m~y ~\ up switch \. \ltom :1tic c(ll1lh,n:)llt~,a l'thfn;\lk~!\Ii.il11" ~ ~Ii~'.;,~:l'~'~ '~'I'I~:i.~,: ?1i!I:'t(, '71:,: J """1" I,." I I "\' ,',,' '" . ':. '.-~~'~l. };~ \ I'l"~~.'\'~ ~f~r .'\<!.rr" 'tJ'i i,t\' I ADDERS & OPTIONS "Choose the ones you ,",ant!" . <Ii <I '1111' ;lki..t\li;:~;~:;I~!)~~t:~il\:):(i#i I ' , I ,'\' I ,;\l,l,. ,'jll' '~I" ,'M. (..'llF) ~!..\!Jij,,!;ill'd . ASME stornge sy~tem-add 1 or .2 cylinders up to a total.o'f,4, ':)r "Y':I'ljl""i\il/::,l\,,:,!IJ;~:lf~~i:~@~!~~'I:F~~;1~r\i;fJXj,:;lt~~il"~:i1<~,: I' I ~ 1'\/1 h .11.".... - >>~~lr. \~~IDr.m .11\ ~\h. (1{~~I\~!'\".IJ~t:ll~; n 15~ . Electronic digital readout, Carbon .Monoxid~ monitor , :' ",. 'I: ':~,:, '(;'II.I'\~:' 'l, !1~i,.'I~;J::: ~;~!ID.ii!!l!i;::l'l;I:~~I!li~i~rii:f.M';' I I l \ I :,,\;1 I' IJ'~ (Ii'ii,t", 1/\ '~'\L l' h~i~r :.~tl~~~;(;"l~t :r~~r{I".1'I\1 . Change from ASME storage to DOT storage and say,er.nlQney,\ ,I: el,l !1';t':'~'JlAl\,t:lkJ'~~li;~Il!~;;t~il,:ilh;'rl.\j'Ii';'\'"il:"") . . I f < > 1) "J'I t; , ~I ( 11:\)f \1!:' ~~,t\ II 'ltt:~1~,';/;~~\~tt..,i~I:~~\),'~:">,<;(..(,t,~~~q:;.; > · Refill hose to fill mobile systems, hose and fittmgs 'on'ly,', . ''''..,'I". 'I' ;Pt:i\].>:i; "'\1'" ~:i:ili"I\'\"~1l'~Jh~!i!V;~::l~~f~iF::l.H::(,'~:':':":' I . Cabinet enclosed, 50' spring rewind hose reel witn'ihose};ij;1:t!:agtJ.it~:!~ii~~r~'I'':i~'Ii~, '~~jt :;,:..' i\':;:;;~lbl' ....., ' ". .( '" '1''',' 1'1 ",'.I,!",:v,,-'~.'JI""ii,.i,,~''':''iill>.j!l:jdfl!!~',,:::tI';,,' ',;I"lt' I I' ," ',ll; ~ 'i. lJI:\I\""'~ .\l.\\\\l:(!' 1:\1\ ,(H("\:\;t~r~~ i'~~f (t :-:1:1 \, ,\~ I ~r .- . Audible alarm "1,, 'Il' r . ,;, ,11'i''''!I''''~:4'''I.~'''I!HI,'Hill..ij 1,.;,~\J~l'!1 h'I""\ ~l",t"." I I')rjl~. Oil l'"-:'il)~:f! "~I:;;"lr!I~.H~1 \JJl,;!...~~t\~2\ir~IU~i:I';,I~f.I.:'~,1~1.1~1.1- . lndustnal moving roller s""stem , ,,.1 1''1 '"'1".'.,'" 'l.i(:"'i;:','+,,111:\',di~~~,iU:;r.",R""'::'" ,..;;I~ I', ,j ~ l 0 ", I~; !. \/~' -::, \;~ r;'~" ,.,1: l;!.~n;t~;,rtJ~i~\;'~~:,~ltri 'f ,'_., II '" T ,'. I ~II I" ~ ";''''lr "~"I \"PI~,i),~,."t'l,tW~~~::~'.\)/I' " (1\.- ~ O'l-SITl-: START-t. p, TRJ\lNl'lG Hnd 1 fi(llj~ ~EA.:n '\;"~AI~Ji:~\}~i1i:y'frmdiB~i~ijE~1F,,':tl;':'!'!:'''~'.;'i . ,I \\ ': It' ,,: " io,: I,: ",:" u"'II','l'JIl"'K'I:'" " I Ij (') ~,I I (11 -,. .I!~\i ~ ~"l,{.!. " /r\')J'j"l,t\"I~~I';"\" II!,!! I .. l' ill _'_...., "j ~. 1 ,'" ~ II r 'j""'llt":';'<lJ(~L ' " l'I",U\r~~ i~'lt~'tJ~~"ljl,H! l" ~ ,: 511 b'f{C5(ed pur,'h'f' 1'1 g 5/W,.fjiCWIiVJ,s a.~:t~ ql~,,!!]((Jiq,{li;'t)~rh~~w~~'itlf),l: i\i:.~~i,;,\.}"lbll\;":~;';;):ni' '" Iii!.':::),:':' ::. '. '. .I\.I~. '., 1.1, 1\,4 I ,"1.. ~\, '^m~,.\ '," to!: )b ,')', '/J,~)~" :~ ..~'.',mt1 \ j I 1" l'!1 J ~ :~\j,; J hI ~l\~J( ~~ ~', ,,, I',; d~' ':1 ~ ~ ~ " '~":'8w ....-. . -I'~l\... ~ ~......... , ~ H TN' -", -R' ~y' ~ T T". \.'J ..., r~ ~_ ~ 4t,..~l!,t;o 'l,t(t'" ~"~l "',~J7',,::, ~.~ f-1 I if,":Hel"'fi;("...~.:;1\l!0':l',;!.'7<t5'.'f:r~Hi~" tSKt"Al '..~ lTl\! ~.~ ,,-, S ~ ...~ J :tl j'.,~~ .'~ t~I-'- ~ .! ~} ~~~, I.:l Ul.~ ., ~ a:'>:';;:;~&~ 't! tQ'\ I~ ""," : ." lI''\UI '. I 1\.. ',. \, . ..h2 ""~t~~,i;'(~~ ?ib5S;':, Hri:II.U ~l. f~t.:'.\f'i(dd'lhur~. ull .LH\(.:i Pl\on... ~,1..j1 SJ~ ; ,.j~ ~ !''\''"t''=.'1J'.;t.e.t';~.';'J:'''''' c:",..r:., 1-I'Ji(i-'U" :.i~(] F\\I: h,.j"i~-l-;I'I-'l \11 ;-:'jr'rf' ",," .hreDtl\l"~~,r C' ;J~ V'~~ Ii' r~ J'l!i~'~ 1 J<J.;"fI~ &-.L"J,.'Sri':'~.Lp....'Yf"1'\.l,),ita::S,-orr.~...~r:,r.'i U:~[,I3., t '.~, I",-.n~,..i I ~~___\"- ~TIWU.C"""'~~ '~5~\1(1"'1"'!" :'......:- ,_, .,--t ~';~"!, \1~:.ti,[...I,,'~,;;:::';,,\!~~~(,il:~:t (I" I:J. ),-=. '-': ..~c. : 2 2008 11:52RM HP LASERJET FAX 352-401-8501 p.3 Rug SUGGESTED PURCHASING SPECIFICATIONS Meets Buy American Act BREATHING AIR SYSTEMS #6 The system shall incluae: COMPRESSOR, DRIVER, PURIFICATION SYSTEM, CASCADE STORAGE SYSTEM THREE POSITION, FRONT-LOADING FILL STATION, ADJUSTABLE FILING REGULATOR, ELECTRONIC CAR~ TRIDGE MOISTURE MONITOR cHid MASTER CONTROL PANEL. Tr,6 entire system shall be housed In one unitIzed cabinet with top illumination. The cabinet shall be pOWder coat painted and the conlrol panel shall be stainless steel With laser cut flow diagram UN/1120.E3 4 20.4 17,0 15.0 1300 P5 SECURUS 90 x 36 x 77 3550 UNlit 26.E3 4 26,4 22,0 20.0 1350 P5 SeCURUS 90 x 36 x 77 3625 UNll 42-E3' 4 420 35.0 30.0 1300 P1Q SECURUS 102x36/42x77 4300 !,iltlm~"9.1!_iY~~1l~!mr'!~~W'~I'~{lril,";"II~~:r~Jj..~I'~'ii;1lli"'~m!i;INi\\~Flr'1r'~1'.'Jllr!I~:~)mr\'mm'I';IUIk'r'~1~!;"l~:;~4rVj~;;~ml~~~rfi~il~~':"i ,... '. .,: ': II . ~. .. . 11' .: '.~", ":;l" \i: ~:i,' trJ ~': .::' ,,Yflt ItlJi, (I~\I ~i!~. ;.t,~_ ~;~" (;:r; ,~~i\ ,~:.- ':-:~; ~?:~.. \,::1 fi:.;.. '~~:f. b~l ~::5t ~o.:;., ~':r . ;-~~,~: ..~~:~ ~\~.~t" ,r:~ i .:~.'~ 'j'i!; . :. d~t' ,,,'.,,, ,It t" ..J~ it. r;,ijV,!i\ II;'ri,~ijk,.,.~i~"JilLil' )(.!':.,tk?:; .,v;~,~, ;;,~Mol~',:("",,;,.{ JI;~, ,kJ i/:J:JII!!l' l~:.: IIIf:..iUl::.,. j"d I~i':_. ""., tt.d~l~.".II;s ~ii1'l!Ilt,)... !i<~)!",:~&fi;l..i!0.'k.n! UNIII 10H-E1/E3 4 9,7 e.1 7.5 1160 P2 SECURUS SO x 36 x 77 3350 UN11I13H-E1/E3 4 13.0 10.8 10,0 1420 P2 S1:CURUS gO x 36 x 77 :3450 UN11I19H.E3 5 19.2 160 15.0 1050 P5 SECURUS 90 x 36 x 77 3600 UN1I125H.E3 5 25.2 21.0 20.0 1300 P5 SECURUS 90 x 36 x 77 3696 UNll 35H-E3- 4 35.9 29.8 300 1200 P10 SECURUS 102 x 36/42 x 77 4550 . Bllud on ret"Dr~lng tin 80 cu.ft, r~nk (rom 5()() to 3000 PSIG ~. CORlpreuor CRfl:\cJty I"c{erellCed to standnra in!!1 conditiofl'. E! - Sin!:'. Phue Electrlc, 230 VACIGO Hz E3'" Tbree Ph.,e Electric, 230/460 V ACIGO Hz Othel' ~'olmee;. .".lllIblr On nqlltll J)(!I1~n3ia".' ana wgighlJ aI" (TPPf'O);lmQI~ <md al'e sl',</~CI fO chang<<. FOR HELP ON DECIDING WHICH UNIT IS RIGHT FOR YOUR DEPARTl\1ENT OR TO HAVE OPTIONS EXPLAJNED-OR TO JUST HAVE YOUR QUESTIONS ANSWERED, PLEASE CALL: !SJ.'~_'l- -,-,,~ After you have picked the PERFECT U~IT, \ve \vill be happy to ulaH or fax. )'011 a set of detailed, ,vritten specifications designed around your choices. Jj ;: O'q ''__ ,___~ I 'c ..-------...- ---.- ,.- . , _"00,,, ' ----I..' --- - -' A ~ RFV H'(ll IMII I:', I""'" l'I(:,II~':';~LC"'lINIllP'.; , --- .'" '~''''1~'''1'J-'f.:''~1 I,P~ \. ".U.,'(lT[_..^..~I;)l.A'" ,-t=LE1~ml(,J>l ?01\Ii'R .. ..1 \ ,r,'m~r'ICl I ENTRA'.tSE T\ _ n __~ r~;/ 1 1:4' (;C~j[~;;n SIZE '", : Ie xxxJ: I; o :,\ ~ ---">- c". 7 3/t, I 8 ~ :l7 V,jO.! j ..L _ " n I I ' ~ \_ L L ' \~r::--=-"'C"'..::,==r .ll ,. Cf1 :rl eN G rTi g::IfTT [1 'eN.. .'::ONIT'J' MINIL\lJM 1l1-<;TMK:J HI O'JlJ.:J Ii .. ;,",D rr" P/I'.:;-i rOR CPf:jlj,ll[;(J SUF' A -- O' <:C/'N."c1:S$O", B ~ }\;'. / r\m=~SUR~ c.~UC=S C 3fS'" --I -- ~~ !:,'.",~'Al .. I ~ ------ . fi :-:l,~, 1 III 'I ~ CC~JFRESS.C.Q.- (.:'111".01,,, '. .0000 (l) [",~'.ES"Dlr.::ns fM~III.(IJMDI:,I,^~NC~ "F'lIJIICLIJ t I.. "W '" ~ ., Q FOR COMf'R~"" ,eE. hlAIN" N/.NU . " ." I "<'.> i .. El SIDE ^ ~:IO' "."c~I" . 0 IOl.,l~"""~"'" <) !)c31i- " ,.., Ie"" ~ "" ~ <) Co JS' . 1---- I f' 'n . iJNlI\'1tI(~I1~l(w:"".'h" :.!) i -c=- _ tl UNBV10I-I c 4100 Ibs liI,f/A, I ;71'~ UNIIII1l1l 41~1:>s PU,IOlc 'f'<~ t ., ut.JIVI9l1;47mn..,./:> I 1IL I D';' lJtIIlrnH c- 4..1OJ 11." i ( IJNlILr2tl ~ 4250 lbs ,~ 1\[1 ,I I IN II 1126 ~43001l>s Ie,' ,1\ I " -no --- ^ 1 . ~;'~7"~~'"."""u,';,:;:~\J~~f!!.'~..,,,,,",", >CC,,"'.."'.~ r- ~; . ..1 . . .. I "'L:UI'O:r-..I3IJ~.::a..~:w.l}: u....-,...~~_O.€":- l"ft..l.'.lI'_r..r-;rl"t:.;.r.~-l.!,:::[l':OL.; -r _~~ -1 - m-tuL1l''':".xflJ,",.:-:.TJII.rv.'r.r(~ '(\11l;r;L;o1"",,;u ~1I:_A.l'N-:'-"';:"'_ ..... _, " '-'>..op.....:--- J B . :, .',-11 _ 1;1' ~~ ',\ 114", 4 /1.' ~'" Y..l'1o~", BAUER COMPRF--SSORS, INC, f',IleJlG }\n,'h.. ,.~ '" lID NDRnJlK VlliGI~\ 'w'",. I ,"" ,'" ' ,='"' ~"0"~"!IC cc", ;:."'''' "[)U ILlNEDIMlNSlclNS- I ..1 _.,.1 =-':;'-r; ,;JRN,;, . .. ~'" '0'''''', " . I ,1/7 c,)N.,RETcAr.J'. "If' cl'~IJd,,[J) ~57:!]H UNldJS II( . . ~lRrp.~ l~'::.....~". -;:;~v J:,.I \.j 'l,..l,n=- ! n __ .____~"___~__. "_~"n r<-\J~Vli: l\~~Y 08-87 ~>H"" ~~l 1 ~,. t Aug 12 2008 11:57AM HP LRSERJET FRX 352-401-9501 p. 1 SUPERSEDES ALL PfUOR Specification for a breathing air station to refill self-contained breathing appararus (SCBA) cylinders with purified air that meets or exceeds the requirements of CGA Pamphlet 0-7, Compressed Air for Human Respiration, the requirements of ANSI/CGA 0-7,1, Commodity Specl:lcation for Air, Grade E, and all other recognized stc.ndards for respirable ,lir. The brer.thing nil' station shall be comprised, in part, of a high pressure compressor and purification system, storage system, cascade fill control panel and containment fill station, The station shall be designed for a maximum working pressure of 6,0001 PSTG, All equipment shall be new and of current design Elnd manufacture, Used or refurbished equipment is unacceptable, Specifications are subject to change without notice. BAUER rv10DEL UNIIII2 5H - E3 UNICUS III 6000 PSI SERVICE The breathing air station shall be supplied on a steel base frame of welded construction. The frame shall be designed for both the static and dynamic loads of the system and of sufficient size to adequately acc.ommodate all of the station's components. The base frame shall include built- in leveling jackscrews to help insure proper installation. The Unicus III base frame shall include four brackets to facilitate securing the leveled unit to a concrete floor using expansion anchors. The compressor, purification system, fill station and all tubing shall be incorporated into an appliance-like enclosure complete with sound attenuation. The enclosure panels shall be equipped with a slam-action latches and lift-off hinges making it simple to facilitate inspection and maintenance. The UNIII enclosure and base frame shall be finished 'With a baked on polyester powder coat paint for the ultimate in durability, corrosion resistance, and long life. The station shall be designed for against-the-wall installation, operation and maintenance and single-point operator control from the front of the station. The design of the station shall permit unrestricted cooling air flow to the compressor and motor when installed against a wall. All system instrwnentation, controls and access to the containment fill station shall be located at tbe front of the station, The depth of the fill station portion of the Unicus III is adjustable tJ1ereby allowing the Unicus III to fit through a standard 36" doorway. The station shall be designed for operation indoors \vith room temperatures ranging bet'vveen 40DF and 115"F2 Installation shall not require a specla.l foundation; howe,,-er, it is the responsibility of the purchaser to ensure the inst2Jlation site has a solid and level foundation that call support the weight of the station, the availability of a qualified source of air for the intake of the compressor and adequate ventilation. All piping and rubing shall be properly supported and protected to prevent damage from vibration during shipment, operation, or maintenance. Piping and tubing shall be installed in a neat and 15000 PSIG uVllilable; 5e~ G""NITli26 s.peclfica~i0r. 'Please consuh the Blluerfllctory for applicatlo"ls outside of this ternpe!"'nture rar,ge. CNII/:25H.E3 JUL '{ 2007 PAGE 1 OF 9 nu~ ;, C1 [1 f] , . , i r~ 11 HP Ins E I:: OJ E' I ?" 4 SllPERSEDES ,6.LL PRIOR orderly arrangement, adapting to the centours of :he st.'ition, ,~.I1 :nstLJ1':1em tubq; s::a:j '::e .'1': series stainless steel. The statton shall be '>vnrranted free from defects in material and wor1cnar.sh:p fer '" pe,lOO ('): eighteen months from date of shipment or t.,yelve months from date of start-u" ~xh,che\'c expires flrst. The warranty shall not impose limi:ation5 on the station's accumulated O?er2.Lll,! noms during the ,,'arrant)' perioQ, Performance Ta ble , I Charging \ A,: :YIodel FAD) I Rate4 HP RPM Compressor Purifkmion ?ro(:esslng SCFM Model System Capabil]ty:' I sen,'l (cu ft) UNIII/25H-E3 21.0 25.2 K18,1 II P 5 SecW"us , 150,000 , Table 2 I I SCBA Fills in 1 st Hour From 2 ASME I' From 4 ASME I -- -.-... 1\.1od~1 2216 PSI 4500 PSI I 22]6 PSI 4500 PSI 45 cu ft 45 cu ft 45 eu ft I 45 cu fL UNIII/25H-E3 I 56 40 81 . 60 T1je number of SCBA fills in 1 st hour is calc:ulated by using the following formuln: FAD x 60 min1hr - SCBA f11ls from stot'age' (SCBA yol1..:mc at fill pressure) - (SCBA volume iH 500 PSIG) Compnssor Tr,e compressor shall be an air-cooled, oil lubricCltcd, tl\e stage, four cylinder. single 22tll!>,. reciprocating compressor. The crankcase shaLl be cast of a high stre:1gt~1, alumin'Jnl allo; i -~, c:) crankshaft shall be of C'\ single piece forged steel construction, and supported in the crankcase h:, th.ree long-life roller bearings. The coru1ecting rods shall be of sing:e riece desjgr~ I",,! constructed uf a high strength aluminum ~1l(1Y. Each con.,,'1ecring rod :,hall ir:';\)f!.'CJrate a r'"",;; bearing at the crack end wd needle bear!;'cg at t:1e pic end. ~='he ;);st2ns ~haLhe cClcs:ructe':. \ ,.., i aluminum alloy, Piston rings on the first thror.gh foun}: stage a::-e of cast ;iOC: fi:ih IIt'c) ,~l;.'::~' Ba~ec 0:1 s:andard :n}~t catldi[~ons .. 3~~ec en re:h2.rg:ng an so eu ~ c:,:'!inder fr'll!. .;; .Jr: (1."1 1. I(:l-J ?~ .~-; ; Based 0:1 an i~let 1err:perature of7'JQ? c Re:eren:::t: :~e 3a'Je;' f<:::agr:1:Jh fer ,'lJr.:0er r:f ~.I~o f,)m s'ce8g~ CNIL25H-E3 .lL.Y:::) - P-\C::' 2 OF ,::, Rug 12 2008 11:57RM HP LRSERJET FRX 352-401-8501 p.3 SUPERSEDES .-\LL PRIOR rings shall be of a high strength polymide. The final stage shall inco:-porate a ringed, free- floating, aluminum piston, which is dri.....en by a guide piston and the previous stage's discharge pressure. The cylinders shall be of cast iron construction with deep cooling fins on the extemal surface for optimum heat dissipation. The ~ylinders shall be arranged in a dynamically balanced, diametrically opposed "X" configl<ration with each cylinder located directLy in the cooling fan's blast. The cyLinders shall be removable from the cranl.;case. The compressor's flywheel shall be of cast iron construction. A multi-wing, high velocity cooling fan. shall be integral to the flywheel. The fan wings shall be replaceable. An intercooler shall be pro'\'ided after each stage of compression and an aftercooler shall be provided after the final stage of compression. The coolers shall be individually detachable from the compressor, located directly in the cooling fan's blast and made of a s1:ainless steel. The aftercooler shall be designed to cool the discharge air to within 181;>F of ambient temperamre. A cool-down cycle shRll not be required prior to stopping the compressor. A separator shall be supplied after the second and third stages of compression, and after the fourth stage on five stage compressors, and a coalescing separator shall be supplied at the discharge of the compressor. An automatic condensate drain (A.e.D,) system shall be supplied for all of the separators. The drain solenoid shall be controlled by the PLC and factory preset to drain the separators approximately every fifteen minutes for approximately six seconds. The AC.D. system sha11 unload the compressor on shutdown for w1loaded resta~t An exhaust muftler and condensate reservoir shall be supplied. The candel1sate reservoir shall have a high liquid level indication system to provide system shutdov,rn and to alert the operator that the condensate reservoir is Ilt capacity. The operator shall be alerted that the reservoir is at capacity via an cUldible alarm and a scrolling text display message on the panel mounted operator / compressor interface. Manually operated valves shall be supplied to override the automatic operation of the A.C.D. system for test and maintenance purposes. The compressor shall be lubricated by a combination splash and low pressure lubrication system. The final stage of compression shall be lubricated by a pressurized lubrication circuit. The: other stages and the driving gear shall be splash lubricated. The low-pressure lubrication circuit shall include a positive displacement oil pump, gear driven by the crankshaft, a Don-adjustable oil pressure regulator, and a full-flow oil filter with replaceable element. A highly visible sight glass shall be included to check the oil level. The oil drain for the compressor shall be piped to the outside of the frame. The compressor shall be equipped with an inlet filter \vith replaceable particulate eleme;]t Prime :.\'lover and V-Belt Driye The three phase electric motor shall be of the open drip-proof (ODP) design. The motor vol!2.ge and frequency shall be specified by tlle purchaser, The corr.pressor and motor shall be mounted on a common base that is vibration isolated frol-:1 the station's main frame, The compressor and motor shall be arranged in a vertical design. Power from the motor shall be transmitted to the L~II/25H-E3 Jei Y 2007 PAGE 3 OF 9 Fil.J ~ ?nmi e, r1 H p lRSER,1[ .. SLPERSEDES ..o.L. PR10R compressor by " v-belt drive. Tie v-belt :.lrive snaJ re designed :0 tet:sion tbe ck\'e ~:::i" autoll1atkally. Ro:ation arrows s!:.aLl be affixed in 2. cJnspicuot..:s ?LaCe 0:1 the carr.presser Electrical Control The motor control center (Idee) shall include an across-:he-line magnetic motor stal1er, LIse,' :racsformer and PLC controller. Additionally, for enhanced operation B....'1d systems r:lonltor:r;g, the package shall be equipped with 2. Touch Pad Control (TPC). The electrical panel instalLec L the MCC shall be built in compliance to CL 's Industrial Control Panel Custom Builders Prograr; and shall be affixed \vith a V.L. label. The PLC compressor control systel:l consists of a programmable logic controller for '.!1~ monitoring, protection and control of standard compTes~or systems Standard features of the :tdCC include: - A NEMA type 4 electrical enclosure - Emergency stop button - Operations panel mounted TPC F()l1f~Line 'text display 8 The display shall ':Je capable of changing color to express system modes: Gre:-iL for normal operations; Orange for cautionary operations; Red for s\.'stern sh'..ltdown Electrical Panel with UL approval markings Systems containing fewer amenities shall not be deemed acceptable. Standard features controlled and monitored by the TPC inclt:ce: - Compressor on " off - Compressor final pressure - Compressor oil pressure - Compressor temperature AutomatJc condensate drnin system - Full support of CO mor.itor ularm f1.l.nctions l(Jptiona~1 Full support of SECURUS \varning and al2.JlY. func:t~om - Built in overtime timer set at 5 hoaT,) - nrtlonal :lces :l':"ilable - Conde:1sa1t' reservoir full a~arm ~\': otor (l\' erlo ad al arm Final sepemtor ,::o'Jnter \\arni.ng anc. a~i.".rm fc~nct]l~!lS )J o:1resettab1e ~c\l.\rm eter SysteT'.1S '::J:J:ainl~1g :'2\\ ~r cuneni~ics shall11()! be deelTled dccet1tahle. l.~H 2SH-E.; .i (~L \" ... P.\GE .+ cr ~i Rug 12 2008 11:57RM HP LRSERJET FRX 352-401-9501 p.5 SUPERSEDES ALL PRIOR A fully functional electronic intake filter maintenance ( status indicator shall be included which will provide system shutdown and will alert the operator via audible alarm and scrolling text display message on the panel mounted operator / compressor interface of 6e need to replace or perform maintenance on the inlet filter element. .'\. non-resettable hourmeter shall be supplied to record the number of compressor operating hours. The hourmeter shall be installed within the compressor enclosure. The compressor oil pressure shall be monitored by a pressure switch and pressure gauge installed in the instrument panel. The compressor shall shut down and the operator shall be alerted via audible alarm and scrolling text display message on the panel mounted operator / compressor interfuce should the compressor's oil pressure drop below the factory preset value during operation. The oil pressure switch shall be by-passed during start-up to permit the oil pump to achieve the normal operating pressure. A temperature switch shall be supplied on the cylinder head of the fmal stage of compression. The compressor shall shutdown and the operator shall be aJerted via audible alarm and scroHing text display message on the panel m0U11ted operator ( compressor interface should the final stage discharge temperature exceed the tamper-proof set point during operation. To simplify system diagnosis, maintenance and service, the oil pressure and air pressure shutdown switches shall be equipped with DIN type connectors. Addi tionally, all of the wiring shall be encapsulated within a split corrugated type 100m, installed into a 37 pin circular connector. Each wire in the 37-wire harness is color coded for ease ofidentiflcation. Fault shut downs shall not affect the ability to fill SCBA cylinders from the storage system as long as there is sufficient pressure in the storage to fill them. Purification System The purification system shall purify high pressure air to a quality that meets or exceeds the reqLlirements of COA Pamphlet G-7, Compressed Air for Hwnan Respiration, ANSI/CGA G-7.1, Commodity Specification for Air, Grade E, and all other recognized standards for breathmg air. Purification shall be achieved by mechanical separation of condensed oil and water dropl~ts, adsorption of vaporous water by a desiccant, adsorption of oil vapor and elimination of noxious odors by acti vated carbon and conversion of carbon monoxide to re spirabte levels of carbon doxide by catalyst. The high pressure purification chambers shat! have a working press'..m:: of 6000 PSIG. The purificatio:1 system shalluti:ize replaceable cartridges, The purification system shall be designed so that the replacement of the cartridges can be accomplished without discOnl)ecring system pipi:1g, The design of the chambers shall preclude the possibility of operating the sys:em wldl0U( cartridges instzJled or vv'ith improperly installed cartridges. A bleed vaL'e shall be provided to vent the puritlcation system to facilitate replacing the cartridges. A pressure maintaidng valve and a check valve shall be supplied dmvnstream of the purification system to increase the lNII/25H-E3 .TeL Y 2007 PAGE 5 OF 9 ug ':' n C1 R 1 1 : ,,-, r" M HF' L_ R S E R.J f' fl;:<< 4 , Sl'PERSEDE5 ."LL PFJ(1r.. "To" and "From" 'fah'es. Systems rqumng :ndi\'Jdu2.1 "TLI' 2.no "From' va.\es ShZl11 u: : deemed acceptable, as they :equire more efron tCJ operate. All control panel mounted pressure gauges shall have a 2 1/," diameter and be iiq'.:id ::.Ild ." fl uorescent light shall be factory ins::alled above the panel to p:-ovide a g:are-f:-ee illurr.inatic,r tbe control panel. An on/off switch shall be integrated mto :he operator . compressor in:erfii~t.: for the light. Air StoJ"a~e The air storage system shall incl ude t\','o receivers fabricated, tested and stamped i:1 2.ccordance ~.: Section VIII of thi;: ASME Boiler and Pressure Vessel Code. The :ecei ve:s sh.all have c:. _~ I safety factor at 6000 PSIG (7000 PSrG MA VlP at 20QcF)9 Each receiver shall have a capaclt) (.i 491 cu it at 6000 PSIG10. The receivers shall 'ae mounted in a vertical configuration 111 a r~c:k that is integral to the breathing air station's frame. The rack shall be designed to accommodate four identical receivers. The receivers shall be installed in accordance \vith 29 eFR ~910.16'; The rack shall be designed to support the receivers in a secure manner and pennit ViSlld. inspection of the receivers' external surface. Each receiver shall be supplied with a manual arailJ valve, an isolation valve and safety relief valve. For ease of maintenance and periodic inspecllor: all the drain valves shall be piped to one convenient location within the Unicus III enclosure Each receiver, or bank of receivers if additional storage is required, shall be piped to the cascade fill cO:1trol panel to facilLtate cascade fillircg. Containment Fill Station The f~ont.loading, three position, containment fill 5t2otion shall totally enclose the SeE.\ SCUBA:: cylinders during the refilling process. The fill station's outer enclosu;'e and door assemblies shal1 ':le constructed of formed \ 4 mC~l tl:i.::,( p late steel. Venting shall be provided i:1 the bottom of the fill station to allo\v the rapldiy expanding air from a ruptur~d cylinder to escape from tne f1l} station. The :111 station s~,al: . .-~ ergonomically designed for maximum operator convenience and safety for refilling cylinjer~ The fi.:1 station door and cylinder holder assembly shall hit Clut towards the operator 45 de grc:'-. , provion:g unobstructed access to lhe CYlinder holder to load and unlOad the cylirders. A Ct!\.JL,; plated handle anc: heavy-duty gas spring shall be incorporated into the desigr: of the fiL sta~;(\:. :' assist the operator in opening and clo~ing the fill .statiO!... door It shall taKe no :110re :~"\"I . l' d l' f P' P 'l'. t \ 0 tC; 1\ ~. +;"'" , ";,. b' f' i;" .,,,,,,, approxImate y e~ghteer.. Foun s Ol OfC~ .0 "p",n e'f C <.;~e ;1~.. ~.al,l" ,J'\.f ,,,ele; ~",,1JI,jl .~ ope:-ator fatig'Je. ~~-~ :; [)(~T st0rag~ SY5~enlS a\si~able ") Cap2city re:e:-e;}ce:i tel 70~F . SC'CBAs up to 3 ~" :naximum 0\ e::aJ ;e[)gt:~ lncl'cldir:g \'2:':e. boct 3r:d fill Yl);..e C'0HI<25H-E3 T .~, y ~' I l' ,\1:::', E ":' (y~ " Aug 12 2008 11:58AM HP LASERJET FAX 352-401-9501 p.? SUPER.SEDES: ALL PRfOR Each cylinder holder shall be lined to prevent scuffing the outer surface of the SCBA cylinders. For complete operator protection, the fill station shall include a safety interlock system that will prevent refilling SCBA cylinders unless the fill station door is closed and secured in the locked position. The automatic interlock \.vill require no actuation of secondary latching mechanism on the outside of the fill station. Three fill hoses shall be located within the fill station, Each fi:l hose shall be equipped with a bleed valve and SCBA fill adapter of choice. Fill hose retainers shall be provided to anchor the fill hoses when not in use. Testin2 and Preparation for Shipment The breathing air station shall be tested by the manufacturer prior to shipment. A copy of the manufacturer's test report shall accompany the station at shipment. A manufacturer's nameplate shall be placed on the interior of the electric panel. The nameplate shall include, at a minimum, manufacturer's name, model number, serial number, compressor block number, and date of manufacture. Voltage, phase I frequency, and amperage are located on another label inside the electrical panel The station shall be suitably prepared for motor freight transport. The station shall be bolted to a wooden pallet, \vrapped in sheet plastic, and fully protected by a wooden crate. The compressor intake and similar openings shall be suitably covered. Component parts, loose parts or associated spare parts shall be packaged separately and shipped on the same pallet if feasible, pocumentaJlPn, A documentation package shall be supplied with the station. The docwnentation package shall include, at a minimum, an operation manual on CD, recommended spare palis list, warranty information and a start-up/warranty registration form. The Operator's Instruction and Maintenance Manual for the breathing air station shall be as detailed as possible, outlining all operation and maintenance instructions. The manual shall include detailed illustrated drawings for the compressor block and aU system components along \vith a complete parts listing for all illustrated components. Warnings and safety precautions shall be identified clearly in the manual. A\'aiJable Accessories The follO\ving shall be offered by the :nanufacturer as accessories to the breathing air station - Two additional AS~1E recei\'ers - Storage system wi th DOT cylinders - Carbon monoxide monitor "w-jth calib~ation kit u;\"IU25H-E3 JUL Y 2007 PAGE 8 OF 9 ~ll,.l g "[JOB 11:58F1M HP 1._ R S F' R.) Fe ;1)11. 4n1 'I' ;- SUPE:RSED~:S .".LL PR1:jR - Remote FiE with bulkllead fining, regulator. pressure gauge, line \a~ve, and c;uick COf.nee coupling - \1aimenance timer - Dual pressure cylinder refill system ~ Rem01:e Fill with regulator, pressure gauge, line v!:llve, and ca":Jinet enc~osed hose reel '.\'i~:. ~ ft of high-pressure 6000 psi hose Reference outline dimension drawing: A.SY - 0887 l0IIi25H-~3 Jl.~=- ~:~ : IT r~, - PAGE 9 Of 9 BAUER COMPRESSORS Inc. COMPRESSORS GENERAL SERVICES ADMINISTRATION Federal Supply Service Authorized Federal Supply Schedule Catalog and Price List Prices Shown Herein are Net (discount deducted) GS-07F-9711G Total Solutions for Law Enforcement, Security, Facilities Management, Fire, Rescue, Clothing, Marine Craft and Emergency/Disaster Response , Iii I~~.' - I ' I ~J I Schedule 084: Total Solutions for Law Enforcement, Security, Facilities Management, Fire, Rescue, Clothing, Marine Craft and Emergency/Disaster Response Contract Number: GS-07F-9711G Contract Period: August 27, 1997 through August 26. 2012 Contractor: Bauer Compressors Inc. 1328 Azalea Garden Road Norfolk, Virginia 23502-1944 Phone: (757) 855-6006 Fax: (757) 857-1041 Email: sls@bauercomp.com www.bauercomp.com Contractor Administrator: Brenda Allen, (757) 857-8743 Business Size: NAICS Code # 333912 HPBAC ~ i q9JYIP_~_~SSORS . High Pressure Compressor for Breathing Air 6000 PSI SERVICE FIVE STAGE COMPRESSORS COMPRESSOR CHARGING FAD TWO 'NLET FILTER DIMENSIONS WEIGHT QUANTITY QUANTITY ITEM MODEL RATE ** HP ASME CFSII"3S MAltfTENANCE L. W - H LBS. 1102 3 OR MORE SCFM* INDICATOR . INCHES (PER UNIT) (PER UNIT) 0001 UNIII/19H-E3 19.2 16.0 15.0 S S S 90 - 36 - 77 3600 $43,115.06 $37,662.27 0002 UNIII/25H-E3 25.2 21.0 20.0 S S S 90 - 36 - 77 3695 $43,814.71 $38,273.44 -. . Based on recharging an BO cubic foot tank from 500 to 3000 PSIG_ .. Compressor capacity referenced to standard inlet conditions. S = Standard STANDARD EQUIPMENT . Full Gauge Panel including a Pressure . Smart Pad Operator Interface . Two (2) ASME Code Stamped Air Gauge for each Stage of Compression Console with scrolling Diagnostic Cylinders Installed in an Integral Rack and Oil Pressure Text Display . Sound Attenuating Enclosure with . E-Stop Button . Inlet Filter Maintenance Indicator Slam-Action Latches and Lift-Off Hinges . Hinged Cascade Fill Control Panel with . Condensate Reservoir with . CFSII-3S Three Position Containment Fill Station Lexan Laminate Air Flow / Fill Schematic Automatic "Full" Indication accommodates SCBA or SCUBA Cylinders . PLC Controller and NEMA 4 Electrical and Compressor Shutdown up to 31" in Overall Length Enclosure OPTIONAL ACCESSORIES AVAILABLE . QUANTITY QUANTITY ITEM DESCRIPTION PART NUMBER 1 T02 3 OR MORE (PER UNIT) (PER UNIT) 0003 Electronic Carbon Monoxide Monitor MNR-29/CAL $2,458.65 $2,147.71 0004 6000 PSI Cylinder CYL-9/6K $2,092.12 $1,827.53 0005 Remote Fill Hose Connection /RF/REG $882.07 $770.51 0006 UNIII Remote Fill Hose Connection with Regulator UNIII/RF/REL-9 $1,814.66 $1,585.16 0007 Dual-Fill, HIGH/LOW Quick Connect Fill System DUAL-FILU1 POSITION $310.86 $271.55 0008 Dual-Fill, HIGH/LOW Quick Connect Fill System DUAL-FILU2 POSITION $557.50 $486.99 0009 Dual-Fill, HIGH/LOW Quick Connect Fill System DUAL-FILU3 POSITION $804.14 $702.44 0010 Tri-Fill, HIGH/LOW/SCUBA Quick Connect Fill System TRI-FILU1 POSITION $474.43 $414.43 00011 Tri-Fill, HIGH/LOW/SCUBA Quick Connect Fill System TRI-FILU2 POSITION $836.68 $730.86 0012 Tri-Fill, HIGH/LOW/SCUBA Quick Connect Fill System TRI-FILU3 POSITION $1,196.36 $1,045.05 A. BAUER Compressor Warranty Includes Parts and Labor 12 Months from Date of Compressor Start-Up or 18 Months from Date of Shipment. B. Spare Parts Consisting of Normal Wear and Tear Items; e.g., Replacement Cartridges, Valve Overhaul Kits, Gasket Kits. Belt. Oil, Inlet Filter Element. Etc. Are Normal Stock Items at BAUER NORFOLK, BAUER SAN FRANCISCO and BAUER MIAMI Price List: HPBAC 8/1/07 BAUER COMPRESSORS Inc. Effective 8/1/07 1328 AZALEA GARDEN ROAD NORFOLK, VIRGINIA 23502 TELEPHONE: (757) 855-6006 TELEFAX: (757) 857-1041 E-MAIL: sls@bauercomp.com www.bauercomp.com COMPRESSORS Customer Information Page 1 1a) Table of Awarded Special Item Numbers (SIN): 465-22 b) Lowest Priced Model Number and Price for This SIN: See Item 7 c) Not Applicable 2) Maximum Order*: $100,000.00 *If the "best value" selection places your order over the Maximum Order, identified in this catalog/price list, you have an opportunity to obtain a better schedule contract price. Before placing your order, contact the aforementioned contractor for a better price. The contractor may (1) offer a new price for this requirement (2) offer the lowest price available under this contract or (3) decline the order. A delivery order that exceeds the Maximum Order may be placed under the Schedule contract in accordance with FAR 8.404. 3) Minimum Order: $100.00 4) Geographic Coverage: 48 Contiguous United States and District of Columbia 5) Point(s) of Production: Same as Contractor Address 6) Basic Discount: · 15% off list price from Bauer Compressors Replacement Parts List dated August 1, 2007 · HPBAC Price List dated August 1,2007 reflects Net Government Price with discount already applied. 7) Quantity Discount(s): Government price for quantities of 1 - 2: MODEL NUMBER: UNIII/19H-E3 GOVERNMENT NET PRICE: (with the discount already applied): $43,115.06 MODEL NUMBER: UNIII/25H-E3 GOVERNMENT NET PRICE: (with the discount already applied): $43,814.71 Government price for quantities of 3 or more: MODEL NUMBER: UNIII/19H-E3 GOVERNMENT NET PRICE: (with the discount already applied): $37,662.27 MODEL NUMBER: UNIII/25H-E3 GOVERNMENT NET PRICE: (with the discount already applied): $38,273.44 8) Prompt Payment Terms: Net 30 9a) Government Purchase Cards are Accepted Below the Micropurchase Threshold. b) Government Purchase Cards are Accepted Above the Micropurchase Threshold. 10) Foreign Items: Not Applicable 11a) Time of Delivery: Normal: 60 days After Receipt of Order (ARO) b-d) Expedited, Overnight, 2-Day or Urgent Requirement: Agencies can contact contractor representative to possibly effect a faster delivery. Contract clause I-FSS-140-B applies. 12) F.O.B. Point: Destination - CONUS F.O.B. Point: Origin - AK, HI, PR ~ CQM1!flE;SSORS . Customer Information Page 2 13a) Ordering Address: Same as Contractor Address b) For suppliers and services, the ordering procedures information on Blanket Purchase Agreements (BPA's) and a sample BPA can be found at the GSA/FSS Schedule homepage (fss.gsa.gov/schedules). 14) Payment Address: Same as Contractor Address 15) Warranty Provision: Commercial 16) Export Packing Charges: In accordance with clause F-FSS-736-A, Export Traffic Release 17) Terms and Conditions of Government Purchase Card Acceptance: Payment by Government Purchase Card Accepted without Additional Discount 18) Terms/Conditions of Rental, Maintenance and Repair. Related Service and Support Items as Provided for Commercially (Training for Operation/Maintenance/Repair, Technical Manuals, Extended Warranty Packages, Spare Parts Availability): . Technical phone support available at no additional charge is available through one of the following Service Departments: 1) Bauer Compressors Inc. 2) Bauer San Francisco 3) Bauer Compressors Miami Norfolk, Virginia Livermore, California Sunrise, Florida 757-855-6006 925-449-7210 954-746-2504 productsupport@bauercomp.com bauersf@bauercomp.com bflsales@bauercomp.com . Contractor provides 1 Operation and Maintenance Manual per unit (up to 2 copies may be provided at no charge if request made at order placement). . Training for Operation and Maintenance/Repair as quoted by request to Bauer Compressors Inc. . Established Federal Government standards, policies and guidelines for travel and per diem for areas within the 48 contiguous U.S. and D.C. shall be the basis for travel, meals and lodging expenses associated with on-site training. . Bauer Compressors shall be in compliance with established government travel and per diem rates and regulations. 19) Terms and Conditions of Installation: Not Applicable 20a-24b) Not Applicable 25) DUNS 084142249 26) Bauer Compressors Inc. is in the Central Contractor Registration (CCR) Database . eLibrary .. eBuy - quotes GSA Advantage - online shopping - Search :1 I all the words ~ Contractor InformaCio/1 (Vendors) How to change your company information Contract #: GS-07F-9711G Socio-Economic : Other than small business Contractor: BAUER COMPRESSORS, INC. Address: 1328 AZALEA GARDEN RD Govt. Contracting Officer: NORFOLK, VA 23502-1944 GENA R. BROWN Phone: 817-574-2306 Phone: (757)855-6006 E-Mail: gena.brown@gsa.gov E-Mail: brenda .allen@bauercomp.com Web Address: htto:/ /www.bauercomo.com Contract Contract Terms & Contract End Source Title Number Conditions Date Category View Items Available 84 TOTAL SOLUTIONS FOR LAW GS-07F-9711G ~ Aug 26, 2012 426 99 mmiI Imml .Aovantagtll ENFORCEMENT, SECURITY, ~IJIlCH UCO'" FACILITIES MANAGEMENT, FIRE, 465 22 mmiI Im:!ii ..Il,dyantager RESCUE, CLOTHING, MARINE PIJRCH RICO'" CRAFT AND EMERGENCY/DISASTER RESPONSE VII-CONSENT AGENDA ITEM B12. CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM Requested City Date Final Form Must be Requested City Date Final Form Must be Commission Meeting Turned in to City Clerk's Commission Meeting Dates Turned in to City Clerk's Dates Office Office &J Aoril 21, 2009 April 6, 2009 (Noon) 0 June 16.2009 June I, 2009 (Noon) 0 May 5, 2009 April 20, 2009 (Noon) 0 July 7, 2009 June 15,2009 (Noon) 0 May 19,2009 May 4,2009 (Noon) 0 July 21, 2009 July 6, 2009 (Noon) "'-ill 0 June 2, 2009 May 18,2009 (Noon) 0 August 4, 2009 July 20, 2009 (Noon) ~ :;: 0 AnnouncementslPresentations 0 NATURE OF 0 Administrative 0 New Business AGENDA ITEM [gJ Consent A enda 0 Le al 0 0 Unfinished Business 0 0 RECOMMENDA TlON: A Motion to approve the purchase of SCBA (Self Contained Breathing Apparatus) Gear through the State Contract #490-000-07-1 from Fisher Scientific Company, LLC of Suwanee, GA, with an expenditure of: $32,232.40. The State of Florida complied with Public Contract Bid Requirements equal to or which exceeds Boynton Beach's requirements. EXPLANATION: Since November 19th, 2001, The Boynton Beach Fire Department has purchased equipment from the Fischer Scientific Company. The key to these purchases is uniformity, continuity, and familiarization with our fire and maintenance staff. Acquisition of this equipment is to replace outdated SCBA's, thus ensuring that all of our fire personnel are equipped with identical front-line SCBA gear; this is imperative for our personnel within the Fire Department. The standardization of all our SCBA gear will help to provide rapid turn around times for any required maintenance. This standardization of all of our SCBA gear will also help provide proper training and instruction as this gear will continue to remain identical throughout our department. This item is included in the 2008/2009 Budget approved by the City Commission in September of 2008. PROGRAM IMP ACT: The SCBA (Self Contained Breathing Apparatus) units are used for respiratory protection for fire fighting and industrial applications. Common industrial uses include Hazardous Materials Emergencies, Confined Spaces and IDLH atmospheres. A self contained breathing apparatus, or SCBA, sometimes referred to as a Compressed Air Breathing Apparatus (CABA) or simply Breathing Apparatus (BA) is a device worn by rescue workers, firefighters, and others to provide breathable air in a hazardous environment. ("Self-contained" means that the breathing set is not dependent on a remote supply. e.g., through a long hose). The reliability and availability of this equipment is critical to maintaining adequate response from our department. FISCAL IMP ACT: The cost of the equipment for this recent order will be $32,232.40 per the State contract-pricing schedule and will be paid for with funds from account #001-2210-522-64-06. ALTERNATIVE: Not proving this purchase. This would lessen the number Jr NFP..A-.and OSHA compliant SCBA / by the Fire Rescue Department. Fire Rescue Department Name S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM DOC "5v'~ Fax Server 2/24/2009 4'57 5: PM PAGE .i /003 Fa;.: -,erver ================================================================================= I F ISH E R S C I E N T I F I C I QUO TAT ION --------------------------------------------------------------------------------- --------------------------------------------------------------------------------- FEBRUARY 24, 2009 PAGE: 1 BOYNTON BEACH FIRE DEPT FISHER SCIENTIFIC COMPANY LLC WAREHOUSE 3970 JOHNS CREEK COURT 222 NE 9TH AVE SUIXE 500 SUWANEE GA 30024 BOYNTON BEACH FL 33435 (800) 226-4732 i ATTN: LT. SIMPSON -------------------------------------------------------------------------------1 CUST REF NBR QTE: SCBAS, CYLINDERS, AV3000S i -------------------------------------------------------------------------------! ACCOUNT NBR: 812938-003 I REQUESTOR: LT SIMPSON I QUOTE NBR: 9055-7907-96 I PHONE: 5618530130 I TERMS: NET 30 DAYS I FOB: DEST I DUE DATE: I AUTHORIZED BY: ANGELA 800 226 4732 1-------------------------------------------------------------------------------1 I I *** PRICES ARE FIRM THRU 03/26/09 *** I PLEASE REFER TO THE QUOTE NBR ON ALL CORRESPONDENCE I THANK YOU FOR YOUR INTEREST IN FISHER SCIENTIFIC COMPANY LLC I SAFETY REP: CARTER HALL 1-------------------------------------------------------------------------------! INBRI QTY IUNI CATALOG NBR I DESCRIPTION I UNIT PRC I EXTD PRC I 1-------------------------------------------------------------------------------1 I I I I I I I I I I I IPRICING PER STATE OF FLORIDA I ! I I I I ICONTRACT NBR. 490-000-07-1 I I I I I 1 I I I I I I I I I I I 11 6IEAINON-CATALOG 14.5 AP75, EZFLO+REG W/QD,EBSS I 4,033.02 124,198.12 I I I I I IOPEN MARKET I I I I I I IVNDR NBR = 0031911 I I 1 1 I I IVNDR CAT NBR = AP21402041102 I I I I I I I I I I 21 10lEAI19 003 264A ICYLIND W/VLV CARBN 4500P 30MINI 687.79 I 6,877.90 I I I I IOPEN MARKET , I I I I I I I HAZARDOUS MATERIAL i I I I I I I I I i I 31 61 EAI19 168 375 IAV3000 NFPA07 L I 192.73 I 1,156.38 i I I I I IOPEN MARKET I I oj I I I I I 1--------- I I I I IMERCHANDISE TOTAL I 132,232.40 I I I I I I I 1 I I I I I , I I I I I I I I I I I I I I I I I I I I I I I I I I ! ! ! ! I ! I I I I I I I i I I I I I ! i I I I I I ( I I I I I I i I I I I I I I ! I -----------------------------------------------------------------------------.--.- Fisher Safety - Scott* A V -3000* Facepiece - 6999603 Page 1 of 1 Shopping Cart I Rapid Orc Username: I 1m Password: I I New User? I Forgot PassVl Help ! Order Catalogs I MSDS I Part of Thermo Fisher Scientific "'w'",'__' Help I Safety> First Responder/First Receiver> Respirators for Emergency Response> SCBA Respirator Search Products Accessories > ~ Scott* AV-3000* Facepiece "--'. --^._._,~""-- 119168375 I ~ Scott* AV-3000* Facepiece I All Products . Improvement on the popular AV-2000* facepiece, with additional updates for 2007 . NFPA requirements Full facepiece assembly fits persons of varying facial Advanced Search shapes and sizes with minimal interference to Substructure Search downward and peripheral vision. With appropriate adapter (SCT80405701), the AV-3000 can also be used as an air-purifying respirator with 42 CFR 84 cartridges. See details >~ -' /! " :p '~ Shopping Cart View Cart 19-168-374 ,-'/ '..P No items in cart -.,. - i) .- .- . Items Details Images c.i 1UO ,c.'J 0.-' "^_"_~__^~"~'__A'_'~____'__ . c.-O /-- 1 -J For security reasons you will Description Catalog Number Quantity price/~ q S . be automatically logged out ; 2> ( after 30 minutes of inactivity. 19-168-373 -~._------'--- Kevlar Head Harness. I Polyisoorene/Grey Scott Health & Safety Each for $255.00 No.: 805773-71 nosecup; Smal 19-168-374 I Kevlar Head Harness. Scott Health & Safety Each for $255.00 Polyisoprene/Grey No.: 805773-72 nosecup: Medium 19-168-375 I Kevlar Head Harness. Scott Health & Safety Each for $255.00 Polyisoprene/Grey No. :805773-73 nosecup: Large ,_,,_v..,.,,____~_.~____~_ Trademarks I Terms and Conditions I Legal Notices I Privacy Polley I Thermo Fisher Scientific Inc. 2009 Thermo Fisher Scientific Inc. - All rights reserved. http://www.fishersci.comlwps/portal/SEARCHRESULTS ?ru=http%3A %2F%2Fprodwcsserver%3A90... 3/13/2009 Fisher Safety - CYLIND WNL V CARBN 4500P 30MfN - Carbon-Fiber; 4500pSl; 3() 111m ... ,\()472 Paf!C Shopping Cart Rar'" 'in username:j J! Password: I I J New User' Forgot Passv\ Safety Home Browse by: Product - Supplier - Application Help Order Catalogs MSDS Part of Thern1(, ;::iSher ,:::;CI(-' Search Products Help \ Safety> First Responder/First Receiver> Respirators for Emergency Response> SCBA Respirator __,J Accessories > ~ Scott* SCBA Repiacement Carbon-Fiber Cylinders> Carbon-Fiber; 4500psi; 30 i-----------~------~-.~'-~I min L19003264A ...m.._i \ i i~~~~?d_U_~___.__1 Back to Search Results .: r.:r:::::iIt Scott* SCBA Replacement Carbon-Fiber Cylinders> Carbon- I Advanced Search i Fiber; 4500psi; 30 min Substructure Search I lYlinder, SCBA; Carbon-Fiber; 4500p';; 30 min,; Weight' 1115 "',"'~ I Ib,; For use with Scott Air-Pak 75 SCBA Custom Oli9OsJ"'!1'~' I ....m......~~~~__ ! I I Shopping Cart View Cart No items in cart For security reasons you will be automatically logged out after 30 minutes of inactivity. 19-003-264A Item Details Images Description Carbon Cylinder Pressure (psig) 4500pslg Weight (Empty) 5.1kg Trademarks I Terms and Conditions I Legal Notices I Fnvacy Policy i, Therrno FiSher" ';clenUflc /000 Tller'{tlO (lsher Sopntlf\c lnc. f\l\ f\qrl.t.s I (:'sprlJc~j> Fisher Safety - CYLIND W NL V CARBN 4500P 30MIN - Carbon-Fiber; 4500psi; 30 min - 804721 01 Page 1 of 1 Shopping Cart I Rapid Orc Username: I 1m Password: I I New User? ! Forgot PassVl Help ! Order Catalogs I MSDS I Part of Thermo Fisher Scientific ~~~-, Search Products Help Safety> First Responder/First Receiver> Respirators for Emergency Response> SCBA Respirator Accessories > ~ Scott* SCBA Replacement Carbon-Fiber Cylinders> Carbon-Fiber; 4500psii 30 119168375 I min I All Products 11 Back to Search Results . ~ Scott* SCBA Replacement Carbon-Fiber Cylinders> Carbon- Fiber; 4500psi; 30 min Advanced Search Cylinder, SCBA; Carbon-Fiber; 4500psi; 30 min.; Weight: 11.16 Substructure Search lb.; For use with Scott Air-Pak 75 SCBA SeeJ.tet!;lj!.s I I i I Shopping Cart View Cart No items in cart '---'~---'~'-~---~-~--'- For security reasons you will be automatically logged out after 30 minutes of inactivity. --- 19-003-264A Item Details Images Description Catalog Number Quantity Price Carbon-Fiber; 4500psi; 30 19-003-264A I Each for $920.00 . min Scott Health & Safety ~" ( L'f ' No.:80472101 '" I D -~--'-----~--~-'-~---- Tradcmilrks I Terms and Conditions I Legal Notices 1 Privacy Policy I Thermo Fisher Scientific Inc. 2009 Thermo Fisher Scientific Inc. - All rights reserved. http://www.fishersci.com/wps/portaV!ut/p/cl/h Y3LDolwFES yNzbSym4BOSlpvWJlAl pDCEkUFwY... 3/1312009 SCOTT" Requested By: Date: REGIONAL MANAGER -. Distributor: Location: ~"_,.<-~---_.,- Contact: E-Mail: -.....,,--....-----.-- < Telephone: Fax: .--.--------....-. Customer: Boynton Beach Fire Rescue Location: . -..-.... '.. ,._-"_.~ -.-..-...... Contact: Carol Doppler E-Mail: '------.-..- Telephone: Fax: "_'-"0_.._._-,...- Discount: 25% Qty Part No. Description List Disf Net Total 4.5AIR-PAK 75 SCBA W/E-Z FLO + W/QC/STANDARD 6 AP2140204110202 EBSS/HANSEN AIRLlNE/PAK-ALERT@ SE& ™ PASS DEVICE $5,980 25% $4,485.00 $26,910.00 CONSOLE//(PACKAGED 2 SCBA PER BOX) Facepiece(s) 805773-71 A V-3000, SMALL W/KEV HEADNET (2007 EDITION) $255.00 25% $191.25 $0.00 805773-72 A V-3000, MEDIUM W/KEV HEADNET (2007 EDITION) $255.00 25% $191.25 $0.00 6 805773-73 A V-3000, LARGE W/KEV HEADNET (2007 EDITION) $255.00 25% $191.25 S1,147.50 804191-71 A V-2000, SMALL W/KEV (2007 EDITION) $247.00 25% $185.25 $0.00 804191-72 A V-2000, LARGE W/KEV (2007 EDITION) $247.00 25% $185.25 $000 804191-73 A V-2000, X-LARGE W/KEV (2007 EDITION) $247.00 25% $185.25 $0.00 804191-74 A V-2000, COMFORT SEAL W/KEV (2007 EDITION) $247.00 25% $185.25 $0.00 Cylinder(s) 10 804721-01 4500, 30-MIN CARBON CYL & VALVE $920.00 25% $690.00 $6,900.00 804722-01 4500, 45-MIN CARBON CYL & VALVE $1,243.00 25% $932.25 $0.00 804723-01 4500, 60-MIN CARBON CYL & VALVE $1,396.00 25% $1.047.00 $0.00 List Ust List prtce prtce Prtce $0 E-Z Flo + $0 None $0 $0 E-Z Flo + wlOC $242 Hard Plastic $86 E-Z Flo 11+ $0 $100 E-Z Flo 11+ wlOC $242 $0 E-Z Flo + wlOC $242 None $0 Contractors - Fisher Scientific Company L.L. C. ! Laboratory and Safety Supplies and Equ.. Page RC}te.JbJs CQntract View_..5urvey Results Fisher Scientific Company L.L.C. ORDERING INSTRUCTIONS Company: Fisher Scientific Company L.L.C. Federal Identification Number: 23 - 2942737 Primary person responsible for administering the Contract after award is made: Name: Maggie Dias Title: Region Manager Street Address: Fisher Scientific Company L.L.C., 2000 Park Lane, Pittsburgh, PA 15275 E-mail Address: MMlgie.Dias@thermofisher.com After hours Emergency Number: 800-766-7000 (Customer Service) Ordering Information: Name: Fisher Scientific Company L. L.C. Title: Customer Service Street Address or P.O. Box: 3970 Johns Creek Court, Suite 500 City, State, Zip: Atlanta, GA 30024 .. Phone Nl:Jmber: 770-871-4500 Atlanta Customer Service Toll Free Number: 800-766-7000 Customer Service Ordering Fax Number: 800-926-1166 Customer Service Internet Address: www.fishersci.com Federal ID Number: 23 - 2942737 03/06/2009 http://dms.myflorida.com/business_ operations/state ..Jmfchasing/vendor _ in[onnationlstate _c... 3/6/2009 Contractors - Fisher Scientific Company L.L.C./ Laboratory and Safety Supplies and Equ... Page 2 of2 .- - _._- Laboratory and Safety SUR-plies and EQuipment . Price Sheets - Fisher Scientific Company L.L.C. DiskQur:lLefic.~~ . Contractors - Fisher Scientific Company L.L.C. . Complete Contract - Microsoft Word · cQmpJ.e.t.e_CQDJ[~.Ct.=- '!:Q.E -- ._--. . -...-.- ~_. .--.-.,,'-.._.-.- - .__._~.- ~ < ._... ------.,,_.-------- B.et1Jrn_t9 Stg.te.Contracts/Agreem!=ots_~n.d Pr.ice Lists Terms and Conditions I Help Desk I Privacy Statement I Accessibility I Copyright @2009 Department of Management Services - State of Florida . .. http://dms.myflorida.com/business_ operations/state -purchasing/vendor _information/state_c... 3/6/2009 (;overnor tharlie Cril"l Se('retarv Linda II South Offie" oj" th.. ~"('felal'\ Hl50 Esplalladt> \\":. DEPARTMENT OF MA.\fAGEMENT Tallahas""~. Flol'ld"J" i')(J-liq~1 SERVICES S50.cJ.SB..!:ilb: '1'1,,1 B50.q~~.(, 1'1 1.\ \, http://dIll:-i,Jl!\ n"rHlil {lj-fll CERTIFICA TION OF CONTRACT TITLE: laboratory and Safety Supplies and Equipment CONTRACT NO.: 490-000-07 -1 ITN NO.: 9-490-000-G EFFECTIVE: May 1, 2007 - April 30, 2012 SUPERSEDES: 490-000-03-1 CONTRACTOR: Fisher Scientific Company, llC (A) ...-- A. AUTHORITY - Upon affirmative action taken by the State of Florida Department of Management, a contract has been executed between the State of Florida and the designated contractors. B. EFFECT - This contract was entered into to provide economies in the purchase and lease of laboratory and safety supplies and equipment by all State of Florida agencies and institutions. Therefore, in compliance with Section 287.042, Florida Statutes, all purchases of these commodities shall be made under the terms, prices, and conditions of this contract and with the suppliers specified C. ORDERING INSTRUCTIONS - All purchase orders shall be issued in accordance with the attached ordering instructions. Purchaser shall order at the prices indicated, exclusive of all Federal, State and local taxes. All contract purchase orders shall show the State Purchasing contract number, product number, quantity, description of item, with unit prices extended and purchase order totaled (This requirement may be waived when purchase is made by a blanket purchase order.) D. CONTRACTOR PERFORMANCE - Agencies shall report any vendor failure to perform according to the requirements of this contract on the Complaint to Vendor form, form PUR 7017. Should the vendor fail to correct the problem within a prescribed period of time, then form PUR 7029, Request for Assistance, is to be filed with this office. E. SPECIAL AND GENERAL CONDITIONS - Special and general conditions are enclosed for your information. Any restrictions accepted from the supplier are noted on the ordering instructions. F. CONTRACT APPRAISAL FORM - State Contract Appraisal, form PUR 7073 should be used to provide your input and recommendations for improvements in the contract to State Purchasing for receipt no later than 90 days prior to the expiration date of this contract. Contract Administrator 'in Shewan . ,1one: 850-488-4946 Suncom: 278-4946 Email: Fran.Shewan<.<:udms.mvflorida.com INVIT A TION TO BID (ITB) FOR LABORATORY & SAFETY SUPPLIES & EQUIPMENT ITB No. 9-490-000-G ITB ISSUE DATE: DECEMBER 28, 2006 RESPONSES DUE: JANUARY 29,2007 AT 2:00 P.M. EST Dawn Gunter Purchasing Analyst, State Purchasing Department of Management Services 4050 Esplanade Way, Suite 360 Tallahassee, Florida 32399-0950 (850) 488-4946 Email: Dawn.Gunter@dms.myflorida.com -------- Authorized Signature Date Director of Purchasing Department of Management Services TABLE OF CONTENTS 1.0 INTRODUCTION 1.1 PURPOSE AND SCOPE 1.2 TIMELINE 2.0 GENERAL INSTRUCTIONS TO RESPONDENTS (PUR 1001) 2.1 DEFlNITlONS 2.2 GENERAL INSTRUCTIONS 2.3 ELECTRONIC SUBMISSION OF RESPONSES 2.4 TERMS AND CONDITIONS 2.5 QUESTIONS 2.6 CONFLICT OF INTEREST 2.7 CONVICTED VENDORS 2.8 DISCRIMINATORY VENDORS 2.9 RESPONDENT'S REPRESENT A TION AND AUTHORIZATION 2.10 MANUFACTURER'S NAME AND APPROVED EQUIV ALENTS 2.] 1 PERFORMANCE QUALIFICATIONS 2.12 PUBLIC OPENING 2.13 ELECTRONIC POSTING OF NOTICE OF INTENDED A WARD 2.14 FIRM RESPONSE 2.15 CLARIFICATIONS / REVISIONS 2.16 MINOR IRREGULARITIES / RIGHT TO REJECT 2.17 CONTRACT FORMATION 2.18 CONTRACT OVERLAP 2.19 Pl'BLIC RECORDS\ 2.20 PROTESTS 2.21 LlMITA TION ON VENDOR CONTACT WITH AGENCY DURING SOLlCITA TJON PERIOD 3.0 SPECIAL INSTRUCTIONS To RESPONDENTS 3.1 CONTACT PERSON 3.2 DEFINITIONS 3.3 WHO MA Y RESPOND 3.4 ESTIMATED QUANTITIES 3.5 PERIOD OF AGREEMENT 3.6 BASIS FOR A WARD 3.7 ADDENDUMS TO THE SOLICITATION DOCUMENTS 3.8 PRICING 3.9 ELECTRONIC POSTING 3.10 SUBMISSION OF RESPONSE 3.11 MYFLORIDAMARKETPLACE SOLlCITA TION OVERVIEW 3.12 COMPLIANCE WITH LAWS 3.13 ORDER OF PRECEDENCE 3.14 STATE OBJECTIVES 3.15 STATE OF FLORIDA PURCHASING CARD PROGRAM 3.16 DOCUMENTATION BECOMES THE PROPERTY OF THE STATE 3.17 SUBSTITUTIONS 3.18 POLITICAL SUBDIVISIONS AND OTHER COOPERATIVE. PURCHASING PARTlCIPA]\;TS 3.19 QUALITY 3.20 OCCUPATIONAL HEALTH AND SAFETY 3.21 LOBBYING 3.22 GREA T SEAL OF FLORIDA 4.0 GENERAL CONTRACT CONDITIONS (PUR 1000) 4.1 DEFINITIONS 4.2 PURCHASE ORDERS ') PRODUCT VERSION '"1'.4 PRICE CHANGES APPLICABLE ONLY TO TERM CONTRACTS 4.5ADDITIONAL QUANTITIES 4.6 PACKAGING 4.7 INSPECTION AT CONTRACTOR'S SITE 4.8 SAFETY STANDARDS 4.9 AMERICANS WITH DISABILITIES ACT 4.10 LITERATURE 4.11 TRANSPORTATION AND DELIVERY 4.12 INSTALLATION 4.13 RISK OF LOSS 4.14 TRANSACTION FEE 4.15 INVOICING AND PAYMENT 4.16 TAXES 4.17 GOVERNMENTAL RESTRICTIONS 4.18 LOBBYING AND INTEGRITY 4.19 INDEMNIFICATION 4.20 LIMIT A TION OF LIABILITY 4.21 SUSPENSION OF WORK 4.22 TERMINATION FOR CONVENIENCE 4.23 TERMINATION FOR CAUSE 4.24 FORCE MAJEURE, NOTICE OF DELAY, AND NO DAMAGES FOR DELAY . 25 CHANGES .26 RENEWAL 4.27 PURCHASE ORDER DURATION 4.28 ADVERTISING 4.29 ASSIGNMENT 4.30 ANTITRUST ASSIGNMENT 4.31 DISPUTE RESOLUTION 4.32 EMPLOYEES, SUBCONTRACTORS, AND AGENTS 4.33 SECURITY AND CONFIDENTIALITY 4.34 CONTRACTOR EMPLOYEES, SUBCONTRACTORS, AND OTHER AGENTS 4.35 INSURANCE REQUIREMENTS 4.36 WARRANTY OF AUTHORITY 4.37 WARRANTY OF ABILITY TO PERFORM 4.38 NOTICES 4.39 LEASES AND INSTALLMENT PURCHASES 4.40 PRISON REHABILITATIVE INDUSTRIES AND DIVERSIFIED ENTERPRISES, INC. (PRIDE) 4.41 PRODUCTS A V AILABLE FROM THE BLIND OR OTHER HANDICAPPED 4.42 MODIFICATION OF TERMS 4.43 COOPERATIVE PURCHASING 4.44 WAIVER 4.45 ANNUAL APPROPRIATIONS 4.46 EXECUTION IN COUNTERPARTS ,f.4 7 SEVERABILITY 5.0 SPECIAL CONDITIONS 5.1 DEFINITIONS 5.2 ELECTRONIC CATALOG DATA 5.3 "PUNCHOUT" ALTERNATIVE 5.4 CONTRACTOR'S STA TE CONTRACT WEBPACJE 5.5 CONTRACT REVISIONS 5.6 PRODUCT ADDITIONS AND DELETIONS 5.7 DEALER CHANGES 5.8 TRANSACTION FEE REPORT 5.9 PRICE ADJUSTMENTS 5.10 SALES SUMMARY REPORTS 5.11 BUSINESS REVIEW MEETINGS 5.12 CUSTOMER SERVICE SUPPORT 5.13 IMPLEMENTATION OF CONTRACT 5.14 ELECTRONIC INVOICING 6.0 TECHNICAL SPECIFICA TIONS 6.1 SCOPE 6.2 MINIMUM ORDER AMOUNT 6.3 FREIGHT CHARGES. TRANSPORTATION AND DELIVERY 6.4 OTHER FEES 6.5 INSPECTION AND ACCEPTANCE 6.6 WARRANTY 7.0 PRICE SHEETS AND FORMS A TT ACHMENT A - SA VING / PRICE-REDUCTIONS FORM A TT ACHMENT B - ORDERING INSTRUCTIONS FORM ATTACHMENT C - CONTRACTOR WORK PLAN FORM A TT ACHMENT D - EMERGENCY CONTRACT INFORMA TION FORM ATTACHMENT E - CERTIFICATION OF A DRUG FREE WORKPLACE PROGRAM FORM ATTACHMENT F - CONTRACT A TT ACHMENT G - REFERENCE FORM ATTACHMENT H - PRICE SHEET A TTACHMENT I - BID CHECKLIST FORM ATTACHMENT J - FLORIDA DISTRICT MAP ATTACHMENT K - STATE CONTRACT CHANGE FORM ATTACHMENTL-QUARTERLY SALES REPORT FORM SECTION 1.0 INTRODUCTION JNTENTS: 1.1 PURPOSE AND SCOPE 1.2 TIMELlNE 1.1 Purpose and Scope The State of Florida ("State"), Department of Management Services ("Department"), invites interested Vendors to submit a Response in accordance with these solicitation documents. The purpose of this solicitation is to establish a sixty (60) month State Term Contract for the purchase of Laboratory & Safety Supplies & Equipment with the potential option for renewals as allowed by Chapter 287, Florida Statutes. The intent is to obtain the most cost effective pricing for these goods for the State of Florida while maximizing the quality and level of service. Qualified companies must have the capability to provide products and service in all respects in accordance with the solicitation documents. 1.2 Timeline Respondents should review and become familiar with the Event Timeline listed below. The dates and times of each activity within the Timeline may be subject to change. It is the responsibility of the Respondent to check for any changes. All changes to the Timeline will be made through an addendum to this solicitation and posted within the Vendor Bid System and MyFloridaMarketPlace eProcurement sourcing tool. Event Event Date Release solicitation to public 12/28/06 Deadline for questions from Bidders 1/10/07 by 2:00 p.m. EST Date answers will be posted to MFMP in Response to questions received, in an Addendum format 1/12/07 by 2:00 p.m. EST Note: . Although the system allows bids to be submitted once the "start period" commences, it is strongly recommended that vendors wait until questions have been posted to MFMP to ensure that no significant changes have been made to bid that would affect the vendors Response. Date solicitation is available to Vendors to submit their Responses online. 1/12/07 by 2:00 p.m. EST Date solicitation Responses are due 1/29/07 by 2:00 p.m. EST Evaluate ITB Responses 1/30/07 through 2/13/07 Obtain approval on recommendation for award 2/16/07 Post Notice of Intended Award 2/19/07 Contract is awarded 2/22/07 Contract is implemented 3/22/07 SECTIO'\i 2.0 GENERAL INSTRUCTIONS TO RESPONDENTS (PURIOOl FORM) CONTENTS: 2.1 DEFINITIONS 2.2 GENERAL INSTRUCTIONS 2.3 ELECTRONIC SUBMISSION OF RESPONSES 2.4 TERMS AND CONDITIONS 2.5 QUESTIONS 2.6 CONFLICT OF INTEREST 2.7 CONVICTED VENDORS 2.8 DISCRIMINATORY VENDORS 2.9 RESPONDENT'S REPRESENT A TION AND AUTHORIZA TION 2.10 MANUFACTURER'S NAME AND APPROVED EQUIVALENTS 2.11 PERFORMANCE QUALIFICATIONS 2.12 PUBLIC OPENING 2.13 ELECTRONIC POSTING OF NOTICE OF INTENDED AWARD 2.14 FIRM RESPONSE 2.15 CLARIFICATIONS/REVISIONS 2.16 MINOR IRREGULARITIES/RIGHT TO REJECT 2.17 CONTRACT FORMATION 2.18 CONTRACT OVERLAP 2.19 PUBLIC RECORDS 2.20 PROTESTS 2.2] LIMIT A TION ON VENDOR CONTACT WITH AGENCY DURING SOLICITATION PERIOD 2.1 Definitions The definitions found in s. 60A-l.00!. F.A.C. shall apply to this agreement. The following additional terms are also defined: (a) "Buyer" means the entity that has released the solicitation. The "Buyer" may also be the "Customer" as defined in the PUR 1000 if that entity meets the definition of both terms. (b) "Procurement Officer" means the Buyer's contracting personnel. as identified in the Introductory Materials. (c) "Respondent" means the entity that submits materials to the Buyer in accordance with these Instructions. (d) "Response" means the material submitted by the respondent in answering the solicitation. (e) "Timeline" means the list of critical dates and actions included in the Introductory Materials. 2.2 General Instructions Potential respondents to the solicitation are encouraged to carefully review all the materials contained herein and prepare responses accordingly. 2.3 Electronic Submission of Responses Respondents are required to submit responses electronically. F or this purpose, all references herein to signatures, signing requirements, or other required acknowledgments hereby include electronic signature by means of clicking the "Suhmit Response" button (or other similar symhol or process) attached to or logicnlly associated with the response created by the respondent within MyFloridaMarketPlace. The respondent agrees that the action of electronically submitting its response constitutes: . an electronic signature on the response, generally. . an electronic signature on any form or section specifically calling for a signature. and . an affirmative agreement to any statement contained in the solicitation that requires a definite confirmation or acknowledgement. 2.4 Terms and Conditions I responses are subject to the terms of the following sections of this solicitation, which, in case of conflict, ~llall have the order of precedence listed; . Technical Specifications, . Special Conditions and Instructions, . Instructions to Respondents (PUR 1001), . General Conditions (PUR 1000), and . Introductory Materials. The Buyer objects to and shall not consider any additional terms or conditions submitted by a respondent, including any appearing in documents attached as part of a respondent's response. In submitting its response, a respondent agrees that any additional terms or conditions, whether submitted intentionally or inadvertently, shall have no force or effect. Failure to comply with terms and conditions, including those specifying information that must be submitted with a response, shall be grounds for rejecting a response. 2.5 Questions Respondents shall address all questions regarding this solicitation to the Procurement Officer. Questions must be submitted via the Q&A Board within MyFloridaMarketPlace and must be RECEIVED NO LATER THAN the time and date reflected on the Timeline. Questions shall be answered in accordance with the Timeline. All questions submitted shall be published and answered in a manner that all respondents will be able to view. Respondents shall not contact any other employee of the Buyer or the State for information with respect to this solicitation. Each respondent is responsible for monitoring the MyFloridaMarketPlace site for new or changing formation. The Buyer shall not be bound by any verbal information or by any written information that is not ~0ntained within the solicitation documents or formally noticed and issued by the Buyer's contracting personnel. Questions to the Procurement Officer or to any Buyer personnel shall not constitute formal protest of the specifications or of the solicitation, a process addressed in paragraph 19 of these Instructions. 2.6 Conflict of Interest This solicitation is subject to chapter 112 of the Florida Statutes. Respondents shall disclose with their response the name of any officer, director, employee or other agent who is also an employee of the State. Respondents shall also disclose the name of any State employee who owns, directly or indirectly, an interest of five percent (5%) or more in the respondent or its affiliates. 2.7 Convicted Vendors A person or affiliate placed on the convicted vendor list following a conviction for a public entity crime is prohibited from doing any of the following for a period of 36 months from the date of being placed on the convicted vendor list: . submitting a bid on a contract to provide any goods or services to a public entity; . submitting a bid on a contract with a public entity for the construction or repair of a public building or public work; . submitting bids on leases of real property to a public entity; . being awarded or performing work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and . transacting business with any public entity in excess of the Category Two threshold amount ($25,000) provided in section 287.017 of the Florida Statutes. 2.8 Discriminatory Vendors An entity or at1iliate placed on the discriminatory vendor list pursuant to section :::87 i 34 Ill' the Florida .....tatute:, may not: . submit a bid on a contract to provide any goods or services to a public entity: . submit a bid on a contract with a public entity for the construction or repair of a public building (11 public work: . submit bids on leases of real property to a public entity: . be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract vvith any public entity; or . transact business with any public entity. 2.9 Respondent's Representation and Authorization In submitting a response, each respondent understands, represents, and acknowledges the following (if the respondent cannot so certify to any of following, the respondent shall submit with its response a written explanation of why it cannot do so). . The respondent is not currently under suspension or debarment by the State or any other governmental authority. . To the best of the knowledge of the person signing the response. the respondent its affiliates. subsidiaries, directors, ot1icers, and employees are not currently under investigation bv any governmental authority and have not in the last ten (10) years been convicted or found liable for any act prohibited by law in any jurisdiction, involving conspiracy or collusion with respect to bidding on any public contract . Respondent currently has no delinquent obligations to the State, including a claim by the State fOT liquidated damages under any other contract . The submission is made in good faith and not pursuant to any agreement or discussion \\ ith. or inducement from, any firm or person to submit a complementary or other noncompetitive response. . The prices and amounts have been arrived at independently and without consultation, communication, or agreement with any other respondent or potential respondent; neither the prices nor amounts. actual or approximate, have been disclosed to any respondent or potential respondent and they will not be disclosed before the solicitation opening. . The respondent has fully informed the Buyer in writing of all convictions of the firm, its affiliates (as defined in section 287.133(1 )(a) of the Florida Statutes). and all directors. officers. and employees of the firm and its affiliates for violation of state or federal antitrust laws with respect to a public contract for violation of any state or federal law involving fraud, bribery, collusion, conspiracy or material misrepresentation with respect to a public contract This includes disclosure of the names of current employees who were convicted of contract crimes while in the employ of another company. . Neither the respondent nor any person associated with it in the capacity of owner, partner. director. ot1icer, principal, investigator, project director. manager, auditor. or position involving the administration of federal funds: a Has within the preceding three years been convicted of or had a civil judgment rendered against them or is presently indicted for or otherwise criminally or civilly charged flir: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a federal. state, or local government transaction or public contract: violation of federal or state antitrust statutes: or commission of embezzlement, theft, forgery. bribery. falsification or destruction 01 records, making false statements, or receiving stolen property; or a Has within a three-year period preceding this certification had one or more federal. state. or local government contracts terminated for cause or default. . The product offered by the respondent will conform to the specifications without exception. . The respondent has read and understands the Contract terms and conditions, and the submission is made in conformance with those terms and conditions. . If an award is made to the respondent, the respondent agrees that it intends to be legally bound to the Contract that is formed with the State. . The respondent has made a diligent inquiry of its employees and agents responsible for preparing, approving, or submitting the response, and has been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in the response. . The respondent shall indemnify, defend, and hold harmless the Buyer and its employees against any cost, damage, or expense which may be incurred or be caused by any error in the respondent's preparation of its bid. . All information provided by, and representations made by, the respondent are material and important and will be relied upon by the Buyer in awarding the Contract. Any misstatement shall be treated as fraudulent concealment from the Buyer of the true facts relating to submission of the bid. A misrepresentation shall be punishable under law, including, but not limited to, Chapter 817 of the Florida Statutes. 2.10 Manufacturer's Name and Approved Equivalents Unless otherwise specified, any manufacturers' names, trade names, brand names, information or catalog numbers listed in a specification are descriptive, not restrictive. With the Buyer's prior approval, the Contractor may provide any product that meets or exceeds the applicable specifications. The Contractor shall demonstrate comparability, including appropriate catalog materials, literature, specifications, test data, etc. The Buyer shall determine in its sole discretion whether a product is acceptable as an equivalent. ~ 1 Performance Qualifications The Buyer reserves the right to investigate or inspect at any time whether the product, qualifications, or facilities offered by Respondent meet the Contract requirements. Respondent shall at all times during the Contract term remain responsive and responsible. In determining Respondent's responsibility as a vendor, the agency shall consider all information or evidence which is gathered or comes to the attention of the agency which demonstrates the Respondent's capability to fully satisfy the requirements of the solicitation and the contract. Respondent must be prepared, if requested by the Buyer, to present evidence of experience, ability, and financial standing, as well as a statement as to plant, machinery, and capacity of the respondent for the production, distribution, and servicing of the product bid. If the Buyer determines that the conditions of the solicitation documents are not complied with, or that the product proposed to be furnished does not meet the specified requirements, or that the qualifications, financial standing, or facilities are not satisfactory, or that performance is untimely, the Buyer may reject the response or terminate the Contract. Respondent may be disqualified from receiving awards if respondent, or anyone in respondent's employment, has previously failed to perform satisfactorily in connection with public bidding or contracts. This paragraph shall not mean or imply that it is obligatory upon the Buyer to make an investigation either before or after award of the Contract, but should the Buyer elect to do so, respondent is not relieved from fulfilling all Contract requirements. 2.12 Public Opening T) esponses shall be opened on the date and at the location indicated on the Timeline. Respondents may, but are )t required to, attend. The Buyer may choose not to announce prices or release other materials pursuant to s. 119.071 (1 )(b), Florida Statutes. Any person requiring a special accommodation because of a disability should contact the Procurement Officer at least five (5) workdays prior to the solicitation opening. If you are hearing or speech impaired, please contact the Buyer by using the Florida Relay Service at (800) 955-8771 (TDD). 2.13 Electronic Posting of Notice of Intended Award Based on the evaluation. on the date indicated on the Timeline the Buyer shall electronically post a n(Jt!ce (I! intended award at http://fcn.state.fl.us/owa vbs/owalvbs www.main menu. If the notice of award is delayed. in lieu of posting the notice of intended award the Buyer shall post a notice of the delay and a revised date for posting the notice of intended award. Any person who is adversely affected by the decision shall file with the Buyer a notice of protest within 72 hours after the electronic posting. The Buyer shall not provide tabula1ions: il!' notices of award by telephone. 2.14 Firm Response The Buyer may make an award within sixty (60) days after the date of the opening. during \vhich period responses shall remain firm and shall not be withdrawn. If award is not made within sixty (60) days. the response shall remain firm until either the Buyer awards the Contract or the Buyer receives from the respondent written notice that the response is withdrawn. Any response that expresses a shorter duration may. in the Buyer's sole discretion, be accepted or rejected. 2.15 Cia rifica tio ns/Revisio ns Before award, the Buyer reserves the right to seek clarifications or request any information deemed necessary for proper evaluation of submissions from all respondents deemed eligible for Contract award. Failure to provide requested information may result in rejection of the response. 2.16 Minor Irregularities/Right to Reject The Buyer reserves the right to accept or reject any and all bids, or separable portions thereof, and to waive any minor irregularity, technicality, or omission if the Buyer determines that doing so will serve the State' s besl interests. The Buyer may reject any response not submitted in the manner specified by the solicitation documents. 2.17 Contract Formation The Buyer shall issue a notice of award, if any, to successful respondent(s), however. no contract shall be formed between respondent and the Buyer until the Buyer signs the Contract. The Buyer shall not be liable for any costs incurred by a respondent in preparing or producing its response or for any work performed before the Contract is effective. 2.18 Contract Overlap Respondents shall identifY any products covered by this solicitation that they are currently authorized to furnish under any state term contract. By entering into the Contract, a Contractor authorizes the Buyer to eliminate duplication between agreements in the manner the Buyer deems to be in its best interest. 2.19 Public Records Article 1, section 24, Florida Constitution, guarantees every person access to all public records, and Section 119.011, Florida Statutes, provides a broad definitiun uf public record. As such, all responses to a competitive solicitation are public records unless exempt by law. Any respondent claiming that its response contains information that is exempt from the public records law shall clearly segregate and mark that information an(~ provide the specific statutory citation for such exemption. 2.20 Protests A.ny protest concerning this solicitation shall be made in accordance with sections 120.57(3) and 287.042(2) of Florida Statutes and chapter 28-110 of the Florida Administrative Code. Questions to the Procurement ufficer shall not constitute formal notice of a protest. It is the Buyer's intent to ensure that specifications are written to obtain the best value for the State and that specifications are written to ensure competitiveness, fairness, necessity and reasonableness in the solicitation process. Section 120.57(3)(b), F.S. and Section 28-110.003, Fla. Admin. Code require that a notice of protest of the solicitation documents shan be made within seventy-two hours after the posting of the solicitation. Section 120.57(3)(a), F.S. requires the following statement to be included in the solicitation: "Failure to file a protest within the time prescribed in section 120.57(3), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes." Section 28-110.005, Fla. Admin. Code requires the following statement to be included in the solicitation: "Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes." 2.21 Limitation on Vendor Contact with Agency During Solicitation Period Respondents to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch 'ncerning any aspect of this solicitation, except in writing to the procurement officer or as provided in the Aicitation documents. Violation of this provision may be grounds for rejecting a response. SECTION 3.0 SPECIAL INSTRUCTIONS To RESPONDENTS CONTENTS: 3.1 CONTACT PERSON 3.2 DEFINITIONS 3.3 WHO MA Y RESPOND 3.4 ESTIMATED QUANTITIES 3.5 PERIOD OF AGREEMENT 3.6 BASIS FOR AWARD 3.7 ADDENDUMS TO THE SOLICITA TION DOCUMENTS 3.8 PRICING 3.9 ELECTRON1C POSTING 3.10 SUBMISSION OF RESPONSE 3.11 MYFLORIDAMARKETPLACE SOLICITATION OVERVIEW 3.12 COMPLIANCE WITH LAWS 3.13 ORDER OF PRECEDENCE 3.14 STATE OBJECTIVES 3.15 STATE OF FLORIDA PURCHASING CARD PROGRAM 3.16 DOCUMENTATION BECOMES THE PROPERTY OF THE STATE 3.17 SUBSTITUTIONS 3.18 POLITICAL SUBDIVISIONS AND OTHER COOPERA TlVE PURCHASING PARTICIPANTS 3.19 QUALITY 3.20 OCCUPATIONAL HEALTH AND SAFETY 3.21 LOBBYING 3.22 GREAT SEAL OF FLORIDA 3.1 Contact Person Refer all inquiries to: Dawn Gunter, Purchasing Analyst Department of Management Services, Division of State Purchasing 4050 Esplanade Way, Suite 360 Tallahassee, FL 32399-0950 Phone: 850-488-4946 Suncom: 278-4946 Fax: 850-414-6122 Email: Da\VTI. Gunter@dms.myflorida.com 3.2 Definitions The definitions found in s. 60A-1.00l, F.A.C. shall apply to this agreement. The following additional terms arc also defined: a. "The Department" means the Florida Department of Management Services b. "Procurement Officer" means the Buyer's Contracting personnel. as identified in Section 3.1. c. '"MSRP" is an acronym for the Manufacturer's Suggested Retail Price. It represents the manufacturer's recommended retail selling price for a specific item, or list of items. and must be publicly listed, available. and verifiable by the Department. In the event a Vendor does not create. maintain. or utilize MSRP for specific Commodities within this solicitation, that Vendor may use its Government Book Price as the MSRP for those specific Commodities. The Vendor must use the MSRP or Government Book Price for all items within a specific Commodity and shall not use both within the same Commodity. d. "Government Book Price" represents the manufacturer's pre-determined selling price for a specific item, or list of items, to all non-Contracted government entities. e. "Eligible Users" is defined in 60A-1.005, F.A.C. The following entities are eligible users: 1. All governmental Agencies, as defined in Section 163.3164, F.S., which have a physical presence within the State of Florida; 2. Any independent, non-profit college or university that is located within the State of Florida and is accredited by the Southern Association of Colleges and Schools. Specific Authority 287.042 (12) F.S. Law Implemented 287.012 (12) F.S. History - New 8-24-04. Section 287.056 of the Florida Statutes governs Agencies' use of the Contract. Others may seek Department approval under section 287.042(2)(a) as an eligible user of the Contract. f. "Contractor" means any person who contracts to sell commodities or contractual services to an agency. 3.3 Who May Respond Fully capable dealers, distributors, and manufacturers who are regularly engaged in the sale of laboratory and safety supplies and equipment and who are in good standing with the State of Florida, meet the terms, conditions, and specifications of the solicitation, and which possess the financial capability, experience, and personnel "iources to provide products and services of the scope and breadth described in this ITB. Reminder: Successful ,-,ontractor(s) must have the ability to supply and service equipment to State Agencies and eligible political subdivisions, as requested, regardless of geographic location within the State of Florida. Respondents who bid may use their authorized dealer networks to fulfill the requirements of the Contract. However, in each and every case, the Respondent, not the distributor, will be held accountable for performance under the Contract and shall be the focal point for all performance issues. Only the authorized dealers listed in the solicitation Response will be eligible to provide products on behalf of the manufacturer through this solicitation. By submitting a Response, each Respondent certifies that it satisfies all criteria specified in the solicitation documents. The Department may request, and the Respondent shall provide, supporting information and I or documentation. Failure to supply supporting information and I or documentation within the timeframe requested may result in disqualification of bid. The Department and Eligible Users retain the right to request additional information pertaining to the Respondent's ability and qualifications to accomplish all services described in this ITB as deemed necessary during the ITB or after Contract award. 3.4 Estimated Expenditure Historically, the State of Florida Agencies and other eligible users have expended approximatelv twelve ~iIIion dollars ($12.000.000) annuallv for the acquisition of products and services covered in this ITB. Past .penditures are no guarantee of future sales. These estimated figures are given only as a guideline for preparing your ITB Response and should not be construed as representing guaranteed sales under the Contract. 3.5 Period of Agreement This agreement shall be in effect from the start date of the Contract for an initial period of sixty (60) munths with the potential for renewal. Renewal is contingent upon satisfactory performance b:' the Contractur 3.6 Basis for Award The Department will evaluate Responses against all criteria set forth in the Invitation to Bid. The Department shall award the Contract to the lowest, most responsible and responsive Respondent, with price being the controlling criterion, which the Department determines will provide the best value to the State. The Department reserves the right to accept or reject any and all Responses, or separable portions, and to \vaivc any minor irregularities, technicality, or omission if the Department determines that doing so will serve the State's best interest. The Department reserves the right to award by line item, product group, or to a single or multiple Respondents on a Statewide basis if it is determined that doing so will serve the State's best interest. The Department reserves the right to reject pricing that is greater than pricing offered on the current awarded State Contract or to other potential Customers (e.g., city, county, university, national Contracts, GSA federal Contracts, etCl However, it is the desire of the State to award to one single vendor, should pricing and product line offered be sufficiently competitive. Current State Contract pricing may be viewed at the following website: http://dms.myt1orida.com/dms/purchasing/State Contracts agreements and price lists/State term Contracts/la boratory supplies and equipment The percent discount from list price that applies to the Manufacturer's/Supplier"s price list will be calculateo automatically on results tab of the price sheet. The results of the weighted score can be located on the tab entitled "Results". Pricing for each product group will be weighted by spend volume. The weight factors supplied on the price sheet arc derived from the relative sales quantity to state agencies of the high volume items specified on the price sheet. The weight factors are as follows: Weight Class Factor Class ] a 5.8% Class] b 1.5% Class 2 6.7% Class 3 0.1% , Class 4 t--~~i Class 5 -+--~- 1 I 38.3% I Class 6 ~ I Class 7 I 16.70/0, ----t- --- -----. Class 8 i 13400 I C_~_L-~_ ~i All items in a class must be bid on the spreadsheet entitled "Price Sheet #2". The yellow spaces (cells) on the price sheet are the places where the bidder is required to supply bid data. Additionally, the class tabs must be completed for each product listed that the Respondent currently offers. The following information must be supplied on the bid price sheet fo, each category bid: The current list price per item (labeled as "actual price"), the percentage discount bid to the State through this solicitation, and the overall actual "contract price" offered to the State of Florida. 3.7 Addendums to the Solicitation Documents The Department reserves the right to issue addendums to the solicitation. Notice of any addendums will be sted within MyFloridaMarketPlace and the Vendor Bid System. Such notice, if required, will contain the appropriate details for identifying and / or reviewing the formal changes to the solicitation. Each Respondent is responsible for monitoring the site(s) for new or changing information concerning this solicitation. 3.8 Price Respondents shall submit, via the on-line electronic procurement system, the Price Sheet provided in the solicitation. The Price Sheet provides a method for offering percentage discounts (Sheet 1) off MSRP for Classes 1 through 9 and provides a method of comparing pricing on 180 past purchased items (Sheet 2). Failure by the Respondent to complete and submit both sheets in the price workbook will result in its bid being disqualified. Prices shall be submitted in the form of a single, fixed discount per class off manufacturer's suggested retail price list (MSRP) in effect at the time of the solicitation due date with current Contract pricing and GSA discount structure or better preferred. All purchase prices shall include FOB destination. For the price comparison component, Bidders may bid alternate brands that comply with the specifications of the brands listed. Submit with bid submittal a letter explaining any product deviations and/or changes. The percentage discount bid for each class on the price sheets shall apply to the entire Contractor's Price List for that class on any Contract resulting from this bid. Discount structure offered under the current State term Contract (#490-000-03-1) through awarded vendor '"her Scientific Company LLC is as follows: Class Description State Political Discount Subdivision Discount 1a Laboratory Chemicals 71.0% 52.0% Ib Fine Organic Chemicals 18.0% 12.0% 2 Culture Media 30.0% 18.0% 3 Plasticware, Sterile 38.0% 25.0% 4 Glassware 43.1 % 26.0% 5 Miscellaneous Expendable Supplies 47.0% 28.0% 6 Miscellaneous Equipment 30.8% 16.0% 7 Biotechnology Products 20.0% 10.0% 8 Safety Equipment and Products 25.5% 15.0% Additional Quantity Discount for orders totaling 1.0% 1.0% $15,000 or greater The Bidder shall provide copies of its comprehensive price list as part of the submittal Response on a CD in an Excel format for all products. Price list will include item description, model number, manufacturer's suggested retail price, percentage discount off retail, contract purchase price, and unit of measure item is sold in. Percentage discount per class used for product calculations must be the same for the life of the Contract. The ate must be able to understand how pricing was derived in order to calculate future pricing when new 'products are added to the Contract. Note: The price list submitted with Response will be used by Agencies and eligible users for purchase under this Contract. All prices must be listed on a per unit basis, and all prices are binding. Vendors are encouraged to afTer larger discounts to qualified ordenng entitles lor large. tllh,'-Umt single orders. 3.9 Electronic Posting Offers shall be opened on the date and time indicated on the Event Timeline and thereafter evaluated. Prices will not be read, pursuant to Section 119.071 (1 )(b) l Supersedes reference in paragraph 2.1 L Section:::: General Instructions to Respondents (PUR 1001)] of the Florida Statutes. On the date indicated on the Timeline. the Department shall electronically post a Notice of Intended A ward in MyFloridaMarketPlace and also in the State vendor bid system at http://fcn.State.f1.us/owa vbs/owa/vbs 'www.main menu. If the award is delayed. in lieu of posting it on the date indicated on the Timeline, the Department shall post a notice of the delay and a revised date for posting the Notice ofIntended Award. Any person who is adversely affected by the decision shall file with the Department a notice of protest within 72 hours after the electronic posting. The Department shall nol provide notices of award by telephone. 3.10 Submission of Response a. Submittal of Bid Potential Respondents to the solicitation are encouraged to carefully review all the materials contained herein and prepare their Responses accordingly. Respondents will submit their Responses via the MyFloridaMarketPlace (MFMP) eProcurement Sourcing Tool located at https://sourcing.myfloridamarketplace.com. The Response shall include all appropriate forms located within the MyFloridaMarketPlace Sourcing Tool RFX Info Section. All required or requested question Responses, documents, files, location information, and pricing shall be entered electronically into the MyFloridaMarketPlace Sourcing Tool for this solicitation as indicated. If no indication for submission is provided for required or requested documents or files, or if instructions to mail a specific document or file are provided, then those specific documents or files only shall be mailed to the attention of the Contact Person in Section 3.1 of the solicitation. In addition to the submittal in the MyFloridaMarketPlace Sourcing tool, submit three (3) electronic copies of the Response and all attachments (on CD-ROMS) in a sealed enveloped. The outer packaging for all mailed documents shall clearly state: Solicitation Title and Number (Laboratory and Safety Supplies and Equipment, ITB No. 9-490-000-0), and the ITB Responses Due Date and Time from the Timeline in Section 1.2 of the solicitation. Failure to provide all required information within the solicitation Response mav result in rejection of the Response. Each Respondent is responsible for ensuring its Response is delivered at the proper time and to the proper location. The Department will not consider late submissions. ALL RESPONSES MUST BE RECEIVED AT STATE PURCHASING, 4050 ESPLANADE WAY, TALLAHASSEE, FL 32399 AT OR BEFORE 2 P.M. ON THE DATE AND TIME SPECIFIED ON THE TIMELINE. In the event a Respondent submits more than one Response in the MyFloridaMarketPlace Sourcing Tool. only the last Response received by the system shall be considered for award. Previous Responses \I,'ill not be visible to the State of Florida. Responses not submitted within the System shall be rejected. The System will require Respondents to review the Bid Checklist Form and confirm that they have completed all required activities before accepting offer. The Bid Checklist Form (Attachment J) does not relieve the Respondent of responsibility for ensuring that all requirements of the solicitation are included with the solicitation Response. The Bid Checklist Form does not have to be provided with the Response. Each Respondent is responsible for ensuring that the offer is submitted before the submittal deadline noted on the Timeline in Section 1.2 of the solicitation. The Department shall not consider late offers and the System WILL NOT accept otrers after the due date and time specified in the Timeline or as amended by the Department. ALL OFFERS MUST BE SUBMITTED IN THE MYFLORIDAMARKETPLACE SOURCING TOOL BY THE DATE AND TIME SPECIFIED ON THE TIMELINE. Prices and Discounts Product pricing shall be submitted in the location and format provided in the Price Sheet of the solicitation. A discount shall be provided for each requested class and the sample price list shall be filled out for comparison purposes using that discount structure. Respondents shall bid all items. All prices shall be in USD ($; e.g., $1.00) and single fixed discount per class shall be in a percentage (%; e.g., 75%) format. Respondents shall provide two (2) copies of their current MSRP List as part of the solicitation package on a CD as a Microsoft Excel document. The price list shall identify all supplies and equipment offered by Respondent. The MSRP list provided must show, at a minimum, the manufacturer's item number, product description, manufacturers suggested retail price, price list date; effective period and must be publicly listed, available, and verifiable by the Department. The list shall be mailed to the person identified in Section 3.1 of the solicitation. Respondents shall submit a completed Savings I Price Reductions Form (Attachment A) for the bid in order to assist the Department in verifying the Prices and Discounts submitted. d. Ordering Instructions Respondent shall submit a completed Ordering Instructions Form (Attachment B) identifying the persons responsible for answering questions about the Response and persons responsible for administering the Contract, if awarded, and shall provide information necessary for placing orders under the Contract, if awarded. In the event that the Contract is awarded, it is the sole responsibility of the awarded vendor to ensure the accuracy and content of the Ordering Instructions Form (Attachment B). Should the information listed on the Ordering Instructions Form (Attachment B) change, the awarded vendor must resubmit an updated completed Ordering Instructions Form to the contact person listed in Section 3.1 of this solicitation as a Microsoft Word document attachment via email. e. Contract Signature Page Respondent shall submit a completed and executed Contract Signature Page (Attachment F) with its Response by mail to the contact person listed in Section 3.1 of the solicitation. The submission of the Contract Signature Page does not signiry, imply, or guarantee award of the Contract, but may be used if the Respondent is awarded the Contract. 3.11 MyFloridaMarketPlace Solicitation Overview The Department uses the MyFloridaMarketPlace system ("MFMP") to receive Responses to solicitations electronically. a. MyFloridaMarketPlace Vendor Registration Application Vendors must have a revised, current, and complete Vendor Registration Application identified on the MyFloridaMarketPlace Vendor Registration System at: https:llvendor.m yfloridamarketplace. com/. If the Respondent has not registered, please be advised that a minimum of 48 hours will be required for access to the Sourcing Tool. Completion of this registration is mandatory for those Vendors who wish to submit a Response. b. MyFloridaMarketPlace Sourcing Tool Training This solicitation will be conducted using the MyFloridaMarketPlace Sourcing r(lill Optional tral!1In~ I\)' how to respond to this solicitation electronically is otTered at: http://dms.mvflorida.com/business operations/state purchasing/m yt10rida marketplace/vendors/vendor trai nmg. . For all technical questions about the Sourcing Tool. Vendors should contact the MyFloridaMarketPlact' Customer Service Desk at 866-FLA-EPRO (866-352-J 776l ,r. vendorhel praJ,m yfloridamarketplace .com. . For additional information or assistance on usmg the Sourcing Tool. please visit the MyFloridaMarketPlace website at the following link: http://dms.mvflorida.com/business operations/state purchasing/m vtlorida marketplace/vendors c. MyFloridaMarketPlace Sourcing Tool Tips When working in the Sourcing tool, be aware of the twenty (20) minute time-out function in the tool. This means that one should save his or her work (click the SAVE button) at intervals of less than twenty (20) minutes to ensure the entries since the last saving are not lost. Please note that clicking the SAVE button within the Sourcing Tool only saves the solicitation Response. The SAVE button does not transmit the solicitation Response to the State. In order to transmit the solicitation Response to the State, click the SUBMIT button on the SUMMARY page of the solicitation Response. After clicking the SUBMIT button, it is the Respondent's responsibility to check any submitted Response within the Sourcing Tool to verify that the Response is accurately and completely captured within the Sourcing Tool. Respondents must do this while there is sufficient time remaining in the Solicitation period in the event an error is discovered and onl: needs to resubmit a revised Response. To validate the Response, do the following before the Solicitation period ends: . Go to the "My Bids / My Responses" tab within the Sourcing Tool after submitting the Response. . Click on the Response ID number of the last submitted Response. . Review entire Response to make sure all Responses are complete, accurate. and as intended for submission . Minimum areas to check are: . Text boxes - Is the entire answer viewable? . Yes/No questions - Is the displayed answer correct? . All uploaded document files - Can the attached document(s) be opened and clearly viewed in its entirety? Does the content of the file(s) match the Response within the tool (e.g.. not an earlier version or working copy)? . Pricing and Other Information - Are all prices and other information intended for submission visible and accurately captured within the Sourcing Tool? . Required Items - Are all items listed on the Bid Preparation Checklist completed as required within the Sourcing Tool? It is strongly recommended not to wait until the last minute to upload and validate the Response to this or any solicitation. d. MyFloridaMarketPlace Email Notification Vendors are reminded that the Sourcing Tool's Email Notifications are an option provided as a courtesy. The State of Florida is not under any obligation and does not guarantee that Vendors will receive Email Notifications concerning the posting, amendment, or closing of solicitations. Vendors are responsible for checkine the MvFloridaMarketPlace Sourcine Tool and lor the Vendor Bid System for information and updates concernine solicitations. 3.12 Compliance with Laws The Contractor shall comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of Federal, State, and local Agencies having jurisdiction and authority. By way of non-exhaustive example, Chapter 287 of the Florida Statutes and Chapter 60A-l of the Florida Administrative Code govern the Contract. By way of further non-exhaustive example, the Contractor shall comply with section 247 A( e) of the Immigration and Nationalization Act, the Americans with Disabilities Act, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran's status. Violation of such laws shall be grounds for Contract termination. 3.13 Order of Precedence Potential Respondents to the solicitation are encouraged to carefully review all the materials contained herein and prepare Responses accordingly. All Responses are subject to the terms of the following sections of this solicitation, which, in case of conflict, shall have the order of precedence listed: Technical Specifications Price Sheets . Special Instructions . Special Conditions . General Instructions to Respondents (PUR 1001) . General Contract Conditions (PUR 1000) . Forms The Department objects to and shall not consider any additional terms or conditions submitted by a Respondent, including any appearing in documents attached as part of a Respondent's Response. In submitting its Response, a Respondent agrees that any additional terms or conditions, whether submitted intentionally or inadvertently, shall have no force or effect. Failure to comply with terms and conditions, including those specifying information that must be submitted with a Response, shall be grounds for rejecting a Response. This Section supercedes Section 2.4, Terms and Conditions, of this Solicitation. 3.14 State Objectives a. One Florida Initiative Florida is a State rich in its diversity. Governor Bush's One Florida Initiative is dedicated to fostering the continued development and economic growth of small, minority, and women-owned businesses. Central to this initiative is the participation of a diverse group of Vendors doing business with the State. To this end, it is vital that minority and women-owned business enterprises participate in the State's procurement process as both prime Contractors and subcontractors under prime Contracts. Small, minority, and women-owned businesses are strongly encouraged to submit replies to this solicitation. To track the success of the One Florida InitiatIve, which has achieved substantIal gams tn ::\!endtnL' opportunity to minority- and women-owned businesses, the State of Florida maintains data w establish benchmarks from which to measure Contractor diversity in State Contracting. Vendors who contract with the State are obligated to provide information related to the use of minority- and women-owned businesses and subcontractors. The Respondent shall submit documentation addressing the Governor's One Florida Initiatl\ c and describing the efforts being made to encourage the participation of small, minority, and women-l)wned businesses. The Contractor Workplan Form (Attachment C) shall be submitted via the Sourcingll)\)! Please refer to the Governor's "Equity in Contracting Plan" when preparing this documentation: http://www.onef10rida.org/mvf1oridaJgovernment/ governorinitiati ves/ one f10ridaJ ellui tv Contracting. htm I Equity in Contracting documentation should identify any participation by diverse Contractors and Contractors as prime Contractors, subcontractors, Vendors, resellers, distributors. or such other participation as the parties may agree. Equity in Contracting documentation shall include the timely reporting of spending with certified and other minority business enterprises. Such reports must be submitted at least quarterly and include the period covered, the name. minority code. and Federal Employer Identification Number of each minority vendor utilized during the period, commodities. and senices provided by the minority business enterprise, and the amount paid to each minority vendor on behalf of each purchasing Department ordering under the terms of this Contract. In furtherance of the One Florida Initiative, responders are encouraged to seek the participation of Certified Minority Business Enterprises (CMBE). Information on the One Florida Initiative and CMBE's is available from the Office of Supplier Diversity at http://osd.dms.State.tl.us. b. Environmental Considerations The State supports and encourages initiatives to protect and preserve our environment. The Respondent shall submit as part of any proposal the Respondent"s plan to support the procurement of products and materials with recycled content, and the intent of Section 287.045, Florida Statutes. The Respondent shall also provide a plan for reducing and or handling of any hazardous waste generated by the responding company. Reference Rule 62-730.160, Florida Administrative Code. It is a requirement of the Florida Department of Environmental Protection that a generator of hazardous waste materials that exceeds a certain threshold must have a valid and current Hazardous Waste Generator Identification Number. This identification number shall be submitted as part of Respondent"s explanation of its company's hazardous waste plan and shall explain in detail its handling and disposal of this waste. The Respondent shall submit documentation addressing Environmental Considerations via the Cuntractor Workplan Form (Attachment C), which shall be submitted via the Sourcing Tool. c. Certification of Drue:-Free Workplace Proe:ram The State supports and encourages initiatives to keep the workplaces of Florida's businesses and Contractors drug free. Section 287.087 of the Florida Statutes provides that, where identical tie Responses are received, preference shall be given to a Response received from a Respondent that certifies it has implemented a drug-free workforce program. If applicable, Respondent shall certify that it has a drug-tree workplace program using the "Certification of Drug-Free Workplace" form included in Section 7.0 of this solicitation. The Respondent shall submit documentation addressing the Certification of Drug-Free Workplace Program via the Certification of a Drug Free Workplace Program Form (Attachment E), which shall be submitted via the Sourcing Tool. o. Products Available from the Blind or Other Handicapped (RESPECT) The State supports and encourages the gainful employment of citizens with disabilities. It is expressly understood and agreed that any articles that are the subject of, or required to carry out, this Contract shall be purchased from a nonprofit agency for the blind or for the severely handicapped that is qualified pursuant to Chapter 413, Florida Statutes, in the same manner and under the same procedures set forth in Section 413.036(1) and (2), Florida Statutes; and for purposes of this Contract the person, firm, or other business entity carrying out the provisions of this Contract shall be deemed to be substituted for the State Agency insofar as dealings with such qualified nonprofit department are concerned. Additional information about the designated nonprofit department and the products it offers IS available at http://www.respectofflorida.org. The Respondent shall describe how it will address the use of RESPECT in offering the items in this solicitation through completing the Contractor Workplan Form (Attachment C) and submitting it via the Sourcing Tool. e. Prison Rehabilitative Industries and Diversified Enterprises, Inc. (PRIDE) The State supports and encourages the use of Florida correctional work programs. It is expressly understood and agreed that any articles which are the subject of, or required to carry out, this Contract shall be purchased from the corporation identified under Chapter 946, F.S., in the same manner and under the same procedures set forth in Section 946.515(2), and (4), F.S.; and for purposes of this Contract the person, firm, or other business entity carrying out the provisions of this Contract shall be deemed to be substituted for the State Agency insofar as dealings with such corporation are concerned. Additional information about PRIDE and the products it offers is available at http://www.pride-enterprises.org/. The Respondent shall describe how it will address the use of PRIDE in offering the items in this solicitation through completing the Contractor Workplan Form (Attachment C) and submitting it via the Sourcing Tool. 3.15 State of Florida Purchasing Card Program The State has implemented a purchasing card program through Bank of America, using the Visa network. Contractors will receive payment from the purchasing card in the same manner as other Visa purchases. Accordingly, bidders must presently have the ability to accept Visa for any purchase or payment or take whatever steps necessary to implement the ability before the start of the contract term. The State will not fill out any contractor forms or contracts in association with contractor accepting a purchasing card payment. The State reserves the right to revise this program in conjunction with implementation of an on-line procurement system. On-line billing or payment systems maintained by the contractor will not store the cardholders account number and expiration date for reuse. Cardholders will provide the Contractor with card account information at the point of sell for each occurrence. 3.16 Documentation Becomes the Property of the State All documentation produced as part of this solicitation shall become the exclusive property of thl' State Documentation may not be removed by the Respondent or its agents and will not be returned 10 the Resptmdent Selection or rejection of a reply shall not affect this right. 3.17 Substitutions Prior written approval of State Purchasing is required for substitution of any equipment. The State retains sole discretion to accept and approve such requests when deemed to be in the State's best interest. 3.18 Political Subdivisions and Other Cooperative Purchasing Participants Non-State Agency participants are responsible for ensuring that the purchase order issued reflects the correct Contract item pricing and that payment is processed accordingly. Note that only these items / services specified in the State Contract may be purchased from the Contract vendor(s) of record, unless otherwise specified. Participants assume full responsibility for all purchase transactions issued through this State Contract, including purchase order. delivery compliance, and payments. 3.19 Quality All products offered under this Contract shall be new, unused, of current production, and of the latest design and construction. Used, rebuilt, remanufactured, shopworn, demonstrator, discontinued, or prototype items shall not be offered. All products and services supplied shall comply with customary, reasonable, and prudent standards of professionalism and care in the industry. All products, equipment, merchandise, and miscellaneous material bid shall comply with applicable requirements and standards of the Occupational Safety and Health Act and applicable Florida codes. Respondent warrants that all products, equipment, materials, and workmanship furnished, whether furnished by bidder or its sub-suppliers, will comply with its and the product specifications, drawings and other descriptions supplied or adopted, and will be new, fit and sufficient for purpose for which they are intended, PI' good materials, design and workmanship and free from defects or failure. Respondents may be required, at no expense to the agency, to make available for test / demonstration. material or equipment equal in all aspects to the solicitation, and/or equal material or equipment that may be seen under operating conditions. 3.20 Occupational Health and Safety In compliance with Chapter 442, Florida Statutes, any item delivered from a Contract resulting from this solicitation must be accompanied by a Material Safety Data Sheet (MSDS). The MSDS must be maintained by the user Agency and must include the following information: . The chemical name and the common name of the toxic substance. . The hazards or other risks in the use of the toxic substance, including: a. The potential for fire, explosion, corrosivity, and reactivity: b. The known acute and chronic health effects of risks from exposure. including the medical conditions which are generally recognized as being aggravated by exposure to the toxic substance; and c. The primary routes of entry and symptoms of overexposure. . The proper precautions, handling practices, necessary personal protective equipment, and other safety precautions in the use of or exposure to the toxic substances, including appropriate emergency treatment in case of overexposure. The emergency procedure for spills, fire, disposal, and first aid. . A description in lay terms of the known specific potential health risks posed by the toxic substance intended to alert any person reading this information. . The year and month, if available, that the information was compiled and the name, address, and emergency telephone number of the manufacturer responsible for preparing the information. 3.21 Lobbying In accordance with Section 216.347, Florida Statutes, and as provided herein, the Service Provider or Contractor may not expend any State funds for the purpose of lobbying the legislature, the judicial branch, the executive branch, or any State Agency. This restriction does not apply to requests of the Service Provider or Contractor to provide any information relating to any aspect of this Contract, if requested by any legislative, judicial, or executive branch, or any State Agency. 3.22 Great Seal of Florida Use of the Great Seal is permitted only as provided in section 15.03, F.S., and rule 1-2.0021, F.A.C. Violation of these provisions would be in contravention of law and rule and may result in termination of any prospective contract and placement of the vendor on the suspended vendor list in accord with the process provided in rule 60A-1.006, F.A.C. SECTION 4.0 GENERAL CONTRACT CONDITIONS (PUR 1000) CONTENTS: 4.1 DEFINITIONS 4.2 PURCHASE ORDERS 4.3 PRODUCT VERSION 4.4 PRICE CHANGES APPLICABLE ONLY TO TERM CONTRACTS 4.5ADDITIONAL QUANTITIES 4.6 PACKAGING 4.7 INSPECTION AT CONTRACTOR'S SITE 4.8 SAFETY STANDARDS 4.9 AMERICANS WITH DISABILITIES ACT 4.10 LITERATURE 4.11 TRANSPORTATION AND DELIVERY 4.12 INSTALLATION 4.13 RISK OF LOSS 4.14 TRANSACTION FEE 4.15 INVOICING AND PAYMENT 4.16 TAXES 4.17 GOVERNMENTAL RESTRICTIONS 4.18 LOBBYING AND INTEGRITY 4.19 INDEMNIFICATION 4.20 LIMITATION OF LIABILITY 4.21 SUSPENSION OF WORK 4.22 TERMINATION FOR CONVENIENCE 4.23 TERMINATION FOR CAUSE 4.24 FORCE MAJEURE. NOTICE OF DELAY. AND NO DAMAGES FOR DELA Y 4.25 CHANGES 4.26 RENEWAL 4.27 PURCHASE ORDER DURATION 4.28 ADVERTISING 4.29 ASSIGNMENT 4.30 ANTITRUST ASSIGNMENT 4.31 DISPUTE RESOLUTION 4.32 EMPLOYEES, SUBCONTRACTORS, AND AGENTS 4.33 SECURITY AND CONFIDENTIALITY 4.34 CONTRACTOR EMPLOYEES, SUBCONTRACTORS, AND OTHER AGENTS 4.35 INSURANCE REQUIREMENTS 4.36 WARRANTY OF AUTHORITY 4.37 WARRANTY OF ABILITY TO PERFORM 4.38 NOTICES 4.39 LEASES AND INSTALLMENT PURCHASES 4.40 PRISON REHABILITATIVE INDUSTRIES AND DIVERSIFIED ENTERPRISES. INC. (PRIDE) 4.41 PRODUCTS A V AILABLE FROM THE BLIND OR OTHER HANDICAPPED 4.42 MODIFICATION OF TERMS 4.43 COOPERATIVE PURCHASING 4.44 WAIVER 4.45 ANNUAL APPROPRIATIONS 4.46 EXECUTION IN COUNTERPARTS 4.47 SEVERABILITY 4.1 Definitions The definitions contained in s. 60A-1.001, F.A.C. shall apply to this agreement. The following additional terms ~ also defined: (a) "Contract" means the legally enforceable agreement that results from a successful solicitation. The parties to the Contract will be the Customer and Contractor. (b) "Customer" means the State agency or other entity identified in a contract as the party to receive commodities or contractual services pursuant to a contract or that orders commodities or contractual services via purchase order or other contractual instrument from the Contractor under the Contract. The "Customer" may also be the "Buyer" as defined in the PUR 1001 if it meets the definition of both terms. (c) "Product" means any deliverable under the Contract, which may include commodities, services, technology or software. (d) "Purchase order" means the form or format a Customer uses to make a purchase under the Contract (e.g., a formal written purchase order, electronic purchase order, procurement card, contract or other authorized means). 4.2 Purchase Orders In contracts where commodities or services are ordered by the Customer via purchase order, Contractor shall not deliver or furnish products until a Customer transmits a purchase order. All purchase orders shall bear the Contract or solicitation number, shall be placed by the Customer directly with the Contractor, and shall be -'l~emed to incorporate by reference the Contract and solicitation terms and conditions. Any discrepancy ,tween the Contract terms and the terms stated on the Contractor's order form, confirmation, or acknowledgement shall be resolved in favor of terms most favorable to the Customer. A purchase order for services within the ambit of section 287.058(1) of the Florida Statutes shall be deemed to incorporate by reference the requirements of subparagraphs (a) through (f) thereof. Customers shall designate a contract manager and a contract administrator as required by subsections 287.057(15) and (16) of the Florida Statutes. 4.3 Product Version Purchase orders shall be deemed to reference a manufacturer's most recently release model or version of the product at the time of the order, unless the Customer specifically requests in writing an earlier model or version and the contractor is willing to provide such model or version. 4.4 Price Changes Applicable only to Term Contracts If this is a term contract for commodities or services, the following provisions apply. (a) Quantity Discounts. Contractors are urged to offer additional discounts for one time delivery of large single orders. Customers should seek to negotiate additional price concessions on quantity purchases of any products offered under the Contract. State Customers shall document their files accordingly. (b) Best Pricing Offer. During the Contract term, if the Customer becomes aware of better pricing offered by the Contractor for substantially the same or a smaller quantity of a product outside the Contract, but upon the same similar terms of the Contract, then at the discretion of the Customer the price under the Contract shall be Immediately reduced to the lower price. (c) Sales Promotions. In addition to decreasing prices for the balance of the Contract term due to a change in market conditions, a Contractor may conduct sales promotions involving price reductions for a specified lesser period. A Contractor shall submit to the Contract SpecIalist documentatlon identiJ)ing the pr\lposed if I qi.U1!rJ~ and ending dates of the promotion, (2) products involved. and 1:1.1 promoli,mal price:-. ,.ompan.:\ tile!) authorized prices. Promotional prices shall be available to all Customers. Upon appru\aL the Contract! 1]' shai! provide conspicuous notice of the promotion. (d) Trade-In. Customers may trade-in equipment \vhen making purchases from the Contract. A trade-in shall be negotiated between the Customer and the Contractor. Customers are obligated to actively seek current fair market value when trading equipment, and to keep accurate records of the process. For State agencies. It ma) be necessary to provide documentation to the Department of Financial Services and to the agency property custodian pursuant to Chapter 273, F.S. (e) Equitable Adjustment. The State may, in its sole discretion, make an equitable adjustment in the Contract terms or pricing if pricing or availability of supply is affected by extreme and unforeseen volatilit\ 1Il the marketplace, that is, by circumstances that satisfy all the following criteria: (I) the volatility is due to causes wholly beyond the Contractor's controL (~) the volatility affects the marketplace or industry. not just the particular Contract source of supply, (3) the effect on pricing or availability of supply is substantial, and 14) the volatility so affects the Contractor that continued performance of the Contract would result in a substantial loss. 4.5 Additional Quantities For a period not exceeding ninety (90) days from the date of solicitation award. the Customer reserves the right to acquire additional quantities up to the amount shown on the solicitation but not to exceed the threshold for Category Two at the prices submitted in the response to the solicitation. 4.6 Packaging Tangible product shall be securely and properly packed for shipment, storage, and stocking in appropriate. clearly labeled, shipping containers and according to accepted commercial practice, without extra charge for packing materials, cases, or other types of containers. All containers and packaging shall become and remain Customer's property. 4.7 Inspection at Contractor's Site The Customer reserves the right to inspect, at any reasonable time with prior notice. the equipment or product or plant or other facilities of a Contractor to assess conformity with Contract requirements and to determine whether they are adequate and suitable for proper and effective Contract performance. 4.8 Safety Standards All manufactured items and fabricated assemblies subject to operation under pressure. operation by connection to an electric source, or operation involving connection to a manufactured, naturaL or loP gas source shall be constructed and approved in a manner acceptable to the appropriate State inspector. Acceptability customaril) requires, at a minimum, identification marking of the appropriate safety standard organization, where such approvals of listings have been established for the type of device offered and furnished, for example: the American Society of Mechanical Engineers for pressure vessels; the Underwriters Laboratories and/or National Electrical Manufacturers' Association for electrically operated assemblies; and the American Gas Association for gas-operated assemblies. In addition, all items furnished shall meet all applicable requirements of the Occupational Safety and Health Act and state and federal requirements relating to clean air and water pollution. 4.9 Americans with Disabilities Act 'ntractors should identify any products that may be used or adapted for use by visually, hearing, or other pl1ysically impaired individuals. 4.10 Literature Upon request, the Contractor shall furnish literature reasonably related to the product offered, for example, user manuals, price schedules, catalogs, descriptive brochures, etc. 4.11 Transportation and Delivery Prices shall include all charges for packing, handling, freight, distribution, and inside delivery. Transportation of goods shall be FOB Destination to any point within thirty (30) days after the Customer places an Order. A Contractor, within five (5) days after receiving a purchase order, shall notify the Customer of any potential delivery delays. Evidence of inability or intentional delays shall be cause for Contract cancellation and Contractor suspension. 4.12 Installation Where installation is required, Contractor shall be responsible for placing and installing the product in the required locations at no additional charge, unless otherwise designated on the Contract or purchase order. Contractor's authorized product and price list shall clearly and separately identify any additional installation charges. All materials used in the installation shall be of good quality and shall be free of defects that would r1iminish the appearance of the product or render it structurally or operationally unsound. Installation includes : furnishing of any equipment, rigging, and materials required to install or replace the product in the proper location. Contractor shall protect the site from damage and shall repair damages or injury caused during installation by Contractor or its employees or agents. If any alteration, dismantling, excavation, etc., is required to achieve installation, the Contractor shall promptly restore the structure or site to its original condition. Contractor shall perform installation work so as to cause the least inconvenience and interference with Customers and with proper consideration of others on site. Upon completion of the installation, the location and surrounding area of work shall be left clean and in a neat and unobstructed condition, with everything in satisfactory repair and order. 4.13 Risk of Loss Matters of inspection and acceptance are addressed in s. 215.422, F .S. Until acceptance, risk of loss or damage shall remain with the Contractor. The Contractor shall be responsible for filing, processing, and collecting all damage claims. To assist the Contractor with damage claims, the Customer shall: record any evidence of visible damage on all copies of the delivering carrier's Bill of Lading; report damages to the carrier and the Contractor; and provide the Contractor with a copy of the carrier's Bill of Lading and damage inspection report. When a Customer rejects a product, Contractor shall remove it from the premises within ten days after notification or rejection. Upon rejection notification, the risk of loss of rejected or non-conforming product shall remain with the Contractor. Rejected product not removed by the Contractor within ten days shall be deemed abandoned by the Contractor, and the Customer shall have the right to dispose of it as its own property. Contractor shall reimburse the Customer for costs and expenses incurred in storing or effecting removal or disposition of rejected product. 4.14 Transaction Fee The State of Florida has instituted MyFloridaMarketPlace, a statewide eProcurement System ("';;, stem Pursuant to section 287.057(23), Florida Statutes (2002), all payments shall be assessed al ransactiun !~ee ,.1 one percent (1.0%). which the Contractor shall pay to the State. unless exempt pursuant to 60A-] .032.! \.C For payments within the State accounting system (FLAIR or its successor). the Transactlon Fcc shall. when p(1~~Jblc, be automatically deducted from payments to the Contractor. If automatic deduction is not possible. the Contractor shall pay the Transaction Fee pursuant to Rule 60A-1.031 (2), LA.C. By submission of these reports and corresponding payments. Contractor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee' Contractor shall receive a credit for any Transaction Fee paid by the Contractor for the purchase of any item(s) if such Item( s) are returned to the Contractor through no fault. act, or omission of the Contractor. Notwithstanding the j()reguing. a Transaction Fee is non-refundable when an item is rejected or returned. or declined. due to the Contractor's failure to perform or comply with specifications or requirements of the agreement. Failure to comply with these requirements shall constitute grounds for declaring the Contractor in default and recovering reprocurement costs from the Contractor in addition to all outstanding fees. CONTRACTORS DELINQUENT IN PAYING TRANSACTION FEES MAYBE SUBJECT TO BEING REMOVED FROM THE DEPARTMENT OF MANAGEMENT SERVICES' VENDOR LIST AS PROVIDED IN RULE 60A-1.006, F.A.C. 4.15 Invoicing and Payment Invoices shall contain the Contract number, purchase order number if applicable, and the appropriate vendor identification number. The State may require any other information from the Contractor that the State deems necessary to verify any purchase order placed under the Contract. At the State's option, Contractors may be required to invoice electronically pursuant to guidelines of the Department of Management Services. Current guidelines require that Contractor supply electronic invoices in lieu of paper-based invoices for those transactions processed through the system. Electronic invoices shall be submitted to the Customer through the Ariba Supplier Network (ASN) in one of the following mechanisms EDI 810, cXML, or web-based invoice entry within the ASN. Payment shall be made in accordance with sections 215.422 and 287.0585 of the Florida Statutes. which govern time limits for payment of invoices. Invoices that must be returned to a Contractor due to preparation errors will result in a delay in payment. Contractors may call (850) 413-7269 Monday through Friday to inquire about the status of payments by State Agencies. The Customer is responsible for all payments under the Contract. A Customer's failure to pay. or delay in payment, shall not constitute a breach of the Contract and shall not relien: the Contractor of its obligations to the Department or to other Customers. 4.16 Taxes The State does not pay Federal excise or sales taxes on direct purchases of tangible personal property. The State will not pay for any personal property taxes levied on the Contractor or for any taxes levied on employees' wages. Any exceptions to this paragraph shall be explicitly noted by the Customer in the special contract conditions section of the solicitation or in the Contract or purchase order. 4.17 Governmental Restrictions If the Contractor believes that any governmental restrictions have been imposed that require alteration of the material, quality, workmanship or performance of the products offered under the Contract. the Contractor shall immediately notify the Customer in writing, indicating the specific restriction. The Customer reserves the right and the complete discretion to accept any such alteration or to cancel the Contract at no further expense to tht' Customer. 4.18 Lobbying and Integrity Customers shall ensure compliance with Section 11.062, FS and Section 216.347, FS.The Contractor shall not, in connection "h this or any other agreement with the State, directly or indirectly (l) offer, confer, or agree to confer any pecuniary benefit anyone as consideration for any State officer or employee's decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty, or (2) offer, give, or agree to give to anyone any gratuity for the benefit of, or at the direction or request of, any State officer or employee. For purposes of clause (2), "gratuity" means any payment of more than nominal monetary value in the form of cash, travel, entertainment, gifts, meals, lodging, loans, subscriptions, advances, deposits of money, services, employment, or contracts of any kind. Upon request of the Customer's Inspector General, or other authorized State official, the Contractor shall provide any type of information the Inspector General deems relevant to the Contractor's integrity or responsibility. Such information may include, but shall not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor shall retain such records for the longer of (1) three years after the expiration of the Contract or (2) the period required by the General Records Schedules maintained by the Florida Department of State (available at: http://dlis.dos.state.flus/barm/genschedules/gensched.htm). The Contractor agrees to reimburse the State for the reasonable costs of investigation incurred by the Inspector General or other authorized State official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State which results in the suspension or debarment of the Contractor. Such costs shall include, but shall not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor shall not be responsible for any costs of investigations that do not result in the Contractor's suspension or debarment. 4.19 Indemnification The Contractor shall be fully liable for the actions of its agents, employees, partners, or subcontractors and shall fully indemnify, defend, and hold harmless the State and Customers, and their officers, agents, and employees, from suits, actions, damages, and costs of every name and description, including attorneys' fees, arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in rt by Contractor, its agents, employees, partners, or subcontractors, provided, however, that the Contractor _,all not indemnify for that portion of any loss or damages proximately caused by the negligent act or omission of the State or a Customer. Further, the Contractor shall fully indemnify, defend, and hold harmless the State and Customers from any suits, actions, damages, and costs of every name and description, including attorneys' fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret or intellectual property right, provided, however, that the foregoing obligation shall not apply to a Customer's misuse or modification of Contractor's products or a Customer's operation or use of Contractor's products in a manner not contemplated by the Contract or the purchase order. If any product is the subject of an infringement suit, or in the Contractor's opinion is likely to become the subject of such a suit, the Contractor may at its sole expense procure for the Customer the right to continue using the product or to modify it to become non-infringing. If the Contractor is not reasonably able to modify or otherwise secure the Customer the right to continue using the product, the Contractor shall remove the product and refund the Customer the amounts paid in excess of a reasonable rental for past use. The customer shall not be liable for any royalties. The Contractor's obligations under the preceding two paragraphs with respect to any legal action are contingent upon the State or Customer giving the Contractor (1) written notice of any action or threatened action, (2) the opportunity to take over and settle or defend any such action at Contractor's sole expense, and (3) assistance in defending the action at Contractor's sole expense. The Contractor shall not be liable for any cost, expense, or compromise incurred or made by the State or Customer in any legal action without the Contractor's prior written consent, which shall not be unreasonably withheld. ~o Limitation of Liability For all claims against the Contractor under any contract or purchase order, and regardless of the basis on which the claim is made, the Contractor's liability under a contract or purchase order for direct damages shall be limited to the greater of $100,000, the dollar amount oj the contract i..\r purchase prder. ,,1' t\V(' tImes tht. \ har~cs rendered by the Contractor under the purchase order. I'his limitation shall not apply to claims arisin),' UiHkr tho' Indemnity paragraph contain in this agreement. Unless otherwise specifically enumerated in the Contract or in the purchase order. no party shall be lIable to another for speciaL indirect, punitive, or consequential damages, including lost data or records (unless the contract or purchase order requires the Contractor to back-up data or records), even if the party has been advised that such damages are possible. No party shall be liable for lost profits. lost revenue. ,)r lost institutional operating savings. The State and Customer may, in addition to other remedies available to them at law or equity and upon notice to the Contractor, retain such monies from amounts due Contractor as may be necessary to satisfy any claim for damages, penalties, costs and the like asserted by or against them. The State may set off any liability or other obligation of the Contractor or its affiliates to the State against any pavments due the Contractor under any contract with the State. 4.21 Suspension of Work The Customer may in its sole discretion suspend any or all activities under the Contract or purchase order, al any time, when in the best interests of the State to do so. The Customer shall provide the Contractor written notice outlining the particulars of suspension. Examples of the reason for suspension include, but are not limited to, budgetary constraints, declaration of emergency, or other such circumstances. After receiving a suspension notice, the Contractor shall comply with the notice and shall not accept any purchase orders. Within ninety days, or any longer period agreed to by the Contractor, the Customer shall either (I) issue a notice authorizing resumption of work, at which time activity shall resume, or (2) terminate the Contract or purchase order. Suspension of work shall not entitle the Contractor to any additional compensation. 4.22 Termination for Convenience The Customer, by written notice to the Contractor, may terminate the Contract in whole or in part when the Customer determines in its sole discretion that it is in the State's interest to do so. The Contractor shall not furnish any product after it receives the notice of termination, except as necessary to complete the continued portion of the Contract, if any. The Contractor shall not be entitled to recover any cancellation charges or lost profits. 4.23 Termination for Cause The Customer may terminate the Contract if the Contractor fails to (1) deliver the product within the time specified in the Contract or any extension, (2) maintain adequate progress, thus endangering performance ()f the Contract, (3) honor any term of the Contract, or (4) abide by any statutory, regulatory, or licensing requirement. Rule 60A-1.006(3), F.A.C., governs the procedure and consequences of default. The Contractor shall continue work on any work not terminated. Except for defaults of subcontractors at any tier. the Contractor shall not be liable for any excess costs if the failure to perform the Contract arises from events completely beyond the control, and without the fault or negligence, of the Contractor. If the failure to perform is caused by the default of a subcontractor at any tier, and if the cause of the default is completely beyond the control of both the Contractor and the subcontractor, and without the fault or negligence of either. the Contractor shall not be liable for any excess costs for failure to perform, unless the subcontracted products were obtainable from other sources in sufficient time for the Contractor to meet the required delivery schedule. If. after termination, it is determined that the Contractor was not in default, or that the default was excusable, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Customer The rights and remedies of the Customer in this clause are in addition to any other rights and remedies provided b: law or under the Contract. 4.24 Force Majeure, Notice of Delay, and No Damages for Delay The Contractor shall not be responsible for delay resulting from its failure to perform if neither the fault nor the gligence of the Contractor or its employees or agents contributed to the delay and the delay is due directly to i:lcts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the Contractor's control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to the Contractor. In case of any delay the Contractor believes is excusable, the Contractor shall notify the Customer in writing of the delay or potential delay and describe the cause of the delay either (I) within ten (10) days after the cause that creates or will create the delay first arose, if the Contractor could reasonably foresee that a delay could occur as a result, or (2) if delay is not reasonably foreseeable, within five (5) days after the date the Contractor first had reason to believe that a delay could result. THE FOREGOING SHALL CONSTITUTE THE CONTRACTOR'S SOLE REMEDY OR EXCUSE WITH RESPECT TO DELAY. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages, other than for an extension of time, shall be asserted against the Customer. The Contractor shall not be entitled to an increase in the Contract price or payment of any kind from the Customer for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist the Contractor shall perform at no increased cost, unless the Customer determines, in its sole discretion, that the delay will significantly impair the value of the Contract to the State or to Customers, in which case the Customer may (1) accept allocated performance or deliveries from the Contractor, provided that the Contractor grants preferential treatment to Customers with respect to products subjected to allocation, or (2) purchase from other sources (without recourse to and by the Contractor for the related costs and expenses) to replace all or part of the products that are the subject of the delay, which purchases may be deducted from the Contract quantity, or (3) terminate the Contract in whole or in part. _5 Changes The Customer may unilaterally require, by written order, changes altering, adding to, or deducting from the Contract specifications, provided that such changes are within the general scope of the Contract. The Customer may make an equitable adjustment in the Contract price or delivery date if the change affects the cost or time of performance. Such equitable adjustments require the written consent of the Contractor, which shall not be unreasonably withheld. If unusual quantity requirements arise, the Customer may solicit separate bids to satisfy them. 4.26 Renewal Upon mutual agreement, the Customer and the Contractor may renew the Contract, in whole or in part, for a period that may not exceed 3 years or the term of the contract, whichever period is longer. Any renewal shall specify the renewal price, as set forth in the solicitation response. The renewal must be in writing and signed by both parties, and is contingent upon satisfactory performance evaluations and subject to availability of funds. 4.27 Purchase Order Duration Purchase orders issued pursuant to a state term or agency contract must be received by the Contractor no later than close of business on the last day of the contract's term to be considered timely. The Contractor is obliged to fill those orders in accordance with the contract's terms and conditions. Purchase orders received by the ('()ntractor after close of business on the last day of the state term or agency contract's term shall be considered j. Purchase orders for a one-time delivery of commodities or performance of contractual services shal i i)',' \ :11](1 through the performance by the Contractor, and all terms and conditions of the state term \ 'I' agen, . lntrac' shall apply to the single delivery/performance. and shall survive the termination of the Contract. Contractors are required to accept purchase orders specifying delivery schedules exceeding the contracted schedule even when such extended delivery will occur after cxpiration of the state term or agency contract. Fur example, if a state term contract calls for delivery 30 days after receipt of order (ARO). and an order specifies delivery will occur both in excess of 30 days ARO and after expiration of the state term contract. the Contractor will accept the order. However, if the Contractor expressly and in writing notifies the ordering office \vithin ten (10) calendar days of receipt of the purchase order that Contractor will not accept the extended deli,.ery terms beyond the expiration of the state term contract, then the purchase order will either be amended in writing b) the ordering entity within ten (10) calendar days of receipt of the contractor's notice lC) reflect the stale term contract delivery schedule, or it shall be considered withdrawn. The duration of purchase orders for recurring deliveries of commodities or performance of services shall not exceed the expiration of the state term or agency contract by more than twelve months. However. 11' an extended pricing plan offered in the state term or agency contract is selected by the ordering entity. the contract terms on pricing plans and renewals shall govern the maximum duration of purchase orders reflecting such pricing plans and renewals. Timely purchase orders shall be valid through their specified term and performance by the Contractor. and all terms and conditions of the state term or agency contract shall apply to the recurring delivery/performance as provided herein, and shall survive the termination of the Contract. Ordering offices shall not renew a purchase order issued pursuant to a state term or agency contract if the underlying contract expires prior to the effective date of the renewal. 4.28 Advertising Subject to Chapter 119, Florida Statutes, the Contractor shall not publicly disseminate any information concerning the Contract without prior written approval from the Customer, including, but not limited to mentioning the Contract in a press release or other promotional material, identifying the Customer or the State as a reference, or otherwise linking the Contractor's name and either a description of the Contract or the name of the State or the Customer in any material published, either in print or electronically, to any entity that is not a party to Contract, except potential or actual authorized distributors, dealers, resellers, or service representative. 4.29 Assignment The Contractor shall not sell, assign or transfer any of its rights, duties or obligations under the Contract. or under any purchase order issued pursuant to the Contract, without the prior written consent of the Customer. In the event of any assignment, the Contractor remains secondarily liable for performance of the contract. unless the Customer expressly waives such secondary liability. The Customer may assign the Contract with prior written notice to Contractor of its intent to do so. 4.30 Antitrust Assignment The Contractor and the State of Florida recognize that in actual economic practice, overcharges resulting from antitrust violations are in fact usually borne by the State of Florida. Therefore, the contractor hereby assigns to the State of Florida any and all claims for such overcharges as to goods, materials or services purchased ir connection with the Contract. 4.31 Dispute Resolution Any dispute concerning performance of the Contract shall be decided by the Customer's designated contract TTlanager, who shall reduce the decision to writing and serve a copy on the Contractor. The decision shall be ,al and conclusive unless within twenty one (21) days from the date of receipt, the Contractor files with the customer a petition for administrative hearing. The Customer's decision on the petition shall be final, subject to the Contractor's right to review pursuant to Chapter 120 of the Florida Statutes. Exhaustion of administrative remedies is an absolute condition precedent to the Contractor's ability to pursue any other form of dispute resolution; provided, however, that the parties may employ the alternative dispute resolution procedures outlined in Chapter 120. Without limiting the foregoing, the exclusive venue of any legal or equitable action that arises out of or relates to the Contract shall be the appropriate state court in Leon County, Florida; in any such action, Florida law shall apply and the parties waive any right to jury trial. 4.32 Employees, Subcontractors, and Agents All Contractor employees, subcontractors, or agents performing work under the Contract shall be properly trained technicians who meet or exceed any specified training qualifications. Upon request, Contractor shall furnish a copy of technical certification or other proof of qualification. All employees, subcontractors, or agents performing work under the Contract must comply with all security and administrative requirements of the Customer and shall comply with all controlling laws and regulations relevant to the services they are providing under the Contract. The State may conduct, and the Contractor shall cooperate in, a security background check or otherwise assess any employee, subcontractor, or agent furnished by the Contractor. The State may refuse access to, or require replacement of, any personnel for cause, including, but not limited to, technical or training qualifications, quality of work, change in security status, or non-compliance with a Customer's security or other luirements. Such approval shall not relieve the Contractor of its obligation to perform all work in compliance .1th the Contract. The State may reject and bar from any facility for cause any of the Contractor's employees, subcontractors, or agents. 4.33 Security and Confidentiality The Contractor shall comply fully with all security procedures of the United States, State of Florida and Customer in performance of the Contract. The Contractor shall not divulge to third parties any confidential information obtained by the Contractor or its agents, distributors, resellers, subcontractors, officers or employees in the course of performing Contract work, including, but not limited to, security procedures, business operations information, or commercial proprietary information in the possession of the State or Customer. The Contractor shall not be required to keep confidential information or material that is publicly available through no fault of the Contractor, material that the Contractor developed independently without relying on the State's or Customer's confidential information, or material that is otherwise obtainable under State law as a public record. To insure confidentiality, the Contractor shall take appropriate steps as to its personnel, agents, and subcontractors. The warranties of this paragraph shall survive the Contract. 4.34 Contractor Employees, Subcontractors, and Other Agents The Customer and the State shall take all actions necessary to ensure that Contractor's employees, subcontractors and other agents are not employees of the State of Florida. Such actions include, but are not limited to, ensuring that Contractor's employees, subcontractors, and other agents receive benefits and necessary insurance (health, workers' compensations, and unemployment) from an employer other than the State of )rida. 4.35 Insurance Requirements During the Contract term, the Contractor at its sole expense shall provide commercial insurance of such a type and \Vllh :,w.:h terms and limits as may be reasonably associated with the Contract. Providing and maintaining adequate insurancl' cuvcrag<: is a material obligation of the Contractor. Upon request, the Contractor shall provide certificate of insurance. The Ilmits 01 coverage under each policy maintained by the Contractor shall not be interpreted as limiting the Contractor's liability and obligations under the Contract. All insurance policies shall be through insurers authorized or eligible to write pplicies in Florida. 4.36 Warranty of Authority Each person signing the Contract warrants that he or she is duly authorized to do so and to bind the respective party to the Contract. 4.37 Warranty of Ability to Perform The Contractor warrants that, to the best of its knowledge, there is no pending or threatened action, proceeding.. or investigation, or any other legal or financial condition, that would in any way prohibit, restrain, or diminish the Contractor's ability to satisfy its Contract obligations. The Contractor warrants that neither it nor any affiliate is currently on the convicted vendor list maintained pursuant to section 287.133 of the Florida Statutes, or on any similar list maintained by any other state or the federal government. The Contractor shall immediately notify the Customer in writing if its ability to perform is compromised in any manner during the term of the Contract. 4.38 Notices All notices required under the Contract shall be delivered by certified mail, return receipt requested, by reputable air courier service, or by personal delivery to the agency designee identified in the original solicitation, or as otherwise identified by the Customer. Notices to the Contractor shall be delivered to the person who signs the Contract. Either designated recipient may notify the other, in writing, if someone else is designated to receive notice 4.39 Leases and Installment Purchases Prior approval of the Chief Financial Officer (as defined in Section] 7.001. F.S.) is required for State agencies to enter into or to extend any lease or installment-purchase agreement in excess of the Category Two amount established by section 287.0] 7 of the Florida Statutes. 4.40 Prison Rehabilitative Industries and Diversified Enterprises, Inc. (PRIDE) Section 946.515(2), F .S. requires the following statement to be included in the solicitation: "It is expressly understood and agreed that any articles which are the subject of, or required to carry out, the Contract shall be purchased from the corporation identified under Chapter 946 of the Florida Statutes (PRIDE) in the same manner and under the same procedures set forth in section 946.515(2) and (4) of the Florida Statutes; and for purposes of the Contract the person, firm, or other business entity carrying out the provisions of the Contract shall be deemed to be substituted for the agency insofar as dealings with such corporation are concerned." Additional information about PRIDE and the products it offers is available at http://\~,v\v.pridef1.com. 4.41 Products Available from the Blind or Other Handicapped Section 413.036(3), F.S. requires the following statement to be included in the solicitation: "It is expressly understood and agreed that any articles that are the subject of. or required to carry out. this contract shall be purchased from a nonprofit agency for the Blind or for the Severely Handicapped that is qualified pursuant to Chapter 413, Florida Statutes. in the same manner and under the same procedures set forth in section 41.i 036( 1, and (2), Florida Statutes: and for purposes of this contract the person, firm, or other business entity carrY1l1g out the provisions of this contract shall be deemed to be substituted for the State agency insofar as dealings with such qualified nonprofit agency are concerned." Additional information about the designated nonprofit agency llnd the products it offers is available at http://www.respectofflorida.org. ...42 Modification of Terms The Contract contains all the terms and conditions agreed upon by the parties, which terms and conditions shall govern all transactions between the Customer and the Contractor. The Contract may only be modified or amended upon mutual written agreement of the Customer and the Contractor. No oral agreements or representations shall be valid or binding upon the Customer or the Contractor. No alteration or modification of the Contract terms, including substitution of product, shall be valid or binding against the Customer. The Contractor may not unilaterally modify the terms of the Contract by affixing additional terms to product upon delivery (e.g., attachment or inclusion of standard preprinted forms, product literature, "shrink wrap" terms accompanying or affixed to a product, whether written or electronic) or by incorporating such terms onto the Contractor's order or fiscal forms or other documents forwarded by the Contractor for payment. The Customer's acceptance of product or processing of documentation on forms furnished by the Contractor for approval or payment shall not constitute acceptance of the proposed modification to terms and conditions. 4.43 Cooperative Purchasing Pursuant to their own governing laws, and subject to the agreement of the Contractor, other entities may be permitted to make purchases at the terms and conditions contained herein. Non-Customer purchases are independent of the agreement between Customer and Contractor, and Customer shall not be a party to any transaction between the Contractor and any other purchaser. State agencies wishing to make purchases from this agreement are required to follow the provisions of s. "'~7.042(16)(a), F.S. This statute requires the Department of Management Services to determine that the -1uestor's use of the contract is cost-effective and in the best interest of the State. 4.44 Waiver The delay or failure by the Customer to exercise or enforce any of its rights under this Contract shall not constitute or be deemed a waiver of the Customer's right thereafter to enforce those rights, nor shall any single or partial exercise of any such right preclude any other or further exercise thereof or the exercise of any other right. 4.45 Annual Appropriations The State's performance and obligation to pay under this contract are contingent upon an annual appropriation by the Legislature. 4.46 Execution in Counterparts The Contract may be executed in counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 4.47 Severability If a court deems any provision of the Contract void or unenforceable, that provision shall be enforced only to "e extent that it is not in violation of law or is not otherwise unenforceable and all other provisions shall remain . full force and effect. SECTION 5.0 SPECIAL CONDITIONS CONTENTS 5.1 DEFINITIONS 5.2 ELECTRONIC CATALOG DATA 5.3 "PUNCHOUT" AL TERN A TIVE 5.4 CONTRACTOR'S STATE CONTRACT WEBP AGE 5.5 CONTRACT REVISIONS 5.6 PRODUCT ADDITIONS AND DELETIONS 5.7 TRANSACTION FEE REPORT 5.8 PRICE ADJUSTMENTS 5.9 SALES SUMMARY REPORTS 5.10 BUSINESS REVIEW MEETINGS 5.11 CUSTOMER SERVICE SUPPORT 5.12 IMPLEMENTATION OF CONTRACT 5.13 ELECTRONIC INVOICING 5.1 Definitions The definitions found in the General Contract Conditions, Section 4.0 of this document. shall apply to this Section. The following additional terms are also defined: a. "MSRP" is an acronym for the Manufacturer's Suggested Retail Price. It represents the manufacturer's recommended retail selling price for a specific item, or list of items, and must be publicly listed, available. and verifiable by the Department. In the event a Vendor does not create. maintain, or utilize MSRP for specific Commodities within this solicitation, that Vendor may use its Government Book Price as the MSRP for those specific Commodities. The Vendor must use the MSRP or Government Book Price for all items within a specific Commodity and shall not use both within the same Commodity. b. "Government Book Price" represents the manufacturer's pre-determined selling price for a specific item, or list of items, to all non-Contracted government entities. 5.2 Electronic Catalog Data The MyFloridaMarketPlace ("MFMP") third-party Service Provider. Accenture, is responsible for converting the Contract catalog information into an electronic catalog format supported by the eProcurement System. 'I'u accomplish this conversion, the awarded Contractor shall provide certain information in electronic format directly to the Service Provider (This format is generally Microsoft Excel), or alternatively. the Contractor ma) follow the "punchout" solution described herein. Within ten (10) days of written notice from the Service Provider, the awarded Contractor shall provide all information necessary to facilitate electronic purchases from this Contract. Such information may include, but is not limited to, Contractor name, brand/manufacturer, SKU, product name, brief description (for supplies. include what machine product is for), unit of measure, and price. Contractor shall provide this information in the format required by the Service Provider. No costs or expenses associated with providing this information shall be charged to the Department, Eligible Users, or Service Provider. With the Contractor's timely assistance. the Service Provider shall create and maintain web-based placement of the requested Contract information. The Contractor is required to provide its catalog data electronically using the State's eProcurement system either through the Electronic Catalog or Punchout Alternative option. After the Contract has been awarded. the Contractor will have up to thirty (30) days to either (a) load data into the ARA VO electronic catalog system or (b) establish a State Contract punchout website. , "Punchout" Alternative The Contractor may offer, as an alternative to the Electronic Catalog, an online "punchout" solution, in which the Agency accesses the Contractor's website directly from the system, rather than the system maintaining the Contractor's data. This solution must allow the Agency to reach the Contractor's site, browse for Contracted items only, and return to the system with a list of items ready to be inserted into a requisition. If Contractor selects this alternative, it must meet the following requirements: . The solution must conform to cXML 1.0 or 1.1 standards. . The solution must conform to the technical specifications and implementation requirements provided by Accenture, and the Contractor must work with Accenture to ensure successful integration of the punchout solution into the system . The solution must have the capability to provide only those products awarded under the Contract, and block any non-Contract item(s) from being added to the requisition. 5.4 Contractor's State Contract Webpage The Contract resulting from this solicitation will become a public document. State Purchasing is using http://myflorida.com on the Internet World Wide Web (www) to distribute State Term Contracts and product information to eligible users and other interested entities. For the "Punchout" alternative option, the Contractor shall, within thirty (30) days after the date of award listed on the Certification of Contract document, develop and maintain a State Contract web page on the Internet to nost approved Contract information, which shall include price lists, percentage discounts, terms, catalogs, lering instructions, descriptive information, and product pictures. The Home Page must be compatible with the most recent version of browser software being used by State Purchasing. As of the writing of this solicitation, Internet Explorer 6.0 is the State Purchasing browser standard. State Purchasing intends to upgrade to new browser versions as they become available and fully tested, at its discretion. The Universal Resource Locator CURL) for the Internet Home Page must be listed in the space provided on the Ordering Instructions page of the solicitation. No costs or expenses associated with providing this information shall be charged to the State. The State Contract vendor supplied web site must have the following requirements: . State of Florida approved Contract price list; . Detailed item descriptions, model numbers, unit of measure; . Robust search engine capabilities; . Additional links or information to access product literature of awarded items; . Additional links to the vendor's home page, the history of the company, etc.; . Additional links to access technical product literature of awarded items; . Servicing dealers with current contact information; . Offer as many photos as possible of awarded products; . When possible, provide indicators of recycled product and minority manufactured products; and . Universal Resource Locator CURL) for the Internet Page must be supplied to the Department prior to the implementation of the Contract. 'TI) changes in items and pricing may be posted to the Contractor maintained website without prior written .)proval from State Purchasing. Failure to follow this critical requirement may be grounds for termination and removal from the Contract. In addition. except in the event of unforeseen technological interruptions \lr jorcc~ ut nature. " 'lH1J1Ueu disruption of service or inadequate access may be grounds for termination and removal from the Cantrall 5.5 Contract Revisions Although the Contractor is responsible for maintaining its own Contract information through its State Contract Web Page, any revisions to the originally approved Contract information must be authorized in writing by State Purchasing prior to implementation. A State Contract Change Form (Attachment L) is included in Section 70, Forms, of this document and should be submitted with any request to revise the website: i.e. pricing, products, ordering instructions, or servicing dealers list. Upon review to the Contractor's State Contract web page. should unauthorized information be discovered within the site, the Contract link may be immediately suspended until the information is appropriately revised or the Contract may be canceled due to non-compliance. 5.6 Product Additions and Deletions The awarded Contractor may amend the Contract Price Sheet to add or delete line items to accommodate new or obsolete items to its catalog two (2) times per year (January and July) with the prior written approval \.)1' the Department. Any proposed product additions shall be offered at the Contracted percentage discount from the manufacturer's current MSRP and verifiable at the time of the requested addition. Additionally, the Prices for new items, per line item, shall not exceed the current Manufacturer's current MSRP or Government Book Price. Any proposed product additions offered shall satisfy all criteria specified in the solicitation documents and the terms of the Contact. The Contractor shall advise the Department of a request for Product Additions / Deletions in writing and received by the Department no later than thirty (30) days prior to the effective date of the proposed change(s) in the Contract Price Sheet content. No changes to the Contract Price Sheet are permitted \vithout the prior written approval of the Department. The Department may. in its sole discretion, prohibit any requested change or direct a Contractor to undo any change already made. In addition, the Department may direct rescission of an) purchase order entered into on the basis of unauthorized lists. Changes to the Contract Price Sheet or to related information (e.g., ordering information) shall not be deemed Contract amendments. 5.7 Transaction Fee Report The Contractor is required to submit monthly Transaction Fee Reports in electronic format in association with 1 % Transaction Fee outlined in Section 4.15. For information on how to submit Transaction Fee Reports online. please reference the detailed fee reporting instructions and Vendor training presentations available online at the Transaction Fee Reporting and Vendor Training subsections under Vendors C'D the MyFloridaMarketPlace website (located at http://dms.mvtlorida.com/mfmp). Assistance is also available with the Transaction Fee Reporting System from the MyFloridaMarketPlace Customer Service Desk at feeprocessing(a)mvtloridamarketplace.com or 866-FLA-EPRO (866-352-3776) between the hours of 8:00 /\1\1 to 5:30 PM Eastern Time. 5.8 Price Adjustments Prices shall be firm against increase for twelve (12) months from the original ettective date of the Contract. After this period, requests for increase or decrease may be submitted to the State if there has been, or is. a documented increase (or decrease) in cost, with the State reserving the right to accept or reject request within thirty (30) days after the receipt of request. Price increase or decrease may be requested by either party one (1) time per year, ninety (90) days prior to the Contract anniversary date by using the Producer Price Index (PPI for Industry: Laboratory Apparatus & Furniture, as published by the U.S. Bureau of Labor Statistics. The rate adjustments will be based on the PPI (Series 10 PC(339111339111). The last published non-preliminary Producer Price Index for the month prior to award / anniversary date of the Contract will be the reference date for the beginning (old) PPI Index. The most recent published Producer Price Index prior to the Contract year to be priced will establish the reference data for the New PPI Index. .Ie price escalation / de-escalation formula will be tied to the change in the commodity for Laboratory Apparatus & Furniture, PPI Series ID PCU339111339111. The formula is calculated by dividing the New PPI Index by the Old PPI Index to identify the Price Escalation Rate. The Old Price is multiplied by the Price Escalation Rate to determine the New Price. This formula applies after Year 1 of the Contract and on each subsequent anniversary of the Contract effective date. Details on how this PPI has historically performed can be found at the Bureau of Labor Statistics web site and following the below steps: . Go to BLS website: http://www.bls.gov/ppi/ . Navigate to the "Get Detailed PPI Statistics" section . Select "Create Customized Tables (one table)" . Click on the link titled "Industry Data" . Type "339111" in the "Select An Industry" box for the Laboratory Apparatus & Furniture category and hit the adjacent "Find" button. . Select "339111339111" for Laboratory Apparatus & Furniture in the "Select One or More Products" box and hit the adjacent "Find" button. Series Id: PCU339111339111 Industry: Laboratory apparatus and furniture Product: Laboratory apparatus and furniture seDate: 9112 Sep : Ol't i No, I Dcl' I Annual _^-~-^- T--~---^------ -^ ^-- -^^ ^ 1116.0 ,115.8 1115.9 1116.1 1116.4 J16.7 ,116.6 116.8 ,116.8 ;116.8 1116.8116:8 iI16.S~~ '------ -------f-------i------------i---------------------I-"-.----....-.--,-- ------i--------r-- --- ---+-1----- - -- -r------------ - 118.7 118.8 1119.0 1119.1 1118.9 119.4 1119.5 '119.5 \119.9 :119.9 119.9 ;119.9 :119.4 ~ ;,' i! J' ~ l _121.3 121.3 121.3 ,122.2 .____.._.."._._..___,____......__.___.n............................,,____...........,_,....... m.....""..Wm_.._.n...,.,..,...____...._.........._.H.__............._,--. 122.2 122.3 122.4 123.1 '123.1 123.2 123.2 123.2 122.4 _1123.7 124.5: 124.6 i 124.6 124.9 125.1 125.1 125.2 125.2 125.3 125.3 125.0 ; 124.9 _iI26.31127.6 127 .6-1i 26.-4 126.2 127.2 127.2 127.2 127.2 127.9 127.9 127.9 127.1 ~_...__._._-----_..,._-~.~--_._- --,...,_._._.~. --~~~-- ; 128.7 i 128.8 : 129.1129.3 129.7 129.7 129.7 129.7 129.7 129.7 129.6 129.6 129.4 _~i3i.i 131.5 131.4 132.0 132.0 132.5 133.4 133.4 133.5 133.8 133.8 133.9 132.7 _i3"5:S- 136.5 ,136.5 137.5 137.5 37.7 : 137.7 .137.7 137.8 137.8 137.7 ,137.3 1'89 : ;L, . 139.5 140.4 140.8 140.0 140.1 142.2 142.1 141.9 142.5 142.1 143.6 141.2 I-~~~~-~ 1146.5 146.2 147.8 ; 148.1 148.3 ,148.4 148.4 148.4 149.0 149.9 149.8( 148.0(P I P) ) _150,6(P 151.7( 15!.5( ;) P) P) P: Preliminary. All indexes are subject to revision four months after original publication. A table similar to the one shown below will be created. _<<ample: Feb 2004 is the first year anniversary of the Contract Old PPI: lan 2004 PPI = 138.9 New PPI: lan 2005 PPI = 145.9 Price Escalation / De-escalation Formula: New PPJ / Old PPJ = Price Escalation Rate "Old Price" x "Price Escalation Rate" = New Price (rounded up to the nearest %) Calculation: 145.9 + 138.9 = 1.0503959 which equates to a Price Escalation Rate of 5.030,,'0 $50.00 (unit price) x 1.0503959 = $52.5] (New unit price for this product) Any increases accepted during the term of the Contract shall not become effective until thirty (30) days after the State provides written approval of request. All requests for price adjustments must be substantiated by manufacturer's certification of cost or other documentation and approved by State prior to implementation. There can only be one rate adjustment per twelve (12) month period, and the maximum net rate percentage increase or decrease per twelve (12) month period shall not exceed (five) 5.0%. 5.9 Sales Summary Reports The following data must be reported to the Department on a quarterly and annual Contract basis: Report shall include: . Contractor's Name; . Reporting Period; . Total dollar value of purchases per quarter separated by State Agency and Eligible User totals: . Total dollar value of purchases per quarter separated by product group; . Excel report itemizing total purchases for period that includes columns for the following information: manufacturer's name, agency name, product number, item description, product group number, identify lease or purchase status, unit of measure, quantity, manufacturer list price, percentage discount taken and final purchase price; and . Emphasis where the most significant purchase volumes are by product group. Failure to provide quarterly and annual sales reports, including no sales, within thirty (30) calendar days following the end of each quarter (January, April, July and October) and/or Contract year may result in the Contract supplier being found in default and cancellation of the Contract by State Purchasing. Upon request, the Contractor shall report to the Department, the spend with certified and other minority business enterprises. Reports must include the period covered, the name, minority code, and Federal Employer Identification Number (FEIN) of each minority vendor utilized during the period, commodities and services provided by the minority business enterprise, and the amount paid to each minority vendor on behalf of each purchasing Agency ordering under the terms of this Contract. Initiation and submission of the Contract Sales Summaries are to be the responsibility of the Contractor without prompting or notification by the Purchasing Analyst. The Contractor will submit the completed Contract Sales Summary forms by email to the Purchasing Analyst. The Department shall distribute, in electronic format, the Contract Sales Summary forms to be used by the awarded Contractor upon Contract signature. 5.tO Business Review Meetings In order to maintain the partnership between the Department and the Contractor, each quarter the Department may request Business Review meetings. The business review meeting may involve. but not be limited to. the following: . Review of Contractor performance . Review of minimum required reports . Review of continuous improvement plans The Department encourages Contractors to identify opportunities to generate lower costs. A continuous improvement effort, consisting of various ideas to enhance business efficiencies, may be discussed at the lsiness Review meetings or as identified. 5.11 Customer Service Support The awarded Contractor must provide a salesman to visit and service, on a bi-weekly basis, those accounts that purchase in excess of $50,000.00 per year from any Contract resulting from this solicitation. The awarded Contractor shall have a single point of contact for customer support. This individual may support multiple Customers and respond to Customer calls and / or emails within twenty-four (24) hours. Customer Support contact information shall be provided on the Ordering Instructions form. The Contractor shall make all Customers of the Contract aware of its existence at the time of order to ensure that Contractual pricing is utilized. The Contractor shall provide toll-free customer service phone support from 8:00 AM (EST) to 5:00 PM (EST) Monday through Friday, except for National and State recognized holidays. TOO (Telecommunication Device for the Deaf) access must be made available during the above customer service operating hours. The Contractor shall provide an after-hours contact number for use by Customers, for emergency purposes only, after standard customer service operating hours. 5.12 Implementation of Contract -Y Tithin ten (10) calendar days after date of award on Certification of Contract document, the Contractor shall _ .ovide the Department with (1) a general order information in a Microsoft Word format that explains how customers can order goods and services under this Contract, three (3) copies of an itemized price list in Microsoft Excel format for all items awarded, and three (3) copies of an Excel document supplying a Price List that will list all products by manufacturer, manufacturer part number, description, unit of measure, retail unit cost, specific discount off MSRP list, and actual Contract unit price and/or implementation of a State Contract website that includes all products and Contract prices where customers can obtain product information needed to place orders of this Contract. 5.13 Electronic Invoicing Notwithstanding any provision of the Contract, the Contractor shall supply electronic invoices in lieu of paper-based invoices for those transactions processed through the State's eProcurement system. Electronic invoices shall be submitted to the Agency through the Ariba Supplier Network (ASN) in one of the following mechanisms - EDI 810, cXML, or web-based invoice entry within the ASN. For the purposes of this section, the Contractor warrants and represents that it is authorized and empowered to and hereby grants the State and Accenture, a State Contractor, the right and license to use, reproduce, transmit, distribute, and publicly display within the system the information outlined above. In addition, the Contractor warrants and represents that it is authorized and empowered to and hereby grants the State and Accenture the right and license to reproduce and display within the system the Contractor's trademarks, system marks, logos, trade dress, or other branding designation that identifies the products made available by the Contractor under the Contract. If the Contractor is not the manufacturer, it shall be the Contractor's responsibility to obtain thorization from the manufacturer to comply with the provisions of this section, including securing any .lellectual property rights of the manufacturer. If the Contractor is the manufacturer, it shall only authorize dealers, outlets, distributors, value-added resellers, etc. within its network that can comply with the provisions of the Contract. SEeTlO!'. 6.0 TECHNICAL SPECIFICA TIONS CONTENTS 6.1 SCOPE 6.2 MINIMUM ORDER AMOUNT 6.3 FREIGHT CHARGES, TRANSPORTATION AND DELIVER) 6.4 OTHER FEES 6.5 INSPECTION AND ACCEPTANCE 6.6 \\fARRANT'Y 6.1 Scope The State of Florida ("State"), Department of Management Services ("Department"), invites interested Vendors to submit a Response in accordance with these solicitation documents. The purpose of this solicitation is to establish a sixty (60) month State Term Contract for the purchase of Laboratory & Safety Supplies & Equipment. The intent is to obtain the most cost effective pricing for these goods for the State of Florida while maximizing the quality and level of service. The Department wishes to Contract for the following commodities: Commodity Numbers: 490-100 490-400 490-140 490-480 490-150 490-650 490-210 773-000 Class 1 - Commodity Number 490-140: This covers the specification for Laboratory Chemicals [Analytical Chemicals (1 a) and Fine Organic Chemicals (1 b)] including, but not limited to, the following items: . Acetone 4 Liter Amber Glass ACS Certified . Acetonitrile 4 Liter amber glass also meets ACS specifications . Methylene Chloride 4 Liter Amber Glass ACS Certified . Hydrochloric Acid 2.5 Amber Liter Glass Certified ACS Plus . Ethyl Ether Anhydrous BHT Stabilized aluminum can ACS Certified Class 2 - Commodity Number 490-210: This covers the specification for Culture Media including, but not limited to, the following items: . "Difco" Media Additives/Ingredients Typtone 500g . "Difco" UVM Modified Listeria Enrichment Broth 500g . "Difco" Microbiological Antibiotic Medium 500g Class 3 - Commodity Number 490-650: This covers the specification for Plastic Labware Sterile including, but not limited to, the following items . Brand Tissue Culture Flask Plug Sealed 75cm . Tissue Culture Flask Plug Sealed 50cm . Untreated Polystyrene Dishes Assay Plates . Individually Wrapped Non-Treated Tissue Culture Plates . Clear Inserts for 24 Well Plates Class 4 - Commodity Number 490-400: This covers the specification for Glassware including, but not limited to, the following items. . 50mm Weighing Bottle . 17 X 130mm GPI Tubes Calibrated "To Contain" . Capillary Tubes . 10mL Sterilizes Class A Cylinders with Single Metric Scale . 10mL Flask w/Pennyhead Stoppers Class 5 - Commodity Number 490-480: This class is defined as having all commodities not listed in Class 1, 2, 3, and 4. This covers the specification for Miscellaneous Expendable Supplies including, but not limited, to the following items: . Delicate Task Wipers . Reinforced Wipers & Health & Fitness Towels . Towel Pak Dispenser . 40z./118mL Non-Sterile Container . 50mL Clear Polypropylene Graduated Tubes . 3cc/40 Minimum Disposable Syringe Needle 100/pak Class 6 - Commodity Number 490-150: This class is defined as having all items in the vendor's catalog not listed in Class 1, 2, 3,4, and 5. This covers the specification for Miscellaneous Equipment including, but not limited, to the following items: . Laboratory General Purpose Adjustable High Limit Control Circulating Water Bath . . Hotplate and Hotplate Stirrers . 120V 50/60 HZ Solid State Control Modular Dri-Bath . 11 O/II5v 50/60HZ Dissolved Oxygen Meters . Mechanical Convection Ovens with Microprocessor Temperature Control . Laboratory Research Grade pH/mV/oC Meters Class 7 - Commodity Number 490-100: This covers the specification for Biotechnology products including, but not limited to, the following items: . DNA Kits, . Molecular Reaction Storage Thin Wall Tubes . DNA Polymerase in Buffer B 5XI OOU . Microbiological Analysis Membrane Filters 47 mm 0.45 Pore Size . Detergents and Denaturing Agent Urea IOkg . Enzymes T AQ DNA . Polymerase 250U (Dntp's and buffer included) Class 8 - Commodity Number 773-000: This covers the specification for Safety Equipment and Protective Clothing, but not limited to, the following items: . Ear Protectors . Head Covering Safety . Chemical Splash & Impact Resistant Goggles . Adaptor Assay for Dual Cartridge Full Face Respirator . Laboratory Wall Mount Hose & Spray Storage Cabinet . Extra Large Polypropylene Disposable Lab Coat . Large, Knee Length, Full Sleeve Lab Coat . Media 3M CartridgeIFilter (ammonia, dust, etc.) . Dual Cartridge Respirator Complete . Biohazard Handling Materials Class 9 -Balance of Product Line: Bidders are asked to bid an additional percentage discount for "balance of line" products that the Bidder l)lfcr:. that are not identified in one of the identified classifications. This percentage discount \'vill be used b) \gcncles and eligible users to purchase other products offered by the Contractor that is not specifically requested in thIS solicitation. Note: Bidders may bid a single fixed discount for balance of product line OR provick ,! "ingle fixed discount per manufacturer for products the Vendor wishes to offer the State. 6.2 Minimum Order Amount There shall be no minimum order amount required to place an order under this Contract. The Contractor is required to honor all Contract related orders, made using a purchase order or a credit card, that are placed prior to the date of expiration of the Contract or if received by mail by the Contractor within fifteen (15) calendar days following the date of Contract expiration. 6.3 Freight Charges, Transportation, and Delivery Prices shall include all charges for packing, handling, freight, distribution, and inside delivery for all orders totaling more than $50.00. For orders totaling less than $50.00, the Contractor may elect to invoice for freight charges as a separate line item. Transportation of goods shall be FOB Destination to any point within thirty (30) days after the Customer places an Order. A Contractor, within five (5) days after receiving a purchase order, shall notify the Customer of am potential delivery delays. Evidence of inability to deliver or intentional delays shall be cause for Contract cancellation and Contractor suspension. 6.4 Other Fees Contractor may not add any additional fees to the order including, but not limited to, special handling charges, hazardous materials fees, fuel surcharges, etc. 6.5 Inspection and Acceptance Inspection and acceptance shall be at destination unless otherwise provided. For Contractor-installed products. the date of acceptance is the date the Customer accepts the product as installed and in good working order, as determined by any appropriate acceptance testing, and the Customer shall certify in writing to the Contractor when the product is accepted (if training or other post-installation services are included in the purchase order. the acceptance shall be conditional). For Customer-installed products, the date of acceptance shall be the delivery date. Until acceptance, risk of loss or damage shall remain with the Contractor. The Contractor shall be responsible for filing, processing, and collecting all damage claims. To assist the Contractor with damage claims, the Customer shall: record any evidence of visible damage on all copies of the delivering carrier's Bill of Lading; report the damage to the carrier and the Contractor; and provide the Contractor with a CoP) of the carrier's Bill of Lading and damage inspection report. When a Customer rejects a product, the Contractor shall remove it from the premises within ten (10) days after notification of rejection. Upon rejection notification, the risk of loss of rejected or non-conforming product shall remain with the Contractor. The rejected product not removed by the Contractor within ten (10) days shall be deemed abandoned by the Contractor, and the Customer shall have the right to dispose of it as its own property. The contractor shall reimburse the Customer for costs and expenses incurred in storing or effecting removal or disposition of rejected product. 6.6 Warranty The Contractor shall fully warrant all items furnished under this Contract against defects in materials and )rkmanship for a minimum period of ninety (90) days or manufacturer's standard warranty, whichever is lOnger. STATE CONTRACT CHANGE FORM This form will be used by awarded Contractor(s) when requesting a change to the State Contract or the vendor maintained websilt: Changes may include price changes, addition or deletion of products, change in ordering instructions and changes to servicini' ,leaiers Reminder: No changes may be made to Contractor's State Contract Web Page without prior written approval from State Purchasing. Non-compliance with this condition may be cause for immediate termination of Contract. Requests for pricing and product change, should be accompanied by the corresponding price lists and literature and may only be made at the lime specified in the solicitation CONTRACTOR: -~.._----_._-~~-- ....--.-- -~_.._._._._-~--------- Contact Person: _..---~ - ~--- - - -.---------.--,. Title: -_...._--~_.- --- -- -- ---._._------~. Street Address: --~ - --.--.---------,---..., -- ---- City, State, Zip: "---_.~._-~ ..-..-.--.--.----.. ----.----. Phone: Fax: ---- ----~--,- ~- ._-------~-_._----- Email: ._--".,--~----_._---_.-.-._._-,- REQUESTING REVISION TO (select): Price List Add Product(s) Delete Product(s) Change Servicing Change Ordering i Dealer(s) --t-- Instructions ~ I I --. ~----~-- I I ------------' ENCLOSED ATTACHMENTS INCLUDE (select): : Price List . Literature I Servicing Dealer Revisions~ Ordering Instru~tion ---1 ___C -=~~~=~=~~__~_=-!_-=. __~~VI_~lO~S REMINDER: (I) Include the FEIN if dealers are accepting orders on behalf of the manufacturer. (2) Once a website change has been approved, please update your website information as soon as possible. (3 ) If you are making any changes to products, prices and dealers, update your eProcurement catalog within Ariba. ffyou are adding a dealer who will be accepting orders on behalf of the manufacturer, make sure they are registered in MyFloridaMarketPlace AND are listed on the Ordering Instructions as an approved dealer. If you have difficulties updating your catalog template. contact Omar Ali at Accenture at email address omar.s.ali0)accenture.com or telephone at 919/850-2943 ext. :237 (For use by State Purchasing- do not mark below the line) I I ---,------ ~ Da~------- -------_..~_._---- Request Approved Request Denied Contract Analyst -----.. .-------+---- .-----.-.- ._-_....~~~----_.- - -_._._...__.._.~~ - .-..--...1.....---.- __ _ ___.__._______ Comments: ---~_._~-~--- ---------.- -------_.~- -----.-- Contractor Notified Via: Fax: Email: Mail: QUARTERLY STATE TERM CONTRACT (STC) SALES SUMMARY REPORT I Vendor Name: FEID#: Contact Person: Phone Number: Email: Contract Title: Contract #: EMAll form to: Dawn Gunter Email: Dawn.Gunter@dms.myflorida.com Re ort reflects all sales for the CALENDAR QUARTER endin - 1 Quarter Period Ending March 31st _ 3r Quarter Period Ending September 30th - - ENTITY TOTAL DOLLARS STATE AGENCIES: Report total dollar amount sold to all State $ Agencies for goods and services during specified Quarter under this state term contract. OTHER POLITICAL SUBDIVISIONS: Report total dollar amount sold to other Political Subdivisions [including but not limited to, $ Counties, Cities, Schools, Universities, Colleges and Utilities] for goods and services during specified Quarter under this state term contract. GRAND TOTAL: $ Under penalties of perjury, I declare that this is a true and accurate report of all sales due under the terms and conditions of this state term contract for the specified quarterly reporting period. AUTHORIZED TYPED OR ELECTRONIC SIGNATURE Reminder: 1) A quarterly report is required even if there are no sales for the specified Quarter. This form is for the reporting of Quarterly sales only. This form is not related to the reporting and payment of vendor transaction fees. . for information concerning the use of this form, please contact Dawn Gunter. State Purchasing at (850) 488-4946. CONTRACT This Contract, effective the last day signed belo,>v. is by and between the State of Florida. Department \ Management Services ("DepartmenC), an Agency of the State of Florida with offices at 4050 Esplanade Vv'a). Tallahassee, Florida 32399-0950, and the entities identified belmv as Contractor (individually. "Contractor" \ (the Contract is executed in counterparts; see attached sheets to identify all Contractors). The Contractor responded to the Department's ITB No. 9-490-000-G. Laboratorv and Safetv SupplIes and Equipment. The Department has determined to accept the Contractor"s bid and to enter into this Contract in accordance with the terms and conditions of the solicitation. The specific items awarded to C ontractoL and the maximum rates Contractor may charge Customers. are identified on the attached Price Sheet. Accordingly, and in consideration of the mutual promises contained in the Contract documents, the Department and the Contractor do hereby enter into this Contract, which is a State term Contract authorized by section 287.042(2)(a) of the Florida Statutes (2001). The term of the Contract is effective for sixty (60) months from the last date signed below. The Contract consists of the following documents, which, in case of conflict. shall have priority in the order listed, and which are hereby incorporated as if fully set forth: . Any written amendments to the Contract . This Contract document, including Price Sheet . Original Invitation to Bid solicitation document . Any written Addendums issued during solicitation period . Contractor's Invitation to Negotiation submittal documents . Any purchase order under the Contract Date: --~---- - ~."------- State of Florida, Department of Management Services By: Linda South, Secretary Contractor Name: (Seal) Street Address or P.O. Box: City, State, Zip: --- By: (Signature): Printed Name: Date: ~~---- Its: (Title) ORDERING INSTRUCTIONS FORM mpany: Fisher Scientific Company L.L.C. Federal Identification Number: 23 - 2942737 Primary person responsible for administering the Contract after award is made: Name: Maggie Dias Title: Region Manager Street Address: Fisher Scientific Company L.L.C., 2000 Park Lane, Pittsburgh, PA 15275 E-mail Address: Maggie.Dias@thermofisher.com After hours Emergency Number: 800-766-7000 (Customer Service) Ordering Information: Name: Fisher Scientific Company L.L.C. Title: Customer Service Street Address or P.O. Box: 3970 Johns Creek Court, Suite 500 City, State, Zip: Atlanta, GA 30024 Phone Number: 770-871-4500 Atlanta Customer Service Toll Free Number: 800-766-7000 Customer Service Ordering Fax Number: 800-926-1166 Customer Service Internet Address: www.fishersci.com - 'deral ID Number: 23 - 2942737 ***NOTE: Freight charges are FOB Destination to any point within thirty (30) days after the Customer places an order. Customers may request special handling or air express but charges will be billed to the Customer. Fisher Scientific Company, LLC Price Sheet ..,-_._ - _____~___ "0 _ _ _____"___, Vendor Name: Fisher Scientific la Laboratory 60% Chemicals Ib Fine Organic 12% , Chemicals i -----.-.--., 2 Culture Media 23% r 3 Plasticware. 28% : Steri Ie -.--l 4 I Glassware 30% i 5 i Miscellaneous 420/0 i ! Expendable i i Supplies 6 I Miscellaneous 26% I f I Equipment .--..-...-- 7 ! Biotechnology 20% ~ i Products -----+ 8 i Safety 25% ! Equipment and i Products 9 I Balance of ]0% Product Line _.-." -. - ---~-- ._--- ~---- All prices listed in the Fisher Scientific Price Book dated January 1, 2007 are subject to the above listec' discounts. ***NOTE: Freight charges are FOB Destination to any point within thirty (30) days after the Customer places an order. Customers may request special handling or air express but charges will be billed to the Customer. VI.-CONSENT AGENDA ITEM B.3 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM Requested City Date Final Form Must be Requested City Date final form Must be Commission Meeting Turned in to City Clerk's Commission Meeting Dates Turned in to City Clerk's Dates Office Office 0 June 16, 2009 5,2009 19,2009 Jul st 4, 2009 Jul AnnouncementslPresentations NATURE OF AGENDA ITEM RECOMMENDATION: A Motion to approve and authorize the purchase of professional services for centralizing and transforming working files into a high-density filing system from TAB products of South Florida, located in Coral Gables, FL in the amount of $26,626.04, utilizing tbe State of Florida Contract #420-590-07-1. The State of Florida contract complies with Public Contract Bid Requirements equal to or which exceeds Boynton Beach's requirements. EXPLANATION: The City of Boynton Beach in conjunction with the Boynton Beach Fire Department has begun planning tbe Future of Fire Station Number Five. Currently, the building of this Fire Station has an expected completion date of June / July of 2009. This approval is for the professional services and products of the TAB products of South Florida to centralize and standardize the filing systems that will occupy this facility for the Fire Rescue Administration Department. Tbese filing systems will be utilized for the three main divisions of Fire Administration (Medical Billing, Payroll, and Personnel working files), Operations (Training, and EMS, Vehicle Maintenance / Replacement), and Fire and Life Safety (Structure plans, Flow test, Fire and Life Safety Billing for Alarms and Inspections). The filing system chosen is good quality, mid-level type furniture that will greatly reduce the cost of multiple filing cabinets and filing density room requirements. The discount pricing used for each item is directly obtained by using the Florida State Contract #420-590-07-1. The actual discount for each item is listed on the attached spreadsheet breakdown from TAB products of South Florida. The final price of the file conversion includes an administrative cost that contains design & planning services and CAD shop drawings, handling, delivery and installation, supplies and labor, and software for our administrative future use, are all listed separately under the File Conversion Statement of Work . PROGRAM IMP ACT: These filing systems will provide for a safe, efficient working environment and will allow for a condensed filing system that will include all divisions of the Fire and Rescue Department. In addition, it will allow for files to be centrally located in the new Fire Station Five which will allow for the working efficiency of our files as well as two secure locations requiring Identification cards for access and entry, as well as, a key entry to meet the filing requirements of HIPP A. FISCAL IMP ACT: The cost of the TAB scope of work for this order will be $26,626.04 per the Florida State contract-pricing, and will be paid for with funds from account #305-4118-580-64-16 as designated for this project. ALTERNATIVE: ~ot approving this purchase. This would eliminate the centralizatym and standardization of the three main Divisions' des an 'cords for the Fire Rescue Department. Fire Rescue Department Name S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM.DOC TAB Products South Florida 4000 Ponce de Leon Blvd Suite 470 Coral Gables, FL 33146 P: 305-595-3612 F 305-595-3613 TAB April 6, 2009 Statement of Work Boynton Beach Fire Rescue File Conversion Statement of Work Room 212 - Employee File Room Files currently located at 100 E. Boynton Beach Blvd ROOM 121 - Fire and Life Safety Files currently located at Executive Summary Boynton Beach Fire Rescue wants to centralize and standardize their records management procedures In order to improve the efficiency, reliability and privacy of critical information management. The ability to control, store and access information is critical to any organization's success. At TAB we design and implement innovative methods to increase organizational effectiveness and improve key business processes through proven records management solutions. Color-coding improves the reliability of business information by making it easier to locate a given file on the shelf and proactively addressing the risk of misfiles. Effective records retrieval is as much about risk management and legal compliance as it is about everyday convenience. Tab is providing two types of high-density storage equipment. The first floor file room will have Tab Twinfiles for the 3500 Fire and Life Safety folders. The second floor file room will have Tab Trac mobile system for the Payroll, Billing, Training and Administration folders. Tab Products will accomplish this project with the fol/owing phases: 1) Installation of space-efficient high density filing systems. 2) Conversion of current folders to side-tab color-coded folders. This will involve either replacement of existing folders with new side tab folders or using a ConvertaTab to change current folders to side tab. 3) Transfer documents from old folders to new folders. 4) Transport folders to new location and upload on filing system. 5) install Tabquik label printing software for creation of labels for day-forward records. 1 TAB PROJECT PROCESS Projects are managed by dedicated project managers and supervisors, trained and certified by TAB. All staff is required to follow Tab's strict rules of conduct and sign a statement of confidentiality. All workers present will be covered under Workers Compensation Insurance. Complete timeline and file plan will be submitted upon receipt of order. 1. RESOURCE ALLOCATION: Prior to the start of the project, the TAB team is assimilating the resources and materials to be allocated for the project. 2. CONFERENCE CALL: Pre-project meetings will be conducted by conference calls to plan and schedule the project with the client. Events that may impact the project will be monitored, such as building improvements, office or file room reconfigurations, product ship dates and installation schedules along with the client neediness. 3. ON-SITE MEETING: The Project Manager and Account Manager will have an on-site meeting with key management and client personnel prior to launching the project, (frequently on day one of the project). 4. PM ADMIN DAY: There will be an admin day on site prior to project beginning where specific quality assurance standards and reporting processes will be developed with client. Client and Project Manager wil/ verify deliverables as they relate to client expectations. Site will be prepared for project to start. 5. DELIVERIES & SET -UP: Project materials and supplies are delivered to the client location in preparation for the project start. The Project Manager will confirm all new products and resources are available, map the order of the current files to be handled, define the new system configuration, and set up the room(s) that will be used for the project. 6. REPORTING: The Project Manager monitors staff work quality and project schedule. Periodic reports on the progress and exceptions are shared internally and with the client. 7. COMPLETION: In preparation of the walk through, the final file sequence is verified for accuracy, the work areas are returned to their original order, project materials are returned and trash is removed to the client's dumpster All efforts are made through the survey, meetings and client participation to capture all the information, events and circumstances that may have an impact on the performance of this project which effect the cost of Professional Services. Examples of activities or events that may impact the cost or scope of this project are listed to provide awareness and guidance to the client to assist in control. Project delays by client or their representatives Process delays by client or their representatives Working conditions are not as stated No steps other than those listed in the proposal are included within the price quotation. Tasks not defined within this proposal would be reviewed before initiation as they may incur additional charges and will be documented by a change order form to be endorsed by MGAC and TAB Products Company. 2 Workflow and Pricing See attached spreadsheet for detailed breakdown DESCRIPTION----- ~_____n . ------r- SUPPL Y PRICE Payroll and Personnel files--match new folder with existing and transfer documents I $734.62 fastener to fastener. IAFF Union Contracts, Collective Bargaining Contracts, Hurricanes--match and transfer documents to new pocket folders _._~~_.,_._._-~.~_.- Billing-match and transfer documents to new pocket folders $1,944.72 Training--match and transfer documents to new pocket folders ---- ___n__ : $1,897.55 Administration--match and transfer documents to new pocket fOlders--------~- $761.58 Compucolor labels for above folders + $813.11 Fire and Life Safety-match and attach ConvertaTab to existing file __ __________+ $1916.96 SUBTOTAL ' $8,068.54 ' __.__.n__.___~____.___.____1 I i LABOR ! , PRICE ! Conversion labor List Price: Project management (travel included); Carts, truck, $35,314.97 I supplies and transportation. Please see attached Professional Services Quote for details , ..-+- ._, With State Contract Discount I $18,187.21' TOTAL (supplies and labor) - t $26,255.75 i Tabquik label printing software (List: $719) ___________________ _ $370.29 ! TOTAL Supplies, Services and Software--~~~-_=_--==__===__~~~ .-===-_-j~_ $26,626.04 Equipment Pricing is on separate proposal. Pricing per Florida State Contract # 420-590-07-1 Client Responsibilities and Project Assumptions 1. Lead times vary depending upon the complexity of the project, product and installation lead times and specific requirements of the Professional Services team. Adequate time will be provided for the receipt and installation of key components of the project. 2. All files should be returned to their appropriate systems and re-filed prior to the start of the project. Files that are not retumed to their systems will be considered "out of file" and will be the responsibility of Boynton Beach Fire Rescue to move (if applicable), convert and re-file after the project completion. 3. Client must provide a contact for the duration of the project on site or by telephone communication, inclusive of the name and phone number for the person authorized to approve change orders (that mayor may not result in additional costs) during the project. Provide a complete list of altemate contacts I phone numbers for other personnel on site. 4. Client to provide and be responsible for any costs that may be incurred for these services: A. Clean adequate workspace and staging areas if needed. B. Access to phone and fax during the project for Project Manager use. C. Ample parking for TAB team members, parking validation if required. D. HVAC all hours our staff is on site, including off-hours, weekends, and evenings. E. Provide dedicated freight elevators and dock space during the agreed-upon working time. F. Trash can be a byproduct of conversion services; it will be staged and properly marked for client's janitorial service to removed daily or at an agreed time & place. G. Provide seamless security access for project staff during the agreed-upon work hours to all appropriate areas on site. If there are any special requirements, these must be addressed with TAB in advance in writing. 3 5. When working on client network, client will be responsible for maintaining the integrity of the network to insure a productive uninterrupted workflow during implementation. 6. (Company) to provide appropriate reports and instructions required by TAB at the commencement of project. Sign-off on all Label Designs must be received before the starl of the project. 7. We assume there will be no client impediments during implementation, impacting Project Team's ability to access and convert systems, as outlined in scope. 8. Professional Services must be made aware of any changes or modifications to original scope of work in writing. Upon project completion it is the client's responsibility to audit the file system and report any discrepancies greater than 2% to TAB Account Manager within five (5) business days. If a project will be long in duration, sign-off of each completed section will be conducted as client assumes ownership of that area or record series. Data Test Paul Girten will go over the results of the test to determine if the data selection criterion is correct. Paul Girten will contact the PS Project Manager, to determine the impact of the data test results on the project. It may be necessary to adjust the price or scope of the project if a record count or naming is not the same as the data list or if the data sort is inconsistent with the actual file sequence. Change Orders All efforts are made through the survey, meetings and client participation to capture all the information, events and circumstances that may have an impact on the performance of this project which effect the cost of Professional Services. Examples of activities or events that may impact the cost or scope of this project are listed to provide awareness and guidance to the client to assist in control. A. Project delays by client or their representatives B. Process delays by client or their representatives C. File count or condition changes . Upon receipt of client database and/or the data test results indicate there are more files to handle than originally scoped . Gross misfiles or poor file order causing delays to correct . Old/inactive files have not been purged from system causing extra files to search through to make the appropriate match. D. Working conditions or files are not as stated . Network downtime -If working on computers connected to client server is down causing a delay of 1 hours or more. . Delays due to building closure or conflict with occupancy permit. . If the TAB team must set-up and tear down or move to new work area in the interim of the project . The agreed work area decreases restricting team size and extends project Why Tab Professional Services? Through an understandable desire to save money, clients sometimes may want to perfonn file conversion projects on their own. This is based on the perception that what is needed to complete the project are just raw supplies and labor. However, this is not the case. Simple variables, which have far-reaching implications on the time and costs it would take you to accomplish this project, include: 4 . The time it takes for you to establish the procedures by which you will work; . The evolution or tria! and error process companies go through when trying to do these projects on their own: . The lost time and inefficiencies that occur when people are juggling responsibilities rather than being completel\ focused on this task; . The time and resources it takes to correct any errors made during the project. To determine the value of Tab's Professional Services team to this conversion project, here are some questions (and their answers) to consider: 1) What are the cost considerations for you if doing the project yourself? . Final cost is unknown We have leamed from companies that have tried to accomplish this sort of project on their own. Their time estimates (and as a result, their costs) often get extended repeatedly. When using intemal resources/untrained staff, even the best of them will take 50 - 75% longer per function performed than using our Professional Services team. This results in the project becoming more and more expensive. . Expense of lost efficiencies (the reason you are converting to begin with) You are converting your system because the new system will be more efficient and will save money. The longer it takes to finish the conversion, the longer you lose money on the old, inefficient system which during the conversion process will become even more inefficient. . Cost of Dullina emDlovees from reaular duties Something will have to give. It is quite likely that normal duties will be neglected or performed inadequately because employees are trying to work on this special project. Morale may also be impacted. . What is the cost if the work is done incorrectlv? There is a cost incurred when this work is not managed and audited thoroughly. The cost of not having an experienced supervisory team dedicated solely to the management of this project is a major expense to consider. For years after you have finished your project, labor dollars could be lost as employees go through painstaking searches for the lost files and misfiles. According to an independent study, the average error percentage when using intemal resources or untrained staff exceeds 25%. In conclusion, all the items mentioned above have a dramatic impact on the overall success or failure of a project. TAB guarantees professional results and complete customer satisfaction, now and for years to come! Thank you for considering Tab Products. Sincerely, Paul M. Girten Branch Sales Manager 5 Furniture: Library / State Term Contracts / State Contracts, Agreements and Price Lists / '" Page 1 of3 Rate this Contract View Survey Results Contract Name: Furniture: Library Contract Number: 420-590-07-1 Effective Dates: 02/21/2007 through 02/20/2011 When issuing a purchase order use commodity class: 420 and commodity group: 590. -~---- -~-~------. Price Sheets Audio Visual Carts and Consoles Bookcases - Metal Bookcases - Wood Card Catalog File Carrels Children's Reading Furniture Circulation Desks Display Racks and Cases High Density and Mobile Shelving - Electric High Density and Mobile Shelving -Manual library Tables and Seating Climate-Friendly Preferred Products Available Under This State Term Contract Contractors Agati, Inc. Lill Arcon Resources, Inc. dba Revolution Products (A) Borroughs Corporation (A) Bretford Manufacturing, Inc. (A) Brodart Company (A) Built Rite Office Furniture (A) Datum Filing Systems, Inc. (A) Direct line Corporation (B) Estey Division of Tennsco CorporationJAJ Furniture by Design, Inc. (A) Gaylord Bros, Inc. (A) Georgia Chair Company (A) Gressco, Ltd._LA} http://dms.myflorida.comlbusiness_ operations/state -'purchasing/vendor _information/state_coo. 4/6/2009 Furniture: Library State Tern1 Contracts State ('ontracts. Agreements and PrIce LJsb Pagl' ; ~ Internqtiona! Library Furniture ComQ~mYf Inc. U~.) lackson ManufacturersCompanYJ Inc. dba The Kingsley Company (A) Jgsper ChgirCompany.. Inc:. fA) Jaspec Seating COJIlQany-" Inc. Ctorm~rly BlantOD &_ M_oore ComQany) (A) KarQ~xSysleJJ1SI In~JA) L,ibrar'i6J.Jreau A MQ_dufQrm_CQm@ny (A) M~9@technQlogieSL~ Qi\ljsion of Silver Street-1 IncorgQLateg (A) MonteLAeJnastakl IDc, (A) TA~ PrQd_l.lcts CQmpan'{.. LLC: (A) IMC fl.lrniturej Inc,LA) The WQrdenCQmpany (A) Amendments ----_....._--~--"_._~. -- -_..' _.. ~-- Complete Contract Microsoft Word PDF Mttloridat1ark~tPlace User:s Contract Administrator(s): For further information please contact a contract administrator: Mina_J~jlrekat . Telephone:850-488-1985 . Emai I : mloa---ba rekal@~mS.Jl]yJLori~a.c:()_m 04/06/2009 Furniture: Library . Price Sheets =_Audio YisuaLCartsand CODS_Qles . Price Sheets - Bookcases - Metal . Price_Sheets - Bookcases - Wood . Price_Sheets_- CardCatalQg File . Price_ Sheets :- Carrels . Psl<::e Sh_eets _-:Chilqrel]'S Rea~iDg Furnitl.Jse . Price Sheets =_Circuiation Desks · flrlce Sh~ets= J2ig2)QyRacks aJld Ca5-es · Price She~ts- tligllnensitY_and_M_QQl~_Sheb/ing -~Ie~trjc · Pric:e Sheets - l-tigh Density and Mobile Shelving - Manual http://dms.myflorida.comlbusiness_ operations/state _purchasing/vendor _information/state_c... 4/6/2009 Florida Government Page 1 of2 .TAB Search III TAB Worldwide Home Newsroom Newsletters Site Map Careers Contact TAB Deliver more. Improve services. Products Shop Online Professional Services Industry Solutions Business Issues Resources About TAB Government Florida Government Wisconsin Government Contract # 420-590-07-1 Library Furniture Contract California Government Expires: 2/20/11 Price List - ADP Equipment Florida Government Price List. Mobile Systems Price List - Shelving Texas Government Price List - Supplies Green Statement Pennsylvania Government ORDERING INSTRUCTIONS Note: All orders should be directed to vour local TAB office: TAB of Tampa 17707 Crystal Cove Place PO Box 2079 Lutz, FL 33548 Phone (813) 909-9310 FAX (813) 909-9367 SPURS # 94-1190862-006 Contact - Kirk Malone T AS Professional Business Designs 4081 E Olive Dr STE H Pensacola, FL 32514 Phone (850) 477-5198 FAX (850) 477-5291 SPURS # 59-2925310-003 Manager - Ms. Shelby Clinard TAB Office Systems & Environments 3615 Century Blvd. Suite 2 Lakeland, FL 33811 Phone (863) 646-4832 FAX (863) 644-8502 SPURS # 65-0244217-001 Manager - Terry Ottinger Accent Office Planners 2108-3 Gilliam Road Tallahassee, FL 32308 Phone (850) 386-5201 FAX (850) 386-1615 SPURS # 65-035201 1-001 MBE Certified Manager - Mary Doug Wilgus Filing Source, Inc. - T AS 7529 Salisbury Road S. Jacksonville, FL 32255-1467 Phone (904) 398-3600 FAX (904) 398-0093 SPURS # 59-2209268-001 MBE Certified http://www.tab.com/Industry/IndustryGovtlFlorida%20Govemment.aspx 4/6/2009 Florida Government Paee Contact - Candy Bobeck Filing Source, Inc. - TAB 16513 SW 67th Place Archer, FL 32618 Phone (352) 495-2235 SPURS # - 59-2209268-002 Contact - Candy Bobeck or Jack Brockmeier Tab Products 9250 SW 81st Ave. Miami, FL 33156 Phone (305) 595-3612 FAX (305) 595-3613 The State of Florida Purchasing Card (VISA) is accepted by TAB Products Co. Remit Address: TAB Products Co. 135 S. LaSalle, Dept 3736 Chicago, IL 60674 Payment Terms: Net 30 Days Internet Address: W'i\lw.lab.com Product Information: Direct any inquiries to the above listing of TAB offices in Florida. Contract Information: Direct any inquiries to Betsy Streblow Phone 920-387-1740 Fax 800-304-4947 Email bstreblow@@b.c;qm 1-888-466~8228 Get Organ/zed Get T AS. Emajl Webmaster Privacy Policy @ 2009 httn' / /www_ tah. comll ndustrv IlndustrvGovt/Fl orida %20Go vernm ent. aspx 4/6/2009 . File G_",up _~fO_ Folde' L FOlde",esc"ptlon I Wo,.p",c.... on. Usl State pricing Total capacity LFI PAYROLL Model : ! I ~20-590-0~~ _____. 1 - ---- --- .-- ~ - . +-. ITransferfromcurrentfOlderStheperSOnaIA~- 1- - I Forms, Hiring Documents and Miscellaneous I I Last name, first name. I _ ipressboard classlficalion w/ 1 I Documents-fastener to fastener, no sorting or I ! Payroll _._____ !employeenumber I~~~... dlvider,seafoamgreen jPUrging _ 150i $ 4.1820 ~~ ~2306 ~ 'I ~ ----- ~__._ ~ _____ ___--+ _H ______. I i --~= -= ----=-T:..-. - I I I ,Transfer from currentfolder the Evaluations. I I I ' r.'.-' O~...", ..~. , ----.F~~"d_--,I ~ . '~'M~"~M~ ~ _rn,~_"~w'_ ,=~___;~_.",.oo, i~ ~onnel Files __. employee number 1245-16B dividers,.mldn~9.h~ ___ no~ortlngorpurging _ __ __, 150 $ 4.9028 IAFF 10/01/02; IAFF Standard 1-3/4" solid red 1 I ~F Union Contracts ____ 1_0/1/08; IAFF 10/1/08 i 1378-08 f~~pan2'ion pock"t:.. _____n____ r:~nsfer docs ___ . 3 $ 4.3880 $2.26 $6.78 1.75 5.25 we 10/01/00. we. I Collective Bargaining COntracts_ 10/01/04; we 10/01/06 I 1 Transfer docs 3 -~------i 0 ....- ---- -- ~-- !Standard 3-1/2" gray expansion :~~:~~~~~_ _--=-_~ear ____1:7~=-+::k~t- _~- _ Transferdo~s__==----=~~~, $4.~~ ______$.2--=_ $1JE._ ~5 _~ 28 - I~-T 1- I c------- ~--._- -------- -1- !;tandard 1-3/4" solid green -----J.--.....-___ __ I - - - I Folders created for 2008 and 2009. Transfer . _~ !30 I ~_R_un Reports Year, month. day ~ expansion pocket. !docs. .J 4.3880 $~ ~1,649..67 1.75 1277.5 .-- letter of alphabet; year XYZ. - - I Standard 3-1/2" red expansion Folders created for 2008 and 2009. Transfer .--- ~erSubpoenas on one folder _11379-08 . jl'ocket docs. I ~ J._ 4.6760 $2.41 ~c2?_ 3.5 182 --- Folders created for 2008 and 2009. Transfer . .J Year. Montl"l. . IStandard 1-3/4" solid canary lJeposits __1.1.3.78-05 I expansion pocket. docs. 24 $ 4.3880 $2.26 J54.24 1.75 42 -- - ---- - ~-~- - -~--.- i Standard 3-1/2" orange expansion Folders created for 2008 and 2009. Transfer $57.80 3.~4 EOB's and Denials _ I Year, MO~tI"l _~06 pocket docs. 24 J...:4.676O $2.41 --- -- - .- Standard 3-1/2" blue expansion Folders created for 2008 and 2009. Transfer Posted Money~ . _ ----lYear, Month [1379:.02 pocket docs. 24 $ 4.6760 $2.41 _ $57.8~ r ' '- .- - - I-===+=- I I 1 TRAINiNG--------=i- - j 1 -- 1-- - I I I I I I- -- -~+-- i -.--------- . -- - --- t I t-- I -I I I -"- T -- - - -----~-I Instructio~;: Separate by tr;ining certificates by I I year, keeping the last four current years in the I I pressboard folders separated by the 4 tab I i I i I I I separators. AU other previous training will go ! I into the expansion folders labeled the same I ITYPe 1 Yellow 2" Pressboard I Last name, first initial, I way. (Last Name, first initials, employee I Trainin9 Personnel Files employee number i 1236-05 Expansion Pressboard Folder number) ~150 $ 2.6576 $1.37 $205.30 2 300 09, 08. 07. 06 T1 1004-50 Indexes I ..u,Q~O.Q $1.56 $234.07 ~ -~ Last name, first initial, I Standard 3-1/2" blue ex;::+ --- ~ ~~p~~~ee n~mber ___ 11379-05 -~. 150 $ 4.6760 $2.41 1 $361.22 3.5 525 t-_. pocket - Last name, first initial, Standard 1-3/4" solid blue EMS Personnel Files employeenumber _. 11378-02 expansion pocket. _ _+ T raosfer docs 150 $ 4.3880 $2.261 $338.97 1.751 262.5 iTitle. Section, Versiin of I Standard 1-3/4" solid red ~$ 4.3880 $2.26! $338.971 1.75 262.5 Section Exams 'Test _ 11378-08 expansion pocket. I Transfer docs ~;'ame. first Inltial,--- I Standard 3~ 1/2" orange expansion I -r-~Q,!..~.67~Q t---- $2.~1 $361.22 t--- 3.5 525 Completed Exams ~,,!'~.t>er"__~H-06 pocket I Transfer docs ~_." _._--- ._--~.__._- 'j- Standard 3-1/2" pink expansion i Classes --{ear, month h79-07 pocket I Transfer docs I 24~4.6760 I $2.44- $57.80! 3.i=1l4 -~~ n__ ADMINISTRATION . ---- f .- ----t- - tt=-~--I -~=~~--~ --- ,- ------ , I -- -=-=-----=- - -~ -~-=-~~-_. ---~=J- --t-- - - -- -~-~ _i__ Standard 1-3/4" manila expansion M~~ _ _ Year. Alpha ]:378-11 I.'ock~ Dark Orange I 521 $ 4.3880 $2.26 $117.51 1.75i 91 Contracts Ivear. Alpha Standard 1~3/4" manila expansion II .--- 1378-11 pocket. Red 52 $ 4.3880 $2.26 $117.51 1.75 91 iStandard 1-3/4" manila expansion Travel ; Year, Alpha ' 1378-11 I pocket. 'Purple 52! $ 4.3880 $2.26 : $117.51 175i 91 ~Standard 1-3/4';ma-nila expansion 121'5 Year, Alpha 1378-11 J!'.:'~et. ,Yellow 52j$4.3880 ! $2.26 $117.51 , 1.75 91 !Standard 1-3/4" manila expansion PO iYea!, ~~ha '1378-11 : pocket. i Dark green 52 i $ 4.3880 $2.26 ! $117.51 1.75; 91 0 iStandard 1-3/4" solid" Credit cards : Blu~ tabs year, month 11378-11 I manilaexpansion pocket. !Blue 521 $ 4.3880 $2.26 $117.51 1.75 91 'CERT06. CERT07. CERT08. CERT09. CERT Standard 1~3/4" solid manila CERT APS 1378-11 I expansion pocket. Pink 5! $ 4.3888 $2.26 $11.30 1.75 8.75 lSiandard 1-3/4" solid-manila ~ Nextel Year, month 1378-11 i expan~ion pocket. 1 Light ~~~~n 5"~: $ 4.3888 $2.26 $117.53 ; 1.75; 91 : Standard 1-3/4" solid manila 521 $ 4.3888 $117.53 ! Verizon 'Year, month 1378-11 i expansion pocket. ' Lavender $2.26 175 91 i $5,521 .54 5439.5 'S 'Compucolr Labels 12513 r $0.6506 $0.33 $841.23 '$6,362.77 FIRE AND LIFE SAFETY Street address ' 4302-DPT Converta-tabs Match and apply convertatabs T3~Q()JJ 0.4135 $0.21 $745.33 936 Compucolor labels 35()01 0.6500 $0.33 $1,171.63 TOTAL SUPPLIES TASQUIK Software Network . T AS PRODUCTS PROFESSIONAL SERVICES QUOTE TAB M' . Quote Date: 03/19/09 TAB OFFICE: lam I TAB REP Paul Girten Revision Date: 01/00/00 OFFICE Phone: 0 Project Start: May-09 Company Name: Boynton Beach Fire Rescue Dept: File room Project #: 347-6223 Address: 0 Model# 9999- 53-347 City, State Boynton Beach Zip FL File Count' 6,013 Client Contact: 0 PH# 0 LFI 5,500 _.-~-- Project Scope and Materials Included In Quote prOVided below. PROJECT SCOPE & Approximate duration: Client Responsibilities & Project Assumptions 0 1. Client has assisted wnh project survey and provided the most Download files onto carts accurate and detailed information available. Match new folder with existing and transfer - fastener to fastener 2. Files involved in the project will be returned their primary location - Payroll Files (4 fasteners) OUT files during the project will be client responsibility to handle - Personnel Files (6 fasteners) atter the project is complete. - Training Personnel Files (1 fastener with 4 tabs) 3. Client to provide contact person enher on site or by phone. . Separate by training certificates by year, keeping the last four Cl 4. Client to provide and be responsible for any costs for: . All other previous training will go into the expansion folders a. Clean adequate workspace and staging Match and transfer documents to new pocket folders b. Phone & fax access for the project manager - IAFF UNION CONTRACTS c. Ample parking, validate tickets if fee is applicable - COLLECTIVE BARGAINING CONTRACTS d. Freight elevators and dock if required - HURRICANES e. Trash service, TAB will stage trash, client service to pick-up - EMS RUN REPORTS and dispose on a timely scheduie - LAWYER SUBPOENAS 5. If project involves use of client computers and printers, system - DEPOSITS integrity to be maintained to avoid project downtime. - EOB's and DENIALS 6. TAB assumes there will be no client impediments during - POSTED MONEY implementation impacting project completion schedule. - EMS PERSONNEL FILES 7. Changes in file count, scope or work or working conditions will - SECTION EXAMS require notification in writing and may impact project duration. A - COMPLETED EXAMS written change order will be presented before work resumes. - CLASSES 8. No match files will be given to client to resolve. - ADMINISTRATION (dk orange, red, purple, yellow, drgreen) - CREDIT CARDS -CERT - NEXTEL - VERIZON Match and attached a convert-a-tab to existing file - Fire and Life Safety files 0 Transfer files to new location - approx 1 mile Reload files onto shelving END OF TASKS Misc Project Expenses & Outside Contractors Descriotion of misc.& other items included in ouote Units Carts, dollies and delivery 19 Conversion Materials 1 Parking - staff- CLIENT TO VALIDATE PARKING, NO FEE ALLOWED NO FEE Other Rentals: Not Incl Packaging or moving materials Notlncl Project Man?gement travel expenses . File count is total files to handle, both match & no match. TAB Professional Services 1$ 35,314.97 This proposal shall remain valid for 90 days frqm the proposal date, unless accepted by client, or extended by TAB in writing. Quotes are confIdential and contain proprietary IIlformatlon that cannot be shared With outSide parties. Quote valid 101 90 days Quote by PS Manager: David Walraven PH# 651-470-2093 FAX# 920-387-1840 Client Acceptance: Title: Dale: Pnnt NE:n,e Comments: Rev. Mar "4 . ( 25'9" -."----.-.- - 6'6" Lock 9'11" I I I I 1 1 I I 1 I I I 44 1/4" 3'5" 82 82 S2 S1 S1 se S'2 S2 36" 1 I , I I I 1 1 1 I I L I I r---.... --"-~-'''--'- 22'9" ------~ --------- Tl ~ 123/4" ---- --~ 11 1/4" I \ ,---, 11 1/4" I I \ L-J 76 1/4" 81 1/2" 12 3/4" I \ 11114" _J \ -. J \ 11 1/4" /~ -.--".- S1 S2 - ~.--- .__._._,.-.~.. TITLE BOYI2!()!2 ~each E:i~~!3~~c;ue DWG NO L6272C-2 \L;_lJi::0iGhI~ 1-q,;..i'Ht:SlNTEL" t~\ --~.~ SCALE 1:55 :JRAWING ARE CONFIDENTIAL SHOULD NOT BE DISCLOSED --_._--_._--_._,-~.,,"..,,- - -.---.-- ... , NITHOUTWRf-r---'l PERMIS;"" OFFICE T AS Produ "";0. DATE 03/09/2009 FROM TAB . ,~---_.,,--~- - .-.._----_.- REP Paul Girtell REVISED Bill of Materials . TAB Products Co. Paul Girten - Billing Information Shipping Information 03/09/2009 Boynton Beach Fire Rescue L6272C-2 QTY Model Description list Ext. List Mobile System 2 M233 Mech Custom Edge Ep 9" -17" (96" Max) 212.00 424.00 6 M234 Mech Custom Edge Ep 17" - 25" (96" Max) 249.00 1,494.00 2 M236 Fixed Custom Edge Ep 9" - 17" (96" Max) 184.00 368.00 2 M3000-036-1225 Low Profile Mechanical 1,061.00 2,122.00 6 M3000-036-2425 Low Profile Mechanical 1,061.00 6,366.00 2 M3002-036-1225 Low Profile Fixed 501.00 1,002.00 2 M556 Lp End Panel System Lock 657.00 1,314.00 30 M600 Track With Grout 44.50 1,335.00 71 M608 Channels, Hardware And Grout 4.20 298.20 23 M610 Stainless Steel Threshold 19.10 439.30 4 M611 Deck End Cap 15.20 60.80 71 M614 Particle Board Decking 6.80 482.80 17 M680 Anti-Tip Track With Grout 73.50 1,249.50 6 M913 Three Spoke Safety Handle, Locking 156.00 936.00 2 M914 Small Three Spoke Safety Handle (15-20) 154.00 308.00 4 M915 Anti-Tip Bracket Kit 81.00 324.00 Mobile System Totals 18,523.60 4-Post Shelving 8 1276LC Upright L Closed 12 X 76 65.25 522.00 12 2476LC Upright L Closed 24 X 76 91.25 1,095.00 2 B-3676 Back Std 36 X 76 103.00 206.00 24 BS-36 Back Stop Slotted 36 7.10 170.40 36 CS-36 Center Stop Slot 36 8.40 302.40 384 FDP-1108 File Divider Adj 11 X 8 3.20 1,228.80 6 HR-24 Reinforcement HD 24 4.80 28.80 20 SHS-3614 Support HD14 Single Rivet 36 7.20 144.00 4 T2-3612 Shelf TS22 36 X 12 Unsl 18.20 72.80 6 T2-3624 Shelf TS22 36 X 24 Unsl 32.60 195.60 24 TQ2-3612 Shelf TS22 36 X 12 Slot 18.20 436.80 .. 36 TQD2-3624 Shelf TS22 36 X 24 Slot 32.60 1,173.60 30 TR-24 Reinforcement TS 24 3.20 96.00 120 TS-3614 Support TS14 36 5.30 636.00 4-Post Shelving Totals 6,308.20 Totals 24,831.80 \ " in '" A,'.' " ~, IJ "f .,~'" .~-._-~ -------- --- -~----_..._------------.--- ) // 8'-11 1/2" IIIHIIIIIIIIII 111111111111111 Itlllllllllllll 111111111111111 111111111111111 ~'''.'''''''''' 111111111111111 111111111111111 111111111111111 111111111111111 111111111111111 1I111111lllllfl 111111111111111 II11IIlI1lI111I 111111111111"1 111111111111111 111111111111111 11111111111"11 111111111111111 1I11111ltllllll 111111111111111 1111111111111" 1l11I1I1I1111" -- 16'-6 1/4" . --_.~. ------_._~--_. -.---------...- II TITLE Boynton Beach Fire L6386B TAB -. _.~-----_.._.~..+._----_.- ------. _..._---_._.._--.~" ALL DESIGNS REPRESENTED 11, DRAWING ARE CONFIDENTIAL ',I" - SHOULD NOT BE DISCLosm lAB Products Co. ,~19109 . WITHOU, WRITTEN PERMISSIUI' -_.--------~-------- FROM TAB. Paul Girten VI.-CONSENT AGENDA ITEM 8.4. CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM Requested City Date Final Form Must be Requested City Date Final Form Must be Commission Meeting Turned in to City Clerk's Commission Meeting Dates Turned in to City Clerk's Dates Office Office ~ April 21, 2009 AnriI6,20090Noon) 0 June 16, 2009 June 1,2009 (Noon) 0 Mav 5, 2009 AnriI20,2009(Noon) 0 July 7, 2009 JuneI5,20090Noon) 0 Mav 19,2009 Mav 4, 2009 (Noon) [J July 21, 2009 July 6,2009 (Noon) 0 June 2, 2009 May 18,2009 (Noon) 0 AUl!Ust 4, 2009 July20,2009(Noon) 0 AnnouncementslPresentations 0 City Manager's Report NATURE OF 0 Administrative 0 New Business AGENDA ITEM 181 Consent Agenda 0 Legal 0 Code Compliance & Le!!a1 Settlements 0 Unfinished Business 0 Public Hearin!! 0 RECOMMENDATION: A Motion to approve and authorize the purchase of furniture from Workplace Resource of Southeast FL, located in Weston, FL for the purchase of furniture items for Fire Station Five, ITS, and Communications for the n.ew Boynton Beach EOC with an expenditure of $492,453.82, utilizing the following accounts: the State of Florida Contract #425-001-06-1, the Florida State Contract #420-590-07-1, the GSA Contract Numbers #r.S-28F-0003L (Loewstein), #GS-28F-0011K (Grand Rapids), #GS-27F-0002V (Add en), #GS-797-P-4560A (Intensa), , #GS-28F-0042U (Claridge), #GS-29F-00IOP (Safco), #GS- 07F-5509R (Safco Waste Receptacles), and the Volusia County School Board Contract #CL-908KP EXPLANATION: Since 2004, The City of Boynton Beach in conjunction with the Boynton Beach Fire Department has begun planning the Future of Fire Station Number Five. Currently, the building ofthis Fire Station has an expected completion date of June / July of 2009. This approval is for most of the furnishings and filing systems that will occupy this facility including but not limited to the Emergency Operations Center, the Communications Center, the ITS Server storage rooms, and the actual Fire Station Five. The furniture chosen is good quality, mid-level type furniture that carries up to 12 years of warranty and should stand the test of 20-30 years time. The discount pricing used for each item is directly obtained by using the Florida State Contract, the GSA contracts, and the Volusia County School board contract. [Exhibit A, B, C, D, E, F, G, H, I, J) The actual discount for each item is listed on the quote from Workplace Resource. The individual unit pricing of each desk, table, chair, credenza etc., includes an administrative cost that includes design & planning services and CAD shop drawings, handling, delivery and installation and are all listed separately under each item in the quotes provided. [Exhibit K, L, M] PROGRAM IMP ACT: These furnishings will provide for a safe, ergonomically efficient work environment for the personnel needs of the Fire Station Five, the EOC, the ITS Server rooms, and the Communications I Dispatching centers. FISCAL IMP ACT: The cost of the furniture for this recent order will be $492,453.82 per the Florida State contract-pricing, GSA Schedules, and Volusia County School Board Contract and will be paid for with funds from account #305-4118-580-64-16, #304-4123-580-62-01 (EOC), and 304-4122-580-62-01 (ITS) as designated for this project. ALTERNATIVE: Fire Rescue Department Name S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM.DOC Furniture: Office and Files 1 State Term Contracts 1 State Contracts, Agreements and Pric... Page I of2 Rate this Contract View Survey Results Contract Name: Furniture: Office and Files Contract Number: 425-001-06-1 Effective Dates: 03/02/2006 through 03/01/2010 When issuing a purchase order use commodity class: 425 -~._-~--,_.~-".__..~--~...._.-._._----,.,_...-...__..-"---_._------._.~---_.- .~-----_.._-- ,-,,-,---'---'-'-~--- Product Lists Contractors Amendments Complete Contract Microsoft Word (No_Pricing) PDF MyFloridaMar:ketPlace Users Other Instructions to Ordering Agency Climate-Friendly Preferred Products Available Under This State Term Contract Contract Administrator(s): For further information please contact a contract administrator: Brenda Wells . Telephone:850-488-6904 . Email:Brenda.Wells@dms.myflorida.com 04/03/2009 http://dms.myflorida.com/business_ operations/state -purchasing/vendor _information/state_c... 4/3/2009 By: Emily J. Hassfurther . Customer Name: FURNITURE MARKmNG GROUP, AMY " V [ R ~J ' l E L QUOTE#: EH577 Qty Part Numbel P,llt Description " t ! ~ t 1, t C;" I' , , I S{' II .. 1 WORKPLACE RESOURCE OF SOUTH FL. $0.00 $0.00 $0.00 $0.00 LEAD TIME - 6 WEEKS. FREIGHT - INCLUDED IN THE PRICING. FUEL SURCHARGE - 2% OF TOTAL NET. DATE QUOTE PREPARED - 03 / 16/ 09. FLORIDA STATE CONTRACT - 56.9% DISCOUNT. PRICING IN ACCORDANCE TO 425-001-06-1. - 8 SPECIAL vrn 2484RETL Vela T Reg, 24 x 84 Rect Tilt wi Folding Modesty $2,003.00 $16,024.00 $863.29 $6,906.32 FM L HP Laminate Surface Table Top T2 11/4" Convex T-Mold w/Radius Corners TF Formica 7285-58 Violin Figured Annigre EB Ebony (Edge) EB Ebony (Base) BMV Mix - Vela Wheel Casters and Glides TLE Table Link - Ends Only PHE 2 Henris Location E WBT Basket, Under Top Mount WML Wire Mesh Legway EB Ebony NON STANDARD FEATURES IV BMV OPTION ON 84" TABLE LENGTH. CONVEX T-MOLD EDGE ON TRAINING TABLES. .. 16 AHDDJ Data Jacks (set of 2) $45.00 $720.00 $19.40 $310.40 .. 8 SPECIAL vrn 2484RETl Vela T Reg, 24 x 84 Rectangle Tilt w IFolding Modesty $1,595.00 $12,760.00 $687.45 $5,499.60 FM L HP Laminate Surface Table Top T2 1 1/4" Convex T-Mold w/Radius Corners TF Formica 7285-58 Violin Figured Annigre EB Ebony (Edge) EB Ebony (Base) BMV Mix - Vela Wheel Casters and Glides TLE Table Link - Ends Only WML Wire Mesh Legway EB Ebony NON STANDARD FEATURES IV BMV OPTION ON 84" TABLE LENGTH. CONVEX T-MOLD EDGE ON TRAINING TABLES. .. 1 VTT1 3060RETL FM Vela T Reg, 30 x 60 Rectangle Tilt wI Folding Modesty $1,343.00 $1,343.00 $578.83 $578.83 L HP Laminate Surface Table Top T2 1 1/4" Convex T-Mold w/Radius Corners 3/16/2009 Paqe 1 of 2 12:39:35PM Qty Part Number Part Description list Ext list Sell Ext Sell TF Fonnica 7285-58 Violin Figured Annigre EB Ebony (Edge) EB Ebony (Base) BMY Mix Vela Wheel Casters &. Glides WML Wire Mesh Legway EB Ebony NON STANDARD FEATURE IV CONVEX T-MOLD EDGE ON TRAINING TABLES. - 1 PEXlS 42RDFX Performance X, 42 Round Fixed Standup $1,262.00 $1,262.00 $543.92 $543.92 L HP Laminate Surface Table Top W2R 1 1/4" Rat Wood 3mm TF Fonnica 7285-58 Violin Figured Annigre OSM Stain Finish Match (O) Contact Versteel for Details CH Chrome (Base) - 2 PEX142RDFX Performance X, 42 Round Fixed $1,200.00 $2,400.00 $517.20 $1,034.40 L HP Laminate Surface Table Top W2R 1 1/4" Rat Wood 3mm TF Fonnica 7285-58 Violin Figured Annigre OSM Stain Finish Match (O) Contact Versteel for Details CH Chrome (Base) .. 1 OSM Wd Edge Custom Stain Match (per order/per stain) $525.00 $525.00 $226.28 $226.28 II $15,099.7511 3/16/2009 Page 2 of 2 12:39:34PM lj]ohal - Florida State Contract Pat'\. Global's State of Florida Office Furniture and Files Contract Contract #425-001-06-1 Scope: Global and Evolve (excluding vertical files) Contract Effective Date: March 2,2006 Contract Expiration Date: May 31, 2010 Pricing: 2008 list Price Books (Dated Effected 10/1/08) Global welcomes & invites Florida Government Agencies and Organizations to learn more about Global's products, programs, and services. Global is proud to be one of the largest manufacturers of office furniture in North America, with distribution around the world. In addition, Global is the only major office furniture manufacturer to have TWO company owned stocking facilities and THREE showrooms in Florida. Global can service your needs with a total of five distribution facilities in the South Eastern U.S. region. These warehouse 1 showroom facilities are in addition to the hundreds of office furniture dealers with access, samples, and or stock of Global products. For more information on our products and services, please visit our website at: him :IIW\N'IfV .g!pbaltotqLoffjc;~.~Qml and http ://WWW .~y()ty~fl.!rnJtur~9[QYILc()m Ordering Instructions: Orders to Global Industries, Inc. may be submitted through our authorized servicing dealers or sent directly to any of the following three Global locations (see link below). Evolve orders should be submitted through the authorized servicing dealers. 3 Locations to Serve You!! Orders: Can be sent directly to one of Global - Sunrise the Florida locations listed to the left, or to a servicing dealer as listed on the 5'60 Sawgrass Corporate Parkway contract. (See link below) Sunrise, FL 33325 Attn: Helena Martinez Phone: 800-331-0592 or 954-846-8888 Fax: 954-846-8110 e-mail: bmartinez@)globalind!Jstrie_~.com Remit Address: Global Industries, Inc/ City, State, Zip: 17 West Stow Road, PO Box 562, Marlton, NJ 08053 Global - Tampa 10351 Windhorst Rd. Tampa, FL 33619 Attn: John Molchos Phone: 800-525-6288 or 813-621-6272 Fax: 813-621-7958 e-mail: jmotchQ~gl{)balindustries.com httn'//u1U1U! crlnh::llint1m::trie:sc'om/FL State Contract2.htm 4 ~2()O9 Global - Florida State Contract Page 2 of2 Remit Address: Global Industries, Inc/ City, State, Zip: 17 West Stow Road, PO Box 562, Marlton, NJ 08053 Global - New Orleans 901 South Labarre Road, Suite 201 Metairie, LA 70001 Attn: Lisa Randolph Phone: 800-275-0663 or 504-834-6228 Fax: 504-835-9638 e-mail: Irandolph@globalindustries.com Remit Address: Global Industries, Inc/ City, State, Zip: 17 West Stow Road, PO Box 562, Marlton, NJ 08053 ; Ordermg and Prlcmg Inial rnatlOll Inlorrna11On & Catalog Request Environmental & Recycled Information http://www.globalindustries.com/FL_State_Contract2.htm 4/3/2009 (ilobal - Florida State Contract Pal!C Ordering and Pricing Information for Global's State of Florida Office Furniture and Files Contract I GLOBAL Pricing Pricing Based on 2008 List Price Books Dated Effective October 1, 2008 On the Web at: 2008 Global Casegoods List Price Book.pdt 2008 Global Seating List Price Book.pdt 2008 EVf)I\l~ J..,st P1,ce BQg~.&dl Global Product Category Order Size (List) Discount to State Metal Filing & Storage $1 - 17,190 53.75% Metal Filing & Storage $17,191 + 58.63% Seating & Casegoods $1 - 16,699 52.39% Seating & Casegoods $16,700 + 57.71 % Evolve Furniture Group Order Size (List) Discount to State $100 - 530,000 66.94% $530,001 - 1,533,760 67.82% $1,533,761 + Negotiable Evolve Ordering Information: Evolve orders should be submitted through the servicing dealer. Below is a brief guideline on submitting orders electronically to Evolve, please feel free to contact our Customer Service department (888-827-2500) if you have any questions. 1. Save a copy of the fle~tLQnj~ Qrdgr I;ntryForll1 to your hard drive. 2. Fill out the Electronic Order Entry Form completely (please make sure to include any special pricing quotes from Evolve) and attach the form and your SIF file to an emaif. EXQorting SIF Files. 3. In the subject line please include in this order: dealer name, project name t..++.-./ /nTTTnn LYl ,..,.1""., l~....,r1nC't~ PC '""ATn /PT <;;; t::Jtp ('nntract2 Orderin g. htm 4/3/2009 Global - Florida State Contract Page 2 of3 and PO number 4. The email should be sent to evolveoe@evolvesystems.com Helpful hints: · If you are using COM please attach the Evolve electronic form to your email, the form is available upon request. · If you are using a Key alike chart please attach the Evolve_ electronic Key Chair to your email · When entering specials on your SIF please use the SQ# followed by Is. As an example: Evolve SQ#1235 should read EVWS2066/s Additional Discounting for Global Products Metal Filing & Storage Products Seating & Casegoods Products 1 % of Net Price at $lOOk - 200k 1 % of Net Price at $25k - 50k 2% of Net Price at $200k - 300k 1.5% of Net Price at $50k - lOOk 2% of Net Price at lOOk - 200k **FREIGHT TERMS APPL Y TO BOTH Orders under $1012.30 Net will have an additional $25.00 net handling charge applied. Orders over$1012.30 Net ship **FOB Destination in the contiguous U.S. Dock to dock to one location Ordering Instructions: Ordering - Orders may be placed through the Servicing Dealer or directly to Global, care of the Servicing Dealer. If the Agency's PO lists Global as the vendor, then Global will enter the order and invoice the agency direct, at the appropriate discount plus any service charges. Check with the Servicing Dealer to verify all product and charges. Credit Card Orders -Can be accepted directly by Global, and many of our Servicing Dealers. Remittance Address - Based on to whom the Purchase order is addressed. The Florida Global Locations, or the Servicing Dealers. Fees Freight Minimums apply for the STATE at: · $25 Freight Charge per shipment for non-UPS-able orders of less than $1012.30 Net. · Inside setup fees and charges are to be quoted and or billed by the servicing dealer. These are negotiable per project. · Installation fees & charge may be established by the Servicing Dealer. These are negotiable per project. · Space planning fees and services will be quoted by the servicing dealer. These are negotiable per project. http://www.globalindustries.com/FL_State_Contract2 _ Ordering.htm 4/3/2009 Global - Florida State Contract Global - Sunrise 560 Sawgrass Corporate Parkway Sunrise, FL 33325 Attn: Helena Martinez Phone: 800-331-0592 or 954-846-8888 Fax: 954-846-8110 e-mail: hmartinez@globalindustries.J::Qm Remit Address: Global Industries, Inc/ City, State, Zip: 17 West Stow Road, PO Box 562, Maritan, NJ 08053 Global - Tampa 10351 Windhorst Rd. Tampa, FL 33619 Attn: John Molchos Phone: 800-525-6288 or 813-621-6272 Fax: 813-621-7958 e-mail: iroQlchos@globalindustrie~-"-~Q[ll Remit Address: Global Industries, Inc/ City, State, Zip: 17 West Stow Road, PO Box 562, Maritan, NJ 08053 Global - New Orleans 901 South Labarre Road, Suite 201 Metairie, LA 70001 Attn: Lisa Randolph Phone: 800-275-0663 or 504-834-6228 Fax: 504-835-9638 e-mail: lnmdolph@globalindustrie~.cQm Remit Address: Global Industries, Inc/ City, State, Zip: 17 West Stow Road, PO Box 562, Mar/ton, NJ 08053 On the Web at: httQ:/jwww.globa1indLJstries_.cQmjFLState_CQotract2.htm/ [Home] [Catalog Request] [Dealers] [Ordering ClIJJ.I r>ric;ing Ioform~tiQn] , " II _.____~_ _1~1_......1':_....J............+~,......-., .......~.......,,/~T C;;:t",tp r('\ntr~{'t? ()rrlprln IT ntrrl 4/1r/()()C) HON Government Office Furniture Page 1 of7 GOVernnlent Government Furniture I GSA Contracts I State & Local Contracts The HON Company J Florida Contract No. 425-001-06-1 Florida State Contract Number 425-001-06-1 Malch 2. 2006 ~ March 31,2010 Click h.re to learn about HON's ENVIRONMENTAL & RECYCLING INFORMATION State Of Florida Ordering Instructions Vendor Spurs Vendor Number The Han Company F 42149147'-001 200 Oak Street Muscatine, IA :,2761 Phone: 800-<166-8694 Fax: 800-833-3902 Order5t can be placed one of two ways: 1 Orders can be made QuIto HON, c/o of an authorized HON State of Florida Servicing Dealer. The Hon Com pan ~' Remit to' The HON Company c/o Servicing Dealer P.O. 60x 404422 200 Oak Street Atlzn!a. GA 30384-4422 Muscatine, lA 52761 2. Orders can be mode out to HON - Florida Servicing Dealel directly ServiCing DealH Remit to. Servicing Dealer (Servicing De21er 8ddresE) Please note: ALL ol"ders must have tile State of Florida contract numbEr noted on them HON will accept The Slate of Florida Purchasing Card. 5el vicing Dealers will assist with pt ice quotes, specifying product design and color selections, delivery, installation. and warranty View list of Servidng Dealers. HON Government Customer Service: AgenCies or Servicing Dealers can c211 HON Government Customer S8r-vire for conlrc:ct 01 product information. Services Include product specifications. pricing, quality issues, locating nearest Servicing Dealer. etc.. All orders under this contl"act must he processed by Government Customer Service (not Commelcial Cl1stomel- ServiCE,) HON Government Customel Selvlce: Phone: 800-466-8694 Fax: 800-833-3902 Email: hongsateam@hollcomp8ny corn State Of Florida Price Books and Discounting Flonda State Conti-act Numbet 425-001-06-1 March 2. 2006 Mc,rch 31 2010 THE HON COMPANY This section deels with pricing and additional quantity discount informotlon for HON products 8S specified by !lIE Stale of Florida For ordermg instluctions, please click here Pricing Discounts on contract items are listed below Please Note: Pricing IS bcSEd upon the HON List Pricel' dated October 1, 2008 Price List Name f Number: HON List Pricer. Effective October 1,2008 (iorm H3560) HON Pricer Download HON pricer peges. Desking I Systems I Seating I Storage I Tables I learning I Accessories I Index WOOD r:ASEGOODS Park Avenue Collection. 92000 Selies, 95000 SHies, 10700 Series, 10600 Serres, 10500 Serie~ 94000 Series, 1980 Bookcases. 1870/1890 Bookcases. Veneer confel ence/occasional :.;blE-s. Laml1l21e conference/occasional tables LCiminat€ table dESks. Tercero Conference Room Solutions Activity Tables, Plovlsions Mohile Tables All Series (except tables, see below) Tables (Conference & Occasional) ':0 Discou/ it State Purchase Price (@L/stJ % Discount S/Fit ~8.2"/Q $228 - 9,999 50.2% 3:22' 61 1 ~/O $10000 - 24999 611% $10 62,3~'o $25,000 - 124.999 61 10(0 $25 http://www.hon.com/stateofflorida.aspx 4/3/2009 !-ION Government Oft-ice Furniture Pa\2( If ADP (COMPUTE 1" & ME'1AL DESKING) FURNITUhE I. ~: r" All :;,( ,I(;~, -' ;~ I I': ~t 4' MUl TI-PURPOSE SEATING hll HO~ bl;;11C~ :-1EJ ::-e(d!n~ r:.,r:::cuc:::' Steel Seatiny Wood S(.ating ~',~2C' - ~~ 9~1~1 ::;,c. '. -" C' ~ 1 :),CO(' - ~4 S;':,iS c.:.:. ~ ,..<~~ C00- E' 6.~ ~Jr ~,31 ~ !:"Ll0 ': r:-,O~. :'0ll - l O\"~;'~E::a!. ;,Ild 11C:I:11 r' J! ~ I M(~rk8t Ui::,:-::"\lInt ue'U\' SYSTEMS FURNITUJ;E SvstemE -Initiat(' System. Flagship Pc::destals, SY5tf'ms . Simplicity II Systf.:m Effici('nc;ie~ ~anel system acr:essories Pf:destals, 20000 Scrje~ Pedestills. 1600 Scri(>~, P('(!e:stCl!S, 1800 SeriE.:s Pl:'dE:'~,t~ll" D€.::.f "~'I' r-IC\.r-:~::,l;rle::- ,'E-lr'!Cac<"", r'''-:1c::'~';:c - ,'I"~ ,;" '(: .:.'i ;T FILING Vertical Filin~ ond Latera! Filing: Othu filing & StOlogf: .;::. (1(:,::. ;- ITlr'" ft ," I! ~.-. Special Use ptO(!uct5 Accomplish z.ne! ProfiLlf-mcif's 1_4-+_.//na"-TT"I'T h"""'....... n.n.-n1IC't-t")t~A-tf1Arirl~ '.:l~ny 4/~ /7()()(} HON Government Office Furniture Page 3 of7 62.;")% $50,( Negotiated $200 OPEN MARKET All HON products not on MAS Contract (Noted as "Not on Contract" or "NOC" in HON Group list PriCE I ) % Discount State Purchase Pnce (@Llst) 58.2% $228 and above Quick Ship Program The Quick Ship Program is available on select items, at a 2.5% lisl L!pcharge. Installation Installation is available upon request. please talk to your Servicing Dealer. Inst811alion is negotiated on a proj~ct-by-project basis Installation charges she,ll be placed on the PurchClse Order as a separate lill€ item. Space Planning $50,00 Houl Shipping I Delivery Cost FOB Destination Specifying Information Sreci'fying information is located throughout the Price List. Paint. 12minole, and fabric pictures are located in the HON "005 color catalog. Actual samples are available by contacting your Servicing Dealer Payment Terms Payment ierm::o are net 30 da~ls, from date of invoice Government Credit Cards State of Florida Purchasing calds are accepted. Written confllmation and authorized signature are required. Agencies m.sy verbally provide card information, but products shalllJe confirmed in writing Use of credit cards shall be 3t time of Older placement, with cards ch~rged at time of shipment. Delivery Time Delivery shall be 60 days After Receipt of Order (ARO) or sooner Complete and conCise orders sl1211 be accorded standard HON lead times Cont8ct your Servicing Dealer or HON Government CL1stOnler Service fOI standard lead tinl€s HON Government Customer Service: Price quotes and questions should be directed to an E.uthorized Servicing De21er or HUN Govemment Customer Service Sel-vicing De2del~ will assisl with specifying product, de;;,ign and color Sf::IECtICns. price quotes. delivery. and in:::tallatlon. The HON Company Government Customer ServiCE- 200 Oak Street lv1uscetll1€. IA 52761 Phone: 800-466-8694 Fax' 800-833-3902 Email: hongsateam@honcompany.com HON I FLORIDA SERVICING DEALERS M ::: Denotes certi~icatiofl as a Minority BUSiness cnterprise. o ::: Authorized P8rticipati1ig RE-presentative (authorized by The HOI>oJ Company to ,;:;ccepi o~ders dirE-C' ) D ADM International. Inc, Alliance Corporate Services Frank Hurst [550 New Tampa Hwy Steve Bess Suite B 1540 NW 97th Avellue Lakeland, FL 33815 Plantation, FL 33322 Phone: 773-774-2099 Phone: 954-452-4~49 r... ..,..,,., ..,--;. """" r_.,. r,,...-. Arc'" AnA-: r ~l.. I I J~I I "'-LU~~ I C;;^-. :?J"+-'-+.,JL~'-+:=-"+ I fra nweiss@admintl.com steve@stevehass.com 36-1840400 03-0377939 D D Commercial Design Services Inc Commercial Design Services Inc Siewart Oe:vis Stewart Davis 5501-0 Aiipor'i Blvd 640 Douglas Ave Ste '1514 Tampa. FL 33614 Altamonte Spi'lng~_ Fl ~271<4 http://www.hon.com/stateofflorida.aspx 4/3/2009 HON Government Ot1ice Furniture PaUL d [I C:orn~(j~~ Otfiu", Sulutlc'n~ ~.(lIL :)1.': ir C~ S(Juth(;;<:,~,: fr', C,,' 11 ;, ;'.'1' ; .:.. Corpor-ate Expfes~ - Ft MYPIS Cell pore.de E.r.!)1 CS5 - J?lCkSonvilte D ,I;, ;: Il~ ~ , L r"ll 1_ ;'k ~';t- ;-;~. f ~ CJ:1 I I' ...:: = 1( {:':l) "1' rfl!. [l Ccrporalf Ey pr(,s~ . r,~ioml r,' Corpc'(i1tc EYfAes~. (J~..;l;j r, flf 'r' u,", 'I II [J CorpUt2tl' E:xprfs~, Orlanrio [\ (nrDc~rCltr; f:);rne~_:s ~;cn~:;:\c(ll<;; , L.. Ie ,. ,- , ,I \ t, " ,1,[ II' :_ CorporatE-' EXI"r('1:.~" TclTlipa i.( rnc:' :,;c Ie; I~. il)', "i I'.' It' I' U(;onriC~ (ltf;Ct- CCinlplIter Supplv llcdnr'IL" Uff!cc ~_~ t nnlplItcl Supply hi D I I, r: [.j I. 1';- I,; [le~i~Hl(r~ \rVE!.:t Interiors Inf: r\.~ D~"f IC lir r:- hdt'ril~l(::' Illr r,1 [! '1, " , D Ernll: r\/",c;~'l i::; Enterprises In:; f/l FlCHic;:" t: F~lrH..;:'~. Fl!!ndupc' D l_.LL__II_____.__.L~_ .............___I......+-.....+-...............++1'"""'"~...-l~ ~C""1"'\V 4/3'2009 HON Government Office Furniture Page 5 of7 Fax: 352-793-2778 Fax: 407-"78-1333 rmorris@erniemolTls.com Jennifer@fbf-inc.com 59-3044992-001 20-0731276 D Florida Business Interiors D Freedman Office Furniture Dennis Bowman Steve Freedmen S40 Williston Park POln1 3935 West Cypress 51 Lake Mory. FL 32746 Tampa FL 33607 Phone: 407-805-9911 Phone. 813-875-7775 Fax: 407-805-9977 Fax: 813-871-3341 dennis@4fbi.com Ihewitt@freedma n ~on Ii ne, com 59-3151825-001 59-2497230 D Herman Miller Workplace Resource D Integrated Facility Systems Jaclyn Cheetham Chris Kearney 9302 Florida Palnl DrivE. 116 Hamilton Park Drive. Ste A Tampa, FL 33619 1 aliahassee, FL 32304 Phone: 813-620-0048 Phone 850-536-0888 Fax: 813-620.1477 Fax 850-536-0890 jaclyn _ cheatham@herma.nmillel".com c"sa rney@integratedfCieilitysystems.com 65-0799515 59.3522598-001 D J. C White - Miramar D J. C. White - Riviera Joanna Bray Jim Marzano 3501 Commerce Pafkway 7479 Central Industrial Drive r.4iramar, FL 33025 RiViera Beach. FL 33404 Phone, 954.499-6677 Phone: 561-848-4982 Fax. 954-499-6678 Fax' 561-848-8219 joanna bray@)cwhite.com Jim,marzano@jcwhile com 59-1851050-001 59-1851050-003 FEID D Marco Office Supply D Mayes Printing Company Blett Walt Chip Jones 220 Industnal Blvd 6120 Pensacola Blvd/PO Box 1952 Naples FL 34104 Pensacola, FL 32505 Phone: 239-775-7513 Phone. 850-477~1111 Fax. 239-775-2335 Fe'. 850-4 76-13~13 59-2153889 mayescol,q,_'yaho0 com 59-0349550-001 D Mayes Printing Company D McAleer's Office Furniture Co Inc Chip ~Ion€s David McAleer 653 W 23rd Sf. #2~ 9 il625 I-J Davis Hwy Panama City, FL 32405 PensRcola, Fl 3.2.503 PhonE:" 850-784~ 1111 Phone. 850-479-1090 Fex: 8,,0-784-6600 Fa;.:- 850-,179-0739 mayesco@Y3hoo com david@mcaleE::fS_COm 59-0349550-001 59-2520856-001 D Meehan Stationery Co D OEC Business Interiors Kathy ME:ehan David Salier S07 East NEoW Haven P,VE 1601 NVV 60th BI"d Melbour ne, FL 32902 GainHville, FL 32606 Phone. :121-727-3600 Phone. 352-332-1192 Fax: 321 727.3631 Fax 352-333-3002 sales@meehans.colll c!salter@oec..fl.com 59-1143306.001 59.28665'r7.002 OEC Business Interiors D DEe Business Interiors M Bill ;:alter Alfredo Alvarado D 2393 SW College Road 2822 Commerce Park DriVE 5.uite #800 Ocala, FL 3.:1474 Orlando. FL 32819 Pirone: 352-620 2888 Phone: 407-628-2400 Fax: 352-620-2891 Fa>:: 407-628-8941 C,a Iva rado~\oec-f! .com aalvaradolgJoec-fl.com 59-2866517-001 C,g.2RGf'l117-00i D Office Depot Business Services. Orlando M Office Furniture Center D Rick BickEl Edwin Ceileilo 1707 Ort8ndc CentJal Pkwy Suite 100 2117 \IV V..ennedy Blvd Orlando, FL 32809 TamprI. Fl. 33606 PhonE 800-821-4624 PhonE" 613-25Li-7253 Fax' 407 -826.4905 Fay 613-;54-7852- http://www.hon.com/stateofflorida.aspx 4/3/2009 HON Government Office Furniture 'ael ,::.lffl(E;' i urrlltu!( & Dp~,19n C()nt.t:;'pt~ C'ffiCt ';(lLiI ,;: (; Sf..[,' If.' ,I'll, ' D OfficE SourcE' US/.I or.~ 'non:~,pt'Cf - JclcksonvfllE:' D OM V~lorkspocp. 0r lando ..)f/i V.'ork~:pc!CE:' . Tornp;i " , l ,~ , r ,/ ( , ~)I: I P'JI" r~1 Par3mount OfficE: IntE)riors r,t, Sign<itu'( ;'jf(tduct~, In:: [\ - ,~ 1'(( f) Shag~ C~fficc r'f(J( lIct~ ~unbl It ~'ffl'~E FUfl111Urt ',;11 [,,, ' r.JO ~ 1 hql'\<J~ W Kufi South r.londc:., 1 "tz11 ('fif( ( ~:)Il!tio!\~ r~ [\ iL:1 ;,i " D LI ~ ~.uE,itl(-~S \-'r-(,duct.s Unis(.~ur:"f- ~,~ H ; 1(:1 dennis(~'u~bpl con; G~.0968~J7:' \<~v(..'rk PIau Solutions Illc \",J(,rK i-' ;1(;:' hFz;:'lur fli I,ll' r, ,-,'; ,jr f'c' l'i,1 t...4-4-_.//nnTTn1 h"'....... rof'\....-n/C't"=ltp^f'flr\1-irl~ ~~-ny 4:~i2009 HON Government Office Furniture Page 7 of7 Fax 804-997-8087 65-0799515 sro~'a l@workpI2ce.us 59-3328859-001 Work Place Resource Work Place Resoure D 7414 kingspointe Pkwy D 3300 Corporate Avenue Orlando, FL 32803 Weston, FL 33331 Phone: 407-352-8021 Phone: 954-322-1599 Fax: 407 -352 8828 Fax: 954-322-1526 65-0799515 65-0799515 Workscapes Inc Workscapes - South. Ft Lauderdale M Dick Dvorak M Dick Dvorak D 1040 Arlington St. D 632 S federal Hwy. Orlando, FL 32805 FI. Lauderdi'lle, FL 33301 Phone' 407-599-6770 Phone: 954-467-2686 Fax: 407-599-6780 Fax: 954-467-8349 ddvorak@workscapes.com ddvol ak@workscapes.com 59-3503347 59-3503347 Workscapes . South - West Palm Beach Gary Roussell 3017 Exchange Court, Suite B West Palm Beach, FL 33409 Pl,one' 561-615-0157 Fax: 561-615-0158 9Ioussell@workscapes.com 59-3503347 Mirus TN U.S. Chamber of Commerce Seeks Improved office productivity starts with a great chair-and Sustainability . the Mirus seating line makes it easy for every employee to Government office goes green in achieve custom comfort slyle wilh lhe Initiale@ Cubicles by HON Buying Guides Furniture Care How to Buy Office Furniture. Veneer Desks and Tables, Maximize Your Workspace' Steel Desks. Files and Tables' Laminate Desks. Files and Tables. Chairs' Cubicles. http://www.hon.com/stateofflorida.aspx 4/312009 ('FGroup - State of Florida Office Fumiture ( l111tr,1\,'\ flage r'FG ~ ~I' . roup HmIle Th~J3nlJ1ds Markr;:ts State of Florida - Oilin: Furniturc Contract InstaIlllti@s Contract Name: Office Furniture 8.: Fik~ Contacts Contract Numher: 425-001-()6-1 Careers H'fective Dates: 3/2!u6 - J] jil Ie lIck Brand, hL'im\ {nr ildditi"ll<iI iid, '!"Inatl,'111 'l11c CFCiruu]1 is pHllld t(l (liTl:'1 tilt' f(dlowing hLIJld, Shelby WilliEims FakOIl HQwe Thonet ( ('opyrit!-ht 2il():, C F Group \ ! I 1< qe I ih 1< l'Se'l\ ld CFGroup Design I ~;i(' I )('~;1::!! -Ii il)~ httn' / /ummr rnmmf':Tr,i;J lfnmitllrelYroun.com/florida.htm 413/2009 ~ F ALCON~ a C:F~' Brand Sales Manager: BILL SHEEHAN Special Quotes Department Page 1 of 2 Morristown, Tennessee 423-587-4839 Fax Quote Number 22109 squotes@commercialfurnituregroup.com Revision #: --------------------------------------------------------------------------------------------------..------------------------------------------------------------------------------------------- Quote To:: Date 4/1/2009 IQUOTE EXPIRES: , 5/112009 WORKPLACE RESOURCES Quote Number 22109 Revision #: Project BBRF, MIAMI We are pleased to provide pricing information on the following, subject to the terms and conditions of our current price list grrl Stvle No. I Descriotion I Unit Price I Extended Amount 1 31CT36070 36070 WOOD EDGE TABLE TOP USING LONG GRAIN VENEER. CUSTOM MOCHA $7,232.00 $7,232.00 STAIN ON EDGE AND VENEER. BOAT SHAPE, PANEL BASE. CUTOUT IN CENTER OF FINISH TOP 10.844" X 6.425" AS PER TEMPLATE. TO SCALE TEMPLATE AND LOCATION WILL BE REQUIRED PRIOR TO PRODUCTION. 8-10 WK CUSTOM STAIN - MOCHA Dimensions M/F RM243-48" X 60" X 144" -----------------------------------------------------------------------------------------------------------------..----------------------------------------------------------------------------.. 1 31CT2300 23000 WOOD EDGE TABLE TOP USING FORMICA 7285-58 VIOLIN FIGURED $3,098.00 $3,098.00 ANNIGRE. BOAT SHAPE, PANEL BASE. CUTOUT IN CENTER OF TOP 10.844" X FINISH 6.425" AS PER TEMPLATE. TO SCALE TEMPLATE AND LOCATION WILL BE CUSTOM STAIN - MOCHA REQUIRED PRIOR TO PRODUCTION. 8-10 WK Dimensions M/F RM 125 - 48" X 60" X 144" ---------------------..--------------------------------------------------------------------------------------------------------------------------------------..---------------------------------- 1 31CT2300 23000 WOOD EDGE TABLE TOP USING FORMICA 7285-58 VIOLIN FIGURED $2,271.00 $2,271.00 ANNIGRE BOAT SHAPE, PANEL BASE. CUTOUT IN CENTER OF TOP 10.844" X FINISH 6.425" AS PER TEMPLATE. TO SCALE TEMPLATE AND LOCATION WILL BE REQUIRED PRIOR TO PRODUCTION. 8-10 WK CUSTOM STAIN - MOCHA Dimensions M/F RM233 - 36" X 48" X 120" ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- 1 31CT2300 23000 WOOD EDGE TABLE TOP USING FORMICA 7285-58 VIOLIN FIGURED $1,730.00 $1,730.00 ANNIGRE LAMINATE. BOAT SHAPE, PANEL BASE. NO CUTOUT IN CENTER OF FINISH TOP. TO SCALE TEMPLATE AND LOCATION WILL BE REQUIRED PRIOR TO PRODUCTION. 8-10 WK CUSTOM STAIN - MOCHA Dimensions M/F RM235 - 36" X 48" X 120" Prices do not include applicable Freight or Sales/Use Tax unless specifically noted on the quote ABOVE QUOTE IS VALID FOR 30 DAYS FROM QUOTE DATE. WE RESERVE THE RIGHT TO REVIEW PRICING UPON RECEIPT OF ORDER DUE TO RISING COSTS OF RAW MATERIALS INCLUDING PETROLEUM BASED PRODUCTS. FREIGHT SURCHARGES MAY APPLY TO ANY FREIGHT INCLUDED PRICING AND WILL BE ADDED TO ORDER WHEN RECEIVED. IF PRICING IS BASED ON COM, YARDAGES GIVEN ARE BASED ON 54"W NO REPEA T GOODS. WHEN ORDER 1 PLACED IF COM HAS REPEA TS OR IS MA TCHING, ADDITIONAL YARDAGE WILL BE REQUIRED. ~ F A LCONq, a _ l';'~ Brand Sales Manager BILL SHEEHAN Special Quotes Department Page 2 of Morristown, Tennessee 423-587 -4839 Fax sq uotes@commercialfurnituregroup.com Quote Number ~2109 Revision #: ------ --------------------------------------------------~___-_________ _______ __. ~__ _ _ _ _ _ _ _ _ _ __.M_ __._ _ _.. _______ .__ _.... ____ __ ____ _____ ____ _ __ _ .______ ___.. _ __ _ ____ _ ~ _ _ _ _ ___ ___ .., MINIMUM ORDER CHARGE WILL BE ADDED WHEN APPLICABLE IF MA TCHING EXISTING PRODUCT WE WILL REQUIRE A SAMPLE TO MA TCH PRIOR TO PRODUCTION. SHOt THE SAMPLE VARY FROM THE QUOTED PRODUCT UPCHARGE MA Y APPL Y. ALL LEAD TIMES GIVEN ARE BASED ON CREDIT APPROVAL AND FABRIC AVAILABILITY. IF USING COM UPHOLSTERY, LEAD TIMES ARE AFTER RECEIPT OF COM. ABOVE PRICING IS NET PRODUCT is:: FOB FACTORY, FREIGHT ALLOWED WITHIN ZONE 1 ABOVE PRICING is IN US DOLLARS. LEAD TIMES PROVIDED DO NOT INCLUDE TRANSIT TIME. ABOVE PRICING VALID FOR 30 DAYS FROM DATE OF QUOTE UNLESS OTHERWISE NOTED. Above pricing includes either CF Group's standard wood stain application or standard metal finish application. Should any special finish application be required, i.e. Brushing, Glazing, or Hand Wiping, Additional Lacquer, extra Top Coat or "TO MATCH CUSTOMER SAMPLE" additional charges may apply. ABOVE ITEMS WILL BE MANUFACTURED ACCORDING TO CF GROUP'S STRICT CONTRACT SEATING SPECIFiCATIONS USING THE FINEST MATERIALS AND WORKMANSHIP. PLEASE REFER TO QUOTE NUMBER 22109 Revision # FOR MORE INFORMATION PLEASE CONTACT BILL SHEEHAN Prices do not include applicable Freight or Sales/Use Tax unless specifically noted on the quote ABOVE QUOTE IS VALID FOR 30 DAYS FROM QUOTE DATE. WE RESERVE THE RIGHT TO REVIEW PRICING UPON RECEIPT OF ORDER DUE TO RISING COSTS OF RAW MATERIALS INCLUDING PETROLEUM BASED PRODUCTS. FREIGHT SURCHARGES MAY APPLY TO ANY FREIGKT INCLUDED PRICING AND WILL BE ADDED TO ORDER WHEN RECEIVED. IF PRICING IS BASED ON COM, YARDAGES GIVEN ARE BASED ON 54"W NO REPEA T GOODS. WHEN ORDER 'I PLACED IF COM HAS REPEA TS OR IS MA TCHING, ADDITIONAL YARDAGE WILL BE REQUIRED. ~ F ALCON~ Sales Manager: a CF~'Brand BILL SHEEHAN Special Quotes Department Page1of2 Morristown, Tennessee 423-587-4839 Fax Quote Number 21935 squotes@commercialfurnituregroup.com Revision #: ________________________________________________________________________________w___________________________----------------------------------------------------------------------------------- Quote To:: Date 3/6/2009 IQUOTE EXPIRES: ~ 4/5/2009 WORKPLACE RESOURCES Quote Number 21935 Revision #: Projecl BOYNTON BEACH FIRE We are pleased to provide pricing information on the following, subject to the terms and conditions of our current price list. QIY) Stvle No. I Descriotion I Unit Price J Extended Amount 1 6000 DROP EDGE SELF EDGE LAMINATE TOP USING 7696-58 NATURAL PAPER lAMINATE $445.50 $445.50 GRADE 1. LAMINATE IS ONLY AVAILABLE IN 96" LENGTH SO TOP WILL HAVE FINISH LAMINATE SEAM BUT ONE PIECE TOP. LEAD TIME IS 8=10 WEEKS AFTER RECEIPT OF ORDER AND CREDIT CLEARANCE. Dimensions 30" X 108" ----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- 1 24022 HALF BULLNOSE WOOD EDGE TABLE TOP USING 7696-58 NATURAL PAPER $643.00 $643.00 LAMINATE (GRADE 1). LAMINATE IS ONLY AVAILABLE IN 96" LENGTH SO TOP WILL FINISH HAVE lAMINATE SEAM BUT ONE PIECE TOP. LEAD TIME IS 8-10 WEEKS AFTER RECEIPT OF ORDER AND CREDIT CLEARANCE. STANDARD WBF STAIN Dimensions 30" X 108" -------------------------------------------------------------------------------------------------------------------------------..--------------------------------------------------------------- 1 13000 VINYL EDGE TABLE TOP USING 7285-58 VIOLIN FIGURED ANIGRE LAMINATE $887.00 $887.00 (GRADE 1). TOP TO BE PRODUCED IN TWO PIECES AND JOINED WITH TIGHT FINISH JOINT FASTNERS IN THE FIELD. LEAD TIME IS 8-10 WEEKS AFTER RECEIPT OF ORDER AND CREDIT CLEARANCE. BLACK VINYL EDGE Dimensions 48" X 188" - TWO PIECE TOP MINIMUM ORDER CHARGE WILL BE ADDED WHEN APPLICABLE IF MA TCHING EXISTING PRODUCT WE WILL REQUIRE A SAMPLE TO MA TCH PRIOR TO PRODUCTION. SHO THE SAMPLE VARY FROM THE QUOTED PRODUCT UPCHARGE MA Y APPL Y. Prices do not include applicable Freight or Sales/Use Tax unless specifically noted on the quote ABOVE QUOTE IS VALID FOR 30 DAYS FROM QUOTE DATE. WE RESERVE THE RIGHT TO REVIEW PRICING UPON RECEIPT OF ORDER DUE TO RISING COSTS OF RAW MATERIALS INCLUDING PETROLEUM BASED PRODUCTS. FREIGHT SURCHARGES MAY APPLY TO ANY FREIGHT INCLUDED PRICING AND WILL BE ADDED TO ORDER WHEN RECENED. IF PRICING IS BASED ON COM, YARDAGES GIVEN ARE BASED ON 54"W NO REPEAT GOODS. WHEN ORDER 1 PLACED IF COM HAS REPEA TS OR IS MA TCHING, ADDITIONAL YARDAGE WILL BE REQUIRED. ~ F ALCON~, j I I Sales Manager i Brand I a I BILL SHEEHAN - i Special Quotes Department Page 2 of : Morristown. Tennessee 423-587-4839 Fax Quote Number .1935 sq uotes@commercialfurnituregroup.com Revision # ------------- ---------------._--- ---- ---- - --- -----------------------------------. ------ '-.-" ------- -- - - ~._--- -- -- - - - -- - . - - - - ~ --- -- - -- - - - ~ - -- . -.- -- - --. --- - - - - - -. -- ~ -. - -- ---_.. " ALL LEAD TIMES GIVEN ARE BASED ON CREDIT APPROVAL AND FABRIC AVAILABILITY. IF USING COM UPHOLSTERY, LEAD TIMES ARE AFTER RECEIPT OF COM. ABOVE PRICING IS NET PRODUCT IS: FOB FACTORY, FREIGHT ALLOWED WITHIN ZONE 1 ABOVE PRICING IS IN US DOLLARS. LEAD TIMES PROVIDED DO NOT INCLUDE TRANSIT TIME. ABOVE PRICING VALID FOR 30 DAYS FROM DATE OF QUOTE UNLESS OTHERWISE NOTED Above pricing includes either CF Group's standard wood stain application or standard metal finish application. Should any special finish application be required, Le. Brushing, Glazing, or Hand Wiping, Additional Lacquer, extra Top Coat or "TO MATCH CUSTOMER SAMPLE" additional charges may apply. ABOVE ITEMS WILL BE MANUFACTURED ACCORDING TO CF GROUP'S STRICT CONTRACT SEATING SPECIFICATIONS USING THE FINEST MATERIALS AND WORKMANSHIP. PLEASE REFER TO QUOTE NUMBER 21935 Revision # FOR MORE INFORMATION PLEASE CONTACT' BILL SHEEHAN Prices do not include applicable Freight or Sales/Use Tax unless specifically noted on the quote ABOVE QUOTE IS VALID FOR 30 DAYS FROM QUOTE DATE. WE RESERVE THE RIGHT TO REVIEW PRICING UPON RECEIPT OF ORDER DUE TO RISING COSTS OF RAW MATERIALS INCLUDING PETROLEUM BASED PRODUCTS. FREIGHT SURCHARGES MAY APPLY TO ANY FREIGHT INCLUDED PRICING AND WILL BE ADDED TO ORDER WHEN RECEIVED. IF PRICING IS BASED ON COM, YARDAGES GIVEN ARE BASED ON 54"W NO REPEA T GOODS. WHEN ORDER II PLACED IF COM HAS REPEA TS OR IS MA TCHING, ADDITIONAL YARDAGE WILL BE REQUIRED Lj :25 '^()/ -tJ& -/ Humanscale'I'w Product Quotation Project: Boynton Beach EOC Workplace Resources 3300 Corporate Ave, Suite 100 Weston, FL 33331 (954) 322-1599 Attn: Kim Hislop Quantity Product Code Description List State of FL M7B2S99BT2H M7 Flat Panel Monitor Arm Arm Left, Arm Right Bolt Through Surface Mount 2 Row High, Slim Post $ 590.00 $ 206.50 and M7B2S99 2nd Row of Arms Two links Left, Two Links Right $ 385.00 $ 134.25 THE COMBINATION OF THESE TWO MODEL NUMBERS MAKE UP A FOUR MONITOR CONFIGURATION ON ONE POST CPU600 CPU Holder $ 168.00 $ 58.80 5G90090HG 5G Mechanism Keyboard Tray $ 467.00 $ 172.79 900 Standard Platform 90H Left or Right Mouse Tray Gel Palm Rest 5G70090HG 5G Mechanism Keyboard Tray $ 467.00 $ 172. 79 700 Cut Corner Platform 90H Left or Right Mouse Tray Gel Palm Rest DE200 Corner Sleeve: Used to $ 81.00 $ 29.97 accommodate keyboard into a corner desk. Recommended Thank you, Alex Adreani . MAGNUSON GROUP' 1400 INTERNATIONALE PARKWA v · WOODRIDGE. IL 60517-4942 April 3, 2009 Workplace Resource of Southeast Florida 3300 Corporate Avenue Suite 100 Weston, FL 33331 Attention: Kim Hislop Re: State of Florida pricing Thanks for your interest in Magnuson Group products. Pricing is as follows: Magnuson Group Model 1 070 1000 series, seven pocket, solid wood. maqazine rack Dimensions: 54 1/8" H x 13 1/4" W x 4" 0 Finish: Blackl Victorian cherry Quantity: 3 Lead time: 3-4 weeks List price: $398.00 each Net price: $200.60 each Magnuson Group Model FIL-9 FIL small desk mat Dimensions: 16 5/16" x 12 3/8" Finish: Black Quantity: 10 Lead time: 8 weeks List price: $157.00 each Net price: $79.13 each Total Net Price: $1,393.10 Contract: 425-001-06-1 Freight charges: Freight charges are additional. Estimated delivery for the above requirements to zip code 33331 is $65.76 via UPS. Please feel free to contact me with any questions. Sincerely, C t; ""tv! l C1 Flo ~L; Magnuson Group Tel 800.342.5725 Fax 888.329.4729 www.magnusongroup.com F umiture: Lihrar~ State T enn Contracts Stale ( '( lntracts. A,I!.reemenb and Pn CC) "'\.. i)a~,:( Rate this Contract View Survey Results Contract Name: Furniture: Library Contract Number: 420-590-07-1 Effective Dates: 02/21/2007 through 02/20/2011 When issuing a purchase order use commodity class: 420 and commodity group: 590. Price Sheets Audio Visual Carts andCoOSQles Bookcases -.Metal Bookcases~WoQd Card i:_ataLQg File CarreJs Children'sHeadiog Furniture Cir~ulation Q~sks Display Rack~ and Cases Hjgh.~ensity QJl~J'v1obile Shelvlngu- Elect[i~ High Del1sity andMQbileSbelving - Manual Library Iable.s .and Seating Climate-Friendly Preferred Products Aygilable Under This State Term Contract Contractors ,;-9QtLlnc. !A) ArcoQ.Resour~es.. Inc, dba. Revolution Products (A) Borroug_h.~ CQrpora.tion (l'.j SretfordManufactyring.. Inc:. (A) BrodgrLCol1llliillY_lA) BulltRite Offl~e Furniture 18) Datum Filing.5ystems--, JOe. (A) Qlrect l.JneJ:QIPoratiol1(B1 Estey Di'i.islon ofTelJDSCOCQrporatiQn (A) Furo.iture by Desl9nt Inc. (8) Ga)dQrd BroS$ Inc. (J-\J Georgia Chair c.Qrn-llilJ1Y (A) G ress~o I Ltd. (A) hth....//rlm" nnrfl{)rirl~ ('{)mlhm,inp<:<: ()ner:1ti()ns/state Durchasing/vendor infom1ation/state CoO, el!:)! 2009 Furniture: Library / State Term Contracts / State Contracts, Agreements and Price Lists / ... Page 2 of3 International Library Furniture Company, Inc. (A) Jackson Manufacturers Company, Inc. dba The Kingsley Company (A) Jasper Chair Company, Inc. (A) Jasper Seating Company, Inc. (formerly Blanton & Moore Company) (A) Kardex Systems, Inc. (A) Library Bureau A Moduform Company (A) Mediatechnologies, A Division of Silver Street, Incorporated (A) Montel Aetnastak, Inc. (A) TAB Products Company, LLC (A) TMC Furniture, Inc. (A) The Worden Company (A) Amendments Complete Contract Microsoft Word PDF MyFloridaMarketPlace Users Contract Administrator(s): For further information please contact a contract administrator: Mina Barekat . Telephone:850-488-1985 . Email:mina.barekat@dms.myflorida.com 04/03/2009 Furniture: Library . Price Sheets - Audio Visual Carts and Consoles . Price Sheets - Bookcases - Metal . Price Sheets - Bookcases - Wood . Price Sheets - Card Catalog File . Price Sheets - Carrels · Price Sheets - Children's Reading Furniture . Price Sheets - Circulation Desks · Price Sheets - Display Racks and Cases · Price Sheets - High Density and Mobile Shelving - Electric · Price Sheets- High Density and Mobile Shelving - Manual http://dms.myflorida.comlbusiness_operations/ state yurchasing/vendor _information! state_c... 4/3/2009 Furniture: Library. State Tenn Contracts. State ( ontracts. Aj1.rccments and Pnc~; ! 1'1' PaUl ,., . Price Sheets - I..Jorgey Table_s and Seating . PriceSl}eets - Climate-Friendly Preferred Products Available Under This State Term Contra<;:t . Contr~cJors - Agati, lllc:. (A) . Contrg<;:tors - Accon FiesQl!cc:es, Inc. dbaf=Sevolution Products (A) . ContI~ctors - Borrough~ CO[QOIatlon LA) . Contractors -6retfon:LManl,JfactyrIng, Inc. (A) . CQntractors ...6rodart (:ompany (A) . CQDtrCictors - BuUt Rite QffLc:e Furniture (A) . CQntrCictors - Datum Fjling_Sysj:ems, lnc::, (A) . Contr~ctors - QixectLlne COfPOG;ltion L8) . Contractors - I;stey QjvisloD of Tennsco CO[j:>Qration (A) . Contractors -fllrnitureJ2Y Design,Jnc. (A) . CQntractors - Gaylord BrO~-1- tnc. (A) . CQotrg<;:tors - Georgla Chair Company (A) . Contr:a<;:tO[S - Gres,Sco, Ud. fA) . Contra<;:tors - Il]tern~tiQnCiI Library FuroitUI~ Compgny, Inc, (A) . Cootrgctors - Jackson Manufacturers Company, Inc. dba The Kin~Sley COIDQany (A) . C_ontrac:tors - Jasper ChairCQID@nY-l-ln<;:. (A) . Contrac::tors - Jasper Seating CompanYJ Inc. (forrner1y Blanton &,MoQre Company) (A) . Contractors - KardexSystemsJ Jnc. LA) . Contractors -LIbrary Bureau Afv10duforr11_CompaIlYJA) . Contrgctors - M~djatechnologies, A Division of Silver Street, InC::Qrpprated (A) . Contractors-MonteLl\etoastak, Inc. (A) . Contra<;:tQIs- TABProdl,Jcts COmpcmYJ LL.C (A) . Contractors -TM_~Fl,Jrnitur~ Inc::__(A) . Contractors_ - The Worden Company (A) . Amendments . Complete Contr~ct- Microsoft Word . Complete_Contract -uPDF . MyFloridaMarKetPla<:::eJ..Jsers Return to State Contra~!:s, Agreements and Price Lists Terms and Conditions I Help Desk I PI'ivacy Statement I Accessibilitv I Copyright rc'.2CJu9 Department of Management Services - State of Florida J..i+~.//rl~~ ~u+1,-,."';rl" ,...,-,.~/h'H';np"" r,.npr<>tirmdd"tp nllrr.h::l"ino-/venoor information/state c... 4/.312009 .....F' ;. r PRODUCTS INSTALLATIONS NEWS FIND US . SRETFORD . ;~-~'~;~~i~~~~1~:~i;~JJ':,;~ ~i~__.,~}'~~-:;;~i~~j;t~;'\-,: t;I;J: . .rriJ~;;:~::lJt.$! . ~ Terms to State !,<",. ':'; FOB Destination, dock deJiv~ ~R.; , '\ \}J '-;) y\J { \)~ rr tJ f~ , r (fJ' ~ Offic~furniture I ~~_hooIEurnLtw.r~ I Llbrary_furnitlJ[~ I CQDf~[en~~T~lgJe$ I Sitemap @ 2006 Bretford, Inc. I 800-521-9614 I Contact Us I About U~ I VVarr::aoJ;y I RSS Feeds I SeD~Lf~ggback about this .QQ.ill; CiSA eLibrarv Contractor InfomlatJOIl ' t ~'" l . eLibrary .. eBuy - quotes GSA AdViH1tcH]'. : '!,11' slnpplr1~1 - Sea rch : ClII the words III Coni I"LH ((1'- llJlOnl1Ul1oll (Vendors) How to change your company informatlol Contract #: GS-28F-0003L Socia-Economic: Small business Contractor: LOEWENSTEIN, INC. Address: 4200 TUDOR LN Govt. Contracting Officer: GREENSBORO, NC 27410-8104 STAN HUTCHINSON Phone: 703-605-9228 Phone: (954 )960-1100 10- Mail: stan.hutchinson@gsa.gov E-Mail: kbaker@brownjordan.com Web Address: htt:>:/ /www.loewensteininc.com Contract Contract Terms & Contract End Source Title Number Conditions Date Category View Items Available 71 I OFFICE GS-28F-0003L ~ Oct 19, 2010 711 10 Imf.:Dl .Adl/anta~1 ItlCOV FURNITURE 711 11 ImiBIi .Adl/sntag{;-' ItICOY 711 16 ImiBIi .Advantage It!coy 711 17 ImiBIi .Adllsntagt:" It!coy 711 18 ImiBIi .Adlo'antage' It!coy 711 19 ImiBIi .Advantagt' It!coy 711 95 ImiBIi BAal/antaq<" ItICOl/ nttn' / /UTUTUT (J<:~plihr~rv (J<:~ (Jov/FlihM ;:tin/contractorlnfo.do?contractNumber=GS-28 F -0003... 4/32009 . . . . . THEBIERMANGROUP Date: 17 -Mar-09 Number: sf031709-2 Att: Kim Hislop Project: Company: Workplace Resource Email: Kim_Hislop@hermanmiller.com Tele: 954-668-2608 We are pleased to quote: LOEWENSTEIN GSA Contract #GS-28F-0003L Quantity Style Description List GSA Extended Price Net Price Price 12 9240U Teko Stacking Side Chair 685.00 $ 274.00 $3,288.00 Upholstered Seat Momentum Spyro Grade 4 Standard Wood Finish: TBD 4 9244BU . Teko Bar Stool 907.00 $ 362.80 $1,451.20 Upholstered Seat Momentum Spyro Grade 4 Standard Wood Finish: TBD OPEN MARKET ITEMS Freight Delivered Install: Negotiable Note: Custom wood chair finish $250 net max. All lead times are based on inventory availability at the time the order is placed. This quotation shall be firm for 30 days. 3400 Griffin Road Dania, FL 33312 Tel 954-894-6662 Fax: 954-894-6665 GSA eLibrary Contractor Information Page 1 of 1 . eLibrary .. eBuy - quotes GSA Advantage - online shopping - Search: all the words :111i1 ,..,~~"", . Contractor JI1(ormaliol1 (Vendors) How to change your company information Contract #: GS-28F-00llK Socia-Economic : Small business Contractor: GRAND RAPIDS CHAIR COMPANY Address: 625 CHESTNUT ST SW Govt. Contracting Officer: GRAND RAPIDS, MI 49503-4938 Lisa McGehee Phone: 703-605-9229 Phone: (616)774-0561 E-Mail: Iisa.mcgehee@gsa.gov E-Mail: GREG@GRANDRAPIDSCHAIR.COM Web Address: htt[ : / /GRANDRAPIDSCHAIR.COM Contract Contract Terms & Contract End Source Title Number Conditions Date Category View Items Available 71 I OFFICE GS-28F-0011K ~ Mar9,2010 711 11 Ii'IIiB'iI BAdwlrltage! alCOW FURNITURE 711 17 Ii'IIiB'iI BAdwantage! acov 711 18 Ii'IIiB'iI BAdWlntage! acov 711 19 Ii'IIiB'iI BAdwantage! alCOW 711 99 Ii'IIiB'iI BAdWlntage! alCOY http://www.gsaelibrary.gsa.gov/ElibMain/contractorInfo.do? contractNumber=GS- 28F -0011... 4/3/2009 . . . . . THEBIERMANGROUP Date: 17-Mar-09 Number: sf031709-3 Att: Kim Hislop Project: Company: Workplace Resource Email: Kim_Hislop@hermanmiller.com Tele: 954-668-2608 We are pleased to quote: GRAND RAPIDS CHAIR GSA Contract #GS-28F-0011 K Quantity Style Description List GSA Extended Price Net Price Price 12 547 -CE Mama Melissa Wood Seat/Back 326.50 $ 146.93 $1,763.16 Custom Engraved Wood Finish: Ebony Premium Finish Powder Coat Finish: Terra Cotta w/Matte Clearcoat 4 6574BS Mama Melissa Swivel Barstool 530.50 $ 238.73 $954.92 Custom Engraved Wood Finish: Ebony Premium Finish Powder Coat Finish: Terra Cotta w/Matte Clearcoat NOTE: There is a graphic set-up fee of $50 net per image per order with the proper artwork, $100 net per image without the proper vectorized artwork. Freight Quote good for 30 days. $402.00 (FOB Grand Rapids, MI) Install: None All lead times are based on inventory availability at the time the order is placed. This quotation shall be fim1 for 30 days. 3400 Griffin Road Dania, FL 33312 Tel 954-894-6662 Fax: 954-894-6665 (iSA eLibrarv Contractor Information i",H.:; . eLibrary .. eBuy . quotes GSA ActV,'II~"(j' "In~ l,h"pp ! I~j - Search: :'111 the words .- Cmlr(.H[t1r JnfOnl1UUU/1 (Vendors) How to change your company information Contract #: GS-27F-0002V Socia-Economic: Small business Contractor: ADDEN FURNITURE, INC. Address: 26 JACKSON ST Govt. Contracting Officer: ANITA COOK LOWELL, MA 01852-2102 Phone: 703-605-9192 Phone: 978-454-7848 ext 590 E-Mail: anitaf.cook@gsa.gov E-Mail: ala pp@addenfurniture.com Web Address: http://www.addenfurniture.com Contract Contract Terms & Contract End Source Title Number Cond itions Date Category View Items Available 71 II HOUSEHOLD AND GS-27F-0002V Oct 23, 2013 71 203 rm:m .Advantage' Itl!COll QUARTERS FURNITURE Additional Contracts held by this contractor. To view more details of a contract, click the Contract Number below. Contract Contract Terms & Contract End Source Title Number Conditions Date Category View Items Available 71 II HOUSEHOLD AND GS-27F-0003V Oct 23, 2013 71 204 rm:m .Advantage Itl!COll QUARTERS FURNITURE 71 205 l!Klil .Advantagt RecOIl 71 206 l!Klil .Advantai1<' RecOIl 71 295 l!Klil BAchfflntllgl.' RecOIl 71 299 l!Klil .Adlo'8nta~w Itl!COll nttn' / /u.rvJw o";:Jp-]ihr;:JTV. osa. oov/ElibMain/contractorlnfo.do?contractNumber=GS-2 7F-0002... 4/3/2009 . . . . . THEBIERMANGROUP Date: 2-Apr-09 Number: sf040209-4 Att: Kim Hislop Project: Boynton Beach Fire Station Company: Workplace Resource Email: Kim_Hislop@hermanmiller.com Tele: 954-668-2608 We are pleased to quote: ADDEN GSA Contract #GS-27F-0003V Quantity Style Description List GSA Extended Price Net Price Price 17 RM08/3DC Roommate Special Platform Bed 1,897.00 $ 739.83 $12,577.11 40309 3 Doors with Locks Closed Base Standard Finish: Natural 381Dx80"L 17 MTF3880BS Mattress, Innerspring, with 294.00 $ 114.66 $1,949.22 Anti-Microbal, Anti-Bacterial, Fluid Proof Cover 801dx38"w NOTE: Upcharge for Stained Finish: $10 net each piece Freight $2,234.82 Install: Negotiable All lead times are based on inventory availability at the time the order is placed. This quotation shall be firm for 30 days. 3400 Griffin Road Dania, FL 33312 Tel 954-894-6662 Fax: 954-894-6665 We are plea sed to quote: AD DE N GSA Contract #GS-27F-0003V Line# 609/Rm 137 on Excel Spreadsheet & Line# 700.1 Rm's 141-157 RM08.13DC040309, 38"d x 80"],3 Doors Wi locks. Closed Base: $] .R97.00 List. FOB Lowell. MA. Line# 1475 on Excel Spreadsheet Freight: $2.234.R2 Upharge for Stained finish: $10 Net each piece. Your discount on GSA Contract is 61% off List, so the sell price per bed is $739.83 plus $10.00 for custom stain, total per bed $749.83 each. Plus freight above. They will have the revised drawing to me next week, and I will pass it along to you. Please let me know if you have any questions. Thank you, Kim I'. n r:l' Ii i Account Ex~utive It Workplace Resource of Southeast Florida noo Corporate Avenue. Suite 100 Weston. FL 33331 workplace D: 954.068-2608 C: 561.702-.B86 FT",;n.JrCT r. f: 954.322-1526 ^~"-'e"r: "';f/e'DeMar Kim_ Hislop(ii'lWOrkplacereso urce.com C:reatlng Great Places to Wo,f; i/..,~11f) [, HEel )rJ I_~.~..::: I '.-" I I. . i';ddr~.:..h-,. I('Ht\u~, . IN...::,!.::! . f,';!: f,,'it,Il [' .I.,,>:~. 'I /.~. CiSA eLibrary Contractor Inhmnation ,) , (~ . eLibrary .. eBuy . quotes C;SA Ac!llanL'g,' , 1! III' ',lllllJpmg - Search: "II the words III Conlr~H 101' lnf{l/"mallOll (Vendors) How to change your company informatlo' Contract #: V797P-4560A Socia-Economic: Small business Contractor: INTENSA, INC. Address: 6980 PIKE VIEW DRIVE Govt. Contracting Officer' THOMASVILLE, NC 27360- MERLE LEWIS Phone: (708) 786-4953 Phone: (301) 564-1112 E-Mail: merle.lewis2@va.gov E-Mail: malcolmw@mjpw.com Web Address: http://www.mipw.com Contract Contract Terms & Contract End Source Title Number Cond itions Date Category View Items Available 65 II A MEDICAL EQUIPMENT V797P-4560A ~ Dec 14, 2013 A-32 rmml .Adlo'antagf'[ Rl!COV AN D SUPPLIES A-63 rmml .Adlo'antagt'l Rl!COV A-64 rmml .Adlo'8ntage! RlCOV A-79 rmml .Adlo'antage' lttCOY A-80 rmml .Adf,1antage' RlCOV A-81 rmml .Adf,18ntagf' RlC:OY httn:/ /www.f!saeIibrarv.f!sa.f!ov/ElibMain/ contractorInfo.do ?contractNumber= V797P -4560... 4<~i2009 - 1 illtel1sa - -- - --....-- ~" ~--- - . medical & laboratory seating To: Kim Hislop Workplace Resource The following quotation is per your request for one each of the models listed. These items are on our GSA Contract # V797-P-45460A. Please feel free to call should you have any questions. Model: 420 Exam Table List Price: $1997 End User: $898.65 Model: 610 Blood Drawing Chair List Price: $601 End User: $270.45 Freight for both models dock to dock: $235 Model: 973-B Physicians Stool with Back List Price: $453 End User: $203.85 Thank you for your time and consideration. Best regards, Bill Gurney Intensa, Inc. Office: 888-636-2660 Fax: 336-476-4026 PO Box 5981 High Point, NC 27262 (336)-476-4196 Phone (336)-476-4026 Fax GSA eLibrary Contractor Information Page 1 of 1 . eLibrary .. eBuy - quotes GSA Advantage - online shopping - Search: all the words .. ""'-'s..<i Comractor Informaliol1 (Vendors) How to change your company Information Contract #: GS-28F-0042U Socio-Economic : Small business Contractor: CLARIDGE PRODUCTS AND EQUIPMENT, Women Owned business Address: 601 HIGHWAY 62 65 S Govt. Contracting Officer: HARRISON, AR 72601-6148 YVONNE DESPER CARTER Phone: (870)743-2200 Phone: 703-605-9188 E-Mail: cia ridge@claridgeproducts.com E-Mail: yvonne.carter@gsa.gov Web Address: htto://www.claridceoroducts.com Contract Contract Terms & Contract End So u rce Title Number Conditions Date Category View Items Available 71 I OFFICE GS-28F-0042U Sep 2, 2013 711 20 FURNITURE http://www.gsaelibrary.gsa.gov/ElibMain/contractorInfo.do? contractNum ber=GS- 28F -004 2... 4/3/2009 ~. ~' \ ~ \'''- //,/ ""-,------..-'.. ~~im,~Jr,;a;..;a.. ," ,,~! ~... "..t.,: ',1' ;l >.,.' ','.. .;... , 1a. Awarded Special Item Numbers: 711-20 Display and communication boards, wall stations, lecterns and accessories Schedule lb. Lowest Priced Model Number for each Awarded Special Item Number(s): U844N 800 Series Tan Nucork Tackboard, 4'x4', with Aluminum Frame - $234.42 Contract 1c. Services: Not Applicable 2. Maximum Order: $100,000.00 3. Minimum Order Limitation: $100.00 General Services Administration 4. Geographic Coverage: 48 contiguous states and Washington, DC Federal Supply Service 5. Points of Production: Harrison (Boone County), AR Authorized Federal Supply Schedule 6. Discounts from List Prices: Prices shown are NET. Price List 7. Volume Discount: Volume Discount - Additional 20% discount on orders over $5,000.00 8. Prompt Payment Terms: Net 30 Days On-line access to contract ordering 9a. Claridge Products and Equipment will accept Government purchase cards below the micro-purchase threshold. information, terms & conditions, 9b. Claridge Products and Equipment will accept Government purchase cards up to the up-to-date pricing and the option amount authorized for that individual at time of order. to create an electronic delivery 10. Foreign ltems: None order are available through GSA 11a. Time of Delivery: Stock items: 30 days ARO; Non-stock items: 45 days ARO Advantage!TM , a menu-driven 11 b. Expedited Delivery: Contact Customer Service for information on faster deliveries database system. 11c. Overnight / 2-Day Delivery: Contact Customer Service for information on Overnight The address for GSA Advantage!TM and 2-day deliveries http://www.gsaadvantage.com lld. Urgent Requirements: Contact Customer Service for information on faster deliveries 12. FOB Point: Destination FSC Group 71 Part I 13a. Ordering Address: Mail: Claridge Products and Equipment, Inc. Office Furniture P.O. Box 910 Harrison, AR 72602-0910 FSClPSC Code: 7110 Phone: 870.743.2200 Contract Number: GS-28F-0042U Fax: 870.743.1908 13b. Ordering Procedures: For supplies and services, the ordering procedures and ['or more information on ordering information on Blanket Purchase Agreements (BPA'S) are found in Federal Acquisition from Federal Supply Schedules, click Regulation (FAR) 8.405-3 on the FSS Schedules button at: 14. Payment Address: www.fss.gsa.gov Claridge Products and Equipment, lnc. P.O. Box 910 Harrison, AR 72602-0910 Contract Period: 15. Warranty Provisions: Manufacturer's standard warranty applies to these products. 16. Export Packing Charges: Not applicable. September 3, 2008 through 17. Terms and Conditions of Government Purchase Card Acceptance: Claridge Products September 2,2013 and Equipment, Ine. will accept government purchase cards up to the amount authorized by VISA for that individual at time of order. Contractor: 18. Rental, Maintenance, and Repair: Not available under this contract Claridge Products and Equipment, Inc. 19. Terms and Conditions of Installation: Installation not offered. The equipment is P.O. Box 910 self-installable by the user. Harrison, AR 72602-0910 20. Repair Parts: Repair parts are not available under this contract. Phone: 870.743.2200 20a. Terms and Conditions for Any Other Services: No other services are available. Fax: 870.743.1908 21. Service and Distribution Points: Claridge Products and Equipment, Inc. www.c1aridgeproducts.com P.O. Box 910 Harrison, AR 72602-0910 22. List of Participating Dealers: None Business Size: Small 23. Preventive Maintenance: Preventative maintenance instructions are provided in the Woman-Owned equipment instruction manuals. ~ Price List Download at 24a. Environmental Attributes, E.G., Recycled Content, Energy Efficiency, and/or Reduced Pollutants: N / A 24b. Section 508 Compliance: N / A \do~eseDF c1aridgeproducts.com 25. Data Universal Number System (DUNS) Number: 00633R099 /---- ~ 26. Central Contractor Registration (CCR): Claridge Products and Equipment Inc. is registered in the Central Contractor Registration (CCR) database. 2 Claridge Products 1800-434-4610 1 www.claridgeproducts.com Mar ker boar ds LCS Deluxe - Aluminum Frame · Porcelain enamel steel writing surface in either;:;-92 LCS-ll \\ilite (standard gloss; H prefix) or #75 ICS-ll Low Closs (write and project at the same time; U prefix) · Satin anodize aluminum lrame · Full length marker tray · l'vlap rail, when furnished, comes with cork insert and map hooke. · Furnished with markers and eraser 1.0\\' ( iloss (is,''' Net ')tandard Clloss CiSA Net Sill: (.2uich. 1175 Price 1192 Price Ship with Map Rail with Map Rail ULCS2044R ! $330.19 I HLCS2044R ' $326.74 ' 4'\4' . Y UI.cS2046R $409,1(0; · HLCS2046R S39hJ4 -+'\h' J I ULCS2048R j $483.23 HLCS2048R $468.42 4',,8' Y I'LCSZ410R $'i34 OR HLCS24]OR S525,I9 4'\ 10' J IJLCS2412R $591.84 HLCS24] 2R 5584.43 4'x12' i I I Lc.SZ41hR S7~~()O HIC"24jhR S722 ]- 4'\ II' I Low (,Iu,s (,SA Net Standard (,loss (J SA Net Sl/,e CJll i ch. In Price 1102 I'ri ce Ship No Map Rail ; No Map Rail ULCS2044 I $327,23 I HLCS2044 ' $322,74 -+ '\4' Y l'LCSZ()4h $~ 99 J I IILl '5Z046 S.1Sh.9(, .~ '\11 , lJLCS2048 $470.40 IIU'S2048 $455..'iS -+ '\X' I l'IC'iZ410 $:i I("XO HLCSZ410 S50"",LJ I 4'\]0' J LJLCS241Z S'ihS,64 H IC5241Z S5 ~9 ,"''' ,.[',IZ' 1 Trimline · Porcelain enamel steel writing surface in LCS-ll #92 White or LCS-II #75 Low-Closs · Satin anodize aluminum frame three sides; with small marker tray at bottom · Furnished with markers and eraser LOll Ciloss CiSA Net Standard G]oss (,SA Net SilL' VlliL'h. 1175 Price 11'-)2 Price Ship U1'L2044 ! $292.]8 H1'L2044 $2R4,77 4',4' Y I !TI.2045 S~29 .ZO IITI.Z045 S3Z0.\2 .j'\:1 'r UTL2046 $347.47 HTL2046 5.B7.60 4'x(,' I I iT! .2048 541 5 ,60 I-lTLZ04R 5402 ,Z7 4'\X Y U1'L24 1 0 $488,17 H1'LZ4JO 5471 Jx 4',10' Y 1:11.241 : ~))() )7 HTI:41: ')~31) h: .j', :' J .c1aridgeprod llcts .com Marker boards Design-A-Board™ . Porcelain enamel steel markerboards feature #75 LCS-II Low Gloss ideal for projection . Powder Coat finish aluminum trim in black or pewter, top and bottom; Cherry finish wooden accent ends . Furnished with H-bar joint strip for joining two or more boards together to create one large writing surface, magnetic marker tray, markers and eraser ~ , Low Gloss #75 Low Gloss #75 GSA Net Size Quick Black/Chen-y Pewter/Cherry Price Ship Frame Frame UDAB2044BK UDAB2044PW $347.47 4'x4' Y UDAB2045BK UDAB2045PW $421.03 4'x5' y UDAB2046BK UDAB2046PW $458.55 4'x6' Y UDAB2048BK UDAB204SPW $524.70 4'x8' y Create-A-Wall™ · Low gloss porcelain enamel steel writing surface for heavy use and multiple-format presentations · Powder coat finish aluminum trim all four sides . Create-A-Wall™ panels install vertically and expand horizontally to create a room-size presentation surface · Furnished with H-bar joint for joining two or more boards, ~ magnetic marker tray, markers and eraser - i I I Quick Low Gloss #75 ! Low Gloss # 75 I GSA Net i Size Black Frame ! Pewter Frame Price Ship UCA W2046BK UCA W2046PW $475.33 6'x4' y UCAW2048BK , UCAW2048PW i $544.45 18'x4' y I LCS Deluxe - Wood Frame · Porcelain enamel steel writing surface in either #92 LCS-II White (standard gloss) or #75 LCS-II Low Gloss (write and project at the same time) · Natural oak finish wood frame · Full length marker tray · Furnished with markers and eraser Low Gloss GSA Net I Standard Gloss! GSA Net I Size Quiek #75 Price #92 ! Price i Ship I UWLCS44 $347.47 HWLCS44 1 $338.09 4'x4' Y UWLCS46 $402.76 HWLCS46 I $390.42 4'x6' Y UWLCS48 $467.43 HWLCS48 $451.64 4'x8' Y 4 Claridge Products 1800-434-4610 1 www.claridgeproducts.com Tackboards 900A · Tan Nucork tackboards have satin anodize aluminulTI trallw with ,1 ]' " face · Smooth, resilient Nucork surface remains sott and pliable l1ldefiniteb · Pins and thumbtacks can be inserted easily and are gripped firm!\' t}(){) A. (,SA Net Sile (Juiek Serie'i Price Ship I t 1958A $23738 : 4'x-f ") \l960A $266.5 I -fxh' ") U962A $3] 8.34 4'x8' Y 800 Series Tan Nucork · Tan Nucork tackboards have satin anodize aluminum frame wIth a 5/8" face · Smooth, resilient Nucork surface remains soft and pliable indefinitely · Pins and thumbtacks can be inserted easily and are gripped firml\' ~()() (;Sr\ ~el Sile (Juick Series Price Ship U844N $234.42 4'\4' ") U852N 526h .51 4'x6' ") U858N $302,05 4'.\8' ") 900W · Tan Nucork tackboards have Natural Oak finish "vood frame with a 13/4" face · Smooth, resilient Nucork surface remains soft and pliable indefinitely · Pins and thumbtacks can be inserted easily and are gripped firmly 900W C;SA Nel Sit.e l-Juiek Scri cs Price ,hin ""'f' U958W i $279,84 4'.\4' , Y L'959W 5299.(19 4 'x5' y (19(iOW $3ll93 4'x() . ) '.claridgeproducls ,corn Combination Boards LCS Deluxe Combo - Aluminum Frame . Porcelain enamel steel writing surface in either #92 LCS-II White (standard gloss) or #75 LCS-II Low Gloss (write and project at the same time) on the left; Tan Nucork Tack Surface on the right · Satin anodize aluminum frame . Full length marker tray and map rail with cork insert and map hooks . Furnished with markers and eraser Deluxe Combo GSA Net I Deluxe Combo GSA Net Size Quick #75 Low Gloss Price #92 Standard Price Ship Gloss ULCS5034 $324.76 HLCS5034 $316.37 3'x4' Y ULCS5044 $341.05 HLCS5044 $331.67 i 4' 4' Y ULCS5046 I $399.31 HLCS5046 $386.96 I x 14'x6' y J.~v1obile Markerboards Reversibles · LCS-ll Porcelain enamel steel writing surface both sides in either #92 or #75 · Satin anodize aluminum frame · Panel revolves horizontally, metal locking device holds board at desired angle · Floor glides included Mobile GSA Net Mobile GSA Net Size Quick Markerhoard #75 Price Markerboard #92 Price Ship Low Gloss Standard Gloss ULCS56 $723.65 HLCS56 $695.02 4'x6' y U LCS55 I $661.94 I HLCS55 $636.27 3'6.'xS" y 6 Claridge Products I 800-434-4610 I IVlVw.claridgeproducts.com {~ .''i~, "",\41 erence Cabznets ~on Lecture Units · Contemporary style presentation cabinets have radius nml','r-' and LCS-Il ]()\V-gJoss porcelain enamel steel writing surra, ( · No. 169] Quartz Designer Fabric tackboards insidl~ doore. )1,]\ t' display rail with cork insert and spring clip hooks tor taCKJ;I,'" llr hanging charts · Furnished with 1 white sketch pad, 4 assorted LCS marker" MId 1 eraser . . l\1i1hogclnv finish 'dilple fini,h Cherry fil1lsh ] xctun: Cabi neb ('abinct (iSA ~et \l/l' CJlIick /175 tU\\ (ilt's, hoish I'ri l'l' Ship l '5] 7-4CH : Cherry , $1543.15 4'd' , ' l'512AMS i Mahogany $15118.82 4'4 U516-4MA i Maple S 1523.90 4',4' , For over 60 years, Claridge has built a reputation for quality, service and innovation in visual display and presentation products. Claridge provides a wide variety of products in addition to rnarkerboards and tackboards, like marker walls, display cases, changeable letter directories.lectern~ and more. C . 'RE~NGUA~,p Claridge LCS-lI markerboards and select tackboards have achieved both GREENGUARD Indoor Air Quality Certification and GREENGUARD Children & Schools ''vI Certification. GREEGUARD Indoor Air Quality Certification is a product certification program for low emitting interior building materials, furnishings, and finish systems. G){EENGUARD Chiidren & Schools is a product certification program for 1m\! emitting interior huilding materials, furnishings and finish systems used in educational environments. Claridge Producls I 800--n4-46I 0 I www.c1aridgeprodllcts.l'(llll . GSc\ --- .i' . ~> I'. ~ i . GSA eLibrary Contractor Information Page 1 of 1 . eLibrary .. eBuy - quotes GSA Advantage - online shopping - Search: all the words ;;~.III k~,. ,~-~ , Concyuc{or 111(Onl1ariO/l (Vendors) How to change your company information Contract #: GS-07F-5509R ti~ Socio-Economic : Other than small business Contractor: SAFCO PRODUCTS CO (INe) Address: 9300 WEST RESEARCH CTR RD Govt. Contracting Officer: MINNEAPOLIS, MN 55428-3626 Andrea N. Bartula Phone: (763)536-6871 Phone: 817-574-4335 E-Mail: andrea.bartula@gsa.gov E-Mail: macsimmons@safcoproducts.com Web Address: htto:/ /www.safcooroducts.com Contract Contract Terms & Contract End Source Title Number Conditions Date Category View Items Available 73 FOOD SERVICE, GS-07F-5509R Dec 14, 2009 3842 Im!1D .Adwantage! HOSPITALITY, CLEANING RlCOlt EQUIPMENT AND SUPPLIES, CHEMICALS AND SERVICES Additional Contracts held by this contractor. To view more details of a contract, click the Contract Number below. Contract Contract Terms & Contract End Source Title Number Conditions Date Category View Items Available 71 I OFFICE GS-29F-0010P Sep 4, 2009 711 18 IiJ\!i!iJ .Advanl8ger acOll FURNITURE 711 3 mDI .Advantage! RICOV See. fY'A~ ~ VM..,.J Jk kJ::,'q- I .sh.ovJ~ ...J ( <) ~<;. http://www.gsaelibrary .gsa. gov/ElibMain/ contractor Info.do? contractNumber=GS-07F - 5 509... 4/3/2009 GSA eLibrary Contractor Information Page 1 of 1 . eLibrary .. eBuy - quotes GSA Advantage - onlroe shopping - Search: all the words .. COMt raclor 111(Ormarioll (Vendors) How to change your company information Contract #: GS~29F-0010P \~~J;i Socia-Economic: Other than small business Contractor: SAfCO PRODUCTS CO (INe) Address: 9300 WEST RESEARCH CTR RD Govt. Contracting Officer: MINNEAPOLIS, MN 55428-3626 Susan M. Bennett Phone: 703-605-9175 Phone: (763)536-6871 E-Mail: susan.bennett@gsa.gov E-Mail : macsimmons@safcoproducts.com Web Address: httl :/ /www.safcooroducts.com Contract Contract Terms & Contract End Source Title Number Conditions Date Category View Items Available 71 I OFFICE GS-29F-0010P Sep 4, 2009 711 18 ilDD _Adwmtage! IlCOII FURNITURE 711 3 iI'B'ii _AdvantageI IlCOII Additional Contracts held by this contractor. To view more details of a contract, click the Contract Number below. Contract Contract Terms & Contract End Source Title Number Conditions Date Category View Items Available 73 FOOD SERVICE, GS-07F-5509R Dec 14, 2009 3842 JmmI _Advantage! HOSPITALITY, CLEANING RlCOII EQUIPMENT AND SUPPLIES, CHEMICALS AND SERVICES http://www.gsaelibrary.gsa.gov/ElibMain/contractorInfo.do? contractNumber=G S- 29F -001 0... 4/3/2009 - L ... """_ ,_~~~~~,~I!t.: i/IOO\l;1o;;ilolL...,~",,~ ""-.........."'~~""'_.~~~1.il.>==~~~~"'_-'-~"~_~,;.~">..--=..<:t=l~~~"'_ -~ " . . """" _ ~-.L.'--e."'~~" =" "~''"" ..~~~......"'._ Square Edge Bookcase, 2-Shelf, Cherry~CY. Light Oak-LO, lS01 Mahogany-MH, Medium Oak-MO, Walnut-WL 201.00 201.00 B 47 47 1.68 85 9045 9045 70.35 W Square Edge Bookcase, 3-Shelf, Cherry CY. Light OHk-LO 1".1)2 Mahogany-MH, Medium Oak-MO, Walnut-Wl 234.00 234.00 B 59 59 186 85 105.30 105.30 81.90 W Square Edge Bookcase, 4~Shelf. Cherry-CY, Liqht Oak-LQ 1~U3 Mahogany-MH. Medium Oak-MO. Walnut-Wl 284.00 284.00 8 72 lTl 2.33 85 12780 12780 9940 W Square Edge Bookcase, 5~Shelf, Cherry-CY, Light Oak LO 150<1 Mahogany-MH, Medium Oak-MO, Wa\nut-WL 334.00 334.00 B 1 87 lTl 2.86 85 150.30 150.30 116.90 W Square Edge Bookcase, 6-Shelf, Cherry-CY, Light Oak-LO, 150') Mahogany-MH. Medium Oak, Walnut-WL 394.00 394.00 B 104 lTl 325 85 177.30 177.30 137.90 W Square Edge Bookcase, 7 Shelf, Cherry-CY, LIght Oak-LO 1SOfj Mahogany-MH, Medium Oak-MO. Walnut-WL 436.00 436.00 B 1 118 L Tl 3.78 85 196.20 196.20 15260 W Baby Bookcase 6-SheJf, 12"W x 7TH. Cherry-CY Mahogany-MH 1511 Medium Oak-MO, Walnut-Wl 21100 21100 B 52 52 206 85 94.95 94.95 7385 W Baby Bookcase 6-Shelf, 24"W x 7TH, Cherry CY, Mahogany-MH ~ ", 1 (' Medium Oak-MO. Walnul-WL 324 00 32400 8 1 74 LTl 275 85 145.80 14580 113.40 W Baby Bookcase 6-Shelf. 30"W I( 72"H, Cherry-C) Mahogany-MH ~ :, 1 , Medium Oak~MO. Walnut-WL 35200 352.00 B 92 LTl 283 85 158.40 15840 123.20 ',V Baby Bookcase 7-Shelf. 12"W x 84"H Cherry-CY rdahngany-MH 1'11/1 Medium Oak~MO, Walnut-WL 233,00 233.00 8 61 61 2.44 85 104.85 10485 81.55 W Baby Bookcase 7-Sheff. 24uW x 84"H, Cheny-CY, rVlahoqaflll MH 1'1 1 ~ Medium Oak-MO, Walnut-WL 15300 .1S:\_00 B R7 LTl 323 85 158.85 158.85 123 55 W Baby Bookcase, 7 Shelf. 30"W x R4"H Che!\'Y-Cr MahoqanY-~\I!H Medium Oak-M:J, Walnut WL 39600 39600 B 1no LTL 1.76 85 178.20 17820 13860 H 152\ Radius Edge B()okcase, 2-5helf, Mahogany MH, Medium Oak-MCJ Vv'alnut-\i\'L 22300 22300 8 1~' '5 ! 67 85 100.3$ 100,35 7B 05 Radius Edge Bookcase. 3-ShAIf, Mahoganv MH, Mf::idrurn Oak MO, WainIJI-VVL 262 00 26200 B 59 59 1 87 85 117.90 117.90 ~J1.70 1.'i2,,, RadiUS Edqe Bookcase, 4-$helf Mahogany-MH. Medium Oak-MO, Walnut.WL 306.00 '106.00 8 75 lTl /32 85 137.70 137.70 10710 ',jll Fi24 Radius Edge BookCase, .5-Shelf. Mahogany MH, Modlum Oak MO. WalnutWL 362 00 362 00 B 91 lTl 2.84 B5 162.90 16290 12670 W 1525 Radius Edge Bookcase. 6-Shelf. Mahogany-MH, Merlium Oak-MO, V'valnuj,WL 3%00 196.00 8 107 l TL 123 85 178.20 178.20 138.60 }.; Radltls Edge Bookr:;ase. 7-Shelf MahoganY-MH, Medium Oak-MO, Walnut-WI 47600 47600 B 122 eTl 176 85 214.20 21420 166.60 IN Square Edge Bc.okcas8. Reinforced 2-Shelf. Cherry.CY Light Oak lQ Mahogany-MH. Medium Oak-MO Walnut WL 215,00 215,00 B .17 47 1 fl6 85 9675 96.75 752S Square Edge Bc.okcase, Remforcerl 3-Shelf. Cherry.C' Light Oak-LI Mahogany-MH, Medrum Oak-MO. Walnut-WL :.264.00 264_00 Fl nO 1 86 85 118.80 11880 Q24(' Square Edge Be,okcas8, Reinforced 4-Shelf. Chmry-C Y Li~ht Oak-l(J Mahogany-MH, Medium Oak-MO, Walnut-Wl 329.00 329.00 R 7.1 L TL 2.33 85 148.05 148.05 11515 W Square Edge Bwkcase, Reinforced 5-Shelf. Cl1eny Cr' light Qak-l() Mahogany-MH. Medium Oa~-MO. Walnut-Wl 396.00 396.00 B ')i l TL 286 B5 178.20 178.20 13860 S'lIli'l18 Edge Bcokcase, Reinfolced G-$helf CilAI IY C1 Light ':]i1U r fvl<lhog.:my-MH. Mediu!)1 Oak MO W;:jfnuf Wl 47000 '10 00 8 125 fEi 211.50 211 50 164 f",(; Square Edgf! Bcokcase,Reinlorced 7 -Shelf ChHTV C r Light Uak.L' Mahogany MH, MAdlU111 Oak-MO Walnut-VVl 527 00 527 00 ~ '2/ LT"L 37R 85 23715 23715 1844.") 'r;Fi'j Baby Bookr:a:;:;f!, RAinfmr;ed G-$helf, ChArrv-C'!. Mahoaany MH, MedlUFll1 );:jk-Ml; V,'"ill<)l 435.00 435.00 8 104 I Tl 3.22 ~5 19575 195.75 152,25 RClhy BU(lkc;]~e Reinforced 7 Shelf CheHY-C'r Mahogany.MH Mt-HHlJllIOak-Mel 'Nalliut -19500 495.00 R 111 UL ~ ::n 85 222.75 222.75 17325 Radius Edge, Relnfolced 2 Shelf, Mahogally-MH rvledilllll Oak~MO. Wainlll WL 238.00 238.00 R _11': 1.<i 167 B5 10710 10710 83,3u ~ '";7;' RadiUS Edge, Rointolced 3"Shelf. Mahogany-MH, MedWin Oal<-MO WalfllJt.WL 293.00 293.00 8 61 01 '.87 B5 131.85 131.85 102,S!'i R.~diu'" Edqo Rfllflforr:ed 4-Shelf, Mahogany-MH, Mediunl Oak MO. Walnut W! 353.00 353.00 8 i? :"'IL 232 85 15885 15885 123.55 ,\ ''';7,1 Radius Edge, RHlnfcJ(cP'u 5 ShAlf Mahogany-MH, Medlurn Oak-MQ Walnut-WI 423,00 42300 B lrl 284 B5 190.35 1903$ 14805 1'17'- Radius Edge. Reinforced n-SfH?!if, Mahoqal1y~MH. Medium Oak-MO. Walnu;.\!Vl 472.00 472 00 B 107 L TL , 23 85 212.40 212.40 16520 v~ f\.!1diu~-; Edqe, Pf1lr,f()!'I,pcl 7^Shn!f. Mahnqa!ly-~,AH, Medlun1 Oak"MO lily'alnu! <;67.00 '67 00 8 LTL "176 B5 25515 255.15 19B 45 I~'~ Mri l'\()(i '.lUI' .) or; 'nn 14.85 14.R!i 1;f'j" 1582 Baby Bookcase 24" Trim Kit, Cherry.CY, Mahogany-MH, Walnut-WL 43.00 43.00 B 1 Set 4 4 0.09 100 ~---L:~~J 15.05 w 1583 Baby Bookcase 30" Trim Kit, Cherry-CY, Mahogany-MH, Walnut-WL : ) , 49.00 49.00 B 1 Set 4 4 0.12 125 t---E.:-~-,J~Q5-- 1 17.15 W 1584 Bookcase 36" Trim Kit, Cketry~CY, Mahogany-MH, Walnut-WL 51.00 51.00 B 1 Set 5 5 0.14 125 , 22.95 I 22.95"1 17.85 W --~=r-<J 1850 Mobile Stand. Gray-GR. Mahogany-MH. Medium Oak-MO 400.00 400.00 A 1 81 81 3.59 85 L 200.00 200.00 W 1851 Mobile Stand w/Sorter, Gray-GR. Mahogany-MH. Medium Oak-MO 520.00 520.00 A 1 91 91 4.00 85 l- 260.00 - ~oo =1 W 1852 Deluxe Mobile Stand, Gray-GR, Mahogany-MH. Medium Oak-MO 566.00 566.00 A 1 119 119 3.71 85 L 283.00 283.00, W 1853GR Rotating Double Printer Stand, Gray , -.--- ----j W 360.00 360.00 A 1 64 64 2.37 85 ~80.oo j 180.00 : 1854GR Machine Floor Stand. Gray 306.00 306.00 A 1 45 45 2.07 70 I I w ~__~2~_W 1855BL ScooUM Underdesk Pnnter Stand. Black 104.00 104.00 B 1 20 20 1.30 85 j 46.80 46.80 I W 1856BL ScooP'" Ptinter Stand. Black 202.00 202.00 B 1 45 45 2.18 85 ~,~~ W 1860GR Deskside Wave Printer Stand. Gray 113.00 113.00 B 1 18 18 1.62 100 i -1--1 W I 50.85 I 50.85 j 1861GR Under Desk Wave Printer Stand, Gray 71.00 71.00 B 1 11 11 1.08 85 ~ 31.95 31.95--l W 1870GR Machine Stand wlDrawer. Gray 427.00 427.00 A 1 66 97 10.55 85 I 213.50 213.50 I W 1871GR Machine Stand, Gray 301.00 301.00 A 1 40 58 6.18 85 l=~ 150.50--1 W 1872BL Deluxe Machine Sland, Slack 479.00 479.00 A 1 63 63 2.32 85 \_ 239.50 ! 239.50 -J W 1873BL Machine Stand w/Slide Shelf, Slack 212.00 212.00 A 1 34 34 1.78 85 I 106.00 ' 10600 ! W 1874BL Multi-Purpose Stand. Black 251.00 251.00 A 1 45 45 2.36 85 i 125.50 ~ W 1876 Machine Stand wiD rap Leaves, Black-BL. Gray-GR 168.00 168.00 A 1 21 21 0.95 85 , 84.00 ~ W . I ' 1880 MUV™ 2 Level Adjustable Printer Stand, Cherry-CY. Gray-GR. Medium Oak-MO 221.00 221.00 B 1 24 24 1.31 85 (-~~~~--' W 1881 MUVThI Mobile Machine Cart, Cherry-CY. Medium Oak-MO 259.00 259.00 B 1 49 49 2.53 85 ' 116.55 . 116.55 1 W 1882 MUVTM 4 Level Adjustable Printer Stand, Cherry-CY, Medium Oak-MO 370.00 370.00 B 1 50 50 2.79 70 166.50 I 166.50-1 w , ' 1883 MUVa! 5 Level Adjustable Printer Stand, Cherry-CY. Medium Oak-MO 407.00 407.00 B 1 65 65 3.45 85 1___~~~L1..83.1~_i W 1901 Ready to AssemblE! Workstation, Mahogany-MH, Med Oak-MO 408.00 408.00 A 1 99 99 5.41 85 . 204.00 ! 204.00 I W 1902 Deskside Mini Workstation. Mahogany-MH, Mad Oak-MO 335.00 335.00 A 1 63 63 2.32 85 1-~~;;q-'6750 ] W 1905MO Value Mobile Computer Workstation, Medium Oak Disc. r-----t--j 1910 Mobile Desk w/Drawer, Gray-GR, Mahogany-MH, Med Oak-MO Disc. 1913 MUVnA Side Ext, Gray~GR, Medium Oak-MO, Cherry-CY Disc. l------r---l :------1---.-----"1 1914 Mountable CPU Shelf, Mahogany-MH. Meet Oak-MO 93.00 93.00 A 1 7 7 0.27 70 L~--+~ w 1917GR MUVTM CPU Holder, Gray Disc. ~--J-----~ 1920 MUVTtJI 28" fixed Height Workstation, Cherry-CY, Gray-GR, Medium Oak-MO Disc. I 1--1 1921 MUV 1M 35" Fixed Height Workstation, Cherry-CY, Gray-GR, Medium Oak-MO 327.00 327.00 B 1 52 52 2.88 85 c:~~1=-~4~~ w 1922 MLivTM Mini Tower Fixed height. Cherry-CY, Gray-GR. Medium Oak~MO Disc. 1923 MuvrM Stand-up Workstation Fixed Height, Cherry.CY, Gray-GR, Medium Oak MO 316.00 316.00 B 1 62 62 2.95 85 I~_ 14229 W 192' MUVTtJI 36" Multimedia WorkstaUon. Cherry~CY. Gray~GR, Medium Oak-MO Disc. I _-1____ 1925 MuvrM 28" W Height Adjustable Workslation, Cherry.CY. Gray.GR, Medium Oak-MO 421.00 421.00 B 1 46 46 2.37 70 189.45 I 189.45 1 W 1926 MUVTIl' 35~ W Haight Adjustable Workstation. Cherry-CY, Gray-GR. Medium Oak-MO 450.00 450.00 B 1 53 53 2.81 85 202.50 I 202.50 i W I -' 1927 MUVl10I Mini Tower Height Adjustable. Cherry.CY. Glay-GR, Medium Oak-MO 463.00 463.00 B 1 66 66 3.29 85 208.35 I 208.35 1 W 1928 MUVrl.l Extra Wide Workstation. Cherry-CY, Gray-GR. Medium Oak-MO 598.00 598.00 B 1 79 79 3.82 85 i__2691~__~69.'-~_J W MUVTM Stand-up Workstation Height Adj.. Cherry-CY, Gray-GR, Medium Oak-MO 85 ' , W 1929 474.00 474.00 B 1 60 60 2.67 ! 213.30 I 213.30 , 1930 Reversible Top Computer Desk, 36" x 28~ 282.00 282.00 A 1 54 54 3.15 85 L..!~l.oo I 141.00 _ ! w . I ~ 1931 Reversible Top Computer Desk. 48" x 28" 308.00 308.00 A 1 70 70 4.30 85 f 154.00 i 154.00 W 1933 Reversible Top Mobile Worksurlace. 54~ x 28" 336.00 336.00 A 1 75 75 4.56 85 '~--f-.-!~--I W 1934 Reversible Top Stand. 24" x 28" 237.00 237.00 A 1 43 43 3.06 85 I 118.50 , 118.50 ! W .-----,---'c 1935GR Folding Computer Table. 48" x ~O" Gray 156.00 156.00 A 1 41 41 2.37 85 !.--.2~ 78.~ W 1953 28" Picco ™ Duo Computer Workstation Mahogany-MH. Med Oak-MO 325.00 325.00 A 1 54 54 2.27 85 L.....!.6250.!.~j W 1954 PiCCOTM Duo Printer Cart, Mahogany-MH, Moo Oak-MQ 215.00 215.00 A 1 27 27 0.90 85 L-_~~_L21Z~_J w 20.~S RumbafM Half Round 60 X 30, Base Metalhc Gray~SL. Black-BL, Tan-TN, Top Cherry-CY, Grfly~GR 805.00 805.00 0 1 73 L TL 4.70 85 322.00 322.00 W 2035 RumbafM Half Round Nesting Table 60 X 30 See Page 19 for Configured Pricing 2036 Rumbarn Rectangle 60 X 3D. Base Metallic Grav-SL, Black~8L Tan TN, Top Ch€!lry~C''( Gray-GR 81500 815.00 0 1 84 LTL 570 85 326.00 326.00 w 2036 Rumba™ Rectangle Nesting Table 60 X 30 See Page 19 for Configured Pricing LO:n Rumba 1M Trapewid 72 X 30, Base Metallic Glay~SL. Blar,k-BL, TAn-TN To!, Cherry Cl' Gri'ly-GR 865.00 865.00 0 89 LTL 4.70 85 346.00 346.00 W 2037 RumbafM Trapezoid Nesting Table 72 X 30 See Page 19 for Configured Pricing 20~P, RumbaTM Rectangle 72 X 30, Base Metallic Gmy-SL. 8lack~BL Tan-TN Top Cherry~Cl' Grav-GR 885.00 885.00 0 95 L TL 4.70 85 354.00 354.00 W 2038 Rumba fM Rectangle Nesting Table 72 X 3Q See Page 19 for Configured Pricing 20J8 Rumba"" Rectangle 48 X 24, Base Metallic Gray-Sl. 8lack~BL Tall-TN, Tor Cherry~C,( Grdy-GR 745.00 745.00 0 75 L TL 470 85 298.00 298.00 2039 RumbaT'" Rectangle Nesting Table 48 X 24 See Page 19 for Configured Pricing 2040 RumbarM Trape,'oid 60 X 24, Base Metallic Gray-SL, Black~BL, Tan-TN. Top Cheny-CY Gray-GR 810.00 810.00 0 1 82 LTL 5.74 85 324.00 324.00 W 2040 Rumba™ Trapezoid Nesting Table 60X24 See Page 19 for Configured Pricing or Custom Designer Solutions Catalog L:041 RumbaTlol Half R:lund 48 X 24, BaSI=! Metallic Gray-SL. Slack-BL, Tan-TN. T up CheIIY-CY. Gray-GR 755.00 755.00 0 1 74 LTL 461 A5 302.00 302.00 W 2041 RumbaTM HalfR:ound Nesting Table 48X24 See Page 19 for Configured Pricing or Custom Designer Solutions Catalog 2042 RumbaT'" Rectangle 60 X 24, Base Metallic Glay-SL. Black-BL, Tan-TN, Top CI10ny-CY, Gray-GR 765.00 765.00 0 1 93 L TL 5.83 85 306.00 306.00 W 2042 Rumba1'" Rectangle Nesting Table 60X24 See Page 19 for COl1figured Pricing or Custom Designer Solutions Catalog 204J Rumba '''' Rectangle 72 X 24, Base Metallic Gray-SL Black-BL fan- fN, Top Cfl811Y'C'r" Glav GR 830.00 830.00 D 114 LTL 7,24 9" 332.00 33200 2043 Rumba™ Rectangle Nesting Table 72X24 See Page 19 for Configured Pricing or Custom Designer Solutions Catalog 2060BL Rumba l'~ Ganging Device, Black 27.00 27.00 0 1 001 60 10.80 1080 w 21U5 Ergo-Comfort@Foot Rest. 5"High 48.00 240 00 B " 27 49 538 85 21.60 108.00 I' 210('; Erqo-Comforitifl Foot Rest. B"High 54.00 21600 B ,1 25 6' 6.54 95 24.30 97.20 ,'112S' Zrp Copyholder, Stainless Steel 28.00 140.00 B 5 18 18 2.56 i25 12.60 63.00 ~111 Adjustable Foot Hest. Black 49.00 294.00 8 <_.1 .1] .tYi 12, 22.05 13230 119BL Stress Buster™ Ma~saglng Fool Rest. Black 68.00 68.00 B 9 9 1.89 150 30.60 30.60 21208' Restea!>8: ™ Adjusfable Fool Rest. Blad 42.00 21000 B " 20 20 278 125 18.90 94.50 p .::122Bt Foot Rocker Fool Rest. Black 5000 250.00 B 5 20 20 250 150 22.50 112.50 p 212:~ Remedease<5l Combination Wnst Rest Black-BL, Plurn-PL 53.00 636.00 B 12 18 18 2.16 125 23.85 286.20 ~: 137 Ergo-Com(orWl t\l1iL:ulatrng 28" l<p.yboardlMouse Ann 29700 297.00 8 17 17 1 16 100 133.65 133.65 p ~'11:J Ergo-ComfortRl Premium Alticulatrng Keyboaid/Muuse All1l 34700 347.00 8 22 22 123 100 156.15 156.15 " !14~ Erqo-CQmfOltl.'lJ hrilCulating StGnd~ld Kp.ybo'-lrd Arm 171.00 171.00 B 12 12 1.02 100 76.95 76.95 ,.c 14"3 Premier SeriAs Kyb<l PlatfoHTl w/Control Zone Cheqy-C'r', Biar:k.-Bl, ~Aa/j()~Jany MH 295.00 295.00 8 16 Hi 092 100 13275 132.75 'US Premier Series 27" Kybd Platfoml w/Cnnhol ZonA Cherry-CY Blac\\~8L. MahoOi'lrw-I\'lh 274.00 274.00 B 16 16 116 100 123.30 123.30 p 21~SGR Ergo-ComfortQ!ll-\eyboard Station, Gray 65.00 65.00 A 12 12 145 85 32.50 32.50 ,'1')(; Erqo-Cl)mforKRl Head/Wrrte Cop')' Stand 53.00 318.00 8 r; 40 40 2.69 85 23.85 143.10 p 1!'iH81 Onyx II.! Mesh Copy Holder. Black 22.00 11000 A 10 29 323 85 11.00 55.00 ,159BI Onyx;>1 Mesh MorHtnr Stand Black 53.00 5300 .A :\ 089 125 26.50 26.50 .: 16UBL Unyx 1M Mesh Telephone Stand wrth [), ;:;wtJr bla(.... 31.00 15500 A 0 10 1(1 2.68 125 15.50 77.50 )fi1S! I)nyxn~ Mesh Laptor Stand 8fa',~ 2500 125.00 A 5 10 10 0.59 fO 12.50 62.50 1(;.') il..ctyltc Printer Stand 58.00 348 00 A 2R .\0 489 125 29.00 174.00 lG7 A,crylic Keyboatd Station 75.00 450.00 A f) 37 " 6 L\ 125 37.50 225.00 )'Nlvel-Mount CF'U Hold8r 17500 175.00 B 14 14 044 70 78.75 78.75 ~! 7(; f-lxed-/'I;lount CPU Holdp.! 12100 12100 B 10 10 044 100 54.45 54.45 ..'195 SoftSpottR! Alticulating Keyho8nJ Drawer w/F-ol8alfTl 3upPolt 355.00 355.00 B 22 l.2 1.96 100 159.75 159.75 .!19G Ergo Comfort@\ ~;ilJStand A11iculalrng Keyboard/Mouse Arm 407 00 407.00 R 21 L< 1.61 100 183.15 183.15 i-1~10-ColTlfor\1Ri Multi Po"rtrnT1 Arti'.;(JI(ltio9 K')VboartJ i U'I"Ji\1nli."" tfS7.00 457.00 B 20 20 1,63 100 205 65 20565 f.1ld,P'll1'J' )2 Oil 192 on 30 {Il 1440 8640 2204 Telephone Organizer, Light Gray, Charcoal~CH 35.00 210.00 B 6 29 31 3.35 100 1~,75 ~_,~ .. ~450 P 2208NC Ergo-ComfortIID Desktop Glare Free Copy Holder 31.00 310.00 B 10 29 35 3.68 85 13.95 _ ~_139.~. P 2211NC Multi-Function Copy Holder Disc. ---...0'1."--'--..------ 2213 Ergo.ComfortlID Premium Under desk Keyboard Drawer 121.00 121.00 A 1 9 9 0.73 70 60.50 60.50 P 2217 Ergo-Comfort@ Under desk Keyboard Drawer 77.00 77.00 A 1 5 5 0.40 85 38.50 38.50 P 2219 Eryo-Comforl@Wood Under desk Keyboard/Mouse Drawer 98.00 A 100 49.00 , P 98.00 1 9 9 0.86 .C ~ ~~~<!O_ 2225NC fIAobile CPU Stand 59.00 59.00 B 1 5 5 0.32 85 26.55 26.55 P H' ---.--- 'to. . ., 2229NC Flat Panel Monitor Arm 233.00 233.00 B 1 10 10 0.48 70 104.85 104.85 P 2325BL ShoWise™ 6' Tabletop Display. Black 476.00 476.00 A 1 11 11 1.43 125 ._3.38:QQ.., _~311:!l!l._ W 2326BL ShoWlse 1M 6' Deluxe T abl.top Display I BI~k Disc. --------------+- .--. .---..-'< 2327BL ShoWlse TN 8' Trade Show Booth, Black Disc. "'-.----'-". 2328BL ShoWise 1M Integrated Counter, Black Disc, .............-_.. 2330BL 5hoWise™ F\xed Curve Tabletop Display, Black 524.00 524.00 B 1 12 12 2.13 125 235.80 235.80 W ~ ., 2331BL ShoWiseTtoII FleXible Curve Tabletop Display, Black 524.00 524.00 B 1 12 12 2.02 125 _3~:~Q_ 'to u 2~:!l0_.~... W 2944BL Paper Pitch, Blal~k 11.00 132.00 A 12 8 8 1.2 125 5 .50_~._..~.. 66.00 F 2980 Public Square@) Optional Lock Kit 24.00 24.00 A 1 1 1 0.04 100 ." 12._0Q_,... ..~.oo _.. F 2981GN 26" Public Square@ Base. Green 203.00 203.00 A 1 24 42 4.78 125 101.50 101.50 F 2982BR 32" Public Square@> Base. Brown 224.00 224.00 A 1 27 51 5.81 125 ..1 ~3:~ _,._ 112.00 F 2983BG 38" Public Square@) Base, Burgundy 246.00 246.00 A 1 32 60 6.84 125 123.00 123.00 F 2984BR 44~ Public $quare@Base, Brown 267.00 267.00 A 1 36 69 7.88 125 133.50 133.50 F 2987BL Public Square@) Lid, Paper 5101. Black 82.00 82.00 A 1 5 5 0.21 100 41.00 41.00 F -."--~._.,.--l. .....-.--....-.. 2988BL Public Square@) Lid. Cans/Glass Hole, Black 82.00 82.00 A 1 5 5 0.21 100 _~!~-1 41.00 F 2989BL Public Square@Lid, Waste Rectangle, Black 82.00 82.00 A 1 5 5 0.21 100 41.00 ~~. ...41_.00 F 3008TS Portable Art & Drawing File, Tropic Sand, 36 x 24" 52.00 260.00 A 5 19 44 4.68 85 26.00 130.00 A -----1-.-- ....-......-- 3009TS Portable Art & Drawing File, Tropic Sand, 42 x 30" 53.00 265.00 A 5 25 60 6.58 85 26.50 132.50 A ..--~._.-.....- -~- 3011 Flat File Portfolios, 36 x 24~ 25.00 250.00 A 10 20 20 1.31 55 12~~_~~12500 _ . A 3012 Flat File Portfolios, 42 x 30" 28.00 280.00 A 10 26 26 1.84 55 c- 14.00 140.00 A - .. ----, 3013 Flat File Portfolios, 48 x 36" 33.00 330.00 A 10 36 36 2.40 55 16.50 165.00 A ,--"-~-4.-- -. 3021BL Single Tier Multi.Purpose Book Shelf, Black 80.00 80.00 A 1 9 9 0.37 70 40.00 ,._. :4,0,00. W 3022BL Double Tier Multi-Purpose Book Shelf. Black 128.00 128.00 A 1 18 18 0.92 70 64.00 64.00 W .~--_.--t 3030 Art Rack 367.00 367.00 A 1 88 88 3.16 70 183.50 183.50 A "..-..-.---........-.-....---.-.-. 30Jl BL Presentation Portfolio, Insert Size 11 x Sill", Black Disc. .-" ---.~t._----. J032BL Presentation Portfolio, Insert Size 14 x 11", Black olec. --...."..,- -"-'- n..__ JOJJBL Presentation portfono, Inurt S\z917 x 14", B'ack Disc. 3034BL Presentation Portfolio, Insert Size 22 x 17", Black Diet:. JOJ5BL Presentation Portfolio, Insert Size 24 x 18", Black Disc. .___..~._. __ ._-0 ..--..>.- JOJ6BL Art Portfolio, Size 22 x 17", Black Disc. .- --.--1". 3037BL Art Portfolio, Siz9 26 x 20", Black D'sc. "~.-_._.._..~- 30J9BL Art Portfolio, Size 36 x 24", Black Disc. --..-,".'-'-.- J040BL Art Portfolio, Size 42 x 34", Black Disc. ...--- 3041BL ECLlPZ@lndexClip,50 per carton, Black 1.36 58.00 A 50 1 1 0.15 70 0.68 34.00 A .-.-.... 3042 Wood Mobile Roll File, 12 Compartment 218.00 218.00 A 1 20 20 0.79 70 109.00 109.00 A ~'"_. 3043 Wood Mobile Roll File, 21 Compartment 366.00 366.00 A 1 52 52 1.60 70 183.00 183.00 A 3045 Wood Mobile Roll File, 8 Compartment 356.00 356.00 A 1 46 46 1.84 70 .~!.l!:.OQ...~ _1!l!:OQ... . A J047BL Art Portfolio, Size 36 x 24", Black mwc. --------.... ---.-. J048BL Art Portfolio. Size 42 x 34", Black Disc. -- ...----.- . 3050TS Corrugated Roll File, Tropic Sand, 16 Compartment 223.00 223.00 A 1 11 42 4.89 125 111.50 ..' _111.:5.0. A l051TS Corrugated Roll Filf:l, Tropic Sand, 16 Compartment 230.00 230.00 A 1 14 60 6.65 125 115.00 115.00 A :J052TS Corrugated RoJJ File, Tropic Sand, 16 Compartment 251.00 251.00 A 15 69 7.85 125 125.50 125.50 ^ 3053 Expandable Document Storage Tube 32.00 320.00 A 10 10 10 203 150 16.00 160.00 ~ 3060TS Corrugated Roll File. Tropic Sand. 25 Compartment 245.00 245.00 A 1 12 42 4.89 125 122.50 122.50 A 3061TS Corrugated Roll File, TropIC Sand, 25 Compartment 25800 258.00 A 14 60 6.65 125 129.00 129.00 A 3062TS Corrugated Roll Fil~. TropIC Sand, 25 Compartment 27200 27200 A 1 17 69 7.85 125 136.00 136.00 A 3063NC Refill Presentation Pages, InSert Size 11 x 81(2" Disc. 3064NC Refill Presentalion Pages, InSert Size 14 x 11" Disc. 3065NC Refill Presentation Pages, Insert Size 17 x 14" Disc. 3066NC Refill Presentation Pages, Insert Size 22 x 17" DIsc. 3067NC Refill Presentation Pages, Insert SiZe 24 x 18" Disc. 3068Bl Easel Portfolio 14 x 11", Black Disc. 3069Bl Easel Portfolio 17 x 14", Black Disc. 3070T5 Corrugated Roll File, Tropic Sand, 36 Compartment Disc. 3071T5 Corrugated Roll File, Tropic Sand, 36 Compartment Disc. 3072TS Corrugated Roll File, Tropic Sand, 36 Compartment Disc. 3073Bl Spine Handle Presentation Portfolios, Black Disc. 3074Bl Spine Handle Presentation Portfolios, Black Disc. 3075Bl Spine Handl$ Presentation Portfolios, Black Disc. 3076BL Spine Handle Presentation Portfolios wldual zippers, Black Disc. 3077Bl Spine Handle Presentation Portfolios w/dual zippers, Black. Disc. 1078 Tiered Chrome Wile Roll File, 15 Compartment 20200 20200 A 19 19 206 125 101.00 101.00 /, J079 Upright RoJJ File. 12 Compartment 72.00 72.00 A 4 4 0.52 85 36.00 36.00 :1081 Upright Roll File, 20 Compartment 75.00 7500 A 4 4 0.51 85 37.50 37.50 3082 Wood Mobile Roll File, 20 Compartment 222.00 222.00 A 21 21 078 70 111.00 111"00 A 3nftl Wood Mobile Roll File, 50 Compartment 395.00 395.00 A 52 52 1.83 70 197.50 197.50 A 1084 WIre Roll File, 4 Compartment 133.00 133.00 A 11 11 0.70 70 66.50 66.50 A ~O88 Tiered Wire Roll File, 24 Compartment 142.00 14200 A 15 15 1.21 92.5 71.00 71.00 \OW} TIered Chrome Wire Roll File. 24 Comparlme:l( 198.00 198.00 A 19 19 2.08 100 99.00 9900 1090 Tubular Steel Wir-e Roll File, 12 CompartnlAT1i 107.00 107.00 A 9 9 060 85 53.50 5350 A :1091 Tubular Steel Wire Roll FHe. 2U Compartment 10800 108.00 A 9 9 060 85 54.00 54.00 3092 rube Star KD Roll File, 18 Compartment 91.00 182.00 A 22 22 2.13 85 45.50 9100 3093 Tube Star KO Roll File. 32 Compartment Disc. ]094 Tube-Star KD Roll File, 18 Compartment 11200 22400 ~ 2 26 26 2.40 85 56.00 112.00 A 1095 rube-Star KD Roll rile, :32 Conlpartment 12200 244.0U A 2 31 11 2.40 85 61.00 122.00 ^ l,orlS Tuhe-Stor KD Roll Fire, -lR Compartml'mt 142.00 284 00 A 28 2ft 1 98 85 71.00 142.00 3097 Tube-Stor KD Roll File, 32 Compartment Disc. 30':)1:3 Compact KD Roll Fite. 16 Compartment 88.00 8800 ^ ,., 12 148 85 44.00 44.00 " 111SRl Jumbo Bookend~:;, Black ~O.OO 30.00 . 1 Pair [, G 049 H5 15.00 1500 " ',11r; Five Se-ction AdjJslabJe Book Rack 81<11;k i.:;I;t-, 65.00 6500 A 9 9 092 125 32.50 32.50 : 117BL Six Section Adjustable WlrA Rack, BIA.ck 29.00 17400 B 1 ~I 1 ~-I 119 125 13.05 78.30 Ii 1tlBL E.iqht Section Adjustable WIf':J Rack, Black 31.00 18600 R h lO 20 176 125 13.95 8370 lv n2!'iBL Thr-ee Tiel Steel DeSK Tmy, Black 4000 40.00 p, 5 " o 6R 125 20.00 2000 " q2f;BL rOll! TIel Steel Desk Tray, Blad- 4200 4200 A 6 6 U.77 125 21.00 21.00 '/Ii ;1278l Five Tier Steel Desk Tray Blad. 46.00 4600 A R [j 091 125 23.00 2300 "2881 11er Steel Desk Truy Blan' ')100 '11 on i 17 12~ 25.50 25.50 f iqhl Ti(l' Ste'Jt [lwJ Sla 7B 00 18 on 12:; 3900 19.00 3130BL Four Tier Steel Tray. Legal Size, Black 57.00 57.00 A 1 8 8 1.00 125 28.50 28.50 W 3131BL Five Tier Steel Tray. Legal Size. Black 68.00 68.00 A 1 10 10 1.22 125 34.00 34.00 W 31328L Six Tier Steel Tray, Legal Size, Black 73.00 73.00 A 1 11 11 1.40 125.__ ._~~.:?~_.__.l.._'___~~~~"_"__ W 3154BL Five Section Steel Desk Rack. Btack 33.00 33.00 A 1 6 6 0.73 125 . 16.50 .-1._ ."~~~~__ . W 3155BL Six Section Steel Desk Rack, Black 41.00 41.00 A 1 7 7 0.87 125 20.50' 20.50 W __.__.m.j 3156BL Eight Section Steel Desk Rack, Black 51.00 51.00 A 1 10 10 1.11 125 25.50 25.50 W 31578L Six Slant Section Desk Rack, Black 52.00 52.00 A 1 8 8 0.75 125 26.00 26.00 W ........--....--.- .-~_._.~._- -.. - ---.-..-... 3158Bl Eight Slant Section Desk Rack, Black 58.00 58.00 A 1 9 9 0.96 125 29.0~_._)-_ _3~.OO W 31668L Combination Steel Desk Rack, Black. 6 Up 2 Horizontal 83.00 83.00 A 1 14 14 1.39 125 41.50 41.50 W 3167BL Combination Steel Desk Rack, Black, 3 Up 3 Horizontal 57.00 57.00 A 1 10 10 1.18 125 :"~~'~_8~~Q~~~~~='_~~-~.:~~___~ W 3168BL Combination Steel Desk Rack, Black, 6 Up 3 Horizontal 141.00 141.00 A 1 12 12 1.30 125 70.~~ ,_-'-_.,_?~~~___ W 3169BL Combination Steel Desk Rack. Black. 5 Stepped 2 Up 70.00 70.00 A 1 12 12 1.33 125 ~~~3?'0lJ~_~~__3?!JO__ W 3170BL Letter Size Steel Wall File. Black 22.00 22.00 A 1 3 3 0.27 100 ~...1.1.:00..._.,._ 11.00 W 3171BL Legal Size Steel Wall File. Black 26.00 26.00 A 1 3 3 0.34 100 13.00~~1~.00 W 31728L Triple Letter Size Steel Wall File, Black 56.00 56.00 A 1 8 8 0.60 100 28.00 28.00 W _.. '_""__U'_~_"'_~ 3173BL Large Combination Rack, Black 121.00 121.00 B 1 14 14 2.10 125 54.45 54.45 W ---"...-..-....... 3174BL 6 and 5 Combination Rack. Black 121.00 121.00 B 1 12 12 2.35 125 ._.54.c~_..~...__54.~5. _ W 3175BL Three and Three Combination Rack "Horizon", Black 51.00 51.00 B 1 10 10 1.08 125 22.95 22.95 W --~----~--~ -., 3176BL 6 Vertical 'Nith Hanging File Frame "Horizon", Black 83.00 83.00 B 1 12 12 1.99 125 37.35 _ ;... 37.35 W 3250BL Mini Steel Mesh Organizer. Black 19.00 114.00 B 6 13 13 0.89 150 8.55 51.30 W 3251BL Deluxe Steel Mesh Organizer, Black 22.00 132.00 B 6 20 20 1.60 150 _._~.:~~_.__~__.~~.:~~ W 3252BL Steel Mesh Organizer With 3 Drawers, Black 49.00 49.00 B 1 7 7 1.08 150 22.~ __ ~_. ._~~.05 W 3253BL OnyxTIol Mesh Desk Organizer, 8 Upright Sections, Black 48.00 48.00 A 1 8 8 113 150 _ ____~4.:~______;_._..~4.00 W 3254BL OnyxTlol Mesh Desk Organizer, 3 Horizontal, 3 Uprtght Sections, Black 53.00 53.00 A 1 8 8 1 12 150 _--3~:~~_ _~_3~:~g_ _ W 3255BL OnyxTlol Mesh Desk Organizer, 2 Horizontal, 6 Upright Sections, Black 60.00 60.00 A 1 8 8 1.24 150 30.00 30.00 W 3256BL OnyxTIol Mesh Desk Organizer, 5 Upright Sections, Black 36.00 36.00 A 1 7 7 0.70 150 18.~ _._..__ 18.00 W 3257BL Onyx™ Mesh Desk Organizer, 5 Slanted Sections, Black 43.00 43.00 A 1 7 7 0.62 150 !.__.._3..~:~~..__L. . ~!:~.O __.' W 3258BL OnyxTIol Mesh Desk Organizer, 8 Slanted Sections, Black 50.00 50.00 A 1 7 7 1.11 150 25.00 25.00 W "--- -- --t 3259BL OnyxTIol Mesh Desk Hanging File with 2 Upright Sections, Black 53.00 53.00 A 1 4 4 1.52 150 _3~:~____L m__~~_~O_~ W 3260BL Onyx™ Mesh Desk Hanging File 'Nith 2 Horizontal Sorters, Black 49.00 49.00 A 1 4 4 1.36 150 ~2'!..5_~ ~l---_.~4.~~__.. W 3261BL OnyxTIol Mesh Desk Corner Organizer, Black 44.00 44.00 A 1 4 4 1.07 150 22.00 22.00 W 3262BL Onyx™ Mesh Drawer Organizer, Black 34.00 34.00 A 1 2 2 0.24 200 17.00 ~l-_ 17.00 W 3263BL OnyxTM Mesh Multi-Purpose Desk Organizer, 3 Upright. 2 Drawers, Black 38.00 38.00 A 1 4 4 0.65 70 19.00 ~ 19.00 W -_.-_....__.._-~-~-_."-._._._._, 3264BL OnyxTM Mesh Desk Organizer, 2 Horizontal, 2 Upright. Black 40.00 40.00 A 1 6 6 1.13 125 . .___?~~ _"._L_~~:~~__ W 3265BL OnyxTIol Mesh Desk Organizer, 3 Sliding Horizontal, 1 Upright, Black 46.00 46.00 A 1 5 5 0.83 70 23.00 23.00 W "~-_..._-,,- --t-.-.-...... 3266BL OnyxN Mesh Desk Organizer, 3 Horizontal, 5 Upright. Black 54.00 54.00 A 1 3 10 1.16 70 27.00 27.00 W -.. ...~~ ....-~-r-- ---~- 3366 Lateral File Laminate Top, 36 x 19, Mahogany.MH, Med Oak-MO, Burgundy.BG 68.00 68.00 A 1 16 16 0.53 70 34.00 __.; ._. 34.~__.... W 3367 Lateral File Laminate Top, 42 x 19, Mahogany-MH, Med Oak-MO, Cherry-CY 82.00 82.00 A 1 19 19 0.61 70 41.00 _.._____~!:..~__~ W 3380 Precision Desk Height Chair, Black-BL, Dark Gray~DG 207.00 207.00 B 1 26 38 4.23 100 ~.~~..~~:..~~__.._+,_~_.~3.:.!5._ A-I 3390 Economy Extended Height Chair, Black-BL. Dark Gray-DG 197.00 197.00 B 1 25 35 3.83 100 88.65 ___........._~~~__., A-I 3400 Precision Extended Height Chair, Teardrop, Black-BL, Dark Gray-DG 307.00 307.00 B 1 30 46 5.07 100 138.15 138.15 A-I -.,-. -"'---" ,---- 3401 Precision Extended Height Chair, Foot Ring, Black-BL, Dark Gray-DG 307.00 307.00 B 1 31 46 5.07 100 ,__1~.1~__~__~~_!~~ A-I 3405BL Precision Extended Height Vinyl Drafting ChairrTeardrop, Black 307.00 307.00 8 1 31 46 5.07 100 138.15 138.15 A-I 3406BL Precision E.xtended Height Vinyl Drafting Chair/Foot Ring, Black 307.00 307.00 B 1 31 46 5.07 100 138.1~ __->-"._~.~~~____~ A-I 3410BL Mesh 51001 & Backrest. Black 377.00 377.00 B 1 26 26 2.79 100 169.65 ,~_. 1...69,.~.... I 3411BL T.Pad Arm Set for Mesh Stool, Black 86.00 86.00 B 1 7 7 0.26 100 38.70 38.70 I _.. '___.0. _.._~...L~____..... ._, 3420 Trenton Extended Height Chair, Black-BL, Dark Gray-DG 396.00 396.00 B 1 34 46 5.07 100 1?l!'_~~____;,,__~ 1!8.2~._ A-I ~4 308 L Lab Stool-Pneumatic WIth Back, Blac~ 355.00 355.00 B 1 25 34 3.69 125 159.75 F.' ~431BL Lab Stool-Pneumatic no Back. Black 263.00 263.00 B 1 17 30 3.13 150 118.35 118.35 F.' \432BL Lab Stool Manual Low Base, Black 263.00 263.00 B 1 19 34 3.47 150 118.35 118.35 F.' 3433BL Lab Stool Mal1wd High Base, Black 263.00 263.00 B 1 21 47 4.85 150 118.35 118.35 F.' l41!1BL StAck alld Roll Stool. Black 101.00 202.00 B 2 25 55 5.93 125 45.45 90.90 'J,/1411 Highlanrl Extf1nded Height ehall, Black BL, Dark Gray-OG 504.00 504.00 B 1 37 46 5.07 100 226.80 226.80 A.' )1141 Highland Mid-Range Chair, Black~BL. Dark GJ8y-DG 504.00 504.00 B 1 37 46 5.07 100 226.80 226.80 A.' H42 Metro 1M Extended Height Chair. Black-BL, Gray-GR 326.00 326.00 B 32 55 5.99 100 146.70 146.70 3'143 Metron< High Back Task Chall, Black-BL. Gmy-GR 389.00 389.00 B 41 64 7.32 100 175.05 175.05 ',,144 MetlO ™ Mid Back Task Chair Black-BL. GI'ay~GR 356.00 356.00 B 1 38 62 6.77 100 16~20. .,. 160.20 l145BL Caval}>) High Back Task Ghall, Black Vinyl 266.00 266.00 B 1 39 47 4.93 100 119.70 119.70 .N",~ .__,___._...~_._.>-______ _.___ .~446BL Caval':l MId-Back Task Chall, Black Vinyl 241.00 241.00 B 1 36 42 4.39 100 108.45 108.45 -----"4'-------.-- -.-- J447BL CClva@ Sled Bas8 Guest Chait, Black Vlnvl 186.00 186.00 B 1 32 47 4.93 125 . n8~!.O . .,......8.3?0.... _~448BL Cava@Straiqht Le\;! Chair, Black \linyl 172.00 172.00 B 1 29 47 4.93 150 77.40 77.40 ~--_._-- ,----- ---... <440BL Cava\J:!.1 Task Ch<:lir Black \linyl 266.00 266.00 B 1 '2 46 4.97 100 .~~:7.o.n..' ...:'970 Cava(~) Hl~h Back Task ChAir Cobble~t[)ne Blad<.-CB Cubblp.stollp. 81118-CI :-.D!lLllec,1wli-:! PllJnl CP ElaGk-BL ,.t50 C:hArr:oal-CH. BUlqundy-BG. Blue BU 266.00 266.00 B 39 47 4.90 100 119.70 119.70 Cava(Hl Mid-Back Task Chair Cobblpsl[HlA BIP1dA~E Cobblcstoll'_' BlUR U '_,nhhli'><;lor18 Plurll-cr EnClCk Bl Charcoal-CH, BmgrJndy-BG. BhIH-BU 242.00 242.00 B 1 36 42 4.35 100 108.90 108.90 CavaIR_) Sled Base Guest Chair Cobblestone Black CB Cohbleslone 8Iue;. ~L. L.0bblpslrJll" f'luPl-::;F' Bli:H:k-Bl Charcoal-CH. BUlqunrJV-BG BluR-BU 18700 187.00 B 32 47 4.98 125 84.15 84.15 Cavat!>) Straight Leq Chall Cohhle::;tOJ1P Blar:k-CB CoblJlesll!118 Bill>'" C\L ;1."1.' r:harcoal CH, BUlgundy-BG Blue-BU 171.00 171.00 B 29 47 4.98 150 76.95 76.95 ;,1:';; Caval!') Task Ch;:lIl, Black-8L, Charr.oal-CH, Burgulldy-BG. Blue-8U 266.00 266 00 B 1 30 46 4.97 100 119.70 119.70 ',Hi'.1 Arnblllon™ High Back ChRil, Black-BL CharcoQI"CH. BiHg!Jlldv-BG Bllll:-: 81.! 449.00 449.00 B '2 56 5.80 100 202.05 , 202.05 dl,1 w.mbition'M Mid E~ack Chair. Black BL, ~harwal-CH BUI4umlv-BG f.ililc;-5 421.00 421.00 B '0 50 574 100 189.45 189.45 9162 Ambilion ;" T Pad Arms, Black 113.00 113.00 B 1 set 7 7 0.61 100 50.85 50.85 , 17nBl 3erellltyn' High Back Chall Black 380.00 '80.00 B 46 73 811 100 171.00 171.00 '471BL ',ip.lfmilylM Pellte Hiqh Bad eh.1ir '80.00 380.00 B 45 74 7.83 100 171.00 171.00 ~J72BL SelenltvrlJ Mid Back Chall, Black 367.00 367.00 B 42 69 7.81 100 165.]5 _ '_~ . 165.15 _',l13BL -=)81-enily'M Guesl Chall Blach 342 00 142,00 B 41 57 6.27 150 153.90 153.90 \475 Caval}:) Elite Series See Pages 20.23 for Configured Pricing or Custom Seating Full Line Catalog 1476 Cavill!3J Elite GUE,st Chair Series See Pages 20-23 for Configured Pricing or Custom Seating Full Line Catalog GI ()ovet~) T ask C~'alr, Black-BI 48600 486.00 0 1 50 110 12,14 100 194.40 194.40 J-t77 Groove@ T ask ~'eties See Pages 20-23 for Configured Pricing or Custom Seating Full Line Catalog :q.7~ r;JOov~) Guest Chall Black-BL, r3ray.I':;p. 8111f1Llllrlv-H(; BI'l,,-Bl: 281.00 281.00 0 1 17 99 10.10 300 112.40 112.40 ~418 GroovelJl) Guest Series See Pages 20-23 for Configured Pricing or Custom Seating Full line Catalog ;4MI)RI Ne~lin9 Chnir BII-ld 19700 39400 0 2 .>4 94 1069 125 78.80 157.60 ..1111 .de 'R' Urhol~tOle.J Nesllllq ChLlil .:24,00 448.00 [) L 47 109 1162 !25 89.60 17920 1481 lIte,lii) Upholster,;:d Nesting Chair See Pages 20-23 for Configured Pricing or Custom Seating Full Line Catalog HAS Uber™ Elite Task Series See Pages 20-23 for Configured Pricing or Custom Seating Full Line Catalog ~4B6 IJber 1M Elite Guest Series See Pages 20-23 for Configured Pricing or Custom Seating Full line Catalog 489NI, Ibel r" Sel18s Sllnrt CVlllldp.1 51.00 51.00 B .1 3 0.09 70 22.95 22.95 Uber™ Hlqh Back TAsk Chall Blal;K BL rjlav-GR BUI'_l'IIHI'I BC; RllI'-; RU 8LlC~ 8. 483.00 48300 B 43 69 7.65 100 217.35 21735 ,tel! r ihf'1 ]'.' Mlrl Back TASk (:hA'r Rli-lck-Bl (;P BLlIClunu'I-BG blu!' BU BICick 448.00 448.00 B 4.' 67 7.23 100 201.60 201.60 Uhel 'M Guest Chair, Black-8L. Gr8y-GI--' 8lWlllrHi'i-BC BIIIP-RU RliI,h ,,'If1vIB 399.00 399.00 B .')5 102 1126 150 179.55 ,drUB:. ll,dJlIslahle T.Pac Ai'll' Kit for Multi US" (fI,111 8800 88.00 B 1.<:et 7 05 85 39.60 39.60 r\lm Kill,)! ~\ill1ltl-Us'~ (;100 6100 R :F,P.t 048 85 27 45 2745 i- d If ~,1~'tl' ,'7 no 770u ~p~ 6: Hl[ 34.65 34.65 3496BL Adjustable T.Pad Ann Kit for Uber1M Task Chair 96.00 96.00 B 1 set 7 7 0.57 1oo! 43..~o~t_.~~:3~J I 3497 Loop Arm Kit 61.00 61.00 B 1 .at 7 7 0.55 85 I ~~~_L...2!c~_1 I 3498BL Fixad L Arm Set for Uber'" Task Chair 120.00 120.00 B 1 .at 8 8 0.64 100 1_._.5~W~'!O__4 I 3499 Adjustable Arm Kit 87.00 87.00 B 1 set 7 7 0.45 85 1 39.~ 39.15 : I 3601BL Oft.Surtace Shalf, Black 125,00 125.00 B 1 5 5 0.41 70 r,=-~?~~':::-j~~;;l w 3602BL 30" Desk Rr.er. Black 142,00 142,00 B 1 9 9 0.84 70 i~~__~---"~:~ll.....-i W 3603Bl 42" Desk Riser, Black 167.00 167.00 B 1 14 14 1.23 70 ~_ 75.1.~_~5.15 -J W 3604BL Onyx TIol Mesh Off-Surface Shelf, Black 54.00 54.00 A 1 4.6 5 0.47 70 i-__!::.~+2~~ 1 w 3626 Wood SlackableSorter, Light Oak - LO. Mahogany-MH 63.00 63.00 A 1 5 5 0.96 70 ~~--2!~-r-' 31.50~ w 3645 Multi-Purpose Organizer, Gray-GR, Mahogany-MH, Mad Oak-MO Disc. 1 i f---- --I 3651 58" High Capacily ....th Top, Mahogany-MH, Med Oak-MO, Charry-CY 397,00 397,00 A 1 70 70 2.78 70 : 198,50 I 198,50 I W r------- --.--'""""1 3661 58" High With Top & CD Org., Gray-GR, Mahogany-MH, Mad Oak-MO, Burgundy-BG 363,00 363,00 A 1 62 62 2.24 70 : 181.50 181,50 i W t-- i . I 3666 47" High Clearance with Top & CD Organizer, Gray~GR, Mahogany-MH, Med Oak-MO Disc. L~_~____ ~___! 3671 58" Low Profile with Top, Mahogany-MH. Med Oak-MO, Che,ry-CY 319.00 319.00 A 1 49 49 1.80 70 i 159.50 159.50 1 w r 3676 47" Low Profile with Top, Gray-GR, Mahogany-MH, Med Oak-MO Disc. L_i-~~J 3692 29" Organizer ....lh Top, Gray-GR, Mahogany-MH, Mad Oak-MO, Burgundy-BG 240.00 240.00 A 1 40 40 1.85 70 I 120,00 I 120,00 I W 3948 Drafting Board, 2,7" x 60" 201,00 201,00 A 1 46 L TL 2.26 70 l--~o;;,50 Li~~o~J A 3950 DraWing Boa~, :10" x 42" 99.00 99.00 A 1 29 29 1.32 70 ; 49.50 ! ~ A 3951 Drawing/Drafting Board, 36" x 48" 158.00 158.00 A 1 34 L TL 1.77 70 ~9.oo --L_._79.OO 1 A 3952 Dralting Board, 27" x 60" 367,00 367.00 A 1 77 LTL 2,30 70 ! 183,50 I 183,50 ' A ,-- ----1 3953 Drafting Board. 27" x 72" 492,00 492.00 A 1 95 L TL 2.62 70 ! 246,00 246.00-1 A 3957 Planmaster Drafting Table 530.00 530.00 A 1 67 67 6.66 85 [_~~~~~~ 26~.P_J A 3960 Vista Drawing Table Base 194.00 194.00 A 1 23 23 1.95 70 I 97.00 _ i 9~_j A 3961 Horizon Drawing Table Base 208.00 208.00 A 1 22 28 3.00 70 L--'!.~.OO ~.~_! A 3962GR Precision4-PostTabieBasa, Gray . 758,00 758.00 A 1 99 LTL 11,87 70 1379,00 1379,00 ! A 3965MO Height Adjustable Split-Level Drafting Table, MedIum Oak-MO 481.00 481.00 A 1 130 130 5.06 85 [~]I_ 240.50 ~ A 1 , r ' ' 4000 Ditto Stack Chair, Blac.k-Bl, Burgundy-SG. Blue-BU. Gray-GR. Red-RD, Green-GN. Yellow-YE Disc. L.____L__---l 4020GR High DenSIty Stack ChaIr Cart 430.00 430.00 B 1 68 76 8.61 150! 193.50 I 193'5~ I 4025 Shipping Box-l1x9x9(25/bundla) 56.50 56,50 A 1 15 15 1.30 100 f--28,25 128.25 F 4026 Shipping Box -11311 x 83/4 x 5311 (25/bundla) 50,50 50,50 A 1 12 12 1,01 100 1--_25,25 ~~ F 4027 Shipping Box -133/4 xl0l/4 x 9 (25/bundla) 74.25 74,25 A 1 19 19 1,68 100 ~--I__~!.3_ F 4028 Shipping Box - 14 x 14 x 10 (20/bundla) 76.20 76,20 A 1 14 14 2.61 200 L~_~] F 4029 ShlpplngBox-15x 12x 10 (20/bundl.) 71,20 71,20 A 1 21 21 2,31 100 1'~6~_1__~11 F 4030 Shipping Box -18 x 12 x 12 (20/bundla) 85.60 85.60 A 1 25 28 2,84 125 ~ 42,80 r 42,80 -l F 4045BL Stow-Away@Dolly 44,00 44.00 A 1 8 8 1.16 70 I 22.00 I 22,00 ! F 4049NC Stow and Go Carl 107.00 107,00 A 1 5 5 0,60 85 r-s;:SOl--S;,;oi F I J 4050 Hide-Away@) Convertible Hand Truck 233.00 233.00 B 1 25 25 2.87 100 ~~04.85! F 4052 Stow-Away@XL Hand Truck 198,00 198,00 A 1 14 14 0.93 70 I 99,00 99,00 J F 4053NC Stow-Away@Pla'formTruck 411.00 411,00 A 1 52 52 4.80 150 i 205.50 205,50 I F , --I 4054BL Stow-Away@Crate. Black 49.00 49,00 B 1 10 10 0,78 100' 22,05 22,05' F 4055NC Stow-Away@HeavyDutyHandTruck 323,00 323,00 A 1 26 26 2.41 92,5 1'6',50 161,50 J F ; I i 4061 Hide-Away@AluminumHandTruck 107.00 107.00 8 1 19 19 2.11 85 ~~_~~ F 4062 Stow-Away<"> Hanri Truck 172.00 172,00 A 1 12 12 0.92 70 : 86,00 I 86,00 I F >----- -I 4063 Large Economy Platform Truck 149.00 149.00 A 1 42 42 3.38 70 ~~~-L-~~ F 4069 Economy C-Loop .Steel Hand Truck 86.00 86.00 A 1 20 35 3.79 100 ~ I ~~ F 4070 Economy Conveltrble Steel Hand Truck 143.00 143.00 A 1 28 39 4.29 125 l 71.50 +- 71.50 j F luri ELonomy P Handle Steel H<lnd Tluck 123.00 123.00 A 25 65 7.03 100 61.50 61.50 F _~_'__.___ __~_. u_____ 4072 Small Economy F'latfollll Truck 104.00 104.00 A 1 22 22 201 70 52.00 52.00 F .1()74 3~Way Ahlll1lnUnl Hand Truck 634.00 634.00 A 39 39 2.62 85 317.00 317.00 F .1(177 Small Platfolln Truck 254.00 254.00 A 1 25 25 114 70 127.00 127.00 F 4071j Large Platform TIUr:k. 363.00 363.00 A 41 41 3.06 85 181.50 181.50 F 40R1R Continuous HawllA Hand Truck 215.00 215.00 A 30 30 3.16 92.5 107.50 107.50 F 4084P Heavy-Duly Loop Handle Hanrl THIck 335 00 335.00 A 36 36 3.30 92.5 167.50 16T.50 c -- , t08GR HP.i-lVY-Dllty Con'/Cftrble HandlA Trllcl\ 431.00 43100 A 45 45 4.06 925 215.50 215.50 F lORIR Cunvertible Hand Truck 352.00 352.00 A 1 40 40 442 92.5 176,00 176.00 F ,109, Heavy-Duty Conlltluous Handle Hanrlllud 269.00 269.00 A 35 35 3.01 70 u_,l~,52._ . 134.50 F 4095NC Tuff.Tire Truck-T3 187.00 187.00 A 1 17 82 9.10 150 93::;0, 'u ",9,3~50 F 4100CH Compact GlidWork.sl~\ Cha/r;ua) 230,00 230.00 A 1 28 28 2.54 100 115.00 115,00 w '.~ -_. -,_._.- -..--- _..~._.- 110SCH :)6" DeslgnWorksT" Organizer, Charcoal 133.00 133.00 A 1 17 17 0.95 70 '_ _(;(;,5,0___ 66.50 W 11i0CH Intermediate GricJWorkslR) Charcoal 27300 273.00 A 34 35 3.63 100 136.50 136,50 W 4i11BL In Viewm Flee-Standil1q Literafure Displav, Black 194.00 194.00 8 1 25 25 1.24 70 87,30 87.30 W ::1 1i2BL In View'M Wa1l/P3n~1 Mounted Literature Rack, Bl3ck 101.00 10100 B 1 7 7 107 70 45.45 45.45 w i1138l In View]" Steel p,crylic Rotary Literature Dlspli-lv BIBd 362.00 362.00 8 36 36 3.58 85 162.90 162.90 W 11i5CH 48" DesrgnWork~ 'M Orqarlizer, Charc()C11 171.00 171.00 A 19 19 129 70 85.50 85.50 W J 117Bl Wrde Waylf) Rec/angular Sign. Slack 108.00 108.00 A 10 39 419 250 . 5,4,gO..u " . !?42.0,. W -l11~l8L Write Wayqu Oct;:rqon Siqll, Black 108.00 108.00 A 10 39 419 250 54.00 54.00 W , lliCH DAsipn Lrr1Ct!.!. Trde File BAsket. Ct<al.:oai 2950 177.00 A " 25 60 6.42 250 14.75 88.50 W .1122CH Design Une@Panel Accessory Tray, Charcoal Disc. j 1 ?lC:~~ Desrgn Llne<f) Hanqrnq F11<:> FI'ClTT18 r,ll.,l<:o.1i 21.00 12600 A 6 15 44 489 400 10.50 63.00 .. ,; i24CH Design line(~i Triple Tlay, Ci1aIGoi-l1 4100 246.00 A to:; 20 " 424 250 20.50 123.00 d125CH Design Une(~) Binder Bin. CharCO<'l1 Disc, -,,_. 1126r:H Design LlnellllWaterla!l SOlie!, (him:'I.,", 21.50 12900 A G 1S 45 494 300 10.75 64.50 \/,,1 11';:7CI'; Flee Sl;:mdinq Br:lchul8 Rack CharcCI.1 111.00 111,00 B 11 11 2.16 85 49.95 49.95 W 112801 Rotary Brochure ~ack, Chfllconl 221.00 221.00 B 24 :14 380 125 99.45 99.45 w J12~CH Mobile LiteratrHF' Rnl;~ en;]1 Cadi 237.00 237 00 B 41 41 2.44 150 106.65 106.65 w 1132GR Double Side RRSJy to Use LlteratllP- 197.00 197.00 B 21 23 088 92.5 88.65 88.65 t ~ 17 c: ~ I F'''l!1RlfWall Mount lileratUlf' RFH;k 37.00 222.00 B " 16 33 ,171 250 16.65 99.90 FIAe Slilndinq LitFJfatUlR R8Ck LhDl'COClI 14800 14800 8 14 29 :~. 16 250 66.60 66.60 .. ! 11~.ICH Rotary l!lelatUf8 Rack Charcoal 221.00 22100 B 20 31 , 35 250 99.45 99.45 W tHRCH ?<H1eIMfllr-l~J Coat Hook. ChfllCO<J1 15.25 9150 A 6 6 6 143 70 7.63 45.75 'N PilfleIM3t8'~\ TrrriA liB\' Ckllcual 71.25 427.50 ., r, ~4 S4 4.95 100 35.63 2n75 f-"Clllerrli!ajR\"; Tfi(l.~ Fil8 B;lskel I"':h,"' 68.25 40950 ^ S~) 58 n :111 100 34.13 204.75 4153CH PaneIMate(~) Hanging Fold9r Fill'!, Charcoal Disc .1155CH PanelMate@ Binder Bin, Charcoal Disc. i-'aneIMated;1 INi:lt8i1i'l1l Sal'1er 45.00 27000 A G 28 28 1 75 10 22.50 n5.00 '/II J i"iiJCH ~r1nejMalef..i!) rJl)I-ErC'lsc Board 4400 25800 A ./1 21 286 9.2 5 22.00 129.00 ,. Hook Wall Rack 12.25 14700 8 ," le' 029 70 5.51 66.15 ,1118e Hook Wall RRl:k 1300 396.00 B 12 26 26 0.64 70 14.85 178.20 V,' Honk WRIIRild' f:1.25 36750 8 " '6 If, 0.68 70 27.56 165.38 'IV j;l'i' '-,OSIUITl8r \l\Iall RJei<. BIJck 8l 78.00 78.00 8 1 9 9 0.43 70 35.10 35.10 'IV '1\"\ Sheil R::Jck \.,~th Hanqelc' 10800 10800 R 12 12 0.94 100 48.60 48,60 )/v ,~i < 1 4300 4300 '3,"1 4 034 Rs 19.35 1935 1725 ;:n7 ou T~ 776 ~n 15 4167 Over-the-Panel Coat Hook 18.25 219.00 B 12 7 7 0.33 70 8.21 .~----~~:~-~. W 4168 Costumer with UITlbrelta Stand, Black-BL. Chrome-CR 105.00 105.00 B 1 12 12 1.31 85 47.25 47.25 W .....-.-...---.'-"- 4170Cl Clear Acrylic Dry Erase Board 31.50 157.50 A 5 18 34 3.72 300 15.75 78.75 W 4173Bl Write Way@Directional Sign. Black 108.00 108.00 A 1 10 10 2.41 92.5 54.00. ~.. 54.00 W 4175Bl Onyx™ Magnetic Mesh Triple File Basket, Black 52.00 312.00 A 6 18 33 3.46 150 26.00 156.00 W ----,-.,-- ---_.-" 4176Bl OnyxTM Magnetic Mesh Single Pocket File, Black 20.50 123.00 A 6 6 6 1.60 150 10.25 61.50 W 4177Bl Onyxl1\! Magnetic Mash Triple Tray, Black 45.50 273.00 A 6 18 37 4.14 150 22.75 _". 136_~__ W 4178Bl OnyxTlol Magnetic Mesh Single Tray, Black 18.50 111.00 A 6 7 41 4.72 150 _~2.s~ _, _ 55.50 W 4180Bl Onyx TlII Magnetic Mesh File Pocket with Accessory Tray, Black 22.50 135.00 A 6 7 7 1.79 250 11.25 67.50 W .- .-.--.~- 4182 SassylJll Managor Plastic Swivel Chair Series See Pages 20~23 for Configured Pricing or Custom Seating Full line Catalog 4183 S8ssyTM Plastic Stack Chair Series See Pages 20~23 for Configured Pricing or Custom Seating Full Line Catalog ,.-,.-... .,. -,.< 4184 Moto TM Mobile Slack Chair. Black~Bl, Blue-BU, Burgundy~BG, Charcoal-CH 196.00 392.00 B 2 43 118 12.79 250 , ..__~~,~~_~__1!~4~_~ I 4185 Stack Chair, Black.Bl, Blue-BU, Burgundy-BG, Charcoal.CH 83.00 332.00 A 4 58 lTl 13.47 125 41.50 _~'_' !~6.00 I 4186 Echo lM Metal Stack Chair, Black-Bl. Silver.SL 192.00 384.00 B 2 29 99 10.75 250 : ~8~,4~.__j__ 172.80 I 4188 Stacking Chair Cart 106.00 106.00 A 1 25 25 1.18 70 .__~:l,lO._....,_._~~:OO_- I 4189 Stack Chair Connector for 4185 (3/Set) 48.00 48.00 A 1 set 5 5 0.03 70 2400~f_ ?4..~. I 4191NC Spiral Nail Head Costumer 126.00 126.00 B 1 17 17 0.63 85 56.70 56.70 W 4192NC NaU Head Coat Tree 153.00 153.00 B 1 20 20 0.63 85 ~_68:!l5__. _~~..8.s W 4193 Wood Costumer, Cheny-CY, Mahogany.MH. Medium Oak.MO 134.00 134.00 B 1 14 14 0.64 85 60.30 60.30 W 4199Bl Two- Tier Chair Cart, Black 546.00 546.00 B 1 82 110 11.78 85 245.70 245.70 I 4200 2-Hook Nail Head Coat Hook 31.50 378.00 B 12 10 10 0.47 70 14.18 , 170.10 W ...._~...._-~._.+--~- .-. .,.. 4201 3.-Hook Nail Head Coat Hook 46.00 552.00 B 12 15 15 0.68 70 _. .2~?~ __-,-..~~8.~0. w 4202 6-Hook Nail Head Coat Hook 87.00 522.00 B 6 15 15 0.67 70 39.15 234.90 W 4211 36" Shelf Rack with Hangers 95.00 95.00 B 1 10 10 0.62 70 42.75 42.75 W ..>-.--_._----_....~ 4212 Mode TM 36" Wood Wall Coat Rack With Hangers, 8lack-8L. Mahogany-MK 158.00 158.00 B 1 18.6 19 0.87 100 71 ~O_.... .. !1:20__. . w 4213 Mode T~ 48" WOQIj Wall Coat Rack With Hangers, Black~Bl, Mahogany-MH 174.00 174.00 B 1 20.2 21 1.03 100 78.30 78.30 W 't --..-.-.--. 4214MH Mode T10I Wood Costumer With Umbrella Rack, Mahogany-MH 181.00 181.00 B 1 20.8 21 1.28 85 81.45 81.45 W 4215 Six Hook Costumer, Black-8l 93.00 93.00 B 1 6 6 0.39 85 41.85 41.85 W 4216 Three Hook Wood Wall Rack, Medium Oak-MO, Mahogany-MH 65.00 390.00 B 6 19 19 0.95 70 29.25 175.50 W 4217 Six Hook Wood Wall Rack, Medium Oak.MO, Mahogany-MH 93.00 558.00 B 6 37 37 1.78 70 41.85 251.10 W .---_.. .-----\-----...-- ~-- 4220 Contempo Wood Wall Rack, 2 Hook, Medium Oak-MO. Mahogany.MH, Cherry-CY 45.00 45.00 B 1 3 3 0.12 70 ._~~~~5__.. . 22c25 . W 4221 Contempo Wood Wall Rack, 4 Hook. Medium Oak-MO, Mahogany-MH, Cherry-CY 65.00 65.00 B 1 5 5 0.20 70 29.25 29.25 W ---_.._.-..~ ~ 4222 Contempo Wood Wall Rack, 6 Hook, Medium Oak-MO, Mahogany-MH, Cheny.CY 85.00 85.00 B 1 8 8 0.29 70 38.25 36.25 W -... _.~. ... ."'"~;..-_.._~...__. ....--.- 4230MO Wood Suggestion Box, Medium Oak 75.00 75.00 A 1 7 7 0.45 125 37.50 37.50 W ~ .. ,_._--~._- .- 4231 Suggestion 80x Refill 6.10 366.00 A 60 8 8 0.24 77.5 .- ~"_.~:.~.~,, .-+-~~~~~.._.. w 4232Bl Steel Suggestion Box, Black 59.00 59.00 A 1 6 6 0.29 85 29c50 ._;... _29:.50 W 4233GR Customizable Suggestion Box. Gray 63.00 63.00 B 1 3 3 0.40 125 28.35 28.35 W 4234Cl Large Acrylic Collection Box INith Lock, Clear 83.00 83.00 B 1 5 5 1.63 250 37.35 37.35 W 4235Cl Small Acrylic Collection Box, Clear 39.00 39.00 B 1 2 2 0.47 150 17.55 ._....... 17,55 W 425148 2 x 9" Bins 1.95 93.60 A 48 5 5 0.67 200 0.98 _ ..468Q___ F 425348 4 x 9" Bins 2.30 110.40 A 48 7 7 0.76 125 1.15 55.20 F ....-.--..-... ..-..-."'- 425448 6 x 9" Bins 2.30 110.40 A 48 8 8 0.88 125 1.15n ._~5.20 .__. F - .-- ~ 4310GR Steel Magazine Rack,S Pockets, Gray 70.00 70.00 B 1 9 9 0.85 250 31.50 31.50 W 4321GR Steel Magazine Rack. 11 Pockets. Gray 107.00 107.00 B 1 15 15 1.48 250 4~1~_,._ .~815_. W 4322GR Steel Magazine Rack, 23 Pockets, Gray 157.00 157.00 B 1 27 27 2.78 250 70.65 70.85 W ,...-.---.---.-" 4323GR Base for Steel Magazjne Rack, Gray 29.00 29.00 B 1 3 3 0.67 92.5 13.05 ~...1 ~:Q5 W 4324GR Steel Rotary Magazine Rack, 44 Pockets, Gray 498.00 498.00 B 1 78 78 8.61 250 224.10 .".~224!0..__ W "325GR Steel Rotary Magazine Rack, 92 Pockets, Gray 627.00 627.00 8 112 L TL 12.06 250 282.15 282.15 w 432GGR Steel Rotary Brochure Rack, Gray 362.00 362.00 B 1 47 47 3.49 250 162.90 162.90 w 4330 Wood Magazine Rack. 5 Pockets. Mahogany-MH. Merlium Oak-MO 107.00 107.00 B 1 9 9 1.02 92.5 48.15 48.15 w 4331 Wood Magazine Rack. 12 Pockets, Mahogany-MH, Merliull1 Oak-MO 173.00 173.00 B 1 18 18 201 92.5 77.85 77.85 W 4J32 Wood DispJayBase, CheIIY~CY Mahoganv-MH. Medium Oak-MO 4600 46.00 B 1 3 3 015 92.5 20.70 20.70 w 4335 Wood Rotary Maqazine Display Rack 4R Pockets, Mahoqany-MH, Medium Oflk-MO 741.00 741.00 B 1 98 106 11.22 125 333.45 333.45 w 4350 A.ssorted 12" BillS 3.21 321.00 A '0n 19 27 2.92 125 1.61 160.50 435148 2 x 12" Bins 1.90 91.20 A 48 5 5 0.75 200 0.95 45.60 F 435248 3 x 12" Bins 202 96.96 A 48 7 7 0.82 125 1.01 48.48 435348 4)( 12" Bins 2.02 96.96 A 48 8 8 0.88 125 1.01 48.48 F 435448 6 x 12" Bins 226 108.48 A 48 9 9 1.03 100 113 54.24 F 435548 8 x 12" Bins 238 114.24 A 48 10 10 1.19 100 119 57.12 F 435648 10 x 12" Bins 273 131.04 A 48 12 12 1.35 70 1.37 65.52 F 435748 12 x 12" Bins 321 154.08 A 48 14 14 1.51 70 1.61 77.04 F 435848 9 x 12" Bins 285 136.80 A 48 12 12 1.30 70 143 68.40 F 445148 2 x 18" Bins 2.62 125.76 A 48 8 8 0.99 125 1.31 62.88 F 445348 4 x 18" Bins 213 131.04 A 48 10 10 116 100 1.37 65.52 , 445448 6 x 18" Bin!'l 273 131.04 A 48 12 12 135 70 1.37 65.52 F 445548 8 x 18" Bins 2.97 142.56 A 48 14 14 154 70 149 71.28 445648 10 x 18" Bins 3.56 170.88 A 48 16 16 1.72 70 1.78 85.44 c 445748 12 x 18" Bins 3.81 182.88 A 48 18 18 1.91 70 1.91 9144 F 446348 4 x 24" Bins 381 18288 A 48 14 14 160 70 191 9144 F "46448 6 x 24" Bins 416 19968 A 48 17 17 1.80 200 208 99.84 446548 fI x 24" Bms 487 233,76 A 48 <0 20 213 775 2.44 116.88 4503 111/2 x 7314 x 1G~ Giant Bins q 98 249.50 A 25 20 20 2.76 125 4.99 12475 F 4504 171!.?)( 93/4 x 10" Giant Bins 11.76 294.00 A 25 22 22 2 90 125 5.88 147.00 4505 17112 x 11314 x 10" Giani Bins 12.23 30575 A 25 25 32 3.08 125 6.12 152.88 4506 23112 x 11314 x 12" Giant Bins 13.78 34450 A 25 32 46 525 125 6.89 172.25 4507 23112 x 15314 x 12" Giant Bins 1544 386.00 A 25 41 52 5.86 125 7.72 193.00 = 4551 2" Bin Dividers 084 84.00 A 100 -, 2 019 100 0.42 42.00 4552 3" Bin Dividers 084 8400 A 100 L 024 125 0.42 42.00 4553 4" Bin Dividers 095 95.00 A 100 2 0.23 125 0.48 47.50 4554 6" Bin Dividers 0.95 95.00 A 100 :1 3 0.32 100 0.48 47.50 4555 R" Bin Dividers 095 9500 A 100 3 3 0.45 125 048 4750 F ,1556 10" Bin Dividers 095 95.00 A 100 6 (, 0.39 70 048 47.50 455"1 12" Bin Dividers 107 10700 A 100 <; F 0.67 125 0.54 5350 4562 Mini Bin 0.95 95.00 A 10n 021 /0 048 d7,50 ,17111 Remedease<ID Single WrAp Wrist Support, Black. Small :~1 ,00 105.00 B :j 2 0.27 100 13.95 69.75 47121 Remedease@ Single Wrap Wrist Support. Black, Medium 3100 15500 B 5 c 2 0.27 100 13.95 6975 <1.7131 Remooease@Single Wrap Wrist Support, Black. Lnrge 3100 155.00 0 0.27 100 13.95 69.75 -17141 Remedease<ID Single Wrap Wrist Support. Black, X-taIgA 31.00 15500 8 0.27 100 13.95 69.75 ,\H96li. nak 10p for 489',1 140.00 140.00 A 25 25 1,07 85 70.00 70.00 A .lRY? GIani STack TJ~Y, Ji;' ~ ,:.' G2,OO 18400 A 23 41 409 125 46.00 92.00 4898l(_' Oak Top for 48% 15500 15500 A 43 43 156 85 77.50 77.50 ,\ .18~9 Giant Stack Tray 42' ~ 108.00 21600 A 32 fiO 6,27 150 54.00 108.00 " , 084 00 1,084.00 " in 14.97 100 542.00 542.00 ~A!Jlti M8r:1i,; C.<ihl 11,1 8;0:,.- 12A on 128,00 q 6i 6<100 64.0(J 4935LG AN Storage Cabinet. Ught Gray 1,084.00 1.084.00 1 113 LTL 14.78 100 ! I I A-W A ~J._542.~~ 4936LG AN Adjustable Shelving, Light Gray 750.00 750.00 A 1 99 LTL 16.90 150 ~ 375.00 I 375.00 : A-W 4937LG AN Adjustable Shelving, 6 Shelves, Light Gray 505.00 505.00 A 1 54 124 13.81 85 I 252.50 -r-;;;:;--j A-W 4945 B-$ize Plan File 4-Drawer, Charcoal-CH, Light Gray-LG 388.00 388.00 A 1 39 44 4.93 100 I 194.00 I 194.00 J A 49468L Caster Base for B-Size Plan File 81.00 81.00 8 0.48 100 r---"-- I A A 1 8 1___ 4~.:?0 I 40.50 i 4959 Steel Roll File, Tropic Sand, 16 Compartment 500.00 500.00 A 1 36 57 5.94 100 I 250.00 250.00: A 4960 Steel Roll File, Tropic Sand. 16 Compartment 534.00 534.00 A 1 43 60 6.80 100 ! - 267.00 ~:O;;--I A 4961 Steel Roll File, Tropic Sand, 16 Compartment 572.00 572.00 A 1 47 69 7.92 100 t 286.00 286~ A 4962 Steel Roll File, Tropic Sand. 36 Compartment 552.00 552.00 A 1 45 60 6.84 100 r-;;;~;rol 276.00 1 A 4963 Steel Roll File, Tropic Sand, 36 Compartment 598.00 598.00 A 1 50 69 7.88 100 r---.=r--I A !--_3~ - 29900 _j 4969LG FacjIT'" 5.Drawer Flat File-Small, Light Gray-LG 773.00 773.00 A 1 118 LTL 14.73 100 L2a6.50 . 386.~~_.j A 4970LG FacilTJol Closed Base for 4969LG. Light Gray-LG 111.00 111.00 A 1 13 13 0.56 85 I 55.50 55.50 I A 4971 LG FacjjTM High Base for 4969LG. Light Gray-LG 279.00 279.00 A 1 38 38 1.69 85 ~39.50 139~ A 4972LG Facil™ 5-Drawer Flat File-Medium, Ught Gray-LG 953.00 953.00 A 1 150 LTL 20.60 100 ~~;5~ A 4973LG FacilTM Closed Base fOf 4972LG. Light Gray-LG 122.00 122.00 A 1 16 16 0.71 85 l 61.00 i 61.00 , A 4974LG Facil™ High Base for 4972LG, Light Gray-LG 313.00 313.00 A 1 44 44 1.97 85 l 15_650 1~~Moj A 497500 Open Base 20~H, for 4994, Black-BL, Gray-GR, Tropic Sand-TS. White-WH 542.00 542.00 A 1 37 37 1.97 85 ~..271.00 ! 27100 I A 497700 Open Base 20"H. for 4986 & 4996. Black-BL, Gray-GR. Tropic Sand-TS. While-WH 85 ' :-r-: I A 578.00 578.00 A 1 42 42 2.61 I 289.00 ',__2.8900 I 497900 Open Base 20"H, for 4998, Black-BL, Gray-GR, Tropic Sand-TS, White-WH 602.00 602.00 A 1 47 47 2.57 85 301.00 301.00 A I _~.._..J 4980 Flat File Dividers 105.00 105.00 A 1 2 2 0.13 100 52.50 52.50 i A 4981 Lock Kit for 5-Drawer Steel Flat Files 83.00 83.00 A 1 1 1 0.09 70 jj~~~~ A 4983 Lock Kit fOf lO-Drawer Steel Flat Files 83.00 83.00 A 1 1 1 0.09 70 _ 41.50 I 41.50..j A 498600 lQ-Drawer Steel Flat FIle. 42 x 30", Black-BL, Gray-GR. Tropic Sand-TS. White-WH 2,891.00 2.891.00 A 1 278 LTL 19.33 100 L~:~~.l.2..445.5~J A 499400 5-Drawer Steel flat File, 36 x 24", Black-BLR, Gray-GRR, TropIC Sand-TSR. White-WHR 1.413.00 1.413.00 A 1 160 LTL 16.36 100 i i I A . 706.50 ~.50 , 4995" Closed Base 6"H, for 4994, Black-BLR, Gray-GRR. TropIC Sand-TSR, White-WHR 246.00 246.00 A 22 22 0.87 85 1---- -~ A 1 L-!23.00 .123.00 499600 5-Drawer Steel Flat File. 42 x 30", Black-BLR, Gray-GRR. TropiC Sand-TSR, White-WHR 1.637.00 1.637.00 A 1 195 LTL 21.86 100 1___~185~ I ;;~-, A 4997"" Closed Base 6"H, for 4986 & 4996. Black-BLR, Gray-GRR, Tropic Sand-TSR. White-WHR 265.00 265.00 A 1 26 26 0.98 85 i 132.50 132.5H A 499800 5-Drawer Steel Flat File, 48 x 36", Black-BLR, Gray-GRR. Tropic Sand.TSR, White-WHR 1.938.00 1.938.00 A 1 250 LTL 28.53 100 I 969.00 I 969:;;(, A 499900 Closed Base 6"H, for 4998. Black-BLR, Gray-GRR. Tropic Sand-TSR, While-WHR 332.00 332.00 A 1 30 30 1.12 100 1---; 66.00 I 166Too A 1'----r- A 50016 18" Hanging Clamp 41.00 246.00 A 6 5 5 0.17 70 . ~~23.~ 50026 24" Hanging Clamp 46.00 276.00 A 6 6 6 0.22 70 r 23.00 '.:!!';~j A 50036 30" Hanging Clamp 51.30 307.80 A 6 7 7 0.27 70 L 25'~-i-__~~-1 A 50046 36" Hanging Clamp 53.00 318.00 A 6 9 9 0.32 70 ~~~~~ A 50056 42" Hanging Clamp 58.00 348.00 A 6 10 10 0.37 100 2~ 174.00 I A - -::I 5016 Pivot Wall Rack w/12 Pivot Brackets 292.00 292.00 A 1 17 17 0.89 70 146.00 I 146.00 i A 5023AH MasterFile 2. Autumn Haze, 24 x 36" 4.307.00 4.307.00 A 1 252 LTL 23.16 100 r 2153.50 2153.50 ] A 5024AH MasterFile 2, Aulumn Haze, 30 x 42" 5.143.00 5.143.00 A 1 320 LTL 28.37 100 2571.50 2571.50 I A , 1 5025AH MaslelFile 2. Autumn Haze, 48 x 36" 5.982.00 5.982.00 A 1 393 LTL 39.65 100 L2.?91.00 ..,.399100 i A 5026 Mobile Stand w/12 Pivot Blackels 656.00 656.00 A 1 47 47 2.07 70 ~~~~-l A 5029 Cubicle Wall Rack 56.00 56.00 A 1 4 4 0.15 70 ~. 28.00 , 2~.:~ A 5030 Drop/Lift Wall Rack 64.00 64.00 A 1 2 2 0.11 70 -~~~T~ A 5038 Hanging File Folders, 18 x 14~ (25/Pack) 128.00 128.00 A 1 9 9 0.42 55 ,--64.00 . 64.00 I A 5039 Vertical File Cabinet 995.00 995.00 A 1 153 LTL 16.50 100 ! 497.50 I 497.50 ! A -.-----j-.-.-.--.-! 5040 Small VertIcal Filing Cabinet 894.00 894.00 A 1 137 LTL 18.24 100 i 447.00 I 447.00 I A 5041 Large Vertical Filing Cabinet 1.135.00 1.135.00 A 1 137 LTL 26.00 100 ~.5'tl 567.50 ! A 5056 Combination Dala Rack ExUFile Bins 371.00 371.00 A 1 35 35 1.69 85 f-285.50 t 165.50 I A 5059 Mobile Vertical Stand 356.00 356.00 A 1 25 25 1.70 85 LE8.00 .!!~_J A 5060 Mobile Plan Centel 524.00 524.00 A 33 33 2.04 70 262.00 262.00 A '1100 Task MasterW Office Stool 23500 235.00 A 1 16 16 1.32 100 117.50 117.50 F-I :i102 Task Master@)Work Trolley 249.00 249.00 A 1 21 21 148 100 124.50 124.50 F-I :;104 Soft-Tough@Stoolw/FootRing, 221/2 10 32"1-1 328.00 328.00 B 1 22 40 457 100 147.60 147.60 FI 5110 Task Maste/1Fl1 Chah Economy Operational 52700 527.00 A 28 40 4.61 125 263.50 263.50 F-I ""J111 Task Maslel@Workbench Helqht Chair 655.00 655 00 A 1 33 40 4.61 125 327.50 327.50 F-I ')111 Task Masler@Deluxe Workbench Helqht Chall 714.00 714.00 A 36 40 4.61 125 357.00 357.00 F-I "1117 fask Master<!!l EGonnrny llldu~tlial Chalf 470.00 470.00 A 32 44 5.04 125 235.00 235.00 FI 'i11H Task Masterlll) Industrial Chall 613.00 613.00 A 41 44 5.04 100 306.50 306.50 F-I 512U Task Master@Delu);e Industrial Chair 690.00 690.00 A 1 44 44 5.04 100 345.00 345.00 F-I 5124 Task Mastel@AdJustable Foot Rest 166.00 166.00 A 1 14 14 0.86 85 83.00 83.00 F-I 5126 Task MasleK!D Stand Alone Slool 390.00 39000 A 1 27 28 2.81 100 195.00 195.00 F-I 5128 Soft-Tough@Stand Star Stool 355.00 355.00 B 1 22 40 4.57 100 159.75 159.75 F-I ,DO Tubular Base In~erts 24.50 24.50 A SeU5 1 1 0.Q7 100 12.25 12.25 F-I S131 Carpet Casters 4300 43.00 A Set/5 0.07 65 21.50 21.50 F-I 5132 Hard Floor Casters 58.00 58.00 A Set/5 0.07 65 29.00 29.00 FI "in~ Braking Casters 8000 80.00 A SeU5 1 1 0.07 65 40.00 40.00 F-I 1)134 Reverse Brakinq Casters 13000 130.00 A SetlS 007 65 65.00 65.00 F-I <;136 1" Sleel Glides 3200 32.00 A Set/5 007 65 16.00 16.00 F--i ,11/ 2 )/2" Steel Glide,; 8900 89.00 A SeU5 0.07 65 44.50 44.50 '111P 2" Nylon Glides 2550 2550 A Setf5 0.07 65 12.75 12.75 F-i 2112" Nylon Glides 2150 2150 A Seti5 007 65 10.75 10.75 "' Closed Loop Arm Rqst.s 155.00 155.00 ~ 1 Pair 8 8 109 100 77.50 77.50 "144 r-Pad I'\lrn Resb 211.00 211.00 A 1 Pair 9 Cl 109 100 105.50 105.50 S14G 20" Foot Ring 58.00 58.00 A 1 6 6 210 100 29.00 29.00 j:..:-I "147 Low Mount Foot Ref;t 27.50 2750 .^ 2 2 0.29 100 13.75 13.75 I_I 'i1<1R High Mount Foot Rest 27.50 27.50 A 2 2 029 100 13.75 13.75 ~-; :;205 Nire Mobile Cali. Black BL, G!<iy-GR 108.00 10800 B 15 15 0.78 70 48.60 48.60 W ~206 Und(:( Desk Pnnler/Fax Stand. Bl3ck-SL Gr~lv C;p 90.00 9000 B 19 19 0.91 85 40.50 40.50 /v 'l21l)Sl '.'Vire LAN Wnrkstation Mf;!tallic Gmv 801.00 801.00 A l:-;g 139 781 85 400.50 400.50 h 1223BL Jazz™ Tvvo Tier File Cart. Bla"k 5700 5700 B 11 11 092 250 25.65 25.65 w !'1224BL Mohile Desk-Sid.", Fife, Black 58.00 58.00 B 6 6 049 70 26.10 26.10 " S22!)GR WIre Rolhng Project File, Gray 9200 92.00 A 1 8 8 066 70 46.00 46.00 W !'i228BL Wire File/Removable Tubs, Black 8500 85.00 B 15 15 1.07 70 38.25 38.25 W snOSL 30" Wire LAN M<magernetll Systen1 Metalil~ G,,,,v 343.00 343.00 A ,5 55 .} 64 70 171.50 171.50 W <'231$1 12" Wire LAN Management System, Melalli~ (~f ilY 569 00 569.00 ,1 99 99 645 7() 284.50 284.50 ')7:12 Wife Keyboard Holder/LAN Sysh:n-'l 65.00 65.00 A 4 1 078 10 32.50 32.50 h,215Gf-.' 24" Mail Cart, Gray 263.00 263.00 A 40 40 2.80 ro 131.50 13150 "L3Gf3!-.' '~G" Mail Cart. GrAV 327 00 327.00 A 47 47 3.75 70 163.50 163.50 W .'238B: 20"W Scoot 1M Mail Cart Blae!< 280.00 280 00 B 50 50 185 85 126.00 126.00 -. ~,2398L :,2" Scoot1'" Mail Cart. Blar.k 390.00 39000 B GO 60 495 AS 175.50 175.50 S241Bl 18 x 48" Wire Shelving Slarter Unit, Black 197.00 19700 A 56 56 .356 70 98.50 98.50 c;242B! )8)( 4ff' ExtJ8 Wire Shelv\::s. 2 pad" Blad 9700 97.00 ~ 21 21 185 lO 48.50 48.50 ~i24j8L 18 x 36" Extra Wire Shelves 2 pAck Blar~ 84.00 84.00 A 17 17 136 70 42.00 42.00 r:;245BL Soilless 36 x 18 Shelving. BlaCK 179.00 17900 ~ fl1 61 129 70 89.50 69.50 /1GS' BliUlp."s 48 x iR ::;hdvlIlq, 81ack 21400 21400 ^ /6 76 157 {(1 107.00 107.00 'qdll".irl:11 ~~h...lf r ;"l{,t<, 14il. on i.140fl 'H ii, ' " 7200 72.00 5251 12 x 48~ Industrial Shelf Pack 200.00 200.00 A 6 56 56 2.85 70 100.00 100.00 F _.. ..-."..- ,,~..,~.._-_. .._._,~..,,_.- 5252 18 x 36" Industrial Shelf Pack 167.00 167.00 A 6 51 51 3.09 70 ~3c~0.u~_._~:l;S~_. F 5253 18 x 48" Industrial Shelf Pack 233.00 233.00 A 6 76 76 4.20 70 116.50 _L_",~16.~~_" F 5254 24 x 36~ Industrial Shelf Pack 202.00 202.00 A 6 71 71 4.20 70 101.00 101.00 F - --_.~_.~."~----~ '--'---"-- ----,-- 5255 24 x 48" Industrial Shelf Pack 263.00 263.00 A 6 96 96 5.58 70 13~~~__t ..131_:;0_ F 5256 Industrial Post Kit 102_00 102_00 A SeV4 23 23 0.48 70 51.00 ~_ 5.!_()().___ F 5260 Archival Shelving Steel Pack 248_00 248.00 A 1 85 85 0_95 70 124_00 124_00 F -"- ----~t- 5261 Archival Shelving Particleboard Shelves 307.00 307.00 A Set/4 131 lTl 3.03 70 153.50 153_50 F .~----_._----.,.-- -----_.~ 5265 12 x 36" Commercial Shelf Pack-S shelves ' , F 92_00 92.00 A 5 32 32 1_83 70 . . 4~()()_ _---i-_ 4~._00___ 5266 18 x 36" Commercial Shelf Pack~5 shelves 106_00 106.00 A 5 39 39 2.72 70 53.00 53_00 F 5267 24 x 36" Commercial Shelf Pack-S shelves 140_00 140_00 A 5 49 49 3.84 70 70_00_____._ 7q,0~__ F 5268 12 x 36" Commercial Shelf Pack-6 shelves 105.00 105.00 A 6 33 33 2.17 70 _ __52~~__. . __ .52-50 F 5269 18 x 36" Commercial Shelf Pack-6 shelves 142.00 142_00 A 6 41 41 3_17 70 71.0<?____-l-. 71_00 F 5270 24 x 36" Commercial Shelf Pack~6 shelves 165.00 165.00 A 6 61 61 4.20 70 ___~~:~~_..."_._l!~51l._ _ F 5271 Commercial Post Kit 65.00 65_00 A SeV4 19 19 0_21 70 32_50 32.50 F 5276Bl 18 x 36" Wire Shelving Starter Unit, Black 175.00 175_00 A 1 50 50 3_03 70 87_50 87.50 F T 5277Bl Compact Mobile File Cart, Black 79_00 79.00 B 1 10 10 0.48 70 . __:l5c~5_. ___ ~-~~__ W 5278Bl 2 Tier Rolling File Cart, Black 140.00 140.00 B 1 20 20 1.40 70 63.00 63.00 W . -_. - -< -.----.-..-.--. ". 5279Bl Wire Cubes, Black 45.00 45.00 A l/Set 14 14 0.47 70 22.50 22_50 W 5280Sl 48" Wire LAN Management System. Metallic Gray 427.00 427_00 A 1 69 69 4.75 70 213.50 213.50 W 5281 Sl Wire Drop Shelf, Metallic Gray 58.00 58_00 A 1 6 28 2_83 150 29.00 . _,_l~~~.n W 5282Sl Wire Utility Basket, Metallic Gray 34.00 34_00 A 1 2 2 0.44 200 17.00 17_00 W 5283 Caster Kit for LAN System 111.00 111.00 A 1 12 12 0.40 65 55.50 55.50 W 5285 18 x 36" Wire Shelving Starter Unit, Black-BL, Gray-GR 257_00 257.00 A 1 51 51 2.79 70 128:5~ _~ __12.l!:~0_ F-W 5286 18 x 36" Wire Add-On Unit, Black-BL, Gray-GR 244.00 244_00 A 1 42 42 2_79 70 _ _1_22:0~___~.__E~-00 F-W 5287 18 x 36~ Wire 2 Shelf Pack, Black.BL, Gray-GR 116.00 116_00 A 1 18 18 1.49 70 58.00 58_00 F.W -- --..- "--"'<f---_..- 5288 36 x 24M Wire Shelving Starter Unit, Black-BL, Gray-GR 282.00 282.00 A 1 62 62 3.90 70 141_00 141.00 F-W _m_..._.__._.__......._ _.__._.,,_..~+ 5289 36 x 24M Wire Add On Unit. Black-BL, Gray-GR 272.00 272.00 A 1 55 55 3.90 70 136_00 I 136_00 F.W ._.-t-._--~~._-.__.-- .- 5290 36 x 24" Wire 2 Shelf Pack, Black-BL, Gray-GR 134.00 134.00 A 2 25 25 2_24 70 ___ _6!.:()Q. .,____67-00 F.W 5291 18 x 48M Wire Shelving Starter Unit, Black-BL, Gray-GR 275.00 275_00 A 1 61 61 3.71 70 __.E!.~.ll._,--_!.3~~~__. . F.W 5292 18 x 48" Wire Add-On Unit, Black-BL, Gray-GR 263_00 263_00 A 1 53 53 3.62 70 131.50 , 131_50 F.W . ~".>' ........ _.~..+._.__._-- . .-.- 5293 18 x 48" Wire 2 Shelf Pack, Black-BL, Gray.GR 123.00 123.00 A 1 23 23 1.94 70 61.50 61_50 F-W . _ ._u._----+..____ 5294 24 x 48" Wire Shelving Starter Unit, Black-BL, Gray-GR 297.00 297.00 A 1 74 74 5_11 70 148_50 148_50 F-W ~'-"--'-"---' .,.-.------ 5295 24 x 48M Wire Add On Unit, Black-BL, Gray-GR 290_00 290.00 A 1 67 67 5.11 70 145_00 145.00 F.W .-----._.--- .-- 5296 24 x 48M Wire 2 Shelf Pack, Black-BL, Gray-GR 141.00 141_00 A 2 32 32 2_95 70 _ _7.1l.:.5_O __ c _ 7~_50 F.W . - 5320 Cabinet Mover 184.00 184_00 A 1 20 20 0_63 70 92_00 92_00 F . -_._-~--.--~- ..._+-~ 5326Bl MUVTM Single Width Filing Cart, Black 228.00 228.00 B 1 28 28 1.44 70 102_60 102.60 W 1-' ..-. .-.~.__._. 5327Bl MUVTM Double Width Filing Cart, Black 259.00 259_00 B 1 32 32 1_67 70 116_55 ' 116_55 W 5330GR 2-Shelf Molded Utility Cart, Gray 350.00 350_00 A 1 55 67 7.14 100 _~7~0__~ 17~_00 F.W 5332GR 2-Shelf Molded Book Cart, Gray 404_00 404.00 A 1 64 71 7.85 100 __2.~3:!!O__,--202-00 _ F.W 5335Bl SOOOPM Double Sided 6-Shelf Book Cart, Black 357_00 357.00 B 1 74 74 6.09 85 160.65 160.65 W 5336Bl SCOOPM Single Sided 3-Shelf Book Cart, Black 287.00 287.00 B 1 62 62 5.77 92_5 129_15 129.15 W 5337Bl Wire Utility Cart, 2-Shelf, Black 149.00 149.00 A 1 25 25 2.44 150 74.50 74_50 W 5340 MlxxTlll Cube with File Drawer, Black-BL. Silver-SL 95.00 95_00 B 1 27 27 0.79 85 42.75 42.75 W -... ---T'- 5341 MixxTM Cube with T\\O Drawers, Black-BL, SlIver-SL 95.00 95.00 B 1 30 30 1.07 85 42.75 42.75 W ,..._.~.__._._......_._,. 5342 Mixxltlll Cube with Frosted Door, Black-BL, Silver-Sl 95.00 95_00 B 1 21 21 0.68 85 . ... _ 42.!~__; 42_75 W 5343 Mixx™ Cube with Locking Door, Black-BL, Silver-SL 95.00 95_00 B 1 27 27 1.09 85 42.75 42.75 W ~ ..._-.... '-'''''.--- -_._..~.. -'- - 5344 MixxTJ.! Cube with Shelves, 8Iack-8L, Silver-SL 65.00 65.00 B 1 23 23 0.73 85 29.25 29.25 W 5345 Mixx ™ Cube Tub File, Black-BL, Silver.SL 65.00 65.00 B 1 22 22 0.91 85 29.25 2925 W 5346 Mixx™ Cube Single Base, Black-BL, Silver-SL 35.00 35.00 B 1 6 6 036 85 15.75 15.75 W 5347 Mixx ™ Cube Double rvtabile Base. Black-BL, SHver-Sl 45.00 4500 B 1 20 20 1.31 85 20.25 20.25 W 5350BL Mesh Tub File with Open Top. Black 201.00 201.00 B 1 21 21 1 13 70 90.45 90.45 W 5351BL Mesh Tub File with locking Top, Black 226.00 226.00 B 25 25 113 85 101.70 101.70 W :'i~fiO Economy SIeel Tub File. letter. Black-BL. Gray-GR. Putty-PT 168.00 168.00 B 1 24 45 5.01 125 75.60 75.60 W 1j-161 Standard Steel Tub File 19" L>9tlel, Black-BL, Gray-GR, Putty-PT 199.00 199.00 B 1 27 52 5.63 125 89.55 89.55 W 5362 Steel Tuh File 2,1" Letter. w/lock, Black-BL Glay-GR, Plltty-PT 214.00 214.00 B 34 57 649 125 96.30 96.30 W 5363 Steel Tub File 24", legal, wllock, Btack-BL. Gray~GR Putty-PT 301.00 301.00 B 1 40 68 7.72 125 13545 135.45 W 5364 Steel Tub F[1e 2SN, letter w/fock, Bfack-Bl, Gray-GR. Putty-P r 459.00 459.00 B 62 83 8.83 125 206.55 206.55 W 5365 Steel Tub FHe 25" Legal wflock, Black-BL, Gr,,!Y-GR, Putty-PT 557.00 557.00 B 1 67 89 10.00 125 250.65 250.65 W 5370BL Scoot 1M Cart, Slack 294.00 294.00 B 1 44 44 2.81 70 132.30 132.30 W 5371 BL Mini ScootT~ Cart, Black 105.00 105.00 B 16 16 0.85 85 47.25 47.25 W 5373BL ScooP'" Open Top Cart, Black 209.00 209.00 B 1 29 29 2.09 70 94.05 94.05 W 5390 Go Cart 1M File Cart w/8 Camp, Black.BL, Gray-GR 205.00 205.00 B 1 43 43 2.64 85 92.25 9225 W 5392 Go CElrt™ 14 Compartment OrQanizer. Black-BL. Gray GR 160.00 160.00 B 45.50 46 2.05 85 72.00 7200 W SSOO Multi-Use High Back Seating. Black-8L, Blue-BU, BUfgundy~8G GrAy-GR 21700 217.00 B 23 42 4.56 100 97.65 97.65 S502 Multi-Use Mid Back Seating, Black-BL. Blue~BU. 8urqunrly-BG GIAy-GR 19600 196.00 B 33 42 4.39 100 88.20 88.20 5503BL Multi-Use Mid Back Seating wNirlyl, Black 209.00 209.00 B 23 33 362 100 94.05 94.05 '1515TS Single Tier Lock,:!r, Tropic Sand 398.00 398.00 A 72 L TL 1273 100 199.00 199.00 F :;51713 Double Tier Lockel, Tropic Sand 449.00 449.00 A. 70 L TL 1273 100 224.50 224.50 c r')~2n::, Box Locket Tropic Sand 54700 547.00 ~ 78 LTL 127~ 100 273.50 273.50 5549 Cribbage Chair Trolley Disc. 5550 Cribbage Chair. Chrome FramefPoIv, Aqua-AQ Black.-Bl, Blue-BU, Bnrdeau.x-BG, Gray-GR Disc. 5551 Cribbage Fixed Arms, Aqua~AQ BJack-BL, Blm~-BU, Bordeaux-BG. Gray-GR Disc. '1570 :i-Pocket Wave MagaZine Rack, Chflrry~CY, Mahoqanv~MH, Medillnl Oak-MO 107.00 107.00 B 1175 12 0.83 250 4815 48.15 W .'i571 Wave Magazine Pockel, Cherry CY MahogAny-MH, Medium Oak-MO 53.00 5300 B 4.50 5 0.31 250 23.85 23.85 i'J S95BL S-Pockel Lealher Look MagaZine R<'lck. Black 103.00 103.00 B 10 9 1.02 250 46.35 46.35 :i576BL 1 O-Pock.et Leather Look MagazIf18 Rack Blac~ 15700 15700 8 12 17 1.84 250 70.65 70.65 IV 5577BL Onyx 1M Rotating Mesh MagazHl6 Stann, BI~[;k 285 00 285.00 B 432 60 6.59 85 128.25 128.25 ;/\1 .o578BL Onyx ™ S-Pocket Magazine Rack. Black 64.00 64.00 8 Ii li 0.81 125 28.80 28.80 ~57gBL OnyxlM 10-Pock'3t MagaZine Rack, Black 96.00 9600 B ~ R 149 150 4320 43.20 W '5581 Bench WIth Backrest, 4 feel 235.00 235.00 B 62 62 2.95 70 105.75 105.75 S.'1R7 Mall Bench, 5 teet 279.QO 279.00 8 47 47 237 70 12555 125.55 S.'i8:! Bench with Backrest I:; ff:!et 296.00 296.00 B 98 'lA 4 11 70 13320 133.20 5GUUCL Reveal™ Di~pla'/6 MagaZine 1;:: Pall1phl,'j 326.00 326.00 B 1-1 'U 344 250 146.70 146.70 5601CL ReveallM mspla', 24 Pamphlet, CIB81 :12000 320.00 B 14 30 336 150 144.00 144.00 " '1602Ci Reveal Ill' Display 12 Magazine, Clem 3:13.00 333 00 B 15 ,e 397 250 14985 149.85 /, '1(iOJCL f<:eveal1M Olsplav 8 Magazine. Clear 297.00 297.00 B " U 2.96 150 133.65 133.65 " 'iG(J4CI RevealrM Displa'/12 Pamphlet Cleat 202.00 202,OU B 206 250 90.90 90.90 S6QSCL ReveallM Dlspla', 3 Magazine 6 Pamphlet, CI8i'H 219.00 219.00 B 8 B 206 25U 98.55 98.55 .. 'iG06Ci r~eve81"" Displa'l R Pamphlet 6 !\,1ago>z'noC> "'11"'1' 286.00 286.00 B 12 12 296 150 128.70 128.70 ~V S607CL Reveal'M Displav 6 Magazme, Clea! 22300 223.00 B 9 g 2.06 150 100.35 100.35 VV ':iG08(.L ReveallM Displav 8 Pamphlet. Clear 187.00 187.00 B 6 6 144 150 84.15 84.15 VV ';G09Ci Reveal'~' ni~rJa\l 4 Ma~:jazine H PCI.nt't,I,-!1 277.00 277.00 e 12 .2.89 150 12465 124.65 iN i?8v()~I'" [Ii<:.pla'.l 1 ~ BO{JKlp! ;'!)5,()(1 25~ or' ^' 1147.5 11475 5611CL Rel/eaJTM Display 8 Magazine 4 Pamphlet, Clear 349.00 349.00 B 1 15 34 3.78 150 l-.- 157.0~_L~?.:....~~_.; W 5612CL Reveal™ Display 2 Magazine 4 Pamphlet. Clear 193.00 193.00 B 1 6 6 144 150; 86.85 ! 86.85 ~ w ;----1-----, 5613CL RevealN Display 3 Magazine. Clear 187.00 187.00 B 1 5 5 1.26 150 ;-~~~~~_l W 5614CL Revaal™ Display 12 Magazine. Clear 350.00 350.00 B 1 14 37 3.73 150 L-.!~_.l ~J W 5615CL Reveal~ Display 8 Magazine. Clear 282.00 282.00 B 1 12 12 2.71 150 1._.1.~~_r._13~9..0_..i W 5616CL RevaaP'" Display 6 Pamphlet, Clear 143.00 143.00 B 1 4 4 1.07 250 L._~~. I ~~~_I W 5617CL Relleal™ Display 6 Magazine, Clear 221.00 221.00 B 1 8 8 2.06 150 ~__ 99.451 99~; W 5618CL RevaaP'" 12 Business Card Display. Clear 99.00 99.00 B 1 3 3 0.28 92.5 1 44.55 I 44.55 l W 5619BL Relleat™ Floor Stand, Black 203.00 203.00 B 1 9 9 1.06 92.5 r--;~~~]~-;~~35-1 W 5620CL ReveaFtII Display 4 Magazine, Clear 202.00 202.00 B 1 6 6 1.40 150 _l~~ 90.9~._j! W 5621CL Reveal™ Display 1 Magazrne, Clear 62.00 62.00 B 1 2 2 0.21 150 ~ 27.9~1_~~ W 5622CL Reveal~ Display 2 Magazjne. Clear 126.00 126.00 B 1 3 3 0.40 150 I 56.70 56.70 I W t-.--- ----; 5623CL Revealm Display 2 Pamphlet. Clear 63.00 63.00 B 1 2 2 0.23 070 i 28.35 j w 5624CL ReveaJTM Display 3 Magazine, Clear 175.00 175.00 B 1 5 5 1.07 150 78.75 I W 5625CL ReveaFtII Display 3 Pamphlet, Clear 97.00 97.00 B 1 3 3 0.40 150 I 43.65 I 43.SW W 5626CL Reveal'. Display 6 Business Card. Clear 64.00 64.00 B 1 1 1 0.14 92.5 ~8.80 -1_~l!:...~ W 5627CL Reveal'. Display 6 Booklet. Clear 171.00 171.00 B 1 6 6 1.31 150 1--!6.95 I 76.95 i W 5645 Opaque HIPPA Chart Holder. Black-BL. White-WH 48.OQ 192.00 B 4 10 10 1.66 100 I 21.60 I 86.40 I w 5646 Opaque HIPPA Chart Holder. Slack.BL. White-WH 54.00 54.00 B 1 2 2 0.33 100 r--~~3O--r __~4-,-3Q._.J W 5660WH StraightenUp! Inserts 6pk, White 30.00 30.00 B 6 2 2 0.17 085 L~.~~o_.J W I ! ! 5661 NC Wire Hange~ 2 pk 6.00 6.00 8 1 1 1 0.01 070 L._~~~_~.70 _-{ W 5665CL Clear2cllll Display 9 Magazine. Clear 219.00 219.00 B 1 15 15 2.59 125 L_~~_L~~~~__j W ; I I 5666CL Clear2c™ Display 6 Pamphlet 3 Magazine. Clear 165.00 165.00 B 1 10 10 1.91 150 t--.2~~~--; Z~:3..~_._ ~ W 5667CL Clear2cTtII D~sPlay 6 MagaZ~ne. Clear 149.00 149.00 B 1 10 10 1.78 150 ~__~?:~_5_!67.~~ W 566BCL Clear2cTlol Display 6 MagazrneS Pamphlet. Clear 223.00 223.00 B 1 14 14 2.59 150 t--~-! 100~ w 5669CL Clear2c™ Display 2 Magazine 4 Pamphlet. Clear 121.00 121.00 B 1 7 7 1.38 150 I 54.45 I 54.45 J W 5670CL Clear2c™ Display 4 Magazine. Clear 99.00 99.00 B 1 8 8 1.25 150 t 44.55 I 44.55 i W 5671CL Clear2cTt.. Display 12 Pamphlet. Clear 159.00 159.00 B 1 10 10 1.78 150 L~~_-L-!~j W 5672CL Clear2c'. Display 18 Pamphlet. Clear 279.00 279.00 B 1 14 14 2.80 150 ~__1..~5~U~.2~:?~__.J W 5673CL Clear2cTM DlsplayBPamphlet, Clear 137.00 137.00 B 1 7 7 1.33 150,61.65 161.65 i W 5682CL Clear2c TM Overlap Display 5 Magazine, Clear Disc. ~'~_._~--1 5685CL Clear2c™ Corner Display 12 Pamphlet. Clear Disc. t----,~------.1 5686CL Clear2c ™ Corner Display 6 Magazine. Clear D18e. ! I ..- ! 5687CL Clear2c™ Corner Display 6 Pamphlet, Clear Disc. l==t=-~----'l 5688CL Clear2c ~ Corner Display 3 Magazine, Clear Disc. l--l----~- i 5689CL Clear2c™ Corner Display 9 Magazine. Clear Disc. t._.__J_,__,.__u_~_! 5690CL Clear2c 1M Corner Display 18 Pamphlet, Clear Disc. L..-. .-L-~ . I 5695CL Reveal'. Tabletop Display Square 8 Magazine 168.00 168.00 S 1 13 44 4.72 250 I 75.60 I 75.60 j W 5696CL ReveajTM Tabletop Display Square B Pamphlet 100.00 100.00 8 1 6 6 1.98 250 ~_ 45.00 j ~~, W 5697CL Reveal'. Tabletop Display Triangle 6 Pamphlet 78.00 78.00 B 1 5 5 1.55 250 f 35.10 -H. 1 O--! W 5698CL Reveal™ Tabletop Display Triangle 6 Magazine 135.00 135.00 B 1 10 34 3.76 250 i- 60.75 60.75 I w Expose™ Wood Display 6 Pamphlet 6 Mag. Mahogany/Black-MS. Mahogany/Sand-MS. Oak/Black-DB. I ----j~~ 5705 OaklSand.DS 302.00 302.00 B 1 22 34 3.36 125 i~~:9..~-i--.E5~~_~ W I I J 5706 Expose'. Wood Display 9 Magazine. Mahogany/Slack.MS. Mahogany/Sand MS. Oak/Black.OS. Oak/Sand.OS 294.00 294.00 B 1 22 33 3.28 125 I 132.30 j'.~. ..1 w , I 5707 Expose ™ Wood Display 6 Magazine, Mahogany/Black-MS. Mahogany/Sand-MS, Oak/Black-OB. Oak/Sand-OS 218.00 218.00 B 1 15 15 2.46 125 I 98.10 98.10! W Expose™ Wood Display 3 Mag 6 Pam., Mahogany/Black-MS, Mahogany/Sand-MS. Oak/Black-DB, OaklSand- lr----. ! -----j 5708 OS 226.00 226.00 B 1 15 15 2.46 125 101.70 I 101.70....J W 1)70Q EXpO~f"lTM Wood Display 1L Pamph!~1. Mahogany/Black-MS, Mahogany/Sand-MS, OaklBlack-OB. OaklSand-QS 248.00 248.00 8 17 17 246 125 111.60 111.60 VI' Exro~e 1M Wood Display 2 Mag, 4 Pam Mahogany/Black-MS, MahoganyISand~MS, Oak/Black-DB. OakfSand- 5710 OS 18500 185.00 8 11 11 1.63 125 8325 8325 W '~7 11 Exrf)~fl ™ Wooel Display 1 Magazinfl MBhoqanY/Black-MB. Mahoqany/Sand-MS OakJBlack-OB, Oak/Sand-OS 5000 50.00 8 4 4 0.48 100 2250 22.50 W 1)712 Expose!M Woorl Display? Pamphlet, Mahogany/Black-MS, Mahng:my/Sand-MS, OakJBlack-OB O:>k!Sand.OS 5400 5400 8 4 4 0.49 100 24.30 24.30 W ':i7nof<. ExposelM Wood Magazine Stand, O~k 181.00 18100 8 1 15 15 0.43 85 8145 8145 W ~717NC Castels for Magazine Stand 5713 1500 15.00 B 0.27 65 6.75 6.75 W S7900S Expose!M Wood Overlap Display 10 Magai'ine. Oak/Sand-OS 210.00 210.00 B 11 11 121 100 94.50 94.50 W 579105 Expose ™ Wooo Staggered Display 20 Pamphlet, OakJSand-OS 255.00 255.00 8 1 11 11 121 100 114.75 114.75 W 579205 Expose 1M Wood Display Overlap 5 Magazille. Oak/Sand-OS 147.00 147.00 8 1 6 6 073 125 66.15 66.15 W 579305 Expose™ Wood Staggered Display iO Pamphlet, Oak/Sand-OS 165.00 165.00 B 7 7 073 100 74.25 74.25 W 5795Cl Reveal™ Poster Display 18 x 24, Clear Disc. 5796Cl RevealTl\ll Poster Display 20)( 26, Clear Disc. 5797Cl ReveaPM Poster Display 20 x 26, Clear Disc. 579BCl ReveapM Poster Display 18 x 24, Clear Disc. 5799Cl ReveaP'l Poster Display 20 )( 26. Clear Disc. 5BOOCl ReveaJTM Poster Display 18 x 24, Clear Disc. 5B01Cl Reveal™ Poster Display 20 x 26, Clear Disc. 5B02Cl RevealT'l Poster Display 18)( 24. Clear Disc. SR20BL Kudos Small Orqanizer, Biack 19.00 19.00 8 1 039 85 855 8.55 5825GR .1 Drawer Organizel wilh Blue OrawerR Gri:lv 5700 228 00 8 4 26 40 420 125 25.65 102.60 '/\/ '!826GR .1 Drawer Organizer with Blue Drawf'!rs ,GIi1\ 6600 6600 8 fi tj 1.04 150 29.70 29.70 \,'" 1)110 Panel Bin 9 Pocket, Black-BL Gray-GR 69.00 69.00 B b 6 208 250 31.05 31.05 ;;, G111 Panel Bin 30 Pocket Black-BL Gray-GR 180.00 180.00 8 15 .57 602 250 81.00 81.00 ~ " ~11? Pane/Bin 18 Pocket Black-BL Gray-GR 123.00 123.00 8 10 :'.7 3.91 250 55.35 55.35 N ti16UNC QuickFind Desk Copy Holdel 9500 95.00 8 6 5 0.28 065 42.75 42.75 'N-P G161NC Quir.kFind Wall Mount Copy Hold!"! 83.00 83.00 B 3 3 0.31 100 37.35 37.35 w-p fnon Poise!'" High Back Chair. Black-Bl. Blue-BU Burgundy-8G, ChAIi:03J-CH 27400 27400 B 37 57 6.44 100 123.30 123.30 f:301 Poise!M Mid Back Chair, Biack-BL. Blue-BU Burgunrly-SG Clr<:lIcoai.Ch 252.00 25200 B :n 57 6.44 100 113.40 113.40 630l Poise™ Guest Chair. Bl~ck-BL. Blue-BU, B!Jrqundv-BG Charr.o<llI:H 21900 219.00 8 .l4 " 5.49 125 98.55 98.55 6500 Tel'>ilM High Back. Leather Seat & Back. Black 71500 715.00 B ,19 91 1025 100 321.75 321.75 6501 Tesl'M Mid Bac.l<. Leather Seal & Back. Black 605.00 "05.00 8 43 94 1034 100 272.25 272.25 G5(]2 r esi'~ Guest. L,~ather Seal & Back, Blad 55000 550.00 B 35 "0 6.73 150 247.50 247.50 ( S 'i ~ MaslelFile 2 Calflf'H Strips Laminate 158,00 158.00 A .1 J 0.14 70 79.00 79.00 A ~; r, "i:,' MasterFile 2 Carrier Strips Polvester 169.00 169.00 A 0.14 70 84.50 84.50 r-;SS:J MastelFile 2 Calfle! Strtnl'> PolY8stel 158.00 158.00 A '! 14 70 79.00 79.00 6.SS,1 MasterFile 2 Index/Out Guides, eln or 20 75.00 75.00 A LU 003 70 37.50 37.50 l~\)[)(l TesiT'" High Bark. Pedorated Back/LJpholstmed -S;",8t. Alad 660.00 660.00 8 49 ~J1 10.25 100 297.00 297.00 f)(;01 fpS,lM Glle~l. P"lior'ltmJ Back/Upholstered S"!dt, Bi<lc~ 495 on 495.00 8 '" 5] 704 150 22275 222.75 Gl-i02 resI1M Mid Back Perfol<1ted BacklUphulsh,lud S03\, BI;;,J 55000 550 00 8 4:1 94 iO:'}4 100 247.50 247.50 ,-ih;:l 'v'v'orkFit(Rl Merliurn Pneumatic Lift 50 IllIlI '( .1 48.00 48.00 8 5 5 021 100 21.60 21.60 f:ii2i:' V\/orkri/Ji{) High Pncuma!lc Lilt flU mm ' 7 5400 1)400 8 h 0 n 21 100 24.30 24.30 "'..1 6659 SitStar'''' Poly Base Stool with Adj Foot Ring, BlflCk-BL. Bille-BU. Green-GN. Disc. SitStm'" /\lijinWiftn RR~,f15tn..1 '-N1th Adl F,,,,! R!n<J 81.3d RI RIIJP 8U 328 00 128.00 8 2:) j2 d.~3 100 14760 141.60 ';itStar " 8<'11:1< I~inck Bl 81: ,,-,-[H ; .-,rj 1R5 on 165.00 '< ) 91 Inn 7425 7425 ')f~f;1 ~r!Stm ' Sh, 'It Cylind",! Disr 6663 SitStar™ Ind. Base Stool wfFlxed foot Ring Disc. --- - _..--.-._-~.."-_. ."."-'.' 6664 Diesel High Base with Back 215.00 215.00 B 1 23 69 7.53 125 96.75 96.75 F-I -.--- _._~.._,- - ,~,-- "-_. .-.. , 6665 Diesel High Base 147.00 147.00 B 1 17 43 3.77 125 66.15 66.15 F-I 6668 Diesel Low Base with Back 200.00 200.00 B 1 14 48 5.34 125 90.00 90.00 F-I 6669 Diesel Low Base 130.00 130.00 B 1 15 15 2.75 125 58.50 58.50...._. F-I .....-.. 6677 Adjustable Arm Set for Intern Chair, Black 114.00 114.00 B lIPair 7 7 0.35 100 51.30 51.30 F-I 6678 Casters for Hard Floor, Set/5 41.00 41.00 B SeilS 2 2 0.25 65 1M5..._!___ 18.45 F-I 6680 Economy Workbench Height Chair. Black 356.00 356.00 B 1 36 42 4.75 100 __.1_6~20 _ +_1~2.o___ F-I 6683 Adjustable T -Pad Arm Rests 114.00 114.00 B llPsir 7 7 0.35 100 51.30 51.30 F-I ...--- -- -........ ...--.---...-.- 6689BL Adjustable T -Pad Arm Set for Apprentice II, Black 91.00 91.00 D l/Psir 9 9 0.35 100 36.40 36.40 F-I ----_._._~-..--_._-----_.. 6729 WorkFit@ Square Seat, High Pneumatic Lift Chrome Base. Fabric Disc. ! ~..__._._.__ m__.__. n. ...__ 6730 WorkFIt@Square Seat. High Pneumatic Lift Chrome BaseNlnyl Disc. 6748BL Oversized Stool, True Comfort, Black 607.00 607.00 B 1 36 56 5.82 100 . .2?3:1.5_..,.l7_~1~. F-I 6851BL Knee-Sit, St.el frame, Black Disc. . ~-,l~-~-. 6862 Choices Mid Back, Articulating Seat/Back. Black.BL, Blue-BU. Burgundy-BG, Gray-GR 322.00 322.00 B 1 29 45 5.00 100 144.90 144.90 I ___.,',~_,_.____..___'uo_______..___ 6863BL Choices Mid Back, Articulating Seat/Back, Vinyl, Black 322.00 322.00 B 1 29 45 5.00 100 144.90 . 144.90 I -.-t--- - _.~ ~~ 6866 Choices High Back, Articulating Seat/Back, Black-Bl, Blue-BU, Burgundy-BG, Gray-GR 360.00 360.00 B 1 31 45 5.00 100 162.00 162.00 I 6867BL Choices High Back, Articulating Seat/Back, Vinyl, Black 360.00 360.00 B 1 31 45 5.00 100 162.00 162.00 I 6870NG Choices Adjustable Foot Ring Stool Kit 18" 151.00 151.00 B 1 8 8 1.14 100 67.95 67.95 I ._.___..,_'_u_______ 6900 Soft.Tough@Desk Height wlGlides 322.00 322.00 B 1 27 30 3.17 100 144.90 144.90 F-I 6901 Soft.Tough@OeskHelghtw/Artlculatlng Back Disc. ~___~ __.J ._ 6902 Soft-Tough@Desk Height wlArticulating Seat/Back 404.00 404.00 B 1 30 33 3.17 100 181.80 181.80 F-I .--...---- .,-..-.--. 6910 Soft-Tough@Stool w/Adj. Foot Ring Disc. 6911 Soft-Tough@Stoolw/Artlculatlng Back Disc. 6912 Soft-Tough@Stoolw/Articulating Seat/Back 18~ Foot Ring 454.00 454.00 B 1 30 32 3.17 100 204.30 204.30 F-I -------'..--- - .~-~ 6930 Soft~Tough@ Stool w/Loop Foot Rest Disc, 6950BL WorkFit@Stool, Chrome Base, Black 394.00 394.00 B 1 31 42 4.44 100 177.30 177.30 F-I 6851BL Knee-Sit. Steel frame, Black 166.00 166.00 B 1 15 31 3.42 150 _74!ll_-+_!_":?D_ I 6952 WorkFit@Articulating Seat/Back Stool, Chrome Base/Poly 478.00 478.00 B 1 32 42 4.64 100 215.1~. _, _ __.2.1_5:_10_ F-I i I 7010 Wicket wlArms, Fabric, Black-Bl, Burgundy-BG, Gray-GR. Navy-BU 155.00 155.00 D 1 18 18 2.71 125 62.00 62.00 - --~---,--,-"+- ---,-----, 7010 Wicket Series Stack Chair See Pages 20.23 for Configured Prtclng or Custom Seating Full Line Catalog .- -~ ..".._~.t-- 7011 Wicket w/Anns, Vinyl, Black-BL, Burgundy-BG, Gray-GR, Navy-BU 155.00 155.00 D 1 18 18 2.71 125 62.00 62.00 I --" _._._--'.'--~.~.'~.'--- 7020 Wicket Stack Chair, Black-Bl, Burgundy-BG, Gray-GR, Navy-BU 134.00 134.00 D 1 15 15 2.61 150 53:~0 __, .. _..5~~~__ I 7021 Wicket Stack Chair, Vinyl, Black-Bl, Burgundy-BG, Gray-GR. Navy-BU 134.00 134.00 D 1 15 15 2.61 125 __S.3:6~~___5.3..~0 __ I 7079 VividTM High back Task Chair, Black-Bl, Gray-GR, Camel.CM 410.00 410.00 B 1 52 59 6.44 125 184.50 i 184.50 I :_,_..,~..-----t-----..- ,_.w.."..~_ 7080 Apprentice II Hlghback, Black~BL, Blue-BU, Burgundy-BG, Gray.GR 514.00 514.00 D 1 45 65 7.23 100 205.60 _L _~05.60 I 7080 Apprentice II Series See Pages 2()"23 for Configured Pricing or Custom Seating Full Line Catalog 7081 Apprentice II Guest, Black-BL, Blue-BU, Burgundy-aG, Gray-GR 400.00 400.00 D 1 35 47 5.01 150 160.00 160.00 I 7081 Apprentice II Series Guest See Pages 2()..23 for Configured Prtclng or Custom Seattng Full Line Catalog I -.---.-.-.---r----. -..-- 7082 Apprentice II Midback, Black-BL, Blue-BU. Burgundy-BG. Gray-GR 457.00 457.00 D 1 44 62 6.70 100 __.!.83-,-8()_...l._1~~8~ I 7083 Apprentice II Extended Height, Black-BL, Blue-BU, Burgundy-BG, Gray-GR 435.00 435.00 D 1 40 58 6.46 100 174.00 174.00 I 7084BL Apprentice II Extended Height Vinyl, Black 398.00 398.00 D 1 41.2 61 6.53 100 159.20 i 159.20 I -- - ~ -----. 71101 Remedease@lumbar Back Rest, Black 25.50 127.50 B 5 3 3 0.69 250 11.48 57.36 P ,. ,_w__.,._,_",_.~___ ._._. 7111 Value Sorter@24 Compartment, LIt. Org., Black-BL, Gray-GR, Medium Oak-MO, Sand-SA 185.00 185.00 A 1 29 29 2.01 70 _-'.l~:50_ m,__..Jl_2:5.~_ W 7121 Value Sorter@ 36 Compartment,lit. Org., Black.Bl, Gray-GR, Medium Oak-MO, Sand-SA 217.00 217.00 A 1 36 36 2.54 70 108.50 108.50 W - ..-1-.---~ - ,,- 71301 Remedease@ Full Height Back Rest, Black 52.00 260.00 B 5 6 6 2.53 250 ._ .3.3:~..0 _L_.1.1L.oo___. p 7131 Value SorteI'ID 72 Compartment,lit. Org., Black-Bl, Gray-GR, Medium Oak-MO, Sand-SA 370.00 370.00 A 1 61 61 4.71 70 185.00 185.00 W .-",--,---,-,-,-,-,-., ,1411 R'3tnedeasel!:' Low Profile Back Rest Black 40.00 200.00 B 5 8 8 179 250 18.00 90.00 r' n191 Remedease.ij) High Profrle Back RIO's!. 8lac:k 40.00 20000 B 5 9 9 2.51 250 18.00 90.00 p 7'Ei08L S(}ftSpoti~1 Lumb<'lr Roll, Blar;k 31.50 157.50 B 5 8 8 1.52 250 14.18 70.88 P "71~1Rl SOftSpfJtl~' Luw Profile, Black 46.00 230.00 B 5 10 10 2.29 250 20.70 103.50 P ,-..-..- 7152BL SoftSpo\11l1 Seal Cushion, BIRek 64.00 320.00 B 5 10 10 2.10 150 28.80 144.00 P i. 715:1BL Mesh Backrest Black 31.50 157.50 B 5 11 54 5.84 250 14.18 70.88 p -1:j4BL Lumbar Support Backrest. MernolY Foam BICld 38.00 190.00 B 5 13 13 2.38 150 17.10 85.50 P --'--'-'- ,.- --.- ;1)5BL low Profile Bar:kr8st. MenlOrv Fniolnl, Blad 43.00 215.00 B 5 15 32 3.30 150 19.35 96.75 p -17d Value Male(~) Sleel Bookcase, 2 Sl,sll, Black-St..., GraY-(_~R. Sand.'::,,'; 135.00 135.00 A 24 24 1.94 85 67.50 67.50 w " llOMO Vahle Mater~-I Steel Bookcase, 2-Shelf, Medium Oak 150.00 150.00 A 24 24 1.94 85 75.00 75.00 W 7171 Value Mate@lSteel Bookcase. 3-Shelf, Black-BL. Grav-GR. Sand-SA 158.00 158.00 A 32 32 2.21 85 79.00 79.00 w ".----.--,--,-.- .-- --.".----..- 717Hv10 Value Mate!~1 Steel Bookcase, 3-Shelf, Mer:hum Oak 174.00 174.00 A 1 32 32 2.21 85 87E~.. . ....87,.00..... w 717::' Value Mate<8 Steel Bookcase. 4-Shelf. Black-Bl, Glay-GR. Sand-SA 205.00 205.00 A 1 39 39 240 85 102.50 102.50 W --- -~ - 1'- .__.~- 7172MO Value Mate(R) Sleel Bookcase. 4-Shelf. Medrum Oak 221.00 22100 A 1 39 39 240 85 110.50 110.50 W -- ...~.-._-_..~ - -....--,,--..--- 717.l Value Matel!i.' Steel Bookcase, 5 Shelf. Black-BL, Gray-GR Sand-SA 252 00 252.00 A 48 48 3.19 85 !~6.1J!l..., ...1.~~.oO. '/1/ 7173MO Value Mate<R1 Steel Bookcase, 5-Shelf. Medium Oak 282.00 282.00 A 1 48 48 3.19 85 141.00 141.00 W 71'l4 Value Mat~) Steel Bookcase, G-Shelf, Black~Bl. Grflv-GR Sand-S.!\ 287 00 287.00 A 54 54 2.73 85 143.50 143.50 \\1 71741dC 'Jalu8 Matf!ll'l) Steel BookcBs8, 6 Shelf, Medrum O<1k 313.00 313.00 A 54 54 2.73 85 156.50 156.50 v'v Opela Single An11 36.00 3600 0 1 2 2 0.25 100 14.40 14.40 7"1. Upera Wood Tablel WIth AnTl 69.00 69.00 0 1 10 10 2.00 85 27.60 27.60 Opera Ganging Clamp T i'lble Set 28.00 2800 0 1 0.02 150 11.20 11.20 7320 Opera Series Stack Chair See Pages 20-23 for Configured Pricing or Custom Seating Full Line Catalog ;',Wli Vlsrt Stack Chall, Chronlf! N;wy-N Sli-l~:k-RL SluR-S\J Bll'UUlldvb3C:- 162.50 325 00 0 2 26 101 11.23 250 65.00 130.00 7~OO Visit Series Stack Ch<'lii See Pages 20-23 for Configured Pricing or Custom Seating Full Une Catalog 741rl '!,,<;it Stack Chall, Blad..:. N<lvv-r~V Black-BL, Blup-8L BUlllll'ldv-RG C;lrl\,-C;~ 16250 12500 0 2 26 101 1123 250 65.00 130.00 ',1.'" ~"I':ilt Nvkm Arm, Black 1950 19.50 D 2 2 002 100 7.80 7.80 -;-,f" 1 'isil Wood Tablet Aim 112.00 112.00 D 1 3 0.02 100 44.80 44.80 !4!i:": VIS II Chrome G''IIlqInQ Conneclul 15.00 15.00 0 0.02 100 .~IJ!l..._.. 6.00 ~ 4!'i:~ o i"il Black Gan~llnq Cunnector 1500 15.00 0 002 100 6.00 6.00 7454CR Ganging Clamp for Ditto Stack Ch<'lir,<; Oi~c. 75011 Remedease@Standard Back Belt wfSuspenders, Small 3500 150.00 B 10 1.00 125 15.75 15750 75021 Remedease@ Standard Back Belt w/Suspenders. Medrum 35.00 350.00 B 10 8 R 100 100 15.75 157.50 75031 Remedease@ Standard Back Belt w/Suspenders, Large 35.00 35000 B 10 8 8 1.00 100 15.75 157.50 F 75041 Remedease@Standard Back Belt w/Suspenders, X-Large 3500 350.00 B 10 8 R 1.00 100 1575 157.50 75051 Remedease@Standard Back Belt w/Suspf'Onders, 2-:' Xl 47.00 470.00 B 10 10 10 100 92.5 21.15 211.50 .-:lutt- rough(~1 H j) f\1Rchanrcal Stolll w.. flel\' 11300 323.00 8 - 141 100 140.85 145.35 1~;811Iedea~e'''' Oelll.".8 Bi:l~k Belt. ~-;mClI: 6800 h8D.00 8 IQ, 3060 306.00 'f';02 R8medeaseli1) Deluxe Back Belt, Mad!'Jrll 6ROO 680.00 B III(] Inri 30.60 306.00 R.emedease'!'.' Delux'3 Back 8All l :'Irq" 68.00 680.00 B Ii' 100 -J2,~l 30.60 306.00 R0rnerJeA~ei~1 DRluXA 8<'lLk BRit 6800 680.00 B 01', 30.60 306 00 7r,ur nfHllRdeA:;l~RI DuluxH Back Belt '-- S100 810.00 R j-:C; 36.45 364.50 ,:;ortin}:l T able B~lsrolSholJ GliJ'l 616.00 616.00 A 59 .rig 234 100 308.00 308.00 ~A,i ''':;11:-:;'' C,nlilllf) TClhlp 1('11 245 00 245.00 A 58 58 1.99 70 122.50 122.50 ;/\' ,':i1l..:iF .3olter Module. Grav 427 00 427.00 A 58 58 2,70 100 213.50 213.50 " -"r:;~r;p Gray 24200 242.00 A 29 29 1 44 85 121.00 12100 .^',klltlollal MC'id 5500 5500 A "i/P",~k 4 '150 70 27.50 27.50 '15 on )J"i nil 1 '!750 117,50 7756GR Satellite Mail Station Base. Gray 427.00 427.00 A 1 30 30 1.54 85 213.50 213.50 W .- --.-...l--.'-."" 7765GR 18 Compartment Mail Sorter, Gray 203.00 203.00 B 1 65 65 1.90 85 91.35 91.35 W - --,-- --- 7766GR 36 Compartment Mail Sorter, Gray 232.00 232.00 B 1 62 62 1.90 85 104,40.+_1~:40 W 7900 Urbane@) Chair\'iIAnn, Oak~MO, Black-BL, Blue-BU. Burgundy-BG 388.00 388.00 D 44 4.66 125 I I 1 34 ._~~,2~..+ ~~O... 7901 Urbane@ Series Single Guest Chair See Pages 2()..23 for Configured Pricing or Custom Seating Full Line Catalog 7902 Urbane@ Series 2~Seater Guest Chair Se. Page. 2()..23 for Configured Pricing or Custom Sellting Full Line Catalog 7903 Urban.@Series 3-Seater Guest Chair See Pages 2()..23 for Configured Prtcing or Custom Seating Full line Catalog ~"~ ---~. -~- 7904 Urbane@ Series 4.Seater Guest Chair Se. Pages 2()..23 for Configured Pricing or Custom Seating FullUne Catalog 7905 Urbane@ Serle$ 5~Seater Guest Chair See Pages 2()"23 for Configured Pricing or Custom Seating Full Line Catalog 7910 Urbane@) Chair w/Arm, Mahogany-MH, Black-BL, Blue-BU, Burgundy-BG 388.00 388.00 D 1 34 44 4.66 125 155.20 155.20 I 7920 Urbane@) Chair w/Arm, Cherry-CY, Black-BL, Blue-BU, Burgundy-BG 388.00 388.00 D 1 34 44 4.66 125 .15~,20__,._._.1..5..s~20_. I 7930 Urbane@> Chair Armless, Oak-MO. Black-BL, Blue-BU, Burgundy-BG 383.00 363.00 D 1 34 44 4.66 125 145.20 145.20 I -... .-.-.4-..- ,-_..- 7940 Urbane<8> Chair Armless, Mahogany-MH, Black-BL, Blue-BU, Burgundy-BG 383.00 383.00 D 1 34 44 4.66 125 145.20 145.20 I .-.--. -..-r--- . 7950 Urbane(!) Chair Armless, Cherry-CY, Black-BL, Blue-BU, Burgundy-BG 383.00 383.00 D 1 34 44 4.66 125 .1~~.~0---"... 145.20 I 7960 Urbane@) End Table, Cherry-CY. Oak-MO, Mahogany-MH 253.00 253.00 D 1 22 22 1.68 85 101.20 i 101.20 C --..----.--.-.-.....4.-...-----.---.---.. 7962 Urbane@CornerTable. Cherry-CY, Oak-MO, Mahogany-MH 302.00 302.00 D 1 24 24 2.17 85 120.80. _. t-....1.:!o.ao c 7964 Urbane@CoffeE>Table, Cherry-CY, Oak-MO, Mahogany-MH 340.00 340.00 D 1 34 34 3.43 85 138.00 136.00 C .--...--.-....---;......-..- - ... -... 7966 Urbane@} Centel Connect Table. Cherry-CY, Oak-MO. Mahogany-MH 181.00 181.00 D 1 18 18 2.29 85 72.40 72.40 C u___~_ .___1'_____...._ -..-.. 7968 Urbane<8> Comer Connecting Table, Cherry-CY. Oak-MO, Mahogany-MH 217.00 217.00 D 1 22 22 1.30 85 86.80 i 86.80 C 7970BL Forge@) Steel Reception Chair w/Arms, Black, Black-BL. Blue-BU, Burgundy-BG 264.00 264.00 D 1 34 42 4.69 125 ..1~~60_~.1~~60.. I 7971 Forge@) Series Single Guest Chair S.. Pages 2()"23 for Configured Pricing or Custom Seating Full Line Catalog 7972 Forge@ Series 2-Seater Guest Chair See Pages 20-23 for Configured Pricing or Custom Seating Full Line Catalog 7973 Forge@ Series 3-Seater Guest Chair See Pages 2()"23 for Configured Pricing or Custom Seating Full Line Catalog 7974 Forge@Serles 4-Seater Guest Chair See Pages 2()..23 for Configured Pricing or Custom Seating Full Line Catalog ~--_.... --...-.. ._~- 7975 Forge(!! Series 5-Seater Guest Chair Se. Pages 2G-23 for Configured Pricing or Custom Seating Full Line Culog 7980BL Forge@) Steel Reception Chair Armless, Black, Black-BL, Blue-BU, Burgundy-BG 253.00 253.00 D 1 34 42 4.69 125 .. .1()~ ~O __'- 1.~1.20 I 7990BL Forge@Steel Reception End Table, Black 149.00 149.00 D 1 19 19 1.60 85 .. _.5.~0._ -+...~~c6~ ... I 7992BL Forge<ID Steel Reception Corner Table, Black 171.00 171.00 D , 20 20 1.68 85 68.40 68.40 I - ----~_._--+-_..~_.__.~../ 7994BL Forge@Steel Reception Coffee Table, Black 195.00 195.00 D 1 27 27 2.68 85 78.00 78.00 I 7996BL Forge@) Steel Reception Straight Connection Table. Black 149.00 149.00 D 1 16 16 2.01 85 59.60 59.60 I ~--+--~._-----~ 7998BL Forge@Steel Reception Corner Connecting Table, Black 161.00 161.00 D 1 16 16 1.24 85 _ _ 64.4.0_..+. ....6440._ J 80102 SoftSpot@Vantage Mouse Pad, Royal Blue 18.00 180.00 B 10 5 5 0.78 100 8.10 81.00 P - ~----t-._- 80108 SoftSpot@Vantage Mouse Pad. Black 18.00 180.00 B 10 5 5 0.78 100 __.8.1~_~,.._. 8~,OO_...... P 80202 SoftSpot@Vantage Keyboard Pad, Royal Blue 18.00 180.00 B 10 6 6 0.57 92.5 8:10 ... ._,.._.~~c()Q._._ F 80208 SoftSpot@Vantage Keyboard Pad. Black 18.00 180.00 B 10 6 6 0.57 92.5 8.10 81.00 F "--. . ._'".....~-._..,_... ..-- 8710 Intern Height Adj. Seating, Black-BL, Blue-BU, Burgundy-BG, Gray-GR 267.00 267.00 B 1 28 36 3.73 100 120.15 120.15 I 8711 Intern Stool, Black-BL, Blue-BU, Burgundy-BG, Gray-GR 306.00 306.00 B 1 32 39 4.17 100 137.70 137.70 1 ,--.-- -.--------.. ..~-_. 8913 Ovation Lectern, Medium Oak-MO, Mahogany-MH 379.00 379.00 A 1 75 131 14.54 65 189.50 189.50 W 8915 Stand-Up Lectern, Cherry-CY, Medium Oak-MO, Mahogany-MH 307.00 307.00 A 1 55 55 1.90 85 153.50 153.50 W .. -.-.-... _._.~-,.._---_.-...._.. B916 Table Top Lectem. Cherry-CY, Medium Oak-MO, Mahogany-MH 163.00 163.00 A 1 30 30 0.97 85 81.50 81.50 W '... - -- ~..J._ _ . _ --~'''-1 8917 Lectern Base. Cherry-CY. Medium Oak-MO, Mahogany-MH 262.00 262.00 A 1 45 45 1.67 85 .. ....~3~OO..~_..._1.~~.OO._. W 8918 Executive Mobile Lectern, Burgundy-BG, Medium Oak-MO, Mahogany-MH 640.00 640.00 A 1 98 98 3.32 85 320.00 . 320.00 W _._-~-j -~ -- ..-- , 8919 Executive Presentation Stand, Burgundy-BG, Medium Oak-MO, Mahogany-MH 562.00 562.00 A 1 122 122 4.14 85 281.00 . 281.00 W B920 Portable Tabletop Lectern, Gray-GR, Medium Oak-MO, Mahogany-MH Disc. --.<-. .- B921 Adjustable Speaker Stand, Gray-GR, Medium Oak-MO. Mahogany-MH 128.00 128.00 A 1 14 14 0.88 85 64.00 64.00 W 8922BL SCOOPN Multi Purpose Lectern, Black-Bl 479.00 479.00 B 1 80 145 16.00 100 215cS.~._.L ..2.15.55... , w 8923 RumbaTN Heighl Adjustable Lectern, Black-BL, Silver-SL, Tan-TN 741.00 741.00 B 1 6ll 68 5.89 85 . . 3.~.4~ ._:..}~j5.. W e925 Mobile Projector Stand, Gray-GR Mahoqany-MH 438.00 438.00 A 90 90 3.94 85 219.00 219.00 w 8927 AV Projector Stand, Black-BL. Gray-GR 236.00 236.00 A 1 62 62 2.15 85 118.00 118.00 W 8929BL Multi-Media Pro lector Cart, Black 282.00 282.00 B 1 38 38 2.00 70 126.90 126.90 W 8930BL 54" High Wide-Body Calt, Black 469.00 469.00 B 1 91 LTL 661 85 211.05 211.05 W R931Bl 44" High Wide-Body Cart. Black 446.00 446 00 B 87 87 4.53 85 200.70 200.70 W 8932BL Steel Adjuslablf1 Height Cart BIR,r;k 316.00 31600 B 1 61 61 179 85 142.20 142.20 W R933BL Plastic A V Cart, Slack 235.00 235 00 B 40 40 3.75 92.5 105.75 105.75 W 8940BL Scoot'''' Open Flat Panel Multimedia Cart. Black-Bl 649.00 649.00 B 1 40 65 6.81 85 292.05 292.05 w 8941BL ScooF~ Flat Panel Multimedia Cart. Black-Bl 789.00 789.00 B 40 65 6.81 85 355.05 355.05 W 8953 Mobile Refreshrnent Center, Gray-GR, Medium Oak-MO, Mahoqany-MH 27300 273.00 A 1 78 78 2.63 70 136.50 136.50 W 8954GR Mobile Printer/Copier Stand, Gray-GR 317 00 317.00 A 1 78 78 2.65 70 158.50 158.50 W 8962 Hospitality Service Cart, Medium Oak-MO, Mahoqany-MH 632.00 632.00 A 1 110 110 5.85 85 316.00 316.00 W 8963BL Refreshment Stand, Black 450.00 450.00 A 1 98 98 3.97 85 225.00 225.00 W 8964BL Mobile Beverage Cart. Black 425.00 425.00 A 1 83 LTL 8.25 85 212.50 212.50 W 8965BL Folding Beverage Cart, Black 196.00 196.00 A 25 25 1.53 85 98.00 98.00 W Q0102 SoftSpot@ProllneMouse Pad, Royal BluR 29.50 295.00 B 10 12 12 107 92.5 13.28 132.75 P 90104 SoftSpot@Proline Mouse Pad, Violet 2950 295.00 B 10 12 12 1.05 92.5 13.28 132.75 P ~O107 SoftSpot@ProlrneMousePad, Raspberrv 2950 295.00 B 10 13 13 1.26 92.5 13.28 132.75 p 90108 SoftSpot@Proline Mouse Pad, Black 29.50 295.00 B 10 12 12 1.07 92.5 13.28 132.75 " ~)O202 SoftSpot\B.1 Proline Keyboard Pad, Royal ShiH 2950 295.00 B 10 11 11 0.62 70 13.28 132.75 p '10204 SoftSpot@Proline Keyboard Pad, Violet 29.50 295.00 B 10 11 11 0.62 70 13.28 132.75 r 90207 SoftSpol:@Proline Keybo;:lfd Pad, RaspbelT\ 29.50 295.00 B 10 12 12 088 70 13.28 132.75 - 1020B SoftSpot\l!) Proline Keyboard Pad, Black 2950 295.00 B 10 11 11 083 70 13.28 132.75 n '1200BL E Z StorQ!:) Wall lvlountin!=l Bracket~, Black 63.00 6300 A .1 ~ 0.05 60 31.50 31.50 tj211 E-Z Stor@LiteratureOrg_ 24 Compartment. Black BlR. Gray-GRR. TropiC Sand- TSR 165.00 165.00 A 48 48 2.16 70 182.50 18250 w ~221 E-Z Stor@LiteratureOrg.36Compartment Black-BLR, Gray-GRR. TropiC SRnd-TSP 449.00 449.00 A 72 72 2.16 70 224.50 224.50 -. 12:)1 E-Z Slo"l3) Literature Org 60 Compartment. Black-BlP" Gray-GRR, Tlupic S8fld-TSR 703.00 70300 A 114 114 518 70 351.50 351.50 q2~11 Remedeaser~) Foot Cushion 40.00 200.00 B 5 11 38 398 400 18.00 90.00 ~241 E-Z Slor<ii) Literature Org_ 72 Compartment. Black-BlR. GrFly-GRR, TropIC Sarld- TSR 789.00 789.00 A 121 121 5.18 70 394.50 394.50 9251TSR E-Z StortRJ Literature Org. 24 Compartment legal Size, Tropic Sand Disc, ')254GR E,"l Stoi1.V Project Olg. 12 Compartment, Gray 455.00 455.00 A 52 52 368 70 227 50 227.50 '" 9261TSR E-Z Stor@Literature Org, 36 Compartment, Legal Size, Tropic Sand Disc. g264GR E-Z StO!\:R) Project Orq. 18 Compartment. 37 1/2"W x 15-314"0 x ::\6- 1iTH, Gray 507 00 507 00 A 67 67 3.68 70 253.50 253.50 w 9271TSR E-Z Stor@Literature Org. 60 Compartment, Legal Size.Tropic Sand Disc. 12lJGR [: Z Stor@ ProJed Olq, 30 Compartment. Gray 771.00 77100 A 116 116 749 70 385.50 385.50 .": E-Z Stu"") Literature Org, 24 Compartment. Gri'ly-GR. Medlllfll Oak-MO Mahoqany-f'olH 153 00 353.00 A 70 70 :2 47 70 176.50 176.50 1.i21 E-Z Star'S) litelature Olq 36 Compartment Gray-GF:, Medium Oak-MO. Mahngi-lIly-tv1H 427.00 ~27 00 A 90 90 310 70 213.50 213.50 'LU! E-Z Stor@LiteratureOrg, 60 Compartment, Gray-GR Medium Oak-MO, Mahog:'lny-MH 707 00 707.00 A 135 n~ 446 70 35350 353.50 'cU55 GO Compartmeni. literature Orq wfdoors Cherry-CY MmJitJl11 Oak-MO, Mahoqany MH 468.00 468.00 8 135 135 2.60 70 210.60 210.60 n."i(; "-)U Compartmenl lrterature Org wIJoor!';, Cl1euy-C r Medrum Oak MO, M;J;hnq;-my-MH 'JU5.GO 305.00 H 80 80 130 III 13725 137.25 ~" :i4U IrvlC \!Vond/Cnrrugaled, 12 COfTlpa!1Inenl, Medlun, OAk 9100 91.00 B 18 18 094 8~ 4095 40.95 JJll2MC lVood/Cnllugated, 24 Compartment. MedillTll Oak 11000 11000 B 30 30 143 70 49.50 4950 ',!-1IJJf'v!C Wnorl/Corrugalmi :~Fi r:omrarhnent. MedlUIr1 Oak 14200 142.00 B 43 43 198 70 63.90 63.90 .. \j/\11 Desktop Organizer, RadiUS Flont. 11 Camp Gray-GR. Medium OFlk-MU 189.00 18900 B 35 35 1,35 70 85.05 85.05 "v -!415 Desktop Organizer, Radiu!'; Front. 16 r:UIllP Gray"GR Medrum Oak MO 223.00 223 00 B 54 54 178 70 10035 100.35 N iJe!';klop Olqanilul. RadiUS Front. H C:Oltl~ r:;rav-GR Mp.dilll1l O;-1k-!\.'1r 11700 i 17.00 8 25 2S 09] m 5265 52.65 ., rvood [!A<;ktor '- r'ltpi 11 \ ""If' I r'i1HrJlill:l; (;ROt: h80l! l' ;<t:. 30.60 30.60 9420 Wood Vertical Adj. Lit Org. 12 Comp., Gray-GR, Medium Oak-MO 73.00 73.00 B 1 18 18 0.54 85 32.85 32.85 W 9422 Wood Adjustable Lit. Org., 16 Compartment, Gray-GR, Medium Oak-MO 113.00 113.00 B 1 24 24 0.65 85 50.85 50.85 W ~----"---"'--"'-'---'_._'-'--'-- 9423 Wood Adjustable Lit. Org., 24 Compartment, Gray-GR. Medium Oak-MO 143.00 143.00 B 1 36 36 1.24 85 64.~_ _ -\__ 64.35 W 9424 Wood Adjustable lit. Org.. 36 Compartment, Gray.GR. Medium Oak.MO 175.00 175.00 B 1 52 52 1.62 85 78.75 78.75 W 9425 Wood Corner Organizer, Gray-GR, Medium Oak 82.00 82.00 B 1 18 18 0.61 85 36.90 36.90 W 9430BL Onyxm 12 Compartment Mesh Literature Organizar. Black-BL 128.00 128.00 B 1 18 18 2.64 70 57.60 57.60 W 9431BL Onyx™ 6 Compartment Mesh literature Organizer, Black-BL 77.00 77.00 B 1 10 10 1.22 70 34.65 34.65 W 9432BL OnyxTM 5 Drawer Mesh Literature Organizer, Black~BL 97.00 97.00 B 1 15 15 1.22 70 43.~_ -t ~.43.65 W 9433BL Leather Look Organizar, 3 Shelves/3 Slots. Black-BL 72.00 72.00 B 1 11 11 1.28 70 32.40 32.40 W ,.-... - --.+.-.,>- -~-_._-- 9434BL Leather Look Organizer, 2 Shelves/6 Slots. Black-BL 77.00 77.00 B 1 11 11 1.33 70 ~.~. _---'. _~~~_.__ W 9435BL Leather Look Organizer, Desk/Drawer, Black-BL 74.00 74.00 B 1 10 10 1.04 70 33.~___L.." _~~:~ u W 9437BL Leather look Multi~Organizer, Black-BL 72.00 72.00 B 1 8 8 0.89 70 _ ._._ 32.4~___-.j-__~~.40 W 9452MO Wood 12 Bin Organizer, Medium Oak 182.00 182.00 B 1 47 47 4.09 85 81.90 81.90 W 9470NC Canmaleonm 15 Gal Sida Opan/Urn/Aggregate 431.00 431.00 A 1 31 48 5.44 100 215.50 _. _.215.50 F 9470TN Canmeleonm 15 Gal Side Opan/Urn/Aggregata, Tan-TN 431.00 431.00 A 1 31 48 5.44 100 .. .~.~."~O____~5.50 F 9471NC CanmeleonTIIII 38 Gal Top Open/Aggregate Panels 450.00 450,00 A 1 40 78 8.52 100 225.00 225.00 F 9471TN Canmetaon™ 3B Gal Top Open/Aggregate Panels, Tan-TN 450.00 450.00 A 1 40 78 8.52 100 - ~~~___ -~~:~2+ -r F 9472NC CanmeleonTN 38 Gal Side Open/Aggregate Panels 513.00 513.00 A 1 43 96 10.53 125 256.50 256.50 F 9472TN Cenmaleonm 38 Gal Side Opan/Aggregata Panals. Tan-TN 513.00 513.00 A 1 43 96 10.53 125 ""....2~~..s~_...._~_. ~S..6.50 F 9473NC Canmaleonm 38 Gal Side Opan/Um/Aggregata 609.00 609.00 A 1 46 96 10.53 125 304.50 ~__ ~:5o...__ F 9473TN CanmaleonN 38 Gal Sida Open/Um/Aggregate 609.00 609.00 A 1 46 96 10.53 125 _304.50....-,_ _304.5.0.._ _. F 9474BL CanmeleonTM 15 Gal Side Open/Urn/Recessed Panels, Black-BL 191.00 191.00 A 1 14 41 4.61 250 9~..:.~~_~_~_ __~5.~~ _.., F 9475 CanmeleonTM 38 Gal Top Open/Recessed Panels, Black-BL. Gray-GR 188.00 188.00 A 1 19 66 7.30 250 94.~~^ -t' 94.00 F 9475TN Canmeleon™ 38 Gal Top Open/Recessed Panels, Tan-TN 188.00 188.00 A 1 19 66 7.30 250 94.00 ........ 94.00 F 94768L Canmeleon™ 33 Gal Side Open/Recessed Panels, Black-BL 257.00 257.00 A 1 21 81 9.0 250 1~~.~~.....,-.. 128.50 F 9477BL Canmeleon™ 38 Gal Side Open/Urn/Recessed Panels, Blsck-BL 352.00 352.00 A 1 23 81 9.06 250 ._ __._'!!~':~__I__J~.OO F 9479GR Canmeleonm 38 Gal Square. Gray-GR 188.00 188.00 A 1 19 66 7.40 250 94.00 . .., 94.00 F 9485BL Canmeleon™ 30 Gal Pentagon, Blsck-BL 165.00 165.00 A 1 17 58 6.70 250 82.50 82.50 F 9486BL Canmeleon'. 45 Gal Pentagon, Black-BL 205.00 205.00 A 1 24 109 12.10 300 _102.~O _."_.._.!0~:50__.._ F 9492 Wood Adjustable Lit. Org., 14 Comp/1 Drawer, Gray-GR, Medium Oak-MO 130.00 130.00 B 1 30 30 0.91 85 ,_~~~~.~~,____..__ 58.50 W 9493 Wood Adjustable Lit. Org., 24 Comp/2 Drawer, Gray-GR, Medium Oak-MO 167.00 167.00 B 1 55 55 1.56 85 ~__.?~..1_5_ __ .._!~_..~5 W 9494 Wood Adjustable Lit. Qrg., 36 Comp/2 Drawer, Gray-GR, Medium Oak-MO 203.00 203.00 B 1 70 70 1.96 85 91,35 91.35 W 9505 Medallion@Receptacle Base, 20 Gallon, Almond-AL, Charcoal-CH, Gray-GR 631.00 631.00 A 1 18 58 6.70 250 ,~- _~_15.50_ c_C:-~~~:5~___'--1 F 9520 Medallion@TrashLid for 9505, Almond-AL. Charooal-CH, Gray-GR 125.00 125.00 A 1 5 5 1.61 150 62.50 62.50 F 9604 Medium Round Wastebasket, Black-BL, Charcoal-CH. Sand-SA 19.25 115.50 A 6 26 29 2.90 85 9.63 57.75 F ---.-..-..--.------.----- 9609 Dome lid for Tall Wastebasket, Charcoal-CH, Sand-SA 87.00 261.00 A 3 15 27 3.14 250 43.50 130.50 F 9610 Tall Round Wastebasket, Charcosl-CH, Sand-SA 57.00 171.00 A 3 29 56 5.83 85 28.50 85.50 F 9612 Square Wastebaskat. Black-BL. Sand-SA 53.00 159.00 A 3 17 17 2.56 85 26.50 79.50 F 9615WL Medium Rectangular Wastebasket Walnut 64.00 192.00 A 3 16 16 2.41 85 32.00 96.00 F ~._._- - ..--...,!--,...- .-..-.._.. "-~ 9616 Medium Rectangular Wastebasket, Black-BL. Charcoal-CH, Sand-SA 53.00 159.00 A 3 16 16 2.41 85 26.50 79.50 F 9618 Tall Rectangular Wastebasket. Black~BL, Charcoal-CH, Sand-SA 109.00 327.00 A 3 42 58 6.08 85 54.50 _____~~~.5~____, F 9632BU Can UdfTalJ Round Wastebasket, Blue 106.00 106.00 A 1 16 57 6.25 85 53.00 53.00 F 9636 Dome Top with Door Lid. Black-BL. Putty-PT. White-WH 233.00 233.00 A 1 25 59 6.14 125" 116.50 . 116.50 F I.------.--..--.---i---.--- 9639 Dome Top with Open Top, Black-BL, Putty-PT, White-WH 214.00 214.00 A 1 25 53 6.04 125 107.00 107.00 F -.-. - - ~-_.._-- -- -..-. , 9654SS Swing Top Lid. Stainless Steal 173.00 173.00 A 1 16 16 1.24 250 , .._86.50___.__. _86:~~ F 9655SS Push Top Lid. Stainlass Stael 173.00 173.00 A 1 7 7 1.21 150 86.50 86.50 F 9656SS Hamper Base, Stainless Steel 271.00 271.00 A 1 16 43 4.78 125 135.50 135.50 F 9657 Swing Tor Lid, 3ray-GR Santi-SA White WH 109.00 109.00 A 1 16 16 1.24 250 54.50 54.50 r 9660 Hamper Base, Gray-GR, Sand-SA, White~WH 129.00 129.00 A 1 16 43 4.78 125 64.50 64.50 F 9661SS SWing Top Lid, Stainless Steel 228.00 228.00 A 1 9 9 2.13 250 114.00 114.00 F 9662SS Push Top Lid. Stainless Sleel 228.00 228.00 A 1 10 10 2.01 150 114.00 114.00 F 9663SS Hamper Base, Stainless Steel 348.00 348.00 A 1 22 66 741 125 174.00 174.00 F %64 Swing Top Lid, Gray-GR, Sand-SA, WhiLe WH 129.00 129.00 A 1 9 9 2.16 250 64.50 64.50 " 9666 Hamper Base. Gray-GR. Sand-SA. White-WH 173.00 173.00 A 1 22 66 741 125 86.50 86.50 F ',668 Rectan~ulaf Rt~M Plastic Linel 86.00 86.00 A 5 5 2.69 60 43.00 43.00 F 96G9 Rectangular Rigid Plastic Liner 118.00 118.00 A 7 47 4.92 60 59.00 59.00 F 9671NC Ash N'Trash, 3 Gallon, Black Speckle 109.00 109.00 A 10 10 1.89 150 54.50 54.50 r 9672NC Ash N'Trash. 12 Gallon, Black speckle 219.00 219.00 A 1 21 48 5.46 250 109.50 109.50 F 9675NC Dome Top Push Door Receptacle, 15 gal. Black Speckle 237 00 237.00 A 1 22 60 6.80 250 118.50 118.50 F 9676NC Dome Open Top Receptacle, 15 gal., Black Speckle 212.00 212.00 A 1 22 60 6.89 125 106.00 106.00 F %77NC Open Top Receptacle, 35 gal., Black Speckle. 297.00 297.00 A 1 23 74 8.10 125 148.50 148.50 F 9679NC Ash Urn, Black Speckle 7700 7700 A 1 6 6 1.54 150 38.50 38.50 F 9681 WH 4 Gal. Round Step-On Receptacle, White 84.00 84.00 A 10 10 2.05 125 42.00 42.00 F %83WII 7 Gal. Rounrl Slep-On Receptacle. White 123.00 123.00 A 1 12 12 2.83 125 6150 61.50 F ~684NC Roumi Waste Receptacle, 4.25 Gallon. Black Speckle .54.00 5400 A 5 5 124 250 27.00 27.00 F 9693PT Security Receptacle, Putty 421.00 421.00 A 33 89 9.73 125 210.50 210.50 F 0695 Reflections 35 Gallon Open Top Receptacle. ChromE 479.00 479.00 A 22 64 7.26 125 239.50 239.50 'J696BL SIlUate Sandless Ash N' Trash Urn, 3 Gallon_ Blad 106.00 106.00 A 12 12 143 125 53.00 53.00 F %97 Reflections 35 Gallon Open Top Receptacle. Br"~s 479.00 479.00 A 22 64 7 26 125 239.50 239.50 fJ698BL Ash Urn, Black 61.00 61.00 A 7 7 1.65 125 30.50 30.50 9699BL Ash N'Trash, BliKk 118.00 118.00 A 11 11 204 125 59.00 59.00 3710 Plastic Step-on \!Vaste Receptacle. 4 Gallon, Black-BL. Whitr:.WH 3200 32.00 A 4 4 136 250 16.00 16.00 cj716BI Onyx fM Mesh Small Round Wastebasket. Blad<. 1000 30.00 A 5 5 037 125 5.00 15.00 F ~j717BI Onyx1M Mesh Medium Round Wastebasket, Black 2100 6300 A 3 8 8 1.85 125 10.50 31.50 171RBL Onyx™ Mesh Large Round Wastebasket Black 31.00 9300 A 3 11 11 2.27 125 15.50 46.50 "120 Dome Step-on '2 gal" Black-BL. White-WH 191.00 19100 A 14 33 3.65 125 95.50 95.50 F Dome Step-on 12 gal.. Black-BL. White-WH 228 00 228.00 " 19 54 6_00 125 114.00 114.00 '1722 Dome Slep-0n 15 qai. Black-BL. White-WH 247 00 247.00 A 25 64 7B 125 123.50 123.50 9728 Wood Waste Receptacle Flat Top, Gtay-GR, Medium O"k.MO 55700 557.00 A 75 75 3.27 70 278.50 278.50 ',i72S! Wood Waste Receptacle Tray Top, Gray-GR Medium Oak-MO 603.00 603.00 A 75 75 3.27 70 301.50 301.50 F '-J733 Checks Wastebasket, 6 gal.. Black-BL, Gray-GR 3900 117.00 A 3 1020 11 142 100 19.50 58.50 '.1740 Bubble Wastebasket, Slack-BL. Glay-GR, Non Color-N/. 29.00 87.00 A 10 60 11 217 100 14.50 43.50 '174r; Corrugated Wal'te Receptacle 12.00 14400 A 1L 29 n 357 125 6.00 72.00 'lI5!) Mini Receptacle, 2 qt., Blar;k-BL. White-WH 900 54.00 A h 4 \ 1.07 250 4.50 27.00 ')151 Mint Receptacle. 6 q\.. Black-BL. White-WH 13_00 78.00 A h h h 281 250 6.50 39.00 'liS!i Ka7aam ™ Rec€-ptacle. 2.2 ~al.. Black-BL. WhitR-WH 7400 74.00 A 6 G 1 13 150 37.00 37.00 '17fi1S::: Kazaall1 rM RecE.ptacie, 84 qal., Stainless Steel 194 on 194.00 A Q q 194 100 97.00 97.00 _l162SS Kazaam1M ReCEptacle. 11 5 gal Stainless Steel 215 DO 215.00 A 11 77 285 100 107.50 107.50 '17C1SS Kazaarn TM RecEPtaclR, 17 nal, Stainless Steel 323.00 323.00 A 2'l 51 5.76 125 161.50 161.50 1178 S111(Jk81 Di-'lllH\.~), Black-BL, TropIC Sund.SA '6500 .16500 A 4) 06 f) !1~ 125 232.50 232.50 :;l1908l A.t 'four-Disposal 1M Was!\:! Receptacle, Blac.k 9500 95.00 A 13 31 328 150 47.50 4750 ,. ~796Bl At_Your_Disposal~M Wastebasket, 5 gallon. Bla'_~k 1900 39.00 A 3 147 200 19.50 19.50 t\1-l ()ul-Disf!us<1i i" ',elte,::)Cl Gallotl. 6Ia<)., 197.00 19700 ~~l 443 150 98.50 98.50 \l"'il~;I'.:l1::Jsk8t 7:) 00 ~20n 1/7 .qr; .1600 ~6.00 9833 Reflections@ Sand Fill Ash Urn, Chrome/Black : I I F 104.00 104.00 A 1 7 7 1.68 125 ~__53.:~-1_ 52Q{).~ 9848 Reflections@Sand Fill AshfTrash, Chrome/Black 149.00 149.00 A 1 10 10 2.09 125 i__.~450 -+--!~c5.ll.-! F 9862 Reflections@Large Sand Fill Ash/Trash, Chrome/Black 360.00 360.00 A 1 19 51 5.51 125 i--_~O.OO -.t~1 F 9871 Reflections@Domewith Open Top, Chrome/Black 290.00 290.00 A 1 23 60 6.61 125 i- 145.00 I 145.00 j F 9875 Reflections@Domewith Open Top, Chrome Only 391.00 391.00 A 1 23 60 6.61 125 : 195.50 ' 195.50 i F ~'------'-'+~-~~--'1 9860 Reflections@ Dome with Push Door. Chrome/Btack 317.00 317.00 A 1 22 60 6.22 125 ~~O_~~:;!l_i F 9884 Reflections@Domewith Push Door. Chrome Only 440.00 440.00 A 1 22 60 6.22 125 I 23000 r- 220~ F 9893 Reflections@Push Top Sq. Receptacle. Black/Chrome 230.00 230.00 A 1 24 55 6.07 125 Ul~~l-~~--i F 9895 Reflections@Push Top Sq. Receptacle. Black/Chrome 297.00 297.00 A 1 32 96 10.09 125 L. 148.50 . 148.50 J F 01 BID REQUEST NO.; Cl-908KP DATE: NOVEMBER 12,2008 SCHOOL BOARD OF VOlUSIA COVI~ ry c;) -, MATERIAL: TEACHING AIDS, EQUIPMENT & SUPPliES % DISCOUNT EFFECTIVE: DECEMBER 1,2008-NOVEMBER 30, 2010 01 c;) CEPARTMENT: DISTRICT-WIDE w FUND: 110 (!) <[ Q ~ Discount 0IfInd oa CIllaIDg or 2. DISCOUNT OFFE.RED {BY CAlEUUft, , Internet . VENDOR NAME & CfTYIST DISCOUNT % SUPPUES EQUIPMENT FURNITURE OlHER Showboard. Inc. 10% C - - . - Clearwater. A.. Summit learning 15% . - - - . Fort Atkinson, WI U) T eaehersParadiH.com. Inc. :;:: 15%10% . - - - - w Miami, FL f- U) Tech4Leaming. Inc. >- - 3% · U) - - - >- San Diego. CA <[ -.J The Apple Tree - Q 10'1. . - - - <[ Holly Hl/I, FL Q Urbanscape H 5% . - - - - 0:: Silver Lake, IN 0 -.J Valiant IMC LL 5% . - - - - S. Hackensack. NJ Violor Stanley, Inc.lSlte Horizons 5% . - - - . Dunkirk, MD Wabash Valley Mfg., fnc.lSite Horizons 2% . - - ...1 ~\Cl OF "0" - . SHver Lake. IN Ward's Natural Science Est, llC <:)v 'Y"~ . . 10% . ~ . Rochester. NY - ~- ...... "'Recommended acceptable percentage discount. g ..,..... APPROVeo "0 UJ C-Vendor did not supply. catalog, price sheet or intemet pricing with bid response. c: I~ '" NOV U2006 z (J) ~ c;) 1-' Bids sent to: 138 vendors OJ (J) Bid responses received from: 76 vendors ~ LD "No Bid" responses received from: :2 vendors ~~ (J) . '(.~NO ~'O... r'. ~ /~ . ,FLO '0;:; ~ Pwchssing Department Approval. PJ1. L~ ~ /~ /7, d1fJtJ S- f') rl (J) This tabulation is posted as public notice for n hours from 4:00 P.M., Friday, October 17, 200& until 4:00 P.M., W~nesl;tay, October 22, 2008. Bidders are hereby c;) notified that faHure to file a protest within the tfme prescrlbed in Section 120.57(3) Florida statutes, or failure to post the bond or other security required by law c;) 01 within the time aHowed for filing a bond shall constitute a waiver of proceeding. under Chapt8l' 120, Florida Statutes. Offen from the vendors listed herein '~ OJ are the only offers received timely as of 2:00 P.M., october 14, 2008. All other offeR submitted in r"pOnte to this solicitation, if any. are hereby reieaed as late. rl ..... Page 7 of 7 f') c;) Quote from Workplace Resource Divided by, Divisions Divisions: Exhibit K: Fire Division and Filing System Quote Exhibit L: ITS Division Quote Exhibit M: EOC Division Quote Boynton Beach Fire Rescue # 5 Workplace Resource Kim Hislop SUMMARY 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 List Ext List Sell $730378'~fi '1"1;', Total (ITS) $22443.71 58.533 Total EGC $278993.23 57.115 GRANt)~T6:PAt~!'4m!t\til*""'k"'tf~i~-lf;~~,~1\~~ 1 VI 1 ~ ")! L\JOq <it :.~ :Jt\ !---'f\/: Boyn'" ., Beach Fire Rescue # 5 Workplacr ~esource Kim I-lislop Fire 0, iling System 3300 Corpore. venue #100 (954) 2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % STATE OF FLORIDA 425-001-06-1 VOLUSIA COUNTY SCHOOL BOARD CONTRACT - WABASH #CL-908KP GSA CONTRACT NUMBERS LOEWSTEIN GS-28F-0003L GRAND RAPIDS CH GS-28F-0011 K ADDEN GS-27F-0002V INTENSA GS-797-P-4560A CLARIDGE GS-28F-0042U SAFCO GS-29F-0010P SAFCO WASTE RECEPTACLES GS-07F-5509R 101 OTBL36 1 NOF 91 NA3636MGYL MYRIAD,36DX36W,MAGAZINE $777.00 $777.00 $304.93 $304.93 60.756 T ABLE,CYLlNDER,ROUND,LAMINA TE X NO GROMMET MC AMBER 101 -LNG 4 NOF N90MP MONTERREY,ONE SEAT $3123.00 $12492.00 $1225.59 $4902.36 60.756 LOUNGE,PIPING MOML MOMENTUM GRADE L 09105006 EFFLORESCE PUMPKIN 6 GRADE 6 3636 ESSENCE CHAMOIS MC AMBER 101 101 Subtotal $13269.00 $5207.29 60.756 106 LECTURN 1 NOF 10N2746LC2L UNIVERSAL,27WX46H ,LECTERN ,DELU $4097.00 $4097.00 $1607.84 $1607.84 60.756 XE,LAMINATE MC AMBER 501 PLATINUM METALLIC 106 TBL2484T 8 VSL SPECIAL VET1 Vela T Reg, 24 x 84 Rectangle Tilt wI $2003.00 $16024.00 $863.29 $6906.32 56.9 2484RETL FM Folding Modesty 1 of 51 4/3/2009 at 12:45 PM Boynton Beach Fire Rescue # 5 Workplace Resource Kim Hislop Fire Dept Filing System 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % * L - HP Laminate Surface Table Top * T2 - 1 1/4" Convex T-Mold w/Radius Corners * TF - Formica * 7285 - 58 Violin Figured Annigre * EB - Ebony (Edge) * EB - Ebony (Base) * BMV - Mix Vela Wheel Caster and * Glides * TLE - Table Link - Ends Only * PHE - 2 Henris Location E * WBT - Basket, Under Top Mount * WML - Wire Mesh Legway * EB - Ebony * Quote # EH577 1--- -- 106 TBL2484T 8 VSL SPECIAL VET1 Vela T Reg, 24 x 84 Rectangle Tilt wI $1595.00 $12760,00 $687.45 $5499,60 Sf) 9 2484RETL FM Folding Modesty * L - HP Laminate Surface Table Top * T2 - 1 1/4" Convex T-Mold wlRadius Corners * TF - Formica * 7285 - 58 Violin Figured Annigre * EB - Ebony (Edge) * EB - Ebony (Base) * BMV - Mix Vela Wheel Caster and * Glides * TLE - Table Link - Ends Only * WML - Wire Mesh Legway , I * EB - Ebony cc~ * Quote # EH577 .._~.- -----_.>.. -- . '-,.-- c-' U"_'_ 1-' 106 TBL3060T 1 VSL SPECIAL VET1 Vela T Reg, 30 x 60 Rectangle Tilt wi $1343,00 $1343,00 $57883 $')7883 3060RETL FM Folding Modesty I * L - HP Laminate Surface Table Top * T2 - 1 1/4" Convex T-Mold wlRadius ! ! Corners I * TF - Formica * 7285 - 58 Violin Figured Annigre , EB - Ebony (Edge) * EB - Ebony (Base) * BMV - Mix Vela Whepl ~aster and 2 of 51 -i ,~UU~1 d1 2:45 F'M Boyn' Beach Fire Rescue # 5 Workplac"- "'esource Kim JJ:c;lop Fire Dt.., iling System 3300 Corpore. ,venue #100 (954) \ 2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % * Glides * WML - Wire Mesh Legway * EB - Ebony * Quote # EH577 106 DATA 16 VSL AHDDJ Data Jacks (set of 2) $45.00 $720.00 $19.40 $310.40 56.9 * Quote # EH577 106 WB 4X8 1 CLR 2548L2 Markerboards, Radius Corner, LCS-II $1019.68 $1019.68 $556.54 $556.54 45.42 Porcelain, 4'x8' CUS Custom Match Finish Z-Bar 8 Z-Bar Add for 8' wide Board 106 -CH1 16 HON PN1 Perpetual Armless Nesting Chair,Flex- $710.00 $11360.00 $267.67 $4282.72 62.3 back,4-legs .A CASTER: All-Surface Caster .RB Back: Resilience Back/Black $(M6) GRADE: M6 UPHOLSTERY .x6 UPH: Hon Smart Textile M6 A255 COLOR: Catalogue Tidal .T FRAME: Black 106 -CH2 33 HON PN2 Perpetual Fixed Arm Nesting Chair,Flex- $789.00 $26037.00 $297.45 $9815.85 62.3 back,4-legs .A CASTER: All-Surface Caster .RB Back: Resilience Back/Black $(M6) GRADE: M6 UPHOLSTERY .x6 UPH: Hon Smart Textile M6 A255 COLOR: Catalogue Tidal .T FRAME: Black 106 106 Subtotal $73360.68 $29558.10 59.709 106A ASH 1 WAB AR101R WABASH ASH/TRASH - FLARE TOP- $156.00 $156.00 $152.88 $152.88 2 RIBBED * DARK BRONZE 106A PLTR 2 WAB PL 1 04R W ABASH PLANTER 30" DIA X 30"H - $436.00 $872.00 $427.28 $854.56 2 RIBBED * DARK BRONZE 106A TBL42 3 WAB CA102R WABASH CLASSIC TABLES SERIES 42" $355.00 $1065.00 $347.90 $1043.70 2 ROUND - FLOOR MOUNT - RIBBED * DARK BRONZE 106A TBL42 3 WAB CA115N WABASH CLASSIC TABLES SERIES $27.00 $81.00 $26.46 $79.38 2 SURFACE MOUNT ADAPTOR * DARK BRONZE 3 of 51 4/3/2009 at 12:45 PM Boynton Beach Fire Rescue # 5 Workplace Resource Kim Hislop Fire Dept Filing System 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % 106A TRSH 1 WAB FR400R WABASH - 32 GALLON RECEPTACLE- $331.00 $331.00 $324.38 $324.38 2 FLARE TOP - RIBBED * DARK BRONZE 106A TRSH 1 WAB LR105N WABASH - SURFACE MOUNT POST $40.00 $40.00 $39,20 $39.20 2 PACKAGE FOR TRASH RECEPTACLES 106A WABASH CLASSIC SERIES ARM CHAIR "- -CH4 12 WAB CA300R $199.00 $2388.00 $195.02 $2340.24 2 - RIBBED * DARK BRONZE 106A 106A Subtotal $4933.00 $4834.34 2 1 06A - TBL42 3 WAB SG140D WABASH 46" SQUARE PICNIC TABLE- $573.00 $1719.00 $561 .54 $1684.62 2 LANDSCA DIAMOND PE * DARK BRONZE 1 06A - 106A - LANDSCAPE Subtotal $1719.00 $1684.62 2 LANDSCA ~- PE ----~-~ - 115 -EXAM 1 INT 420 INTENSA EXAM TABLE $1997.00 $1997.00 $898.65 $898,65 55 TBL * VINYL - BLUE * PAINT.. STANDARD _...,_.._-_._".~.. -- ,,,--,._-- ..-- 1------ ....-,- -. '--- -.'" ------ L_ "___ 1-.. .'- 115 -PH CH 1 INT 610 INTENSA UPHOLSTERED BLOOD $601,00 $601.00 $270.45 $270.45 55 DRAW I PHLEBOTOMY CHAIR WIPADDED ARM REST * VINYL - BLUE ~... n__._ ~--- ---.-----'--..- 1--- ,-- -_.,-1- ,---- I- ,- 115 -STL 1 INT 973-B INTENSA PHYSICIAN STOOL WI 0 $453,00 $453.00 $203.85 $203.85 ')5 HANDLE RELEASE POLISHED ALUMINUM BASE * B-BACK * VINYL - BLUE -' "--.- -.---.--.- -, ---"'-~'-"- -- I---. $235.00 '. " .-.- ,.-.....,.- 115 XXX 1 INT FREIGHT INTENSA FREIGHT TO DOCK $235.00 $235.00 $235.00 0 --- ---"'-~-- -.---.--- ---_._--- ..--" ~ " 115 115 Subtotal $3286.00 $1607.95 51.067 I.., --"- .- _...._" .. MIX-IT,HIBK,UPHD BACK,PLSTC ....- 1-..-- $1037.00 _.-- 117 --TSK1 1 NOF N12PPCS $1037,00 $406.97 $406,97 ()O 756 BASE,SEAT SLlDE,ADJBL URTHN ARM 2 GRADE 2 I 22177 SEDONA CANYON I C15 HARD DUAL WHEEL,BLACK - -60.7551 ....., , .- -, -- -,. .'- -..., , ._- ..,. ,-- iH 117 Subtotal $1037.00 $406.97 ....- .... ,..,..-..- .. .- - -.. .-...,-_.."... I 119 FEP24 2 NOF WW2328EPL W A VEWORKS,23DX28H,END $198,00 $396.00 $77 71 $155.42 f)f) 7561 PANEL,LAMINA TE I I 4 ot::>1 ~l 2UU~J d~ ~ 2 45 F)~;1 Boyn" Beach Fire Rescue # 5 Workplacp "esource Kim "'.slop Fire DE:., lling System 3300 Corpora lenue #100 (954) \ !608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % MC AMBER 119 MP54 1 NOF WW5427MPL W A VEWORKS,54WX27H,MODESTY $194.00 $194.00 $76.14 $76.14 60.756 PANEL,FULL,LAMINA TE M MAIN MC AMBER 119 SBC36 3 NOF WW3638BCHL W A VEWORKS,36WX38H,BOOKCASE,D $467.00 $1401.00 $183.27 $549.81 60.756 OUBLE DOORS,SET ON,LAMINATE MC AMBER MC AMBER 119 STBC18R 1 NOF WW1838BCHRL W A VEWORKS, 18WX38H,BOOKCASE,RI $353.00 $353.00 $138.53 $138.53 60.756 GHT DOOR,SET ON,LAMINATE MC AMBER MC AMBER 119 WS2436 2 NOF WW2436WSSL W A VEWORKS,24DX36W,SURFACE,RE $200.00 $400.00 $78.49 $156.98 60.756 CT ANGULAR,LAMINA TE M MAIN VMC SOFTENED PVC,AMBER X NO GROMMET STD STANDARD LAMINATE MC AMBER 119 WS2442 1 NOF WW2442WSSL W A VEWORKS,24DX42W,SURFACE,RE $244.00 $244.00 $95.76 $95.76 60.756 CTANGULAR,LAMINATE E EXTENSION VMC SOFTENED PVC,AMBER G1C GROMMET,CENTER STD STANDARD LAMINATE MC AMBER 119 WS2454 1 NOF WW2454WSSL W A VEWORKS,24DX54W ,SURFACE,RE $294.00 $294.00 $115.38 $115.38 60.756 CT ANGULAR,LAMINA TE M MAIN VMC SOFTENED PVC,AMBER G1L GROMMET,LEFT STD STANDARD LAMINATE MC AMBER 119 WS3054 1 NOF WW3054WSSL W A VEWORKS,30DX54W ,SURFACE,RE $343.00 $343.00 $134.60 $134.60 60.756 CTANGULAR DESK,LAMINATE M MAIN VMC SOFTENED PVC,AMBER G1L GROMMET,LEFT STD STANDARD LAMINATE Me AMBER 5 of 51 4/3/2009 at 12:45 PM Boynton Beach Fire Rescue # 5 Workplace Resource Kim Hislop Fire Dept Filing System 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % 119 -BBF 1 NOF WW2315PUBBFL W A VEWORKS,23DX15W ,PEDEST AL,BO $638.00 $638.00 $250.38 $250.38 60.756 X1BOXlFILE, UNDE RSU RF ACE ,LAM 71SN SPIRAL,SATIN NICKEL METALLIC MC AMBER MC AMBER 119 -FF 1 NOF WW2318PUFFL W A VEWORKS,23DX18W ,PEDEST AL,FIL $678.00 $678.00 $266.08 $266.08 60.756 EIFILE, U NDERSURF ACE,LAMI NATE 71SN SPIRAL,SATIN NICKEL METALLIC MC AMBER MC AMBER 119 -LA T36/2 3 NOF WW2336LFM2L W A VEWORKS,23DX36W ,LATERAL $758.00 $2274.00 $297.48 $892.44 60756 FILE,UNDERSURFACE,2 DRAWER,LAM 71SN SPIRAL,SATIN NICKEL METALLIC MC AMBER MC AMBER $117,00 _. .~- -~--I--' "-'--- 119 KEY 001 9 NOF NCCB001 CASEGOODS,LOCK CORE & $13.00 $5,10 $4590 6(),756 KEY,STYLE B,NO 001 ,,- ~-~,~= .. 119 -KBA 1 HUM 5G 900 90 5G Mechanism 1900 - Std, Platform I 90 .. $467.00 $467.00 $17279 $172.79 63 8.5" Clip Mouse H High Clip Mouse G 19" Gel wi Synt. Leather .. '-- -, 119 -GST1 1 NOF N55CC ADMIRE,SIDE CHAIR,SLAT BACK,ARMS $805.00 $805,00 $315.92 $31592 1)(1 756 MOMH MOMENTUM GRADE H 09083248 FELIZ GOLD I MC AMBER I '..,-_..,- - f--.. .--..,' ~ ... ...~......-..,- 1--. .. ..'''---- -, '-..--..-- -, i;(;"i~s~ 119 - TSK2 1 NOr N12PPCS MIX-IT,HIBK,UPHD BACK,PLSTC $1037,00 $1037.00 $406.97 $406.97 BASE,SEAT SLlDE,ADJBL URTHN ARM I i 2 GRADE 2 i I 22177 SEDONA CANYON C15 HARD DUAL WHEEL,BLACk. 119 Subtotal $9641.00 - 119 $3773.10 60.864 -'-" ._~._-,-^.._,- -....-,.. ... ,.... .... I 120 B2442 1 NOr 21-2442UPMC ARROWOOD.24DX42W ,BRIDGE .AMBER $321 00 $321.00 $12598 $125.98 GO 756 I "........ .,.. .....--..- .., ,.. ,...-....,- ---..".. -_.. -- ...'''- ..." ....----- ...' '--"- ~- , --.....--,..,,- -, ,......,..,..-... --1 r I !20 C2472R I Nor 21 "L4 /2RHMC ARROWOOD,24DX72W,CREDENZA,RIG $107600 $1076.00 $422,27 $427)7 ''if) 7')61 HT FULL PED,FILE/FILE,AMBER t I I 6 01 ;) 1 iV/D09 at 1:0:45 PM Boynt- ..... Beach Fire Rescue # 5 Workplacp Qesource Kim l"Uslop Fire Dl i1ing System 3300 CorporG lenue #100 (954) ~608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % 120 D3672L 1 NOF 21-3672LHMC ARROWOOD,36DX72W,DESK,RECTAN $1280.00 $1280.00 $502.33 $502.33 60.756 GULAR TOP,LEFT FULL PED,AMBER 120 H72 1 NOF 21-15720SCMC ARROWOOD, 15DX72W ,HIGHBACK $931.00 $931.00 $365.36 $365.36 60.756 ORGANIZER,HINGE DOORS,AMBER 120 TL49 1 NOF NAC49TLB ACCESSORIES,49W ,TASK $218.00 $218.00 $85.56 $85.56 60.756 L1GHT,BLACK,28 WATTS 120 -BC 1 NOF WW3638BCHL W A VEWORKS,36WX38H,BOOKCASE,D $467.00 $467.00 $183.27 $183.27 60.756 OUBLE DOORS,SET ON,LAMINATE MC AMBER MC AMBER 120 -GST1 1 NOF N55CC ADMIRE,SIDE CHAIR,SLAT BACK,ARMS $805.00 $805.00 $315.92 $315.92 60.756 MOMH MOMENTUM GRADE H 09083248 FELIZ GOLD MC AMBER 120 -LAT2436 1 NOF WW2436LFF2L W A VEWORKS,24DX36W,LA TERAL $1175.00 $1175.00 $461.12 $461.12 60.756 FILE,TWO DRAWER,LAMINATE VMC SOFTENED PVC,AMBER 71SN SPIRAL,SATIN NICKEL METALLIC STD STANDARD LAMINATE MC AMBER MC AMBER MC AMBER 120 KEY 002 6 NOF NCCB002 CASEGOODS,LOCK CORE & $13.00 $78.00 $5.10 $30.60 60.756 KEY,STYLE B,NO 002 120 -KBA 1 HUM 5G 900 90 5G Mechanism 1900 - Std. Platform I 90 - $467.00 $467.00 $172.79 $172.79 63 8.5" Clip Mouse H High Clip Mouse G 19" Gel wI Synt. Leather 120 -TSK2 1 NOF N12PPCS MIX-IT,HIBK,UPHD BACK,PLSTC $1037.00 $1037.00 $406.97 $406.97 60.756 BASE,SEAT SLlDE,ADJBL URTHN ARM 2 GRADE 2 22177 SEDONA CANYON C15 HARD DUAL WHEEL,BLACK 120 120 Subtotal $7855.00 $3072.17 60.889 121 POP-ELEC 4 NOF NACELR2C RETRACTABLE $183.00 $732.00 $71.81 $287.24 60.756 POWERlCOMMUNICA TION CENTER 121 EP24 1 NOF WW2328EPL W A VEWORKS,23DX28H,END $198.00 $198.00 $77.71 $77.71 60.756 PANEL,LAMINATE 7 of 51 4/3/2009 at 12:45 PM Boynton Beach Fire Rescue # 5 Workplace Resource Kim Hislop Fire Dept Filing System 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 AIi as 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % MC AMBER 121 -STHD36 4 NOF WW2336PUHL W A VEWORKS,23DX36W ,DOUBLE $663.00 $2652.00 $260.19 $1040.76 60,756 DOOR, UNDERSURFACE ,LAMI NATE 71SN SPIRAL,SATIN NICKEL METALLIC MC AMBER MC AMBER 121 WS3072 NOF WW3072WSSL W A VEWORKS,30DX72W ,SURFACE,RE $473.00 $946.00 .._-- 2 $185.63 $371.26 60,756 CTANGULAR DESK,LAMINATE M MAIN VMC SOFTENED PVC,AMBER G11MBLR GROMMET,CINDER,LEFT & RIGHT STD STANDARD LAMINATE MC AMBER .- . ,,-- 121 OH36/30H 4 NOF WW3630S0HML WAVEWORKS,15DX36WX30H,STORAG $795.00 $3180.00 $311.99 $124796 60.756 E OVERHEAD,WALL MOUNT,LAM MC AMBER MC AMBER ~-,_.- ..,." $18210 ,-- 121 MP72 2 NOF WW7227MPL W A VEWORKS, 72WX27H,MODESTY $232,00 $464,00 $91.05 fin 756 PANEL,FULL,LAMINATE M MAIN MC AMBER $13.00 $104.00 . ~" .- 121 KEY 004 8 NOF NCCB004 CASEGOODS,LOCK CORE & $5,10 $40,80 60756 KEY,STYLE B,NO 004 -..'-- ... --. 121 121 Subtotal $8276.00 $3247.83 60.756 -'.. .-.,. ~_. ,.- L......___. ..' .._- ~_. ~~.. - 125 TBL48144 1 FAL 31CT2300 STANDARD,48 X 600 X144W . $3098.00 $3098.00 $3098.00 $3098.00 0 CONFERENCE TOP,BOAT,LAMIWOOD * GROMMET CUT-OUT INCLUDED ! * LAM: FORMICA 7285-58 I * VIOLIN FIGURED ANNIGRE I I I * WOOD EDGE 23000 I I * STAIN TO MATCH I , * GROMMET TEMPLATE I * PROVIDED BY CLIENT -- -_._._..---.- ..,.-.--- -. NOF " .~~- (~O 7561 125 TBSCM 3 10N1828SQBL UNIVERSAL,18WX28H,SQUARE $975.00 $2925.00 $382,63 $1147.89 BASE,LAMINATE P1 BASIC ! Me AMBER " .'. r----- . .- --".-'." . -- ....'--....--- -.., ------ r- .....j i25 PWRIDT 1 XXX BY OTHERS CLIENT PROVIDING SPECIAL $0.00 $0.00 $0.00 $0,00 Ol ELECTRICAL UNIT - WPR PROVIDING I CUT-OUT ONLY ! ! I 8 of 51 ) ':2009 ::it 12 4~ PM Boynf- . Beach Fire Rescue # 5 Workplacp I'.)esource Kim I-liS lop Fire D~ i1ing System 3300 Corpore. lenue #100 (954) I !608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % 125 -CONF 12 NOF N75BCC RESPECT,MID BACK,BLACK $816.00 $9792.00 $320.23 $3842.76 60.756 ARMS,BLACK BASE 2 GRADE 2 22131 SEDONA ADOBE C15 HARD DUAL WHEEL,BLACK 125 125 Subtotal $15815.00 $8088.65 48.855 126 'BIF12 1 HMG A1322.12E +Base Pwr Entry,Dir Con 4-Circ,12Ft L $192.00 $192.00 $50.42 $50.42 73.74 126 'B 1 HMG A1311.B +Duplex Rcp,4-Circ B 6/Pkg $162.00 $162.00 $42.54 $42.54 73.74 LU +soft white 126 '0 1 HMG A1311.D +Duplex Rcp,4-Circ 0 Dedicated 6/Pkg $162.00 $162.00 $42.54 $42.54 73.74 LU +soft white 126 85/30 2 HMG A1125.8530E +Panel,Tack Acoust-Barrier Pwr 4-Circ $830.00 $1660.00 $217.96 $435.92 73.74 85H 30W JT +just tan (discontinuing) LU +soft white 4X +tressel-Pr Cat 2 06 +tressel honey white 4X +tressel-Pr Cat 2 06 +tressel honey white 126 85/36 1 HMG A 1125.8536E +Panel,Tack Acoust-Barrier Pwr 4-Circ $918.00 $918.00 $241.07 $241.07 73.74 85H 36W JT +just tan (discontinuing) LU +soft white 4X +tressel-Pr Cat 2 06 +tressel honey white 4X +tressel-Pr Cat 2 06 +tressel honey white 126 E47 1 HMG A1271.47H +Fin End 47H $45.00 $45.00 $11.82 $11.82 73.74 - JT +just tan (discontinuing) LU +soft white 126 L85 1 HMG A1220.85H +Conn,2-Way 90 Deg Hard 85H $138.00 $138.00 $36.24 $36.24 73.74 - JT +just tan (discontinuing) LU +soft white 126 S80 3 HMG A0215.80 +Draw Rod 80H $21.00 $63.00 $5.51 $16.53 73.74 126 _VHC 3 HMG A0259. +Fin End,Chg-Of-Ht,PaneI/Conn $21.00 $63.00 $5.51 $16.53 73.74 JT +just tan (discontinuing) 126 _W80 1 HMG A021 0.80 +Wall Start 80H $52.00 $52.00 $13.66 $13.66 73.74 JT +just tan (discontinuing) 126 F47/60G 1 HMG A1120.4760E +Panel,Fabric Pwr 4-Circ 47H 60W $825.00 $825.00 $216.65 $216.65 73.74 9 of 51 4/3/2009 at 12:45 PM Boynton Beach Fire Rescue # 5 Workplace Resource Kim Hislop Fire Dept Filing System 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % JT +just tan (discontinuing) LU +soft white 4X +tressel-Pr Cat 2 06 +tressel honey white 4X +tressel-Pr Cat 2 06 +tressel honey white 126 FDU/30 2 HMG A3353.1330 +Flip Dr Unit,B-Style Paint,W/Lk 130 30W $395.00 $790.00 $103.73 $207.46 .....- 7374 15-1/2H KA +keyed alike JT +just tan (discontinuing) JT +just tan (discontinuing) HMG A3353.1336 +Flip Dr Unit,B-Style Paint,WILk 130 36W $427.00 $427.00 $112,13 $112.13 -..- 126 FDU/36 1 7374 15-1/2H KA +keyed alike JT +just tan (discontinuing) JT +just tan (discontinuing) 126 L T 130 2 HMG G6120.30NS + Task Light,E.E.,No $255.00 $510.00 $66.96 $133 92 7, 74 Dim,AO/Pros/EthoNivo,Canada 30W JT +just tan (discontinuing) ~. $262.00 $262.00 _..~.- $68.80 $68.80 126 L T/36 1 HMG G6120.36NS + Task Light,E.E.,No 7374 Dim,AO/Pros/EthoNivo,Canada 36W JT +just tan (discontinuing) 1-----. -_. . , . 126 WS24/66 1 NOF WW2466WSSL W A VEWORKS,24DX66W ,SURF ACE, RE $371.00 $371.00 $145.59 8114559 ij() 756 CT ANGULAR,LAMINA TE E EXTENSION VMC SOFTENED PVC,AMBER G1LR GROMMET,LEFT & RIGHT STO STANDARD LAMINATE I MC AMBER I 1--, -. ~-'.'-'---"- -. $396.00 ~_..." "--- --'--- ~....so'~ 126 WS30/60 1 NOF WW3060WSSL W A VEWORKS,30DX60W ,SURF ACE ,RE $396.00 $155.41 $155 41 CTANGULAR DESK,LAMINATE , M MAIN I i VMC SOFTENED PVC,AMBER I G1LR GROMMET,LEFT & RIGHT i STD STANDARD LAMINATE ,J MC AMBER -- .--..- - ,.._.~-, .,..,- 1-. ..- --.,- .. 126 CL30L 1 HMG A2393.30L +Wk Surf Support,Sgl Left 300 $33.00 $33,00 $8.67 $8 f) 7 JT +just tan (discontinuing) . ! ,.--.... -"CL30R-- r-' - -,.--. '- c-...,.. .,---- r-' d_C:".~ 126 1 HMG A2393.30R +Wk Surf Support,Sgl Right 300 $33,00 $33,00 $8,67 $867 JT +just tan (discontinuinnl , ^ -". - ~-' - ~-,-,>._--"...~_._~- .. .-'-.. k.. ,- 10OT51 .1/2009 at 12:45 PM Boynf .. Beach Fire Rescue # 5 Workplacr "esource Kim ~lc;lop Fire Dt.. iling System 3300 Corpore. Jenue #100 (954), ~608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % 126 CL24L 1 HMG A2393.24L +Wk Surf Support,Sgl Left 240 $22.00 $22.00 $5.78 $5.78 73.74 JT +just tan (discontinuing) 126 CL24R 2 HMG A2393.24R +Wk Surf Support,Sgl Right 240 $22.00 $44.00 $5.78 $11.56 73.74 JT +just tan (discontinuing) 126 -MBBF 1 HMG LV110.24BBF +Ped V-Pull,Mobile 240 BIBIF $595.00 $595.00 $156.25 $156.25 73.74 SB +full-extension ball-bearing SS +smooth paint on smooth steel JT +just tan (discontinuing) KA +keyed alike 3M +drawer divider in one box drawer, pencil tray in one box drawer, 2 file converters in file drawer 126 -MFF 1 HMG L V11 0.24FF +Ped V-Pull,Mobile 240 FIF $499.00 $499.00 $131.04 $131.04 73.74 SB +full-extension ball-bearing SS +smooth paint on smooth steel JT +just tan (discontinuing) KA +keyed alike 1M +2 file converters in each file drawer 126 HMI KEY 5 HMI 1 B2JK7-229 +Lock Plug and Key,Chrome UM Series $0.00 $0.00 $0.00 $0.00 0 229 #229 126 NOTE 1 XXX NOTE SURFACES TO BE MOUNTED TO $0.00 $0.00 $0.00 $0.00 0 MATCH HEIGHT OF DRAFTING TABLE +1- 126 DRAFTING 1 SAF 3952 SAFCO DRAFTING BOARD 37" X 60" $367.00 $367.00 $183.50 $183.50 50 TBL 126 DRAFTING 1 SAF 3962 GR SAFCO PRECISION 4 POST TABLE $758.00 $758.00 $379.00 $379.00 50 TBL BASE - GRAY 126 MBL PLN 2 SAF 5026 SAFCO VERTICAL PLAN HOLDER $656.00 $1312.00 $328.00 $656.00 50 HLDR MOBILE STAND HOLDS UP TO 12 SETS OF PLANS 126 MBL PLN 2 SAF 50026 SAFCO HANGING CLAMP FOR 24" X 36" $276.00 $552.00 $138.00 $276.00 50 HLDR SET OF 6 126 MBL PLN 2 SAF 50046 SAFCO HANGING CLAMP FOR 36" X 48" $318.00 $636.00 $159.00 $318.00 50 HLDR SET OF 6 126 MBL PLN 1 SAF 3045 SAFCO MOBILE ROLLING FILES 7" $356.00 $356.00 $178.00 $178.00 50 HLDR TUBE SIZE 126 MBL PLN 1 SAF 3043 SAFCO MOBILE ROLLING FILES 3-3/4" $366.00 $366.00 $183.00 $183.00 50 HLDR TUBE SIZE 126 MBL PLN 1 SAF 3082 SAFCO MOBILE ROLLING FILES 2-3/4" $222.00 $222.00 $111.00 $111.00 50 HLDR TUBE SIZE 11 of 51 4/3/2009 at 12:45 PM Boynton Beach Fire Rescue # 5 Workplace Resource Kim Hislop Fire Dept Filing System 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % 126 -KBA 1 HUM 5G 900 90 5G Mechanism / 900 - Std. Platform 190 - $467.00 $467.00 $172.79 $172.79 63 8.5" Clip Mouse H High Clip Mouse G 19" Gel wI Synt. Leather 126 -STL 1 NOF N35EEC FUEL,STOOL,HEIGHT WD ARM,UPH $927.00 $927.00 $363.79 $363.79 60756 BACK,MID PIVOT 2 GRADE 2 221 77 SEDONA CANYON C1 HARD DUAL WHEEL,BLACK 126 126 Subtotal $14225.00 $5090.28 64.216 128 - 131 B2442 3 NOF 21-2442UPMC ARROWOOD,24DX42W,BRIDGE,AMBER $321.00 $963.00 $125.98 $377.94 60,756 128 - 131 BC68 4 NOF 21-3366BCOMC ARROWOOD,44WX54H,BOOKCASE,4 $704.00 $2816.00 $276.28 $1105.12 60756 SHELF ,OPEN,FREEST ANDING,AMBER 128.131 C2472R 4 NOF 21-2472RHMC ARROWOOD,24DX72W,CREDENZA,RIG $1076.00 $4304.00 $422,27 $1689,08 60756 HT FULL PED,FILEIFILE,AMBER 128 - 131 D3066L 1 NOF 21-3066LHMC ARROWOOD,30DX66W ,DESK,RECT AN $1196.00 $1196.00 $469,36 $469,36 i)(J 756 GULAR TOP,LEFT FULL PED,AMBER ARROWOOD,36DX72W ,DESK,RECT AN $1280.00 --' 128 . 131 D3672L 3 NOF 21-3672LHMC $3840.00 $502,33 $1506.99 60.756 GULAR TOP,LEFT FULL PED,AMBER . ,.-- 128,.131 H72 4 NOF 21-15720SCMC ARROWOOD, 15DX72W ,HIGHBACK $931.00 $3724.00 $365,36 $1461.44 60 756 ORGANIZER,HINGE DOORS,AMBER 128 - 131 R2442R 1 NOF 21-2442RHMC ARROWOOD,24DX42W,RETURN,RIGHT $744.00 $744.00 $291.98 $291.98 60 756 1----. ,FULL PEDESTAL,AMBER ~-, " 128 131 TL49 4 NOF NAC49TLB ACCESSORIES,49W ,TASK $218.00 $872.00 $85,56 $34224 GO 7:16 "..---.,- f-' L1GHT,BLACK,28 WATTS ""-- ~.._~. ,- 1-.. 128 131 -ST/WD 4 NOF WW1879VSWHLL W A VEWORKS, 18WX79H,W ARDROBE/S $1272.00 $5088.00 $499 19 $199676 ',I) 756 TORAGE CABINET,LEFT DOOR,LAM ! I I MC AMBER I MC AMBER I -...- _. --- . ~- --'~~~._,~ -'~-,-'" "Ro1 1'28 - 131 KEY 005 6 NOF NCCB005 CASEGOODS,LOCK CORE & $13.00 $78.00 $510 $3060 KEY,STYLE B,NO 005 * ROOM 128 i I -."" '" .'.....". -------.- 1--- - -. - 1-. "-'- .., , ""i ; 12R !31 KEY 006 :'. NOF NCCB006 CASEGOODS,LOCK CORE & $13,00 $65 00 $5 10 $25 50 "bl l KEY,STYLE B,NO 006 ; * ROOM 129 i "... u,___.'__ "--'"'' --....___...,. '" "" c_" ''''''.,'', .- -- ..., ... " 12 or :51 2009 at 1245 PM Boyn' , Beach Fire Rescue # 5 Workplacr "'esource Kim I.Jlslop Fire Dl. i1ing System 3300 Corpore. . venue #100 (954) 2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % 128-131 KEY 007 5 NOF NCCB007 CASEGOODS,LOCK CORE & $13.00 $65.00 $5.10 $25.50 60.756 KEY,STYLE B,NO 007 * ROOM 130 128-131 KEY 008 5 NOF NCCB008 CASE GOODS, LOCK CORE & $13.00 $65.00 $5.10 $25.50 60.756 KEY,STYLE B,NO 008 * ROOM 131 128 - 131 -KBA 4 HUM 5G 900 90 5G Mechanism 1900 - Std. Platform /90 - $467.00 $1868.00 $172.79 $691.16 63 8.5" Clip Mouse H High Clip Mouse G 19" Gel wI Synt. Leather 128-131 -GST1 4 NOF N55CC ADMIRE,SIDE CHAIR,SLAT BACK,ARMS $805.00 $3220.00 $315.92 $1263.68 60.756 MOMH MOMENTUM GRADE H 09083248 FELIZ GOLD MC AMBER 128-131 - TSK2 4 NOF N12PPCS MIX-IT,HIBK,UPHD BACK,PLSTC $1037.00 $4148.00 $406.97 $1627.88 60.756 BASE,SEAT SLlDE,ADJBL URTHN ARM 2 GRADE 2 22177 SEDONA CANYON C15 HARD DUAL WHEEL,BLACK 128 - 131 128 - 131 Subtotal $33056.00 $12930.73 60.882 132A OH30 2 NOF WW3030S0HML W A VEWORKS,15DX30WX30H,STORAG $746.00 $1492.00 $292.77 $585.54 60.756 E OVERHEAD,WALL MOUNT,LAM MC AMBER MC AMBER 132A FEP-FILL 4 NOF WW2328EPL W A VEWORKS,23DX28H,END $198.00 $792.00 $77.71 $310.84 60.756 PANEL,LAMINATE MC AMBER 132A ST36 1 NOF WW2336PUHL W A VEWORKS,23DX36W,DOUBLE $663.00 $663.00 $260.19 $260.19 60.756 DOOR,UNDERSURFACE,LAMINA TE 71SN SPIRAL,SATIN NICKEL METALLIC MC AMBER MC AMBER 132A POP-REC 3 NOF NACELR4 RETRACTABLE POWER CENTER,FOUR $196.00 $588.00 $76.92 $230.76 60.756 RECEPTACLES 132A TBL42 1 FAL 24022-42RD Table Top 42" Rnd wI Wood Edge $895.00 $895.00 $400.69 $400.69 55.230 * 24022 WOOD EDGE PROFILE * STAIN TO MATCH VIOLIN FIGURED ANIGRE * LAMINATE - FORMICA 13 of 51 4/3/2009 at 12:45 PM Boynton Beach Fire Rescue # 5 Workplace Resource Kim Hislop Fire Dept Filing System 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % * 7696-58 NATURAL PAPER 132A TBS 1 NOF CBV3828XS W A VEWORKS,38WX28H, TABLE $595.00 $595.00 $233.50 $233.50 60,756 BASE,FOUR STAR,STATIC,SILVER PL TNM 132A WS30/108 FAL 6000-30X 108 LAMINATE TOP 30 X 108 DROP EDGE $445.50 $445.50 $445.50 $445.50 "',----......-.- 1 0 SELF EDGE * ONE PIECE TOP * LAMINATE WILL HAVE SEAM * LAMINATE: FORMICA * 7696-58 NATURAL PAPER -- 132A XXX 1 XXX INSTALL CUSTOM CUT TOP TO FIT, ADD $0.00 $0.00 $0.00 $0.00 0 FILLERS AS NECESSARY & CUT GROMMETS TO ACCEPT POP-UPS $13.00 $15.30 ,.- 132A KEY 009 3 NOF NCCB009 CASEGOODS,LOCK CORE & $39.00 $5.10 60756 KEY,STYLE B,NO 009 ._-- $685,00 .- $274.00 132A -BKC 4 LOW 9240U LOWENSTEIN TEKO WOOD BACK $2740.00 $1096.00 60 UPHOLSTERED SEAT * WOOD STAIN TO MATCH AMBER * GRADED-IN MOMENTUM GR 4 * SPYRO - AQUA * QUOTE # SF031709-2 132A 132A Subtotal $8249.50 $3578.32 56.624 $602.00 $1806.00 __.c -- 132B-132D 67/30N 3 HMG A1125,6730N +Panel,Tack Acoust-Barrier Npwr 67H $158,09 $474,27 73.74 30W JT +just tan (discontinuing) LU +soft white 4X +tressel-Pr Cat 2 06 +tressel honey white I 4X +tressel-Pr Cat 2 -,~ 06 +tressel honey white - -- ' . '---- -- 132B-132D 67/36N 6 HMG A1125.6736N +Panel,Tack Acoust-Barrier Npwr 67H $670,00 $4020.00 $175.94 $1055 R4 36W I JT +just tan (discontinuing) I I , LU +soft white I 4X +tressel-Pr Cat 2 I 06 +tressel honey white ! 4X +tressel-Pr Cat 2 , 06 +tressel honey white ~--.--.._._..,,---- .."---'- _. -.,... "- I-. .. ---., --," --...,.- ,,;~ 1132B 132D 67/48N , HMG A1125.6748N +Panel.Tack Acoust-Barrier Npwr 67H $739.00 $2217.00 $194.06 $582 18 " 48W JT +just tan (discontinui' j I , I 1401 01 , 2009 dr.; [45 p~",,: Boynf . Beach Fire Rescue # 5 Workplacp I')esource Kim I-lislop Fire D~, Iling System 3300 Corpora lenue #100 (954) ( ~608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % LU +soft white 4X +tressel-Pr Cat 2 06 +tressel honey white 4X +tressel-Pr Cat 2 06 +tressel honey white 132B-132D - E67 3 HMG A1271.67H +Fin End 67H $47.00 $141.00 $12.34 $37.02 73.74 JT +just tan (discontinuing) LU +soft white 132B-132D - L67 3 HMG A1220.67H +Conn,2-Way 90 Deg Hard 67H $122.00 $366.00 $32.04 $96.12 73.74 JT +just tan (discontinuing) LU +soft white 132B-132D _S62 9 HMG A0215.62 +Draw Rod 62H $19.00 $171.00 $4.99 $44.91 73.74 132B-132D _W62 3 HMG A0210.62 +Wall Start 62H $47.00 $141.00 $12.34 $37.02 73.74 JT +just tan (discontinuing) 132B-132D FDU/30 3 HMG A3353.1330 +Flip Dr Unit,B-Style Paint,W/Lk 130 30W $395.00 $1185.00 $103.73 $311.19 73.74 15-1/2H KA +keyed alike JT +just tan (discontinuing) JT +just tan (discontinuing) 132B-132D FDU/36 3 HMG A3353.1336 +Flip Dr Unit,B-Style Paint,W/Lk 130 36W $427.00 $1281.00 $112.13 $336.39 73.74 15-1/2H KA +keyed alike JT +just tan (discontinuing) JT +just tan (discontinuing) 132B-132D SH/48 3 HMG A3210.1348 +Shelf,B-Style (Std) 15-1/2H 130 48W $182.00 $546.00 $47.79 $143.37 73.74 ... Skipped Option 132B-132D STWD/R 3 NOF WW1868VSWHRL WAVEWORKS,18WX68H,WARDROBE/S $1116.00 $3348.00 $437.97 $1313.91 60.756 TORAGE CABINET, RIGHT DOOR,LAM MC AMBER MC AMBER 132B-132D WHK60 6 HMG A0213.60 +Wall Strip 60H $49.00 $294.00 $12.87 $77 .22 73.74 JT +just tan (discontinuing) 132B-132D WS24/18 3 HMG A2310.2418L +Wk Surf,Sq-Edge Rect Lam 240 18W $225.00 $675.00 $59.09 $177.27 73.74 15 of 51 4/3/2009 at 12:45 PM Boynton Beach Fire Rescue # 5 Workplace Resource Kim Hislop Fire Dept Filing System 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % 5X +chamomile JT +just tan (discontinuing) 132B-132D WS24/48C 3 HMG A2333.2448L +Wk Surf,Sq-Edge Concave Cor Lam 240 $547.00 $1641.00 $143.64 $430.92 73.74 48W 5X +chamomile JT +just tan (discontinuing) 132B-132D WS24/66 3 HMG A2310.2466L +Wk Surf,Sq-Edge Rect Lam 240 66W $457.00 $1371.00 $120.01 $360.03 73.74 5X +chamomile JT +just tan (discontinuing) 132B-132D -BBF 3 HMG L V150.20BBF +Ped V-Pull,Support 200 for 240 Wk $565.00 $1695.00 $148.37 $445,11 73.74 Surf,BIBIF SB +full-extension ball-bearing SS +smooth paint on smooth steel JT +just tan (discontinuing) 2A +for A()@ 1/2 sq-edge wk surf KA +keyed alike 3M +drawer divider in one box drawer, pencil tray in one box drawer, 2 file converters in file drawer $479.00 $1437.00 $125.79 .....--._- _. "-- 132B-1320 -FF 3 HMG L V150.20FF +Ped V-Pull,Support 200 for 240 Wk $377 37 7').74 Surf,FIF SB +full-extension ball-bearing SS +smooth paint on smooth steel JT +just tan (discontinuing) 2A +for AO@ 1/2 sq-edge wk surf KA +keyed alike 1M +2 file converters in each file drawer -----"- .,- ,.,"-~-"~- ~~-""~" "..-- r-" ,- 132B-132D HMIKEY 4 HMI 1 B2JK7 ,,228 +Lock Plug and Key,Chrome UM Series $0.00 $0,00 $0.00 $0.00 ) 228 #228 I ROOM 132B -:-..... ... ~--~. - - "-'.'-'-'--' ' - "-"-' :1 132B-1320 HMI KEY 4 HMI 1 B2JK7..221 +Lock Plug and Key,Chrome UM Series $0.00 $0.00 $0,00 $0.00 (,I 227 #227 ROOM 132C I _.,_.~-'- ----~ '_'_'"_m '-""~~'--'-- 1 132B-1320 HMI KEY 4 HMI 1 B2JK7 -226 +Lock Plug and Key,Chrome UM Series $0.00 $0.00 $0.00 $0.00 226 #226 ROOM 1320 i ~_.".,_.. ..'''''- -,--...- ~ .. -,.,.._,-, " .,.- 1--.. '" i ~(l ~~:61 132B-1230 WM h NOF NAC17WM ACCESSORIES,17W,WIRE $19,00 $114.00 $745 '\}447O ' 'I i'32B~1320 .- 1----- MANAGER,BLACK .-1-.. Gn'~ --"'-" -'" PST J NOr- NAC0902EL5C ACCESSORIES, CONVENI ENCE $164.00 $492,00 $64,36 $19308 OUTLET 16 ot 51 "t1'200Q ;'1r 1245 PM Boyr' , Beach Fire Rescue # 5 Workplac"" ~esource Kim ~islop Fire DL, . :i1ing System 3300 Corpore. .venue #100 (954) 2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % 132B-132D -KBA 3 HUM 5G 800 90 5G Mechanism 1800 - Rd. Platform 190 - $467.00 $1401.00 $172.79 $518.37 63 8.5" Clip Mouse H High Clip Mouse G 19" Gel wI Synt. Leather 132B-132D -TSK1 3 NOF N12PPCS MIX-IT,HIBK,UPHD BACK,PLSTC $1037.00 $3111.00 $406.97 $1220.91 60.756 BASE,SEAT SLlDE,ADJBL URTHN ARM 2 GRADE 2 22177 SEDONA CANYON C15 HARD DUAL WHEEL,BLACK 132B-1320 1328-1320 Subtotal $27453.00 $8277 .00 69.850 133 B2442 1 NOF 21-2442UPMC ARROWOOD,24DX42W,BRIDGE,AMBER $321.00 $321.00 $125.98 $125.98 60.756 133 C2472R 1 NOF 21-2472RHMC ARROWOOD,24DX72W,CREDENZA,RIG $1076.00 $1076.00 $422.27 $422.27 60.756 HT FULL PED,FILE/FILE,AMBER 133 D3672L 1 NOF 21-3672LHMC ARROWOOD,36DX72W ,DESK,RECT AN $1280.00 $1280.00 $502.33 $502.33 60.756 GULAR TOP,LEFT FULL PED,AMBER 133 -BC 1 NOF WW3638BCHL W A VEWORKS,36WX38H,BOOKCASE,D $467.00 $467.00 $183.27 $183.27 60.756 OUBLE DOORS,SET ON,LAMINATE MC AMBER MC AMBER 133 -LAT2436 1 NOF WW2436LFF2L W A VEWORKS,24DX36W ,LATERAL $1175.00 $1175.00 $461.12 $461.12 60.756 FILE,TWO DRAWER,LAMINATE VMC SOFTENED PVC,AMBER 71SN SPIRAL,SATIN NICKEL METALLIC STD STANDARD LAMINATE MC AMBER MC AMBER MC AMBER 133 -ST/WD 1 NOF WW 1879VSWHLL W A VEWORKS, 18WX79H,W ARDROBEIS $1272.00 $1272.00 $499.19 $499.19 60.756 TORAGE CABINET,LEFT DOOR,LAM MC AMBER MC AMBER 133 KEY 010 5 NOF NCCB010 CASEGOODS,LOCK CORE & $13.00 $65.00 $5.10 $25.50 60.756 KEY,STYLE B,NO 010 133 -KBA 1 HUM 5G 900 90 5G Mechanism I 900 - Std. Platform 190 - $467.00 $467.00 $172.79 $172.79 63 8.5" Clip Mouse H High Clip Mouse 17 of 51 4/3/2009 at 12:45 PM Boynton Beach Fire Rescue # 5 Workplace Resource Kim Hislop Fire Dept Filing System 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % G 19" Gel wI Synt. Leather 133 -GST1 1 NOF N55CC ADMIRE,SIDE CHAIR,SLAT BACK,ARMS $805.00 $805.00 $315.92 $315.92 60756 MOMH MOMENTUM GRADE H 09083248 FELIZ GOLD MC AMBER $406.97 -..".,-'- "-~ 133 - TSK2 1 NOF N12PPCS MIX-IT,HIBK,UPHD BACK,PLSTC $1037.00 $1037.00 $406.97 60.756 BASE,SEAT SLlDE,ADJBL URTHN ARM 2 GRADE 2 22177 SEDONA CANYON C15 HARD DUAL WHEEL,BLACK 133 133 Subtotal $7965.00 $3115.34 60.887 134 BC71 1 NOF 36N3571 BCOFW CAPTIV A TE,35WX71 H $2091,00 $2091.00 $820.59 $820,59 60.756 BOOKCASE,OPEN,FREEST ANDING MC AMBER . -. 134 C2472 1 NOF 36N2473CKFW2 CAPTIVATE,24DX73W $3026.00 $3026.00 $1187.53 $118753 '10.756 CREDENZA,KNEESPACE .WOOD TA OBLIQUE 71SN SPIRAL,SATIN NICKEL G11SNLR GROMMET,SATIN NKL,LEFT & RIGHT R STANDARD MC AMBER . -.....-- ..'.- '."--'- ~. ---,-- 134 D3672 1 NOF 36N3773DDFW8 CAPTIVATE,37DX73W DESK,DOUBLE $3282.00 $3282.00 $1288.00 $128800 1"0 756 PEDESTAL,WOOD TA OBLIQUE 71SN SPIRAL,SATIN NICKEL G11 SNLR GROMMET,SATIN NKL,LEFT & RIGHT I R STANDARD I MC AMBER 8n~ -,.' ....-..., ,. '"--,..---- -------- -~.. -..........- ~" ,.. .... $1O:1?D1 134 H72 1 NOF 36N7245HBHW CAPTIVATE,72WX45H HIGHBACK $2632.00 $2632.00 $1032.91 ORGANIZER,WOOD DOORS MC AMBER ""..-.-.- 1--... _h.......'~. .._---..~ -"'1 134 TBL42 1 NOF 37N4343WSSQW CAPTIVATE,43DX43W WORK $1639.00 $1639.00 $64.3.21 $643 21 ,0 ,,6 SURFACE,SQUARE,WOOD TA OBLIQUE MC AMBER i , - ..... -- _.~...- ~. ~-~_._._.. UNIVERSAL, 18WX28H ,SQUARE $\ 275 00 :1,1:27 b 00 -,--.- .' ~.~ 134 rss NOr 1 ON 1828SQBW $500. :i6 S50(!~6 '. I ! I BASE,WOOD I P4 CAPTIVATE MC AMBER I I 18 lJ, 01 ~' 2009 d1 1".45 P~J: Boyn" ... Beach Fire Rescue # 5 Workplacr I':)esource Kim J.lislop Fire Dl iling System 3300 Corpore. Jenue #100 (954) !608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % 134 TL49 1 NOF NAC49TLB ACCESSORIES,49W,TASK $218.00 $218.00 $85.56 $85.56 60.756 L1GHT,BLACK,28 WATTS 134 WDRB-R 1 NOF 36N1971VSWHR CAPTIVATE,19WX71H $2532.00 $2532.00 $993.66 $993.66 60.756 W STORAGE/W ARDROBE,RIGHT DOOR MC AMBER 134 -LA T36/4 1 NOF 36N2437LFF4W CAPTIVATE,24DX37W LATERAL $3053.00 $3053.00 $1198.13 $1198.13 60.756 FILE,FOUR DRAWER,WOOD TA OBLIQUE 71SN SPIRAL,SATIN NICKEL MC AMBER 134 KEY 011 8 NOF NCCB011 CASEGOODS,LOCK CORE & $13.00 $104.00 $5.10 $40.80 60.756 KEY,STYLE B,NO 011 134 -KBA 1 HUM 5G 900 90 5G Mechanism 1900 - Std. Platform 190 - $467.00 $467.00 $172.79 $172.79 63 8.5" Clip Mouse H High Clip Mouse G 19" Gel wI Synt. Leather 134 -EXEC 1 NOF N75SAC RESPECT,HIGH BACK,SATIN NICKEL $967.00 $967.00 $379.49 $379.49 60.756 ARMS,SATIN NICKEL BASE 2 GRADE 2 22177 SEDONA CANYON C15 HARD DUAL WHEEL,BLACK 134 -GST1 6 NOF N55CC ADMIRE,SIDE CHAIR,SLAT BACK,ARMS $805.00 $4830.00 $315.92 $1895.52 60.756 MOMH MOMENTUM GRADE H 09083248 FELIZ GOLD MC AMBER 134 134 Subtotal $26116.00 $10238.55 60.796 136 D3672R 1 NOF WW3672DRFL 1 W A VEWORKS,36DX72W,DESK,RIGHT $1655.00 $1655.00 $649.49 $649.49 60.756 PEDESTAL,RECESSED MOD,BBF,lAM VMC SOFTENED PVC,AMBER 71SN SPIRAL,SATIN NICKEL METALLIC G1L GROMMET,LEFT STD STANDARD LAMINATE MC AMBER MC AMBER MC AMBER 136 WS2442-F 1 NOF WW2442WSSl W A VEWORKS,24DX42W ,SURFACE,RE $244.00 $244.00 $95.76 $95.76 60.756 CTANGULAR,LAMINATE F FILLER 19 of 51 4/3/2009 at 12:45 PM Boynton Beach Fire Rescue # 5 Workplace Resource Kim Hislop Fire Oept Filing System 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % VMC SOFTENED PVC,AMBER G1C GROMMET,CENTER STD STANDARD LAMINATE MC AMBER 136 C2472L NOF WW2472CLFL2 W A VEWORKS,24DX72W ,CREDENZA,L $1478.00 $1478.00 $580.03 .. 1 $580,03 60 756 EFT PEDESTAL,FILE/FILE,LAMINATE VMC SOFTENED PVC,AMBER 71SN SPIRAL,SATIN NICKEL METALLIC G1LR GROMMET,LEFT & RIGHT STD STANDARD LAMINATE MC AMBER MC AMBER MC AMBER 136 H72 1 NOF WW7238HBH2L W A VEWORKS, 72WX38H,HIGHBACK $998.00 $998.00 $391.66 $391.66 60756 ORGANIZER,FULL BACK,LAMINA TE MC AMBER MC AMBER $218.00 - $218.00 --"'-- 136 TL49 1 NOF NAC49TLB ACCESSORIES,49W,TASK $85,56 $85,56 60 756 L1GHT,BLACK,28 W A TIS W A VEWORKS,24DX36W ,LATERAL $1818.00 $1818.00 $713.47 .,,~--- 136 -LAT36/4 1 NOF WW2436LFF4L $713.47 GO 756 FILE,FOUR DRAWER,LAMINATE VMC SOFTENED PVC,AMBER 71SN SPIRAL,SATIN NICKEL METALLIC STD STANDARD LAMINATE MC AMBER MC AMBER MC AMBER -,...--..' '-'''- -_.Y~---~ -.-"..--- -,.. ---- --., ..'....-..'....-..- _. ..- 136 WTBOARD 1 CLR 2545L Markerboards, Radius Corner, LCS $615,00 $615,00 $307.50 $307.50 '0,0 4X5 Porcelain, 4'x5' #32 No. 32 LCS White CH 2900 Cherry Stain I Z-Bar 5 Z-Bar Add for 5' wide Board I $13.00 ---~._,-~ "U~ 136 KEY 003 5 NOF NCCB003 CASEGOODS,LOCK CORE & $65.00 $5.10 $25,50 KEY,STYLE B,NO 003 -KBA 1 HUM 5G 900 90 5G Mechanism 1900 - Std, Platform /90 - $467.00 $467,00 $172 79 "'- 136 $172.79 03 8.5" Clip Mouse H High Clip Mouse $63~J I ! G 19" Gel wI Synt. Leather i ,,--...- I---~GST(- --- .. ..,~ --.-,.. _..._.~ '''--- -.' ..--....-. ,....- ........;~ 136 2 NOF N55CC ADMIRE,SIDE CHAIR,SLAT BACK,ARMS $805.00 $1610.00 $31592 "',") ! I 20 or 51 ':'l)l)(j 2ilS pr", Boyn" ... Beach Fire Rescue # 5 Workplacr "esource Kim J.I'slop Fire Dt. i1ing System 3300 Corpore. Jenue #100 (954) !608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % MOMH MOMENTUM GRADE H 09083248 FELIZ GOLD MC AMBER 136 - TSK2 1 NOF N12PPCS MIX-IT,HIBK,UPHD BACK,PLSTC $1037.00 $1037.00 $406.97 $406.97 60.756 BASE,SEAT SLlDE,ADJBL URTHN ARM 2 GRADE 2 22177 SEDONA CANYON C15 HARD DUAL WHEEL,BLACK 136 136 Subtotal $10205.00 $4060.57 60.21 137 BED/STOR 1 ADD RM08/3DC ADDEN PLATFORM BED 82-1/4"W X $1,897.00 $1,897.00 $749.83 $749.83 60.47% 36"0 * (3) DOORS WIHANDLES * LOCKING * FINISH STAIN TO MATCH * VIOLIN FIGURED ANNIGRE * SEE DRAWING DETAIL * MATRESS NOT INCLUDED 137 OTB20 1 NOF 91 NA2424CYL MYRIAD,24DX24W,END $520.00 $520.00 $204.07 $204.07 60.756 T ABLE,CYLlNDER,ROUND,LAMINA TE X NO GROMMET MC AMBER 137 137 Subtotal $2,417.00 $953.90 60.53% 140 62 1 HMG A0210.62 +Wall Start 62H $47.00 $47.00 $12.34 $12.34 73.74 JT +just tan (discontinuing) 140 67/36 1 HMG A1125.6736N +Panel,Tack Acoust-Barrier Npwr 67H $670.00 $670.00 $175.94 $175.94 73.74 36W JT +just tan (discontinuing) LU +soft white 4X +tressel-Pr Cat 2 06 +tressel honey white 4X +tressel-Pr Cat 2 06 +tressel honey white 140 67/42 1 HMG A1125.6742N +Panel,Tack Acoust-Barrier Npwr 67H $699.00 $699.00 $183.56 $183.56 73.74 42W JT +just tan (discontinuing) LU +soft white 4X +tressel-Pr Cat 2 06 +tressel honey white 21 of 51 4/3/2009 at 4:56 PM Boynton Beach Fire Rescue # 5 Workplace Resource Kim Hislop Fire Dept Filing System 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % 4X +tressel-Pr Cat 2 06 +tressel honey white 140 - E67 1 HMG A1271.67H +Fin End 67H $47.00 $47.00 $12.34 $12,34 73.74 JT +just tan (discontinuing) LU +soft white $19.00 $38.00 $4.99 $9.98 ""- 140 S62 2 HMG A0215.62 +Draw Rod 62H 73.74 140 OH42 4 NOF WW4218S0HML W A VEWORKS, 15DX42WX 18H,STORAG $611.00 $2444.00 $239,78 $959.12 60.756 E,OVERHEAD,HINGE DOORS,LAMINA TE MC AMBER MC AMBER 140 TL25 4 NOF NAC25TLB ACCESSORIES,25W ,TASK $191.00 $764.00 $74.95 $299,80 60.756 L1GHT,BLACK,14 WATTS -- 140 3636 2 NOF WW3636CFSL2 W A VEWORKS,36DX36W,CORNER $992.00 $1984.00 $389,30 $778,60 60.756 UNIT,24D RETURN,LAMINATE VMC SOFTENED PVC,AMBER G1C GROMMET,CENTER STD STANDARD LAMINATE -4 MC AMBER MC AMBER - ....-- 140 2442 1 NOF WW2442RREFL 1 W A VEWORKS,24DX42W,RETURN,RIGH $1005.00 $1005.00 $394,41 $394.41 T ,BOX/BOX/FILE, LAMINA TE VMC SOFTENED PVC,AMBER I 71SN SPIRAL,SATIN NICKEL METALLIC I I I G1C GROMMET,CENTER I STD STANDARD LAMINATE MC AMBER MC AMBER ';0-"~ MC AMBER -..------." u ._,~. ...._ _..~-'.. ~_'a'. '--'''''- 140 R2442L 1 NOF WW2442RLEFL 1 WAVEWORKS,24DX42W,RETURN,LEFT $1005.00 $1005.00 $394 41 $394.41 ,BOXlBOXlFILE,LAMINA TE I VMC SOFTENED PVC,AMBER i 71SN SPIRAL,SATIN NICKEL METALLIC I G1C GROMMET,CENTER I STD STANDARD LAMINATE I MC AMBER MC AMBER I I MC AMBER - $4108* ,- - ,.----.,- .-. - I-- .' ,.,,,",""-".'~'--~-~' --....-.,.,. $41088 140 WAVE 1 NOF WW2448RLFFL2 W AVEWORKS,24DX48W .RETURN,LEFT $1041,00 $104700 " 7rm ,FILE/FILE,LAMINA TE !'11 '.) 1, VMC SOFTENED PVC,M ! I 22 or 51 ,1/2009 d! 12-45 Pili! Boyntr ~ Beach Fire Rescue # 5 Workplacp 13esource Kim J-lislop Fire Dc, ,ling System 3300 Corpora !enue #100 (954) ( :608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % 71SN SPIRAL,SATIN NICKEL METALLIC G1C GROMMET,CENTER STD STANDARD LAMINATE MC AMBER MC AMBER MC AMBER 140 WAVE 1 NOF WW2448RREFL2 W A VEWORKS,24DX48W,RETURN,RIGH $1047.00 $1047.00 $410.88 $410.88 60.756 T,FILE/FILE,LAMINATE VMC SOFTENED PVC,AMBER 71SN SPIRAL,SATIN NICKEL METALLIC G1C GROMMET,CENTER STD STANDARD LAMINATE MC AMBER MC AMBER MC AMBER 140 -LAT36/4 1 NOF WW2436LFF4L W A VEWORKS,24DX36W,LA TERAL $1818.00 $1818.00 $713.47 $713.47 60.756 FILE,FOUR DRAWER,LAMINATE VMC SOFTENED PVC,AMBER 71SN SPIRAL,SATIN NICKEL METALLIC STD STANDARD LAMINATE MC AMBER MC AMBER MC AMBER 140 KEY 012 6 NOF NCCBO 12 CASEGOODS,LOCK CORE & $13.00 $78.00 $5.10 $30.60 60.756 KEY,STYLE B,NO 012 140 KEY 013 6 NOF NCCB013 CASEGOODS,LOCK CORE & $13.00 $78.00 $5.10 $30.60 60.756 KEY,STYLE B,NO 013 140 KEY 014 1 NOF NCCB014 CASEGOODS,LOCK CORE & $13.00 $13.00 $5.10 $5.10 60.756 KEY,STYLE B,NO 014 140 -KBA 2 HUM 5G 900 90 5G Mechanism I 900 - Std. Platform I 90 - $467.00 $934.00 $172.79 $345.58 63 8.5" Clip Mouse H High Clip Mouse G 19" Gel wI Synt. Leather 140 - TSK2 2 NOF N12PPCS MIX-IT,HIBK,UPHD BACK,PLSTC $1037.00 $2074.00 $406.97 $813.94 60.756 BASE,SEAT SLlDE,ADJBL URTHN ARM 2 GRADE 2 22177 SEDONA CANYON C15 HARD DUAL WHEEL,BLACK 140 140 Subtotal $15792.00 $5981.55 62.123 23 of 51 4/3/2009 at 12:45 PM Boynton Beach Fire Rescue # 5 Workplace Resource Kim Hislop Fire Dept Filing System 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext list Sell Ext Sell Sell - % 141 .157 BEDISTOR 16 ADD RM08/3DC ADDEN PLATFORM BED 82-1/4"W X $1,897.00 $30,352,00 $749,83 $11,997,28 60.47% 36"0 * (3) DOORS WIHANDLES * LOCKING * FINISH STAIN TO MATCH * VIOLIN FIGURED ANN1GRE * SEE DRAWING DETAIL * MATRESS NOT INCLUDED 141 - 157 -CH1 16 NOF N35ASCS FUEL,MID BACK,HEIGHT WD PIVOT $985.00 $15760.00 $386.56 $6184.96 60,756 ARM ,PLASTIC BACK,SEAT SL,REVO COM CUSTOMER'S OWN MATERIAL SPECIAL PRIMARY UPH PATTERN COLOR TOR ARCHITEX - AL TERNATIVEINEWS C1 HARD DUAL WHEEL,BLACK 141 - 157 -CH1 29 ARX FABRIC ARCHITEX - AL TERNAT1VEINEWS $75.64 $2193.56 $75.64 $2193.56 0 141 -157 141 -157 Subtotal $48,305.56 $20,375.80 57.82% -.' - 158 SHV36 2 SFC 5288BL INDUSTRIAL WIRE SHELVING 36W X $282.00 $564.00 $141 ,00 $282.00 50 240 X 72H 158 SHV36 2 SFC 5290BL INDUSTRIAL WIRE SHELVES 36W X $134.00 $268.00 $67.00 $134.00 50 240 X 1.5H (2 PK) 158 SHV48 2 SFC 5294BL INDUSTRIAL WIRE SHELVING 48W X $297.00 $594.00 $148.50 $297.00 50 240 X 72H ".-- 158 SHV48 2 SFC 5296BL INDUSTRIAL WIRE SHELVES 48W X $141.00 $282.00 $70.50 $141.00 50 240 X 1.5H (2 PK) 158 158 Subtotal $1708.00 $854.00 50 .--."-- HMG AE113AWC +Wk Chr,Aeron,Std-Ht Pneu.,Tlt $1291,00 $2582.00 $511,75 $102350 GO 36 161 -TSK3 2 Lim/Ang,Adj Arms,NonuphstPds/C N2 +no additional support I G1 +graphite I , C9 +2 1/2" braking caster, black yoke, hard I floors or carpet , BK +black I 3D +pellicle@ classic I I 01 +pellicle@ classic carbon I ~- 161 Subtotal $2582.00 ,.:~ 60.360 I 161 $1023.50 1--- "-- _..._~ WABASH ASH/TRASH - FLARE TOp. ...-- 163A ASH 1 WAS AT101P $156.00 $156.00 $152.88 $152.88 2, PERFORATED ! * DARK BRONZE ".-,---,,- -, ,- ~..., ...-,-- ' ~-_.- .- $188200 ,..-- ~..,,,._--- -- .-;Ji I 1b3A rBL42 i WAB CM2210 WABASH CAMINO TABLE 42 ROUND $941.00 $922 18 $1844,36 LOW ATTACHED SEATS - SQUARE ! PERFORATED I 24 of 51 ~:)U()q :]/ 4 58 PM Boynf " Beach Fire Rescue # 5 Workplacr "esource Kim J.lislop Fire Dt.. iling System 3300 Corpore. lenue #100 (954) \ !608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % * DARK BRONZE 163A TBL42 2 WAB CM225Q WABASH CAMINO TABLE 42 ROUND $1374.00 $2748.00 $1346.52 $2693.04 2 HIGH ATTACHED SEATS BAR TABLE- SQUARE PERFORATED * DARK BRONZE 163A TBL42 4 WAB SG135N WABASH CAMINO TABLE MOUNT $11.00 $44.00 $10.78 $43.12 2 ADAPTER PACKAGE 163A TRSH 1 WAB FR400P WABASH - 32 GALLON RECEPTACLE- $331.00 $331.00 $324.38 $324.38 2 FLARE TOP - PERFORATED * DARK BRONZE 163A TRSH 1 WAB LR105N WABASH - SURFACE MOUNT POST $40.00 $40.00 $39.20 $39.20 2 PACKAGE FOR TRASH RECEPTACLES 163A 163A Subtotal $5201.00 $5096.98 2 163A - TBL42 3 WAB SG140D WABASH 46" SQUARE PICNIC TABLE- $573.00 $1719.00 $561.54 $1684.62 2 LANDSCA DIAMOND PE * DARK BRONZE 163A - 163A - LANDSCAPE Subtotal $1719.00 $1684.62 2 LANDSCA PE 164 TBS26 1 GRC CUSTOM GRAND RAPIDS CHAIR ATLAS TABLE $2884.00 $2884.00 $1297.80 $1297.80 55 SERIES 48 X 188 DINING HEIGHT * TOP: FORMICA * 7285-58 VIOLIN FIGURED ANNIGRE * 2 PIECE TOP HARDWARE INCL * EDGE: VINYL WATERFALL * VINWF GRCC COLOR: BROWN * 4 BASES A T32 * GRCC PAINT: TERRA COTTA 164 -STK 12 GRC 574-CE GRAND RAPIDS CHAIR MAMA MELISSA $326.50 $3918.00 $146.93 $1763.16 55 - WOOD * WOOD SEAT & BACK * CUSTOM ENGRAVED * WOOD - EBONY WOOD PREMIUM * PAINT - TERRA COTTA WI * MATTE CLEARCOA T * QUOTE # SF031709-3 25 of 51 4/3/2009 at 12:45 PM Boynton Beach Fire Rescue # 5 Workplace Resource Kim Hislop Fire Dept Filing System 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % 164 -STL 4 GRC 6574BS GRAND RAPIDS CHAIR MAMA MELISSA $530.50 $2122.00 $238.73 $954.92 55 SWIVEL BARSTOOL - WOOD * WOOD SEAT & BACK * CUSTOM ENGRAVED * WOOD - EBONY WOOD PREMIUM * PAINT - TERRA COTTA WI * MATTE CLEARCOA T * QUOTE # SF031709-3 164 XXX 1 GRC GRAPHIC GRAND RAPIDS CHAIR GRAPHIC SET- $100.00 $100.00 $100.00 $100,00 0 UP FEE 164 164 Subtotal $9024.00 $4115.88 54.390 165 BK5 3 NOF MC8436 UNIVERSAL ,36WX84H, BOOK CAS E, OPE $571.00 $1713.00 $224.08 $672.24 60,756 N,FREEST ANDING,LAMINA TE,AMBER 165 BK5 1 XXX XXX LABOR TO BOLT BOOKCASES $0.00 $0.00 $0.00 $0.00 "0 TOGETHER & TO WALL -INCLUDED IN INSTALL MAGNUSON GROUP - 1070 SERIES $398.00 $1194.00 e. 165 MAG 3 MAG 1070 $200.59 $601.77 49,601 MAGAZINE RACK * FINISH - VICTORIAN CHERRY * PAINT - BLACK * 7 POCKETS -- OT20 NOF 91 NA2424CYL MYRIAD,24DX24W,END $520.00 $2080.00 $204.07 $816.28 165 4 60 756 TABLE, CYLI NDER,ROUND, LAMI NATE X NO GROMMET MC AMBER -~ .. 165 165 Subtotal $4987.00 $2090.29 58.085 '''--- 1---.. -'''-0 .- -"~._.."".. ..- $156.00 0- --- COVERED ASH 1 WAB AT101R WABASH ASH/TRASH .. FLARE TOP - $156.00 $152,88 $152.88 2 ENTRY RIBBED * DARK BRONZE ! m_"'~+'_'_~_~ $331.00 .. $331,00 '- ---~-- - .~ COVERED TRSH 1 WAB FR400R WABASH - 32 GALLON RECEPTACLE" $324.38 $324.38 ENTRY FLARE TOP - RIBBED * DARK BRONZE .~ COVERED TRSH 1 WAB LR105N WABASH - SURFACE MOUNT POST $40.00 $40,00 $39.20 $39.20 ENTRY PACKAGE FOR TRASH RECEPTACLES .~","--'._-' - -., ' .._-- -,,- -,----.--------.- ~,._-_......- . ".- -- ,-- ~~l COVERED ...~ c~~~~~~_.~NTR~.~bt:~~_.._ ...... 1 $527 .00 ~..___________ _,_.._..._~516~: ~__ ENTRY . p- -- .-,.,...-..-.....--". 26 OT 61 V:l ZUUS! of '245 PM Boynf Beach Fire Rescue # 5 Workplac'" "esource Kim ....c;lop Fire DE:. IIing System 3300 Corpora Jenue #100 (954) \ !608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % 201 OT24 1 NOF 91 NA2424CYL MYRIAD,24DX24W,END $520.00 $520.00 $204.07 $204.07 60.756 T ABLE,CYLlNDER,ROUND,LAMINA TE X NO GROMMET MC AMBER 201 BFT/CRED 1 NOF WWN2472CVMS W A VEWORKS,24DX72W,MEDIA $4787.00 $4787.00 $1878.62 $1878.62 60.756 W STORAGE CREDENZA,WOOD F SOFTENED 71SN SPIRAL,SATIN NICKEL METALLIC G11SNLR GROMMET,SATIN NKL,LEFT & RIGHT R STANDARD MC AMBER 201 -LNG 2 NOF N85LA ELOQUENCE,ONE SEAT LOUNGE $1802.00 $3604.00 $707.19 $1414.38 60.756 COM CUSTOMER'S OWN MATERIAL SPECIAL PRIMARY UPH PATTERN COLOR TOR ARC COM - CASSIO AC-68957 MIDNIGHT SUN #8 MC AMBER 201 -LNG 12 ARC FABRIC ARC COM - CASSIO AC-68957 $35.83 $429.96 $35.83 $429.96 0 MIDNIGHT SUN # 8 201 201 Subtotal $9246.40 $3927.03 57.529 204 2430 2 HMG A2310.2430L +Wk Surf,Sq-Edge Rect Lam 240 30W $260.00 $520.00 $68.28 $136.56 73.74 6X +cinnamon JT +just tan (discontinuing) 204 2466 2 HMI SA331931 A02 SQUARE EDGE PENINSULA $876.00 $1752.00 $230.04 $460.08 73.74 MODIFIED TO DELTA PENISULA - PER DRAWINGS * 24 X 66 - SHAPE SHOWN * PER DRAWINGS * LAM: 6X CINNAMON * SQUARE EDGE 204 2484 2 HMG A2310.2484L +Wk Surf,Sq-Edge Rect Lam 240 84W $567.00 $1134.00 $148.89 $297.78 73.74 6X +cinnamon JT +just tan (discontinuing) 204 C24L 1 HMG A2393.24L +Wk Surf Support,Sgl Left 240 $22.00 $22.00 $5.78 $5.78 73.74 JT +just tan (discontinuing) 204 C24R 1 HMG A2393.24R +Wk Surf Support,Sgl Right 240 $22.00 $22.00 $5.78 $5.78 73.74 JT +just tan (discontinuing) 204 WBK-L 1 HMG A2390.L +Wk Surf Bracket,Left 4/Pkg $42.00 $42.00 $11.03 $11.03 73.74 27 of 51 4/3/2009 at 12:45 PM Boynton Beach Fire Rescue # 5 Workplace Resource Kim Hislop Fire Dept Filing System 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 AIi as 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell. % 204 WBK-R 1 HMG A2390.R +Wk Surf Bracket,Right 4/Pkg $42.00 $42.00 $11.03 $11.03 73.74 204 2 NOF NAC2804SFBN SUPPORT BASE,FULL,METAL,SATIN $235.00 $470.00 $92.22 $184.44 60.756 NICKEL 204 H84 2 NOF WW8438HBH2L W A VEWORKS,84WX38H,HIGHBACK $1112.00 $2224.00 $436.40 $872.80 60.756 ORGANIZER,FULL BACK,LAMINATE MC AMBER MC AMBER 204 TL49 2 NOF NAC49TLB ACCESSORIES,49W,TASK $218.00 $436.00 $85.56 $171,12 60.756 L1GHT,BLACK,28 WATTS 204 -BBF 2 NOF WW2315PUBBFL W A VEWORKS,23DX15W ,PEDEST AL,BO $638.00 $1276.00 $250.38 $500.76 60.756 X1BOXlFILE, U NDERSURF ACE ,LAM 71SN SPIRAL,SATIN NICKEL METALLIC MC AMBER MC AMBER 204 -LA T30/2 2 NOF WW2330LFM2L W A VEWORKS,23DX30W ,LATERAL $738.00 $1476.00 $289.63 $579,26 60.756 FILE,UNDERSURFACE,2 DRAWER,LAM 71SN SPIRAL,SATIN NICKEL METALLIC MC AMBER MC AMBER $781.00 $1562.00 .-- 204 85/24E 2 HMG A1125.8524E +Panel,Tack Acoust-Barrier Pwr 4-Circ $205.09 $410.18 7:\74 85H 24W JT +just tan (discontinuing) LU +soft white 4X +tressel-Pr Cat 2 06 +tressel honey white 4X +tressel-Pr Cat 2 I 06 +tressel honey white , "" ,.------...- ....-.... ,.,- -"-- .. ,.------ _. ;:;--~~ 204 85/30E 1 HMG A1125.8530E +Panel,Tack Acoust-Barrier Pwr 4-Circ $830,00 $830,00 $217.96 $21796 If. 85H 30W i JT +just tan (discontinuing) I I LU +soft white I I 4X +tressel-Pr Cat 2 I I 06 +tressel honey white 4X +tressel-Pr Cat 2 , ! 06 +tressel honey white 41 .._--,.- >-. '.- -...-- ,-,-_.~._'...- -.... "---"'''-- _..- '- '.-". ~.. I 204 85/36C 2 HMG A 11258536E +Panel,Tack Acoust-Barrier Pwr 4Cin $91 R,OO $1836.00 ,07 $482 14 85H 36W I i i I Jl +just tan (discontinuing) ; LU +soft white I ! 28 ot 51 , .:L.:'()[)9 n[ '2'45 P~,'1 Boynt Beach Fire Rescue # 5 Workplacp I")esource Kim I-Ilslop Fire DE:., ,ling System 3300 Corpora /enue #100 (954) l :608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % 4X +tressel-Pr Cat 2 06 +tressel honey white 4X +tressel-Pr Cat 2 06 +tressel honey white 204 85/36N 8 HMI A1164.8536N +Panel,Partial-Glazed Npwr 85H 36W $1447.00 $11576.00 $379.98 $3039.84 73.74 TR +clear JT +just tan (discontinuing) LU +soft white 4X +tressel-Pr Cat 2 06 +tressel honey white 4X +tressel-Pr Cat 2 06 +tressel honey white 204 85/42C 6 HMG A 1125.8542N +Panel,Tack Acoust-Barrier Npwr 85H $817.00 $4902.00 $214.54 $1287.24 73.74 42W JT +just tan (discontinuing) LU +soft white 4X +tressel-Pr Cat 2 06 +tressel honey white 4X +tressel-Pr Cat 2 06 +tressel honey white 204 L85 4 HMG A1220.85H +Conn,2-Way 90 Deg Hard 85H $138.00 $552.00 $36.24 $144.96 73.74 - JT +just tan (discontinuing) LU +soft white 204 S80 14 HMG A0215.80 +Draw Rod 80H $21.00 $294.00 $5.51 $77 .14 73.74 204 _T85 2 HMG A1230.85H +Conn,3-Way 90 Deg Hard 85H $245.00 $490.00 $64.34 $128.68 73.74 JT +just tan (discontinuing) LU +soft white 204 DOOR 2 HMG A1191.8548 +Dr Panel 85H 48W $2517.00 $5034.00 $660.96 $1321.92 73.74 JT +just tan (discontinuing) JT +just tan (discontinuing) LV +lever - silver TR +clear JT +just tan (discontinuing) LU +soft white 204 KEY 015 4 NOF NCCB015 CASEGOODS,LOCK CORE & $13.00 $52.00 $5.10 $20.40 60.756 KEY,STYLE B,NO 015 204 KEY 016 4 NOF NCCB016 CASEGOODS,LOCK CORE & $13.00 $52.00 $5.10 $20.40 60.756 KEY,STYLE B,NO 016 204 -KBB 1 HUM 5G 800 90 5G Mechanism 1800 - Rd. Platform 190- $467.00 $467.00 $172.79 $172.79 63 8.5" Clip Mouse 29 of 51 4/3/2009 at 12:45 PM Boynton Beach Fire Rescue # 5 Workplace Resource Kim Hislop Fire Dept Filing System 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % H High Clip Mouse G 19" Gel wI Synt. Leather 204 -GST1 2 NOF N55CC ADMIRE,SIDE CHAIR,SLAT BACK,ARMS $805.00 $1610.00 $315.92 $631 .84 60756 MOMH MOMENTUM GRADE H 09083248 FELIZ GOLD MC AMBER 204 - TSK2 3 NOF N12PPCS MIX-IT,HIBK,UPHD BACK,PLSTC $1037.00 $3111.00 $406.97 $1220.91 60.756 BASE,SEAT SLlDE,ADJBL URTHN ARM 2 GRADE 2 22177 SEDONA CANYON C15 HARD DUAL WHEEL,BLACK 204 204 Subtotal $41784.00 $12412.82 70.293 1--- 207 C2472 1 NOF 36N2473CKFW2 CAPTIV A TE,24DX73W $3026.00 $3026.00 $1187,53 $1187,53 60756 CREDENZA,KNEESPACE,WOOD TA OBLIQUE 71SN SPIRAL,SATIN NICKEL , G11 SNLR GROMMET,SATIN NKL,LEFT & RIGHT R STANDARD MC AMBER NOF 36N2473CSFW2 CAPTIV A TE,24DX73W $3395.00 $3395.00 $1332.34 $133234 .'.'"- 207 C2472S 1 GO 756 CREDENZA,STORAGE,WOOD I TA OBLIQUE 71SN SPIRAL,SATIN NICKEL G11 SNLR GROMMET,SATIN NKL,LEFT & RIGHT R STANDARD MC AMBER i.i(1 -i~~ .., ..------ ---- f- .- ....-.--- -"'-' --'. $1288,00 207 D3672 1 Nor 36N3T13DDFW8 CAPTIVATE,37DX73W DESK,DOUBLE $3282.00 $3282.00 $128800 PEDEST AL,WOOD TA OBLIQUE ! , 71SN SPIRAL,SATIN NICKEL I i G11SNLR GROMMET,SATIN NKL,LEFT & RIGHT i , R STANDARD I MC AMBER ;;n,J -. H72 1 NOF 36N7245HBHW CAPTIVATE,72WX45H HIGHBACK $2632,00 $263200 $1032.91 $103291 207 ORGANIZER,WOOD DOORS MC AMBER .-t.,~ f ~,. -" -.-,.,,- - .. ..._-" .. ..,--,- . $218'00 -, 207 TL49 I NOr: NAC49TLB ACCESSORIES,49W ,TASK $218,00 $85,56 $85.56 ;;(, 7")6 L1GHT,BLACK,28 WATTS I 30 of b 1 1;2009 d' ~''45 PM Boynt-... Beach Fire Rescue # 5 Workplacp Qesource Kim ....islop Fire Dl Iling System 3300 Corpore.. lenue #100 (954) \ !608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % 207 WDRB-L 1 NOF 36N1971VSWHLW CAPTIVATE, 19WX71 H $2532.00 $2532.00 $993.66 $993.66 60.756 STORAGEIW ARDROBE,LEFT DOOR MC AMBER 207 KEY 017 10 NOF NCCB017 CASEGOODS,LOCK CORE & $13.00 $130.00 $5.10 $51.00 60.756 KEY,STYLE B,NO 017 207 -KBA 1 HUM 5G 900 90 5G Mechanism 1900 - Std. Platform I 90 - $467.00 $467.00 $172.79 $172.79 63 8.5" Clip Mouse H High Clip Mouse G 19" Gel wI Synt. Leather 207 -EXEC 1 NOF N75SAC RESPECT,HIGH BACK,SATIN NICKEL $967.00 $967.00 $379.49 $379.49 60.756 ARMS,SATIN NICKEL BASE 2 GRADE 2 22177 SEDONA CANYON C15 HARD DUAL WHEEL,BLACK 207 -GST1 2 NOF N55CC ADMIRE,SIDE CHAIR,SLAT BACK,ARMS $805.00 $1610.00 $315.92 $631.84 60.756 MOMH MOMENTUM GRADE H 09083248 FELIZ GOLD MC AMBER 207 207 Subtotal $18259.00 $7155.12 60.813 208 C2472 1 NOF 36N2473CKFW2 CAPTIV ATE,24DX73W $3026.00 $3026.00 $1187.53 $1187.53 60.756 CREDENZA,KNEESPACE,WOOD TA OBLIQUE 71SN SPIRAL,SA TIN NICKEL G11SNLR GROMMET,SATIN NKL,LEFT & RIGHT R STANDARD MC AMBER 208 C2472S 1 NOF 36N2473CSFW2 CAPTIV ATE,24DX73W $3395.00 $3395.00 $1332.34 $1332.34 60.756 CREDENZA,STORAGE,WOOD TA OBLIQUE 71SN SPIRAL,SATIN NICKEL G11SNLR GROMMET,SA TIN NKL,LEFT & RIGHT R STANDARD MC AMBER 208 03672 1 NOF 36N3773DDFW8 CAPTIVATE,37DX73W DESK,DOUBLE $3282.00 $3282.00 $1288.00 $1288.00 60.756 PEDEST AL,WOOD TA OBLIQUE 71SN SPIRAL,SATIN NICKEL G11SNLR GROMMET,SATIN NKL,LEFT & RIGHT R STANDARD MC AMBER 31 of 51 4/3/2009 at 12:45 PM Boynton Beach Fire Rescue # 5 Workplace Resource Kim Hislop Fire Dept Filing System 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % 208 H72 1 NOF 36N7245HBHW CAPTIVATE,72WX45H HIGHBACK $2632.00 $2632.00 $1032.91 $1032.91 60,756 ORGANIZER,WOOD DOORS MC AMBER 208 TL49 1 NOF NAC49TLB ACCESSORIES,49W,TASK $218.00 $218.00 $85.56 $85.56 60.756 L1GHT,BLACK,28 WATTS - 208 WDRB-L 1 NOF 36N1971VSWHLW CAPTIVATE ,19WX71 H $2532.00 $2532.00 $993.66 $993.66 60 756 STORAGE/W ARDROBE,LEFT DOOR MC AMBER 208 KEY 018 10 NOF NCCB018 CASEGOODS,LOCK CORE & $13.00 $130.00 $5.10 $51 .00 60.756 KEY,STYLE B,NO 018 208 -KBA 1 HUM 5G 900 90 5G Mechanism I gOO.. Std. Platform / 90 - $467.00 $467.00 $172.79 $172.79 63 8.5" Clip Mouse H High Clip Mouse G 1 g" Gel wI Synt. Leather $967.00 $967.00 $379.49 -",,".- 208 -EXEC 1 NOF N75SAC RESPECT,HIGH BACK,SATIN NICKEL $379.49 60 756 ARMS,SATIN NICKEL BASE 2 GRADE 2 22177 SEDONA CANYON ! C15 HARD DUAL WHEEL,BLACK ..- ,. 208 -GST1 2 NOF N55CC ADMIRE,SIDE CHAIR,SLAT BACK,ARMS $805.00 $1610.00 $315,92 $631.84 50 756 MOMH MOMENTUM GRADE H 09083248 FELIZ GOLD MC AMBER -~ 208 208 Subtotal $18259.00 $7155.12 60.813 c......,-"" -...-- 1--..,....--..,..-..,- e---' .- $1051.00 -. $412.45 " 209 B2545 1 NOF 36N2545BEFW CAPTIVATE,25DX45W BRIDGE,WOOD $1051.00 $412.45 60.756 TA OBLIQUE G11SNLR GROMMET,SATIN NKL,LEFT & RIGH1 , R STANDARD ';0 I~ MC AMBER -...-. -"-",--,-- --- -------"..."._- ,--.- $133;: 14 209 C2472S 1 NOF 36N2473CSFW2 CAPTIVATE,24DX73W $3395.00 $339500 $1:33234 CREDENZA,STORAGE,WOOD TA OBLIQUE I I 71SN SPIRAL,SA TIN NICKEL I G11SNLR GROMMET,SATIN NKL,LEFT & RIGHT i R STANDARD MC AMBER i:;6-'s~ , - ~, .- r-" ..,.-- ._..-,.._-,.--~---< ,- - ..--_...- i-. ,----..--.- . ---_........~ 1-.... ,,,,_..,-- I ,.'UU C2413R I NOF 36N2473CRFW2 CAPTIV A TE,24DX73W $2507.00 $2507.00 $983 85 $983.B5 CREDENZA,RIGHT PEDEST AL,FF ,wor I : 32 ot 51 .. '. 20m) ,Ii 1245 Phi Boynt Beach Fire Rescue # 5 Workplacp "esource Kim f.J:~lop Fire DE:., ,ling System 3300 Corpora, lenue #100 (954) t. .608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % TA OBLIQUE 71SN SPIRAL,SA TIN NICKEL G11SNLR GROMMET,SATIN NKL,LEFT & RIGHT R STANDARD MC AMBER 209 D3773L 1 NOF 36N3773DLFW 1 CAPTIVATE,37DX73W DESK,LEFT $2999.00 $2999.00 $1176.93 $1176.93 60.756 PEDESTAL,WOOD TA OBLIQUE 71SN SPIRAL,SATIN NICKEL G11SNLR GROMMET,SATIN NKL,LEFT & RIGHT R STANDARD MC AMBER 209 H72 1 NOF 36N7245HBHW CAPTIVATE,72WX45H HIGHBACK $2632.00 $2632.00 $1032.91 $1032.91 60.756 ORGANIZER,WOOD DOORS MC AMBER 209 TL49 1 NOF NAC49TLB ACCESSORIES,49W,TASK $218.00 $218.00 $85.56 $85.56 60.756 L1GHT,BLACK,28 WATTS 209 WDRB-L 1 NOF 36N 1971 VSWHL W CAPTIVATE,19WX71H $2532.00 $2532.00 $993.66 $993.66 60.756 STORAGEIW ARDROBE,LEFT DOOR Me AMBER 209 KEY 019 8 NOF NCCB019 CASEGOODS,LOCK CORE & $13.00 $104.00 $5.10 $40.80 60.756 KEY,STYLE B,NO 019 209 -KBA 1 HUM 5G 900 90 5G Mechanism 1900 - Std. Platform 190 - $467.00 $467.00 $172.79 $172.79 63 8.5" Clip Mouse H High Clip Mouse G 19" Gel wi Synt. Leather 209 -EXEC 1 NOF N75SAC RESPECT,HIGH BACK,SATIN NICKEL $967.00 $967.00 $379.49 $379.49 60.756 ARMS,SATIN NICKEL BASE 2 GRADE 2 22177 SEDONA CANYON C15 HARD DUAL WHEEL,BLACK 209 -GST1 2 NOF N55CC ADMIRE,SIDE CHAIR,SLAT BACK,ARMS $805.00 $1610.00 $315.92 $631.84 60.756 MOMH MOMENTUM GRADE H 09083248 FELIZ GOLD MC AMBER 209 209 Subtotal $18482.00 $7242.62 60.813 210 B2445 1 NOF 36N2545BEFLW CAPTIV ATE,25DX45W $1051.00 $1051.00 $412.45 $412.45 60.756 BRIDGE,LAMIWOOD G11SNLR GROMMET,SATIN NKL,LEFT & RIGHT MC AMBER 33 of 51 4/3/2009 at 12:45 PM Boynton Beach Fire Rescue # 5 Workplace Resource Kim Hislop Fire Dept Filing System 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext list Sell Ext Sell Sell - % 210 C2472R 1 NOF 36N24 73CRFL W6 CAPTIV A TE,24DX73W $2925.00 $2925.00 $1147.90 $1147.90 60.756 CREDENZA,RIGHT PEDEST AL,LF ,LAM/WOOD TA OBLIQUE 71SN SPIRAL,SATIN NICKEL G11SNLR GROMMET,SATIN NKL,LEFT & RIGHT MC AMBER 210 D2472L 1 NOF 36N3773DLFL W 1 CAPTIVATE,37DX73W DESK,LEFT $2999.00 $2999.00 $1176.93 $1176.93 60.756 PEDESTAL,LAM/WOOD TA OBLIQUE 71SN SPIRAL,SATIN NICKEL G11SNLR GROMMET,SATIN NKL,LEFT & RIGHT MC AMBER 210 OH66 1 NOF 36N6624S0HMW CAPTIVATE,66WX24H STORAGE $2719.00 $2719.00 $1067.05 $1067.05 GO,756 OVERHEAD,WOOD DOORS MC AMBER $218.00 $218.00 ----- .~ ." 210 TL49 1 NOF NAC49TLB ACCESSORI ES ,49W, TASK $85.56 $85,56 60756 L1GHT,BLACK,28 WATTS '"-- --", *",-- .....- 210 WDRB 1 NOF 36N3773VWHW CAPTIV A TE,37WX73H $4069.00 $4069.00 $1596.85 $1596.85 60756 WARDROBE,HINGED DOORS MC AMBER 210 KEY 020 5 NOF NCCB020 CASEGOODS,LOCK CORE & $13.00 $65.00 $5.10 $25,50 60756 KEY,STYLE B,NO 020 ,--I-. .,,-- 210 -GST1 1 NOF N55CC ADMIRE,SIDE CHAIR,SLAT BACK,ARMS $805.00 $805.00 $315.92 $315.92 GO 756 MOMH MOMENTUM GRADE H 09083248 FELIZ GOLD MC AMBER - ~~--,_._.~ ".-- -- -'''-'''''- .. "-.""- 210 -TSK2 1 NOF N75SAC RESPECT,HIGH BACK,SATIN NICKEl $967,00 $967.00 $379.49 $379 49 no "')6 ARMS,SATIN NICKEL BASE 2 GRADE 2 22177 SEDONA CANYON I C15 HARD DUAL WHEEL, BLACK -....,,--..,- -- 210 Subtotal $15818.00 $6207.65 ..",,,...- ,,,-- 210 60.756 " -.,.- ""--- c...." ....,- ... " '-"""'.'- '-.".-..-...- _. .--. 211 C2468 1 NOF 36N2468CKFW:L CAPTIV A TE,24DX68W $2847.00 $2847.00 $1117,28 $1117,28 60 756 CREDENZA,KNEESPACE,WOOD TA OBLIQUE ! 71SN SPIRAL,SATIN NICKEL J G11SNLf~ GROMMET,SATIN NKL,LEFT & RIGHi R STANDARD ! MC AMBER I 34 or J 1 3!~~OO~~J dt ~ 7<45 pr\i1 Boynt ' Beach Fire Rescue # 5 Workplacf' I')esource Kim I-lislop Fire DE:.. Iling System 3300 Corpora lenue #100 (954) l ~608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description list Ext List S~II Ext Sell Sell - % 211 C2472S 1 NOF 36N2473CSFW2 CAPTIV ATE,24DX73W $3395.00 $3395.00 $1332.34 $1332.34 60.756 CREDENZA,STORAGE, WOOD TA OBLIQUE 71SN SPIRAL,SATIN NICKEL G11SNLR GROMMET,SATIN NKL,LEFT & RIGHT R STANDARD MC AMBER 211 03668 1 NOF 36N3168DDFW8 CAPTIVATE,31DX68W DESK,DOUBLE $3161.00 $3161.00 $1240.51 $1240.51 60.756 PEDEST AL,LAM/WOOD TA OBLIQUE 71SN SPIRAL,SATIN NICKEL G11SNLR GROMMET,SATIN NKL,LEFT & RIGHT R STANDARD MC AMBER 211 H72 1 NOF 36N7245HBHGW CAPTIVATE,72WX45H HIGHBACK $2753.00 $2753.00 $1080.40 $1080.40 60.756 ORGANIZER,GLASS DOORS MC AMBER 211 TL49 1 NOF NAC49TLB ACCESSORIES,49W,TASK $218.00 $218.00 $85.56 $85.56 60.756 L1GHT,BLACK,28 WATTS 211 WDRB-R 1 NOF 36N1971VSWHR CAPTIVATE, 19WX71 H $2532.00 $2532.00 $993.66 $993.66 60.756 W STORAGE/W ARDROBE,RIGHT DOOR MC AMBER 211 KEY 021 10 NOF NCCB021 CASEGOODS,LOCK CORE & $13.00 $130.00 $5.10 $51.00 60.756 KEY,STYLE B,NO 021 211 -KBA 1 HUM 5G 900 90 5G Mechanism I 900 - Std. Platform 190 - $467.00 $467.00 $172.79 $172.79 63 8.5" Clip Mouse H High Clip Mouse G 19" Gel wI Synt. Leather 211 C/HB1 1 NOF N75SBC RESPECT,HIGH BACK,SATIN NICKEL $1059.00 $1059.00 $415.59 $415.59 60.756 ARMS,WOOD BASE 2 GRADE 2 22177 SEDONA CANYON MC AMBER C3 HARD DUAL WHEEL,BLACK 211 -GST1 2 NOF N55CC ADMIRE,SIDE CHAIR,SLAT BACK,ARMS $805.00 $1610.00 $315.92 $631.84 60.756 MOMH MOMENTUM GRADE H 09083248 FELIZ GOLD MC AMBER 35 of 51 4/3/2009 at 12:45 PM Boynton Beach Fire Rescue # 5 Workplace Resource Kim Hislop Fire Dept Filing System 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % 211 211 Subtotal $18172.00 $7120.97 60.814 213 B2442 1 NOF 21-2442UPMC ARROWOOD,24DX42W,BRIDGE,AMBER $321.00 $321.00 $125.98 $125,98 60.756 213 C2472L 1 NOF 21-2472RHMC ARROWOOD,24DX72W,CREDENZA,RIG $1076.00 $1076.00 $422.27 $422.27 60.756 HT FULL PED,FILE/FILE,AMBER 213 D3672R 1 NOF 21-3672LHMC ARROWOOD,36DX72W ,DESK,RECT AN $1280.00 $1280.00 $502.33 $502.33 60.756 GULAR TOP,LEFT FULL PED,AMBER 213 H72 1 NOF 21-15720SCMC ARROWOOD,15DX72W,HIGHBACK $931.00 $931.00 $365.36 $365.36 60.756 ORGANIZER,HINGE DOORS,AMBER 213 TL49 1 NOF NAC49TLB ACCESSORIES,49W,T ASK $218.00 $218.00 $85.56 $85.56 60.756 L1GHT,BLACK,28 WATTS 213 KEY 022 4 NOF NCCB022 CASEGOODS,LOCK CORE & $13.00 $52.00 $5.10 $20.40 60,756 KEY,STYLE B,NO 022 '-"-'-- 213 -KBA 1 HUM 5G 900 90 5G Mechanism 1900 - Std. Platform 190 - $467.00 $467.00 $172.79 $172,79 63 8.5" Clip Mouse H High Clip Mouse G 19" Gel wI Synt. Leather ,~-- .- .. ,--- - ..--- 213 -GST1 1 NOF N55CC ADMIRE,SIDE CHAIR,SLAT BACK.ARMS $805.00 $805.00 $315.92 $315.92 flO 756 MOMH MOMENTUM GRADE H 09083248 FELIZ GOLD MC AMBER - MIX-IT,HIBK,UPHD BACK,PLSTC $1037.00 $1037.00 $40697 ."-- 213 -TSK2 1 NOF N12PPCS $40G 97 GO 756 BASE,SEAT SLlDE,ADJBL URTHN ARM 2 GRADE 2 22177 SEDONA CANYON C15 HARD DUAL WHEEL,BLACK '.... $6187.00 -'-~ ....- L.,213 . . 213 Subtotal $2417.58 60.925 '- - .,..--... -- -.-. -~'," 214 B2445 1 NOF 36N2545BEFW CAPTIVATE,25DX45W BRIDGE,WOOD $1051.00 $1051.00 $41 245 $412.45 GO 756 I TA OBLIQUE i I G11SNLR GROMMET,SATIN NKL,LEFT & RIGHT \ I R STANDARD I MC AMBER ,~~ ,..--' NOF 36N2473CLFW6 CAPTIVATE,24DX73W CREDENZA.LEFT $2925,00 $2925 00 .. $11 47 gO 214 C2472R 1 $114790 , ) I I PEDESTAL,l.F,WOOD ITA OBLIQUE 71SN SPIRAL,SATIN NICKF' I 36 ot ti1 L ), elOOe) at 12 45 pr\1 Boynt~.... Beach Fire Rescue # 5 Workplacp Qesource Kim t-lislop Fire Dl lling System 3300 Corpora lenue #100 (954) \ ~608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext list Sell Ext Sell Sell - % G11SNLR GROMMET,SATIN NKL,LEFT & RIGHT R STANDARD MC AMBER 214 D3672R 1 NOF 36N3773DRFW 1 CAPTIVATE,37DX73W DESK,RIGHT $2999.00 $2999.00 $1176.93 $1176.93 60.756 PEDESTAL,WOOD TA OBLIQUE 71SN SPIRAL,SATIN NICKEL G11 SNLR GROMMET,SATIN NKL,LEFT & RIGHT R STANDARD MC AMBER 214 H72G 1 NOF 36N7245HBHGW CAPTIVATE,72WX45H HIGHBACK $2753.00 $2753.00 $1080.40 $1080.40 60.756 ORGANIZER,GLASS DOORS MC AMBER 214 TL49 1 NOF NAC49TLB ACCESSORIES,49W ,TASK $218.00 $218.00 $85.56 $85.56 60.756 L1GHT,BLACK,28 WATTS 214 WDRB 1 NOF 36N3773VWHW CAPTIV A TE,37WX73H $4069.00 $4069.00 $1596.85 $1596.85 60.756 W ARDROBE,HINGED DOORS MC AMBER 214 KEY 023 5 NOF NCCB023 CASEGOODS,LOCK CORE & $13.00 $65.00 $5.10 $25.50 60.756 KEY,STYLE B,NO 023 214 -GST1 2 NOF N55CC ADMIRE,SIDE CHAIR,SLAT BACK,ARMS $805.00 $1610.00 $315.92 $631.84 60.756 MOMH MOMENTUM GRADE H 09083248 FELIZ GOLD MC AMBER 214 -TSK2 1 NOF N14PPCS MIX-IT,HI-BACK,UPHD BACK,WOOD $1200.00 $1200.00 $470.93 $470.93 60.756 BASE,SEAT SLlDE,ADJBL WOOD AR 2 GRADE 2 22177 SEDONA CANYON MC AMBER C3 HARD DUAL WHEEL,BLACK 214 214 Subtotal $16890.00 $6628.36 60.756 215 B2442 1 NOF 21-2442UPMC ARROWOOD,24DX42W,BRIDGE,AMBER $321.00 $321.00 $125.98 $125.98 60.756 215 C2472L 1 NOF 21-2472LHMC ARROWOOD,24DX72W,CREDENZA,LEF $1076.00 $1076.00 $422.27 $422.27 60.756 T FULL PED,FILE/FILE,AMBER 215 D3672R 1 NOF 21-3672RHMC ARROWOOD,36DX72W,DESK,RECT AN $1280.00 $1280.00 $502.33 $502.33 60.756 GULAR TOP,RIGHT FULL PED,AMBER 215 H72 1 NOF 21-15720SCMC ARROWOOD, 15DX72W ,HIGHBACK $931.00 $931.00 $365.36 $365.36 60.756 ORGANIZER,HINGE DOORS,AMBER 37 of 51 4/3/2009 at 12:45 PM Boynton Beach Fire Rescue # 5 Workplace Resource Kim Hislop Fire Dept Filing System 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % 215 TL49 1 NOF NAC49TLB ACCESSORI ES,49W, TASK $218.00 $218.00 $85.56 $85.56 60.756 L1GHT,BLACK,28 WATTS 215 KEY 024 4 NOF NCCB024 CASEGOODS,LOCK CORE & $13.00 $52.00 $5.10 $20.40 60.756 KEY,STYLE B,NO 024 215 -KBA 1 HUM 5G 900 90 5G Mechanism /900 - Std. Platform 190 " $467.00 $467.00 $172,79 $172,79 63 8.5" Clip Mouse H High Clip Mouse G 19" Gel wi Synt. Leather 215 -GST1 1 NOF N55CC ADMIRE,SIDE CHAIR,SLAT BACK,ARMS $805.00 $805.00 $315.92 $315.92 60.756 MOMH MOMENTUM GRADE H 09083248 FELIZ GOLD MC AMBER 215 - TSK2 1 NOF N12PPCS MIX-IT,HIBK,UPHD BACK,PLSTC $1037.00 $1037.00 $406,97 $406.97 60 756 BASE,SEAT SLlDE,ADJBL URTHN ARM 2 GRADE 2 22177 SEDONA CANYON C15 HARD DUAL WHEEL,BLACK 215 215 Subtotal $6187.00 $2417.58 60.925 -..., u.___._v -,. 216 BP15 2 NOF WW1527MPL W AVEWORKS, 15WX27H,PEDEST AL $93.00 $186.00 $36.50 $73,00 60756 BACK PANEL,LAMINATE MC AMBER .. '''-- -, 216 BP30 2 NOF WW3027MPL W A VEWORKS,30WX27H,PEDEST AL $126.00 $252.00 $49.45 $98,90 60,756 MODESTY PANEL,FULL,LAMINATE M MAIN MC AMBER $2156.00 $423.06 ......--...- .. ,.--- 216 CHB 2 NOF WW3650HBHCL W A VEWORKS,36DX50H,HIGHBACK $1078.00 $84R 12 Ij() 7!)6 ORGANIZER, CORNER, CLOSED ,LAM ,;" i~ MC AMBER MC AMBER _...,-'--'-'-'. .......,".-- f-'" ,-- -, -- -, $199 38 216 EP36 2 NOF WW3528EPL W A VEWORKS,35DX28H.END $254.00 $508.00 $99.69 PANEL,LAMINATE MC AMBER GO 7561 -'~--"'-' .._-~ $198.00 $198.00 ;~16 FEP24 1 NOF WW2328EPL WAVEWORKS,23DX28H,END $77.71 $77 71 PANEL,LAMINATE MC AMBER - '"1 ,---", .- f--.- - 0_'" ..- 1-...., ' '''''.---- -- " $18R:00 _.. ...,-..-._- f-- ,--- )16 MP36 2 NOF WW3608MPL W A VEWORKS,36WX8H,MODESTY $93,00 $36,50 001 i _1 PANEL,1/3 HEIGHT,LAMINATE I, M MAIN ! Me AMBER L ~- ~"., .. -_.... .--.--"-- ---'''''--' ,-~, ,...." " 38 ot 51 I j lOOf) I'il ? 45 P~j Boynf Beach Fire Rescue # 5 Workplacf" "'esource Kim J..J;c;lop Fire De, ,ling System 3300 Corpora lenue #100 (954) l ~608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % 216 OH36 2 NOF WW3618S0HML W A VEWORKS,15DX36WX18H,STORAG $566.00 $1132.00 $222.13 $444.26 60.756 E,OVERHEAD,HINGE DOORS,LAMINA TE MC AMBER MC AMBER 216 OH42 2 NOF WW4218S0HML W A VEWORKS,15DX42WX18H,STORAG $611.00 $1222.00 $239.78 $479.56 60.756 E,OVERHEAD,HINGE DOORS,LAMINA TE MC AMBER MC AMBER 216 TL25 4 NOF NAC25TlB ACCESSORIES,25W,T ASK $191.00 $764.00 $74.95 $299.80 60.756 L1GHT,BLACK,14 WATTS 216 SL 5 NOF WW1228SSL W A VEWORKS,12DX28H,SUPPORT $93.00 $465.00 $36.50 $182.50 60.756 PANEL,LAMINA TE MC AMBER 216 WS2436C- 2 NOF WW3636WSCSL2 W A VEWORKS,36DX36W,SURFACE,CO $508.00 $1016.00 $199.36 $398.72 60.756 M RNER,24D RETURN,LAMINATE VMC SOFTENED PVC,AMBER G1C GROMMET,CENTER STD STANDARD LAMINATE MC AMBER 216 WS2442 1 NOF WW2442WSSL W A VEWORKS,24DX42W,SURFACE,RE $269.00 $269.00 $105.57 $105.57 60.756 CT ANGULAR,LAMINA TE E EXTENSION VMC SOFTENED PVC,AMBER G1LR GROMMET,LEFT & RIGHT STD STANDARD LAMINATE MC AMBER 216 WS2442-E 2 NOF WW2442WSSL W A VEWORKS,24DX42W,SURFACE,RE $269.00 $538.00 $105.57 $211.14 60.756 CT ANGULAR,LAMINA TE E EXTENSION VMC SOFTENED PVC,AMBER G1LR GROMMET,LEFT & RIGHT STD STANDARD LAMINATE MC AMBER 216 WS2460 1 NOF WW2460WSSL W A VEWORKS,24DX60W,SURFACE,RE $379.00 $379.00 $148.73 $148.73 60.756 CT ANGULAR,LAMINA TE F FILLER VMC SOFTENED PVC,AMBER G1A GROMMET,LEFT,RIGHT & CENTER STD STANDARD LAMINATE 39 of 51 4/3/2009 at 12:45 PM Boynton Beach Fire Rescue # 5 Workplace Resource Kim Hislop Fire Dept Filing System 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % MC AMBER 216 WS2472 1 NOF WW2472WSSL W A VEWORKS,24DX72W ,SURFACE,RE $421.00 $421.00 $165.22 $165.22 60756 CT ANGULAR,LAMINA TE E EXTENSION VMC SOFTENED PVC,AMBER G1A GROMMET,LEFT,RIGHT & CENTER STD STANDARD LAMINATE MC AMBER 216 -BBF 2 NOF WW2315PUBBFL W A VEWORKS,23DX15W ,PEDEST AL,BO $638.00 $1276.00 $250.38 $500.76 60756 X1BOXlFILE, UNDE RSURF ACE,LAM 71SN SPIRAL,SATIN NICKEL METALLIC MC AMBER MC AMBER 216 -LA T30/2 2 NOF WW2330LFM2L W A VEWORKS,23DX30W,LA TERAL $738.00 $1476.00 $289.63 $579.26 60756 FILE,UNDERSURFACE,2 DRAWER,LAM 71SN SPIRAL,SATIN NICKEL METALLIC MC AMBER MC AMBER $91.00 ,.~-_. 216 KEY 025 7 NOF NCCB025 CASEGOODS,LOCK CORE & $13.00 $5.10 $3570 60 756 KEY,STYLE B,NO 025 CASEGOODS,LOCK CORE & $13.00 $91.00 $5.10 .,-- 216 KEY 026 7 NOF NCCB026 $3570 f,O 756 -", KEY,STYLE B,NO 026 216 - TSK2 2 NOF N12PPCS MIX-IT.HIBK,UPHD BACK,PLSTC $1037.00 $2074.00 $406.97 $81394 60756 BASE,SEAT SLlDE,ADJBL URTHN ARM 2 GRADE 2 , 22177 SEDONA CANYON .~ C15 HARD DUAL WHEEL,BLACK 216 216 Subtotal $14700.00 $5768.97 ---- """'-.'''-' ,,- _... -,---, 221 EC2741-BK 1 BRE EC2741-BK Computer & Projector Cart, Sit or Stand, $529.00 $529.00 $264.50 $264.50 ')0 CPU Holder, Cord Management Bin, Modesty Panel, Black, 4" Casters iii, .'061 OH30 3 NOF WW3014S0FMM W A VEWORKS ,30WX14H,STORAGE $528.00 $1584.00 ,,,. 221 $207,21 $62163 OVERHEAD,FLlPPER DOORS,METAL , I STD STANDARD,NON-METALLlC PAINT I i 403 CHAMOIS i I ~. - .-"- ~"--"- 1-. - .- --.... . "--- -" '''-'-'--- . . ._----~ 221 TL25 .'~ NOF NAC25TLB ACCESSORI ES,25W, TASK $191.00 $573,00 $ 74,95 $224.85 ';(1 : r,f\ L1GHT,BLACK,14 WP~S , , 40 or ::>1 ;j/200~.j at i 24f) PM Boynt~... Beach Fire Rescue # 5 Workplacp Qesource Kim ....islop Fire Dt ding System 3300 Corpore lenue #100 (954) l !608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell . Ext Sell Sell - % 221 WMB72 2 NOF NACTXT721 W A VEWORKS,ACCESSORIES,W ALL $138.00 $276.00 $54.16 $108.32 60.756 MOUNT BRACKET 221 -STL 1 NOF N35ECC FUEL,STOOL,HEIGHT WD $911.00 $911.00 $357.51 $357.51 60.756 ARM,PLASTIC BACK,MID PIVOT 2 GRADE 2 22177 SEDONA CANYON C2 SOFT DUAL WHEEL,BLACK 221 221 Subtotal $3873.00 $1576.81 59.287 225 -CH4 8 LOW 9240U LOWENSTEIN TEKO WOOD BACK $685.00 $5480.00 $274.00 $2192.00 60 UPHOLSTERED SEAT * WOOD STAIN TO MATCH AMBER * GRADED-IN MOMENTUM GR 4 * SPYRO - AQUA * QUOTE # SF031709-2 225 -CH5 4 LOW 9244BU LOWENSTEIN TEKO WOOD BACK $907.00 $3628.00 $362.80 $1451.20 60 UPHOLSTERED SEAT * WOOD STAIN TO MATCH AMBER * GRADED-IN MOMENTUM GR 4 * SPYRO-AQUA * QUOTE # SF031709-2 225 TBL42H 1 VSL PEX1S 42RDFX Performance X, 42 Round Fixed Standup $1262.00 $1262.00 $543.92 $543.92 56.9 * L - HP Laminate Surface Table Top * W2R - 1 1/4" Flat Wood 3mm * TF - Formica * 7285-58 Violin Figured Annigre * OSM - Stain Finish Match * Quote # EH577 225 TBL42 2 VSL PEX142RDFX Performance X, 42 Round Fixed $1200.00 $2400.00 $517.20 $1034.40 56.9 * L - HP Laminate Surface Table Top * W2R - 1 1/4" Flat Wood 3mm * TF - Formica * 7285-58 Violin Figured Annigre * OSM - Stain Finish Match * Quote # EH577 225 TBL 1 VSL OSM Wd EdgeNeneer Custom Stain Match $525.00 $525.00 $226.28 $226.28 56.9 (per order/per stain) * Quote # EH577 225 225 Subtotal $13295.00 $5447.80 59.024 226 B2442 1 NOF 21-2442UPMC ARROWOOD,24DX42W,BRIDGE,AMBER $321.00 $321.00 $125.98 $125.98 60.756 41 of 51 4/3/2009 at 12:45 PM Boynton Beach Fire Rescue # 5 Workplace Resource Kim Hislop Fire Dept Filing System 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % 226 C2472R 1 NOF 21-2472RHMC ARROWOOD,24DX72W,CREDENZA,RIG $1076.00 $1076.00 $422.27 $422.27 60,756 HT FULL PED,FILE/FILE,AMBER 226 D3672L 1 NOF 21-3672LHMC ARROWOOD,36DX72W ,DESK,RECT AN $1280.00 $1280.00 $502.33 $502.33 60.756 GULAR TOP,LEFT FULL PED,AMBER 226 H72 1 NOF 21-15720SCMC ARROWOOD ,15DX72W ,HIGHBACK $931.00 $931.00 $365,36 $365.36 60 756 ORGANIZER,HINGE DOORS,AMBER 226 TL49 1 NOF NAC49TLB ACCESSORIES,49W,T ASK $218.00 $218.00 $85.56 $85.56 60.756 L1GHT,BLACK,28 WATTS 226 KEY 027 4 NOF NCCB027 CASEGOODS,LOCK CORE & $13.00 $52.00 $5.10 $20.40 60.756 KEY,STYLE B,NO 027 226 -KBA 1 HUM 5G 900 90 5G Mechanism 1900 - Std. Platform /90 - $467.00 $467.00 $172.79 $172.79 63 8.5" Clip Mouse H High Clip Mouse G 19" Gel wI Synt. Leather 226 -GST1 1 NOF N55CC ADMIRE,SIDE CHAIR,SLAT BACK,ARMS $805.00 $805.00 $315.92 $31592 fiO 756 MOMH MOMENTUM GRADE H 09083248 FELIZ GOLD MC AMBER MIX-IT,HIBK,UPHD BACK,PLSTC $1037.00 $1037.00 $406.97 $406.97 '''--- 226 -TSK2 1 NOF N12PPCS 60756 BASE,SEAT SLlDE,ADJBL URTHN ARM 2 GRADE 2 22177 SEDONA CANYON C15 HARD DUAL WHEEL,BLACK 226 226 Subtotal $6187.00 $2417.58 60.925 >0 ... -. - 227 D3672R 1 NOF 21-3672RHMC ARROWOOD,36DX72W,DESK,RECTAN $1280.00 $1280.00 $502,32 $502,32 60 756 GULAR TOP,RIGHT FULL PED,AMBER f-..._-_... , ....--.--..-- - -, $744.00 $744.00 $291.98 ' ..,.------ 227 R2442L 1 NOF 21-2442LHMC ARROWOOD,24DX42W,RETURN,LEFT, $291 98 nO 756 FULL PEDESTAL,AMBER -- f--._. 21-2472SHMC ARROWOOD,24DX72W,CREDENZA,ST $1524.00 $1524.00 $598.08 $598.08 "- 227 C2472S 1 NOF GO 756 ORAGE,FULL PEDESTAL,AMBER .'- r---- 227 H72 1 NOF 21-15720SCMC ARROWOOD,15DX72W,HIGHBACK $931.00 $931.00 $365.36 $365.36 60756 ORGANIZER,HINGE DOORS,AMBER NAC49TLB ACCESSORIES,49W,TASK $218.00 $218.00 $85.56 -." .,,----:::-- 227 TL49 1 NOF $85.56 fiO 756 L1GHT,BLACK,28 WATTS ">- .. -- -"--"- .- ,.,- . .. ". -,,--- _.. .--.--- 0(; i~ 227 KEY 028 ! NOr: NCCB028 CASEGOODS,LOCK CORE & $ i 3,00 $9100 $5.10 $35,70 KEY,STYLE B,NO 028 -..-, .- -" .- ..--...... 5G Mechanism / 900 - Std. Platform /90-=- -..,,-.. $172J9 -", 227 -KBA 1 HUM 5G 900 90 $467.00 $467.00 $172 79 ,;1! 8,5" Clip Mouse 42 ot 51 3/200~J ,,11245 PM Boyn. , Beach Fire Rescue # 5 Workplacr "'esource Kim J..lislop Fire Dt. iling System 3300 Corpore. Jenue #100 (954) \ !608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % H High Clip Mouse G 19" Gel wI Synt. Leather 227 -GST1 1 NOF N55CC ADMIRE,SIDE CHAIR,SLAT BACK,ARMS $805.00 $805.00 $315.92 $315.92 60.756 MOMH MOMENTUM GRADE H 09083248 FELIZ GOLD MC AMBER 227 -TSK2 1 NOF N12PPCS MIX-IT,HIBK,UPHD BACK,PLSTC $1037.00 $1037.00 $406.97 $406.97 60.756 BASE,SEAT SLlDE,ADJBL URTHN ARM 2 GRADE 2 22177 SEDONA CANYON C15 HARD DUAL WHEEL,BLACK 227 227 Subtotal $7097.00 $2774.68 60.904 230 B2445 1 NOF 36N2545BEFW CAPTIVATE,25DX45W BRIDGE,WOOD $1051.00 $1051.00 $412.45 $412.45 60.756 TA OBLIQUE G11SNLR GROMMET,SATIN NKL,LEFT & RIGHT R STANDARD MC AMBER 230 C2472L 1 NOF 36N24 71 CLFW2C CAPTIVATE,24DX71W CREDENZA,LEFT $2507.00 $2507.00 $983.85 $983.85 60.756 PEDEST AL,FF ,GANGING,WOOD TA OBLIQUE 71SN SPIRAL,SA TIN NICKEL G11SNLR GROMMET,SATIN NKL,LEFT & RIGHT R STANDARD MC AMBER 230 D3672R 1 NOF 36N3773DRFW1 CAPTIV A TE,37DX73W DESK,RIGHT $2999.00 $2999.00 $1176.93 $1176.93 60.756 PEDEST AL,WOOD TA OBLIQUE 71SN SPIRAL,SATIN NICKEL G11SNLR GROMMET,SA TIN NKl,LEFT & RIGHT R STANDARD MC AMBER 230 H66 1 NOF 36N6645HBHW CAPTIVATE,66WX45H HIGHBACK $2533.00 $2533.00 $994.06 $994.06 60.756 ORGANIZER,WOOD DOORS MC AMBER 230 TL49 1 NOF NAC49TLB ACCESSORIES,49W ,TASK $218.00 $218.00 $85.56 $85.56 60.756 L1GHT,BLACK,28 WATTS 43 of 51 4/3/2009 at 12:45 PM Boynton Beach Fire Rescue # 5 Workplace Resource Kim Hislop Fire Dept Filing System 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % 230 KEY 035 4 NOF NCCB035 CASEGOODS,LOCK CORE & $13.00 $52.00 $5.10 $20.40 60,756 KEY,STYLE B,NO 035 230 -KBA 1 HUM 5G 900 90 5G Mechanism I 900 .. Std. Platform I 90 - $467.00 $467.00 $172.79 $172.79 63 8.5" Clip Mouse H High Clip Mouse G 19" Gel wI Synt. Leather 230 -GST1 2 NOF N55CC ADMIRE,SIDE CHAIR,SLAT BACK,ARMS $805.00 $1610.00 $315.92 $631.84 60.756 MOMH MOMENTUM GRADE H 09083248 FELIZ GOLD MC AMBER 230 -TSK2 1 NOF N75SAC RESPECT,HIGH BACK,SATIN NICKEL $967.00 $967.00 $379.49 $379.49 60.756 ARMS,SATIN NICKEL BASE 2 GRADE 2 22177 SEDONA CANYON C15 HARD DUAL WHEEL,BLACK 230 230 Subtotal $12404.00 $4857.37 60.840 . CAPTIVATE ,25DX45W $1051.00 $1051.00 $412.45 $41245 60 7 S6 231 B2445 1 NOF 36N2545BEFLW BRIDGE,LAMIWOOD G11SNLR GROMMET,SATIN NKL,LEFT & RIGHT MC AMBER 231 C2472L 1 NOF 36N24 71 CLFL W2 CAPTIVATE,24DX71W CREDENZA,LEFT $2507.00 $2507.00 $983,85 $983.85 00.756 C PEDEST AL,FF ,GANGING,LAMIWOOD TA OBLIQUE 71SN SPIRAL,SATIN NICKEL G11 SNLR GROMMET,SATIN NKL,LEFT & RIGHT MC AMBER f---._-- .., .. $1176,93 . --'- 231 D3672R 1 NOF 36N3773DRFL W 1 CAPTIVATE,37DX73W DESK.RIGHT $2999.00 $2999.00 $117693 hn ?56 PEDEST AL,LAMIWOOD TA OBLIQUE , 71SN SPIRAL,SATIN NICKEL ~ G11 SNLR GROMMET,SATIN NKL,LEFT & RIGHT MC AMBER -...--.., H66 NOF 36N6645HBHW CAPTIVATE,66WX45H HIGHBACK $2533.00 $2533.00 $994.06 $994,06 231 i ORGANIZER,WOOD DOORS Me AMBER ." "fii - -...-,- ~..., -, .'-'--"- ---._-.... ~ ~~<...",.~ ,- _... ._-~ - .-.,- -. "--"'- -. I 23i TL49 NOF NAC49TLB ACCESSORIES,49W ,TASK $211'\00 $218 00 $85 56 185561 i L1GHT,BLACK,28 WATTS 44 or :)1 L::009 at 12.4El PM Boynfo ' Beach Fire Rescue # 5 Workplacr ~esource Kim "'=c;lop Fire Dt IIing System 3300 Corpore. lenue #100 (954) ~ !608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % 231 TBLT 2 NOF CBV2128TMS W A VEWORKS,21WX28H,TABLE $311.00 $622.00 $122.05 $244.10 60.756 BASE,T LEG,MOBILE,SILVER PLATINUM 231 WS2454 1 NOF WW2454WSSLW W A VEWORKS,24DX54W ,SURFACE,RE $556.00 $556.00 $218.20 $218.20 60.756 CT ANGULAR,LAMINA TEIWOOD RIM M MAIN F SOFTENED X NO GROMMET STD STANDARD LAMINATE MC AMBER MC AMBER 231 KEY 034 4 NOF NCCB034 CASEGOODS,LOCK CORE & $13.00 $52.00 $5.10 $20.40 60.756 KEY,STYLE B,NO 034 231 -KBA 1 HUM 5G 900 90 5G Mechanism I 900 - Std. Platform I 90 - $467.00 $467.00 $172.79 $172.79 63 8.5" Clip Mouse H High Clip Mouse G 19" Gel wI Synt. Leather 231 -GST1 1 NOF N55CC ADMIRE,SIDE CHAIR,SLAT BACK,ARMS $805.00 $805.00 $315.92 $315.92 60.756 MOMH MOMENTUM GRADE H 09083248 FELIZ GOLD MC AMBER 231 -TSK2 1 NOF N75SAC RESPECT,HIGH BACK,SATIN NICKEL $967.00 $967.00 $379.49 $379.49 60.756 ARMS,SA TIN NICKEL BASE 2 GRADE 2 22177 SEDONA CANYON C15 HARD DUAL WHEEL,BLACK 231 231 Subtotal $12777.00 $5003.75 60.838 232 42-E4 1 BRE 42-E4 AV Cart w/2-0utlet Electrical Unit, 24"w x $418.00 $418.00 $209.00 $209.00 50 18"d x 42"h, 4" Casters, Ships Fully Assembled 232 ECILS3FF- 1 BRE ECILS3FF-BK A V Projector Cabinet Cart, 4-0utlet Elec $911.00 $911.00 $455.50 $455.50 50 BK Unit, Height Adj, Pull Out Keyboard Shelf, Locking Doors, Black, 32.25"w x 24.25"d x 31-39"h, 4" Casters 232 SHV36 1 SFC 5288BL INDUSTRIAL WIRE SHELVING 36W X $282.00 $282.00 $141.00 $141.00 50 240 X 72H 232 SHV36 1 SFC 5290BL INDUSTRIAL WIRE SHELVES 36W X $134.00 $134.00 $67.00 $67.00 50 240 X 1.5H (2 PK) 45 of 51 4/3/2009 at 12:45 PM Boynton Beach Fire Rescue # 5 Workplace Resource Kim Hislop Fire Dept Filing System 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % 232 SHV48 1 SFC 5294BL INDUSTRIAL WIRE SHELVING 48W X $297.00 $297.00 $148.50 $148.50 50 240 X 72H 232 SHV48 2 SFC 5296BL INDUSTRIAL WIRE SHELVES 48W X $141.00 $282.00 $70.50 $141,00 . ~-----so 240 x 1.5H (2 PK) 232 SHV48A 1 SFC 5295BL INDUSTRIAL WIRE SHELVING (ADD) $257.00 $257.00 $128.50 $128.50 50 48W X 240 X 72H 232 ST36/5 3 HON FSC183664R Storage Cab,64 1/4"x36",5-dr Lat $1062.00 $3186.00 $382.32 $1146.96 64 Case,wlR Pulls .P PAINT: Black 232 232 Subtotal $5767.00 $2437.46 57.734 233 TBL48120 1 FAL 31CT2300 ST ANDARD,36 X 480 X $2271.00 $2271.00 $2271.00 $2271.00 0 120W,CONFERENCE TOP ,BOA T,LAMfWOOD * GROMMET CUT-OUT INCLUDED * LAM: FORMICA 7285-58 * VIOLIN FIGURED ANNIGRE * WOOD EDGE 23000 I * STAIN TO MATCH I j * GROMMET TEMPLATE * PROVIDED BY CLIENT -, 10N1828SQBL UNIVERSAL,18WX28H,SQUARE $975.00 $2925.00 $382,63 $114789 233 TBSC 3 NOF GO 756 BASE,LAMINATE P1 BASIC MC AMBER CLIENT PROVIDING SPECIAL $0.00 $0.00 $0.00 . --_:~. $0.00 .--- 233 PWR/DT 1 XXX BY OTHERS 0 ELECTRICAL UNIT - WPR PROVIDING CUT -OUT ONLY RESPECT,MID BACK,BLACK $816.00 $6528.00 $320,23 ~""-' ...'...:::--:- 233 - TSK2 8 NOF N75BCC $2561 84 Rn'C:;6 ARMS,BLACK BASE 2 GRADE 2 I 22131 SEDONA ADOBE I C15 HARD DUAL WHEEL,BLACK I 233 233 Subtotal $11724.00 $5980.73 48.987 _.~.,.'._" _..-,..,. -- 1--.. ,--~. BARRINGTON, 19WX7 4H $1343,00 $1343.00 ~,. 242 3452BCO 1 NOF 50N1974BCOLWC $527.05 $527,05 60 756 BOOKCASE,OPEN,LEFT ,GANGING MH MOCHA BARRINGTON,19WX74H .. ---..- 242 3452BCO 1 NOF 50N1974BCORWC $1343.00 $134:~ 00 $527 05 $521 05 ''.:.6 BOOKCASE ,OPEN, RIGHT, GANGING "$95324t MH MOCHA i f '.- -, ,-~_.--. ,- - ,- BARR/ NGTON,37WX78H, DOUBLE ....--- _.,..----, ":{:~:J .242 STOR 1 NOF 50N3778VHHWC $2429,00 $2429.00 $953.24 ". ,'I '" C)R STORAGE W ARDR('~'": .GANGING 46 or 51 j ;WOD;]1 i 7'45 PM Boyn# " Beach Fire Rescue # 5 Workplacr qesource Kim uislop Fire 0, iling System 3300 Corpore. ,venue #100 (954) 2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % 81AB CLASSIC,ANTIQUE BRASS MH MOCHA 242 C2472 1 NOF 50N2172CKFW2 BARRINGTON,21 DX72W,CREDENZA,KN $2714.00 $2714.00 $1065.09 $1065.09 60.756 EESPACE,WOOD 81AB CLASSIC,ANTIQUE BRASS R STANDARD MH MOCHA 242 03672 1 NOF 50N3672DDFW8 BARRINGTON,36DX72W,DESK,DOUBLE $2951.00 $2951.00 $1158.09 $1158.09 60.756 PEDEST AL,WOOD 81AB CLASSIC,ANTIQUE BRASS R STANDARD MH MOCHA 242 H72 1 NOF 50N7149HBHRW BARRINGTON,71 WX49H,HIGHBACK $3626.00 $3626.00 $1423.00 $1423.00 60.756 ORGANIZER,GRILLE DOORS 81AB CLASSIC,ANTIQUE BRASS MH MOCHA 242 OT20 1 NOF 50N2424ENW BARRINGTON,24DX24W,END $732.00 $732.00 $287.27 $287.27 60.756 TABLE,WOOD R STANDARD MH MOCHA 242 TL49 1 NOF NAC49TLB ACCESSORIES,49W ,TASK $218.00 $218.00 $85.56 $85.56 60.756 L1GHT,BLACK,28 WAITS 242 KEY 029 7 NOF NCCB029 CASEGOODS,LOCK CORE & $13.00 $91.00 $5.10 $35.70 60.756 KEY,STYLE B,NO 029 242 CNG KEY 3 NOF NCCBCK CASEGOODS,LOCK CORE,STYLE $13.00 $39.00 $5.10 $15.30 60.756 B,CHANGE KEY 242 MSTR KEY 3 NOF NCCBMK CASEGOODS,LOCK CORE,STYLE $13.00 $39.00 $5.10 $15.30 60.756 B,MASTER KEY 242 -EXEC 1 NOF N75SAC RESPECT,HIGH BACK,SATIN NICKEL $1713.00 $1713.00 $672.26 $672.26 60.756 ARMS,SATIN NICKEL BASE L8 GRADE L8 80104 SHOWCASE BONTON C15 HARD DUAL WHEEL,BLACK 242 -LNG 2 NOF N90AAX MONTERREY,ONE SEAT $3303.00 $6606.00 $1296.23 $2592.46 60.756 LOUNGE,CONTRASTING MOMI MOMENTUM GRADE I 09086713 ZOOM IVORY L8 GRADE L8 80104 SHOWCASE BONTON MH MOCHA 242 242 Subtotal $23844.00 $9357.37 60.756 47 of 51 4/3/2009 at 12:45 PM Boynton Beach Fire Rescue # 5 Workplace Resource Kim Hislop Fire Dept Filing System 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % 243 PLEG 3 NOF 10N1828SQBW UNIVERSAL, 18WX28H ,SQUARE $1275.00 $3825.00 $500.36 $1501.08 60.756 BASE,WOOD P2 TRADITIONAL MH MOCHA 243 TRADITIONAL,48X 600 $7232.00 $7232.00 $7232.00 $7232.00 -.,...-.......- TBL48144 1 FAL 31CT36070 0 X144W,CONFERENCE TOP,BOA T,VENEERIWOOD * GROMMET CUT-OUT INCLUDED * VENEER: STAIN TO MATCH * NATIONAL MOCHA * WOOD EDGE 36070 * STAIN TO MATCH * GROMMET TEMPLATE * PROVIDED BY CLIENT CLIENT PROVIDING SPECIAL $0.00 $0.00 $0.00 $0.00 ~~, 243 PWR/DT 1 XXX BY OTHERS 0 ELECTRICAL UNIT - WPR PROVIDING CUT-OUT ONLY $743.84 $743,84 .. '.._-:~ 243 -WBRD 1 CLR 2544L2 Markerboards, Radius Corner, LCS-II $411.00 $41 1 00 :;1\ 746 Porcelain, 4'x4' CUS Custom Match Finish Z-Bar 4 Z-Bar Add for 4' wide Board 243 DMAT 10 MAG FIL-9 MAGNUSON - DESK MAT $157.00 $1570.00 $79.13 $791 30 49.599 * BLACK ME DAL 1ST, TRADITIONAL,M I 0 $2284.00 $22840.00 $8963.40 '--- 243 -CONF2 10 NOF N69CCC $896.34 60 756 BACK,WOOD BASE L8 GRADE L8 80104 SHOWCASE BONTON MH MOCHA I C3 HARD DUAL WHEEL,BLACK !--.- .. .,_0 243 243 Subtotal $36210.84 $18898.78 47.809 \..-... ......, ...,..- _....'-,. '.. --_.~ - .- 244 OT20 1 NOF 91 NA2424CYL MYRIAD,24DX24W,END $520.00 $520.00 $204.07 $204 07 60 756 T ABLE,CYLlNDER,ROUND,LAMINA TE X NO GROMMET iiii,J MC AMBER f...._-- --- .. 244 TB3072 1 NOF WW3072WSSL W AVEWORKS,30DX72W ,SURFACE,RE $413.00 $413,00 $162,08 $1 G2 08 CTANGULAR DESK,LAMINATE , M MAIN ! I I VMC SOFTENED PVC,AMBER I X NO GROMMET , STD STANDARD LAMIN ! I I I 48 or 51 2009 ell 1/4:', Pfv) Boynt~"" Beach Fire Rescue # 5 Workplacp ~esource Kim ~islop Fire Dl Iling System 3300 Corpore. lenue #100 (954) ( !608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % MC AMBER 244 -BC4 6 NOF MC8436 UNIVERSAL,36WX84H,BOOKCASE,OPE $571.00 $3426.00 $224.08 $1344.48 60.756 N,FREEST ANDING,LAMINATE,AMBER 244 -GST 4 NOF 64X-GWXX ARLlNGTON,SIDE $882.00 $3528.00 $346.14 $1384.56 60.756 MOMI MOMENTUM GRADE I 09086977 SWAY MESA MC AMBER 244 -LNG 2 NOF 62X-GUXX PENNANT,SIDE $1036.00 $2072.00 $406.57 $813.14 60.756 MOM I MOMENTUM GRADE I' 09086977 SWAY MESA MC AMBER 244 244 Subtotal $9959.00 $3908.33 60.756 XXX ADD 81 SFC 9612SA SAFCO SQUARE W/B 31 QUARTS $53.00 $4293.00 $26.50 $2146.50 50 * SAND XXX ADD 21 SFC 9612BL SAFCO SQUARE W/B 31 QUARTS $53.00 $1113.00 $26.50 $556.50 50 * BLACK XXX ADD 3 SFC 2982BR SAFCO 31 GALLON CONTAINERS $224.00 $672.00 $112.00 $336.00 50 PUBLIC SQUARE BASE * BROWN XXX ADD 3 SFC 2982BG SAFCO 37 GALLON CONTAINERS $246.00 $738.00 $123.00 $369.00 50 PUBLIC SQUARE BASE * BURGUNDY XXX ADD 3 SFC 2989BL SAFCO SQUARE LIDS $82.00 $246.00 $41.00 $123.00 50 * BLACK XXX ADD 3 SFC 2988BL SAFCO ROUND LIDS $82.00 $246.00 $41.00 $123.00 50 * BLACK XXX XXX Subtotal $7308.00 $3654.00 50 XXX 1 GRC FREIGHT GRAND RAPIDS CHAIR FREIGHT $402.00 $402.00 $402.00 $402.00 0 * QUOTE # SF031709-3 XXX 1 LOW CUSTOM LOEWENSTEIN CUSTOM STAIN TO $250.00 $250.00 $250.00 $250.00 0 MATCH * QUOTE #SF031709-2 XXX 1 VSL FUEL VERSTEEL FUEL SURCHARGE 2% OF $302.00 $302.00 $302.00 $302.00 0 NET XXX 1 FAL CUSTOM FINISH CUSTOM STAIN TO MATCH $650.00 $650.00 $291.01 $291.01 55.229 XXX 1 MAG FREIGHT MAGNUSON GROUP FREIGHT $65.76 $65.76 $65.76 $65.76 0 XXX 1 ADD FREIGHT ADDEN FREIGHT $1942.50 $1942.50 $1942.50 $1942.50 0 XXX 1 CLR FREIGHT CLARIDGE FREIGHT $274.00 $274.00 $274.00 $274.00 0 XXX 1 WAB FREIGHT WABASH FREIGHT $1910.70 $1910.70 $1910.70 $1910.70 0 49 of 51 4/3/2009 at 12:45 PM Boynton Beach Fire Rescue # 5 Workplace Resource Kim Hislop Fire Dept Filing System 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % xxx 1 INS INST ALLA TION RECEIVING, DELIVERY & $34845.00 $34845.00 $34845.00 $34845.00 0 INSTALLATION NORMAL BUSINESS HOURS FREE & CLEAR SPACE ELECTRICAL I DATE BY OTHERS UNOBSTRUCTED ACCESS TO BUILDING ELEVATOR ACCESS 1 PRICING SUBJECT TO CHANGE IF $0.00 $0.00 $0.00 $0.00 0 ORDERS (FIRE, EOC, ITS) ARE PLACED SEPARATEL Y Grand Total (Fire) $730378.94 $325013.61 55.501 Filing Systems 103 SDSTOR 2 TAB L & T 15x36 SHELVING 150 X 36W X 76H $228.87 $457.74 0 * 7 Shelves I 6 Openings * Quote 3-19-09 '- 103 SDSTOR 1 TAB L&T15x48 SHELVING 150 X 48W X 76H $295.27 $295.27 0 * 7 Shelves I 6 Openings * Quote 3-19-09 '--- 103 103 Subtotal $753.01 0 .__._~ m._. ___ ....---=: 121 FILING 1 TAB XXX TAB TWINFILE STORAGE SYSTEM - $9434.66 $9434.66 0 PER QUOTE * 82"W X 30/36"W X 25"0 * 7 HIGH LETTER DEEP SHELVES * (1) FLAT SHELF STARTER * (5) FLAT SHELF ADDER I * (84) FILE SUPPORTS * (2) CLOSURE STRIPS * Quote # 3-19-09 "' ..~- l-..,..,~ 121 Subtotal $9434.66 0 .,-.-.....---..".~ -- ',- 203 SDSTOR 1 TAB L & T 15x36 SHEL VING 150 X 36W X 76H $41409 $414,09 0 * 7 Shelves / 6 Openings * Quote 3-19-09 * 2 UNITS ~'_'~""_'c.~,~.~."N_. < ., ......--.- ..{ 203 SDSTOR 1 TAB L & T SLIDING SLIDING DOOR KIT FOR SHELVING $54230 $547 .10 01 DOORS 150 X 36W X 76H , L I ~~~~ * 2 UNITS I i * QUOTE 3-19-09 , - f-----.. -.--..,......,....- ---..-...- -.., '...................- --""--'"- , '..... ...... 203 __'- --- '- ...........- '"... ........... 203 Subtotal .. .. $9 0"1 ... '.. -, 50 or 51 4/3/2009 at 12:45 PM Boynt- ... Beach Fire Rescue # 5 Workplacp "esource Kim 1..J;c;lop Fire Dt ding System 3300 Corpora lenue #100 (954) l ~608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext list Sell Ext Sell Sell - % 212 FILING 1 TAB XXX TAB - TRAC MECHANICAL ASSIST $12788.07 $12788.07 0 FILING SYSTEM 81.5"H * DRAWING # L-6272-C * LOW PROFILE CARRIAGE * 700# CAPACITY * GROUTED ANTI-TIP TRACK * PARTICLE-BOARD DECKING * ST AINLESS STEEL THRESHOLD * DESIGNER END PANELS * 3 SPOKE SAFETY HANDLE * END PANEL SYSTEM LOCK * SHELVING 12/24" 0 SLOTTED * 76" H WITH 6 OPENINGS * SEE QUOTE 3-19-09 212 212 Subtotal $12788.07 0 XXX 1 TAB TAB INSTALL TAB DELIVERY & INST ALLA TION $13051.67 $13051.67 0 * NORMAL BUSINESS HOURS * FREE & CLEAR SPACE * ELEVATOR ACCESS Grand Total (Filinal $36983.80 0 ..L., I _. ", .. , u - - c - - ~ ."' --- - 51 of 51 4/3/2009 at 4:55 PM Boyn.... Beach Fire Rescue # 5 Workplacp q,esource Kim I-lislop ITS QL 3300 Corpor~ .tenue #100 (954 ) 2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % STATE OF FLORIDA 425-001-06-1 236 WS2442C 2 NOF WW 4242CFSL2 W A VEWORKS,42DX42W ,CORNER $1052.00 $2104.00 $412.85 $825.70 60.756 VMC SOFTENED PVC,AMBER G1C GROMMET,CENTER STD STANDARD LAMINATE MC AMBER MC AMBER 236 WS2472- 3 NOF WW2472WSSL W A VEWORKS,24DX72W ,SURFACE, $396.00 $1188.00 $155.41 $466.23 60.756 E EXTENSION VMC SOFTENED PVC,AMBER G1LR GROMMET,LEFT & RIGHT STD STANDARD LAMINATE MC AMBER 236 WS2484- 1 NOF WW2484WSSL WAVEWORKS,24DX84W,WORK $521.00 $521.00 $204.47 $204.47 60.756 E SURFACE,RECT ANGULAR,LAMINA TE E EXTENSION VMC SOFTENED PVC,AMBER G1A GROMMET,LEFT,RIGHT & CENTER STD STANDARD LAMINATE MC AMBER 236 TBL36 1 NOF WW36RDL W A VEWORKS,36DIA,CONFERENC $599.00 $599.00 $235.07 $235.07 60.756 E TOP,ROUND,LAMINATE VMC SOFTENED PVC,AMBER X NO GROMMET STD STANDARD LAMINATE MC AMBER 236 OH36 4 NOF WW3618S0HML W A VEWORKS,15DX36WX18H,STO $566.00 $2264.00 $222.13 $888.52 60.756 RAGE,OVERHEAD,HINGE DOORS,LAMINA TE MC AMBER MC AMBER 236 OH42 2 NOF WW4218S0HML W AVEWORKS, 15DX42WX18H,STO $611.00 $1222.00 $239.78 $479.56 60.756 RAGE,OVERHEAD,HINGE DOORS,LAMINATE MC AMBER MC AMBER 1 of 3 4/3/2009 at 12:45 PM Boynton Beach Fire Rescue # 5 Workplace Resource Kim Hislop ITS Quote 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext list Sell Ext Sell Sell - % 236 8 NOF WW1228SSL W A VEWORKS, 12DX28H,SUPPORT $93.00 $744.00 $36.50 $292.00 60,756 PANEL,LAMINATE MC AMBER 236 4 NOF WW1827MPL W AVEWORKS, 18WX27H,PEDEST A $107.00 $428.00 $41.99 $167.96 60756 L BACK PANEL,LAMINATE MC AMBER 236 BBF 2 NOF WW2318PUBBF W AVEWORKS,23DX18W ,PEDEST A $678.00 $1356.00 $266.08 $532.16 60.756 L L,BOXlBOX/FILE, UNDERSURFACE, LAM 71SN SPIRAL,SATIN NICKEL METALLIC MC AMBER MC AMBER -- 236 FF 2 NOF WW2318PUFFL W A VEWORKS,23DX18W ,PEDEST A $678.00 $1356.00 $266.08 $532.16 60756 L, FILE/FILE, UNDERSURF ACE, LAM I NATE 71SN SPIRAL,SATIN NICKEL METALLIC I MC AMBER \ MC AMBER '~-~ -- 236 XB 1 NOF CBV3228XN CONFERENCE,32W X28H, FOUR $445.00 $445.00 $174,64 $174.64 60 756 STAR BASE,STATIC,SATIN NICKEL Storage Cabinet 240 x 36W x 72H $777.00 $1554.00 $324,79 $649.58 '- 236 -STOR36 2 HON SC2472 582 .L PAINT: Putty ..,....-- ... 236 KEY 032 6 NOF NCCB032 CASEGOODS,LOCK CORE & $13,00 $78,00 $510 $3060 60 756 KEY,STYLE B,NO 032 "-- 226 KEY 033 6 NOF NCCB033 CASEGOODS,LOCK CORE & $13.00 $78.00 $510 $30.60 60 756 KEY,STYLE B,NO 033 .. -- 236 -KBB 2 HUM 5G 800 90 5G Mechanism 1800 - Rd, Platform / $467,00 $934.00 $1 72 79 $345.58 f13 90 - 8.5" Clip Mouse H High Clip Mouse I G 19" Gel wi Synt. Leather ,,- -. "-'-.- -""-- 60 i;;~ I-- ---- --' $3220.00 236 -GST1 4 NOF N55CC ADMIRE,SIDE CHAIR,SLAT $805.00 $315.92 $126368 BACK,ARMS I MOMH MOMENTUM GRADE H 09083248 FELIZ GOLD _. ,--~ .- e--- -.---..-.,......- MC AMBER -- _.. -- ...... ", ,,:;1 -"-' ... --,--,..,.. - f-, 236 -TSK2 /. NOF N12PPCS MIX-IT,HIBK,UPHD BACK,PLSTC $103700 $207400 $40697 1,~ '14 "1\. 'bl BASE,SEAT SLlDE,ADJBL URTHN I ARM 2 GRADE 2 , ; I , 2 ot 3 , ,.)'IU':! o]f i ?'45 PM Boynt'"' - Beach Fire Rescue # 5 Workplace oesource Kim Hislop ITS Qu 3300 Corpora enue #100 (954) ( 608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext list Sell Ext Sell Sell - % 22177 SEDONA CANYON C15 HARD DUAL WHEEL,BLACK 236 236 Subtotal $20165.00 $7932.45 60.662 237 -STOR36 2 HON SC2472 Storage Cabinet 240 x 36W x 72H $777.00 $1554.00 $324.79 $649.58 58.2 .L PAINT: Putty 237 237 Subtotal $1554.00 $649.58 58.2 XXX 1 INS INST ALLA TION RECEIVING, DELIVERY & $724.71 $724.71 $724.71 $724.71 0 INST ALLA TION NORMAL BUSINESS HOURS FREE & CLEAR SPACE ELECTRICAL I DATE BY OTHERS UNOBSTRUCTED ACCESS TO BUILDING ELEVATOR ACCESS 1 PRICING SUBJECT TO CHANGE IF $0.00 $0.00 $0.00 $0.00 0 ORDERS (FIRE, EOC, ITS) ARE PLACED SEPARA TEL Y ; , -,~ I. -~~---~............. - 3 of 3 4/3/2009 at 12:45 PM Boynt Beach Fire Rescue # 5 Workplacf' "esource Kim '-lic;lop EOCC -" 3300 Corpora lenue #100 (954) ( :608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % STATE OF FLORIDA 425-001-06-1 GSA CONTRACT NUMBERS CLARIDGE GS-28F-0042U 235 TBL48120 1 FAL 31CT2300 STANDARD,36 X 48DX 120 $1730.00 $1730.00 $1730.00 $1730.00 0 * NO GROMMET CUT-OUT * LAM: FORMICA 7285-58 * VIOLIN FIGURED ANNIGRE * WOOD EDGE 23000 * STAIN TO MATCH * GROMMET TEMPLATE * PROVIDED BY CLIENT 235 TBSC 3 NOF 10N1828SQBL UNIVERSAL,18WX28H,SQUARE $975.00 $2925.00 $382.63 $1147.89 60.756 BASE,LAMINATE P1 BASIC MC AMBER 235 WB4X6 1 CLR 2546L Markerboards, Radius Corner, LCS . $688.00 $688.00 $344.00 $344.00 50 Porcelain, 4'x6' #32 No. 32 LCS White CH 2900 Cherry Stain Z-Bar 6 Z-Bar Add for 6' wide Board 235 - TSK2 9 NOF N75BCC RESPECT,MID BACK,BLACK $816.00 $7344.00 $320.23 $2882.07 60.756 ARMS,BLACK BASE 2 GRADE 2 22131 SEDONA ADOBE C15 HARD DUAL WHEEL,BLACK 235 235 Subtotal $12687.00 $6103.96 51.888 245 BBF 2 NOF WW2315PUBBF W A VEWORKS,23DX15W ,PEDEST A $638.00 $1276.00 $250.38 $500.76 60.756 L L,BOXlBOXlFILE,UNDERSURF ACE, LAM 71SN SPIRAL,SATIN NICKEL METALLIC MC AMBER MC AMBER 245 EP23 4 NOF WW2328EPL W A VEWORKS,23DX28H,END $198.00 $792.00 $77.71 $310.84 60.756 PANEL,LAMINA TE MC AMBER 245 OH36 3 NOF WW3618S0HML WAVEWORKS,15DX36WX18H,STO $566.00 $1698.00 $222.13 $666.39 60.756 RAGE,OVERHEAD,HINGE DOORS,LAMINATE MC AMBER 1 of 13 4/3/2009 at 12:45 PM Boynton Beach Fire Rescue # 5 Workplace Resource Kim Hislop EOC Quote 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % MC AMBER 245 OH30 1 NOF WW3018S0HML WAVEWORKS,15DX30WX18H,STO $518.00 $518.00 $203.29 $203.29 60.756 RAGE,OVERHEAD,HINGE DOORS,LAMINATE MC AMBER MC AMBER 245 SL 2 NOF WW 1228SSL W A VEWORKS, 12DX28H,SUPPORT $93.00 $186.00 $36.50 $73.00 60.756 PANEL,LAMINATE MC AMBER 245 ST36/5 2 HON FSC183664R Storage Cab,64 1/4"x36",5-dr Lat $1062.00 $2124.00 $382.32 $764.64 64 Case,w/R Pulls .L PAINT: Putty 245 TL25 4 NOF NAC25TLB ACCESSORIES,25W, TASK $191.00 $764.00 $74,95 $299,80 60 756 L1GHT,BLACK,14 WATTS 245 WS2436- 2 NOF WW2436WSSL W A VEWORKS,24DX36W ,SURFACE, $225.00 $450.00 $88.30 $176,60 60 756 E RECT ANGULAR,LAMINA TE E EXTENSION VMC SOFTENED PVC,AMBER G1C GROMMET,CENTER STD STANDARD LAMINATE MC AMBER ---- " " 245 WS2466 1 NOF WW2466WSSL W A VEWORKS,24DX66W ,SURFACE, $396.00 $396.00 $155.41 $1 55 41 60756 RECT ANGULAR,LAMINA TE I E EXTENSION VMC SOFTENED PVC,AMBER G1A GROMMET,LEFT,RIGHT & CENTER I STD STANDARD LAMINATE , ..._~ MC AMBER .--- 1---, -'-"""~~-~. ,---.-. 245 WS2472 1 NOF WW2472WSSL W A VEWORKS,24DX72W ,SURFACE, $421,00 $42100 $165 22 $16522 fj(! 7" '36 RECT ANGULAR,LAMINA TE I E EXTENSION I VMC SOFTENED PVC,AMBER I G1A GROMMET,LEFT,RIGHT & CENTER , i STD STANDARD LAMINATE MC AMBER ~m1 , ..-...,..-- ..~ f-.,-, .. .. . ,.,,- ~. .,._-, '.'.-.--,- f-- GO ? 5~ /45 KEY 030 NOF NCCB030 CASEGOODS,LOCK CORE & $13 00 $39,00 $5 10 ---... '.. .'.,.'...,- ----_.~-,-,-, KEY,STYLE B,NO 030 -.- .......--'-....,.--,..-.....-- ". 2 ot 1 3 itiOO~j -ltl 745 PM Boyn" ... Beach Fire Rescue # 5 Workplacr qesource Kim Hislop EOC t. ~ 3300 Corpore. venue #100 (954) 2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % 245 KEY 031 3 NOF NCCB031 CASEGOODS,LOCK CORE & $13.00 $39.00 $5.10 $15.30 60.756 KEY,STYLE B,NO 031 245 -KBA 2 HUM 5G 900 90 5G Mechanism I 900 - Std. Platform I $467.00 $934.00 $172.79 $345.58 63 90 - 8.5" Clip Mouse H High Clip Mouse G 19" Gel wi Synt. Leather 245 -TSK2 2 NOF N12PPCS MIX-IT,HIBK,UPHD BACK,PLSTC $1037.00 $2074.00 $406.97 $813.94 60.756 BASE,SEA T SLlDE,ADJBL URTHN ARM 2 GRADE 2 22177 SEDONA CANYON C15 HARD DUAL WHEEL,BLACK 245 245 Subtotal $11711.00 $4506.07 61.523 248 TT36 2 GLB DA TT36D 12 deep x 1 thick transaction top. $252.00 $504.00 $119.98 $239.96 52.39 Radius end on one side. R -01 GRADE -- -DLAM DIVIDE LAMINATES .. . Skipped Option 248 TT30 1 GLB DCTT30 1 1/2 thick transaction top. 12 deep x $295.00 $295.00 $140.45 $140.45 52.39 1 1/2 thick straight -01 GRADE -- -L TOP COLOR OPTION '" Skipped Option ... Skipped Option 248 TT36 2 GLB DCTT36 1 1/2 thick transaction top. 12 deep x $308.00 $616.00 $146.64 $293.28 52.39 1 1/2 thick straight -01 GRADE -- -L TOP COLOR OPTION .. . Skipped Option ... Skipped Option 248 F24 3 GLB DFS24 Used to fill gap between Divider post $40.00 $120.00 $19.04 $57.12 52.39 and adiacent wall 248 FP42 3 GLB DFS42 Used to fill gap between Divider post $43.00 $129.00 $20.47 $61.41 52.39 and adiacent wall 248 18/36G 3 GLB DGP1836 18 high glazed panel. Built-in $280.00 $840.00 $133.31 $399.93 52.39 accessory rail. Includes mat -01 GRADE -- -DGLZ DIVIDE GLAZED OPTS. RG 1-RIBBED GLAZING BK F-BLACK 3 of 13 4/3/2009 at 12:45 PM Boynton Beach Fire Rescue # 5 Workplace Resource Kim Hislop EOC Quote 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 AIi as 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % 248 12 GLB DPOST12 For supporting panels. Includes 1 post $77.00 $924.00 $36.66 $439.92 52.39 mounting plate BK F-BLACK 248 12 GLB DPOST24 For supporting panels. Includes 1 post $137,00 $1644.00 $65.23 $782.76 5239 mounting plate BK F-BLACK 248 P42 6 GLB DPOST42 For supporting panels. Includes 1 post $245.00 $1470.00 $116.64 $699.84 52,39 mounting plate BK F-BLACK 248 12/30F 3 GLB DTB1230 12 high fabric panel. Built-in accessory $214.00 $642.00 $101.89 $305.67 52.39 rail. Includes matc -04 GRADE 04 ... Skipped Option BK F-BLACK 12 high fabric panel. Built-in accessory $234.00 $936.00 $11141 ---,.,- 248 12/36F 4 GLB DTB1236 $445.64 712 19 rail. Includes matc -04 GRADE 04 ... Skipped Option BK F-BLACK 248 24/24 3 GLB DTB2424 24 high fabric panel. Built-in accessory $234.00 $702.00 $11141 $334.23 '52 :m rail. Includes matc -04 GRADE 04 .., Skipped Option BK F-BLACK --,,,,-"-, 248 24/36F 6 GLB DTB2436 24 high fabric panel. Built-in accessory $290.00 $1740.00 $138,07 $828 42 '52 39 rail. Includes matc -04 GRADE 04 I I ... Skipped Option I BK F-BLACK '1 -- .... ~,c,..._ ~- 248 FSP4860 3 GLB GPS3 GPS II - Fabric panel with chrome $713.00 $213900 $33946 <j; 1 n 1 R 38 frame and feet. 60" high -04 GRADE 04 I ... Skipped Option !l-J BK F-BLACK .- .,. 248 -WBRD 1 CLR 2544L2 Markerboards, Radius Corner, LCS-II $743.84 $743,84 $41100 $411 00 Porcelain,4'x4' 1 CUS Custom Match Finish i - $68800~ I .-"- t---- Z-Bar 4 Z-Bar Add for 4' wide Board ",,- -'''. ;~~ ",-- _._~ ._O~~~ _.._._~-- 248 WB4X6 2 CLR 2546L Markerboards, Radius Corner. LCS $688.00 $137600 '1)344 00 Porcelain.4'x6' f 40113 i J: 2009 ;::If 1 L 45 Pf\;; Boyr' ., Beach Fire Rescue # 5 Workplac" qesource Kim I-lislop EOCl .0 3300 Corpore. .venue #100 (954) 2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % #32 No. 32 LCS White CH 2900 Cherry Stain Z -Bar 6 Z-Bar Add for 6' wide Board 248 F85/24N 2 HMG A1120.8524N +Panel,Fabric Npwr 85H 24W $547.00 $1094.00 $143.64 $287.28 73.74 JT +just tan (discontinuing) LU +soft white 4X +tressel-Pr Cat 2 06 +tressel honey white 4X +tressel-Pr Cat 2 06 +tressel honey white 248 F85/36N 3 HMG A 1120.8536N +Panel,Fabric Npwr 85H 36W $695.00 $2085.00 $182.51 $547.53 73.74 JT +just tan (discontinuing) LU +soft white 4X +tressel-Pr Cat 2 06 +tressel honey white 4X +tressel-Pr Cat 2 06 +tressel honey white 248 F85/48N 1 HMG A1120.8548N +Panel,Fabric Npwr 85H 48W $781.00 $781.00 $205.09 $205.09 73.74 JT +just tan (discontinuing) LU +soft white 4X +tressel-Pr Cat 2 06 +tressel honey white 4X +tressel-Pr Cat 2 06 +tressel honey white 248 F85/60N 5 HMG A1120.8560N +Panel, Fabric Npwr 85H 60W $959.00 $4795.00 $251.83 $1259.15 73.74 JT +just tan (discontinuing) LU +soft white 4X +tressel-Pr Cat 2 06 +tressel honey white 4X +tressel-Pr Cat 2 06 +tressel honey white 248 L85 2 HMG A1220.85F +Conn,2-Way 90 Deg Fabric 85H $209.00 $418.00 $54.88 $109.76 73.74 JT +just tan (discontinuing) LU +soft white 4X +tressel-Pr Cat 2 06 +tressel honey white 248 T85 2 HMG A 1230.85F +Conn,3-Way 90 Deg Fabric 85H $307.00 $614.00 $80.62 $161.24 73.74 JT +just tan (discontinuing) LU +soft white 4X +tressel-Pr Cat 2 5 of 13 4/3/2009 at 12:45 PM Boynton Beach Fire Rescue # 5 Workplace Resource Kim Hislop EOC Quote 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % 06 +tressel honey white 248 4 HMG A 1271.85H +Fin End 85H $51.00 $204.00 $13,39 $53.56 73.74 JT +just tan (discontinuing) LU +soft white 248 4 HMG A0215.80 +Draw Rod 80H $21.00 $84.00 $5.51 $22.04 73.74 248 WS2430F 1 NOF WW2430WSSL W A VEWORKS,24DX30W ,SURFACE, $517.00 $517.00 $202.89 $202.89 60756 W RECT ANGULAR,LAMINA TEIWOOD RIM F FILLER F SOFTENED G11MBC GROMMET, CINDER,CENTER STD STANDARD LAMINATE 403 CHAMOIS MC AMBER WW2430WSSL W AVEWORKS,24DX30W ,SURFACE, $517.00 $1034.00 $20289 ' "----- 248 WS2430E 2 NOF $405 78 0(} 7 ")6 W RECT ANGULAR,LAMINA TE/WOOD RIM i F FILLER F SOFTENED G 11 M BC GROMMET,CINDER,CENTER STD STANDARD LAMINATE 403 CHAMOIS I MC AMBER $500,00 " GraS1 248 2436 1 NOF WW2436WSSL W AVEWORKS,24DX36W ,SURFACE, $500.00 $196.22 $1 96 22 W RECT ANGULAR,LAMINA TEIWOOD RIM M MAIN ! F SOFTENED i , X NO GROMMET I STD STANDARD LAMINATE , 403 CHAMOIS , MC AMBER I '-- ---, ' _.",--'--'~ $530.00 $3180,00 I~U ;-, 248 WS2436E 6 NOF WW2436WSSL W A VEWORKS,24DX36W ,SURFACE, $207 99 $124794 W RECT ANGULAR,LAMINA TEIWOOD RIM ! E EXTENSION F SOFTENED G11 MBL. GROMMET,CINDER,CENTER STD STANDARD LAMINATE 403 CHAMOIS ! 601 13 /(1)(;1: 1>, 4[, f)~i Boy"' .., Beach Fire Rescue # 5 Workplac'" ~esource Kim ....islop EOCl d 3300 Corpore. .venue #100 (954) 2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % MC AMBER 248 WAVE 1 NOF WW2454WSSL W A VEWORKS,24DX54W ,SURFACE, $556.00 $556.00 $218.20 $218.20 60.756 W RECT ANGULAR,LAMINA TEIWOOD RIM M MAIN F SOFTENED X NO GROMMET STD STANDARD LAMINATE 403 CHAMOIS MC AMBER 248 WS2466F 3 NOF WW2466WSSL W A VEWORKS,24DX66W ,SURFACE, $648.00 $1944.00 $254.30 $762.90 60.756 W RECT ANGULAR,LAM INA TEIWOOD RIM F FILLER F SOFTENED G11 MBLR GROMMET,CINDER,LEFT & RIGHT STD STANDARD LAMINATE 403 CHAMOIS MC AMBER 248 WS3636C 8 NOF WW3636CFSLW W A VEWORKS,36DX36W ,CORNER $1389.00 $11112.00 $545.10 $4360.80 60.756 L2 UNIT,24D RETURN,LAMIWOOD/LAM F SOFTENED G11MBC GROMMET,CINDER,CENTER STD STANDARD LAMINATE 403 CHAMOIS MC AMBER MC AMBER 248 WS48D 2 NOF WW48WSHRLW W A VEWORKS,24DX48W ,SURFACE, $497.00 $994.00 $195.04 $390.08 60.756 HALF ROUND,LAMINATEIWOOD RIM F SOFTENED X NO GROMMET STD STANDARD LAMINATE 403 CHAMOIS MC AMBER 248 SC 2 NOF NAC2804SFB SUPPORT $235.00 $470.00 $92.22 $184.44 60.756 BASE,FULL,MET AL,BLACK 7 of 13 4/3/2009 at 12:45 PM Boynton Beach Fire Rescue # 5 Workplace Resource Kim Hislop EOC Quote 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % 248 POP-UP 6 NOF NACELR2C RETRACTABLE $183.00 $1098.00 $71.82 $430.92 60,756 POWER/COMMUNICATION CENTER 248 SL 4 NOF WW1228SSL W A VEWORKS,12DX28H,SUPPORT $93.00 $372.00 $36.50 $146.00 60.756 PANEL,LAMINATE MC AMBER 248 BP 9 NOF WW1527MPL W AVEWORKS, 15WX27H,PEDEST A $93.00 $837.00 $36.50 $328.50 60,756 L BACK PANEL,LAMINATE MC AMBER 248 BBF 7 NOF WW2315PUBBF W A VEW ORKS,23DX 15W ,PEDEST A $638.00 $4466.00 $250.38 $1752.66 60.756 L L, BOXlBOX/FILE, UNDERSURFACE, LAM 70SN SUMMIT,SATIN NICKEL METALLIC MC AMBER MC AMBER _.._- $638.00 $638,00 .. 248 FF 1 NOF WW2315PUFFL W AVEWORKS,23DX15W ,PEDEST A $25038 $25038 60 7S6 L, FILE/FILE, UNDERS URF ACE, LAM I NATE 70SN SUMMIT,SATIN NICKEL METALLIC MC AMBER MC AMBER WW2328EPL WAVEWORKS,23DX28H,END $198.00 $594,00 $77 70 $233 10 ...,-..-- 248 FEP24 3 NOF 60 756 PANEL,LAMINATE I MC AMBER . 607561 248 LF 1 NOF WW2336LFM2L W AVEWORKS,23DX36W ,LATERAL $758.00 $758.00 $297.47 $297 47 FILE, UNDERSURFACE,2 DRAWER,LAM I 70SN SUMMIT,SATIN NICKEL METALLIC I MC AMBER I MC AMBER I -..-- .- -~..<-~ ~C".,._.._... . -- -.-..-,-...- - (iO :s~ 248 HD 1 NOF WW2336PUHL W AVEWORKS,23DX36W ,DOUBLE $663,00 $663.00 $260 19 $26019 DOOR, UNDERSURF ACE, LAM INA TE j I 70SN SUMMIT,SATIN NICKEL METALLIC I i MC AMBER I MC AMBER I .' ---... -- c-. '.'. ..-.- ,- -,.,.--... .. ~ ~e_'__. .. ,"--'''- .. 198 91 ,}(l 71;6'" I 248 MP30 2 NOF WWJO?7MPl W A VEWORKS,30WX27f-l,PEDESTA $126 00 $252 00 $4945 , L MODESTY i I PANEL,FULL,LAMINA TE E EXTENSION I ! ! 8 ot 1 3 ~I, ~/OO~_1 di 42'45 Pi\,"; Boy"" ., Beach Fire Rescue # 5 Workplac'" qesource Kim ~islop EOC l a 3300 Corpor. .venue #100 (954) 2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % MC AMBER 248 MP30 1 NOF WW3027MPL W A VEWORKS,30WX27H,PEDEST A $126.00 $126.00 $49.45 $49.45 60.756 L MODESTY PANEL,FULL,LAMINATE F FILLER MC AMBER 248 MP36~E 2 NOF WW3627MPL W A VEWORKS,36WX27H,PEDEST A $141.00 $282.00 $55.33 $110.66 60.756 L MODESTY PANEL,FULL,LAMINA TE M MAIN MC AMBER 248 MP36-E 1 NOF WW3627MPL W A VEWORKS,36WX27H,PEDEST A $141.00 $141.00 $55.33 $55.33 60.756 L MODESTY PANEL,FULL,LAMINA TE E EXTENSION MC AMBER 248 WS3066 1 NOF WW3066WSSL W A VEWORKS,30DX66W ,SURFACE, $718.00 $718.00 $281.77 $281.77 60.756 W RECTANGULAR DESK,LAMINATEIWOOD RIM M MAIN F SOFTENED G11MBLR GROMMET,CINDER,LEFT & RIGHT STD STANDARD LAMINATE 403 CHAMOIS MC AMBER 248 MP66 1 NOF WW6627MPL W A VEWORKS,66WX27H,MODESTY $220.00 $220.00 $86.34 $86.34 60.756 PANEL,FULL,LAMINATE M MAIN MC AMBER 248 WM 16 NOF NAC17WM ACCESSORIES,17W,WIRE $19.00 $304.00 $7.46 $119.36 60.756 MANAGER,BLACK 248 PST 8 NOF NAC0902EL5C ACCESSORIES, CONVENIENCE $164.00 $1312.00 $64.36 $514.88 60.756 OUTLET 248 MARM 8 HUM M7B2S99BT2H M7 FLAT PANEL MONITOR ARM $590.00 $4720.00 $206.50 $1652.00 65 LEFT & RIGHT BOLT THRU SURFACE MOUNT * 2 ROW HEIGHT * SLIM POST 9 of 13 4/3/2009 at 12:45 PM Boynton Beach Fire Rescue # 5 Workplace Resource Kim Hislop EGC Quote 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % 248 MARM 8 HUM M7B2S99 2ND ROW OF ARMS FOR FLAT $385.00 $3080.00 $134.75 $1078.00 65 PANEL MONITOR ARM 248 WDR-L 4 NOF WW1879VSWHL W AVEWORKS, 18WX79H,W ARDRO $1272.00 $5088.00 $499.18 $1996.72 60.756 L BE/STORAGE CABINET, LEFT DOOR,LAM MC AMBER MC AMBER 248 WDR-R 4 NOF WW1879VSWH W AVEWORKS, 18WX79H,W ARDRO $1272.00 $5088.00 $499.18 $1996.72 60.756 RL BE/STORAGE CABINET, RIGHT DOOR,LAM MC AMBER MC AMBER 248 -TSK 8 HON FWCM F3 Steelllira-Stretch Back Work Chair $896,00 $7168.00 $336.00 $2688.00 625 .H CASTER:Ha~(S~nda~) .MM Back: lIira-Stretch Black $(4) GRADE: IV UPHOLSTERY .DP UPH: Pivot 21 COLOR: Trail 21 .T FRAME: Black 248 -CH2 9 HON PN2 Perpetual Fixed Arm Nesting $789.00 $7101.00 $297.45 $267705 623 Chair, Flex -back,4-legs .A CASTER: All-Surface Caster .RB Back: Resilience Back/Black $(M6) GRADE: M6 UPHOLSTERY .x6 UPH: Hon Smart Textile M6 A255 COLOR: Catalogue Tidal .T FRAME: Black 56~ 1--. ,,--.- TBL2484T VSL SPECIAL VET1 Vela T Reg, 24 x 84 Rectangle Tilt wi $1595.00 $4785.00 $687.45 '1)206235 248 3 2484RETL FM Folding Modesty , I * L - HP Laminate Surface Table Top I * T2 - 1 1/4" Convex T -Mold wlRadius I i Corners , I * TF - Formica * 7285 - 58 Violin Figured Annigre I * EB - Ebony (Edge) * EB Ebony (Base) I * BMV - Mix Vela Wheel Caster and * Glides * TLE - Table Link - ; Only I ! 10 ot 13 '~2009:11 i )45 rr,l Boyn' ., Beach Fire Rescue # 5 Workplac'" ~esource Kim LliSlop EOCI.. ,e 3300 Corpor. .venue #100 (954) 2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % * WML - Wire Mesh Legway * EB - Ebony * Quote # EH577 248 248 Subtotal $95013.84 $36927.66 61.134 250 LECTURN 1 NOF 1 ON2746LC2L UNIVERSAL,27WX46H,LECTERN,D $4097.00 $4097.00 $1607.84 $1607.84 60.756 ELUXE,LAMINA TE MC AMBER 501 PLATINUM METALLIC 250 TBL48X10 6 NOF WWN48120RT2 W A VEWORKS,48DX 120W, CONFER $3523.00 $21138.00 $1382.57 $8295.42 60.756 8 LW ENCE TOP,RECTANGLE,LAM/WOOD F SOFTENED CUTOUT -G15LR CUTOUT ONLY-G15,LEFT & RIGHT STD STANDARD LAMINATE MC AMBER MC AMBER 250 TBL48X10 6 NOF 1 ON 120PNKL UNIVERSAL, 120W ,PANEL BASE $2600.00 $15600.00 $1020.35 $6122.10 60.756 8 KIT,LAMINATE P1 BASIC MC AMBER 250 PWR/DT 12 NOF NACG 15EL ACCESSORIES,8DX8W DOUBLE $720.00 $8640.00 $282.56 $3390.72 60.756 PIVOTING POWER GROMMET 250 03672 12 NOF WW3066WSSL W A VEWORKS,30DX66W ,SURFACE, $688.00 $8256.00 $270.00 $3240.00 60.756 W RECTANGULAR DESK,LAMINATE/WOOD RIM M MAIN F SOFTENED G11MBC GROMMET,CINDER,CENTER STD STANDARD LAMINATE 403 CHAMOIS MC AMBER 250 03672 12 NOF WW2928EPL W A VEWORKS,29DX28H,END $217.00 $2604.00 $85.16 $1021.92 60.756 PANEL,LAMINATE MC AMBER 250 03672 12 NOF WW2915PUBBF WAVEWORKS,29DX15W,PEDESTA $681.00 $8172.00 $267.26 $3207.12 60.756 L L,BOX/BOX/FILE, UNDERSURFACE, LAM 71SN SPIRAL,SATIN NICKEL METALLIC MC AMBER MC AMBER 11 of 13 4/3/2009 at 12:45 PM Boynton Bench Fire Rescue # 5 Workplace Resource Kim Hislop EOC Quote 3300 Corporate Avenue #100 (954) 668-2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % 250 03672 12 NOF WW 1527MPL W AVEWORKS, 15WX27H,PEDEST A $93.00 $1116.00 $36.50 $438.00 60.756 L BACK PANEL,LAMINATE MC AMBER 250 36PC 42 NOF 45N3654DVY CHAMELEON,36W,DIVIDER,SINGLE $471.00 $19782.00 $184.84 $7763.28 60756 ,POL YCARBONATE X NO GROMMET 3 CLEAR 462 CINDER 250 30PC 12 NOF 45N3054DVY CHAMELEON,30W,DIVIDER,SINGLE $457.00 $5484.00 $179,35 $2152.20 60756 ,POL YCARBONA TE X NO GROMMET 3 CLEAR 462 CINDER 250 FP 18 NOF 45NCGRlP6 CHAM ELEON, CARPET $32.00 $576.00 $12,56 $226.08 60 756 GRIPPER,QTY 6 - 250 FP 12 NOF 12NFTP PERSONAL PAX,FILE POCKET $19.00 $228.00 $7.45 $89.40 60756 $35.00 $420.00 -, 250 PC 12 NOF 12NCP PERSONAL PAX,PENCIL CUP $13.73 $164.76 60756 250 PH 12 NOF 12NPH PERSONAL PAX,PHONE MOUNT $21.00 $252,00 $8.24 $98.88 60 756 HOLDER 250 TO 12 NOF 12NTD PERSONAL PAX,T APE DISPENSER $26.00 $312.00 $10.21 $122.52 60 756 $98.00 --- 250 SZ 72 NOF 45N364SW CHAMELEON,36WX4H SLAT ZONE $7056.00 $38.4 7 $2769,84 60 756 462 CINDER $90.00 -, 250 SZ 72 NOF 45N304SW CHAMELEON,30WX4H SLAT ZONE $6480.00 $35,33 $2543.76 60 156 462 CINDER -.._,,- - ---"- 250 pop-up 12 NOF NACELR2C RETRACTABLE $183.00 $2196.00 $71.81 $86172 60 756 POWER/COMMUNICA TION CENTER -''''' .... ~, ,~".~ 250 WM 12 NOF NAC17WM ACCESSORIES,17W,WIRE $19,00 $228.00 $7.45 $89.40 60 756 .,..--...'....., -,,'-" MANAGER,BLACK .,.,-, '- ---...-" Markerboards, Radius Corner, LCS-II $568.64 $568,64 $568.64 250 -WBRD 1 CLR ULCS2412 $568.64 0 Porcelain, 4'x12' * ALUMINUM FRAME 250 -TSK 34 HON FWCM F3 Steelllira-Stretch Back Work Chair $896.00 $30464 00 S :'336 00 ---_. , r) 1,1 !424 00 , .H CASTER:Ha~(S~nda~) I I .MM Back: lIira-Stretch Black , i $(4) GRADE: IV UPHC 'ERY I 12or13 ~. j/ ~:!fH.l~ at 1? 4~ rJ~ 'I Boyr' ., Beach Fire Rescue # 5 Workpla('~ qesource Kim l.Jislop EOC, .e 3300 Corpor. \Venue #100 (954) .2608 Weston, FL 33331 Alias 1 Tag Qty Mfg Part Number Part Description List Ext List Sell Ext Sell Sell - % .DP UPH: Pivot 21 COLOR: Trail 21 .T FRAME: Black 250 250 Subtotal $143669.64 $56197.60 60.884 XXX 1 CLR FREIGHT CLARIDGE FREIGHT $550.00 $550.00 $550.00 $550.00 0 XXX 1 INS INST ALLA TION RECEIVING, DELIVERY & $15361.75 $15361.75 $15361.75 $15361.75 0 INST ALLA TION NORMAL BUSINESS HOURS FREE & CLEAR SPACE ELECTRICAL I DATE BY OTHERS UNOBSTRUCTED ACCESS TO BUILDING ELEVATOR ACCESS XXX 1 PRICING SUBJECT TO CHANGE IF $0.00 $0.00 $0.00 $0.00 0 ORDERS (FIRE, EOC, ITS) ARE PLACED SEPARATELY XXX Subtotal 13 of 13 4/::\/?nn~ :::It 1 ?-..:1"\ PM VI.-CONSENT AGENDA CITY OF BOYNTON BEACH ITEM 8.5 AGENDA ITEM REQUEST FOAA. Requested City Date Final Form Must be Requested City Date Final Form Must be Commission Meeting Turned in to City Clerk's Commission Meeting Dates Turned in to City Clerk's Dates Office Office [8J A ri121, 2009 o June 16, 2009 0 5,2009 o Jul 7,2009 0 19,2009 o Jul 21,2009 Jul 0 June 2, 2009 o Au ust 4, 2009 Jul 0 AnnouncementslPresentations 0 City Manager's Report NATURE OF 0 Administrative 0 New Business AGENDA ITEM [8J Consent Agenda 0 Legal 0 Code Compliance & Legal Settlements 0 Unfinished Business 0 Public Hearing 0 RECOMMENDATION: (1) Motion to reject the nine (9) highest bids the City received in response to the Invitation to Bidders. (2) Motion to award Bid #028-2821-09/JA, "SOUTHEAST 4TH STREET WATER MAIN, STORMWATER AND ROADWAY IMPROVEMENT PROJECT", to B&B Underground Contractors, Inc. (B&B) with a base bid price of $2,230,106.66 and to accept Bid Alternate No.1 of $11,755.04; and execute a contract by resolution in the amount of $2,241,861.70. Also, approve an owner's contingency of 10% in the amount of $224,186.00 for a total project budget appropriation of $2,466,047.70. EXPLANATION: The City will construct public improvements, including, but not limited to on-street parking, sidewalks, storm water drainage, streetlights, water, and landscaping within the right-of-way for S.E. 4th Street from S.E. 12th Avenue to S.E. 2nd Avenue. The geographic location of the SE 4TH Street project is best explained using the attached project area map, however, in general the project area is bounded by East Ocean Avenue on the north, the FEC Railroad on the west, Federal Highway (US1) on the east and S.E. 12th Avenue on the south. The infrastructure improvements include approximately 4,000 linear feet of 16-inch water main, valves, service connections, 12 new fire hydrant, installation of 23 stormwater inlets, approximately 3,000 linear feet of 24-inch exfiltration piping, 4,000 linear feet of 12-inch reclaimed water main line, 14,000 square yards for roadway reconstruction and an additional 8,000 square yards of asphalt overlay, a raised center median and new sidewalks. S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM,DOC CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM Additionally, by accepting and constructing Bid Alternate No.1, the City will be able to increase the level of stormwater protection to assure the elimination of future and potential Stormwater management issues well into the future. PROGRAM IMPACT: Twelve (12) bids were received and opened by Procurement Services on March 4, 2009 and copies of the bid proposals were submitted to the Utilities Department and the Engineer Of Record, Post, Buckley, Shuh & Jernigan (PBS&J) for review and evaluation. After having performed an initial administrative evaluation of the 12 bids received, the Utilities Department is recommending, in accordance with the Instruction To Bidders, Section 25 RIGHTS OF THE CITY, subsection 25.3 that the City Commission reject nine (9) of the bids based on price. The nine (9) bids were received from the following bidders (listed in ascending base bid value order): Bidders Base Bid American Engineering & Development Co. $2,350,782.15 Giannetti Contracting $2,384,482.00 Killebrew, Inc. $2,583,131.05 Man Con, Inc. $2,691,143.15 Asphalt Consultants, Inc. $2,803,525.00 GlobeTec Construction, LLC $2,961,487.00 Farache Enterprises, Inc. $2,997,807.96 Foster Marine Construction, Inc. $3,019,863.50 Ric-Man Construction, Inc. $3,044,478.35 A documented Bid Evaluation - Due Diligence review, based on the Selection Criteria identified in the Instruction To Bidders, Section 26 SELECTION CRITERIA, subsections 26.1.1 through 26.1.10 was initially performed by PBS&J on the three (3) remaining bidders as follows: Bidder Base Bid Bid Alternate No. 1 Total B&B Underground, Inc. $2,230,106.66 $11,755.00 $2,241,861.66 Centerline Utilities, Inc. $2,281,843.28 $71,86.02 $2,289,029.30 AKA Services, Inc. $2,293,849.98 $90,80.00 $2,302,929.98 S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM DOC CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM The Engineer's Cost Opinion for this project is $3,686,713.00 (base bid). The value of the base bids received for this project ranged from $2,230,106.66 to $3,044,478.35 and the average base bid value is $2,636,875.01. With a base bid value of $2,230,106.66, the B&B base bid is $1,456,606.34 below the Engineer's Cost Opinion and $406,768.35 below the average base bid value for this project. B&B is currently finalizing another infrastructure improvement project for the City. Therefore, the City is familiar with B&B's construction and supervisory personnel. Therefore, we concur with the PBS&J recommendation to award this contract to B&B as the lowest, most responsive, responsible bidder who meets all contract document requirements and whose bid represents the most advantageous bid to the City, price and other factors considered. FISCAL IMP ACT: Funds are available as follows: Account Number Project Number Allocation 406-5000-590-65-02 WTR124 22% 406-5000-590-65-09 STM030 42% 406-5000-590-65-04 SWR100 30% 406-5000-590-65-11 REU002 6% In order to accomplish these improvements, the City and CRA have entered into an Interlocal Agreement as authorized by the City Commission on December 9, 2008, R08-138. The CRA will reimburse the City $973,000 as their portion of the streetscape improvements that will add uniformity to the roadway, and improve on-street parking, traffic control, and pedestrian access to the corridor. A $300,000 grant issued by Palm Beach County is an additional source of funding. Due to the favorable construction pricing on this project staff believes we will be able to reduce the CRA's contribution commensurately, depending on the specific elements of the bid breakdown. AL TERNA TIVES: . The SE 4TH Street project will provide enhanced delivery of potable water, stormwater, and reclaimed water services, with 1.25 million dollars in financial assistance from the South Florida Water Management District. To delay or defer the project would result in the loss of that grant funding. . Not constructing these reclaimed water improvements would prevent service to Pence Park, Sterling Village, and the City Hall complex. . Not constructing these potable water improvements would prohibit redevelopment at higher densities in this corridor. . Not constructing the stormwater and roadway improvements would fail to resolve existing drainage deficiencies in the area. S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM.DOC CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM ~ !J;=~ '/} '-rc~(llAt~ -,~- Kofi Boateng, P .E. Kurt Bressner, Director of Utilities City Manager I/) R Assistant to City Manager -. / GMf:J~ ~ City Att rney I Finance Attachments xc: Peter Mazzella, Deputy Utilities Director Chris Roschek, P .E., Engineering Division Manager Paul Fleming, PMP, Senior Project Manager I Project File Barb Conboy, Utilities Administration Manager Procurement Services S:\BULLETfN\FORMS\AGENDA ITEM REQUEST FORM DOC , r \ I 1 RESOLUTION NO. R09- 2 3 A RESOLUTION OF THE CITY COMMISSION OF 4 THE CITY OF BOYNTON BEACH, FLORIDA, 5 REJECTING THE NINE HIGHEST BIDS; 6 AWARDING BID #028-2821-09/JA TO B & B 7 UNDERGROUND CONTRACTORS, INC., FOR THE 8 SOUTHEAST 4TH STREET WATER MAIN, 9 STORMWATER AND ROADWAY IMPROVEMENT 10 PROJECT FOR A TOTAL BUDGET 11 APPROPRIATION OF $2,466,047.70; AUTHORIZING 12 THE CITY MANAGER TO EXECUTE CONTRACT 13 DOCUMENTS; AND PROVIDING AN EFFECTIVE 14 DATE. 15 16 WHEREAS, on March 4, 2009, twelve (12) bids were received and opened by 17 Procurement Services in response to Bid #028-2821-09/JA and submitted to the Utilities 18 Department and the Engineer of Record, Post, Buckley, Shuh & Jenigan for review and 19 evaluation; and 20 WHEREAS, after performing an initial administrative evaluation of the twelve 21 (12) bids received, the Utilities Department is recommendation that the City Commission 22 reject nine (9) of the bids based on price; and 23 WHEREAS, City staff concurs with the recommendations of Post, Buckley, Shuh 24 & Jenigan to award the contract to B & B Underground Contractors, Inc., as the lowest, 25 most responsive, and responsible bidder who met all specifications and whose bid 26 represents the most advantageous bid to the City, price and other factors considered. 27 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION 28 OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 29 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed 30 as being true and correct and are hereby made a specific part of this Resolution upon 31 adoption. S:\CAIRESO\AgreementsIBid Awards\Award of Bid - SE 4th Street (B&B Underground) doc - 1 - 1 Scclion 2. J'hc City Commission of tl1l' ("]1\ ul 13m nlon !kach. FlonCla . ' 2 hereby rejects nine (9) of the bids received 111 response to the Cil\ s Imitation to Bid for 3 #02g-2821-09/JA, fhe rejected bids are lisled on L'\hibit "/\". 4 ~ectiQ!:L 3 , J'he ('it\ Commission of the City of Boynton Beach, Florida. 5 hereby approves the av,ard of Bid N028-2821-09/JA to 13 & B l Inderground Contractors. 6 Inc.. for the Southeast 4th Street Water Main. Stormwater and RoadVvay Improvement 7 Project. 8 Section 4. The City Manager is authorized to execute a contract in the total 9 amount of $2A66.04 7 70. a copy of \vhich is attached hereto as I':xhibit "B" 10 Section 5, [hat this Resolution shall becoml' cffecti\l' Immediately. .~--- 11 PASSED AND ADOPTED this day \\f\pril. 2()ULl 12 13 CITY C)l< BOYN'I ON BEACH. FLORIDA 14 15 I 16 Mavor Jerry' lay 1m 17 18 19 Vice Mu\ or W oodrov\ I,. Hay 20 21 22 l'l)mmissioner Ronald Weiland 23 24 25 ( 'ommissioner Jose Rodrigue,;: 26 27 28 Commissioner Marlene Ross 29 A IT l~ S I . 30 II 31 32 l.lanel M. Prainito. CMC 33 City Ckrk 34 35 I (CorporalI..' Seal) II \1'\ 1Zl.:-,() '\~ln'lneJlI,.llIJ ,'\waIJ",'\\\aIJ "rHIJ, "I llli "lleel ili&li I JlJer~'IOllJlJI JOl' , I i I ~. 'I II j! .....THE LOWEST, MOST RESPONSIVE, RESPONSIBLE BIDDER WHO MEETS ALL SPECIFICATIONS"" ~~ ... REVISED 04/03/09 ~ ~~~ - . Carol Doppler, CPPB, Pu chasing Agent Paul Fleming Sr. Project Manager BID: SOUTHEAST 4TH STREET WATER MAIN, STORMWATER AND ROADWAY IMPROVEMENT PROJECT "Offers from the vendors listed herein are the only offers BID: DUE DATE: MARCH 04, 2009 received timely as of the above receiving date and time, BID: DUE TIME: 2:30 P.M. All other offers submitted in response to this solicitation, BID # 028-2821-09/JA if any, are hereby rejected as late" VENDORS AKA SERVICES INC. AMERICAN ENGINEERING & DEV. CORP ASP HAL T CONSULTANTS, INC 13676 HAMLIN BLVD 15075 CORPORATE RD NORTH 880 NW. 1ST AVE. WEST PALM BEACH, FL 33412 JUPITER, FL 33478 BOCA RATON, FL 33432 PH: (561) 791-7561 PH: (561) 242-9770 PH:(561) 368-5797 FAX:(561) 791-7565 FAX:(561) 242-9680 FAX: (561) 750-8596 CONTACT: JOSEPHINE BASILE CONTACT: JOHN R. SUNDERMAN CONTACT: CHRIS BACZEWSKI ADDENDUM #2 SUBMITTED YES YES YES ADDENDUM #1 SUBMITTED YES YES YES TOTAL BID (From Pages BP - 8) $2,293,849.98 $2,350,782.15 $2,803,535.00 TOTAL ALTERNATE '1 PROPOSAL $9,080.00 $10,946.00 $16,300.00 ORIGINAL AND FOUR (4) COPIES SUBMITTED YES YES YES HORIZONTAL BAR CHART SUBMITTED YES YES YES SCHEDULE OF SUBCONTRACTORS SUBMITTED YES YES YES SITE INSPECTION FORM SUBMITTED YES YES YES EVIDENCE OF POSESSION OF REQUIRED L1CENSESIPERMITS YES YES YES SUBMITTED 5% BID BOND SUBMITTED YES/FIDELITY & DEPOSIT YESIWESTERN YESfTRA VELERS CASUALTY COMPANY OF MARYLAND SURETY COMPANY SURETY COMPANY OF AMERICA STATEMENT OF BIDDERS QUALIFICATIONS SUBMITTED YES YES YES ,. _ l-Zr..'! \ S.E. 4TH STREET WATER MAIN, STn. ;iVATER AND ROAWAY IMPROVEMENT PROJECT REVISED 04/03/09 BID: SOUTHEAST 4TH STREET WATER MAIN, STORMWATER AND ROADWAY IMPROVEMENT PROJECT "Offers from the vendors listed herein are the only offers BID: DUE DATE: MARCH 04,2009 received timely as of the above receiving date and time, BID: DUE TIME: 2:30 P.M. All other offers submitted in response to this solicitation, BID # 028-2821-09/JA if any, are hereby rejected as late" VENDORS AKA SERVICES INC. AMERICAN ENGINEERING & DEV, CORP ASPHALT CONSULTANTS, INC 13676 HAMLIN BLVD 15075 CORPORATE RD NORTH 880 N.W. 1ST AVE. WEST PALM BEACH, FL 33412 JUPITER, FL 33478 BOCA RATON, FL 33432 PH: (561) 791-7561 PH: (561) 242-9770 PH:(561) 368-5797 FAX:(561) 791-7565 FAX:(561) 242-9680 FAX: (561) 750-8596 CONTACT: JOSEPHINE BASILE CONTACT: JOHN R. SUNDERMAN CONTACT: CHRIS BACZEWSKI NON-COLLUSION AFFADAVIT SUBMITTED YES YESINOT NOTORIZED YES - ANTI-KICKBACK AFFIDAVIT SUBMITTED YES YES YES ---~- ..- CONFIRMATION OF MINORITY OWNED BUSINESS SUBMITTED YES/NOT A MINORITY YES/NOT A MINORITY YES/NOT A MINORITY OWNED BUSINESS OWNED BUSINESS OWNED BUSINESS --. . - CONFIRMATION OF DRUG FREE WORKPLACE SUBMITTED YES YES YES ..._- ----- TRENCH SAFETY AFI-ADAVIT SUBMITTED YES YES YES W_'.._.~~ ._- 1-----....----.----.--.-. ~----~--,<.'- SAFETY PROGRAM COMPLIANCE SUBMITTED YES YES YES ~-'..""-_." --..-"...-.-"--'-"----"-'---'" ,......-..."'..' .-.-- ~- --- -,.,~..,..,..~-_.. "-'0'-'- COMMENTS .. -, ,...L...... ... ..,...........__..........._._...'..___.._.._ ........,...-.--.-..--....,----..-'-..--- S L. 4 f H STREE I \. : MAI~J, ::;TORMWA'I ~ . AND ROAWAY IMPROV I r PRO.JECT REVISED 04103/09 BID: SOUTHEAST 4TH STREET WATER MAIN, STORMWATER AND ROADWAY IMPROVEMENT PROJECT "Offers from the vendors listed herein are the only offers BID: DUE DATE: MARCH 04,2009 received timely as of the above receiving date and time. BID: DUE TIME: 2:30 P.M. All other offers submitted in response to this solicitation, BID # 028-2821-09/JA if any, are hereby rejected as late" 4- "* ~ ~ V,~ VENDORS B & B UNDERGROUND CONTRACTORS INC CENTERLINE UTLlTIES, INC. FARACHE ENTERPRISES, INC 6900 DWIGHT ROAD 15159 101ST TERRACE N. 6560 W ROGERS CrR. STE 26 WEST PALM BEACH, FL 33411 JUPITER, FL 33478 BOCA RATON, FL 33487 PH: (561) 682-3310 PH: (561) 689-3917 PH: (561) 999-0949 FAX:(561) 682-3304 FAX:(561) 689-0017 FAX: (561) 999-0959 CONTACT:ONEAL BATES CONTACT: FREDERICK H. CHESNEY CONTACT: MOSHEFARACHE ADDENDUM #2 SUBMITTED YES YES YES ADDENDUM #1 SUBMITTED YES YES YES TOTAL BID (From Pages BP - 8) $2,230,099.45 $2,281,843.28 $2,997,807.96 *** $2,230,106.66 ***$3,144,722.96 TOTAL ALTERNATE 1 PROPOSAL $11,755.04 $7,186.02 $23,800.00 ORIGINAL AND FOUR (4) COPIES SUBMITTED YES YES ONE ORIGINAL AND THREE (3) COPIES HORIZONTAL BAR CHART SUBMITTED YES YES NO SCHEDULE OF SUBCONTRACTORS SUBMITTED YES YES NO SITE INSPECTION FORM SUBMITTED YES YES YES EVIDENCE OF POSESSION OF REQUIRED L1CENSES/PERMITS YES YES SUBMTTED 5% BID BOND SUBMITTED YESIWESTFIELD YESIWESTERN YESIWESTFIELD INSURANCE COMPANY SURETY COMPANY INSURANCE COMPANY STATEMENT OF BIDDERS QUALIFICATIONS SUBMITTED YES YES YES ***SEE COMMENTS >0:..,."'-::. 4TH STREET WATER MAIN, STORMWATER Ai'!D \'.CADWAY IMPROVEMENT PROJECT REVISED 04/03/09 BID: SOUTHEAST 4TH STREET WATER MAIN, STORMWATER AND ROADWAY IMPROVEMENT PROJECT "Offers from the vendors listed herein are the only offers BID: DUE DATE: MAHCH 04, 2009 received timely as of the above receiving date and time BID: DUE TIME: 2:30 P,M. All other offers submitted in response to this solicitation, BID # 028-2821-09/JA if any, are hereby rejected as late" - VENDORS B & B UNDERGROUND CONTRACTORS INC CENTERLINE UTLlTIES, INC, FARACHE ENTERPRISES, INC 6900 DWIGHT ROAD 15159 101ST TERRACE N. 6560 W ROGERS CIR. STE 26 WEST PALM BEACH, FL 33411 JUPITER, FL 33478 BOCA RATON. FL 33487 PH: (561) 682-3310 PH: (561) 689-3917 PH: (561) 999-0949 FAX:(561) 682-3304 FAX:(561) 689-0017 FAX: (561) 999-0959 CONTACT:ONEAL BATES CONTACT: FREDERICK H, CHESNEY CONTACT: MOSHEFARACHE NON-COLLUSION AFFADAVIT SUBMITTED YES YES YES ANTI-KICKBACK AFFIDAVIT SUBMITTED YES YES YES CONFIRMATION OF MINORITY OWNED BUSINESS SUBMITTED YES/NOT A MINORITY YES/NOT A MINORITY YESINOT A MINORITY OWNED BUSINESS OWNED BUSINESS OWNED BUSINESS . CONFIRMATION OF DRUG FREE WORKPLACE SUBMITTED YES YES YES - TRENCH SAFETY AFFADAVIT SUBMITTED YES YES YES -~- --".- f.-...-----,----------~'-'''- 1---.",--..,,,.""--'"'''' SAFETY PROGRAM COMPLIANCE SUBMITTED YES YES YES - -~~, ..~." ~~'''.'-.__._.' ",,",,"---"- COMMENTS BASED ON CURRENT PRIOR AND CURRENT EXPERIENCE *** Addition error'** *** Addition error*** H*Corrected Amount*** *HCorrected Amount'H -~, .--' ~----_.~-~-'_._.._~".... .~ .~- .... ,_.,,"______,,_,_...~_L__,__. ::'1:: 4TH STREE! WAiER MAIN, 51 wAIL. ."ND ROADWAY IMPROVEMENT PROJF' REVISED 04/03/09 BID: SOUTHEAST 4TH STREET WATER MAIN, STORMWATER AND ROADWAY IMPROVEMENT PROJECT "Offers from the vendors listed herein are the only offers BID: DUE DATE: MARCH 04, 2009 received timely as of the above receiving date and time. BID: DUE TIME: 2:30 P.M. All other offers submitted in response to this solicitation, BID # 028-2821-09/JA if any, are hereby rejected as late" VENDORS FOSTER MARINE CONTRACTORS, INC GIANETTI CONTRACTING CORP. GLOBETEC CONSTRUCTION 7313 WEST PORT PLACE 6340 SIMS DR. 4774 N. POWERLlNE RD. WEST PALM BEACH, FL 33413 STERLING HEIGHTS, MI 48313 DEERFIELD BEACH, FL 33073 PH: (561) 683-0034 PH: (954) 972-8104 PH: (954) 590-3305 FAX: (561) 683-0335 FAX: (954) 972-8108 FAX: (954) 590-3307 CONTACT: LARRY BRENNEN CONTACT: RICKY GIONETTI CONTACT: ANTONIO ASSENZA ADDENDUM #2 SUBMITTED YES YES YES ADDENDUM #1 SUBMITTED YES YES YES TOTAL BID (From Pages BP - 8) $3,019,863.50 $2,384,482.00 $2,961,487.00 ***$3,021,973.50 TOTAL ALTERNATE 1 PROPOSAL $14,288.00 $13,184.00 $23,600.00 ORIGINAL AND FOUR (4) COPIES SUBMITTED YES YES YES HORIZONTAL BAR CHART SUBMITTED YES YES YES SCHEDULE OF SUBCONTRACTORS SUBMITTED YES YES YES SITE INSPECTION FORM SUBMITTED YES YES YES EVIDENCE OF POSESSION OF REQUIRED L1CENSESIPERMITS YES YES YES SUBMTTED 5% BID BOND SUBMITTED YES/FIDELITY DEPOSIT YESILlBERTY MUTUAL YESffRA VELERS COMPANY OF MARYLAND INSURANCE COMPANY CASUALTY AND SURETY STATEMENT OF BIDDERS QUALIFICATIONS SUBMITTED YES YES YES .'. :..::j ; :~1't. S.E. 4Tnr:;~-" :ET WATER MAIN, STORMWATER AND ROADV': ~J '~PROVEMENT PROJECT REVISED 04/03/09 BID: SOUTHEAST 4TH STREET WATER MAIN, STORMWATER AND ROADWAY IMPROVEMENT PROJECT "Offers from the vendors listed herein are the only offers BID: DUE DATE: MARCH 04,2009 received timely as of the above receiving date and time. BID: DUE TIME: 2:30 P.M_ All other offers submitted in response to this solicitation, BID # 028-2821-09/JA if any, are hereby rejected as late" --" VENDORS FOSTER MARINE CONTRACTORS, INC GIANETTI CONTRACTING CORP, GLOBETEC CONSTRUCTION 7313 WEST PORT PLACE 6340 SIMS DR. 4774 N. POWERLlNE RD. WEST PALM BEACH, FL 33413 STERLING HEIGHTS, MI 48313 DEERFIELD BEACH, FL 33073 PH: (561) 683-0034 PH: (954) 972-8104 PH: (954) 590-3305 FAX: (561) 683-0335 FAX: (954) 972-8108 FAX: (954) 590-3307 CONTACT: LARRY BRENNEN CONTACT: RICKY GIONETTI CONTACT: ANTONIO ASSENZA NON-COLLUSION AFFADAVIT SUBMITTED YES YES YES ANTI-KICKBACK AFFIDAVIT SUBMITTED YES YES YES CONFIRMATION OF MINORITY OWNED BUSINESS SUBMITTED YES/NOT A MINORITY YES/NOT A MINORITY YES/NOT A MINORITY OWNED BUSINESS OWNED BUSINESS OWNED BUSINES - CONFIRMATION OF DRUG FREE WORKPLACE SUBMITTED YES YES YES .~u_,_ TRENCH SAFETY AFFADAVIT SUBMITTED YES YES YES --- ._-~- .~._- -".~-~ ._~- SAFETY PROGRAM COMPLIANCE SUBMITTED YES YES YES 1--- "~'._"m_ .. ___',_,',__"_'e._.,_" .. --- ._,.. , ,- ----- ------..- COMMENTS H*Error*H H*Corrected Amount*** _,...~ _,_..,_."....._, .._... ,,__________._______, ___L____,______.._ ~~; 41HSfREEJ WA1ERMAIN,STORMW,\1 \ND ROADWAY IMPROVEMENT PROJECJ REVISED 04/03/09 BID: SOUTHEAST 4TH STREET WATER MAIN, STORMWATER AND ROADWAY IMPROVEMENT PROJECT "Offers from the vendors listed herein are the only offers BID: DUE DATE: MARCH 04, 2009 received timely as or the above receiving date and time, BID: DUE TIME: 2:30 P.M. All other offers submitted in response to this solicitation, BID # 028-2821-09/JA if any, are hereby rejected as late" VENDORS KILLEBREW, INC. MAN CON INC. RIC MAN CONSULTANTS INC,. P.O. BOX 6258 3460 S.w. 11TH STREET 3100 S.w. 15TH STREET LAKELAND, FL 33807 DEERFIELD BEACH, FL 33442 DEERFIELD BEACH, FL 33428 PH: (863) 701-0273 PH: (954) 427-0230 PH: (954) 426-1221 FAX: (863) 701-9204 FAX: (954) 427-8133 FAX: (954) 426-1226 CONTACT: WILLIAM C. THOMAS IV CONTACT: GUY MANCINI CONTACT: DANIEL MANCINI ADDENDUM #2 SUBMITTED YES YES YES ADDENDUM #1 SUBMITTED YES YES YES TOTAL BID (From Pages BP - 8) $2,583,131.05 $2,691,143.15 $3,049,478.35 ***$3,049,469.35 TOTAL ALTERNATE 1 PROPOSAL $10,760.00 $10,724.00 $16,054.20 ORIGINAL AND FOUR (4) COPIES SUBMITTED YES YES YES HORIZONTAL BAR CHART SUBMITTED YES YES YES SCHEDULE OF SUBCONTRACTORS SUBMITTED YES YES YES SITE INSPECTION FORM SUBMITTED YES YES YES EVIDENCE OF POSESSION OF REQUIRED L1CENSESIPERMITS YES YES YES SUBMTTED 5% BID BOND SUBMITTED YES/UNITED FIRE YES/THE HANOVER YESIWESTERN SURETY & CASUALTY COMPANY INSURANCE COMPANY COMPANY STATEMENT OF BIDDERS QUALIFICATIONS SUBMITTED YES YES YES ~ :.~. ';. : .~. ;.. S.E. 4TH STREET WATER MAIN, STORN,'" \! .~;( AND ROADWAY IMPROVEMENT PROJECT REVISED 04/03tU9 BID: SOUTHEAST 4TH STREET WATER MAIN, STORMWATER AND ROADWAY IMPROVEMENT PROJECT "Offers from the vendors listed herein are the only offers BID: DUE DATE: MAHCH 04, 2009 received timely as of the above receiving date and time. BID: DUE TIME: 2:30 P.M. All other offers submitted in response to this solicitation, BID # 028-2821-09/JA if any, are hereby rejected as late" VENDORS KILLEBREW, INC. MAN CON INC. RIC MAN CONSULTANTS INC" P.O. BOX 6258 3460 SW. 11TH STREET 3100 SW. 15TH STREET LAKELAND, FL 33807 DEERFIELD BEACH, FL 33442 DEERFIELD BEACH, FL 33428 PH: (863) 701-0273 PH: (954) 427-0230 PH: (954) 426-1221 FAX: (863) 701-9204 FAX: (954) 427-8133 FAX: (954) 426-1226 CONTACT: WILLIAM C, THOMAS IV CONTACT: GUY MANCINI CONTACT: DANIEL MANCINI .. NON-COLLUSION AFFADAVIT SUBMITTED YES YES YES ANTI-KICKBACK AFFIDAVIT SUBMITTED YES YES YES ._, CONFIRMATION OF MINORITY OWNED BUSINESS SUBMITTED YES/NOT A MINORITY YES/NOT A MINORITY YES/NOT A MINORITY OWNED BUSINESS OWNED BUSINESS OWNED BUSINESS CONFIRMATION OF DRUG FREE WORKPLACE SUBMITTED YES YES YES .. TRENCH SAFETY AFFADAVIT SUBMITTED YES YES YES -......- 1--...,.....--....-....,....-- .,. ..'''''- ----_......'.,- .. SAFETY PROGRAM COMPLIANCE SUBMITTED YES YES YES ,--~'-----'--"" .._~.._._---"_. ---_.~~.,-,._- ---,..- COMMENTS ***Error*** ***Corrected Amount*** ... ,- .....- .-..,.......----.---,..-..-- -'-' .. S i::: 4TH STREET WATER ; I ORMW AT!::. , MND ROADWAY IMPROVEMEN .IEeT PHS.' :) An employee.owned company Transmitted Via: U.S. Mail/Facsimile March 12, 2009 Paul Fleming Boynton Beach Utilities Department 124 E Woolbright Rd Boynton Beach, FL 33435 Re: Southeast Fourth Street Corridor Infrastructure Improvement Project Bid #028-2821-09/JA File: 140497.00 #11.0 Dear Mr. Fleming On March 4, 2009 at 2:30 pm. the City received twelve bids for the above referenced project. The low bidder was B&B Underground Contracting Inc. The following are the bid prices received in order from lowest to highest: COlnpany Bid 1. B & B Underground $ 2,230,106.66 2. Centerline Utilities $ 2,281,843.28 3. AKA Services $ 2,293,849.98 4. American Engineering & Development Corp. $ 2,350,782.15 5. Giannetti $ 2,384,482.00 6. Killabrew $ 2,583,131.05 7. ManCon $ 2,691,143.15 8. ACI $ 2,803,525.00 9. GlobeTec $ 2,961,487.00 10. Foster $ 3,019,863.50 11. Ric-Man $ 3,049,469.35 12. Farache $ 3,144,722.96 2001 Northwesl107'" Ave' Miami, FlOrida, 3317;::' Teleprlone 305.5927275' Fax, 305.5949574' wW'h,pbsj.cvrT: Based on tile Bid Evaluation Due Diligence perrormed UV PBS&J PBS~~J recommends that Hle City enter contract negotiations vvith the iJWeSt bldde' B.s, B Underground Contracting Inc, tor $ 2230.10666 If you have any questions, please call me at (305) 514-3325. Very Truly Yours, PBS&J t,/ , ,~ ~, Ii, /./" ,,' /.'V Iv ,- '. '-{/,i' ,_' "" ~,'.' -- , ,.,./ Alessandra Delfico, P,E. Senior Engineer Attachments: Bid Evaluation - Due Diligence packages for: . B&B Underground Contractors, Inc. . Centerline Utilities, Inc, · AKA Services, Inc, P85" ", ," " ~, .' , ..... " Utilities Department Engineering Division Bid Evaluation - Due Diligence Project Name : Southeast Fourth Street Watermain Stormwater and Roadway Improvement Project Project Manager: Paul Fleming I Consultant: I PBS&J Contractor: B&B Underground Contractors i '.. , ....~rt::.,:,:\,i'f)SI;(!)tf~"':H1,)~WSf;l:JieC."TlgNB~R'mt;RI'A.ti)Ni,;;.,',....."..,'. . "".' ..p<> >,L>., , As required in the Instruction To Bidders, Section 26 SELECTION CRITERIA, bids are to be evaluated based on the followinQ criteria (use continuation sheet if necessary): No. "1 $~le#tiQ~iQ'ilJti~I;!I~,~ff.p'il~".\~~i~pt!iw>,"'{n"'> "(I,i..'!.:[\" .. m, >m' .,'),'; 26.10.1 Experience of the firm with similar projects. Good variety of public work site work. 26.10.2 Background and experience of the principal members of the personnel, including officers. Not enough information to evaluate in bid package. 26.10.3 Bonding capacity. Compare current project values against stated bonding capacity. Adequate. Current projects add to approximately $24 million, stated bonding capacity is $36 million, $20 million per iob. 26.10.4 Evidence of possession of required licenses or business permits. Licenses are all valid. A search on the Florida Department of Business and Professional ReQulation did not find any complaints. 26.10.5 Experience in performance. Good projects, references confirmed good performance. 26.10.6 Contracts on hand. Three large contracts on hand. 26.10.7 Largest completed projects. Large site work projects for various public entities. The largest was for the Palm Beach County Fire and Rescue Administration and Training Facility. ($9,568,310), good reference from prime contractor. 26.10.8 Review of references (use page 2 of this form). Overall very good. 26.10.9 Consideration of past lawsuits or arbitrations to which the firm has been a party. NA 26.10.10 Price. Lowest Bid Total-$ 2,241,861.70 Base- $ 2,230,106.66 Alternate- $11,755.04 02/2009 Page 1 of 10 Utilities Department Engineering Division Bid Evaluation - Due Diligence i$eeiilQ).ljlQJ~~:lHi'aBENQe:tlMeRlfil$_$Ni ... .!' Bidder B&B Underground Contractors -----.-- ,,--- Company Name: Morganti Group Project Name and --'.- "~-_.-... Many Projects brief Description: Contact Person / Title: Mr. Jim Peace Telephone No.: 561 689 0200 : I Project Value Ranges from I To $1,000,000 Completion Date : Varies (Start / Finish): $200,000 , :' 1 Have they performed the work satisfactory as it pertains to meeting Yes l8J No 0 budqet? -..-.....---- I 2 Have they performed the work satisfactory as it pertains to meeting Yes l8J No 0 deadlines and milestones? , Have they performed the work satisfactory as it pertains to availability of I 3 staff and principals? Yes l8J No 0 ------_..-.--- ...---.- 4 Have they performed the work satisfactory as it pertains to responsiveness Yes l8J No 0 to Client demands and suggestions? -j 5 Have they performed the work satisfactory as it pertains to quality of work? Yes l8JNo_D_.. 6 Were there any Field Change Directives / Change Orders on this project? I Y l8J N 0 If yes, explain the circumstances in the Comments / Remarks section. I es _~ __._._ Were there any "disputed" claims from this contractor for this project? If I 7 I Yes 0 No l8J yes, explain the circumstances in the Comments / Remarks section. I I Very smooth I 8 How has the closeout process been with this contractor? I Good I i documentation ! i I Have there been any "warranty" claims? If so how has the contractor's Few but are : I 9 response been? taken care of. , I 10 Very good I What is your overall satisfaction with this contractor? I I service I I Item No. I Comments / Remarks from above use continuation sheet if necessa 6 They are not claims oriented searching for change orders. If there is a legitimate Claim the will ask for it. Bid Evaluation Performed By / Date: Alessandra Delfico March 10,2009 ~----~-----'~~-'---'-"-------------~-- -- --..---.------.---. Company / Organization: PBS&J - _._--~ .._..~-~--_.._. 02/2009 Page 2 of 10 Utilities Department Engineering Division Bid Evaluation - Due Diligence .;1",j.0iiS.iiI"!~NI;~f~j;~I$~REftI~.IS~~91E'll:t.atlji'iiHii;i ~",(-',i:~{i;::. " : . .'/ ", ";. ,','" <. :.',...:::; :., ,,,-,",, ->" ',C'" ,,' iei.'. :~"".,,:'. -"f~L:,....'.",;,,', ", "_..:H:-:','. -~.. "- Bidder B&B Underground Contractors Klewin Construction Palm Beach County Fire and Rescue Administration Facility Mr. Richard Adams/ Superintendent Telephone No.: 561 2620481 $9.3 million Completion Date: May 2009 1 Have they work satisfactory as it pertains to meeting Yes [gI No D bud et? 2 Have they performed the work satisfactory as it pertains to meeting Yes [gI No D deadlines and milestones? 3 Have they performed the work satisfactory as it pertains to availability of Yes [gI No D staff and rinci als? 4 Have they performed the work satisfactory as it pertains to responsiveness Yes [gI No D to Client demands and su estions? 5 Have they performed the work satisfactory as it pertains to quality of work? Yes [gI No D 6 Were there any Field Change Directives / Change Orders on this project? Yes [gI No D If es, ex lain the circumstances in the Comments / Remarks section. 7 Were there any "disputed" claims from this contractor for this project? If Yes D No [gI es, ex lain the circumstances in the Comments / Remarks section. 8 How has the closeout process been with this contractor? NA closing now 9 Have there been any "warranty" claims? If so how has the contractor's NA res onse been? 10 What is your overall satisfaction with this contractor? Very Satisfied Item No. Comments / Remarks from above use continuation sheet if necessa 6 Change orders were reasonable. They did not ask for extraordinary changes. Bid Evaluation Performed By / Date: Alessandra Delfico March 6,2009 Company / Organization : PBS&J 02/2009 Page 3 of 10 Utilities Department Engineering Division Bid Evaluation - Due Diligence SEerFlaNf,12,,'i::,..IiE~.eN0'S1VGRlfile:.1:.aN' Bidder B&B Underground Contractors -,- Company Name: James B Pirtle Construction I Project Name and John Leonder/ Palm beach gardens brief Descri tion: I Contact Person / Title: '._'--j Mr. Bill Ellis Telephone No.: 9547970410 ! Project Value "-- .'-~"- ~---..j Completion Date : May 2009 Start / Finish : 1 Have they satisfactory as it pertains to meeting Yes [8J No 0 bud et? 2 Have they performed the work satisfactory as it pertains to meeting Yes [8J No 0 , deadlines and milestones? i Have they performed the work satisfactory as it pertains to availability of - .-. ----"-----1 3 Yes [8J No [J staff and rinci als? I Have they performed the work satisfactory as it pertains to responsiveness . -'-.~i 4 Yes [8J No to Client demands and su estions? i 5 Have they performed the work satisfactory as it pertains to quality of work? Yes [8J No ! Were there any Field Change Directives / Change Orders on this project? Yes [8J No 0 If es, ex lain the circumstances in the Comments / Remarks section. Were there any "disputed" claims from this contractor for this project? If Yes 0 No [8J es, ex lain the circumstances in the Comments / Remarks section. How has the closeout process been with this contractor? smooth --'.. .._~. 9 Have there been any "warranty" claims? If so how has the contractor's I No res onse been? ~-----_.__._-- . 10 What is your overall satisfaction with this contractor? Very Satisfied Item No. Comments / Remarks from above use continuation sheet if necessa 6 Change orders were reasonable. They did initiate the change orders, owner change orders. ----,~---_._- Bid Evaluation Performed By / Date: Alessandra Delfico March 6,2009 I PBS&J I I Company / Organization: I I ~-_.._----,._-~. -..- 02/2009 Page 4 of 10 Utilities Department Engineering Division Bid Evaluation - Due Diligence Project Name : Southeast Fourth Street Watermain Stormwater and Roadway 1m rovement Pro'ect Project Manager: Paul Fleming Consultant : PBS&J Contractor : Centerline Utilities As required in the Instruction To Bidders, Section 26 SELECTION CRITERIA, bids are to be evaluated based on the followin criteria use continuation sheet if necessa 26.10.1 Experience of the firm with similar projects. Good variety of public work site work. 26.10.2 Background and experience of the principal members of the personnel, including officers. The personnel listed in attachment SBQ-1 9 have adequate years of experience. 26.10.3 Bonding capacity. Compare current project values against stated bonding capacity. Maybe not adequate. It is not clear if the bonding capacity is per job or total. Current projects add to approximately $3.3 million, stated bonding capacity is $5 million. 26.10.4 Evidence of possession of required licenses or business permits. Licenses are all valid. A search on the Florida Department of Business and Professional Re ulation did not find an com laints. 26.10.5 Experience in performance. A variety of projects, references were favorable. 26.10.6 Contracts on hand. Three projects are in the final stage, 4 projects are in the mid stage. 26.10.7 Largest completed projects. $9.4 million subdivision in Port St. Lucie. 26.10.8 Review of references (use page 2 of this form). Overall good. 26.10.9 Consideration of past lawsuits or arbitrations to which the firm has been a party. NA 26.10.10 Price. 2nd Lowest Bid Total $ 2,289,029.30 Base- $ 2,281,843.28 Altemate- $ 7,186.02 02/2009 Page 5 of 10 Utilities Department Engineering Division Bid Evaluation - Due Diligence SeOiil:1N~10'#';;ReeEBeNGef"e8IfAe!A~feN' Bidder Centerline Utilities .____.______--1 Company Name: H&J Contracting Project Name and Broken Sound Blvd. New Roadway brief Descri tion: Mr. Joe Whitten Telephone No.: 561 6623201 1 Have they as it pertains to meeting Yes [gJ No D bud et? 2 Have they performed the work satisfactory as it pertains to meeting Yes [gJ No D deadlines and milestones? 3 Have they performed the work satisfactory as it pertains to availability of Yes [gJ No D staff and rinci als? _._~_-.l 4 Have they performed the work satisfactory as it pertains to responsiveness Yes [gJ No D to Client demands and su estions? 5 Have they performed the work satisfactory as it pertains to quality of work? Yes [gJ No 0 : Were there any Field Change Directives / Change Orders on this project? I 6 Yes [gJ No D ' If es, ex lain the circumstances in the Comments / Remarks section. Were there any "disputed" claims from this contractor for this project? If I Yes D No [gJ es, ex lain the circumstances in the Comments / Remarks section. How has the closeout process been with this contractor? Very smooth i ~ 9 Have there been any "warranty" claims? If so how has the contractor's No res onse been? 10 What is your overall satisfaction with this contractor? Item No. Comments / Remarks from above use continuation sheet if necessa -.---.---.-..-----' i 6 ! Change orders were reasonable directed by the owner. i I -~----_._----. ---_.._...-.~., i Bid Evaluation Performed By / Date: Alessandra Delfieo Mareh 9,2009 I --___"__0-_-___._---- l Company / Organization: PBS&J ~-----~-,_._._------ - 02/2009 Page 6 of 10 Utilities Department Engineering Division Bid Evaluation - Due Diligence Bidder Centerline Utilities Company Name: Loxahatchee River District Juno Beach 7.300 If sanitary sewer and pump station Mr. Yerkes Telephone No.: 561 7475700 $1.2 million Completion Date: Feb 2009 1 Have they the work satisfactory as it pertains to meeting Yes ~ No D bud et? 2 Have they performed the work satisfactory as it pertains to meeting Yes ~ No D deadlines and milestones? 3 Have they performed the work satisfactory as it pertains to availability of Yes ~ No D staff and rinci als? 4 Have they performed the work satisfactory as it pertains to responsiveness Yes ~ No D to Client demands and su estions? 5 Have they performed the work satisfactory as it pertains to quality of work? Yes ~ No D 6 Were there any Field Change Directives I Change Orders on this project? Yes ~ No D If es, ex lain the circumstances in the Comments I Remarks section. 7 Were there any "disputed" claims from this contractor for this project? If Yes D No ~ es, ex lain the circumstances in the Comments I Remarks section. 8 How has the closeout process been with this contractor? smooth 9 Have there been any "warranty" claims? If so how has the contractor's No res onse been? 10 What is your overall satisfaction with this contractor? Item No. Comments I Remarks from above use continuation sheet if necessa 4 Working in an existing neighborhood, only project with no complaints from residents. Bid Evaluation Performed By I Date: Alessandra Delfico March 10,2009 Company I Organization: PBS&J 02/2009 Page 7 of 10 Utilities Department Engineering Division Bid Evaluation - Due Diligence P . t N Southeast Fourth Street Watermain Stormwater and Roadway ,-----"-- roJec ame: I u'" t P ,i, t mlJrovemen rO,ec Project Manager: Paul Fleming I Consultant: I PBS&J ""'--'-"--'--- Contractor: AKA Services ....S.e~mtl.N~~':..4.Sil;ffeG~..Nf!~R:llIE6~':"", . As required in the Instruction To Bidders, Section 26 SELECTION CRITERIA, bids are to be evaluated based on the following criteria (use continuation sheet if necessary): No. SelEtcti()'d!i.I'Jl,~'I'~lile~~'i~QiRmijnts ,T....' ..... ,...",.,......... 26.10.1 Experience of the firm with similar projects. __~ Good variety of public work site work. 26.10.2 Ba.ckground and experience of the principal members of the personnel, including I officers. ---- ._" "".. .,---- The resumes in the bid package looked adequate. ,-- 26.10.3 Bonding capacity. Compare current project values against stated bonding capacity. " "",." Adequate Current proiects add to approximate Iv $3 million, stated bonding capacity is $30 million. , 26.10.4 I Evidence of possession of required licenses or business permits.' Licenses are all valid. A search on the Florida Department of Business and Professional I ReClulation did not find any complaints. _: 26.10.5 Experience in performance. It was difficult to evaluate this with the lack of information from the references. --', 26.10.6 Contracts on hand. i It appears only two contracts were active on the list provided dated November 10, 2008 ., I 26.10.7 Largest completed projects. ! Many utility projects over $5 million. '":_ "..._~ 26.10.8 I Review of references (use page 2 of this form). '--:-1 It was difficult to track down the references. Phone numbers and names were not I listed with the ro'ects. : 26.10.9 Consideration of past lawsuits or arbitrations to which the firm has been a party. NA 26.10.10 Price. 3rd Lowest Bid "'.__.____m_~ Total $ 2,302,929.98 Base- $ 2,293,849.98 Alternate- $ 9,080.00 I _.___. ________"_...."_____ 02/2009 Page 8 of 10 Utilities Department Engineering Division Bid Evaluation - Due Diligence ',$ee1l'IQNl,2i*,fie'FeRENcel~ERIFIC~1'~,QN,.;j.': Bidder AKA Services Company Name: Village of Palm Springs Project Name and Miscellaneous Water and Sewer Installations brief Descri tion: Contact Person / Title: Mr. Bill Davis Telephone No.: 561 4345100 Project Value Start / Finish : 1 Have they as meeting Yes [8J No D bud et? 2 Have they performed the work satisfactory as it pertains to meeting Yes [8J No D deadlines and milestones? 3 Have they performed the work satisfactory as it pertains to availability of Yes [8J No D staff and rinci als? 4 Have they performed the work satisfactory as it pertains to responsiveness Yes [8J No D to Client demands and su estions? 5 Have they performed the work satisfactory as it pertains to quality of work? Yes [8J No D 6 Were there any Field Change Directives / Change Orders on this project? Yes [8J No D If es, ex lain the circumstances in the Comments / Remarks section. 7 Were there any "disputed" claims from this contractor for this project? If Yes D No [8J es, ex lain the circumstances in the Comments / Remarks section. 8 How has the closeout process been with this contractor? Smooth 9 Have there been any "warranty" claims? If so how has the contractor's NA res onse been? 10 What is your overall satisfaction with this contractor? Item No. Comments / Remarks from above use continuation sheet if necessa 6 Ahead of schedule, good company. Owner directed change orders. Bid Evaluation Performed By / Date: Alessandra Delfico March 12, 2009 Company / Organization: PBS&J 02/2009 Page 9 of 10 Utilities Department Engineering Division Bid Evaluation - Due Diligence Other References Called: B&B Underground Contractors- Mr. Ellis Ross- Palm Beach County Engineering- Cannot give references can only verify work. Mr. David Farmer- CR Klewin Southeast- Left 2 messages did not get a call back Mr. Dennis Beran- Project Manager School District of Palm Beach County- Left 2 messages did not get a call back Centerline Utilities- Prosperity Farms Road Widening Project- Ranger Construction- Left 2 messages did not get a call back AKA Services- ML Don Eckler- Eckler Engineering - Left 2 messages did not get a call back Mr. Joe Griemsman - City of Palm Bay Utilities- Does not work there anymore Palm Beach County Water Utilities Department- Left 2 messages did not get a call back 02/2009 Page 10 of 10 BID TITLE: SOUTHEAST 4TH STREET WATER MAIN, STORMWATER AND ROADWAY IMPROVEMENT PROJECT BID NUMBER: 028-2821-09/JA PROJECT NUMBER: WTRI24, STM030, SWRlOO, & REU002 CITY OF BOYNTON BEACH, FLORIDA CONTRACT FOR CONSTRUCTION SERVICES THIS CONTRACT, made and entered into this 21st day of April, 2009, by and between the CITY OF BOYNTON BEACH, a municipal corporation of Florida, hereinafter called the "CITY" or "OWNER" and B & B UNDERGROUND CONTRACTORS. INC. a Florida Corporation ( X ) Check One a Florida General Partnership L-) a Florida Limited Partnership L-) a Sole Proprietor L-) hereinafter called "CONTRACTOR". WITNESSETH WHEREAS, The City has heretofore invited bids for a City construction project ("Project") identified by the bid title, bid number and project number listed above and commonly referred to as: SOUTHEAST 4TH STREET WATER MAIN, STORMW ATER AND ROADWAY IMPROVEMENT PROJECT WHEREAS, Contractor, in compliance with the bidding requirements announced by the City, submitted a bid on the 4th day of March, 2009, for the total bid amount of $2.241.861.70; and, WHEREAS, On the 21st day of April, 2009, the City Commission designated contractor as having submitted the bid that was most advantageous to the City and authorized the execution of this Agreement; and, WHEREAS, the Parties agree that the Project is scheduled to achieve Substantial Completion without interruption within 330 calendar days as specified in the Notice to Proceed, subject to CITY approved time extensions. NOW, THEREFORE, in consideration of these premises and the mutual conditions and covenants contained herein, the parties agree as follows: Utilities Department Revised 07-11-08 C-l 1. AGREEMENT 1.1. The Parties agree that: 1.1.1. The foregoing "Whereas" clauses are true and correct and incorporated herein by this reference. 1.1.2. The CITY does hire and employ the CONTRACTOR to provide construction services for completion of the Project 1.1.3. The CONTRACTOR does accept this Contract and does agree to furnish the necessary labor, tools, equipment, materials and supplies, etc., and to complete the Project by performing all the work as set forth in the this Contract and the Contract Documents for the price and amounts set forth in Contractor's bid. 1.1.4. Contractor is an independent contractor as that term is set forth in the General Conditions for Construction GC-2. INDEPENDENT CONTRACTOR. 1.1.5. Unless otherwise provided, all time frames referenced in all Contract Documents shall be calendar days. 2. SCOPE OF SERVICES 2.1. The Project consists ofthose improvements described and set forth in the Contract Documents. 2.2. The "Contract Documents" are the compilation of the following individual documents which are hereby not listed in any order of precedence. 2.2.1. Advertisement for Bids 2.2.2. Instructions for Bidders 2.2.3. Bid Proposal 2.2.4. Bid Bond 2.2.5. General Conditions for Construction (GC) - all references to "GC" shall be to section numbers 2.2.6 Supplemental Conditions for Construction (SCC) 2.2.7 Special Conditions for City-Furnished Materials 2.2.6 Terms and Conditions for City-Furnished Materials 2.2.7 Construction Contract 2.2.8 Certificate of Insurance 2.2.9 Public Construction Bond 2.2.10 Technical Specifications 2.2.11 Contract Drawings and Plans 2.2.12 Addenda 2.2.13 Written directives or interpretations 2.2.14 Manufacturers walTanties Utilities Department Revised 07-11-08 C.2 3. OBLIGATIONS OF CONTRACTOR 3.1. Contractor shall: 3.1.1. Furnish all materials, supplies, machines, equipment, tools, superintendents, labor, insurance, and other accessories and services necessary to complete said project in accordance with the conditions and prices as stated in the Contract Documents. 3.1.2. Perform all the work and labor pursuant to this contract and all of the materials furnished shall be in strict conformity with the Contract Documents. CONTRACTOR further accepts and consents to the conditions contained in said Contract Documents and expressly agrees to comply with every requirement and stipulation therein contained. 3.1.2.1 Comply with provisions in Special Conditions and Terms and Conditions for City-Furnished Materials. 3.1.3. Furnish all tools, equipment, materials and supplies and to do all the work above mentioned in a first-class, substantial and workmanlike manner, and in conformity with the detail for said work on file in the office of the Project Manager and strictly in accordance with the Contract Documents. 3.1.4. CONTRACTOR shall furnish each subcontractor or material supplier with a copy of his Public Construction Bond within five (5) days of subcontractors' work or material supplying and shall maintain records to establish that notice. A copy of said notice shall be provided to the City's Project Manager at time of issuance. 3.1.5. Guarantee all work and materials for a period of one (1) year, as set forth in the General Conditions for Construction GC-24, WARRANTY. Warranty period shall commence with date of final acceptance as set forth in the Technical Specifications for Construction 01700, EXECUTION REQUIREMENTS. 3.1.6. Comply with the provisions of Section 255.05, Florida Statutes, if applicable. 3.1. 7. Pay promptly, before final settlement, any and all claims or liens by subcontractors or material suppliers, incurred in and about this work. 3.1.8. Remove and clean up all rubbish, debris, excess material, temporary structures, tools and equipment from streets, alleys, parkways and adjacent property that may have been used or worked on by the CONTRACTOR in connection with the project promptly as such section or portion is completed and ready for use, leaving the same in a neat and presentable condition. 3.1.9. Observe and comply with the provisions of the charter, ordinances, codes Utilities Department Revised 07-11-08 C-3 and regulations of the City of Boynton Beach. Florida. 3.1.10. Obtain written approval from the CITY of all subcontractors not disclosed in the Contractor's bid document. 3.1.11. Perform such other tasks as set forth in the Contract Documents. 3.1.12. Shall provide all required bonds, insurance certificates and any other required security for performance of the Project within ten (10) of the Award of the Project. 3.2. The CONTRACTOR will be held responsible for the care, protection and condition of all work until final completion and acceptance thereof, and will be required to make good at his own cost any damage or injury occurring from any cause resulting from their acts or omissions, or the acts or omissions of their subcontractors or suppliers. 4. CITY'S OBLIGATIONS 4.1. City shall provide a written Notice to Proceed at the time of the scheduled Pre- Construction Meeting. 4.2. Make timely payments for the work in accordance with the procedures and time frames set forth III the Contract Documents. 4.3. On satisfactory completion of the Project, provide a written final acceptance and payment for the entire project. 5. COMMENCEMENT OF WORK 5.l. CONTRACTOR hereby agrees to commence work under this contract within (10) calendar days of the Commencement Date specified in the written "Notice to Proceed," and to achieve Substantial Completion without interruption within 330 calendar days thereafter. 5.2. Time is the essence of the contract. In the event the CONTRACTOR shall fail to timely commence the work following Notice to Proceed or fail in the performance of the work specified and required to be performed within the time limit set forth in the contract, after due allowance for any extension or extensions of time made in accordance with the Contract Documents, the CONTRACTOR shall be liable to the CITY, as liquidated damages, the amount stipulated in Section 6.0 hereinbelow for each and every calendar day that the CONTRACTOR shall be in default of achieving certification of Substantial Completion. Utilities Department Revised 07-11-08 ('-4 5.3. CONTRACTOR shall notify the Project Engineer in writing of any change in the names and addresses of each subcontractor proposed for principal parts of work, and any changes in subcontractors from those proposed in CONTRACTOR's bid proposal, and for such others as the Project Engineer may direct, and shall not employ any that CITY may, within a reasonable time, object to as incompetent or as unfit. 6. LIQUIDATED DAMAGES 6.1. The CONTRACTOR further agrees to pay $1.500.00 per day as liquidated damages, for failure to begin within ten (10) days of CITY's issuance of the "Notice to Proceed" or failure to achieve Substantial Completion within 330 calendar days from the Commencement Date as indicated in the written "Notice to Proceed". The CITY shall have the right to deduct said liquidated damages from any amount due, or that may become due the CONTRACTOR, or to collect such liquidated damages from the CONTRACTOR or his Surety. 6.2. Punch list items recorded as a result of inspections for Substantial Completion are to be corrected by the CONTRACTOR within thirty (30) calendar days and prior to any request for Final Inspection, Testing and Acceptance as stated in the General Conditions for Construction (GC-50). If the Substantial Completion punch list items have not been corrected by the CONTRACTOR within the thirty (30) calendar day period, at the discretion of the Project Manager, Liquidated Damages may be applied as described in Section 6.1 above. 6.3. In addition to the provisions of Section 27 of Instruction to Bidders which provide for Supplemental Liquidated Damages in the event substantial and Final completion dates are not met, SCC - 6, INTERIM MILESTONES and SCC- 7, SUPPLEMENTAL LIQUIDATED DAMAGES establish supplemental liquidated damages associated with interim deliverable milestones. Supplemental Conditions for Construction SCC-6, INTERIM MILESTONES outline two (2) interim deliverable milestones that coincide with completion of the project. Failure by the CONTRACTOR to complete the work by the interim deliverable milestones dates may cause the CITY to suffer damages. Therefore, in such an event, the CITY shall be entitled to Supplemental Liquidated Damages of $1.000.00 for each and every day until the completion of the interim deliverable milestone and acceptance by the Project Engineer and Project Manager. Each interim deliverable milestone will be evaluated separately. Paragraph 6.3 shall only apply with respect to interim deliverable milestones and supplemental liquidated damage payments for failing to meet the described interim milestones. Nothing in this section shall impact, be construed as, or constitute a waiver of the CITY's rights to liquidated damages as provided in Section 27 of the Instruction to Bidders and Section 6 of this document. Utilities Department Revised 07-11-08 C-5 7. PROTECTION OF EXISTING FACILITIES AND WORK IN PROGRESS 7.1. The CONTRACTOR warrants that quoted prices include the protection and continuous use of all existing work in process, property or operations of the CITY as more particularly set forth in the Technical Specifications for Construction. 01540, SECURITY AND SAFETY PROCEDURES FOR INFRASTRUCTURE PROJECTS, and/or 01541 SECURITY AND SAFETY PROCEDURES FOR WATER TREATMENT PLANT PROJECTS. 8. INDEMNIFICATION 8.1. The CONTRACTOR shall indemnify and save harmless and defend the CITY, its agents, servants, and employees from and against any claim, demand, or cause of action of whatsoever kind or nature arising out of error, omission or negligent act of CONTRACTOR, its agents, servants, or employees in the performance of services under this Agreement. 8.2. CONTRACTOR shall indemnify and save harmless and defend CITY, its agents, servants and employees from against any kind and all causes, claims, demands, actions, losses, liabilities, settlements, judgments, damages, costs, expenses, and fees (including without limitation reasonable attorney's and paralegal expenses at both the trial and appellate levels) of whatsoever kind or nature for damages to persons or property caused in whole or in part by any act, omission, or default of the CITY, its agents, servants or employees arising from this contract or its performance. The CONTRACTOR and the CITY hereby agree and covenant that the CONTRACTOR has incorporated in this original bid, which constitutes the Contract sum payable by the CITY to the CONTRACTOR, specific additional consideration in the amount of ten dollars ($10.00) sufficient to support this obligation of indemnification provided for in this paragraph. The indemnification required pursuant to the Contract shall in no event be less than $1 million per occurrence or no more than the limits of insurance required of the CONTRACTOR by the Contract, whichever is greater. It is the CITY'S and CONTRACTOR'S full intention that this provision shall be enforceable and said provision shall be in compliance with Section 725.06, Florida Statute. 8.3. The execution of this Agreement by the CONTRACTOR shall obligate CONTRACTOR to comply with the foregoing indemnification provision, as well as the insurance provisions which are set forth in the General Conditions for Construction. However, the indemnification prOVISIOn, and the Insurance prOVISIOn contained In the General Conditions for Construction are not interdependent of each other, but rather each one is separate and distinct from the other. 8.4. The obligation of the CONTRACTOR to indemnify the CITY is not subject to any offset, limitation or defense as a result of any insurance proceeds available to either the CITY or the CONTRACTOR Utilities Department Revised 07-11-08 ('-0 9. PAYMENT BY CITY 9.1. The CITY agrees to pay the CONTRACTOR in current funds for the performance of the contract, subject to additions and deductions as provided in the Contract Documents. 10. CHANGES IN THE WORK 10.1 The CITY, without invalidating the Contract, may order extra work or make changes by altering, adding to or deducting from the work, the Contract sum being adjusted accordingly. At the City's discretion, the City may make direct purchases of any materials and equipment purchased for, or to be incorporated into the Project, as determined by the City. CONTRACTOR HEREBY ACKNOWLEDGES THAT HE HAS READ AND UNDERSTANDS THE ABOVE PROVISION. INITIALS All such work shall be executed under the conditions of the original Contract. Any claim for extension of time caused thereby shall be made in writing at the time such change is ordered. Changes in the work must be processed as set forth m the General Conditions for Construction GC-46, FIELD CHANGE DIRECTIVES/CHANGE ORDERS. No Field Change Directive or Change Order shall be authorized by the Proj ect Manager if the Contractor has added language to the Field Change Directive or Change Order or to any cover letter, e-mail, facsimile, or other written document which accompanies the Field Change Directive or Change Order in which the contractor attempts to reserve any future right or claim arising out of the work which is the subject of the Field Change Directive or Change Order. If the Contractor adds such language, the Project Manager shall secure specific written authorization from the City Manager's office before executing the Field Change Directive or Change Order. 10.2 All change orders and adjustments shall be in writing and approved by the Project Manager, otherwise, no claim for extras will be allowed. 10.3 Claim of payment for extra work shall be submitted by the CONTRACTOR upon certified statement supported by receipted bills. Such statements shall be submitted for the current contract payment for the month in which the work was done. No claim for extra work shall be allowed unless same was ordered, in writing, as aforesaid and the claim presented at the time of the first estimate after the work is completed. Utilities Department Revised 07-11-08 C-7 11 PROJECT ENGINEER 11.1 The Enl!ineer of Record is PBS&J. Alessandra Delfico. P.E. 11.2 Throul!hout the contract documents. all references to the Enl!ineer of Record shall apply to PBS&J. Alessandra Delfico. P.E. 11.3 The Project Enl!ineer ("Enl!ineer") is Mathews Consultinl!. Inc.. David L. Mathews. P.E. 11.4 The Project Engineer shall have general supervision and direction of the work. The Project Engineer is the agent of the CITY only to the extent provided in the Contract Documents and when in special instances he has the authority by CITY to act, and in such instances he shall, upon request, show CONTRACTOR such authority in writing. He has authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the Contract. 11.5 As the Project Engineer is, in the first instance, the interpreter of the conditions of the contract and the judge of its performance, he shall side neither with CITY nor with CONTRACTOR, but shall use his authority pursuant to the Contract to enforce its faithful performance by both parties. 11.6 In the event of a dispute, the role of the Project Engineer IS to make recommendations to the Project Manager who shall make the final decision. 11. 7 Throul!hout the contract documents. all references to the Project Enl!ineer and/or Enl!ineer shall apply to Mathews Consultinl!. Inc.. David L. Mathews. P.E. 12 INSURANCE 12.1 The Contractor shall obtain and maintain insurance as set forth in the General Conditions for Construction GC-27, INSURANCE. 13 CONTRACT CONTROLS 13.1 This Contract must be construed with all other Contract Documents, a master set of which shall be maintained by the City Clerk of the CITY. In the event of a dispute, only the master set of documents, or copies thereof certified by the City Clerk, shall be used as evidence. 13.2 In the event of a conflict between the requirements or specifications set forth in the Contract Documents, the conflict shall be resolved by written interpretation by the Project Manager. In reconciling conflicting provisions of iht: Contract Documents, the Contract shall have the greatest weight, followed by the General Conditions for Construction, technical specifications, and finally by the balance of the Contract Documents. Utilities Department Revised 07-11-08 C." 14 TIME OF ESSENCE 14.1 Inasmuch as the provisions of the Contract Documents relating to the times of performance and completion of the work are for the purpose of enabling the CITY to complete the construction of a public improvement in accordance with a predetermined program, all such time limits are of the essence of the Contract. 15 REMEDY FOR DELAY 15.1 In the event of any delay in the project caused by any act or omission of the CITY, its agents or employees, by the act or omission of any other party other than the CONTRACTOR, his agents, employees or subcontractors, or delay caused by weather conditions or unavailability of materials, the sole remedy available to CONTRACTOR shall be by extension of the time allocated to complete the project. 15.2 NO MONETARY DAMAGES SHALL BE CLAIMED OR AWARDED TO CONTRACTOR IN ASSOCIATION WITH ANY DELAY IN THE PROJECT CAUSED BY AN ACT OR OMISSION OF THE CITY, ITS AGENTS OR EMPLOYEES. CONTRACTOR ACKNOWLEDGES THIS LIMITATION ON RECOVERY AND ASSUMES ALL MONETARY RISK ASSOCIATED WITH THIS LIMITATION. CONTRACTOR hereby acknowledges that he has read and understands the above provision. INITIALS 15.3 Failure on the part of CONTRACTOR to timely process a request for an extension of time to complete the work shall constitute a waiver by CONTRACTOR and CONTRACTOR shall be held responsible for completing the work within the time allocated by this contract. 15.4 All requests for extension of time to complete the work shall be made in accordance with the General Conditions for Construction GC-23, EXTENSION OF TIMEINO DAMAGES FOR DELAY. 15.5 For the purpose of this section, the phrase "the CITY, its agents and employees" shall include but shall not be limited to the Project Engineer and Project Manager. 16 DISPUTES 16.1 Disputes shall be resolved as set forth in the General Conditions for Construction GC-18, DISPUTES. 16.2 Upon resolution of a dispute by the Owner, either party may request the appointment of a mediator. Utilities Department Revised 07-11-08 C-9 IN WITNESS WHEREOF, the CITY has caused these presents to be signed by its City Manager, attested to by the City Clerk with the Corporate Seal of the said CITY and the CONTRACTOR has executed these presence the day and year herein before written. Signed, sealed and witnessed CITY OF BOYNTON BEACH, FLORIDA in the presence of: City Manager Attest: Approved as to Form: - City Clerk City Attorney Signed, sealed and witnessed CONTRACTOR in the presence of: President or Vice President Attest as to CONTRACTOR State of Florida ) ) ss: County of Palm Beach ) On this day of , 20_, personally appeared before me, duly authorized to administer oaths, known to be the persons described herein or who has produced as identification and who executed the foregoing instrument and has acknowledged before me that they have executed same. Notary Public My Commission Expires: . .. . .... . .--,. "- '- . I , -~--,.._- I . I . I I I I , , ..J ,.;- I . -~-,_.>-- -,-- I I . 'I1IlIIIJl -~-l _._,,----- , !III I I I _....".___'N_ '.-' ._-----1 I I I' I , I I - I + 1'-.... BIDDER ACKNOWLEDGEMENT Submit Bids To: PROCUREMENT SERVICES 100 E. Boynton Beach Boulevard P.O. Box 310 Boynton Beach, Florida 33425-0310 Telephone: (561) 742-6322 Broadcast Date: January 30, 2009 Bid Title: SOUTHEAST 4TH STREET WATER MAIN, STORMWATER AND ROADWAY IMPROVEMENT PROJECT Bid Number: #028- 2821-09/J A Bid Received By: MARCH 04,2009, NO LATER THAN 2:30 P.M. (LOCAL TIME) Bids will be opened in Procurement Services unless specified otherwise. Bid receiving date and time is scheduled for: March 04, 2009, no later than 2:30 P.M. (local time) and may not be withdrawn within ninety (90) days after such date and time. All awards made as a result of this bid shall conform to applicable sections of the charter and I codes of the City. Name of Vendor: J2i'f> 1lnJ.b V'lfLtJ.a.JJtl0 fb;zhr7,~':; /iU.. Federal J.D. Number: ~S--I()cj3.S"FJ i ~.._------~~--_._- A Corporation of the State of: ;:';0121 ))/1 Area Code: S~J Telephone Number: b~2- 35/0 - .~- Area Code: S-~( F AX Number: ~?- 5304 --.....- Mailing Address: 69tJO ~lCt.I+T toAD -- City/State/Zip: ~fl7 ~fi -1-1- _ /' UJc-s / J- ( 0(2. (1)11, 33S1/1 -- . I Vendor Mailing Date: /JJ1'1-/2 611 'f'JCCXf . tJ /(JUfc ~ICS Name Typed I THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL BA-l ADDENDA ) CITY OF BOYNTON BEACH FLORIDA BID TITLE: SOUTHEAST 4TH STREET WATER MAIN, STORMWATER AND ROADWAY IMPROVEMENT PROJECT BIDDER: DATE SUBMITTED: We propose and agree, if this bid is accepted, to contract with the City of Boynton Beach, in the Contract Form, to furnish all material, equipment, machinery, tools, apparatus, means of transportation, construction, coordination, labor and services necessary to complete/provide the work specified by the Contract documents. Having studied the documents prepared by: Post, Buckley, Schuh & Jernigan, Inc., Alessandra Delfico, P.E., Engineer of Record (Name of Project Manager/Architect/Consultant) ) and havhg examined the project site (when indicated in these specifications to do so), we propose to perform the work of this Project according to the Contract documents and the following addenda which we have received: ADDENDUM NO. DATE ADDENDUM NO. DATE :P= .')-2t./-o cr ."-:1 ) 7 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPT ABLE A-I SE 4tl1 Street BID PROPOSAL The Bidder agrees to accept as full payment for the: SOUTHEAST 4TH STREET WATER MAIN, STORMWATER AND ROADWAY IMPROVEMENT PROJECT BID #028-2821-09/JA Scope of Work: Water main infrastructure improvements include furnishing and installing approximately 4,500 linear feet of DIP water main; approximately 1,500 linear feet of water service pipe; 200 linear feet of pipe sleeve; new fire hydrant assemblies; and permanent sample stations. Stormwater improvements include furnishing and installing approximately 300 linear feet ofHDPE pipe; 25 stormwater inlets per FDOT Index; and 2,800 linear feet of exfiltration trench. Sanitary sewer system improvements include furnishing and installing approximately 45 sanitary laterals to replace existing; furnishing and installing approximately 15 new manhole frames and covers; and replacement of approximately 80 linear feet of 24-inch sanitary sewer line. Additions to the City's reclaimed water distribution system include furnishing and installing 3,600 linear feet of 12-inch C-900 PVC DR-I8 reclaimed water main; 80 linear feet of 6-inch C- 900 PVC-DR 18 reclaimed water main; and, approximately 200 linear feet of service pipe. The project also includes 14,000 SY of roadway re-construction; 8,600 SY of %-inch asphalt overlay; driveway replacement, 6,000 linear feet of Type D Curb; 6,000 linear feet of Type F Curb: ",300 SY of 6-inch thick median less curbing; and 3,300 SY of sidewalk. Tree removal and landscape preparation are also required. The scope of work is more clearly defined in the Contract Documents, Special Conditions and Terms and Conditions for City-Furnished Materials, Technical Specifications and project drawings which are hereby not listed in any order of precedence. _' Ltc) TOT AL BID $ _~()9r ~ (From Page BP - 8) i ~ . .- . j NOTE: THE TOTAL BID AMOUNT DOES NOT INCLUDE ALTERNATE 1 PROPOSAL ,/ fI.JO /1l;U--IO IV /w 6> AUr1; 'td?l;'1:> 'fi, rly N//l/tt- ).J/ItJ€..- Dollars I ' ~ - .<VE'- ;-~ Cents .-.------- (amount written in words has precedence) ~ THIS PAGE TO BE SUBMITTED IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPT ABLE BP - I Bid"t-rClp, _. __ __ Bid #028-2821-09/JA SCHEDULE OF BID ITEMS SE 4TH STREET WATER MAIN, STORMW A TER AND ROADWAY IMPROVEMENT PROJECT ITEM TECH j SPEC . DESCRIPTION EST UNITS UNIT VALUE NO 01200 QTY COST SECTION 1 - WATER MAIN DISTRIBUTION SYSTEM IMPROVEMENTS 1.1 1.8 A Furnish & install 6" DIP water main 385 LF $ '27 IItJ $ /0 .WC:;- 1.2 1.8 A Furnish & install 8" DIP water main 580 LF $ 1c.f)2.(, $ J 4 I"J ~w 1.3 1.8 A Furnish & install 10" DIP water main 127 LF $ GJSoo $ ~+I"\DO 1.4 1.8 A Furnish & insta1112" DIP water main 21 LF $ '-/'1 rl $ Q'2.91 q/ 1.5 1.8 A Furnish & install 16" DIP water main 3,323 LF $ Mo as' $ ');. /') ~/~ 3<S' 1.6 1.8 B Furnish & install 6" RWGV with box 11 EA $ f6Jt n- $ o,q3"~ 1.7 1.8 B Furnish & install 8" RWGV with box 1 EA $ IlkS - $ /0&" - 1.8 1.8 B Furnish & install 10" RWGV with box 1 EA $ 1.:::-&(5- $ io-q'S- 1.9 1.8 B Furnish & install 12" RWGV with box 5 EA $ ler~o~ $ qLr<n- 1.10 1.8B Furnish & install 16" RWGV with bevel gears and box 10 EA $ '-I~7e- $ 'II..., 79.n- 1.11 1.8C Furnish & install 2" water service 45 EA $ t/l;:;'5 ~ $ '<.q '2::).C:;- 1.12 1.8D Furnish & install water service ancillary items 51 EA $ ~2Z - $ /1" QZ'l.- 1.13 1.8E Furnish & install 1" copper potable water service pipe 707 LF $ <~O $ <2f_'J/ ,/0 1.14 1.8E Furnish & install 1-1/2" copper potable water service pipe 435 LF $ '7 ~z- $ ?u ~4 ~o 1.15 I.8E Furnish & install 2" copper potable water service pipe 145 LF $ / / @'f $ ) '? 2 (j ,Gs" 1.16 1.8 E Furnish & install 1" poly potable water service pipe 180 LF $;2 <1'6 $ 1../4 t.. ~ 1 17 1 8F Furnish & install 3" Schedule 40 PVC pipe sleeve for long 100 LF $ S 3.~ $ ._ . . side and median services (potable & reclaimed services) 50 '1 1 18 1 8 F Furnish & install 4" Schedule 40 PVC pipe sleeve for long 100 LF $ b ~~ $ - . . side and median services (potable & reclaimed services) b ~ 8. V THIS PAGE TO BE SUBMITTED IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE BP-2 Bid"':''''roposaJ ',- - ~. .. Bid #02R-2821-09/JA SCHEDULE OF BID ITEMS SE 4TH STREET WATER MAIN, STORMWATER AND ROADWAY IMPROVEMENT PROJECT I~~M;~~~------ -DESC~PTIO~---- - EST UNn~- UNIT - -~~~~UF~ 01200 QTY COST _.~--_._-- --- ...- ---~-> Furnish & install new fire hydrant assembly [contractor to -- --- -- ---- -----------.--- 1.19 1.8H furnish City, one (1) fire hydrant repair kit for every five (5) 12 EA $ $ __ hydrants installed) ;& 31 Y (,:f~ 1.20 N/ A Remove fire hydrant assembly to valve w/mechanical ca _~. EA $ 2<{---- 1.21 1.8J Furnish & install 12"X 2" ta ing saddle and valve 1 EA $ 3 oS ___.--- 1.22 I.8J Furnish & install 8"X6" ta ing saddle and valve ___ __~_ _ EA_ $ ._ '2090 g'-l .. .... 1 _. ._ 1.23 "_ 1.8 J Furnish & install 6"X6" tap ing saddle and valve __ _~_ EA. $ 62" Z:;7 __._~~j 1.1.24 1.8 J Furnish & install 24"XI6" ta ing saddle, valve and bo_~.__...J. _ EA.. $ __L'o.g3 ("ilc_ ..~ L 1.25 1.8 K Furnish & install ermanent sam Ie stations _.__.__ _~_ .. . .. EA $i-27-+- 8_~ j I 1.26 _ 1.8T _ Grout fill existing line u !o 6" and _above_ 1 1,400 L~ L~_.5 -:..:_ $_ __ 120.0 c>= ' i SECTION 1- SUB-TOTAL . ... $ Lf$"3 i --...--.. - --" .-- -- -.------- .-.-" ..-.. ... \ "------.---"--- --'~------ .--..--.---- .---_.--- -----~----_._.._-_._-,_.- I SECTION 2 - STORM WATER SYSTEM IMPROVEMENTS .___.____ \-----. .. ! . 1.:1. . 1_J.8 N . I Furnish & install 15" HDPE (Non-Perforated) I 32_ LF $ i/o 9~_ $ (3)50 3t.. i 2.2 +- 1.8 N Furnish & install 18" HDPE (Non-Perforated) . ... 1 .._..3.2... LF $ v~ _~_ Is-ora ?-5'. . 2l..__+-- 1.8 N _ Furnish & install 24" HDPE (Non-Perforated) ... ..... .. 223. .. LF ______ $ S4 . l-- $ /2/22-4 ~ 2.4 1.8 N Furnish & install 24" RCP _..-- 126 ..__~__ $ 2.} $ _. 79~6 9g - 2.5-"- 1.8 N . Furnish & install 30" RCP ... 119 LF' J.~/_~$ e2~3=:' 2.7 i 18.0 I Construct Swale .. ....... . ... . 171 LF $ 2... $ 3tJZ. C' }.8 -1_1.8 Q .rF~;msh & install Type7M;;nhokper FQQj~~_dex Ju J EA $'33Ici~:$ -~ }-'5/0-~?- 2'~._n [1.8 Q .1.Eumish & install Type 8 Manhole per FDOT h~~_~:\n ~ J EA_ $ ~ $lr1-<t 72'4_ 2. I 0 ) 1.8 Q [Fumish & installTyp~C Inl~t~LfgOT Index I 3 ~A"$ 12r~ $ ~8B56(;) THIS PAGE TO BE SUBMITTED IN ORDER FOR PACKAGE TO BE CONSIDERIU) COMPLETE AND ACCEPTABLE BP-3 Bid.!.,....o\- '. " .1 -- "- Bid #028-2821-09/JA SCHEDULE OF BID ITEMS SE 4TH STREET WATER MAIN, STORMW A TER AND ROADWAY Il\1PROVEMENT PROJECT ITEM TECH SPEC EST UNIT NO DESCRIPTION UNITS VALUE 01200 QTY COST 2.11 1.8 Q Furnish & install Type D Inlet per FDOT Index 4 EA $LlIS05$ $ /1 /../l? ~z- 2.12 1.8Q Furnish & install Median Inlet Modified Type 4 Inlet per 16 EA $ 5b30"""- $ FDOT index 900Ph- 2.13 N/A Furnish & install Skimmer (Snouts) (w/installation kits) 19 EA $ '170-' $ - l"5'" "5l'J 2.14 N/A Furnish & install pipe plug 2 EA $~- $ J~- 2.15 1.8V Remove existing drainage structures and backfill per project 6 EA .- requirements $ 5$""0 $ ~-~ - J'~ 2.16 1.8V Remove existing drainage pipe and backfill per project 68 LF $ @- . "SW"- requirements $ 2.17 1.8T Grout fill existing line from 10" TO 18" 1 LS $ /$~O- $ J~ ~cjD- <It'171 SECTION 2 - SUB-TOTAL / $ ",;..: '3~' ~ ~ c:;:;- '?O " (. . / f. SECTION 3 - SANITARY SEWER SYSTEM IMPROVEMENTS Remove existing, furnish and replace sanitary sewer lateral 3.1 1.8 M with new 6" "conflict" service and clean out to be used as a 45 EA $ $ result of the 24" exfiltration trench installation (only as pre- /0fD - '/B)::::>-o - approved in writing by the Project Manager) / Manhole Frame or Casting Adjustment - Remove existing - 3.2 1.8R frame & cover, adjust corbel/riser, furnish and install new 17 EA $r;1I1=> $ IbJ~(POq~ manhole frame and cover. 1(0/ tJ/tJu, si) \r~ THIS PAGE TO BE SUBMITTED IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE BP-4 I3idJY'7oposal '"""",... ~ Rid #028-2821-09/JA SCHEDULE OF BID ITEMS SE 4TH STREET WATER MAIN, STORMWATER AND ROADWAY IMPROVEMENT PROJECT --- .-- ___~__ __._._______,_,.." _u____.__ ----- --~ --- - --- - -- -~- .- -- -'- ----- -....- - - ITEM TECH 1 SPEC DESCRIPTION EST UNIT I NO QTY UNITS COST VALUE 01200 ~ ----- .- Removal and disposal of 80' of existing 24" sanitary sewer main westward from existing manhole at SE 4th St. and 6th 3.3 1.8 R Ave. Replace with 80' of 24" C-905 DR-I8 pipe and 1 LS $ $ Fernco couplings. Contractor shall include bypass pumping }~/)OO }~OOO as re uired. ----.--". ---- -'~-'- ---. - --.--- --- .---------.- .~ -- "~----- ......_- "_.~._-- ISEC!JON 3 - SUB-TOTAL $ .---.,-- ~-- -----,_..,-_.-_._.~--_._-,---_._.- --.-.----.-------- ---- I l -_____ --------- --_. - -- -------- ----- ------ -;1 ---,----"----_.. l SECTION 4 - RECLAIMED WATER DISTRIBUTION SYSTEM --- - -- -----..---1 i 41 \ 18 A Furnish & install 12" C-900 DR-I8 reclaimed water main 3645 LF $ f./q- $ IkJ3W- I . t. (including fittin s, me a lugs and restraints) " I 4~ .... - -~ 8 ;--- Furnish & install 6" C-900 PVC DR-I8 reclaimed wat~~--~I , LF $ /9 5::- $ _ J/19~~__ \ __'~_____~____I pipe (including fittings, mega lugs and restraints)_ ___ _ ---- l _~:l_ ~ 1.8 B _I Furnish & install 12" reclaimed water gate valve & boxJJ_ EA $ ;t'J $ /2 ;U;/S :C> -'--~ : 4,,'1_ -t- \.8 B _ Furnish & install 6" reclaimed water gate valve & box .3. EA $ €4 $ 7. f-{p 1- _~-z- - 4.5 I.8.B Furnish & install 4" reclaimed water gate valve & box 1 EA $ 8'5 ---- $ Q1/c.;- - -~-- - 4.6 -.:- - 1.8 C '. Fumish & install 2" reclaimed water service to median_ _ ' 6 ~-+ EA $ qc., .21 ...1 S7-G 1~:_ -' ~.:..2 1_J..8 E _ Furnish & install 2".!"ec1aimed copper service pir.~ l~QQ J LF L~._1L~! $ 23l6""B'~ --- SECTION 4 -- SlJB-TOTAL i $ /8~ 'Sc;tJ :J' ~ -...-"----..-..----..-..-..-. -----. --_.--~-" - ~~.~_. ,+, \d THIS PAGE TO BE SUBMITTED IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RP ') . I..] SE 4lh Streel Project 1lI Addendum #2 x Bid 1#028-2821-09/JA (/) CP ::s REVISED BID PROPOSAL PAGE BP-6 c+ i:7' Ie SCHEDULE OF BID ITEMS .. w SE 4TH STREET WATER MAIN, STORMW ATER ,al U"1 AND ROADWAY IMPROVEMENT PROJECT U"1 ..a oil> TECH ..a ITEM EST UNIT U"1 --J SPEC DESCRlYfION UNITS VALUE oil> NO. 01200 QTY COST SECTION 5 - ROADW A Y/SIDEW ALK 5.1 1.8 W Trench repair 1,297 SY $5'0 - $ {pq f!iS5'O- 5.2 1.8 X *" S-n1 asphalt overlay 8,614 Sy $ t.I~n $ t(2~bZ.-;to'" t. /QUl0 5.3 L8Y Roadway oonstmction (SE 4t1l. Street) 13,647 SY $ 2e,o $ 5fb8 ~l'::o ~~D "C 5.4 1.8 Z Roadway markin~s and signage 1 LS $ t/ N7.17t $ L/I f'Z1?<> , t:tl CI) 5.5 1.8 BB Concrete driveway apron (6" wfthickened edge) 154 SY $ '5/ qo $ ::rrr z- Pf ~ ( ~~.. ~ , tr:l 5.6 1.8CC 6" thick median less curbin~ (SE 411I Street) 2,304 SY $,2.. <:;.1 . $ 7'5'. ~q.. 1'Jc. q'~.,g~ 5.7 L8CC Sidewalk - 4" thick (SE 4th Street) 3,304'- . SY $ 7f1'(.( $ tz <f 6Z 4!:.Z-q, Type D Curb (8"X IS" with 6" curb) QUANTITY ~ '?;) /1'7(1,5"7...., ~ 5.8 1.8DD LF / /q t./f3~ 9~ :::z ADJUSTMENT 11,817 $ r $ tr:l :z >-I y 1.8 DD ,..,. T,1 co. _'- .. ~.~_.. DELETED ~ IS $ $ :I> ......-~~ t"" ~ Relocate Fence (2 on SE 4th Street) /()tlJ - V ~~ N/A 2 EA $ ~a:v ,// 5.9 $ SECTION 5 - SUB-TOTAL .$ ?3 28-://7".'/ l:J ( ${ ~), C! I:J' I" (~ , ,) '" L ~ . C---. / t- ;) SECfION 6 - ELECTRlCAL New Pull Box installation in e.arth/rock, furnish and install CS) 550 -$ N 6.1 1.8 U 34 EA $ /~1a?- I complete in place N --J 2" PVC Schedule 40 conduit installed in earth/rock, I ~~ $ $ J?rf20- al 6.2 1.8U 6,500 U< ..a furnish and install complete in place I-" 2" PVC Schedule 80 conduit installed under new/existing /050 $ al 1,750 LF $ /83:f-:)- .. 6.3 1.811 (f1 asphalt, furnish and install complete in place co SECTION (i-SUB-TOTAL $ 51. 99S- ,/ / "C r "l .. THIS PAGE TO BE SUBMITTED IN ORDER FOR PACKAGE ..ll> TO BE CONSIDERED COMPLETE AND ACCEPTABLE " (f1 BP-6 Bid'Fruposal "'-=" Bid #028-2821-09/.1 A SCHEDULE OF BID ITEMS SE 4TH STREET WATER MAIN, STO RMW A TER AND ROADWAY IMPROVEMENT PROJECT I TECI-i-j .---------. ~- _.~-,--~--_.._- ITEM DESCRIPTION EST UNITS UNIT NO I SPEC, QTY COST VALUE . i I 01200 .J --.- , ---.-- ~~._-- -- ____nun. __~_.__ ---- - -------- -.,.-- -'-'-'--"--'-'" _.- '1 SECTION 7 - LANDSCAPING/TREE REMOV AL -l 7.1 N/A Furnish and install lanting soil (50/50 mix) 600 CY $ ~- _.~----- 7.2 N/A Tree removal 2" - 6" caliper 27 EA $/ 5"00- I ~. ---------1 7.3 N/A Tree removal T' - 18" cali er 32 EA $ 0 /6~ i --'---'--'-'--~_'_-_,_------ . - - $ I Q)O - $__ Ljtbo -. --=.'] 7.4 N/A Tree removal 19" - 30" caliper 4 EA r---- -----_._-----_.~---_.- - -_.._-~_.__.. I , SECTION 7 - SUB TOTAL : $ q'c!..300 - \' ,.\ i -------.-- - ~._._-- nn J / i' ' t. . -- - -...--------.------ ------'------ SUMMARY FOR SECTIONS 1 THRU 7 ----- - '-'---'..""-"--'----..--- ------~._._- ----...-- '0" i VALUE j- --....--. Section 1 1 Water Main : $ 45'"3;-!LCf -- -_.___ 1--.. ___.__.n_._. .- - ~. '__n__. u_ . :s::~ Section 2 j StoITIlwater ._ ~3~s -1.1-03:: '1 -- $ 3Q 4?'- / " Section 3~nitar:L~~weru _ _ _._ _ O'Z/D . ,)) ____.__n $ 1.ff3 5: 5c;1<j~3 Section 4 I Reclaimed W at~r.!:>is!Eibu!i.Qn ~yste!f1 ( :"1- Section 5 i Roadway I-! &'8)/ 2 '!..~ .. S~~tion -6 I Electrical uti- 5"<lsL'1'-- ..---j .- Se~i~ 7 l~andscaping/Tree Removal $ . Llt:/-;3{)O -_ . SUB-TOTAL BASE BID -- SECTIONS t THRU 7 1$ ?;OiZ.;3GI ~ ~-----_.~-----_.__.-. -,--,,----- . --..- _..._-~-_. -~..~-----.._._---_.." i THIS PAGE TO BE SUBMITTED IN ORDER FOR PACKAGE TO BE CONSIDERH) COMI'I ,KIT AND ACCEPTABLF RP 7 , '. Bi~J.- - - Bid #028-2821-09/JA SCHEDULE OF BID ITEMS SE 4TH STREET WATER MAIN, STORMW A TER AND ROADWAY IMPROVEMENT PROJECT ITEM TECH SPEC DESCRIPTION EST UNITS VALUE NO 01200 QTY MobilizationlDemobilization, Bonds, Insurance, and GC-I 1. 8 FF General Requirements. Contractor shall be limited to a 1 LS $ 122/54/ -rC) maximum of eight percent (8%) of the Sub-Total Base Bid Section 1 thru Section 7. NPDES - Contractor shall be limited to a maximum of one ':20/ 42'5" Z- GC-2 1.8GG and one-half percent (1.5%) of the Sub-Total Base Bid 1 LS $ Section 1 thru Section 7. GC-3 1.8 EE Record Drawings 1 LS $ 3(,-, ;7t, z- !EL , TOTAL BASE BID "(Including Sub-Total Base Bid, Section 1 thru Section 7) $ ZZ.Z2.08Cf L/.s , 1-1 Indemnification 1 N/A $ 10.00 ALLOWANCES A-2 Adjustment of Bell South manhole elevations 1 LS $ 5,000.00 A-3 SFWMD (Dewatering permit fee) 1 LS $ 3,000.00 TOTAL BID $ ~GPq9'l~o -- (TOTAL BASE BID, INDEMNIFICATION, ALLOWANCES) (enter this amount on Page BP- 1) (In Nwnbers) " v"G ~ V .~ ~ ~ 3 (; It.' /'. r .." - ( I ., '.",rn v' THIS PAGE TO BE SUBMITTED IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPT ABLE BP-8 Bidl"loposal --....".. ~ Rid #028-2821-09/JA SCHEDULE OF BID ITEMS SE 4TH STREET WATER MAIN, STORMW A TER AND ROADWAY IMPROVEMENT PROJECT lALTERNATE 1 PROPOSALn - ----_._~.~._~-_._--- - .- _.__.--.~_.- ----~-~-------. .--.-- -'---'~'" -,---------- --.- - ""I i .----.- --------.--- i 'ITEM TECH DESCRIPTION EST UNITS UNIT VALUE I SPEC QTY COST NO 01200 -~~--- BA 1-1 1.8 Q 1 EA q. 00- $ BAl-2 _).8 Q_ 1 EA 3320- $ I 1'"'BAI-3 .--.-- - -- _._-- j N/A Furnish & install Skimmer 1 EA 1000 ~ $ I I BA 1-4 1.8 N - Furnish & install 24" Rep 48 LF ~5'Z--:3 $ 1 I _w_,_ ...._.__..,_____..._.__. ._- ---..---- -------.---~" --"----- ~-~----'- "----.--- -~-_.._.--- ---- I TOTAL ALTERNATE 1 PROPOSAL $ I I -------.------ - -----~ THIS PAGE TO BE SUBMITTED IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE BP 0" <) . SE 4th Street Project . ) , PROPOSED MATERIALSIEQUIPMENT LIST FOR DIRECT OWNER PURCHASE The City is exempt from paying sales and use taxes on materials and equipment purchased by the City for, and incorporated into SOUTHEAST 4TH STREET WATER MAIN, STORMWATER AND ROADWAY IMPROVEMENT PROJECT, ("Project"). At the City's discretion, the City may make direct purchases of any materials and equipment purchased for, or to be incorporated in the Project, as determined by the City. The following bid items may be reviewed for direct purchase by the City for incorporation in the Project; additional materials and equipment may also be reviewed. ITEM NO. ITEM DESCRIPTION QUANTITY UNIT 1.1 6" DIP Water Main 385 LF 1.2 8" DIP Water Main 580 LF 1.3 10" DIP Water Main 127 LF 1.4 12" DIP Water Main 21 LF } 1.5 16" DIP Water Main 3,323 LF 1.6 6" R WGV with box 11 EA 1.7 8" RWGV with box 1 EA 1.8 10" RWGV with box 1 EA 1.9 12" RWGV with box 5 EA 1.10 16" RWGV with bevel gears and box 10 EA New Fire Hydrant Assembly [contractor to 1.l9 furnish to the City, one (1) fire hydrant repair kit 12 EA for every five (5) hydrants installedl 1.21 12"X2" tapping saddle and valve 1 EA 1.22 8"X6" tapping saddle and valve 1 EA 1.23 6"X6" tapping saddle and valve 3 EA 1.24 24"XI6" tapping sleeve, valve and box 6 EA 1.25 Permanent sample stations 6 EA 2.1 l5" HDPE (Non-Perforated) 33 LF 2.2 l8" HDPE (Non-Perforated) 35 LF 2.3 24" HDPE (None-Perforated) 223 LF 2.6 24" HDPE exfiltration trench 2,7l4 LF 2.8 Type 7 Manhole per FDOT Index 1 EA ,I THIS PAGE TO BE SUBMITTED IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPT ABLE BP - 10 SE 4th Street Project I PROPOSED MATERIALSIEQUIPMENT LIST FOR DIRECT OWNER PURCHASE (continued) ITEM NO. _.- , ITEM DESCRIPTION QUANTITY UNIT . 2.9 Type 8 Manhole per FDOT Index 1 EA 2.10 Type C Inlet per FDOT Index 3 EA 2.11 Type D Inlet per FDOT Index 4 EA , 2.12 Median Inlet Modified Type 4 Inlet per FDOT 16 , EA I j ! Index 2.13 Skimmer (Snouts) w/installation kits 19 ! EA -.'--1 3.3 24" C-905 DR-I8 pipe 80 LF 4.1 12" C-900 PVC DR-l8 reclaimed water main 3,645 I LF 4.2 6" C-900 PVC DR-I8 reclaimed water main 81 I LF . I I ---- 4.3 12" reclaimed water gate valve and box 6 I EA \ I 6.1 New Pull Box 34 EA .~ 6.2 2" PVC Schedule 40 conduit 6,400 i LF I .~ 6.3 2" PVC Schedule 80 conduit 1,950 LF } THIS PAGE TO BE SUBMITTED IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPT ABLE BP - 11 - SE 4th Street Project ) The undersigned bidder agrees to commence work within ten (10) calendar days after the date of the "Notice to Proceed" and shall achieve Substantial Completion without interruption within 330 calendar days thereafter. Bidder will indicate submittal of the following documents with bid proposal: -.--L Original and four (4) Copies of bid submitted. Attached is a computer generated horizontal bar chart showing proposed schedule of work. The horizontal bar chart required in the bid proposal will demonstrate the frogreSSion of the Contractor's schedule to facilitate the interim milestones, as per supplemental conditions for construction. ZChedUle of Subcontractors submitted. Site Inspection Form submitted. 3 Evidence of possession of required licenses andlor business permits submitted. The undersigned bidder hereby represents that he has carefully examined the drawings and the ) Contract including all Contract documents and will execute the Contract and perform all its items, ~0venants and conditions, all in exact compliance with the requirements of the specifications and drawings. The bidder, by and through the submission of his Bid, agrees that he has examined and that he shall be held responsible for having theretofore examined himself as to the character of the route, the location, surface and underground obstructions, the nature of the ground water table, conditions and all other physical characteristics of the work, in order that he may thereby provide for the satisfactory completion thereof, including the removal, relocation or replacement of any objects or obstructions which will be encountered in doing the proposed work. The bidder, by submission of this Bid acknowledges that the bidder has been advised that in the event bidder contests the award of this project to another bidder, that the bidder damages, if any, are limited to actual Bid preparation costs and bidder hereby waives any claim it may have for other damages coming from the City's failure to award the project bidder. J THIS PAGE TO BE SUBMITTED IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPT ABLE BP - 12 SE 4th Street Project :~ Date: /JJ~t II- 1 J001 , 2,'1 13 ti!fJDfOuf2~tJt1I~ d.oCtJT(lj4-U OilS IfV' lL. (Name of bidder, Corporation, Firm or Individual) By: ~. Signature OJfA:JtIL ~FS Printed Name '~--S l~fA.)T Title c-3o (- b@'~ 33/0 Telephone Number Florida Contractor's License Number: ( liL/22-51'~8 ~ THIS PAGE TO BE SUBMITTED IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPT ABLE BP - 13 . > , , ~" BID BOND STATE OF FLORIDA ) COUNTY OF PALM BEACH ) KNOW ALL MEN BY THESE PRESENTS, that B&B underground Contractors, Inc. as Principal, and Westfield Insurance Company , as Surety, authorized to do business in the State of Florida are held and firmly bound unto the Owner, City of Boynton Beach m the penal sum of Five Percent of Amount Bid Dollars ($ 5 % of Bid) lawful money of the United States, for the payment of which sum will and truly to be made, we bond ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has '-"'" submitted the accompanying bid, dated March 4 , 20 09 , for: SOUTHEAST 4TH STREET WATER MAIN. STORMW A TER AND ROADWAY IMPROVEMENT PROJECT NOW THEREFORE, A. If the principal shall not withdraw said Bid within ninety (90) days after date of opening of the same, and shall within ten (10) days after the prescribed forms are presented to him for signature, enter into a written Contract with the Owner in accordance with the Bid as accepted, and give bonds with goods and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such Contract, then the above obligations shall be void and of no effect, otherwise to remain in full force and effect. - BIB - 1 Rev. 10-21-05 "- B. In the event of the withdrawal of said Bid within the period specified, or the failure to enter into such Contract and give such bonds within the time specified, if the principal shall pay the Owner the difference between the amount specified in said Bid and the amount for which the Owner may procure the required work and supplies, if the latter amount be in excess of the former then the above obligations shall be void and of no effect, otherwise to remain in full force and effect. C. This bond is given to comply with Section 255.05 Florida Statutes, and any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05 (2), Florida Statutes. IN WITNESS WHEREOF, the above bounded parties have executed this instrument under their several seals, this ~ day of February , 2009, being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of is governing body. WITNESS: (If Sole Ownership or Partnership, two (2) Witnesses required). (If Corporation, Secretary only will attest and affix seal). -"" PRINCIP AL: B&B Underground Contractors, Inc. Name afFirm tFJ/fdr.- Signature of Authorized Officer (affixed seal) President Title 6900 Dwight Road Business Address West Palm Beach, FL. 33411 City and State -" BIB - 2 Rev. 10-21-05 . . , ~c SURETY: Westfield Insurance Company Corporate Surety WITNESS: A~ Cc~ /t 6191 Orange Dr. #6159E Business Address Davie, FL. 33314 City and State JBI Group, Inc. Name of Local Insurance Agency -, --, BIB - 3 Rev. 10-21-05 Genera I :JOWER NO 0992202 ()l! . Power Westfield Insurance '- J. of Attorney Westfield National Insurance CO. CERTIFIED COpy Ohio Farmers Insurance Co. Westfield Center, Ohio Know AfI Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD 1\ATiONAL iNSURANCE COMPANY and ::"~i'::; FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a 'Company' ano oollectively as "Companies' duly organized and exIsting under the laws of the State of Ohio, and having its prlnclpa! office in Westfield Cente' Medina County'" ., as b\' t'lese present~ make, constitute and appoint THEODORE J. JEDLlCK, ROBERT H, BOND, JOINTLY OR SEVERALLY of DAVIE and State of FL Its true and lawful Attorney(s)-ln-Fact, With full power and authority hereby conferred In Its name. place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertaldngs, or other Instruments or contracts of suretyship. . - . - . - . -. . . . . _ . _ . . . . . . . . . . . . . . . .. . . . . . _ _. . _. . . . . . . .. , U~T'ON: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY MORTGAGE au NTEE, ORBAftK DEPOSITORY BONDS. and to i:lind any of the Companies thereby as fully and to the same extent as If such bonds were signed by the President, sealed witI' ;ne corporate seal of the applicable Company and duly attested by Its Secretary, hereby ratifying and confirming all that the said Attorney(s).ln-Fact may do in the premises. Said appointment Is made under and by authority of the following resolution adopted by the Board of Directors Of each 0' t'fa WESTFIELD ,INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: 'Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and Is hereby vested with full power and authority to appoint anyone or more suitable persons as Attorney(s)-In-Fact to represent and act for and on behalf of the Companysul:l)ect to the following provisions: The AttorneY-In-Fact. may be given full power and authority tor and In the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of Indemnity and other conditional or obligatory undertakings and any and all notloes and dooumel'lts canceling or terminating the Company's liability thereunder, and any such instruments so executed oy any sucl' Attorney-in-Fact shall be as binding upon the Company as If signed by the President and sealed and attested by the corporate Secretary,' 'Bt; It Further ResolVed, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures Or facsimile seal stlall be valid and binding upon the Company with respect to any bond or undertaking to which 't is attached: (Each adopted at a mer ' held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WE5-TFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURA - COMPANY have caused these presents to be signed by their Senior Executive ane theif corporate seals to be "Jereto affixed thiS 20th day o~ MAY A.D., 2003 . .....""".".......... ,1'\1111111. ..,.-~ WESTFIELD INSURANCE COMPANY corporatM ,UJl4 ........ ,.\,~~,()NA( ;"11" Seals <l ~,"_'h;.,!C'~ '\ / +\>:..' ,...... ...Ys "', tj;~.,.,......~, WESTFIELD NATIONAL INSURANCE COMPAN" Affixed ~/ - '\ (t o Q .' '. (,.il", ~1\401 ;....;/ "')7: I .l~WfR~\i\ OHIO FARMERS iNSURANCE COMPANY.... = <u.. '. 'Z- ~ \S(,SEAL )} =u:. SEAL 'n~ ,~:t I" ~ ~j 'f-: : m ; ie: :!. /j - ! \~~> ,.........,.<.;...l \1.\ 1848 /#1 ~~ );h \ " .......:r-........ "t ~4.,.f....::--...~~..\..\~:: . / I . // """hl, ,.,t'" ,! r !/J Stete of Ohio /11)111111111111,\,,1 '1IItH",,1 By. / . County of Medina ss.: Richard L. Kinnaird, Jr" Senior Executive On this 20th day of MAY A,D., 2003 , before me personally came Richard L, Kinnaird, Jr. to me ,,:lown, who, being by me dUI\' sworn, did depose and say, that he resides In Medina, Ohio; that he is Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and whlcr, executed the above Instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; 'hat they were so affixed by order of the Boards of Directors of said Companies: and that he signed hiS name thereto by like order ~ Notarial "',............,... d2- 1/, Seal ....',.,. \AL "'t,.. Affixed t.~~) William J, Kahelin, A mey at Law, Notary Public State of Ohio \.>-.q .'~'"" My Commission Does Not Expire [See 147.03 Ohio Revised Code County of Medina ss.: .... ""f: 0 F 0 .1' 1'""""111,,'"1"'\'''' I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COIv\PANY, WESTFIEL;) NATIONtll.. INSURJI,NCE COMPANY and CHiO FARMERS INSU.RANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by sale Companies, which Is still in full force and effect; and furthermore, the resolutions of tre Boards of Directors, set out in t'le Power oj Attorney are In full force and effect. In WItness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfieid Senter, Ohio, this ).f cs 1-"1,,1' ......:.,~~"i ,\11'11'"", ~U(""" (};':f.'URJ.II, .... .....'~\ON^l ;""" ,~\~~"~ <l'li ............. ('~ \ /+\>:..........,:')'>5'."" J' ....... ~'\ ,,' Q." ,.,(.oil", ~.. '. ~/_~ i ,. ~ '. ~ ~/~ ""I \401 hf/ \1,\ ! ~l~llTEWl;\i' \~\.'SEAL)i of-: SEAL :m: i-: 1: Frank A. Carrino, icret ,y Sc<ntllrY \~.>.,.. ,.:,.,.,........~,/ .. '. : i \"", ""/.... \~" 1848 .""'t'! " ..... ~tI..,:...t...~...... ~,.,"...... . . ) CERTIFICATE AS TO CORPORATE PRINCIPAL I, O/llat ~ ' certify that I am the Secretary of the Corporation named as Principal in the within bond; that CJ~ ~p~ who signed the said Bid Bond on behalf of the Principal, was then ~~~/(,..i'T of said Corporation; that I know his signature, and his signature hereto is genuine; and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. ~y- (corporate seal) Secretary STATE OF FLORIDA ) COUNTY OF PALM BEACH ) I Before me, a Notary Public duly commissioned, qualified and acting, personally appeared 0' 'f).-P D. / 8c;:tIJA to me well known, who being by me first duly sworn upon oath, says that he is the Attorney-in-Fact, for the J)f 8 UmdDf)1f>('IJ1-1f4 r()~and that he has been authorized by R78llwi.. ~M lJ..YlJ f.DrtriJ (lO'-::5 :I/)( > to execute the foregoing bond on behalf of the Contractor named therein in favor fOf the Owner, the City of Boynton Beach. "~~~~',:::~" LAURA DEMILLO l'~o. ~ <{--__ Notary Public - State of Florida ~ : ~ : ;~y Commission Expires May 11. 2009 <.;J~ o..~l Commission # DO 428468 ""OF f\.:,,'\' """, Bonded By National Notary Assn. cJ~ 7:k~ 31L/I09 ) BIB - 4 Rev. 10-21-05 STATEMENT OF BIDDER'S QUALIFICATIONS Each Contractor bidding on work included in these General Documents shall prepare and submit the data requested in the following schedule of information. This data must be included in and made part of each bid document. Failure to comply with this instruction may be regarded as justification for rejecting the Contractor's proposal. * attach additional sheets giving the information 1. Name of Bidder: ~(6 ~/l/1R'a,!l/;j) ~C-IO~ ) WC- 2. Business Address: 69 <<;; ~(uI+T '~b -~- -- IU~-r- ~l.-~ k{l-+J /l~(Ofl 3?f) ( -.._-,. / 3. When Organized: 5Pr 2~ ,2tbt1 --_....- 4. Where Incorporated: f({Y4 r-. ;4 ----...-.,. I 5. l-low many years have you been engaged in the contracting business under the present firm name? 9' r/2,5 6. General character of work performed by your company. ~:::o:~~ 0H;;::;' kb AT:::JAiA 'f lOrUST 1lA-' L:T ( oJ1./ DrDf'(\-r76ui4L ~(LL j...-uc.. ~ t~~~-<? ; ~c /Iv l1r1o,u . &1!3.#/Uk-m h7V7 ~/IL- I / 7. Enclose evidence of possession of required licenses and/or business permits. yc-s 8 Number of Employees: 1j2- --_._---~..".- 9. Background and experience of principal members of your personnel, including officers. * tp,7114CIfc.):) . ~eS 10. Bonding capacity. .-if:, ~ ./'J1ILt.rOJ1.-/ .~___~ .'. 11. Have you ever defaulted on a contract? If so, where and why?* )Jc. 1 THIS PAGE MUST BE SUBMITTED ALONG WITH PROPOSAL SBQ - 1 ,., STATEMENT OF BIDDER'S QUALIFICATIONS continued...... . "I ) 12. Experience in performance: Project $ Value Contract Name Phone # c c::;r~ ~CJl- or () 13. Contracts on hand. * 3 14. Largest completed projects (include final cost). ?If~ ~Ctf &OIll7 y ./' .$ 1) A/pC &'7"I,oAr 9~6~JJD- /" //1 2) ~ I9f1J 71 vEIl ~rt4~ ~U ~l€. ~ ~,51-}2/D- 3) '?mJ1 . WtJ-! M-7YtllP J/r c.. tI ~ JfO ~ " 41' - 7-1 t. # ;2!10 . , ) 15. List all lawsuits (design and/or construction related) or arbitrations to which you have been a part and which:* Nou?:.-- 1) Arose from construction projects: * N01-rz 2) Occurred within the last 4 years:* f/ oM CZ:... 3) Provide case number and style:* f(D'Ji L Dated at: This ~ Day of ,m /!>1(J-r-f 20 t:J f By: tWdI (written si e) Name: @/!Jf5A-t ~s (printed Of typed) Title ~-t;~M\ ' ) Rev, 05/30/03 THIS PAGE MUST BE SUBMITTED ALONG WITH PROPOSAL SBQ - 2 BIDDER'S SITE INSPECTION CONFIRMATION BID TITLE: SOUTHEAST 4TH STREET WATER MAIN, STORMWATER AND ROADWAY IMPROVEMENT PROJECT BID NUMBER: 028-2821-09/JA DATE: /Jft/fJ~ L/ !<O::?'7 & J t31J Scl4uJ as an authorized representative of: (Print Name and Title of Representative) ~.r~ L4rb "iIJuOttJl)/J -0 & ~12-: -s A(hereinafter called the bidder) located at (Print Name of Company) G!tl() ~(jtf'1 ~h. ~- (Jc/Jt:~ ~(1.f ~/I confirms that said / / Company Address bidder has visited the site of the work and has carefully examined the plans and specifications for said project and checked them in detail before submitting his bid or proposal. ~.Jt;. -- kh ;:2 2a)7 SIGNATURE OF COMPANY DATE OF INSPECTION REPRESENTATIVE NAMED ABOVE OWNa~!f SIGNA TURE FOR MANDA TORY ONLY THIS PAGE MUST BE SUBMITTED ALONG \\'lTH PROPOSAL BSI - ] Utilities Department Rn'lsed l)4/04iO~ .. NONCOLLUSION AFFIDAVIT OF PRIME BIDDER ) State of /102/"[:) I-l ) County of ,+>/jUJ? ~ ) & !hI{ ~ , being first duly sworn, deposes and says that: 1) He is '---:t1z~7?:::1eNf of B~3 !//:Pt)'fdt;/4:JtJ/tT) ~ (Title) (Name of Corporation or Firm) the bidder that has submitted the attached bid: 2) He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; 3) Said bid is genuine and is not a collusive or sham bid; 4) Further, the said bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other bidder, firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been ) submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other bidder, firm or person to fix the price or prices in the attached bid or of any other bidder, or to fix any overhead, profit or cost element of the bid price or the bid price of any other bidder, or to secure through any c~ion, conspiracy, connivance or unlawful agreement any advantage against the ~ft/ q~ w,orJ ~I (Local Public Agency) or any person interested in the proposed Contract; and 5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) ~ (Title) '~r~7 Subscribed and sworn to before me - - This yf-h day of (Y)dAch ,20~ "~~~~::t:;,,, LAURA DEMILLO m' ~ . ! *:f>\ Notary Public. Stale of Florida My commission expires 1)'/ II J.? <J 0 q . ~~~ ;jMY Commissio~ Expires May 11, 2009 II I ~ ",:,~ OF "C1;~", CommIssIon # DO 428468 -J 6I~~ ',..,,,,,.> Bonded By National Notary Assn. - - - THIS PAGE TO BE SUBMITTED ALONG WITH BID IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE NCA - 1 ANTI-KICKBACK AFFIDAVIT , STATE OF FLORIDA t70fUDrr ) SS COUNTY OF PALM BEACH ) I, the undersigned hereby duly sworn, depose and say that no portion of the sum herein bid will be paid to any employees of the City of Boynton Beach as a commission, kickback, reward of gift, directly or indirectly by me or any member of my firm or by an officer of the corporation. By: ~ AME - SIGNATURE Sworn and subscribed before me this '-I .;-h day of m()/J~A 200 Or , Printed Information: O'fUorJ/ 13&f-es NAME ~Q~I nLo Vl+ TITLE ~&~'ilJ) 3/<1/01 NOTARY PUBLIC, State of Florida :] t-13 U~r;!J rex 1 (}a (oifthO(' -fors ,IfJC- at Large ,,\~~~~It~::~II,~ LAURA Df?MILLO OMPANY . f.P. ~~ (.,."~ Notary Public State of Florida ~. : : . ~My Commission Expires May 11, 2009 ~~~ o:~$~ Commission # DD 428468 " OF fl,.; " ",,,,,,,..., Bonded By National Notary Assn. "OFFICIAL NOT AR Y SEAL" STAMP } THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPT ABLE AKA-l . - . . ~ ') CONFIRMATION OF MINORITY OWNED BUSINESS This requested form to be made a part of our files for future use and information. Please fill out and indicate in the appropriate spaces provided which category best describes your company. Return this form with your bid proposal sheet making it an official part of your bid response. Is your company a Minority Owned Business? K Yes No If Yes, please indicate by an "X" in the appropriate box: ( ) AMERICAN INDIAN ( ) ASIAN ( ) BLACK ( ) HISPANIC ( ) WOMEN ) ( ) OTHER (specify) ( ) NOT APPLICABLE Do you possess a Certification qualifying your business as a Minority Owned Business? YES NO K - If YES, Name the Organization from which this certification was obtained and date: Date of Certification ) THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL MOB - 1 CONFIRMATION OF DRUG-FREE WORKPLACE IDENTICAL TIE BIDS Preference shall be given to businesses with drug-free workplace programs. Whenever two Of more bids which are equal with respect to price, quality, and service are received by the City of Boynton Beach or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a 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 subsection (1). 4) In the statement specified in subsection (1), notify the employee that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than 5 days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. (~bL Vendor's Signature ~ THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPT ABLE DFW-l '( , , TRENCH SAFETY ACT ) AFFIDA VIT On October 1, 1990, House Bill 3183, known as the Trench Safety Act became law. This incorporates the Occupational Safety & Health Administration (OSHA) revised excavation safety standards, citation 29 CFRS.1926.650, as Florida's own standards. The Proposer, by virtue of his signature below, affirms that he is aware of this Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Contractor and his subcontractors. The proposer is also obligated to identify his anticipated method and cost of compliance with the applicable trench safety standards. PROPOSER ACKNOWLEDGES THAT INCLUDED IN THE VARIOUS ITEMS OF THE PROPOSAL AND IN THE TOTAL BID PRICE ARE COSTS FOR COMPL YING WITH THE FLORIDA TRENCH SAFETY ACT (90-96 LAWS OF FLORIDA). THESE ITEMS ARE A BREAKOUT OF THE RESPECTIVE ITEMS INVOLVING TRENCHING AND WILL NOT BE PAID SEP ARA TEL Y. THEY ARE NOT TO BE CONFUSED WITH BID ITEMS IN THE SCHEDULE OF PRICES, NOR BE CONSIDERED ADDITIONAL WORK. IN ORDER TO BE CONSIDERED RESPONSIVE, THE PROPOSERS MUST COMPLETE* , THIS FORM, I.E. IDENTIFY THE COSTS AND METHODS SUMMARIZED BELOW, SIGN AND SUBMIT IT WITH THEIR BID DOCUMENTS. ~-:&i2 iitib;}t (.lIU fkJ!) 4I7'7U/lCr-mss J~ Name of Proposer ~U Authorized Signature of Proposer *COMPLETION REQUIRES PROPOSERS TO FILL IN THE APPROPRIATE DETAILS UNDER THE FOLLOWING HEADINGS: Description Unit Quantity Unit Price Extended Price Method ~j{- c5tJ(i>: n L,C /;26:>0 i-- //8 t) 0- --;:,9.FUH-~ SO?'; LF- /'20(J Z~ 2-406 ....s/~flf)Cc. } THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE TSA-l SAFETY PROGRAM COMPLIANCE Safety is a high priority in the conducting of business in the City of Boynton Beach. Preference shall be given to contractors with an established safety program following O.S.H.A. guidelines, and documented results establishing a safe working environment. 1. Bidder shall provide a copy of the Safety Program(s) to be in effect for the duration of the Contract (attach to the back of this form). 2. The City reserves the right to conduct periodic safety inspections of the contractor. subcontractor, employees, agents, etc. throughout the duration of the Contract. 3. The City reserves the right to terminate the Contract where it is determined that the contractor or subcontractor is in non-compliance of the safety terms, regulations or requirements established by a.S.H.A. or the State. As the person authorized to sign the statement, I certify that this firm complies fully with I the above requirements. ~6i- AUT ORIZED SIGNATURE i ,. THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SPC - 1 .. .- - - - SCHEDULE OF SUBCONTRACTING/MINORITY BUSINESS ENTERPRISE (MBE/WBE) PARTICIPATION BIDDERS ARE TO SUBMIT A DETAILED LISTING OF ANY SUBCONTRACTOR(S) PARTICIPATION OF ANY PORTION OF THIS PROJECT FOR ANY REASON. BID TITLE: SOUTHEAST 4TH STREET WATER MAIN, STORMW A TER AND ROADWAY IMPROVEMENT PROJECT BID: #028-2821-09/ JA MAIN CONTRACTOR NAME: ~ ~ (JJtl7:Yi;/1.~ ~1U1~~ /ltL *MINORITY TYPES: (l) BLACK; (2) HISPANIC; (3) WOMEN; (4) OTHER (specify) MINORITY NAME/ ADDRESS/ PHONE OF TYPE OF WORK STATUS TYPE CERTIFIED DOLLAR %OF SUBCONTRACTOR TOBE 4 4 *(see key 4 4 AMOUNT TOTAL PERFORMED Yes No above) Yes No ~ E~'r-~/ }::;;,tlOJf /hfAQI/-f / (;Ve:.r1h Lf/-h-Q-J 1b }&,/!)/ (f)O 0 lro 2UO~ //I'7:>/1htJ '?o~i:> '~":::>~ '3 W~94r't '"3~, ~L :33'fO? ~ I -G93- B4s1:; THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SSC/MBE-l - STATEMENT OF NO BID ~ If you are not bidding on this service/commodity, please complete and return this form to. PROCUREMENT SERVICES, City of Boynton Beach, 100 E. Boynton Beach Boulevard, P.O Box 310, Boynton Beach, Florida 33425-0310. / Failure t~ respond may result in deletion of vendor's name from th~~lified bidder's list for the CIty of Boynton Beach. / / COMPANY NAME: /' / / / ADDRESS: / / TELEPHONE: / / / SIGNA TURE: DATE: I, I s ficient time to respond to the Invitation e do not offef this pfoduct Of 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: I IF YOU ARE NOT SUBMITTING A BID, PLEASE COMPLETE FORM AND RETURN TO PROCUREMENT SERVICES NB-l : Fax sent by : 3855949574 PBSJ ENVIRONMENTAL 82-24-89 16:55 Pg: 5/5 ... -. '. The City of Boynton Beach [>roourem,nt Servic,& 100 E. Boynton Beach Boulevard P. O. Box 310 Boynton Beach, Florida 33425-0310 Telephone: (561) 742-6310 FAX: (561) 742-6316 ACKNOWLEDGEMffiNTOFADDENDUM#l elSE 4TH STREET WATER MAIN. STORMWATER AND ROADWAY IMPROVEMENT PROJECT' BID #: 028-2821-09/JA RESPONDENT MUST SIGN, DATE AND INCLUDE TmS "ACKNOWLEDGEMENT OF ADDENDUM #1" WITH BID PACKAGE IN ORDER FOR SUBMITTAL TO BE CONSIDERED COMPLETE AND ACCEPTABLE. 4?,6 IJItD2,z'kd/t)/ }r/) ~k~ NAME OF RESPONDENT S A TU OF RESPONDENT I/lrT ~4 2JO! ?Jlh- ~ :~I/Idt/ DATE PRINT NAME THIS PAGE TO BE SUBMITTED IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE ADD.l , Anne M. Gannon, Tax Collector P.O. Box 3715 West Palm Beach, FL 33402-3715 www.taxcollectorpbc.com Tel:(561 )355-2272 B & B UNDERGROUND CONTRACTORS BATES ONEIL Account Number: 2009-05056 BATES JASON 6900 DWIGHT ROAD WEST PALM BEACH FL 33411-2502 ~(Q)~V Dear Business Owner This IS your new local business tax receipt. Ple~se keep the upper portion for your records and detach the bottom of this form. Verfiy the information and display it conspicuously at your place of business, open to the view of the public This receipt is in addition to and not in lieu of any license required by law or municipal ordinance and is subject to regulations of zoning, health, and any other lawful authority (County Ordinance Number 72-7) Receipts may be transferred to a new owner when evidence of a sale is provided; the original receipt is surrendered and a transfer fee is paid. Receipts may be transferred to a new location when proof of zoning approval is provided; the original receipt is surrendered and a transfer fee is paid. Business name changes require a new receipt. This receipt expires onSeptember 30, 2009 Renewal notices are mailed at the end of June. If you do not receive the notice by the end of July, please let us know. I hope you have a successful year ;/ ..... / h I~-- .~. I ;. ~. ; fl, " I~' C"!.fit,.. "'r",^.('J ~'t"../ Tax Collector **... DETACH AND DISPLAY BOTTOM PORTION, AND KEEP UPPER PORTION FOR YOUR RECORDS **... 2009-05056 STATE'OF"Fit:;ORIOA ..C)~~~~2 PAt.~;~~~~~~~~#~~'{. ci.ASSlrICATION LOCAL BUS1NeSS"liltJe,.Re<lE.IPT '. ." <"':,<":~'-<:':!~,:' :'~,: -? ,'; :.,.{:,;A..~:(,:;::):~:;~':,:~,: "':':' " 200"9 E X P IRE S: S EPTBfN/iB.?'ER30 , B & B UNDERGROUND CONTRACTORS ** LOCATED AT CNTV $99,00 INC 6900.tiWlt3tiltdR:Q:~ID BA TES ONEIL BATES JASON WE$'T :.PAtl1~i:\~~~~~:~L 33411 ,.,~.~~::gQ. TOTAL This receipt isherebyvalid for the above adclre$sfortheperi~.ll .T~'I$'SN(;)~~~~~~;:i;~~'"!i~~'f~~I .,}>,..... beginning on the firsfdayof October and ending 011 the thirtl~t~.day of September to engage in the business,profession or occup~tib~6f: UNDERGROUND UTUTIES & PAID. psC TAxCOLLEGTOR EXCAVATION CO - . ._, ',' '. CUC037218 $99.008TR 816 00002417 to,01.(2008 . - ' .,. " " ;:' ../,~;- ;'~;,'-:"r[~ ANNE M. GANNON rH!$'J)Qc1JM.f;~7fj~r~~~j,q~~~l&~j.I~.'.' TAX COLLECTOR, PALM BEACH COUNTY RECEIPTED BY TAX;~0'(&j;;E~T(j~T . ~ STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION .. CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 BATES, AUSTIN 0 @(Q)~'\1 B & B UNDERGROUND CONTRACTORS INC 6900 DWIGHT ROAD WEST PALM BEACH FL 33411 ~ ;(:(:-.s):;:7~:\~::~~<.i', ", <:'''.'::\''(B~..';t~~'~.::" .,,;~L',.., , . ,', ' """ ' - --.- ~.- .~ ..'~~i~~~~'iig~:~H< Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. ;ctrc;:i 22 3 99 8 07:/30/08 078165054 Every day we work to improve the way we do business in order to serve you better. i~~&EXCAV = For information about our Services, please log onto www.myfJoridalicense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to departmehtriewsletters and learn more about the B"S;,"B',,;,UNi:) . ."" 'C)~CONTRACTORS IN Departmenfs initiatives. : ::. ',.' . :':;;:::i~\<:r{~'" ';":.~t:r . ' 'lur mission at the Department is: License Efficiently, Regulate Fairly. We 'I :1 onstantly strive to serve you better so that you can serve your customers. ':'\~'~i.:~~~~I~I'E:I(~J~i'e!l~'p:r;ovision. of ch.489 FS Thank you for doing business in Florida, and congratulations on your new license! ~#-,~iQ",,,,,t..i'~?'~i~l, ~OlO L08073001466 . . , . , i " DETACH HERE -- -".-. .---.-- -.- ._~~---~ . -- _ ..-J ~ --'i"-_ . --- .---,-". AC# 3883132 :1 , i .1 1 i ; I ! r I , ! i , .... -~:g;oDRAGO . '':~J; $~~~;"'S~eRETARY /..~'hii'i0>... 5T A TE OF FLORIDA .,,~~+!: ~ 0\ /~l~;.i:>....;}c):';\ DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION .... ~ ' ~JO: ", .~'t5j ~! CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487 :.395 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0723 B & B UNDERGROUND CONTRACTORS INC 6900 DWIGHT RD WEST PALM BEACH FL 33411 .~ --..-_____.vr._._...... . STATE OF FLORIDA AC# (~,""')DEPARTMENT OF BUSINESS AND :~".;,.",,' PROFESSIONAL REGULATION QB0020561 OS/23/07 068189819 QUALIFIED BUSINESS ORGANIZATION B & B UNDERGROUND CONTRACTORS INC (NOT A LICENSE TO PERFORM WOF ALLOWS COMPANY TO DO BUSINESS IT HAS A LICENSED QUALIFIER.) IS QUALIFIED under the provis,cnc:f :h.489 FS :::xpiratioc date: AUG 31, 2009 .170523006C: \., ...{, DETAU-i HERE ..~-.-- ..---...,.-.- .~--"----- '---"'---~---- --- .- ---------~--- -----..--------- ------- --- ---------....-.---.--.---.---- s:~ , ' STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD SEQ#L07052300600 LICENSE NBR 05 23 2007 1068189819 B0020561 The BUSINESS ORGANIZATION Named below IS QUALIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2009 (THIS IS NOT A LICENSE TO PERFORM WORK. THIS ALLOWS COMPANY TO DO BUSINESS ONLY IF IT HAS A QUALIFIER.) B & B UNDERGROUND CONTRACTORS INC 6900 DWIGHT RD WEST PALM BEACH FL 33411 B&B I I Year / Make I Model/ Tvpe I Vin / Serial # 1.0. I I i . Foremans Trucks I ! '988 Ford I : FDKF38GOJNB80087 p"T. ~ ~ . ::-350 Duaily 4X4 46C 2CJr I , I i ,1996 Chevrolet : 1 500 4X4 5: I 2GCEK19M3T1233777 PT-14 ex[cat I 1 '.'997 Foro [F-250 4X4 7 3 extcao ! IFTHX26F3VEV16700 PJE 11999 DOdqe 12500 4X4 59 ex[cab IB7KF2365XJ581325 PT-16 I , < 999 DOdge 2500 4X4 59 ex[cab IB7KF236XXJ589002 PT.1? I ^ 999 Ford F-250 4X4 7 3 4dr 1 FTNW21 FOXEC94337 ROCKY '2000 DOdge ,1500 5 3 extcab 3B7HC13Y4YG156311 PT-18 1 12001 Fore F-250 4X4 '/-10 extcab I FTNX21 521 EA63246 PT-19 I 12002 Ford F-250 4X4" 3 extcab IFTNX21 F222EC90327 1 PT-2C '2002 Ford I F-250 4X4 ~ 3 4dr IFTNW21 F62EB92517 PT-21 :2002 Fo'o i F-250 4X4 .' :;, 4d' 1 FTNW21 F X2EA48629 Gray T rk. I IF-250 4X4 -:- 2, !2003 Ford extcab I FTNX21 F43EB22531 I PT-22 '2003 Foro F-250 4X4 6 C 4dr IFTNW21 P53ED38030 Grady 12003 Chevrolet 1 50C 4X4 5 3 extcab IGCEK19T23E231511 PT-23 i 2003 ChevrOlet 11500 4X4 5 3 extca b IGCEK19T53E357149 PT.24 12004 Grvle 125004X4 60 2 rI I' IGTHD24U04E241829 PT-25 ....! ! 2004 GMC 125004X4 60 2dr i IGTHK24U84E 148122 PT-26 ,2004 GMC i 1 500 4 X 4 oas 2dr I IGTEK 14XX4Z344062 PT-27 1 I :' 995 Ford F-<5050 7d:' 1FTEF15N15LC03902 PT-28 i 12005 Dodge 1500 V-6 gas 2dr 1 D7HA 16K35J512258 : PT.29 1 12006 GMC 1500 4X4 V-6 oas 2dr ., GTEK14X16Z112226 P~ '''' I : -J\.; 12007 GMC 1500 4X4 5 3 extcab 1GTEK19Z57Z158136 PT-]< -, 2007 Toyota Tacoma 4X4 4 0 extcab 5TEUU42N27Z394343 : PT.32 12007 Toyota Tacoma 4X4 4 0 4 dr 3TMLU42N87M011983 PT-33 ! i 2004 DOdqe Durango suv 1 D4HD38K74F222622 Bryan -I j 2005 GMC Denali 4X4 6 0 suv 1 GKEK63UX5J 125045 Steve '2005 Nlssan I ,L\rmada 4X4 5 6 suv 5N1AA08865N717337 : Thom i20G7 GMC : Sierra 2500HD 4X4 4 dr 1 GTHK23647F536613 1 BIO-O : Duma Trucks & Tractors I . 1993 Mack i RD6S0S Dump Tr 181'd 2M2P264C9PC012842 DT-20 .1998 Mack RD6885 Dump Tr 18yd 1 M2P267C9WM035368 DT-30 i 1998 Mack R06885 Dump Tr 18yd IM2P267C3WM033986 OT .40 2000 rVlac,< R06885 Dump Tr 18yd IM2P267COYM055270 OT.50 2003 Mack i RD6885 Dump Ti 18yd I IM2P267C43M066958 PJE 12D03 Mack RD6885 Dump Tr 18yd IM2P267C63M066976 OT.70 12000 F'elq!",tLlner I FL ~O Dump Tr 161'd 1 FV6HJAA 1 YHF03914 1 DT-80 ,2005 Mack Cli713 :Jump Tr 18yd IM2AG 11 C85M027389 DT-90 :2005 Mack CV713 Dump Tr 18yd 1M2AG11C45M027390 DT.100 ! 2000 Mack CV613 Tandum Axle 1M1AA12Y9WW081919 DT-l10 .1989 Ford L ESOOO Trl Axle IFDY A90X2L Y A0801 0 DT -120 i 1 985 Fore LTL9000 Trl Axle IFDYA92W7FVA67059 DT-10 12002 Mack CL.700 Til Axle I IM2AD62C71M011716 LB-; Misc Trucks , 11980 Ford L TL8000 Tandum (Water Truck) 8WOUVG09349 WT-2 ; Miil[arv Truck 20').1148 (Water Truck:1 112846 VVT-3 , Cat 0.250 Water Truck 1 H K00460 WT-4 i 1991 International 4900 Fuel Truck IH75D27N5MH 321643 ST-80 : '[ 987 i nternatlonai S170e Fuel Truck IHSLCCEN3HH525309 ST-90 ,'997 International :OT466 Fuel Truck IHTSEAAN 1 VH393464 8T-100 I 1995 ;::oro 1 F.350 Dually 4X4 dlese: 2dr I FDKF38FX5NA50049 I MT-1 2005 FOld I F350 Dually 4X4 diesel 2o( IFDWF37P35EB49327 MT-2 i ~ 999 ~cr.o ,_. I, y~ 0 i I -i i r. :::'[..; uaily diesel 2jr I 1 FDWF36F3XEE57013 I MT.] . i 20C": F cr8 : F -450 Dually 4X4 - :: 4dr < FDXW4 7F91 EA36381 F-450 I i all!;;/':' -; ?52 s;.\r'\/~:: .. GOO aa!!on ;ue: :ra!!e" --_.._+._-""._~._-_._--~~' ~ 924,-"TC:,JO:'~){c~_._"'-"-" .~ '"' ~,,... >-< """~ : __, ~ ' ~ '~ ' ,............; , m__--o-...__,_____..____ I~"; ! .--.,~ "------.,.---.-. -...~- '- ;U!lcr ',/'Vilcr c Ie -'~'L:RX,:),- ~==: ~r"~Goosenec~ --- :'~'ye.::J ;::--45:--- 5L8Gi=24275'JC1252, --- ,'-' r-. ,-... __.._ __.' ______,_ ~-,'~-:; K.J~ I", a.xie O,3.:f' ::\:)::::;:;. ['aile ::FEi-r:=C22~:::CC:99~2 =={j t..,SD'"r : "/\/3ter JreSS~i;re :~S~ --~3 ,:;1' ----------------.-, -.-.~):'J'=.. ::3': ----~. ---- - ,..., - -- A '...- ____ .....-,,,,4 -....-....J.,\;'..t i,~~(niir;:; ') ;::;/1':: ::I'! ,;::'11, r'i'r','i':::: ~P,'i 1''-''OI'i~~lr:r:;''''''',''::'1'::','-,I'":: I)...... I '- .../. ...... '"- ,-"',,,-- ..........,; !-'::'.I_ . .,""'..... ,-",-,'--,; _-"'--'" -,',.--V ~_.__.________ ~.~-:::c::: ,40 r:a[BeC~ra.-:-jS6-6=:4 ~ j e '; ','"','; :ZC:' i L 0 vV- B 0\ T- '"Sl ."~.-,--- n~_~____ ~ -,~ ',/'1/9/..." ~ E 3 9 r" j C61 083 :: a . :.:..:;---- 'j'dC .....:)'"':3 '-,e .~>-<,~ -"--"a, -------- .:.:LF'::'5'::,.q:, =:::j4e-:'~ ---.-----. .~._- '-~ ~ :' ::: (I .. ~ = ~'_I J '"r-: c::: 5 e c ~. a I =: C : g 9 [1 ':; ~ ~ ~ J, :-: 1 :. C 0 C ) 6 S : r~. f' eo, -';~- =v'~c :;'I:e ::,:~ C>_,~.-, t':?; "3 --.-.----- :="I~'L';:..._=_='- --~:36C~<' .-.---...,,----- "" -. - -.- ~ '-\ -- .'\' r : t e ':' i (': 'J i e :3 /, ~ :'--- ~ ,.... s e -:: : ( ~,'- / r, .::.;~ ' - ~ r- ~~ " L oaders ~------ - ----------- -.----- --_.,._-----~---~-- - ...--.-,. --- ~-_.__.._-- --~-_..~.. . - '-~--'.- --::;~a(s_ :;i_,::,: -----.--.----- "---...- -' :rl(' I.-Jeer:: t 5.:;.J ':=; C _____-------------0__.__ .____._ __.__ -- 3' ; :' T2(3F [lrese _ -.I ~ c,::. 4 ._______._._. ._.._. ~-, i;"~CIF -------~-- ~~;~C3= 1- - -. ~ -- ---------------~------____:--~.::_:;-;:--------.------- -----. - ...... , '::j :)I~: ..::= ---------1----.-----.-..-----~~------____...___. ~2r 95~i:'':; r'/,__2C~~ -= '"", 192 e.'~ ---.--~---------. ---~-- ---- ~:--l:R :1= 5:= -- -"-------------~=-... --- -.---. --.----.- '- 2: 938 (? ^-: : S D:: ~ '::.= -< ------.- - -..- ~: ~ e i ~ ~ ~ ~-_=_===-~=_==_~= _ _ ~ ~'~; ~1~4 ~.c -'~~___ _,,:}r r, Cleere '::,44~' '0\/\ 5~"':~',,\ 52- 5 7 39 '-' '" - " ., '-, ~ - f --"~"----'--- - '--_.-.... '-'-1 rr-"e~r'- ! c",." ~ 0 "i,' ,i.':+ i c; -: '"";)4 :;~ ~ ~e;r: . ;=;:, ------- ----- ------- ~ ' ~ ~;"'/i: ~ 5~56e~ ----------- ~~y Jeers !~~~~ __-~=__~------- =:\J\::~~!-'~,:~'=5'~ __~_ -~-_~~_._ .___n_._________..~..__ ___________._. __'_.u____'_._.___'_______~.._ C=.: ::: ~ :: 2 t 1 i -:; --. ,- -'--'-"--'~'- - .-..-.-.----y--~ ---___~-'___ -._.__.-..-..~_____. '-'_'_'__-r-__ . 3c (':::a' ~ttach mer. [ I, ::ra:OI-'J ~ ol,er ______ ___________ __ - ;:,____u ____ ____ __"_ - ...... ' ,:"\ ;:J i ;::::: _. "~ !~ I _ L ._--------_...._---.__..--_._-_.~- - :: r , F i: i c'C" p,~:a C 'i ..-n e ( . .____.____.__-------.__~__. --- 8;:; 13 8roomLt:acr,me"[ _______.______ ::. ,~-~~ ____ ..... :: !.........: a ~ s '.... C ~<. ::' !~i - ,...., . ~ i .:. ",' '-t ~. _.__,._ ____u. --~-~~~---------_.~.. -- '--+ - , ~2S c:a~xcavators ::::)~, 3 --- ------ --- --" - ---:-:-:'--:;-GCi .::---------- ___ ___ Caev\'Qc SOi2r330 ---- ::-Y:;::'04:;,? --'1 vbelt , LS 3400 ---- :4( L 2S35:::'-;~ '-__ ~ -_-1-'1 Deere i ~~~~~= __________ _:=-~ -:___ ~~~9= ::;'_~~4':;~55===____~_ .~ ~,2 5 L ___'~___._~_.~._..__n___ ~_2~:J '= ~~ .._.._____._ __~___.______. ---~-~----_._- -_..~--~--. ~ ,,: 3 <4 ~, 6 __ ________ ____ ,.;:, :; C; -, = ~~~_ _ ------------c-:-------- ",=--..-Iats.... ,PC3C1': __~ ~~-_. ---------<-- v:'n'lDeere 225:: r=- .-.- d '~~~i~_ __________________::;C_~~CI~~~ _____________ - ..... -_._~-- -- ~.-- =: e e r ~ ~ 3 I~ [. -------- - _-'n___. ---.---~----~ .----. --r= F _ ~-~ =- )~ ~ ~;:: ~.:~_.________. ~==r~a~~-ere i~J~':~=~C ___ _ ____ _______~~~=_~__~~-;~_~~~~~~y ___=~-~-~__c- . - ~ ..... -' -- ._~--~~_..__._---,---------------_.- __2S~ i'-.-/', __~~~._____ ::aJJe~~ ! -' (J55G Gradai '-' -~---'-'--'----~'.' .--...------ ~ uozers I r I Komatsu 0-31 P P-20-A-46507 OZ_1 l I , - _ :;r:~ Jeere 450G T0450GH790737 JZ-~ . , ~. 05M 6ASOO399 DZ-3 I '""", Q ~ I ~ D5M 3DROO454 I DZ-4 "1 l........at I ,John Deere 1650H T0650HX910882 [ DZ-5 J8hn Deere 1450J T0450JX 104435 02-6 Graders Cat 12H 4XM01025 RG.1 Cat 120G 87V09337 . RG-2 ,Cat 135H 3YKOO367 r RG-3 Rollers !Galllon :PARKED) Rubber Tire 9-P-12G-3280 i parked ! 'Case 252 2 whl Steel 840867576 ! parked i 110ersoi Rand S040 5829SFD RRS-1 ! Ingersol Rano SD70D 149587 RRS-2 ! 11gersol Rano S01000 I 30243SEO RRS-3 II ngersol Rand 0100 151464 RRS-4 ICat CB224C 3AL01197 i RRS-5 leat rCS433C 03TM00573 I RS i<../Ol IC82240 8RZ00231 RRS-6 i [Stone S054 3200396 RRS-7 ! DynaPac Steel Wheel 175161 RSS-1 ! ; DynaPac Steel Wheel 175348 RSS-2 , Combinations I l , i 1991 Cat 426 4X4 78C05389 i RTBH-~ i I John Deere 41 OE 4X4 T0410EX833303 RTBH-2 : : JOhn Deere 310SG 4X4 T0310SG913157 i RT8H-3 : ICat 416D4X4 8FP00510 RT8H-4 Tractors ! New Holland 3930 0076708 8T-1 I New Holland 3930 0825568 8T-2 ! New Holland 3450 A445063 8T-3 I New Ho/lana TN704X4 1305270 8T-4 'Nevv Hollana ,TN704X4 1311527 8T-5 i Kubota L5030 38973 8T-6 I End Dumps I Cat 0-250 6NG00172 ORT-1 'Cat 0-250E 4PS00243 ORT-2 iCat 0-250 Series II 4P500338 ORT-3 Mix, Crush & Shake I Bomao Recycler MPH364-R 901A23001525 MR-1 I tagle Crusher Ultra Max 500 330517 11310 PJE t Conveyor Attachment For Eagle Crusher PJE M81 MCP900 40661 CR-1 ! Read Screen-All RD 90A 251386 SA-1 j C.. 1\ H IJNDtf{(il{UUNU CON JI{AUOf{C, IN( COMPII Trll PHOJrC!', 7CJO! -~-~_.._-_.. --... ~--- -.._- ~-..__._-- ,- ~ -..~-~-- DI- SLHIPTION 01' WORK PROJECT NAME YEAR OWNER/ CONTRAcrOR AMOUNT WI WE PERFORMED AND lOCATION NAME & ADDRESS WfRF PAID (llJjlW /pv IU T1L H f rCf\SON DAVIS MID[)[ r SCHOOl )(}()! PBC SCHUOI DISTRICT (' ),9~B,8~)) ~---. -------~ - --_.._~- -_...._.~- -"'- .~- .- - -----.~._~-"---~ ~- ----.---- ,> 3899 FOR!::" 1 Hit L BLVD CR. KLrWIN SOUTHEAST, INc. - ----~-- .----.--.--- - -~--~~--- WI:S r PALM REACH, FL '334U6 1655 PALM BEACH LAKES BLVD - --'- --"- -- -~..-._-----_. -------- WI S J PALM BEACH, FI 33401 ...-.---....----- ---- ---. "'-'-~----- ._- --- ~_.--~ ._---~- -.--.-..-- ----- --'- -_.~- .---_._"~- ~_. --- .-.-- - ------ U (,/F W /F'V /UTIL CONGRESS MIDUL!:: SCHOOl 2007 PBC SCHOOL DISTRICl S :)/192,1110 -_._--~ - .._-.. ~ -- --~~~.- -_._~._--~---~_.. . ---- -.- -.-.-- ~- .-' .- ~ 101 S CONGRESS AVE JAM!::':> B PIRTLE CONSTRUCTION .~~---- ~,< .- '-'-- --...._~-. - ~_._. BOYNTON BEACH, F[)VI26 5700 GRIFFIN RD -'-'----- _ _m~ ~ ____ -_. < - DAVIL, FL 13314 - --.-..,- ____n_ _ .___ - -- -.- -'--'-- --- --. -~--- -. U (l/f W /PV fU1Il MIDULL SCHOOl AA )001 MARTIN COUNTY ':>(HOOl DISTHIC1 S 1 ,i~.'7A'J/ .-._--~--------~ - ."--- -~~-- -~------ 900 cove RO JAM!:') B PIRTL F CONSTRUCTION -- --. ----_..~- ,..-.------- -.~-~ STUAR1, n :J,4Clg I S700 GRiffiN RI) - -.-.- ~-,-~_.- -- -" , ',l,; /1 191 DAVlf, f LB3J4 .- --, ---- -----. ~ I (,If W If'v jU III PALMS WL':>l INDUSrHlAI 2001 3 ARM I " , - ~---- 581 105 AVE N B&B UNDERGROUN[l ( ONTHAU()f\'" INt , , , , """1 _____u_~__._ __________ -_._--_.~-~._-~_. .-. ROYAL PAl M BFACH. [I 6900 DWIGHl EW -.< ---- - ~_.._~-- WES! PAlM BFN H ! I \-\41 I -- -. -- - -- - _._~_.- \!vff'V/lITII JUPllER CHHISTIAN SCHOOl )UU! JUPI1ER CHRIS11AN SCHOUL, INC ( I .,' . , _. ____~._ H _._~ ___ __n__ ~---- .---- ----. -~- j BOO MOHAWK SI MORGANTI I -------.- --.-' - ------.~---_. ..-- ~ JUPITEH, r-, 33458 145U CENTRE PARK BLVD I ----. --- -------~_.- . ---"~--- 1 WLST PALM BI::ACH, H ~3401 I I .- . --.-- '-~'-'~"-'~ 1 C\(,/I WjPVjllll1 tLEMENTARY SCHOOl ()1X j(JUJ PBt. SCHOOl OISl RIO (. I , /l:><; f) Ill) I I ,) -~ -----~-----~ ~ -.----- ~, ".- --~- -- 1 17(,49 IBI/AD DR JAM\::':> B. PIR 1 LI:: cON':> 1 RUClION 1 _.-.--,,- ._------- - --- ..~---- - --- - PALM I:H-_ACH GARiH N'l, I[ ~ 14(Jh 5700 GRIHIN HD -, -'---.-- DAVIF. II -\-'))14 !( i!, i \A I'v ,I j Iii HC)[IIN(, (,f{ffN ill ~vH N i i\H\ ",1 H( 1I11 .'1 l(id _ ~B( '>_~rj(L()tDISmf( ~ -I "1 i , ' I ,. , 'JO(J MINUZ IU) , C H. Kl [WIN ')OU 1 Hf A') I, IN( I I -~.. --------~_.._---_..---- <-- j HOYN10NHlAUi I', '.Ii} ',', 1 }fi')', I' Al M 111: At H LA 1\1 " BL Vi; - --~----- ------.- ~---..--_.- ---.-- -1 ! I I \lVI ',] PAl M HfN H FI{~llnl J u. . 8 B UNDERGROUND CC \CTORS INC COMPLETED PROJECTS 2007 DESCRIPTION OF WORK PROJECT NAME YEAR OWNER/ CONTRACTOR AMOUNT WE WE PERFORMED AND LOCATION NAME & ADDRESS WERE PAID CLG/EW /PV /UTIL DWIGHT D EISENHOWER 2007 PBC SCHOOL DISTRICT $ 1,139,628 2926 LONE PINE RD JAMES B. PIRTLE CONSTRUCTION PALM BEACH GARDENS, FL 33410 5700 GRIFFIN RD DAVIE, FL 33314 CLGjEW /UTIL ROBERTS RRD/SEA RAY DR 2007 CITY OF PALM COAST S 333,006 WATER MAIN IMPROVEMENTS 2 UTILITY DR PALM COAST, FL PALM COAST, FL 32137 CLG/EW /PV /UTIL MEADOW PARK ELEMENTARY SCHOOL 2007 PBC SCHOOL DISTRICT S 729,273 956 FLORIDA MANGO RD JAMES B. PIRTLE CONSTRUCTION - WEST PALM BEACH, FL 33406 5700 GRIFFIN RD DAVIE, FL 33314 The above confidental information is provided as a brief summary of B&B Underground Contractors, Inc projects In progress or completed. Details are available upon request C1g,=Cle a ring/Grubbing EW=Earthwork Pv=Paving/Curbing/Traffic Markings Util=Storm Drainage/Sanitary/Water Elec=Site Lighting 1\ H IJNDfH(JfWUNIJ (ON1HACTOR', IN( (OMPI rnu l'fiOHCIL, )( lOl, -- --'-- -------. ---- ___n.______"~____ '-'- ~._--~ DESCRIPTION or WORK PROJI::CT NAME YEAR OWNER/ CONTRACTOR AMOUNT WE WE PERFORMED AND lOCATION NAME & ADDRESS WERF PAlO CI (i/f W /PV /lJ III SAINl LULIE HIGH ')CHOOL /OUb SAINT LUCll COUNTY SCHOOL BOARD S 4,7'1'>,18'. ---,._-_._~------~. --- - -.. ----------- --_._---~~-_...- - 100U SW DARWIN BLVD CH KU:WIN SOUTHEAS.r, INC. -----.- - - - -- PUHl SAIN1 LUCll, FL 349'-)) 1655 PALM BE'ACH LAKE'S BLVD - ----- ---. ---- WIST PAl M BEACH, FL 33401 --. -- - ._-----_.~-_._--_._--_..~-- -----.-- -- -- _.'. ---. --- - --~--,-~ -----.--- -.._------- ICl<~/!:W /PV /IJ_~11 JOHN I U:ONAHD HIGH SCHOUI 2006 PBC SCHOOL DISTHICT ( 3,1)00,1',/ --- ----- - ~-- -.--.- .~-- " I - 4701 10TH AVE N JAMES B. PIRTLE CONSTRUCTION I I __~_______ ____..._____ ___ ___.....n --~ -_.._-~_..- ---- .-. I GRFlNACERS, ~L 334'-;4 S/OO GRIFf IN RD ---- --------- DAVIE, FL :')3314 _._---,-- _...~._.- __on .._... - _'_~____~ __ '_'___ -"-'~----'--~--- ( ! 1,/FW/f'V jU T II PANTHEf\ HUN Efl MI::N1Af~Y .JUOb PBC SCHOOL DISTRICT (' f1{q!) q~J/l ,) ---- - ---------- .- ------------ 10775 LAKE WORTH RI) CR KLlWIN SOUTHEAST, INC - _.-.----~------ LAKt- WORTH, H .~.-)467 16.55 PAL M BEACH I AKFS BLVD .---------- ---~-- WESl PALM BEACH, 11\34U1 -----.'---- -.-..------- .-- ( \<>/FW/PV/11l1I IIBfHTY PARK fl lMENfAfW )(JOG PBC SCHOOl DISTRICT " 7g(, ",Xq ) ----- - - "------ ---"-...- ---_. --- -~~-_._,._---- - . 6fiOl CONS1ITU TION WAY C.R. KLEWIN SOU fHEASI, IN( -.-.- --~ _.__.__._-------~--- ".,----,- ~-_._--_.- -______0.- WF':, f PALM BEACH, II IbS5 PALM BEACH LAKFS BLVU --.--"'-- ~ ---------------. WlC, 1 PALM BEACH, IL 334lJ1 - - ---- --- ----- ---- --- ___M__~____. __ U 111 lAKE WOHTH WATER WI LL NO () )l)()6 CIl Y OF LAKl WOHl H S It ',q. K4 3 .-." --.---------------- "-'- -- --------.---- ~-----~ ~ SAINI AVE & LAKE OSROlJP,Nl 13&13 UND[HGHOUND ( ONfI{At lOR'" IN( -- 0_.0__ _ ...__ _____ ..__~_._~_ LAKl WOH fH, rLB45il 6900 DWIGHT HD -" .._._~------ ________ ____~O_ 1 WEST PALM BEACH, IL 33411 - - - --.-----.-- l i tlP lfJO'J\' i ()l1tidf'l1tdlllltUll1latl()I( I'" pi u'Jlut'd .1', a III if'1 ',ufllllldry 01 ll&B Ul1dergrourHi \ untractor',. irl( prOject " II i pI ()gl IH,'. 'iI i nrnpleted Details die available upon relJul'st ( II 1 II'.!J If I)')! IIJtJIJllli~ I IN f;Hthwm~ 1'1., \'avIIlg/l.urlJlflg/lrafil( Marklllf;:, U1 il..';1' JI t I, I Jr d Illdg. '/"d I )11 ell Y /W ,11 (~I IIp( ',ite IIghllfl!', r . G 13 LJNDERGROUND C' ACTORS INC COMPLt.TED PRuJECTS :W05 DESCRIPTION OF WORK PROJECT NAME YEAR OWNER/ CONTRACTOR AMOUNT WE WE PERFORMED AND LOCATION NAME & ADDRESS WERE PAID ClG!EW!PV/UTIL JUPITER HIGHSCHOOI 2005 PBC SCHOOL DISTRICT $ 6,322,948 100 DANIELS WAY MORGANTI JUPITER. FL 1450 CENTREPARK BLVD WEST PALM BEACH, FL 33401 ClG!EW/PV/UTIL JENSEN BEACH HIGH SCHOOL 2005 MARTIN COUNTY SCHOOL DISTRICT $ 3,237,589 2875 NW GOLDENROD RD MORGANTI JENSEN BEACH, FL 14S0 CENTRE PARK BLVD WEST PALM BEACH, FL 33401 CLG!EW /PV /LJTIL U.B. KINSEY!PALMVIEW ELEM 2005 PBC SCHOOL DISTRICT $ 1,064,734 800 11TH ST CR KLEWIN SOUTHEAST, INC RIVE RIA BEACH, FL 33404 1655 PALM BEACH LAKES BLVD WEST PALM BEACH, FL 33401 CLG/EW /PV /UTIL LANTANA AIRFIELD IMPROV. 2005 PBC BOARD OF COMMISSION DOA $ 2,184,683 2633 LANTANA RD CR. KLEWIN SOUTHEAST, INC LAKE WORTH, FL 33462 1655 PALM BEACH LAKES BLVD ~. WEST PALM BEACH, FL 33401 CLGjEW /PV /UTI L MAIN GATE & SITE IMPROV. 2005 PORT OF PALM BEACH $ 1,159,403 1 EAST 11TH ST B&B UNDERGROUND CONTRACTORS, INC RIVE RIA BEACH, FL 33404 6900 DWIGHT RD WEST PALM BEACH, FL 33411 CLG!EW/PV/UTIL SO SPADY ELEMENTARY SCHOOL 2005 PBC SCHOOL DISTRICT $ 1,128,252 361 NW 10TH AVE CR. KLEWIN SOUTHEAST, INC -. DELRAY BEACH, FL 33444 1655 PALM BEACH LAKES BLVD WEST PALM BEACH, FL 33401 _.._--~._- - CLG/UTIL SEMINOLE IMP WATER SYSTEM 200S SEMINOLE COUNTY IMPROVEMENT DISTRICT $ 736,270 OKEECHOBEE BLVD 13&8 UNDERGROUND CONTRACTORS, INC WEST PALM BEACH, FL 6900 DWIGHT RD WEST PALM BEACH, FL 33411 ClG/EW/PV/UTIL P8 PARK OF COMMERCE 2005 NORTH PALM BEACH IMPROVEMENT DISTRICT $ 781,301 14703 PARK OF COMMERCE BLVD 13&13 UNDERGROUND CONTRACTORS, INC JUPITER, Fl 6900 DWIGHT RD D fJ UNl)! [\GI{OlJND rONTHAC10f\'J IN( (OMPIllf [) PH(JIICrc, '11(\', -~--~- -- -~~ D!-SCRIPTlON Of- WORK PROJEO NAME Yf:: A R OWNER/ CONTRACTOR AMOUNT WE WE PERFORMf:O AND LOCATION NAME & ADDRESS WERE PAID - -~----~-~--~ WEST P~f\I1_S,EACH, FI 33411 ---~_..~ --------.-- CIG/lJTII VILLAGE or lLOUE"IA WAIU{ 700S VILLAGe Drl cQUESTA $ 476,18R ----_.._.._-~ - -. -----------._- 136 BRID(~E RO B&B UNDERGROUND CONTRAnORS, INC --.-- --~---_.-... --.---------- 1 EQUESTA. FIB4b9 6900 DWIGHT RD ~--- - --- .-.---.--- _._-_.._-~ WEST PALM BEACH, FL 334]] - ,-,-------.- ----_._~----_._~--_._- - ---- -~-~ CLG/PV/UlfL LAKE WOHTH FORMATION FLUIDS 2005 CITY OF LAKE WORI H (" 243,i)41 .,) --------- -- --- '-- ~- . ~ ~ STH AVE. & SUNRISE CT B&B UNDERGROUND CONTRACTORS, INC .----_._~~--------- --- --'-'---'---"--"-'--~-~-- LAKE WORTH, FL 6900 DWIGHT RD -- ---------.-----------.------.--..- ----- --,---- ------ -------~-- WEST PALM BEACH, fL 33411 ~..- - -- ---.---..----- ------ - -~ - -----------'.. ---_..------ - ---~-~- "-~-- CLC~/fW/f)V/IJ III J[) f'ARKER ELEMfNTARY <;(IIClOI )()or; MARTIN COUNTY SCHOOL OISTRICT (" 1,)4",nn -~._~~ ~-~ - - --- ---- ;, 1050EASlIOlHSI MORGAN] I --~.__.._---- ----- -- ----..,- '-- - -----..-.. S1 UART. FI 149% 1450 CEN lRefJARK Sf VD -j ---- ---~~--'--'-- --------- WESl PALM BEACH, II 334lJl -- -- -- -~---- .-------.---.--.,. 1 _u.._______.__.n'______ (I(~/IW/I)V/Ulll DUBOIS ROAD IMPROVIMFN1', )OO~, PALM BEACH COUNTY ;, 300, <:;SO -_._-~-- DUBOIS RD S&l3 UNDFRGROUNO CONI RAUORS, INt 1 ~._--- -- ~--~-'---'-- WIS] PAlM I:\I:/\CH FL 6900 DWIGHT RD ____..u.__ __~__... __.._ - ..-. . WI:S 1 PALM BEACH, IL 3341.1 I _oj CL(;/fW!PV/I) i II HOBf SOUND tLI,MU~lI\RY :,llj(J(11 ,:uus MAR llN COUNTY SCHOOL DIS] HI(_ 1 " 1. "b,'So, J --_._~ .--------...-- 11555 c,t GOMEZ AVE JAMES B_ PIRTLE CONSTf\U(] ION -----_.~ -- --,----,., ---- - ---- ---------,--- Hom SOUND, Fl 3345" 5700 GRIFFIN RD --.---.. -_.~._---_._...- DAVit, rl 33314 _ '_"'___'__~_'_U_ --.-~-. (l( ,/1) 111 AIRPUK i {{OAI) )U!)S CITY m BOCA RA 1 UN r , 1.422.1.>49 " - --------- -----_.- 1401 GLADFS RD -+- B&B UNDERGROUND CONTRACTOR::', IN( --- -----,- ----_.,---~_..-- BOCA HATON, rL 1 6900 DWIGHl RD -1 ~--_._.._------ - -- WEST PALM BEACH, H 33411 - -- - I ': ' ,t, '; ! t. , , ie" .:i!li 11.1 ,-1 I! i ;jrnrn~,l\ ~Jt H~h! \fHif'ft~rfllind i 1)(,1r 1: I,,; ! ; i ) ~ [ r f lllJ111"11 "i11: t! I d'l. ,ll i.)!)i, t j f II I( f ~ 'i j \ J t.'. t ( jl ,jf irlf-'./\ll (Jbtll[lP i If; 1;,1 thW(H ~ I'v f'dvIIlg!r tllhmgj I I dllll Md! i< tllf;', Utll:" t 1)1 Iii i) r J Illdgel'-,;1Il11 d! V /W;H '" 111'1 S,li- llQ,tlng Vl- r j B B UNDERGROUND CC \CTORS INC WORK IN PROGRESS 2007 CITY /COUNTY OWNER/CONTRACTOR DESCRIPTION OF % %TIME AMOUNT OF PROJECT NAME NAME & ADDRESS WORK COMPLETE COMSUMED YOUR CONTRACT: ,LM BEACH GARDENS PBC SCHOOL DISTRICT CLG/EW /PV /UTIL 52.07% 30.00% $ 6,538,200.00 --"" ,LM BEACH COUNTY JAMES B. PIRTLE CONSTRUCTION .LM BEACH GARDENS HIGH SCHOOL 5700 GRIFFIN RD DAVIE, FL 33314 EST PALM BEACH PBC SCHOOL DISTRICT ClG/EW /PV /UTIL 68.90% 40.00% $ 9,095,108.65 \LM BEACH COUNTY C.R. KLEWIN SOUTHEAST, INC. RE RESCUE TRAINING FACILITY 1655 PALM BEACH LAKES BLVD WEST PALM BEACH, FL 33401 'H\1E CITY SAINT LUCIE COUNTY UTIL 6626% 50.00% $ 7,436,075.00 - \INT LUCIE COUNTY INDIAN RIVER ESTATES lDIAN RIVER ESTATES POTABLE WATER WHITE CITY, FL --. ---" -. OMPANO BEACH BROWARD COUNTY SCHOOl DISTRICT ClG/EW/PV/UTIL 8033% 70.00% $ 1,592,997.25 ROWARD COUNTY JAMES B. PIRTLE CONSTRUCTION YPRESS RUN ELEMENTARY SCHOOl 5700 GRIFFIN RD DAVIE, FL 33314 ALM BEACH GARDENS PBC SCHOOL DISTRICT CLG/EW /PV /UTIL 34.43% 10.00% $ 2,275,000.00 'ALM BEACH COUNTY C.R. KLEWIN SOUTHEAST, INC. 'ALM BEACH GARDENS ELEMENTARY SCHOOl 1655 PALM BEACH LAKES BLVD WEST PALM BEACH, FL 33401 ;TUART MARTIN COUNn SCHOOL DISTRICT CLG/EW /PV /UTlL 81.42% 40.00% $ 2,303,139.20 vlARTIN COUNn JAMES B. PIRTLE CONSTRUCTION vlARTIN COUNTY HIGH SCHOOL 5700 GRIFFIN RD DAVIE, FL 33314 WEST PALM BEA.CH PBC SCHOOL DISTRICT CLG/EW/PV/UTlL 20.44% 5.00% S 2,137,484.00 PALM BEACH COUNTY JAMES B. PIRTLE CONSTRUCTION 03Y ELEMENTARY/PINE JOG ELEMENTARY SCHOOL 5700 GRIFFIN RD DAVIE, FL 33314 u- \ Il !\ LJNU!HC1ROUND (UNTRAUOHS INt WUf{1< IN PHU(1fU',', )()()} ------------. .---_.,--- ---- ---~------ CITY /COUNTY OWNER/CONTRACTOR DESCRIPTION OF % % TIME AMOUNT OF PROJECl NAME NAME & ADDRESS WORK COMPLETE COMSUMED YOUR CONTRACT HANA pue SCHOOl DISTRICT CLC;/[W /PV fur /I 69.20% 3000% ~) 3, J~7,')OO.OO -~-- --~---- ~--- - -.------ ._~_._-_._-----_. .--.-.- - -~-- --~- _M BrACH COUNTY CR KLEWIN SOUTHEAS I, INt -- ----- --- -~- - --- -- ------ ~ ----- ~-- ____0'_- YAL PALM tlEMENTAIW SCHOCH 16S5 PALM BEACH LAKES BLVD -- ~._._--- .. -- - _._--- - "- -------~_._--_.- Wl5 f PALM BEACH, H 33401 -. ---- - ~ --~- .U_"_. ----- ---- - -- -- .u -.----- -~ --~ .- ~-_.__._--- ---~._- -- --- ...- ."'--- 1 he ahovp ,ullfldPllldllnfoJilldtiof] IS provided as a brief summary of B&R Underground Contractors, Inc projects III progress 01 completed. Details are available upon request I 19 ( leaflng/flrlJhblllR FW f-,nthwurk PvcPavrng/lurbing/l raffic MarKlllg) Util-Storrn Dr alnage/Sanltary!Water .-'--- _f_le ~~It~l ifi~ g_ _n________...._o -- ----- -- __On B & B Underground Contractors, Inc. 6900 Dwight Road West Palm Beach, FL 33411 561-682-3310 Office / 561-682-3304 Fax REFERENCES Name: C.R. Klewin Southeast Name: James B. Pirtle Construction Address: West Palm Beach, FL Address: Davie, FL Tel. No.: 561-683-5400 Tel. No.: 954-797 -0410 Fax No.: 561-683-5076 Fax No.: 954-797-6330 Dates: Sept. 2000 to Present Dates: Sept. 2000 to Present Contact: Mr. David Farmer Contact: Mr. Bill Ellis Name: The Morganti Group Name: Palm Beach County Engin. Address: West Palm Beach, FL Address: West Palm Beach, FL Tel. No.: 561-689-0200 Tel. No.: 561-684-4180 Fax No.: 561-689-4774 Fax No.: 561-684 4165 Dates: 2000 to Present Dates: 2005 to 2006 Contact: Mr. Jim Peace Contact: Mr. Ellis Ross FORM A Dc.pllCa!e thls-for~ for ada:tlo'!al 8roJects PROJECTS UNDER CONSTRUCTION Project # :32, - .~ ~ - ~-~.~--~--- Name Pal~ Beac~ ~arjens Elgh S.:nocl -~_.~ --~~-~ Location Fa~~ 3ea:h ~a~ae~s r~crlca --~----~_.~_._---~ - .-' ~ - .-----.-..-.--- Contract Price , ...,:, - -- I) :_, --~----_.- - Estimated Date of Completion .Z:.,'clg1...;.S t ""'" '--' ?r.asec F:-o~ ect _._-_._-_.~--_._~------- Type of Construction l/,ia:.el' .Se\^.'e::::" =Ya2.;--~age . ,'=o:--~c:rete :t- a'J :';-19 t..x:a'Ja::._ -----_._---~-_._- ---~-----~----~_.._.. Approximate Square Footage -------.-- . -----~----. . -.---.--.---....--- .____m_.._________ __ __ DeSCription of Project B&B CndergroJ~c :ont~~ctcrs lS perf~rm:~g a_~ L,:...... _.1 ---_.,~----_._,--~-- a~c Sl:e wor~ 2cnstrLction for the P::..-o~ e~: :ames B P_r::e :onsr~~ctl:'~ ~s ~~e :3en~'~-2 ------.---------. ~ , for the Schc::>l ?a~m 3eac~ :~~n= -- I~I ::~. ~=~:~a=:c= ~2r~~n3 C' ::. s t ~-.:' ~"-: '- - ._ ~):ll;:' ~ ~:. :: --- --~~---------- -.---- ------. _.~--~ ~~-_._----_._._--._-. -----~- ._~ --------_..._-~.._--_..~ -- ApprOXimate Square Footage u__._____ Type of Contract GMP. L-umr:; Sum, ete. .--,1---, :i~, .~ " - ------------.-...-..- -~ ~-'" Project Manager/Superintendent Br.'~ PM S=e;~e~ Decke~ SLper- ~~ler:.E ,:::tY"a\'v --- ------.-..-- Owner S2.~"H)C.~ r.: ist ~-~::: :J: I.'al:l1 Beach .=:::-un: ~, --~~.__._-~- Aod ress :-'crest .- - " 3: ':1, '^'est Fa.....\'! E~e2,::-'h ~ .:.,:r::.cja .. -.----....-- - _...__.__________________~___ ______m.._ ~ __~.__..____n.__.______ PrOject Manager/Phone j,.']:;:- IJe':-dlis 2,el-Sli " C - - : 3 c:' --------- -_._.~--_.- Arch [tect/Englneer E!101ne.:::o:- =:0D.:3 - .;--' _ __ _ ._._____..._.m __ _ ..-...--.-- :::;omments .:C' ~-:- ~ -' -:::-: t .. 2,-,: -_.---- -~--~--~-- ~---~-_._.- ._.n____.____ ~._._-------~.__.~-~----~- .----.-.-------. --- . RFQ NO 2008-01 - Request for Contractor Quallficat:ons for Utll (::crstructlo~ Projects L: FORM A (Duplicate this-form for additional projects.) PROJECTS UNDER CONSTRUCTION Project #: B&B 1701 Name Palm Beach County F~re Rescue Administration Facility Location: 405 Plke Road, West Palm Beach, Flor~da 33411 Contract Price: $9,324,015.00 Estimated Date of Completion May 2008 Type of Construction Water/ Sewer/ Drainage/ Concrete/ Paving/ Excavation Approximate Square Footage Description of Project B&B Underground Contractors is perform~ng all utilltles and s:te work constructio~ for the ProJect. C.R Klewin Southeast is the General Contractor working directly for Palm Beach County Fire District. 80% Complete. Approximate Square Footage: Type of Contract (GMP, Lump Sum, etc.) Lump Sum PrOject Manager/Superintendent B&B PM Stephen Decker/ Super- Glenn Straw Owner Palm Beach County Fire Rescue Add ress 50 South Military Trail, West Palm Beach, FL 33415 PrOject Manager/Phone Mr. Richard Adams! 561 798 3057 Architect/E ngineer Civil Englneer- URS Corporation Comments Excellent Project - Great Client RFQ NO 2008-01 - Request for Contractor Qualifications for Utility Construction Projects 27 FORM A Duollcate this-form f8r additional proJect~ PROJECTS UNDER CONSTRUCTION Project # 5&2 ----~-- _____.__.__~. ___._.____ __'.0___ Name =~dlan R:ver Sstates ~ater Mal~ Pr='~ e:=:o: ~---~-_.- -.----'- ~ Location Indla~ Rlver Es=a=es :""-l::::le :""C)",:::' ~ ":-: - ';)', ~Y-,~':;' ~,~-~------'-----'--- Contract Price ,,', ,4?9 = :3 E C ~ ---,..-._- ~-~---'-----~-'-'----'--- - Estimated Date of Completion :'-':6j - c. '- --------.. -~---~--- ----_._--_.~-_._--- Type of Construction c; r " ~ g ~I ---;'" 11' hia:e:t r'v1alr. =:~:-~st.ru=--t~=':l, ~--~-,~._- .'--- -.. --------- --. ,'" - -- -,-- Approximate Square Footage --~--- -.---.- --.-- -_._------_..~. ---- - -~---------_..._--~_...__.,-- ------------- --- --- --.---..-- --------~- Description of Project InscallatloD cf water ~alns, se:c~,.,T.l =es :::..re hydrant. ~--'"'-- roaawa}' restoraC18D and mete:r ctatlo~-.S :c'~ ~~"le -~--'---' -- ne=-ohbc'l"hooQ :-,f l:idla:-. ?lver i:s'::ales '._"__.s~'% _Con~f=:let.:?_ ---~...~._- -- -_._-~-- n ______ _._._----~- ~_."-. _..~--~.- _..._._~ -.---. --------...~- -- ---~._,,_..- .c____..~ -_._.~-~--.- ---..-- ApproXimate Square Footage ~.__.. ----.------- - Type of Contract (G MP. Lump Sum ete: .. - . - - .. --..- -..- --"~ ._-~-- - - Project Manager/Superintendent 3&5 prv'1 St.EDhe:1 De=."~.:_ ____~ _...._, ;::"2:.:.2 _~:__a'I"~_._ Owner Sr:: . L..v:le ':O'..J.:1t\ -- ----~---- Address .2 j :)~ ',.-':,,~'g:..n_~a l-':~~!~:e :2::~ j , r~n' :::>;- C, ,-:;"- ,_ ~ _ L .J..'._.J.. _ --~--- ~--~-_.._--_..._---- - Project Manager/Pnone [\':~ . :::a:cg ;c"aLS=:~~_:;I --; ''1:!. t~ (~ =- i ~ = -'~-'----~---'-'-- Arcn itect/E ng I neer =>.llpepper & ~~_l:;:.-re:-~..L;l:: -...-- -.- -- ~------_._..-. Comments SxcelieLt Pr:-'::Je:'~ :~Cl__j:~~:~_r~ '~~- ~ :eslje::.r.:.:; . -.-.-.-.--- .--'---' ---- __._n___ :: ~:.e ke',' 1';-:::"1,; ::::ons':2: ;..l~tl:)r, [rc /=-,~~'2S v.a:'_e::.. ::::1 2 cc( i1:.-,:n2 S --... _.~_._.._--- ---.--'-'" -----_._-_...- ~_...- -'---'-~'-'---'~---- ----~~---. -~_.._--_._- ~__._ _.n.__ ---'-- ~_..------ -_._-~-~.._-~-_.._.__.~_.~----_..- --~ ......-..----..- ---- RFQ NO 2008-0~1 - Request for Contractor Qualifications for Util:ty Construction Pro!ects ')- i Activity Activity il Orlg I Early I Early II -~- ~-- ---, - Nl 2~9 ,- -,-------,- ~--+-----:--- :;,... J. 10.. _____----Descrlptlon , Our I s.tart i Finish Comp ~P~ I M~Y : J~ JUL" AUG. SEP 0 OCLc...NQY , DEC , J~1'L.LEEb I IIIIAR APR if@~~r~!Jt~m~;';'.:. ...,~: 'I':) c' .;;;:~:i~~~1(~t'~~~~tX)/3',.:;~';;')~~fiJ'ii&:i';;;~H;~t~~~;r2~~'.iL~_~~ .... .. . . . .~ u. . . . ... ... .. I 9970 Preconstruction Conference -- -- --- - ---- ~20MAR09 -20MAR09-- - .. 01 reconstruction Conference 10980 . Permits 10: 23MAR09 03APR09 01 .Permlts 9980 Notice to Proceed -0 ~. 06APR09 0 I ! 1N, ?tlce to Proceed 9990 . Mobilization 5;0~APR09 14APR09 O! ~MOblllzatlon 11070 Survey/Layout 150 ! 08APR09 06NOV09 0 I I Survey/Layout 11085 Substantial Completion Phase 0; 20JAN10 0 I Substantial Completion Phase. 40000 Substantial Completion 1 :21JAN10 ,2_~J~~_10 oj Substantial ComPletl01 11160 Punch List __ 21~2?J~N10~_1~~~~~~ o'--Vunch List 11260 Final Completion O! Final com~letion. .-tf.-i - -i - -..---------- - .. - ----r------,---------- 10010 ,Preconstruction Video-Submit 1 i23MAR09 ,23MAR09 0 Prec~nstructlon Vldeo-Submlt 10090 Ductile Iron Pipe & Fittings -Submit - -1!i-3MAR09UTZ3MA-R09 _..L.._ 0 Ductile Iron Pipe & Fittings -Submit +- -. -.---~ ~- .---.- ..--r-------- - ----..'.--- " 10100 :Concrete Structures-Submit 1'23MAR0923MAR09' 0 Concrete Structures-Submlt , ~_._ 1-_ _ _ _ __ ___~_,__..________ i :! q ; 10101 . Fire Hydrant- Submit 1 : 23MAR09 : 23MAR09 0 Flr~_ ~drant- Submit r-- . I I I ,; '! I 10360 ; Maintenance of Traffic -Submit 1 ! 23MAR09 '23MAR09 0 Intenance of Traffic -Submit ~__ 't; ~ I' i! i 10570 EMS markers- Submit 123MAR09 i23MAR09 0 EMS markers- Submit L ..._ _". j ~,p I 20200 ! Laboratory Testing Qualifications- Submit 1 23MAR09 '23MAR09 0 Laboratory Testing Qualiflcatlons- Submit _. ..,_. '! !;;i I 20210 . Florida Registered Land Surveyor- Submit 1 '23MAR09 :23MAR09 0 FI~rl~a Registered Land Surveyor- Submit , J. --.- _I ! 20250 Gate Valves - Submit 123MAR09 23MAR09 0 Gate Valves - Submit I.'.! , 10103 Fire Hydrant - Approval 151~4MAR0913APR09 _ _ 0 ~{'re Hydrant-Approval 10330 'Concrete Structures Approval 15' 24MAR09 13APR09 0 ""~oncrete Structures Approval 10350 Preconstruction Video- Approval 5' 24MAR09 30r~;;ARii9 "-- 0 ~pre~onstructlon Vldeo- Approval _.. ~_ _u. 10440 Ductile Iron Pipe & Fittings -Approval 7 ' 24MAR09 01 APR09 0 puctlle Iron Pipe & Fittings -Approval i ,- ---- ! 20290 EMS Markers - approval 15 24MAR09 13APR09 0 Ii ,!,EMS Markers - approval :' I ~ ! 20580 Gate Valves - Approval 15' 24MAR09 13APR09 0,:: ' . liGate Valves - Approval 10450 Maintenance of Traffic - Approval 7 26MAR09 03APR09 0 "M~intenance of Traffic - Approval _ ___ __ i' '; , 10105 Concrete Mix Design-Submit 1 ~06APR09 06APR09 0 :f~.ncrete Mix Design-Submlt I 11055 Water Service Material - Submit 1 '06APR09 06APR09 o rater Service Material - Submit _----=-~2~ater ~ontr~Plar~_~ubmi'____________________ 1 06APR09 06APR09 0 ~ter C~"irol Plal- Submit >tart Date 20MAR09 Earl Bar BBBS City of Boynton Beach Sheet 1 of 3 'inish Date 19FEB10 y Rolling Green lata Date 20MAR09 - Progress Bar . . t D ' Critical Activity Prellmmary un ate 04MAR09 10,02 Baseline Construction Schedule @ Primavera Systems. Inc. Activity Activity ! Orl9 Early Early ! "!c l 2009 FE~~1~AR 10 Description Dur Start Finish . co~ MA.~j APR i MAY' JUti I JUJ, : AUG i S_EP OCT NOY , DEC JAN APR I ~p L '_~ ~._ ~L~._: ~ , 10115 Concrete Mix Design - Approval 15 07 APR09 27APR09 01 ,..concrete Mix Design. Approval 10120 i I Water Conlrol Plan - Approval 1507APR09 27 APR09 0' ,-.water Control Plan - Approval I ~, 11058 Water Service Material - Approval 1507APR09 27APR09 01 ; _Water Service Material - Approval 20550 I , . Base Material -Submit 1 13APR09 13APR09 01 ~a~e Material -Submit 20560 Base Material - Approval 15 14APR09 04MA Y09 Ot ""Base Material - Approval i 20570 S-111 Asphaltic Concrete Mix Design-Submit 1 15APR09 15APR09 O[ :lS-111 Asphaltic Concrete Mix Design-Submit , ' 10480 Seed/Sod Certification - Submit 1 20APR09 20APR09 0\ ISeed/Sod Certification. Submit , 10470 S-111 Asphaltic Concrete Mix Design - Approval 15 30APR09 20MA Y09 o! _S-111 Asphaltic Concrete Mix Design - Approval 1JM:_..'E._~~~~l_ , 10755 PVC Pipe & Fittings- Fabricate & Deliver 4 31MAR09 03APR09 0 Ipvc Pipe & Flttings- Fabricate & Deliver ,: 10740 Ductile Iron Pipe&Fittings - Fabricate & Deliver 5: 02APR09 08APR09 0 _Ductile Iron Pipe&Fittlngs - Fabricate & Deliver , . 10680 Fire hydrant- Fabricate & Deliver 4 14APR09 17APR09 o[ IFire hydrant- Fabricate & Deliver I , 10685 EMS Markers-Fabricate & Deliver 6 14APR09 21APR09 01 .EMS Markers-Fabricate & Deliver I , 10690 Gale Valves -Fabricate & Deliver 15 14APR09 04MAY09 01 _Gate Valves -Fabricate & Deliver i , ; 10850 Concrete Structures - Fabricate & Deliver 8 ' 14APR09 23APR09 oj ~Concrete Structures - Fabricate & Deliver , 10745 Water Service materials- Fabricate & Deliver 1 28APR09 IWater Service materials- Fabricate & Deliver _{~.~~"i~~~~ - RECLAIMED WATER MAIN , ._~ -~--_.._.- 01 11010 Install MOT 25 10APR09 14MAY09 ......Install MOT i ,. 12168 Install Dewatering 20 13APR09 08MAY09 0', _Install Dewatering t , 11000 Install Reclaimetl Water Main 20 24APR09 21MAY09 0: _Install Reclaimed Water Main ,. \1075 Install Water Services 512MAY09 18MA Y09 01 _Install Water Services I NATER MAIN i , 20000 Install MOT 5 22MA Y09 29MA Y09 0 IIlnstall MOT , 20050 Install Dewatering 20 26MAY09 23JUN09 0 ~nstall Dewatering 20100 Install Water Main 20 24JUN09 22JUL09 0' _Install Water Main , 20120 install Water Services \5 25JUN09 16JUL09 U _Install Water Services , 20140 Install Hydrants G 01JUL09 09JUL09 0 llilnstall Hydrants ~ST ALL EXFIL TRA TlON u I , 30010 Install MOT 5 17JUL09 23JUL09 IIllnstall MOT I , 30020 Install Dewateriny 25 21 JUL09 24AUG09 il I ~nstall Dewatering -, __'_"_.~~_'M~ .____.. m_,'_ _______ _.. --""~-_.._--- "- _1,;;;__ 3rt Date ~orviAR08i _~_, (--- ."..~-"'rr~'-~.ji ,aiiy nil IBBBS "-;t~; of Boynton Bf~;)( tish Date 19FEB10 Rolling Green ta Date 20MAR09 mlllBL...- - ,~ Progress 8,1' i n Date i)4MM~09 Hl 02 (' "liCDI ActiVity! Preliminary UClselitH~ Construction St:l1edul Plimavera Svsterns ~,","',. < "',,~ J I I Orlg I Early I Early I R -, 2qG9 r.T!-,---~- , \ . .. A~1ty J_______ ____ Activity .......-~,..- FEL. ,lIAR 1 APR Description __---L Our ._~!!rt___LFlnlsh _1 Camp -' ! L Y i J N L_J~ I AUG SEP [ OCT I NOV i DEC , JAN , INSTALL EXFILTRATlON --------. LL~ L.l,_~__ ~ i .L 1 . ~ ~ :.--~, _'_,L__L_~_~J.-, Ai ..____u_ _ __ _ _.______ , I 30030 Install Concrete Structures 20 28JUL09 24AUG09 _Install Concrete Structures I 01 t- >----. --------------- 1 , , L_ 30()40~n~tal~~~ncrete Pipe 20 30JUL09 26AUG09 01 _Install Concrete Pipe ROADWAY CONSTRUCTION :::=:::~:---:I , ,---_____ __ u____ i 11390 Install MOT . Install MOT [-- , I 11420 Demo 4th Avenue _Demo 4th Avenue I 17 30SEP09 : 220CT09 01 , ! 11410 Install Driveways _Install Driveways . ~ -+ -.--- , . ' I 11425 Install Subgrade. Base, Prime 70 020CT09 14JAN10 0 I Install Subgrade, Base, Prime - , 11380 Install Sidewalk 15 140CT09 03NOV09 01 ~ln8tall Sidewalk I- I I 11610 Install Curbing 20 ! 230CT09 19NOV09 01 _Install Curbing' r- ' ,i I 11615 'Install concrete median 15 02NOV09 .20NOV09 O! _Install concrete median oj ,: 11430 Install Overlay __________ ___~_ ___~ 18JAN10 20JAN10 Ilnstall Overlay --~~-- -~-- .~~ ----_._._-~ ------ ----~--~--- tart Date 20MAR09 - Early Bar BBBS City of Boynton Beach Sheet 3 of 3 inish Date 19FEB10 Rolling Green 'ata Date 20MAR09 Progress Bar un Date 04MAR0910:02 Critical Activity Preliminary Baseline Construction Schedule @ Primavera Systems, Inc. VI.-CONSENT AGENDA ITEM 8.6 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM Requested City Date Final Form Must be Requested City Date Final Form Must be Commission Meeting Turned in to City Clerk's Commission Meeting Dates Turned in to City Clerk's Dates Office Office X April 21, 2009 Aoril 6, 2009 (Noon) 0 June 16, 2009 June 1,2009 (Noon) D Mav 5, 2009 Aoril 20, 2009 (Noon) 0 July 7. 2009 June] 5,2009 (Noon) 0 Mav 19. 2009 Mav 4,2009 (Noon) D Julv 21. 2009 Julv 6. 2009 (Noon) 0 June 2. 2009 May 18,2009 (Noon) D August 4, 2009 Julv 20. 2009 (Noon) 0 Announcements/Presentations 0 City Manager's Renort NA TURE OF D Administrative D New Business AGENDA ITEM X Consent Agenda 0 Legal D Code Compliance & Legal Settlements 0 Unfinished Business D Public Hearing 0 RECOMMENDA TION: The City Commission to authorize City staff to negotiate a Scope of Services Contract with associated costs for the planning, construction drawings and review of bid documents for the MeadowslNautica Sound Park site with Glatting Jackson Kercher Anglin, of West Palm Beach, FL. EXPLANATION: Proposals for the design and construction documents for the development of MeadowslNautica Sound Park were received from 20 firms. The review team, Wayne Bergman, Building Official, Andrew Mack, Public Works Engineer and Jody Rivers, Parks Superintendent, rated each proposal based on several criteria. The firm ofGlatting Jackson Kercher Anglin ranked number one. The Rating Matrix is attached. In accordance with the requirements ofthe Consultants Competitive Negotiation Act (CCNA) as stipulated in Florida Statutes, Chapter 287.055, the City is prepared to negotiate a contract for design services for the park. Following a successful negotiation, staff will return to the Commission for approval to enter into the contract with Glatting Jackson Kercher Anglin. PROGRAM IMPACT: One task of the Scope of Services will be to help the City determine the physical elements that City residents would like to see in the park. This will help determine the program elements and their impacts. FISCAL IMP ACT: The MeadowslNautica Sound Park project has been funded in the CIP for $600,000 (Acct # 302-4298-580-63-05 CP08 I 7). ALTERNATIVES: e negotiation; therefore; not to procee , / ~"t~.....,~ City anager's Signature Assistant to City Manager ~# Recreation and Parks L:;}tu+l:€tftt!o? Department Name City Attorney 1 FInance S\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM DOC RECREATION & PARKS DEPARTMENl MEMORANDUM 09-19 ~?-'Q :1 t:.!I 'j~ TO: Carol Doppler, Purchasing Agent FROM: Indy Rivers, Parks superintendentO' : ';', ',,~,,: i... -- ._~------- DATE: April 3, 2009 SUBJECT: Meadows/Nautica Park - Recommendation for Design Consultant Proposals for the design and construction documents for the development of MeadowslNautica Sound Park were received from 20 firms. The review team, Wayne Bergman, Building Official, Andrew Mack, Public Works Engineer and lady Rivers, Parks Superintendent, rated each proposal based on several criteria. The firm ofGlatting Jackson Kercher Anglin ranked number one. The Rating Matrix is attached. It is the recommendation of the rating team that the City negotiate a contract with Glatting Jackson for the design, construction drawing, bid review and construction oversight for the development of the MeadowslNautica Sound Park. PROGRAM IMPACT: One task of the Scope of Services will be to help the City determine the physical elements that City residents would like to see in the park. This will help determine the program elements and their impacts. FISCAL IMPACT: The MeadowslNautica Sound Park project has been funded in the crp for $600,000 (Acct # "102- 4298-580-63-05 CP0817). AL TERNA TIVES: Not to approve the negotiation; therefore; not to proceed with the design for the park. If you need further information, please let me know. Thanks JR/ Attachment MEAl.Jl.lWS II NAUTICA SOUND CONSULTANT SELECTIO~ >. 0 111 CI) 111 e < 111 II) 0 O/S .... ~ .c e CI) 0 cv 111 II) cv 'tJ e :t .... e :: t:: II) b (J 0 ::s 'tJ >. CI) cv II) CI) .. 0 111 0 CI) (J <( ;!:: e l- e 0.. O/S .c cv .c II) 0 0 'tJ ~ O/S O/S c:n (J > .... II) 0 O/S cv II) >. e ~ 0 ::s <( II) a- Il) ~ cv e cv 0 < 2? e II) LL .... c: 0 O/S ::s t:: c: <( E 'i: ~ II) e (J) <( c:n 0 O/S cv cv 0 .:tt. II) cv - 'tJ e ~ CI) 0 'tJ 0 ~ e O/S ,Q ~ cv CI) (J cv e e w C) E 0.. <' ~ II) :I: (5 .c 'tJ 0 0 cv E c:n c:n CI) ~ .:tt. ::s II) ..., (J CI) ~ ~ cv 2? E .... 0 a <( O/S :I: a- CI) (J) 'jjj 'jjj ~ .c (J 0 .c ::s (J ~ II) e C1i C) ::s 0 CI) CIl a; II) 0 (J C1i c:n CI) E CI) a; O/S ::s cv e e O/S c 0 u: ~ :il (J .5 ~ :: c: a; Q. 111 cv CI) Ox .c E '> e CI) .. E C) CI) .c 'tJ 'tJ ..c I 'tJ .!! e CI) ;:: ,Q e E .... >. "> (J ~ 'iQ 0 cv 'Q; e c: (J (5 CI) ~ e CRITERIA cv d CI) .c 0 ::s (J CI) ~ ~ cv cv :il 0 E ~ CI) :!: m 0 0 0 0 w C) C) :w:: ..J ..J ~ (J) ~ Experience with design of public 20 20 20 20 20 25 15 20 27 25 5 20 20 25 25 20 20 20 25 25 BerClman spaces, natural area, trails and 27 30 30 27 30 30 27 30 30 30 20 26 30 30 25 27 27 22 30 27 Mack site planninCl 5 30 15 5 20 15 5 20 30 30 0 15 25 25 10 25 1 5 20 10 Rivers Subtotal 52 80 65 52 70 70 47 70 87 85 25 61 75 80 60 72 48 47 75 62 Experience with public 5 15 12 5 15 10 5 10 15 20 5 10 5 15 15 15 5 5 10 10 Berqman participation and consensus 15 20 18 15 20 15 15 19 20 20 8 18 12 18 20 15 15 13 19 15 Mack Qathering reQardinQ park desiCln 5 15 5 0 10 5 0 10 20 20 0 20 10 15 10 5 0 0 10 5 Rivers Subtotal 25 50 35 20 45 30 20 39 55 60 13 48 27 48 45 35 20 18 39 30 Experience in design based on 10 15 13 5 15 10 5 15 15 15 1 10 10 15 15 15 5 15 15 5 Berqman LEEDS or other green 15 18 18 15 20 15 15 18 20 18 5 15 10 15 19 15 18 12 18 15 Mack construction 10 15 10 0 5 5 5 15 15 10 0 5 5 10 5 10 1 0 10 1 Rivers Subtotal 35 48 41 20 40 30 25 48 50 43 6 30 25 40 39 40 24 27 43 21 Experience with development of 5 10 10 7 10 15 5 10 13 10 7 5 5 10 10 10 5 10 10 10 Berqman construction drawings, bid specs 15 15 15 15 15 15 15 14 15 15 11 15 15 15 15 15 14 14 15 15 Mack & construction observation 0 15 5 0 15 10 0 15 15 10 0 0 0 10 15 5 1 0 5 10 Rivers Subtotal 20 40 30 22 40 40 20 39 43 35 18 20 20 35 40 30 20 24 30 35 Experience and knowledge of 1 4 3 1 3 5 1 3 4 3 1 3 1 3 5 5 1 1 3 2 Berqman Americans with Disabilities Act 4 5 5 5 5 5 5 5 5 5 4 5 5 5 5 5 5 4 5 5 Mack 0 5 5 0 5 1 0 5 5 1 0 1 5 2 5 1 0 0 0 5 Rivers Subtotal 5 14 13 6 13 11 6 13 14 9 5 9 11 10 15 11 6 5 8 12 Experience with permitting and 1 3 3 5 3 5 1 3 5 3 5 2 1 5 4 5 1 3 5 3 Berqman plan review 5 5 5 5 5 5 5 5 5 5 4 5 5 5 5 5 3 5 5 5 Mack 1 5 5 0 5 5 1 5 5 5 1 1 5 5 5 1 0 0 1 5 Rivers Subtotal 7 13 13 10 13 15 7 13 15 13 10 8 11 15 14 11 4 8 11 13 Within 60 miles radius 5 5 5 5 5 5 5 5 5 5 5 5 0 5 5 5 0 5 0 5 Berqman 5 5 5 5 5 5 5 5 5 5 5 5 0 5 5 5 0 5 0 5 Mack 5 5 5 5 5 5 5 5 5 5 5 5 0 5 5 5 0 5 0 5 Rivers Subtotal 15 15 15 15 15 15 15 15 15 15 15 15 0 15 15 15 0 15 0 15 MAXIMUM POINTS 159 260 212 145 236 211 140 237 279 260 92 191 169 243 228 214 122 144 206 188 2 1 2 VI.-CONSENT AGENDA ITEM C.1 CITY OF BOYNTON BEACH C1J \" AGENDA ITEM REQUEST FORM 21 PH !t: 05 09 MAR Requested City Date Final Fonn Must be Requested City Date Final Fonn Must be Commission Meeting Turned in to City Clerk's Commission Meeting Dates Turned in to City Clerk's Dates Office Office rzI April 21, 2009 Aoril6, 2009~00n) 0 June 16, 2009 June I, 2009 (Noon) 0 May 5, 2009 Aoril 20, 2009 (Noon) 0 Julv 7, 2009 June 15, 2009 (Noon) 0 Mav 19,2009 May 4,2009 (Noon) 0 Julv 21. 2009 July 6, 2009 (Noon) 0 June 2, 2009 Mav 18, 2009 ~oon) 0 August 4, 2009 Julv 20,2009 (Noon) 0 AnnouncementsJPresentations 0 City Manager's Report NATURE OF 0 Administrative 0 New Business AGENDA ITEM rzI Consent Agenda 0 Legal 10 Code Compliance & Legal Settlements 0 Unfinished Business 0 Public Hearing 0 RECOMMENDATION: Motion to adopt a Resolution to assess the cost of nuisance abatement on properties within the City of Boynton Beach. EXPLANATION: In accordance with the Municipal Lien Procedure on file in the City of Boynton Beach, the attached list contains the addresses of properties cited by Code Compliance for nuisances abated by a City-contracted vendor. Finance sent an invoice to each property owner. There was no response within the required 30-day period. Copies of the invoices were then forwarded to the City Clerk's Office for continuation of the procedure. The property owners were again issued a copy of the invoice and a letter which offered an opportunity to pay the invoice within an additional 30-day period. The attached list contains the names of the property owners who have still not responded to our correspondence. At this point in the procedures, authorization is requested to record liens against these properties in the public records of Palm Beach County within 30 days of adoption of the Resolution. Prior to sending the Resolution to the County for recording, the City Clerk will send another letter to each property owner notifying them they have another 30 days to pay the invoice before the Resolution is sent for recording. An additional administrative fee of $30 will be added to the assessment when the Resolution is sent to the County for recording. Thirty days after the Resolution is recorded, the property owners will receive, by certified mail, a copy of the Resolution and another letter stating the unpaid balance will accrue interest at a rate of 8% per annum. PROGRAM IMPACT: FISCAL IMPACT: This process allows us to place liens on the properties in order to reimburse the City for the services that were provided when the nuisances were abated. The alternative would be to not place liens on the properties and not collect for the service '_/J!} . } /) ck{~ City Manager's Signature ., Ass"'nt to City Manage: fJiJ=-- ~~~ City Clerk's Office City Attorney / Finance S:\CC\WP\LOT MOWING ASSESSMENTS\AGENDA MEMOS\Agenda Item Request for 03-04-09 Letters - #2.doc S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM. DOC 1 H.ESOLUTION NO. U9- 2 3 A RESOLllTION OF THE CITY OF BOYNTON 4 BEACH, FLORIDA A.SSESSING THE COSTS OF 5 ABATEMENT OF CERTAIN NUISANCES 6 AGAINST THE OWNERS OF THE PROPERTIES 7 INVOLVED: AND PROVIDING AN EFFECTIVE 8 DATE. 9 10 11 12 WHEREAS, in January, 2009, a contract vendor was requested by Code Compliance 13 to mow the- lots of the properties described in !-~:\hinit ",\'": and 14 15 WHEREAS. the ll\\nerS III the pan:el(sJ llf property hereinafter described were 16 in\' ulced by the 1- inance Department on 1 \""0 occasions in an erfurt to recoup these costs with 17 no response: and 18 19 WHEREAS, said nuisance \\as not abated as reqUlred: and. 20 21 WHEREAS, on March 4. 2009. all of the property owners listed in the attached 22 Exhibit ..;\"" were sentlcHers l)ffering them an opportunity to remit within 30 days in order to 23 avoid incurring a lien on their property: and 24 25 WHEREAS. the City Manager or his authoriLed representative has made a report of 26 costs actually incLlfred by the City and abatement of sald nuisance as to the property(s) 27 involved. \\hich is described in l'xhibit ..\., auached 10 this Resl)\ution: and 28 29 WHEREAS, upon passage of this Resollltion. the property owners will be furnished 30 with a cop) of this Resolution. and given one morl' opportunity to remit all costs associated 31 with the abatement in full within 30 days of the passage of the Resolution. before transmittal 32 to the County for recordation of Liens: and 33 34 35 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 36 THE CITY OF BOYNTON BEACH, FLORIDA AS FOLLOWS: 37 38 \ecllun I . Lach \/""here-as ".lJ.use set !unlt above \:-; true and correct and 39 I incurporated herein b) this rl'i"erencl' 40 41 I Section 2: Jhe- aJ1luunt oj l'usts incurred b\ the City and the abatement ot" the 42 above-described nuisance as to the parcels uf land. o\\ned and indIcated to WIt: 43 i 44 45 SEE ATTACHI:D COMPOSITL EXllIBIT ",\' 46 II I' II ! ! I is ICAIRFSO\ieglsla\lve ActlonslNulsance Aoaternent llen~ U4?1 uc, dUC I! : ! II , f , , i; 1 (Charges cover Invoices dated January, 2009) 2 Subject amount is hereby assessed as liens against said parcels of land as 3 indicated, plus an additional administrative charge of $30.00 for each Lien. 4 Liens shall be of equal dignity with the taxes there from for the year 2009, and 5 shall be enforced and collected in like manner pursuant to applicable 6 provisions of law. In the event collection proceedings are necessary, the 7 property owner shall pay all costs of the proceedings, including reasonable 8 attorneys fees. 9 10 Section 3. This Resolution shall become effective immediately upon passage. 11 12 PASSED AND ADOPTED this _ day of April, 2009. 13 14 CITY OF BOYNTON BEACH, FLORIDA 15 16 ~,--~ . -.--..- ---.. ---. 17 Mayor - Jerry Taylor 18 19 ~--_.- 20 Vice Mayor --- Woodrow L. Hay 21 22 __.._~________ __U'___ __.._..___~_ 23 Commissioner- Ronald Weiland 24 25 - n ____~_____________ 26 Commissioner - Jose Rodriguez 27 ATTtSJ; 28 ~_. - -.. - .~_._----- 29 Commissioner- Marlene Ross 30 --~- ,_ - ___.__._.__.....___n___'....__ ___ 31 Janet M. Prainito, CMC 32 City Clerk 33 34 35 36 (Corporate Seal} -ICAIRESOILeglslatlve ActlonslNuisance Abatement Liens 042109 doc rF;","'~ ] ;6:~~~. --------~~_._----_.._.-.. -_._._--~---_._-_.~- ----- _._--~- LlenAmtl ..Q:>1JlP_iJiIY StreetAddress Ci StateZiQ._ _. Invoic.~# CEB# PCN# Salutation j!ofdays Dollars CLYDE & 1625 NE2'lDST---- BOYNTON BEACH FL 23757 08-3115 084345210 Mr. & Mrs. 46 398.09 428.09 I ALBERTA 33435 20060100 Jones I --~ 225 NW jRD AVE - --~---_..._"_.- - ._~---- ~ ROGER & [MC KE.~~ON BOYNTON BEACH FL 23758 08-3154 084345210 Mr. & Mrs. 46 398.09 428.09 1 I.ANg!:A 33435 70011660 McKennon ------ ---- .. ---------- I I~YNOLO & ~-- .----.-.--..-...-- ~._-~_." - --- I SIMEUS 3105 OCEAN PARKWAY BOYNTON BEACH FL 23760 08- 3657 084345091 Mr. & Mrs. 44 398.09 428.09 i MURACIA 33435 20080170 Simeus I ------ ~-- 2701 NES'HAVE ---.--------- ------------- -~.,-----..- - ----- ----~~ :::~:-~ I ~:;:~~. AZZARITO BOCA RATON FL 33431 23761 08-3756 084346041 Ms. Azzarito 44 398.09 -- - ---.-.- - -------------- ___no. 60070160 "-----.-- FEDERHENN 706 NE 7TH AVE BOYNTON BEACH FL 23766 09-183 084345220 Ms. 43 206.03 [ 33435 30020100 Federhenn I CHARLIE .- 641 NW 5TH ST --_._.~--------- "---..------------- .~._._. -- --'~-'-- ANDREWS ET AL BOYNTON BEACH FL 23767 09-184 084345212 Mr. Andrews 43 206.03 236.03 33435 20030050 ---- _._..~ I - -- -- - --~ .1 I I. - -- --- - -.-.--..---.....- __ _____n_._____n____ ----~~ ___... ___n__ .------ ~ i --- --- -- ----,--- --.- ------ 1----- --------.-------------------- ___._.______.__ __ ____m_._~ ____ ~_ _ _~_. ____ ---- -- ------- -- -- ---.- I .__n_.. ---. --- - --- tTJ :x: ::r: "Cr\WP\LO I MUWING ASSEcSSMEN /S\PRUCESS SlEPSlYear 21)1)9\Data List /01 File #1)2 Lot Mowing Liens 1)3.04.09.do( H to H >-j -. ,l> ~ VI...CONSENT AGENDA CITY OF BOYNTON BEACH ITEM C.2 AGENDA ITEM REQUEST FORM Requested City Date Final Form Must be Requested City Date Final Form Must be Commission Turned in to Commission Turned in to Meetin Dates Cit Clerk's Office Meetin Dates Cit Clerk's Office [8J A ril 21. 2009 A o June 1 6, 2009 0 5,2009 o Jul 7, 2009 o Ma 19,2009 o Jul 21,2009 Jul o June 2, 2009 o Au ust 4, 2009 Jul 0 Announcements/Presentations 0 Cit 0 Administrative 0 New Business NATURE OF [gJ 0 AGENDA ITEM Consent A enda Le 01 0 01 Settlements 0 Unfinished Business 0 Public Hemin 0 RECOMMENDATION: Staff recommends that Commission approve the adoption of Resolution R09_ accepting changes in the City's Local Housing Assistance Plan (LHAP) for State Fiscal Years 09/10, 10/11, and 11/12, as well as insuring that said changes are consistent with all prior year changes. These funds are for the continuation of the State Housing Initiatives Partnership (SHIP) Program. EXPLANATION: In accordance with Florida Statutes Chapter 420, dedicated revenues resulting from the William E. Sadowski Affordable Housing Act are distributed to various municipalities that are "entitled" communities to assist with affordable housing efforts, The current Plan is a continuation of the Plan initially established in 1997 with input from citizens directly involved in the housing industry, and is consistent with the housing element of the City's Comprehensive Plan, At the recommendation of the city's Affordable Housing Advisory Committee, the Commission adopted and approved Resolution ROB-070 to maintain the strategies in the plan. PROGRAM IMPACT: SHIP Grant funds play a major part in the City's continuing effort to provide decent, affordable housing and improve the housing stock in the older, more depressed neighborhoods in the target area. Since the implementation of the program, the City of Boynton Beach has assisted 182 low and moderate income families obtain homes, and another 172 low income families to make repairs to their homes. FISCAL IMPACT: Funding to begin in July of this year should be approximately $500,000 annually for the next three (3) years. A maximum of ten percent (10%) will be used for administering the program, which equates to about $50,000 annually, t to receive the funding, and fund the City's housin programs from the general fund, Department of Development Community Improvement Division Department Name City Attorney I Finance S:\Community Improvemenf\Agenda Requests\2009\CC 0421 lHAP,doc I RESOLl!TION R09- ~ 3 4 A RESOLUTION OF THE CITY COMMISSION OF 5 THE CITY OF BOYNTON BEACH, FLORIDA, 6 ADOPTING THE STATE HOUSING INITIA TIVES 7 PARTNERSHIP (SHIP) PROGRAM LOCAL HOUSING 8 ASSISTANCE PLAN, FOR STATE FISCAL YEARS 9 2009/10,2010/11,2011/12; PROVIDING AN EFFECTIVE JO DATE. II 12 WHEREAS, in accordance with Florida Statutes Chapter 4:2U. dedicated revenues I ~ resulting thml the \Villiam I: Sado'v\ ski ,'\fTordable I lousing Act are distributed to various .' J4 municipalities that arc "entitled" communitil's to assist \\ ith affordable housing efforts: and 15 \VHEREAS, the Plan (attached hereto ;Jnd made a part hereof) was initially 16 established in ] lJ97 \\ith input tJ'om citizens directl) il1\olved in the housing industry, and is 17 cunsislcnt 'v\ith the housing clement oCthe Cit)'s Comprehensive Plan: and 18 WHEREAS, the ('it) finds pursuant to Chaph:r 420.3075(6). Florida Statutes, that I 19 I 5% of the Local I lousing Distribution is insutIicient to adequately pay the necessary costs 20 of adminIstering the I.ocal I lousing Assistance Plan, and intends to utilize the maximum ~I allowable distribution uf 1 000: and '1" \VHEREAS. upon the recommendation or stalI the Cit) C'ommlSSlon deems it to -- "P be in the best interests of the citizens and residents or the City of Boynton Beach to adopt --' 24 the City's Locall1uusing Assistance Plan (lHAPl t()l' State hscal Years. 2S NOW, THEREFORE, BE IT RESOLVI~D BY THE CITY COMMISSION OF 26 THI<~ CIT\ OF BOYNTON BEACH, FLORIDA, THAT: ~7 Ii Section J. the foregmng n\\ hercas" clauses are true and correct and are hereby --_.~- -" 28 ratified and contirmed 0) the Cit) Commission. lls,( c\'Rl'Sl I'SI/1I' HllLJ"n~ 1'1"" 2(1W' I I' dp, ! ! i I Ii I! " , , Ii 1 Section 2. The City Commission of the City of Boynton Beach, Florida, hereby 2 adopts the City's Local Housing Assistance Plan (LHAP) for State Fiscal Years 2009/1 0, 3 2010/11, and 2011112, subject to receipt of funding. 4 Section 3. This Resolution shall become effective immediately upon passage. 5 PASSED AND ADOPTED this day of April, 2009. 6 7 CITY OF BOYNTON BEACH. FLORIDA 8 9 -~~_. 10 Mayor -- Jerry Taylor 11 12 13 Vice Mayor - Woodrow L. Hay 14 15 - ~_._.__._---_..__..~-------~~._--- 16 Commissioner -- Ronald Weiland 17 18 - -- - -----_..~_...- .~_.._----~-- 19 Commissioner - .lose Rodriguez 20 21 ---------- 22 Commissioner -- Marlene Ross 23 24 ATTEST: 25 26 27 28 29 .Ianet M. Prainito, CMC 30 City Clerk 31 32 33 34 (Corporate Seal) 35 S ICAIRLSUISIIIP HOUSIng Plan 200'J.IO doc NAME OF LOC AL GOVERNMENT CITY OF BOYNTON BEACH SHIP LOCAL HOUSING ASSISTANCE PLAN (LHAP) FISCAL YEARS COVERED 2009/2010,2010/2011, & 2011/2012 Department of Development - Community Improvement Division Octavia S. Sherrod, Community Improvement Manager Brenda Cornelius, Affordable Housing Administrator - 1 - 1. PROGRAM DESCRIPTION: A. Name of the participating local government and Interlocal if Applicable: CITY OF BOYNTON BEACH Interlocal: Yes No X Name of participating local government(s) in the Interlocal Agreement; N/A B. Purpose of the program: Creation ofthe Plan is for the purpose of meeting the housing needs ofthe very low, low and moderate income households, to expand production of and preserve affordable housing, to further the housing element of the local government comprehensive plan specific to affordable housing. The City of Boynton Beach's Local Housinq Assistance Plan was initiated with the adoption of Ordinance No. 97-11 on May 6, 1997. The proqram was desiqned to promote and implement the Qoals of the State Housing Initiatives Partnership (SHIPl Proqram and the Housinq Element to the City's Comprehensive Plan by producinq and preservinq affordable housinq. It is used citywide to increase affordable housinQ for extremely- low income, very-low income, low-income, and moderate-income households within the City limits. The proqram also helps implement the qoals of the City's Community Development Block Grant (CDBGl Consolidated Plan. The obiectives of the proqram will be achieved pursuant to the SHIP proqram throuqh the production, acquisition, and rehabilitation of affordable housinq usinq funds as provided by the SHIP Act. C. Fiscal years covered by the Plan: 2009/2010,2010/2011, and 2011/2012 D. Governance: The SHIP Program is established in accordance with Section 420.907-9079, Florida Statutes and Chapter 67-37.007 Florida Administrative Code. The SHIP Program does further the housing element of the local government Comprehensive Plan. Cities and Counties must be in compliance with these applicable statutes and rules. - 2 - E. Local Housing Partnership: SHIP Program encourages building active partnerships between govemment, lenders, builders and developers, real estate professionals, advocates for 1m\!- income persons and community groups. The City of Boynton Beach has formed stronq partnerships with the following aqencies: The Boynton Beach Faith-Based CDC, a faith based non-profit organization and sub recipient of Community Development Block Grant funds. This orqanization acts as a Liaison between the City and its applicants, preparing them for home ownership with counseling and the necessary hand holdinq that is required to home ownership, to include the assemblinq of necessary documentation. This aqency is a HUD Certified Housinq Counselinq Aqency, which conducts pre- and post-purchase counseling workshops, as well as workshops coverinq maior and minor home maintenance. The Boynton Beach Community Life Care Center, is a non-profit organization which provides self sufficiency to extremely low, very low-L and low income residents of the City of Boynton Beach. This Agency provides self-sufficiency programs that encouraqe education, iob traininq, and home ownership as one of its priorities. The Boynton Beach Community Redevelopment Agency (CRA) has implemented an Affordable Housinq Proqram, which compliments the City's effort to assist potential homeowners within its area to achieve the dream of homeownership Life Improvement for Tomorrow (LIFT) is a non-profit organization that provides Home Education, Credit Education, and Money Management classes both in Enqlish and Spanish. The City has also encouraged its lendinq partners to -fund these classes as well. The City has souqht and encouraqed the participation of local realtors to provide services as aqents for its applicants in the purchasinq process. The City of Boynton currently provides rent free housing in a City owned buildinq for the local Head State Program, which accommodates childcare for low-income residents in the tarqet area. F. Leveraging: The Plans are intended to increase the availability of affordable residential units by combining local resources and cost saving measures into a local housing partnership and using public and private funds to reduce the cost of housing. SHIP funds may be leveraged with the local eRA or used to supplement other Florida Housing Finance Corporation programs and to provide local match to obtain federal housing grants or programs. - 3 - Funds from the Citv of Bovnton SHIP mav be leveraqed with Florida Housinq Bond, CDBG, CRA, and other public funds with private sector financinq to help reduce the risk to lenders. Leveraqinq funds provides homeownership opportunities to extremelv-Iow, very-low, low, and moderate income households. The Citv of Bovnton Beach Communitv Redevelopment Aqencv has purchased propertv in coniunction with the proiect known as the Heart of Bovnton (HOB). Thev have conveved these properties to developers and non-profit orqanizations as incentives to buv down the cost of producinq affordable housinq. The CRA has also offered qrants UP to $50,000 as a match to SHIP and other public funds. G. Public Input: Public input was solicited through face to face meetings with housing providers, social service providers and local lenders and neighborhood associations. Public input was solicited through the local newspaper in the advertising ofthe Local Housing Assistance Plan and the Notice of Funding Availability. In addition to Affordable Housinq Board Advisorv Committee meetinqs, other input was solicited from housinq partners, lenders, realtors, providers of social services and local neiqhborhood associations. H. Advertising and Outreach: The county or eligible municipality or its administrative representative shall advertise the notice of funding availability in a newspaper of general circulation and periodicals serving ethnic and diverse neighborhoods, at least 30 days before the beginning of the application period. Ifno funding is available due to a waiting list, no notice of funding availability is required. The Citv of Bovnton Beach distributes fivers and brochures to local churches located in the CDBG tarqet neiqhborhoods, Title XX Dav care centers, the Citv library, the Citv's Local Housinq Partners and to anv person or orqanization requesting information on the SHIP Proqram. Information is available in the Citv of Bovnton Beach Department of Development, displaved on the Citv's website and in the main lobbv of the Citv Hall, as well as the lobbies of participatinq non-profits. Staff also participates in local homebuver fairs and workshops. The Citv of Bovnton Beach has been featured in the local newspapers with several articles concerninq the pendinq implementation of the proqram. I. Discrimination: In accordance with the provisions of ss. 760.20-760.3 7, it is unlawful to discriminate on the basis of race, creed, religion, color, age, sex, marital status, familial status, national origin, or handicap in the award application process for eligible housing. -4- The City of Boynton supports the Fair Housinq Center of the Greater P,g!lII Beaches in an effort to deter discrimination in housinq. J. Support Services and Counseling: Support services are available from various sources. Available support services may include but are not limited to Homeownership Counseling (Pre and Post), Credit Counseling, Tenant Counseling and Transportation. A maximum of three percent (3%) of the SHIP funding will be allocated durinq all three fiscal years for providing home ownership training and counselinq for first time homebuyers as well as owners of homes assisted throuqh the Local Housing Assistance Program. This will be a part of the onqoinq partnership with local lenders, Life Improvement for Tomorrow, the Boynton Beach Faith-Based CDC, and any other providers of this service that are identified by the City at no charge to the applicants. These funds will defray the costs normally associated with this service. Post purchase traininq will emphasize budgeting and maintenance. The Boynton Beach Faith-Based CDC is certified as a HUD counselor. K. Purchase Price Limits: Purchase Price Limits: The sales price or value ofnew or existing eligible housing may not exceed 90% of the average area purchase price in the statistical area in which the eligible housing is located. Such average area purchase price may be that calculated for any 12-month period beginning not earlier than the fourth calendar year prior to the year in which the award occurs. The sales price of new and existing units, which can be lower but may not 90% of the median area purchase price established by the tIS. Treasury Department or as described above. The methodology used is: X Independent Study (copy attached) _ U.S. Treasury Department Local HFA Numbers - The purchase price limit for new and existing homes is shown on the Housing Delivery Goals Charts. The maximum purchase price for a new and existinq home IS $235,200.The maximum purchase price limit will be adiusted as needed in response to The Florida Housinq Finance Corporation and changes in the local real estate market. L. Income Limits, Rent Limits and Affordability: The L'1come and Rent Limits used in the SHIP Program are updated annually from the Department of Housing and Urban Development and distributed by Florida Housing Finance Corporation. Affordable means that monthly rents or mortgage payments including taxes and insurance do not exceed 30 percent of that amount which represents - 5 - the percentage of the median annual gross income for the households as indicated in Sections 420.9071 (19), (20) and (28), F.S. However it is not the intent to limit an individual household's ability to devote more than 30% of its income for housing, and housing for which a household devotes more than 30% of its income shall be deemed Affordable if the first institutional mortgage lender is satisfied that the household can afford mortgage payments in excess of the 30% benchmark and in the case of rental housing does not exceed those rental limits adjusted for bedroom size. It is not the intent of the City of Boynton Beach to limit an individual household's ability to devote more than 30% of its income for housinq. If a household devotes more than 30% of its income, it shall be deemed Affordable, if the first institutional mortqaqe lender and the City of Boynton Beach are both satisfied that the household can afford mortqaqe payments in excess of the 30% benchmark. The City of Boynton Beach does not have a rental strateqy, M. Welfare Transition Program: Should a eligible sponsor be used, the city/county has developed a qualification system and selection criteria for applications for Awards to eligible sponsors, which includes a description that demonstrates how eligible sponsors that employed personnel from the Welfare Transition Program will be given preference in the selection process. Althouqh the City of Boynton Beach does not have a rental strateqy, we are committed to continuinq our partnership of leveraqinq SHIP funds with the local Housinq Authorities "Self-Sufficiency Program" located in Palm Beach County. N. Monitoring and First Right of Refusal: In the case of rental housing, the staff or entity that has administrative authority for implementing the local housing assistance plan assisting rental developments shall annually monitor and determine tenant eligibility or, to the extent another governmental entity provides the same monitoring and determination, a municipality, county or local housing financing authority may rely on such monitoring and determination of tenant eligibility. However, any loan or grant in the original amount of$3,000 or less shall not be subject to these annual monitoring and determination of tenant eligibility requirements. Tenant eligibility will be monitored for at least annually for 15 years or the term of assistance which ever is longer unless as specified above. Eligible sponsors that offer rental housing for sale before 15 years or that have remaining mortgages funded under this program must give a first right of refusal to eligible nonprofit organizations for purchase at the current market value for continued occupancy by eligible persons. The Citv of Boynton Beach dops not have a rental strategy. - 6- O. Administrative Budget: The City of Boynton Beach finds that the moneys deposited in the local housing assistance trust fund shall be used to administer and implement the local housing assistance plan. In accordance with Section 420.9075 Florida Statute and Chapter 67- 3 7. Florida Administrative Code, a county or an eligible municipality may not exceed the 5 percent limitation on administrative costs, unless its governing body finds, by resolution, that 5 percent of the local housing distribution plus 5 percent of program income is insufficient to adequately pay the necessary costs of administering the local housing assistance plan. The cost of administering the program may not exceed 10 percent ofthe local housing distribution plus 5% of program income deposited into the trust fund. except that small counties, as defined in s. 120.52(17), and eligible municipalities receiving a local housing distribution of up to $350,000 may use up to 10 percent of program income for administrative costs. The City of Boynton Beach has determined that five percent ( 5%) of the SHIP allocation and five percent (5%) of the proqram income is insufficient to adequately pay the necessary costs of administering the local housinq assistance plan. Ten percent ( 1 0%1 of the SHIP allocation plus five percent (5%) of proqram income is necessary to cover administrative expenses for the SHIP Program. Administrative expenses in excess of the maximum ten percent ( 1 0%1 SHIP allocation will be supplemented by other fundinq sources. The City of Boynton Beach has adopted the above findinqs in the attached resolution, Exhibit E. P. Program Administration: Administration of the local housing assistance plan is the responsibility of the CIty. Should a third party entity or consultant contract for all of part of the administrative or other functions of the program provide in detail the duties, qualification and selection cri teria. The Community Improvement Division of the City of Boynton Beach will be responsible for the day to day operations of the SHIP Program. Administrative functions include: advertising availability of funds and community outreach, applicant intake and income certifications, work write-ups and inspections, coordination with first mortgaqe lenders and counselinq services, reviewing and evaluatinq proqram effectiveness, and submittal of plan amendments and annual reports to the Florida Housing Finance Corporation. Q. Essential Service Personnel: Define in accordance with Rule Chapter 67-37.002(8) F.A.C. and Chapter 67-37.005(8), F.A.C. and Section 420.9075(3)(a) FS. - 7 - The City of Boynton defines Essential Service Personnel as persons in need of affordable housinq who are employed in but are not limited to the followinq areas: Essential service personnel and municipal employees for the City of Boynton Beach, teachers and educators, police and fire services, health care personnel, other public services, child care services, retail and wholesale services, and skilled buildinq trades personnel. II. LHAP HOUSING STRATEGIES: NOTE: Include a selJarate stratef!:V for Disaster Mitigation. NOTE: In the event preference is given to Essential Service Personnel. lJlan text must so state lJursuant to Chapter 67- 37.005(8). F.A.C. NOTE: Strategv titles shall be consistent throughout local government lJlans. Acceptable strategy titles include but not limited to: Housing Rehabilitation, Impact Fee Assistance, Purchase Assistance Existing with or without Rehabilitation, Purchase Assistance New Construction, Sweat Equity, Replacement Housing, and Disaster Relief. 1. Name of the Strategy: PURCHASE ASSISTANCE Existinq with or without Rehabilitation/New Construction a. Summary of the Strategy: This loan will assist extremely-low, very-low, low, and moderate-income homebuyers with the purchase of a home and will provide "GAP" financinq for first mortqaqes to insure affordable monthly payments. Eliqible costs under this strateqy may include but are not limited to down payment and c10sinq costs on the first mortqaqe and repairs needed to make the unit habitable. Eliqible properties include newly constructed homes (built within 12 months of c1osinq) or existinq homes, which mayor may not need rehabilitation. Rehabilitation is defined as the repairs or improvements needed for safe and sanitary habitation, correction of substantial code violations, or the creation of livinq space due to overcrowdinq. b. Fiscal Years Covered: 2009/2010,2010/2011, and 201112012. c. Income Categories to be served: Extremely Low, Very Low, Low, and Moderate-Income Households. d. Maximum award is noted on the Housing Delivery Goals Charts: -8- Extremely Low/Very Low ..........................$60,000/$10,000* Low.... ....................... ....................... .............$50 ,000/$10,000*_ Moderate ..... ...... ....................................... .................. $25,000 * An additional $10,000 may be available above the purchase assistance for necessary code-related repairs when applicable. e. Terms, Recapture Program Income and Default. The SHIP funds are provided as a deferred loan. There are no monthly payments requirements associated with this loan. The loan will be concurrent with the first mortgaqe at a zero percent interest deferred payment loan. The program will provide a deferred payment loan coverinq the full amount of assistance with a percentaqe of the equity earned to be shared at the time of transfer or c10sinq to qualified, eliqible homebuyer. The deferred payment loan is forqivable at the oriqinal term of mortqage, providing the home remains owner occupied and honors all requirements of the deferred payment loan. A second (subsequent) mortgage will be placed on the home. If the home is sold, transferred , refinanced, or ceases to be owner occupied prior to the oriqinal term period, which does not constitute default, the deferred payment loan and the shared equity is recaptured at time of the closing and the funds are returned to the City of Boynton Beach SHIP Program. In case of death of the homeowner, the deferred payment loan would continue as long as the new owner is income eliqible under the SHIP guidelines, and resides in the dwellinq. If the new owner is not eligible, the house is sold, transferred, or refinanced, the sum of the loan and the shared equity would be due and payable and the owner must pay a percentage of the excess profit to the City of Boynton Beach. All voluntary loan repayments to the program will be considered as Proqram Income. Recipients must execute a Promissory Note, Mortqage, and Aqreement for First Riqht-of-Refusal. The Mortqaqe and Aqreement will be recorded in the public records of Palm Beach County. Include terms of recapture in the event of default (failure to make required payments on a loan secured by a first mortgage which leads to foreclosure and/or loss of property ownership). f. Recipient Selection Criteria: The applicant will be selected on a first-come, first-served basis, and must be certified as very-low, low, or moderate-income as a result of third party verifications. The potential homebuyer must be credit worthy and - 9 - have sufficient income required to obtain mortoaoe financino from a participatino lender, and must attend a homebuyers education course offered by participatino lenders and/or community based development oroanizations. The applicant must not own any other residence unless it is beino replaced with the construction of a new home thouoh the SHIP Prooram. An applicant may submit a completed SHIP application to the City of Boynton Beach for determination of elioibility at any time. Applicants are reauired to provide all documentation requested for income, elioibility, and aualification determination. Applicants must be income eliaible with incomes between zero and 120% of the median income as provided by the State and adiusted to family size. Purchasers must be first time homebuyers, to include displace homeowners due to divorce, purchasino within incorporated Boynton Beach area, and may not currently have assets exceedino $15,000 (gifts included in the asset calculation l. If the applicant has funds that exceed the $15,000 maximum and is income certified, he/she must commit one third ( 1 /3l of his/her assets to be used in addition to the amount of assistance provided. The exception to this would be if the applicant has funds in a retirement fund that can only be accessed by termination. The LTV's must be adhered to. g. Sponsor Selection Criteria, if applicable: Include qualification system and selection criteria for applications for Awards to eligible sponsors. h. Additional Information: Each applicant will be responsible for a minimum of three percent (3%l towards down payment/c1osino costs, and/or processino of their mortoaoe loan, and the purchase of the first year's premium of homeowner's insurance. SHARED EQUITY Should the owner reside in the property for the full term of the orioinal mortoaoe, the City's mortaaoe is foroiven. If the property is sold, the deed transferred, or the property is rented durino the first ten ( 1 Ol years of ownership, the owner must repay the entire amount of the City's mortoaoe, and must pay 80% of the excess profit of the equity per the appraised fair market value durino this time. If the property ceases to be owner occupied due to sale of oropertv. transfer of deed, or rental of property after the ten year period, the owner shall pay to the City of Boynton Beach the principal amount of the orioinal mortaaoe. - 10- RIGHT -OF-FIRST -REFUSAL The Riqht of First Refusal shall afford the CITY the right to purchase from Borrowers the Mortqaqed Property for the same purchase price as set forth in a written valid offer of a contract for sale and purchase tendered bv a third party in an arms lenqth transaction, provided that the purchase price represents the appraised fair market value of the Mortqaqed Property and Borrowers provide written notice to City of their desire to accept said off~ of a contract for sale and purchase. CITY agrees to exercise or waive its Riqht of First Refusal within forty five (45) days of receipt of written notification with COpy of a bona fide offer or proposed contract for purchase from a third party and copy oftb~ appraisal. 2. Name of the Strategy: HOUSING REHABILITATION Sinqle family, detached housinq rehabilitation and/or emerqency repairs. a. Summary of the Strategy: This loan will assist homeowners with needed repairs as defined by Chapter 67-37, Florida Administrative Code. The City of Boynton Beach passed a Community appearance Code Ordinance in 1996. The result of stepped-up code enforcement has made rehabilitation a cost burden for many extremely low, very low, and low Income residents. Rehabilitation is defined as repairs or improvements which are needed for safe or sanitary habitation, correction of substantial code violations, or the creation of additional living space to correct overcrowdinq. This program will address repairs for sinqle family, owner-occupied detached houses within the city limits of Boynton Beach. Applicants can not own another residence. Repairs of an emerqency nature, as determined by the City of Boynton Beach's Construction Coordinator, are given priority. Mobile homes and rental units are not eliqible for assistance in this strategy. b. Fiscal Years Covered: 2009 /2010,2010/2011, and 2011 /2012. c. Income Categories to be served: Extremely-Low, Very-Low, Low, and *Moderate-income Households. *Moderate income residents will be considered only for life threateninq emergency repaIrs. d. Maximum award is noted on the Housing Delivery Goals Charts: - 11 - Extremely Low Income Households ........................ $50,000 Very Low and Low Income Households ................ $50,000 Moderate-income Households ............................. *$20,000 e. Terms, Recapture, Program Income and Default: Include terms of recapture in the event of default (failure to make required payments on a loan secured by a first mortgage which leads to foreclosure and/or loss of property ownership). SHIP funds are provided as a deferred loan. There are no monthly payments requirements associated with this loan. The deferred loan will be partially forqiven each year over a ten-year ( 1 0) period, at the conclusion of which the debt will be considered satisfied. If at any time durinq the ten-year (10) period the property is sold, refinanced, rented or ceases to be owner-occupied, which does not constitute default, the loan recipient shall pay to the City the remaininq balance of the loan. All voluntary loan repayments to the proqram will be considered as Proqram Income. Recipients must execute an aqreement, Promissory Note, and Mortqaqe. The Mortqaqe will be recorded in the public records of Palm Beach County. f. Recipient Selection Criteria: An applicant may submit a completed SHIP application to the City of Boynton Beach for determination of eliqibility at any time. Applicants are required to provide all documentation requested for income, eliqibility, and qualification determination. Applicants must be income eliqible with incomes between zero and 120% of the median income as provided by the State and adiusted to family size. Applications are processed on a first-come, first-served basis. Applicants may not own any other residence: and must own and OCCUpy the home beinq rehabilitated for the duration of the deferred payment loan. All property taxes and mortqaqe payments must be current. Applicants are required to have property insurance. g. Sponsor Selection Criteria, if applicable: Include qualification system and selection criteria for applications for Awards to eligible sponsors. h. Additional Information: Eliqible repairs may include, but are not limited to cost of labor and materials for: I. Installation and/or repairs of sanitary water and waste, disposal systems, toqether with related plumbinq and fixtures, which meet local health department requirements -12 - II. Enerqy conservation measures such as installation of enel.lli: efficiency door and windows iii. Repair or replacement of heatinq and/or coolinq systems WI!tl hiqh enerqy efficient 14 SEER or hiqher iv. Electrical upqradinq v. Repair or provision for structural support and foundation vi. Replacement of seriously deteriorated siding, porches, _ or stoops vii. Alteration of the unit's interior or exterior to provide greater accessibility for any family member that may be physically impaired or have mobility problems viii. Replacement housing to provide GAP financing to the followinq households of extremely low, very low, and low Incomes; with priority qlven to the elderly (62+\'and/or medically /physically impaired homeowners in these income categories, residinq in homes deemed not viable for rehabilitation. Demolition of existinq property, construction cost of replacement home on the same lot or new location selected by the City of Boynton Beach, and/or the purchase of an existinq home. 3. Name of the Strategy: DISASTER RELIEF a. Summary of the Strategy: In the event of a declared natural disaster, SHIP funds that have not been encumbered, will be used to leverage available federal and state funds to provide assistance to income eliqible households for the purpose of repairinq eligible housing, providinq assistance with insurance deductibles, and obtaininq short term temporary housing. Althouqh mobile homes and rental units are not eligible for repair assistance in this strateqy, the residents of these units may be eliqible for assistance with emergency housing. b. Fiscal Years Covered: 2009/2010,2010/2011, and 2011/2012. c. Income Categories to be served: Extremely-Low, Very-Low, Low, and Moderate Income Households. d. Maximum award is noted on the Housing Delivery Goals Charts: $10,000. - 13 - e. Terms, Recapture and Default. Include terms of recapture in the event of default (failure to make required payments on a loan secured by a first mortgage which leads to foreclosure and/or loss of property ownership). The SHIP funds are provided in the form of a qrant, not requirinq households to repay funds used for disaster relief. In the event the City Of Boynton Beach Receives reimbursement from federal or state sources, such repaid funds will be utilized in accordance with the approved Housinq Assistance Plan in effect at the time funds are disbursed. f. Recipient Selection Criteria: An applicant may submit a completed SHIP application to the City of Boynton Beach for determination of eliqibility at any time. Applicants are required to provide all documentation requested for income, eliqibility, and qualification determination. Applicants must be income eliqible with incomes between zero and 120% of the median income as provided by the State and adiusted to family size. Applications are processed will on a first-come, first-served basis. Applicants may not own any other residence; and must own and OCCUpy the home beinq rehabilitated. The property must be located in incorporated Boynton Beach. g. Sponsor Selection Criteria, if applicable: Include qualification system and selection criteria for applications for Awards to eligible sponsors. h. Additional Information: Purchase of emerqency supplies for eliqible households to weatherproof damaqed homes, interim repair to avoid further damaqe, tree and debris removal required to make individual housinq unit habitable, and post disaster assistance with non-insured repairs. 4. Name of the Strategy: FORECLOSURE PREVENTION a. Summary of the Strategy: The foreclosure prevention proqram provides financial assistance to income eliqible homeowners who are facinq foreclosure. This program will assist homeowners within the incorporated Boynton Beach area avoid foreclosure. Funds will be provided to pay either UP to six (6) months of delinquent mortqaqe payments (PITI) or the maximum award amount to assist with brinqinq the mortqaqe current. The funds are for owner-occupied units only. - 14 - b. Fiscal Years Covered: 200912010, 2010/2011, and 2011 /2012. c. Income Categories to be served: Extremely-Low, Very-Low, Low, and Moderate Income Households. d. Maximum award is noted on the Housing Delivery Goals Charts: $7,500. e. Terms, Recapture, Program Income and Default. Include terms of recapture in the event of default (failure to make reqUIred payments on a loan secured by a first mortgage which leads to foreclosure and/or loss of property ownership). The SHIP funds are provided as a deferred loan. There are no monthly payments requirements associated with this loan. The loan will be concurrent with the first mortqaqe at a zero percent interest deferred payment loan as lonq as the home remains the primary residence of the applicant. The proqram will provide a deferred payment loan coverinq the full amount of assistance. The deferred payment loan is forqivable at the term of the oriqinal mortqage, providing the home remains owner occupied and honors all requirements of the deferred payment loan. A second (subsequentl mortqaqe will be placed on the home. If the home is sold, transferred , refinanced or ceases to be owner occupied prior to the original term period, which does not constitute default, the deferred payment loan is recaptured at time of the c10sinq and the funds are returned to the City of Boynton Beach SHIP Program. In case of the death of the homeowner, the deferred payment loan would continue as lonq as the new owner is income eliqible under the SHIP quidelines, and resides in the dwellinq. If the new owner is not eliqible, the house is sold, transferred, or refinanced; the sum of the loan would be due and payable to the City of Boynton Beach. All voluntary loan repayments to the program will be considered as Proqram Income. Recipients must execute an aqreement, Promissory Note, and Mortgaqe. The mortqage will be recorded in the public records of Palm Beach County. f. Recipient Selection Criteria: An applicant may submit a completed SHIP application to the City of Boynton Beach for determination of eliqibility at any time. Applicants are required to provide all documentation requested for income, eligibility, and qualification determination. Applicants must be income eligible with incomes between zero and 120% of the median income as provided by the State and adiusted to family size. The homeowner must demonstrate - 15 - their ability to continue to maintain their mortqaqe payments after assistance is received. The applicant must prove that the delinquency is due to a siqnificant loss of income such as loss of employment, sudden medical illness or expenses, divorce or separation, death in the family and/or u nforeseen/u nexpected/ unanticipated home repairs. Applications will be processed on a first-come, first-served basis. Applicants may not own any other residence; and must own and OCCUpy the assisted unit. The property must be located in the incorporated Boynton Beach area. g. Sponsor Selection Criteria, if applicable: Include qualification system and selection criteria for applications for A wards to eligible sponsors. h. Additional Information: Eliqible Expenses include delinquent mortqaqe payments, late fees, attorney's fees, association fees, and other associated costs. 5. Name of the Strategy: DISASTER MITIGATION a. Summary of the Strategy: This proqram is desiqned to assist homeowners secure and protect their property aqainst hurricane force winds. The funds will assist the home owner with and or the purchase of hurricane shutters. Aluminum storm panels will be supplied, unless the applicant is elderly or physically impaired. In this case, accordion shutters will be installed on the property. b. Fiscal Years Covered: 2009/2010,2010/2011, and 2011/2012. c. Income Categories to be served: Extremely-Low, Very-Low, Low, and Moderate Income Households. d. Maximum award is noted on the Housing Delivery Goals Charts: $10,000. e. Terms, Recapture, Program Income and Default: Include terms of recapture in the event of default (failure to make required payments on a loan secured by a first mortgage which leads to foreclosure and/or loss of property ownership). - 16- This SHIP funds are provided as a deferred loan. There are no mon1bb:. payment requirements associated with this loan. The deferred loan will be partially forqiven each year over a ten year ( 1 0) period, at the conclusion of which the debt will be considered satisfied. If at any time durinq the ten year period the property is sold, refinanced, rented or: ceases to be owner-occupied, which does not constitute default, the loan recipient shall pay to the City the remaining balance of the loan.. All voluntary loan repayments to the proqram will be considered as Proqram Income. Recipients must execute an agreement, Promissory Note, and Mortqaqe. The Mortqaqe will be recorded in the publis;:: records of Palm Beach County. f. Recipient Selection Critena: An applicant may submit a completed SHIP application to the CitLQ1 Boynton Beach for determination of eligibility at any time. Applicants are required to provide all documentation requested for income, eligibility, and qualification determination. Applicants must be income eliqible with incomes between zero and 120% of the median income as provided by the State and adiusted to family size. Applications are processed on a first-come, first-served basis. Applicants may not own any other residence; and must own and occupy the home beinq assisted. The property must be located within the City of Boynton Beach incorporated area. g. Sponsor Selection Criteria, if applicable: Include qualification system and selection criteria for applications for A wards to eligible sponsors. h. Additional Information: Moderate income applicants must match dollar for dollar of all funds needed to protect the residence from hurricane damaqe. The funds will be collected at c10sinq from the applicant and placed in an escrow account to be held and disbursed upon completion of installation. III. LHAP INCENTIVE STRATEGIES In addition to Strategy A and Strategy B listed below, list all incentives as provided in 420.9076(4) FS. A. Name of the Strategy: Expedited Permitting Permits as defined in s. 163.3164(7) and (8) for affordable housing projects are expedited to a greater degree than other projects. 1. Established policy and procedures: Provide Description: - 17 - B. Name of the Strategy: Ongoing Review Process An ongoing process for review of local policies, ordinances, regulations and plan provisions that increase the cost of housing prior to their adoption. 1. Established policy and procedures: Provide Description The followinq incentive strategies are extracted from the Citv of Bovnton Beach's Affordable Incentive Plan adopted April 7, 1998. Thev were reviewed by the Citv's Affordable Housinq Advisory Committee in 2008; per Citv Resolution R08-070, the Citv Commission approved the Committee's recommendation of no chanqes needed. . The Exoedited orocess of oermits for Affordable Housina Proiects. The Department of Development has been responsible for processing and facilitatinq affordable housinq projects. The Communitv Improvement and Plan Review staff will oversee the proiects certified as "affordable" through the review process in an effort to make sure that thev are processed with three to five (3-5) davs. This division will be the developer's point of contact for all questions concerninq the review process. The Plan Review Administrator will be responsible for expediting the buildinq permittinq process for affordable housinq projects. He has designated individuals who have successfullv guided and qiven these projects top prioritv. Staff will continue to obtain training in affordable housing development. . The modification of imoact fee reauirements includina reduction of waiver of fees and other methods of fee oav,ment for affordable housina. There is currentlv no provision for waivinq impact fees. However, the Citv of Bovnton Beach has in the past funded the Infill Construction Program from the general fund. These funds subsidized the cost of new construction for affordable units bv pavinq permit and impact fees for new construction for very low and low-income families buildinq new affordable home within the CDBG tarqet area. Palm Beach Countv allows existinq use credit for residential construction on vacant lots that had prior residential use. This credit applies to the residential and road impact fees, and can vield savinqs for UP to two thousand dollars per home. Participatinq builders of affordable housinq will be encouraqed to applv for this credit and pass it on to the homebuver. The Citv Manaqer will be petitioned to waive pavment of development application, plan check and permit fees for all eliqible projects certified affordable housing projects. . The allowance of increased density levels for affordable housina. CComorehensive Plan. Housina Element. Policv 6.1.3) The housing element provides for review of zoning requlations for the purpose of allowinq increased densitv to encourage in provision of affordable housinq. The Citv's Planninq and Zoning Department continues its effort to provide for an increase in residential densitv for the purpose of providinq for affordable housinq. This densitv bonus will be subiect to compatibilitv with the surroundinq natural and phvsical environment. site constraints, and concurrencv management reauirements. - 18- . The reservation of infrastructure capacity for housina for very-low income and low-income persons. A reservation mechanism is not necessary, as adequate capacity exists to serve any infill proiect initiated within the CDBG target area. This assumption reqardinq roads, utilities and recreation is based on available acreage and density limits of the Future Land Use Map of the Comprehensive Plan. state concurrency laws require us to maintain adequate public:: facilities for everyone and build new facilities once we reach 90% capacity. . The allowance of affordable accessory residential units in residential districts. Zonino regulations allow accessory buildings in districts as long as they conform to the minimum buildinq site reoulations that are qenerally applicable in the district where the building is to be located. The City of Boynton Beach will maintain its flexible existing practice in dealing with this issue on a case-by-case basis as needed. . The reduction of parkina and setback reauirements for affordable housina. Current regulations require off street parking for two (2) vehicles. In an effort to maintain the value of property, while at the same time not causing any adverse effect on affordable housing, there shall not be modifications to current regulations qoverning this issue. Setback requirements in the tarqeted area require a frontage of 25 feet. The city has In the past worked effectively with developers in an effort to design and produce units that have dealt with this effort without causino any adverse effect on affordable housing. The City will maintain this flexible practice with dealing with this issue on a case-by-case basis as needed. . The allowance of zero lot-line confiaurations for affordable housing. The City of Boynton Beach I s current zoning does not permit zero lot-lines in districts that are not Planned Unit Developments, as it violates the City's set back requirements. However, with the existinq minimum lot size requirements in the CDBG tarqet area of 5,000 square feet it is felt that this size lot is sufficient enough to accommodate desired development of affordable housing. . The modification of street reauirements for affordable housina. Due to concerns for safety and aesthetics, there will be no modifications to current regulations governinq streets. In the older platted sections, waivers of sidewalk requirements have been qranted for developers on a case-by-case basis. These variances are usually qranted in areas that are qenerally consistent with the surrounding area. Consideration may be made in instances where costs involved will hinder producing affordable units. CDBG do!!ors wi!! be expended on many streets within the tarqel areas to install sidewalks and curbing. Efforts to avoid the variance process with certification of those areas consistent with no sidewalks by the developer will be ongoino. The liaison from - t 9 - the Department of Development will expedite this certification process for affordable housinq proiects. . The establishment of a process, which the City of Boynton Beach considers, before the adoption of any new leaislation that may increase the cost of housina. The Department of Development's various divisions, particularly the Division of Community Redevelopment. will review any and all policies, procedures, ordinances, reoulations, and plan provisions to determine what effects if any they may have on the cost of producing affordable units prior to their passage. The City Manager will disperse all information concerning ordinances in sufficient time needed to evaluate and comment on any impact it may have on affordable housing. . The preparation of printed inventory of locally owned public lands suitable for affordable housina. The Division of Community Redevelopment maintains maps of the current inventory of all vacant land including those properties owned by the City of Boynton Beach and Palm Beach County within the target area. The City funds land acquisition in an effort to acquire land for potential pre qualified homebuyers. This effort has resulted in considerable cost saving in the production of affordable units. - 20- Exhibit "D" CERTIFICATION TO FLORIDA HOUSING FINANCE CORPORATION Name of local Government: City of Boynton Beach (1 ) The local government will advertise the availability of SHIP funds pursuant to Florida Statutes. (2) All SHIP funds will be expended in a manner which will insure that there will be no discrimination on the basis of race. creed. religion. color. age. sex. familial or marital status. handicap. or national origin. (3) A process for selection of recipients for funds has been developed. (4) The eligible municipality or county has developed a qualification system for applications for awards. (5) Recipients of funds will be required to contractually commit to program guidelines. (6) The Florida Housing Finance Corporation will be notified promptly if the local government will be unable to comply with the provisions the plan. (7) The local Housing Assistance Plan sholl provide for the expenditure of SHIP funds within 24 months following the end of the state fiscal year in which they are received. (8) The plan conforms to the Local Government Comprehensive Plan. or that on amendment to the local Government Comprehensive Plan will be initiated at the next available opportunity to insure conformance with the Local Housing Assistance Plan (9) Amendments to the approved local Housing Assistance Plan sholl be provided to the Corporation with in 21 days after adoption. (10) The trust fund shall be established with 0 qualified depository for all SHIP funds as well as moneys generated from activities such os interest earned on loons. (11 ) Amounts on deposit in the local housing assistance trust fund sholl be invested as permitted by law. (12) The local housing assistance trust fund shall be separately stated as a special revenue fund in the local governments audited financial statements. copies of the audits will be forwarded to the Corporation as soon as available. 13) An interlocal entity sholl have its local housing assistance trust fund separately audited for each state fiscal year. and the audit forwarded to the Corporation as soon as possible 1 Exhibit "0" Page 2 Certification (14) SHIP funds will not be pledged for debt service on bonds or as rent subsidies. (15) Developers receiving assistance from both SHIP and the Low Income Housing Tax Credit (L1HTC) Program shall comply with the income, affordability and other L1HTC requirements, Similarly, any units receiving assistance from other federal programs shall comply with all Federal and SHIP program requirements. (16) Loans shall be provided for periods not exceeding 30 years, except for deferred payment loans or loans that extend beyond 30 years which continue to service eligible persons. ( 17) Rental Units constructed or rehabilitated with SHIP funds shall be monitored at least annually for 15 years for compliance with tenant income requirements and affordability requirements or as required in Section 420.9075 (3)(e). ( 18) The Plan meets the requirements of Section 420-907-9079 FS, and Rule Chapter 67-37 FAC, and how each of those requirements shall be met. (19) The provisions of Chapter 83-220, Laws of Florida _ has or K has not been implemented. Witness Chief Elected Official or Designee KURT BRESSNER, CITY MANAGER Witness Type Name and Title Date Approved as to Form: City Attorney 2 VI.-CONSENT AGENDA ITEM C.3 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FOAAI Requested City Date Final Form Must be Requested City Date Final Form Must be Commission Meeting Turned in to City Clerk's Commission Meeting Dates Turned in to City Clerk's Dates Office Office ~ April 21, 2009 Anril 6, 2009 (Noon) 0 June 16, 2009 June I, 2009 (Noon) 0 May 5, 2009 Anril 20, 2009 (Noon) 0 July 7,2009 June 15,2009 (Noon) 0 May 19,2009 Mav 4,2009 (Noon) 0 July 21, 2009 Julv6, 2009 (Noon) c ~ ;J1MO 0 June 2, 2009 Mav 18,2009 (Noon) 0 August 4, 2009 Julv 20, 2009 (Noon~ ..,f,. --.::T .~ -r: ::0 , r-re 0 0 CT\ ~. Announcements/Presentations ort :Jl";.. 0 0 " NATURE OF Administrative New Business :x AGENDA ITEM ~ Consent A enda 0 Le al ~ 0 0 - Unfinished Business W 0 Public Hearin 0 RECOMMENDATION: Motion to approve via Resolution and authorize the City Manager to sign Task Order no. U09-17- 4, in the amount of $62,719.00 with Engenuity Group, Inc., to provide Design, Bidding and Construction phase services for improvements at master lift station no. 801. EXPLANATION: Master lift station 801 was originally constructed in the 1970's. It has undergone a series of modifications over the years that have, in part, converted it from having its pumps in a dry pit to having them in the wet well. However, additional changes are required to make this transition complete. Those changes include: . Complete the abandonment of the old underground pump and electrical enclosure . Convert the electrical service from overhead to underground . Evaluate pump curves against actual pumping conditions, to assure efficient operation . Upgrade the hurricane resistance of the electrical building . Upgrade the electrical panel . Improve the site's paving and appearance. The Engenuity Group will provide the necessary design, bidding, and construction phase services to accomplish these varied tasks as part of this task order. PROGRAM IMPACT: This effort will increase the reliability and efficiency of master lift station 801 FISCAL IMPACT: $62,719.00 available in account no. 406-5000-590-65-04 (SWR 118) S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM. DOC CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM AL TERNA TIVES: . Leave the station "as is", which may lead to safety problems as the underground enclosure deteriorates over time. . Not change the overhead electrical service to underground, or change the control panels, which decreases the station's reliability \ I ) .r ~/ /.- .~; t/. / ~~-.~ . !i;' r,:". 0.#/ ~~_. \. ,"'" \.,~ .'. - <-- ~~':" " /: '--.. !' , ,,/ "",-...~ ...c1 ,.\,).-~f1'",~\"",,-~,< ~~fh./~ .".... . Kofi Boateng, P.E. Kurt Bressner, Director of Utilities City Manager Assistant to City Manager ~ ,,_ Utilities l~()QAJ,~~ ... Department Name City Arney / Finance ~-~~ ~ Attachments --p xc: {Jl.- Peter Mazzella (w/copy of attachments) Barbara Conboy " Chris Roschek " Michael Low " City Attorney " SIBULLETIN\FORMS\AGENDA ITEM REQUEST FORM DOC 1 RESOLUTION NO. R09- 2 3 A RESOLUTION OF THE CITY OF BOYNTON 4 BEACH, FLORIDA, AUTHORIZING EXECUTION BY 5 THE CITY MANAGER OF TASK ORDER NO. U09-17- 6 04 IN THE AMOUNT OF $62,719.00 WITH 7 ENGENUITY GROUP, INC., TO PROVIDE DESIGN, 8 BIDDING AND CONSTRUCTION PHASE SERVICES 9 FOR IMPROVEMENTS AT MASTER LIFT STATION 10 NO. 801; AND PROVIDING AN EFFECTIVE DATE. 11 12 13 WHEREAS, Master lift station 801 was originally constructed in the 1970's. It has 14 undergone a series of modifications over the years that have. in part. converted it from 15 having its pumps in a dry pit to having them in the wet well.: and 16 WHEREAS, additional changes are required to make this transition complete; and 17 WHEREAS, the City Commission of the City of Boynton Beach upon 18 recommendation of staff, deems it to be in the best interest of the citizens of the City of 19 Boynton Beach to authorize execution of Task Order U09-17-04 in the amount of 20 $62,719,00 to Engenuity Group, lnc '. for design. bidding and construction phase services for 21 improvements at master lift station 801. 22 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 23 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 24 Section I, The foregoing "Whereas" clauses are hereby ratified and confirmed as 25 being true and correct and are hereby made a specific part of this Resolution upon adoption 26 hereof. 27 Section 2. The City Commission of the City of Boynton Beach, Florida does 28 hereby authorize and direct the approval and execution by the City Manager of Task Order 29 U09-17-04 in the amount of $62,719.00 to Engenuity Group, Inc., for design, bidding and 30 construction phase services for improvements at master lift station 801. a copy of which is S ICAIR! SOlAgreemenlslTask Change Orderslfngenulty Group 1 ask Order LJ09 17.04 doc 1 attached hereto as Lxhibit "\" 2 Section J, This Resolution shall necome effective ill1mediateh upon passage 3 PASSED AND ADOPTED this day or ApriL 20UlJ 4 5 CITY UF BOYNTON BEACH, FLORID/\ 6 7 8 Mavor Jerr\' Te1\ 1m 9 10 11 \ iee IV!a\ or Woodrow L Ha\ 12 13 14 <.. \lmll1issioner Ronald Weiland 15 16 17 <..' oll1ll1issioner Jose Rodriguez 18 19 20 Commissioner - Marlene Ross 21 A IllSI': 22 23 24 Janet M, Prainito, CMC 25 City Clerk 26 27 (Corporate Seal) I 1 , I I I I s \:.:A\f-\f-SO\}':Jieufn~Jlts\lasl< l:nC:lnlW OrCJ~rs\r ngemllty C.irillJp idSI' UrUer ENGINEERING CONSULTING SERVICES FOR REHABILITATION OF LIFT STATION NO. 801 Task Order #U09-17-4 BACKGROUND The City of Boynton Beach (CITY) is requesting Engenuity Group, Inc. (CONSULTANT) to perform pump sizing calculations, prepare construction drawings and specifications, prepare bid documents, assist the CITY in obtaining bidders and evaluating bids, administer the construction contract, and observe the rehabilitation of Lift Station No. 801. SCOPE OF SERVICES TASK 1- DESIGN A. Meet with CITY to define and clarify CITY'S requirements for the Project and available data. B. Prepare drawings indicating the scope, extent, and character of the electrical, paving, structural, and wastewater work to be performed and furnished by the CONTRACTOR. More specifically this includes the following: 1. Abandon in place the existing 'can' type lift station. 2. Evaluate the existing pumps to determine if they are adequately sized for the current flows. If not, determine the required pump sizes. 3. Change the site electrical service from aboveground to underground. 4. Relocate the generator fuel lines away from the window. 5. Relocate the existing window fan to the wall. 6. Replace the control panels. 7. Remove both windows and cover openings with concrete block. 8. Remove the existing asphalt pavement and re-pave. 9. Install latches to fasten the double-doors to the concrete floor and the chain-link fence gates to the ground. 10. Provide louvers for the generator exhaust opening that meet the Florida Building Code wind load requirements. C. Review and modify, as needed, the technical specifications provided by the CITY. D. Prepare an opinion of the probable construction cost at the 60% and 95% design completion stages based on CONSULTANT'S best judgment as an experienced and qualified professional engineer generally familiar with the construction industry. Since CONSULTANT has no control over the costs of labor, materials, equipment or services furnished by others, or over the CONTRACTOR'S methods of determining prices, or over competitive bidding or market conditions, CONSULTANT cannot and does not guarantee that proposals, bids or actual Page 1 of 6 Construction Cost will not vary from opinions of probable Construction Cost prepared by CONSULTANT. E. Prepare for review and approval by CITY. its legal counsel and other advisors contract agreement forms, general conditions, supplementary conditions, bid forms, invitations to bid, and instructions to bidders (all of which shall be the CITY'S standard documents). F. Attend up to three (3) coordination/document review meetings. G. Items to be furnished by CITY: 1. Front-end contractual documents in Microsoft Word format. 2. Technical information on the existing pumps, ^' Drawings of the existing pump station. -'. H. This proposal does not include the following: 1. Preparation of a South Florida Water Management District dewatering permit application. 2. Reproduction of drawings and specifications for CONTRACTOR'S use during construction. ^' Design of landscaping and irrigation. -'. 4. Preparation of a Health Department permit application. TASK 2 - BIDDING A. Assist CITY in advertising for and obtaining bids for the Work. This includes reproduction of the bid documents and selling the bid documents. B. Attend pre-bid conference and issue minutes. C. Issue Addenda as appropriate to clarify, correct, or change the Bidding Documents. D. Attend the Bid opening and prepare Bid tabulation sheets. Perform due diligence review of bidder's qualifications and make a recommendation for award of contract. E. Assemble contracts and issue a Notice of A ward, F. Perform cursory review of signed contracts, bonds, and insurance certificates received from CONTRACTOR and transmit to CITY for signing of contracts. G. Provide five (5) copies of conformed drawings and specifications for construction (two to the CONTRACTOR, two to the CITY, and one for the ENGINEER), following award of contract. Page 2 of6 TASK 3 - CONSTRUCTION A. Preconstruction Conference. Conduct a Preconstruction Conference prior to commencement of Work at the Site and prepare minutes. B. Permits. Sign and seal appropriate number of construction drawings and give to CONTRACTOR for CONTRACTOR to submit to the Palm Beach County Building Department for permit approval. C. Visits to Site and Observation of Construction. In connection with observations of CONTRACTOR'S work in progress while it is in progress: 1. Make visits to the site at intervals appropriate to the various stages of construction, as CONSULTANT deems necessary, in order to observe as an experienced and qualified design professional the progress and quality of the Work. Such visits and observations by CONSULTANT, are not intended to be exhaustive or to extend to every aspect of CONTRACTOR'S work in progress or to involve detailed inspections of CONTRACTOR'S work 10 progress beyond the responsibilities specifically assigned to CONSULTANT in the Contract Documents, but rather are to be limited to spot checking, selective sampling, and similar methods of general observation of the Work based on CONSULTANT'S exercise of professional judgment. Based on information obtained during such visits and such observations, CONSULTANT will determine in general if CONTRACTOR'S work is proceeding in accordance with the Contract documents, and CONSULTANT shall keep CITY informed of the progress of the Work. 2. CONSUL T ANT will not, during such visits or as a result of such observations of CONTRACTOR'S work in progress, supervise, direct, or have control over CONTRACTOR'S work nor shall CONSULTANT have authority over or responsibility for the means, methods, techniques, sequences, or procedures of construction selected by CONTRACTOR, for safety precautions and programs incident to regulations applicable to CONTRACTOR'S furnishing and performing the Work. Accordingly, CONSULTANT neither guarantees the performance of any CONTRACTOR nor assumes responsibility for any CONTRACTOR'S failure to furnish and perform its work in accordance with the Contract Documents. Page 3 of6 D. Clarifications and Interpretations: f'ield Change Directives, Issue necessary clarifications and interpretations of the Contract Documents as appropriate to the orderly completion of CONTRACTOR'S work. Such clarifications and interpretations will be consistent with the intent of and reasonably inferable from the Contract Documents. CONSULTANT may issue Field Change Directives authorizing minor variations from the requirements of the Contract Documents. E. Progress Meetings. Attend monthly progress meetings. Prepare agenda, conduct meetings, and issue minutes. F. Shop Drawings and Samples, Review and approve or take other appropriate action In respect to Shop Drawings and Samples and other data which CONTRACTOR is required to submit, but only for conformance with the information given in the Contract Documents and compatibility with the design concept of the completed Project as a functioning whole as indicated in the Contract Documents. Such review and approvals or other action will not extend to means, methods, techniques, sequences or procedures of construction or to safety precautions and programs incident thereto. CONSULTANT has an obligation to meet the CONTRACTOR'S submittal schedule that has earlier been acceptable to CONSULTANT. G. Applications for Payment. Based on CONSULTANT'S on-site observations as an experienced and qualified design professional, CONSULTANT will review pay applications and either recommend payment or return the pay application to the CONTRACTOR for correction. H. Inspections and Tests. Require such special inspections or tests of CONTRACTOR'S work as deemed reasonably necessary, and receive and review all certificates of inspections, tests, and approvals required by Laws and Regulations or the Contract Documents. CONSULTANT'S review of such certificates will be for the purpose of determining that the results certified indicate compliance with the Contract Documents and will not constitute an independent evaluation that the content or procedures of such inspections, tests, or approvals comply with the requirements of the Contract Documents. CONSULTANT shall be entitled to rely on the results of such tests. Field-testing of materials is not included in CONSULTANT'S scope of services. 1. Record Drawings. Review Record Drawings prepared and certified by the CONTRACTOR'S Florida licensed surveyor and the CONTRACTOR. 1. Completion of Construction Cert~fications, Prepare construction completion certifications and submit to the following agencies: 1. City of Boynton Beach. ..., Palm Beach County Building Department. Page 40f6 K. Substantial Completion. Promptly after notice from CONTRACTOR that CONTRACTOR considers the entire Work ready for its intended use, in company with CITY and CONTRACTOR, conduct a review of the work to determine if it is Substantially Complete. L. Final Notice of Acceptability of the Work. Conduct a final review to determine if the completed Work of CONTRACTOR is acceptable. M. Contract Time. CONSULTANT'S services during construction are dependent upon the timely performance of CONTRACTOR'S work. CONSULTANT'S services are based on a construction Contract Time of 150 calendar days for final completion of the work. If the CONTRACTOR exceeds such period of time, CONSULTANT'S compensation shall be subject to an equitable adjustment. CONTRACT REFERENCE Above is performed under the terms and conditions described within the Agreement for General Engineering and Consulting Services dated November 18, 2003, with renewals, between the City of Boynton Beach and Engenuity Group, Inc. ADDITIONAL SERVICES Anything that may be needed and can or may be assigned by an amendment/change to the Task Order. OBLIGATIONS OF THE CITY See Task 1, paragraph G. Page 5 of6 COMPENSA TION The CITY shall pay CONSULTANT a lump sum fee of $36,570.00 for Tasks 1 and 2, and a fee not to exceed $26,149.00 for services under Task 3, Task 3 services are to be paid based on actual time and material expended. A breakdown of the fees is shown in the attached Table (Exhibit A), which IS included in this Task Order. The CONSUL T ANT shall furnish monthly invoices to the CITY detailing the amount requested with appropriate supporting documentation. SCHEDULE 60% design complete in 90 days, 95% design complete in 120 days. 100% Bid Documents in 150 days. Method of Payment for lump sum portion - the CITY shall tie percentages of lump sum payment to the acceptance of deliverables. APPROVED BY: CITY OF BOYNTON BEACH, FLORIDA By: --_._-_._-~------ --,._~,~ Kurt Bressner City Manager Dated this day of .2009. ----.---~-_._-_.- SUBMITTED BY: ENGENUI,TY GROUP, INC. ../, "\" i - J LlYy--U'" . By: / .1:,1 -// '\~'-j I' \ L,,":- , I Lisa A. Tropepe. P. E. J Vice President A nnr()vpr! ~<: t() ]:' ()rn.,. Attest/A uthenti cated: . ~t"1''''~' -- ~~ .~ ~ ~UU. --------~- Office of the City Attorney Secretary Page 6of6 Exhibit A Fee Breakdown Prof. Description Sr. Proj Man Project Eng Designer Sr Admin Survey Crew Surveyor Field Rep Hourly Rate $142.00 $105.00 $77 ,00 $59.00 $132.00 $108.00 $84.00 Task 1- Design Phase Labor Hours 37 54 30 5 8 4 2 Labor Cost $ 5,254.00 $ 5,670.00 $ 2,310.00 $ 295.00 $ 1,056.00 $ 432.00 $ 168.00 Expenses $ 570.00 Design Fee $ 15,755.00 I I I Task 2- Bidding Phase Labor Hours 4 20 3 14 0 0 0 Labor Cost $ 568.00 $ 2,100.00 $ 231.00 $ 826.00 $ - $ - $ - Expenses $ 590.00 Bidding Fee $ 4,315.00 Task 3. Construction Phase Labor Hours 9 76 0 17 0 0 82 Labor Cost $ 1,278.00 $ 7,980.00 $ - $ 1,003.00 $ - $ - $ 6,888.00 Expenses $ 700.00 Construction Fee $ 17,849.00 Smith Engineering Consultants Inc. - Project Project Engineer Engineer Assistant Engineer CADD Designer Clerical (Linda Description (Larry Smith) (Jim Debay) (Steve Hockman) (Terry Smith) Smith) Hourly Rate $125.00 $125.00 $95.00 $65,00 $45,00 Tasks 1 2 3 Labor Hours 80 30 80 40 12 Labor Cost $ 10,000.00 $ 3,750.00 $ 7,600.00 $ 2,600.00 $ 540.00 Expenses $ 310.00 Total Subconsultant Fee $ 24,800.00 Page 1 of 1 ENGINEERING CONSULTING SERVICES FOR REHABILIT A nON OF LIFT ST A TION NO. 801 Task Order #U09-17-4 BACKGROUND The City of Boynton Beach (CITY) is requesting Engenuity Group, Inc. (CONSUL T ANT) to perform pump sizing calculations, prepare construction drawings and specifications, prepare bid documents, assist the CITY in obtaining bidders and evaluating bids, administer the construction contract, and observe the rehabilitation of Lift Station No. 801. SCOPE OF SERVICES TASK 1 - DESIGN A. Meet with CITY to define and clarify CITY'S requirements for the Project and available data. B. Prepare drawings indicating the scope, extent, and character of the electrical. paving, structural, and wastewater work to be performed and furnished by the CONTRACTOR. More specifically this includes the following: 1. Abandon in place the existing 'can' type lift station. 2. Evaluate the existing pumps to determine if they are adequately sized for the current flows. If not, determine the required pump sizes, -, Change the site electrical service from aboveground to underground. .:l. 4. Relocate the generator fuel lines away from the window, 5. Relocate the existing window fan to the wall. 6. Replace the control panels. 7, Remove both windows and cover openings with concrete block. 8. Remove the existing asphalt pavement and re-pave, 9 Install latches to fasten the double-doors to the concrete floor and the chain-link fence gates to the ground. 10. Provide 10uvers for the generator exhaust opening that meet the Florida Building Code wind load requirements. C. Review and modify, as needed, the technical specifications provided by the CITY. D. Prepare an opinion of the probable construction cost at the 60% and 95% design completion stages based on CONSULTANT'S best judgment as an experienced and qualified professional engineer generally familiar with the construction industry. Since CONSULTANT has no control over the costs of labor, materials, equipment or services furnished by others, or over the CONTRACTOR'S methods of determining prices, or over competitive bidding or market conditions, CONSUL T ANT cannot and does not guarantee that proposals, bids or actual Page 1 of6 Construction Cost will not vary from opinions of probable Construction Cost prepared by CONSULTANT. E. Prepare for review and approval by CITY, its legal counsel and other advisors contract agreement forms, general conditions, supplementary conditions, bid forms, invitations to bid, and instructions to bidders (all of which shall be the CITY'S standard documents). F. Attend up to three (3) coordination/document review meetings. G. Items to be furnished by CITY: 1. Front-end contractual documents in Microsoft Word format. 2. Technical information on the existing pumps. 3. Drawings of the existing pump station. H. This proposal does not include the following: 1. Preparation of a South Florida Water Management District dewatering permit application. 2. Reproduction of drawings and specifications for CONTRACTOR'S use during construction. 3. Design of landscaping and irrigation. 4. Preparation of a Health Department permit application. TASK 2 - BIDDING A. Assist CITY in advertising for and obtaining bids for the Work. This includes reproduction of the bid documents and selling the bid documents. B. Attend pre-bid conference and issue minutes. C. Issue Addenda as appropriate to clarify, correct, or change the Bidding Documents. D. Attend the Bid opening and prepare Bid tabulation sheets. Perform due diligence review of bidder's qualifications and make a recommendation for award of contract. E. Assemble contracts and issue a Notice of A ward. F. Perform cursory review of signed contracts, bonds, and insurance certificates received from CONTRACTOR and transmit to CITY for signing of contracts. G. Provide five (5) copies of conformed drawings and specifications for construction (two to the CONTRACTOR, two to the CITY, and one for the ENGINEER), following award of contract. Page 2 of6 TASK 3 - CONSTRUCTION A. Preconstruction Conference. Conduct a Preconstruction Conference prior to commencement of Work at the Site and prepare minutes. B. Permits. Sign and seal appropriate number of construction drawings and give to CONTRACTOR for CONTRACTOR to submit to the Palm Beach County Building Department for permit approval. C. Visits to Site and Observation of Construction. In connection with observations of CONTRACTOR'S work in progress while it is in progress: 1. Make visits to the site at intervals appropriate to the various stages of construction, as CONSULTANT deems necessary, in order to observe as an experienced and qualified design professional the progress and quality of the Work. Such visits and observations by CONSULTANT, are not intended to be exhaustive or to extend to every aspect of CONTRACTOR'S work in progress or to involve detailed inspections of CONTRACTOR'S work 10 progress beyond the responsibilities specifically assigned to CONSULTANT in the Contract Documents, but rather are to be limited to spot checking, selective sampling, and similar methods of general observation of the Work based on CONSULTANT'S exercise of professional judgment. Based on information obtained during such visits and such observations. CONSULTANT will determine in general if CONTRACTOR'S work is proceeding in accordance with the Contract documents, and CONSULTANT shall keep CITY informed of the progress of the Work. 2. CONSULTANT will not, during such visits or as a result of such observations of CONTRACTOR'S work in progress, supervise, direct, or have control over CONTRACTOR'S work nor shall CONSULTANT have authority over or responsibility for the means, methods, techniques, sequences, or procedures of construction selected by CONTRACTOR, for safety precautions and programs incident to regulations applicable to CONTRACTOR'S furnishing and performing the Work. Accordingly. CONSULTANT neither guarantees the performance of any CONTRACTOR nor assumes responsibility for any CONTRACTOR'S failure to furnish and perform its work in accordance with the Contract Documents. Page 3 of6 D. Clarifications and Interpretations; Field Change Directives. Issue necessary clarifications and interpretations of the Contract Documents as appropriate to the orderly completion of CONTRACTOR'S work. Such clarifications and interpretations will be consistent with the intent of and reasonably inferable from the Contract Documents. CONSULTANT may issue Field Change Directives authorizing minor variations from the requirements of the Contract Documents. E. Progress Meetings. Attend monthly progress meetings. Prepare agenda, conduct meetings, and issue minutes. F. Shop Drawings and Samples. Review and approve or take other appropriate action in respect to Shop Drawings and Samples and other data which CONTRACTOR is required to submit, but only for conformance with the information given in the Contract Documents and compatibility with the design concept of the completed Project as a functioning whole as indicated in the Contract Documents. Such review and approvals or other action will not extend to means, methods, techniques, sequences or procedures of construction or to safety precautions and programs incident thereto. CONSULTANT has an obligation to meet the CONTRACTOR'S submittal schedule that has earlier been acceptable to CONSULTANT. G. Applications for Payment. Based on CONSULTANT'S on-site observations as an experienced and qualified design professional, CONSULTANT will review pay applications and either recommend payment or return the pay application to the CONTRACTOR for correction. H. Inspections and Tests. Require such special inspections or tests of CONTRACTOR'S work as deemed reasonably necessary, and receive and review all certificates of inspections, tests, and approvals required by Laws and Regulations or the Contract Documents. CONSUL T ANT'S review of such certificates will be for the purpose of determining that the results certified indicate compliance with the Contract Documents and will not constitute an independent evaluation that the content or procedures of such inspections, tests, or approvals comply with the requirements of the Contract Documents. CONSULTANT shall be entitled to rely on the results of such tests. Field-testing of materials is not included in CONSULTANT'S scope of services. 1. Record Drawings. Review Record Drawings prepared and certified by the CONTRACTOR'S Florida licensed surveyor and the CONTRACTOR. 1. Completion of Construction Certifications. Prepare construction completion certifications and submit to the following agencies: 1. City of Boynton Beach. 2. Palm Beach County Building Department. Page 4 of6 K. Substantial Completion. Promptly after notice from CONTRACTOR that CONTRACTOR considers the entire Work ready for its intended use, in company with CITY and CONTRACTOR, conduct a review of the work to determine if it is Substantially Complete. L. Final Notice of Acceptability of the Work. Conduct a final review to determine if the completed Work of CONTRA,CTOR is acceptable. M. Contract Time. CONSUL T ANT'S services during construction are dependent upon the timely performance of CONTRACTOR'S work. CONSULTANT'S services are based on a construction Contract Time of 150 calendar days for final completion of the work. If the CONTRACTOR exceeds such period of time. CONSUL T ANT'S compensation shall be subject to an equitable adjustment. CONTRACT REFERENCE Above is performed under the terms and conditions described within the Agreement for General Engineering and Consulting Services dated November 18,2003, with renewals, between the City of Boynton Beach and Engenuity Group, ll1e, ADDITIONAL SERVICES Anything that may be needed and can or may be assigned by an amendment/change to the Task Order. OBLIGATIONS OF THE CITY See Task 1, paragraph G. Page 5 of6 COMPENSA TION The CITY shall pay CONSULTANT a lump sum fee of $36,570.00 for Tasks 1 and 2, and a fee not to exceed $26,149.00 for services under Task 3. Task 3 services are to be paid based on actual time and material expended. A breakdown of the fees is shown in the attached Table (Exhibit A), which is included in this Task Order. The CONSUL T ANT shall furnish monthly invoices to the CITY detailing the amount requested with appropriate supporting documentation. SCHEDULE 60% design complete in 90 days. 95% design complete in 120 days. 100% Bid Documents in 150 days. Method of Payment for lump sum portion - the CITY shall tie percentages of lump sum payment to the acceptance of deliverables. APPROVED BY: CITY OF BOYNTON BEACH, FLORIDA By: Kurt Bressner City Manager Dated this day of ,2009. SUBMITTED BY: ENGENUITY GROUP, INC. I ~ . /) By: t\!J)J(j).f ,-.;/<r1~)1~ t. ~ ' 'lsa A. Tropepe. P. E. I 1 Vice President Approved as to Form: Attest! Authenticated: Office of the City Attorney Secretary Page 6 of6 Exhibit A Fee Breakdown Prof, Description Sr. Proj Man Project Eng Designer Sr Admin Survey Crew Surveyor Field Rep Hourly Rate $142.00 $105,00 $77,00 $59,00 $132.00 $108.00 $84,00 Task 1- Design Phase Labor Hours 37 54 30 5 8 4 <: Labor Cost $ 5,254.00 $ 5,670,00 $ 2,310,00 $ 295.00 $ 1,056.00 $ 432,00 $ 168.00 Expenses $ 570.00 ; -1 i Design Fee $ ----r'~ 15,755,00 1 I I I - _...~J....__"___ _l Task 2- Bidding Phase i Labor Hours 4 20 3 14 0 0 T----o~-~J Labor Cost $ 568.00 $ 2,100.00 $ 231,00 $ 826,00 $ .. $ $ ~: Expenses $ 590,00 -.L-~--.--1 Bidding Fee $ -1~ I ___,_.~. 4,315,00. I I Task 3- Construction Phase 'T'''---'~'''' +.,--....1 Labor Hours 9 76 0 17 0 0 82 i Labor Cost $ 1,278.00 $ 7,980.00 $ - $ 1,003.00 $ .. $ j $ 6,888.00, Expenses $ 700.00 .o, ....-' ..----.------... i -,_. Construction Fee $ 17,849,00 Smith Engineering Consultants Inc. Project Project Engineer Engineer Assistant Engineer CADD Designer Clerical (Linda Description (Larry Smith) (Jim Debay) (Steve Hockman) (Terry Smith) Smith) Hourly Rate $125.00 $125.00 $95,00 $65,00 $45,00 Tasks 1, 2, 3 Labor Hours 80 30 80 40 12 Labor Cost $ 10,000.00 $ 3,750,00 $ 7,600,00 $ 2,600,00 $ 540.00 Expenses $ 310.00 Total Subconsultant Fee $ 24,800,00 Page I of 1 ENGINEERING CONSULTING SERVICES FOR REHABILITATION OF LIFT STATION NO. 801 Task Order #U09-17-4 BACKGROUND The City of Boynton Beach (CITY) is requesting Engenuity Group, Inc. (CONSUL T ANT) to perform pump sizing calculations, prepare construction drawings and specifications, prepare bid documents, assist the CITY in obtaining bidders and evaluating bids, administer the construction contract, and observe the rehabilitation of Lift Station No. 80l. SCOPE OF SERVICES TASK 1 - DESIGN A. Meet with CITY to define and clarify CITY'S requirements for the Project and available data. B. Prepare drawings indicating the scope, extent, and character of the electrical, paving, structural, and wastewater work to be performed and furnished by the CONTRACTOR. More specifically this includes the following: 1. Abandon in place the existing 'can' type lift station. 2. Evaluate the existing pumps to determine if they are adequately sized for the current flows. If not, determine the required pump sizes. 3. Change the site electrical service from aboveground to underground. 4. Relocate the generator fuel lines away from the window. 5. Relocate the existing window fan to the wall. 6. Replace the control panels. 7. Remove both windows and cover openings with concrete block. 8. Remove the existing asphalt pavement and re-pave. 9. Install latches to fasten the double-doors to the concrete floor and the chain-link fence gates to the ground. 10. Provide louvers for the generator exhaust opening that meet the Florida Building Code wind load requirements. C. Review and modify, as needed, the technical specifications provided by the CITY. D. Prepare an opinion of the probable construction cost at the 60% and 95% design completion stages based on CONSULTANT'S best judgment as an experienced and qualified professional engineer generally familiar with the construction industry. Since CONSULTANT has no control over the costs of labor, materials, equipment or services furnished by others, or over the CONTRACTOR'S methods of determining prices, or over competitive bidding or market conditions, CONSUL T ANT cannot and does not guarantee that proposals, bids or actual Page 1 of 6 Construction Cost will not vary from opinions of probable Construction Cost prepared by CONSULTANT. E. Prepare for review and approval by CITY, its legal counsel and other advisors contract agreement forms, general conditions, supplementary conditions, bid forms, invitations to bid, and instructions to bidders (all of which shall be the CITY'S standard documents). F. Attend up to three (3) coordination/document review meetings. G. Items to be furnished by CITY: l. Front-end contractual documents in Microsoft Word format. 2. Technical information on the existing pumps. 3. Drawings of the existing pump station. H. This proposal does not include the following: l. Preparation of a South Florida Water Management District dewatering permit application. 2. Reproduction of drawings and specifications for CONTRACTOR'S use during construction. 3. Design of landscaping and irrigation. 4. Preparation of a Health Department permit application. TASK 2 - BIDDING A. Assist CITY in advertising for and obtaining bids for the Work. This includes reproduction of the bid documents and selling the bid documents. B. Attend pre-bid conference and issue minutes. C. Issue Addenda as appropriate to clarify, correct, or change the Bidding Documents. D. Attend the Bid opening and prepare Bid tabulation sheets. Perform due diligence review of bidder's qualifications and make a recommendation for award of contract. E. Assemble contracts and issue a Notice of A ward. F. Perform cursory review of signed contracts, bonds, and insurance certificates received from CONTRACTOR and transmit to CITY for signing of contracts. G. Provide five (5) copies of conformed drawings and specifications for construction (two to the CONTRACTOR, two to the CITY, and one for the ENGINEER), following award of contract. Page 2 of6 TASK 3 - CONSTRUCTION A. Preconstruction Conference. Conduct a Preconstruction Conference prior to commencement of Work at the Site and prepare minutes. B. Permits. Sign and seal appropriate number of construction drawings and give to CONTRACTOR for CONTRACTOR to submit to the Palm Beach County Building Department for pemlit approval. C. Visits to Site and Observation of Construction, In connection with observations of CONTRACTOR'S work in progress while it is in progress: l. Make visits to the site at intervals appropriate to the various stages of construction, as CONSULTANT deems necessary, in order to observe as an experienced and qualified design professional the progress and quality of the Work. Such visits and observations by CONSULTANT, are not intended to be exhaustive or to extend to every aspect of CONTRACTOR'S work in progress or to involve detailed inspections of CONTRACTOR'S work 111 progress beyond the responsibilities specifically assigned to CONSULTANT in the Contract Documents, but rather are to be limited to spot checking, selective sampling, and similar methods of general observation of the Work based on CONSULTANT'S exercise of professional judgment. Based on information obtained during such visits and such observations, CONSULTANT will detennine in general if CONTRACTOR'S work is proceeding in accordance with the Contract documents, and CONSULTANT shall keep CITY informed of the progress of the Work. 2. CONSULTANT will not, during such visits or as a result of such observations of CONTRACTOR'S work in progress, supervise, direct, or have control over CONTRACTOR'S work nor shall CONSULTANT have authority over or responsibility for the means, methods, techniques, sequences, or procedures of construction selected by CONTRACTOR, for safety precautions and programs incident to regulations applicable to CONTRACTOR'S furnishing and performing the Work. Accordingly, CONSULTANT neither guarantees the perfornlance of any CONTRACTOR nor assumes responsibility for any CONTRACTOR'S failure to furnish and perform its work in accordance with the Contract Documents. Page 3 of6 D. Clarifications and Interpretations; Field Change Directives. Issue necessary clarifications and interpretations of the Contract Documents as appropriate to the orderly completion of CONTRACTOR'S work. Such clarifi cati ons and interpretations will be consistent with the intent of and reasonably inferable from the Contract Documents. CONSULTANT may issue Field Change Directives authorizing minor variations from the requirements of the Contract Documents. E. Progress Meetings. Attend monthly progress meetings. Prepare agenda, conduct meetings, and issue minutes. F. Shop Drawings and Samples. Review and approve or take other appropriate action in respect to Shop Drawings and Samples and other data which CONTRACTOR is required to submit, but only for conformance with the information given in the Contract Documents and compatibility with the design concept of the completed Project as a functioning whole as indicated in the Contract Documents. Such review and approvals or other action will not extend to means, methods, techniques, sequences or procedures of construction or to safety precautions and programs incident thereto. CONSULTANT has an obligation to meet the CONTRACTOR'S submittal schedule that has earlier been acceptable to CONSULTANT. G. Applications for Payment. Based on CONSULTANT'S on-site observations as an experienced and qualified design professional, CONSULTANT will review pay applications and either recommend payment or return the pay application to the CONTRACTOR for correction. H. Inspections and Tests. Require such special inspections or tests of CONTRACTOR'S work as deemed reasonably necessary, and receive and review all certificates of inspections, tests, and approvals required by Laws and Regulations or the Contract Documents. CONSULTANT'S review of such certificates will be for the purpose of determining that the results certified indicate compliance with the Contract Documents and will not constitute an independent evaluation that the content or procedures of such inspections, tests, or approvals comply with the requirements of the Contract Documents. CONSULTANT shall be entitled to rely on the results of such tests. Field-testing of materials is not included in CONSULTANT'S scope of services. 1. Record Drawings. Review Record Drawings prepared and certified by the CONTRACTOR'S Florida licensed surveyor and the CONTRACTOR. J. Completion of Construction Certifications. Prepare construction completion certifications and submit to the following agencies: 1. City of Boynton Beach. 2. Palm Beach County Building Department. Page 4 of6 K. Substantial Completion. Promptly after notice from CONTRACTOR that CONTRACTOR considers the entire Work ready tor its intended use, in company with CITY and CONTRACTOR. conduct a review of the work to determine if it is Substantially Complete. L. Final Notice of Acceptability of the Work. Conduct a final review to determine if the completed Work of CONTRACTOR is acceptable, M. Contract Time. CONSUL T ANT'S services during construction are dependent upon the timely performance of CONTRACTOR'S work. CONSUL T ANT'S services are based on a construction Contract Time of 150 calendar days for final completion of the work. If the CONTRACTOR exceeds such period of time, CONSUL T ANT'S compensation shall be subject to an equitable adjustment. CONTRACT REFERENCE Above is performed under the terms and conditions described within the Agreement for General Engineering and Consulting Services dated November 18,2003, with renewals, between the City of Boynton Beach and Engenuity Group, Inc. ADDITIONAL SERVICES Anything that may be needed and can or may be assigned by an amendment/change to the Task Order. OBLIGA TIONS OF THE CITY See Task 1, paragraph G. Page 5 of6 COMPENSA TION The CITY shall pay CONSULTANT a lump sum fee of $36,570.00 for Tasks 1 and 2. and a fee not to exceed $26,149.00 for services under Task 3. Task 3 services are to be paid based on actual time and material expended. A breakdown of the fees is shown in the attached Table (Exhibit A), which is included in this Task Order. The CONSUL T ANT shall furnish monthly invoices to the CITY detailing the amount requested with appropriate supporting documentation, SCHEDULE 60% design complete in 90 days. 95% design complete in 120 days. 100% Bid Documents in 150 days. Method of Payment for lump sum portion - the CITY shall tie percentages of lump sum payment to the acceptance of deliverables. APPROVED BY: CITY OF BOYNTON BEACH, FLORIDA By: .- Kurt Bressner City Manager Dated this day of________.___..._ ,2009, SUBMITTED BY: ENGENUITY GROUP, INC. By: I /' i ~ j > !k~ '~1 ~ ~~- . / " . Lisa A. Tropepe. P. E. Vice President Approved as to Form: l\ttestl..^l.uthenticated: --_._-~------- Office of the City Attorney Secretary Page 6 of6 Exhibit A Fee Breakdown Prof. Description Sr. Proj Man Project Eng Designer Sr Admin Survey Crew Surveyor Field Rep Hourly Rate $142.00 $105.00 $77 ,00 $59.00 $132.00 $108.00 $84.00 Task 1- Design Phase Labor Hours 37 54 30 5 8 4 2 Labor Cost $ 5,254.00 $ 5,670.00 $ 2,310.00 $ 295.00 $ 1,056.00 $ 432.00 $ 168.00 Expenses $ 570.00 Design Fee $ 15,755.00 I I I I I I Task 2- Bidding Phase Labor Hours 4 20 3 14 0 0 0 Labor Cost $ 568.00 $ 2,100.00 $ 231.00 $ 826.00 $ - $ - $ - Expenses $ 590.00 Bidding Fee $ 4,315.00 Task 3- Construction Phase Labor Hours 9 76 0 17 0 0 82 Labor Cost $ 1,278.00 $ 7,980.00 $ . $ 1,003.00 $ . $ - $ 6,888.00 Expenses $ 700.00 Construction Fee $ 17,849.00 Smith Engineering Consultants Inc. - Project Project Engineer Engineer Assistant Engineer CADD Designer Clerical (Linda Description (Larry Smith) (Jim Debay) (Steve Hockman) (Terry Smith) Smith) Hourly Rate $125.00 $125.00 $95,00 $65.00 $45.00 Tasks 1 2 3 Labor Hours 80 30 80 40 12 Labor Cost $ 10,000.00 $ 3,750.00 $ 7,600.00 $ 2,600.00 $ 540.00 Expenses $ 310.00 Total Subconsultant Fee $ 24,800.00 Page 1 of 1 VI.-CONSENT AGENDA ITEM C.4. CITY OF BOYNTON BEACE AGENDA ITEM REQUEST FOklvl Requested City Date Final Form Must be Requested City Date Final Form Must be Commission Meeting Turned in to City Clerk's Commission Meeting Dates Turned in to City Clerk's Dates Office Office ~ April 21, 2009 Apnl 6, 2009 (Noon) 0 June 16, 2009 June I, 2009 (Noon) 0 May 5, 2009 Aoril 20, 2009 (Noon) 0 July 7, 2009 June 15,2009 (Noon) 0 Mav 19,2009 May 4,2009 (Noon) 0 July 21, 2009 July 6, 2009 (Noon) 0 June 2, 2009 May 18, 2009 (Noon) 0 August 4,2009 July 20, 2009 (Noon) 0 Announcements/Presentations ~ \D 0 Administrative 0 New Business -0 NA TURE OF ::0 AGENDA ITEM ~ Consent A enda 0 Le al .~ -< 0 0 Unfinished Business - .Z ..... 0 0 0 Public Hearin ' .,.::t; .. ':em CJ1 ~ RECOMMENDA TION: C>> ~> ..'t':) :t: Motion to approve and authorize the execution of a Resolution for Task Order #07-20-1 Amendment No.1 for $570,362.50 to Wantman Group, Inc. (WGI) to provide professional construction management services for the Regional Force Main Project. Additionally, approve an owner's contingency of 5% in the amount of $28,518.00 for a total budget appropriation of $598,880.50. EXPLANATION: Under task order #U07-20-1, approved February 20, 2007, R07-022, WGI provided professional design, permitting and bidding services for this project. Now that the design and permitting are complete and the City is preparing to bid this project, the City has requested WGI to provide services during construction including construction phase services (construction management and inspection) for this project. There are three (3) components of this project: 1. Force Main Open Cut: 24,000 If of 24" pipeline, two (2) aerial canal crossings and one (1) directional bore; 2. Force Main Jack & Bores (1-95, Woolbright Road and the FEC Railroad tracks); and 3. A new master lift station at Pence Park S:IBULLETINIFORMS\AGENDA ITEM REQUEST FORM ,DOC CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM Each of the three (3) components will be bid and constructed independent of each other but will be considered as constituent projects that are interdependent upon each other. Of the three (3) components, it is anticipated that two of them will overlap each other and that all three (3) will be completed within a single 18 month timeframe. This will provide a significant economy of scale by doing the Contracts concurrently. The Utilities Department and WGI have developed a detailed scope of services that outline the Tasks and sub-tasks required for this project. Discussions and negotiations were conducted to arrive at the WGI level of effort and staffing mix in order to deliver a quality and cost effective task order. The compensation for this task order is based upon the terms and conditions described within the Agreement for General Engineering Consulting Services with the City of Boynton Beach per Resolution 08-027 approved by the Commission on February 19, 2008. PROGRAM IMPACT: The task order for WGI consists of the following: . Task 1 - Integrate Odor Control System ($9,842.50) . Task 2 - Separate Force Main Plans ($27,520.00) . Task 3a - Services During Construction for the Force Main ($110,780.00) . Task 3b - Services During Construction for the Jack & Bore ($27,405.00) . Task 3c - Services During Construction for the Lift Station ($64,255.00) . Task 4a - Construction Phase Services for the Force Main ($248,040.00) . Task 4b - Construction Phase Services for the Jack & Bore ($18,080) . Task 4c - Construction Phase Services for the Lift Station ($64,440) The construction of this project will have a significant, positive impact on the City's long-term sewage collection and pumping capabilities, by relieving a significant portion of the current LS 356 flows. SBULLETINIFORMSAGENDA ITEM REQUEST FORM DOC CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM FISCAL IMPACT: Funds are available in account #406-5000-590-96-03 SWR114. The City has identified the Regional Force Main and Lift Station project to be completed under the City's current Capital Improvements Program projects. At the completion of the design and permitting, the Engineer's Estimate of Probable Cost for the project is approximately $7.5M and the construction duration is estimated to be eighteen (18) months. AL TERNA TIVES: This project has been and continues to be a cornerstone for the City's CIP infrastructure improvements and the only alternative to approving this motion would be to leave the sanitary system collectio and pumping to remain unchanged and therefore limit the current and future dev opment i the Central Business Di ict, CRA and Waterfront s ctions of the City. epartment Head's Signature City Manager's Signature Kofi A. Boateng, P.E. Kurt Bressner Utilities Department Name Attachment - Three (3) Original Task Order copies cc: P. Mazzella, Deputy Director, Utilities Barb Conboy, Manager, Utilities Administration & Finance C. Roschek, P.E., Manager Engineering Division, Utilities P. Fleming, PMP, Senior Project Manager Project File: 1.2 S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM,DQC 1 RESOLlTION NO. R09- 2 3 A RESOLUTION OF THE crn OF BOYNTON BEACH, 4 FLORIDA, APPROVING AND AUTHORIZING EXECUTION BY 5 THE CITY MANAGER OF AMENDMENT NO. t TO TASK 6 ORDER NO. 1I07-20-1 \\ITH \\ANTMAN GROl'P, INC., TO 7 PROVIDE PROFESSIONAL CONSTRliCTION !\1ANAGEMENT 8 SERVICES FOR THE REGIONAL FORCE MAIN PROJECT IN 9 THE AMOUNT OF S570,362.50, PLUS \N OWNER'S 10 CONTINGENCY OF 5(~. IN THE AMOlfNT OF $28,518.00 FOR A 11 TOTAL BliDGET APPROPRIATE OF S598,880.50; AND 12 PROVIDING AN EFFECTIVE DATI<: 13 14 15\ WHEREAS, The City Commission ;lpproved Task Order tit i()] -20-1 on February 2(). I 16 20U7. for the ,\\'antman Group, I11C.. to proVIde prukssional deSIgn. permitting and bidding 17 services fur the Regional Force Main Project: and 18 \VHEREAS, the ('ity has reljul'sted the 'Aantman (Jroup. lnl'.. prp\ ide services during , , , ' i i 1911 cunstrllctiun including cunslructiun phasl' sen iCl's (cunstructiun management and inspection) 20 II fur this project: and 21 WHEREAS, the City ( 'ummission ur the ( 'it\ ,1I BO\ nton Beach upon I 22 I recommendation of sta1T. deems it lu he in the best interest 01 the citizens of tl1l' ('it\ 01 23 IlJc>vntrHl Heach [0 appnnc and au[hurizc [he c.vccu[iun oj Amendmen[ 'c> 1 [n Task [ ;rdcr I , 24 I Nu, (07-20-1 with tlK' 'JI,antman (iroup. Inc.. tll pnl\Jde prulessional cunstruclIon , 25 I mal1agcmel1l senices for the Regiunall'urCl: Mall1 Project in the ~lmuunt or ~57().362,51), plus I I 26 I an uvvner" s contingency uf 5%. in the ;lmount of $2S.5] 8,()() for ;l total budget appropriate or , I 27 ! $:,\l)S,SSO,50, i i 28 i NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF I I I I 29 I THE CITY OF BOYNTON BEA.CH, FLORIDA" THAT S ILi\\f..\( S(j\j\qreuillents\la::,r; 1_:rli:;HKW U:(jt~rS\f\nH;:IHjlllL:l:l N(;. fr, "v,m\rl',dl, l)r'~lu~ k, ,'I, q I i I I i I I ! I I JI Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 2 being true and correct and are hereby made a specific part of this Resolution upon adoption 3 hereof. 4 Section 2. The City Commission of the City of Boynton Beach, Florida does 5 hereby approve and authorize the execution by the City Manager of Amendment No.1 to Task 6 Order No, U07-20-1 with the Wantman Group, Inc" to provide professional construction 7 management services for the Regional Force Main Project in the amount of $570,362.50, plus 8 an owner's contingency of 5% in the amount of $28.518.00 for a total budget appropriate of 9 $598.880,50, a copy of which is attached hereto as Exhibit "A", 10 Section 3, This Resolution shall become effective immediately upon passage. 11 PASSED AND ADOPTED this n___ day of April, 2009, 12 13 CITY OF BOYNTON BEACH, FLORIDA 14 15 --~ --.-.----- 16 Mayor ~ Jerry Taylor 17 18 --..-- - -~-~. ~ -- --------- 19 Vice Mayor - Woodrow L Hay 20 Ii 21 i I ---~~ -.- ._--~--- 22 ' Commissioner - Ronald Weiland I 23 j 24 I 25 I Commissioner - lose Rodriguez 26 ATTEST: 27 ------..-------- 28 Commissioner - Marlene Ross 29 ~ - 30 Janet M, Prainito, CMC 31 ('it)' Clerk 32 33 34 (Corporate Seal) S \CA\RESO\Agreements\Task - Change Oraers\Amendment No 1 to Wantman Group UQ7-20-1 doc TASK ORDER NO. U07 -20-1 Amendment No. 1 - Regional Force Main Project (Ocean Avenue to the Regional Waste Water Treatment Plant located on Congress Avenue and the LWDD 30 Canal). , Additional Design and Permitting Services, and Services During Construction for the force main improvements and the S.E. 6th Avenue waste water lift station. A. Background Wantman Group, Inc. (CONSULTANT) has designed a new lift station to intercept flow and alleviate future peak flows to existing lift station 356, and an alternate force main to the existing force main along Ocean Avenue. The Lift Station located on S.E. 6th Avenue within Pence Park is an initial 2 pump station with a 12 foot by 12 foot wet well. The total length of the force main is approximately 24,000 feet. The City of Boynton Beach (CITY) has requested that the CONSULTANT provide several design and permitting revisions, and services during construction (SDC) and resident project representative (RPR) services to the CITY in the execution of this project. The project is to be executed using the traditional design, bid, and construction method. The CITY has directed the CONSULTANT to alter the design plans to include an air scrubber system for odor control and to separate the force main contract document into 2 distinct packages, one for the jack and bore segments and the other for the open cut and directional drill segments. The CITY requested that the CONSULTANT prepare three (3) separate sets of plans. The first set is for the Force Main Open Cut and directional drill sections (FM-OC), the second set is for the Force Main Jack & Bore sections (FM-JB) and the third set is for the Lift Station (LS). The projects are to be bid and constructed independent of each other but shall be considered as constituent projects that are interdependent upon each other. Page 1 of 10 B. Scope of Services DESIGN SERVICES Task 1 -Odor Control System As required by the Palm Beach County Health Department, the CITY directed the CONSULTANT to incorporate an air scrubber system to provide odor control for the LS. The CONSULTANT has provided design coordination with Siemens to select the appropriate odor control system for the LS. The additional services also included site design, plans, details, cost analysis, technical specifications and design coordination with the electrical and structural subconsultants. The CONSULTANT has also incorporated the necessary odor control system documents and calculations (provided by Siemens) required to obtain the Palm Beach County Health Department permit. Task 2 - Separate FM Plans The CITY has requested that the CONSULTANT separate the jack and bore crossings from the existing force main (FM) bid package. This will require the existing plans be split into two packages. One for the jack and bore crossings of 1-95, CSX Railroad, Florida East Coast (FEC) Railroad and Woolbright Road. The remaining open cut and directional drill of Seacrest Boulevard will need to be repackaged. The CONSULTANT will provide the following additional services: Subtask 2.1 Design Services The CONSULTANT will modify the existing FM package. CONSUL T ANT will revise existing cover, key map, plan & profile and detail sheets to delete the proposed jack and bore areas. CONSULTANT will also revise the existing bid tab and existing technical specifications. The CONSULTANT will develop a separate Jack and Bore package. The CONSUL T ANT will prepare a new set of plans to include cover, key map, plan & profile and details sheets for the proposed jack and bore crossings. CONSUL T ANT will also prepare an additional bid tab and an additional technical specification for only the jack and bore related activities. Subtask 2.2 Permitting Services The CONSULTANT will discuss the proposed separation of the plans with the Palm Beach County Health Department (PBCHD), Palm Beach County Engineering (PBCE), Florida Department of Transportation (FDOT), CSX Railroad (CSX), Florida East Coast Railroad (FEC) to determine if additional permitting will be required. For purposes of developing this Amendment, it is assumed that no additional permitting will be required. Page 2 of 10 Subtask 2.3 Bidding Services The CONSULTANT will prepare an additional separate bid package for the jack and bore areas and will perform the bid phase services as described in the original task order for this project. The bidding services will include: 1. Distributing copies of the Contract Documents to the prospective bidders and maintain records of the plan holders list. 2. Attendance at one (1) pre-bid meeting, '"0 Answer questions from potential bidders, and providing technical information to the ,). CITY for Contract Document addenda and distribution to the plan holders. 4. Review bid packages received, prepare bid tabulation sheet and due diligence form and recommend award. 5. Assist the CITY in conforming and preparing Contract Documents for execution by the CITY selected Contractor. CONSTRUCTION SERVICES Task 3. Services During Construction The CONSULTANT will provide services during construction (SDC) for three separate construction contracts, one for the Force Main Open Cut sections (FM-OC), the second for the Force Main Jack & Bore sections (FM-JB) and the third set for the Lift Station (LS). The FM-OC construction period shall not exceed eighteen (18) months, the FM-JB shall not exceed five (5) months and the LS construction period shall not exceed nine (9) months. The eighteen months for the FM-OC contract includes the installation of the Congress Avenue valve cut-ins. For purposes of developing this Amendment, it is assumed that only two of the three separate construction periods will overlap at the same time and the total contract time for all contracts is eighteen (18) months. This provides a significant economy of scale by doing contracts concurrently, The specific SDC phase services to be provided by the CONSULTANT include the following for each construction contract: Subtask 3.1 Pre-Construction Conference Prepare agenda and conduct pre-construction conference with selected Contractor and CITY staff with CITY'S "Standard Preconstruction Fom1s". Prepare and issue written minutes of meeting. CONSUL T ANT will provide Contractor two (2) full size (22 x 34 inch) and two (2) half size (11 x 17 inch) sets of the conformed Contract Documents for each Contract. CONSUL TANT 'Nill provide Contractor conform cd Contract Documents (Front-end and Technical Specifications, and Construction Plans) in electronic format to facilitate Contractor's preparation of as-built drawings. Page 3 of 10 Subtask 3.2 Submittal Review Receive, log, and review Shop Drawing and Product submittals for general conformance with the design intent and provisions of the Contract Documents. One review of each submittal is included in the budget for SDC phase services. CONSULTANT will review and return submittals to CITY and CONTRACTOR within 14 days of receipt. Subtask 3.3 Progress Meetings Attend construction progress meetings, prepare pre-issue agenda, and provide a written summary of the issues discussed using the CITY's "Standard Weekly Progress Meeting" format. Project meetings will be conducted by the Project Engineer with the Resident Observer also in attendance. Following the meeting, the Project Engineer will prepare and distribute DRAFT meeting minutes to the City and other attendees for meeting participant review and comment within one (1) day of the meeting conclusion. FINAL minutes shall be issued within three (3) business days after the conclusion of the meeting. Meetings will be held at the offices of the CITY Utility Department unless noted otherwise. Twenty one (21) progress meetings for the FM-OC, four (4) for the FM-JB and twelve (12) for the LS are included in the budget for this subtask. Subtask 3.4 Pay Estimate Review Review monthly payment applications submitted in a format acceptable to the CITY. CONSUL T ANT shall verify the quantities as represented on the pay request and make a recommendation to the CITY to proceed with the payment as requested or as modified based on CONSULTANT review. Monitor the construction schedule monthly and report to the CITY conditions which may cause delay in completion. Assist the CITY to reconcile the Contractor payment requests, clarifications, and responses to requests for quotations. Subtask 3.5 Construction Clarifications Respond in writing to Contractor's Request For Information (RFI) regarding the design documents. CONSULTANT shall issue interpretations and clarifications of the Contract Documents, along with associated support materials, as requested by the Contractor. These interpretations will be rendered and a response prepared and submitted to the Contractor within one week. For the purpose of this task order, up to 5 RFIs will be responded to during the FM-OC construction period, up to 2 RFIs for the FM-JB construction period and up to 3 RFIs for the LS construction period. Subtask 3.6 Construction Changes Review and negotiate Change Orders (CO) and Field Change Directives (FCD) during the construction period. For the purpose of this Amendment, 8 COs / FCDs will be prepared during the FM-OC construction period, 1 COs / FCDs during the FM-JB construction period and 3 COs / FCDs during the LS construction period. Page 4 of 10 Subtask 3.7 Periodic Field Inspections CONSUL T ANT will visit the project site an average of nine (9) hours a month for the actual field construction time frame of sixteen (16) months for the FM-OC, two (2) months for the FM-JB and seven (7) months for the LS, The construction time frames for this subtask has been shortened for the FM-OC and FM-LS by 2 months as each construction contract starts off slowly and winds down at the end. The construction time frame for the .TB has been shortened by an additional 1 month due to additional set-up time. Subtask 3.8 Certification of Construction Complete CONSUL T ANT shall certify to FDOT, FEC, CSX, PBCE, L WDD and PBCHD based on visible project features, CONSULTANT's inspections and, review of record drawings and testing reports that the project was constructed in substantial accordance with the plans and specifications submitted in the permit applications. For budgeting purposes, the CONSULTANT will be required to process not more than six (6) individual requests for releases for the FM-OC, not more than four (4) individual request for releases for the FM -JB and not more than one (1) individual request for releases for the LS. Task 4. Resident Project Representative Services The CONSULTANT will provide resident project representative servIces during construction for three separate construction periods, one for the FM-OC, one for the FM- JB and one for the LS, For purposes of developing this Amendment, it is assumed that only two of the three separate construction periods will overlap and the total contract time for all contracts is eighteen (18) months. This provides an economy of scale by doing the contracts concurrently. The Resident Project Representative services to be provided by the CONSULTANT include the following: Subtask 4.1 Inspections Provide a full-time (40 hours/week) Resident Project Representative (RPR) during the construction of the work in a total period of not-to-exceed sixteen (16) months (347 working days) for the FM-OC construction contract and seven (7) months (152 working days) for the LS construction contract. The RPR will provide only part-time (2 hours/day) during the installation of the FM-JB period of not-to-exceed three (3) months (65 working days). Each construction time frame for this subtask has been shortened by 2 months as each construction contract starts off slowly and winds down at the end. Activities performed under this task consist of furnishing a RPR during the construction of the project, to observe the quality and performance of the construction work, and to determine, in general if the construction is proceeding in accordance with the contract documents so that an engineering certification can be made regarding the construction of the proposed improvements. The RPR shall: . Serve as CONSULTANT's liaison with Construction Contractor, working principally through the Contractor's Project Manager or Project Superintendent and assist them in understanding the intent of the Contract Documents, Page 5 of 10 . Conduct on-site observations of the work in progress to assist in determining if the work is proceeding in accordance with the contract documents and that completed work conforms with the contract documents. Report, in writing, whenever CONSUL T ANT believes that work is unsatisfactory, faulty or defective, or does not conform to the contract documents, or does not meet the requirements of inspections, tests or approval required to be made, or has been damaged prior to final payment. . Accompany visiting inspectors representing public or regulatory agencies having jurisdiction over the project. Record, in writing, the outcome of these inspections and report same to CITY. . Consider and evaluate Construction Contractor's suggestions for modifications in drawings or specifications and report them to CITY, in writing. CONSULTANT shall make recommendation for action by the CITY. . Furnish to the CITY weekly written reports of progress of the work, the level of detail of which will be sufficient to determine the progress of all activities on the contractor's construction schedule. The CONSULTANT shall provide to the CITY the RPR's daily inspection reports (handwritten) and digital photos (paper copy & electronic copy). The reports and digital photos will be provided on a weekly basis. . Review Contractor As-Built Information on a monthly basis to confirm proper updates are being made. . Observe all flushing and pressure testing of the piping. . Assist the Contractor in coordinating all required density testing, etc. as required by the Construction Documents. . RPR shall work with the Contractor and develop a Daily Quantity Sheet (based on the approved Schedule of Values) to be reviewed and accepted each day agreeing to the quantities of Schedule of Value items installed. Subtask 4.2 Substantial and Final Inspection In conjunction with CITY staff, make preliminary and final inspections and assist in the preparation of a Contractor "punch list" to achieve Substantial Completion. Review completion of identified punch list items to assist in the determination that Substantial Completion has been achieved by the Contractor. In consultation with the CITY, CONSUL T ANT will issue the Substantial Completion Punchlist and the Certificate of Substantial Completion. Advise the CITY that Final Acceptance of the project has been reached in accordance with the Contract Documents. Page 6 of 10 LIMITATIOl'lS' OF AUTHORITY Except upon written instructions of CONSUL T ANT, Resident Project Representative: 1. Shall not authorize any deviation from the Contract Documents or approve any substitute materials or equipment. 2. Shall not exceed limitations on CONSULTANT's authority as set forth in the Contract Documents, 3. Shall not undertake any of the responsibilities of Contractor, Subcontractors or Construction Manager, or expedite the Work. 4. Shall not advise on or issue directions relative to any aspect of the means, methods, techniques, sequences or procedures of construction unless such is specifically called for in the Contract Documents. 5, Shall not authorize CITY to occupy the Project in whole or in part. 6. Shall not participate in specialized field or laboratory tests. C. Assumptions In addition to the work items discussed above, the following assumptions were made in establishing the scope of this Task Order and associated fee. Changes and/or modifications in the above work items or these assumptions are considered an Additional Services Item under the terms of the contract. Assumptions include: 1. CONSULTANT has not included any fees for replacement and/or rehabilitation of any existing utilities in this Task Order. If required by CITY, an Amendment to this Task Order will be executed for this work. 2. The CITY will provide CONSULTANT an electronic version of "front end" contract documents in MICROSOFT WORD format (see attached Standard Procedures and Functions), 3. Deviations from the Final Design Drawings will be compiled by the Contractor and electronically incorporated onto the drawing files. Two sets of signed and sealed RECORD drawings will then be submitted by the Contractor to the CITY. Sufficient sets of RECORD drawings will be provided to CONSULTANT for each submittal to FDOT, FEC, CSX, PBCE, L WOO and PBCHD, 4. The CITY is responsible for all permitting fees, including costs of public notification in 10cal newspapers. 5. No pre-purchase of materials and/or equipment is presumed. 6. A single bidding effort is assumed, one each for the FM-OC, FM-JB and LS. Re- bidding of the project is considered an Additional Services item. Page 7 of 10 D. Contract Reference This Task Order shall be performed under the terms and conditions described within the Agreement for General Engineering Consulting Services dated February 19, 2008 between the City of Boynton Beach and Wantman Group, Inc. E. Additional Services The following are examples of some specific Additional Services Items that may be required, but are not included within this Task Order. Generally, a condition contrary to the work description in Section B or assumptions of Section C (upon which the construction fee is based) is considered an Additional Services Item. Examples include: 1. Additional supervision or construction observation in excess of that specified in this Task Order. 2. Construction phase services shall not exceed eighteen (18) months for the FM-OC, five (5) months for the FM-JB and nine (9) months for the LS from the time of the contractor notice-to-proceed to final inspection. If the period of construction is extended, additional time and expenses will be necessary. 3. Assisting the CITY in the settlement of construction contract claims. 4. Surveying, flagging, or other work necessary to secure tree removal permits from the City, County, or other jurisdictions. 5. Design modifications to the Construction Contract Documents (i.e., change orders) required during construction. 6. Expert witness services that may arise out of any disputes. 7. Conflict of time required between the FM-OC, FM-JB and LS may require additional field personnel. These and other services can be provided, if desired by the CITY, under separate Task Order(s) or by an amendment to this Task Order. Services performed will be on an as- directed basis in accordance with a written Notice to Proceed from the CITY. F. Obligations of the CITY 1. The CITY shall reVIew all drawings and other documents presented by CONSULTANT; obtain advice of an attorney, insurance counselor, and others as CITY deems appropriate for such review and render decisions pertaining thereto within reasonable time so as not to delay the services of CONSUL T ANT. 2. With assistance by CONSULTANT, as described herein, the CITY, as applicant shall obtain approvals and permits from all governmental authorities having jurisdiction Page 8 of 10 over the project. The CITY is responsible for the payment of all permit application fees. G. Compensation Compensation by the CITY to the CONSULTANT for all tasks will be on a Time & Materials (T &M) basis in accordance with the above mentioned Agreement. The estimated compensation for the services described in this Task Order is $570,362.50 as shown in Table 1 below. TABLE 1: lABOR AND EXPENSE SUMMARY labor Hours labor Cost Sub/Exp Total Cost Task 1 - Odor Control System I 48 $6,167.50 $3,675.00 $9,842.50 Task 2 - Separate FM Plans 223 $26,220.00 $1,300.00 $27,520.00 Task 3a - SDC (FM-OC) 748 $94,080.00 $16,700.00 $110,780.00 j Task 3b - SDC (FM-JB) 217 $25,405.00 $2,000.00 $27,405.00 I I -., Task 3c - SDC (LS) 358 $45,405.00 $18,850.00 $64,255.00 i Task 4a - RPR (FM-OC) I 2,313 $229,540.00 $18,500.00 $248,040.00 I --j Task 4a - RPR (FM-JB) 184 $16,880.00 $1,200.00 $18,080.00 I ----I Task 4c - RPR (LS) 610 $59,440.00 $5,000.00 $64,440.00 Totals 4,701.00 $503,137.50 $67,225.00 $570,362.50 ._-~ H. Schedule The completion dates for this work will be as follows (starting at written notice-to- proceed). A detailed schedule is attached. I Engineering Services Time per Phase Cumulative Time I i Task 1 - Odor Control System 1/2 Month Y2 Months I I Task 2 - Separate FM Plans 1 Month 1\12 Months I Task 3a - SDC (FM-OC) 18 Months 19Y2 Months I I I Task 3b - SDC (FM-JB) Concurrent Concurrent ! Task 3c - SDC (LS) Concurrent Concurrent -1 i TMk A~ RPD (pur Of") Concurrent Concurrent I ia~ ..,.a-i i"\.'lVi- \".. i Task 4b - RPR (FM-JB) Concurrent Concurrent '1 ~ Task 4c - RPR (LS) Concurrent Concurrent I I Page 9 of 10 APPROVED BY: CITY OF BOYNTON BEACH, FLORIDA By: Kurt Bressner City Manager Dated this day of ,2009. SUBMITTED BY: W ANTMAN GROUP, INC. By Jt2Ih/ r ~ David K. Brobst Senior Vice President Dated this 27 day of February ,2009. M:\Proposals\Mumcipal Proposals\Ciry of Boymon Beach\Regional FM and S.E. 6th LS\Task Order No.1 Amendment No. I \Scope of Services - 02.26.09.doc Page 10 of 10 FEE BREAKDOWN AMENDMENT NO.1 CITY OF BOYNTON BEACH REGIONAL FORCE MAIN AND LIFT STATION February 26, 2009 1 jO[)QR CONTROL SYSTEM i I I 1 j I 1,1 1 Design 2.00 5.00 10.50 i 48,00 1,2 J-SutJl:()nsultant(Slructural), Bridgegesign.(1500) f j $l,~~O,ool 1,3 j~ubc;onsultant (Electrical). Sl11ilh En!:! (125.0) 1 $1,~7_500 j ---..---- j 1,4 I Expenses I I $650,00 I Total Hours Task 1 2,00 5.00 30,50 10,50 0 i 0 48.00 i I $ 12849 TOTAL FEE. TASK 1 $ 430,00 $ 875,00 $ 3,812,50 : $ 1,050,00 i $ 1 $ $3,025,00 I $650,00 I I _~_"_'__~~_~~~_~~'."_"""'-'~J~'~"~=~,,'__'" -----r---~- i____ ! 2 SEPARATE FM PLANS i , 2,1 .DESIGN SERVICES I I 2,la : Modify Existing FM Plans a l Meetings 0 0 0 0 b I Cover She,et 1 1 1 3 c . Key-Map.' 1 1 1 3 d ,Plan & Profile 3 sheets 1 6 16 23 e i [5etails shE,ets 1 1 8 10 f j Bid Tab 0 4 0 4 g I Material Specs 2 4 0 6 h i Quality Control Review 2 4 4 4 14 i ' Expenses $0.001 $500.00 --.-- Total Hours Phase 2,la 2 10 21 ...-.-.- 30 0 0 ------'---'-. 63 $ 123 89 SUBTOTAL FEE. Modify Existing FM Plans $ .. 430,00 $ 1,750,00 $ 2,625,00 ' $ 3,000,00 : $ '$ .--- $0,001 $500,00 $ 8,305,00 -, . ... ~- . ..- . .., - .o. -.- ~ -, . ., -~-~,- .' - -, <-, . - ~ - . --. -- -- -~ .. - .. 2,lb ,Separate Jack and Bore Plans a j Meetings 0 0 0 0 I b I Cover Sheet 1 1 1 3 I c 1 Key Map 1 1 1 3 d I Plan & Profile 3 sheets 1 8 16 25 e i Details sheets 1 1 8 10 I f 1 Bid Tab 0 4 0 I 4 I g I Material Specs 2 4 0 i 6 h jO'uality. Control Review 2 4 4 4 I 14 i . lEXJl.enses i $500,00 : -' ~ ...-.- Total Hours Phase 2,1 b 2 10 23 30 0 I 0 65 I ! S "123 92 SUBTOTAL FEE. Separate Jack and Bore Plans $ 430,00 $ 1,750,00 $ 2,875,00 $ 3,000,00 $ ,.. "=,',,. '$ ...~.._-=- $0.00' $500,00 ' $ '8,555,00' P~. 4 FEE BREAKDOWN AMENDMENT NO.1 CITY OF BOYNTON BEACH REGIONAL FORCE MAIN AND LIFT STATION February 26, 2009 ~ a . \ . (,). . ~ to lo:\: 7; fS ..~ "D.o.. '~wt";__i::.,, ~~*.~an_ '''-Y:...'''r t_ ~~w ~i_r~ , i I ~~~'J~~ .. "1 2,2..PERMITTINGSERVICES(J&B) ..~- - r' " - ~ .. ,- - - - -- - ,,--- - f' ~ - - -,- m_1 r- So~~:"CE""C : -1- - . -: .- i -- :_-- . -: -.=F ,"00 - - -=~~ - :-1=~ ~~t- - _'~====iotaIHou-';Phase_2i~=.._ ~,- -='~+..~o_+,__J........~_+ 0 ~..,_~:3....,+ --I B 9 1$5~,8f ---+- -------~_._-~-~---_.._--~---~-"--. -- ~ ~_._.- . ------ -..-----J. _ SUBTOTAL FEE - Permitting Services 1_ _ .... I $ - $ 175,00 $ 625,00 $ - $ - I $ 180,00 I $0.00 $0.00 $ 980.00 _ ___ --- -; - - ---- .---- ---.-.-.---- - ----- - -1-- -- - ---- - - - --!- - - ---- - --- -. - - --- - - ----- --- -- - ---- )._--- -. ~ - -- - --- - - ----- - -- - - ----. - - -- ~__j.~=-..2~3.._ ~~~~i:~I~.~~Y.~~~~~ltS!~iCeS" _' J _.. 'f-- ~ ~.... . -111 ..~ 10 24_ ~ -; 0' -1_ ?(L.~J.'-- -==-=:=:...-- -=--='~~ -=-=...:=--. _ b Expenses , $0 00 $300,00 - ni ' ' Total Hours Phase 2.3- _ ,1 -------1 2 I 10 I 24 I 30 I 0 I~-,-+ ----1 '-8-~ ~1~9,; -=J ....._~ SUBTO!~~,~~~~idiii~ii~~=CeS~=i=~:-=~=-=--I,$ ~30,OO $ 1,750,00 $ 3,000.00 $ 3,000,00, J ___ ..L~OO,OO $0,001- $300,00 $ 9,680,00 ~,..~t'_.. TOTAL FEE - TASK 2 _: L $ 1,290,00 $ 5,425,00 $ 9,125,00 $ 9,000.00 $ - $ 1,380.0~$ - $ 1,300,00 $ 27,520.00 .~. ~ , I ' 3~,--1_FM-OC SERVICESDURiNGCONSTRUCTION(FM~d._= ,- -, "t-'- ~-' -- ",-- -=:--~ ----== : 3,1 Pre-Construction Conference 1 Meetin 8 8 4 8 _ I _,__.._ 28 __ ._ ,-- -', - -.....-.. fCc' ~uo__~ ---.-----=1--~- ----g----- ---, - .. - 1-.. i 3,2 Submittal_Revi""" -u-..----~----J. ..8~.~bmitt~I~".. j __".16_- _~.2 __ 48_+_ _16__1__.. 112_ .....l.. 3,!........~~ogressMeetings i 21 Meetings ,_ _ -1-_~4?,___.J.,,7._.~_ ___21 in _,_ __" 210 ,_ ---L 3.4 pav Estimate Review i 18 Applications +, 18 54 _n ~ ~ . ~__ __ _____,_L___~.5_ Construction Clarifications . )__ _~~f=!!.__,_,_ ' 4 _ 5 20 __ _ t." _ 29 . _~:__ 3,!" ~2I1~tructio_n..Change~____,__. .+......fl C.Qt'field C,hang,,!.j, ... _, 16 32 9 ,._1... 57 __ ~ .__1 .. 3.L PeriodicFi""dlnspeE~~ ________ ._ 1 _16~~n.!t1.s._- j 4 ~_~2~.~ _~,,~ _ __ 8 180 I ~_8 _~ertification of Construction COIl1!>I~ 6 ~ncies I ,., 6 30 _____,___ I- ,____ ___ _ 6 L __u.__~ 42 ., 3,9 Subconsultant (Structural) - BridQe DesiQn (8320) i , ~ __, _... j..---!9....?<J<l:QQ m ,_ ___,__ 3,10 Expenses i $7,500,00 ....__ , Total Hours Task 3a . ._-+--_8__ _ 135 467 48 ._1--_____4 _ ~ _ 748 ._. I $ 125,78 'u_ --- u__ '~"-----TOTAL FEE -TASK3a- -~ ---- I $ 1,720,00 $ 23,625,00 $ 58,375.00 $ 4,800,00 $ 400.00 $ 5,160,00 $9,200,00 $7,500.00 $ 110,780,00 -- ,,--- I Page 2 of 4 -- FEE BREAKDOWN AMENDMENT NO.1 CITY OF BOYNTON BEACH REGIONAL FORCE MAIN AND LIFT STATION February 26, 2009 I 3b FM-JB ISERlilCES DURING CONSTRUCTION (FM-JB)I 3,1Ere-Con,stl~Cticl~(j~ni~enCe ... ..... .. .... 1LM~eting_.. I 4 8 4 4 20 3,2 Submittal Review 4: Submittals 1 8 16 8 I 56 3,3 I Progress Meetings 4 [Meetings i 8 28 4 I 40 3,4 ~y Estimate Bevi~w 51APJllications I 5 15 5 ' 25 3,5 Construction Clarifications 2 RFI's I 4 2 8 14 3,6 tconstruction Changes 1 CO! Field Changes ! 2 4 2 8 3,7 iPeriodicField Inspections 2iMonths 4 3 18 1 26 3,8 1 C~rtl~Clltion of Construction Complete 4 i A9.encies 4 20 4 , 28 3,9 1 Expenses $2,000,00 I Total Hours Task 3b 8 36 117 24 4 28 217 $ 11707 TOTAL FEE - TASK 3b $ $ 6,300,OO! $ 14,625,00 $ 2,400,00 $ 400,00 $ 1,680,00 $ $2,000,00' $ 27,405,00 ,- ~ _ -".'" - ." -- - -,- . -- . _. ~." 3c LS' SERVICES DURING CONSTRUCTION ( LS ) 3,1 ',Pre-construction ConferenCe" 1[' Meeting 4 8 4 4 20 3,2 ! Submittal Review 4 Submittals 8 16 24 8 56 3,2 jf'rog.r.ess Meetings 12iMeetlf1gs 24 72 12 108 3,4 j Pay lO~tifT1ate R~iew 9 i Applications 9 27 9 45 3,5 iConstruction Clarifications 3jRFI's 4 3 12 19 3,6 IConstrUction Changes 3lCQlf'ield Changes 6 12 3 21 3,7 I Periodic Field Inspections 7 i Months 4 11 63 4 82 3,8 I Certification of Construction Complete 1) Agencies 1 5 1 7 3,9 1 Subconsultant (Structural) - Bridge Design (8500) $9,350.00 i 3,9 ,SubconsUitant (Electrical) , Smith Eng (5000) $5,500,00 I 3,10 ,Expenses ' $4,000.00' Total Hours Task 3c 8 66 215 24 4 41 358 $ ! 26 83 TOTAL FEE - TASK 3c $-'1,720,00 $ 11,550,00 j f 26,875,00 '$ 2,400,00 $ 400,00 f '2,460,00 T $14,850.001 $4,000.001 $ 64,~55,OO =0>. .. _._ .h_.____._.._.________ "_,_",_,__,, _,.,._~~_~~,_,~~~...~~___~'.,_~._____."~. _______..____.__.,._n_ .~~...~.~____~_. ~.,.,.,.__ 4a FM-OC lRESIDENT PROJECT REPRESENTATIVE (FM-OC) i 4,1 linspections 3471WorkingDays 2,221 32 2,253 4,2 ! Substantial and Final Inspections 12 I Insllections 48 12 60 4,3 'Expenses ' .______.0' $18,500,00 Total Hours Task 4a 0 ......0.. ,.,~. 0"'.' 0 2,269' '0' ....- 44 . .,.. 2,313 i $ 99,24 TOTAL FEE. TASK 4a $ $ $ , $ $ 226,900:0~ j.s 2,640,00 $ $18,500,00 I $ 248,040,00 i ~ .~-----_."---~~",_..._~--,_._,._-,---~~-_.~~.., --_.....~,.,=.."~~.. ~""._..._-'"'"".~.......~~-------~.._--,.."~~.~<~.-.~-~.,--~._.~~_.__.. -_._- .- Pa 4 FEE BREAKDOWN AMENDMENT NO.1 CITY OF BOYNTON BEACH REGIONAL FORCE MAIN AND LIFT STATION February 26, 2009 .. ~";,, '. :''k'!!,~i';;L)/:~'~'',,:, K:",.;r~K:PESCRIRTi =-,,--t - '"'''''_'0,"''''''"''''''' ,.J.,.... t! ~~_. ~I--=:t- . .~ ~.._; ~~-::~ IE~:~~~fl~~flalln~pections----- j .~6~ ~;~~?o~~YS=-+ .. "...--f==-'.. ,= u_-'-':-1~~ ~. =-~--r'- $-1,200,00 ,. -'-=j~~, --= .-. -I - J - -- - ,..., ...," '6'''' 0 1- 0 0 -.". - - '''' " ". .=.., ~_~~_ .~._~=~=_=-_~~~_~_E~~~S_K!~L ~_~_~_~~~,=__~____:_ .~__. _.. =f ~.=.~.__~__.~_ _$_.1~~0~.~~_~_~2~~~OJ.$_~~_~~, _~~~~~O~ ~~~8::~,:.~,~~~'~4. - ~ " ""D"",.<",,,, """'''>An,,, " I ' -! - -- - - - -- -- ..-.-" . -+ -.. ...- 4.1 . ~nspE!ctions _ I 195 Working Days t .,... ~ ___ 555 35.._ _ ' . ,5!:i0. __. ., ,..._41_, Substa.nt~'-and.FinalJ.l1.s~~~.fl.S __ j 2 Inspections, . 16 ._ _ ,~ 20 .___ =t 4,3 Expenses $5,000,00 --- 'u t-------u Total.H.ours..I~k~!' u-t 0 i - t-- -1]-- 610 ~-97,44 ---..,..---+-- I . TOTAL ~E - TAS~ 4c i $ $5,000.00 $ 64,440,00 i- -1"--' -., -..--- . .. i ! j , PROjECT TOTAL~==Jn $27,075,00 - $40;150,0.0 I .t.pO,362,50 .. _ _ L- ~ ~-L--- J I I -=-"~1- .+ $570,36iso I I j _ !. otalEr()ject -----t- --- _. .=---r-=-:-1=--=-=--- I Less Subconsultants $27,075,00 ---- - -+~ '-''''''Less Expenses $40,150,00 i ------------- i - ~.- 1-- --- -_.-,---_..' - -- -~--------- WGI Fee $503,137.50 --i-- Total Hours 4,701,00 --_.+---~-- -1-- ~ ---- ,.-------. - -- -- - "_,,,,1___. ..._ __.__n__n_ Avg Rate per Hour ~..!107,03 ------ ---- Total hours -~ ~----,._-,- -- 197 2998 299 Page 4 of 4 VI.-CONSENT AGENDA ITEM C.S. CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM Requested City Date Final Fonn Must be Requested City Date Final Form Must be Commission Meeting Turned in to City Clerk's Commission Meeting Dates Turned in to City Clerk's Dates Office Office ~ April 21, 2009 April 6,2009 (Noon) 0 June 16,2009 June L 2009 (Noon) D May 5, 2009 April 20. 2009 (Noon) 0 July 7, 2009 June 15,2009 (Noon) 0 May 19, 2009 May 4, 2009 (Noon) 0 July 21, 2009 July 6, 2009 (Noon) 0 June 2, 2009 May 18,2009 (Noon) 0 August 4, 2009 July 20.2009 (Noon) 0 Announcements/Presentations D City Manager's Report NA TURE OF 0 Administrative D New Business AGENDA ITEM ~ Consent Agenda D Legal 0 Code Compliance & Legal Settlements 0 Unfinished Business 0 Public Hearing 0 RECOMMENDATION: Approve by Resolution No. R09-_ the City of Boynton Beach adopting the National Incident Management System (NIMS) for Homeland Security Presidential Directive - 5 to provide for domestic incident management. EXPLANATION: Homeland Security Presidential Directive (HSPD) - 5 directed the Secretary of the Department of Homeland Security to develop and administer a National Incident Management System (NIMS), which would provide a consistent nationwide approach for Federal, State and local governments to work together more effectively and efficiently to prevent, prepare for, respond to and recover from domestic incidents, regardless of cause, size or complexity. PROGRAM IMP ACT: NIMS facilitates the most efficient and effective incident management by utilizing standardized terminology, standardized organizational structures. interoperable communications, consolidated action plans, unified command structures, uniform personnel qualification standards, uniform standards for planning, training, and exercising comprehensive resource management, and designated incident facilities during emergencies or disasters. All life safety personnel within the city are in compliance with NIMS standards and we are 90% compliant with the remaining personnel. The Human Resources department continues to track the training progress of personnel required for NIMS compliance and directs employees to available training. The goal is to become 100% NIMS compliant by September 2009. FISCAL IMP ACT: NIMS standardized procedures for managing personnel, communications, facilities and resources will improve the city's ability to utilize federal funding to enhance local agency readiness, maintain first responder safety, and streamline incident management processes. NIMS Incident Command System training is available on-line through FEMA, and classroom training is available through the Department of Homeland Security at no cost to the city. AL TERNA TIVES: Not to ap rove the resolution adopting NIMS and become ine gible for certain federal funding, CitY Manager's Signature ~~t to City Managee:i!J. Department Name City Attorney / Finance S:\BULLETINlFORMS\AGENDA ITEM REQUEST FORM,DOC i 1 RESOLUTION NO. R()9 - 2 3 A RESOLVTION OF THE CITY COMMISSION OF THE 4 CITY OF BOYNTON BEACH, FLOIUDA, ADOPTING 5 THE NATIONAL INCIDENT MANAGEMENT SYSTEM 6 (NIMS) PER HOMELAND SECURITY PRESIDENTIAL 7 DIRECTIVE HSPD-5 TO PROVIDE FOR DOMESTIC 8 INCIDENT MANAGEMENT: AND PROVIDING FOR AN 9 EFFECTIVE DATE. 10 ! 11 I WHEREAS. the President in Homeland Security Directive (HSPD).o5, directed the ! 12 I Secretary of the Department of Homeland Security to develop and administer a J'..<ational I 13 ! Incident Management System (NIMS)' which would provide a consistent natiomvide 14 I approach for Federal. State. and local governments to work together more effectivel: and I 15 I efficiently to prevent, prepare for, respond to and recover from domestic incidents, regardless 16 I of cause. size or complexity: 17 i WHEREAS, the collective input and guidance from all Federal. State. and ioca] 18 I homeland security partners has been. and will continue to be, vital to the development. 19 ! effective implementation and utilization of a comprehenSIve N lMS: 20 t WHEREAS, it is necessary and desirable that all Federal. State. and local emergenc: 21 I agencies and personnel coordinate their efforts to effectively and efficiently provide the 22 I highest levels of incident management; I i WHEREAS, to facilitate the most efficient and etfective incident management 11 is 23 I i 24 I critical that Federal. State. and local organizati ons utilize standardized terminolog: . i 25 I standardized organizational structures. interoperable communications. consolidated action 26 I plans, unified command structures. uniform personnel qualitication standards. ul11lmm 27 I standards for planning, training. and exercising. comprehensive resource management. and 28 i designated incident facilities during emergencies or disasters: 29 I WHEREAS. the NIMS standardized procedures for personnel. I managmg 30 I communications, facilities and resources \vill improve the city's ability to utilize federal 31 I funding to enhance local agency readiness. maintain tirst responder safety. and streamline 32 I incident management processes, 33 WHEREAS, the Incident Command System components of l\.JIMS are alread\ an I 34 ,integral part of various city/county incident management activities. including current 35 iemergency management training programs; and \ s {.\,RI"1 !NI'-1S (Jl) Ie! i due . . 1 WHEREAS, the National Commission on Terrorist Attacks (9-11 Commission) 2 recommended adoption of a standardized lncident Command System. 3 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 4 THE CITY OF BOYNTON BEACH, FLORIDA: 5 Section 1. The foregoing "WHEREAS" clauses are hereby ratified and confirmed as 6 being true and correct and are hereby made a specific part of this Resolution. 7 Section 2. The City Commission of the City of Boynton Beach, Florida hereby 8 establishes that the National Incident Management System (NIMS) is the City standard for 9 incident management. 10 Section 3. This Resolution shall become effective immediately upon its passage and 11 adoption. 12 PASSED AND ADOPTED this _ day of ,2009. 13 14 15 CITY OF BOYNTON BEACH, FLORIDA 16 17 18 Mayor - Jerry Taylor 19 20 21 Vice Mayor - Jose Rodriguez 22 23 24 Commissioner - Ronald Weiland 25 26 27 Commissioner - Woodrow L. Hay 28 29 30 Commissioner - Marlene Ross 31 32 ATTEST: 33 34 35 Janet M, Prainito, CMC 36 City Clerk 37 38 39 40 (Corporate Seal) 41 s ICAIRESOINIMS 09 (CL),doc VI.-CONSENT AGENDA ITEM C.6. CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM Requested City Date Final Form Must be Requested City Date Final Form Must be Commission Meeting Turned in to City Clerk's Commission Meeting Dates Turned in to City Clerk's Dates Office Office ~ A ri121, 2009 0 June 16, 2009 0 Ma 5,2009 0 Jul 0 Ma 19,2009 Ma 0 Jul Jul 0 June 2, 2009 Ma 0 Au st 4, 2009 Jul " 0 Announcements/Presentations 0 .r:.- NATURE OF 0 Administrative 0 New Business 0 AGENDA ITEM ~ Consent A enda 0 Le al 0 0 Unfinished Business 0 Public Hearin 0 RECOMMENDATION: Please place this request on the April 21, 2009 City Commission Agenda under Consent Agenda, as a resolution to consider the request from Unisite, LLC (Lessee), also known as American Tower Corporation, to amend the lease agreement for their telecommunications tower at 3101 Quantum Boulevard (City's future park site in Quantum Park). Staff recommends that this request be approved, thereby allowing an expansion of the lease area by an additional 300 square feet for the placement ofa 500-gallon propane generator for Verizon Wireless (sublessee). EXPLANATION: Property (2500 square feet) was authorized by the City Commission to be leased to Unisite, LLC for a telecommunications tower per Resolution R99-l07 adopted August 17, 1999. On November 2, 1999 the City Commission authorized an addendum to the lease agreement per Resolution R99-l45 to amend the lease to include an access and utility easement. October 1, 2000 was the commencement date of the lease, based on the date Lessee was in receipt of a building permit to construct the tower. The tower structure is a 140 foot monopole with the following tenants (sublessees) and respective antenna heights: T-Mobile (140'), MetroPCS (130'), Verizon Wireless (120'), and Bellsouth Entertainment (110', subleased for two+ years but have yet to occupy any space per American Tower), On September 16,2008 Verizon Wireless applied for a minor site plan modification (MMSP 08-070) to allow a diesel generator and remove an existing propane generator that did not comply with a Fire Code requirement for a ten (10) foot no-spark buffer. Chapter 10, Section 3.C.15 of the LDR states that all generators used on a tower site shall use propane fuel, and that diesel generators may be permitted only where there are more than three (3) providers co-located on the tower, subject to approval by the Director of Utilities and the Director of Development. The request for a diesel generator was denied due to only three (3) providers currently co-located on the tower. This code provision is intended to protect the environment with the purpose that the generator will be shared backup for several providers. Using propane instead of diesel fuel protects against spillage in that the propane will become gas when exposed to atmosphere, whereas the diesel will seep into the soil and potentially contaminate wells, The subject property is on the edge of a preserve area, and also abuts a future city park site. On March 11, 2009 staff denied a similar request (MMSP 09-016) from MetroPCS for a diesel generator at this tower site. MetroPCS equipment is located nearest to the proposed 500-gallon propane generator for Verizon Wireless and staff recommends that the proposed generator be shared between these two providers. The proposed lease amendment will result in the following: (1) an increase in the size of the lease area to safely accommodate a 500-gallon propane generator in compliance with the ten (10) foot no-spark buffer; (2) an increase in rent of$234 per month for a current total of2,184 per month (3% compounded annually); and (3) the opportunity for providers to share the 500-gallon propane generator. S:\BULLETINIFORMS\AGENDA ITEM REQUEST FORM,DOC CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM PROGRAM IMP ACT: N/A FISCAL IMP ACT: This item represents an increase in revenues [rom tower leases by $2,808 annually. AL TERNA TIVES: Not approve the lease amendment, maintaining its curren)ease area and limitation on generator locations, ,) fW1/)",,~ City Manager's Signatur.l\ - :a:~?~ITedm ^:,\,"nt to City Manag,,~ ~'\.<==- . . City Attorney / Finance S'\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM,DOC 1 RESOLlJTION NO. R09- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, AUTHORIZING AND DIRECTING THE MAYOR AND CITY CLERK TO EXECUTE A FIRST AMENDMENT TO GROUND LEASE AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND UNISITE, LLC. AND PROVIDING AN EFFECTIVE DATE. WHEREAS, Unisite, LLC.. is requesting an amendment to the Lease approved on August 17, 1999 to allow an expansion of the lease area by an additional 300 square feet for the placement of a 500-gallon propane generator for Verizon Wireless (sublessee); and WHEREAS, upon recommendation of staff, the City Commission has determined that it is in the best interests of the residents of the City to execute a First Amendment to Ground Lease Agreement between the City of Boynton Beach and Unisite, LLC.; and NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. Section 2: The City Commission of the City of Boynton Beach, Florida does hereby authorize and direct the Mayor and City Clerk to execute a First Amendment to Ground Lease Agreement between the City of Boynton Beach and Unisite, LLC., a copy of which Agreement is attached hereto as Exhibit "A". Section 3, This Resolution shall hecome dIect!\,' immedlateh upon 1! ---~.. passage, PASSED AND ADOPTED this ,___ day of April, 2009. Cll Y (H BO\''\i J Of\. BI'ACII [\,1 a\ or krn I a\ lor Vice Mavor Woodrow L. Hay ('ommissioner K.unald Weiland ('ummissioner .lose Rodrigue/: ( 'ummissioner Marlene Russ AIlES I: Janet M, Prainito. CMC City Clerk (<.. 'orporate Seal) , i : I FIRST AMENDMENT TO GROUND LEASE AGREEMENT THIS FIRST AMENDMENT TO GROUND LEASE AGREEMENT ("First Amendment") is entered into as of the day of , 2009 ("Effective Date"), by and between the City of Boynton Beach, a Florida municipal corporation (hereinafter referred to as "Landlord") and Unisite, LLC, a Delaware limited liability company, (hereinafter referred to as "Tenant"). WIT N E SSE T H: A. Landlord is the owner of that certain parcel of land (the "Property") located in the County of Palm Beach, State of Florida, and Landlord and Unisite, Inc., predecessor in interest to Tenant, entered into that certain Ground Lease Agreement dated September 3, 1999, (the "Agreement") as amended by that certain Addendum to Ground Lease Agreement, by and between Landlord and Unisite, Inc., predecessor in interest to Tenant, dated November 15, 1999 (the "Addendum") (collectively, the "Lease"), whereby the Tenant leases a portion of the Property ("Premises"), together with any easements for ingress and egress and the installation and maintenance of utilities, all as set forth in the Lease (hereinafter collectively the "Site"). The Property and Premises/Site are depicted in Exhibit A attached hereto. B. Landlord and Tenant desire to amend the terms of the Lease as provided herein. NOW, THEREFORE, in consideration of the mutual covenants set forth herein and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties hereto agree as follows: 1. Compound Expansion. a. Effective as of the Commencement Date (as defined below), Landlord hereby leases to Tenant an additional three hundred (300) square feet of land ("Additional Area") contiguous to the Premises as designated on Exhibit B. Upon the Commencement Date, the Additional Area is hereby included in the Premises under the Lease. Exhibit B may be replaced by Tenant with a survey depicting the actual legal description of the Premises and/or the Site. b. Landlord hereby grants to Tenant, its officers, agents, employees and independent contractors the right and privilege to enter upon the Site, and/or the Additional Area at any time after the date of this Amendment, to perform or cause to be performed test borings of the soil, environmental audits, sampling, and/or tests, engineering studies and to conduct a survey of the Site and the Additional Area (the "Studies".). Landlord will provide Tenant with any necessary keys or access codes to the Property if needed for ingress and egress. Landlord will not unreasonably interfere with Tenant's use of the Property in conducting these activities. Tenant will restore the site and/or the Additional Area and will indemnify Landlord for any claims or damages caused by Tenant or its agents or employees as part of the scope of these Studies. c. The "Commencement Date" shall be the earlier of: (i) the date Tenant notifies Landlord in writing that Tenant elects to commence leasing the Additional Area; or (ii) the Rent Commencement Date, as defiped below. d. The "Rent Commencement Date" is the earlier of: (i) the date that Tenant issues a written 'Notice To Proceed' to one of its actual or prospective licensees or subtenants First Amendment to Ground Lease Agreement Quantum Park, FL Site # 91997 ("Customer") for the purpose of commencing the Customer's installation of equipment on all or a portion the Additional Area; or (ii) if no written Notice to Proceed is issued, then the date that a Customer which has entered into a license or sublease agreement wIth Tenant commences to install such Customer's equipment or other personal property at the Additional Area;, or (iii) 9 months after the Effective Date of this Amendment. e, The Rent Commencement Date shall be contingent on: (i) Tenant entering into a binding agreement with a Customer for that Customer', occupation of a portion of the Additional Area and Tenant and such Customer obtaining all necessary certificates, permits, licenses, and other approvals that may be required by any federal, state, or local authority for a Customer to occupy and operate on the Additional Area and Site; and ( ii) Tenant determining, at its sole discretion, that the status of title of Landlord as to the Additional Area is acceptable to Tenant: and (iii) Tenant determining at its sole discretion that the Additional Area, Site and Property are clear of any hazardous substances, which include any material or substance which is or becomes defined as a hazardous substance, pollutant. or contaminant, subject to reporting, investigation, or remediation pursuant to any federal, state, or local govemmental authority, and any oil, or petroleum products or their by-products, If anyone of the above contingencies shall not be satisfied, then Tenant may, at any time prior to the Rent Commencement Date, in writing to Landlord, terminate this Section 1 m its entirety and this Section 1 shall then be null and void and of no further force and affect. provided that the remainder of this Amendment will otherwise survive and continue in full force and effect. f. Commencing on the Rent Commencement Date, the monthly rent payable under the Lease shall be increased by Two Hundred Thirty Five and No /100 Dollars ($235,00) per month, 2. Notices. All notices or demands by or from Tenant to Landlord, or Landlord to Tenant, required under this Lease will be in writing and sent (United States mail postage pre-paid, certified with return receipt requested or by reputable national overnight carrier service, transmit prepaid) to the other party at the addresses set forth below, as applicable, or to such other addresses as the parties hereto may, from time to time, designate consistent with this paragraph, with such new notice address being effective 30 days after receipt by the other party. Notices will be deemed to have been given upon either receipt or rejection. Landlord: City of Boynton Beach 100 E. Boynton Beach Blvd. Boynton Beach, FL 33435 Attn: City Manager Tenant: American Tower 10 Presidential Way Woburn, MA 01801 Attn: Land Management First Amendment to Ground Lease Agreement Quantum Park. FL Site # 91997 With a copy to: American Tower 116 Huntington Ave. Boston, MA 02116 Attn: Legal 3. Approvals. Without limiting any of Tenant's other rights under the Lease, Landlord shall cooperate with Tenant, at no out-of-pocket expense to Landlord, in Tenant's efforts to obtain, maintain, renew and reinstate any and all of the certificates, permits, licenses, zoning, variances and other approvals which may be required from any federal, state or local authority as well as any necessary easements for Tenant or Tenant's sublessees, licensees, and/or customers' occupation or use of the Site (collectively, the "Approvals"). Landlord agrees to execute within 15 days after receipt of a written request from Tenant . any and all documents necessary, in Tenant's reasonable judgment, and in a form reasonably acceptable to Tenant to allow Tenant and its sublessees, licensees, and/or customers to obtain, maintain, renew or reinstate the Approvals. Landlord further irrevocably appoints Tenant as attorney-in-fact coupled with an interest to execute any document or Approval which Landlord fails to execute within 15 days after Landlord's receipt of a request for execution. Landlord does not warrant, represent or guarantee any approval required by any City Board, Department, or City Commission. 4. Sienaee. Without limiting any of Tenant's rights under the Lease, Tenant shall have the right to install and maintain identifying signs or other signs required by any governmental authority on or about the Site, including any access road to the Site. Tenant must comply with any and all governmental rules, regulations, and ordinances. 5. Documentation. Upon any permitted transfer or assignment of the Landlord's interest in this Lease, prior to Tenant's being obligated to make any rent or other payments to the successor Landlord, Landlord's successor will provide Tenant with a completed Internal Revenue Form W-9, or then equivalent form, and any other reasonably necessary documentation requested by Tenant in order to confirm such transfer of the Lease. 6. Memorandum of Lease. Upon request by Tenant, Landlord shall execute and deliver to Tenant a Memorandum(s) of Lease, reflecting this Amendment, in a form reasonably acceptable to Tenant and which is recordable in the county in which the Property is 10cated. 7. Ratification/Estoppel. Tenant and Landlord each hereby ratifies and confirms that the Lease is in full force and effect. Landlord represents and warrants that, as of the Effective Date, Tenant is not in default in the payment or performance of its obligations under the Lease and, to the best of Landlord's current knowledge, there is no existing condition that, although not presently a default, may result in a default under the Lease. Except as modified herein, the Lease and all the covenants, agreements, terms, provisions and conditions thereof remain in full force and effect and are hereby ratified and affirmed. If any inconsistency exists or arises between the terms of the Lease and the terms of this Amendment, the terms of this Amendment shall prevail. 8. Entiretv: Amendment: Counterparts. This Amendment, together with the Lease, constitutes the entire agreement among the undersigned parties hereto. Any modification to this Amendment must be in writing and signed and delivered by authorized representatives of the affected parties in order to be effective. This A.llendment will be govemed by the laws of the state in which the Site is situated. This Amendment may be executed in any number of counterparts, each of which shall be an original, which may be delivered via facsimile, but all of which taken together shall constitute one instrument. First Amendment to Ground Lease Agreement Quantum Park, FL Site # 91997 IN WITNESS WHEREOF, Landlord and Tenant have each executed this Second Amendment as of the Effective Date written above LANDLORD: WITNESSES: City of Boynton Beach, a Florida municipal corporation By: Signature Its: Print Name: ~"------~-~-- -- -- - -- Signature Print Name: ACKNOWLEDGEMENT State of County of ) On before me, (here insert name), a Notary Public, personally appeared , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Notary Public Print Name: My commission expires: First Amendment to Ground Lease Agreement Quantum Park, FL Site # 91 <)97 TENANT: WITNESSES: Unisite, LLC, a Delaware limited liability company By: Jason D. Hirsch Signature Its: Vice President, Land Management Print Name: Signature Print Name: ACKNOWLEDGEMENT TENANT State of Massachusetts County of Middlesex On before me, (here insert name), a Notary Public, personally appeared Jason D. Hirsch, Vice President, Land Management, personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hislher/their authorized capacity(ies), and that by hislher/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Notary Public Print Name: My commission expires: First Amendment to Ground Lease Agreement Quantum Park, FL Site # 91997 EXHIBIT A This ~xhibit A May be R.e~~aced by an As-Built Survey at Tenant's Option depicting the Leased PremIses, Access and UtilitIes Easements and if applicable, guy wire and guy anchor easements . ~ , . ~ A PARes.. OF LAND BEING A PORnON OF LOT 92, Q BOYNTON BEACH, P.I.DA PlAT NO. 3 AS RECORDED IN ~ OK eo, PAGES 29-31 OF THE PUBUC RecoRDS OF PALM BlACH ~U~oi ft;ORIDA. BEING MORE PARTICUlARLY DESaUIID AS FOLLOWS; t ~~ \ Of, ~! " " ~ COMMENCE AT TJie eASTERLY MOST NOflTHI!AST ca.NiR .b)r' .0 LOT 92; THeNCE ON A GRID BEARING OF N7''3V01- W AUJNG TH f'l0ftTH UNe OF SAID Lot' lI2.lllAlP LIlE ALSO BEING THE SOUTH UNE OF ~ARCEL OF LAND RECORDED IN OFFICIAL RECOIU) BOOK 5W9. F!AGE 321 AS HawN ON SAID PlAT) A DlSTANQi OF 5.01 F!I!T: THENCE S18'20'a1rW A DISTANCE OF 5.00 FeET TO A POI ON A L.INE 5.00 FEET SOunf OF; AND PARALLEL VWTH lliE NORTH UN!! OF SAlO LOT 92; THENCe NT'I"WO'rW ALONG s..ID PAR.&l115 LINE A DISTAl OF SO.CO FeET; THeNce S1rn"2rw A DISTANCE OF .!fO.Ot FEET; THl!NCE 871.,"01'"1 A DlSTANO& OF 50.00 FEET TO A POI ON A LINE 5.00 FEET WEST OF AND PARAL.LEL WITH THE lAST UNE OF. D LOT &2. SAID POINT lENa ON THE ARC OF A NON- TANGENT CURVE CONCrAVE TO weST. A RADIAL UNE OF SAID CURVE lHROUGH SAID POINT HAVlN~ A BEARING OF S8r1SfCTE: ntlNCE NORTHERLY AlJ)NG SAID PARALLEL NE. ALONG THe ARC OF SAID CURVE TO THE lEFT. HAVING A CENTRAL u: OF 02910145- AND A RADIUS qF 1315.QO FEET FOR AN ARC DISTANCE 50.02 FEET TO THE POJNTOF BEGINNING: SAID lAND SITlJATE 'NITHIH THE CITY OF BOYNTON H, PALM B~CH 'COUNTY. PLOFUtI,A. CONTAlt.4ING 2,500 SQUARE FEET. MORE OR Las. : First Amendment to Ground Lease Agreement Quantum Park, FL Site # 91997 EXHIBIT B This Exhibit B May be Replaced by an As-Built Survey at Tenant's Option depicting the Leased Premises, Access and Utilities Easements and if applicable, guy wire and guy anchor easements r 50'-0' LEASE MEA r 45'-4- LEllliEE/IISER no Q.<l. E _AIlE r_ i 1'0 BE 1lEW0VfXI LESISEE/IISER e' x 1e' CONe, 1'100 T__U: .. a'x:" < CONe. 1'100 ~ ~ ~ . ., I i ~ '; ~. )( <41 IoIEIllO Pes b PUIlP 9'-4- X W-O' I BN CXlNC. PAIl ~ C;;;~L - ~ SUR5 _0 ,/ 10' NCl SP_ BUFl'ER ~ / ~Ell 4" x tal QROUNl) 1iPACE ( ,",,,, \ "- NEW W-6Ll. TO IIA1t:H ElIIS'llNG BY ~EEIUSEJIt ~-r-~ ~ WIILL . NEW GATE 4S' -4' PROPosEll tlEW "'loLL . SO' -0' _Cl5Ell NEW LEASE AREA First Amendment to Ground Lease Agreement Quantum Park, FL Site # 91997 -. -. - ---~----_..~~-_._--~- - --. ~--- --- Space Above Line Reserved For Recorder's Use Prepared by & Return to: Justin White American Tower Land Management 10 Presidential Way Wobum, MA 01801 1. Title of Document: Memorandum of Lease 2, Date of Document: 3. Landlord: City of Boynton Beach 4. Tenant: Unisite, LLC 5. Statutorv MaHin!! Address(es): Landlord: City of Boynton Beach 100 E. Boynton Beach Blvd. Boynton Beach, FL 33435 Tenant: American Tower 10 Presidential Way Woburn, MA 01801 Attn: Land Management 6. Property Address: 3101 Quantum Blvd, Boynton Beach, FL 33426 Property Control Number: 08-43-45-17-09-000-0922 7, Le!!al Description: Exhibit A 8, Prior Recorded Notice of Lease: in Bookl1346. Pal!e 356 in the rel!istrv of Palm Beach Countv, Florida. Prepared bv and Return to: American Tower 10 Presidential Way Wobum, MA 01801 Attn: Land Management / Justin White ATC Site # 91997 A TC Site Name: Quantum Park MEMORANDUM OF LEASE This MEMORANDUM OF LEASE ("Memorandum") is entered into on the day of , by and between the City of Boynton Beach, a Florida municipal corporation (hereinafter referred to as "Landlord") and Unisite, LLC, a Delaware limited liability company, (hereinafter referred to as "Tenant"). NOTICE is hereby given of the following described Lease as amended, for the purpose of recording and giving notice of the existence of said Lease. To the extent that notice of such Lease has previously been recorded, then this Memorandum shall constitute a restatement and amendment of any such prior recorded notices. 1. Lease: Ground Lease Agreement, between Landlord and Tenant, or its predecessor in interest, entered into on September 3, 1999, as amended (the "Lease") 2. Prior Recorded Notice of Lease: in Book11346. Pa{!e 356 in the relristrv of Palm Beach County. Florida. 3. Lease Commencement: October 12, 1999. 4. Expiration of Current Term: October 11, 2009; 5. Extended Terms: Lessee has the option to further extend the term of the Lease for each of 3 successive 5 year terms. 6. Leased Premises: As described in Exhibit "A," attached hereto, together with any access and utility easements. Exhibit A may be replaced by an as-built survey at Lessee's option depicting the Leased Premises, access and utilities easements and if applicable, guy wire and guy anchor easements. 7. Additional Area: As stated in that certain Amendment between the Lessor and Lessee dated , (the "Amendment"), as of the Commencement Date (as such term is defined in the Amendment), the Additional Area set forth in Exhibit B will be added to and become a part of the Leased Premises. Exhibit B may be replaced by an as-built survey at Lessee's option depicting the Leased Premises, access and utilities easements and if applicable, guy wire and guy anchor easements. 8, Incorporation: The terms and conditions of the Lease. as amended. are hereby incorporated into this Memorandum. 9. Effect: This Memorandum is not a complete summary of the terms and conditions contained in the Lease, Provisions in the Memorandum should not be used in interpreting the Lease provisions. In the event of a conflict between this Memorandum and the Lease. the Lease will control. [SIGNATURE PAGE FOLLOWS] IN WITNESS WHEREOF, Landlord and Tenant have each executed this Memorandum as of the day first above written. LANDLORD: WITNESSES: City of Boynton Beach, a Florida municipal corporation By: Signature Its: Print Name: Signature Print Name: ACKNOWLEDGEMENT State of County of ) On before me, (here insert name), a Notary Public, personally appeared , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person( s) whose name( s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Notary Public Print Name: My commission expires: TENANT: WITNESSES: Unisite, LLC, a Delaware limited liability company -~---~.~-- By: Jason D. Hirsch Signature Its: Vice President, Land Management Print Name: -----_.__..._._~....._~~..- ----.------ Signature Print Name: _.._-_.._.,-_._..~-_.,..._--_. _._-_._----~- ACKNOWLEDGEMENT TENANT State of Massachusetts County of Middlesex On before me, (here insert name), a Notary Public, personally appeared Jason D. Hirsch, Vice President, Land Management, personally lmown to me (or proved to me on the basis of satisfactory evidence) to be the person( s) whose name(s) is/are subscribed to the within instrument and aclmowledged to me that he/she/they executed the same in hislher/their authorized capacity(ies), and that by hislher/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Notary Public Print Name: My commission expires: EXHIBIT A This Exhibi~ A May be Replac~~ .by an As-Built Survey at Tenant's Option depicting the Leased Prennses, Access and UtdItles Easements and if applicable, guy wire and guy anchor easements : . , ~ A PAReS. OF ~ND BEtNG A POR110N OF LOT 92, Q BOYNTON BEACH, P.I.D. PtATNO. 3ASRECCRDED IN ~ OK eo, PAGES 29-31 OF THE PUSUC RECORDS OF PALM BeACH ~U~~ ft;ORIDA, BeiNG MORE PARTICULARLY DESCRIBED AI FOlJ.OWS; \ ~~ ~ ., ~ \ ~~ COMMENCE AT 11tE EASTERLY MOST NOR'THlWIT cQaN!R' '.0 lOT 92; THENCE ON A GR10 BEARING OF N71'3O'01- W AlONG TH ,.ottn-I UNE OF SAID LaTa. (SAID UNEALSO BEING THE SOUTH UNE OF A. ARCELOF LAND RECORDED IN OfFICIAL RECORD lOCK 5449, ~AGE 321 Ni HOWN ON SAID PlAT) A DlSTANQi OF 5.01 FET: THENCE S1a-2lrWW A DISTANCE OF 5.00 FEET TO A POI ON A LINe 5.00 FEET SOUTH OF- AND PARALLEL ~ THe NORTH UN!! SAle LOT 92; THENCE NT1'W01'W ALONG SNO lWtAI.LEl. LINe A OlSTANl OF 60.00 PIEl!T; THENCE S1rr31'2rw A DlSTAHCE OF !D.ot FEET; THENCE 8714138'01" A DISTANCE OF eo.oo FEET TO A POI ON A LINE 5.00 FEET \\QlT OF AND PARAl.I.iL WITH THE lAST UNE OF D LOT sa SAID POINT IlEINC ON:mE ARC OF A HON-TANGSIT CURVE CO~VE TO WEST. A RADIAL UNE OF SAID CURVE 'THROUGH &AI) POINT MAVIN A BEARING OF S8r15'fCTE; ntENeE NORTHERLY AU)NG SAID PARALLEL Nt:, ALONG THE ARC OF SAID CURVE TO THE lEFT, HAVING A CENTRAL t.E OF 02'10+45- AND A RADIUS OF 1315.QO FEET FOR AN ARC DISTANCE 50.02 FEET TO THE POINTOF BEGINNING: SAID lAND SITUATE VVlTHIN THE cny OF BOYNTON' H, PAlM B~CH 'COUNTY. MAIDA. CONTAINING 2,500 SQUARE FEET. MORE OR L.!S8. , ,. . I EXHIBIT B This Exhibit B May be Replaced by an As-Built Survey at Tenant's Option depicting the Leased Premises, Access and Utilities Easements and if applicable, guy wire and guy anchor easements r 50'-0' L.El\.5t ~Rt... 4~'-4' L..ES5E~R IZQ (l,Aj.. E _NIt TIoNI< 1 lOlIf:A~ L..ESSEEI\JliEl! 81 :1( ,et CONe, PAll T__LE S'l<'- c CCHe, pld) ~ ~ Ii! b ~ I 1 ";I: ~ lAETllO pes b PUIlP S'-'l!" X H'-O' I IlIN Ct'lIlC. "110 5l r- 'QlitAKL .-. _SED GJ SUR5 ,/ ......" 10' NO SP..w. ~JmR ~ / WlSa;:/US91 __ P.JtOPO$ED .- 4" ;Ie la' [=r'} G:~OU"O SF A::l:: I' I CUl It"'u. 11J IiIf: AElo!O\lEll BY L..ESSEtNSER '" \ M ~i~ '" I I Zlillll~ '" ~ NEW WAlL :'f~~~ I '. / ..' -.o ro ......11:H E:o.ISllNC 10,> ". . - MY LEssa;:/USEl< ...,a.. I I r ' '+ I " / , ! '-8' NE:W, .5" Pf\'llll'O'...o ~~ I W~u.NEW GATE: J ..115'-.... .?lfOPOSfI} NE'ft W,A:LL I 50' -0- F'ROPOSO'J ~FItf LEASE "'~E'- ~, VI.-CONSENT AGENDA CITY OF BOYNTON BEACH ITEM C.7 AGENDA ITEM REQUEST FORM Requested City Date Final Form Must be Requested City Date Final Form Must be Commission Meeting Turned in to City Clerk's Commission Meeting Dates Turned in to City Clerk's Dates Office Offi ce X April 21. 2009 April 6, 2009 (Noon) 0 June 16, 2009 June 1. 2009 (Noon) 0 May 5, 2009 April 20. 2009 (Noon) 0 Julv 7, 2009 June 15, 2009 (Noon) 0 May 19, 2009 May 4,2009 (Noon) 0 July 21, 2009 July 6, 2009 (Noon) D June 2. 2009 May 18. 2009 (Noon) 0 August 4. 2009 Julv20,2009(Noon) 0 Announcements/Presentations 0 Citv Manager's Reoort NA TURE OF 0 Administrative 0 New Business AGENDA ITEM X Consent Agenda 0 Legal 0 Code Compliance & Legal Settlements 0 Unfinished Business 0 Public Hearing 0 RECOMMENDATION: Approve and execute a resolution and agreement between Palm Beach County and the City of Boynton Beach which provides funding to offset the cost of the 2009 Heritage Celebration. The funding in the amount of $7,000 is made available from the County's Recreation Assistance Program (RAP) District 7. EXPLANATION: The event was organized by the Heart of Boynton Association; with the financial and staffing assistance of the City of Boynton Beach, The purpose of the event was to host a celebration that motivates, empowers, and informs the public of the ties that binds our community together through enjoyment of fun safe activities and entertainment. County Commissioner Addie Greene has authorized the allocation of (RAP) funding for this purpose, PROGRAM IMPACT: The event promoted cultural diversity within the City of Boynton Beach; while celebrating each culture splendor through sports, music, dance, and other art forms, while bridging the generation gap. FISCAL IMPACT: Expenses for the event were covered through fundraisers and City funding, AL TERNA TIVES: Do not execute the agreement. ! ~ I z I tLLV",<- - City Manager's Signature Recreation & Parks A"'i\tant In C;ly M,n'g" ,4 ~ Department Name City Attorney / Finance S:\BULLETIN\FORMSIAGENDA ITEM REQUEST FORM DOC . 1 RESOLUTION R09- 2 3 A RESOLUTION OF THE CITY OF BOYNTON BEACH, 4 FLORIDA, AUTHORIZING AND DIRECTING THE CITY 5 MANAGER TO EXECFfE AN AGREEMENT BETWEEN 6 PALM BEACH COUNTY AND THE CITY OF BOYNTON 7 BEACH, PROVIDING FOR FlfNDING TO OFFSET COSTS 8 OF THE 2009 HERITAGE FESTIVAL; AND PROVIDING AN 9 EFFECTIVE DATE. 10 11 12 WHEREAS, the City of Boynton Beach sponsored the annual Heritage Festival 13 during the month oj I'ebruar) ~()O\j. to prU\ ide a cultural celchration to motivate. 14 empowcr and inform the public of the ties that bind the Bo)nton Beach community 15 together through education and enjoyment of the arts: and 16 \VHEREAS, the City has requested an amount not to exceed $7,000.00 to 17 offset the costs for contractual services and miscellaneous expenses for the 2009 18 Ileritage Festival and the Count) is desirous of providing funding in an amount not to 19 exceed $7.000,00 to assist the City in this e\ent 20 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION 21 OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 22 Section I, lhe foregoing "\\'Hl~REAS" clauses arc true and correct and ~~ 23 here b) ratiJicd and contirmed by the City Commission, 24 Section 2, rhe <. 'it) ('ommission of the City of Boynton Beach does hereby -~-_._- , 25 authorize and dircct the Ma) or to cxccute an Agreement bctwecn Palm Beach County 26 and the ('it) of Boynton Beach. for funding to offset the costs of the 2009 Heritage 27 J'cstival. a COP) of said Agrecment is attached hercto as Exhibit --A 28 Section 3, Ihat this Resolution shall becomc effective immediately upon _._-~-- S ICAIRESOlAgreements\lnterlocalslHentage Festival 2009 funding doc ! I 1 ! passage. 2 PASSED AND ADOPTED this~~~,_ day of April, 2009. 3 4 CITY OF BOYNTON BEACH, FLORIDA 5 6 7 Mayor - Jerry Taylor 8 9 ------ _._..-_.~_...._-~-~_._--,-_._- 10 Vice Mayor Woodrow L. Hay 11 12 -,----------- --..----..-. .-- ~~- - ~-----_._--- 13 Commissioner - Ronald Weiland 14 15 16 Commissioner - Jose Rodriguez 17 18 _~_ ...__u__.__. ___~.__ 19 Commissioner, Marlene Ross 20 21 ATTEST: 22 23 24 -.------........--... --.-... 25 Janet M, Prainito, CMC 26 City Clerk 27 28 29 (Corporate Seal) 30 S:\CA\RESO\Agreementsllnterlocals\Heritage Festival 2009 funding doc I I AGREEMENT BETWEEN PALM BEACH COUNTY AND THE CITY OF BOYNTON BEACH FOR FUNDING OF THE 2009 BOYNTON BEACH HERITAGE CELEBRATION THIS AGREEMENT is made and entered into on -.-...,, by and between Palm Beach County, a political subdivision of the State of Florida, hereinafter referred to as "County" and the City of Boynton Beach, a Florida Municipal Corporation. hereinafter referred to as "Boynton Beach", WIT N E SSE T H: WHEREAS, Boynton Beach sponsored the annual Boynton Beach Heritage Celebration on February 21,2009 (the Event), which attracted approximately five hundred (500) participants; and WHEREAS, the purpose of the Event was to promote cultural diversity in the City of Boynton Beach while celebrating each culture's splendor through sports, music, dance, and other art forms and to create a day filled with family fun oriented safe and entertaining activities: and WHEREAS, the mission of the Event was to motivate, empower, and inform the public of the ties that bind the community together through enjoyment of safe activities and entertainment: and WHEREAS, the Event activities were held as a "street fest" on N,E, 10th Avenue/Martin Luther King Boulevard in Boynton Beach; and WHEREAS, the Event cost approximately $14,900 for contractual services and other miscellaneous expenses related to the Event; and WHEREAS, Boynton Beach has requested from County an amount not to exceed $7,000 to help offset costs for Event expenses; and WHEREAS, County desires to provide funding to help offset costs for the Event; and WHEREAS, funding for the Event in an amount not to exceed $7,000 is available from the Recreation Assistance Program (RAP) - District 7; and WHEREAS, Boynton Beach's cultural arts, recreational, and community events are deemed to serve a public purpose; and WHEREAS, both parties desire to enter into this Agreement. NOW THEREFORE, in consideration of the covenants and promises contained herein, the parties hereby agree to the following terms and conditions: 1 1. County agrees to fund an amount not to exceed $7,000 to Boynton Beach for the 2009 Boynton Beach Heritage Celebration for contractual services and other miscellaneous expenses, as set forth in Exhibit "A", attached hereto and incorporated herein, hereinafter referred to as the "Projecf'. 2. County will use its best efforts to provide said funds to Boynton Beach on a reimbursement basis within forty-five (45) days of receipt of the following information: a, A written statement that the Project, as specified herein, was carried out in accordance with this Agreement; and b. A Contract Payment Request Form and a Contractual Services Purchases Schedule Form, attached hereto and made a part hereof as Exhibit "B", which are required for each and every reimbursement requested by Boynton Beach. Said information shall list each invoice paid by Boynton Beach and shall include the vendor invoice number; invoice date; and the amount paid by Boynton Beach along with the number and date of the respective check or proof of payment for said payment. Boynton Beach shall attach a copy of each vendor invoice paid by Boynton Beach along with a copy of the respective check or proof of payment and shall make reference thereof to the applicable item listed on the Contractual Services Purchases Schedule. Further, Boynton Beach's Program Administrator and Project Financial Officer shall certify the total funds spent by Boynton Beach on the Project and shall also certify that each vendor invoice, as listed on the Contractual Services Purchases Schedule was paid by Boynton Beach and approved by Boynton Beach as indicated. 3. Boynton Beach incurred expenses for the Project beginning on February 6, 2009. Those costs incurred by Boynton Beach for the Project, approved and submitted accordingly by Boynton Beach subsequent to February 6, 2009, are eligible for reimbursement by County pursuant to the terms and conditions hereof, 4. RAP funds may be used as a match for other local, state, or federal grant programs, but Boynton Beach may not submit reimbursement requests for the same expenses to the County as other fund sources to receive duplicate reimbursement for the same expenses. 5. Boynton Beach agrees, warrants, and represents that all of the employees and participants in the Project will be treated equally during employment, and for the provision of services without regard to residency, race, color, religion, disability, sex, age, national origin, ancestry, marital status, sexual orientation, gender identity or expression. 2 6, Boynton Beach shall be responsible for the operation and maintenance of the Pro!ect including all associated costs, 7, The term of this Agreement shall be June 30, 2009, commencing upon the date of execution by the parties hereto, 8. The parties agree that, in the event Boynton Beach is in default of its obligations under this Agreement, the County shall provide Boynton Beach thirty (30) days written notice to cure the default. In the event Boynton Beach fails to cure the default within the thirty (30) day cure period, the County shall have no further obligation to honor reimbursement requests submitted by Boynton Beach for the Project deemed to be in default and Boynton Beach shall return any County RAP funds already collected by Boynton Beach for the Project. 9, Notwithstanding any provision of this Agreement to the contrary, this Agreement may be terminated by the County, without cause, upon thirty (30) days prior written notice to the other party, This Agreement may be terminated by the County with cause, upon expiration of the thirty (30) day cure period provided for in Section 8 above, 10, Boynton Beach shall complete the Project by March 30, 2009, and invoices and checks submitted for reimbursement must be dated within the project time frame of February 6, 2009, through March 30, 2009. Boynton Beach shall provide its final reimbursement request(s), including a project completion statement and reimbursement documentation as indicated in Section 2 above on or before June 30, 2009, Upon written notification to County at least ninety (90) days prior to that date Boynton Beach may request an extension beyond this period for the purpose of completing the Project. County shall not unreasonably deny Boynton Beach's request for said extension, 11, In the event Boynton Beach ceases to exist, or ceases or suspends the Project for any reason, any remaining unpaid portion of the Agreement shall be retained by County, and County shall have no further obligation to honor reimbursement requests submitted by Boynton Beach. The determination that Boynton Beach has ceased or suspended the Project shall be made by County and Boynton Beach agrees to be bound by County's determination, 12. Boynton Beach agrees to abide by, and be governed by, all applicable federal. state. county, and municipal laws, including but not limited to, Palm Beach County's ordinances, as said laws and ordinances exist and are amended from time to time, In entering into this Agreement, Palm Beach County does not waive the requirements of any County or local 3 ordinance or the requirements of obtaining any permits or licenses normally required to conduct business or activity conducted by Boynton Beach. Failure to comply may result in County's refusal to honor reimbursement requests for the Project. 13. County reserves the right to withhold reimbursement if the Project is not completed as specified in Exhibit "A". 14. It is understood and agreed that Boynton Beach is merely a recipient of County funding and is an independent contractor and is not an agent, servant or employee of County or its Board of County Commissioners. It is further acknowledged that the County only contributes funding under this Agreement and operates no control over the Project. To the extent permitted by law and without waiving the right to sovereign immunity as provided by Section 768.28, Florida Statutes, in the event a claim or lawsuit is brought against County or any of its officers, agents or employees, Boynton Beach shall indemnify, save and hold harmless and defend the County, its officers, agents, and/or employees from and against any and all claims, liabilities, losses, judgments, and/or causes of action of any type arising out of or relating to any act or omission of Boynton Beach, its agents, servants and/or employees in the performance of this Agreement. The foregoing indemnification shall survive termination of this Agreement. In consideration for reimbursement of costs incurred prior to the term of this Agreement, the foregoing indemnification shall apply not only during the term of this Agreement but also for the period prior to the Agreement for which Boynton Beach is eligible to receive reimbursement from the County, 15. Without waiving the right to sovereign immunity as provided by Section 768.28, Florida Statutes, Boynton Beach acknowledges to be self-insured for General Liability and Automobile Liability under Florida sovereign immunity statutes with coverage limits of $100,000 Per Person and $200,000 Per Occurrence; or such monetary waiver limits that may change and be set forth by the legislature. In the event Boynton Beach maintains third-party commercial General Liability and Business Auto Liability in lieu of exclusive reliance on self-insurance under Section 768.28, Florida Statutes, Boynton Beach shall agree to maintain said insurance policies at limits not less than $500,000 combined single limit for bodily injury or property damage. Boynton Beach agrees to maintain or to be self-insured for Worker's Compensation & Employer's Liability insurance in accordance with Florida Statutes 440, 4 Prior to execution of this Agreement by the County, Boynton Beach shall deliver tc ii,,, County an affidavit or Certificate of Insurance evidencing insurance, self-Insurance, andio' sovereign immunity status, which County agrees to recognize as acceptable for the above mentioned coverages, Certificate holder's address shall read Palm Beach County, CIO Parks and Recreation Department, 2700 Sixth Avenue South, Lake Worth, FL 33461, Attention Administrative Support Manager, Compliance with the foregoing requirements shall not relieve Boynton Beach of its liability and obligations under this Agreement. 16, Upon request by County, Boynton Beach shall demonstrate financial accountability through the submission of acceptable financial audits performed by an independent auditor 17, Boynton Beach shall maintain books, records, documents and other evidence that sufficiently and properly reflect all costs of any nature expended in the performance of this Agreement for a period of not less than five (5) years, Upon advance notice to Boynton Beach, County shall have the right to inspect and audit said books, records, documents and other evidence during normal business hours, 18, The County and Boynton Beach may pursue any and all actions available under law to enforce this Agreement including, but not limited to, actions arising from the breach of any provision set forth herein, 19, This Agreement shall be governed by the laws of the State of Florida and any and all legal action necessary to enforce this Agreement shall be held in Palm Beach County 20, As provided in Section 287,132-133, Florida Statutes, by entering into this Agreement or performing any work in furtherance hereof, Boynton Beach certifies that it, its affiliates, suppliers, subcontractors and consultants who will perform hereunder, have not been placed on the convicted vendor list maintained by the State of Florida Department of Management Services within the thirty six (36) months immediately preceding the date hereof, This notice is required by Section 287,133 (3) (a), Florida Statutes, 21. This Agreement represents the entire agreement between the parties and supersedes all other negotiations, representations, or agreements, either written or oral, relating to this Agreement. The Agreement may be modified and amended only by written instrument executed by the parties hereto, 22. Any notice given pursuant to the terms of this Agreement shall be in writing and hand delivered or sent by U,S, mail. All notices shall be addressed to the following: 5 As to the County: Director of Parks and Recreation Palm Beach County Parks and Recreation Department 2700 Sixth Avenue South Lake Worth, Florida 33461 As to Boynton Beach: City Manager, City of Boynton Beach 100 N.W.lst Avenue Boynton Beach, FL 33444 23. This Agreement is made solely and specifically among and for the benefit of the parties hereto, and no other person shall have any rights, interest, or claims hereunder or be entitled to any benefits under or on account of this Agreement as a third-party beneficiary or otherwise. IN WITNESS WHEREOF, the undersigned parties have signed this Agreement on the date first above written. ATTEST: PALM BEACH COUNTY, FLORIDA, BY ITS SHARON R. BOCK, Clerk & BOARD OF COUNTY COMMISSIONERS Comptroller By: By Deputy Clerk Commissioner John F. Koons, Chairman ATTEST: CITY OF BOYNTON BEACH By: By: Deputy Clerk Mayor APPROVED AS TO FORM AND APPROVED AS TO TERMS AND CONDITIONS LEGAL SUFFICIENCY By: By: County Attorney Dennis L. Eshleman, Director Parks and Recreation Department 6 Recreation Assistance Program (RAPt Exhibit "A" to Agreement PROJECT INFORMATION Name and address of Municipality City of Boynton Beach/eRI', 100 E. Boynton Beach Blvd Boynton hear:h [Clarida 3:<4~ c, Name of Municipality: \~ity of Boynton Beadl Mailing Address PO Box310 Boynton beach Florida 33425 310 Name of Mayor .Jerry T ayior Name of City Manager Kurt Bressne' Project/Project Liaison Mary De(~raffenreidt Telephone Number: (561) 742,6642 E,mail Address Deqraffenreidtm(ci)ci bovnton,beach fl us PROJECT/PROGRAM INFORMATION 1 Name of Project/Program ::'009 Boynton Bea,~h Heritage Celebration 2 Project/Program Description . General (Project Scope), The mission of the Boynton Beach Heritage Celebration IS tu promote cultural diversity that exist in the City of Boynton Beach while celebrating each culture's splendor through sports, mUSIC, dance and other art forms The goal of tht event is to create a day filled with family fun oriented safe and entertaining activities . Pubilc Purpose, To provide a celebration that motivates, empowers, and Informs tt-lC' public of the ties that bind our community together through enjoyment of fun safe actiVities and entertainment The Heritage celebration encourages families to come together and promote cultural diversity while providing events that can bridge th" generation gap . Location The Boynton Beach Heritage Celebration activities Will De held 'J11 NEt Avenue & MLK Blvd, Boynton Beach . AntiCipated Number of Participants/Users 500 people 3 ProJect/Program Elements: List anticipated broad categories of Expenditure Item such as capital outlay, contractual services, personnel cost, operational expenses, equipment and "Other Miscellaneous Project/Program expenses" Do not include expenditure linE item budqet amounts Contractual Service Miscellaneous Expenses 4 Estimated Lump Sum Total for Projected/Program :j)J 4 900 5 Project/Program Initiation date (date of first invoice for which reimoursement wiil be requested) and end date (date which project/program will be completed and alllnvo,ce, paid) This will become the project time frame February 6.2009 - March 30. 2009 Note Invoices and copies of proof of payment documents are required for ProJectlProgrd:' reimbursement. All invoices and checks must be dated within the stated project/program timE' frame AND Categories for Project/Program Elements must be listed In Section 3 above in orde be eligible for RAP reimbursement 6 ReqUired Attachments Certificate of Insurance Amount of Recreation Assistance Program Funding awarded EiIOO District 7 (Filled in bv ( i"'Ur-'IV \ Form available on iine by request Contact Susan '{ Inger at ~I!lill'rlalpbcqgv <;:2'" EXHIBIT A I page 1 i ~---_..,~-~;",;.":,--_---~--_,:,-"",:-",;",,,,-~-~'-'---'~~-""""""~--~"';"':'---'--~' ----~-_.~--::;..... . '"--. i . CERTIFICATE OF COVERAGE ISSl'ED ON 115/2CJ081 f---- - -- , kl.El<_\GE r~I'..\luE[' B', PREFERRED GOVERN'l\IE~T AL INSL'RANCE TRl'ST . j ~ ."~_._-- _...._----,..-_.~~~~~--~~~----~_._.._-~---- i PACKAGE ..\GREE\IE'\'T ,-,('\IBER:PX FLl U5U2UU3 U8-U5 lCj\'EP~l\GE PERlOD 1111/21)081<) IIJ:I.'2UU'! i2 '. o,\'1 -.1 <---------_..' -'-"--'---"- ~""'---------------~----""'----'~----------'------------'---'.---",,;'I ~'-'OVERAGES Th!S is to certify that tre agreemem below r:as been Issued to the desigr-ated member for the coverage period InCIC2.te:J ~Jot'.','!U-s:ar'dlrlg ar:J i requlremer,t term or co'ldlt'or of any contract or other d.o.curne..r.'l With. respect to wnl.Ch thl.S certlCcate ,cay be Issuec or ma.y pertain t-e (o,erag. afforded b, 'he .i agreement desl:rlbec herelr sU8Jec~ to a!1 tbe ~~~:~__~~:~,~~~~~~~~~~~~:_:~~'_:~~:,~~~~~~~__________~m_.~~_~,_"."~'~'~_~____'___ ____.________.._.1 I \lat! [II C ert:tie"te HulJel : 0 . t d M b : I' , . , eSlgna e em er J Palm Beach Coullty BOC (I City of Boynton Beach! Risk Managem,"t Dep:nlmrnt 1 P 0 B 310 j I C b . , , ox :1 Richard 0 eoi :I 16U Austrailiao Avenu, i Boynton Beach FL 334250310 ! Wcsl Palm Beacb, FL 33.jOS :' :.i ____~__._~_...._.__.. ........"..-..----.-,--.--.....--,.--...,.,..-...1---.--...-.,---_,__,,_..,.__.,__,__,_.._...._,___,~_____l LIABILITY COVERAGE 'I WORKERS' COMPENSATION COVERAGL i Comprehensive Gennal Liahility, Bodily Injury, Property Damage . WC AGREEMENT NlIMBER: 1 and Personal Injury I j Llllllt SelfInsured Workers' Compensation :t Public Offici,ls Liabilil) Lanl! Statutory Workers' Compensation Employment Practices Liability Llmll Employers Liability , " Each ACCIdent Employee Benefits Liability By DiSease LllTIlt' A'ggregate DIsease Law Enforetmeot Li.bility Lllni! PROPERTY COVERAGE AUTOMOBILE COVERAGE Buildings & Person.1 Property Automobile Liability LImIt limIt $2,000,000 $100,000 SIR NaIf! See coverage ag,'ullumf for details on '.1'II7e1, flood, and other:~ X All Owned deduclIble" 1 SpeCIfIcally Described Autos Rented, BorJ'owed and Leased Equipment X Hlfed Autos Lunit X Non-O,,'ned Autos All other Inland Marint Automobile Pbysical Damage LimIt ,X ComprehenSIve See Scheduie for Deductlble , , X CollIsion See Schedule for Deductible X HIred Auto with limit of$35,000 i _'._ .".......'~~."._ '~_.'~._"__~..'"'__...._ Jooo;.'~"~' ----.-"..-'-.~.- ~- ...-l NOTE.The limit of liability IS $100,000 Bodily Injury andlor Property Damage per person or $200,000 Bodily Injury andlor Property Damage per occurrence, These specific limits of liability are increased to limits shown above per occurrence, solely for any liability resulting from entry of a claims bill pursuant to Section 768.28 (5) , , Florida Statutes or liabiiity imposed pursuant to Federal Law or actions outside the State of Florida, ,1\ (D;-;;~;?o~w:;~~'tlo~;J .L.;~~~hld;~/S;~~-;;~;~~.~~~~;~W\l'JI">><'.,?:."'...;~.~~~.....,.;..,.".,j;':,.".~,'-..;~;~,:,",w:.'F.o'I'-='"~~~7:,"'""t.=:;;:--=,::;==.=~LrI:"..~~L.!~<':<~,~~mA.ft.oa.\l1>l~""'.~I:':':"',"m~ ~ - 1 1 RE. Evidence of insurance I [ ~ ThiS section completed by memba's agent, who bears complete respons{qiliry and liabilltv for us accuracy This certificate is issued as a matter of Information only and confers no rights upon the certificate holder, This certificate does not amend. ;;tend or alter the coverage ~ (i?;;;E~::ment~bo:,7,.,,~,; ;co~"";"'~"''''''''''''''''''''''",''''''''; '"~'r~~;;;~~~;;~,-;;~~"'" ... .' ....~.. . ..- .... ,"'. ,....u...'... J ~ Public Risk Underwriters@ II ~.~~~gr.~~~~~~~Z~~~~~~~~~~~~~~~~/\~,~L~~~~~~7gl:1Eb~~~~;~~~.lt\:~~~E~A1T. :1 -'; P.O. Box 958455 . . NOTICE, OR w DAYS "I.'RJTTENNOTICE FOR NON.P^ Ylvl.ENT 0\' rREl>-ll1J}...1. T;J THE CERT1FlLATE HOLDER NAI\!F.D : 1 Lake Mary, FL 32795-8455 AF.!OVE Bl rr FAnJ~"RE TO J"l./\lL SllCH NonCE SHALL UAF'OS[ N008LlG '\nON OJ< L1f1.B1LtTY ut: ANY KTND 'JPON : ~ r TIlE PROGRAM. [TS ".CENTS 'JR REPRESENTATIvES 'I ~~:,~~.""..""'.A':;-------------! /JtWJ f tk( \ 1 :~~O::XB::~6h' FL 32115 =~=.7.'~=~~=~~=,~=====-===='7=='==' I. j AUTHORIZED REPRESENT ATCVE ~ lPGIT.CERT(08'05IPJUNT row ~=~_.. ~~~_~~~=.~ '~,' ~,,",..~~.:--_~ '~~~=:'--~'I~;~;:~~:1 STA~ '~~-'. ~..._._, -, ,~w~~. STAR INSURANCE COMPANY CERTiFICATE OF lNSURANCE DATE ISSUED: 10/11/07 -------. :-"R'-=}~I:_ ,---:ER Th::J ct::~:t-I;-;catl-' ~-:, ;::>SUi:-~;l ,1.:-, ,-] "-r,::;~t; _,-\ if\fJ_rrr~a:'- ;:f-" ~I'jnf.-:;;'J I r.t;I' t~lC !.:eriif!'-~0t0 ho--,i:;r~r 'h:~-:, ':J::rtlt;,r 1tr~ ('f (- /~J:~'-' r.,r '-1 :I:=,r ~~l~_:' ;.~ _.J, I ~'Iil' I' dff':'rde:d b.y th(: :~:..' ~I"';:'-;':' b;~i,l;'N ~L _' _..J ~'i ..... '.{~-/':' ;:-,::. !F?:~-.:I!""- _......, ~';I>I r :~rSUFEO {:I__"~T'1F',t..~J1 ,,' ~l~-_~E~~. ";" P:'j: "')1 c~ E 'SU:,'llh)i: Bb_J~r CJ,_'I~It;',,3(,:j :.~~Jr'JiPj\,~~\' 1~3'l 31..;y'I:C1n Uf,2cr ~ q:~~, r~{)f..1P6...~rT \~_,) . COMP,LJ.J'j'il',li I . , r----- --~-- .-----~~--- - -.---- i --.------------..-- COVERAGES TI1is IS to certify :hat the policies of Insurance listed below tlave been Issued to HiS insured named 000\1'0 tor :,fle policy eer:od i:l.j,C;j~p,j notwithstanding any requirement, term or condition o~ any contract or other document With respect to ..vhich this certificate 'nay be issue~ ur ['[Cd, pertain, the Insurance afforded by the policies described herein is subject to ali the terms, exclusions aprj corlcitions of such poliCies Limits 'Ot"".,,' t may have been reduced by paid claims. ~ ,_________ ,_.~_.._. ___.~~~ 'u., '_,_ ~..~~_"__.__.. ---_._--~----_.- - cO TYPE or INSURM,.OE POLICY NUMBEI1 PQL:CY EFFECTIVE POI.ICY EXPIRA nrm (I',!' ,< I, L TR CATE IMMiOOIYY, DATE (MMIOO,YYj . "_"~_'_'_' GENERAL LIABILITY I I A c.;J COMMERCIAL GaJEI~AL LlABH IT)" CP J2677 :)9 1Qi1i200.t ,1, </2<)(,;i I '::ENERAL ~GGREGATE ~~;:.E BE.1"i~I..\ I 0 CLAIMS MADE GJ oocur, i ~~ODUCTS.COMPIOP N~{_; : == OWNSI'< S & C::JNTR^CTC,R 2 C~~'lOTl; .. i c..AC~ OCCJRRENCE >.l,~ f1.!;l.Q'i, I I- I I '--:RE DA~AAGE (a1W one Fire) I AUTOMOBILE LlABILlry - - i--"--'--'--- ..... ..__+.MEO cKPENSE (3ny me PO"onl ,~ 0 ANY AUTO l'l f-'. U.'- ::,jMR1N[(; S:f\JGlE :_1\1t~ I,'" ~ ALL OWNED AUTOS ! ":: :l~!L'Y n,L!UP'" ._CQ' ~""~'. ~ SCHEDULED AUTOS I b(1.0. IL.,i 1."iJUR'( (".~ "",':;'~~~'. L: HIRED AUTOS f--''-inpERr, !-itl,~.~.fI{,~,r-:- o NON-OWNEO AUTOS I [J GARAGE Lift,BILiTY . I ,__. 1. I .-.-_.~-..--- _..~. -\,,'-~ EXCESS LlABIUTV I ,.. [) UMBRELLA FORI,! ~I I ',;,,~H .:Jce ,?FF IcY Sc.ZC. (Z OiHER THAN UMBRELLJI. FORM CP 02d!7:.::'9 I i~/~OO:' ~,li2JG5 ,c..G(;REGAiT ! i .-j-~- i J-, WORKER.S' COMPENSAT10N CP 02677 20 I 1:'(1/2007 : 4/"1/2009 ~";1 ;\TUTORY U~,~,TS 3'31t.;.!~. . AN::J i! Et...1PlOYERS'llAB:L TV l:,,",CH 'c'_,:CIUEJJ I ,-'!is::.A.Sr:+pnu~.r: LIMiT I L--_ ___~_ l __..,___..___. j.... ~-lj';EASE-EA,CH f:t\1P[[,vFG f.._._~ COrri;:,any A - r::'Ofll.:: Sub/co t:: ,J S.500,000 S.l.R. per occllrrunCD. DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIJ\L ITEMS - All uperation;, uc:ual to d Clt~,; C;u'lernmer,' ,~, Pal'll Be;Jcfl County Board of County Commissioners, a political subdivision of the State of C'l()r:da, its Officers Emplo',ee" ;~n .'..gents as additional insured as their interests may appe3r thruughout the fJOllCV fJenod il"! rJi,n:clpai a:::ti'lt:ec 1i1 ,;cordma',ir,c, ;':vi ,:,,::nj,JnctIO[l with Paim Beach County Board of County Commissioners, All othertermsand conditions ofthis pQlicy remain unchanged CEPTIF'CAT':: "lOLDE:R _______._____~.__ ~~__.._____ - - ______m_____._______ .___,..'._ ,--~- Should any of the above dessribed pcliCles [Of, cam;e[,ed before tl1e ex::: al",fi _, r" _, date thereof, the issuing company wil! endeavc,r 'c, 1l12i1 3D days written n,',t;y - ,'-;3![1'1 B83Ch 1...,CJun~y Board of (_/ol~nty I the certificate rlo!der named to:; the left, but fd.il~.j(e tCj iTldl! such notiGe srldil ii C:Jmmrssloners I n.o obligation or iiabiiity of an') kind J~O'1 t1e r:Orr':J8n', Its aor;! I,; RiSK 1\11gt. Dept I 'epresentatives. 150 f\ustralian Or, .,-------.- ,'--- \~, est Palm Beach Fl, 3340f', il,ttentio:: Richard CO'len i;"'ilt;'l,--I(I?-:d Sifjndture, .,-".t::.-----=::"(:;.~,../// /. .<..:.~_~____ ~ ~ Sa'1rJra M D~,naqh'l -----_.~-,._-- --~ ------ -----.~~ -~.__._- --~.- i\;feadmrhrook [n)'urance (Troup VI.-CONSENT AGENDA ITEM C.8 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM Requested City Date Final Form Must be Requested City Date Final Form Must be Commission Meeting Turned in to City Clerk's Commission Meeting Dates Turned in to City Clerk's Dates Office Offi ce [gJ April 21. 2009 April 6. 2009 (Noon) 0 June 16. 2009 June 1. 2009 (Noon) 0 May 5. 2009 April 20, 2009 (Noon) 0 July 7, 2009 June IS, 2009 (Noon) 0 May] 9, 2009 May 4, 2009 (Noon) 0 July 21, 2009 July 6.2009 (Noon) 0 June 2, 2009 May 18,2009 (Noon) 0 August 4, 2009 July 20, 2009 (Noon) 0 Announcements/Presentations 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: Approve, via Resolution, the revamp of the Cemetery Rules & Regulations to accept amended language that eliminates references to Boynton Beach Mausoleum, Inc, and adds five (5) new rules, EXPLANATION: At the Cemetery Board meeting on March 12, 2009, the members unanimously passed a motion to recommend to the City Commission a complete revamp of the Cemetery Rules & Regulations and to add the following rules: 21. All burial information must be submitted to the City Clerk's Office by 12:00 Noon on Thursday for a burial service or entombment on the weekend (Saturday and Sunday) or 48 hours in advance on weekdays unless otherwise approved by the Parks Manager or his designee. 22, Payment must be made in full by 12:00 Noon on Thursday for a weekend (Saturday and Sunday) or 48 hours in advance of a weekday burial service or entombment service. 23, If the funeral director will not assume responsibility for payment of the invoice, the fees must be paid in full by the family 48 hours in advance of the burial or entombment service. 24, A fee of $200 will be charged if the funeral director and/or family arrive at the cemetery more than 30 minutes in advance of the scheduled service, If an earlier than scheduled arrival is anticipated, the funeral director and/or family must contact cemetery staff in an effort to work out the details of the arrival. As adopted in Resolution No, ROO-OS, the established fee of $200 per hour for each hour of delay from the scheduled arrival time of the funeral (late arrival fee), will remain in effect. 10"M, Vases may be purchased only by the property owner or their survivors directly from the City of Boynton Beach: Cemetery staff deemed these additional rules to be necessary in order to achieve smooth operation of the Cemetery, Further, in accordance with the Blue Collar Bargaining Agreement, the Cemetery workers are off duty at 3:00 p.m, Rule #21 was established not only to allow the workers to prepare a grave for a burial or the Mausoleum for an entombment, but also provide the necessary time for the arrival of the vault from the vault company, As burials and entombments are labor intensive, Rule #22 was established to ensure the service is moving forward as scheduled, At present, the Cemetery is not prepared for a service until all fees have been paid, Instances have occurred where payment was not made until late afternoon on the day before the service, By that time, the Cemetery staff has already completed their workday and left the Cemetery, The addition of this rule would keep the City in compliance with the Blue Collar Bargaining Agreement and, at the same time, allow for the time needed to prepare the Cemetery for a service. S\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM.DOC CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM In most Instances, the funeral directors assume the responsibility for payment for the inVOice; however, there are cases where the funeral directors require the families to pay the City directly for the services. The Board recommends, through Rule #23, that payment be made well in advance of the service (48 hours) to ensure payment for the services is being provided and to allow staff the time necessary to prepare for the burial. Because there IS no holding area at Boynton Beach Memorial Park, the City Clerk's Office and the Cemetery staff work a tight schedule to maintain traffic control and avoid congestion at the Cemetery during burial services, Although services are scheduled between one and one and one-half hours apart, there have been instances when funeral directors and families have arrived hours in advance of their scheduled burial times, In an effort to eliminate this problem, the Board recommends implementing Rule #24 which would impose a fine of $200 if a funeral director/family arrives 30 minutes or more before their scheduled service time, The second part of Rule # 24 regarding late arrivals at the Cemetery was previously adopted under Resolution No, 00,05, Although the Cemetery staff has been enforcing the language of the Resolution, it was never included as a rule, At the Cemetery Board meeting on February 12th, the members unanimously agreed to recommend to the City CommiSSion that the City exclusively sell vases for crypts and niches at the Boynton Beach Mausoleum, At the current time, vases that are attached to the crypt fronts are not available, Glass and other types of vases are placed at the foot of the crypt which quickly become unsightly and a safety concern if the glass breaks, Implementing a crypt-attached vase policy will eliminate these issues and assure a tidy and respectful appearance of the Mausoleum, PROGRAM IMPACT: This revamp will provide the funeral directors, plot owners and the public with clear rules of operation of the City's Cemeteries, The additional new rules are intended to assist Cemetery staff In conducting a more seamless service, FISCAL IMPACT: None ALTERNATIVES: The alternative xvould be to not approve the additional new rules, The revamp of the rules is necessary to remove all references to Bo nton Beach Mausoleum, Inc, ) ,,'-J ~ /f[,~\ Department Head's STghatUre City rt'anager's Signature. ~sistant to City Manager. ---JJ-- Recreation and Parks " /' _._----~- ....,..,.-... '~~City Attorney / Finance Department Name S \BUI.I.ETlNIFORMS\ACilcNDA ITEM REQUEST FORM DOC 1 RESOLUTION R09- 2 3 4 A RESOLUTION OF THE CITY COMMISSION OF THE 5 CITY OF BOYNTON BEACH AMENDING THE 6 CEMETERY RULES AND REGULATIONS BY ADDING 7 5 NEW RULES AND DELETING REFERENCE TO 8 BOYNTON BEACH MAUSOLEUM, INC.; PROVIDING 9 AND EFFECTIVE DATE. 10 11 12 13 WHEREAS, the City Cemetery Board has made a recommendation to the City 14 Commission to completely revise the Cemetery Rules and Regulations and to add some new 15 rules; and 16 WHEREAS, upon recommendation from the City Cemetery Board, the City 17 Commission has determined that the revised Cemetery Rules and Regulations as attached 18 hereto are fair and reasonable, 19 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 20 THE CITY OF BOYNTON BEACH FLORIDA: 21 Section L The foregoing "Whereas" clauses are hereby ratified and confirmed as 22 being true and correct and arc hereby made a specific part of this Resolution upon adoption 23 hereof. 24 I Section 2: The City Commission of the City of Boynton Beach hereby approves 25 the revised Cemetery Rules and Regulations as attached hereto as Exhibit "A". 26 Section 3, This Resolution shall become effective immediately upon its passage. 27 , I S ICA\Rf-SOICemelery Rules and regs (0:1210<1 Idoc ! I ! I 1 I ! , I 1 I PASSED AND ADOJ>TED this _ __.____. da~ of April, 2009. I 2 3 C! fY O!. BO\'NTO!\ BEACH l 4 I I 5 I 6 7 I 1\ L1\ or Jerry J aylor , i 8 i i 9 I f 10 I 11 i \ ice J\1a\or WooJnl\\ L. 11<1\ 12 I 13 I I 14 I I 15 I Commissioner, Ronald Weiland 16 17 i I 18 I I 19 I Commissioner .lose Rodriguc/ 20 I I 21 I 22 I 23 i Commissioner Marlene Ross i 24 I 25 /ATTEST: 26 I 27 I I l 28 I I 29 Janet M, Prainito. CMC 30 Ci1\ Clerk 31 32 33 34 (Corporate Seal) 35 \ l .\ /{f' \( I \. \:meter\ Ruks dnd regs 114:' 111'11 d(lL ! i! I NOTICE TO LOT OWNERS IN BOYNTON BEACH MUNICIPAL CEMETERIES Rules and Reaulations GENERAL 11. Lot owners shall not allow interments to be made in their lots for remuneration; nor shall any transfer, assignment, or conveyance of any lot or any interest therein be valid without the consent in writing of the City of Boynton Beach and same endorsed upon such transfer, assignment or conveyance. No transfer, assignment, or conveyance of a lot can be made after an actual interment in it, except with the consent of the City of Boynton Beach after the body is lawfully removed therefrom. No disinterment shall be allowed except by the consent of the Board of Governors and upon written request of the owner or owners of the lot and in every case shall only be made by the proper authorities, (NOTE: Authorized disinterment and shipment of body may be made only by a licensed funeral director licensed in Florida to another licensed funeral director at final disposition,) City disinterment forms shall accompany all disinterments.) 2, The City of Boynton Beach is reluctant to interfere with the tastes of individuals in regard to the style of their improvements at the cemetery; but in the interest of the whole and all cemetery lot owners, it reserves to itself the right of preventing or removing any erection, enclosure, monument, inscription, tree or shrub which is inconsistent with the purpose of these rules and which the City considers injurious to the grounds. Under no circumstances will lots be allowed to have on them growing or live plants, trees, or bushes directly planted in the ground and such will be removed by City employees, 3, In addition to the grave marker, there will be a limit of three items placed on a grave site. In general, these three items can be those chosen by the owner, but must be able to be moved with one hand and flowers must be in a container that has a solid base not to exceed 18 inches in height so that it 1 S:\CC\WP\CEMETERY\CEMETERY RULES\RULES\Cemeterv Rules ' revamp to Commission 04,21,09,doc will easily stand erect or in a container with a point on the bottom that is easily stuck into the ground These items must be tastefully placed at gravesites, No glass vases or figurines will be permitted Employees will, for cemetery maintenance purposes, move and replace these items with care, but the City does not accept responsibility for replacing broken items unless there is a clear negligence on the part of the City employees. (NOTE: City employees may remove any item placed on a gravesite that becomes untidy or unsightly to the appearance of the Cemetery,) 4, -Lot enclosures of any kind are prohibited, No mounds are permitted over graves, The grade of all lots will be determined by the Board of Governors, 5, No person shall be allowed to perform any modification or installation of a monument or marker on a lot without authorization from the City, No marker shall be accepted by the City without prior authorization of the City, 6, All excavations shall be made by the City, unless otherwise approved by the City, Installation of markers must be approved by the City, 7, The length and width of the marker can vary depending on the size of the plot. If the marker is to be installed on a single plot, the marker cannot exceed 2'-6" wide by 9' in length, If the marker is to be installed on a double plot, the marker cannot exceed 5' wide by 9' in length, The thickness of the marker must be a minimum of 4" thick and made of solid marble, granite or, if the marker is made of bronze, it must have a 4" minimum solid base made of marble, granite or concrete and be properly attached to the bronze marker, Markers cannot be constructed of separate pieces of material laminated, glued or attached in any manner ") - s: ~Q:\ V.J.f>Kf:;MJ=TE R..YIl:.i:L1fTE RY RULES \RU LES\Cem~teryBu les revamp to. CQQ1illl.;>).LQILi,}";)j,,,,':J,du; with the exception of bronze markers which require a minimum 4" base made of marble, granite or concrete. 8, All temporary grave markers will be allowed for a period of six months from date of burial. Temporary markers will be removed by cemetery workers after that time, 9. All urns, vases, or grave markers damaged or lost will not be the responsibility of the cemetery unless there is clear negligence on the part of City employees, 10. Casket must be encased in an outer burial container made of concrete. The use of a concrete (at minimum) urn vault for cremated remains (cremains) in Boynton Beach Memorial Park shall be required. The cost of the vault will be borne by the funeral director. 11, The Board of Governors from time to time may initiate and recommend the laying out, altering or closing of such avenues or walks and make such rules and regulations for the government and improvement of the cemetery as it may deem requisite and proper, subject to City Commission approval. 12, No purchaser shall be entitled to a deed to any lot nor will a burial be permitted in any lot until all accounts relating thereto and due the City are paid, 13, Lots, if not needed, may be returned to the City for a refund of the purchase price less 20 percent. The deed must be surrendered. No sign indicating that a lot is "For Sale" will be permitted on the grounds, I 3 S:\CC\WP\CEMETERY\CEMETERY RULES\RULES\Cemeterv Rules ' revamp to Commission 04-21'09,doc I 14, On Memorial Day, Veterans' Day and other national holidays, the Veterans' organizations may JOin in memorial services at the cemeteries upon scheduling with the City Clerk's Office. 15, No money should be paid to any person in the employ of the City for services or attention, other than their salaries and wages paid by the City, 16, Human remains only shall be buried in any municipal cemetery. 17, In an adult grave, the following will be permitted, at the discretion of the Parks Superintendent a, One (1) casket, plus two (2) cremains Of the two cremains, one must be an immediate family member of the individual buried in the casket; or b, Three (3) cremains, Of the three cremains, two must be immediate family members For purposes of these Rules and Regulations, an immediate family member shall be defined as an individual who is related by blood, marriage or adoption, 18, No more than three (3) markers will be permitted per adult grave, The markers will run consecutively beginning at the head of the plot. A second marker would be placed directly below the first and a third marker would be placed directly below the second, At no time will more than three (3) markers be permitted, In the Replat section, two (2) cremains will be permitted in a cremains plot. No more than two markers will be permitted on a cremains plot in the Replat section I 19, Services that extend beyond the normal vvorkday. shall be charged for staff time according to the iate chart on file in the City Clerk's Office, 4 5.:',r;,C\WP\CEfVLuERY\~~METERY RULES\RULESKemeterv .fuJE~ r~\j.grn..Q...to_commJ:;',;!Qr}CJ4 2J'1J9,du( I 20. Disinterments/disentombments are restricted to the hours of 8:30 a,m. to 10:30 a.m, Special accommodations for hours other than those stated are subject to the approval of the Parks Manager. 21. All burial information must be submitted to the City Clerk's Office by 12:00 Noon on Thursday for a burial service or entombment on the weekend (Saturday and Sunday) or 48 hours in advance on weekdays unless otherwise approved by the Parks Manager or his designee. 22. Payment must be made in full by 12:00 Noon on Thursday for a weekend (Saturday and Sunday) or 48 hours in advance of a weekday burial service or entombment service. 23. If the funeral director will not assume responsibility for payment of the invoice. the fees must be paid in full by the family 48 hours in advance of the burial or entombment service. 24. A fee of $200 will be charged if the funeral director and/or family arrive at the cemetery more than 30 minutes in advance of the scheduled service. If an earlier than scheduled arrival is anticipated. the funeral director and/or family must contact cemetery staff in an effort to work out the details of the arrival. 25. A fee of $200 will be charged for each half-hour (30 minutes) of delay from the scheduled arrival time of the funeral. If a later than scheduled arrival is anticipated. the funeral director and/or family must contact cemetery staff in an effort to work out the details of the arrival. 5 S:\CC\WP\CEMETERY\CEMETERY RULES\RULES\Cemeterv Rules ' revamp to Commission 04'21,09,doc MAUSOLEUM 1-M, Mausoleum Crypts or Niches - Prior to inurnment/entombment, an owner may transfer or resell the mausoleum crypt or niche provided the owner first obtains the written consent of the City of Boynton I Beach ond Boynton Beoch Mousoleum, Inc, Such consent shall be given automatically provided that the new purchaser's name, address and phone number are on file with the City Clerk and an administrative fee equal to the cost of relettering the mausoleum, crypt, or niche is paid in full to the City of te-Boynton Beach Mousoleum, Inc, After inurnment/entombment, resale or transfer of ownership shall be allowed:. only to the The City of Boynton Beach may purchase the crypt or niche at a cost of 50% of the original purchase price paid for the crypt or niche and provided that disinurnment/disentombment has occurred and implemented by the proper authorities, The City moy not offer these crypts or niches for sole until the termin3tlon of the contr3ct with Boynton Be3ch M3ucoloum, Inc No disinurnment/disentombment shall be allowed except by the consent of the Boord of Governors Cemetery Board following written request by the owner or owners of the crypt/niche and in every case shall only be made by the proper authorities, (NOTE: Authorized disinurnment/disentombment and shipment of body or remains may be made only by a licensed funeral director licensed in Florida to another licensed funeral director at terminal point.) When a crypt or niche was oriqinally sold, the City of Boynton Beach received '15% of the onqlnal sales price, A transfer fee will be charqed when a previously purchased crypt or niche is resold The transfer fee will be the difference between the 15% paid to the City at the time of onqinal sale and 15% of the resale price based on fair market value the day of the resale 6 5.: 'J:C',WJ'_',l;EM ETE R YICEM ETER Y RULES\RU LES\C~m~t~I'LBlJJes :e_vijrlJp t9.::::QDJmJ5.SloQCJ'f'2LQ9,Qoc 2-M, The City reserves to itself the right to approve any erection, enclosure, monument, inscription, tree or shrub. 3-M. All identification information including letters and emblems on crypts and niches shall be inscribed by engraving. The cost of new crypt or niche inscription fees shall be paid at time of interment. Existing bronze letters shall be replaced with inscription by the City. Replacement inscription shall be done at no cost to the owner of the crypt or niche, but shall be paid from the Perpetual Care Fund. If existing bronze emblems are damaged, replacement of an existing bronze emblem with a sandblasted emblem shall be done at the owner's expense. /I 4-M. No JrtificiJI flowers, except silk flowers, Jre permitted in or Jround ~~Jusoleum buildings. All flowers must be placed in an approved vase front of or neJr J pJrticulJr crypt or niche Jnd Approved vases include crypt-front vases or bronze vases previouslv approved by the City. fEresh flowers can remain for a maximum period of three (3) days. No artificial flowers, except silk flowers, are permitted in or around Mausoleum buildinqs. One (1) vase per crypt/niche will be allowed. Flowers must be in J contJiner thJt hJS J solid bJse so thJt it will eJsily stJnd erect. Employees will, for maintenance purposes, move and replace these items with care, but the City does not accept responsibility for replacing broken items unless there is a clear negligence on the part of the City employees. After the third day, or in the case of silk flowers, when the Cemetery ~~JnJger Sexton determines that the flowers have become unsightly, said flowers Jnd holder shall be removed and disposed of!. tA-a mJnner JcceptJble to the Cemetery ~~JnJger. 7 S:\CC\WP\CEMETERY\CEMETERY RULES\RULES\Cemeterv Rules ' revamD to Commission 04-21-09,doc "No potted plants containing soil, perlite, or other loose materials are permitted in chapels 01' walkways in the Mausoleum. (Net:e;- City employees may remove any item placed on a crypt/niche site that becomes untidy or unsightly, in the sole and absolute discretion of the City.~ Paperjtem~ envelopes, memorabilia or photoqraphs shall be allowed for two days. 5-M, No person shall be allowed to perform any modification on anything without written permission from the City, No money should be paid to any person in the employ of the City for services or attention other than their salaries and wages paid by the City, 6-M, All original sales of mausoleum crypts or niches shall be originated by Boynton Be::3ch M::3usoleum Inc Boynton Beach M::3usoleum, Incthe City of Boynton Beach. The City of Boynton Beach shall then forward an executed request for the issuance of a certificate of ownership within 30 days which shall include the purchaser's complete name, address and phone number, Upon receipt of a request for the issuance of a certificate of ownership, the City shall issue a certificate of ownership and forward it to the purchaser within 14 days, There shall be no fee for issuance for the certificate of ownership, 7 M, Boynton Beach M::3usoleum Inc, sh::311 pro'Jide copies of every s::3les contract for e::3ch crypt/niche sold to the City within 30 days of the s::3le, There sh::311 be no requirement for ::3n ;:mnu31 3udit g7-M, Any veterans' organization may erect a flag and/or memorial at the entrance to the Mausoleum Chapel on Memorial Day, I 9~-M, The B03rd of GovernorsCemetery Board from time to time may recommend the altering of the Rules and Regulations for the government and improvement of the Mausoleum as it may deem requisite I and proper, subject to City Commission approval. At 3ny time the Board of Governors proposes amending or 31tenng the Rules 3nd RegulCltions for the m3usoleum. they must notify Boynton Beach Mausoleum, Inc by certified mail return receipt requested ofthe proposed chClnges, at the S3me time g S;'&.CiW.F:'&.f;j\1 ETE&YI",CE.[v1J;:r.EBY.Ril~~RULES\Cemete[Y_Rule? nnr~VQlI1l).tQ COI}1Jl1J.?~Q!ln C0~21 'iLg, dOL I ~my City Commission 3ction is sought reg3rding the rules, Boynton Be3ch M3usoleum, Inc, Sh31l be given forty five (-15) d3YS from the d3tO it receives notice of intended 3ction by the B03rd of Governors prior to 3ny City Commission 3ction being t3ken, All Rules and Regulations shall be applied prospectively from the date of adoption, No Rule or Regulation shall be construed in a manner which would negate or alter any contractual right between Boynton Beach M3usoleum, Inc. and any party to a purchase agreement with Boynton Beach~ M3usoleum, Inc, or 3ny contr3ctu31 right botvveen the City of Boynton Be3ch 3nd Boynton Beach M3usoloum, Inc, +G~-M. As of April 20, 2004, the date of adoption of Resolution No. R04-065, on all new sales, the bodies placed in the Mausoleum must be embalmed, On previously purchased crypts, if a person does not wish to be embalmed, the body must be placed in a Ziegler case. Plastic trays must be placed under the casket on all entombments in the Mausoleum, whether the bodies are embalmed or not. The funeral home will bear the cost of the Ziegler cases and plastic trays, but will pass that cost on to the purchaser. Human remains being placed for entombment shall be in a gasketed metal casket for Mausoleum usage. 10-M, Vases may be purchased only by the property owner or their survivors directly from the City of Boynton Beach Amended Jul'{ 15, 2008 bv R08 077 Amended 3/6/2009 7:43 AM 9 S:\CC\WP\CEMETERY\CEMETERY RULES\RULES\Cemeterv Rules - revamp to Commission 04-21,09,doc VI.-CONSENT AGENDA ITEM D. CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM Requested City Date Final Form Must be Requested City Date Final Form Must be Commission Meeting Turned in to City Clerk's Commission Meeting Dates Turned in to City Clerk's Dates Office Office IZI A ril 21, 2009 0 June 16, 2009 0 Ma 5,2009 0 Jul 7,2009 0 Ma 19, 2009 0 21,2009 0 June 2, 2009 0 Jul 0 Announcements/Presentations 0 NATURE OF 0 Administrative 0 AGENDA ITEM ~ Consent A enda 0 0 0 Unfinished Business 0 Public Hearin 0 RECOMMENDATION: Motion to approve payment to Clean Harbors Environmental Services of Bartow, Florida for their emergency response and services during a 6" Force Main break at lift station #102 in the St Andrews Club in the amount of $83,256.48, The US Coast Guard contract #HSCG84-07-R-10000 I is being utilized by all the city departments and was Commission approved by Resolution # R07-l22 on October 18,2007 and is good until September 18,2009. EXPLANATION: On January 22,2009 at approximately I :OOpm Wastewater Division staff responded to a call at the St. Andrews Club to a possible force main break from Lift Station #102. Lift Station 102 is located on the S1. Andrews grounds near the Intracoastal. This station is responsible for pumping all ofthe wastewater from the island over to the mainland. When the possible force main break had been confirmed, a call was made to Clean Harbors Environmental Services to respond to that location. Not knowing the severity of the break and the fact that it crosses the Intracoastal the following precautionary measures were taken. Clean Harbors assisted the City in the following services; Emergency personnel, Vacuum trucks and tankers, boats, protection boom deployed in the water way around the break and underwater divers to make the pipeline inspection and repair. The repair is complete and we are currently working with Mathews Engineering to inspect the condition of the entire pipeline across the Intracoastal. Mathews Engineering will provide a report on the inspection so the City can plan a course of action, if necessary, to ensure the continued proper operation of this pipeline, PROGRAM IMP ACT: It was imperative to act in an emergency to minimize the environmental impact on our waterway and to make the pipeline repair. FISCAL IMPACT: Funding is available in account # 401-2815-536-46-42 $83,256.48 : No alternatives. The Utility Department utilized a City approved contract specific for this type of \ ~~Q City Manager's Signa S:\BULLETINlFORMS\AGENDA ITEM REQUEST FORM,DOC CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM !~1) 1 I Utilities Department Xc: Pete Mazzella Michael Low Tony Lombardi Barb Conboy Dan Spooner File S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM.DOC .. .... ,.' , . "'''%+:.;. , ~\ Lift Station #102 +'~ o "",- ' . ~ ~ / {~.: . ."....., ,~ . 1 ..' .'... '....., ' > .W I' .., I\f". / c.... ' · ,,'. " .',,' 'I / ~I~! .',' , i, ~#" . '.,'!iI.,.. ~...,.....6.);f;,Force Main Break -. ,1...._ .t "". . '. ".. '.'......................,.........,.................,............'.................. .... ."'.' tit. ,:...' ./. ,':",..... . .J. .......'.. ,....,. . . . .~ . ,. - ,..' j.,',. .., .. '. . ""i,i!rr'~ . .~o 00 J Ii,'''' ..... ....':.y I ' . "~~'i ," ',.' .;.' '!"'" ,;; .. .", . . ~ 0 ~ . v. \ ~ ,'1 .",. w~, -' j (1'\ I c.J'c;~, 1 ~ INVOICE ! D.')'-) Q!an~ (). I ~'OJ ENVIRONMENTAL SERVICES- REMIT TO: OFFICE: Clean Harbors Env. Services Clean Harbors Env Services Inc PO Box 3442 11221 Interchange Circle South Boston, MA 02241-3442 Hollywood, FL 33025 (954) 430-2860 I you have any questions regarding this invoice. plea contact your customer service represantative at th telephone numbsr listed aOO" SOLD TO: JOB SITE/GENERATOR: Anthony Lombardi Boynton Beach City of Boynton Beach City of Boynton Beach Intercoastal Waterway 100 East Boynton Beach Blvd, Boynton Beach, FL 33435 Boynton Beach, FL 33435- 0000 Job Description: Emergency Response. Non Hazardous ** Payable in USD funds ** SUBTOTAL 'D TAX 50.00 ... I!" 'Ii;' .... . f'\':"':~' '0, ~ .'\. <. "; "-; INVOICE TOTAL ~ .f"~ '\, ." '.i~ ~"J " ",,; -,-. .~\ ' 565,497.48 t4 ".'. '.\ ,. j~ .'~:~ . ,} t. ,.'.<' .1" '.",i~ t,:".. "\ /. ~'j H~ ~ '\ '6 ?SJ0' ....~!'""~ .,,," , , ~ ,'" " .' .,' i '. '. " ' \ \... , .", '.',' ',,'\U ~ ,t-\ . f. ,f!"!''' :."" \\'.\ ;-".',..., '\'~ ~ b01\~ \ \of ,.. i<-' Interest will be charged at a rate of 1,5% per month for all past due amounts, Jfl\oice O;:"!v.;:- ()6 Feb 2!~)O9 PLEASE RETURN A COpy OF INVOICE wrm PAYMENT. THANK YOU Paqe 1 of 5 t~~ INVOICE ENVIRONMENTAL SERVICES. TASK F72206440-o01 - Emergency Response. Non Hazardous M l' f/ iJ'L 22 Jan 2009 EMERCOMM 0006A-Hand Held Radio/Cellular Phone I 1 000 DAY 28.3300 $28 33 Radio 2 Way (Nextel)" TKPU 0008AA1-Pickup, Over 1 Ton 10.000 HR 1 5.0000 $150.00 TKPU 0008AA1-Pickup, Over 1 Ton 10.000 HR 15.0000 $150.00 TKPU 0008AA1-Pickup, Over 1 Ton 10.000 HR 1 5.0000 $15000 TRACTVAC 0003CB 1-Vacuum TrucklTrailer (4,200 - 10.000 HR 73.6500 P36 50 8,399 Gallon) TRACTVAC 0003CB 1-Vacuum TrucklTrailer (4,200 - 10.000 HR 73.6500 $736.50 8,399 Gallon) TKPU 0008AA1-Pickup, Over 1 Ton 10.000 HR 15.0000 $1 50 00 TKUTIL 0008AE1-4 Wheel Drive Truck 10.000 HR 16.5000 $16500 TKPU 0008AA1-Pickup, Over 1 Ton 10.000 HR 15.0000 $1 50 00 TKPU 0008AA1-Pickup, Over 1 Ton 10000 HR 150000 $150.00 WASHER30H 0005GD1-Pressure Washer Under 1000 DAY 374.0000 $37400 8,000 psi (Hot Water) BOOM 18 0003AB1-HarborOil Boom, 18" - 24", 400.000 FT 1.4200 $568.00 5,000Ibs. PPED1 Modified Level D (Tyvec, Gloves and 8000 EA 30.0000 No Charge Boots) TRLRSPILL 0006FA1-Hazmat Trailer 2.000 DAY 242.0000 $484 00 BOAT18 0002ED4-Work Boat, 126 - 199hp 1.000 DAY 825.0000 $825.00 BOA T30 0002ED5-Work Boat, 200 - 299hp 1000 DAY 955.0000 $955.00 TRACTVAC Tractor wNacuum Trailer 10.000 HR 73.6500 $736.50 SUP 0001A Supervisor SIT 4000 HR 72.0000 $288.00 SUPOT 0001 A Supervisor OIT 6.000 HR 108.0000 $64800 PM 0001 M PROJECT MANAGER SIT 4.000 HR 95.0000 $380.00 PMOT 0001 M PROJECT MANAGER OIT 6.000 HR 142.5000 $85500 FOR 0001 B Foreman SIT 4000 HR 55.0000 $22000 FOROT 0001B Foreman OIT 6.000 HR 82.5000 $49500 SUP 0001A Supervisor SIT 4000 HR 720000 $288.00 SUPOT 0001A Supervisor OIT 6000 HR 108.0000 $648 00 FOR 0001B Foreman SIT 4000 HR 55.0000 $220 00 FOROT 0001B Foreman OIT 6000 HR 82.5000 $495 00 FT 0001 F TECHNICIAN (FIELD) SIT 4000 HR 51.0000 $204 00 FTOT 0001 F TECHNICIAN (FIELD) OIT 6000 HR 76 5000 5>459 0(\ FT 0001 F TECHNICIAN (FIELD) SIT 4000 HR 51 0000 $20400 FTOT 0001 F TECHNICIAN (FIELD) OIT 6000 HR 76.5000 $45900 EO 0001 E Equipment Operator SIT 4000 HR 550000 $220 00 EOOT 0001 E Equipment Operator OIT 6000 HR 82.5000 $495.00 EO 0001 E Equipment Operator SIT 4.000 HR 55.0000 $22000 EOOT 0001 E Equipment Operator OIT 6.000 HR 82.5000 $495 00 EO 0001 E Equipment Operator SIT 4000 HR 55.0000 $220 00 EOOT 0001 E Equipment Operator OIT 6.000 HR 82.5000 $495 00 EO 0001 E Equipment Operator SIT 4000 HR 55 0000 S220.00 EOOT 0001 E Equipment Operator OIT 6000 HR 82.5000 $495 00 FT 0001F TECHNICIAN (FIELD) SIT 4.000 HR 510000 $204.00 FTOT 0001F TECHNICIAN (FIELD) OIT 6.000 HR 76.5000 $459 00 SUP 0001A Supervisor SIT 4000 HR 72.0000 5288.00 supor 0001,A, Super..dsor orr 6.000 HR 08.0000 $b4b 00 FT 0001F TECHNICIAN (FIELD) SIT 4.000 HR 51.0000 $204 AD FTOT 0001F TECHNICIAN (FIELD) OIT 6000 HR ~6.5000 $459 00 PERDIEM3 Per Diem 1000 DAY 170.0000 J,: 70 00 PERDIEM3 Per Diem 1.000 DAY ,70.0000 ':: 7000 PERDIEM3 Per Diem 1000 DAY , 70 0000 ' 7000 ~ INVOICE [LeanJlj!JJ!!ci ENVIRONMENTAL SERVICES. TASK F72206440-o01 . Emergency Response. Non Hazardous Mdlljf(' ~t IT!'I' 10 Dc ,( rlpt orl r,t1,ltlltr",l M,llllff c.,l BIIlTHl B II I'{j UnIt Arnolll1t Info W, UOff at) uor/ PIIC, PERDIEM3 Per Diem 1,000 DAY 170,0000 $170,00 PERDIEM3 Per Diem 1,000 DAY 170,0000 $170.00 PERDIEM3 Per Diem 1,000 DAY 170,0000 $170,00 PERDIEM3 Per Diem 1,000 DAY 170,0000 $170,00 PERDIEM3 Per Diem 1,000 DAY 170.0000 $170,00 PERDIEM3 Per Diem 1.000 DAY 170,0000 $170.00 PERDIEM3 Per Diem 1.000 DAY 170,0000 $170.00 PERDIEM3 Per Diem 1.000 DAY 170,0000 $170.00 PERDIEM3 Per Diem 1.000 DAY 170.0000 $170.00 PERDIEM3 Per Diem 1.000 DAY 170,0000 $170.00 PERDIEM3 Per Diem 1.000 DAY 170.0000 $170,00 23 Jan 2009 TKPU 0008AA1-Pickup, Over 1 Ton 1.000 DAY 150.0000 $150.00 TKPU 0008AA1-Pickup, Over 1 Ton 1.000 DAY 150,0000 $150.00 TKPU 0008AA1-Pickup, Over 1 Ton 1.000 DAY 150.0000 $150.00 TKPU 0008AA1-Pickup, Over 1 Ton 1.000 DAY 150.0000 $150,00 TKPU 0008AA1-Pickup, Over 1 Ton 1.000 DAY 150.0000 $150,00 TKPU 0008AA1-Pickup, Over 1 Ton 1,000 DAY 150.0000 $150.00 PPED1 Modified Level D (Tyvec, Gloves and 15,000 EA 30,0000 No Charge Boots) TRACTVAC 0003CB1-Vacuum TrucklTrailer (4,200- 18.000 HR 73.6500 $1,325.70 8,399 Gallon) TRACTVAC 0003CB1-Vacuum TrucklTrailer (4,200- 18.000 HR 73.6500 $1,325,70 8,399 Gallon) TRACTVAC 0003CB1-Vacuum TrucklTrailer (4,200- 18,000 HR 73.6500 $1,325,70 8,399 Gallon) V ACSJ 0003CD1-Vacuum TrucklTrailer (500- 18,000 HR 56.5000 $1,017.00 2,099 Gallon) WASHER30H 0005GD1-Pressure Washer Under 1.000 DAY 374,0000 $374.00 8,000 psi (Hot Water) BOAT18 0002ED4-Work Boat, 126 - 199hp 1.000 DAY 825,0000 $825.00 BOA T30 0002ED5-Work Boat, 200 - 299hp 1.000 DAY 955,0000 $955.00 TRLRSPILL 0006F A 1-Hazmat Trailer 2,000 DAY 242,0000 $484.00 BOOM18 0003AB1-HarborOil Boom, 18" - 24", 400.000 FT 1,4200 $568,00 5,000Ibs. EO 0001 E Equipment Operator SIT 8.000 HR 55,0000 $440,00 EOOT 0001 E Equipment Operator OIT 3,000 HR 82,5000 $247.50 EO 0001 E Equipment Operator SIT 8,000 HR 55,0000 $440.00 EOOT 0001 E Equipment Operator OIT 3.000 HR 82,5000 $247,50 FT 0001F TECHNICIAN (FIELD) SIT 8,000 HR 51,0000 $408,00 FTOT 0001 F TECHNICIAN (FIELD) OIT 10,000 HR 76.5000 $765.00 EO 0001 E Equipment Operator SIT 8.000 HR 55,0000 $440,00 EOOT 0001 E Equipment Operator OIT 3.000 HR 82.5000 $247.50 SUP 0001 A Supervisor SIT 8.000 HR 72,0000 $576.00 SUPOT 0001A Supervisor OIT 10.000 HR 108,0000 $1,080.00 EO 0001 E Equipment Operator SIT 8.000 HR 55,0000 $440,00 EOOT 0001 E Equipment Operator OIT 5,000 HR 82.5000 $412,50 FT 0001 F TECHNICIAN (FIELD) SIT 8.000 HR 51,0000 $408.00 FTOT 0001 F TECHNICIAN (FIELD) OIT 2.000 HR 76.5000 $153.00 SUP 0001A Supervisor SIT 8,000 HR 72.0000 $576.00 SUPOT 0001A Supervisor OIT 10,000 HR 108.0000 $1,080,00 PM 0001 M PROJECT MANAGER SfT 8.000 HR 95,0000 $760.00 PMOT 0001 M PROJECT MANAGER OIT 10.000 HR 142.5000 $1,425,00 SUP 0001 A Supervisor SIT 8.000 HR 72,0000 $576.00 SUPOT 0001A Supervisor OIT 10.000 HR 108,0000 $1,080,00 InVOice Ddte' 0(; Ff:~r) 2D09 Pag03of5 ~~ INVOICE ENVIRONMENTAL SERVICES. TASK F72206440-o01 - Emergency Response - Non Hazardous 1\1 Int\ FT 0001F TECHNICIAN (FIELD) srr 8.000 HR 51.0000 $408.00 FTOT 0001F TECHNICIAN (FIELD) OIT 10,000 HR 76,5000 $765.00 FT 0001F TECHNICIAN (FIELD) SIT 8.000 HR 51 0000 $408 00 FTOT 0001F TECHNICIAN (FIELD) OIT 10.000 HR 76.5000 5765 00 FT 0001F TECHNICIAN (FIELD) SIT 8.000 HR 51.0000 S40800 FTOT 0001F TECHNICIAN (FIELD) OIT 10.000 HR 76.5000 5765 00 EO 0001 E Equipment Operator SIT 8.000 HR 55.0000 $440 00 EOOT 0001 E Equipment Operator OIT 3000 HR 82,5000 5247 50 FT 0001F TECHNICIAN (FIELD) SIT 8000 HR 51.0000 5408.00 FTOT 0001F TECHNICIAN (FIELD) OIT 2.000 HR 76,5000 S 153 00 PERDIEM3 Per Diem 1000 DAY 170.0000 S' 70 00 PERDIEM3 Per Diem 1000 DAY 170.0000 S '70 00 PERDIEM3 Per Diem 1000 DAY 170.0000 S '70 00 PERDIEM3 Per Diem 1.000 DAY 1 70 0000 5' 7000 PERDIEM3 Per Diem 1000 DAY 1 70 0000 :;-7000 PERDIEM3 Per Diem 1,000 DAY 170.0000 ; '70 00 PERDIEM3 Per Diem 1.000 DAY 170.0000 17000 PERDIEM3 Per Diem 1000 DAY 170,0000 S 1 70 01' PERDIEM3 Per Diem 1000 DAY 1 70 0000 $ : 70 00 PERDIEM3 Per Diem 1,000 DAY 170.0000 ;-:7000 PERDIEM3 Per Diem 1.000 DAY 170.0000 S 170 00 PERDIEM3 Per Diem 1000 DAY 170.0000 $17000 DIVING DIVING SERVICES STRAIGHT TIME 3000 HR 360.0000 $108000 DIVING DIVING SERVICES OVER TIME 5.500 HR 540,0000 K',[170 00 DIVING DEMOBILIZE AND DECONTAMINATE 2.000 HR 2400000 3480 DO DIVERS DIVING DIVE SUPERVISOR EMAILED 2.000 HR 660000 32 au DIGIT AL PHOTGRAPHS TO CLIENT DIVING DIVE SUPERVISOR MAKE DVD OF 3000 HR 66.0000 9800 VIDEO AND DELIVERED TO CLIENT 24 Jan 2009 TKPU 0008AA1-Pickup, Over 1 Ton 4,000 HR 15.0000 $60.00 TKPU 0008AA1-Pickup, Over 1 Ton 4000 HR 15.0000 $60,00 TKPU 0008AA1-Pickup, Over 1 Ton 4000 HR 15.0000 $60,00 TRACTVAC 0003CB1-Vacuum TrucklTrailer (4,200- 8.000 HR 73.6500 '0>589.20 8,399 Gallon) TRACTVAC 0003CB1-Vacuum TrucklTrailer (4,200- 8.000 HR 73 6500 5589.20 8,399 Gallon) TRACTVAC 0003CB1-Vacuum TrucklTrailer (4,200' 8.000 HR 73.6500 5589.20 8,399 Gallon) WASHER30H 0005GD1-Pressure Washer Under 1000 DAY 374.0000 537400 8,000 psi (Hot Water) BOA T18 0002ED4-Work Boat, 126 - 199hp 1.000 DAY 825,0000 $82500 BOA 130 0002ED5-Work Boat, 200 - 299hp 1000 DAY 955,0000 $95500 TRLRSPILL 0006F A 1-Hazmat Trailer 2000 DAY 242.0000 $484.00 BOOM18 0003AB1-HarborOil Boom. 18" 24", 400 000 FT 14200 $568 00 5,000Ibs, PPED1 Modified Level D (Tyvec, Gloves and 13.000 EA 30 0000 No Charge Boots) SUPOT 0001A Supervisor OIT 4000 HR 108,0000 $432.00 sUPOl 0001A Supervisor OIT 4,000 HR 108,0000 $432.00 EOOT 0001 E Equipment Operator OIT 4,000 HR 82,5000 $330.00 EOOT 0001 E Equipment Operator OIT 4.000 HR 82,5000 $330,00 EOOT 0001 E Equipment Operator OIT 4.000 HR 82.5000 $33000 EOOT 0001 E Equipment Operator OIT 8000 HR 82,5000 $66000 SUPOT 0001A Supervisor OIT 2000 HR 08.0000 S~'1600 c ~ INVOICE J~p~r!orj ENVIRONMENTAL SERVICES. TASK F72206440-o01 - Emergency Response - Non Hazardous Manifest It('P1ID Dp....cl I~....tlon M,Hll1( <~t 1\1dn!ff'st Bill'IH' B'I!'JlrJ Ulll Anlourlt Info Oty UOM Oty UOM PIIC' FOROT 0001B Foreman OfT 2.000 HR 82.5000 $165.00 HOT 0001F TECHNICIAN (FIELD) OIT 2,000 HR 76,5000 $153.00 HOT 0001 F TECHNICIAN (FIELD) OIT 4,000 HR 76,5000 $306,00 HOT 0001F TECHNICIAN (FIELD) OIT 4,000 HR 76,5000 $306.00 FTOT 0001F TECHNICIAN (FIELD) OIT 4,000 HR 76,5000 $306.00 PMOT Project Manager Overtime 4.000 HR 186,0000 $744.00 PERDIEM3 Per Diem 1.000 DAY 170,0000 $170.00 PERDIEM3 Per Diem 1.000 DAY 170,0000 $170,00 25 Jan 2009 TRACTVAC 0003CB 1-Vacuum Truck/Trailer (4,200 - 8.000 HR 73.6500 $589.20 8,399 Gallon) PPED1 Modified Level D (Tyvec, Gloves and 1,000 EA 30.0000 No Charge Boots) BOOM18 0003AB 1-H arbor Oil Boom, 18" - 24", 400,000 FT 1.4200 $568.00 5,000Ibs, EODT 0001 E Equipment Operator HIT 8.000 HR 110.0000 $880.00 PERDIEM3 Per Diem 1.000 DAY 170.0000 $170,00 26 Jan 2009 TRACTVAC 0003CB1-Vacuum Truck/Trailer (4,200- 5,000 HR 73.6500 $368.25 8,399 Gallon) PPED1 Modified Level D (Tyvec, Gloves and 1,000 EA 30.0000 No Charge Boots) EO 0001 E Equipment Operator SIT 1,000 HR 55.0000 $55.00 EO 0001 E Equipment Operator SIT 4.000 HR 55.0000 $220.00 SUBTOTAL $65,497.48 TAX $0.00 T ASK TOTAL $65,497.48 InVOlce [.late Of) F(~h 2009 Page 5 of 5 ~ INVOICE (J~[ltl@r~b!H'5 -------- ENVIRONMENTAL SERVICESI' REMIT TO: OFFICE: Clean Harbors Env. Services Clean Harbors Env Services Inc PO Box 3442 11221 Interchange Circle South Boston, MA 02241-3442 Hollywood, FL 33025 (954) 430-2860 If you have any questions regarding this invoice, pleas contact your customer seNice representative at th telephone number listed abov SOLD TO: JOB SITE/GENERATOR: Anthony Lombardi Boynton Beach City of Boynton Beach City of 124 E Woolbright Rd 100 East Boynton Beach Blvd. Boynton Beach, FL 33435 Boynton Beach, FL 33435- 0000 Job Description: Field Service Labor and Waste ** Payable in USD funds ** SUBTOTAL TAX $0.00 INVOICE TOTAL $3,408.00 e-"'''' F,'-""", .-:;.<,'~.~ ~','~... t.' ., : ", ~ 1"" 'i'l' ... it, .. ~, n ~ ~,,!"', ~., U ;'l$fl ~' t ~ it ~ - ~~ -'~~~~ :, ,.: ; i ";,.,) Interest will be charged at a rate of 1.5% per month for all past due amounts. Invoice Date 04 Feb 2009 PLEASE RETURN A COpy OF INVOICE WITH PAYMENT - THANK YOU :H.:}E ~ INVOICE ~ ENVIRONMENTAL SERVICES- TASK F7221187S-001 - Field Service Labor and Waste Manifest Item ID DeSCriptIOn Manifest Manifest BIIllIlg Billing Un t Amount Info Qty UOM Qty L,OM Prrce 26 Jan 2009 BOOM18 0003AB1-Harbor Oil Boom, 18" - 24", 400.000 FT 1 ,4200 $568.00 5,000Ibs. 27 Jan 2009 BOOM 18 0003AB1-Harbor Oil Boom, 18" - 24", 400.000 FT 1 ,4200 $568.00 5,000Ibs. 28 Jan 2009 BOOM 18 0003AB1-Harbor Oil Boom, 18" - 24", 400.000 FT 1.4200 $568.00 5,000Ibs. 29 Jan 2009 BOOM18 0003AB1-Harbor Oil Boom, 18" - 24", 400.000 FT 1.4200 $568,00 5,000Ibs, 30 Jan 2009 BOOM18 0003AB1-Harbor Oil Boom, 18" - 24", 400.000 FT 1.4200 $568.00 5,000Ibs. 31 Jan 2009 BOOM18 0003AB1-Harbor Oil Boom, 18" - 24", 400.000 FT 1.4200 $568.00 5,000Ibs. SUBTOTAL $3,408.00 TAX $0.00 TASK TOTAL $3,408.00 Invoice Date: 04 Feb 2009 Page 2 of 2 EleanHarb~or ,-.-- _~,_".,~,_.w...._, - -, '-'.J- ,,,_, L.l(fUp lo~.~. _ _oc. +hr. I' ~ ~, /"".. 5 I -- 'NJ.l. ndnG.'-iJ, d Zla. ,I L.i 1 ,,_o.m,,". ,.. [".' ""'" co". EIM.O..fIlTAL~'V1CEr ~_, s~~.. r]J-_~lL'l.~__. ___L____ -~,,' I,., ~""...., O~.m.m' 130Dffi Q{\''j \-;e. Pavment Terms :;o,:;;:~ 0+ 0:.~-tcn ~~'''''''''lnOklJl-tll. -.--- . BII""II"'''''''-_:''-' "__:__,__' --'D.\ ,._, ,. '1.j ,c~"-"B- ',.."_m,.,,, . Ii,!' \a:.,:'1 l:. ei.T{(Itl:J(\ r-:x..h D 0.-__: Vn I hIo r~OIMI ____ ~______ 1"t- , t T,,~'ID..e';Ptl<>.. I T_k.lo...,...lpHo.. T hook.llM....-lpllDh --- i OD I - - Y_ I.... T.....~~--' 1:11,' LJ' 0rlf ....... If en.. 0.. C1~,~:~~~d b~\1\'~,~~_,~.J;1~~~,~,t~e'~;S_1 '~us~~:~~,-j,: The r~Vl~n~(r\~;\~lll CC:' I;,' {jfIi-- -:- =_c _ FJ -:-~ _.. _ ==- "~~~~,;"::::,,,,:"::;:;:C;C::":;;;;;::;:"--,,,,' , ---+- --.~ ~:::. :::;:: ___ ~r} ,,- 1'~,:rl'L_ <iilf'l_~I~:';i t're P'nlJp I ~.n Ie... I c,_c.., IC_t"...! ~___.-+-_~__ Iv.....um""'.' I 1"....' ~~- I:::::::~:'~"::~'~d'~" i.j ~ - ___'__n 1~~~=-1J114 ~.:- '_j I~=-~~~~- 1:::C ___T_~. . ION.",,' I ~ _~____._._n , 1:~:;;: ! -- j I lu.~,_..,TYP'"' ------1..- I;:::'.~: Fl.." _0...', 21m/I t . __._.->- -------J~~- !:: :::'.:::'~~ ~u..aan if~~~~i~~r"-'" ----~ --~-~--L~~~j :~'."'!.I<'_" '""'1 Un., i I~ 0;;"'20 u... Poly D'_""'__~~ I >--- I'h,'lnfl I .,,___ I ".avT_ , T__ IDlrst._1 I I iC'''"_ I 1- -- I ~~ I I:: ::::. ,: a"'..IIl~-.~l<ggtl.. --- f;;::;_~(,""'"LiJj/gl:bi+'1 0.".......'......1. '-10- )- 3T~0'1---- I k"~.(f'",,.)_____M A_ _ lc_(~" 11:>". """."""" 'u,~"".,""'"'~'".~,.c. I ORIGINAL COPY I. -- -"'"''';.'1'' ~ INVOICE t~~r)!JI'j -------- ENVIRONMENTAL SERVICE&- REMIT TO: OFFICE: Clean Harbors Env. Services Clean Harbors Env Services Inc PO Box 3442 11221 Interchange Circle South Hollywood, FL 33025 Boston, MA 02241-3442 (954) 430-2860 If you have any questions regarding this invoice, pleas contact your customer service representative at th telephone number listed abol.' SOLD TO: JOB SITE/GENERATOR: Anthony Lombardi Boynton Beach City of Boynton Beach City of 124 E Woolbright Rd 100 East Boynton Beach Blvd. Boynton Beach, FL 33435 Boynton Beach, FL 33435- 0000 Job Description: Field Service labor and Waste .. Payable in USD funds .. SUBTOTAL TAX $0.00 INVOICE TOTAL $14,351.00 Interest will be charged at a rate of 1,5% per month for all past due amounts, Invoice Date: 23 Feb 2009 PLEASE RETURN A COPY OF INVOICE WITH PAYMENT - THANK YOU Page 1 of 3 t~lIar~~ INVOICE ------- ENVIRONMENTAL SERVICES- TASK F72211875-001 - Field Service labor and Waste M;l"" " Illtc 01 Feb 2009 BOOM 18 0003AB1-Harbor Oil Boom, 18" - 24", 400 000 FT 14200 $568.00 5,000lbs, 02 Feb 2009 BOOM 18 0003AB1-Harbor Oil Boom, 18" - 24", 400,000 FT 1.4200 $568.00 5,000Ibs. 03 Feb 2009 BOOM 18 0003AB1-Harbor Oil Boom, 18" - 24", 400,000 FT 1.4200 $568.00 5,000Ibs, 04 Feb 2009 BOOM18 0003AB1-Harbor Oil Boom, 18" - 24", 400.000 FT 1 .4200 $568,00 5,000Ibs, 05 Feb 2009 BOOM18 0003AB1-Harbor Oil Boom, 18" - 24", 400.000 FT 1.4200 $56800 5,000Ibs. 06 Feb 2009 BOOM 18 0003AB1-Harbor Oil Boom, 18" - 24", 400.000 FT 14200 5568.00 5,000Ibs, 07 Feb 2009 BOOM 18 0003AB1-Harbor Oil Boom, 18" - 24", 400,000 FT 1 .4200 S568.00 5,000Ibs. 08 Feb 2009 BOOM18 0003AB1-Harbor Oil Boom, 18" - 24", 400.000 FT 14200 $568,00 5,000Ibs, 09 Feb 2009 BOOM18 0003AB1-Harbor Oil Boom, 18" - 24", 400.000 FT 1.4200 $568,00 5,000Ibs. 10 Feb 2009 BOOM18 0003AB1-Harbor Oil Boom, 18" - 24", 400.000 FT 1 .4200 $568.00 5,000Ibs. 11 Feb 2009 BOOM18 0003AB1-Harbor Oil Boom, 18" - 24" 400.000 FT 1.4200 $56800 5,000Ibs, 12 Feb 2009 BOOM18 0003AB1-Harbor Oil Boom, 18" - 24", 400.000 FT 1.4200 $568.00 5,000Ibs. 13 Feb 2009 BOOM18 0003AB1-Harbor Oil Boom, 18" - 24", 400.000 FT 1 4200 $568,00 Invoice Ddte ~23 Feb 20U(.j '!J ~ INVOICE ~ EflVlROIMEITAL SERVICES- TASK F72211875-001 . Field Service Labor and Waste Manifest Item ID Description Manifest Manifest Blllrnq B'llln~1 Unit Amount Info Qty UOM Oty UOM Prrce 5,000Ibs. 14 Feb 2009 BOOM 18 0003AB1-Harbor Oil Boom, 18" - 24", 400.000 FT 1.4200 $568.00 5,000Ibs. 15 Feb 2009 BOOM18 0003AB1-Harbor Oil Boom, 18" - 24", 400,000 FT 1.4200 $568.00 5,000Ibs, 16 Feb 2009 BOOM18 0003AB1-Harbor Oil Boom, 18" - 24", 400.000 FT 1.4200 $568.00 5,000Ibs. 17 Feb 2009 BOOM18 0003AB1-Harbor Oil Boom, 18" - 24", 400.000 FT 1,4200 $568,00 5,000Ibs. 18 Feb 2009 BOOM18 0003AB1-Harbor Oil Boom, 18" - 24", 400,000 FT 1.4200 $568.00 5,000Ibs. 19 Feb 2009 BOOM 18 0003AB1-Harbor Oil Boom, 18" - 24", 400.000 FT 1.4200 $568.00 5,000Ibs. 20 Feb 2009 BOOM18 0003AB1-Harbor Oil Boom, 18" - 24", 400.000 FT 1 .4200 $568.00 5,000Ibs. BOA T30 0002ED5-Work Boat, 200 - 299hp 1,000 DAY 955,0000 $955.00 TKPU 0008AA1-Pickup, Over 1 Ton 1,000 DAY 150,0000 $150,00 FT 0001 F TECHNICIAN (FIELD) SIT 8.000 HR 51,0000 $408.00 FTOT 0001F TECHNICIAN (FIELD) OIT 3.000 HR 76.5000 $229.50 FOR 0001B Foreman SIT 8,000 HR 55.0000 $440.00 FOROT 0001 B Foreman OIT 3,000 HR 82.5000 $247.50 FT 0001F TECHNICIAN (FIELD) SIT 8.000 HR 51.0000 $408,00 FTOT 0001F TECHNICIAN (FIELD) OIT 2.000 HR 76.5000 $153,00 SUBTOTAL $14,351.00 TAX $0.00 TASK TOTAL $14,351.00 Invoice Date: 23 Feb 2009 Page 3 of 3 j::CG84 - 08 - R- XXX XX> FAGE 6 OF i! PART I - THE SCHEDULE SECTION B - SUPPLIES OR SERVICES AND PRICE/COSTS (iii) Fractional parts of an hour shall be payable ":;D ~- prorated basis to the nearest quarter hour. B.2.4. PER DIEM AND LODGING (a) Meals and lodging for contractor employees shall be paid when contractor employees are required by the OSC/COTR/Contracting Officer to be at a spill site more than 1 calendar day and the spill site lS not within daily commuting distance of the contractor's facilities and/or the employee's home. Lodging and Per Diem will only be paid if the necessity for such lS agreed tc: by the OSC/COTR/Contracting Officer prior to the cost being incurred. Current per diem rates can be found at the following website; http://www.dtic.mil/perdiem/pdrates.html. (b) Payment is limited to no more than the reimbursement ra'L.es for meals and lodging of Federal Government employees under the Federal Travel Regulation (FTR) ( 41 CFR 101-7) , for the area whe u::, the work is being performed. The Government will pay only for the actual cost of lodging and meals when the commuting distance .lS greater than 50 miles. In the event suitable lodging cannot be obtained within the rates established by the FTR, trle c::;ntra,:::tor shall obtain approval from the Contracting Officer for the ~li ghe Y' rate. B.2.5. MEAL BREAKS There is currently no federal regulation for meal breaks. Howeve 1: , meal breaks are defined and required by some states. Contractors performing under any orders issued pursuant to this BOA shall ensure compliance with applicable state laws. Meal Breaks for periods of 20 minutes or less shall be considered as time worked. Meal breaks of longer than 20 minutes shall be documented on. :::oas Guard Form CG5136 Pollution Incident Daily Resource Report a:Jd ar" not compensable. Revision 26 HSCG84-08-R-XXXXXX PAGE 7 OF 113 PART I - THE SCHEDULE SECTION B - SUPPLIES OR SERVICES AND PRICE/COSTS B.3. LABOR CATEGORIES AND HOURLY CLIN 0001 LABOR OIL SPILL HAZ. SUB. dlroij'A' " , ~:" Supervisor (SIT) $72.00 $72.00 (Orr) $108.00 $108.00 OO(J1'B \\0'(;;'" Foreman Straight Time (SIT) $55.00 $55.00 Overtime (OIT) $82.50 $82.50 0001C Field Clerk (Srr) $51.00 $51.00 (01T) $76.50 $76.50 00010 Laborer (not used see Technician, Field 0001F) (Srr) $ $ (Orr) $ $ 0001 E, Equipment Operator (Srr) $55.00 $55.00 (OIT) $82.50 $82.50 0001F Technician, Field (SIT) $51.00 $51.00 (OIT) $76.50 $76.50 0001G Truck Driver (Srr) $55.00 $55.00 (01T) $82.50 $82.50 0001H Welder (not used see Mechanic) (Srr) $ $ (OfT) $ $ 00011 Dive Team (Subcontracted Item) (SIT) $ $ (Orr) $ $ 0001J Diver (Subcontracted Item) (Srr) $ $ (Orr) $ $ 0091 K Dive Master (Subcontracted Item) (SIT) $ $ Revision 26 ,,:!:~ ,'~ --. _,::: ~_.~~:.- .'<='<A"'~~ .;:~.GE 8 OF , B.3. LABOR CATEGORIES AND HOURLY CLIN 0001 LABOR OIL SPILL HAZ. SUB. OOOR Dive Tender (Subcontracted Item) (SIT) $ $ (O/T) $ $ OOOtM .;,'.'.:C;';""T-' Project Manager (SIT) $95,00 $95.00 (OIT) $142.50 $142.50 0001N Health & Safety Officer (SIT) $85.00 $85.00 (OIT) $127,50 $127.50 00010 Spill Response Coordinator (SIT) $58.00 $58.00 (OIT) $87.00 $87,00 0001P Salvage Master (Subcontracted Item) (SIT) $ $ (OtT) $ $ 0001Q Chemist, Field (SIT) $75.00 $75.00 (OIT) $112,50 $112.50 0001 QA Field Accountant (SIT) $75.00 $75.00 (OIT) $112.50 $112.50 0001 QB Mechanic, Field (SIT) $55.00 $55,00 (OIT) $82.50 $82.50 High Haz Technician (SIT) $65,00 $65.00 (OIT) $97,50 $97.50 Revision 26 HSCG84-08-R-XXXXXX PAGE 22 OF 113 PART I - THE SCHEDULE SECTION B - SUPPLIES OR SERVICES AND PRICE/COSTS NOTE: ACTUAL QUANTITIES OWNED OR EXCLUSIVELY CONTROLLED BY THE CONTRACTOR SHALL BE NOTED IN THE 'QTY HELD' SPACE. CLlN 0002 SUPPORT RESOURCE VESSELS STANDBY OPERATING RATE RATE 0002E WORKBOAT 0002ED Type IV (SQ FT 30 - 249) 1 25hp & Under 0002ED1 Desc: 25hp & Under Min Hours: 4 Qty Held: o Fuel o Crew/Operator Hourly $18.15 $24,20 Gen, Comments: Daily $181.50 $242,00 Weekly $1179,75 $1573,00 0002E WORKBOAT 0002ED Type IV (SQ FT 30 - 249) 1 26-50hp 0002ED2 Desc: 26-50hp Min Hours: 4 Qty Held: o Fuel o Crew/Operator Hourly $37,13 $49.50 Gen. Comments: Daily $371.30 $495,00 Weekly $2413.13 $3217,50 0002E WORKBOAT 0002ED Type IV (SQ FT 30 . 249) 1 51 - 125hp 0002ED3 Desc: 51 -125hp Min Hours: 4 Qty Held: o Fuel o Crew/Operator Hourly $45.38 $60,50 Gen, Comments: Daily $453,75 $605,00 Weekly $2949,38 $3932,50 0002E WORKBOAT 0002ED Type IV (SQ FT 30 - 249) 1126 -199hp 0002ED4 Desc: 126-199hp Min Hours: 4 Qty Held: o Fuel o Crew/Operator Hourly $61,88 $82,50 Gen, Comments: Daily $618,75 $825,00 Weekly $4021,88 $5362,50 0002E WORKBOAT 0002ED Type IV (SQ FT 30 - 249) 1 200 - 299hp 0002ED5 Desc: 200 - 299hp Min Hours: 4 Qty Held: o Fuel o Crew/Operator Hourly $71,63 $95,50 Gen. Comments: Daily $712,50 $950,00 Weekly $4631,25 $6175,00 Revision 26 I 'J~' ;~; 8 .i '- w F-YJ::'< , ~\ rT- 24 OF ~_ f~-\;.::r l:J PART I - THE SCHEDULE SECTION B - SUPPLIES OR SERVICES AND PRICE/COSTS NOTE: Boom is for a period of 24 hours. There is no standby rate for Boom. Boom rates herein are for deployed boom only. (Priced per Foot) CLlN 0003 LIQUID RECOVERY, STORAGE & TRANSPORTATION STANDBY OPERATING RESOURCES RATE RATE 0003A BOOM 0003AA Type I = Open Water 24-35 in + 1/ Strength 10,000 Ibs 0003AA1 Oesc: Open Water Boom - - -.-...---. Qty Held: 5,000 Daily $1.70 Gen, Comments: Includes Tackle/Anchor Weekly $10.20 Type: I ; Draft: 18 ; Freeboard: 8 Monthly $30,59 0003A BOOM 0003AB Type II = Protected Water 18-24in 1/ Strength 5,000 Ibs 0003AB1 Oesc: Harbor Oil Boom - -- .--.-.------- __~____.___ _n__ Qty Held: 200,000 Daily $1.42 Gen, Comments: Includes Tackle/Anchor Weekly $8,50 Type: II ; Draft: 12 ; Freeboard: 6 Monthly $25.49 0003A BOOM 0003AC Type III = Calm Water 8-10 in 1/ Strength 1,500 Ibs 0003AC1 Desc: Swamp Boom Qty Held: 25,000 Daily $.89 Gen, Comments: Includes Tackle/Anchor Weekly $5,35 Type: III ; Draft: 6 ; Freeboard: 4 Monthly $16,04 0003B SKIMMERS 0003BO Capacity = low gpm 7 - 69 bbllhr 10-99 0003B01 Oesc: Pneumatic/ Hydraulic Drum Skimmer __.___ ....n __ .___ ___._ n ___nn________._ Min Hours: 4 Qty Held: 60 D Fuel D Crew/Operator Hourly $61.88 $82.50 Gen, Comments: Daily $618.80 $825.00 Weekly $3712,80 $4950,00 0003C VACUUM TRUCKlTRAILER 0003CB Type II = 4,200 - 8,399 GAL 1/100 - 199 BBL 0003CB1 Oesc: ---,---,_._- - - _______________n__.. .------- -- Min Hours: 4 Qty Held: 115 Mileage: D Crew/Operator Hourly $55,24 $73.65 Gen, Comments: Daily $552.40 $736,50 Weekly $3590,60 $4787,25 0003C VACUUM TRUCKlTRAILER 0003CC Type III = 2,100 - 4,199 GAL 1/50 - 99 BBL 0003CC1 Oesc: Min Hours: 4 Qty Held: 65 Mileage: D Crew/Operator Hourly $4455 $59.40 Gen, Commenis: Daily $44550 $594,00 Weekly $2895 75 $3861,00 Revision 26 HSCG84-08-R-XXXXXX PAGE 25 OF 113 PART I - THE SCHEDULE SECTION B - SUPPLIES OR SERVICES AND PRICE/COSTS CLlN 0003 LIQUID RECOVERY, STORAGE & TRANSPORTATION STANDBY OPERATING RESOURCES RATE RATE 0003C VACUUM TRUCKlTRAILER 0003CO Type IV = 500 - 2,099 GAL /I 25 - 49 BBL 0003C01 Oesc: Min Hours: 4 Qty Held: 22 Mileage: o Crew/Operator Hourly $42,50 $56,65 Gen. Comments: Includes Skid Vac units Daily $425.00 $566,50 Weekly $2762.50 $3682.25 00030 TANK TRUCKS 00030C Type 11I= 4,200 - 8,399 GAL 00030C1 Oesc: Min Hours: 4 Qty Held: 56 Mileage: o Crew/Operator Hourly $44.55 $59.40 Gen. Comments: Daily $445,50 $594,00 Weekly $2895,75 $3861.00 00030 TANK TRUCKS 000300 Type IV = 2,200 = 4,199 GAL 0003001 Oesc: Min Hours: 4 Qty Held: 34 Mileage: o Crew/Operator Hourly $42,50 $56,65 Gen, Comments: Daily $425.00 $566,50 Weekly $2762.50 $3682,25 0003E PORTABLE STORAGE TANKS / TRAILERS 0003EO Type IV = 2600 - 10499 GAL CAP 0003E01 Oesc: Min Hours: 24 Qty Held: Hourly $ $ Gen. Comments: 2,000 to 5,000 Storage Tanks Daily $90,00 $90,00 Weekly $450,00 $450,00 0003E PORTABLE STORAGE TANKS / TRAILERS 0003EE Frac Tanks 0003EE1 Oesc: 20,000 Gal Capacity Min Hours: 24 Qty Held: 52 Hourly $NA $NA Gen. Comments: Daily $115,50 $115,50 Weekly $577.50 $577.50 0003F MISCELLANEOUS TRAILERS 0003FA Boom Trailer 0003F A 1 Oesc: Qty Held: 62 Hourly $10,00 $13,20 Gen, Comments: Daily $100.00 $132,00 Weekly $600.00 $792,00 Revision 26 :;t ,:; - d - i-I - XX:'..:., Ai~~:: 29 OF PART I - THE SCHEDULE SECTION B - SUPPLIES OR SERVICES AND PRICE/COSTS CLlN 0005 OILED DEBRIS HANDLING RESOURCES - EQUIPMENT STANDBY OPERATING RATE RATE 0005E DUMP TRUCK 0005EC TYPE 3 = 7 CUYD CAPACITY 0005EC1 Desc: Dump Truck 10 Ton ----..------.-.. - Min Hours: 4 Oty Held: 12 Mileage: o Crew/Operator Hourly $29,75 $39.66 Gen, Comments: Daily $297.50 $396.60 Weekly $1785,00 $2379.60 0005F DEBRIS BOx/DUMPSTER/SHIPPING CONTAINER 0005FC TYPE 3 = 20 CUYD CAPACITY 0005FC1 Dese: 20-25YD Open Top Oty Held: 2000 Hourly $NA $NA Gen. Comments: Field Can or Intermodal Daily $27.50 $27.50 Weekly $165,00 $165,00 0005G PRESSURE WASHER 0005GC LIGHT DUTY UNDER 8,000 PSI (COLD WATER) 0005GC1 Desc: 1,000 to 2500 PSI Cold Water ~. -.---.-.----.---..- -- - - ------~_..._--_..,.._- ------ Min Hours: Oty Held: Hourly $24,52 $32.70 Gen, Comments: Daily $24525 $327,00 Weekly $1471,50 $1962,00 0005G PRESSURE WASHER 0005GD LIGHT DUTY UNDER 8,000 PSI (HOT WATER) 0005GD1 Desc: 2500-3500 PSI typical _._---~-----,-_. . ~~-,_._,_._--_..---- --- -- --.--.. Min Hours: 4 Oty Held: Hourly $28,05 $37.40 Gen. Comments: Daily $280.50 $374,00 Weekly $1683,00 $2244,00 0005H MISC OILED DEBRIS HANDLING RESOURCES - EQUIPMENT 0005HA 0005HA 1 Desc: AIR EXHAUST BLOWER - - __'0'_.'._------------ --------- Min Hours: 4 Oty Held: 22 Hourly $3.85 Gen, Comments: Daily $38,50 Weekly $231,00 0005H MISC OILED DEBRIS HANDLING RESOURCES - EQUIPMENT 0005HB 0005HB Desc: Chainsaw -.------------- Min Hours: 4 Oty Held: 40 Hourly $470 Gen, Comments: Daily $47,00 Weekly $282,00 ReviSIOn 211 HSCG84-08-R-XXXXXX PAGE 31 OF 113 PART I - THE SCHEDULE SECTION B - SUPPLIES OR SERVICES AND PRICE/COSTS CLlN 0006 SUPPORT RESOURCES - COMMUNICATIONS, POWER, OPERATING LIGHTS, PUMPS RATE 0006A MOBILE COMMUNICATIONS 0006AA 0006AA Oesc: Cellular Phone Qty Held: 3000 Hourly $NA Gen, Comments: No additional charges for airtime are allowable, Daily $28,33 Cell phones must be specifically approved by the FOSC/FOSCR. Weekly $170.00 0006A MOBILE COMMUNICATIONS 0006AB 0006AB Oesc: UHF Radio Qty Held: Hourly $NA Gen, Comments: Radios must be specifically approved by the Daily $28.33 FOSC/FOSCR. Weekly $170,00 0006A MOBILE COMMUNICATIONS 0006AC 0006AC Oesc: VHF Radio Qty Held: Hourly $NA Gen. Comments: Radios must be specifically approved by the Daily $28,33 FOSC/FOSCR. Weekly $170.00 0006B POWER GENERATOR 0006BA TYPE I = 10,000 WATT I (10KW) ANO ABOVE 0006BA1 Oesc: Min Hours: 24 Qty Held: 10 Hourly $NA $NA Gen. Comments: Daily $216.00 $288.00 Weekly $1296.00 $1728,00 0006B POWER GENERATOR 0006BB TYPE II = 9,999 WATT I (9KW) ANO BELOW 0006BB1 Oesc: Min Hours: 4 Qty Held: 55 Hourly $12.38 $16,50 Gen. Comments: Daily $123.75 $165.00 Weekly $742.50 $990,00 00060 PORTABLE PUMPS (See CLlN 0003G for Salvage Pumps) 00060B TYPE 2 = 250 - 499 GPM 00060B1 Oesc: 2" to 3" Trash Pump Min Hours: 24 Qty Held: Hourly $ $ Gen. Comments: Daily $ $110,00 Weekly $ $660,00 Revision 26 ~ [ . co2 " '.8- fi-:OO:', .s/;r 33 OF ! i PART I - THE SCHEDULE SECTION B - SUPPLIES OR SERVICES AND PRICE/COSTS CLlN 0006 SUPPORT RESOURCES - COMMUNICATIONS, POWER, OPERATING LIGHTS, PUMPS RATE 0006E HOSES 0006EG 0006EG Desc: OISCHARGE 61N ------..--- " Qty Held: Hourly $NA Gen, Comments: Price per foot Daily $1.13 Weekly $6,78 0006E HOSES 0006EH 0006EH Oesc: AIR % - 0/. IN ~-~"--- .------------- Qty Held: Hourly $NA Gen, Comments: Quick Connect or Chicago style hook-ups, Y, to 'y." Daily $0.42 Price per foot Weekly $2,52 0006E HOSES 0006EI Other 0006EI1 Oesc: Chemical Hose 21N .--- ---~------- Qty Held: Hourly $ Gen, Comments: Price per foot Daily $2.48 Weekly $14,88 0006F SUPPORT RESOURCE TRAILER 0006FA 0006FA1 Oesc: Hazmat Trailer -----~------ Min Hours: Qty Held: Hourly $24,20 $24.20 Gen, Comments: Daily $242.00 $242.00 Weekly $1452,00 $1452,00 0006F SUPPORT RESOURCE TRAILER 0006FB 0006FB1 Desc: Command Trailer Min Hours: 24 Qty Held: Hourly $NA $NA Gen. Comments: 15-40' Mobile Incident Command Unit, Includes Daily $490 50 $654,00 work stations, Heat, AC. Weekly $2943.00 $3924,00 0006F SUPPORT RESOURCE TRAILER 0006FC 0006FC1 Oesc: Response Trailer ._---.-_.------~ Min Hours: Qty Held: Hourly $24.20 $24,20 Gen, Comments: Daily $24200 $24200 Weekly $1452.00 $1452.00 0006F SUPPORT RESOURCE TRAILER 0006FD Misc. Support Resource Trailers (equipment, supply, sorbent) 0006FD1 Oesc: Min Hours: Qty Held: Hourly $24.20 $24.20 Gen, Comments: Daily $242.00 $242,00 Weekly $145200 $1452.00 RevIsIon 26 HSCG84-08-R-XXXXXX PAGE 36 OF 113 PART I - THE SCHEDULE SECTION B - SUPPLIES OR SERVICES AND PRICE/COSTS CLlN 0008 PERSONNEL LOGISTICS I SORBENTS STANDBY OPERATING RATE RATE (Note: Contractor vehicles used solely to transport employees, and/or other equipment or materials to and from the Contractor's operations center to the site, but not used at the site, will be paid only for the time in travel in the form of mileage not to exceed the rate established in the FTR) 0008A PERSONNEL AND UTILITY TRANSPORT 0008AA TYPE I = PICKUP, OVER 1 TON . 0008AA1 Desc: Min Hours: 4 Qty Held: 300 Mileage: Hourly $15.00 $15,00 Q::lily WiO 00 i169.QQ - Weekly $900.00 $900.00 0008A PERSONNEL AND UTILITY TRANSPORT 0008AC CARSIWAGONSNANS 0008AC1 Desc: Min Hours: 4 Qty Held: 100 Mileage: Hourly $15.00 $15.00 Daily $150.00 $150.00 Weekly $900.00 $900.00 0008A PERSONNEL AND UTILITY TRANSPORT 0008AE 4 WHEEL DRIVE TRUCK 0008AE1 Oesc: Min Hours: 4 Qty Held: 50 Mileage: Hourly $16.50 $16.50 Daily $165,00 $165.00 Weekly $990.00 $990,00 0008H PROTECTIVE CLOTHING 0008H Desc: LEVEL A PPE Unit of issue: Price $562,50 Gen, Comments: Price is per person with one change out Includes: SCBA, inner gloves, full encapsulated, air tight, chemical resistant, outer gloves and outer booties. 00081 PROTECTIVE CLOTHING 00081 Desc: LEVEL B PPE Unit of issue: Price $205,74 Gen. Comments: Price is per person with one change out Includes: SCBA, inner gloves, outer gloves, and outer booties, chemical resistant suit but not airtight. Revision 26 1 2 RESOLUTION NO. R-07-1c9..a.. 3 4 A RESOLUTION OF THE CITY COMMISSION OF 5 THE CITY OF BOYNTON BEACH, FLORIDA, 6 APPROVING THE PIGGY-BACKING OF A 7 CONTRACT BETWEEN THE UNITED STATES 8 COAST GUARD AND CLEAN HARBORS 9 ENVIRONMENT AL SERVICES, INC., FOR VARIOUS 10 SERVICES THAT MAY BE NEEDED IN THE EVENT 11 OF A MAJOR WEATHER EVENT, DISASTER OR 12 LARGE UTILITY SYSTEM FAILURE EXPIRING ON 13 SEPTEMBER 30, 2009; AUTHORIZING THE CITY 14 MANAGER TO EXECUTE A CONTRACT BETWEEN 15 THE CITY OF BOYNTON BEACH AND CLEAN 16 HARBORS ENVIRONMENTAL SERVICES, INC.; 17 PROVIDING AN EFFECTIVE DATE. 18 19 WHEREAS, the Utility Department is concerned about having additlonal resources 20 available to them for disaster recovery; and "1 I V/HEREAS, Clean Harbors would assist the Utility Depaliment with manpower, ~ I I 22 I equipment and resources to help minimize any emergency; and 23 WHEREAS, the City of Boynton Beach desires to retain the services of Clean 24 Harbors with a local address in Miramar, Florida; and 25 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 26 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 27 Section 1. Each Whereas clause set forth above is true and correct and 28 incorporated herein by this reference, 29 Section 2, The City Commission Of The City Of Boynton Beach. Florida. 30 Hereby approves the piggy-backing of a United States Coast Guard Contract with Clean 31 Harbor Environmental Services, T11C" for a two (2) year period ending September :::In. 2009. 32 for various services that may be needed for disaster recovery on an as needed basis. S:ICAIRESO\AgreementsIBid AwardslPiggy-backing USCG with Clean Harbors.doc . 1 Section 3. The City Commission of the City of Boynton Beach hereby l 2 authorizes the City Manager to execute a Contract between the City of Boynton Beach and 3 Clean Harbor Environmental Services, Inc., a copy of which is attached hereto as Exhibit 4 "A". 5 Section 4. That this Resolution shall become effective immediately. 6 PASSED AND ADOPTED this k day of October, 2007. 7 8 CITY OF BOYNTON BEACH, FLORIDA 9 ~~~ 10 11 ~ayor e aylor 12 .---.--........ 13 ~) 14 ~z~ 15 16 '-/~ 17 18 19 20 21 22 23 Commissioner - Carl McKoy 24 ATTEST: 25 26 27 Janet M. Prainito, CMC 28 City Clerk 29 30 31 (Corporate Seal) S:\CA\RESO\Agreements\Bid Awards\Piggy-backing USCG with Clean Harbors.doC ~a7- \~~ AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND CLEAN HARBORS ENVIRONMENTAL SERVICES, INe. THIS IS AN AGREEMENT, dated this _____ day of_____________, 2007, by and between CITY OF BOYNTON BEACH, a municipal corporation of the State of Florida, hereinafter referred to as "City," and CLEAN HARBORS ENVIRONMENTAL SERVICES, INC., a Massachusetts corporation authorized to do business in the State of Florida, with its principal address as 42 Longwater Drive, Norwell, MA 02061 and its local address as 11221 Interchange Circle South, Miramar, FL 33025, hereinafter referred to as "Contractor." WHEREAS, the City has the need to procure the services, on an "as needed basis" of qualified contractors capable of providing emergency response services for containment, cleanup, and/or to mitigate the harmful effects of oil spills and hazardous substance incidents on or in waters within the City ("Services") in the event of a hurricane landfall, or other natural and/or manmade disasters; and WHEREAS, the United States Coast Guard competitively bid for these Services under United States Vendor Solicitation Number HSCG84-07 -R-1 00001; and WHEREAS, Contractor submitted a bid in response to the United States Coast Guard Solicitation; and WHEREAS, after receipt of said bid from Contractor, the United States Coast Guard entered into a contract with Contractor to provide labor, materials and equipment to contain, cleanup, and/or mitigate the harmful effects of oil spills and hazardous substance incidents on or in waters subject to the jurisdiction of the United States, as well as the bottom and adjoining shoreline of such waters and inland areas, said Contract being attached hereto and made part hereof as Exhibit "A" ("U.S.C.G. Contract"); and WHEREAS, the City has reviewed the scope of services of the competitively bld U.S.c.G. Contract, and has determined that it is an agreement that can be utilized by the City to provide said services to the City of Boynton Beach; and WHEREAS, Contractor has agreed to honor the prices and terms and conditions of the U.S.c.G. Contract in performing said Services for the City; and WHEREAS, City desires to retain the services of Contractor based on the U.S.C.G. Contract; and WHEREAS, the City Commission of the City of Boynton Beach authorized the proper City officials to enter into an Agreement with Contractor by piggybacking the U.S.c.G. Contract; and NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, and other good and valuable consideration, the receipt and adequacy of which are acknowledged, the parties agree as follows: Section 1. The foregoing recitals are true and correct and are hereby incorporated into this Agreement. Section 2. Attached hereto and made a part hereof by reference as Exhibit "A" is the U.S.C.G. Contract referenced-above. The prices, terms and conditions of this U.S.C.G. Contract shall govern the relationship between the City and Contractor, except as amended below: A. The Scope of Services for work to be performed under this Agreement shall be as set forth in Exhibit "A," except said services shall be performed in and for the City of Boynton Beach. B. All references in the U.S,c.G. Contract to the United States Coast Guard and the United States of America shall be considered references to the City of Boynton Beach. C. Contractor shall perform the services in and for the City of Boynton Beach as detailed in the US,c.G. Contract utilizing the prices set forth in Exhibit "A." D, As discussed in Part I, Section F.l. of the US.c.G. Contract, term period of this Agreement shall commence on the date this Agreement is executed by the City and terminate on September 30, 2009. The remainder of this section of the US.C.G. Contract shall remain the same. E. The venue of any action taken to enforce this Agreement shall be in Palm Beach County, Florida and this Contract shall be interpreted under the laws of the State of Florida. F. Contractor shall provide City with proof of insurance as required by the U.S.C.G. Contract naming the City of Boynton Beach as the "Additional Insured" and providing the City with all the same endorsements provided to the United States Coast Guard and the United States of America in the U.S.c.G. Contract. G. All Notices to the City shall be sent to City of Boynton Beach Attn: City Manager 100 E. Boynton Beach Boulevard Boynton Beach, Florida 33425 Section 3. In all other respects, the terms and conditions of the U.S.c.G. Contract, are hereby ratified and shall remain in full force and effect under this "piggybacking" arrangement, as provided by their terms. 8635196306 Clean Harbors Florida ;j ; , Ib-/OUH r "WI I I OU I ,-, I WI'f Dc"",,-,n u: 1 L L ! .L 1:::;..:;1 f ''''''''k, l'tL, , -"-" >> "'1'':::'' ;;JC,;;)C ::::;J.) , -::;"::...) c t,.1'::JC! l::Ji.::<.. _i .Jr1! , - IN WITNESS OF THE FOREGOJNG, the parties have hereunto sot their hands and seals on the dates written below. CITY OF BOYNTON BEACH BY: & a.-, KURT B ESSNER CITY MANAGER ATTEST: B~ '1J1. ty Clerk Approved as to form: BY: WITNESSED BY: CLEAN HARBORS ENVIRONMENTAL '- SERVICES, INC. BY: /-kw; \J 1 c:(. Presid ent STATE OF FLORIDA COUNTY OF PALM BEACH The forogoing Agrooment was acknowledged before me this .~ day of rt-k1 (Lr~, 2007, by"Thln ~~~ of CLEAN HARBORS ENVIRONME. fAL SERVICES, INC., who is personally known to me, and who has affirmed that he/she has been duly authorized to execute the above document on behalf of the corporation. NOTARY'S SEAL: A NOTARY PUBUC. STATE OF PLOWA lW\ Janet E. Page . - ; iCormniaaion lOD654099 ....",.....~. Expires: APR. 11, 2011 JONDBD ntJll1 ~c IOQIIfCl co..lNC. S:\CA\AOMTS\D:lMlsttll Debris Removal (ATL).doc EXHIBIT "A" AGREEMENT BETWEEN UNITED STATES COAST GUARD AND CLEAN HARBORS ENVIRONMENT AL SERVICES, INC. ( AWARD/CONTRACT 1. THIS CONTRACT IS A ~ED ORDER Pll,Q;~S UNDER DPAS (15 CFR 1 113 z. COH'TRACT /Pftlc:. In.. ..,.!J NO. !l'I'&:TI\li DAic HSCG8-4.05AIOOOBS 7 1 05 OHB # 1600-0002 LlllSUl!ll11Y CODE OOOlE ._-- C01l'I!Iander, U.S. Coast Guard MLCLAN'l' (fcp-2) as Block 5 300 East Main Street, Suite 965 Norfolk, VA 23510-9113 7, N.UIE N<<> o\.CORl!t& COIITRACTOII (1b., d>ffi, cIIy. ...UIIIy, Sfole,nd rJI' ~J . OEl..!'JERY Clean Harbors Environmental Servioes Inc. 0 00 OTHER (So<< h.b., 150~ Washington Street POlIORlOIH Braintree, MA 02184-4759 ' CI~WTFOR PFWWl PA.Y,..&IIT Net 30 Days POC: Phil Bail Tel: 7Bl-8~9-1800 x 5309 Fax: 7Bl-794-384,3 O.llIIlMlf lIIYOlCIiS m,1I DUNS #: 039322250 (of cop/f#..no/trrro ... Section C; .... IPldRHl/lO N!f COOl!. j!y.auTY COD!! _al &1IO'Ml1lt: 11. SHIP 'l'OIWAAK FOR CODe I a. P"Y1olI!HT ""Ill. M:IMDE KV COl)E See Individual Task Ord~r I a. AUTllORITf FOR u,,~ 0'lIfmt TIlAH FUU. NfJ OPEN OOMPIml1OH: ,.. ACCClC./H'rlNG fHJ APPROP'''''l'lOH M rA l&l,t use DO.r., o 41 use 2Uld See Individual Task order l I 1SA. ITEM toIO. 158, SUPPLlESlSERVICES 115C. QUAN'l'I'TY 150. UNlit 15E, UNIr PRICe: 15F, AMOUNT ! o . 00 Labor, Equipment. , and Materials to , dc) contain, cleanup, and/or mitigate '.. 00 the harmful etfects of oil spills ,,00 and hazardous substance incident6 " . OC :. . 00 '" 00 U.OO 15<3. TOTAL AMOUNT QF CONTRACT ~ SO.OO 16. TABLE OF CONTeNTS (/, I $l!c. DESCRIPTION I~ (.I) I SEe. I OE$CRIPTlON ___''. ..J PAIlE{aI. --- --- _.... ." - ,......-......J~lli]IJU<:IlEl;ll.U __ ___ - " .. .- -.-- ''''~''~\llAUsell X A. 1soL1C1TA.TlONlCONT'AACT FalM 1 X I.. PltroVCT~", . - 1 ";1"-.LUj X B ~.pPlJS8~~~ ~~1COl>T$ 4-71 P"IIT 11I- LIST OF llI:lCUENT8, EXHISl'lS IINO OTHER'" TTACK. X C ~TIOtM&Peca.1WORK sr...TEMEHT 72-76 X J IUSTOP"'TTACIM!HTS I W4 X 0 PACKAGING AN> lIWlKIHa 77 P.o.IlT '" - RU~TlONI5> A4'lD INST1'IUCT1ONS X E .P!iCT1OH NCJ ACCEPTANCE 78 "TlONS, CIlRTlPlCATIONB"'NJ 105-108 X F ceu\IEFv~e OR l"EFI'ORIoWI% K' ;)1h1;R JTAT!MS1nW 01' 0Fl'ER0RS 79-80 X ...vr '.1.12 X G AllMHI8'TRAl'lON D\TA 81...83 X L 1NS'TRll., ClONlS':; AHa I<<1\1CES 1'0 OFFER X H SPEC/A.!. COHnV.CT-R~QUlIWIENT6 la4-92 X II !V"LU....'1OIl1'ACTOlIS POlt -'''''RC J.J.j CONTRACTING OFFICER Yr-fLL OOMPUETE rTEM 17 OR 18 AS APPUCABLE --- IT. 0 CO"T~on--m!~ 1l. /CMlIaclor Is no/. ""1"'''' to J9n lIoit c1ocurrwn, 01./1' = '" IIt'n fbh <iocwrlent.M ~ TWO ~. ~ ~ _./ =:tIl~ ~~~':...~:f.....o.o Nil. ~ y<w ""'icll adCHi<>tlo 0' ol\ongo. ... Mllollil _ '9"". k) Ill.." olld __ II ...... or ~ il IIIlI .._ _ fI( oIM..... Id.Iltiftod ..,"" _ on """ IlO1Itmlallofl IMeIr lor '" conntotallon ..10<1 ~ lull abow. " h..br _plod _ II> .... ums _ ot>o..,. ..nd on ony _in.a",n IIMtO\. TIlo tlQlU AIleS Oblgotionl of lIIl paollll \0 blI """"ct ~ bt IllbjoGt 10 .M 1M*- 'Thli _Ill _m... 111. ..,_ IIIIlJ:h conolsll of 11\1 lobMnp g- by lilt ~ ctoeu_~k: (II) IHI -..t/oonlnI... 0>1"" ......"'n. . ""1, docon..lr.lt).,. ~..I'1 ~ .nd )'Oor oller, .nd (1)) till. ....._net No .nd tol ...." l'lIl'll'llloN, "'f!.._1loft1, can_M, .nd oped\cIIdIlns, .. .e alIKIlttd tUtl!ltreonlnll:llll:l doeut1llll111 MC&IIllI)'. or In""'l><Qlod ty lit""""" hellln. i?ltlll.........,.,.. _ h."k1-I 11A. w.M! AN) 'l1lU!: OF SIONER (!)p1.rpttlQ A. NAHl OF COll'TRAC71flG ~It PI (Vl n1l' k (,"}": (,hC1,t ;"(1\&), \ 0..\ {,l I l , (' h: / r r,; (" c () 6/,! Ci? I't. Marie Gilliam, Contrasting Officer ItB. HAAAE~ iV\I~ .C.OATEIIGHllD ai, ~~TESOFV & ; C. DATE S1GNl:O ,../ . . I " BY ~ t J i- 11" BY ~ - of I (I--- . 07/0 ! i r: t$9notw.. 01_ MhO<iud Ia "",,) " /... f (J \ i ($Ign._ 01'0,_11 O/li>t~ . I / ~, HeN 7540-01-152..aOei STANDARD FQ~T'I'i.2tll (lV,04&l PllEVlOQS ~cmoH IJIo4VSI>.IlLE P"'Crtbo~~ CIS,!. Ftr f4$ Cfll:) ~ 1 ClO-I - . EXHIBIT "B" LETTER FROM CLEAN HARBORS ENVIRONMENTAL SERVICES, INC. AGREEING TO HONOR THE RATES PROVIDE IN THE U.S.c.G. CONTRACT IN ITS AGREEMENT WITH THE CITY OF BOYNTON BEACH H 636 1 9fi306 Clean Harbors Flonda fJejp8~rJits -- ----- -~ ENVIRONMENTAL SERVICES. Clean Harbors Environmental Services, Inc. 11221 Interchange Circle South Miramar, FL 33025 954-430-2860 9/1712007 To whom it may concern, Clean Harbors Environmental Services will honor the USCG / BOA time plus material rates for the City of Boynton Beach once a contract between the City of Boynton Beach and Clean Harbors is executed, "People and Technology CreatinR a Better Environment" Memorandum Utilities #07-125 To: Bobby Jenkins Assistant Finance Director ~ _ _~'_ ~ \;2-<) \ 0 :1- \ From: Kofi Bo~teng, PE. ~<l \WA ~ .~.s- Utility Director . '" -'.;) Date: September 18, 2007 Subject: "Piggy-backing" United States Coast Guard Contract HSCG84-07 -R-1 00001 Clean Harbors Environmental Services Inc. AGENDA Item The Various Departments City-wide would like to utilize this contract agreement between the United States Coast Guard and Clean Harbors Environment Services Inc. The Utility Department along with many other departments are concerned about having additional resources available to them in the event of a major storm, disaster or damage to the City's infrastructure. Clean Harbors can assist the various departments with logistics, manpower, equipment and many other resources to help minimize any emergency. These resources that Clean Harbors offers are at a national level. They offer a variety of services that could benefit and support departments such as Fire, Police, Utilities and Public Works. These City-wide services could consist of, for example, an emergency that would require regulated clean up and removal of hazardous materials and assistance with the regulatory agencies. Clean Harbors are here locally in south Florida and can have additional support services responding from anywhere in the country. Depending on the nature of the event or repairs, funding can be made available from various departments' operating and reserve budgets. Please present this at the next Commission meeting for their approval. If you have any questions you can contact me at 6401 or Tony Lombardi at 6421. TL/kb Attachment Xc: f~Pete Mazzella. , Tony LOI'lil~~f,~,1 Barb Conboy Michael Low City-wide Department Heads File CITY OF BOYNTON BEACH OFFICE OF THE CITY ATTORNEY MEMORANDlJM TO: Kofi Boateng, Utilities Director RECEIVED cc: James A. Cherof, City Attorney SEP 1 3 200! FROM: Jamila V. Alexander, Assistant City Attorney f!ZIA BOYNTON BE.ACH UTILITIES DATE: September 11, 2007 RE: City of Boynton Beach ("City")/"Piggy-backing" on Contract between the United States Coast Guard ("US.c.G.") and Clean Harbors Environmental Services, Inc ("Clean Harbors") Recently, our office has received an inquiry regarding the City's possible piggy-backing on a Contract between the United States Coast Guard and Clean Harbors for additional resources to be available to the City in the event of a major storm, disaster or large utility system failure. Generally, as stated in the City's Administrative Policy Manual, piggy-backing onto other contracts by governmental agencies is encouraged when it is determined that this method 01 procurement will provide the best service at the best price without compromising the specifications or quality desired. One issue that must be examined when determining whether the City should piggy-back on the US.c.G.'s Contract is whether the Contract was procured using a competitive bidding process. If it is clearly established that the US.G.c. has completed a competitive bidding process to procure the services of Clean Harbors, the Contract as presented to our office between the US.c.G. and Clean Harbors appears to be an acceptable Contract to which the City may piggy-back. However, your department needs to ensure that the Agreement between the US.G.C. and Clean Harbors is for services that the City is desirous of obtaining and are acceptable to the City. Should the Contract between the U.S.c.G. and Clean Harbors provide the services the City desires and the City's Purchasing Department is satisfied that the Contract was procured using a competitive bidding process, the City may piggy-back on this Contract. Therefore, at your request, our office can create an Agreement between the City and Clean Harbors piggy-backing on the US.c.G.'s Contract for the procurement of the same services in the Original Contract. In the alternative, our office will review, any Contract between the City and Clean Harbors presented to it, for legal fonn. Should you have any questions, please feel free to contact our office. H'.1990\900182.BB\MEMO 2007\Boatneg (Piggy-backing U S Coast Guard K) doc Memorandum Utilities #07-1 09 To: Jim Cherof City Attorney J ~_' 81;;29- \01- . From: Kofi Boateng, PE. ./,:) ~ 9 Utility Director ~ ~~. Date: August 24, 2007 Subject: Recommendation on the utilization of "piggy-backing" United States Coast Guard Contract with Clean Harbors Environmental Services Inc. The Utility Department would like for you to review and comment on the contract agreement between the United States Coast Guard and Clean Harbors Environment Services Inc. in regards to Commission approval for "Piggy- backing" this contract city-wide. The Utility Department is concerned about having additional resources available to them in the event of a major storm, disaster or a large utility system failure. Clean Harbors could assist the utility department with manpower, equipment and resources to help minimize any emergency. These resources that Clean Harbors offers are at a national level. They offer a variety of services that could benefit and support other departments such as Fire, Police and Public Works. These City-wide services could consist of, for example, an emergency that would require regulated clean up and removal of hazardous materials and assistance with the logistics.Cleari1larbors are here locally in south Florida ahd caiihave- additional support services responding from anywhere in the country. We would appreciate your recommendation since this a unique situation "piggy- backing a contract from the Coast Guard. I have attached a copy of the contract for your review. If you have any questions please contact me at ext. 6404. TUkb Attachment Xc: Pete Mazzella T L .-;ld' pny: .~~ :,~v I Barb Conboy Michael Low File R635196306 Clean Harbors Florida :', )i ')/~ i 1 I';,. ~ F -- Oil Spill and Hazardous Substance Cleanup . --" ~_.. - _.'~- - "-'-, ~.- -. .'".-.,..-..-...-...".--".. .-. - _ .. .__n .-. ---'- -- . Modification 0 I - Posted on May 10, 2007 .~..~.. "..._..~_...... ._._ .. __,.n ,.._.... .____ General Information Document Type: Sources Sought Notice Solicitation Number: HSCG84-07-R-I0000l Posted Date: May 09, 2007 Original Response Date: Jun 14,2007 Current Response Date: Jun 14, 2007 Original Archive Date: Current Archive Date: Classification Code: F -- Natural resources & conservation services Naics Code: 562910 -- Remediation Services Contracting Office Address Department of Homeland Security, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 965, Norfolk, V A, 23510-9113, UNITED STATES Description This is a SOURCES SOUGHT NOTICE. This notice is issued by the U.S. Coast Guard, Maintenance and Logistics Command Atlantic, Norfolk, V A, to identify sources capable of providing emergency response services for the containment, cleanup, and/or to mitigate the harmful effects of oil spills and hazardous substance incidents on or in waters subject to the jurisdiction of the United States, within the First, Fifth, Seventh, Eighth and Ninth Coast Guard Districts. Contractor(s) shall be required to provide all labor, materials, equipment, transportation and supervision necessary to perform services. The primary area of coverage will encompass the United States East of the Rocky Mountains, Puerto Rico and the Virgin Islands. The Coast Guard intends to negotiate a Time and Material Type Basic Ordering Agreement (BOA) with environmental contractors selected as a result of this sources sought notice. At this time, no written solicitation exists; therefore, PLEASE DO NOT REQUEST A COPY OF THE SOLICITATION. Prospective contractors having the skill and capabilities necessary to perform the stated requirement are invited to provide a letter of interest and capabilities to Commander (fcp-2), Maintenance and Logistics Command Atlantic, 300 East Main Street, Norfolk, VA file://C:\Documents%20and%20Settings\sandorj 1 \Local %20Settings\ Temporary%20Intern... 9/1712007 863.5196306 Clean Harbors Florida 0423.24 p.m 09-17-2007 2/2 - 23510-9113, no later than 4:00 PM, Eastern Standard Time, May 23,2007. In order to be considered, prospective contractors shall submit the following information with their letter of interest: (1) Proof of insurance for bodily injury in the amounts of $500,000 per occurrence! $1,000,000 aggregate and property damage in the amounts of not less than $1,000,000 per occurrencel$5,OOO,OOO aggregate. Acceptable proof shall be a certificate of insurance evidencing the insurance coverage in the minimum stated amounts or a signed letter of intent from an insurance company stating that, if your company is selected for a BOA, they shall provide insurance in the stated sums; (2) A list of response equipment your company owns; (3) A brief resume of your response personnel, including relevant education, experience and training; (4) Past performance information for the last three years for like or similar services, including contract numbers, points of contact with telephone number and relevant information; (5) Bank information, including the name of bank, point of contact and telephone number; (6) Taxpayer Identification Number (TIN); (7) D & B DUNS Number; (8) Primary geographic area of response (AOR), including ability to respond within the time frames provided as planning factors in the U ,S. Coast Guard's Oil Spill Removal Organization Classification Program. This information can be found at http://www.uscg.mil/vrp/reg/osroc1ass.shtml; (9) Responses should also include company name, address, point of contact, phone number and e-mail address. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited; no basis for claim against the Government shall arise as a result from a response to this Sources Sought notice or Government use of any information provided. Point of Contact Marie Gilliam, Contracting Officer, Phone 757-628-4108, Fax 757-628-4134, Email Marie.A.Gilliam@uscg.mil - Michelle Blake, Contracting Offricer, Phone 757-628-4110, Fax 757-628-4134, Email michelle.m.blake@uscg.mil Place of Performance Address: 300 East Main Street, Norfolk, V A Postal Code: 23510-9113 Country: UNITED STATES Register to Receive Notification I ----..---~------~----------____..______.M.__N__.._.__________.___._....__,_.~______.____ GQy_ernment-wide Numbered Notes You may return to Business Opportunities at: . DHS USCG listed by [Posted QJltel · DHS Agencywide listed by [po~ed I2.ate] ------- ~~.. -, n' _.-.. ~--'---, .... - ..~' ._,. __........_._~_~___ _w....__~,_.._~______ _"_~_'__'______'~'n'~,"'___'_ .___,_....________. ~.~'_________~._~... _'__.'U'__ ~.' .__._._,. _.' ._._" _u.... .___ [Home] [SEA.RCl}synpPfic.sJ [procurement Reference Lil)rary] file:/ /C:\Documents % 20and % 20Settings\sandorj 1 \Local % 20Settings \ T emporary%201ntem... 9/1712007 IjJ ;.~I ;):1 p ( ~ ,)f !(: 8,,35196306 Clean Harbors Florida CI~~ EmRONMEITAL SERVICES. Clean Harbors Environmental Services. Inc. I J 22 J Interchange Circle South Miramar, FL 33025 954-430-2860 9/17/2007 To whom it may concern, Clean Harbors Environmental Services will honor the USCG / BOA time plus material rates for the City of Boynton Beach once a contract between the City of Boynton Beach and Clean Harbors is executed. "People and Technology Creating a Better Environment" I , . ( ( - 1. THIS CONTRACT IS A ~TED ORDER ... rllfG AGE OF PAGES AWARD/CONTRACT UNDER OPAS (16 CFR ) 1 I 113 2.. CXlNTRACT (PIoc:. ,..... ....,J NO. po !""#~n ilO 5 r REQUISI1lONIPIIIl<JIA IlI!Ql.eS'UPROJECT 110.. HSCG8(OSAIOOOBS OMB Control # ~600-0002 L ISllUeD In' CODE l .-IiIIS11lIll;DBYtII_!_".",~ .. COOl! I Commander, U. S . Coast Guard . MLCL1\NT (fcp-2) Same as Block 5 300 East Main Street, Suit.e 965 N"orfolk, VA 23510-91:13 1. NAIIe AND NJIlRI!!Isa OF COIIlMC'roft (!Ir>., ~ c/Iy, COfIllty, sr.. afll1 ZIP ClI*I . llllIJVER'{ Clean Harbors Environmental Services Inc. 0 IRl O'M!lt (IlH ......, 1501 Washington Street POll ORIGIN Braintree, MA 02184-4'159 IlIKOUNf FOR t'AIOMPT PAYMIIfl' Net 30 Days POC: Phil Bai 1 Tel: 781-849-1800 x 5309 Fax: 781-794-3843 ~o. SIIIIIiIlf IIYOlCEs : lIOII DUNS It: 039322250 iffcop(N....- ... Section G ~~1One COClE jMo!uTY CODE! ~8tlOMI1flI: 11. SHlI'TO/UARK FOR COllE I LI'AYlENT WlU.E IlADEIIY COD!! See Individual Task Order t I. AU11tOIV!Y FOR ~ 0'1IIER fIlM FIJU. MD OI>EN COMI'Il1IllClH; I C. ACOCUHl1HG AND 1Il'P'ftOPRI,\TIOH MT" ~ 1lUISCUOClc o 41 U$C2UlaK See Indi vic1ual Task order I 1 1M. ITEM NO. 158. SUPPlIESISERVICES 15C. QUAN'l'IlY 150. UNtr 15E. UNIT PRICE 15F. AMOUNT 0.00 Labor I Equipment, and Materials to 0.00 contain, cleanup, iUld/or mitigate 0.00 the harmful effeots of oil spills 0.00 and hazardous substance incidents 0.00 0.00 1 0.00 : 0.00 15<;. TlJTAl AMOUNT OF CONTRACT ~ . SO.OO (.1'1 DESCRfPllON DE$CRlPT1ON JlART l.lIE SCHEElUU "ART' .0000000000ClAIReS X "1l0NlCCNTJlAC1' FORM 1 a.Al.8E8 X UPPlJES OR _ICES AN:l PRICI!:5/COS'lS ~-71 PART 1lI-U&T OF 1lOCI..MENnl. EXHIBITS ANOOTHERATTACIt X PTIONt$Pecs.N<<lRK STATEMeNT 72-76 OF ATTACHIENTS X ACKAGING AN) tM.RI(lNG 77 PART ftI- REPRellS'IrA11ON$ NIO IPlST'RlJCT'lCN X ON AHJACcEPTAHCE 78 X AlES OR PEI'lFOIlMAN:lI! 79-80 X X AIlMNSTRATION Dt. TA 81-83 X X PEClAL C(IIl'I'AACt ReQUlREUENTO 84-92 X ALLl\TlOH F...cTORS FOR-.w CONTRAOTING OFFICER WILL OOMPI.ETE rTEM 17 OR 18 AS APPUOABLE tT. 0 CONTl't.llCTOR'S-1CI!~ 11. lID _Is Mt""1_to ._daCII . Yo... = III otrn this "-,-,,,.1Ief _ THO aopIe. 110 ~ emc...1 = f:.~~~ IIOde by _ _ .~_I or .......a. _ Nt _' - _eo to ....." _ ..._ at Me... or '**'" II ... _ _ ~ au..... ~- ....... _ ... wny """iii_lion _Is tor 110 CIOllIId_ _ k1 11II11IO... Is _, _p/lo<t _ to .. 1rIo... _ .,.",. _ on _ __. h_ TIle llD/llS _ ObIgoliano af !he p.llioa 10 ... elJ_ct ~ loA oubjad la and 1l1e... 11lII _ __ .". __ IIIhldI _a 01 ... -0 ~ bf lite -.....a cIocimenIo: (a) IIlIa ~ (III ... ......,1\, . ",.". -.., (10)" ~'s -... and Jl'>Uralle~ and (b)ns a.....-....ct No lll1d ~""""~. """....~"""".... CIln_... 41J1d~, .... ~ ,"""or_lnIeI....1 d.......,t.. -lIID)', .rm""'P_1Od I>y ..re_ ho..... ~_.IS _ be,.kl.1 11.... NAME AND 'I'lTLl!: OF SIONl!!R (7)p. arpotlt} OA. NAME OF COWl'RACTIJlG 0f'Il\CI!~ , , P I Clrl n1l K C (V\('r{,' (1\:):" : j "(,l if \ . f't,,( (ryr'{' ()IlN({! Marie Gilliam, Contracting 118. _E~ 1,v, ,",-J SC.IIAlE SlaNED :yfri=V j ,....- I (J..- BV 1 7'\-:-- CJ t..l./I)'~ tBlgnolu.. cI_ _h_ eo 0Vn1 I 1$,....,.. oi~ 0Iti>>t} HSN 7540-01-152_11 STANDARD FO .M 2&'rRov.4-151 Pl\li!IIIOU$ E!DmOH \JNU$"'OLE _......d ~CSA ""f"Q'lqq .,- ........ VI.-CONSENT AGENDA ITEM E. CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM Requested City Date Final Form Must be Requested City Date Final Form Must be Commission Meeting Turned in to City Clerk's Commission Meeting Dates Turned in to City Clerk's Dates Office Office [8J A ri121, 2009 0 June 16,2009 o 5,2009 0 o Ma 19,2009 0 o June 2, 2009 st 4, 2009 o Announcements/Presentations 0 City Manager's Report NATURE OF 0 Administrative 0 New Business AGENDA ITEM 0 (;) [8J Consent Agenda Legal ~ 1:1 ~ -"'< o Code Compliance & Legal Settlements 0 Unfinished Business :e: -< <::> ;:::o-"'Y'J o Public Hearing 0 t"".~ C'\ 'XJ -< RECOMMENDATION: Motion to accept the written report to Commission of purchases over $10,000 for:iJi1.e ~ of March 2009. :x Q"i '!? !'"'lJ;: EXPLANATION: Per Ordinance 001-66, Chapter 2, Section 2-56.1 Exceptions to competitive bidding, P~a ... ' which states: "Further, the City Manager, or in the City Manager's absence, the Acting City Manager is authorized to exec' .....' a purchase order on behalf of the City for such purchases under the $25,000 bid threshold for personal property, commodities, and services, or $75,000 for construction. The City Manager shall file a written report with the City Commission at the second Commission meeting of each month listing the purchase orders approved by the City Manager, or Acting City Manager. PROGRAM IMPACT: Ordinance 001-66, Chapter 2, Section 2-56.1 has assisted departments in timely procurement of commodities, services, and personal property. Administrative controls are in place with the development of a special processing fonn titled "Request for Purchases Over $10,000" and each purchase request is reviewed and approved by the Department Director, Purchasing Agent, and City Manager. FISCAL IMPACT: This Ordinance provides the impact of reducing paperwork by streamlining processes within the organization. This allows administration to maintain internal controls for these purchases, reduce the administrative overhead of processing for approval, and allow for more timely purchases to be made. ALTERNATIV ~ -, City Manager's Signatur-:- Assistant to City Manager ~ /-~) , ~ ( ----"--" , ~ ( , i/ry' ~ocu;~- e;;;{l;L~ City Attomey/Fmance , " S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM.DOC . CITY OF BOYNTON BEACH APPROVED REQUESTS FOR PURCHASES OVER $10,000 FOR MARCH 2009 . . 1. Vendor: SHOWTURF, INC. Purchase Amount: $12,284.25 Requesting Department: GOLF COURSE Contact Person: DAN HAGER Date: 2/27109 Brief Description of Purchase: PURCHASE OF JOHN DEERE 1200 HYDRO BUNKER & FIELD RAKE (COMMODITY) Source for Purchase: QUOTES Fund Source: 411-2911-572.64-21 i 2 Vendor: i WATER INC. Purchase Amount: $14,999,00 I Requesting Department: UTILITIES Contact Person: KOFI BOATENG i Date: 3/6/09 Brief Description of Purchase: SOFTWARE FOR FIRE FLOW TESTING PROGRAM. UTILITIES WATER DISTRIBUTION WILL BE RESPONSIBLE FOR TESTING ALL CITY FIRE HYDRANTS ( COMMODITY) Source for Purchase: SOLE SOURCE Fund Source: VARIOUS i 3 Vendor: ISCO INDUSTRIES Purchase Amount: $24,148.96 I Requesting Department: UTILITIES Contact Person: KOFI BOATENG I Date: 3/6/09 I Brief Description of Purchase: I SNAP TITE HOPE PIPES - USED FOR REHABILITATION OF DETERIORATED STORM DRAINS - (COMMODITY) Source for Purchase: SOLE SOURCE Fund Source: 406-5000-590-65-09 , 4 Vendor: CH2M HILL Purchase Amount: $21,700,00 i Requesting Department: ENGINEERING Contact Person: JEFF LIVERGOOD ! Date: 3/23109 Brief Description of Purchase: PLANNING STUDY FOR BOYNTON BEACH POLICE FACILITY - (SERVICE) Source for Purchase: RFQ 043-2413-02/CJD Fund Source: 302-4117-580.62-01 , , i 5 Vendor: ARCADIS US INC, Purchase Amount: $24.633,53 Requesting Department: ENGINEERING Contact Person: JEFF LIVERGOOD Date: 3/19109 Brief Description of Purchase: DESIGN TRAFFIC SIGNAL ALONG GATEWAY BLVD. AND QUANTUM BLVD, - (SERVICE) Source for Purchase: RFQ #017-2821-09/CJD Fund Source: 302-4905-580-63-08 _J Page 1 ~~~ 6 Vendor: HOME FITNESS Purchase Amount: $13,054.75 ~equesting Department: FIRE Contact Person: AMY MCDEA VITI Date: 3/26/09 ...rief Description of Purchase: GYM EQUIPMENT FOR FIRE STATION #5 - (COMMODITY) Source for Purchase: 3 QUOTES Fund Source: 305-4118-580.64-16 I 7 Vendor: EXPERTECH NETWORK INSTALLATION Purchase Amount: $23,353.GlJ : Requesting Department: ENGINEERING Contact Person: JEFF LIVERGOOD Date: 5/22/09 Brief Description of Purchase: ADDITIONAL COST FOR THE REMOVAL OF THE EXISTING HEAD WALL(S) , RESLOPING THE CANAL BANK AND INSTALLING NEW RIP-RAP AS WELL AS CLEANUP FOR BRIDGE REPAIRS AT SW 23RD AVE. (SERVICE) Source for Purchase: BID# 039-2821-08/CJD Fund Source: 302-4906-541-63-22 8 Vendor: MADSEN BARR CORPORATION Purchase Amount: $24,235.00 Requesting Department: UTILITIES Contact Person: KOFI BOATENG Date: 3/25/09 Brief Description of Purchase: GRAVITY SEWER REPAIRS AT 710 NE 7TH STREET HARBOUR HALL (SERVICE) Source for Purchase: BID#065-2824-07/JA Fund Source: 401-2815-536-46-42 9 Vendor: Purchase Amount: qequesting Department: Contact Person: : Date: drief Description of Purchase: Source for Purchase: Fund Source: 10 Vendor: Purchase Amount: Requesting Department: Contact Person: Date: Brief Description of Purchase: Source for Purchase: Fund Source: Page 2 dJJr 1))1 PURCHASE ORDER .,.-- CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD ';) n #: P.O. BOX 310 :1 3 ~<) BOYNTON BEACH, FLORIDA 33425-0310 ':YATE: ." VENDOR 0046 SHIP TO: TO: SHOWTURF, INC. '.::'ity of Boynton Beach 13 65 NEPTUNE DR THE LINKS AT BOYNTON BCH BOYNTON BEACH, FL 33426 8020 JOG ROAD BOYNTON BEACH, FL 33437 REQUISITION NO. 48542 ORDERING DEPARTMENT: GOLF COURSE DATE NEEDED: SID NO: COMMISSION APPROVED: EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 1 1. 00 EA JOHN DEERE 1200 HYDRO BUNKER & 12284.2500 12284.~5 FIELD RAKE REMARKS: Refer to quotation no. 3145391. This budgeted line .item purchase replaces the Tara 5020 Buhke:tRake. -- , PROCUREMENT SERVICES: P,O, TOTAL: 12284.25 I -.-.--* I ACCOUNT NO. PROJECT 411-2911-572.64-21 12284,25 ___._u._'" PURCHASING PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. #: 090885 P.O. BOX 310 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 03/06/09 VeNDOR 0428 SHIP TO: TO: I WATER INC City of Boynton Beach 11 MARCONI, STE A EAST UTILITY ADMIN IRVINE, CA 92618 124 E. WOOLBRIGHT ROAD BOYNTON BEACH, FL 33435 REQUISITION NO. ORDERING DEPARTMENT: INQUIRIES REGARDING I COMMISSION APPROVED: PURCHASE ORDER CALL DA TE NEEDED: BID NO: (5511742-6310 EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 1 1. 00 EA INSTALLATION AND CONFIGURATION 5000.0000 5000.00 2 1. 00 EA INFRAMAP ENTERPRISE 5499.0000 5499.00 3 3.00 EA ON-SJ:':I'EJ.TRAIN1:NG 1500.0000 4500.00 REf1ARlCS .: 89f'bwa.re for fil:-e- flow testingprogracm. utilities Water Distribution will be responsible fOl':'dtesting all City fire hydrants starting this year. PROCUREMENT SERVICES: P.O. TOTAL: 14999.00 '\CCOUNT NO. PROJECT EE BELOW 14999.00 PURCHASING PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD r' >3 8::. P.O. BOX 310 - jX BOYNTON BEACH, FLORIDA 33425-0310 :::'i\ '::" E : VENDOR 0428 .3HIP TO: TO: I WATER INC City of Boynton Beach 11 MARCONI, STE A EAST UTILITY ADMIN IRVINE, CA 92618 124 E. WOOLBRIGHT ROAD BOYNTON BEACH, FL 33435 REQUISITION NO. ORDERING DEPARTMENT: INI) I., I' " DA TE NEEDED: BID NO: I COMMISSION APPROVED: EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST ******************************************************************** * ACCOUNTING INFORMATION ONLY - DO NOT SEND THIS PAGE TO THE VENDOR* ******************************************************************** ---------------------------------------------------------- ----------- REQ/ACCT DATE REQ. BY PROJECT AMOUNT ------------------"---------------------------------'------ - - "- -~ .- 0000048576 02/25/09 UTILITIES ADMIN HS 5000.0 40128105364917 0000048576 02/25/09 UTILITIES ADMIN HS 5499.0 40128105366414 0000048576 02/25/09 UTILITIES ADMIN HS 4500.0 40128105365430 ----------------------------------------------------------- - - - "- .- - PROCUREMENT SERVICES: P.O, TOTAL: -.-...~-- ~--_._~-- PURCHASING qOB5( CITY OF BOYNTON BEACH REQUEST FOR PURCHASE OVER $10,000 Date: 25-Feb-09 Requesting Department: Utilities Contact Person: Les Sarkkinen Explanation for Purchase: Software for fire flow testing program. It matches the existing equipment already installed on our valve truck. Starting in 2009 Water Distribution is responsible for testing all fire hydrants in the City. I Recommended Vendor iWater, Inc. I I Dollar Amount of Purchase $14,999.00 I Source for Purchase (check and attach backup materials): Three Written Quotations D GSA D State Contract D PRIDE/RESPECT D SNAPS D Sole Source D Piggy-Back D Budgeted Item D Emergency Purchase D Other D Contract Number: NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contract. Fund Source for Purchase: c~ 0 401-2810-536-64-14 $5499.00 401-2810-536-54-30 $4500.00 401-2810-536-49-17 $5000.00 " Approvals: ?-:2~-V' Department Head Date Purchasing Agent Date 3/"1,10 ( Asst City Manager il= Date City Manager Date 3J sf cC; Form Revised 02/01/02 Alibrandi, Julianne From: Alibrandi, Julianne Sent: Friday, March 06, 2009 11 :01 AM To: Conboy, Barb Subject: RE: iWater purchase order Sorry... not 49-17, but 40 1-281 0-536-6414. Julie 742-6310 From: Alibrandi, Julianne Sent: Friday, March 06, 2009 10:58 AM To: Conboy, Barb Subject: iWater purchase order Barb: Just a "heads up".. ,.For the iWater purchase order (90885), I overrode accounts 54-30 and 49-17. Tony said that he had not received a budget transfer for those accounts. julie Alibrandi Finance Department (561)742-6310 alibrandij@bbfl.us 1 PURCHASE ORDER /' CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. #: 090880 P.O. BOX 310 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 03/06/09 'v <-,\lDOR 1398 SHIP TO: TO: ISCO INDUSTRIES, LLC City of Boynton Beach 926 BAXTER AVE. EAST UTILITY ADMIN P.O. BOX 4545 124 E. WOOLBRIGHT ROAD LOUISVILLE, KY 40204 BOYNTON BEACH ,. FL 33435 REQUISITION NO. 48572 ORDERING DEPARTMENT: UTILITIES ADMIN HS INQUIRIES REGARDING I COMMISSION APPROVED: PURCHASE ORDER CALL DA TE NEEDED: BID NO: (561)742-6310 EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 1 384.00 FT 24" DR 32.5 SNAP-TITE HDPE PIPE 57.9400 22248.96 2 1. 00 EA FREIGHT 1900.0000 1900.00 REMAAK$: Pip~ is for the :r-ehabilitation ofadeteriorated stol:1i1&ra.in loca.ted in Leisureville. . . PROCUREMENT SERVICES: P.O. TOTAL: 24148.96 l\CCOUNT NO. PROJECT 406-5000-590.65-09 STM031 24148.96 PURCHASING CITY OF BOYNTON BEACH REQUEST FOR PURCHASE OVER $10,000 Date: 24-Feb-09 Requesting Department: Utilities-Stormwater Contact Person: Louis Johnson Explanation for Purchase: The Snap-Tite HDPE pipes are being purchased to rehabiliate a deteriorated storm drain in the Leisureville Community. Utilizing tis trenchles slip-lining technology significantly decreases underground excavation and thus having limited street closures I Recommended Vendor Isca Industries, LLC I Dollar Amount of Purchase $24,148.96 ; Source for Purchase (check and attach backup materials): Three Written Quotations D GSA D State Contract D PRIDE/RESPECT D SNAPS D Sole Source EJ Piggy-Back D Budgeted Item D Emergency Purchase D Other D Contract Number: NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contract. Fund Source for Purchase: ~ 406-5000-590-65-09 STM031 ?- \:/,,4.. ~ f)(- v^" Approvals: ~L Department Head "'^^ '- ~ ' Date ';) -'n-- 0 <[ Purchasing Agent Date ~/~Ol Asst City Manager Date I i , 31Jtlo~ City Manager Date Form Revised 02/01/02 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. #: 090916 P.O. BOX 310 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 03/23/09 \,.DOR 507 SHIP TO: TO: CH2M HILL INC. City of Boynton Beach 800 FAIRWAY DRIVE ENGINEERING DEPARTMENT STE 350 100 E. BOYNTON BCH. BLVD. DEERFIELD BEACH, FL 33441-1831 BOYNTON BEACH, FL 33435 REQUISITION NO. 48636 ORDERING DEPARTMENT: ENGINEERING/KR/RC INQUIRIES REGARDING I COMMISSION APPROVED: PURCHASE ORDER CALL DATE NEEDED: BID NO: (5611742-6310 EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 1 1. 00 EA PLANNING STUDY FOR BOYNTON BEACH 21700.0000 21700.00 POLICE FACILITY and City Hall services to be located at the North East Building of the Renaissance Commons Development. REMARKS: Planning Study. PROCUREMENT SERViCES: P.O. TOTAL: 21700.00 Z>..CCOUNT NO. 102-4117-580.62-01 21700.00 PURCHASING CITY OF BOYNTON BEACH REQUEST FOR PURCHASE OVER $10,000 Date: 20-Mar-09 Requesting Department: Public Works Contact Person: Jeff Livergood Explanation for Purchase: The Public Works and Engineering Department contracted with CH2MHill for the purpose of refining the Police Department Space needs analysis to determine if the planned space could be accomodated in a corporate office environment. We contracted with CH2MHill for this study since they are our Architect Engineer for Fire Station #5 per RFQ 043-2413-02/CJD and included in the scope of services was an EOC/ Police Facility and were familiar with our needs. I Recommended Vendor CH2MHill i I Dollar Amount of Purchase $21,700.00 Source for Purchase (check and attach backup materials): Three Written Quotations D GSA D State Contract D PRIDE/RESPECT D SNAPS D Sole Source D Piggy-Back D Budgeted Item D Emergency Purchase D Other EJ Contract Number: #043-2413-02/CJD NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contract. Fund Source for Purchase: I 302-4117 -580-62-01 Project CP0824 Police - Public Safety Facility Approvals: I 1 Date 3/ 'J~ 101 Department Head Purchasing Agent v Date Asst City Manager Date City Manager Date Form Revised 02/01/02 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P,O. #: 090911 P.O. BOX 310 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 03/19/09 VENDOR 9227 SHIP TO: TO: ARCADIS US INC. City of Boynton Beach 2081 VISTA PARKWAY ENGINEERING DEPARTMENT WEST PALM BEACH, FL 33411 100 E. BOYNTON BCH. BLVD. BOYNTON BEACH, FL 33435 REQUISITION NO. 48743 ORDERING DEPARTMENT: ENGINEERING/AM/RC INQUIRIES REGARDING I COMMISSION APPROVED: PURCHASE ORDER CALL DATE NEEDED: BID NO: 1561 )742-6310 EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 1 24633.53 DL GATEWAY BOULEVARD TRAFFIC SIGNAL 1.0000 24633.53 DESIGN Installation of traffic signals at (1) intersection along Gateway Boulevard and Quantum Boulevard piggy-back with Palm Beach County Traffic Signal Design Annual Services Agreement on Task Order Basis Resolution No. R200B-1414 Agreement dated 09/09/08 REMARKS: Signed Agreement is attached. PROCUREMENT SERVICES: P,O. TOTAL: 24633.53 2COUNT NO. PROJECT 302-4905-580.63-08 CP0266 24633.53 PURCHASING CITY OF BOYNTON BEACH REQUEST FOR PURCHASE OVER $10,000 Date: 3/20/2009 Requesting Department: PW/Engineering Contact Person: Andrew Mack Explanation for Purchase: Gateway Boulevard Trafffic Design: Installation of traffic signals at intersection along Gateway Boulevard and Quantum Boulevard I Recommended Vendor Arcadis I I Dollar Amount of Purchase $24,633.53 I Source for Purchase (check and attach backup materials): Three Written Quotations D GSA D State Contract D PRIDE/RESPECT D SNAPS D Sole Source D Piggy-Back D Budgeted Item D Emergency Purchase D Other D Contract Number: Resolution No. R2008-1414 NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contract. Fund Source for Purchase: 302-4905-580-63-08 CP0266 IAPprovals: ~~\(). () L L _1_0 ~ Date Department Head J I J.. U 'u -, Purchasing Agent ! r-o Date v . Asst City Manager Date City Manager Date Form Revised 02/01/02 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. #: 090930 P.O. BOX 310 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 03/26/09 VENDOR 9880 SHIP TO: TO: HOME FITNESS City of Boynton Beach 1945 N. FEDERAL HIGHWAY FIRE STATION #1 BOCA RATON, FL 33432 100 E. BOYNTON BCH BLVD BOYNTON BEACH, FL 33435 REQUISITION NO. 48825 ORDERING DEPARTMENT: AMY- FIRE RESCUE INQUIRIES REGARDING I COMMISSION APPROVED: PURCHASE ORDER CALL DATE NEEDED: BID NO: 156117426310 EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 11 1.00-EA COMMERCIAL PACKAGE DISCOUNT 3300.0000 3300.00- 12 1. 00 EA FREIGHT & SHIPPING 525.0000 525.00 13 1. 00 EA DELIVERY & ASSEMBLY 400.0000 400.00 REMARKS: Fire Station 5 Furniture and Fixtures. PROCUREMENT SERVICES: P.O. TOTAL: 13054.75 CCOUNT NO. 305-4118-580.64-16 13054.75 PURCHASING PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD r- -, 1+ ': 9'3' P.O. BOX 310 j:-, ',,'. BOYNTON BEACH ~LORIDA 33425-0310 DATE: c' c , VENDOR 9880 SHIP TO: TO: HOME FITNESS City of Boynton Beach 1945 N. FEDERAL HIGHWAY FIRE STATION #1 BOCA RATON, FL 33432 100 E. BOYNTON BCH BLVD BOYNTON BEACH, FL 33435 REQUISITION NO. 48825 ORDERING DEPARTMENT: AMY- FIRE RESCUE DATE NEEDED: BID NO: COMMISSION APPROVED: EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 1 1. 0 0 EA LANDICE L8 LTD PRO TRAINER 4495.0000 449::TOCl COMMERCIAL TREADMILL. 2 1. 00 EA PRE-OWNED SPORTSART E82 1800.0000 180 00 COMMERCIAL ELLIPTICAL 3 1. 00 EA SPORTSART C531U COMMERCIAL 2199.0000 219O.0C1 UPRIGHT CYCLE 4 1. 00 EA TUFFS TUFF RSM-625WS SMITH/HALF 4879.0000 48~i'~ 0 CAGE ENSEMBLE WITH 200 LBS.WEIGHT STACK. 5 1. 00 EA TUFFSTUFF TDR-308 2-TIER DUMBBELL 359.0000 3SS :)C RACK -48" WIDE 6 1. 00 EA 365 LBS. OLYMPIC EZ-LIFT (3 638.7500 632 75 CUT-OUTS FOR EASY HANDLING) OLYMPIC PLATES- 4 EACH OF 45#, 10#, 5#, &2 EACH OF 35#,25#, 2.5#. 7 1. 0 0 EA 7' OLYMPIC BAR 99.0000 (:; ~I C' 8 1. 00 EA OLYMPIC CURL BAR 50.0000 ::'" . OD 9 1. 00 EA OLYMPIC SPRING COLLAR (ONE PAIR) 10 0000 , ') C) 10 1.00 EA RUBBER DUMBBELL SET 2 EACH 900.0000 ~ t) 5,10,15,20,25,30,35,40 PROCUREMENT SERVICES: PO, TOTAL: i ACCOUNT NO. , & 45. l 305-4118-580.64-16 ..__......_._._~._,--_.... PlJRr.HA~INr. . CITY OF BOYNTON BEACH REQUEST FOR PURCHASE OVER $10,000 Date: 27-Mar-09 Requesting Department: Fire Rescue Contact Person: Ray Carter Explanation for Purchase: This purchase request is for the standard complement of fitness equipment for Fire Station #5 which is scheduled for completion in June 2009. The total purchase price of $13,054.75 includes delivery and set-up of the equipment at station #5. This equipment is part of the budgeted items approved for Fire Station #5 by the City Commission. I Recommended Vendor Home Fitness I I Dollar Amount of Purchase $13,054.75 I Source for Purchase (check and attach backup materials): Three Written Quotations I XXX I GSA D State Contract D PRIDE/RESPECT D SNAPS D Sole Source D Piggy-Back D Budgeted Item D Emergency Purchase D Other D Contract Number: NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contract. Fund Source for Purchase: Fire Station #5 has an account set up for the purchase of furnishings and fixtures: Account # 305- 4118-580-64-16 Approvals: Department Head /~7/Q1 Date j/J..j /oe, Purchasing Agent Date Asst City Manager Date City Manager Date Form Revised 02/01/02 PURCHASE ORDER .-------~ CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD #: P.O. BOX 310 ,P ., \:) . ~'d~~~;.: BOYNTON BEACH FLORIDA 33425-0310 DATE: OS/22/02, VENDOR 1604 SHlP TO: TO: EXPERTECH NETWORK INSTALLATION City of Boynton Beach 6781 W. SUNRISE BLVD. EAST UTILITY ADMIK PLANTATION, FL 33313 124 E. WOOLBRIGHT ROAD BOYNTON BEACH, FL 33435 REQUISITION NO. ORDERING DEPARTMENT: iN(>! " I COMMISSION APPROVED: PUH, " DATE NEEDED: BID NO: EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST *********************************** * CHANGE #: , * -' * CHANGE ORDER * * DATE eHG: 03/17/09 * ***********************~******~**** 2 23353.00 DL REPAIR RIP RAP BRIDGE HEADWALLS 1.0000 23353,00 FOR sW 23rd Avenue Bridge over the LWDD E-4 Canal. REMARKS: City of Boynton Beach Bid no. 039-2821-08/CJDj Pl1ase 1A and 1B Reclaimed Water System, Contract 2 Approved by City Commission, May 6, 2008. Resolution: R08-057 3-17-2009: Change Order 1 - Add Line Item for Engineering Department. Add 23,353.00 PROCUREMENT SERVICES: P,O, TOTAL: 23353.CC M'._.., ~_______~ ACCOUNT NO. SEE BELOW 23353.00 ~-~---~---' . PURCHASING CITY OF BOYNTON BEACH DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION MEMORANDUM TO: Jeffrey Livergood, PE Director of Public Works THRU: H. David Kelley, Jr., PEIPSM'V" City Engineer FROM: George Mantell @ Proj ect Manager DATE: March 9, 2009 SUBJECT: Bridge Repairs - SW 23rd Avenue Oyer the L WDD p-4 Canal . Bridge Repairs - Miscellarieous(Acct. #302-4906-541-63-22) The above noted bridge is in the 5-year CIP projects for this fiscal year. It is noted that the CIP project number is TR-0902, along with the line item of bridge repairs miscellaneous, which is project number TR-0903. This former task is budgeted at $85,000. Based on the bi-annual FDOT bridge inspection deficiency report, several existing deficiencies are prevalent that need to be addressed. The Utilities Department currently has a contractor in the general area installing a reclaimed water main under contract along SW 23rd Avenue, from Congress Avenue to Seacrest Boulevard following (and adjacent to) the alignment of the old bridge over the LWDD E-4 Canal. The Project Manager has sought proposals from the contractor on the water main project to repair the two (2) rip-rap bridge headwalls, which are approximately 25 feet by 8 feet per side. The work would include the removal of the existing headwall(s), re-sloping the canal bank, and installing new rip-rap as well as cleanup. All this would include all labor, overhead and the cost-plus fees. This would have to done, whether by a new bridge repair contractor later in the year, or by the existing contractor currently on site. Obviously, utilizing the on-site contractor will be far less expensive to the total project cost. Therefore, I recommend that the contractor, RFCO be given this work task immediately for project #TR-0902, to as to not impede the existing water main installation project in the amount of $23,353.00, utilizing the above noted account number. Please include a 10% contingency in this amount of any unseen work; this would revise the total cost to $25,680.00. If you have any questions, please advise me at x6990. ~ PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD '':;' '., P.O. BOX 310 . . ::; ~ .- ,,-, .. BOYNTON BEACH, FLORIDA 33425-0310 D}".~E : '- . 'u VENDOR 0458 SHIP TO: TO: MADSEN/BARR CORPORATION Cl~y of Boynton Beach 12113 INDIAN MOUND RD EAST UTILITY ADMIN LAKE WORTH, FL 33467 124 E. WOOLBRIGHT ROAD BOYNTON BEACH, FL 33435 REQUISITION NO, 48656 ORDERING DEPARTMENT: UTILITIES ADMIN HS DA TE NEEDED: BID NO: COMMISSION APPROVED: EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 1 1. 0 0 EA MOBILIZATION 100.00C'0 2 6.00 EA DENSITIES 32.0000 ::. 92 0 C, 3 1.00 EA PROCTORS 123.0000 12 :.: , iJ C 4 15.00 LFT INSTALL 8-INCH SEWER 0/6' CUT 520.0000 78 , JG 5 1. 0 0 EA INSTALL 48" PRECAST MH 4/6' CUT 12000.000':; 1200(! JO 6 5.00 TN REMOVAL CONCRETE 80.0000 420,OD 7 220.00 SFT FURNISH AND INSTALL ASPHALT 11.0000 242 00 8 50.00 SFT FURNISH AND INSTALL CONCRETE 12.000 f C [! '; C 9 200.00 SFT FURNISH AND INSTALL SOD 3.0000 6C DC REMARKS: City of Boynton Beach Bid no. 074-2821-08/JP. Gravity sewer repairs at 710 NE 7th Street -'J PROCUREMENT SERVICES: P,O, TOTAL: 4235.00 : -j ACCOUNT NO. I 401-2815-536.46-42 24235.00 -----_.,-._..----- _.._-~- --.---.--...-".. PURCHASING CITY OF BOYNTON BEACH REQUEST FOR PURCHASE OVER $10,000 Date: 5-Mar-09 Requesting Department: UtilitieslWastewater Contact Person: Dan Spooner Explanation for Purchase: Gravity sewer repairs at 710 NE 7th Street, Harbour Hall. Over the past five years, The Utilities Department has responded to numerous sewer back-up complaints. These back-ups are a source of debate between Harbour Hall 2 Condo. Assoc. and the City of Boynton Bech Utilities Dept. because the sewer main line is half owned by Harbour Hall and the City. There is no point of service mark because there is no manhole on the main line. Sanitary sewer manhole installation to designate point of service for the Harbour Hall 2 Condo and the City of Boynton Beach.. I Recommended Vendor Madsen/Barr Corporation I I Dollar Amount of Purchase $24,235.00 I Source for Purchase (check and attach backup materials): Three Written Quotations D GSA D State Contract D PRIDE/RESPECT D SNAPS D Sole Source D Piggy-Back D Budgeted Item D Emergency Purchase D Other D Contract Number: 065-2824=07/JA - u+. I :-t.P.... ~rv'lm".> ~po-,r ~+rod ". ~IY\ Cf~ . NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contract. q"} <{,.D7.1'ff.-k fM... Fund Source for Purchase: 401-2815-536-46-42 Approvals: Department Head Date ~ -A3-?wJ7 Purchasing Agent Date Asst City Manager Date City Manager Date Form Revised 02/01/02 VI.-CONSENT AGENDA ITEM F. CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM Requested City Date Final Form Must be Requested City Date Final Form Must be Commission Meeting Turned in to Citv Clerk's Commission Meeting Dates Turned in to Citv Clerk's Dates Office Office [gI A ri121, 2009 D June 16,2009 D Ma 5,2009 D Jul 7,2009 D Ma 19,2009 D Jul 21,2009 Jul D June 2, 2009 D Au ust 4, 2009 Jul D AnnouncementslPresentati ons D City Manager's Report NATURE OF D Administrative D New Business AGENDA ITEM r8J Consent Agenda D Legal D Code Compliance & Legal Settlements D Unfinished Business D Public Hearing D RECOMMENDATION: Motion to approve the "PROMENADE PLACE" Record Plat, conditioned on the approval being the certification of the plat documents by H. David Kelley, Jr., (City Engineer and Surveyor & Mapper). EXPLANATION: The record plat review for this project commenced on December 18, 2008, to which the third and [mal review is currently being completed. Noted plat preparation changes not withstanding, staff now recommends that the City Commission approve the plat as presented, subject to [mal signatures by the City Engineer and Mayor. This record plat is the next step in the Promenade development of the downtown facility to allow for Temporary Certificates of Completion (TCO) and Certificates of Completion (CO) by the Building Division. The record plat preparer has stated that all minor changes necessary to this instrument will be in compliance with those comments noted in the last review letter. PROGRAM IMP ACT: The proposed development will continue to be delayed until the proposed record plat has received technical compliance with the Land Development Regulations. Thus any TCOs or cas cannot be issued until the proposed record plat is acceptable for recording with the Clerk of the Circuit Court of Palm Beach County, Florida. FISCAL IMP ACT: None ALTERNATIVES: The proposed development will continue in non-completion form until the proposed record plat is received in acceptable form, and the completion certificates can be issued. ~~, \,~~ e- City M""'ge<', 81- J ep nt Hea&a e Assistant to City Manage '_~ Public Works / Engineering Division Department Name City Attorney / Finance S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM. DOC ------- >- 5: ~ --L -! <J:: SITE BOYNTON cr:: w BEACH 0 w u... '-'" 804 BOYNTON BEACH ~ BOYNTON BEACH BLVD ~ BLVD EAST >- 5: I 0 > VI ......J m :=; I- EAST OCEAN AVE if) w cr:: U <J:: w VI ~ NOT TO SCALE VI.-CONSENT AGENDA ITEM G. CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORlVl Requested City Date Final Form Must be Requested City Date Final Form Must be Commission Meeting Turned in to City Clerk's Commission Meeting Dates Turned in to City Clerk's Dates Office Office rgj A ril21, 2009 D June 16,2009 D Ma 5, 2009 D Jul 7,2009 D Ma 19,2009 D Jul 21,2009 Jul D June 2, 2009 D Au ust 4, 2009 Jul D Announcements/Presentations D City Manager's Report NATURE OF D Administrative D New Business AGENDA ITEM rgj Consent Agenda D Legal D Code Compliance & Legal Settlements D Unfinished Business D Public Hearing D RECOMMENDATION: Accept quarterly report from the City of Boynton Beach Green Sustainability Team for January 2009 through March 2009. EXPLANATION: Final recommendations of the Green Task Force Initiatives that can be implemented internal to the organization have been moving forward, and all initiatives that would have fiscal and/or economic impact to the city and community are being brought before the Commission for policy direction within the content of the quarterly report. PROGRAM IMPACT: This report provides summaries of all projects and initiatives completed within the quarter, underway and in the planning stage. There is also summary information regarding cistern systems and rain barrels, pursuant to citizen comment at the last Commission meeting. FISCAL IMPACT: All initiatives in the 01/09 - 03/09 quarterly report have been achieved within existing budget constraints by changing existing practices, procedures and criteria to reflect environmental and sustainable best practices. This does not include those Capital Improvement Projects that have already been approved in the CIP budget, or those projects for which staff is actively pursuing grant and stimulus funding. Any CIP projects and those requiring funding are identified in the report. AL TERNA TlVES: 1.) Not to accept quarterly report; 2.) Accept quarterly report and allow staff to continue with the development ofa long-term environmental improvement plan; 3,) Accept quarterly report and provide staff with specific d;'~Oject co=e quartedy ,eport 0' G,een Task FO;Z;:ii:;~ Dep~;;;j'Ss;g;;;u;.'e C;ty Manage,'s S;gn~ ~/ Assistant to City Manager . Department Name City Attorney / Finance S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM.DOC (.,l.-\~<.."L,'t'v:-j,. {O~~ City of Boynton Beach ~' , j;, i Green Sustainability Team ~.. , 0(:" .,,,f...'f' Jan. '09 - Mar '09 Quarterly Report -:Vliet': ~tl""(\ < April 21, 2009 At the October 7,2008 City Commission meeting, the Mayor and City Commissioners unanimously agreed to accept the final recommendations of the Commission appointed Green Task Force, and to allow City staff to continue working on the development of a long-term environmental improvement plan to reduce carbon emissions. Under the direction of the City Manager's Office, the Green Sustainability Team is comprised of the original eight (8) members of the Green Task Force, and additional staff city-wide, to create a dynamic, interdepartmental work group. As requested, internal initiatives that can be implemented by City staff have been moving forward, and all initiatives that would have fiscal and/or economic impact to the city and community are being brought before the Commission for policy direction. The Green Sustainability Team is committed to providing the City Commission with quarterly reports on all projects and initiatives underway and in the planning stage. It is staff's desire to inform and educate, give status reports and answer questions, and receive direction from the Commission, Please accept this quarterly report for January 2009 through March 2009 from the Green Sustainability Team. City staff will provide any additional information at the request of the City Commission. UTILITIES DEPARTMENT The Utilities Department coordinated with the Development Department and the Planning & Zoning Department to hire an unpaid student intern from Florida Atlantic University to assist with the data collection and analysis to help determine the greenhouse gas emissions inventory for the City's governmental operations. The student intern is assisting with the analysis of electric usage and costs for City facilities and vehicle miles traveled by City employees during their commute to and from work. (GTF Recommendations) The Utilities Department has begun evaluating the efficiencies of pumps and motors at the Utilities' water treatment plants, lift stations, and wells. Through upgrades to the radio telemetry system, additional information is now relayed from remote stations in the field to the central Supervisory Control and Data Acquisition (SCADA) system which allows for more detailed analysis of operating parameters such as power usage, amperage draw, and pump run times. (GTF Recommendations - Water Utilities Initiative # 3) The Utilities Department is currently constructing Phase 1A and 1 B of the reclaimed water system, which is bringing reclaimed water from Congress 1 Avenue east along Golf Road/SW 23rd Avenue to the eastern part of the City. As part of the project, reclaimed water will be provided to large users to reduce the usage of potable water and groundwater for irrigation. Phase 1A reached substantial completion on March 12, 2009. Construction for Phase 1 B is anticipated to be completed by August 2009. (GTF Recommendations - Water Utilities Initiative # 1) On November 18, 2008, the City Commission authorized the Utilities Department to enter into an interlocal agreement with the CRA for construction of improvements along SE 4th Street from Ocean Avenue to SE 12th Avenue. The improvements include the construction of a reclaimed water main along SE 4th Street, which will serve as a connector to the pipelines being installed under the Phase 1 B contract. The project has been bid, and award of the contract to the low bidder, B&B Underground Contractors, Inc., is on the April 21,2009 City Commission meeting agenda. (GTF Recommendations - Water Utilities Initiative # 1) The Utilities' Customer Relations Division continues to work on ongoing initiatives to promote the Online Bill Pay program and increase participation by the City's utility customers. Currently, customers can pay their bills by automatic bank draft, and Customer Relations is working with HTE's capabilities to allow online credit card or debit card payments and eliminate the mailing of paper bills for customers who pay online. These initiatives will decrease the carbon footprint for the City by reducing the VMT's (Vehicle Miles Traveled) of citizens that would normally drive to City Hall to pay their bills. It also reduces the amount of paper generated and staff time associated with the processing of a paper billing system. Customer Relations is working with the Public Affairs Director to advertise Online Bill Pay on BBTV and message on hold. Information will also be printed on utility bills. This is an ongoing program. (GTF Recommendations- Water Utilities Initiative # 5) PUBLIC WORKS Facilities Management The Facilities Management Division worked with FPL in conducting a Business Energy Evaluation for the Hester Center. The purpose of the evaluation is for determining potential annual savings in electricity and replacing T12 fluorescent light fixtures with T8's or T5's which are energy efficient. The Sustainability Team has been working closely with the American Recovery and Reinvestment (ARRA) Team to determine the feasibility of applying for stimulus funding for continuing energy audits and energy efficiency retrofits for public facilities. The two teams have developed a draft program that will come before Commission for review and approval to submit application at the April 21,2009 Commission meeting. (GTF Recommendations - Public Works Initiatives # 1) 2 Fleet Maintenance Fleet Maintenance has been evaluating energy efficient vehicles. During this quarter the Division obtained a Smart Car and a Zenn (Electric Cart) for demonstration purposes and to determine if these types of energy efficient vehicles could be used in the City fleet. Several City employees drove the vehicles with very positive results. Staff is evaluating all replacement vehicles for FY09/1 0 to determine if fuel efficient vehicles can be used in different division's throughout the City. Possible funding is being evaluated through the American Recovery and Reinvestment Act (stimulus funding) and staff will continue to look for different types of vehicles that produce energy savings. (GTF Recommendations - City-Wide Initiatives # 3) Forestry & Grounds Glenda Hall, Forestry & Grounds Manager was challenged with designing all of the landscape and irrigation for the new/old Library grounds. The landscape design included the planting of both native and non-native low maintenance style plants. All trees and plants used are low-water usage style plantings and have a high survival rate. Partial low-flow irrigation was used in all areas immediately adjacent to the building. (GTF Recommendations - Public Works Initiatives # 6) Additionally the irrigation was redesigned to tie in to the reclaimed water as soon as it is available. The reclaimed water for irrigation will include the Civic Center, Art Center, Madsen and Library. (GTF Recommendations - Water Utilities Initiatives # 1) Solid Waste The Solid Waste Division held an Electronics Recycling event for all residents on February 16th thru February 28th. Residents were encouraged to place electronic items such as old televisions, VCR's, Personal Computers, Printers and Cell Phones at the curb. Approximately 150 items were collected and then taken to the Solid Waste Authority for recycling purposes. During this campaign the Solid Waste Authority waived tipping fees for these types of materials. Another event is planned for June. (GTF Recommendation - Climate Action Plan Program) RECREA TION AND PARKS Recreation and Parks will be implementing a Parks Sustainability Analysis in selected parks over the next few months which will test for water quality, air quality, habitat quality and quantity and climate change. The Department has completed the installation of three (3) playgrounds purchased from a manufacturer who determines the carbon footprint of the manufacturing of the equipment and offsets the footprint by planting trees ., ., through the Global ReLeaf Program of American Forests. (GTF Recommendation - Rec/Parks Initiative # 8) The Department has developed an Integrated Pest Management Program for landscape maintenance of City parks. Implementation will begin in April with the emphasis on using non-chemical pesticides to control pests. (GTF Recommendation - Rec/Parks Initiative # 3) The Palmetto Greenway Extension and Barton Greenway are both fully funded by FDOT and will become non-motorized routes that will connect Palmetto Greens Park, Wilson Park, Barton Park, Galaxy Park, Poinciana Elementary School and Galaxy Elementary School. Children and adults will be able to use these corridors to walk or bike to these destinations without having to complete with vehicular traffic. (GTF Recommendation - Rec/Parks Initiative # 6) A Certified Wildlife HabitaFM was created at the Art Center as part of the National Wildlife Federation's (NWF) certification program. The entire Art Center grounds were transformed, by removing all the St. Augustine grass, planting new native plants, installing bird feeders, bird baths, a squirrel feeder, a butterfly house, a bat house, rain barrels, and providing other smaller elements required for certification. Vicki Robertson of the Parks and Recreation department, as one of her annual goals, worked with the NWF as they provided direction with native plants, bird, and butterfly resources. Due to Vicki's efforts, the city has also received a one-year free membership from the Florida Wildlife Federation. Seventy (70) local volunteers, including the Sand Sifters, participated in a day of planting. Rain Barrels were installed on both the north and south sides and are used for hand watering and to refill the bird baths. (GTF Recommendation - Climate Action Plan Program) DEVELOPMENT DEPARTMENT With the selection of the Community Alliance, development staff can begin identifying the green building program goals. The Community Alliance, working in concert with city staff, creates a team of internal and external stakeholders necessary to creating green program goals. The process will begin with evaluating existing programs, the local infrastructure (local products and materials available for green building), as well as concerns of the building and utility departments. (GTF Recommendation - Climate Action Plan Program). Certain existing Land Development Regulations can be updated to recognize the uniqueness of a green project, and may qualify a project for reduction in a standard, modification in a measurement methodology, a change in terminology, or an introduction of exemptions. Potential land development regulations targeted for modification to augment a green building/site program include 4 parking requirements (in connection with related transit access or attributes), parking space size dimensions (to coincide with provisions for smaller or "smart" vehicles), open space or pervious areas (to consider green roofs or other similar "green" spaces), and building height (to accommodate either building design or related "green" equipment). Amendment of the City's Land Development Regulations would of course require support from other administering departments and ultimate approval by City Commission. Staff is currently working on language for the expiration of "sustainable developments" As part of the LOR Rewrite project, staff will consider other revisions to the code with respect to relaxed development standards for green initiatives. In fact, the new sign code contains purpose and intent language which furthers sustainable concepts. (GTF Recommendation - City-wide Incentives # 8) HUMAN RESOURCES Online Job Application Process Human Resources continue to make significant progress with the on-line application process, which was launched in December 2008. As of the first week in April 2009 over 1,800 candidates are in various stages of applying on line. Additionally, the first "paperless" hire was brought onto the payroll in March 2009 and going forward all new hires will be placed on payroll via the paperless process. All aspects of the hiring process are automated, except for Police. A goal for next quarter is to automate the Police application and a task force has been established to accomplish this goal. (GTF Recommendations - City-Wide Initiatives # 4) Employee Wellness Fair On March 26,2009, Human Resources conducted a Wellness Fair for City employees. Biodegradable/environmentally friendly products were used at the fair for refreshments and plastic was recycled. Hartford Insurance distributed reusable tote bags to employees. The Sustainability Team members did an excellent job manning a "Green" booth at the fair. Not only did they provide handouts and answer employees' questions regarding the green initiatives, the following employee survey was taken: 1, In your own words, define "greening" 2, What is your current level of interest in "greening" and being more environmentally responsible? a, Very interested b, Somewhat interested c. interested but don't have time to learn/praciice d. Not really interested e, Not at all interested 3, How would you rate your current knowledge of "greening" your home or office (i.e, saving energy, reducing paper waste, recycling, etc) 5 a. Very knowledgeable and usually practice b. Very knowledgeable and seldom practice c. Somewhat knowledgeable and practice d. Somewhat knowledgeable but don't practice e. Not very knowledgeable so don't practice 4. In terms of "stewardship" in the City of Boynton Beach, please choose the sentence that best describes your viewpoint: a. Stewardship refers only to the waste of money or City resources b. Stewardship refers only to responsible behavior that preserves the environment c. Stewardship refers to a balance between financial resources and the environment 5, If the City were to offer a workshop or class on "greening" for home or the office, would you be interested? a, Yes b. No 6. If so, how interested would you be in a training workshop that covers the following "green" subjects: (Number your answers 1 - 5, with 1 being the subject you are most interested in and 5 being the subject you are least interested in.) a. Reduce paper waste at work b. Save energy at work c. Recycle at work d. Learn how to use an electronic filing system at work e. How to "green" your home [, Other (please specify) One hundred and thirty two (132) employees responded to the survey and the data is currently being summarized. Based on an analysis of the data from the survey a training curriculum will be formulated focusing on the needs analysis and interest level of our employees. Two (2) sustainability team members have agreed to attend a "Train the Trainer" class in order to prepare to present a City's green training program for employees. This Citywide effort will make a significant difference in our employee's educational level and green awareness. On a going forward basis all new hires will be given the survey the so that Human Resources can conduct an ongoing assessment of the needs and interests levels of our employees. Public Record Requests Continue to reduce the consumption of paper by completing all public records request electronically whenever possible. (GTF Recommendations - City-Wide Initiatives # 4) Transportation Initiative City of Boynton Beach has entered into agreement with Tri-Rail to provide a 25% employee discount on the monthly or 12 trip tickets to those employees who use Tri-Rail as a means of transportation to work. (GTF Recommendations - Transportation Initiatives 1 a) Planned: Develop language regarding energy efficient practices and incentives and negotiate to include the language in the various bargaining unit agreements. 6 PUBLIC EDUCATION AND COMMUNITY OUTREACH Our Public Service Announcement series continues with Comll)issioner Marlene Ross as our spokesperson for the latest recruitment PSA for the Green Community Alliance. The Application Review Panel has made their final selections for the Community Alliance membership and they will begin meeting in May with city staff on the long-term environmental improvement plan. The city is also partnering with TEN, the Palm Beach County School District's public television station, for a "Captain Planet" grant that will be used to produce a public affairs program to spotlight the "WaterWise" Program that the city currently facilitates in our local schools. TEN will be assuming the production duties and the city will be supplying the content and students for filming. (GTF Recommendations - Climate Action Plan Program) INFORMATION TECHNOLOGY SERVICES (ITS) Server Virtualization - Quarterly status update: Two servers have been converted to a virtual environment. Hardware previously used to run these servers has been powered off and disconnected. ITS plans to reduce our data center cooling and energy costs by converting a total of 14 physical servers to our VMware virtual environment, which is managed using three physical servers. Each of the converted servers will be powered off and eventually decommissioned. Overview: Another project for the reduction of electrical power consumption for servers through the implementation of "virtualization" software is underway in the early stages. Anticipated completion during 2009. (GTF Recommendations- City-Wide Initiatives # 6) Duplex Printing - Quarterly status update: A project kick off meeting is scheduled for 4/14/09. Overview: ITS has successfully implemented the Konica-Minolta (K-M) printer/photocopier as the default duplex printing method for their department. A project plan is being developed to configure the City's 26 K-M printers to be utilized as workgroup default printers and H.T.E. default printers city-wide. (GTF recommendations - City-Wide Initiatives # 4) Power Management and Conservation - Quarterly status update: Unchanged since most recent report Overview: The ITS Department has performed preliminary testing within their department for the reduction of electrical power consumption for PCs through the use of a centralized power management setting ("power-off' or "standby" when ..., / inactive). Currently an interdepartmental pilot group comprised of various employees is being identified to participate in a city-wide pilot project, prior to full implementation of this power-saving procedure. (GTF Recommendations - City- Wide Initiatives # 5) Electronic Agenda - Quarterly status update: Meeting planned for late April to discuss the work-flow process. Overview: On December 16, 2008 the City Commission approved the purchase and contract of electronic agenda software from R&S, Inc. Once the contract agreements have been finalized, ITS, City Clerk and City Manager staff will begin Phase I of customizing the work flow process. (GTF Recommendations - City- Wide Initiatives # 4) SUSTAINABILlTY TEAM Select members of the Sustainability Team coordinated to provide the city's Budget Review Team with an "Alternative Hours of Operation" analysis as a possible cost reduction method for the city's operating budget. Our purpose and concern is with long-term environmental sustainability, however, as public servants we also recognize the need for balance between stewardship of the environment and service to the public. A variety of options, including 4/10 work days, were offered that could be combined to identify the best balance of both budget and greenhouse gas emissions (GHGE) reduction impact. The Sustainability Team recommended that consuming less energy for facility operations has a direct savings impact on the City's budget and reducing vehicle miles traveled by our employees helps achieve our overall goal of meeting the State requirement in green house gas emission reductions, as well as reducing employee personal vehicle commuting expenses. (GTF Recommendation - Climate Action Plan Program) Cisterns Rainwater harvesting systems can be as simple as a rain barrel at the end of a downspout for garden irrigation, or as complex as a multi-tiered, potable, rainwater, and gray water system on a large mixed-use site. Rainwater harvesting is practical only when the volume and frequency of rainfall and size of the catchment surface can generate sufficient water for the intended purpose. For that reason, many commercial sites integrate gray water systems, water reused from sinks and other non-black water sources, along with air conditioning condensate collection systems to augment their non-potable water usage. 8 From a homeowners perspective, the installation and maintenance costs of a rainwater harvesting system for full irrigation requirements of a lawn is probably not practical. But, if Florida native plants are combined with other non-invasive drought resistant species as the primary landscaping, most rain barrels offer sufficient water to irrigate during longer dry periods. From a commercial perspective, buildings constructed with very large catchment surfaces, such roofs and paved areas, have the opportunity to collect large volumes of rainwater. These facilities have the unique opportunity for cost- effective end uses, such as landscape irrigation and toilet flushing. This type of system could utilize both captured rainwater and recaptured gray water to supply up to 90% of the buildings water requirements. The EcoCenter in Lake Worth is an excellent example of a commercial building that offsets its water consumption through the collection, use and reuse of rainwater, gray water and condensate from air conditioning systems to create a complete biosphere. This 33,000 sq ft building was constructed utilizing some of the most innovative, synergistic systems and state of the art water collection/reuse design. With the help of an 8,000 gallon cistern for storage, this LEED certified building is the first of its kind here in South Florida. Water is collected from the roof through roof top gardens. Gray water recaptured from showers and sinks is used for toilet flushing. The air conditioning condensate is used as pond water and that water finally ends up as pre-fertilized irrigation water for the exterior landscaping. Additional information about the building can be viewed on the www.viveverde.com website. The Sustainability Team strongly supports the ideals contained in the EcoCenter, and will be working closely with the Community Alliance to bring forward recommendations to City Commission on how we can best encourage this type of innovation here in Boynton. In the meantime, we have been actively educating our Boynton Beach residents about the benefits of rain barrels through our Green Market demonstrations and City Hall Lobby displays. We have also incorporated the usage of rain barrels at a city facility, as part of the National Wildlife Federation Certified Wildlife Habitat at the Art Center. q VIII.-PUBLIC HEARING ITEM A. CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM Requested City Date Final Form Must be Requested City Date Final Form Must be Commission Meeting Turned in to City Clerk's Commission Meeting Dates Turned in to Citv Clerk's Dates Office Office I:8J A ri121, 2009 D June 16, 2009 D Ma 5,2009 D Jul 7,2009 D Ma 19,2009 D Jul 21,2009 Jul D June 2, 2009 D Jul D Announcements/Presentations D NATURE OF D Administrative D AGENDA ITEM D Consent A enda D Le al D D Unfinished Business I:8J D RECOMMENDATION: Please place this request on the April 21, 2009 City Commission Agenda under Public Hearing. The Planning and Development Board on March 24, 2009, recommended that the request be approved, subject to all staff conditions. For further details pertaining to this request, see attached Department Memorandum No. 09-011. EXPLANATION: PROJECT: Sibia Building (NWSP 09-001) AGENT: Francisco Perez-Azua, Perez Design, Inc. OWNER: HMRS, LLC LOCATION: 709 South Federal Highway DESCRIPTION: Request new site plan approval for a two-story commercial building of 10,347 square feet consisting of medical office, general business office, retail space and associated site improvements, on a 0.661 acre parcel zoned C-3, Community Commercial. PROGRAM IMPACT: N/A FISCAL IMP ACT: JL~ ALTERNATIVES: Develo CHy M,nag"', Si~ Assistant to City Manager . Planning and g Director City Attorney / Finance S:\P]anning\SHARED\WP\PROJ CTS\Sibia Building 709 S,Federa] Hwy\Agenda Item Request Sibia Bldg NWSP 09-00] 4-21-09,doc S:\BULLETJN\FORMS\AGENDA ITEM REQUEST FORM ,DOC DEVELOPMENT DEPARTMENT PLANNING AND ZONING DIVISION MEMORANDUM NO. PZ 09-011 STAFF REPORT TO: Chair and Members Planning & Development Board and City Commission r . /7 THRU: IJjV Michael Rumpf t. Planning and Zoning Director FROM: Kathleen Zeitler Ie? Planner II DATE: March 16, 2009 PROJECT NAME/NO: Sibia Building / NWSP 09-001 REQUEST: New Site Plan PROJECT DESCRIPTION Property Owner: HMRS, LLC Applicant: Hardial Sibia, HMRS, LLC Agent: Francisco Perez-Azua, Perez Design, Inc. Location: 709 South Federal Highway (see Location Map - Exhibit "A") Existing Land Use: Local Retail Commercial (LRC) Existing Zoning: Community Commercial (C-3) Proposed Land Use: No change proposed Proposed Zoning: No change proposed Proposed Uses: Medical Office (5,010 sf) General Office (1,456 sf) Retail (1,994 sf) Acreage: 0.661 acre (28J78 sf) Adjacent Uses: North: To the north, a commercial parcel that is undeveloped (with the exception of an existing swimming pool), designated Local Retail Commercial (LRC) and zoned Community Commercial (C-3); Staff Report Sibia Building (NWSP 09-001) Memorandum No PZ 09-011 Page 2 South: To the south, an existing church (Grace Fellowship) designated Local Retail Commercial (LRC) and zoned Community Commercial (C-3); East: The right-of-way of South Federal Highway, then Sterling Village, a condominium complex designated High Density Residential (HDR) and zoned Multi-Family Residential (R-3); and, West: The right-of-way of SE 4th Street, then residential parcels designated Medium Density Residential (MeDR) and zoned Duplex Residential (R-2). PROPERTY OWNER NOTIFICATION Owners of properties within 400 feet of the subject site plan were mailed a notice of this request and its respective hearing dates. The applicant has certified that they posted signage and mailed notices in accordance with Ordinance No. 04-007. Site Features: The subject parcel is long and narrow, extending from South Federal Highway west to SE 4th Street. The lot has approximately 83 feet of frontage on both South Federal Highway and SE 4th Street, and a lot depth of approximately 347 feet. The 0.66 acre parcel previously supported a small photography business (Smith Brothers Film Drop). The building was recently demolished and the parcel is currently vacant. The property is located within Study Area IV of the Federal Highway Corridor Community Redevelopment Plan and within the Urban Commercial District Overlay Zone. Proposal: Perez Design, agent for the applicant, is proposing a two-story commercial development of 10,347 square feet consisting of the following: 5,010 square feet of medical office, including 2,000 square feet for physical therapy; 1,456 square feet of general (professional/business) office; 1,994 square feet of retail space; and 1,887 square feet of common area including vertical circulation, lobby, and covered balconies (see Exhibit "B"). Medical and general office, and retail uses are permitted in the C-3 zoning district. The entire project would be built in one (1) phase. ANALYSIS Concurrency: Traffic: The Palm Beach County Traffic Division is in the process of reviewing the project traffic statement, and no traffic concurrency approval for the project has been received to date. However, the proposed project is located within the designated Boynton Beach Traffic Concurrency Exception Area (TCEA), and would therefore meet the Traffic Performance Standards (TPS) of Palm Beach County. Staff recommends that traffic concurrency approval from Palm Beach County Traffic Engineering be required prior to the issuance of a building permit for the project (see Exhibit "Cft - Conditions of Approval). School: School concurrency is not required for this type of project. Staff Report Sibia Building (NWSP 09-001) Memorandum No PZ 09-011 Page 3 Utilities: The Utilities Department advises there is sufficient reserve capacity to provide water and sewer service to the proposed project, The City's water capacity, as increased through the purchase of up to 5 million gallons of potable water per day from Palm Beach County Utilities, would meet the projected potable water for this project. Sufficient sanitary sewer and wastewater treatment capacity is also currently available to serve the project. Police/Fire: Staff has reviewed the site plan and determined that current staffing levels would be sufficient to meet the expected demand for services. Drainage: Conceptual drainage information was provided for the City's review. The Engineering Division has found the conceptual information to be adequate and is recommending that the review of specific drainage solutions be deferred until time of permit review (see Exhibit "(" - Conditions of Approval). Vehicular Access: The project proposes two (2) points of ingress/egress: one from South Federal Highway accessing the front (east), and another from SE 4th Street accessing the rear (west). Each access point would consist of a two-way drive 24 feet in width. Circulation: From the front access point, vehicular circulation would include two-way understory circulation that continues throughout the parking lot to the rear access point. Pedestrian connectivity would be provided via continuous walkways from South Federal Highway through the site to SE 4th Street. Parking: The project proposes a total of 5,010 square feet of medical office space, 1,456 square feet of general office space, and 1,994 square feet of retail space. Parking for medical office and retail use requires one (1) space per 200 square feet of gross floor area, and parking for general office requires one (1) space per 300 square feet of gross floor area. Based on the above, a minimum of 40 parking spaces are required. The site plan indicates a total of 40 parking spaces are to be provided, including four (4) handicap spaces near the building's west entrance. All parking spaces are located to the rear (west) of the proposed building. The 90- degree parking stalls, excluding the handicap spaces, would be dimensioned nine (9) feet in width and sixteen (16) feet in length and include continuous curbing as well as a two (2) foot overhang. All proposed parking stalls, including the size and location of the handicap spaces, were reviewed and approved by both the Engineering Division and Building Division. In addition, all necessary traffic control signage and pavement markings will be provided to clearly delineate areas on site and direction of circulation. Landscaping: The site has been cleared of all vegetation. Per the City Tree Preservation Ordinance, a total of 36 caliper inches of trees/palms are to be provided to mitigate the 36 caliper inches removed. The landscape plan (sheet L-1) and plant schedule (sheet L-3) indicate three (3) Sabal palms of 12 caliper inches each and varying from 12 feet to 18 feet in height, will be provided as mitigation plantings. All mitigation trees will be located along the north property line near the area where existing overhead wires are to be relocated underground. Staff Report Sibia Building (NWSP 09-001) Memorandum No PZ 09-011 Page 4 The landscape plan (see Exhibit "B-6") indicates a six (6) foot buffer width adjacent to Federal Highway, typical of new developments within the Urban Commercial District Overlay Zone, where a "build-to line" is required within zero (0) to fifteen (15) feet from the right-of-way. The landscape plan indicates a ten (10) foot buffer width along the north property line and a pedestrian walkway seven (7) feet in width, except where the building is proposed at the minimum zero (0) side setback. The landscape plan indicates a seven and one-half (7.5) foot buffer width adjacent to SE 4th Street, with authorization from the Engineering Division to plant within the right-of-way. A seven and one-half (7.5) foot buffer width is proposed along the south property line adjacent to an existing perimeter landscape buffer for the neighboring church property. The landscaping provides a complimentary mix of canopy and palm trees such as Silver Buttonwood, Orange Geiger Tree, Southern Live Oak, and Sabal Palm. All trees would be the required minimum of 12 feet in height at time of planting. Montgomery Palms, 18 feet in height at time of planting, would frame the proposed building as foundation trees, required to be half the height of the building. Shrubs would include Red Tip Cocoplum, Green Buttonwood, Dwarf Fire Bush, Wax Jasmine, and Fakahatchee Grass, and groundcover would include Dune Sunflower. The site plan indicates that 19.91% of the site would be pervious consisting of landscaped and open space areas. The landscape code requires that 50% or more of the plant material be native species. The plant list (sheet L-3) indicates the landscape plan would provide a total of 30 canopy trees, of which 25 (or 83%) would be native species. The plant list indicates that 16 (or 76%) of the 21 palm trees would be native species. Also, the landscape plan indicates a total of 659 shrubs, of which 503 (or 76%) would be native. The irrigation plan (sheet OA-IR) indicates that reclaimed (non-potable) water will be used as the source of irrigation for the project, along with sensor system to reduce water use for irrigation by 82 percent per year. To further reduce irrigation demand, staff recommends sod be replaced with hardy groundcovers and shrubs (see Exhibit "c" - Conditions of Approval). Building and Site: The proposed 10,347 square foot commercial building is designed as a two (2)- story structure, with an under-story drive-through ingress/egress separating the ground floor space (see Exhibits "B-1", "B-2"). The first floor plan (sheet A-210) indicates general office space (1,456 square feet), storage, and a rear stairwell on the south (left) side of the building. Retail space (1,994 square feet), mechanical rooms, a lobby, and an elevator and rear stairwell are located on the north (right) side of the building. The second floor plan (sheet A-220) indicates medical offices (3,010 square feet) and physical therapy space (2,000 square feet). The remainder of the site would consist of surface parking and landscaped areas. Building Height: The building elevations (sheets A-300, A-301) indicate the roof deck at a height of 28 feet 8 inches and a five (5)-foot parapet wall above the roof deck at a height of 33 feet 8 inches. However, based on the building design, total building height is measured from the midpoint of the highest pitched roof. Building elevations (see Exhibits "B-3", "B-4") indicate the midpoint of the highest pitched roof would be 40 feet. The C-3 zoning district allows a maximum building height of 45 feet. Staff Report Sibia Building (NWSP 09-001) Memorandum No PZ 09-011 Page 5 Design: The contemporary Mediterranean design of the proposed commercial building resembles Spanish style architecture that would include a smooth stucco finish on masonry walls with stucco banding, and covered balconies for visual interest (see Exhibit "B-5"). Building details include adobe blend concrete S-tile roofing, decorative wooden brackets and columns, balconies with decorative aluminum railing, canvas awnings, ornamental aluminum grilles in stairwell openings that match balcony railings, and cross-hatched decorative scoring. According to the elevations and materials board, the main base wall color of the proposed building would be shades of apricot color: a darker "Sunset" on the ground floor and a lighter "Avid Apricot" on the upper floor. The trim, including stucco bands, columns, and decorative wood brackets would be "Welcome White". Balcony railings, decorative lighting, ornamental grilles, and canvas awnings would be "Black of Night". All paints would be Sherwin Williams. Lighting: The photometric plan (sheet A-102) proposes eight (8) freestanding concrete pole light fixtures, each reduced in height to 20 feet, for the parking lot. Additional exterior lighting would be ceiling mounted within the covered drive-through. Black decorative lighting fixtures are also proposed on each building elevation, and will match the color of the balcony railing. Per the photometric plan, all proposed lighting is based on pulse start lamps operated with photoelectric control, and shall be shielded to direct light down and away from adjacent properties and rights-of- way. Signage: The east building elevation (Sheet A-300) indicates the proposed locations of wall signage for the future tenants of the proposed building. No signage details such as color and font have been determined by the applicant. Staff recommends a condition of approval requiring the building wall signage to comply with the community design plan guidelines, such as a single sign style and one (1) lettering style, limited to two (2) colors that complement the building per Chapter 9, Section 10.1. of the LDR (see Exhibit "C" - Conditions of Approval). No freestanding monument sign is proposed. Public Art: Two (2) tile murals are proposed to comply with the public art requirement. One (1) mural is proposed on the east building elevation between the front doors of the first floor retail space. Another mural is proposed on the south building elevation. Both locations to exhibit public art by others are near Federal Highway for visibility. This artwork would include hand-painted tiles depicting abstract plant material. The artwork would complement the architecture of the proposed office building and enhance the ambiance of the proposed development. Ultimate review and approval of the artist and artwork is still pending by the Arts Commission. RECOMMEN DATION: Staff has reviewed this request for New Site Plan and recommends approval of the plans presented. If this request is approved, it is subject to satisfying all staff comments indicated in Exhibit "c" - Conditions of Approval. Any additional conditions recommended by the Board or City Commission shall be documented accordingly in the Conditions of Approval. S:\Planning\SHARED\WP\PROJECTS\Dr Sibia Medical Office\NWSP 09-001 \Staff Report.doc EXHIBIT "A" - SITE LOCATION MAP SIBIA BUILDING - NWSP 09-001 N 175 87.5 0 175 350 525 700 w4tE ~-- I Feet S EXHIBIT > ~ r r'" , "".~ " ,,+- " fd ~i ~~.:.J:(r' ,~! 12 I~: ._\ " " ~ .,.'.-." .......-:r ,',~,. _ wm."-- '~I Ii l,~f!U~-.~, - ! 'i.~/,-", i.: ~ r -~..~ \:l '1:' "I , i ~ ....... J~~ Il~ ~H !~ ~~ ii~ !i~ :~I~ p ~~~ _ l,~ !. -r 1" " I! I! I ~ "i " II I I! ! . II " ! 1 !~ II ! ; I I !I Ii !I ! j! n" _.:~'_ ,.. ,,' 'j!!li :!;l'i c !!!m!l;l:,' ~;: ;' ~/!!i~l~ ~. ~ ......,,,,,, ~~" ~~~ -4 c; ! -~~~" --'~h-;i "~",,.~_;-:--="-,,--~=L~ ~" _n_ C ~I.u.:.- _, A~Mjj;;-II'lVb]m, s ~r, v. 0 ~: H _ ej) "..___ ~____ _L'" ,,"= .~,_ ------- - __"...._ .l> I i "."'. ~5"o,lreli;~ "i ~~8'~i!i1~ " ~!: 5l'!l~~~S _~m~~~i<~I~ ('W"l 1m! !! I! i~ i;! i' l' .il' ~ ~ n; ~ ! ' ~ ~ ~;; ~ . i ~ I~ I~ ~HUi~ ~~H ~ ~ -' ~ @€ ~ g~-;~~iji ~I~ I ~ ~ ~ ~ i ~ ~ ~ ~ ~ ~~ i ~ ~ !~ m ,;".1 l1" , , " , !"I"l 1'1 15 ". "" ~'" \ ",' '~, ~ ,,, "11I11 ~!l! It ! ~ ~ ll'l!!! ill ,~ gu i I~ P ~ I ~r :; I!,!! !II , ;l, hI I ! i i ['" ,1111 ii> i . 1 j 'ji , ! i 1 r,: !h~! III ! ' 'i~ , I' I' I, , ~lllllll' ! II: . .. .. .. . i '-,II l" " ., ll..' 101 !llil iii'. !i_ _' _ ' .~- -_.--~ - "~ I' ", 'r~l! (1'11111 ' Sibia Building 'illi ,:.; t.1 ~. \:J "J ill'! ,.J!! < ,'_ "t' 0 'I I (fJ _'!'< , c, _'-I rt ')> , · ;i;l! . .. ., ,<' --" -u 'I", "cc ~ 709 S. Federal Highway " Boynto~~ach, FL,_~~35_ _ .-HJouu'~""''''' - -~ - (~ y' b ,A " "i 'V I ? ,;; B-1" , ' .. I I 1~ miW) __~m 1 - - - - _~l!' tll' , I -- f---. _.__u__u___u__m : - ---- _u_" m_' _ n_ , U ___u_ u_____' , m'_ nu_u:::::::::::::u-nu ._u_ -.- m' _______ ~ u_ _ !! - - - - . I I I I 1 0 ' ->- ,,_ p 1 I 1 - - ' I - - - ------~I - --fl- (\)' I 0 ' i ! i . I 1 , ' , I I I e-tl_B1 liD! I I 1 . 1 0" _ _ D. I -' I I I I - C--"--.J~ Iii I 1 · .. I .. - 0 I I ' : ' ......' I I , e-t .....'_ ........ ........ .., ," ..~\ I _u_, - - I , -- ~ , - , -- , -. '" ' ,-- - - ~ ' ' ' -) .'+- ' .",' 'II !. I ' I~' ~ _:__J "'!;II' ' 0 I"~ : ,''"--' I .' I il' liP I : m_ I 9 " I' - , --I" ,,' ' . -------- g nl .. ~ ., I ~ GJ ~' ED " 8~G Sibia Building B:~t~~ ~~~~~: ~~~~~~5 EXHIBIT B- +-. :...:-/ t...) -..... I -..j: 01 ;':-)- I al '" .."" -.-...---- -'---- - ':,1 ~"-f~'7;~ ~~ ~ .. -- -->. ..-- -- , II. .' 1.Ji;.., ~ _ ~_ _ .____ " )>,e __.1.- impi ,_;~ ,i):, ~ ~ ;~.f'>2' I Ttl., - \- , , ')> J~' ~ ~ ill ~ J _ _ ""'- L I , W '. ~~i~ --F--'-,;~--= {:' ,';\ 1'-' o ~ ! ~; , _un ..., --~ -----+-------._~ -- ~ , ~ ~ " C) - - ----8- - - - .- .'" ___ . ," -- ---~ '11'-, :.~ \ :q IJ~ : ~. ]< ( LJ~ Iii ',. ,I ':':~ ' , 1:1. ['I.'. .1;: i 't I II I . i 6 __ f rn .J I , - - - .-B- - --1 I I u':; II I' 'ii " I: i"fH:. 1..1 I I, if.' I I '. i ' i ' I ~ , i 1M ; I ~:II'ii!' i !I , -~ -, ~ - -1- rr= - ---r h.- , i ',. ;;:; ri I ::\ '; I~ . ..J;; I __'___ , , " ) " A _. I ": n. I .Ii _._L- .'! -"" <-.. 1\. " -~---_.- ----.if,-", Ii ,L -- I .:c..y- I. ...;...-- II" ~,.;> ,.. ,~ ~ A ~ I' =, "I) . .,. ---- .~- - - - ~ -.-.-..- --- u ~ ('I.il!---Ul.~'--'- Sibia Building ,Ill! .:ll!.!\ ~,,! ' ,'" ;hl! " ,! h CJ i 'I (1) 'J\'" ~ , :" ,I, . (1) )> B ;li i ';: q, '-,'f!, -0 ::J 'II ' "=' ~ g; ~ 'I,': o 0 709 S Federal Highway Q Boynton Beach, FL, 33435 "".<'"'' ",...".~ ~ - ---- - - - - --- -~- - - I E)(Ij'fll"B-3" , I f I , I.i! lill 1"1''1' I I i <Ii liii II! I' I 1,lHIII li!l! 'II 11ffiJf! liP I 0 I! I '!'I! I ) I .,' '1 ---8 -'f 'I' --8 ~ I 1"1 'q I II i ~ ~ ,~ i iili 1,1, 'F! HlI rin!! i "i' I ~ Ii! II! I II III ill! I f Ih! , ~ I !lol. i I~ I I~ ~'~.- , l"~, ' ; ,~- I I ~~ f t t ~~ I ! {I j1 :l> 'f i! Sibia Building m W rom . < >< 0 2tm i II I 0 g. Q" 1 ;1111 . I Iil ,U I en i I 1'111. IS f i :~' t I i ~ ~ 709 S. Federal Highwa Boynton Beach, FL, 334~5 I ;lji ~ ~li III ~N" "'''''''''......,.... ' :IM :1; ..! ~ 0 I, .. I~! I i~, ~ Itg P Ii EXHiBIT "..) '-f r, '\i'li \\11\ ' . ~ ~ \ i\lr\ PI --i 0'. I r 'I ~ ,~,;il!1 Hi h~ \.; HI ; ~ il~ - - -<;J;> , .~ llil ~t \ .... " ' ~: m ,. l:.: ~ ~) ""1! {i;~~ 1'\\ \ ~h u ,~,; b n'lt PH' " , IH in ~~ r 'In ,,~ /, ,,! :\~ ~ il ~ G) L '" \, I \\ '~~ Hill' '!lif llillj Ht~! Ii:! '" '" " ho '. t.., !, \~ ~i. '. ". ,,~ - . ., % ~. -, - . - "I, ',iI "... "'-'0 -'""." nv -' '=0;:;' .- - C 'il i'i .~ --::'\:::--==:--=:::--~a Building i I!'m CD x . hway ~ ~. 09 S, Federal ~~g 33435 0<;; 7 Beach" __-_- ii: BOY~__=-,c::::c____ - ~ .....1"8-5" ~ ~ - ~ ~ ~- - ~ - li~\J1 ~~ I ~'5 (:', I " , :;IUrll v ~r' fll jll C>k":;',(i""';: I I : ii ~ f '~ i;l_i~)I..', I I ! r . .ii~~~:'...' i r I' I I I ~ f~ Q: '" PJ II ~ ;>'J; =:. ~l g., :t '< ::l ~ O'Q ~ H , i r i I I lflI1IIt?J1UIIl0f'l EXHIBI " '- _.J~ .,,; I: ___.....-.1' ~"';: ~, ,,; ____ I~ h~ ~~~ ."".... " . . ga i'; , _H , r --.--'.- .... loR "~, __.__._____.--.- - __...J!-"V'.>>..... ~\1~ ~1' ~" ~~~ I t " ;:~ SE4\I\STREET ~~~ ~~~ Illll! --- H~ ~! g:~ ~J - - - - - - l ~ii ~;" I m ~i I 6 I I I i I I I I illl! IIIIII! i Il~I~li~1 ;1~1~li~'i \ ji,lII,,Id ",I1164' i ' t!IIl~1 '!ll~a\: - - - - - - J !'ijIl1i !'i'IIi'i' !11.il~1 !I'!iil 1 !i!I!ln !il~ri! 11 I \ H.~ itjjjnUtl"t~ ~ III : DIHIIP:rrl m 1!'itM!}1~1i ~ ~ m tJ Ilill JIfl' . !rb,l,i1lji:;1 - - ---.- I f(rt~hlis..l - - - - - f [ '{f(ttJl I s~1 :>l ~~z !'l ~ '-l.../ 0 ~ " 1 ~ ; I till ~ ~ t Id l' < 0 ~ ~ '" "','. c: ' II f It s!ili' : I' '~T.~~'; li;J')> \~ ~\ ~ l It (Ill> g "211 , c@~ii:o ho'/ cn~ - . f I 0 nr ~ ~",' ! '~:':=' lH~l cnO" - V) " " l> r ~ ' Ii;: :lo::';j ~ "'" 0 0 01 ~ -. I )> " N i , 0;0 ~~. ,[ ('):3 ~ ';:." J ~ ~ i~ i ~ ~ ~ ~ ~, ' , iii' :;:. 5' ,r _ , ' ",,,,,,0'. - - ..LJ. :l;: i,: CD <:;;; I~ ! '~ EXHIBIT "C" CONDITIONS OF APPROV AL New Site Plan Project Name: Sibia Building File Number: NWSP 09-001 Reference: 2nd review plans identified as a New Site Plan with a February 17, 2009 Planning and Zoning Denartment date stamn marking. DEPARTMENTS INCLUDE REJECT PUBLIC WORKS - Solid Waste Comments: 1. Prior to permit application contact the Public Works Department (561-742- X 6200) regarding the storage and handling of refuse per the CODE, Section 10-26 (a). PUBLIC WORKS - Forestry Comments: NONE (All previous comments have been addressed). X PUBLIC WORKS-Traffic Comments: 2. Provide Fire Lanes in accordance with the LDR, Chapter 23, Article II, X Section B.2 and Section M. ENGINEERING Comments: 3. Revise plans to indicate all curve radii, and also provide a minimum of a 10 X foot radius for ingress/egress on SW 4th Street. 4. Revise plans (at time of Engineering plan review) to contain all runoff onsite X (review north property line). Per Code, water runoff can not drain off one property on to another. 5. Revise plans (at time of Engineering plan review) to provide a typical cross X section for parking area. 6. Per Ch. 22, Sec. 5.C. (2) of the LDR: If any street abutting the property on X which such construction is to occur is not depicted on the map or schedule on file in the Public Works Department of the City as a street on which sidewalk construction is required, the property owner shall pay a fee equal to the cost to the City per square foot of construction of the sidewalk abutting the property, as such fee is determined annually by the Director of Public Works. 7. The loading space size requirement is 12 feet by 35 feet, not the 12 feet x 22 X feet shown. Submit a written request to the Engineering Division that justifies a reduction in the loading space size. Written approval from the Engineering Division authorizing the reduced loading space size is required. Sibia Building (NWSP 09-001) Conditions of Approval Page 2 ! ---, ;j DEPARTMENTS I INCLUDE REJECT iJ A direct connection to sanitary manholes are not allowed, provide a I ! 8. X I connection with a wye five feet from manhole (revise plans at time of I I Engineering plan review). ! ! .~. ---- 9. Comprehensive Plan policy 3.C.3.4. requires the conservation of potable I X water. As other sources are readily available, City water shall not be allowed I for irrigation. Indicate irrigation point of connection on civil plans (revise plans at time of Engineering plan review). ; 10. The lighting design as shown on sheet L-l & L-2, shall provide a minimum X average light level of one foot-candle. On the Lighting Plan, specify that the light poles shall withstand a 140 MPH wind load (LDR, Chapter 23, Article II, Section A.l.a and Florida Building Code). Provide a note that the fixtures shall be operated by photoelectrical control and are to remain on until 2:00 a.m. (LDR, Chapter 23, Article II, Section A.1.a.) Include pole wind loading, and pole details in conformance with the LDR, Chapter 6, Article IV, Section : 11, Chapter 23, Article I, Section 5.B.7 and Chapter 23, Article II, Section A on the Lighting Plan. I , ! i I UTILITIES I ! ! Comments: 11. Please provide a time line that clearly illustrates when water and sewer X services will be required to serve the proposed project. Your starting date for I the time line should be the date of City Commission approval. Also provide milestone dates for permit application, the start of construction, and the setting of the first water meter. This timeline will be used to determine the i adequacy of water and wastewater treatment capacity for your project upon the project's completion, so please be as accurate as possible. -.--4 12. Palm Beach County Health Department permits may be required for the water X I and sewer systems serving this project (CODE, Section 26-12). I I I --I' 13. CODE Section 26-34(E) requires that a capacity reservation fee be paid for X i this project either upon the request for the Department's signature on the Health Department application forms or within seven (7) days of site plan approval, whichever occurs first. This fee will be determined based upon i final meter size, or expected demand. I 14. A building permit for this project shall not be issued until this Department has X--t-~- I approved the plans for the water and/or sewer improvements required to I I service this project, in accordance with the CODE, SectIOn 26-15. I II I I Comments: FIRE I ----; i __~_____l_,~_,____ Sibia Building (NWSP 09-001) Conditions of Approval Page 3 DEPARTMENTS INCLUDE REJECT 15. A sprinkler system is required for the building. X POLICE Comments: 16. Prior to issuance of the first building permit, the applicant shall prepare a X construction site security and management plan for approval by the City's Police Department CPTED Official. Security measures at a construction site are determined after a security survey is conducted using the following procedures: a) One (1) staging area, to store equipment and park machinery, must be fenced. b) The staging area must be visible from an accessible roadway to allow effective police patrol. c) Lighting must be provided to allow complete visibility to the area. d) Approved padlock for all storage trailers and equipment trailers and park within staging area. BUILDING DIVISION Comments: 17. Please note that changes or revisions to these plans may generate additional X comments. Acceptance of these plans during the TART (Technical Advisory Review Team) process does not ensure that additional comments may not be generated by the commission and at permit review. 18. Buildings, structures and parts thereof shall be designed to withstand the X minimum wind loads of 140 mph. Wind forces on every building or structure shall be determined by the provisions of ASCE 7, Chapter 6, and the provisions of 2004 FBC, Section 1609 (Wind Loads). Calculations that are signed and sealed by a design professional registered in the State of Florida shall be submitted for review at the time of permit application. 19. Every building and structure shall be of sufficient strength to support the X loads and forces encountered per the 2004 FBC, Section 1607 and Table 1607.1. Indicate the live load (pst) on the plans for the building design. 20. At time of permit review, submit signed and sealed working drawings of the X proposed construction. 21. Identify within the site data the finish floor elevation (lowest floor elevation) X that is proposed for the building. Verify that the proposed elevation is in compliance with regulations of the code by adding specifications to the site data that address the following issues: a) From the FIRM map, identify in the site data the title of the flood Sibia Building (NWSP 09-001) Conditions of Approval Page 4 ----p i' DEP ARTMENTS INCLUDE REJECT Ii zone that the building is located within. Where applicable, II " specify the base flood elevation. The finish floor elevation of all i habitable space in new construction not located in a flood zone , shall be elevated a minimum of twelve inches above the crown of the road. , ii 22. If capital facility fees (water and sewer) are paid in advance to the City of X II Boynton Beach Utilities Department, the following information shall be provided at the time of building permit application: a) The full name of the project as it appears on the Development Order and the Commission-approved site plan. I b) The total amount paid and itemized into how much is for water and how much is for sewer. (CBBCO, Chapter 26, Article II, Sections 26-34) i 23. Pursuant to approval by the City Commission and all other outside agencies, X the plans for this project must be submitted to the Building Division for review at the time of permit application submittal. The plans must incorporate all the conditions of approval as listed in the development order and approved by the City Commission. . -- - - 24. The full address of the project shall be submitted with the construction X documents at the time of permit application submittal. The addressing plan shall be approved by the United States Post Office, the City of Boynton , Beach Fire Department, the City's GIS Division, and the Palm Beach County Emergency 911. a) Palm Beach County Planning, Zoning & Building Division, 100 I Australian Avenue, West Palm Beach, Florida (Sean McDonald I - 561-233-5013) I , b) United States Post Office, Boynton Beach (Michelle Bullard - , , , 561-734-0872) l I --- -- --. 25. If this project is located within the Downtown Stormwater Improvement X ! Watershed, appropriate fees must be paid to the City of Boynton Beach Utilities Department prior to the issuance of a building permit per the i CBBCO, Chapter 26, Section 26-406. Proof of payment shall be submitted to I the Building Division at the time of permit application submittal. Contact Pete Mazzela for further information at (561) 742-6404 26. Please note that the 2007 Florida Building Code will take effect on March 1. X 2009. The design of the project will fall under the new code if the permit I application is submitted on or after March 1, 2009. , I I PARKS AND RECREA nON I I i I -----~-i-~ i II Comments: NONE (All previous comments have been addressed). 1 A .~--..._.. ~ ~ Sibia Building (NWSP 09-00 I) Conditions of Approval Page 5 DEPARTMENTS INCLUDE REJECT FORESTER/ENVIRONMENT ALIST Comments: NONE X PLANNING AND ZONING Comments: 27. Prior to the issuance of a building permit for the project, traffic concurrency X approval from Palm Beach County Traffic Engineering shall be required. 28. Prior to permitting, revise all plans to match architectural drawings that X include a front door for retail space. 29. Building wall signage shall be required to comply with the community design X plan guidelines, such as a single sign style and one (1) lettering style, limited to two (2) colors that complement the building (Chapter 9, Section 10.1. of the LDR). 30. Staff recommends elimination of any sod areas to reduce irrigation demand. X Revise landscape plan to substitute hardy groundcovers and shrubs in place of the sod. ADDITIONAL PLANNING & DEVELOPMENT BOARD CONDITIONS Comments: NONE X ADDITIONAL CITY COMMISSION CONDITIONS Comments: To be determined. MWR/kz S:\Planning\SHARED\WP\PROJECTS\Dr. Sibia 709 S.Federal Hwy\COA.doc DEVELOPMENT ORDER OF THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA PROJECT NAME: Sibia Building APPLICANT'S AGENT: Francisco Perez-Azua - Perez Design, Inc. AGENT'S ADDRESS: 4205 W Atlantic Avenue, Suite 304, Delray Beach, FL 33445 DATE OF HEARING RATIFICATION BEFORE CITY COMMISSION: April 21,2009 TYPE OF RELIEF SOUGHT: Request new site plan approval to construct a 10,347 square foot commercial building consisting of medical and general office and retail, and related site improvements on a 0.66 acre parcel zoned C-3 Community Commercial. LOCATION OF PROPERTY: 709 S. Federal Highway, Boynton Beach, FL DRAWING(S): SEE EXHIBIT "B" ATTACHED HERETO. X THIS MATTER came on to be heard before the City Commission of the City of Boynton Beach, Florida on the date of hearing stated above. The City Commission having considered the relief sought by the applicant and heard testimony from the applicant, members of city administrative staff and the public finds as follows: 1. Application for the relief sought was made by the Applicant in a manner consistent with the requirements of the City's Land Development Regulations, 2. The Applicant - HAS - HAS NOT established by substantial competent evidence a basis for the relief requested. 3. The conditions for development requested by the Applicant, administrative staff, or suggested by the public and supported by substantial competent evidence are as set forth on Exhibit "C" with notation "Included". 4. The Applicant's application for relief is hereby _ GRANTED subject to the conditions referenced in paragraph 3 hereof. - DENIED 5. This Order shall take effect immediately upon issuance by the City Clerk. 6. All further development on the property shall be made in accordance with the terms and conditions of this order. 7. Other DATED: City Clerk S:\Planning\SHARED\WP\PROJECTS\Sibia Building 709 S, Federal Hwy\DO,doc Meeting Minutes Planning and Development Board Boynton Beach, Florida March 24, 2009 6. Old Business None 7. New Business Attorney Alexander administered the oath to all who would be testifying. A. Sibia Building New Site Plan 1. PROJECT: Sibia Building (NWSP 09-001) AGENT: Francisco Perez-Azua, Perez Design, Inc. OWNER: HMRS, LLC LOCATION: 709 South Federal Highway DESCRIPTION: Request new site plan approval for a two-story commercial building of 10,347 square feet consisting of medical office, general business office, retail space and associated site improvements on a 0.661 acre parcel zoned C-3, Community Commercial. Kathleen Zeitler, City Planner, provided a review of the adjacent uses of the property, as set forth in staffs report. The two points of ingress and egress included the front access from Federal Highway and the rear access from SE 4th Street. The proposed development consisted of medical and general (professional/business) office and retail space. The two-story building provided an under-story drive-through separating the ground floor space. The first floor consisted of general office and retail space, and the second floor, medical offices and physical therapy. The remainder of the site consisted of the 40 required parking spaces and landscaped areas. The Mediterranean building design resembled Spanish-style architecture with S-tile roofing, covered balconies, decorative aluminum railing, canvas awnings, ornamental aluminum grilles in stairway openings that matched the balcony railings and cross-hatched decorative scoring for visual interest. The Landscape Plan indicated a 6-foot buffer along Federal Highway, a 10-foot buffer and a pedestrian walkway along the north property line, except for where the building was proposed at the zero side setback. A 7V2-foot buffer was proposed to be located along SE 4th Street and along the south property line adjacent to the existing church buffer. Nearly 20% of the site would be pervious, consisting of landscaped and open space areas, with most plant material being native species. 3 Meeting Minutes Planning and Development Board Boynton Beach, Florida March 24, 2009 Two tile murals were proposed for Public Art, one on the east building elevation between the front doors of the first floor retail space, and the other on the south building elevation near Federal Highway, The project was located within the Traffic Concurrency Exception area. Traffic Concurrency approval from Palm Beach County was still pending and would be required prior to the issuance of a building permit. Staff had reviewed the proposed project for traffic concurrency, utilities, police, fire, drainage, vehicular and pedestrian access, and circulation. Staff recommended approval with 30 conditions. Francisco Perez-Azua, architect for the project, provided a PowerPoint presentation showing various views of the building exterior, interior, elevations, stair and elevator towers, terraces, windows, and floor plans. Chair Jaskiewicz opened the public hearing. Mary Law, 625 S. Federal Highway, inquired as to the color of the building and was advised the tone closely corresponded to the drawing displayed on the easel. She inquired whether any provision had been made for on-site drainage, and Mr. Perez- Azua responded affirmatively. John Wheeler, civil engineer with Caulfeld & Wheeler, noted the site plan reqUired all stormwater be retained on site. The building had been designed to comply with the site plan conditions and to prevent runoff. A large drainage system would be installed in the center of the property as well. Ms. Law suggested the City of Boynton Beach work with the Department of Transportation to upgrade drainage, and prevent runoff from Federal Highway onto the property in the area. Chair Jaskiewicz inquired whether the project included a retaining wall or fence around the property. Mr. Perez-Azua replied there would be no fence. However, the perimeter would be heavily landscaped. A fence would surround the property during construction, and a landscape buffer would be installed, isolating the site from the adjacent property. Ms. Law requested fencing be installed to prevent people from entering her property. A question arose as to the design criteria. Mr. Wheeler advised the criteria provided for a 100-year storm elevation for a pre-post analysis. Ms. Zeitler noted the project met the City's criteria. She explained detailed, finalized drainage plans would be submitted at the time of permit review. As to landscaping, no buffer or fence was required, as the site abutted commercial property. As noted earlier, the perimeter of the site would be heavily landscaped, and drainage would be accommodated. The applicant was required 4 Meeting Minutes Planning and Development Board Boynton Beach, Florida March 24, 2009 to secure a permit from the Department of Transportation and would be addressing the issue of water on the roadway. No one else having come forward, Chair Jaskiewicz closed the public hearing. A question was raised regarding the professional office and retail bays. Mr. Perez-Azua noted the area consisted of one retail and one office space, and tenants had already committed to rent the second floor. The lobby area would provide access to the retail bay. Access was also provided via Federal Highway. Concerns were raised for the south elevation, which was immediately adjacent to the church parking lot and very visible. Rather than having just the flat wall, it was suggested the score lines be removed, and relief be provided, especially at the pedestrian level, to create interest. Another suggestion was to plant bougainvilleas and vines to climb the side of the wall, adding colorful, visual interest and creating depth. It was believed consideration should also be given to the north elevation, which could influence the adjacent property as well. Mr. Perez-Azua noted the second floor had been recessed to allow the placement of canopies, and a recess had been created for the front of the building as well. Public Art would be added on the south elevation. Leo Urban, landscape architect with Urban Associates, noted there were two trees, a gumbo limbo and an oak, as well as a coco plum hedge existing on the adjacent property. Palm trees would be added to break up the wall expanse in the front area. Additionally, a "smart IT controller" would be used for water conservation, and would reduce the use of the reclaimed water by 85%. Other than the constructive comments made, the Board believed the project would be an asset and looked forward to the activity it would bring to the area. Chair Jaskiewicz inquired whether the applicant agreed to all 30 conditions of approval, and Mr. Perez- Azua responded affirmatively. It was anticipated the project would commence August 1, 2009. Motion Mr. Barnes moved to approve, subject to all 30 conditions. Mr. Lis seconded the motion that passed unanimously. 5 IX. - CITY MANAGER'S REPORT CITY OF BOYNTON BEACH ITEM A AGENDA ITEM REQUEST FOIL 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 C itv Clerk's Office o December 16, 2008 December 1,2008 (Noon) o February 17,2009 February 2, 2009 (Noon) o January 6, 2009 December 15, 2008 (Noon) L 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) t8l April 7, 2009 March 16,2009 (Noon) ('Tn.b le~) 0 Announcements/Presentations ~ 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: Motion to accept the "Ocean Avenue Interstate 95 Project Alternate Access Route Study" Report as prepared by the consultant, Stanley Consultants, Inc. EXPLANA nON: The City Commission passed Resolution #R08-056 at their April 15, 2008 meeting that authorized the execution of a contract with Stanley Consultants, Inc. of West Palm Beach, FL for the above noted study report as cited in the RFQ #008-2513-08/JA in the amount of$58,346. The Agreement with the consultant consummated in the middle of May 2008 and the "Notice to Proceed" with the study began on May 19,2008. Initial coordination meetings took place in June 2008 with the consultant and their sub-consultants. Thru the next few couple of months, the Department of Public Works / Engineering Division took the lead in coordinating with the consultant as the study progressed. The consultant's "scope of services" was modified in November 2008 as a result of their discussions with the property owners affected by the proposed alternate access route study connecting with Morton Way, the existing roadway located just north of the "Home Depot" complex. Meetings were held in December 2008 to narrow down the tentative route options as presented by the consultant. The initial presentation report was prepared in January 2009. Discussion with the Owner/Developer of the "Ocean 95 Project Property" were held to determine their acceptance of the alternate access entering their project from the south rather than the existing Ocean Avenue railroad crossing that was previously approved. The City Commission adopted Resolution #R07 -099 authorizing the approvals of an Agreement for mitigation of roadway improvements between the City and the Developer of "Ocean 95 Exchange Plaza." This Agreement, signed August 23, 2007, established a new effective date for the project's development order to coincide with the execution of the Agreement. With an effective date of August 23, 2007 for the Development Order and an eighteen (18) month period to secure the necessary building permits for the project, the approval will expire on February 23,2009, without a request for a site plan time extension. The consultant will be presenting their findings and report to you. In their report, they have submitted an "Opinion of Probable Cost" slide noting that the alternate access route improvement for the roadway, railroad crossing, right-of-way, and engineering fee could range from $1,490,000 to $1,825,000. The City Commission will need to make a recommendation as whether the study should continue to the design phase or not. The City Commission is further advised that the consultant received a letter from the developer ofthe Ocean 95 Project Property dated January 15,2009 stating that he is not willing "to S\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM DOC CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM grant any [alternate access] easement at this time." The position of the Developer would appear to be a fatal flaw to the south access route option. PROGRAM IMP ACT: The original site plan and DO will have to be modified to allow for an alternate access route to service the project. FISCAL IMPACT: Significant; funding for the alternate access route will be required to allow it to go forward AFTER the developer allows (or grants an alternate access easement) to his approved site plan. AL TERNATIVES: To allow the originally approved access route with the DO conditions to stand, ~<-~do. ~~'-'-~ ,v/j City Manager's Signature Assistant to City Manager. (J)t;U Public Works - Engineering Division Department Name City Attorney! Finance S:\BULLETIN\FORMS\.A.GENDA ITEM REQUEST FORM.DOC OCEAN AVENUE ~:4'(;rERNA" -;'" .1 ,-:-" April 7, 2009 . , " . , ' , t,')." . "~. - '.... -../ ..~. t. " :,i .- Stanley Consultants INC. l,i",,-lr, 2toJII ~;n:'$"" ",_, .,.d."."... "" II "PI~lI~".,~,.ry'rs. .' " ,...e ....'" "....' ~ - ;>, 41i; ,- ~. .. ~, '. -, ": ,'; ".-, "::.:_,_'~,.:". .:.', ':'i""~~;;;K . Project Issues . Alternatives . Implementation Strategy . Next Steps . . - Ocean Avenue Alternate Access Route Study .a City of Boynton Beach - City Commission Meeting Stanley Consultants ~l~. -~ ir l ~ I ,<: '.~ 1 ;---. "'''., ~- ."; Jj;;. i: - -, 0 i.. ~ 1/ 1:1 "-1' -.....--.-... , et>YNTot!SEA.cH tn-tln,: c', ~-{ -,' v -',. i' . ~;;.t '1' .. .~'lL . I _.-.~ is:r AVE. ., c':- -: -~--' . OCijAN ~V~. . I. OceAN ~ENtJE'-'-= '; I --'.1 - --'-- ..' "f' ,.. ., - ,< " '4 ;,~ . , - .- ~, . ;c ~ ~ . _c .. t ... .- .. .. I f! . I. 1 '" - k I t..,.l;lI:illllI:;lOOl!' - .:.._. -11: _ 2ND AVEr ,"i .~ ..,,~ "" l;-:"'W'i~;;;w.-.-::;;;';' . C' OtJ~an95 I... ,- .... . Ie' - . Project ,., , -"! i ~.. r ';0;<.. .~ . , 4'-:- , ~e.. II "" , I '" "k ;,;'" !' ~>^.""'It " ~.. ,..'" I- .. " lfl W a. "'''' . W uJ It ~ k 10 '" I- ,...,; .. . - III i- '~ '" :I: III '" I- 0:: <>- - - i- <0 UJ :;; l- ., ,.. ~ t.! .~ III ~ I .3 ... MORTON WAY .. ... .. j .--- --. ._.._._. _.~ .<rr~' " ~ .- .. ........ -~ . "" .. " :t'~</., y>:<,~'.- f ~ ;. --'. ., 'N ,-",,~~ ~ .<;}(t~: <(:,<~ ." ,--~. I '" i 1 ~ 1::- 1; 11-''' ... .,.. 't -- '" ,: ~; ." ! , ;:~Q.5 ,,;\).i --, ,.'~' .... '.a_:;;,.;.;.,:. " , w' I ' - < ,~ '"is! - :~ ~~:[\'~h'~:H.t:iC,!2!~ ! ,..;; ....'~t~ ~. '- ~tr;;;.!:.; " ~~~~"tr~; .'\:;. '" ~ ;~j"':hF!"i.!.rYH.,\\f!U~I: ."f-' W06U~-R.IGHT ROAD . ~ ? t .. . ['ST :i"AN 'Y~"UE - ~ 'OC = ) e " ItJD AVE -...) . '. [ ,,- .1 CA ; ! . 11~ ~ .~ - ,c.'" "of'- ',..-~ .1.: S I z ) "'- Not to Scale . . . . . . . I I . . I - . , , . . . . . . . . , . . . . . , . . . , . ~ , , ' . ."'it ,~-- T 11 . 'T\-- ". 'f- ,--~ I 1\" - " ,\ I ~,.~ ,L _ __ I -~ ", (j. i '",-- 1!' , rt " ..;J!i , -' -'':;:.'..'~' 'j, J '".: - "~~ N J '< ~~t ~\1L ,. :;-;. . ":;i'~:' "~'_, ..' """4:..;:,4,f{_~~d::";,'; ,," . .' "~~ . ""4~ Not to Ekale u'"..,...J .. ~. ."..-""...;_;.... .v"-.'._ .......,. .. .,. .....;..L~;,/. ~J.\--.A. -",- ~. ---===::- . .. ..::::.- . . . . . . t . . f . . . . I - -~ M ~ " ~ '.'''- ! ;,1. ' . ~""; c.,. 1. . :,.; f .. ~-~ ,--~ I _ -". .\ ' ' ~~ - ~ ~ 'I - ~~ 1 -..:' - I ~1'~ , . ~ . . I ~...-;l.~: -~.. \ ~ ~-" .... '~~ - ;:\ :;. '~';l'" , ~, \,r..~-~ ~ , . .... r<- \, r__. t . . l-~ '. \, . \' '. ':. \' . .;: ;,'," _ "1\_ ,\, - \ i!i \ 'F"-:1I\ i ... 'J, "'-~ .\..'. r 3\ ~ ~ .N I .,,' t, .., ~"" '(1 '::"~r \:---- \ . '~!( ";'. ,ii.' ,. "'-\ \'. tv.,"'" I 1. , L \ . 1 '--:;'~"\ NOt tQ Scale ; >- - i\~..=-: ~ j.~-e..,~.( ,~. . . . I - SW P,TH STi{E.El 0 .~ )> B Z~ z ~ ~ m o Z z '" c:- .c.:;: ~"' ~ ... ., "./ .." ';; . .' ;~:~ ' ", <: m It<r';:: 1::: ",', 'II<' ,ot t< ." " I... r . c' l!\. l.., ...!:... c,. . t' r-. t L_. . f I' ~. ---"-", i . i I - . . . . , , . I . - ,------ -----------..., I I I ~ I I ~ I I I ~ I Drainage Easement I I ,., I n'E VININGS AT BOYNTON !l[ACH PH. 1. PUD I. 'nn__________ SHOP PES or WOOLBRIGHT P.C.D, --- ~- ---- -. ----- -- -.~ .----- -~- -- . Ocean 95 Project - - -~-_.- - - -- - -- -....--.---. - - , -- ~--------~ I/) D Winchester Property ::,: STATE ROAD 1-95 ~ . FDOT I CSX Property -'- <.n ~ - ------ _.- -l :r: )> flI FDOT I CSX Property < f'l . Drainage Easement (City National) z c f'l ~..... "1 . . ,,"' '~ "OJ:..::." Ocean Avenue Alternate Access Route Study .- City of Boynton Beach - City Commission Meeting Stanley Consultants lNC. .....:, .l~ -- 1->!>o-kf-;"""~f'I_, f E~:r_,>:. '...,...,....i","'~ .~;'#,:r p...,..~,~ ,....-'l~r'.. '.":, . ...... .... - ~ ,'JI; ". .. "/", !, :~,:~~"' <,...- ''''''''',~~; - - Winchester pr'o'p . Railroad Crossing Desi . Ocean 95 Development Impacts - Parking - Site plan modifications - Access to Hartman property . Redesign Ocean Avenue/Railroad Crossing '" . - Ocean Avenue Alternate Access Route Study ~. City of Boynton Beach - City Commission Meeting Stanley Consultants ~t- , .... . . . I I ' (r( . '. .' .' .' I I" ~ \' .' ~" y , " ,. ~ ,"'''" --..--- Ii '"j a~YNTb~ .SEA tHBLvD_ ",. , . fji .; , 'I' '" ;.,i.: , Q 1 ST AVE iijJ i. ' . - r OCEAf~ AVENtJE '':.....:'1 '. , ~.~ ... - . - - " f.. ~~ ~ l~-,V ... I i-i.\^ J .,t..~ f ~ ~..~",a;~!, - 2ND AVE ......!'"', " -~~ ,..,., !!.al ....- ... " , .. ..., . .. ~ liB jI"-;' ';f".. ,; - " uJ 0:: ....4,~ ,~ .... <1: t;-1 ... 'i~ '- rr !"n -\lJ ~ .~ il"\ z_ , , I ,. ,c'S' -. i '.. ..""-,c,,,_, ~'~r~~~ WOOLBRiGHi ROAD . . ;. . I I - ] J . ;, .> ~"'". ""iIi ...," 1:- '" -;;'~..'" ~~"1l>' . , ,".~"""".-"",,"" "'~n~. '$; '~',~ -; ',11:"'''' , , '. ' C~ ,C, o .....'"} ,Jc " <, ~.'J;~ WINCHESTER FAMILY _"_ FDOT/CSX (RAILROAD R.O.W) -------- t-~,~ __ INTERSTATE 95 -,' , "1 ,.:..... Ocean Avenue Alternate Access Route Study St -I ( . Ita ts .. . .. . . an ey onsu n INC. "';;11. ..,. , CIty of Boynton Beach - CIty CommIssIon Meeting :;;-;;'-";;:c;:;:.',,,...,,.,....,, "",. ..n-,. ", - . - ---~~--~ - - ~----~--~- - - -. - - - . - - - , - - - -- - -- --- - ~ - '- - - - - - -- -'- - - - .. - - - - - - - '- - ,-, - AL TERNATIVE 1a . No impact to Winchester property . Parking deficit = 13 spaces '- - - , . - '. - - - - - - , - - - . - - .. - ,- WINCHESTER FAMILY - 1 - - . - ~'",::~:::::, ::~:~::::;::",:,:-;-~=::~::=~~~~~:~~~: ,,= : +,., ~ ~ ._~ -+_~1--t--+--+--+--+-=:,:~=:- ---'0- ~+-_-'l-.......--+--+---->r-+-=::-t-+-+-+~--.J,.----',-~ --+__+----'r. .-+--{-T,-."r-+-+::'~---r--r-+---+-+--+--+--'r---+ .~~~~~:~~~~~;~~;;~.;;;;;;':; ::'-~ --+--1-- ...---.+--t-- t--<,-+-+ n, n_'_ , . Ii 9"- ) I, \, _~.;..._ i. [ I, WINCHESTER FAMILY II I JLt J' r-l .....-) --,_...._..~,-----" ---.---.-..---- ----- ---------------.--- ~ . Ocean Avenue Alternate Access Route Study - ..li, City of Boynton Beach - City Commission Meeting Stanley Consultants ....}- ... .._'----,-- ,- '-'_..- - -_-:-,-~:.~~-==--:-:..--:==-.-==-'-:-..:~::.-.::--= :-..:~.:.- :::::-..:,-:-.:.-:- -~:=:~'-:-..:~..:-:=,~ -:-..:-'---- -,-- ' '-"-. .......- .-. -., AL TERNATIVE 1 b . Modification to Ocean 95 site plan 40' of building = 1,990 sq. ft. .- '-"",,-..- .-. ,._ _~~r.t<i!lg ~~f~~it_~,~ spaces --- - ,-' -'--'-,- ----, I ,.- '-"- '-"-..- '-"""-"-.....-, . . -- . . ...... ,- ,- WINCHESTER FAMILY I -"- ,-",,- ......." -- ...-" -- ...-"- ._,...- . --" -"- " ."- ...-"- ......."-- I - - ' -..-' - -, ....-' -' --....- . ,,,..,._' -,,-- .-"- .. ~ -+-+--+~ ~+-+~ +--+--+--+ '" I : : :~~ +-1 t I I 1 I t- I I I I r-+- 1 I I +-+--+--4----r-+- I t -+--+1 ',r II'''' ,--'t-I I I I I' ,I --:--:- I I r I I I' r-+- -+ I .' I ----------- ,--' -..-' -' - .--.'- ...-' ..-..- ,-_.,-' ..-,-- WINCHESTER FAMILY __ - - _. ,_.._ _, - 0,_' _. _ _._ ,_. _ -, - -. " ~ 1 . . . ' , ".':" Ocean Avenue Alternate Access Route Study .. City of Boynton Beach - City Commission Meeting Stanley Consultants IN<: .' ..It-t ".- : ,'!to k, ,.,....' ~-.~;....l J ~<'.r"'" '>:; !"'.r'''''''''" ~ ",~'.' '.',!:I ~..,,_,.,. t' ',fk,1r - - - - - --------- - - - - - - - --. - - - - - - - - - ------- - - - - - -- - - ---.... - ---- - - - - -'- - - , . - - - AL TERNATIVE 1c . Impact to Winchester parcel south of Ocean 95 = 65' of property - - - ,- . ~~ ~~rking deficit - - - - - - - - - - '-- - - - - - WINCHESTER FAMILY - I " - - ~ , '~+::::.':-::;:::~:: :'~:..:' ::.=::=::::::.;...:~:::.:::~=~;, ~..~~::=:~.~::::~~~4~;~~~~~~;~:~;=;;; -r-+-t-l,-----r-,...-+-----+- --+----+-._".J._~;---+- ~---.l.~t--'r--+.-I- J-.--,-.......-+-- , -+--+---.--I,-,.-r--+--+.....Iy-+ --+--+--+~~+-+-....... " .;-: ':::::..::=~~=:=:::::::-.::~=-:=+-+--+-<-->-+-+-+-+~~ - , , c ''\, \ \, , , 9- WINCHESTER I FAMILY ... . ., Ocean Avenue Alternate Access Route Study ..' City of Boynton Beach - City Commission Meeting Stanley Consultants ~l, "" 3. Railroad Design 4. Ocean 95 .. Parking Variance Improvements Site Plan Modification Partial acquisition (Winchester property) ...:' 'fiI-~ . .. ",,' 1 '. Ocean Avenue Alternate Access Route Study ....'...... '.." '. ,- City of Boynton Beach - City Commission Meeting Stanley Consultants INC. l,loOir( "Vll' ~'-"'...., .1~..- t fRr_~:,!""'-"~"!.l"'!'~:.~"'il',," ."",."" .....,<t-~,.,... - ;;':'-;_.'~""i'~"l':~,>i~,'5:-:"1f~"",~~~ AltllQUgh I am not able to grant an easelnent, I am happy to explore alternative options to help both parties achieve a mutually beneficial outcome. Plea,se contact me at 954.609.38~t your earliest convenience to set up a meeting to further discuss options. ,'_'~__' '. '.."'.----"-"..':"'"~"--'~:f;..,..~-~':',.....'~.;;--'7'..,_..--.,,.,;:;.-?!'''''""'-",~".... .JtI, The eMemenl will caUSCI my llIS11nUlce rates to U1Crease; . The easement will t1~gatively affect the value of my property. The =sement willll1ake it 1JCCC:l5ary fQr me to ~hanBe my ~ite pla.n 3ntl \\-ill gi,'e me undue eosts A1tb<.'UIh I am 001 able b:l grant Ilfl eIl!eroent. I am beppy to explOre llIternaiivc options to hdp bOth partie$ achif!'le II mutuelly benef'ici,1 mdeome, Plene r:onlact me It 954,6{19,]84 t your earlieS1 c:onvenicrice to 3d: up Ii mcm.illg 10 further di$;C'USS o]:'tiryn!, S-mce , 6. Redesign Ocean .... Develop Alternatives Avenue . . Ocean A venue Alternate Access Route Study - .if; City of Boynton Beach - City Commission Meeting Stanley Consultants 1).- -.' "" . J , , , , . . . . . . . . . ~ . . . . . . . . . . . YES NO "- -Prepare FDOT Application -Public Involvement -Finalize Summary Report -Design -End ~" -Construction ", /'/ " '-... "------~ ... . Ocean A venue Alternate Access Route Study ., ~ City of Boynton Beach - City Commission Meeting Stanley Consultants 'OJ ~t- ." . Questions? .:,';ilf~c, ~~L"""~'::' " >;. . "._'-,,'.s"',. , r ' ,\'Y!\"::J , "C,", ",~",-? ,);':-" 1f' ." . 4'_ ~, " "'..-,;,;<."., ,;, ~ 1 ; March 3, 2009 '-/ ,,,,'.x ,-, ,. "'.. .},' \'.'" ',: .. <", , .- Stanley Consultants IN<:. ;'i',..t>. <-~...' ',."';'.11\ ' ""<~""""'" ,,~. CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM IX. - CITY MANAGER'S REPORT ITEM B Requested City Date Final Form Must be Requested City Date Final Form Must be Commission Meeting Turned in to City Clerk's Commission Meeting Dates Turned in to City Clerk's Dates Office Office rgj A ril21, 2009 0 June 16, 2009 0 Ma 5,2009 0 Jul 7,2009 0 Ma 19,2009 0 Jul 21,2009 Jul 0 June 2, 2009 0 Au ust 4, 2009 Jul 0 Announcements/Presentations rgj City Manager's Reoort NATURE OF 0 Administrati ve 0 New Business AGENDA ITEM 0 Consent Agenda 0 Legal 0 Code Compliance & Legal Settlements 0 Unfinished Business 0 Public Hearing 0 INTRODUCTION: This is the first of a series offollow-up discussion items related to the 2009-2010 Operating Budget and follows the initial discussion of the budget held at the March 17, 2009 City Commission. The staff report and the PowerPoint presentation for that meeting is at the City's web site at: http://www.bovnton-beach.orgfgovemmentldeoartments/publicaffairs/publications/preliminarydiscussionofgeneralfundoperatingbudget.html At that time, the City Commission provided initial comments on the budget. These are attached as Exhibit A. On March 5, 2009, the City Manager in a letter to City employees requested comments and suggestions on the budget issues from City staff. The comments received to date are attached as Exhibit B. As updates are available, they will be published. On March 26, 2009, the City published a blog article about the budget and requested citizen ideas on budget reductions. A suggestion box has been placed in the lobby of City Hall for citizens and employees to use. Suggestions received as of 4/13/09 are included in Exhibit B. The City will not receive preliminary taxable value information from the Palm Beach County Property Appraiser until late May. However, it is recommended that we proceed with budget planning based on the assumption of a 5, 7.5 and 10% reduction on taxable value. These were the three financial models discussed on March 17th. The table below shows the estimated deficit based on these three models. Assessed Valuation Reduction 5.0% 7.5% 10.0% Reduced Property Taxes $l.4M $2.1M $2.8M Projected Property Projected General Fund Budget Deficit at Alternate Expenditure Value Reduction % Increase Levels 0.0% 2.5% 5.0% 5.0% $ (10,511,871) $ (12,281,595) $ (14,051,319) 7.5% $ (11,265,870) $ (13,035,594) $ (14,805,318) 10.0% $ (11,910,871) $ (13,680,595) $ (16,041,255) Staff estimates the December 2008 assessed valuation of property (the date used for the FY 2009/1 0 budget) to decline another 5 -10%. At the current 6.4553 tax rate, this translates into a $1.4 million to $2.8 million reduction of ad valorem property taxes as noted above. S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM. DOC CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM RECOMMENDA TION: Discussion on the following items is requested. In subsequent meetings, the other areas discussed at the March 17th City Commission Meeting will be analyzed and presented for further discussion. I . Provide budget direction to the City Manager and City Department heads to begin budget preparation that contemplates a 0% increase over the current FY 2008/09 budget. 2. Creation of a 4-day work week for non-shift City staff. 3. Proceed to reopen certain provisions of all Police and Fire Collective Bargaining Agreements. 4. Authorize staff to proceed with research necessary for (a) evaluation of alternative City/employee contribution levels to the existing pension plans and (b) transition from a pension plan based upon defined benefit provisions to one based upon defined contributions for all new employees in all employee groups. 5. Authorize staff to prepare an early buyout program to be submitted under separate cover prior to adoption of the FY 2009/1 0 operating budget. 6. Review CRA options - Per direction provided at the 3/17/09 Commission meeting staff has reviewed and outlined four options for the Commission's consideration. 7. Review Program Analysis - Some of the areas staff will review: I) conduct a systematic review of all programs and fees to determine which programs are self supporting vs. those that are supplemented by general funds; 2) review all schedules of fees/charges to determine appropriateness of rate adjustments (and to consider automatic adjustments in for future years); 3) seek policy direction on existing programs that are not fully funded by user fees - does the City want to continue to offer programs that require supplemental funding from the general fund? EXPLANA TION: Many of the strategies require City Commission review because implementation of them will in some way impact the public and City staff. It is critical that any change in policy and levels of service be done so at the direction of the City Commission. Therefore, staff contemplates a number of action items over the next several months to begin strategy implementation. This report is the first of a series of agenda action requests. Based on the direction received by the Commission on the above items, staff will begin to prepare a budget synopsis (to be presented at the 5/5/09 meeting) showing budget projections/deficits and recommended strategies to balance the budget. ACTION ITEM #1 - 0% Budl!et Increase Budget preparation has just begun at the staff level. The Budget Team believes it appropriate for the City Commission to provide direction regarding preliminary cost containment approaches. The Budget Team believes that, at minimum, departments should be required to present operating budgets that show NO INCREASE over the current FY 2008/09 budget level. The Budget Team recognizes that this will be difficult for departments to do because there are a number of budget elements that will increase for reasons beyond the realm of control of department staff. For example, salaries in collective bargaining agreements contain built in increases, pension costs are increasing and certain building and grounds maintenance costs will rise (new building such as Fire Station #5 and parks such as Congress Community Park). To offset these increased expenses, departments will be forced to cut services and programs elsewhere, simply to maintain a level budget. The Budget Team recognizes that some departments will have difficultly in maintaining a level budget and the Budget Team also recognizes that there is a desire to not impact public safety operations. However, it is the recommendation of the Budget Team that all departments present budgets with no increase. S \BULLETIN\FORMS\AGENDA ITEM REQUEST FORM DOC 2 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM Summary and Recommendation Staff recommends that the City Commission confIrm, by motion, direction to all operating departments to prepare their operating budget for FY 2009/10 such that, at minimum, there will be no increase over the current FY 2008/09 budget levels and that operating departments identify offsetting program modifications necessary to achieve the budget directive. ACTION ITEM #2 - Creation of a 4-Dav Work Week Many units of government and private industries are considering and beginning a 4-day workweek and all for the same reason, cost containment. Several Broward and Dade County cities have transitioned to a 4-day workweek. Attached as Exhibit C to this report please find a comparative impact analysis prepared by the Sustainability Team for the Cities of Coconut Creek, Margate and North Miami. While cost savings are not significant, utility and custodial costs will reduce for those agencies that transition to a 4-day workweek. It can be somewhat difficult to specifically identify cost savings associated with reduced utility expense but custodial and other minor fixed costs are directly correlated to the reduced number of days that service is provided. For example, one can assume that custodial costs will be reduced by approximately 20% (4 days versus 5 days). Staff anticipates realizing a cost savings for energy, custodial and fuel of approximately $150,000 by reducing City Hall functions to four days. It is not the intent of this report to evaluate the intricate savings elements. In addition, there will be a "green" effect with lower commuting costs for staff. What are the public and employee impacts? Public/Customer Impact - There is no doubt that the services we provide to the community will change if we move toward a four-day schedule. One can argue as to whether the service change is viewed either positively or negatively. For example, City Hall would be closed one extra day per week yielding less opportunity for the public to conduct its business with us. Both Public Works and Utilities operate schedules that demand more than four workdays per week. Utilities operations function seven days per week and Solid Waste operates six days per week. Initial research suggests that we can close much of the administrative areas one extra day per week, but many of the field operations must continue on normal schedules. Current City Hall office hours are 7:30 AM to 5:30 PM., Monday through Friday. If a 4-day workweek is established, staff proposes office hours of7:00 AM to 6:00 PM., Monday through Thursday. Employee Impact - Impact on the employee is a very important consideration. Working ten hours per day for four days can be an exhausting schedule. Alternatively, the creation of a three-day weekend will likely enhance the employee's quality of life. The balance of these two elements is unique to all individual employees. Therefore, the opinion of each employee is "right" regardless of his or her position. Day care has been the primary negative aspect for employees. Many day care facilities close at 6 PM or require a premium payment for late pick-up of a child. It will be important to consider each employee's needs as much as practicable. Recreation Programs - It is a simple process to close City Hall, the West Wing and the Library one additional day per week. However, it is a bit more difficult to reduce hours in Recreation, particularly for those prograriJ.s such as after school care that operates five days per week. Because Recreation has advertised their programs running through the summer months in the Funfare Magazine, staff does not recommend change in Recreation building hours at this time. Rather, additional research is necessary to determin.e how to reduce building hours beginning with the fall program schedule. The Library operations also need to be reviewed. It may be appropriate to close the Library on Monday rather than on Friday. Other Considerations - The City's Sustainability Team evaluated options related to business hours to lessen the City's carbon footprint. The Team recognized that any reduction in the number of hours that City offices are open would enhance energy conservation and hence improve our carbon footprint. Lastly, there is growing support for a 4-day S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM.DOC 3 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM workweek in society. Even the local media recognizes that we must consider a 4-day workweek. In a September 8,2008 editorial, the Sun Sentinel opined on 4-day workweeks by writing, "local governments have few other options, and they should be doing everything possible to cut expenses. This one's worth serious consideration," Summary and Recommendation Staff recommends that the City Commission confirm, by motion, direction to staff to schedule and conduct City Hall, West Wing, selected Public Works and Utility administration operations on a 4-day schedule, Monday through Thursday, 7:00 AM to 6:00 PM effective June 8, 2008. This will allow employees to continue with their current child day care schedules through the end of this school year. It will also initiate some savings in the current budget year in which we are facing a projected $5 million revenue decline. ACTION ITEM #3 - Reopen Police and Fire Collective Ban!aininl! Al!reements The City has four primary groups of collective bargaining agreements (CBA). These are Police, Fire, Blue Collar and White Collar. In order to be able to modifY wage provisions for employees bound by these agreements, it is necessary to have supporting language in the respective CBA to do so. The City cannot unilaterally determine wages for any employees covered by the referenced CBAs without negotiations. Personnel services make up 77% or $54.5 million of the current FY 2008/09 budget and the CBAs contain scheduled increases. As a result, it will become virtually impossible to recommend a budget for FY 2009/10 with a 0% increase under the current provisions of the CBAs. As a result, we will likely need to modifY wage provisions beginning with the new budget effective October I, 2009, it is necessary to amend the respective CBAs. Because both the Blue and While Collar collective bargaining agreements will expire September 30 of this calendar year, there is no need to reopen these agreements because wage provisions will be subject to a new contract that will soon be negotiated for term effective October I. All Police and Fire collective bargaining agreements have current expiration terms extending into either 20 I 0 or 20 I ] . Therefore, to modifY wage provisions of these CBAs, it is necessary to reopen these agreements and City Commission action is necessary to do so. Staff wishes to point out that simply reopening the agreements does not imply that the wage provisions contained within them will be modified. Rather, the alternative of not reopening the agreements would completely eliminate any possible wage modification for these large employee groups. Summary and Recommendation According to the language in the three PBA (Police) contracts, the following procedure for must be followed: ARTICLE 12 ~ RATE OF PAY PBA POLICE OFFICERS & DETECTIVES Section 10. In the event of the passage of a State Constitutional Amendment or State Legislative Enactment which will alter or affect the flow of revenue to the City during the term of this Agreement, the wage/rate of pay articles of the Agreement may, at the written request of the City, be reopenedfor negotiations. Reopened negotiations shall commence and be concluded within forty-five (45) calendar days of the date the City gives written notice to the PBA of the City's request to reopen negotiations. If an agreement is not reached within forty-five (45) calendar days, the negotiations shall be deemed at impasse and the impasse issue shall be submitted to the City Commission at the second City Commission meeting following the expiration of the forty-jive (45j days The City and the PBA waive the appointment of a special magistrate to resolve the impasse issues in accordance with the provisions of 447.403, Florida Statutes. S'IBULLETINIFORMS\ACiENDA ITEM REQUEST FORM DOC CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM During the negotiations and the impasse process, if any, the base wages of bargaining unit employees will be frozen at the levels in place at the time the City requests to reopen negotiations and no subsequent base wage increases will occur except as thereafter negotiated by the City and the PBA, or, in the event the reopened negotiations do not result in a ratified agreement, as imposed by the City Commission through the impasse process. ARTICLE II-RATE OF PAY PBA POLICE SERGEANTS Section 3. In the event of the passage of a State Constitutional Amendment or State Legislative Enactment which will alter or affect the flow of revenue to the City during the term of this Agreement, the wage/rate of pay articles of the Agreement may, at the written request of the City, be reopened for negotiations. Reopened negotiations shall commence and be concluded within forty-five (45) calendar days of the date the City gives written notice to the P BA of the City's request to reopen negotiations. If an agreement is not reached within forty-five (45) calendar days, the negotiations shall be deemed at impasse and the impasse issue shall be submitted to the City Commission at the second City Commission meeting following the expiration of the forty-five (45) days. The City and the PBA waive the appointment of a special magistrate to resolve the impasse issues in accordance with the provisions of 447.403, Florida Statutes. During the negotiations and the impasse process, if any, the base wages of bargaining unit members will be frozen at the levels in place at the time the City requests to reopen negotiations and no subsequent base wage increases will occur except as thereafter negotiated by the City and the P BA, or, in the event the reopened negotiations do not result in a ratified agreement, as imposed by the City Commission through the impasse process. ARTICLE 12 - RA TE OF PAY P BA POLICE LIEUTENANTS Section 3. In the event of the passage of a State Constitutional Amendment or State Legislative Enactment which will alter or affect the flow of revenue to the City during the term of this Agreement, the wage/rate of pay articles of the Agreement may, at the written request of the City, be reopened for negotiations. Reopened negotiations shall commence and be concluded within forty-five (45) calendar days of the date the City gives written notice to the PBA of the City's request to reopen negotiations. If an agreement is not reached within forty-five (45) calendar days, the negotiations shall be deemed at impasse and the impasse issue shall be submitted to the City Commission at the second City Commission meeting following the expiration of the forty-five (45) days. The City and the PBA waive the appointment of a special magistrate to resolve the impasse issues in accordance with the provisions of 447.403, Florida Statutes. During the negotiations and the impasse process, if any, the base wages of bargaining unit employees will be frozen at the levels in place at the time the City requests to reopen negotiations and no subsequent base wage increases will occur except as thereafter negotiated by the City and the PBA, or, in the event the reopened negotiations do not result in a ratified agreement, as imposed by the City Commission through the impasse process. The qualifYing event to reopen discussions has occurred. This was the passage of the property tax cap referendum in January 2008. According to the language in the IAFF (Fire) contract, the following procedure must be followed: IAFF CONTRACT - ARTICLE 14 - WAGES In the event of State Legislative enactment that significantly impacts the economic revenue of the City of Boynton Beach or a City budget proposal in which the City is presented with economic hardship during the final two years of this contract (October 1, 2009 through September 30, 2011), and provides documentation to the union addressing S:\BULLETlN\FORMS\AGENDA ITEM REQUEST FORM. DOC 5 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM the possible elimination of currently employed bargaining unit positions, this section may, at the written request oj the City, be reopened for negotiation. The City will provide a minimum of thirty (30) days notice if it intends 10 exercise its right to reopen this section for negotiation. Section 2B becomes null and void on September 30, J()! I The qualifying event to reopen discussions has occurred. This was the passage of the property tax cap referendum in January 2008 and the preliminary budget discussion on March 17, 2009 showing a possible General Fund deficit in the FY 2009-2010. ACTION ITEM #4 - Evaluation of Existinl! Pension Plan Contribution Levels and Structure Public employee pension plans have had an increasing impact on the operating expenses of cities all across the country. Public employers are among a diminishing group to offer defined benefit pensions to its employees. Historically, the defined benefit pension plan has been offered to public employees as way to attract and retain quality employees. A defined benefit pension plan is where the benefit (B) is fixed and depending on plan investment income (I) contributions (C) from employees and the City must make up the difference to meet the benefit. (C + I = B) Public employees have seldom been paid at levels equal to their professional counterparts in the private sector and pensions have been one way to compensate the difference. Public employees, particularly those long-term employees, value these plans very much and have invested much of their careers in them. Employees have planned their futures and retirement around these plans and have expected that their retirement funds will be there for them upon retirement. However, defined benefit plans are becoming increasingly costly to the taxpayer and the employee because both parties contribute to the funds that support them. This is particularly true with respect to Police and Fire pension plans where employees can retire with fewer years of service and much earlier in life than their counterparts in general government operations. A number of public agencies have moved away from defined benefit pension systems to a defined contribution pension plan. A defined contribution system is where contributions (C) from employees and the City are fixed and benefits (8) vary according to fluctuating plan investment income (I). (C + I = B) The Budget Team does not propose or endorse any modification to the existing pension plans that fails to honor past commitments to employees and their families. However, the Budget Team fully endorses research that will (a) evaluate the level of employee vs. City contribution levels of existing defined benefit plans and (b) move our City towards a defined contribution pension plan for new employees in all employment groups, including Police and Fire. This action will be a foundation of cost reduction for the years to come. In addition, short-term, the contribution by employees into the current defined benefit pension system needs to be reviewed with a possible three-year increase to help cover pension fund deficits. The current employee contributions are: . 7% - General Employee Pension Fund · 8% - Police Pension Fund . 12% - Fire Pension Fund Finally, structural changes to assumed rate of return and other pension factors should be reviewed. The City Commission may make changes to the pension funds by Ordinance. However, the employee participation amounts may be subject to collective bargaining. Summary and Recommendation Staff recommends that the City Commission confirm, by motion, direction to staff to research (a) defined contribution pension plans for all employee groups, (b) modification of employee contributions and (c) other structural changes in the S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM DOC 6 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM pension system. Staff further recommends that resolution of this matter be achieved and if so warranted, a new defined contribution pension plan for all newly hired employees be enacted by Ordinance for new employees by October 1, 2009. ACTION ITEM #5 - Early Employee Buyout A voluntary Early Retirement Incentive Program (ERIP) could reduce future personnel costs by offering higher compensated employees an economic incentive to retire early and 1) replace said employees with lower compensated employees, 2) defer replacement of retired employees for a specified period of time, or 3) facilitate adjustments within respective work divisions based on job function analysis to determine if employees need to be replaced or if other employees can assume the responsibilities of those opting for the ERIP. Several formulas are being considered that may make this effort worthwhile, that is, to provide sufficient incentive to entice those either close to, or eligible for early or normal retirement, to participate. There are over 70 current employees (as of January 29th) who are either eligible for retirement or currently in the Deferred Retirement Option Program (DROP). The accepted formula will need to strike a balance between having too few employees participate and establishing incentives that will not significantly impact the fmancial bottom line, that is, unreasonably expensive for the city. To this end, it is imperative that this ERIP be structured differently than those provided between 1997 and 2002 in order to provide sufficient budgetary relief An ERIP plan, including at least three options and delineating the fmancial impacts, will be ready for Commission review at the May 5, 2009 Commission meeting. ACTION ITEM #6 - CRA Options - See Exhibits D & E Staff analyzed four options. They were: a. Dissolve CRA b. Reduce Operating Expenses of CRA by City assuming some operational support areas. c. Reduce the size of the CRA and return portions to City's taxable value d. Status Quo a. Dissolve CRA: Under this option, the CRA would be eliminated by action of the City Commission. This would take an ordinance approval. The TIF revenue generated from the City's tax rate would be retained by the City. This was $5.2M in 2008- 09. The TIF revenue generated from the County's rate would be retained by the County. This was 3.0M in 2008-09. The City would assume (1) all contractual obligations of a current undetermined amount of the CRA and (2) the future total debt service of$46.5M payable currently at $3.0M annually and reduced to $2.5M from FY 2011-12 to 2025-26. Assuming the CRA had been dissolved effective in 2008-09 and using the adopted budget for 2008-09, it would result in a combined $5.4M deficit for all funds. Total revenues - General Fund expenditures$ 3.8M Capital Projects $ 5.9M Debt Service $ 3.0M Total expenditures Net operating deficit of all funds $ 703M $12.7M $(5.4)M According to our calculations, the CRA will have an estimated combined fund balance of $5.7M on September 30, 2009 for its General, Capital Projects and Debt Service Funds if it was dissolved at the end of FY 2008-09. This is based on projected revenue of$7.3M and budgeted expenditures of$12.7M leaving an operating deficit of$5.4M this fiscal year as noted above. In future years the debt service obligations for the CRA (assuming no additional debt) the annual debt service in 2008-09 was $3,066,581 and very close to the County's TIF payment of $3,056, 180. S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM.DOC 7 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM Assuming no further contractual obligations, the Property Tax Revenue (City Only) of$5.2M less assumption of the CRA's debt service of $3.0M leaves $2.2M available to the City for governmental services in FY 2009-10 if no other budgeted expenditures were continued by the City. Debt service for the next three years is: 2010-1 1= $2.7M 2011-12 = $2.5M 2012-13 = $2.5M b. Reduce Operatinl! Expenses of CRA by City assuminl! some operational support areas: Here some of the current obligations of the CRA could be absorbed by the City in part: · Financial Services - City assumes budget preparation and some financial functions. Costs paid from TIF. See also this notation from the Florida Statues about the form ofthe CRA Budget: Per FSS 189.418 (4): The proposed budget of a dependent special district shall be presented in accordance with generally accepted accounting principles, contained in the general budget of the local governing authority, and be clearly stated as the budget of the dependent district. However, with the concurrence of the local governing authority, a dependent district may be budgeted separately. Comment: It is recommended that the City Commission determine if the CRA's budget is to be incorporated into the City Budget or remain as a separate budget. This matter should be addressed by June 1,2009. · Planning Functions - City performs some planning functions for affordable housing and economic development. Costs paid from TIF · Personnel Administrative Services - City performs personnel and recruitment services. health insurance administration etc. Costs paid from TIF. · Information Services - City continues to perform services. Costs paid by TIF. · Public Affairs and Special Events - Transfer functions. Costs paid from TIF · Office Space - Depending on space needs, the CRA administrative office space may be accommodated in the old Fire Administration Department wing of City Hall. There is about 1,955 sq. ft. Rental costs paid from TIF · Legal and Professional Services - Evaluated on case-by-case basis to see if there are cost economies with merging with existing professional service contracts with City. Costs paid from TIF. · Marina Management Services - Possible City assumption as manager of outsourced project. Costs have been budgeted as self-supporting payable from Marina revenues. Important Note: City staff has not analyzed current contractual obligations of the CRA. There are development obligations that include allocations of future TIF funds. c. Reduce the size of the CRA and return portions to City's taxable value: The Boynton Beach CRA is one of the largest in the State of Florida. The CRA area is 1,650 acres along the eastern edge of the City of Boynton Beach. The major north/south road in the CRA is Federal Highway/U.S. I. EasUwest connectors are Gateway Blvd... Boynton Beach Blvd., Woolbright Road, and Gulfstrearn Blvd. In 1999 the City Commission discussed and ultimately approved an enlargement of the CRA that added the following areas to the pre-existing CRA: a. North Sub-Area: The area on both sides of Federal Highway north of St. Marks Church to Gateway :\ small area west of the FEC RR was also added north of the C-16 canal also to Gateway. b. South Sub-Area: The area east of Federal Highway south of the Ocean Plaza properties including Sterling Village, then both sides of Federal Highway south to Gulfstream Blvd, excluding unincorporated areas east S\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM. DOC 1; CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM of Federal Highway and unincorporated pockets west of Federal Highway. In addition, a small area on the west side of Federal Highway south of Gulfstream, inside the City limits was included. c. West Sub-Area: The area west of 1-95 north of Boynton Beach Blvd that included industrial uses on Industrial Drives. The extension of the area did not include the residential area west of the industrial park. The pre-1999 CRA consisted of the core area bounded generally on the south by Ocean A venue, on the west by 1- 95, the north by the C-16 canal and on the east the west side of Federal Highway to St. Marks then both sides of Federal Highway to include the Marina area, Promenade parcel, Ocean Plaza. Also on the south side of Ocean Avenue generally at Federal Highway bounded by the FEC RR and SE 6th Avenue on the south. An analysis of the base TIF increment generated by these sub-areas dating back to 1999 would need to be prepared. If the area were reduced, any debt service obligations of the entire CRA would still be applicable based on a formula of acreage returned to the City. In addition, there may also be a deduction of property tax revenue due to the impact of specific developer TIF credits in detached areas unless the deduction is to be borne by the TIF of the remaining CRA area. Also, if the CRA is reduced in size, that area would also no longer receive the County TIF revenue. The impact of reducing the CRA would also affect the ability for redevelopment of the remaining area. d. Status Ouo: No change ACTION ITEM #7- Prol!ram Analvsis & Review of Current Fees/Charl!es Schedule: Currently, staff is updating the 2007 Program Analysis. All departments are systematically reviewing all programs and services offered. Currently the City offers almost 700 programs of which a large percentage are discretionary. With the extreme challenges we are facing with this year's budget this becomes a particularly difficult topic with which to deal, not only from a fiscal standpoint but from a quality of life standpoint as well. The City Commission has clearly stated its' desire to maintain the City's public safety services as its' primary goal. Our program service levels now become the budget item that requires us to review our "must have programs" vs. our "nice to have" programs. It requires us to re- address our "philosophy" regarding city programs and service levels, particularly how they are funded. As stated in our Revenue Policy Manual adopted by the City Commission, originally in 1993 and updated in 2007, the City Commission adopted the following "Statement of Philosophy" for Recreation and Parks programming: STATEMENT OF PHILOSOPHY: The basic philosophy of the Boynton Beach Recreation and Parks Department is to offer year-round diversified recreation services, ensuring that all citizens have equal opportunity for participation. However, since the demand upon the Department is greater than the public's ability to appropriate public funds to support that demand, it becomes necessary to charge fees and pursue other supplementary revenues and resources. Fees and charges for parks and recreation services will provide only one source of finance for the Department. They will be thoroughly evaluated prior to their adoption into the fiscal matrix supporting public parks and recreation services, a matrix which includes general fund appropriations, contractual receipts, land dedication, bond issues, grants-in-aid, and special gifts and donations. Fees and charges will supplement these other resources, not replace them nor be used to diminish government's responsibility to provide open space and leisure opportunities. Rather,fees and charges will be viewed as a method to expand and to continue to provide basic services on an equitable basis. The general benefit of services made possible through fees and charges must exceed any detriment imposed by the fees, and collections must be practical and economical. Staff seeks policy direction in how to approach our review and subsequent recommendations to the Commission on the continuity of the many discretionary programs offered by the City. To what level do we scale back or eliminate altogether? Our Recreation and Parks Department offers the majority of discretionary programs in the City and would likely be impacted the most, depending upon Commission's direction. S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM.DOC 9 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM As stated previously, staff continues to analyze our programs to detennine which programs are supported entirely by user fees and those that are not. We seek the direction of the Commission to detennine whether or not we desire to offer only those programs that are fully user fee funded vs. those that require supplemental funding from the General Fund (many of the "nice to haves"). As stated previously, it becomes not only a fiscal issue but a quality of life and level of service Issue. Examples of some of the areas we continue to analyze include: a. Transportation Prol!ram: This program is funded primarily through a gas tax revenue source ($225,000) with an annual operating budget of $272,126. This program employs 4 full time employees and .7 FTE for part time help. It provides approximately 47,000 transports annually (for Shopper Hopper, Senior Center, after school programs, summer camps and field trips). The average revenue generated by the ridership is approximately $12,000 per year. So where does this leave us? This is a program that provides very important services to a small number of individuals (in terms of a percentage of our City population). Our transportation program undoubtedly provides an improved quality of life for many of our citizens (seniors, children, families, etc.) There are also 4.7 people who are employed by the City for this program. On the other hand, Palm Beach County's Palm Tram and public bus system offer transportation services to all county residents. Their fees are higher and their service is much more limited. This raises the discussion of "level of service" . What level of service does the City want to provide and at what cost? How does this impact the quality of life of the citizens of Boynton Beach? If the City were to discontinue this program we would be able to utilize the gas tax revenues ($225,000) to offset certain capital expenditures related to roadways and maintenance which would ultimately free up other revenue sources that currently fund the CIP. Those funds can then be allocated to the general fund operations. b. After School Prol!rams: Currently the City offers after school programming to approximately 175 children on a monthly basis. The programs are offered through the Art Center and Hester Center and are generally filled to capacity. Our program revenues/expenses are: Monthly Fee Annual Revenue Annual Expenses Net Costs to City per yr. Art Center Hester Center $110 R/$138 NR $75 R/$94 NR $72,453 $52,466 $74,544 $60,871 ($2,091) ($8,405) In order to fully fund this program with user fees the City would need to raise rates by approximately $3.00 per child/per month at the Arts Center and approximately $8.50 per child/per month at the Hester Center. These costs are inclusive of all appropriate adrPinistrative and overhead expenses. ,A.s indicated in the abo've trrble, the City's annual subsidy is approximately $10,500 to offer after school programming. Does the Commission wish to increase the fees to fully fund programs such as this? SIBULLETINIFORMS\AGENDA ITEM REQUEST FORM.DOC 10 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM c. Beach Parkin!! Decals: As you know, the Commission approved staffs recommendation to increase annual beach decal parking permits from $30 to $40 (Ordinance revision approved on I sl reading on 4/7/09). Our Beach operation currently costs approximately $580,000 annually. The revenues generated by the annual decal sales and daily parking fees generate approximately $292,000 in revenues. This leaves a gap of $288,000 that is supplemented with a general fund contribution. As previously noted in your ordinance revision data, annual permit fees would need to be increased well over 100% (to $101 ea.) to fund the beach operation entirely. In summary, the above examples merely provide a sampling of the discretionary programs offered by the City. The Budget Team is not seeking decisions on any specific program at this point. We provide these examples to illustrate the difficulties we are facing in preparing a balanced budget for the Commission. It requires direction on philosophies of "what level of service do we want to be able to provide?" and "how should these programs be funded?" - with user fees or general fund subsidy? These are no doubt some of the toughest decisions this Commission will face this budget season. Staff seeks direction on how we should proceed in our review and recommendations to the Commission regarding our discretionary programming in the City. What level of funding for various programs should be supported by user fees compared to the overall general fund contribution? FUTURE BUDGET ACTION ITEMS (TO BE PRESENTED AT THE 5/5/09 COMMISSION MTG): . Review of Capital Improvement Project List to determine if projects can be cancelled, postponed or reduced in scope to provide one-time savings to transfer to General Fund. . Span of Control - Review of levels of supervision - staffmg levels . Future Annexation Policy . Inventory of City owned land/assets that can be sold . Take Home Vehicle Policy Based on Commission comments during the Budget Discussion on 3/17/09 staff seeks direction on the format of individual departmental presentations. If desired, we anticipate beginning them at the 5/19/09 Commission meeting. Staff seeks direction from the Commission on this matter. PROGRAM IMP ACT: The impact on City programs will depend on the actions recommended by staff and approved by the City Commission for each of the forgoing Action Items. FISCAL IMP ACT: Based on staff projections outlined at the March 17 Commission meeting, the potential FY 2009/1 0 General Fund budget deficit ranges from $10.5 million to $16.0 million depending on property value reductions and alternative expenditure increases as shown in the table below. Property Projected General Fund Budget Deficit at Value % Alternate Expenditure Increases Reductions 0.00% 2.50% 5.00% 5.00% $(10.5) M $(12.3) M $(14.1 M 7.50% $(11.2) M $(13.0) M $04.8 M 10.00% $(11.9) M $03.7) M $06.0 M S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM.DOC 11 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM While staff currently believes that the City will be facing the 10% property value and resulting revenue reduction, the Actlon Item to prepare and recommend a 0% expenditure increase along with other Action Items reduces the projected deficit from $ I 6.0 million to $11.9 million Savings will be quantified and presented to the City Commission in subsequent budget review sessions. We suggest that an on-going balance sheet showing the expenditure/program cuts, replacement revenues and use of fund balances be prepared as a way to identify and approve budget actions. However, until the legislative session is completed, we do not know if there will be additional unfunded mandates or further revenue constraints approved by the Florida Legislature. Keep in mind, in 2007, the Florida Legislature enacted property tax rate limitation legislation in the middle of municipal and county budget planning cycles. ALTERN A TIVES: This is in response to preliminary City Commission direction of March 17. 2009. A TT ACHMENTS: EXHIBIT A: EXHIBIT B: EXHIBIT C: EXHIBIT D: EXHIBIT E: Summary of City Commission and Public Comments on Preliminary Budget Meeting of 3/17/09 Summary of Employee Suggestions Received as of April 13, 2009 Comparative Impact Matrix - 4-Day Work Week CRA FY 2008-2009 budget Summary Less County T.I.F. CRA Boundary Map ,t""C ,I ,~c ~~ ~ department Head's Signature , , /wZ ~'v .~ City Manager's Signature . / Assistant to City Manager ~_ City Manager Department Name City Attorney I Finance S\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM.DOC 12 EXHIBIT A Exhibit A Preliminary Budget Discussion 3/17/09 City Commission Meeting Commission Remarks Commission invited employees/public to speak first: Mike Osborne, Blue Collar Steward: . City should look at car allowances for management - his wife had hers adjusted down - that's what companies are doing . Pay mileage instead of car allowance - could save a lot of money . Have City employees wash cars - not use car wash across the street . Listen to employees - they have ideas - but some are scared to say anything for fear of retribution Dan Scantlin, Resident - make FRS available to employees - consider/study migrating to FRS Vice Mavor Rodril!uez: . Continue to ask for input from employees/staff . Won't "sign off' on elimination of jobs . Won't support the reduction of police or fire services . Won't support an increase in millage rate . Staff should research feasibility of de-authorizing the CRA and bringing activities of CRA under auspices of City government for 2-3 years until economic climate improves - potential savings of $8M -9M - existing CRA debt to be factored in as well Commissioner Weiland: . Furthest thing he wants to do is lay people off - but "we have a responsibility to the residents of BB to look at where every single dollar is spent" . We should look at every department; all of the programs and services they provide, # of employees in the dept.; the responsibilities of each employee; employee salary and employee tenure. . Requested to know what amount of contingency (if any) is budgeted in each department . Wants to review all line item expenses . Should departments be re-structured? . Recreation programming - do we need to do? i.e. arts/library programs . Fire/Police Svcs. are "our #1 goal" - safety to citizens - last place to look, however, ALL departments should be looked at to save money . How can they reduce costs? . Ex. Nautica Park - will cost $560K - do we need to spend that right now? . Maybe we should hold on some of our CIP projects and not spend right now. . Can we use Park Impact Funds to bal. budget - no, but can possibly borrow - must be paid back 1 · Delray Bch. hired a law firm to review City operations and give opinion · Should we increase beach decal and boat ramp decal fees? · He invited employees to call or write him with ideas - maybe staff can place "boxes" in each department for suggestions. . Can't raise taxes - everyone is struggling . Can't afford more taxes · We should look at: freezing wages, 4 day work week, reducing car allowances · Balancing the budget will require balancing many things Commissioner Hav: · Things he wants - not to have anyone lose their job, maintain our LOS, and not raise taxes . However, 77% of budget is personnel- can't ignore that · Will not entertain idea of cutting the CRA . Agrees with looking at saving money in departments -like Commissioner Weiland and VM Rodriguez said . Look at early retirement options . Staff review SB 1482 - affecting retirement criteria - namely years of service and age - may only effect FRS and City is not in FRS . Don't want to layoff . Early retirement . Maybe adopt similar program like the FRS Commissioner Ross: . Thanks to Budget Team and Barry for making info. easy to understand . No one wants layoffs - that will be a last resort . Supports maintaining Police and Fire LOS . We should look at Span of Control- commissioners too so they can study it and understand it. . Supports 4 day work week . Supports salary freezes . Referred to Osborne remarks that employees making less than $40K shouldn't get wage freeze - said she understands where he comes from . Need to look and "must haves and nice to haves" . When we talk "furlough" of a program - what does it mean to the employee . KB response - they'd be reassigned or leave, but if program is personnel intensive the personnel costs may need to be reduced - that's what it may take - no more of "that's the way we've always done it" - the "nice to haves" may need to go away. . Ross - Obama Administration supports CRA and finds them appealing - redevelopment . We should look at Red Light Camera program as a revenue source - may generate $lM Mavor Tavlor: . Look at wage freezes - see what it'll save if we did for one year . Public Safety is "our #1 job" - public supports it and is willing to pay for it . State has forced reductions in millage - maybe it's time to decide our own millage - he is willing to increase up to 7.4 mil- which would raise $5M - public would probably support blc most of our budget is for public safety services 2 . Look at all properties we can sell- he'd like a vacant land inventory and inventory of assets we can sell . Open to 4 day work week . Shopper Hopper - now we have the Trolley - wants ridership data - number of people impacted - costs City over $200K a year . "Strongly opposes doing away with CRA" . Defined contribution for new employees - what would it save? . They need some data to review on these items. Vice Mavor RodriRuez: . Reiterated that tax revenue going to CRA could go to City $8M-9M . It would be irresponsible to ignore looking into it. . Possibly furlough CRA for a few years but budget money for redevelopment in the City budget . Let City Manager put the numbers together - to ignore would be irresponsible . Offered motion to authorize City Mgr. and Attorney to research - Weiland seconded motion for discussion Commissioner Weiland: . Stated the Commission needs information to base their decisions on . Suggested the Commission vote for it so staff can research feasibility . Stated no motion should be necessary blc they each deserve to have the information they need to base their decisions on . K.B stated all information should be looked at - all savings should be identified - we should look at all Commissioner Ross: . What about CRA employees - what would happen to them? . She is 100% supportive of CRA - it would be "a shame to dismantle" Commissioner Weiland: . If you had a business with 900 employees and think you can do it with 700-800 - wouldn't you look at it? Vice Mavor Rodrieuez: . Removed his motion from the floor BUDGET TEAM "TO DO" LIST ~ Determine cost savings of 4 day work week - including 36/38 hour work week ~ Analyze pension program - cost savings for defined benefit vs. defined contribution ~ Determine feasibility of Early Retirement Program ~ Review management package - review car allowances vs. mileage?? ~ Determine feasibility of "de-authorizing" CRA - revenue gained vs. current debt load ~ Determine savings of wage freeze for all employees 3 ~ Inventory all land/assets that can be sold - estimated "one shot" ~ Reduce operating expenses in all departments ~ Review current program levels: - essential vs. discretionary - "must have vs. nice to haves" -legacy programs i.e. Shopper Hopper ~ Review user fee programs - sustainability vs. fee increases - i.e. beach decalslboat ramp decals ~ Review Span of Control in departments ~ Red Light Camera program - potential revenue source 4 EXHIBIT B BUDGET HOTLINE CALLS 3/9/09 Daniel Spooner - Utilities, extension 6437 LORI RESPONDED 3/9/09 Utilities has 15 open positions and the City as a whole has approximately 100 open positions. Dan has suggested the City close these positions and announce them as closed due to budget. Dan feels this would have a major impact on our deficit projections. Department supervisors will have to devise a way to operate without these positions. He would have to do it in Field Operations and feel it's a good challenge and he is ready. 3/10/09 Anonymous Vote for 36 hour work week. 3/11/09 Vicki Lloyd - Civic Center, extension 6240 Thank you for implementing Budget Hotline very grateful. Votes for 36 hour work week A 2% salary increase across the board this year if possible or next or wage freeze. Take home vehicle policy revisited. Revenues from Boat Club Park look at may we can rent out more. 3/11/09 Brenda Gibbs - Human Resources Employees not currently paying for medical benefits should contribute $25 per pay period. 3/11/09 - Jim Macintyre, Boynton Beach Fire Rescue EARL Y RETIREMENT BUYOUT SUGGESTION Eli!!ibility - All employees who meet Normal or Early retirement requirements would be eligible. Benefit to Emplovee - Additional 1 %, .75% or .5% to multiplier for each year of employee's service, with a cap of 10% and one year of medical benefits. This would fairly reward ernployees with different years of service. Benefit to City of Bovnton Beach - It would include many more employees to be eligible for early retirement. This would give the City more latitude to eliminate positions or hire less costly employees with reduced or modified benefits (defined benefits vs. defined contributions, etc.). This would result in immediate cost saving due to the creation of vacant positions. This would allow the City to leave vacant certain positions, eliminate others or hire less costly employees at its discretion. 3/11/09 Anonymous Eliminating the high priced managers in Utilities which there are too many of. 3/11/09 Indra Sweeney - Development extension 6372 LORI RESPONDED 3iI2/()9 Article 1, Adrninistrative Code of Ordinance 2-13. Suggests that if there are any unencumbered or inappropriate funds left they be transferred to the General Fund at the end of the year. 3/12/09 Les Sarkkinen - Utilities, extension 6476 In 20 years working he has seen Utilities grow in management from a Director and two (2) Deputy Directors to now having to report to nine (9) supervisors whose jobs were created in the last few years. Positions seem to be not needed. Car allowance given to about 9-10 managers and when a supervisor has sornething they need to be shown in the field the supervisors has to take them out. Thought car allowance was for that purpose. 3/12/09 Fred Greenberg - Building, extension 6756 PAM RES PO NED 3/12/09 He suggested a Grants Specialist position be created so they can research and obtain grants. 3/12/09 Anonymous AUI Infiltration & Inflow doing inspections on sewer lines for Utilities, feels that this can be done with City ernployees since Utilities has the equipment to do this and it will save the City a lot of money by doing it in house. 3/16/09 - Planning, extension 6258 Who can initiate review of any possible issue with the homestead exemptions? Other cities have had reviews and found people who misreported or were Ineligible but collected sizeable revenues. 3/16/09 - Yury Konnkov, extension 6395 Look into new federal dollars for flat roofs like the library and install solar panels to greatly reduce energy expenses and be green. J 3/16/09 - Building, Anonymous Building has 3 Plan Reviewers and 3 Structural Inspectors. Feels Building should layoff these people then hire back when needed. Uniforms to be give only to Utilities and only people dealing with the public. Revise evaluation worksheet, too much paper. Evaluation could be shorter. 4 day work week 3/17/09 Joe Ivy, 1000 Sw 28th Ave, Boynton Beach, 33426 BARRY ATWOOD RESPONED 3/18/09 I know you must be scrambling to try and find a place to cut $10 million dollars. I have a couple of suggestions: My water bill comes every month along with a "high quality linen self addressed envelope"-I don't know how many of these are mailed out on a monthly basis-but being the finance guy you can find that number (I'd be curious) , multiply that by 12 and that gives you a small number you can quickly eliminate from the budget. More and more of these envelopes end up in the landfill as customers pay their bills on line, or in person. Another suggestion would be to begin once a week garbage pick up-if an average family generates more than that 44 gallon trash container in a week, they must be importing it. The neighbors of mine that need more than one pick up a week-don't recycle...Not you Jerry. I am sure if you ask the citizens where to cut in the next water bill you may get some better ideas than I came up with. 3/18/09 Wayne Bergman, Building, extension 6366 - LORI RESPONED 3/18/09 I'm not comfortable sending budget ideas to the Commission members privately, so I thought I'd send my brief ideas to you for your review. I'm compelled to do this based on last night's discussion. Please feel free to forward my ideas to the Commission members, if you feel that is appropriate. · Consider selling the sanitation department and water / sewer department. Start with a study to determine values. Sale conditions to include guaranteeing City workers would be employed at similar wage and benefits for 5 years and guaranteeing property owners would be provided stable, affordable sanitation and water / sewer charges for at least 5 years. Place the selling amount in a restricted fund and transfer each year into the General Fund, as necessary. · Consider selling the City cemetery. Start with a study to determine value. Place the selling amount in a restricted fund and transfer each year into the General Fund, as necessary . 3 . Capital spending freeze on all City projects until better economic times. Oceanfront Park, Jaycee Park dock, Boat Club Park bathroom and pavilion project, Congress Ave. Community Park, and the new Nautica / Meadows Park design should be frozen at their current stage. I understand the funding of these projects comes from CIP dollars, but I think it sends the right message to the residents. . Hiring freeze. Continue to eliminate vacant positions, including those in management. . Wage freeze. Then discontinue merit raises in the future. Limit any future salary increase to COLA. . All newly hired ernployees go into a defined contribution plan, with City matching 5%. Maybe a 401(a) and 457 cornbo plan, with the City paying 5% into 401(a) and employee paying 5% into the 457 plan. . Eliminate the complex and time consuming employee evaluation process, which consumes enorrnous time and detracts form other duties. As City staff attempt to provide the sarne level of service with fewer ernployees, we should not be spending 1 OO's of man- hours absorbed with such a complicated and involved evaluation process. . Review car allowances for senior staff, especially if they do not use their car for work- related business on a regular basis. . Four day, 8 to lO hour work day schedule and close City Hall one day a week, resulting in electric savings, less wear on mechanical equipment, reduced carbon footprint and a better quality of life for the rnajority of staff. . Increase or add user fees throughout City departrnents, including the beach pass program to at least break even each year. . Consider privatizing certain City departments (or portions of departments) whose services can easily be provided by outside consultants, on an as-needed basis - if the out sourcing is rnore affordable. This could be accomplished by freezing vacant positions, not hiring new staff and beginning to utilize outside firms to provide certain services. The City would only pay for services it requires, not a full wage with all payroll-related benefits. . Make a decision on the future of City Hall and move forward, as opposed to continue spending money on the current facility in upkeep and maintenance. . Raise taxes, at least back to the level before the "boom". . Public Art program??? Why??? Let's furlough this program until better economic times return. I have heard developers state that they have passed on recent projects in Boynton Beach due to the 1 % Public Arts fee. . Aggressively solicit other municipalities to provide Building services to them, either as a whole or by providing staff to supplement their operations. 4 · I would like to discuss 553.80, F.S., with you all and Quintus Greene, at your convenience, regarding the advantages of establishing an enterprise fund for the Building Division of Development and some ideas I have for a cost allocation program for City- provided services. · Eliminate the shopper hopper program. · Begin "flattening" the size and scope of City government. Just my opinion, but based upon serving as a Township Manager in P A for 7 years, and being in P A government for 11 years, our City is extremely top heavy with senior management. I'm not sure we need such a tight span of control in areas outside of public safety. Thanks for your time. 3/19/09 Joseph Green, Library, extension 6396 Salaries should be frozen at current level. City should contact FPL to do an energy audit on all public buildings. Look at number of days per week garbage is collected and possibly go down to one day a week. 3/19/09 BUDGET QUESTIONS AND COMMENTS Provided by: Paula Leblanc, Facilities Management, Ext. 6205 This is collaboration represents budget cut suggestions from various employees in the Public Works Department; all employees that contributed with these suggestions are requesting a response in writing regarding these suggestions. Defer Replacement Vehicles for FY091l0 and then transfer the $2,376,244 to the General Fund. Defer Pre-Funding for FY091l 0 for all of the General Fund for an approximate savings of $2,500,000. Use old Police Squad Cars as vehicle replacements for staff cars and DNR (do not replace) or pre- fund in the future years. Eliminate longetivity bonuses or space them out from every five years to every ten years. Defer all CIP projects that are not related to maintenance and transfer dollars to General Fund. Cell Phones: Who really needs them? Comrnissioners (why at all), Department Heads (probably, but no email), Assistant Directors (maybe, but no email), Division Leaders and Call-Back Employees (go to beepers at $2 per month verses approximately $40 per month). Travel: No Out-of-State Travel. ..no exceptions. Use Webinars when possible to save fuel. Recreation Programs: Do they pay for themselves and ifnot, at what percentage do they pay for themselves? Must set a minimum percentage or eliminate. We can't continue to meet the needs of a few. 5 Four - 10 hour Days: Change all administrative, non-shift, non-task staff including recreational to Monday-Thursday or Tuesday-Friday from 6:3017am - 5:30/6pm. Try to coordinate days and hours with other local municipalities. Might need to offer before/aftercare for ernployees' children. Reduce Paid Holidays. Ifmost staff would go to a Tuesday-Friday schedule, this would elirninate hundreds of dollars of holiday paid and still in many cases the employees would have the holiday off especially considering that MLK, President's, Memorial, and Labor Day are all on Mondays. Code Enforcement: Do they get time to go to the gyrn in addition to their lunch? Why do sorne of them ride two to a vehicle? Uniforms: Eliminate sweatshirts, jackets, multiple style shirts (make uniform). Some places only provide shirts and the employee is responsible to rneet the dress code including safety shoes on their own, but can use the expense as a tax deduction since they are required. City Consignment: Instead of taking iterns to the Surplus Store, could we do our own consignment-type shop? Vehicles (Take Home): Contractual employees with Take Home Vehicles to be responsible for gas; insurance and maintenance to remain with the City for liability purposes and to ensure proper maintenance. Police & Fire (and maybe even the Contractual employees) with Take Home Vehicles to do a cost share. Limit the driving distance for Take Vehicles. Reduce vehicle washing at Main Street; use truck wash station at Public Works. Do not give up 40 hour pay weeks; freeze raises instead. This would ensure that no employee takes a cut in hours while shift workers are unaffected. Or cut 5% from every single employee's pay from top to bottorn including both shift and non-shift workers. Elirninate Managernent Package Bonus Vacation Days. Elirninate Quarterly Vacation Day Bonus. Eliminate the contractual On-Hold Message and have in-house staff do the updates. Review Organizational Charts for proper Span-of-Control; especially Utilities and Parks. Move Streets Division under Utilities including the street sweeping function to help with utility cut restoration and keeping debris out of the stormwater system; this would be a savings to the General Fund and may be rnore appropriately placed due to need. Did the Commission actually start receiving a pension last year? Why? Elirninate Floor Mat Service. Eliminate Annual Deep Cleaning of the Fire Stations (down from Semi-Annual Deep Cleaning) from Facilities Management Budget. Have the Fire Department become solely responsible for cleaning adrninistrative/rneeting areas at FS I & FS3. Have the Fire Departrnent become responsible for more basic maintenance at the fire houses. 6 3/20/09 Anonymous Eliminate uniforms to employees who do not work with the public and those that get uniforms should buy their own pants. Eliminate gas allowance except for Field Inspectors. Have departments share vehicles. Eliminate and/or furlough programs such as Shopper Hopper, Public Art. Excessive management in Utilities has worked with less in previous years. Utilities has outside people doing work which could be done by Utilities such as AUI, and Line Tech. Take home vehicles for supervisors, directors, workers should be looked at. No vehicles should be brought home unless on call and if you do bring a vehicle home you should pay for the gas. It doesn't look good for city when you see s supervisors with City vehicles at the pool supply store, or Publix. Too many middle management personnel. Freeze salaries. All travel should be cut out unless inside county. Early buyout if possible. CRA bogus also top heavy. 3/27/09 - Conley, Rosanna. Engineering, Add motion sensitive lighting to the bathrooms or other rooms that are not occupied. That way the lights will automatically be off when empty. (I like this one) Have Board meetings in another location besides the Chambers, which uses a lot of electricity and lighting. The Chambers is not necessary for every meeting. Use a smaller conference room to accommodate a smaller group of participants to the meetings. Raise the insurance deductions to cover some of the City's cost. Right now a single employee has no deductions for insurance. Also, charge higher premiurns for families with more children, instead of a flat deduction for family coverage. Why should a family with 3 children, pay the same premium as a family with I child? This way, we are not getting a large percentage reduction in pay, but still receiving insurance coverage. Let employees have the choice of working as many hours as it takes to cover their cost of benefit deductions, without the fear off losing their insurance coverage, which would still be their normal deduction as if they had worked 80 hrs. Employee has to work enough hours to cover the deduction costs of insurance, pension, life insurance and other personal deductions. No more cornpany take-home vehicles. The city vehicles can only be used during working hours. This way, there would be less wear and tear, insurance cost and less fuel usage. Also, have oil changes done at vehicle service, instead of sending the vehicles out for service. Have flex time. 40 Hr work week not mandatory. .. If an employee would like to leave early or corne in a little late, and his/her important work task are completed for that day, let them have the choice of vacation time or leave without pay; therefore, saving vacation time and money. 7 Keep longevity bonuses every 5 years as an incentive in this trying economy, depending on how many sick hours used in that 5 yr period. A fair number of hours should be decided on 4/1/09 - Christine Roberts, Assistant Director Public Works I have been very compelled to make a statement regarding budget reductions and after this morning's budget meeting find myself even more compelled than ever. I have a suggestion for a budget reduction that I believe has merit, is fair to the entire organization and will not decrease services to the community by reducing work hours. As has been stated the biggest bulk of the City's budget is personnel costs. I suggest that every single employee of the City from the Commission down take a 5% cut in pay. According to the Budget Power Point presentation, page 13 Personnel Services = $54.5M. A 5% cut from that figure would save 2.725M, I along with several employees I do not believe that cutting only some employees work hours to rnake up for the budget shortage is fair. I also believe this will cause great morale issues within the organization that will affect job performance. In my humble opinion fair is fair and all City ernployees are responsible to work together for the good ofthe City and their co-workers. Pay cuts are not popular but need to be made in fairness to all. By only effecting certain employees and not the entire organization people will ask "why does the entire fix have to come off my back, haven't I been a hard worker and contributed to the organization as well? Public safety is a very important aspect to this organization but so is garbage pickup, water running from faucets, sewer systerns not backing up in to homes, some Recreation prograrns that add quality of life, etc. I understand that a pay cut across the board isn't enough to balance the budget and possible additional benefit increases (i.e., Pension) could decrease take horne pay as well. However in speaking with many ernployees all that I have come in contact with have said cut my pay, take away benefits but please don't take my job. Additionally, if this option is used then possibly City services don't need to be effected with reduced work hours. This could help rnaintain some of the services without losing productive hours. Just a suggestion and food for thought. 4/7 /09 - Anonymous 4 ten hour days with 1 furlough day each month. If the city is filling a vacant position, it should look at filling it with a lower grade. Example would be instead of a Mechanic Sr. Grade 17 replace with Mechanic Grade 13. All employees should be affected by a salary cut, that mean Police, Fire and Utilities. Just because they are shift personnel doesn't mean they shouldn't be affected. It seems that these departrnents are the favorites and always get what they want especially if they play the right games. To rnany Adrninistrative Associates (5) in Utilities when a department like Public Works only has 2. Also amount of management staff should be looked at. Car allowances and take home vehicles should be looked at. The City doesn't look good when you go to Publix or Wal-Mart on a weekend and see City vehicles parked. Discontinue tuition reirnbursement until we can regain stability in our budget. Everyone should take a 5% salary reduction across the board. Discontinue $500 bonus awards. 8 SUGGESTION BOX COMMENTS Suooestions for Reducino Budoet Stop all overtime, with the exception of emergencies (Le. fire, police, natural disasters, etc.) Freeze wage increases. Suspend City Manager incentive bonus program payments. Go to a 4/10 schedule Stop Trolley and Shopper Hopper Services and other services not crucial to the operation of the City of life/safety of the citizens of Boynton Beach. RE: The Budaet A reduction of hours alone would severely impact City employees. Add to this an increase in mandatory Pension contributions, and the results would be even more devastating. Out health benefits have already been seriously eroded, yet there are those who have suggested employees contribute $25 every pay period toward health insurance. I, for one, would not be able to manage financially if these procedures were adopted!!!!!! Cuts in hours means the difference of "making a living" or not, paying the mortgage or not and yes, even eating or not!!!! I implore you to find other ways of balancing the budget. A reduction in hours should not be on the table!!!!!! Before even considering cuts of any nature, all perks and extras should be eliminated!!!!!!! Anonymous I highly oppose the cutting the work week down to 38 or 36 hours. Those who don't should stop and do the math. I don't care how much you are making its going to affect you. Assess yearly fees Le. $150 per person for Senior Center users (In addition to fees for classes, lunch, etc.) Membership usage fee. Discontinue trolley service. 4 day work week w/36 hour or 10% salary cut. Reduce CRS's budget until the economy picks up. Reduce Parks & Rec's Budget. 1. Eliminate uniforms for all, except those in field (Shirts & hats) only. Pants don't have city logo. 2. 4 - 10 hr day's w/Monday as day closed. Eliminates 4 Paid Holidays. Bargaining agreement should agree to this if it saves jobs. (How could they dispute if it prevents layoffs) 4 Paid holidays x however many employees. 3. Safety newsletters and other hand outs w/checks could be scanned and emailed saving paper. 4. Check stubs - Make available online if people need it printed saving cost of paper generation them. No Public Art Fee Stop Building Parks - No Capital spending Dissolve CRA 4 day work week (4/10) 1. Cut ill! car allowances except for the inspectors. 2. No holiday parties / events/fairs/concerts until economy improves or start charging a fee. 3. Get rid of Trolley or Shopper Hopper or start charging a fee for their use. 4. Reconsider the CRA department for now. 4 - Day work week 9 - Hour work day 1. When needed only one new city shirt/uniform per person. 2. City / Police cars to be washed only when needed. 3. Very basic grounds/street median upkeep. 4. No raises (wage freeze) for everyone including City Manager, Commissioners, Mayor, Chief of departments and directors of departments. 1. If a certain dept. is slow enough maybe someone can move temporarily to a dept. that may need the help. 2. Reconsider Public Art for now. 3. If layoffs need to happen don't always consider seniority. Also, consider work performance. *1 know some "seniors" who don't work as hard because they think since they have seniority they are "safe". * 1. STOP capital spending 2. STOP Spending money on "New Parks" 3. Consider the Sheriff to take over Law Enforcement and cost savings 4. Engineering has a large amount of employees doing ??? 5. What does CRA do? What does it cost us? 1. Work 4-10 hours days 2. Stop putting money in to parks (until economy improves) 3. Stop either trolley or shopper hopper 4. Cut car allowance for management 5. Combine CRA & Community Improvement Put the CRA on Hold until The Economy Gets Better. We need that revenue!! 1. Put certain projects on hold until economy gets better (Parks, CRA, Public Art) 2. The Trolley when I see it is empty - cut it out for now 3. Reduce work week 4 days at 9hrs 4. Charge more for certain functions (beach, Parks, Library fees) 5. No Special Projects wage increase. Make According to classification 6. Cut car allowance driving city cars after hours 7. Reduce Holiday Decorations (Christmas Tree) 8. Uniforms for only outside employees Stop additional pay to employees being paid above pay grade. (our job description says other duties as required) Increase fees for city services Stop charging public art (at least until development picks up) Don't do Christmas tree Stop uniforms for everyone except field people Cut extras like car washes Re-distribute employees from departments that have no work Consider reducing Mid-Management positions Eliminate car allowances except for Inspectors 4 day 10 hour week with 1 furlough day each month If the determination ends up with the requirement of reducing employee hours my recommendation would be to require a one day a month furlough, rather than reduced hours per work days. This would result in a 5%-6% salary/payroll reduction while allowing city staff an entire day off. Additionally, if the furlough day was defined by the city would result in an additional day of operating cost savings and could be incorporated with a 4/10 work week. Change City Hall hours to 8AM to 5PM daily would save money and payroll time. I want to change taxes in America it is wasting money. Change Beach Pass Policy; eliminate free beach access for handicap stickers. Anyone including non-residents with a valid or invalid sticker has free access, These stickers can be transferred from car to car or person to person allowing unregistered cars into Ocean Beach Park. If you want to give free access to residents of Boynton Beach have them register their vehicles address and receive a free/1/2 price sticker. Handicap status is not a financial condition. Eliminate Art Director position. Delegate to another department. It has been over one year that I tried to save the City money. I have repeatedly asked to bring forward the concept of saving with their mail items. The dimensions of an envelope are the key factor in saving not the weight. During these hard times of strict budget all classes and out of the conventions should be eliminated. I do agree with Mr. Wayne Bergman, that all the evaluation merit raises should be eliminated, for the simple reason it is time and money wasted on a subjective opinion vis-a vis an objective. Consider unifying departments with similar processes. Learn each others operations; work will flow continuously and productively in case of absenteeism or other extreme factors. Consider also, and we can save plenty by using our expertise to train employees in our Computer Room without spending any extra money for an outside instructor. Sent via email - 4/7/09 In light of the recent discussion with respect to the current year's fiscal shortfall and the potential for foregoing the employee raises effective 4/1/09, I was wondering if the possibility exists to substitute vacation time in lieu of salary increases. This would save any immediate out of pocket costs to the City while still providing a benefit to the employees. Basically it would be deferring the raises to the employees until they leave their employment with the City. Rating of 2.0 - 3.0 = 2 weeks Rating of 3.0 - 4.0 = 3 weeks Just a thought & maybe help keep morale up. Respectfully, Scott Blasie Code Compliance Administrator On Apr 8, 2009, at 7:18 PM, "RckJA3@aol.com" <RckJA3@aol.com>wrote: Dear Mr Bressner, There are a couple of things that have been on my mind to save some money... 1... I don't know why the city is talking about spending $123000.00 for the utility dept to build an office space for the utility inspectors, when they are already in a perfectly fine office space right now. Why should they move, and spend so much money just to make room for filing space.... Make the room where they want to spend all of that money, FILING SPACE....2.... I know the issue of taking $10 a month off of city workers phone allowances came up to save money. Ok, that might help some, but, I think that there are other things that the city can do to save ALOT of money... 3... Look at the Inflow & Infiltration project in the city utility/ sewer dept.. The city is paying out a very large amount of money to A.U.I to clean and televise the city sewer system for problem areas. Then why does the city have there own sewer cleaning and televising equipment to do the same job. I know that they can do the same job... Isn't that what they are there for???? It seems that the city spends an awful lot of money on things, that can be taken care of IN HOUSE... 4... If our parks dept can't mow grass for the city. Then why are they there??? Money is spent on Villa and Son... Why? I thought that the city had a good Parks dept. .. I just don't understand why the City of Boynton Beach is spending so much money for other companies, when they can be taking care of this same work in house w/ the city's own people... That's what tax $ are for... Right? A concerned citizen Felix Carim - Utilities 4/13/09 After further discussions with fellow co-workers I believe we can save the City a substantial amount of money by volunteering & performing in house maintenance work (cutting grass, painting and other costly work that we pay to private companies. I would be the first to volunteer. I know a lot of employees would follow. Exhibit C: 4/10 Schedule Analysis - Summary City of Boynton Beach - Development DepartmentlSustainability Committee Below is a summary of the preliminary research that was conducted regarding 4/10 schedules. currently on a 4/10 schedule, but merely considering. !i!l"'~r"ment Contact En~ty Cityot CO~Qiliit CreeK City ot Mai'late Pam Kershaw, HR Director Ruth Rodriguez, Administrative Assistant, HR George McNeil gmcneil@margate 954-956-7741 Mayda Pineda, Assistant, CM's Office Monday - Thursday 7:00am - 6:00pm Monday - Thursday 8:00am - 6:00pm (open 1 hr. earlier and 1 hr. later; used to be 9-5 based on 1979 reso) Monday - Thursday 7;OOam - 6:00pm Q.partihenti EXClUded Recreation &; Parks, Fire, non- Administrative Police staff Fire, Police, Rec & Parks, Utilities Admin PO on 4/10; museum, library open M. F; Parks admin. office closed, but staff M.F Issue: Daycare Parents w / children in daycare, 2nd jobs; gave plenty of notice - staff on own to make arrangements Complaints at first. personnel (@ CM direction) arranged time slots; Directors handled specific schedules C\Docwnents and Settings\welshpILocal Setlings\Temporary Internet F1IesIOLKIIExhibitC4dayweeksynop (2).doc ISSUl!: Union Four local municipalities were contacted. Of those four, two provided feedback and one is not No unionized staff members Hour Change: used manager's right to revise work schedule Lunch: 1/2 hr lunch &; two 15-min breaks. can't combine); concern w/employees working 10 hrs in the sun (Rec &; Parks not part) Non-Union: can combine lunch &; breaks outside 1 st and last 2 hrs of shift for child care pick u PD only is union; does not own Fire Dept (uses County); Issue: Holidays . ...._-...,'., Closed on holidays; if falls on Sunday, then closed Monday; if falls on Friday or Saturday, will not close but give staff 8 hrs. vacation time (not 10) Closed on holidays; If holidays fall on a Friday, give staff personal Holiday (Sat., Sun.) Closed like normal; If holiday falls on Friday, then no personal time; if holiday falls on Saturday, no time off Issue: Other Customers/ delivery companies still drop by on Fridays (used to "traditional hours"); number decreasing Notes Exception made for flextime &; telecommuting Customer satisfaction: 86% satisfactory response (1 yr. after) Savings: employees using 20% less fuel for commuting; no significant energy savings as they are open the same # of hours Sick Time: Average 22% decrease of unanticipated sick leave Increased Morale: 95% of employees responded favorably to new schedule (1 yr. after) Telecommute: Some staff members work 8-9 hrs/day and telecommute the balance of hrs. Some employees still work on Frida Announcement: Publicity began in April 08 that 4/10 schedule would be effective 10/1/08 4/10 schedule was a directive from CIty Commission Savings: Saved on uniform cost, hardware costs, productivity gain, VMT (veh. Miles travelled), and extended hours Staff hesitant at first (too early, long day) but got used to it . happy now; residents happy they can come in earlier (water bills, City Clerk's office, before/after work hours) Adopted by resolution on 9/1/08 (proposed by Mayor with Council support): "Pilot" program in summer - staff could volunteer for 4/10 (could choose Monday or Friday off); tr:1 ~ ....... CtJ ....... >-j (') E:\ \ eRA FY 09 Budget Summary if Dissolved Boynton Beach eRA \-----.-T~!TTl ~i \ ~Ih:a I " I \,-~\ f-~'t-T~ !, fr-,..J-~. '11, "'''~& ____~_~~ r '~G~ .:.......1 I -<'1\~." I~I" !~ l' c-. t< ,Ti. . i~'""""'Y' E' i' -~ ~ '-; t1~~~_'fL"_'~'_li'_'.;~~.-_+,~1.. ,- -"--'1=, ~ ':, I 'I!'" ..,j ..;.;;;;;-- ~ :;-J~}~~.-~~~ " ~~~,~.... ~"~y:t:;#" '~'~i" ~=-!!"-'~ '~/, I"',",.", :"'(\ ! ~.!!_~ ~c.. '*, .If.!~, ~\\~. ~--ti~_. ". '-~-1i .'~ L ~ -k-.i=i '-;-""',11 t!..." i l<!"" _ ,:_'!:..:.1itt."",,:'.-, r:......-Jc-. . ,_~~tf~~?~ . - 7:., !'ir;!'-.!->,~~ I. II .-....~.~-._-_~ll~;J! ~ir~;.//~>\'ii.:;t-li'! I l._~'~_^' '1;!--1 II ;""_-l___ t -.-~;;;;'"~.-) '"'::=3',:'.:;:'-- I . ~! 1_;;:_ .._~,.~!--__-=::~ ,/,-:;:,.! "-.' - ..... ....,.1: 5! t ~ ! ';';;'-17 'iTa. '~ >---""',- !!'W' ! -_- ., "~I! ,1-=__. , In.III! -'"11+ ~ II i . I' ~ -- -~-T-r ./ :~~t~1 I ~~~~~~-r~~~~-=-U i'~ s=-~~ \ .f :~1'i.:.._.-~~Y;;f,::j ....--. -.-""" 51. · i - 1 - 5, I -~=-:-- -,.- Il'~ :f ,- -i~ " i~::: - ~-. ~~: ,-- ,: t~-- It" '. ~ : Jif'"f-I; :1 ~-~------- x ./ / "-_ i ~ -~.~'~---- . -~ - -, r !__ . I, : 'i l...- _~~~,l .". ~=_il!: Iii! ;;';.-~~~I 'i--in I::J,: \~~jCI ~1r--=r~:J-n-;,1~ ....., I,',' I , ", s: S' i"~' , , . 'Ij-l · ~....:-l.~(; {' ;1/ "~(c..~~-! ~ II ill ~ \JL'!II-...'.!!,'!- I ://l[~___ ~-T~j__~1 f..~ 'I'Y." L"':"-.fTn~"I' . '51 ',II ,.f~t~;--,-lli I lil'.....s" l'jr'-'->I / lr--1l.-b;_I--'~-l ..~,~.~.- __I ~ ....... n!~' . ~l ; -- -~j..; r --/ -~~~;."~-il I "'""t. I' , ~1rt;t'/ -.-L-ii " '-"f~~ !I~I IE:~=j ,M.___ f~'-~...-..- / -C-~-, J , ~(~ -- { ~..;. --" EXHIBIT E IX. - CITY MANAGER'S REPORT ITEM C CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORlVI 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 I, 2008 (Noon) D February 17, 2009 February 2, 2009 (Noon) D 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) [gJ APril?,200) March 16,2009 (Noon) L lC,,-loi~d D AnnouncementslPresentations [gJ 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: Review draft RFP for City Hall and Police Facility(ies). Provide direction to staff on how to proceed. EXPLANATION: At the February 17, 2009 City Commission meeting, staff was directed to prepare a draft Request for Proposal to accomplish meeting Police Department space needs and City Hall operational space needs. The draft RFP will provide the City with: 1. Proposals for a stand-alone Police Facility, City Hall or both, This can be on city owned property or elsewhere. 2. Proposals for Police functions to be provided as part of an office building. 3. Proposals for General Government functions to be provided as part of an office building. 4. Parking for all options including 5. Funding for, or refurbishment, of the Old High School property. PROGRAM IMP ACT: The estimated cost of a stand-alone Police facility including a parking structure, exclusive of land costs is $28-$31 M. The City has planned an 80,000 sq. ft. stand-alone Police facility on property the City purchased in 2003 at the SE comer of Gateway and Highridge. This is adjacent to Fire Station #5, which is to be complete in July 2009. This planning effort is a way to determine if there is a viable alternative to constructing this facility. However, the staff is also pursuing Federal stimulus funds for the 80,000 sq. ft. Police facility at Gateway/Highridge in an effort to bring the cost of the Police facility down to a range of$21-$23M. FISCAL IMP ACT: Funds are appropriated and funds will be available upon issuance of bonds for the Police facility at a cost point of about $28M however this project is an effort to see if the City can deliver a Police facility at a lower cost. There are no current funds budgeted for a relocation or replacement of City Hall. Funding for this portion of the project would have to come from proceeds of the sale of the City HalllPolice facility property, a referendum bond issue or other financial vehicle. AL TERNA TIVES: I. Proceed with the Police facility only at this time, 2. Hold both projects until the economy moderates with the recognition that bid prices will also escalate with a delay. S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM. DOC CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM I .. I 7 \ff? I'a ~ '\_u~ -~-- Department Head's Signature City Manager's Signature Assistant to City Manager _ ~ -------"---,- Department Name City Attorney / Finance Exhibits to Report: Draft RFP Document Excerpts of City Commission Minutes from February 17,2009 Aerial of City Hall Complex and Surrounding Area S\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM,DOC City of Boynton Beach Draft Request for Proposals Police and City Hall Facilities. Purpose and Overview The City of Boynton Beach is evaluating a variety of options related to the provision of office space necessary to provide both Police and General Government services to our community of 65,000 people. This Request for Proposals is intended to solicit proposals from the private development community that may satisfy the City's need for space in general. It is the intent of the City to consider any and all proposals to provide the referenced space. Creativity by proposers is encouraged. Proposals need not contemplate only traditional "stand alone" governmental buildings. Rather, all available means and resources that can provide the necessary office space and supporting elements will be seriously considered. Space for these services can be provided at any location within the Boynton Beach municipal boundaries. History The City of Boynton Beach, "The Gateway to the Gulf Stream," is a coastal city located in a rapidly growing area of Palm Beach County. Major Nathan S. Boynton, a native of Michigan who distinguished himself in the Civil War, founded the city, which has a current population of over 65,000. Boynton directed the construction of the Boynton Beach Hotel from 1895 to 1897. He and his workmen, recruited from Michigan, brought their families and settled in the new town of Boynton. With other settlers, the early years of our city were spent building a town, raising vegetables to supply their needs and those of the guests at the Boynton Beach Hotel and shipping pineapples, tomatoes and other cash crops north on Henry Flagler's new Florida East Coast Railroad. Today, the city attracts a multitude of business and industry and people of all ages and interests. Boynton Beach Today Residents and business owners in Boynton Beach are served by a City government that provides a variety of services. From necessities such as water and sewer, garbage and trash pickup, police and fire protection and code compliance, to amenities such as golf, tennis, library services, and oceanfront and special events, the City's elected officials and employees are dedicated to making Boynton Beach a great city in which to live, work, play and learn. Boynton Beach is a community of rich history east ofl-95 and has an existing Downtown Master Plan published by the Boynton Beach Community Redevelopment Agency. Exciting growth has also occurred in the last five years west of 1-95, particularly along the Congress Avenue corridor. The report can be downloaded or viewed at this location: http://www.bovntonbeachcra.com/downloads/FINAL DMP 1- 15-09.pdf 1 Our City's Form of Government The City of Boynton Beach has a Commission-City Manager form of government. Residents elect the Mayor and City Commissioners, who in turn appoint a City Manager to manage the day-to-day operation of the City and to carry out Commission policy. The City Manager directs the operation of departments that provide City residents with services and programs. For additional information about our City government, please visit our web page at http://www,boynton-beach.org/. Our Municipal Boundaries The City is generally bordered by the Intracoastal Waterway to the east, Hypoluxo Road to the north, Gulfstream Boulevard to the south and Lawrence Road to the West. Any space provided for in the respondents proposal must be provided within the City's corporate limits. A City map is attached for reference as Exhibit 1. Proposal Guidelines All proposals submitted shall consider the following minimum requirements. Failure to adequately account for these needs in their entirety shall be cause for rejection of the proposal. Space Allocation Each proposal must clearly identify that total physical space requirements can be accommodated for the Police Facility, City Hall, or both in combination. It is understood by the City that space can be accommodated in three primary ways. First, a traditional stand-alone structure(s) can be built to provide for department needs. These types of structures must comply with all facets of the City's Land Development Regulations including parking. Secondly, existing vacant, single occupancy, structures can be modified to provide the necessary space, assuming all provisions of the Land Development Regulations are complied with. Third, existing multi-tenant uses may be possibly adapted to provide for the space as specified herein. Lastly, the City wishes to emphasize that the respondent's proposal is not limited to the three referenced approaches. It is entirely possible that other types of spaces may be adapted to City use. Therefore, all creative solutions that are in the interest ofthe community will be considered. The City's Land Development Regulations may be found online at http://www .amlegal. com/nxt/ gateway .dll/Flori da/boynton/bovntonbeachll ori dacodeofo rd i nances ?f=tem plates$fn=default.htm$3. O$v id=amlegal: bovntonbeach f1 The City recognizes that not all space is created equal. For example, through an architectural space analysis, the City learned that approximately 81,000 SF of office space is required to support Police functions in a stand-alone building. This space includes all common area lobbies, corridors, mechanical rooms and other support areas. I - Also through space analysis, the City learned that approximately 20,000 SF of the 81,000 SF of space was considered common area space, thereby leaving a theoretical 61,000 SF of space actually occupied by Police Administrative staff. This space was supplemented by another 5,000 SF of space for Sallie Port and prisoner processing needs. City Hall can be treated in a similar manner. However, the space allocated to common areas is somewhat less. Therefore, it is assumed that general government office space needs comprises approximately 61,000 SF, of which 10,000 SF is considered common area. Required Office Space In a stand-alone building the space needs are summarized as follows: Police (inclusive of common area and Sallie Port/prisoner processing) 81,000 sq.ft. General Government - 61,000 sq.ft. In an office building with shared space the needs are less as it is assumed that common area would be provided: Police - 61,000 sq. ft plus 5,000 sq.ft. Sallie Port/prisoner processing or 66,000 sq. ft. General Government - 51,000 sq. ft From the foregoing, it is assumed that, by sharing parking and common areas, certain economies can be achieved by a combined facility. Moreover, proposals that share common area with a mix of other, non-municipal uses will also be considered. In both scenarios, the proposer shall describe the proposed level of interior and exterior finish. It is assumed that interior furnishings will be provided by the City. Parking Needs It is critical that sufficient parking be accommodated and discussed in the proposal. As noted, parking provided for a stand-alone structure shall, at minimum, comply with the City's Land Development Regulations. However, the City will consider shared parking approaches for those structures proposed to be modified for City occupancy. The following parking requirements are absolute minimums and failure to accommodate these minimums will be cause for rejection ofthe proposal. The City reserves the right to re- evaluate its parking needs at any time. City HaW General Government 175 spaces Police Functions 100 spaces Because both the police and general governmental services require convenient parking for the public, the parking needs must also provide a strategy on how a minimum of 50 publically accessible spaces will be provided for general governmental services and 40 publically assessable spaces will be provided for Police functions. 3 Growth All proposers shall include discussion specific to growth in City operations. As our City continues to become more populated, or as our municipal borders expand, it will be necessary to increase staff, particularly for general government services. Whereas the specified space needs for Police functions considers reasonable future growth, the space allocated to general government does not. It is anticipated that space for general government operations could expand to 80,000 SF within the next 20 years. Therefore, the proposal shall identify how the need for this additional general government operational space will be accommodated in the future. It is preferable that this future space be contiguous to any space provided and/or constructed in the initial term. Growth in parking demand shall be considered as well. Therefore the proposer shall identify how many parking spaces will be available for the referenced future growth of general government operations. Although growth in Police operations will not necessarily demand more office space, the addition of new Police officers in the future will require additional parking for staff vehicles (as many as 75). An additional 50 parking spaces could be required for City Hall growth. Proposer shall describe any space that may be available for other support vehicles such as boats, trailers, etc. Costs and Financing As discussed herein, the City is desirous of identifying the many ways that space can be provided for both Police and General Government operation. Once again, creativity by the proposer is encouraged. However, equally as important to the physical space is the cost of that space to the taxpayer. The City recognizes that space can be purchased, leased, rented and numerous lease to own options are available. To that end, the City requires the proposer to identify recommended financing options for the space proposed. The proposal shall clearly identify costs for: A. Police Facility, and/or B. General Government Facility, and/or C. Combined Police and General Government Facility Existing City Hall / Police Complex Space for Police and general government functions is currently provided at the municipal complex at 100 E. Boynton Beach Boulevard. Proposers may consider maintaining the required spaces on the existing municipal campus in the area generally bounded by Boynton Beach Boulevard, Seacrest Boulevard, SE 2nd A venue and NE 15t Street. The City will consider abandonment of rights of way. Should proposers consider maintaining City services at the existing campus, the proposal must specifically identify the status/future of Fire Station #1, Kids Kingdom, Children's Schoolhouse Museum and the old High School. 4 Should proposers consider relocation of City services from the existing complex, the City will have excess property that can either be sold or redeveloped. Therefore, the City will entertain proposals that contemplate either an offer to purchase the existing City properties or redevelopment of same. The Children's Museum, and necessary parking must remain under the auspices of the City. However, the City will entertain alternative uses or sale ofthe old high school property. The Old High School is discussed in the next section below. An aerial photo of the City HalllPolice/Old High School/Library area is attached as an exhibit. Old High School The City Commission has indicated that the City will award additional points for a proposal for reuse of the existing City HalllPolice Complex that either provides funding or executes a refurbishment strategy for the Old High School property located west of the Children's Schoolhouse Museum at the NE comer of Ocean and Seacrest. Sustainable Construction The City of Boynton Beach is committed to providing the construction of energy- efficient and sustainable buildings. The City's leadership in promoting these standards is vital to demonstrate the City's commitment to energy conservation, saving taxpayers money and raising public awareness of energy rating systems. Any proposal involving new construction, major renovations to existing buildings, or tenant improvements to existing buildings shall, through design and construction, meet the United States Green Building Council (USGBC) Leadership in Energy and Environmental Design (LEED) rating system, the Green Building Initiative's Green Globes rating system, the Florida Green Building Coalition standards, or a nationally recognized, high-performance green building rating system as approved by the Department of Management Services. Cost Estimates Proposals shall clearly define preliminary cost estimates for proposed services. Cost estimates shall include all costs to the City, including but not limited to, property acquisition or lease cost, estimated common area maintenance expense, and any other expenses to the City. Proposals shall include payment for any proposed purchase of the existing City properties or costs for the re-use of the old high school if so proposed. Evaluation of Proposals The City expects to receive a wide variety of proposals that will accommodate our need for support spaces required to administer Police and general government services. No two proposals will be the same. Furthermore, some proposals may contemplate either the 5 sale or re-use of the remaining City property and buildings (old high school and Kid's Kingdom). City staff will select three proposals deemed to be the most responsive and those respondents will be required to present their proposal to the City Commission in a public forum. The City Commission may choose to further negotiate any proposal it deems to be in the best interest of the public. Resources or Reports Referenced: City of Boynton Beach Web Page - Resources include public documents and planning reports: http://www.boynton- beach. org/ gov emment/ departments/public affairs/publications/index .html Boynton Beach CRA Web Page - Resources include public documents and planning reports: bttp:! /v,,\-vw. bovnton beachcra.com/plans. pbp Boynton Beach Downtown Redevelopment Plan: http://www.bovntonbeachcra.com/downloads/FINAL DMP I-15-09,pdf City of Boynton Beach, Land Development Regulations: bttp://v..\-vw.amlegal.com/nxt/ gatewa v .dlllFl orida/boynton/bo yntonbeachfl oridacodeo ford inances?f=templates$fn=default.htm$3. O$vid=amlegal: boyntonbeach f1 6 Meeting Minutes Regular City Commission Boynton Beach, FL February 17, 2009 fasteners for the City to install. He asked that the dock not be taken away from his property. Mr. Hemingway was willing to execute any type of hold harmless agreement the City may require. Mrs. Melley countered that Mr. Hemingway's predecessor had a lease agreement with the City to use the dock that was not continued by the Hemingways after purchase. Vice Mayor Rodriguez expressed his concern that the sea wall is owned and maintained by the City and yet the citizens have no benefit or access to waterfront property. He did feel the property east of the sea wall should be abandoned. Commissioner Hay agreed with the abandonment, but was not in favor of tearing down the dock. Commissioner Weiland confirmed the sea wall was needed whether or not citizens had access to the area, so the lift station could be maintained. Mayor Taylor declared there was consensus to abandon the property east of the sea wall. Mr. Piazza suggested that once the abandonment is granted, the property reverts to Mr. Constantine and the Homeowners Association. The City could be granted access to the dock to maintain the sea wall from the easterly side by using the dock. Motion Vice Mayor Rodriguez offered a motion to ask legal counsel to discuss indemnification and hold harmless agreements with the two individuals involved and bring It back to the Commission for approval. Commissioner Weiland seconded the motion. The motion passed unanimously. A. Follow-up report on possible relocation of City Offices Mr. Bressner reported that in December 2008 the City had been approached by Compson & Associates regarding saving money on the new police facility and the price point. The planned 80,000 square foot building with a parking deck attached had an estimated cost of $31 million with a price point of $350 to $400 a square foot. The savings suggested by Compson related to the use of an existing office building with a price point of $200 a square foot for the purchase of the area, plus about $40 a square foot for refurbishment. Further discussion evolved regarding a more comprehensive proposal. Based on the direction of the Commission to include in any land swap discussion, the potential refurbishment of the Old High School and redevelopment effort, Mayor Taylor recused himself from the talks and staff only continued. Staff has been assessing space needs for both the Police Department and City Hall office for many years. A 2003 space need study estimated the City would need approximately 60,500 square feet for City functions only and 81,000 square feet for police operations. The current structure for bot, the Police Department and City Hall has 65,000 square feet total. 15 Meeting Minutes Regular City Commission Boynton Beach, FL February 17, 2009 Alternatives discussed revealed moving into an existing building would achieve some economies due to spatial relations reducing Police functions to 61,000 square feet and City functions to 50,000. Only 243 employees would be impacted and 81 of those would be moving anyway if the stand-alone structure on High Ridge and Gateway was built, resulting in a net impact on only 162 employees. Six options were offered for consideration that would meet the goal of safe, efficient operation of space needs for the Police Department, relocate City functions into a safer building from hurricane damage, retain a fire station in the downtown area, provide workforce housing and provide funding for the refurbishment of the Old High School. The cost is competitive with the stand-alone structure for the Police Department only. The density would be 316 units that staff could support and would cost approximately $30 million, generating $8 million for the refurbishment of the Old High School. If the Commission elects to fund a portion of the Old High School project with $4 million, the price point is reduced to $26 million. The current City Hall campus is approximately 18 acres. Vice Mayor Rodriguez clarified the cost of $31 million for the police facility was not gained from a developer, but rather a consultant, based on October 2008 prices. Option one was the land swap and included refurbishment of the Old School with four models based on four density options. The proposal submitted included four density options because a higher density would increase the value of the City Hall property. Staff could accept the 316 units for density. Legally, land swaps are permitted under the Code or an RFP can be directed for a land swap. The rules would change if the project is separated rather than a package. Option two is the same, only $8 million less, and reduces the price point. It does not fulfill the direction the Commission had previously given. The preliminary site plan had a range of units from 196 to 396 units with four to seven-story buildings that would not encroach on the Old High School property. The monies that would be generated would be dedicated to the refurbishment of the Old High School. The developer would not be a part of the restoration efforts. Option three involves splitting the proposals and look only at moving the Police facility to the existing structure. The cost, based on a space need of 61,600 square feet would also have to include the cost of upgrades for the current City Hall facility including compliance with ADA standards, a sprinkler system, roof repairs and other required upgrades, totaling approximately $20 million. Legally, an RFP for developers could be directed. Option four provides funds for the Old High School at either $4 million or $8 million to be added into the cost of the proposal. Fire station #4 would remain at a cost of $24 million or $28 million. Option five would proceed with the construction of the previous planned structure at a cost of $31 million, based on October 2008 building costs, and included refurbishment of the current facility for $4 million. No workforce housing would be constructed nor restoration of the Old High School. Fire station #1 would remain at the present iocation. 16 Meeting Minutes Regular City Commission Boynton Beach, FL February 17, 2009 Option six would be postponing construction of the Police facility and deferring action on the relocation of City Hall and doing nothing with the Old High School. The cost would be zero with pending repairs to the current City Hall of a minimum of $3 million within the next three years. The four possibilities are to proceed with the negotiation for a land swap and workforce housing on the City Hall parcel, allow the proposals to sit for 30 to 45 days for additional review, authorize staff to seek alternative proposals for either the entire package or portions thereof, or maintain the status quo and proceed with the Police facility. Commissioner Weiland questioned the loss of tax revenue if the City Hall or Police facility would occupy the current, privately owned property, plus workforce housing taxes at the current site would go to the Community Redevelopment Agency rather than the City tax base. Mr. Bressner estimated approximately $250,000 would be lost. Commissioner Weiland also inquired about maintenance expenses in the future, if the City owned part of a building. Mr. Bressner would provide that information if the offer were authorized to be further negotiated. Common area maintenance costs could be factored in, offset by the maintenance at the current location. A definitive policy decision needed to be made first. Vice Mayor Rodriguez inquired if there were any financial considerations from the Community Redevelopment Agency that were not included. Mr. Bressner advised there was no contribution from the Community Redevelopment Agency. The development of workforce housing could include some subsidized dollars from the Community Redevelopment Agency. Vice Mayor Rodriguez thanked Compson & Associates for bringing the proposal before the Commission. There was no disagreement that a new Police facility was needed and property was purchased at the corner of Gateway Boulevard and High Ridge Road for that purpose. He speculated that the cost estimate would be much lower if an RFP was issued and developers submitted their proposals. The Downtown Master Plan had been approved by the Community Redevelopment Agency and the City of Boynton Beach that included the City Hall at the current location within the downtown area. Vice Mayor Rodriguez reiterated his position that more affordable housing was not needed. He contended the proposal was tainted by discussions between the developer and Mayor Taylor. The City Manager also continued negotiations with the developer without permission of the Commission. It was Vice Mayor Rodriguez's contention that other developers should be given the opportunity to bid on the project with separate bids for the Police facility and City Hall. He was not sure money should be spent on a new City Hall with the current economic environment and he felt it should remain in the downtown area. Commissioner Weiland voiced his appreciation to Compson & Associates for the proposal. Economically it was good to consolidate into one site for less and provide affordable housing. The Quantum Group also advised they had land available for a new facility. All options should be considered. Commissioner Hay indicated the proposal was very attractive, but was undecided about moving City Hall. There has been a shift in the City along the Congress Avenue corridor. He agreed the Police facility moving west was appropriate, but was not convinced City Hall should be moved west of 1-95. In all fairness, it would behoove the Commission to solicit as many 17 Meeting Minutes Regular City Commission Boynton Beach, FL February 17, 2009 proposals as possible before making a decision. He noted the proposal essentially moves City Hall at little or no cost and relocates the Police facility for less than the cost of the new building alone. However, the Downtown Master Plan needs to be considered. Traditionally, a City Hall generates a flow of people and business to an area and he did not want to remove that element from the downtown area. Commissioner Hay wanted further negotiations to cease until other opportunities and proposals could be received and reviewed. Commissioner Ross repeated the fact only 161 employees would be relocated. She appreciated staff's work on the alternatives and available options. Commissioner Ross was particularly interested in providing and focusing on a new Police facility and, at a later date, looking into the City Hall situation, due to the economy. Mayor Taylor explained his contact with Mr. Comparato last December and that it was his job as Mayor to talk to developers and, in fact, had three other developers contact him with ideas. All developers need to have time to prepare their proposals before information is released to the public and media, so fair comparisons can be made. He was offended by the accusation the proposal was tainted, because most developers speak to the Mayor before submitting any proposal. Mayor Taylor also disagreed with the comment that all housing was affordable. Salary levels dictated affordability and not necessarily real estate availability. It was the responsibility of government to assist those to attain home ownership, regardless of their salary levels. He recognized that change is difficult; however, economics may have to prevail and should be considered. He agreed an RFP was appropriate to get the best deal. He cautioned the inclusion of the Old High School project had to be consistently applied to all proposals, if it is part of the development plan. Commissioner Hay noted a plan for the refurbishment of the Old High School had never been submitted by anyone. He wanted it refurbished, only if it would be self-sustained. A satellite City Hall on the east side of 1-95 was also a concern of Commissioner Hay. Many questions remain unanswered until more alternatives are considered. Commissioner Ross noted there was a distinction between workforce housing and affordable housing that should be clarified. Quintus Greene, Development Director, defined workforce housing as a dwelling to be sold or leased to an individual or family that is income qualified, in which the rent and mortgage payment, including principal, interest, taxes, insurance and homeowner association fees does not exceed 35% of the gross income of households that are classified as low or moderate income households. In State statutes workforce housing means affordable to natural persons or families whose total annual household incomes do not exceed 140% of the area median income adjusted for size. The area median income in Palm Beach County is $66,000. Commissioner Ross pointed out affordable housing is a different category. James Comparato, Compson & Associates, agreed an RFP was exactly how the issue should be approached and he withdrew his suggestion and would present it as an RFP. In his mind, the proposal submitted was economically viable for the City and done with the best of intentions. It is now politically charged and he understood the respective positions of the 18 Meeting Minutes Regular City Commission Boynton Beach, FL February 17, 2009 Commission. He strongly believed his proposal was economically sound for all parties and would prove so in the RFP process as well. Brian Edwards, 629 NE 9th Avenue, expressed his opinion that the comments of Vice Mayor Rodriguez were very negative and non-productive, especially in light of the fact the Vice Mayor had initiated the concept that any discussions include saving the Old High School. Mr. Edwards commended the Commission for wanting to use the RFP process, but he reminded everyone the word plan means changes can be made if it is better for the City. He stressed the negativity was unnecessary and perhaps tainted the remarks of the maker. It was an honest proposal, made at a public meeting with several options. Saving the Old High School will have to be a public/private venture similar to the Children's Museum. Jim Lynch, 610 Horizons East, President of the Sterling Village Association, President of the Boynton Intercoastal Group and represented 4,800 taxpayers, voiced concern about changing the flavor of the downtown area by moving City Hall and building more affordable housing units. He agreed with building a new Police station, but argued City Hall should remain in the downtown area. Mr. Lynch contended the taxpayers should not be saddled with paying for an unnecessary move and the projects started should be finished first. Needless and unnecessary progress was not wanted. Mr. Lynch felt both negative and positive remarks should be heard. Victor Norfus, 261 N. Palm Drive, addressed the fact that the Old High School could be a multi-use facility and include more office space for City Hall employees and activities. It does not have to be purely historical in nature. Mr. Norfus did not believe moving City Hall would improve the area and could deter progress toward a downtown area. Victoria Castello, 406 S. Seacrest, agreed with Mr. Norfus that the Old High School should be refurbished and City Hall remain downtown. She was concerned about additional traffic flow issues with more housing units in the area. The reasoning did not support the proposal and the heart of any City should be around the City Hall. Lisa Bright, Community Redevelopment Agency Director, recalled over her four years with the Community Redevelopment Agency and the RFP going out for a Downtown Master Plan, there had been proposals to build a new City Hall as a part of Bicentennial Park, another to build across Seacrest Boulevard and another proposal for a new City Hall as part of the Ocean One project. There were also discussions about building a new City Hall at the Arches location along Federal Highway and Ocean Avenue. The current City Hall site is attractive because the largest employer is Bethesda Hospital and 35,000 cars a day pass through the intersection of Boynton Beach Boulevard to get to 1-95. Retail will not come to the downtown area unless there are rooftops with residents. Ms. Bright noted moving City Hall is one of the largest plans in the Downtown Master Plan. Budget constraints prohibited an economic feasibility study being done on moving City Hall according to the Downtown Master Plan. She reiterated the Plan was only a conceptual plan to entice developers and incentives have not been discussed in the proposal. Vice f'.1ayor Rodriguez clarified there had not been any competitive bid process for the Downtown Master Plan. 19 Meeting Minutes Regular City Commission Boynton Beach, FL February 17, 2009 Jamie Anne Wooley, 306 SW 12th Avenue, had a family of four who made under $83,000 and owned a home in Boynton Beach for over eleven years. A single-family home could be acquired without increasing density and offering incentives. She inquired about any guarantee the surrounding residents would have that the housing remain workforce and promotes a downward spiral in home values. She did agree with being cautious and felt more planning needed to be done before any decisions were made on the Old High School. Herb Suss, 1711 Woodfem Drive, thought it should be a joint venture with an RFP for City Hall and a Police facility and RFPs separately for each. The location of City Hall was not an issue. Steve Anton, 234 SW 2nd Avenue, suggested a streamlined process that was uniform for every developer to approach the City with a project. He contended it should be a more open process with a Comprehensive Plan that is followed. Flynn Holland, 618 S. Seacrest, did not support moving City Hall or the Police facility to the west. She noted many businesses had been knocked down along Federal Highway and were now vacant. The proposed site has a quagmire of parking issues with a great deal of traffic issues. The additional housing units would create more traffic problems and the current housing values are all affordable. Ms. Holland felt the proposed site was an impossible destination for many. George Perry, 2012 S. Federal Highway, was impressed by the Commission's attempt to do the right thing. He observed moving government offices were not appropriate. Office space at the proposed location would have to be refurbished and the cost of those renovations had not been addressed. Mayor Taylor replied all the costs were included in the proposal. Candace Killian, 642 Riviera Drive, voiced her opinion that City Hall should remain at the present location. It deserves to be a prominent location, in a stand-alone building and not a store front. She contended Congress Avenue could not accommodate more traffic and was hazardous for senior citizens. Ms. Killian suggested the Old High School be used for additional space, if necessary. Commissioner Weiland felt the responsibility of the Commission was to investigate all the advantages and disadvantages for the City of Boynton Beach and not the personal gain of any individual or entity or political gain. Commissioner Weiland indicated he did agree with one of the points of Vice Mayor Rodriguez, but did not agree the proposal was tainted. Each Commissioner usually has a cause that they champion through their term in office. On the other hand, asking questions about a proposal was not being negative, but a responsibility. Motion Vice Mayor Rodriguez moved that the City go out for an RFP for a new Police facility that would include both options for the current land allocated for the Police facility or other location. Commissioner Ross wanted to be clear that the proposals did include a public/private relationship regarding the Old High School. The population downtown was as important as the 20 Meeting Minutes Regular City Commission February 17, 2009 Boynton Beach, FL population throughout the City. The Police Department has to cross Congress to get to District IV that has the largest population in the City, with the retail and business hub and a place of destination for the mall and restaurants. Mayor Taylor disagreed that Congress Avenue was a difficult commute. There are several traffic signals; however, there is a four lane divided highway through Renaissance Commons from Gateway Boulevard to Old Boynton Road with no signals and very little traffic. It was built to take traffic off of Congress Avenue. His other point of concern was the tough economic climate and budget cuts that would necessitate borrowing the money to refurbish the Old High School. He hoped no one would lose their job if money could be spent for the Old High School renovation. Commissioner Hay seconded the motion. Mayor Taylor wanted an additional RFP for a City Hall/Police combination also. Vice Mayor Rodriguez felt it was critically important to keep the projects separate. Mr. Livergood sought clarification. The proposal was to retrofit an existing building with a major shift on providing government services with internal parking; totally different than building a new structure. The RFP has to be comparable to the present proposal. A design build process is a more lengthy process. Vice Mayor Rodriguez indicated his motion was for a master RFP with sub RFPs for the other options. Mr. Bressner noted the two processes would be distinctly different. Mr. Livergood contended it would be difficult to make comparisons. Motion Mayor Taylor made a substitute motion to include Vice Mayor Rodriguez's motion for RFPs for stand-alone structures and add an RFP for a combination City Hall/Police Department as one unit. Vice Mayor Rodriguez contended the proposals should be made in conjunction with the Downtown Master Plan and not outside of the area. Mayor Taylor wanted the location to be anywhere in Boynton Beach. Vice Mayor Rodriguez argued the Downtown Master Plan would be the source of the RFP which includes the Old High School and Town Square. Mayor Taylor noted it would eliminate all other locations. Mr. Bressner indicated it was not clear to staff. The alternatives presented addressed every possible scenario. Vice Mayor Rodriguez argued the proposal totally disregarded the Downtown Master Plan. Commissioner Ross sought direction if the intent was to strictly abide by the Downtown Master Plan. Mr. Bressner pointed out there had been no funding to implement any part of the Downtown Master Plan. It was approved and proposed moving City Hall closer to Federal Highway. Mr. Bressner suggested a policy' decision be made if there should be consideration of anything west of 1-95 for City Hall. Commissioner Ross and Mayor Taylor wanted to consider all possible locations. Vice Mayor Rodriguez wanted to uphold the intent of 21 Meeting Minutes Regular City Commission Boynton Beach, FL February 17, 2009 the Downtown Master Plan. Commissioner Weiland wanted to see any options for the Police Department, and any options for City Hall east of 1-95. Commissioner Hay was in favor of assessing all options to find what was best for the citizens and City of Boynton Beach. Mr. Bressner summarized all buildings, anywhere, that could house the Police and City Hall, or separately and compare it with the stand-alone costs of the High Ridge Road location. There would be efficiency in space moving into an existing building rather than building a new structure. Mr. Livergood explained many common spaces are eliminated with an existing building to create a more corporate environment. A traditional, government environment would be a stand-alone building. Commissioner Ross agreed it was their responsibility to look at all options. Vice Mayor Rodriguez restated the motion to include all the components, using the current land for the Police station, also including alternate existing buildings and also including the City Hall Downtown Master Plan east of 1-95 or an alternative location west of 1-95. Mr. Bressner wanted the RFP returned to the Commission for approval. Vice Mayor Rodriguez requested extra bonus points be given to developers who include proposals for saving the Old High School. Commissioners Ross and Hay agreed. Commissioner Ross seconded the motion. The motion passed 5-0. X. FUTURE AGENDA ITEMS: A. Approve the report on disposition of surplus computers. (Tabled on January 6, 2009)- March 3, 2009 B. Proposed Code amendments relating to reclaimed water - March 3, 2009 C. Report on cost sharing options for take-home vehicles (In conjunction with continued budget discussions) - March 17, 2009 D. Options for Hurricane Protection Project for 1913 Schoolhouse Children's Museum (Deferred pending future grant opportunities) E, Review and consideration of approval of Auburn Master Development Agreement (Proposed Resolution No. R09-0la) Tabled on January 20, 2009 XI. NEW BUSINESS: None XII. LEGAL: A. Ordinances - 2nd Reading - Development, PUBLIC HEARING 22 (;/. . Town Square Area 18.5 Acres ~ -- n N Although every reasonable effort has been made L---, !Lr-- I to ensure the accuracy of the public information, )., '. -' I ~,~ I , '. -~ data and graphic representations, the city of r - , I Boynton Beach cannot be responsible for ' I \, - E consequences resulting from any omissions or I - -; ( - I errors contained herein, The City of Boynton i I ! Beach assumes no liability whatsoever associated i 1 in, = 200,0 feet ~ i IlJ with the use or misuse of this data, I g; I , , I 'r~ ,J IX. - CITY MANAGER'S REPORT CITY OF BOYNTON BEACH ITEM D AGENDA ITEM REQUEST FORlu Requested City Date Final Form Must be Requested City Date Final Form Must be Commission Meeting Turned in to City Clerk's Commission Meeting Dates Turned in to City Clerk's Dates Office Office rgJ A ril 21. 2009 0 June 16,2009 0 5,2009 0 Jul 7,2009 0 19,2009 0 Ju121,2009 Jul 0 June 2, 2009 0 Jul 0 Announcements/Presentations rgJ 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: Endorse the submittal of application for funding under the American Recovery and Reinvestment Act (ARRA) through the Energy Efficiency and Conservation Block Grant (EECBG) administered by the Department of Energy. EXPLANATION: The American Recovery and Reinvestment Act of2009, Public Law 111-5, appropriates funding for the Department of Energy (DOE) to issue/award formula-based grants to states, U.S. territories, units oflocal government, and Indian tribes under the Energy Efficiency and Conservation Block Grant (EECBG) Program. The City of Boynton Beach has been allocated $658,900.00 through this program. The purpose of the EECBG Program is to assist eligible entities in creating and implementing strategies to: . Reduce fossil fuel emissions in a manner that is environmentally sustainable and to the maximum extent practicable, maximizes benefits for local and regional communities; . Reduce the total energy use ofthe eligible entities; and . Improve energy efficiency in the building sector, the transportation sector, and other appropriate sectors. The DOE is encouraging entities to develop many different new and innovative approaches within the framework of the legislation. Entities are also required to use the funds in a cost-effective manner that is of maximum benefit to the population, and in a manner that will yield continuous benefits over time in terms of energy and emission reductions. The DOE has also developed core principles that should be given priority in the project/program planning process: . Prioritize energy efficiency and conservation first as the cheapest, cleanest and fastest ways to meet energy demands. . Maximize benefits over the longest possible terms and look for ways to link energy efficiency efforts to long-term priorities (especially community economic development, community stabilization and poverty reduction efforts). . Invest funds in programs and projects that create and/or retain jobs and stimulate the economy while meeting long term energy goals. . Target programs and projects that will provide substantial, sustainable and measurable energy savings, job creation and economic stimulus effects. . Give priority to programs and projects that leverage federal funds with other public and private resources, including coordinated efforts involving other Federal programs targeting community development. . Develop programs and strategies that will continue beyond the funding period. . Enact policies that transform markets, increase investments, and support program goals. S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM,DOC CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM PROGRAM IMPACT: The ARRA Team (American Recovery and Reinvestment Act) comprised of key city and CRA staff, met on 03/31/09 to discuss the potential of several projects that might be submitted for funding through the EECBCJ The recommended project is summarized: . Create Revolving Loan Fundfor local businesses and residents to conduct energy audits and retrofit energy efficient appliances (Energy Star) and renewable energy sources (solar panels). This project affords opportunities to partner with the CRA, Chamber of Commerce and non-profit organizations like the CDC The city 'would have the ability to leverage CDBGfunds, assist residents to take advantage of the Federal Weatherization Program and Energy Star Rebate Program. It has the potential to increase energy efficiency and reduce the carbon footprint III the community, as well as stimulate the economy by creating new industry in city, and increase development department permit revenues, This is the vreferred proiect of team, According to the U.S. Green Building Coalition (USGBC), and based on the Environmental Information Administration 2008 Report, 39% of all carbon emissions are from buildings. Buildings are the primary energy user, at 40% of the total energy consumption; 72% electricity consumption and 13.6% potable water consumption, Assisting the community with energy audits and energy efficient retrofits would reduce the overall carbon footprint of the city and increase energy efficiency and water conservation that would result in a cost savings to the consumer. The city's ARRA Team is bringing forward for consideration, a program which would benefit our city organization, Boynton Beach residents and business owners. Through the creation of a Revolving Loan Funds (RLFs) Program, the city can establish two (2) separate financial incentive programs to conduct energy audits for residences and business buildings for retrofit of energy efficient appliances (Energy Star), renewable energy sources (solar panels) and energy efficient cooling/heating systems, In addition, the city would apply a portion of the funding to conducting an energy audit and retrofit for Public Facilities. The energy cost savings would then be used to establish a third (3rd) RLF to continue the process for the remaining public facilities, and eventually those funds would get funneled back into the business/residence RLF's, This program would give the city the opportunity to partner with the Chamber of Commerce, the Community Redevelopment Agency, FP&L, non-profit organizations like the CDC, and possibly Palm Beach County, We could leverage CDBG funds for low-income families and assist participants in applying to the Federal Weatherization Program and Energy Star Rebate Program, Ideally, this program would also stimulate the economy and create new jobs by creating a demand for new "green" industf\ professionals and products, Ultimately, it would also increase the Development Department permit revenues, as permits would be required throughout the retrofit process, The ARRA Team believes that this program has the potential to continue beyond the funding period and create long-term benefit to the community, This program meets with both the criteria and intent of the EECBG, . Hire a consultant to create and Energy Efficiency and Consen'ation Strategy (EECSjfor the city, Entities may us/! up to $250,000 of the allocation to develop and/or implement a strategy for energy efficiency and conservation and to carry out activities to achieve the purposes of the program, The EECS must be submitted and avvroved before!, anv additional fundin$! will be $!ranted. However, before the DOE will approve any project, the city must submit an Energy Efficiency and Conservation Strategy Up to $250,000,00 of the allocated funding may be awarded within 120 days of submittal specifically to retain technical consultant services to assist in the development of such a strategy, including formulation of energy efficiency, energy conservation, and energy usage goals; identification of strategies to achieve those goals through efforts to increase energ) efficiency, reduce fossil fuel emissions or reduce energy consumption through investments or by encouraging behavioral changes, Through this strategy, benchmarks, goals and program outcomes wiIJ be created to satisfy the reporting criteria, Technical consulting services would be solicited through the city's Procurement process by generating a Request for Proposal (RFP), S,\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM DOC CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM The administrating and reporting for this program will be time intensive and up to $75,000.00 of the allocation can be used for administration. All funds must be obligated/committed within 18 months of the effective date of the award and expended within 36 months of the effective date of the award. Progress reports are required at the end of every quarter giving a detailed accounting of activities and expended or obligated funds. Failure to comply with this reporting requirement may result in termination of that part of the award funded by the Recovery Act. Results of the program will be assessed according to: . Jobs created and/or retained. . Energy (kwh/therms/gallons/BTUs/etc.) saved. . Renewable energy generated. . GHG emissions reduced. . Cost savings, FISCAL IMP ACT: If awarded funding for the above outlined activities, there is no anticipated cost to the city beyond staff time to prepare the application submittal, and possible administration costs, once the $75,000.00 cap has been exhausted. ALTERNATIVES: 1. Staff Recommendation: Direct staff to go forward with the application submittal to obtain allocated funding to create (1.) the Energy Efficiency and Conservation Strategy and (2.) the Revolving Loan Fund (RLF) Program and Public Facilities Energy Audit and Retrofit 2. Choose one of the other projects NOT recommended by the ARRA Team: . Hire an outside technical consultant to complete the GHGE study to establish the city's carbon footprint and create a strategic plan to reduce carbon emissions. This would tie in with the Governor's Climate Action Plan, Executive Order # 07-128, effective July 13,2007, which mandates reduction of statewide Greenhouse Gas Emissions (GHGE) by the year 2017 to the year 2000 levels. (This project could be included as part of the EECS Scope of Work) . Conversion of fleet vehicles to smart cars. (There may be additional competitive grant funding made available for this project.) . Ball fields and Parks lighting retrofit to LED. (There may be additional competitive grant funding made available for this project.) . Purchase of car pool vehicle(s). (The city could partner with Palm Beach County's commuter/carpool program) . Purchase of Trolley. (There may be additional competitive grant funding made available for this project). . Auxiliary assessments for the PD Complex (the Energy Management portion of LEEDS). (This project would be dependent on whether or not the Commission decides to go forward with the construction of a stand-alone building at the pre-designated site at Gateway Blvd and High Ridge Road. *Note: Design/Construction of the PD Complex would be required to meet all National Environmental Policy Act (NEPA) requirements and information must be supplied by June 25th as part of the application. This means that final design and all environmental impact & assessments need to be completed and submitted with application by June 251h This project was not deemed feasible given the deadline time constraints imposed by the DOE. 3. Not apply for funding and forfeit allocation of$658,900.00. 4. Direct staff to provide alternative programs/projects not listed above and possibly delay process for application and missing the June 25th deadline. S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM,DOC CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM ~~ City Manager's Signature .' \ / Assistant to City Manage~ ---- \-.~ Department Name City Attorney / Finance Attachments: I. Funding allocation notification, 2, Financial Assistance Funding Opportunity Announcement w/Appendices. S.\BULLET!N\FORMS\AGENDA ITEM REQUEST FORM,DOC ATTACHMENT 1 c Aesa County $ 359,800 CT Connecticut State Energy Office $ 9,593,500 CT Bridgeport City $ 1,257,600 CT Bristol Ciy $ 557,500 CT Danbury Ci y $ 775,000 CT East Hartford Ci v $ 216,100 CT Enfield Ci y $ 188,000 CT Fairfield Ci y $ 545,100 CT Greenwich Ci y $ 627,500 CT Harnden Ci v $ 531,500 CT Hartford Ciy $ 1,372,700 CT Manchester Ciy $ 533,700 CT Meriden Ci v $ 546,400 CT Middletown Ci y $ 213,300 CT Milford Ci y. $ 536,100 CT New Britain Ci v $ 653,500 CT New Haven Ci y $ 1,263,500 CT Norwalk Ci y $ 805,000 CT Norwich Ci v $ 155,100 CT Shelton Ciy $ 175,800 CT Southington Ciy $ 172,200 CT Stamford Ci v $ 1,186,300 CT Stratford Ci v $ 208,900 CT Torrington Ci y $ 149,600 ( lIJaiii ngford Ci y $ 197,500 Ci Waterbury Ci v $ 1,015,400 CT West Hartford City $ 574,500 DE Delaware State Energy Office $ 9,593,500 DE Dover Ci y $ 180,400 DE Elsmere Ci v $ 50,000 DE GeorQe Ci y $ 50,000 DE Middletown Ci y $ 50,000 DE Milford Ci v $ 50,000 DE New Castle Ciy $ 50,000 DE Newark Ciy $ 147,800 DE Seaford Civ $ 50,000 DE Smyrna City $ 50,000 FL Florida State Energy Office $ 30,401,600 FL Altamonte SprinQs City $ 177,700 FL Apopka City $ 153,600 FL Boca Raton Ci y $ 990,300 FL Bonita SprinQs Ci y $ 179,600 FL Bovnton Beach Ci y $ 658,900 ~ FL Bradenton City $ 544,500 F' Sape Coral City $ 1,407,100 FL Clearwater City $ 1,075,400 FL Coconut Creek City $ 452,400 FL Coral Gables City $ 212,700 FL Coral Sonnas City $ 1 ,148,200 FL Davie City $ 841,200 FL Daytona Beach City $ 680,500 FL Deerfield Beach City $ 715,500 FL Delrav Beach City $ 638,500 FL Deltona City $ 730,200 FL Dunedin City $ 149,500 FL Fort Lauderdale City $ 2,036,400 FL Fort Myers City $ 753,000 FL Fort Pierce City $ 186,300 FL Gainesville City $ 1,198,500 FL Hallandale Beach City $ 164,800 FL Hialeah City $ 1,979,200 FL Hollvwood City $ 1 ,354,400 FL Homestead City $ 541,700 FL Jacksonville City $ 7,891 ,500 FL Jupiter City $ 211,300 FL Kissimmee Ciy $ 605,800 FL Lake Worth Ciy $ 150,200 FL Lakeland City $ 965,100 FL LarQo City $ 719,200 FL Lauderhill City $ 595,200 FL MarQate City $ 498,200 FL Melbourne City $ 813,500 FL Miami City $ 4,742,300 FL Miami Beach City $ 839,000 FL Miami Gardens Ci y $ 989,200 FL Miramar Ci v $ 959,200 FL North Lauderdale Ci V $ 161,800 FL North Miami City $ 500,300 FL North Miami Beach City $ 156,600 FL North Port City $ 476,100 FL Oakland Park City $ 180,800 FL Ocala City $ 635,500 FL Orlando City $ 2,683,200 FL Ormond Beach City $ 166,800 FL Palm Bay City $ 904,000 FL Palm Beach Gardens City $ 224,800 FL Palm Coast City $ 648,000 FL Panama City City $ 179,300 FL Pembroke Pines City $ 1,321,700 FL Pensacola City $ 606,500 FL Pinellas Park City $ 215,000 FL Plantation City $ 804,300 FL Pompano Beach City $ 1,038,200 FL Port OranQe City $ 492,900 FL . Port St. Lucie City $ i ,354,300 FL Riviera Beach City $ 159,300 FL Sanford City $ 502,500 F ~arasota Ci ')/ $ 598,100 FL .::it. Petersburg Ci ')/ $ 2,380,400 FL Sunrise Ci I:V $ 840,700 FL Tallahassee Ci I:V $ 1,768,600 FL Tamarac Ci ')/ $ 544,900 FL Tampa Ci I:V $ 3,712,100 FL Titusville Ci I:V $ 196,900 FL Wellington Ci I:V $ 490,200 FL West Palm Beach City $ 1,088,000 FL Weston City $ 594,600 FL Brevard County $ 2,939,700 FL Collier Coun ty $ 3,036,000 FL Escambia Coun tv $ 2,361,900 FL HiIIsborough Countv $ 7,665,200 FL Lake County $ 2,807,500 FL Lee Coun tv $ 3,046,600 FL Manatee Countv $ 2,404,200 FL Marion Coun tv $ 2,452,400 FL Miami-Dade Coun ty $ 12,523,700 FL Orange Coun tv $ 7,522,900 FL Palm Beach Coun tv $ 6,587,600 FL Pasco Coun ty $ 4,216,900 FL Pinellas County $ 3,791,300 FL Polk Coun I:V $ 4,448,600 FL Sarasota Coun tv $ 2,524,800 FL Seminole Counl:V $ 2,925,100 F 'olusia Coun $ 2,411,200 GA Georgia State Enerav Office $ 21,630,700 GA Albany Ci:y $ 771,300 GA Alpharetta Ci')/ $ 252,600 GA Athens-Clarke Ci')/ $ 1,137,100 GA Atlanta Ci')/ $ 5,890,200 GA Augusta-Richmond City $ 1,969,900 GA Columbus Ci tv $ 1,844,800 GA East Point Citv $ 181,300 GA Johns Creek Citv $ 578,400 GA Macon City $ 946,600 GA Marietta Citv $ 785,500 GA Rome Citv $ 178,100 GA Roswell Citv $ 825,700 GA Sandy Springs City $ 851,900 GA Savannah City $ 1,368,300 GA Smyrna Citv $ 208,000 GA Valdosta Citv $ 221,600 GA Warner Robins City $ 573,100 GA Cherokee County $ 1,827,700 GA Clayton County $ 2,545,900 GA Cobb County $ 5,288,500 GA DeKalb County $ 6,511,600 GA Forsvth County $ 661,000 GP Fulton County $ 814,300 ATTACHMEN'I 2 FINANCIAL ASSISTANCE FUNDING OPPORTUNITY ANNOUNCEMENT U. S. Department of Energy National Energy Technology Laboratory Recovery Act - Energy Efficiency and Conservation Block Grants - Formula Grants Funding Opportunity Number: DE-FOA-OOOOO13 Announcement Type: INITIAL CFDA Number: 81.128 Energy Efficiency and Conservation Block Grant Program (EECBG) Issue Date: March 26, 2009 Application Due Date: For State Applicants Onlv: May 26, 2009 at 8:00:00 PM Eastern Time Applicants are encouraged to submit their applications well before the due date. For Units of Local Government and Tribal Applicants Onlv: June 25, 2009 at 8:00:00 PM Eastern Time. Applicants are encouraged to submit their applications well before this due date. NOTE: REGISTRATION/SUBMISSION REQUIREMENTS Reaistration Reauirements There are several one-time actions you must complete in order to submit an application in response to this Announcement (e.g., obtain a Dun and Bradstreet Data Universal Numbering System (DUNS) number, register with the Central Contractor Registration (CCR), and register with FedConnect). Applicants who are not registered with CCR and FedConnect, should allow at least 10 davs to complete these requirements. It is suggested that the process be started as soon as possible. Applicants must obtain a DUNS number. DUNS website: http://www.dnb.com/US/duns_update/ Applicants must register with the CCR. CCR website: http://www.ccr.gov/ Applicants must register with FedConnect to submit their application. FedConnect website: www.fedconnect.net Questions Questions relating to the system requirements or how an application form works must be directed to Grants.gov at 1-800-518-4726 or support@grants.gov. Questions regarding the content of the announcement must be submitted through the FedConnect portal. You must register with FedConnect to respond as an interested party to submit questions, and to view responses to questions. It is recommended that you register as soon as possible after release of the FDA to have the benefit of all responses. More information is available at http://www.compusearch.com/products/fedconnectlfedconnect.asp. DOE will try to respond to a question within 3 business days, unless a similar question and answer have already been posted on the website. Questions pertaining to the submission of applications through FedConnect should be directed bye- mail to support@FedConnect.net or by phone to FedConnect Support at 800-899-6665. APplication Preparation and Submission Applicants must download the application package, application forms and instructions from Grants.gov. Grants.gov website: http://www.arants.aov/ (Additional instructions are provided in Section IV A of this FOA.) Applicants must submit their application through the FedConnect portal. FedConnect website: www.fedconnect.net (additional instructions are provided in Section IV H of this FDA). 2 TABLE OF CONTENTS PART 1- FUNDING OPPORTUNITY DESCRIPTION .....................................................................................,.4 P ART II - AWARD INFORMATION ....................................................... ....................... ,...... ..., ...... ...............,.. 11 A. TYPE OF AWARD INSTRU MENT ................ ...... ................. .................. .................. ............ ..........",..' 11 B. ESTIMATED FUNDING ...................................... ....................................... .............. ........... ........ .... ,.,.' 11 C. PERIOD OF PERFORMANCE .................. ...... ............ ................ ............................ ............ ................. 11 D. TYPE OF APPLICATION.. .....................................................................................,. ....................... .'., 11 E. METHOD OF PAYMENT.. .............. .............................................. .................... ..................... ............... 11 P ART III - ELIGIBILITY INFORMATION ................................. .............. ............................ .............. ...............'. 12 A. ELIGIBLE APPLiCANTS......................................................................................................................... 12 B. COST SHARING .......... ................. .......................................................................................................... 13 PART IV - APPLICATION AND SUBMISSION INFORMATION......................................"......................".. ..,14 A. ADDRESS TO REQUEST APPLICATION PACKAGE.......................................................................14 B. LETTER OF INTENT AND PRE-APPLICATION .................................................................................14 C. CONTENT AND FORM OF APPLICATION - SF 424.......................................................................... 14 D. SUBMISSIONS FROM SUCCESSFUL APPLICANTS ........... ........ .......... ...... ....... ..... ...... ....... ............ 22 E. SUBMISSION DATES AND TIMES ................................. ....... ................. ....... ....... ..... ......................... 22 F. INTERGOVERNMENTAL REViEW..... ........... ................ ........ ..... ............. ....... ............ ............ ............ 23 G. FUNDING RESTRICTIONS ...................................................... ................ ....... ...... ,.... ........ .... ........ ..... 23 H. OTHER SUBMISSION AND REGISTRATION REQUIREMENTS .............................................."...... 23 PART V - APPLICATION REVIEW INFORMATION..................,.............................................................. . ..., 25 A. PRELIM INARY REViEW..... .............................................................................................................,... 25 B. REVIEW AND AWARD PROCESS ..... ....................................................... .., ........ ... ...'..................,.".. 25 PART VI- AWARD ADMINISTRATION INFORMATION ............................................................................... 26 A. AWARD NOTICES ......... ....... ........................................................ ....................................................,'. 26 B. ADMINISTRATIVE AND NATIONAL POLICY REQUIREMENTS ...................................................'.. 26 C. REPORTING.... ..............................................................................................................................,..... 26 P ART VII - QUESTIONSI AGENCY CONTACTS ....... ........................................................ ........ ................ ,..... 27 A. QUESTIONS ................. ......... ....... ..... ...... ...... ................... ....... ,,, ...................... ......"........ ..................",. 27 P ART VIII - OTH ER IN FORMATION..........................................................................................................., . 28 A. MODIFICATIONS .... ....... ........... .............................. ............................................................................. 28 B. GOVERNMENT RIGHT TO REJECT OR NEGOTIATE....................................................................... 28 C. COMMITMENT OF PUBLIC FUNDS ............................................................................................. ....28 APPEN DICES/REFERENCE MATERIAL........................................................................................................ 29 . ATTACHMENT A - EECBG PROGRAM ALLOCATIONS .............................................................................. 29 . ATTACHMENT B1 - PROJECT ACTIVITY FILE .............................,........................... ................................... 29 . ATTACHMENT B2 - FINANCIAL MANAGEMENT ASSESSMENT .............................................................,...... 29 . ATTACHMENT B3 - NETL F 451.1-1/3-EECBG .......................... ............................,.. ........ ....... ...... .,.... 29 . ATTACHMENT C - REPORTING REQUiREMENTS.......................................................................... .............. 29 . ATTACHMENT 0 - EECBG STRATEGY FORMAT (UNITS OF LOCAL GOVERNMENT AND INDIAN TRIBES)........ 29 . ATTACHMENT E - EECBG STRATEGY FORMAT (STATES) .................................................................... ,,29 3 PART I - FUNDING OPPORTUNITY DESCRIPTION SUMMARY The American Recovery and Reinvestment Act of 2009, Public Law 111-5, appropriates funding for the Department of Energy (DOE) to issue/award formula-based grants to states, U.S. territories, units of local government, and Indian tribes under the Energy Efficiency and Conservation Block Grant (EECBG) Program. DOE's authorization for this program is set forth in Title V, Subtitle E of the Energy Independence and Security Act (EISA) of 2007. Projects under this announcement will be funded, in whole or in part, with funds appropriated by the American Recovery and Reinvestment Act of 2009, Pub. L. 111-5, (Recovery Act or Act). The Recovery Act's purposes are to stimulate the economy and to create and retain jobs. The Act gives preference to activities that can be started and completed expeditiously, including a goal of using at least 50 percent of the funds made available by it for activities that can be initiated not later than June 17, 2009. Accordingly, special consideration will be given to projects that promote and enhance the objectives of the Act, especially job creation, preservation and economic recovery, in an expeditious manner. Be advised that special terms and conditions may apply to projects funded by the Act relating to: . Reporting, tracking and segregation of incurred costs; . Reporting on job creation and preservation; . Publication of information on the Internet; . Access to records by Inspectors General and the Government Accountability Office; . Prohibition on use of funds for gambling establishments, aquariums, zoos, golf courses or swimming pools; . Ensuring that iron, steel and manufactured goods are produced in the United States; . Ensuring wage rates are comparable to those prevailing on projects of a similar character; . Protecting whistleblowers and requiring prompt referral of evidence of a false claim to an appropriate inspector general; and . Certification and Registration. These special terms and conditions will be based on provisions included in Titles XV and XVI of the Act. These Special Provisions are located at htto://manaoement.enerQy.Qov/business doe/business forms.htm. The Office of Management and Budget (OMB) has issued Initial Implementing Guidance for the Recovery Act. See M-09-10. Initiallmolementina Guidance for the American Recoverv and Reinvestment Act of 2009. OMB will be issuing additional guidance concerning the Act in the near future. Applicants should consult the DOE website, www.enerQy.QOV, the OMB website htto://www.whitehouse.Qov/omb/, and the Recovery website, www.recoverv.QOv regularly to keep abreast of guidance and information as it evolves. Recipients of funding appropriated by the Act shall comply with requirements of applicable Federal, State, Tribal and local laws, regulations, DOE policy and guidance, and instructions in this announcement, unless relief has been granted by DOE. Recipients shall flow down the requirements of applicable Federal, State, Tribal and local laws, regulations DOE policy and guidance, and instructions in this announcement to subrecipients at any tier to the extent necessary to ensure the recipient's compliance with the requirements. Be advised that Recovery Act funds can be used in conjunction with other funding as necessary to 4 complete projects, but tracking and reporting must be separate to meet the reporting requirements of the Recovery Act and related OMB Guidance. Applicants for projects funded by sources other than the Recovery Act should plan to keep separate records for Recovery Act funds and to ensure those records comply with the requirements of the Act. Funding provided through the Recovery Act that is supplemental to an existing grant is one-time funding, Applicants should begin planning activities for their first tier subawardees, including obtaining a DUNS number (or updating the existing DUNS record), and registering with the Central Contractor Registration (CCR). The extent to which subawardees will be required to register in CCR will be determined by OMB at a later date. This announcement includes program guidance on the implementation and administration of the EECBG Program. PURPOSE The purpose of the EECBG Program is to assist eligible entities in creating and implementing strategies to: . reduce fossil fuel emissions in a manner that is environmentally sustainable and, to the maximum extent practicable, maximizes benefits for local and regional communities; . reduce the total energy use of the eligible entities; and . improve energy efficiency in the building sector, the transportation sector, and other appropriate sectors, These stated purposes describe the overall intent of the EECBG Program. Entities may develop various initiatives and projects that address one or more of the purposes and each activity an entity undertakes is not required to meet all of the stated purposes. DOE encourages entities to develop many different new and innovative approaches within the framework of the legislation and the guidance to serve these purposes. However, each entity is required to use the funds in a cost-effective manner that is of maximum benefit to the population of that entity and in a manner that will yield continuous benefits over time in terms of energy and emission reductions, The period of performance for these grants will be 36 months. In keeping with the agenda of the Recovery Act, and supporting the goal of immediate investment in the economy, entities are required to obligate/commit all funds within eighteen (18) months from the effective date of the award. In the event funds are not obligated/committed within eighteen (18) months, DOE reserves the right to deobligate the funds and cancel the award. PROGRAM PRINCIPLES DOE has developed the following core principles to guide entities during the program and project planning process: . Prioritize energy efficiency and conservation first as the cheapest, cleanest, and fastest ways to meet energy demand. . To maximize benefits over the longest possible terms, entities should look for ways to link their energy efficiency efforts to long-term priorities (especially community economic development, community stabilization and poverty reduction efforts). . Invest funds in programs and projects that create and/or retain jobs and stimulate the economy while meeting long term energy goals. . Target programs and projects that will provide substantial, sustainable and measurable energy savings, job creation and economic stimulus effects. .5 . Give priority to programs and projects that leverage federal funds with other public and private resources, including coordinated efforts involving other Federal programs targeting community development funded through the Recovery Act such as the Community Development Block Grant program, HOME, and job training programs. . To the extent possible, develop programs and strategies that will continue beyond the funding period. . Ensure oversight, transparency, and accountability for all program activities. . Enact policies that transform markets, increase investments, and support program goals. . Develop comprehensive plans that benchmark current performance and set aggressive goals. PROGRAM OUTCOMES The EECBG Program is a crosscutting program. There are many possible outcomes that could result from successfully implementing programs, projects and activities at the state and local level. These desired outcomes help clarify the broad purposes stated in the legislation and can assist implementation, including overall development and administration of state and local programs. They can be used to help evaluate potential programs and projects, as well as understand the factors that affect the success of different activities, programs and projects. Desired outcomes of the EECBG Program include: . Increased energy efficiency, reduced energy consumption and reduced energy costs through efficiency improvements in the building, transportation and other appropriate sectors; . New jobs and increased productivity to spur economic growth and community development; . Accelerated deployment of market-ready distributed renewable energy technologies, including wind, solar, geothermal, hydropower, biomass and hydrogen technologies; . Improved air quality and related environmental and health indicators associated with the reduction of fossil fuel emissions; . Improved coordination of energy-related policies and programs across jurisdictional levels of governance and with other local and community level programs in order to maximize the impact of this program on long-term local priorities; . Increased security, resilience, and reliability of energy generation and transmission infrastructure; . Leveraging of the resources of federal, state and local governments, utilities and utility regulators, private sector and non-profit organizations to maximize the resulting energy, economic and environmental benefits; and . Widespread use of innovative financial mechanisms that transform markets. ELIGIBLE ACTIVITIES A list of eligible activities for use of program funds is contained in Sec. 544 of EISA. Additional activities may be eligible pending approval by the DOE. The activities below are therefore not an exhaustive list and should be used as a guide to the intent of the program. DOE encourages each entity to develop a strategy, including its component activities, that is likely to result in maximum energy efficiency improvements, fossil-fuel emission reductions, economic benefits and total energy use reduction. 1. Development of an Eneray Efficiency and Conservation Strateay: Entities may use a grant received under this part to develop and/or implement a strategy for energy efficiency and conservation and to carry out activities to achieve the purposes of the program. All entities receiving direct formula grants from the DOE are required to submit a proposed strategy for approval. 6 2. Technical Consultant Services: Entities may retain technical consultant services to assist the eligible entity in the development of such a strategy, including formulation of energy efficiency, energy conservation, and energy usage goals; identification of strategies to achieve those goals through efforts to increase energy efficiency, reduce fossil fuel emissions or reduce energy consumption through investments or by encouraging behavioral changes, Entities may develop methods to measure progress in achieving the goals. Entities may develop and publish annual reports to the population served by the eligible entity describing the strategies and goals and the progress made in achieving them during the preceding calendar year. 3. Residential and Commercial Buildina Eneray Audits: Entities may support the conduct of residential and commercial building energy audits. 4. Financial Incentive Proarams: Entities may establish financial incentive programs and mechanisms for energy efficiency improvements such as energy saving performance contracting, on-bill financing, and revolving loan funds. 5. Eneray Efficiency Retrofits: Grants may be made to nonprofit organizations and governmental agencies for the purpose of retrofitting existing facilities to improve energy efficiency, 6. Eneray Efficiency and Conservation Proarams for Buildinas and Facilities: Entities may develop and implement energy efficiency and conservation programs for buildings and facilities within the jurisdiction of the entity. The range of activities includes the design and operation of the programs; the identification of the most effective methods for achieving maximum participation and efficiency rates; public education; measurement and verification protocols; and identification of energy efficient technologies. 7. Development and Implementation of Transportation Proarams: Entities may develop and implement programs to conserve energy used in transportation, including but not limited to: . Employee flex time programs; . Promoting use of satellite work centers; . Development and promotion of zoning guidelines or requirements that promote energy efficient development; . Development of infrastructure such as bike lanes and pathways and pedestrian walkways; . Synchronization of traffic signals; . State/locals/regional integrated planning activities (i.e. transportation, housing, environmental, energy, land use) with the goal of reducing greenhouse gas emissions and vehicle miles traveled; . Incentive programs to reduce commutes by single occupancy vehicles; . Improvements in operational and system efficiency of the transportation system such as implementation of intelligent transportation system (ITS) strategies; . Idle-reduction technologies and/or facilities to conserve energy, reduce harmful air pollutants, and greenhouse gas emissions from freight movement; and . Installation of solar panels on interstate rights-of-way to conserve energy in highway operations and maintenance activities. 8. Buildina Codes and Inspections: Entities may develop and implement building codes and inspection services to promote building energy efficiency. 9. Eneray Distribution: Entities may implement distributed energy resource technologies that significantly increase energy efficiency, including: . District heating and cooling systems 7 . Combined heat and power systems . Cogeneration systems . Energy Storage systems . Absorption chillers . Desiccant humidifiers . Micro turbines . Ground source heat pumps 10. Material Conservation Proarams: Entities may implement activities to increase participation and efficiency rates for material conservation programs, including source reduction, recycling, and recycled content procurement programs that lead to increases in energy efficiency. 11. Reduction and Capture of Methane and Greenhouse Gases: Entities may use grant funds to purchase and implement technologies to reduce, capture, and, to the maximum extent practicable, use methane and other greenhouse gases generated by landfills or similar waste- related sources, such as wastewater treatment plants, operations producing food waste, dairy farms and other animal operations. 12. Traffic Sianals and Street Liahtina: Entities may use grant funds to replace traffic signals and street lighting with energy efficient lighting technologies, including light emitting diodes; and any other technology of equal or greater energy efficiency. 13. Renewable Enerav Technoloaies on Government Buildinas: Entities may use grant funds to develop, implement, and install on or in any government building of the eligible entity onsite renewable energy technology that generates electricity from renewable resources, including solar energy; wind energy; fuel cells; and biomass. 14. Anv Other APpropriate Activitv: Entities may submit any other appropriate activity for approval in the Energy Efficiency and Conservation Strategy. METRICS The results of the funding provided for the EECBG Program through the Recovery Act will be assessed according to the performance metrics contained in Attachment C Reporting Requirements. STATES AND TERRITORIES: REVISION OF THE STATE ENERGY CONSERVATION PLAN Each state shall modify the state energy conservation plan of the state under 42 U.S.C. 6322 to establish additional goals for increased energy efficiency and conservation in the state. This requirement will be accomplished when the State applicant submits their annual State Energy Program plan for 2009. More details will be set forth in the upcoming Program Year 2009 State Energy Program Funding Opportunity Announcement. STATES AND TERRITORIES: ENERGY EFFICIENCY AND CONSERVATION STRATEGY States and territories shall submit an Energy Efficiency and Conservation Strategy (EECS) with their application. The EECS shall address the following: 1) the process for providing subgrants to units of local government that are not eligible for population formula-based grants; and 2) include a strategy of the state for the use of funds received under the program to assist the state in achieving the goals established in EISA, in accordance with 42 U.S.C. sections 17152(b) and 17154. The format for the EECS is contained in Attachment E. 8 Approval By the Secretary: The Secretary has a maximum of 120 days after receiving a proposed strategy to approve or disapprove it. If the Secretary disapproves a proposed strategy the Secretary shall provide to the state the reasons for the disapproval; and the state may revise and resubmit the proposed strategy as many times as necessary until the Secretary approves a proposed strategy, STATES AND TERRITORIES: DISTRIBUTION OF SUBGRANTS Each state that receives a grant under the program shall use not less than 60 percent of the amount received to provide subgrants to units of local government in the state that are not eligible for direct formula grants. The state shall provide the subgrants not later than 180 days after the date on which the Secretary approves the proposed energy efficiency and conservation strategy. States are required to develop a sub-granting process that expeditiously allocates funding, prevents fraudulent spending, generates robust reporting, and promotes the EECBG Program principles stated above. Washington, D.C. is explicitly defined as a state according to Section 541(6)(B) of EISA (42 U.S.C, 17151 (6)(B)). Because the District of Columbia is a consolidated city-state government, it is not subject to the requirement applicable to states that not less than 60% of state funding must be subgranted to local units of government. Hawaii, the U.S. Virgin Islands, American Samoa, Guam, and the Commonwealth of the Northern Mariana Islands have no ineligible entities; these entities are exempt from having to provide subgrants, ELIGIBLE UNITS OF LOCAL GOVERNMENTS AND INDIAN TRIBES: PROPOSED STRATEGY Units of local government and Indian tribes must submit to the DOE a proposed Energy Efficiency and Conservation Strategy (EECS). This can be done through one of two methods: a) submit the EECS with the application utilizing the suggested format contained in Attachment D to this announcement; or b) submit the EECS not later than 120 days after the effective date of the award as Activity Area 1 on the EECBG Activity Worksheet (Attachment B1). If the latter option is chosen, the EECS shall be a comprehensive strategy that covers, at a minimum, all items detailed in Attachment D, Approval by the Secretary: The Secretary has a maximum of 120 days after receiving a proposed strategy to approve or disapprove it. If the Secretary disapproves a proposed strategy, the Secretary shall provide to the grantee the reasons for the disapproval; and the grantee may revise and resubmit the proposed strategy as many times as necessary until the Secretary approves a proposed strategy, EECBG FUNDING Funding allocations for the formula-based grants are included as Attachment A to this announcement. The statute established a number of parameters with regard to the funds made available for the EECBG program. Funds are apportioned under a series of formulas specified by EISA and formulas as determined by DOE. All funds must be obligated/committed within 18 months of the effective date of the award and expended within 36 months of the effective date of the award, . Set-Aside for Training and Technical Assistance Expenses: Prior to distributing funding to grantees, DOE may deduct funds for administrative expenses to administer the EECBG Program. STAGED DISBURSEMENT FOR EECBG AWARDS 9 Obligation of funds under the EECBG awards will vary based on the following: (1) the award amount, and (2) acceptance of an approved Energy Efficiency and Conservation Strategy (EECS). The EECBG staged disbursements are as follows: . Awards up to $250,000 - 100% of allocation will be obligated at time of award. No EECS is required prior to award, but the EECS must be submitted within 120 days. . Awards above $250,000 but less than $2M - applicants may receive up to $250,000 for development of the EECS and approved activities. If not submitted with the application, the EECS is required within 120 days of the effective date of the award. The balance of the allocation will be obligated upon DOE approval of the recipient's EECS. . Awards above $2M - applicants may receive up to $250,000 at award for development of an EECS and approved activities, or 50% of the total allocation if an acceptable EECS has been submitted with the application and has been approved by DOE. The balance of funding will be obligated after one or more progress reviews in which the recipient must demonstrate that it has obligated funds appropriately, complied with reporting requirements and created jobs. Project performance will be monitored and corrective action taken, as necessary, to ensure acceptable performance for all awards. QUESTIONS Specific questions relating to the application and award process should be directed to EECBG(Q)netl.doe.oov. For general questions regarding the EECBG Program, please contact the EERE'S Information Center at http:///www1.eere.eneroy.oov/informationcenter/ or call toll-free at 1-877-EERE-INFO (1-877-337-3463) between 9 a.m. and 7 p.m. EST, Monday-Friday. 10 PART II - AWARD INFORMATION A. TYPE OF AWARD INSTRUMENT . DOE anticipates awarding grants under this announcement. B. ESTIMATED FUNDING . The American Recovery and Reinvestment Act of 2009 appropriated $3.2 Billion ($3,200,000,000) for EECBG for fiscal year 2009. DOE will retain $59 million to provide technical assistance and training for grantees under the program. The amounts available for grants are as follows: . $1,863,881,000 for formula grants to eligible cities and counties . $767,480,000 for formula grants to states . $54,819,900 for formula grants to eligible Indian tribes The EECBG funding allocations are included as Attachment A to this announcement. Each state is required to pass not less than 60 percent of its allocation through to cities and counties within the state that are ineligible for direct formula grants from the DOE, C. PERIOD OF PERFORMANCE . DOE anticipates making awards with a thirty-six (36) month period of performance. Applicants must ensure that all funds are obligated for authorized activities within eighteen (18) months. D. TYPE OF APPLICATION . DOE will only accept new applications under this announcement. E. METHOD OF PAYMENT . Payment under the resulting awards will be made as advance through the Department of Treasury's Automated Standard Application for Payment (ASAP) System htto:/ /www.fms.treas. qov/asao/index. html. 11 PART 11I- ELIGIBILITY INFORMATION A. ELIGIBLE APPLICANTS In accordance with Section 541 of EISA, only the following entities may apply for financial assistance under the EECBG Program: States, U.S. Territories, Indian tribes, and units of local governments (cities and counties and their equivalents). The DOE uses the most recent and accurate population data from the U.S. Census to determine eligibility. Specific definitions for eligibility are as follows: STATES AND TERRITORIES For the purposes of the EECBG Program, an "eligible state" includes the 50 United States, the District of Columbia and the following Territories of the United States: Puerto Rico, the U.S. Virgin Islands, American Samoa, Guam, and the Commonwealth of the Northern Mariana Islands. LOCAL GOVERNMENTS A local government is eligible for funds if the following conditions are met: 1. The government is included in the latest available Census of Governments as a currently incorporated government; 2. The government has a governance structure with an elected official and governing body; 3. The government has the authority to implement the eligible activities under this program; and 4. The government meets the population thresholds in EISA as further defined in the Federal Register. CITIES For the purposes of the EECBG Program, "city" includes a city-equivalent unit of local government as defined by the US Census of Governments. For example, a city-equivalent unit of local government such as a town, village or other municipality shall be considered eligible if it meets the required population thresholds. Consolidated city-county governments will be considered as cities. Cities that are eligible for direct formula grants from the DOE are those that have a population of at least 35,000, or that are one of the 10 highest populated cities of the state in which the city is located. In states that have incorporated eligible municipalities (villages) within the boundaries of other incorporated eligible municipalities (towns), the village population will be subtracted from the town's population. Cities that do not meet the eligibility requirements described above for direct formula grants from DOE may be eligible for program funds through subgrants through the state in which they are located. COUNTIES For the purposes of the EECBG Program, "county" includes county-equivalent units of local government as defined by the US Census of Governments. Counties are eligible for direct formula grants from the DOE if the county population is at least 200,000 or if the county is one of the 10 highest populated counties of the state in which it is located. County populations calculated for eligibility for direct formula grants from the DOE do not include the 12 populations of any and all cities within them that are eligible for direct formula grants from the DOE., Counties that do not meet the eligibility requirements described above for direct formula grants from the DOE may be eligible for program funds through subgrants through the state in which they are located. A group of eligible units of local governments may choose to submit a single application provided that the application is submitted by a single eligible unit of local government representing the group, The required assurances from the duly authorized official or highest elected official representing each of the units of local government must be provided. INDIAN TRIBES As defined by section 541 (4) of Title V, Subtitle E of EISA, '''Indian tribe' has the meaning given the term in section 4 of the Indian Self-Determination and Education Assistance Act." The Indian Self- Determination and Education Assistance Act states that, '''Indian tribe' means any Indian tribe, band, nation, or other organized group or community, including any Alaska Native village or regional or village corporation as defined in or established pursuant to the Alaska Native Claims Settlement Act (85 Stat. 688), which is recognized as eligible for the special programs and services provided by the United States to Indians because of their status as Indians" (25 U.S.C. 450b). The Tribal Allocation for the EECBG Program will be distributed among the 562 federally recognized Indian tribes, listed in Indian Entities Recognized and Eligible to Receive Services from the United States Bureau of Indian Affairs published by Department of Interior's Bureau of Indian Affairs in the Federal Register on April 4, 2008, 73 FR 18553; and the 12 Alaska Native regional corporations established pursuant to the Alaska Native Claims Settlement Act (33 U.S.C. 1601 et seq.). All Indian tribes as defined above are eligible for direct formula grants from DOE. A group of eligible Indian tribes may choose to submit a single application provided that the application is submitted by a single Indian tribe representing the group. The Tribal Council Resolution from each participating Tribe must be included with the application (see Part IV,C.3. for more information). PLEASE NOTE: Only one application may be submitted by an eligible unit of local government or Indian tribe. If the unit of local government or Indian tribe intends to use Recovery Act funding to support projects performed by different parts of the eligible unit of local government or Indian tribe, the projects must be consolidated into a single application. OFFICIAL LIST OF ELIGIBLE ENTITIES The DOE official list of entities eligible for direct formula grants under EECBG Program is contained as Attachment A to this announcement. B. COST SHARING . Cost sharing is not required. However, leveraging of funds by grantees is encouraged in order to maximize the total additional energy-related benefits resulting from the program, ]3 PART IV - APPLICATION AND SUBMISSION INFORMATION A. ADDRESS TO REQUEST APPLICATION PACKAGE . Application forms and instructions are available at Grants.gov. To access these materials, go to htto://www.Qrants.qov, select "Apply for Grants," and then select "Download Application Package." Enter the CFDA number of the funding opportunity number located on the cover of this announcement and then follow the prompts to save the application package. Once you have SAVED the application package and completed all the required documentation, you will submit your application via the Fedconnect portal. See Section C. below for specific instructions as to the naming of your application package. DO NOT use the Save & Submit selection in Grants.gov. B. LETTER OF INTENT AND PRE-APPLICATION 1. Letter of Intent. . Letters of Intent are not required. However, if you are an eligible entity in accordance with Section 541, Subtitle E of EISA of 2007 and DO NOT intend to apply for these funds, please submit the following message to EECBG@netl.doe.gov: Subject: DE-FOA-0000013 - No intention of applying for funding The following entity: [State / City, State / County, State / Indian Tribe / State] will not be applying for their formula-based funding available under the Energy Efficiency and Conservation Block Grant Program. Please include the signature, name and contact information of the authorized individual responsible for this decision. 2. Pre-application . Pre-applications are not required. C. CONTENT AND FORM OF APPLICATION - SF 424 You must complete the mandatory forms and any applicable optional forms (e.g., SF-LLL- Disclosure of Lobbying Activities) in accordance with the instructions on the forms and the additional instructions below. Files that are attached to the forms must be in Adobe Portable Document Format (PDF) unless otherwise specified in this announcement. IMPORTANT: Your complete application package must be saved with a unique identification code (UIC). The UIC varies for each type of applicant and will be used by the DOE to help distinguish and organize the applications received under this announcement. As noted below, the UIC will also be used in the naming of certain files. The format for the UIC is as follow: For State applicants, the UIC consists of the following: 1 (State code) For units of local government, the UIC consists of the following: 1 (State code) - 2 (Type of Local Government) - 3 (Name of Local Government) For Indian Tribes, the UIC consists of the following: 14 1 (State code) - 2 (Tribal Name) The "State code" is the two-letter state identifier. The "type of local government" should be identified as "City" for City governments, "County" for County governments, and "Other" for other types of local governments such as boroughs, townships, and villages. Examples of the various filename formats are shown below: State applicant: FL-SF424.pdf Unit of local government: OH-CITY-COLUMBUS.pdf Indian Tribe: AZ-NA VAJO NA TlON.pdf 1. SF 424 - Application for Federal Assistance Complete this form first to populate data in other forms. Complete all required fields in accordance with the pop-up instructions on the form. To activate the instructions, turn on the "Help Mode" (Icon with the pointer and question mark at the top of the form). The list of certifications and assurances referenced in Field 21 can be found on the DOE Financial Assistance Forms Page at http://manaoement.enerqy.qov/business doe/business forms.htm under Certifications and Assurances. PLEASE NOTE: by signing the SF 424, Applicants are providing their written assurance that they will comply with ALL requirements set forth in the American Reinvestment and Recovery Act. 2. Project/Performance Site Location(s) Indicate the primary site where the work will be performed. If a portion of the project will be performed at any other site(s), identify the site location(s) in the blocks provided, Note that the Project/Performance Site Congressional District is entered in the format of the 2 digit state code followed by a dash and a 3 digit Congressional district code, for example V A-001. Hover over this field for additional instructions. Use the Next Site button to expand the form to add additional Project/Performance Site Locations, 3. Other Attachments Form Submit the following files with your application and attach them to the Other Attachments Form, Click on "Add Mandatory Other Attachment" to attach the Project Activity File. Click on "Add Optional Other Attachment," to attach the other files. . Project Activity File - Mandatory Other Attachment The format for the Project Activity File is contained in Attachment 81. The project activity file must contain a brief description of each activity the Applicant will undertake with the allocated funding. Applicants may propose more than one (1) activity, For each activity, Applicants should identify the market sectors being served, the anticipated number of jobs to be created, the anticipated number of jobs retained, the anticipated amount of energy saved and/or renewable energy generated, the anticipated reduction in emissions, and anticipated funds to be leveraged, Applicants should also identify the overall cost of the proposed project. The budQets for all activity 15 sheets should sum to the total allocation for the aoolicant. Save the information in a sinale file named "UIC-Project Activity.pdf," and click on "Add Mandatory Other Attachment" to attach. ADMINISTRATIVE COSTS: State applicants may not use more than 10 percent of amounts provided under the program for administrative expenses (EISA See 545 (c)(4). Units of local government and Indian tribes may not use more than 10 percent or $75,000, whichever is greater (EISA See 545 (b)(3)(A). These costs should be captured and summarized for each activity under the Projected Costs Within Budget: Administration. REVOLVING LOAN FUNDS: Units of local government and Indian tribes may not use more than 20 percent or $250,000, whichever is greater, for the establishment of revolving loan funds (EISA See 545 (b)(3)(B)). These costs should be captured and summarized for each activity under the Projected Costs Within Budget: Revolving Loans. SUBGRANTS: State applicants may not use less than 60 percent of their allocation to provide subgrants to units of local government in the State that are not eligible for direct grants (EISA See 545 (c)(1 )(A). Units of local government and Indian tribes may not use more than 20 percent or $250,000, whichever is greater, for the provision of subgrants to non-governmental organizations for the purpose of assisting in the implementation of the energy efficiency and conservation strategy of the applicant (EISA Sect 545 (b)(3)(C)). These costs should be captured and summarized for each activity under the Projected Costs Within Budget: Subgrants. . SF 424 A Excel, Budget Information - Non-Construction Programs File You must provide a budget for the total project period/total allocation amount. Use the SF 424 A Excel, "Budget Information - Non Construction Programs" form on the DOE Financial Assistance Forms Page at htto://manaaement.enerav.aov/business doe/business forms.htm. You may request funds under any of the Object Class Categories as long as the item and amount are necessary to perform the proposed work, meet all the criteria for allowability under the applicable Federal cost principles, and are not prohibited by the funding restrictions in this announcement (See PART IV, G). Save the information in a single file named "UIC-SF424A.xls," and click on "Add Optional Other Attachment" to attach. . Budget Justification File - For Awards Less than $250,000 For applications seeking $250,000 or less, DOE intends to issue fixed obligation grants when the Applicant provides sufficient budgetary documentation for DOE to ascertain that actual project costs would be at least the amount sought in the application. Such documentation may include: . Competitive bids or quotes for equipment, materials and/or services. . Catalogue pricing for equipment and/or materials. . Published labor rates for services on a labor hour or time and materials basis. . Audited labor rates for work performed on a cost-reimbursable basis. Please note: In the event a fixed obligation grant is awarded, Recipients must certify in writing to the contracting officer at the end of the project that the activity was completed or the level of effort was expended, however should the activity or effort not be carried out, the recipient would be expected to make appropriate reimbursements. 16 For Awards Greater than $250,000 You must justify the costs proposed in each Object Class Category/Cost Classification category (e.g., identify key persons and personnel categories and the estimated costs for each person or category; provide a list of equipment and cost of each item; identify proposed subaward/consultant work and cost of each subaward/consultant; describe purpose of proposed travel, number of travelers, and number of travel days; list general categories of supplies and amount for each category; and provide any other information you wish to support your budget). Provide the name of your cognizant/oversight agency, if you have one, and the name and phone number of the individual responsible for negotiating your indirect rates. Save the budget justification information in a single file named "UIC- Budget.pdf," and click on "Add Optional Other Attachment" to attach. ARRA 2009 Additional Budget Justification Information Proposals shall provide written assurance that all laborers and mechanics on projects funded directly by or assisted in whole or in part by and through funding appropriated by the Act are paid wages at rates not less than those prevailing on projects of a character similar in the locality as determined by subchapter IV of Chapter 31 of title 40, United States Code (Davis-Bacon Act). For guidance on how to comply with this provision, see http://www.dol. Qov/esa/whd/contracts/dbra. htm. . Subaward Budget File(s) - Required for Awards Greater than $250,000 You must provide a separate budget as well as budget justification for each subaward that has an estimated cost greater than 25% of the total allocation or $1 ,000,000, whichever is less. Save each Subaward budget in a separate file. Use up to 10 letters of the subawardee's name (plus .xls) as the file name (e.g., ucla.xls or energyres.xls), and click on "Add Optional Other Attachment" to attach. . Financial Management Assessment The format for the Financial Management Assessment is contained in Attachment B2. In order to evaluate the viability of the Applicant's financial management system, the Financial Management Assessment should be completed, signed and certified by the Applicant's Financial Officer. This form should be saved in a file named "UIC-Financial Assessment.pdf' and click on "Add Optional Other Attachment" to attach, . EECS Strategy Format - For units of local government and Indian tribes only The format for the Energy Efficiency and Conservation Strategy to be used by units of local government and Indian tribes is contained in Attachment D. As detailed in Part I of this announcement, all applicants must submit an Energy Efficiency and Conservation Strategy (EECS). Units of local government and Indian tribes have the option of submitting the EECS no later than 120 days after the effective date of the award or at the time of application. Units of local government and Indian tribes who chose to submit the EECS at the time of application shall use the format contained in Attachment D. This form should be saved in a file named "UIC-Strategy.pdf' and click on "Add Optional Other Attachment" to attach. . EECS Strategy - For States only The format for the Energy Efficiency and Conservation Strategy for use by States is contained in Attachment E. State applicants must submit the EECS at the time of applications. The EECS should address the following: 1) the process for providing subgrants to units of local government that are not eligible for population formula-based 17 grants; and 2) include a strategy for the use of funds received under the program to assist the state in achieving the goals established in EISA, in accordance with 42 U.S.C. Sections 17152(b) and 17154. The EECS should be saved in a file named "UIC-Strategy.pdf' and click on "Add Optional Other Attachment" to attach. . Assurances REQUIREMENT FOR UNITS OF LOCAL GOVERNMENT: All units of local government, such as cities, towns, municipalities, counties or other, must designate the proper authority to apply for and receive funding based on Title V, Subtitle E, Energy Efficiency and Conservation Block Grants, Sections 541 (3)(A) or 541(3)(B) of EISA 2007, Public Law 110- 140. The duly authorized official or highest elected official within the unit of local govemment, in consultation with the energy or sustainability department of that entity, if one exists, must certify the name and contact information for the part of the eligible govemment that is authorized to receive funds and implement the EECBG Program. REQUIREMENT FOR TRIBAL APPLICANTS: A Tribal Council Resolution, or other evidence of the applicant's authority to submit the application on behalf of the Tribe, must be submitted as part of the application. The Tribal Council Resolution or other evidence must verify that the entity submitting the application has or has been given the authority to submit on behalf of the Tribe. If an eligible Tribe is submitting the application on behalf of a team of eligible Tribes, a Tribal Council Resolution or other evidence from each of the entities must be submitted, as stated above. Save each certification in a separate file named "U IC-Assurances.pdf' and click on "Add Optional Other Attachment" to attach. 3. SF-LLL Disclosure of Lobbying Activities If applicable, complete SF- LLL. Applicability: If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the grant/cooperative agreement, you must complete and submit Standard Form - LLL, "Disclosure Form to Report Lobbying." 4. NEPA All projects receiving financial assistance from DOE must be reviewed under the National Environmental Policy Act (NEPA) of 1969 - 42 U.S.C. Section 4321 et seq. Based on DOE's review of the list of activities that funds can be utilized for under the EECBG Program, DOE has determined that projects in support of activities 1-3, 6, 7A, 7B, 7C, 7E, 7F, 8- 10, and 12 (shown in the table in regular text) will likely be classified as categorical exclusions. Therefore, Applicants proposing projects in support of activities 1-3,6, 7A, 7B, 7C, 7E, 7F, 8-10, and 12 are not required to submit any NEPA documentation at this time. However, DOE reserves the right to request NEPA documentation if during the review process it is determined necessary. Applicants proposing projects in support of activities 4,5,70,11,13, and 14 (shown in the table below in bold text) may also qualify for categorical exclusion status. However, this determination cannot be made without NEPA review. Therefore, all Applicants proposing projects in support of activities 4,5, 7D, 11, 13, and 14 must supply the environmental information contained in NETL F 451.1-1/3-EECBG contained in Attachment B3. This form should be saved in a file named "UIC-NEPA.pdf' and click on "Add Optional Other Attachment" to attach. 18 Applicants must know that by proposinq proiects in support of activities 4. 5. 70. 11. 13, or14, the NEPA process could delay the award process: applicants may be restricted to use of funds for planninq purposes only until the NEPA process is complete. All project activites permitted under the EECBG Program and the corresponding required NEPA actions are reflected in the table below: Table of NEPA Requirements by EECBG Project Activities --,.j ACTIVITY ACTIVITY DESCRIPTION NEPA ACTION REQUIRED AT NUMBER THIS TIME ---.. -----' 1. development and implementation of an energy efficiency and No further action needed at this conservation strategy under section 545(b); time 2. retaining technical consultant services to assist the eligible entity in the development of such a strategy, including- A. formulation of energy efficiency, energy conservation, and energy usage goals; B. identification of strategies to achieve those goals- (i) through efforts to increase energy efficiency and reduce energy consumption; and (ii) by encouraging behavioral changes among the population served by the eligible entity; C, development of methods to measure progress in achieving the No further action needed at this goals; time D, development and publication of annual reports to the population served by the eligible entity describing- (i) the strategies and goals; and (ii) the progress made in achieving the strategies and goals during the preceding calendar year; and I E. other services to assist in the implementation of the energy , efficiency and conservation strategy; ----, 3. residential and commercial building energy audits: No further action needed at this time ., 4. establishment of financial incentive programs for energy Complete NETL F 451.1-1/3- I efficiency improvements; EECBG and submit with I application - 5. the provision of grants to nonprofit organizations and Complete NETL F 451.1-1/3- governmental agencies for the purpose of performing energy EECBG and submit with efficiency retrofits; application 6, development and implementation of energy efficiency and I conservation programs for buiidings and faciiities within the I jurisdiction of the eligible entity, including- A. design and operation of the programs; L_"_______,,,_______ 19 B. identifying the most effective methods for achieving maximum No further action needed at this participation and efficiency rates; time C. public education; D. measurement and verification protocols; and E. identification of energy efficient technologies; 7. development and implementation of programs to conserve energy used in transportation, including- A. use of flex time by employers; No further action needed at this B. satellite work centers; time C. development and promotion of zoning guidelines or requirements that promote energy efficient development; D. development of non-highway transportation infrastructure, Complete NETL F 451.1-1/3- such as bike lanes and pathways and pedestrian walkways; EECBG and submit with application E. synchronization of traffic signals; and No further action needed at this time F. other measures that increase energy efficiency and decrease energy consumption; 8. development and implementation of building codes and inspection No further action needed at this services to promote building energy efficiency; time 9. application and implementation of energy distribution technologies that significantly increase energy efficiency, including- No further action needed at this A. distributed resources; and time B. district heating and cooling systems; 10. activities to increase participation and efficiency rates for material No further action needed at this conservation programs, including source reduction, recycling, and time recycled content procurement programs that lead increases in energy efficiency; 11. the purchase and implementation of technologies to reduce, Complete NETL F 451.1-1/3- capture, and, to the maximum extent practicable, use methane EECBG and submit with and other greenhouse gases generated by landfills or similar application sources; 12. replacement of traffic signals and street lighting with energy efficient lighting technologies, including- No further action needed at this A. light emitting diodes; and time B. any other technology of equal or greater energy efficiency; 13. development, implementation, and installation on or in any government building of the eligible entity of onsite renewable energy technology that generates electricity from renewable Complete NETL F 451.1-1/3- resources, including- EECBG and submit with application A. solar energy; 20 " .. -~-----~.~-- -,.- ~~---_._,_. ._----- ~-_._----_.._- ~-~ B. wind energy; C. fuel cells; and D. biomass; and 14. any other appropriate activity, as determined by the Secretary, i in consultation with- I Complete NETL F 451.1-1/3- A. the Administrator of the Environmental Protection Agency; EECBG and submit with application B. the Secretary of Transportation; and : C. the Secretary of Housing and Urban Development. Summary of Required Forms/Files As previously noted, the complete application package must be saved with the proper unique identification code (Ule). The UIC varies for each type of applicant and will be used by DOE to help distinguish and organize the applications received under this announcement. Your application must include the following documents. Please note: some of the documents are contained in the application package that Applicants will download from grants.gov. Other documents are to be crated using formats attached to this announcement and others do not have an established format and are to be created in the format of the Applicants choice: Name of Document Location of Document Format I File Name , -L- - - ------. Application for In grants,gov forms package Form ! N/A I Federal Assistance - i SF424 I .. - Pr~ecVPeITormance In grants.gov forms package I Form N/A Site Location(s) I ! -_..,,_.._._~ Other Attachments Form N/A Form: Attach the I ! following files to this I form: ~ i I _......,,'----; Project Activity File Attachment B 1 PDF I UIC-Project Activity,pdf -I <-,----.-.--, SF 424A File- DOE Financial Assistance Forms Page at Excel , UIC-SF424A.xls Budget Information for htto:/lmanaoement.enerov.oov/business doel Non-Construction business forms,htm, i Programs ~ ------'^'_._----; Budget Justification Created by Applicant PDF ! UIC-Budget.pdf File I I i I I -----.-.---..---. Subaward Budget I Created by Applicant Excel See Instructions above File(s) (if applicable) I I I ~' , I I -- ". I InanCla, I Attachment B2 PDF UIC-Financial Management Assessment. pdf Assessment I -----.....j--.-...--------. EECS Strategy Attachment D .._PD~__. mJ__.~~~~trategy,p~f_ 2 ] Format (units of local government and Indian Tribes only) EECS Strategy Attachment E PDF UIC-Strategy.pdf (states only) Assurances Created by Applicant PDF UIC-Assurances.pdf SF-LLL Disclosure of In grants.gov forms package Form N/A Lobbying Activities (if applicable) NEPA Information Attachment B3 PDF UIC-NEPA.pdf NETL F 451.1-1/3- EECBG D. SUBMISSIONS FROM SUCCESSFUL APPLICANTS DOE reserves the right to request additional or clarifying information for any reason deemed necessary, including, but not limited to: . Indirect cost information . Other budget information . Name and phone number of the Designated Responsible Employee for complying with national policies prohibiting discrimination (See 10 CFR 1040.5) . Additional NEPA Information . Applicants who will be using grant money for infrastructure investments will be required to provide the following Certification prior to award: 'With respect to funds made available to State or local governments for infrastructure investments under the American Recovery and Reinvestment Act of 2009, Pub. L. 111-5, the Governor, mayor, or other chief executive, as appropriate, certifies by acceptance of this award that the infrastructure investment has received the full review and vetting required by law and that the chief executive accepts responsibility that the infrastructure investment is an appropriate use of taxpayer dollars. Recipient shall provide an additional certification that includes a description of the investment, the estimated total cost, and the amount of covered funds to be used for posting on the Internet. A State or local agency may not receive infrastructure investment funding from funds made available by the Act unless this certification is made and posted." E. SUBMISSION DATES AND TIMES Application Due Date For State Applications Only: This announcement will remain open until Mav 26. 2009 8:00:00 pm Eastern Standard Time. Applications may be submitted at any time before the specified due date and time. Applicants are encouraged to submit their applications as soon practicable. For Units of Local Government and Tribal Applicants Only: a second c10sinq date of June 25. 2009 at 8:00:00 PM Eastern Time will applv. Tribal Applicants are encouraged to submit their applications well before this due date if possible. 22 F. INTERGOVERNMENTAL REVIEW This program is not subject to Executive Order 12372 (Intergovernmental Review of Federal Programs) and the regulations at 10 CFR Part 1005. G. FUNDING RESTRICTIONS Cost Principles Costs must be allowable in accordance with the applicable Federal cost principles referenced in 10 CFR part 600. LIMITATIONS ON THE USE OF FUNDS STATES AND TERRITORIES States must subgrant at least 60 percent of their allocation to units of local government in the State that are not eligible for direct grants. State applicants may expend for payment of reasonable administrative and planning costs not more than 10 percent of amounts provided under the program including the cost of reporting, LOCAL GOVERNMENTS AND INDIAN TRIBES Up to 10 percent or $75,000, whichever is greater, of grant funds may be used for administrative expenses, excluding the cost of meeting the reporting requirements of the Program. Administrative costs are the allowable, reasonable, and allocable direct and indirect costs related to overall management of the awarded grant. Up to 20 percent or $250,000, whichever is greater, of the grant funds may be used for the establishment of revolving loan funds. Up to 20 percent or $250,000, whichever is greater, of grant funds may be used for the provision of subgrants to nongovernmental organizations for the purpose of assisting in the implementation of the energy efficiency and conservation strategy of the eligible unit of local government or Indian tribe. H. OTHER SUBMISSION AND REGISTRATION REQUIREMENTS 1. Where to Submit APPLICATIONS MUST BE SUBMITTED THROUGH FEDCONNECT TO BE CONSIDERED FOR AWARD. Information regarding how to submit applications via Fed Connect can be found at https://www.fedconnect.net/FedConnect/PublicPaqes/FedConnect Readv Set Go,pdf Further, it is the responsibility of the applicant, prior to the offer due date and time, to verify successful transmission. 2. Registration Requirements There are several one-time actions you must complete prior to submitting an application through FedConnect (e.g., obtain a Dun and Bradstreet Data Universal Numbering System (DUNS) 23 number, register with the Central Contract Registry (CCR), and register in FedConnect). Please allow 10 days for completing the registration process. Registration for these systems is not controlled by the Department of Energy. Therefore, questions relating to the registration process and system requirements must be directed to the individual help centers for DUNS, CCR, and FedConnect identified on the respective web sites. DUNS Number If your organization does not have a DUNS number, go to the Dun & Bradstreet (D&B) online registration located at htto:/Ifedaov.dnb.com/webform/disolavHomePaae.do to receive a number free of charge or call 1-866-705-5711. CCR Registration The Central Contractor Registration (CCR) collects, validates, stores, and disseminates business information about the Federal Government's trading partners in support of the contract award, grants, and the electronic payment processes. To see if your organization is already registered with CCR, check the CCR website located at htto://www.bon.aov/ccrina/scriots/search.aso. You will be able to search CCR by using either your organization's DUNS Number or legal business name. If your organization is already registered, take note of who is listed as the organization's E-Business Point of Contact (E- Business POC). This person will be responsible for registering in FedConnect. If your organization is not registered in CCR, go to the CCR Website at WWW.ccr.QOV and select the "Start New Registration" option to begin the registration process. Please allow up to 7 days for processing of your registration which includes the IRS validating your Employer Identification Number (Taxpayer Identification Number or Social Security Number). The organization's E- Business POC will be designated during the CCR registrations process. A special Marketing Partner ID Number (MPIN) is established as a password to verify the E-Business POC. This MPIN is needed for the initial FedConnect Registration. FedConnect Registration FedConnect is a web portal that bridges the gap between agencies and vendors to streamline the process of doing business with the federal government. Through this portal, you will be able to review opportunities, submit applications and receive awards. To register with FedConnect, go to httos:/Iwww.fedconnect.net If you are the first person from your company to register, FedConnect will need to create a company account. This is done by the E-Business POC indentified in CCR using the organization's CCR MPIN. After the initial FedConnect account is created, employees can register themselves without the MPIN. 24 Part V - APPLICATION REVIEW INFORMATION A. PRELIMINARY REVIEW Applications will initially be reviewed to determine that (1) the applicant is eligible for an award; and (2) the information required by the announcement has been submitted; (3) all mandatory requirements are satisfied; and (4) the proposed project is responsive to the objectives of the funding opportunity announcement. B. REVIEW AND AWARD PROCESS Applications will be reviewed to determine that the activities proposed are in accordance with Section 544 of EISA 2007. Awards will be made in accordance with the final EECBG Formula Allocations. These allocations are contained in Attachment A to this announcement. 25 Part VI. AWARD ADMINISTRATION INFORMATION A. AWARD NOTICES Notice of Award . An Assistance Agreement issued by the contracting officer is the authorizing award document. It normally includes either as an attachment or by reference: (1) Special Terms and Conditions; (2) Applicable program regulations, if any; (3) Application as approved by DOE/NNSA; (4) DOE assistance regulations at 10 CFR part 600, or if the award is for research and to a university or non-profit, the Research Terms and Conditions; (5) National Policy Assurances To Be Incorporated As Award Terms; (6) Budget Summary; and (7) Federal Assistance Reporting Checklist, which identifies the reporting requirements. B. ADMINISTRATIVE AND NATIONAL POLICY REQUIREMENTS 1. Administrative Requirements The administrative requirements for DOE grants and cooperative agreements are contained in 10 CFR part 600 (See: htto://ecfr.qooaccess.qov) and, if the award is for research and to a university or non-profit, the Research Terms & Conditions and the DOE Agency Specific Requirements located at htto://www.nsf.oov/bfa/dias/oolicy/rtc/index.iso Recovery Act 2009 Award Administration Information Special Provisions relating to work funded under American Recovery and Reinvestment Act of 2009, Pub. L. 111-5 shall apply. Also, the Office of Management and Budget may be promulgating additional provisions or modifying existing provisions. Those additions and modifications will be incorporated into the Special Provisions as they become available. These Special Provisions are located at htto://manaoement.eneroy.oov/business doe/business forms.htm 2. Special Terms and Conditions and National Policy Requirements Special Terms and Conditions and National Policy Requirements The DOE Special Terms and Conditions for Use in Most Grants and Cooperative Agreements are located at htto:/Imanaoement.enerqy.qov/business doe/business forms.htm. The National Policy Assurances To Be Incorporated As Award Terms are located at DOE htto://manaqement.eneroy.qov/business doe/business forms.htm. Intellectual Property Provisions The standard DOE financial assistance intellectual property provisions applicable to the various types of recipients are located at htto:/lwww.qc.doe.qov/financial assistance awardS.htm. C. REPORTING Reporting requirements are identified on the Federal Assistance Reporting Checklist, DOE F 4600.2, located in Attachment C to this Announcement. The requirements include special reporting set forth under the Recovery Act. 26 PART VII. QUESTIONS/AGENCY CONTACTS A. QUESTIONS For general questions regarding the EECBG Program, please contact the EERE Information Center via phone or email at 1-877-EERE-INFO (1-877-337-3463) (Toll-free) or eereic@ee.doe.qov. Specific questions relating to the application and award process should be directed to EECBG@netl.doe.qov. 27 PART VIII. OTHER INFORMATION A. MODIFICATIONS Notices of any modifications to this announcement will be posted on FedConnect. You can receive updates through FedConnect's message center once you register interest for the opportunity. B. GOVERNMENT RIGHT TO REJECT OR NEGOTIATE DOE reserves the right, without qualification, to reject any or all applications received in response to this announcement and to select any application, in whole or in part, as a basis for negotiation and/or award. C. COMMITMENT OF PUBLIC FUNDS The Contracting Officer is the only individual who can make awards or commit the Government to the expenditure of public funds. A commitment by other than the Contracting Officer, either explicit or implied, is invalid. 28 EECBG Activity Worksheet Grantee "----------..,.- Date ., -_,"_._,~_ _. .._." ,_.__,_.._ h__,,______ r-\ I .'" Il'" -u. Program Comact Emall, LJ u 1"0 ff. _.,,~. .. ..,,"._--~"- Program Contact First Name: Last Name: ---~.~-- Project Title: __~.'__'._.M____'", Activity: If Other, ~..- ,_... ~----- Sector: If Other: ",-_..-. ----. Proposed Number of Jobs Created: Proposed Number of Jobs Retained: --_. Proposed Energy Saved and/or Renewable Energy Generated: _..,,-,----..~,-- Proposed GHG Emissions Reduced (C02 Equivalents): .. "-'-_.. Proposed Funds Leveraged: h._____ Proposed EECBG Budget: ..,.---- Projected Costs Within Budget: Administration: Revolving Loans' Subgrants: -------,-_. Project Contact First Name: Last Name: Email ..--... Metric Activity: If Other -,--- Project Summary: (limit summary to space provided) If you are proposing more than one activity, save this file as many times as needed with successive page numbers For example "OH-CiTY-Columbus Project Activity page l.pdf," "OH-CITY-Columbus-Pro)ect Activity page 2.pdf, " and continue as needed FINANCIAL MANGEMENT ASSESSMENT This assessment should be completed, signed and certified by the Applicant's Financial Officer. YES NO 1. Have you previously done business with DOE? 0 D 2. Have you previously done business with any other Federal Agency? 0 D If so, please identify: 3. Can the Applicant's Financial Officer or Independent Auditor certify that the Applicant has a financial management system sufficient to meet the requirements of 10 CFR 600.220? 0 D If yes, please skip to question #10 and sign/certify below. 4. Does your accounting system have the ability to track costs on a reimbursable basis? 0 D 5. Does your system allow for accurate, current and complete financial reporting, and record keeping as well as the maintaining of adequate source documentation? 0 D 6. Does your system allow for effective internal controls and accountability? 0 D 7. Does your system allow for effective and efficient cash management procedures? 0 D 8. Does your system prohibit subaward at any tier to any party which is debarred, suspended or otherwise excluded from or ineligible for participation in Federal assistance programs? 0 D 9. The expenditure of $500,000 or more of Federal funds in a fiscal year requires an organization to have an audit performed in accordance with OMB Circular A-133. Has your organization had such an audit performed? 0 0 10. If yes, please provide the most recent report or a copy of the SF-SAC forms filed with the Federal Audit Clearinghouse. If no, proceed to the next statement and certify by checking the YES block. I understand the audit requirements and will comply with the provisions of OMB Circular A-133. 0 D PRINTED NAME, TITLE AND PHONE NUMBER OF INDIVIDUAL COMPLETING FORM DATE By signing this form, the above individual certifies that the responses provided to this survey are accurate as of the date. If "NO" has been selected for any of the statements above, please provide further explanation on page 2. 1 FINANCIAL MANAGEMENT ASSESSMENT - continuation page if further explanation is needed DOE F 4600,2 ATTACHMENT C (2/09) All Other Editions Arc Obsolete U.S. Department of Energy FEDERAL ASSISTANCE REPORTING CHECKLIST AND INSTRUCTIONS " ,.Jentification Number: 2. Program/Project Title: DE-FOA-OOOOO13 Recovery Act (ARRA) - Energy Efficiency and Conservation Block Grants - Formula Grants 3. Recipient: 4, Reporting Requirements: Freauency No, of eODies Addressees A. MANAGEMENT REPORTING Upload only 1 copy to the address In the o Progress Report next column at the TBD 181 Special Status Report A interval specified In the previous column. B. SCIENTIFIC/TECHNICAL REPORTING (Reports/Products must be submitted with appropriate DOE F 241. The 241 forms are available at www,osti.oov/elink) Report/Product Form o Final ScientificlTechnical Report DOE F 241,3 o Conference papers/proceedings. DOE F 241.3 o Software/Manual DOE F 241.4 o Other (see Special Instructions) DOE F 241.3 . Scientific and technical conferences only C. FINANCIAL REPORTING 181 SF-425, Federal Financial Report Q, F TBD LOSEOUT REPORTING ...... .-'atent Certification TBD 181 Property Certification F o Other (see Special Instructions) E. OTHER REPORTING o Annual Indirect Cost Proposal o Annual Inventory Report of Federally Owned Property, if any 181 Other - See Section 5 below: Q, F,A TBD FREQUENCY CODES AND DUE DATES: A- Within 5 calendar days after events or as specified, S - Semiannually; within 30 days after end of reporting period, F - Final; 90 calendar days after expiration or termination of the award, Q - Quarterly; within 30 days after end of the reporting period. Y - Yearlv; 90 days after the end of the reoortino oeriod, 5. Special Instructions: Forms are available at httos:llwww,eere-omc,enerOY,Qov/forms,aso, Other Reporting is as follows: Energy Efficiency and Conservation Strategy (if applicable) ANNUAL REPORTS ARRA - Performance Progress Report See Federal Assistance Reporting Instructions on following pages for more details, Please note: All quarterly reports are due no later than 30 days after the end of the reporting period. Because this award is funded under the Recovery Act, the ARRA Performance Progress Report is due no later than 10 days after the end of the reporting period. Federal Assistance Reporting Instructions Reporting requirements under the EECBG Program consist of the follovving types of reports: SPECIAL STATUS REPORT The recipient must report the following events bye-mail as soon as possible after they occur: 1. Developments that have a significant favorable impact on the project. 2, Problems, delays, or adverse conditions which materially impair the recipient's ability to meet the objectives of the award or which may require DOE to respond to questions relating to such events from the public, For example, the recipient must report any of the following incidents and include the anticipated impact and remedial action to be taken to correct or resolve the problem/condition: a. Any single fatality or injuries requiring hospitalization of five or more individuals. b, Any significant environmental permit violation, c, Any verbal or written Notice of Violation of any Environmental, Safety, and Health statutes or regulations. d, Any incident which causes a significant process or hazard control system failure, e. Any event which is anticipated to cause a significant schedule slippage or cost increase, f. Any damage to Government-owned equipment in excess of $50,000, g. Any other incident that has the potential for high visibility in the media, FINANCIAL REPORTING . FOR ALL RECIPIENTS: Submit a Quarterly Progress Report and the SF-425 Federal Financial Report. Instructions for the Quarterly Progress Report are below. The SF-425 is available at http://www.whitehouse,qov/omb/qrants/index.html. CLOSEOUT REPORTING Property Certification The recipient must provide the Property Certification, including the required inventories of non-exempt property, located at htto://qrants.or.doe,qov, EECS STRATEGY (for units of local government and Indian tribes only) . FOR UNITS OF LOCAL GOVERNMENT AND INDIAN TRIBES: units of local government and Indian tribes that do not submit an Energy Efficiency and Conservation Strategy (EECS) with their application must submit one not later than one-hundred twenty (120) days after the effective date of the award. The EECS shall be a comprehensive strategy that covers, at a minimum. all items details in Attachment D as well as the following: . Jurisdictional area covered by plan and governing body and/or office with direct authority over plan . Plan implementation partners and any leverages funds from private or other public sources . Baseline energy use and GHG emissions inventory and forecast . Goals/objectives for total energy use and emissions reductions. and energy efficiency increase (including deployment of renewable technologies) . Goals can be qualitative ') -. . Actions/plans/strategies and implementation schedule to meet goals . Actions and strategies included in the plan can be eligible activities for use of funds under EECBG as well as activities that are ineligible; comprehensive planning is encouraged. The eligible activities should be marked as such. . Applicants are encouraged, in particular, to include the potential impact of anticipated leveraged funds from private as well as other public sources. . Expected outcomes and benefits of plan: . Jobs created and/or retained . Energy saved . Renewable energy capacity . GHG emissions reduced . Funds leveraged . Obstacles to reaching goals and strategies to remove obstacles . Policies and/or administrative actions adopted or needed to support actions/plans/strategies/targets/schedu Ie . Evaluation, monitoring and verification plan . Plan for how activities will be sustained beyond grant period . Plans for the use of funds by adjacent eligible units of local governments that receive grants under the program; and plans to coordinate and share information with the state in which the eligible unit of local government is located regarding activities carried out using the grant to maximize the energy efficiency and conservation benefits under this part. . Plans for how these funds will be coordinated with leverages funds, including other Recovery Act funds, to maximize benefits for local and regional communities. ANNUAL REPORTS . FOR UNITS OF LOCAL GOVERNMENT AND INDIAN TRIBES: Submit annual reports not later than two (2) years after the effective date of this award and annually thereafter. The annual report shall describe the status of development and implementation of the energy efficiency and conservation strategy and an assessment of energy efficiency gains within the jurisdiction of the eligible unit of local government or Indian Tribe. The annual report shall also address the metrics listed below. . FOR STATES: Submit annual reports not later than one (1) year after the effective date of this award and annually thereafter. The annual report will include the metrics listed below as well as: . The status of development and implementation of the energy efficiency and conservation strategy of the state during the preceding calendar year; . The status of the subgrant program of the state; . Specific energy efficiency and conservation goals of the state for subsequent calendar years; and . Activities (list all programs created or supported by program funds and amount of program funds spent on each activity, indicate which programs are new and which are existing, indicate which programs are supported solely by program funds, and which have other funding sources. ARRA PERFORMANCE PROGRESS REPORT Failure to comply with this reporting requirement may result in termination of that part of the award funding by Recovery Act. Not later than 10 days after the end of each calendar quarter, each recipient shall submit a report to the grantor agency that contains: . The total amount of American Recovery and Reinvestment Act of 2009, Pub. L. 111-5, covered funds received from that agency; . The amount of American Recovery and Reinvestment Act of 2009, Pub, L. 111-5, covered funds received that were expended or obligated to project or activities; . A detailed list of all projects or activities for which American Recovery and Reinvestment Act of 2009, Pub. L. 111-5, covered funds were expended or obligated including: 3 0 Name of project or activity 0 Description of project or activity 0 Evaluation of the completion status of project or activity 0 Estimate of number of jobs created and retained by project or activity in the manner and form prescribed by DOE 0 Infrastructure investments made by State and local governments, purpose, total cost, rationale or agency for funding infrastructure investment, name of agency contact. 0 Information on subcontracts or subgrants awarded by recipient to include data elements required to comply with the Federal Accountability and Transparency Act of 2006 (Pub, L. 109-282). . Compliance: As a condition of receipt of funds under this Act, no later than 180 days of enactment, all recipients shall provide the information described above, DOE intends to append the periodic ARRA - Performance Progress Report to include reporting on the following, at a minimum: The results of the funding provided for the EECBG Program through the American Recovery and Reinvestment Act (ARRA) will be assessed according to the following performance metrics: . Jobs created and/or retained . Energy (kwh/therms/gallons/BTUs/etc,) saved . Renewable energy generated . GHG emissions reduced . Cost savings The metrics described below are designed to track the accomplishments of projects funded by EECBG, States must not include results reported by direct grant recipients. Grant recipients will be presented with reporting requirements at the time they receive funding and will be expected to report their achievements in terms of the specified metrics presented below. Grant recipients will be required to report quarterly on project expenditures, and also on specific activities and achievements, such as square feet of buildings retrofitted. These items tend to be outputs (actions taken by grant recipients) but also include some short-term outcomes (results achieved relatively soon after project outputs occur that lead toward attainment of ultimate project objectives), Expenditures: Accurate records should be kept on project expenditures for all EECBG ARRA funded efforts, The specific information to be gathered and tracked is listed below. It will be the same for all project types: . Expenditures for project activities . Expenditures for administration . Expenditures for evaluation . Leveraged funds Metrics Activity: The key metrics to be reported will vary by project type. The minimum information to be reported, by project activity type, is reported below, Building Codes and Standards . Name of new code adopted . Name of old code replaced . Number of new and existing buildings covered by new code Building Retrofits . Number of buildings retrofitted, by sector . Square footage of buildings retrofitted, by sector Clean Energy Policy . Number of alternative energy plans developed or improved . Number of renewable portfolio standards established or improved . Number of interconnection standards established or improved 4 Building Energy Audits . Number of audits performed, by sector . Floor space audited, by sector . Auditor's projection of energy savings, by sector Energy Efficiency Rating and Labeling . Types of energy-consuming devices for which energy-efficiency rating and labeling systems were endorsed by the grantee Government, School, Institutional Procurement . Number of units purchased, by type (e.g., vehicles, office equipment, HVAC equipment, streetlights, exit signs) Industrial Retrofit Support . Number of buildings retrofitted, by Industry Type . Square footage of buildings retrofitted, by Industry Sector Loans, Grants, and Incentives . Number and monetary value of loans given . Number and monetary value of grants given . Number and monetary value of incentives provided Incremental Cost for Efficiency and Design Elements in New Buildings . Number and square footage of new buildings designed, by sector . Number and square footage of new buildings constructed, by sector Renewable Energy Market Development . Number and size of solar energy systems installed . Number and size of wind energy systems installed . Number and size of other renewable energy systems installed Financial Incentives for Energy Efficiency . Monetary value of financial incentive provided, by sector . Total value of investments incentivized, by sector . Estimated impact of incentives on total investment made Technical Assistance . Number of information transactions contacts (for example, webinar, site visit, media, fact sheet) in which energy efficiency or renewable energy measure were recommended, by sector T ran sportation . Number of alternative fuel vehicles purchased . Number of conventional vehicles converted to alternative fuel use . Number of new alternative refueling stations emplaced . Number of new carpools and van pools formed . Number of energy-efficient traffic signals installed . Number of street lane-miles for which synchronized traffic signals were installed Workshops, Training, and Education . Number and type of workshops, training, and education sessions held . Number of people attending workshops, training, and education sessions Other Activities Not Previously Defined . Pertinent metric information for any activity not defined above should be captured and included as needed 5 Short-term Outcomes (DOE will provide supplemental guidance on how to calculate these outcomes to ensure consistent approaches that results can be aggregated at a regional, State and national !evel): Energy Savings (kwh equivalents) . Annual reduction in natural gas consumption (mmcf) by sector and end-use category . Annual reduction in electricity consumption (MWh) by sector and end-use category . Annual reduction in electricity demand (MW) by sector and end-use category . Annual reduction in fuel oil consumption (gallons) by sector and end-use category . Annual reduction in propane consumption (gallons) by sector and end-use category . Annual reduction in gasoline and diesel fuel consumption (gallons) by sector and end-use category Job Creation/Retention . Number . Type . Duration Renewable Energy Capacity and Generation . Amount of wind-powered electric generating capacity installed (MW) . Amount of electricity generated from wind systems (MWh) . Amount of photovoltaic generating capacity installed (MW) . Amount of electricity generated from photovoltaic systems (MWh) . Amount of electric generating capacity from other renewable sources installed (MW) . Amount of electricity generated from other renewable sources (MWh) Emissions Reductions (tons) (C02 equivalents) . Methane . Carbon . Sulfur dioxide . Nitrogen oxide . Carbon monoxide Protected Personallv Identifiable Information (PI!) Reports must not contain any Protected PIl, PIl is any information about an individual which can be used to distinguish or trace an individual's identity, Some information that is considered to be PIl is available in public sources such as telephone books, public websites, university listings, etc. This type of information is considered to be Public PIl and includes, for example, first and last name, address, work telephone number, e-mail address, home telephone number, and general educational credentials, In contrast, Protected PIl is defined as an individual's first name or first initial and last name in combination with anyone or more of types of information, including, but not limited to, social security number, passport number, credit card numbers, clearances, bank numbers, biometrics, date and place of birth, mother's maiden name, criminal, medical and financial records, educational transcripts, etc. 6 Attachment D Energy Efficiency & Conservation Strategy for Units of Local Governments & Indian Tribes As detailed in Part 1 of this announcement, all applicants must submit an Energy Efficiency and Conservation Strategy (EECS). Units of local government and Indian tribes have the option of submitting the EECS no later than 120 days after the effective date of the award or at the time of application. Units of local government and Indian tribes who chose to submit the EECS at the time of application shall use the format contained in Attachment D. This form should be saved in a file named "UIC-Strategy.pdf" and click on "Add Optional Other Attachment" to attach. Grantee: Date: (mm/ddlyyyy) DUNS #: Program Contact Email: 1. Describe your government's proposed Energy Efficiency and Conservation Strategy. Provide a concise summary of your measureable goals and objectives, which should be aligned with the defined purposes and eligible activities of the EECBG Program. These goals and objectives should be comprehensive and maximize benefits community-wide. Provide a schedule or timetable for major milestones. If your government has an existing energy, climate, or other related strategy please describe how these strategies relate to each other. 2. Describe your government's proposed implementation plan for the use of EECBG Program funds to assist you in achieving the goals and objectives outlined in the strategy describe in question # L Your description should include a summary of the activities submitted on your activity worksheets, and how each activity supports one or more of your strategy's goals/objectives. '3. Describe how your government is taking into account the proposed implementation plans and activities for use of funds by adjacent units of local government that are grant recipients under the Program (response not mandatory for Indian Tribes). 4. Describe how your government will coordinate and share information with the state in which you are located regarding activities carried out with grant funds to maximize energy efficiency and conservation benefits (response not mandatory for Indian Tribes). 5. Describe how this plan has been designed to ensure that it sustains benefits beyond the EECBG funding period. 6. The President has made it clear that every taxpayer dollar spent on our economic recovery must be subject to unprecedented levels of transparency and accountability. Describe the auditing or monitoring procedures currently in place or that will be in place (by what date), to ensure funds are used for authorized purposes and every step is taken to prevent instances of fraud, waste, error, and abuse, IX. - CITY MANAGER'S REPORT CITY OF BOYNTON BEACH ITEM E AGENDA ITEM REQUEST FORIVl Requested City Date Final Form Must be Requested City Date Final Form Must be Commission Meeting Turned in to City Clerk's Commission Meeting Dates Turned in to City Clerk's Dates Office Office IZI A ril 21, 2009 0 June 16, 2009 0 5,2009 0 Jul 0 Ma 19,2009 0 Jul Jul 0 June 2, 2009 0 st 4, 2009 0 AnnouncementslPresentations IZI Citv Manager's Reoort 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: Please place this request on the April 21, 2009 City Commission Agenda under City Manager's Report. This item is a Status Report on the Voluntary Annexation of the Palm Beach Memorial Park and Sam's Club properties. EXPLANATION: The Palm Beach Memorial Park/Sam's Club land use amendment was approved by Commission for transmittal to the DCA on January 20,2009, and we understand that the DCA has completed its review without objections (written confIrmation from the DCA is expected this week). This is not a simple annexation; there are many issues accompanying it which staffhas at least partially explained in the initial information item presented to the Commission in October of 2008, and within the project staff report. The issues are best summarized individually, along with the corresponding solutions and status. The issues are as follows: 1) Creation of unincorporated "pocket" - This "pocket" is created by the annexation of the uniquely fIgured Sam's Club property which includes a "fInger" extension north to Hypoluxo Road. This includes an access road for Sam's Club but which is also the sole access drive for three unincorporated properties (consisting of 1 hotel and 3 restaurants). Consequently, access to the unincorporated properties will be severed by the incorporation (although physical access is maintained), therefore arguably failing the "compactness" test of Florida Statutes, which is an issue raised by County staff. SOLUTION: Execute an ILA with the County. Since the properties are also subject to a water service/annexation agreement similar to the Sam's Club property, they are annexable once contiguous, which will be attained following annexation of the Memorial Park and Sam's Club properties. The ultimate annexation of the three properties would resolve the compactness issue raised by the County, and as an interim measure and evidence of intent, city staff offered to enter into an ILA that would document the city's plan to annex this "pocket". STATUS: The ILA has been drafted by County staff and will be considered by the City Commission concurrent with the fInal adoption of the annexation ordinance (see below for status). Although the ILA was also to transfer public safety responsibility (for the pocket and adjacent Hypoluxo Road) to the City in advance of annexation, the Sheriffs Office prefers to continue providing service until ultimately annexed into Boynton Beach. 2) Conditions of annexation - Recall that representatives for the properties both have conditions of annexation to ensure the successful implementation of their respective business plans and/or to avoid uncertainty relative to utility hook-up costs. More specifIcally, the issues include the immediate desire to lease space for a billboard, the eventual plans to build a crematorium, the timing of installation of and payment for utility hookups, and the planned addition of accessory fuel sales to the Sam's Club operation. SOLUTION: Annexation agreements will be considered for execution concurrent with adoption of the annexation ordinance. An agreement with the respective property owners will achieve the necessary recognition, S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM,DOC CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM commitment, documentation, necessary in connection with the needs of the two property owners, With respect to the billboard, its ultimate location on the property will be pursuant to the provisions of a 2001 settlement agreement, which requires it to be separated from a residential use by at least 250 feet. It should also be noted that one commitment will include, as anticipated, the timely amendment of the City's LDRs to amend setback requirements applicable to accessory fuel sale operations in a Planned Commercial Development zoning district (PCD), STATUS: The agreements are in the process of being drafted, through the necessary communications between the agent for the applications and the City Attorney, The agreements will be forwarded for Commission consideration concurrent with Final Reading of the annexation ordinance, Lastly, the applicant has requested an amendment to the 2001 billboard consent decree to allow placement of a billboard at a setback of 150 feet. This request is being reviewed by City staff. As for the DCA's review process, the proposed amendment to the City's Comprehensive Plan Future Land Use Map has been reviewed by the State (the State does not review the corresponding applications for annexation and rezoning), A verbal, informal communication was received from the State indicating that the State's review was finished and there would be Il" objections raised, Staff anticipates receiving the official written notice from the State this week, Once received, the City may proceed to the adoption stage which includes another legal notice placed in the newspaper. Depending upon the status of the corresponding annexation agreements, staff anticipates placing this on either the May 19th or June 2nd Commission agenda PROGRAM IMP ACT: This process and corresponding prerequisites are necessary for the ultimate annexation of approximately 45 acres ofland along North Seacrest Boulevard, FISCAL IMPACT: The overall annexations (the Palm Beach Memorial Park/Sam's Club properties and the pocket properties) are anticipated to contribute approximately $120,000 to the City's annual property tax revenues, ALTERN.. ./~TI.VES: Infonnation only; no act;on;, "qn;"d ,t thi, tim,. Ja{ ) I 0 ~ " a /)1 (1 , ~.Ir /'r-J! ' ~ . Devel~ment epartmentDirector City Manager's Signa~re; ~ Assistant to City Manager (~j----. .. ~~ ' - ./ Planning and Zo' irector CIty Attorney / Fmance S:\Planning\SHARED\WP\PROJECTS\Sams Club PB Memorial\ANEX 09.001 \Agenda Item Request 4-2] -04 - Status only,doc S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM,DO(' KII. - LEGAL - 2nd Reading Non-Development CITY OF BOYNTON BEACH ITEM B.1 AGENDA ITEM REQUEST FORM Requested City Date Final Form Must be Requested City Date Final Form Must be Commission Meeting Turned in to City Clerk's Commission Meeting Dates Turned in to City Clerk's Dates Office Office 181 April 21, 2009 Aoril 6, 2009 (Noon) 0 June 16, 2009 June 1,2009 (Noon) 0 Mav 5, 2009 Aori120, 2009 (Noon) 0 July 7, 2009 June 15,2009 (Noon) [J Mav 19, 2009 May4,2009~oon) 0 July 21, 2009 July 6, 2009 (Noon) 0 June 2, 2009 May 18, 2009 (Noon) [J AUl!Ust 4, 2009 July 20,2009 (Noon) 0 Announcements/Presentations 0 City Manager's Report NATURE OF 0 Administrative 0 New Business AGENDA ITEM 0 Consent Agenda 181 Legal 0 Code Compliance & Legal Settlements 0 Unfinished Business 0 Public Hearing 0 RECOMMENDATION: Approve the second reading of Ordinance no. 09-019 amending sections 26-9 of the City's Code governing rates for potable water, and wastewater charges, which will implement a revised rate structure commencing May 1, 2009. EXPLANATION: Changes in water usage patterns, as mandated by the South Florida Water Management District, have effectively reduced potable water usage to a significant extent, and thereby reduced the City's revenues from water and wastewater volume-based charges. The rate structure adopted via this ordinance will adjust the rate structure so as to yield a higher percentage of revenue from base facility charges, in recognition that the Utilities Department's fixed costs are significantly higher than the percentage related to flow-based costs. The new structure will therefore serve to reduce the negative impacts of any future water usage restrictions mandated by the District. Based upon a rate study update completed by CH2MHill, the City's Utilities Department will require additional revenues in order to properly operate and maintain the current system, and also to allow for future expansions and improvements. The proposed rate structure will generate the revenue required to meet these future demands, maintain adequate debt service coverage, and fund anticipated future debt service that will be required over next five years. PROGRAM IMP ACT: Sufficient revenues are essential for maintaining proper coverage on existing bonds' debt service, and for assuring the long-term stability of the system. FISCAL IMPACT: The new potable water and wastewater rates are anticipated to generate approximately $4.275 million in revenues for the remainder of fiscal year 2008-09 and an additional $8.615 million for the upcoming fiscal year of 2009-10. S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM,DQC CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM AL TERNATIVES: Leave the current rates in place, which would result in the following system deficiencies. . Inability to meet debt service coverage, with ensuing difficulty in obtaining additional funding for capital improvement projects. . Face the potential for continued budget deficits ~ z;:~~:o :cal capital projects , ~\u?~ Department Head's SIgnature City Manager's Signature ant to City Manager ~__c__ UTILITIES Department Name Attorney I Finance Xc: ~ter Mazzella (w/attachments) Barbara Conboy " Michael Low " City Attorney " File ATTACHMENTS: A. Notice to Customers B. 09-019 C. Media Release - Explanation of Revised Rate Structure D. PowerPoint Presentation S\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM,DOC A NOTICE TO CUSTOMERS: During the regular meetings of the City of Boynton Beach Commission on Tuesday, April 7, 2009 and Tuesday, April 21, 2009, the Commission will consider an Ordinance, on ftrst reading and second reading respectively, to increase the rates of potable water and wastewater provided by the City of Boynton Beach. The meetings will be held in City Hall, in the Commission Chambers, 100 East Boynton Beach Blvd., Boynton Beach, Florida, at 6:30 p.m., or as soon thereafter as the agenda permits. Public comment will be heard on 151 and 2nd reading of the ordinance, The schedules of rates and fees shown below represent the proposed increased rates for Schedule I _ Potable Water Rates, and Schedule IT - Wastewater Rates, and Additional Fees that will be inserted into Section 26- 9 of the City of Boynton Beach Code of Ordinances. The City Commission has the authority to increase, decrease or eliminate the proposed rate increase on both 151 and 2nd reading of the ordinance, SCHEDULE I. POTABLE WATER RATES (a) Residential and Commercial rates inside city: Fiscal Base Facility Base Facility 0-9,000 9,001- 30,001- Over Year Charge Charge gallons! 30,000 50,000 50,000 (Residential) (Commercial) month* gallons! gallons! gallons! month* month* month* 2008-09 $10.77 $21.54 $1.52 $2.72 $3.62 $4.46 2009-1 0 $10.77 $21.54 $1.52 $2.72 $3.62 $4.46 2010-11 $11.57 $23.13 $1.55 $2.77 $3.70 $4.56 2011-12 $11.95 $23.90 $1.57 $2.80 $3.74 $4.60 2012-13 $12.91 $23.90 $1.60 $2.86 $3.82 $4.71 (b) Residential and Commercial rates outside city: Fiscal Base Facility Base Facility 0-9,000 9,001- 30,001- Over Year Charge Charge gallons! 30,000 50,000 50,000 (Residential) (Commercial) month* gallons! gallons! gallons! month* month* month* 2008-09 $13.46 $26.93 $1.90 $3.40 $4.52 $5.59 2009-1 0 $13.47 $26.93 $1.90 $3.40 $4.52 $5.59 2010-11 $14.46 $28.92 $1,94 $3.47 $4.62 $5.70 2011-12 $14.94 $29.87 $1.96 $3.50 $4.66 $5.76 2012-13 $16.13 $32.27 $2.01 $3.58 $4.77 $5.89 *Represents monthly usage rates per thousand gallons SCHEDULE II. WASTEWATER RATES (a) Residential and commercial rates inside city: Fiscal Base Commodity Rate Dollars Rate If No Water Per Thousand Gallons Meter 2008-09 $16.54 $1.98 $30.42 2009-10 $16.54 $1.98 $30.42 2010-11 $17.52 $2.01 $31 .62 2011-12 $17.83 $2.02 $31.99 2012-13 $19.32 $2.07 $33.80 (b) Residential and commercial rates outside city: Fiscal Base Commodity Rate Dollars Rate If No Water I Per Thousand Gallons Meter ~ 2008-09 $20.68 $2.48 $38.05 2009-1 0 $20.68 $2.48 $38.05 $21.91 $2.52 - $39.55 ..~~ 2010-11 - 2011-12 $22.29 $2.53 $40.02 2012-13 $24.15 $2.59 $42.28 -..J Other proposed fees and adjustments . Increase in charge for insufficient funds (dishonored checks) to $25 . Implement late payment fee of $10 . Authorize City to collect expenses for damages to meters/service by customer B I ORDINANCE NO. 09- 2 3 AN ORDINANCE OF THE CITY COMMISSION OF 4 THE CITY OF BOYNTON BEACH, FLORIDA 5 AMENDING CHAPTER 26, WATER, SEWERS AND 6 CITY UTILITIES, AMENDING SECTION 26~8, 7 AMENDING SECTION 26-9, REVISING THE RA TE 8 SCHEDULE FOR POTABLE WATER AND 9 W ASTEW A TER; AND PROVIDING FOR CONFLICTS, 10 SEVERABILITY, CODIFICATION AND AN 11 EFFECTIVE DATE. 12 13 14 WHEREAS, at the direction of the City Commission of the City of Boynton Beach, 15 in 2008 the City's utility system consulting engineers, CH2M Hill Consulting Engineers, 16 conducted an update to their previous study on water and sewer rates necessary in order for 17 the City to provide the desired level of services ("Study"); and ] 8 WHEREAS, based on a rate study update completed by CH2MHill the City's ]9 Utilities Department will require additional revenues in order to properly operate and 20 maintain the current system and also to allow for future expansions and improvements 2] therefore, City staff recommends modifications to Chapter 26, Water, Sewers and City 22 Utilities, of the Code of Ordinances; and 7" WHEREAS, the provisions of Section 180.136, Florida Statutes, requiring notice of --' 24 proposed increase to any rate, charge or fee for water or sewer utility service, have been 25 satisfied, as the required notice has been furnished to each utility customer through the City's 26 regular billing process; and 27 WHEREAS, in order to ensure that the projected requirement increases are covered, 28 adjustments for potable water and wastewater rates are necessary; and 29 WHEREAS, the City Commission of the City of Boynton Beach, based upon the I i I I j ustificalion provided by the City's mility system consulting engineer in a repon to the ( 11\ 2 Commission and by City staff, deems it to be in the best interests of the citizens and residents 3 of the City to amend Chapter 26, Water. Sewers and City Utilities. of the City of Boynton 4 Beach Code of Ordinances to provide for these necessary changes. 5 NOW, THEREFORE, BE IT ORDAINED BY THE CITY COMMISSION OF 6 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 7 Section 1. Each Whereas clause set forth above is true and correct and 8 incorporated herein by this reference. 9 Section 2, That Chapter 26, Article I, Section 26-9. entitled Water and sewer ]0 connection, deposit and service charges, is hereby amended in part by adding the words in II underline as follows: 12 Sec. 26-8. Water and sewer connection, deposit and service 13 charges. 14 There is hereby established a fee structure for water and sewer service. turn-ons, meter 15 connections and deposits and miscellaneous services as set forth below: Service Charge Turn-on $20 Turn-off $20 Turn-on after hours $55 Turn-otl after hours $55 Meter test* $20 -, - Re-read* (customer request) $20 Water shut-off charge for non-payment $40 Labor charge for meter upgrades $60 Flow test* $30 Dishonored checks $25 Late payment $10 The Utilities Department is authorized to collect expenses for damages to meters/service by customers ] *No charge if meter error city's error, or sub-standard flow rate is detected. 2 *** 3 Section 3. That Chapter 26, Article I, Section 26-9, entitled Water and 4 wastewater rates and charges, is hereby amended in part by deleting Schedule I, Potable 5 Water Rates, and replacing the same with a new Schedule I, Potable Water Rates, as follows: 6 7 Sec. 26-9. Water and wastewater rates and charges. 8 9 The monthly rates and charges for water and wastewater shall be as 10 set forth in the five-year schedules in this section. Such rates shall become 11 effective on May 15t of each of the fiscal years indicated and shall not be prorated: 12 13 SCHEDULE I. POTABLE WATER RATES 14 ]5 16 I (0) Residential and Commercial rates inside city: ]7 I 1-15i:~~ I =:i: I ~:~o I :~'= I ~,oo I ~ Charge Charge gallons/ 50.000 gallonG/ (Re~idential) (Commercial month* gallons/ mOflth* 3 II I I i I___u~_~ ---.-,-----.------. - ._u___~---------u-- -- ------ Ii -I i 01011111* ! I ' ! ' -. --T~--- '" ., ~ I $44Q i ~ Uc:+4! ~3 .~ 'G& I i ! I ~-.--.-------.;--uu ____..l-__ - --~_. i 24G&- I 4-:-84 I ~ -h€B I :un 3,73 I Wf I ~-~~,--- I .... ,-' I : ; ...., ...., ~I~ 1~ ,~ I~ 4,W I +B I I I I I --~---. I .., (\ 1 II I:: 1 ,1 I 1 (\ {} '7 I 1 {}:: I ") ,111 4:--1--9 I~:~ ~ .-r.-&::' ~ ' I..., 1_ .) ,- I" ----~---, I ~ ~ -t44+ ~ I ~ +:-1-9 I .g I 1__________. ______ 1 --- 2 ~ Re~;iden1iaJ and Commercial rate~; out~;ide city: 3 -H-s-eaf Base Facility Base Facility 0 30,000 30.001 Over 50.000 +ear Cham,e Chanze i,l gallon~;/ 50,000 ! ~!allons/ ___ '-", '--"' I...... (Re~;idential) (Commercial I me-~ ballon~;/ O1on'.h* -1 month* 200+- ~ I $11.00 ~ ~ ~ --- ~ . ~ ! ~ ~ i -l-1:+G 1lA6' l;.,n -----rT66 -- \W . i --hw ' ! -------t .-.-- 2:009- ~ \ -h8P I 2.23 . .w& . ~ +4 ' ..., . 4;-::;--=-------- I .J....+J I. -- --._.-~ - -~-~---- ;u.l+,t:)- €r.%() I H-,~ , --.- -- ' ~ ~ ++ . I -. .------- 2{)+-l- ~ +:1.~ I 2.]2 1,25 ,~"~ R ' ___._,_..._..___.._.____ ",___ 1 ___...___________ .-.-~--- . 4 5 6 7 (a) Residential and Commercial rates inside city: 8 ~_._,....... __ Fiscal Base Facility Base Facility 0-9,000 9,001- 30,001- Over Year Charqe Charqe gallons/ 30,000 50,000 50,000 (Residential) (Commercial) month* qallons/ I qallons/ qalions/ month* ! month* month* I 2008-09 ~10.77 $21.54 l $1.52 ~ ~272 .. I $3.62 $4.46-- I 2009-10 $10,77 $21,54 ~ $2.72 . $3,62 $446 I 2010-11 li12l $23,13 ~ $2.77 $3.70 $4.56 I 2011-12 $11,95 $23,90 ~ $2.80 $3,74 $4,60 I 2012-13 lliJU $23,90 , $1,60 , $2,86 I $3.82___..L$4 7~_ 9 lOb Residential and Commercial rates outside cit : II 4 I I Fiscal Base Facility' Base Facilitv 0-9,000 9,001- 30,001- Over Year CharQe CharQe Qallons/ 30,000 50,000 50,000 ( Residential) (Commercial) month* Qallons/ qallons/ qallons/ month* month* month* 2008-09 $13.46 $26,93 $1,90 $3.40 $4,52 $5,59 2009-10 $13.47 $26,93 $1,90 $3.40 $4.52 $5,59 2010-11 $14.46 $28,92 $1,94 $3.47 $4.62 $5,70 2011-12 $14,94 $29,87 $1,96 $3,50 $4,66 $5,76 2012-13 $16,13 $32,27 i2,01 i3,58 i.4,77 $5,89 I 2 3 *Represents monthly usage rates per thousand gallons 4 5 Section 4. That Chapter 26, Article I, Section 26-9, entitled Water and 6 wastewater rates and charges, is hereby amended in part by deleting Schedule II, Wastewater 7 Rates, and replacing the same with a new Schedule II, Wastewater Rates, as follows: 8 SCHEDULE II. W ASTEW A TER RATES 9 10 ea) Re~;identicJ and commercial rates inside city: II ~ Base Commodity Rate Rate IENo \Vater Dollar~ Per Thousand Metef Gallom; I 2007 08 $11.1'1 $-h6-9 $23.00 I 2008 09 ~ +4:3- ~ I 200f} 1 0 ~ -hW ~ 2010 11 +2-:++ -h94 ~ I 2011 12 ~ +-:-9+ ~ 12 13 (b) Residential and commercial rates outside city: 14 ~ Base Commodity Rate Rate If No \1,1 ater Dollars Per Thousand Me:tef Gallons I 2007 08 $13.93 ~ $28.79 I 2008 09 -8-M 2.29 M-:G-9 I 2009 10 B:M ~ ~ I 2010 11 ~ 2.'13 ~ I 2011 12 -l4+9 2-47 ~ 15 I 16 (a) Residential and commercial rates inside city: 5 II I! II II II i II .__..._-_.".._'~ ~~-~--,..- Fiscal Base Commodity Rate Dollars Rate If No Water I ! Per Thousand Gallons . i Meter 2008-09 $16,54 $1,98 I $30.42 ,....... .. _...___m I --". ..... ------.------..----- 2009-10 16,54 .m+- $1,98 _____.. 1$30.42 ----- -- -- ~._-,-- 2010-11 17,52 . $2,01 ________1 $31,62 ~_. ---.....-, ---.. 12011-12 , $17,83 1$2,02 __ ______. ,$31,99 _.~ ~------ 2012-13 I $19,32 ..__...~ $2.07 ____ __.. _____.~ $33,80 ----_._,---- ---...------.--- 2 3 (b) Residential and commercial rates outside city 4 I Fiscal I Base n.___'___________ ! Commodity Rate Dollars I Rate If No Water - I- i 1 Per Thousand Gallons Meter I 2008-09 520.68 . $2.48 38.05 ..-- -- ---.-.---------- -----,_... I 2009-10 20,68 i 2.48 ' $38,05 ------- ---.-,.- - - am_ ..-, t ..------....,. I 2010-11 21,91 $2,52 mm_'_'___ _ i $39.55 .- --.- - ,_. - 12011-12 22,29 $2,53 i $40,02 ~.-_._.- -------- ,--,.--------- I 2012-13 $2415 .------- ! $2,59 .. .__.._..__.--------~- ---.- i $42.28 ---- 5 6 7 8 Section 5, Each and every other provision of Chapter 26, not herein specifically 9 amended shall remain in full force and effect as previously enacted. 10 Section 6. All ordinances or parts of ordinances in conflict herewith be and the 11 same are hereby repealed, 12 Section 7, Should any section or provision of this ordinance or portion hereoL 13 any paragraph, sentence or word be declared by a court of competent jurisdiction to be ]4 invalid, such decision shall not affect the remainder of this ordinance. 15 Section 8, Authority is hereby granted to codify said ordinance. 16 Section 9, This ordinance shall become effective May 1. 2009. 17 FIRST READING this day of .2009, -~ .-.---.----..--., --,---- 18 I ! b I 1 SECOND, FINAL READING AND PASSAGE this day of 2 ,2009. 3 4 CITY OF BOYNTON BEACH, FLORIDA 5 6 7 Mayor - Jerry Taylor 8 9 10 Vice Mayor - Jose Rodriguez 11 12 13 Commissioner - Ronald Weiland 14 15 16 ATTEST: Commissioner - Woodrow L. Hay 17 18 19 Janet M. Prainito, CMC Commissioner - Marlene Ross 20 City Clerk 21 22 23 (CORPORA TE SEAL) 24 25 26 27 S '\CA \Ordinances\Util ity. Water Rates 09-1 O.doc 7 Explanation of Revised Rate Structure for Drinkable Water and Wastewater Charges At its April 21 meeting, the City Commission will hold a second vote on a proposed ordinance that will implement a revised rate structure for drinkable water and wastewater charges, effective May 1, 2009. Press reports, however, about the amount of the increase and how it will be applied have been misleading. Much like a telephone, electrical or gas bill, the City's typical customer bill is made up of two charges; the base charge and commodity charges. The base charge covers the costs associated with bringing the dial tone, power or gas to the customer's home and, in the case of Boynton Beach Utilities, water to the customer's home. Everyone pays the same base charge. What makes up the commodity charge in customers' bills for all these services will vary according to the number of toll calls that are made, the amount of electricity and gas that are used, and the amount of water that flows from the tap. In the new rate structure, the bill of a typical 5,000 gallon residential customer will increase from $37.27 a month to $49.82, or approximately 33 percent; not 122 percent as has been reported. The 122 percent increase is in the base rate only, which is set to increase from $4.84 to $10.77. It is not on the entire bill. This breaks down to new base and commodity charges of$10.77 and $39.05, respectively. The commodity charges include a sewer base charge, charges for the amount of water and sewer actually used, a fixed storm water charge and a utility tax. Typical average rates will be as follows: Consumption/Mo Old New 3,000 $26.17 $37.81 5,000 $37.27 $49.82 7,000 $38.57 $51.81 10,000 $43.38 $57.57 15,000 $54.73 $71.17 20,000 $66.08 $94.77 Water use restrictions put in place by the South Florida Water Management District, and the way we use water; a faltering economy that has affected residential and commercial development; and a rise in the cost of the materials necessary to ensure delivery of pure, clean drinking water have all contributed to the need to revise the rate structure. The Utilities Department has already deferred approximately 20 percent of its annual Capital Improvement Program to later periods in order to minimize the impact of a rate increase. When compared with neighboring communities, even with the rate increase, water in Boynton Beach will still cost less than in Lake Worth and Delray Beach. "".. City of Boynton Beach User Rate Charge Update David Green - Economist . CH2MHILL - March 3, 2009 1 Current Situation . Previous rate analysis completed in early 2007 . Proposed rate adjustments were based on typical user demands and historical growth rates . SFWMD water use restrictions significantlrc curtailed water usa~e and resulting rate revenues or utilities throughou South Florida . Decline in rate of system ~rowth due to disruptions in housing and financial mar ets reduced impact fee rev~nues and growth in rate revenues throughout the regIon . SFWMD is indicating that drought restrictions will remain in effect year around with associated reduced revenues 2 1 Current Situation (cont): Boynton Beach Water Yearly Consumption ----- n - ---.. -----1 Boynton Finished Water Production 600 500 400 30 20 2008 CONSUMPTION LEVELS ARE 10 SIGNIFICANTLY LOWER THAN PRIOR YEARS 0 ~ ~ ~ ~ · ~ ~ & ..~ J'~ ~ tV ,tV .B,o., :' .t::.c::! ;:J ;c. ,-' . ;c 3 3. ,tV"l(- ..~ ~ ,~ 'O)j" "'E'fij 'C ~,~,... c,.,"";,~".:;Q"~\iJu ...... ,<11.".:1 ", '. - <', . .."" .,."j;(.,.;., ..,.~_.......~.".. 'lIl' ~ \:~;'~;6o~t; ~~og; :', ....L~6~6~\,f,;::.:{;~~~&tt~: 3 Current Situation (cont) . Combined utility revenues were less than projected revenue requirements by about $3.5 Million in FY 2008 . Projected financial results for FY 2009 anticipate expenditures exceeding costs by about $6.1 Million . Utilities are forecast to not meet their minimum debt service coverage requirement in FY 2009, without a rate adj ustment · Utilities did not fund any transfers to its R&R Fund in FY 2008 or in FY 2009. . Utilities has deferred approximately 20% of its annual Capital Improvement Program to later periods . Approximately V2 of FY 2009 will have elapsed before any rate adjustment could be implemented. 4 2 Overall System Current Financial Situation Current Rates Produce Less Revenue Than Needed to Meet Expenses Projected System Debt Service Coverage with Current Rates 200% ~ Utility Will Not Be Able To Borrow 150% Additional Money If Coverage Is Not Met 100% , ~' ~\o 50% n. n~_ -.- r ~ 0% 4QO~ 2010 2011 ...,;~012 ~qla. ;;,. . .":/:~_"':>'l~_'/,',~-,'":\,c-,(,,, ,-::~~'- _'_ Actual Coverage Required Coverage ~ -- 6 3 Financial Plan Assumptions . Utilities will fund R&R account at $lMjyr beginning in FY 2010 . Planned CIP assumes deferral of 20% of planned improvements until after FY 2013. . Debt issuance of $13 M in FY 2010, $13M in FY 2011, $9M in FY 2012, and $12.5M in FY 2013. . Proposed rate adjustments are designed to meet coverage requirements in FY 2009 and FY 2010, and fully fund the utility's revenue requirements in FY 2010 and beyond. . Proposed rate adjustment in FY 2009 will be implemented in March of 2009, and will remain in effect through FY 2010. 7 Proposed Rate Adjustments . Two Rate Adjustment Scenarios were considered: 1) The proposed rate increases for the water and sewer systems will be allocated proportional to the current base and volume structures (Approximately 35% Base Facility Charge, 65% Volume Charge) This results in a uniform percentage increase in both base facility charge and volume charges. 2) The proposed rate increases for the water and sewer systems will be allocated (75%) to the base facility charge and (25%) to the commodity. As a result, the percentage increases in the base and volume charges will differ under this scenario. s 4 Revenue - Base Charge vs. Commodity Charges (June 2008) Fixed Costs amount to Current Rate structure is 72% of Expenses Commodity-driven -----~-- _._----- ~- ---- EXPENSES. INCOIE. AXED COSTS VS, FLOw.8ASED COSTS BASE CHARGES VS. COI/IIODITY CHARGES Based on June 2008 Conrnodity 4S% Base 52% ---_.._~--_.- - -- -- 9 Impact on Typical Residential Bill with 75% Base/25% Volume Distribution & 2.5% O&M at 5K Gals Current 2009 2010 2011 2012 2013 2009 $4.84 $10,77 $10.77 $11.57 $11.95 $12.91 5.0% $4.84 $11.05 $11.05 $12,22 $12,71 $14.10 Water Volume 2.5% $6.35 $7.60 $7.60 $7.75 $7.83 $8.01 5.0% $6.35 $9.87 $9.87 $10.50 $10.92 $11.50 Sewer Minimum 2.5% $12.03 $16.54 $16.54 $17.52 $17.83 $19.32 5.0% $12.03 $17,22 $17.22 $18.37 $19.29 $21.47 2.5% $9.15 $9.91 $9.91 $10.07 $10.12 $10.35 5.0% $9.15 $1O.Q3 $10.03 $10.21 $10.35 $10.69 $5.00 $5.00 $5.00 $5,00 $5.00 $5.00 $37.37 $49.82 $49.82 $51.91 $52.73 $55.59 $37.37 $50,95 $50,95 $53.69 $55.33 $59.51 10 5 Impact of the proposed FY 2009 Rates on Residential Users' Bills at Different Levels of Usage with 75% Base Distribution and 2.5% Annual Increase in O&M ~~~~~' ''':=:~::i=~.:''l:~.! _._- '."',;+'--" , S100 ~--- -_.- ~---- --- soo -- ----- - --- - ~ ~ $80 ~.--~-- i 11 Impact of the Proposed FY 2009 Rates on Commercial Users' Bills at Different Levels of Usage with 75% Base Distribution and 2.5% Annual Increase in O&M -~_.- ~ - --_._~ --..-- - .-- $600 -~- _._~-_.... ---- $500 -------~ --------- -- $400 - ------- --- ---- $300 ---- ~- -..----- $2(}O ~--- ---- ~------ 12 6 Water and Wastewater Bill Comparison with Other Communities at 7K Gallons with 2.5% O&M Costs -'--,-- -...,..... --- -- --- --. -.- _.---r.. - -.,...-- ..-- Port St. Lucie T Delray Beach T I Lantana ! I Deerfield Beach Broward County W. Palm Beach T amarac Lake Worth Boynton Beach (75& BFC & 2.5% O&M) I I Boynton Beach (Current Structure & 2.5% D&M) Coral Springs Coconut Creek I I Palm Beach County (Proposed) I , Hollywood I Jupiter~Loxahatchee River District , , Margate Boynton Beach (Current) Boca Raton I $0 $10 $20 $30 $40 $50 $60 $70 $60 $90 $100 13 7 XII. - LEGAL - 2nd Reading Non-Development CITY OF BOYNTON BEACH ITEM B.2 AGENDA ITEM REQUEST FORl\tl Requested City Date Final Fonn Must be Requested City Date Final Form Must be Commission Meetinf$ Turned in to City Clerk's Commission Meeting Dates Turned in to City Clerk's Dates Office Office IZI April 21. 2009 April 6, 2009 (Noon) D June 16, 2009 June I, 2009 (Noon) 0 Mav 5, 2009 April 20, 2009 (Noon) D July 7. 2009 June 15,2009 (Noon) 0 May 19, 2009 Mav 4, 2009 (Noon) D July 21. 2009 July 6,2009 (Noon) D June 2, 2009 May 18, 2009 (Noon) D August 4, 2009 July 20, 2009 (Noon) D Announcements/Presentations D City Manager's Report NA TURE OF D Administrative D New Business AGENDA ITEM D Consent Agenda ~ Legal D Code Compliance & Legal Settlements D Unfinished Business D Public Hearing D RECOMMENDA nON: 2nd Reading - Approve amendment to the Code of Ordinances, Section 16-82, increasing annual resident beach parking permits from $30 to $40, improving administrative clarity and eliminating unnecessary language. EXPLANA TION: Oceanfront Park is one of our most popular facilities. Over 275,000 people visited the park during fiscal year (FY) 2007/08. The park offers a national certified lifeguard staff, snack bar, playground, and the very popular scenic boardwalk that will soon be replaced with a product and design that will much improve function and aesthetics. The annual resident parking permit fees at Oceanfront Park were last increased from $20 to $30 during FY 2005/06. The attached financial report (exhibit "A") summarizes revenue and expenses at Oceanfront Park. This recommendation is being put forth in a continuing effort to increase revenue and/or decrease expenses wherever possible in our operation. Considering the current financial challenges facing the City, it is appropriate that user fees subsidize a great portion of this operation. PROGRAM IMPACT: Comm. Ross has requested this Proclamation to help raise public awareness of mental health issues and the availability of treatments and to eradicate the stigma associated with these afflictions. FISCAL IMPACT: Beach parking and related fees at Oceanfront Park generated $334,491 during FY 2007/08, which was approximately 8% less than the previous year. Although very difficult to predict, we do not anticipate a significant decrease or increase in permit sales over the next couple of years. The attached table (exhibit "B") provides potential financial scenarios if we sell the same number of decals, or if sales decrease by 5% or 1 0%. The annual resident parking permit fees at Oceanfront Park were last increased from $20 to $30 during FY 2005/06. For illustrative purposes, the financial report also provides projections for anticipated revenue and expenses during the current (2008-09) fiscal year (FY). We estimate that parking revenue will be approximately 10% less than the previous FY. Using these figures and assuming our projected expenses do not change, we would have to raise the parking permit decal fee to $101 so that revenues would cover the cost to operate the park/beach. S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM,DOC CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM The daily parking fee is $10 from November 16 -- April 30 and $5 from May I - November 15. This fee ha~ !lllt been changed since it was originally instituted, There are two Palm Beach County parks with beach access and free parking within a very close proximity to Oceanfront Park. This should be considered ifchange of this Il'l' IS contemplated. . AL TERNA TlVES: Raise annual resident beach parking permit from $30 to $40. . Increase annual resident beach parking permit from $30 to $] 0 I to cover 100% of the expenses to operate Oceanfront Park. . Do not increase parking permit fee as recommended. ATTATCHMENTS: Exhibit "A" - Beach Revenue/Expense Report Exhibit "B" - Financial Summary Exhibit "C" - Original version of Ordinance with marked changes ) I / . ~~!- ....-- Cit) Manager's Signature Assistant to City Manager .. ....;Z~ t ~_ Recreation & Parks ------- .~ Department Name City Attorney" Finance S.BULLETIN\FCJRMS\/\GEND/\ ITEM REQUEST FORM DOC 1 ORDINANCE NO. 09- 2 3 AN ORDINANCE OF THE CITY COMMISSION OF THE 4 CITY OF BOYNTON BEACH, FLORIDA, AMENDING 5 CHAPTER 16, "PARKS AND RECREATION", ARTICLE 6 II, "CITY PARKS AND BEACHES" BY AMENDING 7 SECTION 16-82 TO PROVIDE FOR AN INCREASE OF 8 BEACH PARKING PERMITS AND RELATED FEES 9 AND ELIMINATING REDUNDANT LANGUAGE; 10 PROVIDING FOR CONFLICT, SEVERABILITY, 11 CODIFICA TION AND AN EFFECTIVE DATE. 12 13 WHEREAS, staff has become aware that the cost to maintain and general operation 14 expenses of the Oceanfront Park with its scenic boardwalk, picnic areas, restrooms and 15 playground have significantly increased; and 16 WHEREAS, Beach parking fees have not increased since 2005; and 17 WHEREAS, the City Commission of the City of Boynton Beach, Florida has 18 determined that it is in the best interests of the citizens and residents of the City to amend the 19 Code to increase the beach parking permits and related fees and eliminating redundant 20 language; 21 NOW, THEREFORE, BE IT ORDAINED BY THE CITY COMMISSION OF 22 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 23 Section 1. The foregoing Whereas clauses are true and correct and incorporated 24 herein by this reference. 25 Section 2. That Chapter 16, " Parks and Recreation", Article II "City Parks and 26 Beaches" Section 16-82 is hereby amended by adding the words and figures in underlined 27 type, and by deleting the words and figures in struck-through type, as follows: 28 29 Sec. 16-82. Rules, regulations controlling parking of vehicles at municipal 30 beach property located within the Town of Ocean Ridge. 31 The city manager is hereby directed to implement subject procedures at the earliest 32 possible date. (Said regulations are set out below.) 33 S\CA\Ordinanees\2009 Amending See 16-82 Parking Permits doe Page 1 II I i II POLICY NO. I. PARKING PERMITS 2 Parking permits will be issued on an annual basis (October 1 through September 30) each 3 year to residents (see "definitions") of the City of Boynton Beach, for a charge ofthirty dol Jar:, 4 ($~O.OO) fortY dollars ($40.00) for the first each decal issued to a resident vehicle, upon 5 satisfactory completion of appropriate application forms. Applicants will be required to 6 establish proof of residency in the City of Boynton Beach (see "definitions") and to present 7 fits their official state motor vehicle tag registration certificate for each decal purchased. 8 When application i:; made for more than one permit. each ~;eparate individual \chicle 9 reg:i~;tration must be presented. Re;ident~; who are not prope!1) owner:, mu:;t estubldl 10 re:;idcncy by some suitable means, such a:;: voter's registration. executed lease. atility bills or 11 other legal document. 12 Lost or mutilated parking permits. In the event that the vehicle to which the permanent 13 decal was issued has been sold or otherwise changed ownership and/or in the event a properly 14 issued parking decal is mutilated and can be identified, such decal will be replaced for a 15 charge of fifteen dollars ($15'()O) twenty dollars ($20.00) provided the holder can return an 16 identifiable portion of the mutilated parking decal to the city. In the event the holder of a lost ]7 or mutilated parking permit cannot provide an identifiable portion or part of such parking 18 decaL the charge for a replacement decal will be the sum of thirty dollar:; ($:'0.00 I forty 19 dollars ( $40.00). bB-St- c.Jecah-vrll.f--flBt be replaced ~ uner a thin) day waiting period +R+t:rt 20 the date the decal is reported lost. 21 Definitions. 22 Resident: Anyone owning real estate and/or leasing, renting or occupying real estate or 23 living accommodations within the City of Boynton Beach for a time period of at least six (6) 24 consecutive months each calendar year, as well as members of their immediate family residing 25 with them; provided, however, for purposes of this section, the term "City of Boynton Beach" 26 shall include all property within the corporate limits of the Town Ocean Ridge. ~B4-:"'~ Y" ~6+ month~; re:;idency, if property i~; flt+t ownec.J,-4a+1 be e:;tubli:;hffi-fry-~ agreemeH1:~:--FeItt _I 28 receipt; or written le:;sor verij~c~"tion. Proof ofresidencv shall be established bv some suitable 29 means. such as utility bill, tax bilL property deed or lease agreement. 30 Qual~fied nonresident: Anyone who is not a resident but who resides in the agricultural 31 reserve area of unincorporated Palm Beach County bounded on the south by lateral Canal No. 32 30, bounded on the north by Hypoluxo Road. and bounded on the west by the Loxahatchee 33 National Wildlife Refuge. 34 City employees: All city employees, classified and nonclassified and retired regardless of 35 residency shall be eligible to receive one parking permit. Proof of employment shall be 36 established through the personnel department of the city. Persons \\ho terminate (not retired) 37 their employment with the city and who are not city residents shall be required to scrape off 38 their stickers and return remains to the issuing otTice, ~ '\CA \()rdinances"'2009 Amendmg See 16-S2 Parkmg Permits doc Page 2 1 POLICY NO.2. PROCEDURE FOR ISSUANCE OF PARKING PERMITS 2 (1) Ensure that applicants are residents as defined in Policy No.1. 3 8i Huye applicant complete permanent application form. 4 (J~) Request proof of residency. Proof established in accordance with Policy No.1. 5 (4}) Request separate vehicle registration for each parking permit to be issued. 6 (~) Residents leasing automobiles should provide contract documents establishing the 7 lease agreement or arrangement or company car assignment. 8 (e~) Issuing authority shall complete parking permit application by listing separate 9 permit numbers opposite the make, model and year of each vehicle. 10 (+2) All parking permits shall be permanently affixed upon the lower, left-hand side 11 (driver's side) of the front windshield of such vehicle. Decals placed on a vehicle other than 12 the one for which it was originally issued shall be construed to be void. 13 (&1) Parking permits issued to motorcycles, motor bikes, and motor scooters shall be 14 displayed on the left front fork of such vehicle or other visible location in the area of the left 15 fro n t. 16 POLICY NO.3. TEMPORARY PARKING PERMITS 17 Qualified nonresidents: Qualified nonresidents may obtain beach decals which permit 18 parking on specified dates and times. The cost for such permit and the dates they are valid 19 shall be as set forth herein: 20 The permit fee for Qualified nonresidents shall be ninety dollars ($90.00) each, and 21 shall be valid seven (7) days a week, from May 1 to November 15. 22 PARKING FEES FOR MOTOR VEHICLES 23 A daily parking fee is hereby established for all motor vehicles parking at the public beach 24 except those hereinafter excepted in accordance with the following rates and charges. 25 Class 1. ,^~u~omobile;;, motor scooters, motor bikes, motorcycle;;: 26 May I-November 15 November l6-Apri130 27 $ 5.00 $10.00 28 ('lass 2, Buse;, trucks and other motor \'ehicles not included or described in Class 1 29 hcrcof 30 $10.00 SICA IOrdinanees\2009 Amending See 16-82 Parking Permits doc Page 3 , I I I II , I 1 II \ r l' 1 1 r'" . . \' 'Cl1ICIt: ut:lJmtwn~;. 2 (.? ass / A, passenger '.'chicle designed for family pleasure. 3 Class ~. :\ p[ls~;enger \'ehicle de:;ifl1cd for group (more thun 10 pa~;sengec; l 4 transponation other than family p]ea~;arc. 5 Exceptions: 6 (1 ) Vehicle having affixed thereto a parking permit issued in accordance with the rules 7 and regulations of Policies I and 2. 8 (2) Official state, county and city vehicles entering the park in the performance of 9 governmental functions. ]0 (3) The vehicles of public utility companies, workmen, tradesmen. or salesmen when ] ] engaged in official park business. ]2 (4) School buses transporting Florida school, college or university students in a group or 13 body for a field trip for educational purposes. This exception shall not apply to vehicles ]4 transporting such groups to the park for recreational purposes. 15 Florida school groups, as mentioned in exception (4), must make prearrangements \vith 16 the director of recreation and parks or his designee by submitting a letter from the school 17 principal certifying that the trip is a part of the school curriculum. 18 Parking permits will be available to all city residents as outlined in Policies 1 and :2, 19 Vehicles not exhibiting the permit will be required to pay the parking fee in accordance with 20 this policy. 2] PARKING AREAS FOR MOTOR VEHICLES ..,.., H-t- .\ll motorcycles. motor bike:;. and motor _;cooteL~ shall p~',rL in the de:;i6natr:d~ 23 Hfi-B--t€-ttpper level of the parking -area-..ffi--1:.fle puhlic'--he.atcfl.: 24 (~l) The parking spaces in the upper level of the parking area at the public beach shall 25 be used exclusively by automobiles. Additionally, only vehicles having affixed thereto a 26 parking permit issued in accordance with the rules and regulations of Policies 1 and .2 may 27 park in said upper level; provided, however, that handicapped persons may park in designated 28 spaces on the upper level without having a parking permit affixed to their vehicles. 29 (;~) All other motor vehicles, including all vans, campers, trucks, buses and trailers 30 shall park in the lower level spaces oflhe parking area at the public beach. 3] 32 II S \CA'Ordinances'2009 Amending See] (,,82 Par~Jng Permits doe Page 4 1 PENAL TY FOR NONCOMPLIANCE WITH RULES AND REGULATIONS 2 It shall be unlawful for any person to falsify information in the process of applying for a 3 parking permit, for any person to sell a parking permit, for any person to transfer a parking 4 permit to a nonresident, or for any person to fail to follow the rules and regulations pertaining 5 to the use of the parking facilities at the public beach. 6 7 Section 3. Should any section or provision of this ordinance or portion hereof, any 8 paragraph, sentence or word be declared by a court of competent jurisdiction to be invalid, 9 such decision shall not affect the remainder of this ordinance. 10 Section 4. Authority is hereby granted to codify said ordinance. 11 Section 5. This ordinance shall become effective immediately upon passage. 12 FIRST READING this _ day of April, 2009. 13 SECOND, FINAL READING AND PASSAGE this _ day of 14 ,2009. 15 CITY OF BOYNTON BEACH, FLORIDA 16 17 Mayor- Jerry Taylor 18 19 20 Vice Mayor - Jose Rodriguez 21 22 23 Commissioner - Ronald Weiland 24 25 26 Commissioner - Woodrow L. Hay 27 28 29 Commissioner - Marlene Ross 30 ATTEST: 31 32 33 Janet M. Prainito, CMC 34 City Clerk 35 36 37 (Corporate Seal) S:\CA \Ordinanees\2009 Amending See 16-82 Parking Permits.doe Page 5 Exhibit "A" CITY OF BOYNTON BEACH RECREATION AND PARKS DEPARTMENT BEACH REVENUE-EXPENSE HISTORY -.---- -~--~-_.._".,~'... ---_.-- "-"".,~.._._.,---.- DECAL REVENUE Beach Decals Operating Expenses YEAR FEE Fixed Operating Lifeguard/Parking Costs (Parks Attendant Maint Beach : Operations Personnel, Custodiall Decals Parking Fees! Gains/Loss I (Personnel + Beach Maintenance (resident & (daily Concession Total Non. in Permit : Lifeguard Operating Maintenance.: (Public Total Net Cost to Preventive non-residen.!)j visitors) Operation Revenue Regular, vehicle I NR fotal Sales Costs) ., ul!!il.i!~s) Works) Expenses City Visitors Actions 2004.05 $ 20 $ 143,930 ! $ 142,9~~ $ 22,700 $ 309.627 6449! 496! 861 7031 .7.220/0, $ 449,048 i $ 32,846 : $ 6,460 $ 488,354 $ (178,727) 243,248 3,43U ___..__u____ . __n_...._...___ ---.-.-. t- 5775i .17~86%1$ 2005.06 $ 30 $ 175,290 $ 161,173 $ 21,900 $ 358,363 5418 321 36 498 ,46~.L $ 33,770 i $ 6,460 $ 538,694 $ (180,331 ) 233,762 3,782 2006.07 $ 30 $ 148,828 $ 190,38? 21,255 $ 360,465 ~27_9~ 136i 15' 4930 .14.63%' $ 544,126' $ 34,744 ! $ 18,140 $ 597,010 $ (236,545 ) 233,018 3,392 2007-08 $ 30 $ 136,290 $ 184,836 $ 13,3_~5 $ 334,491 4292! 235l 10: 4537: .7.97%, $ 585,973 $ 35,7.68 $ 13,226 $ 634,967 $ (300,476) 276,095 3,244 .. 2u(,8 .,.)'1 $ 30 S 122,661 S 166,352 S 3,500 $ 292,513 3862 211 ' 9 4082 1 n ,()-3-;:~1 S 537.252 S '35,899 $ 13,883 $ 587,034 $ (294,521 ) "Projected for F'r'.2,<JO.?:q9 To cover 100% of costs, decal fee of $101 needed. assuming eve~hil1gremains constant Decal and parking fees are gross charges (include sales tax), amounts do not correspond to figures in H.T .E. which are net of sales tax .---_._----'-------~. --_.._--_._._.._.~-- .'I:~e(J Exhibit "B" BEACH DECAL PROPOSED FEE INCREASE YEAR DECAL Total R R Decal Projected Revenue FEE Decals Sold Total $ Increase Actual 2007 -08 $30 4527 $ 135,810 . Proposed (if sales remain same) $40 4527, $ 181,080 $ 45,270 i .. Proposed (if 5% reduction in sales) $40 4301 $ 172,026 $ 36,216 Proposed (if 10% reduction in sales) $40 4074 $ 162,972 $ 27,162 2/25/09 l':xhi.h Sec. 16-82. Rules, regulations controlling parking of vehicles at municipal beach property located within the Town of Ocean Ridge. The city manager is hereby directed to implement subject procedures at the earliest possible date. (Said regulations are set out below.) POLICY NO.1. PARKING PERMITS Parking permits will be issued on an annual basis (October 1 through September 30) each year to residents (see "definitions") of the City of Boynton Beach, for a charge of thirty dollars ($30.00) forty dollars ($40.00) for the first each decal issued to a resident vehicle, upon satisfactory completion of appropriate application forms. Applicants will be required to establish proof of residency in the City of Boynton Beach (see "definitions") and to present ffis their official state motor vehicle tag registration certificate for each decal purchased. VI/hen application is made for more than one permit, each separate individual vehicle registration must be presented. Residents who are not property o'J'.tners must establish residency by some suitable means, such as: voter's registration, executed lease, utility bills-or other legal document. Lost or mutilated parking permits. In the event that the vehicle to which the permanent decal was issued has been sold or otherwise changed ownership and/or in the event a properly issued parking decal is mutilated and can be identified, such decal will be replaced for a charge of fifteen dollars ($15.00) twenty dollars ($20.00) provided the holder can return an identifiable portion of the mutilated parking decal to the city. In the event the holder of a lost or mutilated parking permit cannot provide an identifiable portion or part of such parking decal, the charge for a replacement decal will be the sum of thirty dollars ($30.00) forty dollars ($40.00). Lost decals '.viII not be replaced until after a thirty day waiting period from-tf:l.e.4ate the decal is reported lost. Definitions. Resident: Anyone owning real estate and/or leasing, renting or occupying real estate or living accommodations within the City of Boynton Beach for a time period of at least six (6) consecutive months each calendar year, as well as members of their immediate family residing with them; provided, however, for purposes of this section, the term "City of Boynton Beach" shall include all property within the corporate limits of the Town Ocean Ridge. Proof of six (6-) months residency, if property is not owned, shall be established by lease agreements, rent recGipts or written lessor verification. Proof of residency shall be established by some suitable means, such as utility bill. tax bill. property deed or lease aqreement. Qualified nonresident: Anyone who is not a resident but who resides in the agricultural reserve area of unincorporated Palm Beach County bounded on the south by lateral Canal No. 30, bounded on the north by Hypoluxo Road, and bounded on the west by the Loxahatchee National Wildlife Refuge. City employees: All city employees, classified and nonclassified and retired regardless of residency shall be eligible to receive one parking permit. Proof of employment shall be established through the personnel department of the city. Persons who terminate (not retired) their employment with the city and who are not city residents shall be required to scrape off their stickers and return remains to the issuing office. POLICY NO.2. PROCEDURE FOR ISSUANCE OF PARKING PERMITS (1 ) Vehicle having affixed thereto a parking permit issued in accordance with the rules and regulations of Policies 1 and 2. (2) Official state, county and city vehicles entering the park in the performance of governmental functions. (3) The vehicles of public utility companies, workmen, tradesmen, or salesmen when engaged in official park business. (4) School buses transporting Florida school, college or university students in a group or body for a field trip for educational purposes. This exception shall not apply to vehicles transporting such groups to the park for recreational purposes. Florida school groups, as mentioned in exception (4), must make prearrangements with the director of recreation and parks or his designee by submitting a letter from the school principal certifying that the trip is a part of the school curriculum. Parking permits will be available to all city residents as outlined in Policies 1 and 2. Vehicles not exhibiting the permit will be required to pay the parking fee in accordance with this policy. PARKING AREAS FOR MOTOR VEHICLES (1 ) All motorcycles, motor bikes, and motor scooters shall park in the designatod areas on the upper level of the parking area at the public beach. (.al) The parking spaces in the upper level of the parking area at the public beach shall be used exclusively by automobiles. Additionally, only vehicles having affixed thereto a parking permit issued in accordance with the rules and regulations of Policies 1 and 2 may park in said upper level; provided, however, that handicapped persons may park in designated spaces on the upper level without having a parking permit affixed to their vehicles. (~~) All other motor vehicles, including all vans, campers, trucks, buses and trailers shall park in the lower level spaces of the parking area at the public beach. PENAL TY FOR NONCOMPLIANCE WITH RULES AND REGULATIONS It shall be unlawful for any person to falsify information in the process of applying for a parking permit, for any person to sell a parking permit, for any person to transfer a parking permit to a nonresident, or for any person to fail to follow the rules and regulations pertaining to the use of the parking facilities at the public beach. (Code 1958, 9 19-38.1; Ord. No. 79-21, Art. 1,7-17-79; Ord. No. 80-42, 91,10-21-80; Ord. No. 80-47, 9 1,12-16-80; Ord. No. 82-10, 991, 2,5-4-82; Ord. No. 82-23, 9 1,8-3-82; Ord. No. 84-30, 99 1,2,8-7-84; Ord. No. 86-6, 91,4- 15-86; Ord. No. 86-32,91,9-3-86; Ord. No. 89-33,91,9-26-89; Ord. No. 89-37, 91,11-7-89; Ord. No. 90-45, 91, 9-18-90; Ord. No. 90-56, 91,12-4-90; Ord. No. 91-13, 991, 2, 3-19-91; Ord. No. 93-32, 9 1,9-7-93; Ord. No. 93-34, 91,9-21-93; Ord. No. 00-46, 91,9-6-00; Ord. No. 05-046, 92,8-16-05) Secs. 16-83-16-92. Reserved. (1 ) Ensure that applicants are residents as defined in Policy No, 1 f2-) Have applicant complete permanent application form. (3~) Request proof of residency. Proof established in accordance with Policy NO.1. ( 4;1) Request separate vehicle registration for each parking permit to be issued. (51) Residents leasing automobiles should provide contract documents establishing the lease agreement or arrangement or company car assignment. (9Q) Issuing authority shall complete parking permit application by listing separate permit numbers opposite the make, model and year of each vehicle. (72) All parking permits shall be permanently affixed upon the lower, left-hand side (driver's side) of the front windshield of such vehicle. Decals placed on a vehicle other than the one for which it was originally issued shall be construed to be void. (gZ) Parking permits issued to motorcycles, motor bikes, and motor scooters shall be displayed on the left front fork of such vehicle or other visible location in the area of the left front. POLICY NO.3. TEMPORARY PARKING PERMITS Qualified nonresidents: Qualified nonresidents may obtain beach decals which permit parking on specified dates and times. The cost for such permit and the dates they are valid shall be as set forth herein: The permit fee for Qualified nonresidents shall be ninety dollars ($90.00) each, and shall be valid seven (7) days a week, from May 1 to November 15. PARKING FEES FOR MOTOR VEHICLES A daily parking fee is hereby established for all motor vehicles parking at the public beach except those hereinafter excepted in accordance with the following rates and charges. Class 1. Automobiles, motor scooters, motor bikes, motorcycles: May 1-November 15 November 16-April 30 $ 5.00 $10.00 Class 2. Buses, trucks and other motor vehicles not included or -described in Class I hereof $1 O. 00 Vehicle definitions. Class 1. /'.... passenger vehicle designed for family pleasure. Class 2. A passenger vehicle designed for group (more than 10 passengers) transportation other than family pleasure. Exceptions: XII. - LEGAL - 2nd Reading Non-Development CITY OF BOYNTON BEACH ITEM 8.3 AGENDA ITEM REQUEST FORM I U UU -r--- Requested Cit;-. Date Final Form Must be ' Requested City Date Final Form Must be Commission Meetinu Turned iD.J.Q~jJ) Clerk's I Commission rvteetillg Dati:0 fumed in to City Clerk's Dates Offi,lS i Otlice ~.. ,. .__ __~, . -+ _ u~,.~ " ~ 0.E!:il1.1..2,()()<;j. 1 '\E~i1.6.20~)9INoonl j ol June Ib,2iHllJ _.~ .u. _J~ne I. 2009 (Noon) I --~_._-- - --_.~~-- .=;-t. ~. --- -, .-..---. --I--' 0 Mar 5. 2009 ~.!:il 20, 200<} iNoon) o Julr 7. 200<} ---.-. June 15. 2009 (Noon) -_._~ -- -.----- -----~.._----_._- - --- --'=='- ~~-,-,. o May I <}. ~Q.C~~~____._ -....-- TI -~---_._- -. May 4. 2009 (.t'Joo~_. .l.01 21. 2009 Julv 6, 2009 (Noon) 0 -------~ ~---.__.~._-- ~.~ 0 June 2. 2009 May 18. 2009 (Noo.J:11 August 4. 2009 July 20. 2009 (Noon) ~.. ---- ..-- --------- -~~-- 0 An nou n cem en ts/Presen tati on s 0 -.-. --_.~--- NA TURE OF 0 /\dministrative 0 New Business AGENDA ITEM 0 ('onsen! Agel1da I~ _!,e~~ _~ j- uJ~ ('ode ('omplianee & legal Settlements 10 lInfinished Busll1ess j -- I'ublie lleal'lng iO - 1..- RECOMMENDA TION: Adoption of Ordinance on second reading amending the Investment Policy for the Boynton Beach Police Officers' Pension Fund. EXPLANATION: The Board of Trustees of the Boynton Beach Police Officers' Pension Fund desire to update and amend the Plan's investment policy in order to permit greater diversity of investments as permitted under Florida law. The aim of the revised investment policies shall be to preserve the integrity and security of the Pension Fund principal, to maintain a balanced investment portfolio, to maintain and enhance the value of the Pension Fund prinCIpal, and to secure the maximum total return on investments consonant with preserving principaL PROGRAM IMPACT: Adequate and appropriate investment of the Pension Fund din:ctly impacts the City' s contribution to the Pension Fund. The Board of Trustees proposed these amendments in the hopes that increased Investment opportunities as provided in the revised investment policy will ultimately assist the Pension Fund in obtaining positive II1vestrrent returns. FISCAL IMPACT: There is no direct fiscal impact. AL TERNATIVES: The City Commission could deny the request and recommendation of the Board of Trustees ofthe Boynton Beach Police Officers' Pension Fund, resulting in the current investmentpolicy remainint'- in place. Alternatively, the Commission could propose alternativ,e amendments to the proposed investment policy ~ ~ Departmcnt'l'Iead's Signature City Manal'er's Sil'nature. Assis,\ant t~ City ~anager~ ~:J.-_ City Attorney ic~ _____._....._____~__._. - _______.u________ - -. ---- ---.-.---. - . ---- Department Name City Attorney ,I Finance <;,HUl.l FTINlHWMS\A( i!.ND,\ ITI M KE()lJEST !.URM DOC I ! i I 1 I ORDINANCE No. 09- 2 I " -' 4 AN ORDINANCE OF THE CITY OF BOYNTON BEACH, FLORIDA, 5 AMENDING ARTICLE III, OF CHAPTER 18 OF THE BOYNTON 6 BEACH CODE OF ORDINANCES, ENTITLED "PENSIONS FOR 7 POLICE OFFICERS;" AMENDING SECTION 18-167 REVISING 8 SUBSECTION (a)(2) THEREOF PROVIDING FOR INVESTMENTS 9 TO EXPEND THE PERMISSIBLE INVESTMENTS PROVIDING FOR 10 CODIFICATION; PROVIDING FOR CONFLICT; PROVIDING FOR 11 SEVERABILITY; AND, PROVIDING FOR AN EFFECTIVE DATE 12 HEREOF. 13 14 I WHEREAS, the Board of Trustees of the Municipal Police Officers Pension Fund 15 recommends adoption of these provisions to permit greater diversification of the investment 16 of the Pension Plan under the Florida law: and 17 WHEREAS, the City Commission of the City of Boynton Beach. Florida, desires to 18 so amend its Police Officers' Pension Ordinance: 19 NOW, THEREFORE, BE IT ORDAINED BY THE CITY COMMISSION OF 20 THE CITY OF BOYNTON BEACH, FLORIDA: 21 Section 1. The foregoing "WHEREAS" clauses are hereby certified as being true 22 and correct and are incorporated herein by this reference. 7" Section 2. Subsection (a) of Section 18-167 of Article III of Chapter 18 of the ~-' 24 Boynton Beach Code of Ordinances is hereby amended as follows: 7- Sec. 18-167. Powers of the Board of Trustees. ~) 26 (a) The Board of Trustees may.,. 27 (1) Invest and reinvest the assets of the Boynton Beach Police Officers Pension 28 IIFund in annuity and life insurance contracts of life insurance companies in amounts suffiCient CODING: Words in striko through type are deletions from existing law: Words in underscored type are additions. Page 1 , I J 1 to provide, in whole or in part, the benefits to which all the participants in the Pension Fund 2 shall be entitled under the provisions of this article and pay the initial and subsequent 3 premiums thereon from the integral part of the fund. If current state contributions are adequate 4 to fund minimum requirements of F.S. Chapter 185, additional state funds may be used to 5 provide benefits that exceed requirements of F.S. Chapter 185. 6 (2) The Board shall have the power and authority to invest and reinvest the monies 7 of the Fund and to hold, purchase, sell, assign, transfer, and dispose of any securities and 8 investments held in the Fund, including the power and authority to employ counseling or 9 investment management services. The aim of the investment policies shall be to preserve the 10 integrity and security of Fund principal, to maintain a balanced investment portfolio, to 11 maintain and enhance the value of the Fund principal. and to secure the maximum total return 12 on investments that is consonant with safety of principal. provided that such investments and 13 re-investments shall be limited only by the investments permitted by the investment policy 14 guidelines adopted by the Board in accordance with Florida law, notwithstanding the 15 provisions of & 18-221 of the Code. Further, notwithstanding the foregoing, investments in 16 foreign investments are limited in accordance with 185.06(1)(bH. The Board must discharge 17 18 and 19 reasonable ex enses of administerin 11 with the care skill 20 rudence and dili ence under the circumstances then 21 . n a like ca acit and familiar with such matters would use in the conduct of an ente rise of a 22 I Ian so as to OOING: Words in strike through type are deletions from existing law; Words in underscored type are additions. :\CA\Ordinances\Pension\Police Pension - amend investment policy - final c1ean.doc Page 2 , I I I 1 minimize the risk of large losses, unless under the circumstances it is clearly prudent not tQ..QQ 2 so. " ,) 4 (2) Invest and reinvest the assets ofthc retirement trust fund in: 5 a. Time or savings accounts of a national bank, a state bailie insured 6 by the Banle Insurance Fund, or a savings and loan association insurcd by the Savings 7 Association Insurance Fund which is administercd by the Fcderal Deposit Insurance 8 Corporation or a state or federal chartered credit union '.vhose share accounts are insured by 9 the National Credit Union Share Insurance Fund. 10 b. The aggregate investment of Fund assets in: 11 1. Obligations of the United States or obligations guaranteed as to 12 principal and interest by the Government of the United States; 1" 2. Bonds issued by the State of Israel; ,) 14 3. Bonds or other evidences of indebtedness issued or 15 guaranteed by a corporation organized under the lLIWS of 16 the United States, any state or organized territory of the 17 United States, or the District of Columbia. HO'.vever. the 18 average credit rating of such investments in bonds ~;hall 19 be no lower than /.A; 20 1. County bonds containing a pledge of the full faith and 21 II credit of the county involved, bonds of the division of 22 bond finances of the department of general services, or GDING: Words in strike through type are deletions from existing law; Words in underscored type are additions. Page 3 II 1 of any other state agency, which have been approved as 2 to legal and fiscal sufficiency by the state board of 3 administration; and 4 5. Obligations of any municipal authority issued pursuant 5 to the laws of this state; provided, however, that for each 6 of the five (5) years next preceding the date of 7 investment the income of such authority a','ailable for 8 fixed charges shall haye been not less than 1.5 times its 9 average annual fi){ed charges requirement over the life 10 of its obligations. 11 c. The aggregate investment of Fund assets in the common stock or capital 12 stock issued by a corporation organized under the laws of the United States, any state, or 13 organized territory of the United States or the District of Columbia shall not, at market, 14 exceed sixty five percent (65%) of the fund's assets; nor shall more than five percent (5%) of 15 the fund' s assets be invested in common stock or capital stock of anyone (1) issuing 16 company; nor shall the aggregate of such investment in anyone (1) issuing company exceed 17 five percent (5%) of the outstanding common or capital stock of that company. The Board of 18 Trustees may invest in foreign securities up to the limits permitted by F.S. S 185.06(b). 19 d. Real estate, except that the aggregate investment of Fund assets in real estate 20 may not exceed ten percent (10%) of assets. 21 II 22 Section 3. It is the intention of the City Commission of the City of Boynton Beach CODING: Words in strike through type are deletions from existing law; Words in underscored type are additions. :\CA\Ordinances\Pension\Police Pension - amend investment policy - final clean.doc Page 4 I I I II 1 that the provisions of this Ordinance shall become and be made a part of the Code U: 2 Ordinances of the City of Boynton Beach, Florida. The Sections of this ordinance may be ., renumbered, re-Iettered and the word "Ordinance" may be changed to "Section," "Artlcle" or .) 4 such other word or phrase in order to accomplish such intention. 5 Section 4. All Ordinances or parts of Ordinances. Resolutions or parts of Resolutions 6 in conflict herewith be and the same are hereby repealed to the extent of such conflict. 7 Section 5. If any clause, section, or other part or application of this Ordinance 8 shall be held by any court of competent jurisdiction to be unconstitutional or invalid. such 9 unconstitutional or invalid part or application shall be considered as eliminated and so not 10 effecting the validity of the remaining portions or applications remaining in full force and 11 effect. 12 Section 6, This Ordinance shall become effective when the following have 13 occurred: 14 (a) the City Commission has received and has accepted a report establishing the 15 actuarial soundness of these amendments: 16 (b) when the foregoing changes to the pension plan investment policy benefits 17 have been accepted by the collective bargaining unites) representing the Police Officer 18 Employees, or their successor, and documentation has been received evidencing no objection 19 thereto; and 20 (c) when the amendments have been sent to the State of Florida Division of 21 Retirement. 22 I Upon satisfaction of all of the above requirements, then in that event. the terms and CODING: Words in strike through type are deletions from existing law; Words in underscored type are additions. Page 5 1 provisions of this Ordinance shall become effective. 2 FIRST READING THIS - DAY OF ,2009. 3 SECOND, FINAL READING and PASSAGE THIS _ DA Y OF ,2009. 4 5 CITY OF BOYNTON BEACH, FLORIDA 6 7 8 Mayor - Jerry Taylor 9 10 11 Vice Mayor - Jose Rodriguez 12 13 14 Commissioner - Ronald Weiland 15 16 17 Commissioner - Woodrow L. Hay 18 19 20 Commissioner - Marlene Ross 21 22 23 ATTEST: 24 25 26 27 28 Janet M. Prainito, CMC 29 City Clerk 30 31 32 33 (Corporate Seal) 34 OOING: Words in strike through type are deletions from existing law; Words in underscored type are additions. :ICAIOrdinanceslPensionlPolice Pension - amend investment policy - final clean.doc Page 6 GRS GabrIel Roeder Smith & Compa1J\ !]It" E~IS[ hrU\l:Jrd Bh'\.' _ i [,111"ulr,\nts &. Actuaries )Ulie i,'. [,ccudcrcLJle. FL 33_00 I .":,-, i-I January 26, 2009 Bonni S. Jensen, Esq. Hanson, Perry & Jensen, P.A. 400 Executive Center Drive, Suite 207 West Pah11 Beach, Florida 33401-2922 Re: Boynton Beach Police Officers' Pension Fund Dear Bonni: We have reviewed the proposed ordinance regarding investment policies for the Plan assets. The amendment does not affect benefit provisions of the Plan nor does it affect our expectations of future investment returns. In our opinion, this ordinance would have no significant actuarial impact on the Plan. A copy of this letter along with the proposed ordinance should be sent to the Division of Retirement before second reading of the ordinance. We welcome your questions and comments. Sincerely yours, ~~ \ J. Stephen pahn~ Senior Consultant and Actuary JSP/dh Cc Barbara LaDue r .m-'1 I /[., , i (' I' I~.D .;., ,I '.'--..-- .-...--- I!\N 2 7 20C9 XII. - LEGAL - 1st Reading ITEM C.1 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM Requested City Date Final Form Must be Requested City Date Final Form Must be Commission Meeting Turned in to City Clerk's Commission Meeting Dates Turned in to City Clerk's Dates Office Office ~ A ri121, 2009 o June 16, 2009 0 5,2009 0 0 19,2009 0 Jul June 2, 2009 0 st 4, 2009 Jul 0 AnnouncementslPresentations 0 NATURE OF 0 Administrative 0 New Business AGENDA ITEM 0 ~ Le al 0 0 Unfinished Business 0 0 RECOMMENDATION: Approve the first reading of Ordinance no. 09-_ creating Article VIII in Chapter 26 of the City's Code governing the usage, cost, and operation of the reclaimed water system within the City's utility service area. EXPLANATION: In 2008 the City began a project to extend its reclaimed water distribution system to new customers in the eastern portion of the service area. To achieve this end, the City must enact the necessary ordinances to establish operating responsibilities, rates, rights of access and inspection, and all other issues that will allow compliance with State and local regulations. The enclosed ordinance establishes an initial rate for new users of 34 cents per thousand gallons of reclaimed water used by the customer. That rate includes two components, which are treatment, and distribution. The treatment component has been established, by the South Central Regional Wastewater Treatment and Disposal Board, at sixteen (16) cents per thousand gallons. The distribution component, including operation, maintenance and renewal of the distribution system, is being set at eighteen (18) cents per thousand gallons by the City, yielding a total rate of thirty-four (34) cents per thousand gallons. This initial rate has been established so as to be comparable to other reclaimed water producers in the area, while supporting the cost for providing this service, and recovering a portion of the costs for constructing the system. Connection to the system will be allowed only for those customers and locations approved by the City, based upon such factors as: . customers' water demands, . available supply, and . the ability of the customer to be responsive to local and state regulations that govern the use of reclaimed water for irrigation. These regulations include the need for cross-connection control, regular inspection, and notification of the public via signage and other means. S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM.DOC CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM The City must, at all times, assure that all customers comply with those governing regulations, or have the capability to discontinue providing reclaimed water service in situations where compliance is not achieved. PROGRAM IMP ACT: The use of reclaimed water will, in some locations, replace the use of potable water for irrigation, thereby making said potable water system capacity available for other customers. In other locations, the use of reclaimed water will replace non-potable water drawn from the surficial aquifer system, thereby reducing demands on that resource. FISCAL IMP ACT: Rates generated by new customers are designed to support the functioning of this new service provided by the Utility, and recover a portion of the costs accrued in developing the system. AL TERNA TIVES: . Many of the provisions of this ordinance are required to maintain compliance with state and local regulations. The City has no alternative, under those regulations, but to adopt those provisions. . Additional expenses accrued due to operation of the reclaimed water system are intended to be offset by the proposed rate. One alternative would be to offset these expenses by raising water, sewer or stormwater rates to other customers. .-.:.,. I . \ ' ,--~ ' I . ~..., ': ~ ~ -'----.. -'-, ~.~ ,a- t t"" ~": ..,....- \. ~-t' J- ' './ \' ,-,--~~~ l #-1' <'1 -Department Head's Signature City Manager's Signature, Kofi A. Boateng, P.E. sistant to City Manager '-'~ UTILITIES Department Name City Attorney I Finance Xc: (l,-peter Mazzella (w/attachments) Barbara Conboy " Michael Low " City Attorney " File SIBULLETIN\FORMS\AGENDA ITEM REQUEST FORM. DOC I 1 ORDINANCE NO. 09 - 2 3 AN ORDINANCE OF THE CITY COMMISSION OF THE 4 CITY OF BOYNTON BEACH, FLORIDA AMENDING 5 CHAPTER 26. WATER, SEWERS AND CITY 6 UTILITIES, CREATING ARTICLE VIII, ENTITLED 7 "RECLAIMED WATER"; PROVIDING FOR 8 AUTHORITY AND PURI>OSE, APPLICABILITY, 9 OBJECTIVE, DEFINITIONS, USE, CONNECTIONS, 10 ACCESS TO WATER METERS, FEES, INSPECTIONS, 11 DAMAGES, APPROVED USE, PROHIBITIONS, SERVICE 12 INTERRUPTIONS, CITY RESPONSIBILITY, LOCATION, 13 METER REQUIREMENTS, SHALLOW POTABLE 14 WELLS, DISCONTINUATION AND FOR PENALTIES; 15 PROVIDING FOR CONFLICTS, SEVERABILITY, 16 CODIFICA TION AND AN EFFECTIVE DATE. ]7 ]8 WHEREAS. the City of Boynton Beach ("City") is a member of the South Central ]9 Regional Wastewater Treatmt:nt and Disposal Board ("Board"): and 20 WHEREAS. the City desires to provide reclaimed 'Aater that is generated by the 21 Board's facility to certain properties within the City for irrigation purposes: 22 WHEREAS. the City desires to implement mandatory use of reclaimed water by golf 23 courses and other users within the City; and 24 WHEREAS, the City Commission for the City of Boynton Beach finds that the 25 implementation of this reclaimed water ordinance is in the best interest of the health, safety, 26 and welfare of the citizens of the City of Boynton Beach. 27 NOW, THEREFORE, BE IT ORDAINED BY THE CITY COMMISSION OF 28 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 29 Section I, Each Whereas clause set forth above is true and correct and 30 incorporated herein by this reference. 31 Section 2, That Chapter 26. Article VIII. entitled ""Reclaimed Water" is hereby 32 created by adding the words and figures in underlined type. and by deleting the words and 33 figures in struck-through type, as follows: 34 35 ARTICLE VIlI- RECLAIMED WATER 36 37 Sec. 26-500. AUTHORITY AND PURPOSE. 38 - 1 - 1 l hi S .i!njS;].fj sere at L'll in _~t;,QI:..li<l!l.c.s: \\ i t h ~ectl( ~!L:! (J ,\: U()+,Lh)I"l."l~L~Jiti.Ul-:i,.i.m clJ21iJ ~ i J c" i u 1 I "1 the encouragement an~LUSe_l)r reclaimed _\:\._<iJ.~L.lSL.Jll1>leCl the ~\1\ ironment and ;,:on~l:J:\ c the - -; City of Bovnton Be~!s:Jl'S potable water Sl1m2b . 4 I ~ =" I Subject to the Cill..' S Code of Ordinances and established policies, all pOVlers, duties. and 6 I authoritie~Jelatinl'. tQ.the 012s~ration of the facilities of the lltilities Department. are \ ested ill 7 I the Utiliti~s J2.ir~qQr unless speciticallL\ested elsewhSIe b\-1huXL1vi~h)I1s of this Chaptc:r.J!l ~ I the absence of the J2ixeclOror111iliti~J)ffi<:t.rtment an i11.di\ idual ~ecifi<;iuJyillmointe4 b~ !he l) I ~'i1lJvlana~LJ11;J,:-assJm}e the-1Jo~er~ dutil's,;l!'lQ.mlth()]'it}_\~estsdQ.:-lhis ~e.c;tion. 1 () I i Sec. 26-501. AP P LI CABILITY . 11 12 II This Chapter shalLill2.l21L within J).~ utility service :JIl.'(il)Ltl1~_Cfu Qt. Boynton Beach~_~ 1 ~ 1-+ I hen:inafter defin~..Q. ~ill.ldamended f]'omJim~.J..Q. time..:_ .c!I& shall .h.~ Jiberally. construed to 15 dTectuate the PlJillL,1S~S set !(JrthJler_~i!L ]6 Ii I! 17 i Sec. 26-502. OBJECTIVE. I ~ 19 JhcobieclLv~..\cli' tl1i? Chapter .G tSL~~Jorthn:quiren~111~ CQLili~ use of reclaimed v.ateI~. and 20 the construction of reclaimed \\ater facilities within the City of Bovnton Beach tu be in 21 I e<lmplian~e with_~l;;pplicablcl~derai and state law5,~I;~.- aJ~ regulationsillUbe, pert-;;-~, to ,"1 reclaimed \\ ater -- -~-~ -" I -.' I Sec. 26.503. IlF:FINITlONS. 24 , - -=" 26 I As used_~iI.Lll:!i~ anj.cLe-'-..the follil\ving \\ords and .Qbr~~~'i have Jhe meanin~ ascribed ]li,'rein. 27 unless 'UJiHerel}Ull_eaning is~~t 19rth in another seq(QI1.()f this.iJlapter QI.Jhe contexUJealb 28 indicates other\\ isl'. --~,..._._- 2Y II Buckflu1.J.'-12!..:<:..l'f.nl is.Y7L1ss(,l71hl\'. ~() A J29Ckt1oVl prevenli,Q!U1S~"eI11hl.Lshallmean a device and/or ~ I method of construction used to prevent backl10w into ~table and/or reclaimed \,vater ~2 system, ThebJ2.e of assembh used sha]I.Q~bitSed OIl thcdegree uf hazard. either existinb'. or " l2.9jential, , , .H , - I CiJ.L CD.:- uf Bo:-ntun Beitcb, IJuLiilil,_ilI11lll1ici.l2.;,!,1 .cuIJ2uratiull, .' =" ~h i "7 I (ross co 0 00 cl i on. -\11\---1' h \ sieelarrang e men t where b" a J1<> lliblL"!l.J.<l' J}:, tai me.cL-".-" t OJ "x s.lll212.1l j~~smnected-,Aircclh . or indircctl.},.~,-i1b. am uIher \) stemHcc!.Q.'lblc"o..t ll12Q<lrtinl'. "Y I contamination to thl' mRablt.:_'lndiQI' I1L~nputablc water sUPl,I:-21s thl' re sWIClLbacls,11 O\l ..J.() i 41 i 5o.~us/()m('r ~6D..l JJrope11 \ own..~L. develuper ~use[,-~umpal1\. mUlllcipal corporation. politIcal ..J.2 I subdivision. homl'owners association or other entitl..which accepts ur receives reclaimed ..J.~ ! water scnice or benciits directlv from services rendered bv the DepartmenL 44 -+5 D('lJarlml!lJ1.lQ~ Citv of BO\llt~)n Beach Utilities Department, ..J.6 -+7 De\'e I opm(' nt. All ..J2IQ~c!.;l \\@J:Ionr0ide.Il1ial c unnl:ct!o..[lS .ancLLl.ll n:siden!ia) proJiCCls -+X I i11~Judirlli.l\\erl1}GOJ or more li\\elljnK units , 1 2 Director. The Director of the City of Boynton Beach Utilities Department or the duly 3 authorized representative. 4 5 Dwelling unit, A single unit designated or intended for one-family occupancy (a household of 6 one or more persons), including, but not limited to, one single-family house, one-half of a 7 duplex, one apartment, or one mobile home. 8 9 Irrigat ion. The.use of water to maintain and enhance the growth of lawns, shrubs, trees, or 10 edible crops as set forth in Chapter 62-610, Florida Administrative Code. 11 12 Person. Includes individuals, firms, associations, joint ventures, partnerships, estates, trusts, 13 corporations, and all other groups or combinations. 14 15 Point o(service. The outlet side of the Department's reclaimed water meter box or other point 16 identified on construction plans which ends the Department's ownership, operation and 17 maintenance responsibility. 18 19 Property owner. One in whom the legal title to real estate is vested as recorded in the public 20 records of the State of Florida. 21 22 Reclaimed vvater. Water that has received at least secondary treatment and basic disinfection 7"" and is reused after Howing 011t of a wastewater treatment facility ( Florida Administrative ~-' 24 Code, Chapter 62-610 ). 25 26 Reclaimed water distribution system. ^ network of pipes, generally eight-inch diameter and 27 smaller. along with valves, meters, and related appurtenances designed to convey and 28 distribute reclaimed water from Reclaimed Water Transmission System to the Department's 29 side of the point of service. 30 31 Reclaimed water irrigation system, A network of pipes, pumping facilities, storage facilities, 32 sprinkler heads. and appurtenances on the customer's side of the point of service designed to 33 convey and apply reclaimed water. 34 35 Reclaimed v1'ater transmission svstem, A network of pipts, generally ten-inch diameter and 36 larger, along with pumping facilities, storage facilities. and related appurtenances designed to 37 convey and transmit reclaimed water from one or more wastewater treatment facilities to the 38 Reclaimed Water Distribution SYstem. Service connections will generally not be made to the 39 transmission system. 40 41 Service. The readiness and ability on the part of the Department to furnish reclaimed water to 42 the propertv. 43 44 .')'ervice initiation. The date a reclaimed water meter is installed. 45 46 Utility service area. The area encompassed by the City's Planning Area as shown on the 47 Future Land Use Map in the City's Comprehensive Plan, unless otherwise excluded. 48 ..., - .) - j i I i I i 1 I Sec. 26-504. ADOPTION OF CHAPTER 62-610, FLORIDA ADMINISTRATiVE 1 , CODE. - -, .1 i 4 rhe rules and regulations appearinl2. in Chapter 62-61 O. 1-.A.C.~as may be amended hom tlme ) to time. are hereby adopted bv n:ference as though fullv set forlluvithin this Article and_shall 6 apply within the City as an ordinance. In the event of am \ ariation betvveen the prO\isiQDs llJ 7 ~'hapter_62-61 0, 1'~,.\: C. ..J:l.nd..1l1e provisions._~Llhis anic lc. lh~ InQLl?_.~trict j2rO\isil)]1 sIlall g I I2r.s;vaiL.JJle viol(itjlln QLC.~h.ill2t~r 62-610. I. ..\.C"sh,!llb~.lLc..l.:1l1e~ ~l \ iul;;jti.l1n or tJD,:;~cli()n l) 10 Sec. 26-505. USE OF RECLAIMED WATER WITHIN THE CITY OF BOYNTON 11 BEACH lTILITY SERVICE AREA. 12 n LALReclaimed water sen icc\\ ill be made available within the Citv'sUtilitv Service .\rea as 14 the reclaimed water transmission system is extended and treatment capacity becomes I ~ ---- . ,_.-~--_..._"--~ -..-.-. - '.-.... ~.-....----_._~ 15 available. 16 1---- 17 UH .. Nul all PrQJ2gtvD~:IJl:.IS within the~\tl ~~i1I.hav~e acces::i.lo the City 's Reclaimed ] g Water Distributiun System. Ihe~ City ,;;.billl,ha\l,'....lh.l? linaLdecision...j!2.~leterminin}2, a ---- .--.----.- J L) customer"~.entitlement tOj:onneL:1 to the Reclaimed W(iterQistribution Svstem. '-.,vhich shall bL: 20 based upun thecustumer'~ cap(icit\ needs. as well as the customer's abilit\ to be responsi\ e 21 tQJocal allListat~ regulations. The Citv vvill provide@.'!J.iJied property u\~l}er~_with notiCD)f " it~. righL1Q.utilj~e the Reclaimed Water Distribution SvsteDl12nce..the ..sel:vice js made -- ,-' available. ~.) 24 , - I c~J me. onncction Q[ anjrrigationsvstem to thL:customer's side oj th~Leclaimed '-.vaterI11~ter1S -=' 26 I the responsibility oL1h~ustomcr and shall be performed (il.1l1e cuslOmer'ssxpense. '27 '2g ~ --,"hould the c u~omel-...rrq uire reclaimed \vater of J:.ll!.alitv or pressur~__~ an ing from that 2L) normally ~ed by theJ..'ity. the customer shalIbe responsible for am dnises necessary to JO make thes~adjustments. J2IQ\id~cLhowever. thatsucll.5kvices \vill reqLli]~~J)fior_ill2Q[OvalJ2} J I ItheCitv, -', .)- -,-, Sec. 26-506. CONNECTION TO THE RECLAIMED WATER DISTRIBUTION .1.1 :q SYSTEM. 35 I J6 I v..\l__lv1e~el~s required. Metcr0. arc required o[lidlrgL:.l~imed vvater serv Lc..e ,L:.Q..nnections !'.ip n QL:.Di51l1...QrQropeJ'1.L..~haIL havL:. access to the reclaim~lj \o\atL'r..distribl!.til)l'L~vstem.\Jr _U",'il: Jg I reclaimed \vater vvJJhoul.cieli verl of same tllrQ~l.i!. meter. AIlr.e.claimed vvater meleL~ .s11all ,9 be ijl,rnished an~..installe~ bvan ~mplovee or autbQri",ed,J?erso.!Lllf thel)epartment. ancL.;11all 40 remain the property of th~.l)epartmenl. The minimum meter siLK For connection to the Cib,'s 4] rec!.e.imed.water system is thrce~fourths of one inch. Required meter ~ize fur am connection 42 willbe determined b\ the Utilities Department on the 1;@~i~ o1'1he irrigation svstem' s r~quirl::d 4, 12Is~ssure and f1ow.~baracteristicsas provided bv the Customer, 4...J. 45 (B) Rules, Re}lulations and J<ees. The City..!TIill:. establish:....I\,?,\~~, modil\ anlj enforccXl!lt~, 46 regulations and feeL~rtaining to the provision gCXL'l:laimed vvaters\:)'vicc,. Such rules. 47 l~ulations.,and fee~,\\' l1jch are subject to the dl2PWV algL th~ <:it), are set 19nh l!1 tbjs -+ , i 1 ordinance, and shall be binding upon all property owners, customers, agents. and assigns 2 required to use and/or using reclaimed water. ., ,) 4 (C) Operation and Maintenance Responsibilities for the Reclaimed Water Irrigation System. 5 The operation and maintenance of the reclaimed water irrigation system shall be the sole 6 responsibility of the customer and/or Property Owner utilizing reclaimed water from said 7 system. The customer and/or Property Owner shall provide reasonable access to the 8 Department for periodic inspections of the operation and maintenance of the reclaimed water 9 irrigation system. Failure by the customer and/or Property Owner to properly operate and 10 maintain said reclaimed water irrigation system in accordance with federal, state, and local 11 laws, rules and regulations, shall constitute a violation of this article and be subiect to 12 enforcement action as set forth herein below. 13 14 Sec. 26-507. ACCESS TO WATER METERS. 15 16 It shall be unlawful for any person to interfere with, effectively denv. or to restrict in any 17 manner, full access to City reclaimed water meters or theiJ:J!QQurtenances by the City's agents 18 or employees, for the purposes of making necessary periodic. readings, repairs, removal. or 19 disconnection of service on said meters or their appurtenances. Such interference may 20 include, but shall not be limited to, use of locked gates or fences, presence of animals, 21 physical barriers, or overgrown vegetation. 22 23 Sec. 26-508. FEES, RATES AND CHARGES. 24 25 (A) Charges for reclaimed water use will be based on metered flows and will be billed on a 26 monthly basis per one thousand ( 1 ,000) gallons in accordance with the following schedule: 27 28 1. 34~. which consists of the Board's rate of l6~ charged to the City. in addition to 29 the City's rate of 18L 30 31 2. Changes in the rate charged to the City bv the Board shall result in a change in the 32 total rate to the customer at the same value as the rate change. 33 34 (B) Meter installation charges and deposits, when applicable, shall be as listed in Chapter 26, 35 Article 1 of the City Code of Ordinances. 36 37 Sec. 26-509. INSPECTIONS. 38 39 (A) To ensure that the provisions of the City's ordinances, regulations and procedures are 40 being observed,Jhe~"hall inspect. secure orLemovc. as necessary. anv or all devices, 41 including but not limited to, backtlow prcventers. valves, littings. pipes and sprinklers which 42 connect to or control the reclaimed water. 43 44 (8) The refusal by a consumer to permit an authorized City agent or employee to enter a 45 premises for the purpose of inspecting an irrigation system may result in the immediate 46 discontinuance of the reclaimed water service in the discretion of the City. 47 - 5 - 1 ilJ . Lh.: .Ub, sh21lLj11.:w~et _21llI..'Ul11Jl:,elIUI1:; 11,; thc r,cLl;,;tilT1CJ ivalcr ,.;~ ,.;kI11Jlr!~)j t" iIle J , ~om~~tj~)l1 b~inl!. pl<!s:c..cf ins'-?L\.ic.c - ~ ) .+ I il2L_.. Ihe customershall be responsible to the City for all costs incurred by the City t()]~ aru 5 required inspections and/or monitoring. of am or all devices vvhich connect to or controU.b.~ 6 reclaimed water to ensure compliance with this Ordinance and/or anv State or Federal Statut~~ 7 or Regulations, the charge shall be determined on an hourly basis, in addition.Js.;;1Dl 8 administrati ve costs. l) 10 Sec. 26-510. CONTROL OF BACKFLO"", AND CROSS CONNECTION. 11 12 Rckr1L) Cham~L~Qo....\rtiuc..5ur the Citl CudcoH2rclinanc\:,s, 1 ~ i 1.+ I Sec. 26-511. DAMAGE TO THE RECLAIMED WATER DISTRIBUTION SYSTEM. 15 ' I 16 No person shall maliciouslv. willfully or nel!.ligenth brcak. .damag.e. destroy, uncO\/er,_i'I 17 deface anv structure, appurtenance or equipment which is.. part of the reclaimed water 18 distribution system. All costs to repair any damage to the reclaimed water distribution svstem Jl) and/or all costs associated with additional treatment or alternative disposal requirements 20 resulting from said action. shall be assessed to the person( s) responsible. 21 II Sec. 26-512. APPROVED USES OF RECLAIMED WATER " -- ," ~.) 2.+ lZefJ~l11ed v.atcl' shJ:!.lLQ~usc..Lln in a~cordancl' vvith2lQpJjcabli: I~JeraL statco. andJ..Q~_al lav\~. 25 rules and regulations, Pursuant 1LUhis_('hapler~ I'.\:C Igimed \vatn l11a). b.~.usc..c.l_JQLir!:igi!ljgll ~)r 26 residential and nonresidentiallavvns, l!.olf eou]'~~~, cemeteries, 1)<.lIJ~.:;,landsc(:[.l2.e9 arcas..: i:.dibh: 27 crops ( as set forth in Chaptcr 62..610, 1'll2[jd,L/\dministl:..atj.ls;.CoLi..e ), higlma\ medians, dust 28 control on construction sites. mixing of concrctc. and cleaninl!. of roads and sidevvalks. /\11\ 2Y othcr useof reclaimcd~ater must be apprO\ ed in writing by thc Director prior to said usalle. ~o ! 31 I Sec. 26-513. PROHIBITIONS FOR USI<; OF POT ABLE WATER, RECLAIMED 32 WATER AND THE RECLAIMED WATER DISTRIBUTION SYSTEM. ., ., i _""I_"'l ! 3.+ I I'{,Q person shall. use rcclaiwssL water, UllleS~ m_l1.s:curganc~n',,\.i tht ~deral.~lal.t:::..or lQ.gl I ai\ S, ~) i rlli.cs",LJl're,gu1tJiuns. Pursu(il]t W tJlis ,\rticlc, l1oru:rSUI1 shall: ~6 i I 37 ill l tiliLe abovcground..hose bibs, Jjose bibs_shall be Jl)i:aJl{d in lll~~.Cl..pJ~bclo\\ l:iE!.d_e 38 vaults and clear! y marked as bein~ uLl1un::..Qutal"k LIllaljt)... .....\lL\<l(jJl.Cllvers shall bc culor- 39 coded purple and shall b~l~t lockcd v~.henrl.l~t in usc, 40 41 @ Llsc reclaimed vvater for the fillin~ of swimming...J2.llills. .hot tub::i.Ly,adinrr pU.Qb~..!:.~ .+:2 decurati ve fountains. ---~ .+3 44 ii:.l. Pipe reclaimed water into or use reclaimed \\alcLiD.~ide 01 anl.QUlldll1}..', urstructure used .+5 J"orrcsidential purpu.se;;,. .+b 47 LVJ c.:ldt and/uLLgI10\~iLl)Cl2i!rtment-illst21l.Jed h~l:l~; tamper v\ ill1.Jhe nln~l~L.....Q\'pas::;~nuX 4g r~\crsc a recJainlcQ \\aternlelcL llse, aller l)rmakc <1!1~ cunncctjl)l1Jl~ the [eclaiDli:.(J water () . 1 distribution system unless prior written approval has been given by the Director, and an 2 employee or authorized person of the Department is present at the time of said approved 3 action. 4 5 (E) SelL barter, trade. or otherwise transfer reclaimed water to any other person or entity. 6 7 L1=1- Cause a cross connection between a.J2Qtablc water supplv and the reclaimed water 8 distribution system or the reclaimed water irrigation ~ystern.L or violate a provision or 9 requirement of City Ordinances pertaining to backflow prevention or cross connection 10 control. 11 12 (0) Cause a connection to the reclaimed water distribution system or reclaimed water 13 irrigation system to be constructed or maintained in violation of the Setback Distances as 14 required in Chapter 62-610, F.A.C. 15 16 Sec. 26-514. INTERRUPTION AND/OR DISCONTINUATION OF SERVICE. 17 ] 8 (A) The City reserves the right to discontinue service to any portion of, or the entire, 19 reclaimed water system as deemed necessary by the Director. 20 21 (B) The Director shall have the authority to establish schedules which restrict the use of the 22 reclaimed water system at certain times in order to reduce maximum pressure demands on the 23 system and to regulate usage during periods of limited reclaimed water availability. 24 25 ~.lmmediate Threat to Public Health. The Director may issue a stop usage notice 26 requiring the customer and/or property owner to immediately cease using reclaimed water if 27 said usage is deemed to present or cause an immediate threat or substantial endangerment to 28 the health, safety or welfare of the public, to the environment, or to the operations of the 29 City's reclaimed water distribution svstem. Anv such finding shall be included in the 30 Director's notification to cease usage of said reclaimed water. Should the customer not 31 comply with the stop usage notice, the Department may immediately discontinue service of 32 reclaimed water to the property. All expenses incurred by the Department to discontinue said 33 service and/or any and all damages associated with the use of the reclaimed water shall be 34 borne by the customer and/or property owner. 35 36 (D) Other Violations. Notwithstanding the provisions as set forth in this section 37 hereinabove. the Director shall. upon discovery of a violation of this article. notify the 38 customer and/or property owner of said violation by certified mail or by placing a notice on 39 the property or by any other reasonable means. The notice of violation shall set forth the 40 specific violation, the corrective action to be taken by the customer and/or the property owner, 41 and the period of time by which the customer and/or property owner must correct the 42 violation. Should the customer and/or property owner not correct said violation within the 43 designated period of time, the Department shall discontinue service of reclaimed water to the 44 property until said violation is corrected and all fees associated with the disconnection and/or 45 reconnection of service to said propertvare paid in full by the customer and/or property 46 owner. 47 48 Sec. 26-515. CITY RESPONSIBILITY. - 7 - ] , The_~'itv~y\ill reasonablv attemplJ.-'2.ck1i",e)' :.l!2 adequate ~~.of recJcllmed Y-VateL. oj !::cuod - :1 quality at ;tll times, Hmvever. no aSSll[anceS.(l[ guaranle~ss11all be .I2I.Q\ idt;QJ..cL.eustomersu!:ll) 4 othex.~Je~ardin~ the quantil.Y0.Llllli!litJ..,I.,d' the \\aJL:r due..!u.. ciIC_Ll1l1st;!ll~l~.bev()D.d !hl~Jr ) control. ---^_. 6 , 7 Sec. 26-516. LOCATION. S 9 The location of reclaimed water service lines and points of deliverv to private propertvshal] 10 be determined bv the City --. II 12 Sec. 26-517. METER REQUIREMENTS. I" .~ 14 /\ppropriatel\ sized meters shal)..J2e ]~equiLt:li. Cor all~~()111Inercial. industrial. an~J:pultiialnib. 1 :' dwellinu unit uses as determined by the Director. ~__.. _'-b- ."~' ...- ~._..,..... 16 17 Sec. 26-518. SHALLOW POTABLE WELLS. 18 19 illL J.he~allnot provide reclaimed y\.~ter senict;,.'0here_~hallo\.\ wells, the e;.",islt;,~l~l:.Q.l ~o y\'hich is known bvthe t'it} , are a source of'notable water and where buffer Lone requir~mel..11~ ~I of Ih.~J;lorida Department of Environmental Protection cannot be maintained. " -- ," illJ ..--,~o person shall install a shallow wdl intended for use as a source of potable wI1J~IJi2L --) 24 proPl:r1:'uy\:pere r~clairll.ed water ;.lll~i pot<!ble water connections are available. ,- -) 26 Sec. 26-519. USE OF RECLAIMED WATER FOR OTHER THAN IRRIGATION 27 PURPOSES. 28 29 JZeclaimed water service mal be provided as a~~oun.:.s:QJ \\ater for coolin!...', and_misc~llaneml..s :10 process applications. However. reclaime\t~~ter.}llay not be piped intoan\ bl!ildin!...', .ll.s~'lLE)r :11 residential purposes. Am dl1uent reclaimeli.. yl.atcr from cooling and/oI.J2.[QS,:_ess. USt;,lllLlSLQ~ 32 discharged to the sanitary sewer.Q[uther::umXQyed location and must meet all eitv. ~tate and "" federal disehar~e regulations. A sey\ er char,ge !()Ll2[(.l.t:essillg, of sai..cLdisel~_~'ill be applied .~ .~ :14 inaddili.ll.l..1...huhe cQ0LQLlht.:.lsclaiIned y~.leL. An) discharge to .thcC'i.1l.'s_::ianitar\ )\ stetn ~ - n}llsLll1(,.'.cl the _~:itv' SJ11 i nim UllUJxejr~tmenl.~tan~:l..ClXQ::;; ,~ ) 36 37 Sec. 26-520. RUNOFF CONTROL. 38 39 ~'ustomC[s shall be responsible for the operation of their pri\ ate reclaimed water Systel11s !.ILl.! 40 12.rudenl manner to ensure that neithclJ'll!1ding. nOI runoff from the_s\stelll occurs, .:1-l 42 Sec. 26-521. PENALTY. .:1-:1 11 0Cl.:' ~ccliotl 1-6.LJ{.ll1e (ib..l)j Bl~vnIQtL!kacILClllk uJ ()rdinancc~ -t"'t .:1-5 .:1-6 "ection 5.. Lach and e\ er; uther pruvision uf C 'hapter 26. Ill)! herein speeIlieally 47 I amended shall remain in full !'orce and effect as prey iousl) enacted, I X - i I i i , 1 Section 6. All ordinances or parts of ordinam:es in conflict herewith be and the 2 same are hereby repealed. 3 Section 7, Should any section or provision of this ordinance or portion hereof, any 4 paragraph, sentence or word be declared by a court of competent jurisdiction to be invalid, 5 such decision shall not affect the remainder of this ordinance. 6 Section 8. Authority is hereby granted to codify said ordinance. 7 Section 9. This ordinance shall become effective immediately. 8 FIRST READING this _ ___ day of ,2009. _._.~~ -.- ~- ~- 9 10 SECOND, FINAL READING AND PASSAGE this day of 11 ,2009. ~-_._~ _._-~.._-_._- 12 13 CITY OF BOYNTON BEACH, FLORIDA 14 15 ------- ~-- -~- 16 Mayor Jerry Taylor 17 18 - -- -- - - __ ~__ ____u. __ __ _ ___ __ 19 V ice Mayor Woodrow L. Hay 20 21 ~ - --,----...-------- 22 Commissioner Ronald Weiland 23 24 - _.~ - -- -- -~-~_.----- 25 Commissioner - Jose Rodriguez 26 27 --~--- 28 Commissioner - Marlene Ross 29 ATTEST: 30 31 '/ ,)~ " Janet M. Prainito, CMe .),) 34 City Clerk 35 36 ,-, ,)1 38 39 (CORPORATE SEAL) 40 41 s leA \Urdll1ances\R,c1anned Water Ordinance I Final) doc - 9 - XII. - LEGAL - 1st Reading ITEM C.2 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM Requested City Date Final Form Must be Requested City Date Final Form Must be Commission Meeting Turned in to City Clerk's Commission Meeting Dates Turned in to City Clerk's Dates Office Office [gI A ri121, 2009 0 June 16, 2009 0 Ma 5,2009 0 Jul 7,2009 0 Ma 19, 2009 0 Jul 21,2009 Jul 0 June 2, 2009 0 Au ust 4, 2009 Jul 0 AnnouncementslPresentations 0 NATURE OF 0 Administrative 0 AGENDA ITEM 0 Consent A enda [gI 0 0 Unfinished Business 0 0 RECOMMENDATION: Please place this request on the April 21, 2009 City Commission Agenda under Legal- Ordinances, First Reading. This item was walked onto the Planning and Development Board agenda of March 24,2009, and was unanimously supported. Staff is proposing this amendment to the recently modified sign (banner) regulations to clean-up an internal inconsistency overlooked in Ordinance 09-013, as adopted on February 2,2009. EXPLANATION: PROJECT: Temporary Banners (CDRV 09-002) DESCRIPTION: Please recall the recent amendment processed to the City's sign regulations, increasing the time allowed for the display of a temporary banner from 2 weeks to 90 days (for existing businesses). This amendment was adopted by Ordinance No. 09-013 on February 2,2009, and is only effective for one year, as temporary assistance to struggling businesses during this challenging economic period. Subsequent to adoption, staff realized the ultimate amendment contains conflicting provisions relative to the locations where temporary banners may be displayed. Recall that staff promoted greater flexibility in the placement of the banners on the subject property. However, the former version of the regulations precluded them from the building setback area, which was initially overlooked. For at least during this one-year period, it is intended for banners to be allowed anywhere on the property except for within the right-of-way buffer, to allow for optimal visibility. This conflict within the revision was an oversight, and staff proposes to fix the inconsistency with the simple elimination of the word "setbacks" as shown in the accompanying ordinance. PROGRAM IMP ACT: FISCAL IMPACT: ~- ALTERNATIVES: Develo City Manager's Signature r. A!tmt to City Monag~ 'f;- - Planning and Zo g Director City Attorney / Finance S:\Planning\SHARED\WP\SPECP OJ\CODE REVIEw\CDRV 09-002 Banners for existing businesses\Agenda Item Request Banners CDRV09-002.doc S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM.DOC 1 ORDINANCE NO. ()9- ') ~ ~ AN ORDINANCE OF THE CITY OF BOYNTON BEACH, .j FLORIDA AMENDING LAND DEVELOPMENT :'\ REGl!LATIONS, CHAPTER 21, ARTICLE III, SECTION 6 (') "SPECIAL SIGNS", B\ AMENDING StIB-SECTION F TO 7 CLARIFY WHERE TEMPORARY BANNERS MAYBE I PLACED; PROVIDIJ\(, FOR CO~ FLICTS, 8 l) SEVERABILITY, CODIFICATION i\ND AN EFFECTIVE )0 DATE. II 12 1 ~ WHEREAS. on February 2. 2009. the City Commission approved Ordinance ()l)-O Ii .> 141 amendinf2 the Cit\'s sif2n reoulations b\ increasing the time allU\\.ed for the display 01 ~ ,,~c . I -I temporary banners from two (2) \\eeks to ninet~ (9()) days l~Jr e.\.lstinE'- husinesses: and ,) 161 WHEREAS, due to an incomplete ml Jdi lication t(1 tlll' c()de ll~xt tIll' ultImate ,~ I, amendment contains l'onl1icting prm ISlon~ rclatlH: tll the Il)C:ltil)!l" II here banner" Jl1a~ he , II I s II displayed: and I, , j 1 l) ! i WHEREAS, the City Commission has considered stairs recommendations and reports. ! I ') () i I and determines and finds that it would be appropriate to amend the current sign code tl) claril;, .1 ! : 2 1 ! \\ here tcmporar~ banners may be placed: and . I , yo, I WHEREAS, the City Commission limb that the adoptl0!l o! this ordinance l" in the --I I 23 I best interest of the health. satety. and wl'lrare of thl' citi/,ens allJ residents of the ~Il~ oj I 241 Bovnton Beach, I I "lOW THEREFORE, BE IT ORDAINED BY THE CITY COMMISSION OF ~) ~ ! , 2bl THE CITY OF BOYNTON BEACH, FLORIDA, THAT: ~:7 Section I. rhl' llJrl'E'-oing \\ hereas clauses are true and cotTed and are nl)\\ ratified .28 :md conlil111ed by the City Commissiun :2li Section 2. Chapter 21. Article Ill. Section hi. ol'tl1l' I :md Dnelopment Rei-'lt!atll1n~ -..--- i{J of thl' City of Bo) nton Beach Code or Ordinances is hereby amended :is t lllllJ\\ s: ..... t \.()rdlll~IIlCC...jJH\('hang.l"...,_:nd:\Il1l'ndlll~ll)R_'1It)j ~il,~,\I((I.l")li)l/)dl" ! 1 ] F. One temporary banner may be posted by a business that has 2 been issue a business tax receipt on private commercial or 3 industrially zoned property within the city for a period of time not 4 to exceed ninety (90) days within a one year period. Temporary 5 banners may not exceed an area of twenty (20) square feet each. 6 Temporary banners may nut be placed in ~k". landscape 7 butlers along rights-of-ways or within rights _of::mmways. 8 Jemporill:Y-banners shalL..rtot .J?S- mounted on-.9Lattached to 9 landscaping, utilitv poles or g.uy wires. An applicant shall remove 10 temporary banners within twelve hours upon posting of a tropical ]] ! storm or hurricane watch. This subsection shall not prohibit the 12 city from placing banner signs on city owned property or within the ]3 public right-of-way within certain designated corridors throughout 14 the city in order to announce municipal or not-for profit activities, ] 5 events or programs pursuant to this chapter. 16 17 Section 3. Each and every other provision of the Land Devclopment Regulations ] 8 not hcrein specifically amended, shall remain in full force and effect as originally adopted. ]9 Section 4. All laws and ordinances applying to the City of Boynton Beach in 20 conflict with any provisions of this ordinance are hereby repealed. 21 Section 5. Should any section or provision of this Ordinance or any portion thereof 22 be declared by a court of competent jurisdiction to be invalid, such decision shall not affect the ,~ remainder of this Ordinance. _.J 24 Section 6. Authority is hereby given to codify this Ordinance. 25 Section 7. This Ordinance shall become effective immediately and shall sunset 26 February 1. 2010. n FIRST READING this day of ,2009. .2. 'i \CA\( Jrd1l1<lnccs\LDR Ch<lngcs\2nd Amcnd1l1g LDR 21 (6F SIGNS)(042109) doc I ! SH'ONJ), FINAL RI:ADn--i(i /\ND Po\SS:\CJI' thi~ ' , Illjq lid \ !, I' I ') i - I i ~ ! C! l'Y ()I' HUYl\jl UN BL\Cl L I. LORI]) \ . -l : i - I ~ f I ! ~h\ ur .krr}I d} lor h i -, , I 8 , ------------------- 'I ' Vice Mayor \^,'oodrow L Ha\ I () I II I I') ! Cummissiuner Ronald ,^eiland - I 131 i 1--1 i , I:' ! ( 'ul11l11issitlner .Il 1se Rudri~ ue/ 16 I f 17! ! 18 I (, 'ommissiuner Marlene Ross 1'1 :'\TTES 1 : .:'0 .:'1 " Janet M, Prainito, CMe " I City Clerk --' ') -l I - I i ~) I I 26 , ( C orpurate Seal) I '), I _I 28 I i I i i I \ { \.~ l!J]Il~lIlCl"~\,LJ)R l.hangi.........,2JlJ \Illclldllli~ 11)J< ~ll!d \ll)N~J!II"L'IIIl)i d\ll DEPARTMENT OF DEVELOPMENT PLANNING AND ZONING DIVISION Memorandum PZ 09-015 TO: Chair and Members Planning and DeVeIOP~rd FROM: Michael Rumpf, Directo Planning and Zoning I. DATE: March 19,2009 RE: Temporary banners - Clean-up needed to recent code amendment Chapter 21. Signs, Article III 6(F) You will recall the recent amendment processed to the City's sign regulations, increasing the time allowed for the display of a temporary banner from 2 weeks to 90 days (for existing businesses). This amendment was adopted by Ordinance No. 09-013 on February 2,2009, and is only effective for one year, as temporary assistance to struggling businesses during this challenging economic period. Due to an incomplete modification to the code text, the ultimate amendment contains conflicting provisions relative the locations where temporary banners may be displayed. Recall that staff promoted the placement of the banners throughout the subject property, with the exception of rights-of-ways and the buffers along abutting rights-of-way. However, the former version of the regulations precluded them from setbacks, which was not omitted when modified. Obviously, if it was the intent to preclude them from setbacks, it would have been redundant to also preclude them from the right-of-way buffer. This conflict within the resulting revision was an oversight, and staff proposes to fix the code with a quick revision to the regulations through the simple elimination of the word "setbacks" as shown below: F. One temporary banner may be posted by a business that has been issued a business tax receipt on private commercial or industrially zoned property within the city for a period of time not to exceed ninety (90) days within a one year period. Temporary banners may not exceed an area of twenty (20) square feet each. Temporary banners may not be placed in setbaGks, landscape buffers along rights-of-ways or within rights of ways. Applicant shall agree to remove banners within twelve hours upon posting of a tropical storm or hurricane watch. This subsection shall not prohibit the city from placing banner signs on city owned property or within the public right-of-way within certain designated corridors throughout the city in order to announce municipal or not-for profit activities, events or programs pursuant to this chapter. The need for this correction was just realized by staff, thereby preventing it from being placed timely on the March agenda. Staff is now reacting expeditiously to quickly amend the code and remove the inconsistency to prevent confusion in its implementation and enforcement. Staff requests the Board's support of this correction. S:\Planning\SHARED\WP\SPECPROJ\CODE REVIEw\CDRV 09-002 Banners for existing businesses\P&D board - clean up of banner regs - 3-24-09 meeting.doc Meeting Minutes Planning and Development Board Boynton Beach, Florida March 24, 2009 5. Communications and Announcements A. Planning and Zoning Report 1. Final disposition of the February 24, 2009 Planning and Development Board meeting agenda items. Mike Rumpf, Planning and Zoning Director, reported the City Commission had approved the Land Development Regulations Rewrite, Group 6 deliverable. Staff would be moving forward for adoption and would continue to review the Rewrite, taking into consideration the comments made by the Board. Mr. Rumpf noted the City had recently adopted an ordinance amending the Land Development Regulations Sign Code pertaining to the display of temporary banners. Staff had discovered that the amendment contained an unintended, internal conflicting provision and wished to amend the Code to remove the inconsistency. The ordinance adopted was effective for one year and would sunset February 9, 2010. It permitted existing businesses to display a temporary banner for a 90-day period during anyone year period. The intention of the ordinance was to allow more latitude and flexibility in displaying the banners within the time period set and throughout the property . The existing Code prohibited banners in setbacks. Staffs added text permitted the placement of banners throughout the property, with the exception of rights-of-way and buffers along rights-of-way. The earlier regulations precluded the display of banners from setbacks which had not been omitted from the amendment. If it had been the intent to preclude the banners from setbacks, it would have been redundant to preclude them from the rights-of-way buffers. Staff proposed to amend the Code by removing the word "setbacks." Mr. Rumpf noted the inconsistency had not been reported timely and could not be included on the agenda. Staff sought the Board's position on the proposed amendment, which would be brought before the City Commission. Motion Ms. Barritt moved to approve the strikeout of "setbacks" from the language. Ms. Grcevic seconded the motion that passed unanimously. 2 XII. - LEGAL ITEM E.! CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORNI 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 J, 2008 (Noon) o February 17,2009 February 2,2009 (Noon) o January 6. 2009 December ]5. 2008 (Noon) o March 3. 2009 February 17, 2009 (Noon) (gJ January 20.2009 January 5, 2009 (Noon) o March 17. 2009 March 2, 2009 (Noon) o February 3, 2009 January 19,2009 (Noon) ~ April 7. 2009 ) March 16,2009 (Noon) ~ (Cc ",.t-; nv'C..rl 0 O.o.(it ...0 ~ c.... -<. j 0 AnnouncementslPresentations k8J City Manager's Report s: n""'l1 0 Administrative 0 New Business I ;-- NATURE OF mo c..n ~-< AGENDA ITEM 0 Consent Agenda 0 Legal '",:Z " :;.1)-1 0 Code Compliance & Legal Settlements 0 Unfinished Business :x 0 0 Public Hearing 0 ~ ~ N , ,."'.. - RECOMMENDA nON: Motion to approve a method of procuring automated "red light cameras" for traffic enforcement purposes at selected intersections. The motion options are to procure the service and equipment through a "request for proposal" or a "sole source" vendor already doing business with a state agency via a contract on which the City of Boynton Beach would "piggyback". EXPLANATION: At the December 16th meeting, the commission approved an ordinance creating Chapter 14.5 of the Code of Ordinances called the Boynton Beach Dangerous Intersection Safety Act. This ordinance established a mechanism for the utilization of automated "red light cameras" which are used to detect those motorists who do not obey the automated traffic control devices at selected intersections within the city. There are a number of vendors who are in the business of supplying the equipment and services necessary to operate a automated red light enforcement system and it will be necessary to select one of these vendors to install and maintain the equipment along with retrieving the data and issuing violation notices to the offenders. PROGRAM IMP ACT: The program will allow for the detection of red light violations at an intersection where the equipment is installed. Fines will be collected resulting in increased revenue to the city. Vendors of these systems claim that intersection traffic crashes will be reduced at those locations where the equipment is installed and utilized. Other sources indicate that the incidence of rear- end crashes will be increased at intersections where the equipment is installed. FISCAL IMPACT: The automated traffic enforcement system will result in increased revenue to the city as a result of fines. There would be no cost to the city involved with the operation of the system other than the expenditure of approximately 20 hours per week of police department manpower in order to review the violations prior to issuance of the violation notice. S:\BULLETJN\FORMS\AGENDA ITEM REQUEST FORM.DOC CITY OF BOYNTON BEACH AGENDA ITEM REQIJEST FORM ALTERNATIVES: The alternative would he to defer the decision fur implementation (, ); progmm to detennine whether the state legislature "ill pass a hill or bills regulating the use "fret! li,:I:: Cm'llCl1aS, 11 IX~ -. 19 ; '1r~. epartment Head's Signature ~':I' '. i I ity Manager's Signature Assistant to Cit} M:mager ~. . .--- _. --""--- ------ Department Name City Atwrncy Finnnct: ~ 'HI 'I IYTfNIFORMSIA(;[-S[)/\ ITEM RE(l! rreST 1.( H\'vl jJ< i( XII. - LEGAL ITEM E.2 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 0 December 16, 2008 December I. 2008 (Noon) o February 17.2009 February 2. 2009 (Noon) o January 6, 2009 December 15. 2008 (Noon) 0 March 3. 2009 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) ~ April 7,2009 ) March 16,2009 (Noon) l C."''"\Ti.')\i~il 0 A nnouncem ents/Presen tati on 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 RECOMMENDA TlON: Conduct review of bid protest and determine if bid protest warrants reversal of bid award. EXPLANATION: On February 17,2009 the City Commission awarded a contract for concession operations at Boynton Beach Oceanfront Park to B.J Catering, Inc. of Delray Beach. Subsequent to the award, one of the unsuccessful bidders, Ultimate Catering, LLC filed a bid protest. The bid protest was reviewed by the City Attorney and rejected. Ultimate Catering filed a notice of appeal to the City Commission. BACKUP: 1. Original Agenda Backup. 2. 2/24/09 Notice of Award 3. 3/4/09 Protest Letter 4. 323/09 City Attorney letter rejecting protest. 5. 3/26/09 Notice of Appeal to City Commission. 6. APM Policy 10.14.01 "Bid Protests" PROGRAM IMPACT: None. FISCAL IMPACT: The award results in a 500.00 per month income stream to the City. ALTER: A 1m;~" A Hmely filed appeal mu,t be ",;ewed by tbe C;ty Jmm,,,,un. ~ ,~. D,p""mr~ H,ad', S;gnatuco .ty M,nog"', S;g~, nt to City Manager ~.__ Department Name S\BULLETINlFORMS\AGENDA ITEM REQUEST FORM. DOC VI.-CONSENT AGENDA ITEM 8.4 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM Requested City Commission Date Final Fonn Must be Turned Requested City Commission Date Final Fonn Must be Turned Meeting Dates in to Citv Clerk's Office Meeting Dates In to Citv Clerk's Office o December 16, 2008 December 1,2008 (Noon) ~ February 17.2009 Februal) 2. 2009 INoon) o January 6, 2009 December 15, 2008 (Noon) 0 March 3, 2009 Februal) 1-.2009 (Noon) o January 20, 2009 January 5, 2009 (Noon) 0 March] 7.2009 March 2, 2009 (Noon:' o February 3, 2009 January 19,2009 (Noon) o April 7. 2009 March] 6, 2009 (Noon i 0 Announcements/Presentati ons 0 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 RECOMMENDA TION: A motion to award the "THREE YEAR LEASE FOR CONCESSION OPERATIONS AT BOYNTON BEACH, OCEANFRONT PARK LOCATED AT 6415 N. OCEAN BOULEVARD, OCEAN RIDGE, FLORIDA" RFQ# 015-2710-09/JA to B & J CATERING, INC., OF DELRAY BEACH, FLORIDA. Lease payments provided to the City of Boynton Beach in the amount $500.00 per month. EFFECTIVE DATE OF LEASE: February 18,2009 to February 17,2012 EXPLANA TION: On December 16, 2008, Procurement Services opened and tabulated three (3) proposals for the "THREE YEAR LEASE FOR CONCESSION OPERATIONS AT BOYNTON BEACH, OCEANFRONT PARK LOCATED AT 6415 N. OCEAN BOULEVARD, OCEAN RIDGE, FLORIDA. An evaluation committee was formed and reviewed all proposals. The committee consisted of: Jody Rivers, Parks Superintendent, Wally Majors, Recreation and Parks Director and Thomas Mahady, Ocean Rescue Chief. A numerical scoring system was utilized to evaluate each proposal against requirements established in the RFQ (see attached). There were no current references for Norman Lolonde, nor were there any breakfast items on his menu. Ultimate Catering's references were not satisfactory. Therefore it was determined that B&J catering was the most responsive, responsible concessionaire that met all criteria. B& J Catering currently has a temporary contract to operate the beach concession and the City is receiving positive feedback. They are already equipped so there will be no interruption in service. This is especially important during the tourist season. The provisions of this bid award will allow for two (2) additional two (2) year extensions at the same terms, conditions, and prices subject to vendor acceptance, satisfactory performance and determination that the renewal is in the best interest of the City. PROGRAM IMP ACT: The purpose of this RFQ was to seek qualifications from qualified Concessionaires interested iii upenitiiig tte coucession operatiulls at the Boynton Beach iviunicipai Beach, Oceanfront Park. FISCAL IMP ACT: Agreement will generate revenue of $500.00 monthly for the City's General Fund. AL TERNA TIVES: Not to approve agreement and not provide concession services at the Oceanfront Park. S\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM.DOC C. Wally Majors - Recreation and Parks Director Jody Rivers - Parks Superintendent File CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM ~~ ~ City Manager's Signature (~<~ , Procurement Servic s S:\BULLETIN\FORMS\AGENDA ITEM REQUEST FORM.DOC C: Wally Majors - Recreation and Parks Director lady Rivers - Parks Superintendent File I I , I I RESOLUTION R09-0:';ij ] 2 3 4 A RESOLUTION OF THE CITY COMMISSION OF 5 THE CITY OF BOYNTON BEACH, FLORIDA, 6 APPROVING THE AWARD OF THE THREE YEAR 7 LEASE FOR CONCESSION OPERA TIONS AT 8 BOYNTON BEACH OCEANFRONT PARK, RFQ 9 #015-2710-09/JA TO B & J CATERING, INC. OF 10 DELRA Y BEACH, FLORIDA; AUTHORIZING AND 11 DIRECTING THE CITY MANAGER AND CITY 12 CLERK TO EXECUTE A LEASE AGREEMENT 13 BETWEEN THE CITY OF BOYNTON BEACH, 14 FLORIDA AND B & J CATERING, INC., 15 PROVIDING FOR CONCESSIONS OPERATIONS 16 A T OCEANFRONT PARK; AND PROVIDING AN 17 EFFECTIVE DATE. 18 19 WHEREAS, on December 16, 2008, Procurement Services opened and tabulated 20 three (3) proposals; and 21 WHEREAS, after review and evaluation it has been determined appropriate by staff 22 to recommend award of a three-year Lease for Concession Operations at Oceanfront Park to 23 B & J Catering, Inc., of Delray Beach, Florida whose RFQ \vas overall responsive and 24 responsible proposer that met all criteria; and 25 WHEREAS, upon recommendation of staff, the City Commission of the City of 26 Boynton Beach does hereby approve the award of the "Three Year Lease for Concession 27 Operations at Boynton Beach, Oceanfront Park" RFQ #015-271 0-09/JA to B & J Catering, 28 Inc., and to authorize the City Manager and City Clerk to execute a Lease Agreement 29 between the City of Boynton Beach and B & J Catering, Inc. 30 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 31 THE CITY OF BOYNTON BEACH. FLORIDA. THAT: ~} Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as ,)~ ~.., being true and correct and are hereby made a specific part of this Resolution upon adoption ,),) i I hereof. 2 Section 2. The City Commission of the City of Boynton Beach, Florida, hereby 3 approves the award of the "Three Year Lease for Concession Operations at Boynton Beach, 4 Oceanfront Park" RFQ #015-27l0-09/JA to B & J Catering, Inc. 5 Section 3. The City Commission of the City of Boynton Beach, Florida does 6 hereby authorize and direct the City Manager and City Clerk to execute a three-year Lease 7 Agreement between the City of Boynton Beach and B & 1. Catering, Inc., a copy of said 8 lease being attached hereto as Exhibit "A". 9 Section 4. This Resolution will become effective immediately upon passage. 10 PASSED AND ADOPTED this _ day of February, 2009. II 12 CITY OF BOYNTON BEACH, FLORIDA I3 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 ATTEST: 29 30 Janet M. Prainito, CMC 31 City Clerk 32 "".. II ':>J 34 (Corporate Seal) 35 36 37 S:\CA\RESO\AgreementSIBid Awards\Concession at Oceanfront Park (Ellies Catering)2009,doc 2 Appendix ""B" "RE-BID FOR A THREE-YEAR LEASE AGREEMENT CONCESSION OPERATIONS AT BOYNTON BEACH MUNICIPAL BEACH. OCEANFRONT PARK" LOCA TED AT 6415 N. OCEAN BOULEVARD. OCEAN RIDGE. FLORIDA THIS AGREEMENT is entered into between the City of Boynton Beach, hereinafter referred to as "the City", and B&J CATERING. INC. hereinafter referred to as "the Concessionaire", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. PROJECT DESIGNATION. The Concessionaire is retained by the City to perform the concession operations in connection with the project designated "THREE-YEAR LEASE FOR CONCESSION OPERATIONS AT BOYNTON BEACH MUNICIPAL BEACH. OCEANFRONT PARK" LOCATED AT 6415 N. OCEAN BOULEVARD. OCEAN RIDGE. FLORIDA 2. SCOPE OF SERVICES. Concessionaire agrees to perform the services, identified in Exhibit. "B" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. LEASEHOLD PREMISES. The City agrees to lease to Concessionaire a portion of the designated City facility located at the Boynton Beach Municipal Park and more particularly described as "the concession building, located on the central boardwalk within Oceanfront Park, is a wooden structure of approximately 260 square feet. The structure is designated as the "snack bar", and is owned by the City of Boynton Beach, Florida and operated for the selling of food and beverages for beach patrons." 4. TERM OF LEASE. Work under this contract shall commence upon the giving of written notice by the City to the Concessionaire to proceed. This lease agreement shall be in force for a period of three (3) years, unless sooner terminated as provided in Section 14, Termination. Tbis lease shall be effective Februarv 18. 2009. 5. PAYMENT. The Concessionaire shall pay the City a sum of $ 500.00 each month for the first twenty-four months of the lease agreement. Subsequent payments each month shall be based on Exhibit 'B' attached hereto, a lease payment schedule based on proposal from Concessionaire dated December 16. 2008. a. Said payment shall be made and received by the City on or before the 15t day of each and every month. A late fee of 15% will be charged for payments received after the sth day of each month. Any monthly payment not received by the 25th day of each month shall be subject to a 15% late fee and shall be grounds for termination of contract. b. Concessionaire will keep accurate records of all sales and receipts through the use of electronic cash registers, which provide daily tapes and reports. The Concessionaire will prepare a monthly report to the City and attach copies of the daily tapes of each report. The City will bave the right to inspect the books, records and inventories of the Concessionaire at any reasonable time. Monthly reports shall be due on the 15t day of each month to the Recreation Director. CA-l reasonable time. Monthly reports shall be due on the 1 st day of each month to the Recreation Director. c. Final payment of any balance due the City ofthe total contract price will be made promptly upon its ascertainment and verification by the City after the completion of concession services under this agreement and its acceptance by the City. d. Security deposit of$I,OOO.OO made by Concessionaire at time of award will be returned to Concessionaire at the end of the term, without interest, after determination that the Concessionaire has fulfilled all terms of the lease and left the premises in adequate condition, as determined by the Recreation Director. e. The Concessionaire's records and accounts pertaining to this agreement are to be kept available for inspection by representatives of the City and State for a period of three (3) years after final payments. Copies shall be made available upon request. 6. COMPLIANCE WITH LAWS. Concessionaire shall, in performing the services contemplated by this service agreement, faithfully observe and comply with all federal, state and local laws, ordinances and regulations that are applicable to the services to be rendered under this agreement. 7. INDEMNIFICATION. Concessionaire shall indemnify, defend and hold harmless the City, its offices, agents and employees, from and against any and all claims, losses or liability, or any portion thereof, including attorneys fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to Concessionaire's own employees, or damage to property occasioned by a negligent act, omission or failure of the Concessionaire. 8. INSURANCE. The Concessionaire shall secure and maintain in force throughout the duration of this contract comprehensive general liability insurance with a minimum coverage of $1,000,000 per occurrence and $1,000,000 aggregate for personal injury; and $1,000,000 per occurrence/aggregate for property damage, and professional liability insurance in the amount of $1,000,000. Said general liability policy shall name the City of Boynton Beach as an additional named insured and shall include a provision prohibiting cancellation of said policy except upon thirty (30) days prior written notice to the City. Certificates of coverage as required by this section shall be delivered to the City within fifteen (15) days of execution of this agreement. 9. INDEPENDENT CONTRACTOR. The Concessionaire and the City agree that the Concessionaire is an independent contractor with respect to the services provided pursuant to this agreement. Nothing in this agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither Concessionaire nor any employee of Concessionaire shall be entitled to any benefits accorded City employees by virtue of the services provided under this agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to Concessionaire, or any employee of Concessionaire. CA-2 .., II F'lr""\"1: rrlr.. T A ..". T'T" A"'--" A ... T{""1..,...., r'lJ""'Ylr. "''T"'~ T/"""'..,.....,,. T'T"' T"'.,.....,....~ 'T"1,....... .. > ,1 '1 ~ 1 V. \...V V .c1'~f"\J." 1 l"\.V1\,ll'<.::l 1 \..-Vi'< 111'<VC1'< 1 t' CC.::l. 1 ne LoncesslOnmre v.,'arrams lDal ne nas not employed or retained any company or person, other than a bonafide employee working solely for the Concessionaire, to solicit or secure this contract, and that he has not paid or agreed to pa\ any company or person, other than a bonafide employee working solely for the Concessionaire, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the City shall have the right to annul this agreement without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 11. DISCRIMINATION PROHIBITED. THE CONCESSIONAIRE, WITH REGARD TO THE WORK PERFORMED BY IT UNDER THIS AGREEMENT, WILL NOT DISCRIMINATE ON THE GROUNDS OF RACE, COLOR, NATIONAL ORIGIN, RELIGION, CREED, AGE, SEX OR THE PRESENCE OF ANY PHYSICAL OR SENSORY HANDICAP IN THE SELECTION AND RETENTION OF EMPLOYEES OR PROCUREMENT OF MATERIALS OR SUPPLIES. 12. ASSIGNMENT. The Concessionaire shall not sublet or assign any of the services covered by this agreement without the express written consent of the City. 13. NON-WAIVER. Waiver by the City of any provision of this agreement or any time limitation provided for in this agreement shall not constitute a waiver of any other provision. 14. TERMINATION a. The City reserves the right to terminate this agreement at any time by giving thirty (10) days written notice to the Concessionaire. b. In the event of the death of a member, partner or officer of the Concessionaire, or any of its supervisory personnel assigned to the project, the surviving members of the Concessionaire hereby agree to complete the work under the terms of this agreement if requested to do so by the City. This section shall not be a bar to renegotiations of this agreement between surviving members of the Concessionaire and the City, if the City so chooses. c. This lease agreement may be terminated immediately for default of monthly payment as stated in Section 4, "Term of Lease". d. This lease agreement may, at the option of the City, be terminated immediately if the Concessionaire shall become insolvent or bankrupt, make an assignment for the benefit of creditors or be convicted of a crime or any other similar gross misconduct. CA-3 15, RENEW AL. The lease agreement has an option to renew the contract for two'(2) additional two (2) year periods as stated in original proposal submitted, subject to vendor acceptance, satisfactory performance and determination that renewal will be in the best interest of the City. 16. DISPUTES. Any dispute arising out of the terms or conditions of this agreement shall be adjudicated within the courts of Florida. Further, this agreement shall be construed under Florida Law. 17. NOTICES. Notices to the City of Boynton Beach shall be sent to the following address: City of Boynton Beach P.O. Box 310 Boynton Beach, FL 33425-0310 Attn: Wally Majors, Recreation Director Notices to Concessionaire shall be sent to the following address: B & J Catering, Inc. 2410 N. Federal Highway Delray Beach, Fl 33483 Attn: James Guilbeault 18. INTEGRA TED AGREEMENT. This agreement, together with attachments or addenda, represents the entire and integrated agreement between the City and the Concessionaire and supersedes all prior negotiations, representations, or agreements written or oral. This agreement may be amended only by written instrument signed by both City and Concessionaire. CA-4 DATED this _ day of ,20 ---"--- CITY OF BOYNTON BEACH City Manager Concessionaire Attest/Authenticated: Title (Corporate Seal) City Clerk Approved as to Form: Attest! Authenticated: Office of the City Attomey Secretary Rev. 1/22/91 CA-5 EXHIBIT "B" B. SCOPE OF SERVICES Concessionaire: 1. Concessionaire shall propose a monthly lease payment to the City for the three years. Upon renewal of the lease payment will be negotiable. 2. Concessionaire shall submit a sample written menu with proposal to include the brand name of the product being offered and a detailed description of the item. 3. Concessionaire shall provide all working capital, operating equipment, and inventory necessary to effectively manage the concession. 4. Concessionaire shall be responsible for full payment of all utility bills related to the Concessionaire's operation. These utilities include, but are not limited to electric, water and sewer services, sanitation, and gas. From past experience the average electric bill is $3 00. OO/month. The average water and sewer bill is $270.00/month. 5. The City reserves the right, or any organization granted powers as their agent, to sell food and beverages for special community event programs of short duration as scheduled by the City. A short duration is defined as one (1) to three (3) days. 6. The City shall not operate any competing concessions at Oceanfront Park without the Concessionaire's approval, or without the Concessionaire having the first option as to additional operations. 7. The Concessionaire will sell food and beverages as allowed by the Town of Ocean Ridge variances granted to the City of Boynton Beach for the exclusive use by residents and visitors to the Municipal Beach at Oceanfront Park. 8. Concessionaire may offer non-consumables for sale. Non-consumables may include, but are not limited to sunscreen, tanning lotions, and beach toys; however, the City of Boynton reserves the right to have the final approval of such items. No alcohol or tobacco products shall be offered for sale. 9. City may request Concessionaire to offer the sale oft-shirts, beach towels, and boxer shorts fashioned with the City logo. These items will be inventoried by the City and all proceeds from their sale will be paid to the City in addition to the monthly lease payment. 10. City shall not be responsible for any goods or equipment stored at the concession nor will it be responsible for damage resulting from a power failure, flood, fire, theft, vandalism, explosion and/or other causes. 11. The City reserves the right to inspect premises at any time. 12. The Concessionaire shall keep accurate records of all sales and receipts through the use of electronic cash registers which provide daily tapes and reports. The Concessionaire will prepare a monthly report to the City and attach copies of the daily tapes of each report; report CA-6 \vill be due the 5th of each month although the lease payn1ent is due the 1 J' ()f eacb month The City shall have the right to inspect the books. records and inventories of the Concessionaire at any reasonable time, 13. At time of award, the Concessionaire shall file with Recreation Director, a $1,000 security deposit, refundable at the end ofthe term, without interest, after determination that the Concessionaire has fulfilled all terms of the lease and left the premises in adequate condition, as determined by the Recreation Director. Food Products: 1. All foods, drinks, beverages, confectionery, refreshments, and the like sold or kept for sale, shall be of FIRST QUALITY and conform in all respects to the federal, state, and municipal food and other laws, ordinances, and regulations. 2. No imitation, adulterated, or misbranded article shall be sold or kept for sale, and all products kept on hand shall be stored and handled with due regard for sanitation. Leftover perishable products shall not be sold at any time. 3. Concessionaire shall utilize Branded Products (i.e. Barney's Coffee, Pepsi, Coca Cola, etc.), 4. The Concessionaire will be responsible for the purchase, inventory and security of all food products offered for sale in the concession. 5. The Concessionaire shall arrange for the delivery of supplies used at the concession site at times and in a manner so that such deliveries do not create congestion or undue interference with regular operation and maintenance of the site. CA-7 6. Items sold by the Concessionaire are restricted by the Town of Ocean Ridge as follows:' Deep fat frying is not permitted: . Hot dogs (grilled) . Condiments for hot dogs . Prepackaged sandwiches . Prepackaged potato chips, peanuts, etc. . Candy . Hamburgers (grilled) . Condiments for hamburgers . Prepackaged bakery goods . Ice cream, ice cream bars, and other dairy products . Soft drinks, coffee, and tea 7. City shall reserve the right to "taste test" all menu items to ensure quality. 8. City shall have the final approval on what menu items are used. Approval will not be unreasonably withheld. 9. The Concessionaire will be responsible for pest control. . Equipment: 1. The Concessionaire will use all its own concession equipment that is approved by the appropriate governing agency. Equipment may include, but is not limited to refrigeration, microwave oven, and/or toaster oven. 2. All concession sales will utilize disposable plates, cups and cutlery. Signage/ Advertising: 1. Signs, advertising materials, posters, and other such material used by the Concessionaire shall be subject to the approval of the City Manager. Hours and Dates of Operations: 1. The Concessionaire shall be open for operations seven (7) days per week with the following schedule: 8:00 a.m. to 5:00 p.m. with the option to expand hours to include 7:00 a.m. to 8:00 p.m. Expanded hours are at the discretion of the Concessionaire. Total available hours are subj ect to the regulations of the Town of Ocean Ridge. Exact time of opening and closing may have seasonal variations if approved by the City. CA-8 Concession Personnel: 1. The Concessionaire will provide, supervise, and compensate all concession employees. The staff will be employees of the Concessionaire, not the City. The Concessionaire shall at all times be an independent contractor and the agreement shall not in any way create or fonn a parinership or joint venture with the City. No agent, servant, or employee of the Concessionaire shall under any circumstances be deemed an agent, servant, or employee of the City. 2. Concessionaire must conduct regularly scheduled training sessions throughout the year, as approved by the City, for all personnel. At a minimum, the training will consist of Customer Service skills training. Documentation of training shall be sent to the Parks Superintendent. 3. Consumption of alcoholic beverages, smoking, and use of any tobacco products is prohibited inside the concession buildings. 4. Concessionaire's staff shall be at all times neatly and cleanly dressed. 5. Vendor shall provide a list of employees to the city and provide proof that employer has conducted a background check with the State of Florida Department of Law Enforcement and the results of the background check for each employee who will be working at the concession stand. City shall retain the right to prohibit an employee from working at the concession stand based on the results of the background check. 6. Concessionaire shall employ only competent personnel to perform concession services. In the event the City, in its sole discretion, at any time during the term of this lease agreement. desires the removal of any person or persons employed by Concessionaire to perform concession services pursuant to this lease agreement, Concessionaire shall remove any such person immediately upon receiving notice from the City of the desire of the City for the removal of such person or persons. 7. Concessionaire shall maintain copies of Material Safety Data Sheets (MSDS's) for all of the products used in the performance of the contract on the premises. The MSDS's shall be accessible to the Concessionaire's employees and to City employees for the purpose of reference with regard to toxic and hazardous properties, precautions to take and what to do m case of an emergency. Sanitation: 1. Concessionaire will be responsible for bringing their trash and garbage to the designated dumpster or recycling areas. 2. The Concessionaire shall make every effort to assist the City in keeping the area free from debris ili~d litter. 3. Concessionaire is responsible for complying with all recycling rules, regulations, and laws of the City and/or appropriate governmental bodies. CA- 9 Term of Contract: 1. The lease agreement shall be for a period of three (3) years with an option to renew for two (2) additional two (2) year periods as stated in original proposal submitted, subject to vendor acceptance, satisfactory performance and determination that renewal will be in the best interest of the City. 2. Monthly payment to City shall be due the first (15t) of each month. Any monthly payment not received by the 5th of the month shall be subject to a 15% late fee. Any monthly payment not received by the 25th of the month shall be subject to a 15% late fee and shall be grounds for termination of contract. 3. The City reserves the right to terminate lease agreement thirty (30) days after delivery of written notice of such termination and reason(s) for the lease termination. 4. This lease agreement may, at the option of the City, be terminated immediately ifthe Concessionaire shall become insolvent or bankrupt, make an assignment for the benefit of creditors or be convicted of a crime or any other similar gross misconduct. CA- 10 RECREATION & PARKS DEPARTMENT MEMORANDUM 09-03 TO: Carol Doppler, Purchasing Agent j ,:.j~ L ~ FROM: lady Rivers, Parks Superintendent r DATE: January 21, 2009 SUBJECT: Beach Concessionaire Recommendation The city received three (3) proposals from the following: . Norman Lalonde . Ultimate Catering, LLC . B & J cate~g (Ellie's CatcriRg) () c.. ~ A review team made up of Wally Majors, Director of Recreation and Parks, Thomas Mahady, Ocean Rescue Chief and J ody Rivers, Parks Superintendent reviewed the proposals and rated them on six (6) criteria: . Experience . Sample Menu - Food Selection . Sample Menu - Pricing . Ability to Furnish Necessary Equipment . Five Current Business References . Proposed Rent Based on the review of these criteria, the review team determined the following: . There were no current references on Norman Lalonde . Ultimate Catering's references were not satisfactory . B & J Catering's references were as high as could be scored . The sample menus for Normal Lalonde and Ultimate Catering did not include any breakfast items . The sample menu for B & J Catering was well rounded . B & J Catering currently has a temporary contract to operate the beach concession and the City is receiving positive feedback. They are already equipped so there will be no interruption in service, This is especially important during the tourist season. For these reasons, it is recommended that B & J Catering be awarded the beach concession. The rating matrix is attached for your review. If you need further information, please let me know. Thank you for your assistance. JRI .tachment OCEANFRONT PARK . SNACK BAR CONCESSIONNAIRE <U RATING MATRIX C - C) c: III 'i:: ... c: Q) ~ .... '0 Q) Q) ~ Q) Q. 'C ... U ~ ~ ni t:: E .., Q) 0 '> ... ni E ~ CRITERIA 0 Q) I- -' ;:) !Xl c::: Experience 10 6 10 Mahady 10 6 10 Majors 10 6 10 Rivers Subtotal 30 30 18 30 Sample Menu - Food Selection 3 3 5 Mahady 2 2 5 Maiors 2 2 5 Rivers Subtotal 15 7 7 15 Sample Menu - Pricing 4 4 5 Mahady 5 5 5 Maiors 4 4 4 Rivers Subtotal 15 13 13 14 Ability to Furnish Necessary 10 10 10 Mahady Equipment 10 10 10 Majors 10 10 10 Rivers Subtotal 30 30 30 30 Five Current Business 0 1 5 Mahady References 0 0 5 Maiors 0 2 5 Rivers Subtotal 15 0 3 15 Pro Dosed Price 6 10 8 Mahadv 8 10 6 Majors 8 10 6 Rivers Subtotal 30 22 30 20 MAXIMUM POINTS 102 101 124 Rating 2 3 1 Ct~" ,/'~~JLVjC, ,\l__01UI~~.LbLt. JHj)j)J<;R WHO HEETS ALL SPECTTITCATIONS*''<*>'<* ~~__ Carol Doppler, crpW, ~c~;;;;;' , ~, ._____----- Wally t1aJors, :1rector of Recreation and Pi1rk~; THREE YEAR LEASE FOR CONCESSION OPERATIONS AT BOYNTON BEACH MUNICll)AL BEACH, OCEANFRONT PARK LOCATED AT 6415 N. OCEAN BOULEY AIU), OCI~AN RIDGE, FLORIDA "Offers from the vendors listed herein are the only offers RFQ DUE DATE: DECEMBER 16,2008 received timely as of the above receiving date and time. RFQ DUE TIME: 2:30 P.M. All other offers submitted in response to this solicitation, RFQ # 015-2710-09/JA if any, are hereby ..ejected as late" ~___o_,.,~, -. VENDORS B & J CATERING, INC NORMAN LALONDE ULTIMATE CATERING LLL 2410 N. FEDERAL HIGHWA Y 2508 E. DUDLEY #B 70 I EAST COCO PLUM CIRCLE #6 DELRA Y BEACH, FL 33483 WEST PALM BEACH, FL 33415 PLANTATION, FL 33324 PH: (561) 276-7716 PH: (561) 642-6949 PH: (954) 588-1991 FAX: (561) 276-1799 FAX: (561) 964-0403 FAX: (954) 424-3232 ATTN: JAMES GUILBEAULT ATTN: NORMAN LALONDE A TTN: PETER TOROCSIK ORIGINAL AND FOUR (4) COPIES SUBMITTED ORIGINAL AND THREE COPIES ORIGINAL AND FOUR COPIES ORIGINAL AND FOUR COPIES _ ___h__ _._~___ _..____ ..~_u__>>____.._..._____'"" ..- u___. PROPOSAL PRICE $850.00 I ST YEAR $900,00 2ND YEAR $500.00 MONTHLY $650.00 MONTHLY FOR $1,000.00 3RD YEAR $1,100.00 4TH YEAR FIRST TWO YEARS $1,200.00 5TH YEAR ------_..._----_._,.__.,-~~~---~.~"..-.- ""..~_._=---_.- -" -,- -,-.-"---.-- ----~- --.---.-....-. -"...~- QUALlfIER'S ACKNOWLEDGEMENT SUBMITTED YES YES YES ....- ,.~-----_._-_. STATEMENT OF QUA LIFICATIONS SUBMITTED YES YES YES -- -----~-- - --..-.--...- ---- -'~- ...- ANTI-KlCKBACK SUBMITTED YES YES/NOT NOTORIZED YES OR SIGNED ~-- ....~~------------_.._-- --------- --."--- - ~~--~---,_._..,.~.-~."-----'-''''-----'- .-.-..- -.-------..-.--- NON.COLLUSION AFIFIDA VII I OF PRIME PROPOSER YES YES/NOT NOTaRIZED YES ! ---.-,---.-.. - ......-...-_.._.~_.-- ._..__..____m__ ---'''- -----~_. .... ~ .~._---_..._- .. -.-.---.......-. .-..---. ~ CONFIRMATION OF MINURITY OWNED BUSINESS SU13MITTED 'lES/NOT A MINORITY NO YES/NUT A MINORITY OWNED BUSINESS OWNED BUSINESS [ .,.,__.u...___...._.__ _ ,__ __ --.-. ~--_._.__.- --.-.---.------..-- -_..._'--~ ..,..... "'..--.-...-----.- ('()NFIRMATION OF [)IUIU FIU:c WORKPLACE SUBMITTED YES YES YES I ! HF~br: 'd~'l\r"~ II. ASL r (J!\ (,i }NC[~;r,(( H\l UflEh,. }N~; A f flU y N I uN-BEACH MUNICIPAL REAU f THREE YEAR LEASE FOR CONCESSION OPERATIONS AT BOYNTON BEACH MUNICIPAL BEACH, OCEANFRONT PARK LOCATED AT 6415 N. OCEAN BOULEVARD, OCEAN RIDGE, FLORIDA "Offers from the vendors listed herein are the only offers RFQ DUE DATE: I>ECEMBER 16,2008 received timely as of the above receiving date and time. RFQ DUE TIME: 2:30 P.M. All other offers submitted in response to this solicitation, RFQ # 015-2710-09/JA if any, are hereby rejected as late" VENDORS B & J CATERING, INC NORMAN LALONDE UL nMA TE CATERING LLL 2410 N. FEDERAL HIGHWAY 2508 E, DUDLEY #B 70 I EAST COCO PLUM CIRCLE #6 DELRA Y BEACH, FL 33483 WEST PALM BEACH, FL 33415 PLANT A nON, FL 33324 PH: (561) 276-7716 PH: (561) 642-6949 PH: (954) 588-1991 FAX: (561) 276-1799 FAX: (561) 964-0403 FAX: (954) 424-3232 ATTN: JAMES GUILBEAULT ATTN: NORMAN LALONDE ATTN: PETER TOROCSIK BIDDER'S SITE INSPECTION CONFlRMA nON SUBMITTED YES YES YES SCHEDULE OF SUBCONTRACTORS SUBMITTED YES/NA YES/NA YES/NA COMMENTS REFERENCES SUBMITTED REFERENCES SUBMITTED MENU/PRICING SUBMITTED MENU SUBMITTED EXPERIENCE LISTED THREE YEAR LEASE FOR CONCESSION OPERA, ,JNS AT BOYNTON-BEACH MUNICIPAL BEACH QUALIFIER ACKNOWLEDGEMENT Submit RFQ's To: PROCUREMENT SERVICES 100 E. Boynton Beach Boulevard P.O. Box 310 Boynton Beach, Florida 33425-0310 Telephone: (561) 742-6322 Broadcast Date (City): November 10, 2008 RFQ Title: RE-BID FOR A"TWO-YEAR LEASE FOR CONCESSION OPERATIONS AT BOYNTON BEACH MUNICIPAL BEACH, OCEANFRONT PARK" LOCATED AT 6415 N. OCEAN BOULEVARD, OCEAN RIDGE, FLORIDA RFQ Number: 015-2710-09/JA RFQ Received By: DECEMBER 16, 2008 NO LATER THAN 2:30 P.M. (LOCAL TIME) RFQ's will be opened in Procurement Services unless specified otherwise. RFQ receiving date and time is scheduled for: DECEMBER 16, 2008 NO LATER THAN 2:30 P.M. (LOCAL TIME) and may not be withdrawn within ninety (90) days after such date and time. All awards made as a result of this RFQ shall conform to applicable sections of the charter codes of the City. +3 ."IDc. Name of Vendor: \ Federal LD. Number: ;)bb- 71'-/ 77 J A Corporation of the State of: floriJ~ -.-.--.... Area Code: Sbl Telephone Number: Jib- 77/fo -- Area Code: 510 \ F AX Number: :J.. '7 b - I 7 'fer Mailing Address: ~'-\\\) ~. fe~ec:~\ City/State/Zip: ~e\\f\,"" bc-~ ~ ~ 1'6 ~ \ Vendor Mailing Date: .- Name Typed 17 THIS PAGE TO BE SUBMITTED ALONG WITH RESPONSE ADDENDA CITY OF BOYNTON BEACH FLORIDA RFQ TITLE: 1eCU'.h 5hAe-J( ] t1 r- QUALIFIER: flf;e-~ CA1L'-iV'-j &J ~~eri':J~(ff DATE SUBMITTED: l~" 1 h--08 We propose and agree, if this submittal is accepted, to contract with the City of Boynton Beach, in the Contract Form, to furnish all material, equipment, machinery, tools, apparatus, means of transportation, construction, coordination, labor and services necessary to complete/provide the work specified by the Contract documents. Having studied the documents prepared by: -:rC\~e,S C~v\ Lbe~(t (Name of Project Manager/Architect/Consultant) and having examined the project site (when indicated in these specifications to do so), we propose to perform the work of this Project according to the Contract documents and the following addenda which we have received: ADDENDUM DATE ADDENDUM DATE 18 THIS PAGE TO BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE STATEMENT OF QUALIFICATIONS Each qualifier proposing on work included in these General Documents shall prepare and submit the data requested in the following schedule of information. This data must be included in and made part of each RFQ document. Failure to comply with this instruction may be regarded as justification for rejecting the RFQ response. * attach additional sheets giving the information 1. Name of Qualifier: E II. I ~ \.:S\"~ "b""'S ~cdPri h511 nc. II , c... 5' 2. Business Address: d- L{ (D J\S. fe:~e~ f\ \ \\wl_~ Ve.\ (' ~.I\ ~c-~ F\. 33i1?3 \ 3. VVhenOrganized: /'1'35' 4. VVhere Incorporated: .J)clt 1\4 ~ \ 'f L 5. How many years have you been engaged in business under the present firm name? ;23 6. General character of work performed by your company. Cqie.ri'j - 'Fooc{ Se \" \/ ; c... e.. . 7. Enclose evidence of possession of required licenses and/or business permits. 8. Number of employees. JD 9. Background and experience of principal members of your personnel, including officers, * 10. Bonding capacity. 11. Have you ever defaulted on a contract? If so, where and why?* NO ----- 19 THIS PAGE TO BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPT ABLE 12. Experience in performance of work similar in importance to this project. Proj ect $ Value con[t Name l Phone # S/"'IAJ ( ~ ,/ /fL 13+ c-~nj, nc. ~ es P-.//~ 252 b976 I ~s 'l~ ~ytC2 ~ 13. Contracts on hand. * 14. List all lawsuits (related to similar projects) or arbitration to which you have been a party and which: * tvi ()~ 1) arose from performance: * 2) occurred within the last 4 years: * 3) provide case number and style: * Dated at: this \ tp day of \)t:tbtv\ \ob'" 200~ By: ~~ 1~ (written signature) Name: .)AI'f~ j GVI'1 bCAv/ r (printed or typed) Title: (] 0/VV' 20 TffiS PAGE TO BE SUBMITTED ALONG WIm RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE ANTI-KICKBACK AFFIDAVIT STATE OF FLORIDA ) : SS COUNTY OF PALM BEACH ) I, the undersigned hereby duly sworn, depose and say that no portion of the sum herein submitted will be paid to any employees of the City of Boynton Beach as a commission, kickback, reward of gift, directly or indirectly by me or any member of my firm or b an fieer of the corporation, By: SIGNATURE Sworn and, subscribed befo~e r) this / b day of '-'-<,.-V-u, A..P.-J ,200 J Printed Information: ~ - C (,f 'lLy,j/ L) ~Y'1t'j J NAME c) tv Vl- 't- n - k _ L YL- TITLE ~(I-'rC a:f~1 njJlnc NOTARY PUBLIC, State ofPlorida at Large II I e5 (/)1 U'~ . ",lIl1ll" Stephanie B Kahn COMP ANY 4-- ","~!,:~ ~flc9."~ . !~'A'~1CommiSSion #DD432264 ::"', '",,-. Y 22 ?OO9 ~':1:'" ."~.: ExplIes: MA , - o;.~'",~, ....",?,~I~"" www.AARONNoTARY,com "OFFICIAL NOTARY SEAL" STAMP 21 THIS PAGE TO BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPT ABLE NONCOLLUSION AFFIDAVIT OF PRIME QUALIFIER State of f\or ~d ) County of Vo\<<\ ~dc:..~ ) r;:- G-vC "I beAv I I- i.) ~f1e) , being first duly sworn, deposes and says that: lIte! 2t~;5Jh ~ ~e qualifi~ 1) He is o {Ai vt-.I!/ of (Title) (Name ofCorporati or Firm) has submitted the attached RFQ: 2) He is fully informed respecting the preparation and contents of the attached submittal and of all pertinent circumstances respecting such submittal; 3) Said RFQ is genuine and is not a collusive or sham RFQ; 4) Further, the said qualifier nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other qualifier, firm or person to submit a collusive or sham RFQ in connection with the Contract for which the attached RFQ has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other qualifier, firm or person to fix the price or prices in the attached RFQ or of any other qualifier, or to fix any overhead, profit or cost element of the RFQ price or the RFQ price of any other qualifier, or to secure through an1; collusion, conspirac , connivance or unlawful agreement any advantage against the C ( ",;1 (Local Public Agency) or any person interested in the proposed Contract; d 5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the qualifier or any of its agents, representatives, owners, employees, or parties in interest, inc uding this affiant. (Signed) (Title) Subsc~~ed and sworn to rfore me , ~ / \l v n ,""'111 e+. t... . D K h This I b day of >>,(l/c..v~ , 20~ ~' ~'- ,"~'!''!,':i!;''" .:nepuame .' 3un My commission expires )1..(l.('j) "1 X4J f' -0 ~--e, {~'A'~~COmmiSSioD #DD432264 -;~, '~'::Exp' MAY 22 20"'9 -:"'V/;'.,,,,,~~ ITes: ,U , I.' I ' ",f,f,~,~\\" WWW.AARONNOTARY.com 22 THIS PAGE TO BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE CONFIRMATION OF MINORITY OWNED BUSINESS A requested form to be made a part of our files for future use and information. Please fill out and indicate in the appropriate spaces provided which category best describes your company. Return this form with your bid proposal sheet making it an official part of your bid response. Is your company a Minority Owned Business? ~ Yes N/ " 0 If Yes, please indicate by an "X" in the appropriate box: ( ) AMERICAN INDIAN ( ) ASIAN ( ) BLACK ( ) HISP ANIC ( ) WOMEN ( ) OTHER (specify) ( ) NOT APPLICABLE Do you possess a Certification qualifying your business as a Minority Owned Business? YES NO --"--.. --~_._- If YES, Name the Organization from which this certification was obtained and date: Issuing Organization for Certification Date of Certification 23 TillS PAGE TO BE SUBMITTED ALONG WITH RESPONSE CONFIRMATION OF DRUG-FREE WORKPLACE IDENTICAL TIE SUBMITTALS Preference shall be given to businesses with drug-free workplace programs. Whenever two or more submittals which are equal with respect to price, quality, and service are received by the City of Boynton Beach or by any political subdivision for the procurement of commodities or contractual services, a submittal received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie submittals will be followed if none of the tied vendors have a drug- free workplace program. In order to have a drug-free workplace program, a 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 submittal a copy ofthe statement specified in subsection (1). 4) In the statement specified in subsection (1), notify the employee that, as a condition of working on the commodities or contractual services that are under submittal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than 5 days after such conviction. S) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. ~e 24 THIS PAGE TO BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE BIDDER'S SITE INSPECTION CONFIRMATION Check One: cgj NON-MANDATORY D MANDATORY RFQ TITLE: RE-BID FOR A"TWO -YEAR LEASE FOR CONCESSION OPERATIONS AT BOYNTON BEACH MUNICIPAL BEACH. OCEANFRONT PARK" LOCATED AT 6415 N. OCEAN BLVD. OCEAN RIDGE. FL. RFQ NUMBER: 015-2710-09/JA DATE: as an authorized representative of: (Name and Title of Representative) (hereinafter called the bidder) located at (Name of Company) and that said Company Address bidder has visited the site of the work and has carefully examined the plans and specifications for said project and checked them in detail before submitting his bid or proposal. DATE OF INSPECTION COMPANY SIGNATUREITITLE ---- --- 0 PRESENTA TNE SI TURE FOR MANDATORY ONLY 25 TillS PAGE TO BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SCHEDULE OF SUBCONTRACTINGIMINORITY BUSINESS ENTERPRISE (MBEIWBE) PARTICIPATION BIDDERS ARE TO SUBMIT A DETAILED LISTING OF ANY SUBCONTRACTOR(S) PARTICIPATION OF ANY PORTION OF THIS PROJECT FOR ANY REASON. RFQ TITLE: "RE-BID FOR A TWO-YEAR LEASE FOR CONCESSION OPERATIONS AT BOYNTON BEACH MUNICIPAL BEACH, OCEANFRONT PARK" LOCATE)) AT 6415 N. OCEAN BOULEVARD, OCEAN RIDGE, FLORIDA RFQ#: 015-2710-09/JA MAIN CONTRACTOR NAME: *MINORITY TYPES: (1) BLACK; (2) HISPANIC; (3) WOMEN; (4) OTHER (specify) MINORITY NAME/ADDRESS/ PHONE OF TYPE OF WORK STATUS TYPE CERTIFIED DOLLAR %OF SUBCONTRACTOR TO BE 4 4 *(see key 4 4 AMOUNT TOTAL PERFORMED Yes No below) Yes No 0 rt- 26 IF YOU ARE NOT SUBMITTING A RESPONSE FOR THIS PROJECT, PLEASE COMPLETE FORM AND RETURN TO PROCUREMENT SERVICES Proposal Review Score Sheet Request for Qualifications Firm Name: Proposal Evaluation Criteria Weight *Rating Weighted Rated Experience 2 X Sample Menu -Food Selections 1 X Sample Menu - Pricing 1 X Taste Testing 1 X Ability to furnish all equipment necessary to operate concession as specified in RFQ 2 X Successful Submittal of Five Current Business References 1 X Proposed Price 2 X {tSOO c/ f (/ H(j~ Maximum score possible is 50 ll.r{}U'1~ CeYlt~ *Rating fijl!-/l 6~ 5c~ t fb/JVt2 5 Excellent 4 Good C dy ~/'tf3 v> o(iY <<. (b"'frl-.. (bUJ6l 3 Acceptable 1-2 Poor f.> h- a~ {J4M0'"t- # Co~cc- o Unacceptable >/vlY'cA C/"~veL- f)€-(~ G~~L Committee Member COMMENTS: ,-_.-._,. .....~ 9 --- 4~ ~uua ~o:u~ Ellie's Catering 15612761799 p.1 - . . THE '.AND DOLI-All C4rr~ .... L,": ' , '. " ...." ',' .. ,: "'. :'.'", :'.... '" . ... '" . '::: ':. " ."'h.' ...... .:.. . . .... .... ...! .. ............. ..... ...... ...... .'. .. .... ,. ...... ..... . ......... .. '. ..... ..... . '.. "~ . DELI SANDWICHES . GRILL ITE'MS TURKEY BREAST., $6.00 :HOT,DOG $3.00 . HAM & SWISS $6.00 :dilUDOG $4~OO . . . ALBACORE TUNA~.OO' . BREAKFAST SANDWICH, ,$3..00 CHICKEN 'SALAD .$6"00 . . BREAKFAST SANDWICHW/Harn$4~Oo vEGGIE WRAP $6.()O : SOUP & SALADS . Fg.ES;H,~RDENWrIUNA h . 'ORCHICKENSA~LAD "'$7..00. .' ,,": ",..:' " '. '..,., .i'~W~la<eNCAESAR . $700: . " -.' :, . , .'.....~~~. ':S?UP'OF-FHED.t\.Y '$3400 . f(IU. . $3~on. .:.SNAcKS' ,'&'SfbES. . . . . . , NAc:HOS& CHEESe $2.;99 'CfuP$. $1.00 ' , .'.. ,,'. . C':A.NDY:aARS ~l.;OO " '" . ';. :P()PS1CLE' $1.00 ' . - "," ICE.CREAM BAR $2.;50 , , . " ' . ." ~ . . ,~";" ,~-, " ;' .' L ,__ _'_ ,. ,. '-'..~ ~_..."~-=...~.:; !:. I I ie' s_C..a_ t e!,..~ n g 1 56 1 ,='~' E) 1 "8 c BEACH CONSESSION INVENTORY --_...__.~----_._-------- -----...--- -.---+. ----_.._.__._.-.---_..~-_._~~----- ,.-- Metal Tables I 2 --u_~----t------- Cash Register 1 -- Assorted Baskets for Display i 7 Salad Bar I 1 -t----- Coolers 2 ! Crock Pot ' 2 .._.-L-_.___ Coffee Maker 2 --1---____ Coffee Warmer I 21 Large Metal Shelf --.. Iii I j Pitchers I 3 Hot Dog Cooker 'j !-j Electric Grill I 11 The City of Boynton Beach Procurement Services 100 E. Boynton Beach Boulevard Po. Box 310 Boynton Beach, Florida 33425-0310 Telephone No: (561) 742.6310 FAX: (561) 742.6316 February 24, 2009 B & J Catering, Inc. 2410 N. Federal Highway Delray Beach, Fl 33483 Attn: James Guilbeault RE: "THREE YEAR LEASE FOR CONCESSION OPERATIONS AT BOYNTON BEACH. MUNICIPAL BEACH. OCEANFRONT PARK" LOCATED AT 6415 N. OCEAN BOULEVARD. OCEAN RIDGE. FLORIDA BID#: 015-2710-09/JA Dear Mr. Guilbeault: At the City Commission meeting of February 17, 2009, the "Three Year Lease for Concession Operations at Boynton Beach, Municipal Beach, Oceanfront Park" Located at 6415 N. Ocean Boulevard, Ocean Ridge, Florida was awarded to your company. As stipulated within the Bid specifications, your company's original Certificate of Insurance is to be provided to our Risk Management Department at your earliest convenience, naming the City as additional insured. "-- The original Contract is enclosed for your execution and has been signed on behalf of the City, Please sign where indicated and return the original document to this office as soon as possible. If you should have any questions regarding this bid, please feel free to contact Janet Allen, Buyer, at (561) 742-6322, Enclosure - Agreement cc: Wally Majors - Recreation and Parks Director Jody Rivers - Parks Superintendent Central File File The City of Boynton Beach PROCLR.EJlvIE}VT SER11( 'h'/:; 1()() fe', B01rNTON BEA CH JJO CrLl!.TARD P. O. BOX .'110 Bo}r"V7'ON BEACH, FLURIfJA :33425-0310 7'ELllPHUc\Ut ;VO: (!J()]) 742-lf:J10 Y1X: (561) 7.:J2-(i;U (i February 24, 2U09 Ultimate Catering, LLL 701 East Coco Plum Circle #6 Plantation, FI 33324 Attn: Peter Torocsik RE: "THREE YEAR LEASE FOR CONCESSION OPERATIONS AT BOYNTON BEACH, MUNICIPAL BEACH, OCEANFRONT PARK" LOCATED AT 6415 N. OCEAN BOULEVARD, OCEAN RIDGE, FLORIDA BID #: 015-2710-09/JA Dear Mr. T oroscik: At the City Commission meeting of February 17, 2009, the bid for "THREE YEAR LEASE FOR CONCESSION OPERATIONS AT BOYNTON BEACH, MUNICIPAL BEACH, OCEANFRONT PARK" LOCATED AT 6415 N. OCEAN BOULEVARD, OCEAN RIDGE, FLORIDA" was awarded to B & J Catering, Inc. of Delray Beach, Florida. We thank you for your response to this bid. Enclosed is a copy of the tabulation sheet for your information. If you have any questions regarding this Bid, please call Janet Allen, Buyer. at !56l) 742-6322 Sincerely, Carol Doppler, CPPB Purchasing Agent iJa Enclosure: Tabulation Sheet Cc: Central File File Fw: Ultimate catering LLC . 'rotesting against this unlawful contrac' 'ward (Bid # 015-... Page lof3 , . YA:aOO!~) M~3!~ Fw: Ultimate catering LLC is protesting against this unlawful contract award (Bid # 015-2710-09/JA and Bid # 018-2821-09/JA) Wednesday, March 4,200912:51 PM From: "Peter Torocsik" <torocsikpeter@yahoo,com> To; bressnerk@bbfl.us Dear City Manager, Please, see forwarded email! Thank You! Peter Torocsik 561-929-9899 --- On Wed, 3/4/09, Peter Torocsik <torocsikpeter@yahoo.com>wrote: From: Peter Torocsik <torocsikpeter@yahoo,com> Subject: Ultimate catering LLC is protesting against this unlawful contract award (Bid # 015-2710- 09/JA and Bid # 018-2821-09/JA) To: PyleJ@bbfl.us, CherofJ@bbfLus, SwansonL@bbfl.us, RiversJ@bbfLus, AllenJ@bbfl.us, DopplerC@bbfl,us, nemeslola@yahoo.com Date: Wednesday, March 4, 2009, 12:44 PM Via Certified Mail Ultimate catering LLC 701 East Coco Plum Circle # 6 ~!~:~!~:![9:0:~:E. ~;::~~:??~.................. City of Boynton Beach Purchasing Department Purchasing Agent Janet Allen Dear Madam, Dear City Manager, and Dear City Attorney, Ultimate catering LLC protest against the City contratc award of Bid # 015-271 0-09/JA The reasons are the following: 1. The City of Boynton Beach issued an RFP in 2008 May 087-2710-08/JA After a couple of months it was cancelled 4 company proposed. B & J Catering did not propose at this time, Ultimate Catering LLC spokesman, James Cowen, :??1.~~:??:.1.?9.~ called and several times spoke with Janet Allen purchasing agent regarding the outcome. Janet Allen told that the City of Boynton Beach cancelled the RFP because the City wants to put out a new bid where the Beach location and the Library Cafe will be in the same bid, jointly. It is never happened I 2. Instead City of Boynton Beach is issued the second time and RFQ 015-271 0-09/JA for the Beach location only, The second time 3 company proposed. B & J proposed this time. The RFQ opening day was December 16, 2008, http://us.mc65 6 . mail. yahoo .com/me/ showMessage ?fid=Sent&sort=date&order=down&start... 3/4/2009 h,{: Ultimate catering LLC i -otesting against this unlawful contrac' vard i Bld ti' (; l';'" lJagc 3 The City of Boynton Beach signed a short term agreement for the Beach location with James Guilbeault. There is no compay name was included in the agreement This short term contract was never advertised to anyone, even dough all of the proposers would be happy to provide sences at the Beach for City of Boynton Beach. The contract got Into someone hand who did not even proposed for itl On November 25.2008 the City of Boynton beach commission awarded the short term agreement to B & J without any knowledge about the proposed materials and any information about B & J background 4 On February 24, 2009 City of Boynton Beach sent us their letter which said that B & J won the contract. Ultimate catenng LLC received this letter on February 27, 2009 5. City of Boynton Beach purchasing department recommended teh beach location for B & J for THREE years lease, Which is a suprise because in the RFQ there was only TWO year lease offered 5 Ultimate Catering LLC protest on March 3, 2009 Ultimate Catering LLC is protest becasue this hole process is not ethical and corrupt! a. B & J proposal has fabricated pages. (Page 17,18,19,20,21, and 22). It is evident that the notary signature initial was forged by someone on the parts where Ellies Catering was crossed out and B & J was written out. b B & J owner, James Guilbeault made false statements on pages which was notarized (page 21, 22) or James Guilbeult fabricated the pages after those pages were signed by Notary, Stephanie Kahn, Recording Secretary. c B & J has no letter of transmittal d. B & J had no reference listed e. B & J had no menu listed f B & J had no prices listed g. B & J had no experience listed h. Proposed price ( $ 500) by B & J is less than a half copare it to Ultimate Catering LLC proposed price( $ 850-1200) City of Boynton Beach will lose approximately $ 30,000.00 by chosing B & J. so the taxpayers will lose this money too I B & J qualifier acknowledgement has FALSE information For example, if you call the listed phone number you get a different catering company (Ellie's) j B & J statement of qualification includes FALSE information. For example, B & J was organized In 2007, August 20. NOT in 19851 In addition, if B & J was organized in 2007 than this company cannot been for engaged in business 23 years under the present firm name Moreover on the next page the experience in years increase from 23 years to 35 k B & J Anti-Kickback has FALSE information James Guilbeaut notarized that he IS the owner of Ellies catering. Which is not true ! B & J Noncollusion has FALSE information. James Guilbeaut notarized that he is the owner of Ellles catering. Which IS not true. m B & J confirmation of minority owned business clearly sad that B & J is NOT a minority owned bUSiness It is a suprise that on the tabulation sheet provided by Carol Doppler does not say thatl It IS obvious that there was no responslbel evaulatlon committee and procuI'ement. so nobody check anything at alii No background, no requirements no reference. nothing" B & J got this contract by someone whose hand is a lettle bit longer than an average citizens! Please find this person and FI RE him or her! You can start by looking after Greater Boynton Beach Chamber of Commerce, Inc. They are a http://us.mc65 6 .mai 1. yahoo. com/mci showMessage?ti d=Sent&sort=date&order=do wn& start. ., -' 14(2009 Fw: Ultimate catering LLC. ryrotesting against this unlawful contrar' ~ward (Bid # 015-... Page 3 of3 Non-profit organization and James Guilbeault is one of the officer/director in this company, Do you think he is a qualified Hot-Dog vendor or something else? After that please apologize to us because your city violated our human rights! Sincerely, ~ Peter Torocsik 561-305-8646 C.c.: City Manager - Kurt Bressner City Attorney - James Cherof http://us,mc65 6 . mail. yahoo . com/me/ showMessage?fid=Sent&sort=date&order=dovvn&start... 3/4/2009 Swanson, Lynn From: Swanson, Lynn Sent: Tuesday, March 24, 2009227 PM To: 'torocsikpeter@yahoo.com' Gc: Bressner, Kurt; LaVerriere Lon, Doppler, Carol. Rivers, Jody Subject: Ultimate Catering, LLC - Bid Protest Attachments: KMBT35020090324231 018 pdf ~ KMBT35020090324 231018,pdf (307." Mr. Torocsik: At the request of the City Attorney I am forwarding to you the attached letter regardIng your bid protest, The letter is also being sent to you through the D.S Ivlail, Lynn Swanson Paralegal City of Boynton Beach 100 E. Boynton Beach Blvd, Boynton Beach, FL 33425 (561) 742-6053 (561 ) 742-6054 - Fax SwansonL@bbfl,us The City of Boynton Beach OFFICE OF THE CfTY.4ITORNEY 100 E, Boynton Belich Bou!tlvllrd Po. Bo.~ .110 Boynton Beach. Florida 33425'0:110 (56J) 742-6060 FAX' (56!) 742'6054 March 24, 2009 Via Regular Mail and e-mail to: torocsikpeter@yahoo.com Mr. Peter Torocsik Ultimate Catering, LLC. 70] East Coco Plum Circle, #6 Plantation, FL 33324 Re: Bid Protest - March 4, 2009 RFQ #015-271 0-09/JA Dear Mr. Torocsik: I am writing to you at the direction of the City Manager who has authorized me to render a decision to you regarding your March 4, 2009 e-mail correspondence in which you indicate that you are protesting the City Contract award of Bid #0] 5-271 0-09/JA. By way of background, the City Commission awarded a Lease for Concession Operations at Boynton Beach Oceanfront Park to B & J Catering Inc., of Oelray Beach, Florida. Ultimate Catering, LLC., was one of the unsuccessful bidders. I am acknowledging that your bid protest was timely. City records indicate that you were notified of the award on February 24, 2009. Under the protest procedures you had until March 5, 2009 to file your protest. Your protest was received on March 4, 2009. The substantive basis for awarding the contract to B & J Catering and rejecting your proposal is as set forth in the explanation section of the City of Boynton Beach Agenda Item Request Form which includes a determination by the review committee that B & J Catering was, overall, the most responsive, responsible concessionaire considering all review criteria. The Commission Agenda Item Request Form is attached as Exhibit "A". The Committee's evaluation criteria which was relied upon by the City Commission is attached as Exhibit "B". Pursuant to the Bid Protest procedures you have the right to appeal this decision to the City Commission provided you do so within three days of the date of this decision. If you appeal the decision the City Commission, within thirty days of this response, shall consider your protest. If you appeal, your appeal will be placed on the City Commission agenda for April 7, 2009. America's Gateway to the Gulfstream The City of Boynton Beach OFFICE OF THE CfTYA 7TORNErT 100 E. Boynton Beach Boulevard Po. Box 310 Boynton BefJe'h, Florida 33425,0310 (561) 742'605U FAX (561) '74:?6(154 If you have any additional questions regarding this award please do not hesitate to contact me. very~ James A. Chero~ City Attorney JAC/lms S,\CA \Bid Prolesl~'UlllmUle Caleringdoc cc: Kurt Bressner, City Manager Lori Laverriere, Assistant City Manager Carol Doppler, Purchasing Agent Jody Rivers, Park Superintendent America's Gateway to the GulfstreaJJl VI.-CONSENT AGENDA ITEM 8.4 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM Requcsted City Commissicm Date Final Fonn Must be Turned Requested City Commission Dale Final Form Must be Turned MeetinJ!. Dates in 10 City Clerk '5 Office Mcetine Date:J in to City Clerk 's Offi\;e o December 16.2008 December 1,2008 (Noon) t8l February 17. 2009 February 2. 2009 (Noon) o January 6.2009 December 15.2008 (Noon) o March 3, 2009 Feblllary 17. 2009 (Noon) o January 20, 2009 January S, 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 AnnouncementslPresentations 0 City Manager's Report NA TURE OF 0 Administrati ve 0 New Business AGENDA ITEM C8'J Consent Agenda 0 Legal 0 Code Complianoc: & Legal Settlements 0 Unfinished Business 0 Public Hearing 0 RECOMMENDATION: A motion to award the "THREE YEAR LEASE FOR CONCESSION OPERATIONS AT BOYNTON BEACH, OCEANFRONT PARK LOCATED AT 6415 N. OCEAN BOULEVARD, OCEAN RIDGE, FLORIDA" RFQ# OI5-27JO-09/JA to B & J CATERING, INC" OF DELRAY BEACH, FLORIDA. Lease payments provided to the City of Boynton Beach in the amount S500.00 per month. EFFECTIVE DATE OF LEASE: February 18,2009 to February 17,2012 EXPLANATION: On December 16, 2008, Procurement Services opened and tabulated three (3) proposals for tbe "THREE YEAR LEASE FOR CONCESSION OPERATIONS AT BOYNTON BEACH, OCEANFRONT PARK LOCATED AT 6415 N. OCEAN BOULEVARD, OCEAN RIDGE, FLORIDA. An evaluation committee WIS formed and reviewed all proposals. The committee consisted of: Jody Riven, Parla Superintendent, Wally MaJon, Recreation and Parks Director and Thomas Mahady, Ocean Rescue Chief. A numerical scoring system was utilized to evaluate each proposal against requirements established in the RFQ (see attached). There were no current references for Norman Lalonde, nor were there any breakfast items on his menu. Ultimate Catering's references were not satisfactory. Therefore it was determined tbat B&J catering was the most responsive, responsible concessionaire tbat met all criteria. . B& J Catering currently has a temporary contract to operate tbe beach concession and the City Is receiving positive feedback. They are already equipped so there will be no interruption In service. ThIs Is especially important during the tourist season. The provisions of this bid award will allow for two (2) additional two (2) year extensions at the same terms, conditions, and prices subject to vendor acceptance, satisfactory performance and determination that tbe renewal is in the best interest of the City. PROGRAM IMP ACT: The purpose of this RFQ was to seek qualifications from qualified Concenionaires Interested in operating the concession operations lit the Boynton Bea('h Municipal Beach, Oceanfront Park. FISCAL IMPACT: Agreement will generate revenue ors500.00 monthly for the City's General Fund. A L TERNA TIVES: Not to approve agreement and not provide concession services at the Oceanfront Park. S.\BULLETTN\FORMSIAGENDA ITEM REQUEST FORM.DOC C Wally Majors - Recreation and Parks Director Jody Rivers - Parks Superintendent file E-xfl- /13 / r 1';1 II CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM ) ~~- - I ~l City Manager's Signature ~~~~ --~.- - .-~ - S \BULLETfN\FORMSIAGE!'JOA ITEM REQUEST FORM DOC C Wall)' Majors - Recreafion and Parks Director .Iady RIVers Parks SUrenrltenOcllt File THREE YEAR LEASE FOR CONCESSION OPERATIONS AT BOYNTON BEACH MUNICIPAL BEACH, OCEANFRONT PARK LOCATED AT 6415 N. OCEAN BOULEVARD, OCEAN RIDGE, FLORIDA "Offers from the vendors listed herein are the only offers RFQ DUE DATE: DECEMBER 16, 2008 received timely as of the above receiving date and time. RFQ DUE TIME: 2:30 P.M. All other offers submitted in response to this solicitation, RFQ # 015-2710-09/JA if any, are hereby rejected as late" VENDORS B & J CATERING, INC NORMAN LALONDE ULTIMATE CATERING LLL 2410 N. FEDERAL HIGHWAY 2508 E. DUDLEY #B 701 EAST COCO PLUM CIRCLE #6 DELRA Y BEACH, FL 33483 WEST PALM BEACH, FL 33415 PLANTATION, FL 33324 PH: (561) 276-7716 PH: (561) 642-6949 PH: (954) 588-1991 FAX: (561) 276-1799 FAX: (561) 964-0403 FAX: (954) 424-3232 ATTN: JAMES GUILBEAULT A TrN: NORMAN LALONDE A 1TN: PETER TOROCSIK " " ORIGINAL AND FOUR (4) COPIES .:c SUBMITTED ORIGINAL AND THREE COPIES ORIGINAL AND FOUR COPIES ORJGlNAL AND FOUR COPIES - PROPOSAL PRICE $850.00 1 ST YEAR $900.00 2ND YEAR ~ $500.00 MONTHLY $650.00 MONTHLY FOR $1,000.00 3RD YEAR $1,100,00 4TH YEAR -...... FIRST TWO YEARS $1,200.00 5TH YEAR ~ QUALIFIER'S ACKNOWLEDGEMENT ...... ~ SUBMlTTED YES YES YES STATEMENT OF QUALIFICATIONS ~ SUBMITTED YES YES YES ^- NT I-KICKBACK JBMITTED YES YES/NOT NOTORIZED YES OR SIGNED NON.COLLUSION AFFIDAVIT OF PRIME PROPOSER YES YESINOT NOTORIZED YES CONFIRMA TION OF MINORITY OWNED BUSINESS SUBMITTED YESINOT A MINORITY NO YES/NOT A MINORITY OWNED BUSINESS OWNED BUSINESS CONFIRMATION OF DRUG FREE WORKPLACE SUBMITTED YES YES YES THREE YEAR LEASE FOR CONCESSION OPERATIONS AT BOYNTON BEACH MUNICIPAL BEACH, OCEANFRONT PARK LOCA TED AT 6415 N. OCEAN BOULEVARD, OCEAN RIDGE, FLORIDA "Offers from the vendors listed herein are the only offers RFQ DUE DATE: DECEMBER 16, 2008 received timely as of the above receiving date and time. RFQ DUE TIME: 2::J0 P.M. All other offers submitted in response to this solicitation, (U'Q # 015-2710-09/JA if any, are hereby rejected as late" !VENDORS B & J CA TERlNG, INC NORMAN LALONDE ULTIMATE CA TERING LLL 2410 N. FEDERAL HIGHWAY 2508 E. DUDLEY #B 701 EAST COCO PLUM CIRCLE #6 DELRA Y BEACH, FL 33483 WEST PALM BEACH, FL 33415 PLANTATION, FL 33324 PH: (561) 276-7716 PH: (561) 642-6949 PH: (954) 588-1991 I FAX: (561 )276-1799 FAX: (561) 964-0403 FAX: (954) 424.3232 1 A TTN: JAMES GUILBEAULT ATfN: NORMAN LALONDE ATTN: PETER TOROCSIK IBIDDER'S SITE INSPECTION CONFIRMATION I SUBMfrrED YES YES YES I --.-----------. .-. ---. ,.. --.--....--.-.---- ...- .-..'--- -..-- . .--.--- .. ._-- SCHEDULE OF SUBCONTRACTORS SUBMlTTED YESINA YESfNA YESfNA I I riMMENTS .. --._- .. --..- ,,-- REFERENCESSUBNOTTED REFERENCES SUBMITTED MENUIPRlCING SUBMITTED MENU SUBMITTED EXPERIENCE LISTED I I ! J 1__.... -....--,-..----.-..- --_._," Page 1 of2 Swanson, Lynn --. . _'~'~"'_'._."~'^W , ._.. _ .. ...^_,'~".""" _ ___.___ ~""._,,'-','-"-'..- From: Rivers, Jody Sent: Thursday, March 26, 2009 10:16 AM To: Swanson, Lynn Subject: FW Ultimate Catering, LLC - Bid Protest From: Peter Torocsik [mailto:torocsikpeter@yahoo.com] Sent: Thursday, March 26, 2009 10: 14 AM To: Swanson, Lynn Cc: Bressner, Kurt; LaVerriere, Lori; Doppler, Carol; Rivers, Jody Subject: Re: Ultimate Catering, LLC - Bid Protest Dear Lynn Swanson, Please forward the following email to the City Attorney! Thank You! Peter Torocsik 561-305-8646 Dear James A. Cherof, Ultimate Catering LLC APPEAL, and we want this unlawful and unethical decision seen by the City Commission on April 7, 2009. According to our conversation yesterday, you can see that you had no idea what you are talking about. You do not have the correct information in your hand! If you need our explanation in detail, than please allow us to provided it to you by tomorrow. See you on April 7,2009 at the City Commission! Sincerely, Peter Torocsik 561-305-8646 _u On Tue, 3/24/09, Swanson, Lynn <SwansonL@bbjl.us> wrote: From: Swanson. Lynn <SwansonL@bbfl.us> Subject: Ultimate Catering, LLC - Bid Protest To: torocsikpeter@yahoo.com Cc: "Bressner, Kurt" <BressnerK@bbfl.us>, "LaVerriere, Lori" <LaverriereL@bbfl.us>, "Doppler, Carol" <DopplerC@bbfl.us>, "Rivers, Jody" <RiversJ@bbfl.us> Date: Tuesday, March 24, 2009, 2:26 PM Mr. Torocsik: 3/26/2009 CITY OF BOYNTON BEACH, FLORIDA ADMINISTRATIVE POLICY MANUAL CHAPTER: 10 Purchasing Policy No. 10.14.01 SECTION: 14 Appeals and Remedies Page: 1 of 3 SUBJECT: 01 Bid Protests PURPOSE: To establish a procedure for a prospective bidder to protest a bid against the City. POLICY: Bid Protest any actual or prospective bidder, offeror, or contractor who is aggrieved in connection with solicitation or award of contract may protest in writing to the Purchasing Agent. Protesters shall file their written protests with the Purchasing Agent during normal business hours. Protests shall specifically describe the subject matter and facts giving rise to the protest. Protests shall be deemed effective on the date they are received by the Purchasing Agent. The Purchasing Agent shall immediately deliver the bid protest to the City Attorney with a memorandum setting forth the facts and circumstances surrounding the protest. The deadlines for filing bid protests are as follows: 1. If the protest relates to an invitation for bid or request for proposal, the protest shall be received prior to the bid submittal deadline date. 2. If the protest relates to any other matter relating to the bid, including, but not limited to, contract award, the protest must be received no later than seven (7\ regular business days after the date of notification of bid award by the Purchasing Agent. Decision: If the protest is not resolved by mutual agreement, the City Attorney, upon consultation with the Purchasing Agent, shall make a recommendation to the City Manager who shall issue a decision in writing, or direct the City Attorney to render a decision in writing to the protesting bidder, offeror, or contractor. The City Manager shall have the authority to settle and resolve a protest of an aggrieved bidder, offeror or contractor. actual or prospective, concerning the solicitation or award of a contract. The decision shall: 1. State the reasons for the action taken; and 2. Inform the protestor of its right to appeal as provided in this part. Policy No. 10.14.01 - Appeals and Remedies Page: 2 of 3 Notice of Decision: A copy of the decision under this section shall be mailed or otherwise furnished to the protestor and any other party intervening. Finalitv of Decision: A decision of the City Manager under this section shall be final and conclusive unless the protestor files a written appeal with the City Commission within three business days of the City Manager's decision. The City Commission within thirty (3D) days of the City Manager's response shall consider the protest. Failure to Follow Procedure: A protestor's failure to follow the protest procedure set forth herein shall render void any protest or claim brought by an aggrieved bidder, offeror, or contractor. Remedies for Solicitations or Awards in Violation of Law: Prior to bid openinQ or closinQ date of receipt of proposals: If prior to the bid opening or the closing date for receipt of proposals, the Purchasing Agent, after consultation with the City Attorney, determines that a solicitation is in violation of federal, state, or municipal law or ordinance, then the solicitation shall be canceled or revised to comply with applicable law. Prior to Award: If after bid opening or the closing date for receipt of proposals, but prior to the award of contract, the Purchasing Agent, after consultation with the City Attorney, determines that a solicitation or a proposed award of a contract is in violation of federal, state, or municipal law, or ordinance, then the solicitation or proposal award shall be canceled. After Award: If, after an award, the Purchasing Division, after consultation with the City Attorney, determines that a solicitation or award of a contract was in violation of applicable law or ordinance, then: 1. If the person awarded the contract has not acted fraudulently or in bad faith: a. The contract may be ratified and affirmed, provided it is determined that doing so is in the best interest of the City; or Policy NO.1 0.14.01 -Appeals and Remedies Page: 3 of :3 b. The contract may be terminated and the person awarded the contract shall be compensated for the actual costs reasonably incurred under the contract, plus a reasonable profit, but excluding attorney's fees, prior to the termination; or 2. If the person awarded the contract has acted fraudulently or in bad faith the contract may be declared null and void, if such action is in the best interests of the City. DEVELOPED BY: Purchasing Division EFFECTIVE DATE: February 1, 1998 Kerry Willis City Manager