Loading...
Agenda 11-17-15The City of Boynton Beach City Commission Agenda Tuesday, November 17, 2015, 6:30 PM Commission Chambers 100 E. Boynton Beach Blvd., Boynton Beach, FL 33435 Regular City Commission Meeting Boynton Beach City Commission Mayor Jerry Taylor (At Large) Vice Mayor Joe Casello (District IV) Commissioner David T. Merker (District 1) Commissioner Mack McCray (District 11) Commissioner Michael M. Fitzpatrick (District III) Lori LaVerriere, City Manager James Cherof, City Attorney Janet M. Prainito, City Clerk *MISSION* To create a sustainable community by providing exceptional municipal services, in a financially responsible manner. www. boynton- beach. org Page 1 of 412 WELCOME Thank you for attending the City Commission Meeting GENERAL RULES & PROCEDURES FOR PUBLIC PARTICIPATION AT CITY OF BOYNTON BEACH COMMISSION MEETINGS THE AGENDA: There is an official agenda for every meeting of the City Commissioners, which determines the order of business conducted at the meeting. The City Commission will not take action upon any matter, proposal, or item of business, which is not listed upon the official agenda, unless a majority of the Commission has first consented to the presentation for consideration and action. • Consent Agenda Items: These are items which the Commission does not need to discuss individually and which are voted on as a group. • Regular Agenda Items: These are items which the Commission will discuss individually in the order listed on the agenda. • Voice Vote: A voice vote by the Commission indicates approval of the agenda item. This can be by either a regular voice vote with "Ayes & Nays" or by a roll call vote. SPEAKING AT COMMISSION MEETINGS: The public is encouraged to offer comment to the Commission at their meetings during Public Hearings, Public Audience, and on any regular agenda item, as hereinafter described. City Commission meetings are business meetings and, as such, the Commission retains the right to impose time limits on the discussion on an issue. • Public Hearings: Any citizen may speak on an official agenda item under the section entitled "Public Hearings." • Public Audience: Any citizen may be heard concerning any matter within the scope of the jurisdiction of the Commission - Time Limit - Three (3) Minutes • Regular Agenda Items: Any citizen may speak on any official agenda item(s) listed on the agenda after a motion has been made and properly seconded, with the exception of Consent Agenda Items that have not been pulled for separate vote, reports, presentations and first reading of Ordinances - Time Limit - Three (3) minutes ADDRESSING THE COMMISSION: When addressing the Commission, please step up to either podium and state, for the record, your name and address. DECORUM: Any person who disputes the meeting while addressing the Commission may be ordered by the presiding officer to cease further comments and/or to step down from the podium. Failure to discontinue comments or step down when so ordered shall be treated as a continuing disruption of the public meeting. An order by the presiding officer issued to control the decorum of the meeting is binding, unless over -ruled by the majority vote of the Commission members present. Please turn off all pagers and cellular phones in the City Commission Chambers while the City Commission Meeting is in session. City Commission meetings are held in the Boynton Beach City Commission Chambers, 100 East Boynton Beach Boulevard, Boynton Beach. All regular meetings are held typically on the first and third Tuesdays of every month, starting at 6:30 p.m. (Please check the Agenda Schedule - some meetings have been moved due to Holidays/Election Day). Page 2of412 1. OPENINGS A. Call to Order - Mayor Jerry Taylor I nvocation Pledge of Allegiance to the Flag led by Vice Mayor Casello Agenda Approval: 1. Additions, Deletions, Corrections 2. Adoption 2. OTHER A. Informational items by Members of the City Commission 3. ANNOUNCEMENTS, COMMUNITY & SPECIAL EVENTS & PRESENTATIONS A. Proclaim Saturday, November 28, 2015 as "Small Business Saturday". B. City Hall will be closed for the Thanksgiving holiday on Thursday, November 26 and Friday, November 27, 2015. 4. PUBLIC AUDIENCE INDIVIDUAL SPEAKERS WILL BE LIMITED TO 3 MINUTE PRESENTATIONS (at the discretion of the Chair, this 3 minute allowance may need to be adjusted depending on the level of business coming before the City Commission) 5. ADMINISTRATIVE A. Appoint eligible members of the community to serve in vacant positions on City advisory boards. The following Regular (Reg) and Alternate (Alt) Student (Stu) and Nonvoting Stu (N/V Stu) openings exist: Building Board of Adjustments and Appeals: 1 Alt Golf Course Advisory Committee: 1 Alt Recreation and Parks Board: 1 Alt Senior Advisory Board: 1 Reg and 2 Alts 6. CONSENT AGENDA Matters in this section of the Agenda are proposed and recommended by the City Manager for "Consent Agenda" approval of the action indicated in each item, with all of the accompanying material to become a part of the Public Record and subject to staff comments A. PROPOSED RESOLUTION NO. R15-140 - Support Neighborhood Renaissance, Inc. applying to the State of Florida for its tax credit program, certifying that projects of the agency are consistent with the goals and objectives of the City of Boynton Beach's Housing Element of its Comprehensive Plan, Local Housing Assistance Plan, and its Community Development Consolidated Action Plan. B. PROPOSED RESOLUTION NO. R15-141 - Approve Boynton Village & Town Center Park Land Page 3of412 Swap Agreement and authorize the Mayor and City Clerk to sign the document. Applicant: Jeffrey R. Margolis, Esquire, Berger Singerman. C. PROPOSED RESOLUTION NO. R15-142 - Approve Interlocal Agreement with Boynton Village Community Development District. Applicant: City Initiated. D. Approve the piggyback of the Florida Sheriff's Association bid #15-13-0904, with Xylem Dewatering Solutions utilizing the same terms, conditions, specifications and pricing. This contract will be used for the purchase of a Godwin Dri-Prime pump at a cost of $25,980.80. E. Approve the list of surplus vehicle/equipment as submitted by the Public Works/Fleet Maintenance Division to be disposed of thru the auction process and authorize the City Manager to sign the auction agreement. F. Approve Change Order No. 1 in the amount of $10,178.00 for the emergency repair to a 8 -inch water main on SW 3rd Street and High Point Court for the Reclaimed Water Main Extension to High Point project, Bid No. 047-2821-15/KTR. G. Approve the minutes from the Regular City Commission meeting held on November 3, 2015. H. Accept the written report to the Commission for purchases over $10,000 for the month of October 2015. Approve the extensions for RFPs/Bids and/or piggy -backs for the procurement of services and/or commodities as described in the written report for November 17, 2015 - "Request for Extensions and/or Piggybacks". 7. BIDS AND PURCHASES OVER $100,000 A. Authorize City Departments to utilize the School District of Palm Beach County Bid No. 16C -7T for HVAC Mechanical Contractors; Preventitive Maintenance, Repairs and Installations on an "As Needed" basis for an annual expenditure of $150,000. 8. CODE COMPLIANCE and LEGAL SETTLEMENTS - None 9. PUBLIC HEARING 7 P.M. OR AS SOON THEREAFTER AS THE AGENDA PERMITS The City Commission will conduct these public hearings in its dual capacity as Local Planning Agency and City Commission. A. Approve request for Major Site Plan Modification to construct a one-story, 19,000 square foot inpatient medical facility and related site improvements on 4.6 acres of property located at 3005 South Congress Avenue, on the NW corner of South Congress Avenue and Charter Drive North, within the C-3 (Community Commercial) zoning district. Applicant: Jeffery C. Lynne, Weiner, Lynne & Thompson, P.A. 10. CITY MANAGER'S REPORT A. PROPOSED RESOLUTION NO. R15-143 - Approve and adopt the Greenways, Blueways and Trails Master Plan, presented by Stewart Robertson of Kimley-Horn, consultant for the project RFQ No. 023-2730-14/J MA. 11. UNFINISHED BUSINESS - None 12. NEW BUSINESS - None 13. LEGAL A. PROPOSED ORDINANCE NO. 15-031 - FIRST READING - PUBLIC HEARING - Approve the fourth extension of the suspension of the application and enforcement of the Workforce Housing Page 4of412 Program for a period of one year. B. PROPOSED ORDINANCE NO. 15-024 - SECOND READING - PUBLIC HEARING - Approve Petition to Expand Boundaries of Boynton Village Community Development District. (TABLED TO 11/17/15) 14. FUTURE AGENDA ITEMS A. Annual Performance review of City Manager - December 1, 2015 B. Review and appoint accordingly applications received for the CRAAdvisory Board with the annual board appointments - December 15, 2015 C. Interlocal Agreement between the City and CRA for the Neighborhood Officer Policing Program - December 1, 2015 D. Interlocal Agreement between City and CRA for maintenance of the North Entry Signage Area - December 1, 2015 15. ADJOURNMENT NOTICE IF A PERSON DECIDES TO APPEAL ANY DECISION MADE BY THE CITY COMMISSION WITH RESPECT TO ANY MATTER 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 TESTIMONYAND EVIDENCE UPON WHICH THE APPEAL IS TO BE BASED. (F.S. 286.0105) THE CITY SHALL FURNISH APPROPRIATE AUXILIARY AIDS AND SERVICES WHERE NECESSARY TO AFFORD AN INDIVIDUAL WITH A DISABILITY AN EQUAL OPPORTUNITY TO PARTICIPATE IN AND ENJOY THE BENEFITS OF A SERVICE, PROGRAM, OR ACTIVITY CONDUCTED BY THE CITY. PLEASE CONTACT THE CITY CLERK'S OFFICE (561) 742-6060 AT LEAST TWENTY-FOUR HOURS PRIOR TO THE PROGRAM OR ACTIVITY IN ORDER FOR THE CITY TO REASONABLY ACCOMMODATE YOUR REQUEST. ADDITIONAL AGENDA ITEMS MAY BE ADDED SUBSEQUENT TO THE PUBLICATION OF THE AGENDA ON THE CITY'S WEB SITE. INFORMATION REGARDING ITEMS ADDED TO THE AGENDAAFTER IT IS PUBLISHED ON THE CITY'S WEB SITE CAN BE OBTAINED FROM THE OFFICE OF THE CITY CLERK. Page 5of412 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 11/17/2015 REQUESTED ACTION BY COMMISSION: Call to Order - Mayor Jerry Taylor I nvocation Pledge of Allegiance to the Flag led by Vice Mayor Casello Agenda Approval: 1. Additions, Deletions, Corrections 2. Adoption EXPLANATION OF REQUEST: HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT. Non -budgeted ALTERNATIVES: STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: REVIEWERS: Department City Clerk 1.A. OPENING ITEMS 11/17/2015 Reviewer Action Date Pyle, Judith Approved 11/4/2015 - 3:15 PM Page 6of412 2.A. OTHER 11/17/2015 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 11/17/2015 REQUESTED ACTION BY COMMISSION: Informational items by Members of the City Commission EXPLANATION OF REQUEST: HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT: ALTERNATIVES: STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: CLIMATE ACTION DISCUSSION: Is this a grant? Grant Amount: REVIEWERS: Department City Clerk Reviewer Action Date Foyle, Judith Approved 11/4/2015 - 3:12 FSM Page 7of412 3.A. ANNOUNCEMENTS, COMMUNITY & SPECIAL EVENTS & PRESENTATIONS 11/17/2015 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 11/17/2015 REQUESTED ACTION BY COMMISSION: Proclaim Saturday, November 28, 2015 as "Small Business Saturday". EXPLANATION OF REQUEST. In 2010, Small Business Saturday was created in response to small business owners' need for more customers. This is a day to support the local businesses that create jobs, boost the economy and preserve neighborhoods around the country. Small Business Saturday is now a nationwide, well-known celebrated event on the national calendar with support from elected officials, public and private organizations. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? This proclamation will demonstrate commitment to the community in which we live, create goodwill, help create more jobs and help preserve the unique culture within the local community. FISCAL IMPACT. None ALTERNATIVES: The alternate would be to not issue this proclamation. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type Description Proclamation Procalmation Samll Business Saturday REVIEWERS: Page 8of412 Department Reviewer Action City Clerk Prainito, Janet Approved Finance Howard, Tim Approved City IManager LaVerriere, Lori Approved Date 9/23/2015 - 12:49 PIM 9/24/2015 - 2:20 PIM 11/1:x/2015- 8:38 AIM Page 9 of 412 PROCLAMATION WHEREAS, the government of the City of Boynton Beach, Florida celebrates our local small businesses and the contributions they make to our local economy and community. According to the United States Small Business Administration, there are currently 27.9 million small businesses in the United States, they represent 99.7 percent of American employer firms, create more than two-thirds of the net new jobs, and generate 46 percent of private gross domestic product, as well as 54 percent of all US sales; and WHEREAS, small businesses employ over 55 percent of the working population in the United States; and 89 percent of consumers in the United States agree that small businesses contribute positively to the local community by supplying jobs and generating tax revenue; and WHEREAS, 87 percent of consumers in the United States agree that small businesses are critical to the overall economic health of the United States; and 93 percent of consumers in the United States agree that it is important for people to support the small businesses that they value in their community; and WHEREAS, the City of Boynton Beach, Florida supports our local businesses that create jobs, boost our local economy and preserve our neighborhoods; and advocacy groups as well as public and private organizations across the country have endorsed the Saturday after Thanksgiving as Small Business Saturday. NOW, THEREFORE, I, Jerry Taylor, Mayor of the City of Boynton Beach, Florida do hereby proclaim November 28, 2015, as: SMALL BUSINESS SATURDAY and urge the residents of our community, and communities across the country, to support small businesses and merchants on Small Business Saturday and throughout the year. 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 17th day of November, Two Thousand Fifteen. Jerry Taylor, Mayor ATTEST: Janet M. Prainito, MMC City Clerk (Corporate Seal) Page 10 of 412 3.B. ANNOUNCEMENTS, COMMUNITY & SPECIAL EVENTS & PRESENTATIONS 11/17/2015 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 11/17/2015 REQUESTED ACTION BY COMMISSION: City Hall will be closed for the Thanksgiving holiday on Thursday, November 26 and Friday, November 27, 2015. EXPLANATION OF REQUEST. In observance of Thanksgiving, all City administrative offices will be closed on Thursday, November 26 and Friday, November 27, 2015. City Hall will re -open on Monday, November 30, 2015 at 8:00 p.m. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT. N/A ALTERNATIVES: These two days are regularly scheduled holidays for City employees. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: REVIEWERS: Department City Clerk Reviewer Action Date Pyle, Judith Approved 11/0/2015- 10:17 AM Page 11 of 412 5.A. ADMINISTRATIVE 11/17/2015 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 11/17/2015 REQUESTED ACTION BY COMMISSION: Appoint eligible members of the community to serve in vacant positions on City advisory boards. The following Regular (Reg) and Alternate (Alt) Student (Stu) and Nonvoting Stu (N/V Stu) openings exist: Building Board of Adjustments and Appeals: 1 Alt Golf Course Advisory Committee: 1 Alt Recreation and Parks Board: 1 Alt Senior Advisory Board: 1 Reg and 2 Alts EXPLANATION OF REQUEST. The attached list contains the names of those who have applied for vacancies on the various Advisory Boards. A list of vacancies is provided with the designated Commission members having responsibility for the appointment to fill each vacancy. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? Appointments are necessary to keep our Advisory Board full and operating as effectively as possible. FISCAL IMPACT. Non -budgeted None ALTERNATIVES: Allow vacancies to remain unfilled. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type Other Description Appointments Page 12 of 412 REVIEWERS: Department City Clerk Reviewer Action Date Foyle, Judith Approved 11141201 - 3:12 PPA Page 13 of 412 Building Board of Adjustment & Appeals Mayor Taylor Alt 1 yr term to 12115 Tabled (3) Applicants None Golf Course Advisory Committee IV Fitzpatrick Alt 5 yr term to 6116 Applicants None Recreation & Parks Board II McCray Alt Applicants None Senior Advisory Board III Fitzpatrick Alt IV Casello Alt Mayor Taylor Reg Applicants None 1 yr term to 12/15 Tabled (2) 1 yr term to 12/15 Tabled (2) 1 yr term to 12/15 Tabled (2) 2 yr term to 12115 S:\CC\WP\BOARDS\APPMENTS\Board Year 2015\APPOINTMENTS AND APPLICANTS FOR 11-17-15.doc Page 14 of 412 6.A. CONSENTAGENDA 11/17/2015 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 11/17/2015 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. R15-140- Support Neighborhood Renaissance, Inc. applying to the State of Florida for its tax credit program, certifying that projects of the agency are consistent with the goals and objectives of the City of Boynton Beach's Housing Element of its Comprehensive Plan, Local Housing Assistance Plan, and its Community Development Consolidated Action Plan. EXPLANATION OF REQUEST: Neighborhood Renaissance, Inc. is submitting an application to the State of Florida Department of Economic Opportunity for the Community Contribution Tax Credit Program (CCTCP). This program provides a financial incentive of 50 % tax credit or sales tax refund to encourage businesses to donate towards Community Development and housing projects for low income persons. This program is not associated with the state 9% tax credit program. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? The program redevelopment efforts are consistent with the city's goals and objectives for redeveloping its older neighborhoods. FISCAL IMPACT. Non -budgeted None to the City. ALTERNATIVES: None at this time. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type Description Page 15 of 412 D Resolution D Grant Application D Addendum REVIEWERS: Department Reviewer Community Improvement Octavia, Sherrod Development Mack, Andrew Community Improvement Octavia, Sherrod Development Mack, Andrew Finance Howard, Tim Legal Swanson, Lynn City Manager LaVerriere, Lori Supporting Renaissance Tax Credit NRI Application Program Narrative Action Date Approved 11/12/2015- 11:07 AM Rejected 11/12/2015 - 2:27 FOIA Approved 11/12/2015 - 6:10 FOIA Approved 11/12/2015 - 4:52 FOIA Approved 11/1:x/2015 - 8:16 AM Approved 11/13/2015 - 10:12 AM Approved 11/16/2016- 11:13 AM Page 16 of 412 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 RESOLUTION NO. R15 - A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA; SUPPORTING NEIGHBORHOOD RENAISSANCE, INC., APPLYING TO THE STATE OF FLORIDA FOR ITS TAX CREDIT PROGRAM; CERTIFYING THAT PROJECTS OF THE AGENCY ARE CONSISTENT WITH THE GOALS AND OBJECTIVES OF THE CITY OF BOYNTON BEACH'S HOUSING ELEMENT OF ITS COMPREHENSIVE PLAN, LOCAL HOUSING ASSISTANCE PLAN, AND ITS COMMUNITY DEVELOPMENT CONSOLIDATED ACTION PLAN; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, it is necessary and in the public interest that the City of Boynton Beach certify that the Neighborhood Renaissance, Inc. Homeownership Program for Boynton Beach is consistent with policies and goals adopted under the consolidated plan and housing assistance plan, the comprehensive plan, and land development regulations in order to comply with the provisions of the Community Improvement Act of 1980, and for purposes of qualifying for the Community Contribution Tax Credit; and WHEREAS, the Community Development Block Grant (CDBG) income eligible areas have been designated as specifically targeted neighborhoods by the City of Boynton Beach; and WHEREAS, the Neighborhood Renaissance, Inc., Homeownership Program is one of several. The Neighborhood Renaissance, Inc. Homeownership Program is designed to offer home ownership to low income residents whose incomes do not to exceed 80% AMI, in an effort to stem further decline in the CDBG income eligible areas; and WHEREAS, the Neighborhood Renaissance, Inc. Homeownership Program is committed to working with other local partners with programs designed to offer home ownership to low income residents whose incomes do not exceed 80% AMI in furtherance of {00098510.1 306-9001821 } Page 17 of 412 31 the desires and goals of the City of Boynton Beach; and 32 WHEREAS, the Community Improvement Act of 1980, requires that a resolution be 33 passed by the local government certifying that the Neighborhood Renaissance, Inc. 34 Homeownership Program for Boynton Beach is consistent with local plans and regulations; 35 and 36 WHEREAS, the Neighborhood Renaissance, Inc., and the City of Boynton Beach are 37 desirous of the benefit from this program to inure to the low income residents of Boynton 38 Beach Community Development Block Grant target area as described in the program 39 narrative. 40 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 41 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 42 Section 1. The foregoing "WHEREAS" clauses are true and correct and 43 hereby ratified and confirmed by the City Commission 44 Section 2. The Neighborhood Renaissance, Inc. Homeownership Program 45 complies with the initiatives to improve housing within the CDBG income eligible areas as 46 designated by the City Commission of City of Boynton Beach, Florida. This resolution shall 47 be forwarded to the State of Florida, Department of Economic Opportunity, to enable 48 Neighborhood Renaissance, Inc., to participate in the State of Florida's Community 49 Improvement Act of 1980. 50 Section 3. That this Resolution will become effective immediately upon passage. 51 {00098510.1 306-9001821 } Page 18 of 412 52 53 PASSED AND ADOPTED this day of , 2015. 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 ATTEST: Janet M. Prainito, MMC City Clerk (Corporate Seal) {00098510.1 306-9001821 } CITY OF BOYNTON BEACH, FLORIDA Mayor — Jerry Taylor Vice Mayor — Joe Casello Commissioner — David T. Merker Commissioner — Mack McCray Commissioner — Michael M. Fitzpatrick VOTE YES NO Page 19 of 412 COMMUNITY CONTRIBUTION TAX CREDIT PROGRAM SPONSOR PROJECT APPLICATION NAME OF ORGANIZATION Neighborhood Renaissance, Inc. MAILING ADDRESS 51024 1h Street, Suite A, West Palm Beach, FL 3307 FEDERAL EMPLOYER 65-0352279 IDENTIFICATION NUMBER FLORIDA SOLICITATION OF CONTRIBUTIONS ACT REGISTRATION NUMBER CH15065 (DEPARTMENT OF AGRICULTURE) CONTACT PERSON Terri Murray TITLE Executive Director PHONE 561-832-6776 ext. 102 FAX 561-832-0483 E-MAIL ADDRESS tmurray@neighborhoodrenaissance.org ORGANIZATION'S www.neighborhoodrenaissance.org WEB SITE ADDRESS NAME OF PROPOSED Boynton Beach Home ownership Program PROJECT PROJECT LOCATION Target Areas which include the following Census Tracts: 56.00, ADDRESS 57.01, 57.02, 61.00, 62.01, 62.03, 63.03 60.03 and 63.00. (IF DIFFERENT) Sponsor Project Application Page 1 of 4 Page 20 of 412 PLEASE INDICATE YOUR ELIGIBILE ORGANIZATIONAL TYPE A community action program A nonprofit community-based development organization whose mission is the provision of housing for low-income or very -low-income households or increasing entrepreneurial and job -development opportunities for low-income persons A neighborhood housing services corporation x A local housing authority, created pursuant to chapter 421 A community redevelopment agency, created pursuant to s. 163.356 A historic preservation district agency or organization A regional career source board A direct -support organization as provided in s. 1009.983 An enterprise zone development agency created pursuant to s. 290.0056 x A community-based organization incorporated under chapter 617 which is recognized as educational, charitable, or scientific pursuant to s. 501(c)(3) of the Internal Revenue Code and whose bylaws and articles of incorporation include affordable housing, economic development, or community development as the primary mission of the corporation Unit of local government Unit of state government PLEASE INDICATE TYPE YOUR ELIGIBLE PROJECT TYPE Provide, construct, improve or substantially rehabilitate housing for low-income persons Provide, construct, improve or substantially rehabilitate homeownership x opportunities for low-income persons Provide, construct, improve or substantially rehabilitate housing for persons with special needs Provide commercial resources and facilities in an enterprise zone or a Front Porch Florida Community Provide industrial resources and facilities in an enterprise zone or a Front Porch Florida Community Provide Public resources and facilities in an enterprise zone or a Front Porch Florida Community Improve entrepreneurial opportunities for low-income persons in an enterprise zone or a Front Porch Florida Community Improve job development opportunities for low-income persons in an enterprise zone or a Front Porch Florida Community Increase access to high-speed broadband capability in rural communities with an enterprise zone Sponsor Project Application Page 2 of 4 Page 21 of 412 SPONSOR ELIGIBILITY DOCUMENTATION PLEASE INDICATE DOCUMENTS THAT ARE ATTACHED x Copy of the organization's Articles of Incorporation x Copy of the organization's By -Laws x Copy of the Florida Division of Corporation's Registration Certificate x Copy of the Internal Revenue Service eligibility letter E Other documentation of sponsor eligibility PROJECT NARRATIVE The sponsor must submit a project narrative that briefly and clearly describes the following aspects (please label each aspect accordingly): A Describes the eligible project — see attached B Lists the types of donations sought — see attached C Identifies the uses for donations — see attached D Estimates the total project cost — see attached E Estimates the number of jobs (if applicable) NA F Estimates the completion date of the project (if applicable) NA DOCUMENTATION OF AREA ELIGIBILITY The sponsor of a "community development" project must submit documentation that the proposed project is located within a state designated Enterprise Zone or Front Porch Florida Community. Please indicate name of EZ or Brownfield and attachment Enterprise Zone Name: NA Letter Map Front Porch Community NA Letter Map Please note: Projects designed to provide housing for low-income persons are not required to be located within an Enterprise Zone. Sponsor Project Application Page 3 of 4 Page 22 of 412 LOCAL GOVERNMENT RESOLUTION The sponsor must submit a certified copy of a resolution from a local government (where the project is located) stating that the proposed project is "consistent with local plans and regulations (including comprehensive plans)". Name of City or County misstatements, misrepresentations, or omissions of material facts, to the best of his Council or Commission: Signature Resolution Number: Name Resolution Date: Title The undersigned person hereby affirms that he or she has been duly authorized and empowered to verify, execute and deliver this Application, that he or she has read this Application (including all attachments hereto) and he or she has knowledge of all of the facts stated herein, and that this Application, and all information submitted in connection herewith, is complete and accurate and contains no misstatements, misrepresentations, or omissions of material facts, to the best of his or her knowledge and belief. Signature Name Title Organization Date Please mail this application and attachments to: Burt Von Hoff Florida Department of Economic Opportunity Division of Strategic Business Development 107 East Madison Street; MSC 80 Tallahassee, Florida 32399 Phone: 850/717-8974; FAX: 850/410-4770 Sponsor Project Application burt.vonhoff@deo.mvflorida.com www.florida.iobs.org Page 4 of 4 Page 23 of 412 Neighborhood Renaissance, Inc. Home ownership Program for Boynton Beach Project Narrative A. Project Description The Neighborhood Renaissance, Inc. program offers home ownership for low-income families throughout targeted areas for the City of Boynton Beach, which includes the census tracts located within the Northeast and Southeast quadrants of the city: 56.00, 57.01, 57.02, 61.00, 62.01, 62.03, 63.03 60.03 and 63.00. This will be a long term (3-5 year) focused effort to eliminate existing substandard residential properties and to build and renovate quality homes to be sold to low-income home buyers. A typical home will have 3 bedrooms, 2 bath and will consist of quality construction materials to ensure durability for the purchasers, will include kitchen appliances, and, fully landscaped with irrigated yards making the homes move -in ready. The features intended to be included in the design of the development include: • Eco -Friendly architectural design to minimize energy use by the homeowner • Use of renewable and easily accessible building materials therefore minimizing the overall environmental impact of the development • Drought resistant landscaping with grouping of plants with similar water needs and strategic placement to facilitate cooling of the home • Preservation or donation of existing vegetation and top soil at the development site when possible • Installation of low -flow water fixtures and alternative flooring, i.e. minimal use of carpeting • Inclusion of Energy Star and other high energy efficient appliances In addition to scattered -site infill new construction, Neighborhood Renaissance will also identify troubled properties that can be rehabilitated and reclaimed as quality affordable homes for low-income families. The renovated single-family properties will meet or exceed FHA Housing Quality Lending standards or local building codes, whichever is more rigorous. Whenever possible the homes will be retrofitted to maximize energy efficiency and include Energy Star or other high energy efficient appliances as well as incorporate green standards. All work will be warrantied for a minimum term one-year. The benefits of quality, energy efficient reconstruction to low-income families assures that the homes will be durable requiring less maintenance and repairs over time as well as lower utility bills. Page 24 of 412 • Cash contributions or other liquid assets; • Real property; • Goods or inventory; or • Other physical resources as identified by the Department of Economic Opportunity. Donations will be used to pay for project development, impact, and management fees for the provision, construction or rehabilitation of homes for low-income home buyers; down payment and closing costs; housing counseling and marketing fees (not to exceed 10 percent of the donation); and the removal of liens recorded against residential property by municipal, county, or special -district local governments. 9 - . Scattered Site Infill Construction The estimated cost of Phase I, the new construction of two homes to be built in Poinciana Gardens is $479,698 ($239,849 per home). Assuming the completion of three new homes per year, we estimate the new construction activity cost to be approximately $3,597,735 over a five year period. Scattered Site Acquisition & Rehabilitation The estimated average cost to purchase, rehabilitate and convey an existing single-family home in the Boynton Beach Community Development target areas is approximately $150,000 per structure. Assuming the completion of three homes per year, we estimate that the acquisition/rehab activity cost to be $2,250,000 over a five year period. 10/28/15 Page 25 of 412 M CONSENTAGENDA 11/17/2015 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 11/17/2015 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. R15-141 -Approve Boynton Village & Town Center Park Land Swap Agreement and authorize the Mayor and City Clerk to sign the document. Applicant: Jeffrey R. Margolis, Esquire, Berger Singerman. EXPLANATION OF REQUEST. As part of the build -out of the remainder of the Boynton Village & Town Center project, plans depicting a land swap of proposed park parcels were submitted and approved as part of a series of Master Plan and Major Site Plan Modification development orders for Boynton Village & Town Center and Cortina beginning in 2012 and as recent as this year (MPMD 12-003, MPMD 15-001, MPMD 15- 002 & MPMD 15-004 and MSPM 15-004/COUS 15-002). As a condition of approval, submittal of a park land swap agreement for execution was required. In compliance with Commission actions, the formal agreement has now been prepared, reviewed by the City Attorney and staff, and forwarded for execution. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? The proposed centrally located park within the Boynton Village & Town Center development will be constructed and maintained by the developer and ultimately turned over to the BR Cortina Homeowners Association or the Boynton Village Community Development District (CDD). FISCAL IMPACT. None associated with the execution of the agreement. Costs associated with the park improvements and maintenance are not the City's responsibility. ALTERNATIVES: None recommended, based upon approved development orders and corresponding petition to amend the Boynton Village Community Development District (CDD) boundaries. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: N/A Is this a grant? No Grant Amount: Page 26 of 412 ATTACHMENTS: Type REVIEWERS: Department Reviewer Planning & Zoning Rumpf, Michael Planning & Zoning Breese, Ed Planning & Zoning Rumpf, Michael Development Mack, Andrew Finance Howard, Tim Legal Swanson, Lynn City Manager LaVerriere, Lori Description Resolution approving Boynton Village Park Conveyance Agreement Park Swap Agreement Action Date Rejected 11/2/2015 - 10:31 AM Approved 11/2/201 - 10:45 AM Approved 11/2/2015 - 11:05 AM Approved 11/10/2015 - 8:06 AM Approved 11/10/2015- 8:45 AM Approved 11/12/2015 - 10:28 AM Approved 11/10/2015- 8:37 AM Page 27 of 412 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION R15 - A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING AND AUTHORIZING THE MAYOR AND CITY CLERK TO SIGN THE BOYNTON VILLAGE PARK CONVEYANCE AGREEMENT; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, as part of the build -out of the remainder of the Boynton Village & Town Center project, plans depicting a land swap of proposed park parcels were submitted and approved as part of a series of Master Plan and Major Site Plan Modification Development Orders for Boynton Village & Town Center and Cortina beginning in 2012 and as recent as this year; and WHEREAS, as a condition of approval, submittal of a park land swap agreement for execution was required in compliance with Commission actions; and WHEREAS, the proposed centrally located park within the Boynton Village & Town Center development will be constructed and maintained by the developer and ultimately turned over to the BR Cortina Homeowners Association or the Boynton Village Community Development District; and WHEREAS, the City Commission of the City of Boynton Beach deems it in the best interest of the residents and citizens of the City to approve the Boynton Village Park Conveyance Agreement. 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 of Boynton Beach approves the Boynton Village Park Page 28 of 412 29 Conveyance Agreement and authorizes the Mayor and City Clerk to sign the Interlocal 30 Agreement, a copy of which is attached hereto as Exhibit "A". 31 Section 3. That this Resolution shall become effective immediately upon passage. 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 PASSED AND ADOPTED this day of , 2015. CITY OF BOYNTON BEACH, FLORIDA ATTEST: Janet M. Prainito, MMC City Clerk (Corporate Seal) Mayor — Jerry Taylor Vice Mayor — Joe Casello Commissioner — David T. Merker Commissioner — Mack McCray Commissioner — Michael M. Fitzpatrick VOTE YES NO Page 29 of 412 This Boynton Village Park Conveyance Agreement (this "Agreement") is made aniii entered into on (j, c 4-, 6 , , 2, yr —, 20 Cr (the "Effective Date"), by and among BR CORTINA ACQUISITION LLC, a Delaware limited liability company, whose address is c/o Mlackrock, 400 Howard Street, San Francisco, CA 94105 ("BR Cortina"), and THE CITY aF MOYNTON BEACH, Florida, a municipal corporation of the State of Florida, having its offices -it 100 E. Boynton Beach Boulevard, Boynton Beach, FL 33435 (the "City"; the City and BR Cortina are each a "Partv" and collectively referred to in this Agreement as the "Parties"). A. 1950 Congress Avenue, LLC ("1950") and the City entered into that certain Boynton Village Park Conveyance Agreement (the "1950 Park Agree et") whereby 1950 donated certain real property, legally described in Exhibit "A" attached to and made part of this Agreement, to the City to be used as a public park (the "Existing ark Land"); B. BR Cortina is the owner of the real property legally described in Exhibit "B" attached to and made part of this Agreement, which is a proposed residential development consisting of single family homes, multi -family homes and townhomes ("Cortina"); C. The City desires that a portion of Cortina legally described and depicted in Exhibit "C" attached to and made part of this Agreement, be a new public park ("the "New Park Land"); D. The City of Boynton Beach City Commission approved the Site Plan and the Site Lighting and Photometric Plan (collectively, the "Site Plan") for Cortina, which Site Plan includes the Existing Park Land and the New Park Land and includes construction and other requirements for the New Park Land to be performed by BR Cortina. E. The City has agreed to convey the Existing Park Land to BR Cortina to use in its development of Cortina and BR Cortina has agreed to convey the New Park Land to the City to be used as a new public park; and F. The City also agrees to terminate all easements and other rights with respect to the Existing Park Land, including but not limited to, the forty foot (40') wide pedestrian easement along the east side of the Existing Park Land (the "Existing Easements"), and such property shall be conveyed to BR Cortina as part of this Agreement. NOW THEREFORE, for and in consideration of the mutual covenants and obligations in this Agreement and other good and valuable consideration, the receipt and sufficiency of which is hereby mutually acknowledged, the parties agree as follows: I. RECITALS. The recitals set forth above are true and correct and are incorporated into and form a part of this Agreement. 4701439-11 100064022,5 306-9905104 Page 30 of 412 HOW% A. The City shall have forty five (45) days from the Effective Date (t "Inspection Period") to perform an inspection of the New Park Land. The City sha during the Inspection Period, determine (a) whether the New Park Land is satisfactory L 2 that all federal, state, county and local laws, rules and regulations have been and currently being complied with relative to the New Park Land. During the Inspection Perio BR Cortina shall also have the right to perform an inspection of the Existing Park Land IQ 4701439-11 {00064022.5 306-9905104 Page 31 of 412 determine (a) whether the New Park Land is satisfactory to BR Cortina's purposes, (b) whether the Existing Park Land has adequate services available and that all federal, state, county and local laws, rules and regulations have been and are currently being complied with relative to the Existing Park Land, (c) and that the Existing Park Land can be used by BR Cortina in the development of Cortina. investig ions or es s, 11) or negligence or misconctuc7l""I'l""Ol""I'1 ina Tr aiij, agcilr,- contractor or employee of BR Cortina, (iii) any pre-existing conditions on or about the New Park Land, or (iv) any consequential or punitive damages. Notwithstanding such indemnification, nothing herein shall constitute a waiver of the City's entitlement to sovereign immunity. In the event that any inspections and any review of documents conducted by BR Cortina relative to the Existing Park Land during the Inspection Period prove unsatisfactory to the BR Cortina, at its sole discretion, BR Cortina shall be entitled to terminate this Agreement by providing written notice to the City at any time prior the Expiration Inspection Date. In the event that BR Cortina fails to provide a timely written notice of termination, this Agreement shall not terminate and the City and BR Cortina shall proceed to Closing as set Lorthl in this Agreement. BR Cortina hereby agrees to indemnify and hold the City harmless from any and all damage to the Existing Park Land or physical to Dersons resultina from BR Cortina's nealigence. in performing such inspections of the Existing Park Land; provided, however, that this indemnity shall not extend to and in no event shall BR Cortina be liable to the City for (i) any release of pre-existing hazardous substances arising from the conduct of any investigation or testing of the Existing Park Land or for any diminution in the value of the Existing Park Land resulting from the information disclosed by any such investigations or tests, (ii) for any negligence or misconduct of the 91 4701439-11 t00064022,5 306-9905104 Page 32 of 412 City or any agent, contractor or employee of the City, (iii) any pre-existing conditions on or about the Existing Park Land, or (iv) any consequential or punitive damages. C. During the Inspection Period, both the City and BR Cortina shall provide the other party reasonable access to any appraisals, environmental reports (Phase I and Phase II, if any), surveys, abstracts and title policies and all other studies each party may have in its possession or is subject to its actual control relating to the Existing Park Land and the New Park Land, respectively, and both the City and BR Cortina shall, without additional consideration, assign to the other party such due diligence documentation, to the extent assignable, and shall provide true and correct copies of all leases in effect, if any, with respect to the Existing Park Land and the New Park Land, respectively. D. The City's right to inspect and enter onto the New Park Land during the Inspection Period is expressly conditioned upon the City's covenant to protect BR Cortina from the filing of any liens against the New Park Land, and the City's indemnification as provided in Section 3(B). In the event that any claims of lien are filed against the New Park Land as a result of work performed or requested by the City, the City shall either pay the A. BR CORTINA'S REPRESENTATIONS. To induce the City to enter into this Agreement, BR Cortina makes the following representations, all of which, to the best of Michael Oliveri's actual knowledge, in all material respects and except as otherwise rd 4701439-11 t00064022.5 306-9905104 Page 33 of 412 provided in this Agreement (i) are now true, and (ii) shall be true on the date the special warranty deed for the New Park Land is delivered to the City (the " "): (1) At all times prior to Closing, BR Cortina shall keep the New Park Land free and clear of any construction, mechanic's or materialmen's liens for work or materials furnished to or contracted for, by or on behalf of BR Cortina prior to the Closing. (2) BR Cortina has no actual knowledge of pending or contemplated condemnation proceedings affecting the New Park Land or any part thereof. (3) BR Cortina has no actual knowledge nor has BR Cortina received any notice of any litigation, claim, action or proceeding, actual or threatened, against BR Cortina or the New Park Land that would affect the use, occupancy or value of the New Park Land or any part thereof or which would otherwise relate to the New Park Land. (4) Except as may be provided in the Permitted Exceptions New Park Title Commitment, no individual, general or limited partnership, limited liability partnership or company, corporation, trust, estate, real estate investment trust, association or any other entity has or is entitled to possession of any part of the New Park Land. (5) No tenant or other occupant, no licensor or franchisor and no other person, firm, corporation, or other entity has any right or option to acquire the New Park Land or any portion thereof. The City has the exclusive right to acquire the New Park Land and, for so long as this Agreement remains in full force and effect, BR Cortina shall not engage in any negotiations with or solicit offers from any other party relating to the sale of the New Park Land. (6) BR Cortina is not a party to any unrecorded contracts, restrictions, easements, leases, option contracts, rights of first refusal or contracts with respect to the New Park Land, nor shall BR Cortina enter into any of the foregoing with respect to the New Park Land from and after the date of execution of this Agreement without the prior written consent of the City. (7) To the best of BR Cortina's knowledge, BR Cortina has not received any written notice claiming that the New Park Land or any method of operation of the New Park Land is in violation of any applicable law, ordinance, code, rule, order, regulation or requirement of any governmental authority, the requirements of any local board of fire underwriters (or other body exercising similar functions) and BR Cortina further represents that the New Park Land shall be delivered free of any such violation at Closing. (8) BR Cortina shall maintain all existing insurance coverage on the New Park Land in full force and effect through Closing and shall pay all required premiums and other charges. 9 4701439-11 t00064022,5 306-9905104 Page 34 of 412 (9) Between the Effective Date and Closing, BR Cortina shall operate and maintain the New Park Land and shall cause the New Park Land to be operated and maintained in a manner generally consistent with past practices and in a manner fully compliant with applicable law and BR Cortina shall reasonably endeavor to prevent the introduction of any Hazardous Materials onto the New Park Land and BR Cortina shall reasonably endeavor to prevent the release of any Hazardous Materials onto the New Park Land. As used in this Agreement, the term "Hazardous Materials" means (i) those substances included within the definitions of "hazardous substances," "hazardous materials," "toxic substances" or "solid waste" in the Comprehensive Environmental Response, Compensation and Liability Act of 1980, 42 U.S.C. §960 et seq., the Resource Conservation and Recovery Act of 1976, 42 U.S.C. § 6901 et seq., the Hazardous Materials Transportation Act, 49 U.S. C. §1801 et seq., or the Clean Water Act, 33 U.S.C. §1321 et seq., as amended, and in the regulations promulgated pursuant thereto; (ii) those substances listed in the United States Department of Transportation Table (49 CFR §172.101) or by the Environmental Protection Agency as "hazardous substances ... .. hazardous materials ... .. toxic substances" and "solid waste", (iii) such other substances, materials and wastes which are regulated, or classified as hazardous or toxic, under applicable local, state or federal laws, ordinances or regulations; and any material, waste or substance which is petroleum, asbestos, polychlorinated, bi-phenyls, flammable explosives or radioactive materials. (10) BR Cortina has full power and authority to enter into this Agreement and to assume and perform its obligations under this Agreement. (11) BR Cortina warrants that it will not, between the Effective Date and the Closing, without the City's prior written consent, create by its consent any encumbrances on the New Park Land. For purposes of this provision, the term "encumbrances" shall mean any liens, claims, options, or other encumbrances, encroachments, rights of way or leases. (12) All of the representations, warranties, and covenants of BR Cortina contained in this Agreement or in any other document delivered to the City in connection with the transaction contemplated in this Agreement shall be true and correct in all material respects and not in default at the time of Closing, just as though they were made on the date of Closing. (13) BR Cortina shall indemnify, hold harmless and defend the City against all claims, demands, losses, liabilities, actual and reasonable costs and expenses, including reasonable attorney's fees, imposed upon or accruing against the City as of one year. (14) All warranties, representations, covenants, terms and conditions contained in this Section 4(A) shall survive the delivery and recording of the deed for a period of nine (9) months. M 4701439-11 {00064022.5 306-9905104 1 Page 35 of 412 B. THE CITY'S REPRESENTATIONS. To induce the BR Cortina to enter into this Agreement, the City makes the following representations:, all of which, to the best of its actual knowledge, in all material respects and except as otherwise provided in this Agreement (i) are now true, and (ii) shall be true through Closing: (1) At all times prior to Closing, the City shall keep the Existing Park Land free and clear of any construction, mechanic's or materialmen's liens for work or materials furnished to or contracted for, by or on behalf of the City prior to the Closing. (2) The City has no actual knowledge of pending or contemplated condemnation proceedings affecting the Existing Park Land or any part thereof. (3) The City has no actual knowledge nor has the City received any notice of any litigation, claim, action or proceeding, actual or threatened, against the City or the Existing Park Land that would affect the use, occupancy or value of the Existing Park Land or any part thereof or which would otherwise relate to the Existing Park Land. (4) Except as may be provided in the Existing Park Title Commitment, no individual, general or limited partnership, limited liability partnership or company, corporation, trust, estate, real estate investment trust, association or any other entity has or is entitled to possession of any part of the Existing Park Land. (5) No tenant or other occupant, no licensor or franchisor and no other person, firm, corporation, or other entity has any right or option to acquire the Existing Park Land or any portion thereof. BR Cortina has the exclusive right to acquire the Existing Park Land and, for so long as this Agreement remains in full force and effect, the City shall not engage in any negotiations with or solicit offers from any other party relating to the sale of the Existing Park Land. (6) The City is not a party to any unrecorded contracts, restrictions, easements, leases, option contracts, rights of first refusal or contracts with respect to the Existing Park Land, nor shall the City enter into any of the foregoing with respect to the Existing Park Land from and after the date of execution of this Agreement without the prior written consent of BR Cortina. (7) To the best of the City's knowledge, the City has not received any written notice claiming that the Existing Park Land or any method of operation of the Existing Park Land is in violation of any applicable law, ordinance, code, rule, order, regulation or requirement of any governmental authority, the requirements of any local board of fire underwriters (or other body exercising similar functions) and the City further represents that the Existing Park Land shall be delivered free of any such violation at Closing. (8) The City shall maintain all existing insurance coverage on the Existing Park Land in full force and effect through Closing and shall pay all required premiums and other charges. N 4701439-11 (000640225 306-9905104 Page 36 of 412 (9) Between the Effective Date and Closing, the City shall operate and maintain the Existing Park Land and shall cause the Existing Park Land to be operated and maintained in a manner generally consistent with past practices and in a manner fully compliant with applicable law and the City shall reasonably endeavor to prevent the introduction of any Hazardous Materials onto the Existing Park Land and the City shall reasonably endeavor to prevent the release of any Hazardous Materials onto the Existing Park Land. (10) The City has full power and authority to enter into this Agreement and to assume and perform its obligations under this Agreement. By approval and execution of this Agreement, the City authorizes and ratifies the preparation and execution by the property officials of the City of all documents necessary to effectuate the conveyances contemplated by this Agreement. (11) The City warrants that it will not, between the Effective Date and the Closing, without BR Cortina's prior written consent, create by its consent any encumbrances on the Existing Park Land. For purposes of this provision, the term "encumbrances" shall mean any liens, claims, options, or other encumbrances, encroachments, rights of way or leases. (12) All of the representations, warranties, and covenants of the City contained with the transaction contemplated herein shall be true and correct in all material respects and not in default at the time of Closing, just as though they were made on the date of Closing. (13) The City shall indemnify, hold harmless and defend BR Cortina against all claims, demands, losses, liabilities, actual and reasonable costs and expenses, including reasonable attorney's fees, imposed upon or accruing against the City as a result of the representations contained in this section being incorrect for a period of one year. (14) All warranties, representations, covenants, terms and conditions herein contained shall survive the delivery and recording of the deed for a period of nine (9) months. 0111111ffil\�# 4 &�Wl W.11114*141WA01 (1) TITLE COMMITMENT. BR Cortina shall convey the New Park Land, including all easements and restrictions of record, to the City at Closing by delivery of the New Park Deed. BR Cortina shall provide to the City, no later than ten (10) days after the Effective Date, a title insurance commitment ("New Park Title Commitment") issued by a title insurance underwriter chosen by BR Cortina ("Title Company") proposing to insure the City's title to the New Park Land in an amount equal to the fair market value of the New Park Land, as determined by an appraisal ("New Park Appraisal"). The costs and expenses relative to the issuance of the New Park Title 4701439-11 100064022.5 306-9905104 Page 37 of 412 Commitment, the New Park Appraisal and an owner's title policy for the New Park Lani iliall be borne by BR Cortina. Oil (3) SURVEY AND LEGAL DESCRIPTION. No later than ten (10) days following the Effective Date, BR Cortina shall provide. to the City: (i) a current survey ("current" is defined to be certified within ninety (90) days of the Effective Date), [prepared by a registered land surveyor or engineer licensed in the State of Florida showing the boundaries of the New Park Land, and the location of any easements ar0l other matters as reflected on Schedule B-11 of the New Park Title Commitment and certifying the number of acres (to the nearest one thousandth acre) of land contained in the New Park Land, all buildings, improvements and encroachments; and (ii) a correct legal description of the New Park Land which, upon approval thereof by the City and BR Cortina (not to be unreasonably withheld, conditioned or delayed), shall be the legal 9 470 1 439-1 1 1000640225 306-9905104 Page 38 of 412 1111111 � � 1111111 �!! 11 11 1 11111 11 0 (4) SURVEY REVIEW. In the event the New Park Survey shows any material encroachments, strips, gores, or any portion of the land noncontiguous to any other portion of the New Park Land or any other matter materially affecting the intended use of the New Park Land or marketability of title to the New Park Land (any such matter is herein called a "New Park Survey Objection" and treated as a title defect), the City shall have a period of thirty (30) days after receipt of the New Park Survey within which to approve or disapprove any New Park Survey Objection and to give written notice to BR Cortina of any disapproval thereof indicating in reasonable detail the nature and reasons for the City's objection. In the event the City provides a notice of disapproval of a New Park Survey Objection to BR Cortina, the rights and obligations of the parties respecting such objections shall be governed by Section 5(A)(2) of this Agreement such that the parties shall have the same rights and objections as though such New Park Survey Objection was a new exception to title which was discovered and objected to within the contemplation of Section (5) TRANSFER OF TITLE SUBJECT TO. Except as otherwise set forth in this Agreement, the New Park Land shall be, conveyed subject only to the New Park Permitted Exceptions, water lines, sanitary sewer, drainage, gas distribution, electrical and telephone easements of record. It shall be the sole and exclusive responsibility of the City to relocate any utilities and any such relocation costs and expenses shall be borne by the City. The City shall, in the event of any relocation of the utilities, provide to the City or the appropriate service provider, easements for the relocated utilities. (1) TITLE COMMITMENT. The City shall convey the Existing Park Land, including all easements and restrictions of record, to BR Cortina at Closing by delivery of the Existing Park Deed. BR Cortina, during the Inspection Period, shall obtain a title insurance commitment ("Existing Park Title Commitment") issued by Title Company proposing to insure BR Cortina's title to the Existing Park Land at an amount equal to fair market value of the Existing Park Land, as determined by an appraisal ("Existin Park Appraisal"). The costs and expenses relative to the issuance of the Existing Park Tir6mike.minitment., the Existing Park Ai ' �raisal and an owner's title insurance %aliWfor the Existing Park Land shall be borne by BR Cortina. (2) TITLE REVIEW. BR Cortina shall have fifteen (15) days from the date of receiving the Existing Park Title Commitment to examine the Existing Park Title Commitment. If BR Cortina objects to any exception to title as shown in the Existing Park Title Commitment, BR Cortina shall, within fifteen (15) is of receipt of the Existing Park Title Commitment, notify the City in writing specifying the specific exception(s) to which it objects ("1311 Cortina Title Objection Notice"). All items set forth in the Existing Park Title Commitment and Existing Park Survey (as defined below) that are not included in a timely delivered BR Cortina Title Objection Notice shall be deemed "Existing Park Permitted Exceptions". Within ten (10) days after the City's H 4701439-11 100064022.5 306-9905104 Page 39 of 412 (3) SURVEY AND LEGAL DESCRIPTION. No later than ten (10) days following the Effective Date, the City shall provide to BR Cortina: (i) a current survey ("current" is defined to be certified within ninety (90) days of the Effective Date), prepared by a registered land surveyor or engineer licensed in the State of Florida showing the boundaries of the Existing Park Land, and the location of any easements and other matters as reflected on Schedule B-11 of the Existing Park Title Commitment and certifying the number of acres (to the nearest one thousandth acre) of land contained in the Existing Park Land, all buildings, improvements and encroachments; and (ii) a correct legal description of the Existing Park Land which, upon approval thereof by the City and BR Cortina (not to be unreasonably withheld, conditioned or delayed), shall be the legal description used in the Existing Park Deed (the "Existing, Park Survey"). The Existing Park Survey shall be certified to BR Cortina, the City and the title insurance company issuing the title insurance. (4) SURVEY REVIEW. In the event the survey shows any material encroachments, strips, gores, or any portion of the land noncontiguous to any other [tortion of the Existing Park Land or any other matter materially affecting the intended use of the Existing Park Land or marketability of title to the Existing Park Land (any such I atter is herein called a "BR Cortina Survey Obiection" and treated as a title • BR Cortina shall have a period of thirty (30) days after receipt of the Existing Park Survey within which to approve or disapprove any BR Cortina Survey Objection and to give notice to the City of any disapproval thereof indicating in reasonable detail the nature and reasons for BR Cortina's objection. In the event BR Cortina provides a notice IM 4701439-11 {00064022.5 306-9905104 Page 40 of 412 of disapproval of a BR Cortina Survey Objection to the City, the rights and obligations of the parties respecting such objections shall be governed by Section 5(B)(2) of this Agreement such that the parties shall have the same rights and objections as though such BR Cortina Survey Objection objected to was a new exception to title which was discovered and objected to within the contemplation of Section 5(B)(2). (5) TRANSFER OF TITLE SUBJECT TO. Except as otherwise set forth in this Agreement, the Existing Park Land shall be conveyed subject only to the Existing Park Permitted Exceptions, water lines, sanitary sewer, drainage, gas distribution, electrical and telephone easements of record. It shall be the sole and exclusive responsibility of BR Cortina to relocate any utilities and any such relocation costs and expenses shall be borne by BR Cortina. The City shall, in the event of any relocation of the utilities, provide to BR Cortina or the appropriate service provider, easements for the relocatei. utilities. M 4701439-11 {00064022.5 306-9905 104 Page 41 of 412 Cortina on the Closing Date the full amount of any deductible under the City's fire and cxtended coverage insurance policy applicable to said damage; or (2) If the damage, as determined by the insurance adjuster, is more than Five Hundred Thousand ($500,000.00) Dollars, BR Cortina shall have the option to (i) proceed to close the transaction contemplated herein and collect all available insurance proceeds relating to the improvements damaged • such casualty, in which case the City shall pay to BR Cortina on the Closing Date the full amount of any deductible under the City's fire and extended coverage insurance policy, or (ii) terminate this Agreement. The City warrants that it shall maintain until the Closing Date adequate "All Risk" property insurance. BR Cortina shall • the costs of the New Park Title Commitment • Existing Park Title Commitment, the premiums for the title insurance policies on the New Park Land and • Park Land, the costs of the New Park Survey and Existing Park Survey, the documentary stamp taxes on the New Park Deed and Existing Park Deed, and the costs of recording the New Park Deed and the Existing Park Deed. vfl�� A. The City acknowledges and agrees that the development of Cortina W include the Existing Park Land. The City will process any amendments to any plats, Si r,#1ans, or other land development approvals submitted by BR Cortina with respect to t development of Cortina, including the Existing Park Land. The City, as the current own of the Existing Park Land, will consent to the re -plat of Cortina, which re -plat will inclu �Cli C the Existing Park Land and the New Park Land. In addition, the City will consent to t I expansion of the boundaries of the Boynton Village Community Development District (tv. f "CDW) to include the New Park Land and Existing Park Land, provided, however t New Park Land shall be exempt from paying any assessments authorized, adopted, and/ imposed by the CDD. 11 B. BR Cortina acknowledges and agrees that it shall be responsible to grade, irrigate, landscape, install lighting, construct a dog park and an accompanying ten (10) space parking lot within the New Park Land (collectively, the "Park Improvements"), in accordance with and • with the specifications and requirements contained in the Site Plan. The Park Improvements as indicated on the Site Plan are incorporated into this Agreement as is fully set forth in this Agreement. As of the Closing Date, the City shall provide BR Cortina with access to the New Park Land by means of a temporary construction and access easement in the form attached to this Agreement as Exhibit E ("Temporary Construction and Access Easement") which shall permit and authorize BR Cortina to access the New Park Land for construction and installation of the Park Improvements. Prior to commencing construction and/or installation of the Park Improvements, BR Cortina shall obtain and record a payment and performance bond pursuant to and consistent with the requirements of Section 255.05, Florida Statutes. Any modifications or amendments to the Park Improvements shall not require any obligations on 13 4701439-11 {00064022,5 306-9905104 Page 42 of 412 E 4701439-11 100064022.5 306-9905104 Page 43 of 412 [IN 4701439-11 {00064022.5 306-9905104 Page 44 of 412 resulting from (a) personal injury, death, damage to property, defects in materials or workmanship, or (b) a claim that the City's receipt or use of the Park Improvements infringes or misappropriates any patent, trademark, copyright or of any other tangible or intangible personal or property right of a third party, or (c) a claim that the construction and/or installation of the •, Improvements violates any applicable statute, ordinance, administrative order, rule or regulation or decree of any court; provided, however, the foregoing indemnity shall not apply (i) with respect to any Losses to the extent that such losses are the result of any acts or omissions on the part of the Indemnitees or any of its employees, agent, contractors, subcontractors, successors and/or assigns, (ii) to the extent such Losses are covered by the insurance required to be maintained by the this Agreement, or (3) to the extent any Losses are in excess of Indemnitees' liability pursuant to applicable law including, without limitation, Section 768.28, Florida Statutes. The provisions of this Section 8(E) shall survive the Closing Date for a period of one (1) year after Substantial Completion of the •r Improvements. F. Except as otherwise provided in Section 8(E), the provisions of this Section 8 �hall survive the Closing Date until Substantial Completion of the Park Improvements. 9. DEFAULT. If either party defaults in the performance of any of its obligations requirements under this Agreement, and the defaulting party fails to remedy such default with t hi thirty (30) days after written notice by the other Party of such default(s) (the "Default Notice" except for a failure to close in accordance with the terms of this Agreement which sh constitute an immediate default for which no Default Notice is required, the non-defaul in Pa tl g shall have, as its sole remedy for such default, the option to pursue an action against s 4efaulting party for specific performance of this Agreement and obtain such orders or decrees appropriate to achieve specific performance of the defaulting parties' obligations under th Agreement. In the event either Party is required to enforce this Agreement by court proceedin or otherwise, the prevailing party shall be entitled to collect from the non -prevailing party i reasonable attorneys' fees, paraprofessional fees and costs incurred pretrial, at trial, and at al levels of proceedings, including appeals. I 10. NOTICE. All notices, request, consents, instructions, and communications required or permitted under this Agreement shall be in writing and shall be (as elected by the person giving such notice) hand -delivered by messenger or nationally recognized overnight courier service, sent by facsimile or electronic transmission (i.e. e-mail) with copy by mail, or mailed by certified mail (postage prepaid), return receipt requested, and addressed to each party at their respective addresses as set forth below or to such other addresses any party may designate by notice complying with the terms • this Section 10: OR 4701439-11 f00064022,5 306-9905104 Page 45 of 412 As to BR Cortina: BR Cortina Acquisition LLC c/o BlackRock 400 Howard Street, 2" d Floor San Francisco, CA 94105 Attn: Philip Mader Facsimile: (415) 618-1761 E-mail: philip.mader@blackrock.com Bridge Cortina Management, LLC c/o Waypoint Residential 7284 W. Palmetto Park Rd., Suite 201 Boca Raton, Florida 33433 Attn: Michael Oliveri Facsimile: (561) 206-0962 E- UIVN'tointliving.com _-uigil jLXXiLLO�,, W/copy to: Berger Singerman LLP 350 E. Las ®las Boulevard, Suite 1000 Fort Lauderdale, Florida 33301 Attn: Jeffrey R. Margolis, Esq. Facsimile: (954) 523-2872 E-mail: jmargolis@bergersingennan.com If to City: City of Boynton Beach 100 E. Boynton Beach Boulevard Boynton Beach, Florida 33435 Attn: Lori Laverriere, City Manager Facsimile: (561) 742-6011 E-mail: laverrierel@bbfl.us with copy to: James Cherof, City Attorney 100 E. Boynton Beach Boulevard Boynton Beach, Florida 33435 Facsimile: (954) 771-4923 E-mail: jcherof@cityatty.com Each such notice, request, or other communication shall be considered given and shall be deemed delivered (a) on the date delivered if by personal delivery or courier service; (b) on the date of transmission if by facsimile or electronic transmission (i.e. e-mail) if transmitted before 5:00 p.m. on a Business Day, and on the next Business Day if transmitted after 5:00 p.m. or on 2 - non -Business Day with a copy of such notice also sent by the methods described in (a) or (c); or (c) on the date on which the return receipt is signed or delivery is refused or the notice is designated by the postal authorities as not deliverable, as the case may be, if mailed. Rejection, refusal to accept, or inability to deliver of which no notice was given shall be deemed to be a receipt of such notice, request, or other communication. The respective attorneys for Seller ani Purchaser are hereby authorized to give any notice pursuant to this Agreement on behalf of their respective clients. 10 4701439-11 [000640215 306-9905104 Page 46 of 412 A. APPLICABLE LAW. This Agreement shall be governed by the laws of till State of Florida and venue for any legal proceeding arising out of this Agreement shall A exclusively in • Beach • Florida. I B. MODIFICATION. This Agreement may not be changed, altered, modifie ' amended or terminated except by written agreement signed by both the City and B111 Corthm. W "4111111011 Iwo SIMON I I I 49 L'"i'r-flus to) IM11 IMMO) I HE 4701439-11 {00064022.5 306-9905104 Page 47 of 412 M. i■■• • , • ACKNOWLEDGE • r i • CORTINA THE CITY WILL BE • ♦TED WITHIN THE BOYNTON VILLAGECOMMUNITY DEVELOPMENT DISTRICT; (11) THE BOYNTON VILLAGE COMMUNITY DEVELOPMENT DISTRICT ,, IMPOSE ♦ TAXES AND/OR MAINTENANCEASSESSMENTS ON THE EXISTING PARK LAND; (111) THESE TAXES AND ASSESSMENTS MAY PAY THE CONSTRUCTION, OPERATION, AND • OF r , PUBLIC FACILITIESAND SERVICESOF ANNUALLYTHE BOYNTON VILLAGE COMMUNITY DEVELOPMENT DISTRICT AND ARE SET BY • i BOARD OF BOYNTON COMMUNITYDEVELOPMENT DISTRICT; .ND (IV) THESE TAXES AND/OR ASSESSMENTS ARE ADDITION TO COUNTY ♦ r OTHERLOCAL GOVERNMENTAL TAXES AND ASSESSMENTS AND ALL OTHER TAXES AND ASSESSMENTS PROVIDED •r BY LAW. 121 4701439-11 (00064022.5 306-9905104 } Page 48 of 412 IN WITNESS WHEREOF, the City and BR Cortina hereto have executed this Agreement as of the date set forth above. ANYMINI&VATA100 I I I I! I III nzolow I By: Bridge Cortina Management, LLC a Florida limited liability, its non-member A Title: STATE OF FLORIDA COUNTY OF )ss: The foregoing instrument was acknowledged before me this day of _12c, 20 as lov�' no "!14�er 1"f Bridge Cortina Management, J� , by UJI—It. JO_J�"e v LLC, a Florida limited liability company, the non-member -ianager of BR Cortina Acquisition LLC, a Delaware limited liability company, who is personally 1U1o1A,n to me or has produced a as identification, on behalf of the company. My commission ay pPeeea MELODY LAI Notary Public, State f Florida My COMMISSION # FF i7cm EXPIRES: November 6, 20i8 A Bonded rare Notary Pubk Underwriters Printed Name of Notary Public ME 4701439-11 {00064022,5 306-0905104 1 Page 49 of 412 Janet Prainito, City Clerk Approved as to Form: Office of the City Attorney STATE OF FLORIDA ) )ss: COUNTY OF PALM BEACH ) CITT OF BOYNTONI corporation of the State of Florida Jerry Taylor, Mayor (SEAL) The foregoing instrument was acknowledged before me this day of , 20 , by Jerry Taylor, as Mayor of the City of Boynton Beach, Janet Prainito, City Clerk of the City of Boynton Beach, and , as Attorney for the City of Boynton Beach, who are personally known to me or have produced W 4701439-11 {00064022.5 706-9905104 } • e • Page 50 of 412 ,*tl IN r 947 Clint Moore Road SURVEYING & MAPPING Tel: (561) 241-9908 4oa Raton, Florida 3W7 Certuicate ot Authonzation No. LB7264 Fax: (561) 241-G182 SKETCH AND LEGAL DESCRIPTION (NOT A SURVEY) 7, BOYNTON TOWN CENTER - EXISTING CITY PARK LEGAL DESCRIPTION SIVU - Park Parcel, of "BOYN-1 ON [OWN CENTER, A P.C.D", as recorded in Plot Book 106, Pages 144-151 of the Public Records of Palm Beac-i County, Florida, LESS AND EXCEPT THE EAST 40.00 FEET THEREOF, Said parcelof land situate within the City of Boynton Beech, Palm Beach County, Florida, containing 4,723 Acres, (205751 Square Feet), rno!e or 1. REPRODUCTIONS or THIS SKETCH ARE NOT VALID WITHOUT THE SIGNATURE AND THE ORIGINAL RAISED SEAL OF A FLORIDA LICENSED SURVEYOR AND MAPPER 2. NO SEARCH OF THE PUBLIC RECORDS WAS MADE IN THE PREPARATION OF THIS SKETCH AND DESCRIPTION. 3. BEARINGS SHOWN HEREON ARE BASED ON THE NORTH LINE OF SAID PLAT HAVING A BEARING OF NORTH 87' 45'57" EAST. ACCORDING TO SAID PLAT. UTJ:__.rf� L ARCLENGTH COR. CORNER DDELTA (CENTRAL ANCLE) L , 81 LICENSED BUSINESS L.S. L CENSED SURVEYOR WN MONUMENT D.R.B. OFFICIAL RECORDS BOOK P.O.B. POINT OF BEGINNING P.O,C. POINT OF COMMENCEMENT P.B. a PLAT BOOK P.B.C.R. - PALM BEACH COUNTY RECORDS PC. PAGE P.SIM, PROFESSIONAL SURVEYOR 8 MAPPER R/W RIGHT-OF-WAY CERTIFICATION H-JEREBY CERTIFY THAT THE SKETCH AND DESCRIPTION SHOWN HEREON COMPLIES WITH MINIMUM TECHNICAL STANDARDS AS CONTAINED IN CHAPTER 5J-17.051, FLORIDA ADMINISTRATIVE CODE, PURSUANT TO SECTION 472.027, FLORIDA STATUTES, AND THAT SAID SKETCH AND DESCRIPTION IS TRUE AND CORRECT TO THE REST OF MY KNOWLEDGE AND BELIEF A$ Fj��RED UNDER MY DIRECTION. Sy-rF U E AORAN"L) MO;PFR FLORIDA LICENSE NO.LS5111 Prolect N-1 UOYNI(94 VILLAUL COU I02/Z4i2UI�, JOB No. (14171 _TT�T�_vl 4701439-11 t00064022,5 306-9905104 1 Page 51 of 412 Tel: 947 Clint Moore Road SURVEYING &M APPING Fax (561(W) 241-9986 ) 241--5182 Boca Raton, Florida 33487 Certificate of Authorizagon No. LB7264 SKETCH AND LEGAL DESCRIPTION (NOT A SURVEY) "CORTINA PUD REPLAT" 1I I 0 (P.8, 109, PGS. 196-202) C UTILITY EASEMENT PQ 164W (ORB ^32 F-1. FJ L I D711-71 HI 'NU EASEMENT "BOYNTON TOWN CENTER, A P.C.D." )R-6 6.50" 50- OPENING (P.1106, PGS. 144-151) D-180 34`11"�(P,B. 106, L-209.53' PGS. 144 -151) 1 10- RALE. SMU-PARK PARCEL -(p.8, im "BOYNTON TOWN CENTER, A P.C.D." cZ>11 PGS, 144-151) (P.B. 106, PGS. 144-151) 2:6 00 N71* 32'14"W 15, L.B.E. 06If 72.61' —(P.8, 106, PGS. 144 -151) PCS, 14-4-151W TRACT JZ -8"4 I S890 4857*'W 7N45'29"W 0 229.06'379.29' 9 ., c— . — — N780 W-- 2� OC15 870YN-Tb—N ROAD 20,19' c� 4701439-11 {00064022.5 306-9905104 1 Page 52 of 412 ALL OF CORTINA PUD REPLAT, ACCORDING TO THE PLAT THEREOF, RECORDED IN PLAT BOOK 109, PAGES 196 THROUGH 202 OF THE PUBLIC RECORDS OF PALM BEACH COUNTY, FLORIDA. PARCELamm BOYNTON TOWN RECORDED :O• BEACH ►9 - TRACT • OF OF • P.C.D., ACCORDING TO THE PLAT THEREOF, 106, PAGE 144 OF • DOF PALM PARCEL "SU - PARCEL 4 - TRACT VVI- SIDENTIAL" OF THE PLAT OF OYNTON TOWN CENTER, A P.C.D., ACCORDING TO THE PLAT THEREOF, RECORDED IN PLAT BOOK 106, PAGE 144 OF THE PUBLIC RECORDS OF PALM BEACH COUNTY, FLORIDA. 4701439-11 (00064022.5 306-9905104 } Page 53 of 412 ... Ck" m ?f;'2.*S87 Baca a toN nslywinsul *1011 won= SURVEYING & H A P ITN G lartiricate or Authorization ND 87264 SKETCH AND LEGAL DESCRIPTIO1 (NOT A SURVEY) Tel: 661) 241-9988 Fox:150241-5182 ALL OF LOTS 338 THROUGH 34.3, 345 THROUGH 376, 379 THROUGH 383, AND 388 THROUGH 392, TOGETHER WITH PORTIONS OF LOTS 337, 344, 377, 378, 384 THROUGH 387 AND 393, AND PORTIONS OF TRACTS B-5, B-6 AND R-2, ALL OF CORTINA PUD REPEAT, ACCORDING TO THE PLAT THEREOF, RECORDED IN PLAT BOOK 109, PAGES 196 THROUGH 202 OF THE PUBLIC RECORDS OF PALM BEACH COUNTY, FLORIDA AND BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS; COMMENCING AT THE NORTHWEST CORNER OF SMU - LAKE PARCEL, BOYNTON TOWN CENTER, A P.C.D., ACCORDING TO THE PLAT THEREOF, RECORDED IN PLAT BOOK 106, PAGES 144 THROUGH 151 OF THE PUBLIC RECORDS OF PALM BEACH COUNTY, FLORIDA; THENCE NORTH 831 50'35" WEST, A DISTANCE OF 9.11 FEET TO ,THE POINT OF BEGINNING; THENCE SOUTH 03'01'43" EAST, A DISTANCE OF 112.89 FEET; THENCE SOUTH 06* 58'40" EAST, A DISTANCE OF 102.68 FEET; THENCE SOUTH 09- 5111" EAST, A DISTANCE OF 133.60 FEET; THENCE SOUTH 14,09116" EAST, A DISTANCE OF 132.91 FEET; THENCE SOUTH 18' 59'00" EAST, A DISTANCE OF 148.91 FEET; THENCE SOUTH 25' 45'2511 EAST, A DISTANCE OF 184.46 FEET; THENCE SOUTH 89-1914" WEST, A DISTANCE OF 183.07 FEET TO A POINT ON THE ARC OF A CIRCULAR CURVE TO THE LEE]-, AT WHICH THE RADIUS POINT BEARS SOUTH 70* 49*03" WEST; THENCE NORTHWESTERLY ALONG THE ARC OF SAID CURVE, HAVING A RADIUS OF 646,50 FEET AND A CENTRAL ANGLE OF 05'56'36", A DISTANCE OF 67.06 FEET TO A POINT OF REVERSE CURVATURE OF A CIRCULAR CURVE TO THE RIGHT; THENCE NORTHWESTERLY AND NORTHERLY ALONG THE ARC OF SAID CURVE, HAVING A RADIUS OF 1452.00 FEET AND A CENTRAL ANGLE OF 25-34'55", A DISTANCE OF 648.30 FEET TO A POINT OF REVERSE CURVATURE OF A CIRCULAR CURVE TO THE LEFT; THENCE NORTHERLY ALONG THE ARC OF SAID CURVE, HAVING A RADIUS OF 646,50 FEET AND A CENTRAL ANGLE OF 09- 49'59"% A DISTANCE OF 110.95 FEET (THE LAST THREE DESCRIBED COURSES BEING COINCIDENT WITH THE WEST BOUNDARY OF SAID TRACT B-57: THENCE SOUTH 83* 50'35" EAST, ALONG A NON -RADIAL LINE, A DISTANCE OF 152.78 FEET TO THE POINT OF BEGINNING. SAID LANDS SITUATE IN THE CITY OF BOYNTON BEACH, PALM BEACH COUNTY, FLORIDA, AND CONTAIN 3.000 ACRES, MORE OR LESS, NOTES 1. REPRODUCTIONS OF THIS SKETCH ARE NOT VALID WITHOUT THE SIGNATURE AND THE ORIGINAL RASED SEAL OF A FLORIDA LICENSED SURVEYOR AND MAPPER. 2. NO SEARCH OF THE PUBLIC RECORDS WAS MADE IN THE PREPARATION OF THIS SKETCH AND DESCRIPTION, I BEARINGS SHOWN HEREON ARE BASED ON THE EAST RIGHT-OF-WAY LINE OF CONGRESS AVENUE, HAVING AN ASSUMED BEARING OF NORTH 01- 23`03" WEST. CERTIFICATION IHEREBY CERTIFY THAT THE SKETCH AND DESCRIPTION SHOWN HEREON COMPLIES WITH MINIMUM TECHNICAL STANDARDS AS CONTAINED IN CHAPTER 5,14/.051, FLORIDA ADMINISTRATIVE CODE, PURSUANT TO SECTION 472.027, FLORIDA STATUTES, AND THAT SAID SKETCH AND DESCRIPTIO IS TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE AND QfL.IE AS PRAPARED UNDER MY DIRECTION. �YOR AND MAPPER DA LICENSE NO. LS5ill DATE, 10/28/2014 JOB 'u. 04173 6uG Bre JSH I ---------------- OKI) P,,, _j �_y EEt I V 4 4701439-11 (00064022.5 306-9905104 Page 54 of 412 le. . . . . . . . . . [l1.47,',%nlyre Road SURVEYING k P, APP ING t. "� londa 33487 Certificate or hUWlldtl(Xl No.L87264 SKETCH AND LEGAL DESCRIPTION (NOT A SURVEY) PROPOSED PARK PARCEL 12 AVC./ GATMAY BLVD, 001ANIUM A' , CORPORATE, PARK ARK 4 /�--L.WJM. CANAL r-4 PACE 3 BOYNTON BEACH MALL ql<E CH PAC,[-, 4 womilliftellam N01 10 SCALE P.B.C.R. PALM BEACH COUNTY RECORDS D DELTA (CENTRAL ANGLE) F.P.L. FLORIDA POWER 8 LIGHT COMPANY L ARCLENGTH L.B. LICENSED BUSINESS lr.S' LICENSFD SURVEYOR I .W.D.D. LAKE WORTH DRAINAGE DISTRICT NO. NUMBER O>R,B- OFFICIAL RECORDS BOOK P.B. El. PI, AT BOOK P6. PACE R RADIUS R/w RIGHT -OF'-WAY P—j—t N—iI DATE: 10/28/2014 JOB Wo ti, JFY SHEET 2 OF 4 4701439-11 (00064022 5 306-9905104 lel:156101-9968 Fax: 661) 241-5162 Page 55 of 412 4701439-11 {00064022.5 306-9905104 SKETCH AND LEGAL DESCRIPTION (NOT A SURVEY) '4 —S13 -1 152.7�, eon L C> n rri 9m, SRI 370 0 rl t"f ni", _earn -14 imc 5 to, E., 0 m P 6 2 O�, cn TRACT C:) 384 388 xi 05 Fj z- ;51 382 4701439-11 {00064022.5 306-9905104 SKETCH AND LEGAL DESCRIPTION (NOT A SURVEY) '4 —S13 -1 152.7�, eon L C> n rri 9m, SRI 370 0 rl t"f ni", _earn -14 imc 5 to, E., 0 m P 6 2 O�, 4701439-11 {00064022.5 306-9905104 SKETCH AND LEGAL DESCRIPTION (NOT A SURVEY) '4 —S13 -1 152.7�, MATCH LINE I I Page 56 of 412 CD A rri 9m, SRI 370 0 mzf C -Vzmz _earn imc 5 to, E., 0 m P 6 2 O�, TRACT 384 388 xi 382 MATCH LINE I I Page 56 of 412 B1 A rri 9m, CA 370 94 _earn imc 5 to, E., P 6 2 O�, TRACT MATCH LINE I I Page 56 of 412 SKETCH AND LEGAL DESCRIPTION (NOT A SURVEY) MATCH LINE 't , y . f.r ol ` W t +,� ` 1 `l ` \ ip 37 yus X ` t. � � ` � \ � 10; LAKE INTERCONNECT EASEMENT - {G1 -e. 227 4, G.2(;3, P.r�.f..R.i P 1\� LA 1 01 �, ,}ti, 1, f 3ES`• � � , \t, �\ ►�; � .- -^1, v� 6. \ Ga l A \ r- oi\ i �'' .OSx' 1 r . rQ e o W rp� 71 {i CTi 1 — . CTJ I> LSA O1 r i. S v ;' s' r-j1t \ •t S89-19°14'° 183'07' 4701439-11 (00064022.5 306-9905104 } Page 57 of 412 4701439-I1 100064022.5 306-9905104 } Page 58 of 412 THIS SPECIAL WARRANTY DEED is made as of . ...... . _-_ 20_, by B CORTINA ACQUISITION LLC, a Delaware limited liability company, with an address at BlackRock, 400 Howard Street, San Francisco, CA 94105("Granto ") to THE CITY BOYNTON BEACH, a municipal corporation of the State of Florida, having its offices at 100 Boynton Beach Boulevard, Boynton Beach, Florida 33435 ("Grantee"). (Wherever used herle� the terms "Grantor" and "Grantee" include all the parties to this instrument and the heirs, leg representatives and assims of individuals, and the successors and assigns thereof.) WITNESSETH: That • for and in consideration of the sum • Ten and No/100 Dollars ($10.00) and other good and valuable consideration paid by Grantee to Grantor, the receipt anil sufficiency of which are hereby acknowledged, by these presents does grant, bargain, sell, alien, remise, release, convey and confirm unto the Grantee, and Grantee's successors and assigns forever, all the right, title, interest, claim in and to that certain real property located and situate in Palm Beach County, Florida, described in Exhibit A attached hereto and made a part hereof (the "Proper • WITH all tenements, hereditaments and appurtenances belonging to or in any way appertaining to the Property and (i) any and all structures and improvements on the Property; and (ii) all easements, rights of way, privileges, licenses, appurtenances and other rights and benefits belonging to, running with the owner of, or in any way related to the Property. TO HAVE AND TO HOLD the same in fee simple forever. GRANTOR hereby covenants with Grantee that Grantor is lawfully seized of t Property in fee simple; that Grantor has good right and lawful authority to sell and convey t Property; that Grantor hereby warrants the title to the Property and will defend the same again the lawful claims of all persons claiming by, through or under Grantor, but against none othe, subject, however, to subject to all assessments and taxes for the year 2015 and all subseque years, which are not yet due and payable, and the matters set forth on Exhibit B hereto, witho any intent to reimpose same. I 4701439-11 100064022,5 306-9905104 Page 59 of 412 IN WITNESS WHEREOF, Grantor has duly executed this instrument in the manner and form sufficient to bind it as of the day and year first above written. WITNESSES: BR CORTINA ACQUISITION LLC, a Delaware limited liability company Name: Name: STATE OF FLORIDA ) )ss: COUNTY OF ) By: Bridge Cortina Management, LLC a Florida limited liability, its non- member manager By: Name: Title: The foregoing instrument was acknowledged before me this day of' 20 , by , as of Bridge Cortina Management, LLC, a Florida limited liability company, the non-member manager of BR Cortina Acquisition LLC, a Delaware limited liability company, who is personally known to me or has produced a as identification, on behalf of the company. My Commission expires: Notary Public, State of Florida Printed Name of Notary Public 4701439-11 (00064022.5 306-9905104 } Page 60 of 412 Form of Special Warranty Deed for Existing Park Land 4701439-11 {00064022.5306-9905104 } Page 61 of 412 9 ����Mwwe SPECIAL WARRANTY DEED THIS SPECIAL WARRANTY DEED is made as of 20by T CITY OF BOYNTON BEACH, a municipal corporation of the State of Florida, having i offices at 100 E. Boynton Beach Boulevard, Boynton Beach, Florida 33435 ("Grantor"), to B] CORTINA ACQUISITION LLC, a Delaware limited liability company, with an address at c BlackRock, 400 Howard Street, San Francisco, CA 94105 ("Grantee"). (Wherever used here the terms "grantor" and "grantee" include all the parties to this instrument and the heirs, leg representatives and assigns of individuals, and the successors and assigns thereof.) WITNESSETH: That Grantor, for and in consideration of the sum of Ten and No/100 Dollars ($10.00) and other good and valuable consideration paid by Grantee to Grantor, the receipt and sufficiency whereof are hereby acknowledged, by these presents does grant, bargain, sell, alien, remise, release, convey and confirm unto the Grantee, and Grantee's successors and assigns forever, all that certain real property located and situate in Palm Beach County, Florida, described in Exhibit A attached hereto and made a part hereof (the "Property"); TOGETHER WITH all tenements, hereditaments and appurtenances belonging to or any way appertaining to the Property, and (i) any and all structures and improvements on t Property; and (ii) all easements, rights of way, privileges, licenses, appurtenances and oth rights and benefits belonging to, running with the owner of, or in any way related to the Propert] Mi Ill 111111111 111111111111111111111111111 111 11111111 1111�111111 !1I Illi III ill' Illi. . 1 Ill -- 8 i AND Grantor hereby covenants with Grantee that Grantor is lawfully seized of t Property in fee simple; that Grantor has good right and lawful authority to sell and convey t Property; that Grantor hereby warrants the title to the Property and will defend the same again I the lawful claims of all persons claiming by, through or under Grantor, but against none othel I subject, however, to subject to all assessments and taxes for the year 2015 and all subseque Vears, which are not yet due and payable, and the matters set forth on Exhibit B hereto, with ou any intent to reimpose same. I 4701439-11 {00064022,5 300-9905104 Page 62 of 412 GRANTOR hereby releases all easement rights Grantor has over the Property including, but not limited to platted easements, drainage and access easements, including the forty foot (40') wide platted pedestrian easement along the east side of the Property, pursuant to the Plat of Boynton Town Center, a P.C.D., according to the Plat thereof, recorded in Plat Book 106, Page 144 of the Public Records of Palm Beach County, Florida. IN WITNESS WHEREOF, Grantor has duly executed this instrument in the manner and form sufficient to bind it as of the day and year first above written. Janet M. Prainito, City Clerk Signed, sealed and delivered in presence of - (Signature of first witness) (Printed name of first witness) (Signature of second witness) (Printed name of second witness) STATE OF FLORIDA ) )ss: COUNTY OF ) • 0 book, skill• .:.• • 11M 4 By: _ Name: Gerald Taylor Title: Mavor The foregoing instrument was acknowledged before me this day of 20 by Gerald Taylor and Janet M. Prainito, Mayor and City Clerk, respectively, of the City of Boynton Beach, a municipal corporation of the State of Florida, on behalf of the City of Boynton Beach, who have acknowledged himself and herself to be the Mayor and City Clerk of the City of Boynton Beach, and who are personally known to me. My Commission expires: Notary Public, State of Florida 4701439-11 {00064022.5 306-9905104 ) Page 63 of 412 Form of Temporary Construction and Access Easement 4701439-11 {00064022.5 306-9905104 } Page 64 of 412 TEMPORARY CONSTRUCTION AN ACCESS EASEMENT TT TAIS TEMPORARY CONSTRUCTION AND ACCESS EASEMENT (this "Easement") is -♦ this day of 201_, by THE CITY • and/orBOYNTON BEACH, a municipal corporation of the State of Florida (the "Grantor") in favor of BR CORTINA ACQUISITION, LLC, a Delaware limited liability company, its successors r' 3 A. Grantor and Grantee entered into that certain Boynton Village Park Conveyance Agreement • ` ♦ "Purchase Agreement") pursuant to which Grantee conveyed to the Grantor the real property located in the City of Boynton Beach more particularly described on the attached Exhibit A (the "Park" or •roper "). Grantor is the owner - • B. The Purchase Agreement provides that Grantee shall be responsible to complete the Park Improvements (as defined in the Agreement) within the Park and that Grantor shall grant to Grantee a temporary construction and access easement allowing Grantee access to the Park for the purpose ♦ • Park Improvements.. C. In order to facilitate the construction and installation of the Park Improvements, Grantor desires to grant to Grantee, its contractors, subcontractors, agents, employees, successors and assigns (collectively, the "Grantee Parties ' ") a temporary, non-exclusive construction and access easement over and across the Park for the construction, installation and development of Park •" NOW, THEREFORE, in consideration of the foregoing, the sum of Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the Grantor and Grantee agree as follows: I . Recitals. The foregoing recitals are true and correct and are incorporated into and form a part of this Easement. 4701439-11 {00064022.5 306-9905104 } Page 65 of 412 I - 00] or*] MAN or.) WO 1 0 MIn IV"' 1IM711OLLCYS QUXSCW- -1- SJI 111"HOCLIJ F, CLS 4T VIIIISS S 01 kiralacr- or any ♦ the Grantee •« in connection with Grantee's use of the Easement Property; provided, however, the foregoing indemnity shall not apply (i) with respect to any losses to the extent that such losses are the result of any acts or omissions on the part of Grantor or any of its employees, agent, contractors, subcontractors, successors and/or assigns or (ii) to the extent such losses are covered by the insurance required to be maintained by the Purchase Agreement, if any. 5. Covenants of Grantor. Grantor hereby covenants and agrees with Grantee that it will not, at any time, take any action which materially and adversely affects the rights granted in this Easement to the Grantee and Grantee Parties and will reasonably cooperate with the Grantee and Grantee Parties, at Grantee's sole cost and expense (including, without limitation, all legal and consultant fees, if any, incurred by Grantor), in connection with obtaining, transferring, amending, supplementing and/or renewing any permits or approvals from any goverm-nental or quasi-goverm-nental authorities necessary with respect to use and enjoyment of the rights granted to the Grantee and Grantee Parties. Grantor agrees to indemnify, defend and hold Grantee and its agents and employees harmless from any damage, loss, cost, expense (including, without limitation, reasonable costs, attorneys' fees and paraprofessional fees pretrial, at trial and at all levels of proceedings, including appeals), or claims of damage to property, personal injury, death or other matters caused directly or indirectly by or arising from the acts or omissions of Grantor or any of its employees, agent, contractors, subcontractors, successors and/or assigns (the "Grantor Parties"), in connection with Grantor's use of the Easement Property; provided, 4701439-11 J000640215 306-9905104 Page 66 of 412 however, the foregoing indemnity shall not apply (i) with respect to any losses to the extent that such losses are the results of any acts or omissions on the part of Grantee or any of the Grantee Parties or (ii) to the extent such losses are covered by the insurance required to be maintained by the Purchase Agreement, if any. 6. Enforcement. The terms of this Easement may be enforced by Grantor or Grantee by injunctive relief and any other available remedies. By way of example, and not limitation. Grantee shall be entitled to enjoin any activity or use of the Easement Property that is inconsistent with this easement and rights granted to Grantee pursuant to this Easement. In the event of any litigation between Grantor and Grantee concerning the terms of this Easement, the prevailing party will be entitled to reimbursement of its costs and expenses, including reasonable attorneys' fees and costs, pretrial, at trial and at all levels of proceedings, including appeals. 7. Modification, Except as set forth in Section 2 above with respect to an Easement Termination, this Easement cannot be amended, modified, released or terminated except by written agreement executed by Grantor and Grantee, and recorded in the Public Records of Palm Beach County, Florida. 8. Notices. All notices given pursuant to this Easement shall be in writing and shall be given in the manner described in the Purchase Agreement. 9. Covenant Running with the Land. All provisions of this Easement, including the rights, benefits and burdens set forth in this Easement shall be a covenant running with the land, binding upon Grantor, Grantee, their successors and assigns, but only during the term of this Easement. 10. Definitions. All capitalized terms not defined herein shall have the meanings ascribed to such terms in the Purchase Agreement. 11. Headings. The section headings in this Easement are included for convenience and reference only and shall not be construed to modify or affect the terms and provisions of any section of this Easement, or to define or limit the scope or content of this Easement in any way. 12. Counterparts. This Easement may be executed in any number of counterparts, each of which will be deemed to be an original, and a complete set of which shall together constitute one and the same instrument. 13. Severability. The invalidity of any provision of this Easement shall not affect the validity of any other provision of this Agreement. 14. Governing Law. This Easement shall be governed by and in accordance with the laws of the State of Florida. 15. No Waiver. Enforcement of the terms and provisions of this Agreement shall be at the reasonable discretion of the aggrieved party, and any forbearance by such aggrieved party to exercise its rights under this Easement in the event of any breach hereof by the other party, shall not be deemed or construed to be a waiver of the aggrieved party's rights under this Easement. 4701439-11 t00064022.5 306-9905104 Page 67 of 412 16. Construction. All of the parties to this Agreement have participated in the negotiation of this Easement and have been represented by legal counsel (or have been afforded the opportunity to do so and have declined). Accordingly, this Agreement shall not be construed more strictly against any one of the parties hereto. IN WITNESS WHEREOF, Grantor and Grantee have executed this Easement as of the date above first written. CITY OF BOYNTON BEACH, a municipal corporation of the State of Florida By: Name: Gerald Taylor Title: Mayor Janet M. Prainito, City Clerk WITNESSES Sign Print Sign Print STATE OF FLORIDA COUNTY OF PALM BEACH The foregoing instrument was acknowledged before me this day of , 20_ by Gerald Taylor and Janet M. Prainito, Mayor and City Clerk, respectively, of the City of Boynton Beach, a municipal corporation of the State of Florida, on behalf of the City of Boynton Beach, who have acknowledged himself and herself to be the Mayor and City Clerk of the City of Boynton Beach, and who are personally known to me or who produced as identification. My commission expires: NOTARY PUBLIC, State of Florida Print name: 4701439-11 (00064022.5 306-9905104 } Page 68 of 412 11 N&IM, Sign Print Sign Print STATE OF FLORIDA ) COUNTY OF BR CORTINA ACQUISITION, LLC, a Delaware limited liability company The foregoing instrument was acknowledged before me this day of IN by _, , as of BR Cortina Acquisition, LLC, a Delaware limited liability company, who is personally known to me or who produced as identification, on behalf of the company. My commission expires: NOTARY PUBLIC, State of Florida Print name: 4701439-11 (00064022.5 306-9905104 } Page 69 of 412 EXHIBIT A TO TEMPORARY CONSI—TRUCTION ANDACCESS EASEMENT' Park/Elasp errt Property x � r } 11 14VA k } wj�w fin +R 4701439-11 {00064022.5 306-9905104 ) Page 70 of 412 6.C. CONSENTAGENDA 11/17/2015 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 11/17/2015 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. R15-142 -Approve Interlocal Agreement with Boynton Village Community Development District. Applicant: City Initiated. EXPLANATION OF REQUEST. As part of the Boynton Village & Town Center Park Land Swap, the City requested the Boynton Village Community Development District (CDD) release any special assessment liens previously imposed on the Park Site by the CDD and discontinue the levy and collection of any CDD special assessments on the Park Site as long as the park parcel is owned by the City and utilized for park purposes. This Interlocal Agreement will accomplish this task. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? N/A FISCAL IMPACT. None associated with the execution of the Interlocal Agreement. As a result of the agreement, the City will not be subject to any special assessments from the CDD on the Park Site. ALTERNATIVES: None recommended. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: N/A CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: N/A Is this a grant? No Grant Amount: ATTACHMENTS: Type Description D Resolution Resolution approving ILAwith Boynton Village CDD D Agreement ILA with Boynton Village CDD REVIEWERS: Page 71 of 412 Department Reviewer Action Date Planning & Zoning Rumpf, Michael Approved 11/2/2015 - 11:08 AM Development Mack, Andrew Approved 11/10/2015 - 8:06 AM Finance Howard, Tim Approved 11/10/2015- 8:36 AM Legal Swanson, Lynn Approved 11/12/2015 - 10:30 AM City Manager LaVerriere, Lori Approved 11/10/2015- 8:37 AM Page 72 of 412 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION R15 - A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING AND AUTHORIZING THE MAYOR AND CITY CLERK TO SIGN THE INTERLOCAL AGREEMENT WITH BOYNTON VILLAGE COMMUNITY DEVELOPMENT DISTRICT; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, as part of the Boynton Village & Town Center Park Land Swap, the City requested the Boynton Village Community Development District release any special assessment liens previously imposed on the Park site by the Boynton Village Community Development District and discontinue the levy and collection of any CDD special assessments on the Park site as long as the park parcel is owned by the City and utilized for park purposes; and WHEREAS, the City Commission of the City of Boynton Beach deems it in the best interest of the residents and citizens of the City to approve the Interlocal Agreement with Boynton Village Community Development District. 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 of Boynton Beach approves the Interlocal Agreement with the Boynton Village Community Development District to release any special assessment liens previously imposed on the Park site by the Boynton Village Community Development District and discontinue the levy and collection of any CDD special assessments on the Park site as long as the park parcel is owned by the City and utilized for park purposes. Section 3. The City Commission authorizes the Mayor and City Clerk to sign the Page 73 of 412 29 Interlocal Agreement, a copy of which is attached hereto as Exhibit "A". 30 Section 4. That this Resolution shall become effective immediately upon passage. 31 PASSED AND ADOPTED this day of , 2015. 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 ATTEST: Janet M. Prainito, MMC City Clerk (Corporate Seal) CITY OF BOYNTON BEACH, FLORIDA Mayor — Jerry Taylor Vice Mayor — Joe Casello Commissioner — David T. Merker Commissioner — Mack McCray Commissioner — Michael M. Fitzpatrick VOTE YES NO Page 74 of 412 2015, by and between: seattrcss is TTTfflff mr, Tff ff FrowTo"Tiates,aaesXoacat,,,suliWFU Boca Raton,DD agreementWHEREAS, at its meeting of September 6,2006, the City Commission of the CITY approved Ordinance No. 06-073, establishing the CDD; and WHEREAS, the principal owner of the lands located within the CDD has entered into an # convey to the CITY that certain parcel of described in Exhibit "A" attached hereto to be used by the CITY as a public park site (the "Park Site"); and WA - r- iA. conveyanceof Park Site to the CITY, the CDD release any special assessment liens previously imposed on the Park Site by the CDD # discontinue # collection of Dl special assessments on the Park • Park Site is owned by the CITY and utilized for public park purposes; and WHEREAS, the CDD Board of Supervisors has determined that the Park Site, when used as a public park site, will not receive a special benefit from the infrastructure improvements funded by the CDD, and that it is in the best interest of the CDD to exempt the Park Site from any obligation to pay CDD special NOW, THEREFORE, FOR AND IN CONSIDERATION of the mutual covenants and agreements hereinafter set # - # agree as follows: Section RECITALS. The above# • are incorporated Section 2. TERM OF AGREEMENT. This Agreement shall become effective upon the approval and • • ` * -- • •• r rrli&llr • utilized for public park purposes. (0001oz7z.Doc v.I } Page 75 of 412 Section 3. PARK SITE NOT SUBJECT TO CDD SPECIAL ASSESSMENTS. The CDD ♦ that, upon the CITY becoming the fee title owner of the Park Site, the CDD will execute and record in the Public Records of Palm Beach County, Florida, a release of any and all special assessment liens that the CDD has imposed on the Park Site. The CDD further agrees that, as long as the Park Site is used by the ClTY as a public • site, the CDD will not levy special assessments of any kind (i.e., tebt assessments or operating and maintenance assessments) on the Park Site. 4.01 Venue of any claim, objection or dispute arising out of this Agreement shall be in the appropriate court of competent jurisdiction in Palm Beach County, Florida. 4.02 If either party is required to • the services of an attorney to resolve any dispute or disagreement arisin•directl,,y or indirectl from or under this Agreement'. to en' . 9 "Turms, provisions, covenants or conditions of this Agreement, or remedy any breach of this Agreement, the prevailing party shall • entitled to recover from the other party the prevailing • s attorney's fees charged for such services. Section 5. GOVERNING LAW. The validity, construction and effect of this Agreement shall be governed by the laws of the State of Florida. Section t,. ENTIRE AGREEMENT. This Agreement contains the entire understanding of the &r&&—m'#J0Ct iyzw&z�s whether oral or written, and this Agreement may not be altered, amended, modified or otherwise changed nor may any of the terms hereof be waived, except by a written instrument executed by both oarties. The failure of a VEarVA to seek redress for violation of or to insist on stri the covenants of this Agreement shall not be construed as a waiver or relinquishment for the future of ,?.nv covenant. term. condition or election but t1te sa.&� I i, e ect- . �,ntitue and LqUaa.IL Section 7. SEVERABILITY. Should any part, term or provision of this Agreement be by the or provisions shall not be affected thereby. Section 8. CONTRACT ADMINISTRATORS. The Contract Administrators for each party shall •' -zs follows: CDD: District Manager Wrathell, Hunt and Associates, LLC 2300 Glades Road, Suite 41OW Boca Raton, FL 33431 Telephone No. (5 61) 571-0010 CITY: City Manager City of Boynton Beach 100005264.DOC v.21 Im Page 76 of 412 100 East Boynton :- ,# # eBoynton Beach, FL 33425 Telephone No. (561) 742-6004 Section 9. NOTICES. Whenever either party desires to give notice to the other, such notice mu�f be in writing and sent by United States mail, return receipt requested, courier, evidenced by a delivery recei t,orb overnight ex�2ress deliverX service, evidenced b adeliver,%recei*t:-ad&tcssc4. CDD: District Manager Wrathell, Hunt and Associates, LLC 2300 Glades Road, Suite 410W Boca Raton, FL 33431 Telephone No. (561) 571-0010 Copy To: District Counsel Billing, Cochran, Lyles, Mauro & Ramsey, P.A. 515 East Las Olas Blvd., 61' Floor Foil Lauderdale, Florida 33301 Telephone No. (954) 764-7150 CITY: City Manager City of Boynton Beach 100 East Boynton each Blvd. Boynton each, FL 33425 Telephone No. (561) 742-6000 Copy To: City Attorney City of Boynton Beach 100 East Boynton each Blvd. Boynton each, FL 33425 Telephone No. (561) 742-6000 {00005264.DOC v.21 I Page 77 of 412 BOYNTON VILLAGE COMMUNITY DEVELOPMENT DISTRICT,of special- purposegovernment the Chapter 190 of the Florida Statutes By: ----------- ----------------------------------------- —. ChairpersanNice Chairperson BEACH,CITY OF BOYNTON • •s State of Flori.ta. M _ Clty Clerk {00005264.DOC v.2} in Page 78 of 412 ID►.Y�1���lhi�i Description r itc (0001027z.Doc v.1 Page 79 of 412 EXHIBIT "A" Dmowt-ttion of Park Site {00010272.MCV.I} Page 80 of 412 949A ClintMore Rood Teh (56112�1-9988 Roca Ra tm, do 33487 SURVEYING A KAPPIAG Fox; 1561) 241-51132 GaPtiricats of Authorudtion NtiA872 4 TI V, 00091TIOXWM"O. 112 SAII) LANDS SITUATE IN THE CITY OF BOYNTON BEACH., PALM BEACH COUNTY, rLORIDA, AND CONTAIN 3.000 ACRES, MORE OR LESS, NOTES 1 REPRODUCTIONS OF THIS. SKETCH ARE 140T VALID WITHOUT THE SIGNATURE AND THE ORIGINAL RAISED SEAL Of A FLORIDA LICENSED SURVEYOR AND MAPPER, 2, NO SEARCH OF THE PUBLIC RECORDS WAS IN THE PREPARATION OF THIS SKETCH AND DESCRIPTION, ,3. BEARINGS SHOWN HEREON ARE BASED ON THE EAST RIQHT--OF-WAY LINE OF CONGRESS AVENUE., HAVING AN ASSUMED BEARING OF NORTH 01"23'03" WEST. ---------------- JEPF S. HODAPP SURVEYOR AND MAPPER FLORIDA LICENSE NO. LS5111 — -7- IO/R8/2014 p'0jeot Nwms EPRA — 400 no, 104173 own Byj Jai Page 81 of 412 949A Clint 4ore Road Bora Raton, Florida 33467 P. a. Ci R, D F � P , L L L B, L- W. 0. D. NO. O,R. B, PG. R. R /W m SKETCH AND LEGAL DESCRIPTION (NOT A SURVEY) PROPOSED PARK PARCEL W#Niuul EWEN PALM BEACH COJUNTY RECORDS DELTA.. (tENTML ANGLE ) FLORIDA PbWER & LIGHT COMPANY ARCLENOTH LICENSED BUSINESS, LICE14SED SURVEYOR, LAKE WORTH DRAINAGE DISTRICT NU MBER OFFICIAL RECORDS BOOK PLAT BOOK PAGE RADIUS Rl GHT - OF - WAY 101:6021,1-9980 Fax: 15611241-5182 Page 82 of 412 AM/ GATEWAY BLVD OUANTUM PARK �L,WADXANAL E-4 PACE 3 BOYNTON 6EAal THIS MALL SKETCH PAGE 4 W#Niuul EWEN PALM BEACH COJUNTY RECORDS DELTA.. (tENTML ANGLE ) FLORIDA PbWER & LIGHT COMPANY ARCLENOTH LICENSED BUSINESS, LICE14SED SURVEYOR, LAKE WORTH DRAINAGE DISTRICT NU MBER OFFICIAL RECORDS BOOK PLAT BOOK PAGE RADIUS Rl GHT - OF - WAY 101:6021,1-9980 Fax: 15611241-5182 Page 82 of 412 ETCH AND LEGAL DESCRIPTION (NOT A SVC) J� RK }5 452, 387 cu C:l T _ ✓ �p� �� 41. i' m m ° } I 390 �OLI I __.__ ._. } { 385. I 1 L' 3$J _ I I84 i r n 370 CL cp c-5 I s I 3130 I fx5 , fia c�a or 1 i m m I I{ X74 I snrt �ro I' 1 14� _ TCT; l p 169 1, 15'a? }u> 4 } TRACT Il i3-5 �• 1 c°� 0-0--� l I t .FXFC H LINE Page 83 of 412 SKETCH AND LEGAL DESCRIPTION (NOT A SURVEY) MATCH LINE 0 Page 84 of 412 0 rL rn --a 1> unn prn mo, X� ib 0 10' LAKE INTERCONNECT EASEMENT P(-,-- 2G3,. P,BX,R,) 227941 0 Page 84 of 412 0 rL rn --a 1> unn prn mo, 0 Page 84 of 412 I CONSENTAGENDA 11/17/2015 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 11/17/2015 REQUESTED ACTION BY COMMISSION: Approve the piggyback of the Florida Sheriff's Association bid #15-13-0904, with Xylem Dewatering Solutions utilizing the same terms, conditions, specifications and pricing. This contract will be used for the purchase of a Godwin Dri-Prime pump at a cost of $25,980.80. EXPLANATION OF REQUEST. The City of Boynton Beach (City) oversees and maintains over 160 wastewater lift stations. Each station has two or more pumps which help to convey wastewater collected from homes and businesses with the City's service area to the South Central Regional Wastewater Treatment Plant (SCRWWTP) for processing and treatment. Emergency situations such as leaks, breaks, or pump station failures require the need for bypass pumping to ensure system continuity. The Utilities Department (Utilities) has standardized all bypass pump purchases to those manufactured by Godwin or Thompson. Xylem Dewatering Solutions (Xylem) owns the Godwin Pumps of America line of Dri-Prime pumps and accessories, and the Florida Sheriff's Contract complied with Public Contract Bid requirements equal to or exceeding the City's requirements. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? Bypass pumping procedures are routinely utilized in the event of system failures to prevent station overflows and sewage spills, and to ensure system continuity. Sewage on the streets or sewage backups in homes creates unpleasant and unsanitary conditions for the City's citizens, and regulatory infractions for the City. FISCAL IMPACT. Budgeted Funds have been budgeted in CIP account: 403-5000-535-64-05, SWR075. ALTERNATIVES: The City could issue a bid for Dri-Prime pumps. However, any alternatives may lead to higher costs and risk utilizing inferior pumps developed by other manufacturers. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: Page 85 of 412 ATTACHMENTS: Type D Addendum D Addendum D Addendum REVIEWERS: Department Reviewer Utilities Groff, Colin Utilities Groff, Colin Assistant City Manager Lejeune, Carisse Finance Howard, Tim Legal Swanson, Lynn City Manager LaVerriere, Lori Description Bypass Pump Over $10K Form Bypass Pump Backup 111715 Specification 71 Pricing Action Date Approved 10/28/2015 - 4:54 PPA Approved 10/28/2015 - 4:55 PPA Approved 10/29/2015 - 11:00 AM Approved 11/9/2015 - 8:26 AM Approved 111121201 - 9:50 AM Approved 111101201 - 8:37 AM Page 86 of 412 Date: 10/26/2015 Requesting Department: Utilities Contact Person: Jim Hart Sewer system emergency situations such as leaks, breaks or pump station failures require the need for bypass pumping. Emergency bypass pumping can occur at any station and Utilities has standardized bypass pumps to those manufactured by either Godwin or Thompson. This pump is being purchased to be utilized as the new bypass pump. Recommended Vendor Xylem Dewatering Solutions Dollar Amount of Purchase $25,980.80 Source for Purchase (check and attach backup materials): Three Written Quotations GSA State Contract PRIDE/RESPECT SNAPS Sole Source Piggy -Back ® Budgeted Item Emergency Purchase Other Contract Number: FL Sheriffs Association: 15-13-0904 NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contract. ,Fund Source for 403-5000-535-65-04 Approvals: Department Head Date Purchasing Agent Date Asst City Manager Date City Manager Date Form Kewsea uziuiiuz Page 87 of 412 qnfiml'1111� � Ft I "M 1 1. lb � '' vilamem H.T.E. ENTRY DATE: 10/23/2015 H.T.E. REQUISITION # 65106 Clerk: H.Sagel Procurement Ass't: Obj Director: Admin. City Manager (non budgeted capital and/or $5000+): -------- Piggy back T-'rie Florida Sheriffs Association & Florida Association of Counties bid # 15-13-0904 Unit Price Description & Part Number VENDOR INFORMATION: DIVISION: Basic OTHER INFORMATION: Obj Name: xylem Dewatering Solutions, Inc. Admin. 25980.80 ea Date: 10/20/2015 ASAP 5000 Address: PO Box 935152 Construction 04 Date Needed: 11/6/2015 Confirm. Atlanta, GA 31193-5152 Cust. Rel. ASAP/Conf. Distribution O BACKUP DOCS. DELIVERY: SUBMITTED: Phone (contact): Steve Kiss Water Qual. QuotesNerbal O E. Admin. 40 (x (over $500) 561-848-1200 Pumping (x) Quotes/Written (x) E. WTP 41 (over $2000) Vendor Number: 3876 PWTreat. Bid Does. W. WTP 42 Meter Serv. Sole Source Ltr. (x) P/U 99 INITIATOR: Jim Hart Sewage Insurance Special Instructions: 1 Requirements: APPROVED: Strrnwtr. SNAPS/GSA/Piggy-back Project Number: #: SWR 075 Quan. Unit Price Description & Part Number Fund Dept Basic Elem Obj Amount 1 25980.80 ea Dri-Prime Diesel Pump w/ trailer and fittings 403 5000 535 65 04 25980.80 0 Page 88 of 412 VLML*a�= 0 Ufifides Deparbnent 124E. Woolbright Road Boynton Beach, Florida 33435 Phone (561) 742-6400 FAX.- (561742-6298 OFFICE OF THE DIRECTOR OF UTILITIES ITEMS REQUESTED: QUOTATIONS Dri—Prime NC diesel pump VENDOR # 1: Xylem Dewatering Solutions DATE: 10/20/2015 CONTACT PERSON: Steve Kiss PHONE NUMBER- 561-848-1200 QUOTE: $25,980.80 VENDOR#2: DATE: CONTACT PERSON: PHONE NUMBER - QUOTE: VENDOR #3: DATE: CONTACT PERSON: —Jw Top I PURCHASING DEPT. Page 89 of 412 UNIT SALE ITEM QTY DESCRIPTION PRICE TOTAL Contract Items: A I Dri-Prime NC80 Diesel Pump $25,440.00 $25,440.00 - 4" x 3" 150# Flange Suction & Discharge - Yanmar 31NV80FSDSA FT4 Diesel Engine - Highway Trailer - Electric brakes - 3" Pintle, DOT Lights B 1 4" x 8' Light Weight Helix Hose with Godwin QD 276.80 276.80 Fittings C 1 4" x 4' Light Weight Helix Hose with Godwin QD 140.00 140.00 Fittings D 1 4" One Piece Suction Screen with Male Godwin QD 124.00 124.00 Fittings E I DELIVERY MOTOR FRT BR 019 PARTIAL LOAD TBD TBD - No Delivery Charges - Per FSA Contract $ 25,98021, mom TBJ, Please note all sale pricing is in U.S. Dollars. The price does not include freight, export boxing, duties, taxes, or any other items not specifically mentioned. This pricing information is for internal use only. We ask that these items and terms be kept confidential. All applicable tax and freight charges will be added to invoices. All quotations are subject to credit approval. All quotations are valid for 30 days. All prices quoted in US dollars. Page 90 of 412 xylern LetSolve ester godwirlo �. QUOTE PER THE FLORIDA SHERIFF'S ASSOCIATION CONTRACT Quote Prepared For: City of Boynton Beach Attention: Mr. Jimmy Hart Date: 1012012015 Quote #145001579 NC80-Trailer CONTRACT DETAILS LORIDA SHERIFF'S ASSOC., FLORIDA ASSOC. OF COUNTIES & FLORIDA FIRE CHIEFS' ASSOCIATION ID #: 15-13-0904 PECIFICATON #: 71, 6 INCH MOBILE PUMP PACKAGE FFECTNE: OCTOBER 1, 2015 THROUGH SEPTEMBER 30, 2016 CONTRACT PRICING QTY UNIT PRICE TOTAL BASE BASE BID - Godwin CD150M 6" Dri-Prime FT4 Diesel Pump -Trailer 1 37,650.00 37,650.00 CONTRACT PRICING TOTAL 37.650.00 ION -SPECIFIED NC80 DIESEL PUMP QTY UNIT PRICE TOTA NC80-Yanmar 3TNV80FSDSA FT4 Diesel Engine/Highway Trailer 1 31,800.00 31,800.0 SUB TOTAL 31,800.0 20% Discount LESS 6,360.0 NON SPECIFIED OPTIONS TOTAL 25,440.0 fON-SPECIFIED OPTIONS QTY UNIT PRICE TOTA 4" x 8' Light Weight Helix Hose 1 346.00 346.0 4" x 4' Light Weight Helix Hose 1 175.00 175.0 4" One Piece Suction Screen W/ MQD 1 155.00 155.0 SUB TOTAL 676.0 20% Discount LESS 135.2 NON SPECIFIED OPTIONS TOTAL 540.8 TOTAL TRANSACTION PRICE 25,980.80 Xylem Dewate-ring Solutions / Godwin Pumps appreciates the opportunity to assist with the above quote per the Florida Sheriffs Association. N,'e look forward to serving your needs throughout the future. Page 91 of 412 xylem UGSOA Water FSTOMMUKIN Mr. Jimmy Hart it of Boynton Beach 100 East Boynton Beach Blvd Boynton Beach, FL 33435 RR CD80M - FSA Sale Quotation 145001579 FIT-MOMM"t Tel: 954-283-5270 Fax: 954-283-5271 www.godwinpumps.com Phone: 561-742-6413 Fax: 561-742-6298 Email: hartj@bbfl.us Thank you for your continued interestin Xylem Dewatering Solutions, and t«:4 «« Pumps of America line of Dri-Prime pumps and accessories. As requested, I have prepared the following quote 4<(;Godwin Pump model NC80 Dri-Prime pump and requested hoses. All pricing is based on the Florida Sheriff s Contract #15-13-0904, Specification #71. There are no delivery / freight charges when utilizing the FSA Contract. MINIMUM ««¥«IMIMIINI I I I I I I RI III jp» Since -rely, Thomas Blanford *utside Sales Roresentative »+»«O «r= 4 Flooduate Road. Bridue.»»:,801» - www.00dwinDUMDS.COM - (856) 467-3636 - (856) 467-48jLp \�,/\�)VIrA\ ( 11&110 \ re 0 1 Effective fates. October 2015- Se:em er 30, 20:6 Participating Sheriffs O >©®«& Local G ¥<ee»t d Agencies of the State of Florida The Florida Sheriffs «»±+«i?«}+« Florida Associstiwr of d +« +\ies Bid'Award Announcement!&!so A 2 Page 93 0 412 DATE: TO: FROM RE: A�* 0 - �# M MGM= FLORIDA SHERIFFS ASSOCIATION R O. Box 12519 - Tallahassee, FL 32317-2519 PHONE (850) 877-2165 - FAX (850) 878-8665 WEB SITE: www.flsheriffs.org 0-.7-31M U -- Manager wasiNgreTer.r-mm V -41M• . . 11111111:11111111 111111111 1 0 0 ^ I- 69&41•J14116KIKII • We are pleased to announce that the Florida Sheriffs Association and the Florida Association of Counties has successfully conducted its 13th statewide competitive bid for vehicles which includes trucks, backhoes, motorgraders, agriculture type tractors, skid steer loaders, street sweepers, generators, and light towers. This contract is effective beginning October 1, 2015 through September 30, 2016, as long as vehicles are available through fleet. Bids will be extended and guaranteed to any and all units of local governments/political subdivisions including but not limited to county, local county board of public instruction, municipalities and/or police agencies, other local public or public safety agencies or authorities within the State of Florida, and the state universities and colleges. In addition, bids will be extended and guaranteed to any other entities approved by manufacturers to participate in this contract. The 9-gency. In order to ensure quality service for our user agencies, we are requesting each of you to notify the Florida Sheriffs Association regarding any problems encountered in working with the awarded dealers. Any issues, including but not limited to, receipt of confirmation of order, delivery problems and communication problems, should be reported to us by e-mail at fleet@flsheriffs.org. This I UVWW W) Wl W WS MHO 400 1 q I I C-0 WO) 90 VW IW VWIVO 01MV KJ I WIRM W, I K N M I IRM70 10 UP* 1 0 0 All interested parties who wish to purchase from this contract may do so following these simple procedures: I ORDERING INSTRUCTIONS Contact the awarded dealership listed in the zone from which you wish to purchase and advim them of your interest to purchase from Bid No. 15-13-0904. They will assist you with placement of your order and answer any questions you may have regarding the VA Page 94 of 412 LO Ln H H P4 N 0 pq O r•I H H z W W P: A � P: >+ O m n z P4 W H a w Q U Z H d 'a G H z U2 ul W 0 z EF CJ 0 x H W Ei z H a P4 O U2 a Pi E-, H Lo W H ul 0 Ea W 9 O LO o y+ � 0 P1 W a O U SC z W � m P4 OD x z 1 M � Oa P: F1 P aO H H 04 PS P u] rx O rz� a WA W s w ww > P4 raz A ww � o W P: i 4 8 a U) P4 EQ H H a >H z m O Z H O1 zH HI 0 6 �1 H 00 H U? U H O U2 CR H M W a pi H W W U2 H P7 a z O o ao 00 0 0 OD m c)) 0) U1 U1 N N O•• o a 0 F o � 07 z Ln O N H F H U2 AC �D W W FL' 0 0 H z H H H H G4 r Pi P: U2 www awH H Pi lx E g U2 I- W zav a �C 6134� aE�X z:D aH(3, W H a CO r)Ha oaW CDWa U z >+ Pa WEIO H q � P400 QOm r Eo 0 ZC� 0 00 0 OD (10 m (n Lr) Ln N N O 0 0 0 H 1 Z �4 a 1 G y x rd 0 a) H PS o '-.I 00C)E a aUa i M M W 0 Ln w LO M LO Ei O W u U H W "Z W P: U W H z H H a H H H in H CY W P: O m 4s O Ri M off -ra 4J �n roH U� mo Go -14 m a2 44 a2 44-1 �a G 40 U2 U rd o H ii P; z 00 W --i -ri X ru -W O a2 ro U H 0 EA rd Ul d H ,"awri O W 4 CR to o � ww Page 95 of 412 Ail About Florida I F"M 019-01 1914 1 KV 0 LIJOK13 WOK11"Ok v Name of Dealership Type of 74hick 6 INCH MOBILE PUMP PACKAGE (Specification #711 Zone Base Unit Price Goodwin Pumps of America, Inc. 2016 Godwin CD150M Western $37,650.00 Goodwin Pumps of America, Inc. 2016 Godwin CD150M Northern $37,650.00 Goodwin Pumps of America, Inc. 2016 Godwin CD150M Central $37,650.00 Goodwin Rxmps of America, Inc. 2016 Godwin C15M Southern $37,650.00 Thompsom Pump & Mfg. Co. Inc. 2016 Thompson 6JSCEN-DJDST-45T-M Western $37,750.00 Thompsom Pump & Mfg. Co. Inc. 2016 Thompson 6JSCEN-DJDST-45T-M Northern $37,750.00 Thompsom Pump & Mfg. Co. Inc. 2016 Thompson 6JSCEN-DJDST-45T-M Central $37,750.00 Thompsom Pump & Mfg. Co. Inc. 2016 Thompson 6JSCEN-DJDST-45T-M Southern $37,750.00 Tradewinds Power Corp 2016 Tradewinds TPK064750 *Western $31,850.00 Tradewinds Power Corp 2016 Tradewinds TPK064750 *Northern $31,850.00 Tradewinds Power Corp 2016 Tradewinds TPK064750 *Central $31,850.00 Tradewinds Power Corp 2016 Tradewinds TPK064750 *Southern $31,850.00 Page 96 of 412 1111i I Ip' III SPECIFICATION #71 2016 Godwin CD150M 46"Mi 91JUVIFir- 1=4 iA FLORIDA COQ NTSS ifP Aaia Florida Listed above, you will find the model numbers of the vehicles that will be included in this year's contract. a. Discharge size: 6 inches b. Suction size: 6 inches c. Capable of 1750 GPM minimum d. Capable of 160 ft. Total Dynamic Head (TDH) minimum e. Duty Point, Maximum: 1,000 gallons per minute minimum (GPM) at 120 ft. Total Dynamic Head (TDI -1) f. Impeller Diameter: Manufacturees standard for pump g. Operating Speed 00 Maximum: 2,2RPM F1. Solids Handling Size, Maximum: 3 inches a. Diesel engine, appropriate to pump size at continuous duty. b. Emission compliant engine c. Industrial grade exhaust muffler and rain cap d. Oil and water drain lines with ball valves e. Low water level shutdown switch f. 12vdc system with battery rack and cables g. 12vdc battery charger h. 50 gallon minimum fuel tank with low fuel level alarm and shutdown. OW2101-14 a. Check valve b. Impellers c. Self priming system a. Solid state, microprocessor based pump controls. b. Controls shall provide all operating, monitoring and control functions for the pump set. r, d. Controller will provide remote start stop control with adjustable ramp (speed) time control. e. UL 508 R and CSA C22.2 No. 14 approved. MP"Z7= - – P.1"J".1m I -.- . I - A P D.O.T. approved trailer. This trailer will be able to be rated for a safe travel at speeds of 60 mpg and not be limited to the following specifications: Page 97 of 412 b. Trailer design shall be such that the County/City may easily remove the entire engine, fuel tank and pump from the trailer. c. 12vdc electric system d. Lunette or military type towing ring with safety chains. e. Hydraulic brakes with reverse dump solenoid. f. Single point lifting bar. g. License plate bracket h. Sand shoe type support stands front and rear. i. Torque spring axles to meet load of trailer. j. Full size spare tire. a. Vendor must coordinate all start up and testing activities with the engineer/owner. After field delivery of the pump and trailer, an authorized factory representative shall perform the initial start up and field testing of the pump and trailer. If conditions permit, a site will be determined where connection will be made by the County/City to test the pump package. If a site cannot be prepared a standard operational test will be performed. b. At the same time the start up test is performed, the factory representative will provide all necessary operation, field maintenance and minor repair training as necessary. This will also include safety procedures and hazard assessment. the manufacturer for this model and shall include but not be limited to the following necessary items: b. Initial filling of oil and antifreeze. the-dUffi-Mizo? yov#We pump serial numbers for the owner records. At this time the warranty will begin. d. One complete set of operations and maintenance manuals. e. Two (2) year or 1500 hour standard standby pump package warranty. Labor, materials, and travel for the warranty period repair will be paid by manufacturer during normal business hours. Page 98 of 412 FLORIDA ASSOCIATION (ft" CO IES All About Florida A rC '.. Q1 CQ'j' X N 70 Y M JET F IF I WDISHWIM 11 price as awErded by specification by zone. ZONE: Western Northern Central Southern BASE PRICE: $37,650.00 $37,650.00 $37,650.00 $37,650.00 WI 110JORM,1011c 91 I 41=2 MEMO I �q 11110,11 111WI $011011MIN11rild NII, 1110,611 1, 11 regel M- rVj-v I ffxcMa Wj -. -n1-= I -F "tl -11ul(l, ypi I "I -dt 0-11CV I I I Lj r MV11 1AUX P1'4)4;rL-nl, 7; 0 112:L; U uratcu P SUMILIC 31,17 TointUptions ON allow the purchaser to tailor the vehicle to their particular wants or needs. of the type vehicle(s) you wish to order through this program. Simply dedLt the cost of any of the following equipment items you wish ieletei, kii% the !,xse Yrit ctst aaVi&zi,9 the c+st tf any '1 a: items yty.,xisir idlel ti, the �raiszr-ynit oit toterinine approximate cost of the type vehicle(s) you wish to order. I''I -111IN470 =V. MOM Page 99 of 412 VEHICLE: CD 150M DEALER: Goodwin Pumps of Goodwin Pumps of America, Inc. America, Inc. ZONE: Western Northern BASE PRICE: $37,650.00 $37,650.00 Order Code Delete Options Downgrade to 3" pump CD 100M Downgrade to 4" pump CD100M4"with Yanmar24HP 3TWV38FFT4 Engine -RGT ACCE0004 I WDTI I = Goodwin Pumps of America, Inc. Central $37,650.00 Downgrade to non UL fuel tank Downerade to non UL subbase for 3" & 4" pump packages 'Downgrade to non UL subbase for 6" pump package Y-ftrip V'14�x'v Downgrade pump package - specify CD100M4" with Yonmar 3TNV88C FT4 Engine - RGT I I Downgrade pump package - specify s CD103M4" with Isuzu 4LE2TFT4 Engine - RGT Downgrade pump package - specify Downgrade pump package - specify Downgrade pump package - specify Delete remote control Delete option - specify Hydraulic Brakes 1 Delete option - specify Spare Tire 1 Delete option - specify 12 Volt Trickle Charger Add Options to 8" pump CD225M8"with JCB TCAE-93 FF4 - RGT I Upgrade to 10" pump CD250M.10" with Volvo TAD57lVffFT4-RGT I Upgrade to 12" pump CD300M 12"with Volvo TAD872YEFT4 - RGT Goodwin Pumps of America, Inc. Southern $37,650.00 All Zones NA ($9,932.00) 1 NA NA NA NA ($3,876.00)1. 1 : ($3,069.00)1: NA NA NA NA ($1,126.00) 1 M IR NA NA NA NA NA NA NA NA NA Mu' $81,073.00 Page 100 of 412 VEHICLE: DEALER: ZONE: ff, CD 100M CD150M CD225M CD250M CD300M CD100M CD103M CD140M CD140M CD160M CD160M CD200M CD200M CD180M CD180M CD 150M Goodwin Pumps of Goodwin Pumps of Goodwin Pumps of Goodwin Pumps of America, Inc. America, Inc. America, Inc. America, Inc. Western Northern Central Southern $37,650.00 $37,650.00 $37,650.00 $37,650.00 Upgrade to aluminum sound attenuated 3" pump package Upgrade to aluminum sound attenuated 4" pump package ii CD.100W'with Yanmar24HP3T1VV88FFT4- Trader Mounted with Sound Attenuated Enclosure Upgrade to aluminum sound attenuated 6" pump package CD1501d 6" with JCB TCAE-55FT4 - Trailer Mounted with Sound Attenuated Enclosure Upgrade to aluminum sound attenuated 8" pump package CD2251W 8" with JCB TC4E-93 FT4 - Trailer Mounted with Sound Attenuated Enclosure Upgrade to aluminum sound attenuated 10" pump package CD25014 10"with Volvo TAD571VEFT4 - Trailer Mounted with Sound Attenuated Enclosure I Upgrade to aluminum sound attenuated 12" pump package CD300M 12" with Volvo TAD872VE FT4 - Trailer Mounted with Sound Attenuated Enclosure I Upgrade - specify CD1 001W 4" with Yanmar TNV88F FT4 -Trailer Mounted with Sound Attenuated Enclosure ti Upgrade - specify CDJ 03M 4 "with Isuzu 4LE2TFT4 -Trailer Mounted with Sound Attenuated Enclosure I Upgrade - specify CD140M4" with JCB TCAE-93 FT4 - RGT Upgrade - specify !'CD140M4" with JCB TCAE-93 FT4 -Trader Mounted with Sound Attenuated Enclosure Upgrade - specify CD160M6"with Volvo TAD57VEFT4 - RGT 1 Upgrade - specify ,:.'CD160M 6" with Volvo TAD57VE FT4 - Trailer Mounted with Sound Attenuated Enclosure Upgrade - specify CW00M8"with JCB TCAE-55 FT4 - RGT Upgrade - specify CD200M8" with JCB TCAE-55 FT4 -Trader Mounted with Sound Attenuated Enclosure Upgrade - specify CD180M8"x 6" with Volvo TAD571VFFT4 - Upgrade - specify CD180M8"x 6" with Volvo TAD571VEFT4 - Trailer Mounted with Sound Attenuated Enclosure CD250M Upgrade - specify CD250M.10"with Volvo TAD57JVEFT4 -RGT 1 NO nu Upgrade - specify CD250M 10" with Volvo TAD571PEFT4 - Trailer Mounted with Sound Attenuated Enclosure Upgrade - specify DPC30612" with Volvo TAD57lYEFT4 -RGT I Upgrade - specify DPC300 12 " with Volvo TAD571 VE FT4 - Trailer Mounted with Sound Attenuated Enclosure 'Upgrade - specify CD400M18"with Volvo TAD11 70VE FT4 -Skid Base I $12,436.001 $20,591.0010 $36,176.001!:L $43,767.00' $73,240.00, $1,292.00 $16,958.001,: $43,928.00 $74,613.001;; $36,741.00 Mg= $58,705.00' $97,546.001 $133,722.00 Page 101 of 412 VEHICLE: CD150M DEALER: Goodwin Pumps of Goodwin Pumps of Goodwin Pumps of Goodwin Pumps of America, Inc. America, Inc. America, Inc. America, Inc. ZONE: Western Northern Central Southern BASE PRICE: $37,650.00 $37,650.00 $37,650.00 $37,650.00 CD400M Upgrade - specify �.$178,861.001! CD400M 18" with Volvo TADI I 70YEFT4 -Skid Base with Sound Attenuated Enclosure CD500M Upgrade - specify $164,488.00 CD500M24"x 18" with Volvo T4D1374VE FT4 -Skid Base CD500Mli Upgrade - specify $186,613.00 1. i� CD500M24" x 18 "with Volvo TAD13 74VE PT4 -Skid Base with Sound Attenuated Enclosure CD500M 1 4 Optional equipment - specify $243,058.00 Upgrade Pump Package - CD500M24"x 18" with Cat C-18 FT4 - Skid Base CD500M Optional equipment - specify $298,533.00 Upgrade Pump Package - CD500M24"x 18"with Cat C-18 FT4 - Skid Base with Sound Attenuated Enclosure BL225M Optional equipment - specify $93,024.00 Upgrade Pump Package - HL225M]0"x 8"with Volvo TAD1170PEFT4 - RGI HL225M Optional equipment - specify $132,107.001 Upgrade Pump Package - HL225MI0"x 8" with Volvo TAD1170VEFT4 - Trailer Mounted with Sound Attenuated Enclosure BL250M Optional equipment - specify $123,305.00' Upgrade Pump Package - HL250M.12"x 10"with Volvo TAD1374VEFT4 - RGT BL250M Optional equipment - specify $158,997.001 Upgrade Pump Package - HL250M12"x 10"with Volvo TAD1374VEFT4 - Trailer Mounted with SoundAttenuated Enclosure C13100MV Optional equipment - specify $4,845.001 Upgrade Pump Package - CDI OOMV4" Wellpoint Pump with Yanmar 3TNV88C FT4 60 CFM- RGT CD100W Optional equipment - specify $19,057.00' Upgrade Pump Package - CD1 OOMV4" Wellpoint Pump with Yanmar 3TNV88C FT4 60 CFM- Trailer Mounted with Sound Attenuated Enclosure CD150W Optional equipment - specify $13,324.001 Upgrade Pump Package - CD150MV 6" Wellpoint Pump with JCB TCAE-55 FT4 120 CFM- RGT CD150W Optional equipment - specify $30,604.001 Upgrade Pump Package - CD150MV 6" Wellpoint Pump with JCB TCAE-55 FT4 120 CFM- Trailer Mounted with Sound Attenuated Enclosure CD225MV Optional equipment - specify $29,312.00 Upgrade Pump Package - CD225MV 8" Wellpoint Pump with JCB TCAE-93 FT4 - RGT CD225MV 1 k Optional equipment - specify $45,866.001 Upgrade Pump Package - CD225W 8" Wellpoint Pump with JCB TCAE-93,FT4 - Trailer Mounted with Sound Attenuated Enclosure I Heidra lOptional equipment - specify $7,268.00 150NM Upgrade Pump Package - Heidra 150MR Hydraulic Submersible Pump with JCB TCAE-55 FT4 - RGT ACCE0025 Optional equipment - s ecify $1,332.00 PrimeGuard Control Panel ACCE0030 Optional equipment - specify - $121.001 Black Heater r CAPGMA005 1 Optional equipment - specify $347.00 :11 (2) Float Assemblyfor PrimeGuard Page 102 of 412 VEHICLE: CD150M DEALER: Goodwin Pumps of Goodwin Pumps of Goodwin Pumps of Goodwin Pumps of America, Inc. America, Inc. America, Inc. America, Inc. ZONE: Western Northern Central Southern BASE PRICE: $37,650.00 $37,650.00 $37,650.00 $37,650.00 CAL 003 Optional equipment - specify $1,030.00 !i� Level Transducer for PrimeGuard'i ACCE0016 Optional equi ment - specify $2,188.00 AC/DC Inverter ACCE0009 1 I Optional equipment - specify $5011.001 GFC1 Duplex Receptacle ACCB0018 1 ii Optional equipment - specify $444.00 Work Flood Lights (selqf4) -12 Volt ACCB0020 Optional equipment - specify $315.00 lInterior Light for Sound Attenuated Enclosure -12 Volt FPS80 Optional equipment - specify $2,910.001. Reverso FPS80 Fuel Polishing System ACCE00241 Optional equipment - specify $1,001.001� Auto Throttle ACCE0030 Optional equipment - specify $646.001.i Solar Battery Charger Optional equipment - specify NA Optional equipment - specify NA Optional equipment - specify NA Optional equipment - specify NA '.'Optional equipment - specify NA Optional equipment - specify NA Maintenance Plan - specify NA Maintenance Plan - specify NA Warranty - specify Incl. Pumpend -12 months or 2000 hours from date of shipment, whichever occurs first Warranty - specify Incl. Engine, Fanmar) - 24 months, 2000 hours, whichever occurs first Engine, Caterpillar) -12 months, unlimited hours of use or 24 months, 3000 hours, whichever occurs first Engine, Isuzu) -12 months, unlimited hours of use or 36 months, 3000 hours, whichever occursfirst 1 Warranty - specify Incl. Engine, JCG - i) Major Components — 36 months from date of dispatchfrom JCB Power Systems, 24 months from date of installation ff) Minor Components — 24 months from date of dispatch from JCB Power Systems or 12 months from date of installation, whichever is earlier. Unlimited hours 20% Disco-ant Discount percentage off manufacturer's current published retail prices for non-specified options and any optional models bid. This discount ONLY APPLIES to a downgrade or an upgrade to the model listed in this specification. It does not apply to a completely different make or model. (The discount is applied to the manufacturer's current published retail prices.) 20% off of Current Published Retail Pricing 1 Page 103 of 412 6.E. CONSENTAGENDA 11/17/2015 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 11/17/2015 REQUESTED ACTION BY COMMISSION: Approve the list of surplus vehicle/equipment as submitted by the Public Works/Fleet Maintenance Division to be disposed of thru the auction process and authorize the City Manager to sign the auction agreement. EXPLANATION OF REQUEST. Fleet Maintenance is submitting twenty-two (22) items to be disposed at auction utilizing the City of Boynton Beach's contracted vendor JJ Kane. The proceeds will generate revenue for the Fleet Maintenance Vehicle/Equipment replacement fund. Fleet Maintenance has verified that the vehicles are no longer of use and has completed all proper documentation for disposal. The Fleet Administrator requests Commission's review, evaluation and approval to sell the surplus vehicles/equipment. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? The disposal of obsolete, damaged and surplus vehicles/equipment will remove the need to store the items and allow the Finance Department to remove the items from the City's fixed asset records. FISCAL IMPACT. Budgeted The revenue generated from the sale of surplus vehicles/equipment will be placed in the Fleet Management Fund and credited to the revenue account # 501-0000-365-01-00. ALTERNATIVES: Continue to store equipment. Continue to repair vehicles and subsequently increasing our maintenance costs. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type Description Page 104 of 412 r REVIEWERS: Department Public Works Finance City Manager Reviewer Livergood, Jeffrey Howard, Tim LaVerriere, Lori Vehicle Surplus List Action Approved Approved Approved Date 1012012015 - 0:16 PPA 111612015 - 6:50 AM 1111612015 - 6:60 ANA Page 105 of 412 m O o co O co CO O O O O T' M CO `� N h 1` � 't r W 1+ w O r Q T' O M O M $ 1� 0 �p to O NC4 01 M r M N d' N 0co N w O O N 00 0 M .Oa N f! h bN9 N N C,4 4a 4a N N N N N N � ti M co r r N to V9 ow G9 0:1 � b � Q � � � O •to dt M Y O O ,w to Wib to ai ai ai a% as ,to M y a}% ai ai ai Cri a% aI aI ea d aI d cd way v ra% w U �i �i U U 0cs coii ba -W �Vq U U U v U U U U U U W U U w� is c� '� 0 ai ai -M 11.1 a � U U U U U U w U U O O O O O O U O O ®404i7 q is 0q p W O O O O O V M w w W W bcl' W U O O cu1W i� �I q Ci is U w b b .O T-4 W W W W v O ° W W q N .� U W w ® 0cq w isImO .d Fillo' 8 8 N N N N eq N N N N N N N v M a In to ® ® o to,� b O ih O O 0 o v s° '9�d° ma®vvvo m a4 aw 41 41 Cd 4.1 w aa as A U U co a wco as V1 �, oo M M t% v t,0 w N P4 N t- w w o ti 0 0 w �O w ti N O N M O N O N N M N O M � 14 074 r ti 0 o �° �°W Go ® w $ 0 N wt w w o o W M W w" N w w N o w w $ N N r' N N w w 5C 1.4 w N w N wN z 10 o w o awo °�, N $ $ N a Ea a x® 0 0 o w ® Lo w 10 W a m as eq� t- �o � t- 04 $, N N a a a w w c� w i� w N co N N N N N N ,� �+ ,� ,� " w w a U �qI M04 N04 Mm MN Cd wW~!� r�YMA Go i+! 101 rp w w w 6.F CONSENTAGENDA 11/17/2015 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 11/17/2015 REQUESTED ACTION BY COMMISSION: Approve Change Order No. 1 in the amount of $10,178.00 for the emergency repair to a 8 -inch water main on SW 3rd Street and High Point Court for the Reclaimed Water Main Extension to High Point project, Bid No. 047-2821-15/KTR. EXPLANATION OF REQUEST: On June 15, 2015, City Commission approved the award of the Reclaimed Water Main Extension to High Point project, Bid No. 047-2821-15/KTR to B&B Underground Contractors, Inc. (B&B Underground) in the amount of $89,030.00 plus a 10% contingency of $8,903.00, if needed, for staff approval of change orders for unforeseen conditions for a total expenditure of $97,933.00. Change Order No. 1 exceeds the approved contingency amount of $8,903.00. Staff is requesting the City Commission's approval for Change Order #1 in the amount of $10,178.00 adjusting the award from $89,030.00 to $99,208.00 with the approved contingency amount of $8,903.00 for a total expenditure of $108,111.00. The emergency repair work included the work necessary to repair an 8" waterline that was not on the plans nor known to exist to utility staff. The line was shown as abandoned over 20 years ago but had not be abandoned and it was damaged when the contractor was installing the new reuse line. The work also included restoration of damage caused by the broken water line. The total for this portion is $10,178.00. The total change order amount is $58,868.00 HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? The emergency work is needed in order to complete the overall project of the Reclaimed Water Main Extension to High Point project. FISCAL IMPACT. Budgeted Funding is available in Utilities account number 404-5010-536-65-11, project number RE0005. ALTERNATIVES: None. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Page 107 of 412 Is this a grant? No Grant Amount: ATTACHMENTS: Type Attachment Description Change Order Contractor Pricing Page 108 of 412 Non -Contingency Change Order Utilities Department City Of Boynton Beach Project : Reclaimed Water Main Extension to High Point CO Number: Revised One (1) Owner: Jose Huertas, P.E., Project Manager, Boynton PO Number: 151102 Engineer: Aaron Cutler, Construction Manager, Mathews Consulting Initiation Date: 11/4/2015 Contractor: B&B Underground, Stephen Decker, P.E., Project Manager Current Sub Con Date: 10/14/2015 This Non -Contingency Change Order is for an emergency repair of AC Water Main on SW 3rd St. and High Point Ct. The Cost Backup Documentation for this Change order is attached. The work described was performed at the City's request and are not part of the original contract amount. The 60 day time extension allows the contractor time to complete the work. Emergency Repair / Replace Plug on 8" AC WM $ 10,178.00 Total Amount Change Order # 1 $ 10,178.00 Original Contract Purchase Order: $ 89,030.00 Jose Huertas, P.E. City of Boynton Beach 124 E. Woolbright Road Boynton Beach, FL 33435 Aaron Cutler Mathews Consulting 477 S. Rosemary Avenue West Palm Beach, FL 33401 Stephen Decker, P.E. B&B Underground 4050 Westgate Avenue West Palm Beach, FL 33409 Commission Approved Contingency $ 8,903.00 TOTAL Contingency Used to date: $ 0.00 Remaining Contingency: $ 8,903.00 Date: Non -Contingency Change Order #1: $ 10,178.00 Total Non -Contingency to Date: $ 10,178.00 Adjusted Contract Amount: $ 99,208.00 The Contract Time will be (increased / decreased) by 1 60 Days The Date of Substantial Completion as of the date of this Change Order therefore is: 1 12/13/2015 Not valid until signed by both the Owner and Engineer. Signature of the Contractor indicates his agreement herewith, including any adjustment in the Contract Sum or Contract Time. Owner Engineer Contractor Jose Huertas, P.E. City of Boynton Beach 124 E. Woolbright Road Boynton Beach, FL 33435 Aaron Cutler Mathews Consulting 477 S. Rosemary Avenue West Palm Beach, FL 33401 Stephen Decker, P.E. B&B Underground 4050 Westgate Avenue West Palm Beach, FL 33409 By: By: By: Date: Date: Date: Page 109 of 412 Item Ext No. 001 DESCRIPTION Replace Plug on AC Water Main along SW 3rd Street Labor Requirements Qty Reciular Hr Overtime Hr Gabor Rate* Amount Foreman 1.00 10.07 0.00 96.88 968.75 CY erator 2.00 --Tomo- 0.00 $34,10 682.00 Pipe La er Laborer 2.00 2.00 10.0 10.0 0.00 0.00 $27.90 f23.25 $558.00 tIN65 abor Rate Inclu es Burden Sub Total. $2673.75 E ui ment Requirements QtY Ratelf5r FueilMainlananea Duration Amount Cat 308 Excavator John Deere 544 1.00 1.00 $135.37 _ 4 .59 $27.07 0.72 10.00 10.00 $1,624.44 523.08 8`x20' Shoring Plates 0.002.05 $0.41 10.00 0.00 3" Pum 8 Hoses d8 Raad Dum Truck 0. 0 0.00 $9.75 $48.29 1.9 9.66 _ 10.00 10.00 $0.00 Misc. ToOls $ small w went Pormans Trans ortalion Pick -Up -truck Gradin ractor 6" H draulic Pum DewateringSystem _ 1.00 3.0 1.00 0.0 9913 M442 $1.29 .fit 4.69 1 6.0ij 10.00 10.00 $77.28 .96 281.40 8" Well tnl Pum Dewaterin S stem Ccm actors 00 1.00 $15.65 1.46 10.00Plate 10.00 89.04 " hates are based an .Blue Book MonthlX rales divided by 776 for h uny rate $2,887.20 Material Requirements 4 Unit Rate Amount High/EarlyHigh/Early Concrete 8°'H maz Cou tinT50 3.00 CY EA $462.14 7972 $1,386.42 9476.32 8"Cae 2" Plu brass 8" megalug 8"' Me Kit 1.00 1.00 1.00 1.00 EA Ea43,12 Ea Ea $137.44 $71.12 35.12 T137.44 43.12 71.12 95.12 Pious Trees 4.00 Ea $42.40 1 $169.60 Sub Total : $2,.319.14 Subcontractor Requirements Ot Unit Rate Amount Maintenance of Traffic Sub Total: 1.0 Da1 $250.00 $250.00 f250.00 Misc. Requirements QtY nit Rate Amount Increase to Bond Concrete 8126.00 150. % 2.00 00 $162.52 960. 0 _ $1,122.52 Sub Total: 10% $9,253 $925 TOTAL DIRECT COST __ $10,178 Remarks Page 110 of 412 6.G. CONSENTAGENDA 11/17/2015 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 11/17/2015 REQUESTED ACTION BY COMMISSION: Approve the minutes from the Regular City Commission meeting held on November 3, 2015. EXPLANATION OF REQUEST. The City Commission met on November 3, 2015 and minutes were prepared from the notes taken at the meeting. The Florida Statutes provide that minutes of all Commission meetings be prepared, approved and maintained in the records of the City of Boynton Beach HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? A record of the actions taken by the City Commission will be maintained as a permanent record. FISCAL IMPACT. Non -budgeted N/A ALTERNATIVES: N/A STRATEGIC PLAN: High Performing City Organization STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type D Minutes REVIEWERS: Department City Clerk Reviewer Pyle, Judith Description Minutes 11-3-15 Action Approved Date 11/4/2015 - 3:12 PKA Page 111 of 412 FINAITES OF TAE REGULAR CITY COMMISSION MEETING HELD IN COMMISSION CHAMBERS, CITY HALL, 100 E. BOYNTON BEACH BLVD., BOYNTON BEACH, FLORIDA ON TUESDAY, NOVEMBER 3,2015 • 6:30 P.M. Gerald "Jerry" Taylor, Mayor Joseph Casello, Vice Mayor David T. Merker, Commissioner Mack McCray, Commissioner Michael Fitzpatrick, Commissioner 1. OPENINGS A. Call to Order - Mayor Jerry Taylor Lori LaVerriere, City Manager James Cherof, City Attorney Janet Prainito, City Clerk CLOSED -DOOR SESSION to be held on November 3, 2015 at 5:00 p.m. for a private attorney/client session to discuss pending litigation in the case of Dennis Galindez and Marla Galindez, his wife, Plaintiffs vs. City of Boynton Beach, Defendant - Case No. 50 2015 CA 002413 Al (The closed -door session was cancelled.) Mayor Taylor called the meeting to order at 6:30 p.m. Invocation The Invocation was offered by Commissioner McCray. Pledge of Allegiance to the Flag led by Commissioner Michael Fitzpatrick Commissioner Fitzpatrick led the reciting of the Pledge of Allegiance to the Flag. Roll call revealed all members were present. 1. Additions, Deletions, Corrections Mayor Taylor added Item 3.E would be a discussion relating to the movie, Rebels with a Cause. Page 112 of 412 MEETING MINUTES I MPOU ILI I IOU 0 1 MIXTAT41 I aA VA 2 IAT 112.3 - I Commissioner Fitzpatrick had a minor correction to the minutes. Where it says five inch plywood, it should be five-eighths inch plywood. Motion Commissioner McCray moved to approve the agenda as amended. Vice Mayor Casello seconded the motion. A. Informational items by Members of the City Commission Commissioner Fitzpatrick had been out of town. He did have a breakfast meeting with CDM Engineering to discuss the design/build process and the use of union subcontractors, Vice Mayor Casello attended the Family Dollar Store ribbon cutting, a new business on MLK Boulevard. It was hoped it would become an anchor for further development. He went to Chief Katz's town hall meeting with his staff at Village Royale. It was informative and well attended. The Commission participated in the Read for the Record program for the Literacy Coalition. Vice Mayor Casello disclosed he had lunch with CDM Smith who does many utility projects. Mayor Taylor announced on November 4th the Dimensional Harmony Choir would be performing at Boynton Beach Community High School at 7 p.m. They have been invited, to England to perform. The performance is a fundraiser. It would be $10 per person to attend. The group has won awards all over the United States. Mayor Taylor had gone to the Police Town Hall meeting, the Pirate Fest and the League of Cities luncheon and meeting. He reported the County Commission on December 15th would consider approving the use of recreational marijuana. The limitation would be 20 grams that would roll approximately 15 joints. County Fire Rescue inquired if the cities would support a one - cent surtax and be placed on the ballot for the upcoming election. There was mixed reactions from the municipalities. The County was also considering a one -cent tax for infrastructure improvements. This would mean with a 6% sales tax, if the County is allowed, it would go up to 7% and if the Fire Department assessed a tax, there would be Page 113 of 412 MEETING MINUTES REGULAR CITY COMMISSION BOYNTON BEACH, FL NOVEMBER 3, 2015 an 8% sales tax. The school board is also discussing the addition of a surtax. No decisions have been made. Mayor Taylor would continue to keep the citizens informed. Mayor Taylor expressed his thanks and appreciation to the residents of Hunters Run. They generously donated $20,000 to five organizations; the Boynton Beach Police, Boynton Beach Fire, Barrier Free Park, Caridad Center and the Food Kitchen. Vice Mayor Casello asked if the proposed tax increases were a one -cent sales surtax or 1 %. Mayor Taylor advised it was a one -cent surtax. Commissioner Merker indicated because he resided in Hunters Run he was very proud of their efforts. In the State of Ohio medical marijuana was on the ballot and he looked forward to the results of the vote. The key issue with medical marijuana is control and education. Commissioner Merker was present for the ribbon cutting at Family Dollar. It was an honor for him to be at Reverend Sylvester Banks' Church and experience the respect for mankind that was demonstrated. He was awed with Bishop and.Mrs. Banks' lack of anger in the loss of their farnily member. The family seeks the truth. The respect he gained was a privilege and honor. Their respect for mankind was touching. Mayor Taylor further mentioned the marijuana legislation would include the unincorporated areas. The cities would have the right to opt in; however, if the language changes and it becomes county -wide, the Cities would have the right to opt out. Commissioner' Merker recalled in regard to medical marijuana, the City should be proud it is leading the way by offering its opinion. It is important everyone learn and understand the need for medical marijuana. If it passes on the ballot it would be just the beginning to learn more. Mayor Taylor clarified the Commission had not taken a position on the issue. The City Attorney was asked to bring the Commission more information. Commissioner McCray attended the 501(c)(3) Non -Profit Showcase luncheon held at Bethesda Memorial Hospital, East Boynton Wildcats homecoming celebration and returned to Poinciana Elementary School to read Not Norman: A Goldfish Story. He went to the Pirate Fest, the Recreation and Parks survey meeting at Intracoastal Park and met with Michael Byrd, Lori LaVerriere, Jeff Livergood and Wally Majors regarding the press box at Hester field. He thanked Chief Katz for his assistance during the Corey Jones funeral arrangements. Vice Mayor Casello commended the Police Officer who assisted a mother and two small children who were homeless. There is an ongoing fundraiser to assist the homeless family. Page 114 of 412 aM 9 N 9 MWOURNMI 1040 Wal"'Mil U00 10016MINte 0112FTATSIMUZ Commissioner McCray advised he had met twice with the Banks family, Fuller Brothers Funeral Home, Lori LaVerriere, Assistant Chiefs Harris and Snow and Ms. Slater, the Public Information Officer, He particularly commended Assistant Chief Snow for her professionalism. He thanked the entire staff of the Police Department and the Recreation and Parks Department for making several City facilities available for the family and friends of Corey Jones. The Police Department ensured that the citizens of Boynton Beach remained safe throughout the procession and services. Commissioner McCray thanked the Mayor and Commission for their letters of condolences to the Banks and Jones families. On behalf of Commissioner McCray's family he thanked everyone for their thoughts and prayers while the family suffered through some trying times. , Commissioner McCray was present for the ribbon cutting ceremony for Family Dollar and the town hall meeting with Chief Katz at Village Royale. Commissioner Merker offered kudos to the Community Redevelopment Agency staff for the Pirate Fest. The attendance was overwhelming and the vendors were in favor of returning to an even larger event, Commissioner Fitzpatrick extended his condolences to the Corey Jones family. It was a great tragedy. He also announced the Sierra Club Loxahatchee Group 2015 Environmental Champion would be honored at a meeting this Saturday. This year's recipient was Commissioner Fitzpatrick. He accepted the award but felt it should go to County Commissioner Paulette Burdick for her defense of the Ag Reserve. 3. ANNOUNCEMENTS, COMMUNITY & SPECIAL EVENTS & PRESENTATIONS Mayor Taylor recognized the five scouts and leaders who were present to earn their merit badges for citizenship and community. They were the future leaders of the City and the country learning about their community and government. Commissioner McCray noted he was a former Boy Scout and Commissioner Fitzpatrick concurred, pointing out he was a member of Troop 395 and transferred to Troop 222. He achieved an Eagle Scout with a Bronze Palm and he has made it to the Commission. A. City Hall will be closed on Veterans Day, Wednesday, November 11, KIM Mayor Taylor announced the closing of City Hall for Veterans Day. B. City Hall will be closed for the Thanksgiving holiday on Thursday, November 26 and Friday, November 27, 2015. Page 115 of 412 MEETING MINUTES REGULAR CITY COMMISSION BOYNTON BEACH, FL • 3,2015 Mayor Taylor reiterated City Hall would be closed both Thursday and Friday for Thanksgiving this year. C. Announcement by Recreation & Parks Director Wally Majors regarding the "Looney Dunes Fun Day" event, which will be held at Oceanfront Park on Saturday, November 14 from 9 a.m. to 11.00 a.m. Wally Majors, Director of Recreation and Parks, invited everyone to attend another in the series of "Play Unplugged" events. It would be held on Saturday, November 14th at Oceanfront Park from 9 a.m. to 11 a.m. There would be many fun activities for everyone and parking fees would be waived for the event. D. Presentation by Jorge Pesquera, CEO, Discover the Palm Beaches (formerly known as the Palm Beach County Convention and Visitors Bureau), regarding Palm Beach County's tourism efforts, including those within Boynton Beach. Jorge Pesquera, CEO with Discover the Palm Beaches, thanked the City and Community Redevelopment Agency staff for assisting with the promotions. The tone has been set for the type of collaboration that was hoped to be achieved. With the addition of Boynton Beach, "We are Better Together" is the theme of the current campaign. His organization was a private non-profit organization contracted with the County of Palm Beach. The organization is the keeper and custodian of the brand. A brand promise was developed to represent the purpose of the organization in the world of travel and tourism. There is a real invitation to have people come and discover the Palm Beaches that opens the door to more visitors. They acquire visitors and deliver the right message, at the right time, to the right audience. Public relations is the driver to get the message of the brand and make people aware of the destinations in Palm Beach County, Knowing the competition is the key to develop better strategies to lure their customers to Palm Beach County. A number of TV commercials were created and some specifically targeted Atlanta, Miami and Orlando drive markets. One of the commercials was displayed. The mission is to enhance the economy of Palm Beach County and create jobs through increased travel and tourism. People come and stay, eat, shop and have a great time. The brand promise captures the goals and mission of the organization. The Palm Beaches is the best way to experience Florida because no other County in the State of Florida gathers the number of best in class experiences as in Palm Beach County. There is the best in class for fishing, luxury hotels, equestrian events and much more. We are the community where genuine hospitality is a way of life, breathtaking beauty occurs naturally and it is a place where anyone can have the time of their lives. There have been 6.3M visitors the past year with a forecast for 2015 generating $43M in bed taxes that are reinvested in the area such as beach re -nourishment, development :6i Page 116 of 412 MEETING MINUTES REGULAR CITY COMMISSION BOYNTON BEACH, FL NOVEMBER • of the Convention Center and garage, new ball parks and much more. There have been 67,000 jobs created that cannot be outsourced anywhere else around the world. There has been $7.613 in economic impact that trickles down to every sector of the economy. Of the 6.3M visitors, 3.5M came from domestic, out-of-state, primarily from New York, Boston, Atlanta, DC and Chicago. There have been 2M visitors from Florida residents. Florida is now the third most popular State in the Union. It is a critical market, The International visitors total 800,000 primarily from the UK, Canada, Columbia and Brazil. There are many more statistics than can be shared with the cities for developers and lawyers to promote new products for the tourism section. People come to Palm Beach County for the beaches, It is the only county in the State of Florida that has the name "beaches". Visiting friends and relatives are a critical part of the numbers. Friends and family should be encouraged to come more often. Heather Andrews, Senior Director of Industry Relations discussed the partnership program. The City of Boynton Beach is a signature partner of Discover and showed some examples of the exposure the partnership has offered. Many local residents source the website, but for the most part we take the message of "Catch Boynton Beach" to the rest of the country, She encouraged visiting their website at paimbeachfl.com. The City of Boynton Beach is featured on the home page in a rotation. The City's events are promoted through the website and other channels. They work with the City on social media with 67,000 followers through Facebook. The City is included in the visitor's guide that distributes special offers with access to the industry research and customized marketing programs. There are 1.2M visitors per year and 15,000 people per month on the home page if not more. There are also subpages that capture the "Catch Boynton" phrase. It is the only partner City that is being featured in the section at this time. Work was done in conjunction with the CRA to promote the Pirate Fest. It was an extension of the local efforts. Over 100,000 Insider's Guides were distributed including promotion of the Pirate Fest and Boynton Beach. The Company also uses Twitter and Instagrarn to promote any events. The Pirate Fest was featured in their event fanatic newsletter. Over 150,000 people receive the newsletter on a monthly basis. Visitors to the area want to know the exclusive gems that exist and the City and CRA can help tell the story to the visitors. It is a unique relationship. Their point for the next year is community engagement and it sets the example for all other cities, Mr. Pesquera stressed the City should be proud. The City has great opportunity for tourism development. The City has some of the best diving opportunities and is the closest point from 1-95 to the beach anywhere along the eastern seaboard. He looked forward for more opportunities. An elevator speech has been created that advised coming to Palm Beach is the best way to discover Florida because it captures all the best in class experiences. It is a Page 117 of 412 MEETING MINUTES REGULAR CITY COMMISSION BOYNTON BEACH, FL NOVEMBER 3,2015 magical collection of small cities and towns that collectively deliver the very best there is in Florida: if the elevator continues to the top, it can be said it is Florida's cultural capital, Florida's Golf Capital and America's first resort destination. Tourism in grand style got started in the State with Henry Flagler building the beautiful hotels in 1895 and 1896. To the top floor in the elevator, the message would be from north to south Boynton is in the middle and from east to west from Palm Beach to the Lake and the Glades. There would be many niche experiences. There is so much to say about Palm Beach County and the Palm Beaches. He thanked the Mayor for the opportunity to address the Commission and hoped it was helpful. E. Discuss movie titled Rebel with a Cause Mayor Taylor noted the movie would be aired November 5th at the Library. Carisse LeJeune, Assistant City Manager, offered the movie is a beautiful -film spotlighting a battle over land that changed the American landscape forever. In the 1950s an original California effort became a hard-fought campaign to preserve public land. It is a feel - good movie. The movie illustrates how ordinary individuals have the power to affect change. It has been shown at international film festivals and received a special award for Best Documentary in 2012 and a Special Award for Environmental Leadership from the Marin Conservation League. She invited everyone to the free showing of the movie at the Boynton Beach Library on Thursday, November 6th at 6 p.m. OP.] 414T�l I I 51F40, 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) Commissioner McCray reported he had received a phone call from Margaret Newton, a concerned citizen, complaining about the traffic when attempting to cross Seacrest Boulevard at Ocean Avenue, She was assured Commissioner McCray had met with the CRA Director, City Manager and Chief Katz to resolve the problem. Lesley Johnson, 1829 New Palm Way, thanked Colin Groff and Angela Prymas who helped update the stormwater drainage in her community. Their response was quick and she was very grateful. Harry Woodworth, 685 NE 15th Place, President of INCA (Inlet Cove Associations), commented the Pirate Fest was exceptional. Mr. Woodworth had gone to a town hall meeting ,with Representative Hagar who discussed the sober home legislation that would allow cities to enforce the Code and Land Regulations. Representative Hagar discussed unfunded municipal pensions. It was an awesome meeting. INCA residents also attended the town hall meeting in Village Royale that was very informative. He asked if, there were plans for the City Manager and Commission to do town hall meetings to have less formal dialogue with the residents. 7 Page 118 of 412 MEETING MINUTES REGULAR CITY COMMISSION BOYNTON BEACH, FL NOVEMBER 3,2015 Christopher Burdick, CRA Special Events Coordinator, announced November 6th the movie being shown at the amphitheater would be Back to the Future and on November 20th the Music on the Rocks concert would feature music by Making Faces from 6 to 9 p.m. at the amphitheater. The food truck invasion would partner with the CRA for the concert. Karen Ho, 1565, 1560, 1305 Via de Peppi in Renaissance Commons, had previously been before the Commission to complain about how the homeowner board members and the Gulfstream Service Management spent homeowner association monies. She came before the Commission alleging improper acquisition of properties by a board member and fraudulently obtaining mortgages. She contended a regulation was needed restricting board members from using inside information to acquire properties. Mayor Taylor advised the City did not have control over homeowner associations. Ms. Ho had filed complaints with the Police Department and would go to the Attorney General's office, if necessary. She wanted to place her complaints in public record. Debby Coles-Dobay, 4th Public Arts Manager, invited the Commission and Public to a reception November 4 from 5:30 to 7:30 at the City Library to meet the group of artists called, Artists In Florida. Their exhibits will be on display for a couple more months on the second floor of the City Library. Pastor Richard Dames, 7284 Boynton Beach Boulevard, remarked tragedy surrounds everyone, everywhere. On June 17, 2015 it infiltrated into his house of worship. As President of the Boynton Beach Coalition of Clergy, he thanked Chief Katz for allowing Sergeant Aikens and Officer Martins to educate 17 houses of worship on how to be safer during their services. Certificates of Appreciation were read and given to Chief Katz. Commissioner McCray had attended the symposium and it was a job well done. Reverend Keith S. Moore, 7284 West Boynton Beach Boulevard, presented a Certificate of Appreciation to Chief Katz for his assistance during the recent funeral and time of sorrow for the Jones and Banks families. Rae Whitely, had spoken with different cities relating to the death of Corey Jones and most were amazed at the dedication of the City of Boynton Beach Police Department to provide an escort from the services to the cemetery. He thanked the Department for their professionalism and dedication. Mayor Taylor thanked the members of the clergy for recognizing the Officers. It is this type of interaction between the citizens and the police force that cements the City together, It makes the residents aware that the police are willing to help them. R Page 119 of 412 MEETING MINUTES REGULAR CITY COMMISSION BOYNTON BEACH, FL Reverend Bernard Wright, 713 NW 2nd Street, commended the City and Jeff Livergood, Director of Public Works and Engineering, on their responsiveness to complaints about issues in the Heart of Boynton Beach. He did complain about no sidewalks on 4th Street going toward Galaxy Elementary and children have to walk on the street. Mayor Taylor advised in his neighborhood the streets are full of children walking to the school bus because there are no sidewalks. The drivers have to be aware and be careful. The entire City does not have sidewalks. Commissioner McCray mentioned there was a plan for sidewalks on 4th Street and Mr. Livergood could provide an update. It has been reviewed. Lawrence Gordon, Vice Mayor of the Town of Haverhill, introduced himself as a candidate for County Commission District 7. He hoped to work with all the residents in his area. People need to be involved in government. Tom Duran, Troop 395, thanked the Commission for allowing his troop to attend the meeting. The Scouts had to leave the meeting to get ready for school the next day. No one else coming forward, Mayor Taylor closed public audience, 5. ADMINISTRATIVE A. Appoint eligible members of the community to serve City advisory boards, The following Regular (Reg) and Alternate Nonvoting Stu (NN Stu) openings exist: Building Board of Adjustments and Appeals: 1 All Education and • Advisory Board: 1 Stu Golf Course Advisory Committee: 1 Alt Recreation and Parks Board: 1 Alt • Advisory Board: 1 •"• and 2 Alts in vacant positions on (Alt) Student (Stu) and Commissioner Fitzpatrick moved to appoint Alana Thomas as a student member of the Education and Youth Advisory Board. Commissioner McCray seconded the motion. Vote The motion passed unanimously. 6. CONSENT AGENDA M Page 120 of 412 MEETING MINUTES REGULAR CITY COMMISSION BOYNTON BEACH, FL NOVEMBER 3, 2015 Matters in this section of the Agenda are proposed and recommended by the City Manager for "Consent Agenda" approval of the action indicated in each item, with all of the accompanying material to become a part of the Public Record and subject to staff comments. A. Approve piggy -back of Palm Beach County School District bid #16C -7T Term Contract for HVAC Mechanical Contractors with Stokes Mechanical Contractor, Inc. of Lake Worth, FL in the amount of $36,024.00 to furnish and install a new Trane Certified Blower Assembly at the West Water Treatment Plant. B. Approve the minutes from the Regular City Commission meeting held on October 20, 2015. C. Approve the purchase of replacement submersible sewage pumps from Custom Pump & Controls, Inc, of Weston, FL in the amount of $28,212.00 for lift stations #303, #520, and #806. D.- Accept fourth quarter (July 1 - September 30) report on operations of the Schoolhouse Children's Museum and Learning Center for FY 14/15 E. Approve award of the bid for "Printing and Mailing Services", Bid No. 076- 1210-15/JMA to Tribune Direct of Deerfield Beach, FL for the printing and mailing of the City of Boynton Beach Annual Report and 2016 Calendar, for an estimated cost of $31,500 - $42,000 depending on final layout and actual number of copies printed and mailed. A. Approve Xylem Water Solutions USA, Inc. of Riviera Beach, FL, as a Sole Source for the purchase of parts and repair services on Flygt pumps on an "As Needed Basis" for the fiscal year 2015-2016, the average annual expense for the last three (3) years has been $150,000. Commissioner McCray moved to approve the purchase. Commissioner Fitzpatrick seconded the motion, Vice Mayor Casello understood the goal was to maintain the pumps the City currently owns. Colin Groff, Utilities Director, explained the pumps are no longer the City's standard, but the 400 existing pumps have to be maintained until they wear out. The submersible pumps last between eight and ten years and are rebuilt for another eight to ten years* life and then a replacement pump is purchased that is the new standard. IN Page 121 of 412 MEETING MINUTES REGULAR CITY COMMISSION BOYNTON BEACH, FL NOVEMBER 3, 2015 Mr The motion passed unanimously. 8. CODE COMPLIANCE & LEGAL SETTLEMENTS A. Approve the negotiated workers' compensation settlement of $49,085.94 in the case of Gregory Kenny v. City of Boynton Beach, Mayor Taylor advised the case involved a police officer that was injured in a traffic accident while on duty. Risk Management was recommending the settlement. Commissioner McCray moved to approve the settlement. Commissioner Fitzpatrick seconded the motion. Vice Mayor Casello inquired if the Officer had returned to duty. Mayor Taylor indicated the Officer would need continual therapy and work for the rest of his life. The motion passed unanimously. B. Review and approve proposed settlement in the matter of C.M. v. The City of Boynton Beach and Stephen Maidrino, Case #2014-CF01 1229 -AMB pending in the Circuit Court of Palm Beach County Mayor Taylor indicated the insurance company negotiated the settlement. The City will not pay any monies. The amount of the settlement is $875,000. Vice Mayor Casello moved to approve the settlement. Commissioner McCray seconded the motion. Commissioner McCray noted further litigation would have cost much more. He expressed concern because it appeared the victim sought relief from the City and not the Officer involved. It is a civil suit because it is not coming out of the General Fund. It is hard to comprehend, Commissioner Merker was concerned about the ultimate effect on the rates. It is unfortunate it happened. He would follow the recommendation of staff. 11 Page 122 of 412 MEETING MINUTES REGULAR CITY COMMISSION BOYNTON BEACH, FL NOVEMBER 3,2015 Mayor Taylor reiterated the settlement was recommended by the insurance carrier. Commissioner Fitzpatrick had spoken to the press about the incident immediately following the incident. At the time he commended the Chief and Police Department for immediately investigating and acting on the complaint. He regretted he never acknowledged the emotional pain of the victim and recognized it now and believed it would never happen again in the City of Boynton Beach. Vice Mayor Casello commented it was a well-documented case and the Officer was found innocent of the criminal charges. The settlement is for a civil case. The burden of proof is less in a civil case and why a settlement is being considered. It was a disgusting situation. With the checks and balances in place in the Police Department this could not happen again, Vice Mayor Casello shared Commissioner Merker's concern about the future insurance rates. He understood the City had to pay the first $200,000 of the $875,000. His heart went out to the victim and to the police officer's family. Commissioner McCray pointed out the victim was initially asking for $2M and the settlement is for $875,000. Vote The.motion passed unanimously. The City Commission will conduct these public hearings in its dual capacity as Local Planning Agency and City Commission. 10. CITY MANAGER'S REPORT - None 11. UNFINISHED BUSINESS - None 12. NEW BUSINESS - None 13. LEGAL A, PROPOSED ORDINANCE NO. 15-024 - SECOND READING - PUBLIC HEARING - Approve Petition to Expand Boundaries of Boynton Village Community Development District. (TABLED TO 1113115) (This items continues on the table to 11/17115) 12 Page 123 of 412 MEETING MINUTES REGULAR CITY COMMISSION. BOYNTO'N BEACH, FL NOVEMBER 3, 2015 PROPOSED ORDINANCE NO. 15-029 - SECOND READING - PUBLIC 74EARING - Approve amendment to Chapter 14, Section 14 -9 --Disabled Parking Ikegulations to be consistent with Florida Statutes. Attorney Cherof read Proposed Ordinance No. 15-029 by title only, on second reading. Mayor Taylor opened the issue for public hearing and no one came forward. Commissioner Merker moved to approve Ordinance 15-029 on second reading. Vice Mayor Casello seconded the motion. Commissioner McCray asked the City Attorney to explain there was language in the document that had to be corrected. Attorney Cherof advised there was language that needed to conform the City's current Code to the requirements of State law. Mayor Taylor noted one-third of the fines received from disabled parking violations would be designated to pay for ADA (Americans with Disabilities Act) improvements in the City. Vote City Clerk Prainito called the roll. The vote was 5-0. C. PROPOSED ORDINANCE NO. 115-030 - SECOND READING - PUBLIC HEARING - Approve amendments to the Land Development Regulations (LDR), Part 3, Zoning, Article IV. Use Regulations, Section D, Use Matrix & Notes that support continued operation of existing gas stations in desirable locations within the City by, in part, changing the permitted and conditional use status for Gasoline Stations within the C-2, C-3, C-4 and PCD Zoning Districts, and the addition of Gasoline Stations as an allowed use within the Planned Industrial Development (PID) Zoning District. Applicant: City initiated. Attorney Cherof read Proposed Ordinance No. 15-030 by title only, on second reading. Peter Feaman, with offices at 3695 West Boynton Beach Boulevard, spoke on behalf of a consortium of independent gas station owners along North Federal Highway. He supported the Ordinance with one exception, subsection 11 under 46.A. It states the additional language in the Land Development Regulations would read, ". , . gasoline stations shall be permitted uses if located greater than 200 feet from a boundary of a residential zoning district." Mr. Feaman requested the language be amended to read 250 feet rather than 200. The concern was on the south end of Federal Highway where 13 Page 124 of 412 MEETING MINUTES REGULAR CITY COMMISSION BOYNTON BEACH, FL NOVEMBER 3,2015 a large box store is located close to a residential community. The 250 foot regulations would not allow the addition of 20 gas pumps on that site. The concern is the local gasoline stations could be put out of business by a big box store installing a gas station in the area. Their gas is sold at cost rather than a profit margin simply to attract customers to the store. There are other large box stores that sell gasoline for less in the area. Mayor Taylor had inquired and learned Mr. Rumpf, Planning and Zoning Director, did not feel the extra 50, feet to 250 feet would be a problem. Mr. Rumpf clarified the incorrect section was mentioned by Mr. Feaman. The portion for discussion is under PCD, C(3) which is 200 feet. If there is one site where this is a concern, namely the Walmart site on South Federal Highway, 200 feet would force gas pumps up against the building itself which has to be clear for circulation around the building and fire lanes. The site is at capacity for parking and would have to sacrifice considerable space to redesign the property to have pumps outside the current 200 feet and eliminate parking spaces. . It would require Commission approval of a variance for parking even with the Smart parking requirements. The origin of the 200 feet was to maintain consistency in the regulations. It is not arbitrary. It was taken from the existing PCD portion. It would not matter if the big box store was zoned C-3 or PCD. It would be a decision of the Commission. The 250 feet would not accomplish more than the 200 feet accomplishes with the current regulations. Mayor Taylor did not have a problem increasing it to 250 feet. Commissioner Fitzpatrick understood the only viable location for gas pumps at the site would be directly in front of the store entrance. It does not seem practical with the safety concerns and loss of parking to consider installing gas pumps, Commissioner McCray had been approached and expressed his opinion that the City needs to protect those individuals already in business and be business friendly. He did favor an increase to 250 feet. Vice Mayor Casello asked if it would conflict with the other non -conforming stations. Mr. Rumpf advised it would not apply to any other stations that are meeting all the other requirements of C-2, C-3 and C-4 zoning districts. It would be those exceptions where it is exempt from the intersection requirements, under a PCD or big box characteristics. Mr. Rumpf noted the annexation of Sam's Club to add gas pumps would not be allowed under the new regulations. Commissioner McCray moved to change the distance to 250 feet and approve the Ordinance. Vice Mayor Casello seconded the motion. 14 Page 125 of 412 MEETING MINUTES REGULAR CITY COMMISSION BOYNTON BEACH, FL NOVEMBER 3,2015 Mr. Rumpf suggested maintaining consistency in both sections to 250 feet. It would be easier for staff to administer the regulations. It would be C.3 in the All Districts section. It would be under B.3, exceptions to requirement for location intersections and stated above under section A.1. When a gas station is accessory to a principal retail use and when all requirements applicable to the PCD are satisfied, thereby referencing section C.3 that is the 200 foot distance separation. I Commissioner McCray moved to amend his motion to include Mr. Rumpf's comments, Vice Mayor Casello seconded the motion. Vote City Clerk Prainito called the roll. The vote was 5-0. Commissioner McCray recognized Andrew Mack is now the Director of Development, Vice Mayor Casello asked the next agenda include a report on the timing of yellow lights at the red-light camera intersections. He wanted a survey and report on both the red light camera intersections and some non -camera intersections to determine if the timing is the same for the yellow lights. The County advised it was supposed to be 4.3 seconds. An actual timing of the lights was requested, 14. FUTURE AGENDA ITEMS A. Review and appoint accordingly applications received for the CRA Advisory Board with the annual board appointments - December 15, 2015 There being nothing further to come before the Commission, Mayor Taylor properly adjourned the meeting at 7:52 p.m. (Continued on next page.) im Page 126 of 412 MEETING MINUTES REGULAR CITY COMMISSION BOYNTON BEACH, FL ATTEST: Janet M. Prainito, MMC City Clerk J ith A. Pyle, CM Deputy City Clerk 16 NOVEMBER 3, 2015 CITY OF BOYNTON BEACH Jerry Taylor, Mayor Joe Casello, Vice Mayor David T. Merker, Commissioner Mack McCray, Commissioner Michael M. Fitzpatrick, Commissioner Page 127 of 412 6. H. CONSENTAGENDA 11/17/2015 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 11/17/2015 REQUESTED ACTION BY COMMISSION: Accept the written report to the Commission for purchases over $10,000 for the month of October 2015. EXPLANATION OF REQUEST: Per Ordinance No.01-66, Chapter 2, Section 2-56.1 Exceptions to competitive bidding, Paragraph b, which states: "Further, the City Manager, or in the City Manager's absence, the Acting City Manager is authorized to execute 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. Below is a list of the purchases for October 2015: Purchase Order Vendor Amount 160033 Madsen/Barr Corp. $ 19,959.50 160357 Barney's Pumps Inc. $ 13,900.00 160358 Madsen/Barr Corp. $ 23,433.00 160360 FI. East Coast Railway $108,734.86 160368 EVAC Systems Fire & Rescue Equip $ 10,671.42 160369 CDW Government, Inc. $ 11,472.50 160416 Xylem Water Solutions USA, Inc. $ 24,786.45 160423 SmartWater CSI, LLC. $ 12,000.00 160425 Barney's Pumps Inc. $ 13,925.00 HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? Ordinance No.01-66, Chapter 2, Section 2-56.1 assists departments in timely procurement of commodities, services, and personal property. Administrative controls are in place with the development of a special processing form titled "Request for Purchases over $10,000" and each purchase request is reviewed and approved by the Department Director, Finance Department, and City Manager. FISCAL IMPACT. This Ordinance provides the impact of reducing paperwork by streamlining processes within the organization. This allows administration to maintain internal controls for these purchases, reduce the administrative overhead of processing for approval, and allow for making more timely purchases. ALTERNATIVES: None STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: Page 128 of 412 CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type Addendum REVIEWERS: Department Finance Finance City Manager Description Purchases over $10K - October 201 Reviewer Action Date Howard, Tim Approved 11/9/201 - 8:52 AM Howard, Tim Approved 11/9/201 - 8:52 AM LaVerriere, Lori Approved 11/1: 13/2015 - 8:39 AM Page 129 of 412 CITY OF BOYNTON BEACH APPROVED REQUESTS FOR PURCHASES OVER $10,000 FOR OCTOBER 2015 1. Vendor. Madsen/Barr Corporation Purchase Amount: $19,959.50 Requesting Department: Utilities Contact Person: Colin Groff Date: 10/1/15 Brief Description of Purchase: Emergency repair of 6 inch water main at 3724 Diane Drive. (Original purchase order was issued in the amount of $23,510.00 then on October 8th a change order was issued reducing the purchase order by $3,550.50). Source for Purchase: Bid #026-2821-14/JMA Fund Source: 401-2810-536-46-47 2. Vendor: Barney's Pumps Inc. Purchase Amount: $13,900.00 Requesting Department: Utilities Contact Person: Colin Groff Date: 10/13/15 Brief Description of Purchase: Replacement pumps for lift stations 102 & 301 Source for Purchase: Three Written Quotes Fund Source: 403-5000-535-65-04 SWR075 3. Vendor: Madsen/Barr Corporation Purchase Amount: $23,433.00 Requesting Department: Utilities Contact Person: Colin Groff Date: 10/13/15 Brief Description of Purchase: Emergency repair of 8 inch gravity sewer main. The manhole shifted and is causing back-ups in the area. Source for Purchase: Bid #026-2821-14-JMA Fund Source: 401-2815-536-46-42 4. Vendor: FI East Coast Railway Purchase Amount: $106,-7-34.86 Requesting Department: Public Works Contact Person: Jeff Livergood Date: 10/13/15 Brief Description of Purchase: FEC Crossing Work. Source for Purchase: Other Fund Source: 302-4905-541-63-23 T1001 6. Vendor: EVAC Systems Fire & Rescue Equipment Purchase mount: $10,671.42 Requesting Department: Fire Contact Person: Chief Carter Date: 10114/15 Brief Description of Purchase: Bail out kits for Firefighters. These kits enable Firefighters to escape hazardous situations. Source for Purchase: Three Written Quotes Fund Source: 001-2210-522-52-20 Page 1 Page 130 of 412 6. Vendor: CD W Government Inc. Purchase Amount: $11,472.50 Requesting Department: ITS Contact Person: John McNalley Date: 10/14/15 Brief Description of Purchase: City network communication equipment to route our network traffic between our PC systems, servers, sites and the Internet. We currently have 24 hour by 7 day coverage, with 4 hour response time for any outages on our core switch/router & auxiliary devices. Source for Purchase: Three Written Quotes Fund Source: 001-1510-513-46-22 $7,691.50 401-2821-536-46-91 $3,781.00 7. Vendor: Xylem Water Solutions USA, Inc. Purchase Amount: $24,786.45 Requesting Department: Utilities Contact Person: Colin Groff Date: 10/22/15 Brief Description of Purchase: Repair of pump for Master Station #356. Service call determined the following repairs: shaft damaged, impeller worn, bearings & seals need to be replaced. Source for Purchase: Sole Source Fund Source: 401-2816-536-52-75 8. Vendor: SmartWater CSI, LLC Purchase Amount: $12,000.00 Requesting Department: Police Contact Person: Chief Katz Date: 10/23/15 Brief Description of Purchase: This purchase is for SmartWater residential kits to.continue our effort to reduce residential burglaries. This product is a patented forensic marking solution that is placed on personal property and illuminates under special lighting. This will allow investigators to determine the rightful owner if located on a given suspect and aid in a successful prosecution. Source for Purchase: Sole Source Fund Source: 105-3445-521-52-59 9. Vendor: Barney's Pumps Inc. Purchase Amount: $113,9�2500 Requesting Department: Utilities Contact Person: Colin Groff Date: 10/23/15 Brief Description of Purchase: This is a new pump for the pump replacement program to update Master Station #213. Source for Purchase: Three Written Quotes Fund Source: 403-5000-535-65-04 SWR075 Page 2 Page 131 of 412 PURCHASE ORDER CITY Ot BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. BOX 310 P.O. #: 160033 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 10/01/15 SHIP TO: TO: MADSEN/BARR CORPORATION City of Boynton Beach 12113 INDIAN MOUND RD EAST UTILITY ADMIN WELLINGTON, FL 33449 124 E. WOOLBRIGHT ROAD BOYNTON BEACH, FL 33435 EXTENDED LINE# QUANTITY UO M ITEM O. AND DESCRIPTION UNIT COST COST CHANGE #: 1 CHANGE ORDER DATE CG; 10/08/15 1 3550.50 -DL REPAIR 6 -IN WATER MAIN, 9 VF IN. DEPTH 1• �l l R-RKNRKS: Emergency.repair to water main; pricinj per bid ao. �026-2821-14./JMA, :.Two Year Bid fo -a,:rs a ;r Rep irs a 18-mergency' Services for'Water Utility:.system-s; thip6ti9rh Apr..il 7:1..'5, �2016. ' .... .. .Location.-, 372:4, Diane. De Kef 6 r to Mads.dl./Ba-rt'co'!§t estimate dated 9-28-15 10/8/15: DECREA.SEl PROCUREMENT SERVICES:P 7 -o- TOTAL: 3550.50- ACCOUNT NO. PROJECT 401-2810-536.46-47 PURCHASING Page 132 of 412 Krasnoff, Leah From: Pratt, Tarolyn ® Wednesday, October 07, 2015 11:45 AM ® Krasnoff, Leah ® Madsen/Barr Change Order #1 ® SUT-ADMIN15100711400.pdf NEGMEM= Please decrease Madsen/Barr PO # 160033 by the amount of $3550.50. The actual repairs that were needed to complete the work for the water main repair at 3724 Diane Drive was less than originally quoted. I have attached the invoice for final payment am From: Bizhub Sent: Wedn!&*.T0&IL-uJ;~ I,I%Wg To: Pratt, Tarolyn Subject: Message from KMBT 363 Taro(yn Pratt, Administrative Associate Boynton Beach Utilities Er City of Boynton Beach 124 E. Wootbright Rd. I Boynton Beach, Florida 33435 o: 561-742-6447 -beach.ore prattt@bbft.us I ���.bolnton Pleasebe advised that Florida has a brera public records law and all correspondence to me via email may be subject to disclosureder Florida I records law, email addresses are public records. Therefore, Your e-mail communication and your e-mail address may be subject to Public disclasuln Page 133 of 412 � t J� l�" ,9r� t ,l �� u: iii „ 4 ;�� u RCORPORATION En " I t j7 # - f ConSewer Water a Drainage tractors Broward:4 y si ( aY + a INVOICEE-mail: madsenbarrGearthlInknet OCTOBER + is ':1 INVOICE NUMBER: 14-83-Sfi P * ■ SOLD TO: R a DEPARTMENTUTILITIES 124 EAST WOOLBRIGHT ROAD BOYNTON BEACH, FLORIDA ATTENTION: MR. TREMAINE JOHNSON, i .,' SUBJECT. CITY of ! P Pre -During -Post Digital Photos300.00 6 -INCH WATER MAIN REPAIR DEPTHEXISTING LOCATION: DIANE DRIVE SCOPE of WORK: Mobilize, Utility Locations, M Notifications, +Excavations, Trench Safety, Dewatering, Density Test, Sod Restoration, Final Cleanup and Demobilize. CONTRACT: CITY of BOYNTON! 1 Density Tests "REPAIRS and EMERGENCY SERVICES for WATER DISTRIBUTION, WASTEWATER COLLECTION f STORM WATE'?.fir"-r.0 FURNISH and INSTALL: ITEI-Ti DESCRIPTION QUANTITY. PRICEN. GC -4 Non -Emergency MobilizationO 5W.Itl 100 Pre -During -Post Digital Photos300.00 110 Residential 250 .0.0 500.00 Density Tests / 1'' 1 --Proctor 01 0/t + •al Water Main 80.00 6,000.00 RR +nal #e Crew Hours01;4111 for !Water Main10,00o.00 1,S00.00 *Megalugs for * PVC 8 01 R-13 - Sod replacement, Floratam 975 SF $ 3.90 $ 3,802.50 R-26 12 -Inch Compacted Subgrade, 98% T-180 86 SY $ 22.00 $ 1,892.00 WP -1 Well Point System, complete 0 DAYS $ 4,000.00 0.00 0 TOTAL DUE MADSEN/13ARR CORPORATION $ 19,9S9.51 NOTES:P.O. NUMBER 160033 ATTACHED. COST ESTIMATE DATEDATTACHED. RECEIVED P OCT' 8 2015 r Page 134 of 412 / BCORPORATION ' Engineering Contractors Sewer Water Drainage -7773 Palm BGaCh' . (561) 753-6363 Fax: (561) 753-6382 BrOward: (954) 489 .' ♦, «',li{1"111}' {)ti)lililtS FURNISH and INSTALL: ITEM CITY Of BOYNTON UTILITIES DEPARTMENT 124 EAST WOOLBRIGHT ROAD BOYNTON MR. TREMAINE CITY A ! ! JOHNSON, BEACH DEPTHEXISTING 6 -INCH WATER MAIN REPAIR 6 -INCH WM, 9 VF In 3724 DIANE DRIVE Mobilize, Locations, / Narifications.! i' •'�• F # i F i � d 4 i 1 t ! A l,:. PTION. QUANTITY UNIT UNIT PRICE a Pre-During-PostPre-During-Post Digital M.O.T. Density Proctor WTR-66-Inch PVC C-900 L y R WTR-22Additional Pipe Crew Hours • i Water Main for 6-Inch PVC • e.... replacement, R-26 12 -Inch Compacted Subgrade, 98% T-180 WP-1 Pointcomplete TOTAL! NOTES: 1.) PERMITS and/or NOT ! S 2.) EXISTING 424NCH RCP DRAINAGE ! ► ! 12113 Indian Mound Road, Wellington, Florida 334a Page 135 of 412 PURCHASE d ORDER CITY OF BOYNTON BEACH, FLORIDA PROL-LIREMENT SERVICESDEPARTMENT I■ EAST BOYNTONTO"'; P.O Box 310160033 BOYNTON BEACH, FLORIDA 3342"310 DATE: 10/01/15 VENDOR !b SHIP TO; ,; ■ .. CORPORATION City of Boynton o. 12113 nMIAN MOUND RD NAST UTILITY ADMIN r i' .. FL 124 E. 33449'ROOLERIGHT ROAD BOW17011 EXACH, FL 33435 Pull iia oA b"44,11 WAIAM cm 1#1 N 1i • = 4 � ; R ■ ' +Irl' • i i p PROCUREMENT SERVICES: T P.O. TOTAL: 23510.00 ACCOUNT NO PROJECT 40+-2810-536.46-49 Page 136 of 412 CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. BOX310 P.O. #10/001/15 BOYNTON EACH, FLORIDA 33425-0310 DATE: 10/01/15 VENDOR 10458 SHIP TO: TO: MADSEN/BARR CORPORATION City of Boynton Beach 12113 INDIAN MOUND RD EAST UTILITY ADMIN WELLINGTON, FL 33449 124 E. WOOLBRIGHT ROAD BOYNTON BEACH, FL 33435 REQUISITION NO. 64893 ORDERING DEPARTMENT: UTILITIES ADMIN HS DATE NEEDED: BID NO: I COMMISSION APPROVED: ul EXTENDED LINE# QUANTITY UO M ITEM O. AND DESCRIPTION UNIT COST COST 1 23510.00 DL REPAIR 6 -IN WATER IN, 9 VF IN 1.0000 23510.00 DEPTH REMARKS: Emergency .repair to water -main.,-gri.cinq per bid ,. no. 026-2821714/jTAA, Two Year B for Repairs and Emei-gency Services for Water Utility Systems; th.YoUgh April 15, 2016. Location: 3724 Diane Drive Refer to Madsen/ Barr cost estimate dated.9-28-15. PROCUREMENT SERVICES: P.O. TOTAL: 23510.00 ACCOUNT NO. PROJECT 401-2810-536.46-47 PURCHASING Page 137 of 412 ur) Ln 0 r4 rx >1 0 z Ix M PQ Z nF r- 0 Z a) I 0 N H W01 14 Ln z 0 m H Am I C%4 0 0 OD UO i -0 ko z z 0 H m 0 1C/2Ln 0 LD I (q 0 0 ru N2 OD W Ln H -0 z 0 0 z rti A 0 'C 4 H E-1 0174 H H " u rA 4z 0 P p H0 Z m r4 on co W W Q M 14 U2 E-1 coz in �30 w Ixr4 cn i HW ca P4 H @ z W ri) z p H Z Y rX4 0 H 1 E4 m H H J Zpp H E-1 ) r F E, yl V)W z f4 0 04 &4 M Da H St 9 P� Z" PO 0 °6 H 0 H z H I IPO 0 z ZE-4 F 0 H 1 WOO CAF -I 0 L) IX H H 0 U) 9E uH p W I M u ul W aa 1 H T4 m z Ix Ul H M 1 a z .1 0 OO rl Ln M CN a da 1 E-4 0 U ON F3 0 1 Z 134 H E-4 I Z 0 U > r4 r4 z U r4 � zp ZH W E -i z HZ W I Cr E, Lon ON z r-4 F -I O O O H Ln Page 138 of 412 CITY OF ■ BEACH % REQUEST FOR PURCHASE OVER $10,000 Requesting Department: UtilitiesMater Distributi,Contact Person. r r, Explanation for Purchase: r :;Emergency repairof 64nch water main at Contractor will be starting repair on a;r2015. City of Boynton Beach contract for emergency repairs. 'Dollar[Recommended Vendor Madsen/Barr Corporation # Source for Purchase (check •attachbackup Three Written Quotations ContractState SNAPS Sole f =:Emergency Piggy -Back FX 7 Budgeted Item Purchase.. Other ! ♦ A Contract- NOTE:proposalfor t be presented in the same detail t!ntained within the contract. Date 5D Date s Date Page 139 of 412 H.T.E. ENTRY DATE: 9/30/2015 H.T.E. REQUISITION # Fund Dept VENDOR INFORMATION: Procurement Ass't: Obj 14rector: «s City Manager (non budgeted capital and/or Emergency repair of water main REASON FO•R PURCHASE: Emergency repair of 6 -inch it 9VF in depth at 3724 Diane Dr. City •..:. Boynton Beach contract # 026-2821-14/JMA Description & Part Number Fund Dept VENDOR INFORMATION: Elem Obj 'OTHER INFORMATION: Name: Madsen/Barr Corporation 23510.00 ea Emergency repair of water main Date9/30/2013 2810 Address: 12113 Indian Mound Xoad Construction 47 DateNeeded: 107/2015 Wellington, FL 3340 Distribution X BACKUPDOCS. SUBMITTED: QuotesNerbal (over $500) DELIVERY: E. -Admin. 40 W Phone (contact): John Barr Water Qual. 561-753-6363 of oil- (tuotes/Written (X (over $2000) VendorNumber: 10458 Lid Docs. (x INITIATOR: Tremaine Johnson �Insurance W Requirements: Special Instructions: APPROVED: In Project Number: Quan. Unit Price Description & Part Number Fund Dept is Elem Obj Amount 1 23510.00 ea Emergency repair of water main 401 2810 536 46 47 23510.00 I Page 140 of 412 The City of Boynton Beach „r I d Boynton Beack RudAff 33435 Phone (561) 7424400 FAX.- (561742-6298 ITEMS REQUESTED: Repair 6 -inch water main VENDOR #1: Madsen/Barr 9/3 W2015 CONTACT PERSON: John Barr PHONE NUMBER: 561-753-6363 QUOTE: $23,5 i - ,1. CONTACT PERSON: VENDOR #3: CONTACT PERSON: ATTACH ABOVE QUOTATIONS TO REQUISITION AND SEND TO THE PURCHASING Page 141 of 412 MHADSEN /BARR CORPORATION Engineering Contractors a Sewer , Water - Drainage Broward: (954) 489-7773 a Palm Beach: (561) 753-6363 * Fax: (561) 753-6382 COST ESTIMATE- SEPTEMBER 28, 2015 SOLD TO: CITY of BOYNTON BEACH "WIN 0 ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL ZF-2Emergency Mobilization 11 in ROW I LS $ 900-00 $ 900-00 GC -7 Pre -During -Post Digital Photos I LS $ 300.00 $ 300.00- GC-8Residential Street 3 EA. $ 250.00 $ 750.00 GC -11 Density Tests 4 EA. $ 18-00 $ 72.00 GC -12 Proctor Tests 1 EA. $ 75.00 $ 75.00 WTR-6 6-IncWPVC C-900 Water Main 10 LF $ 80-00 $ 800.DO VVTR-22Additional Pipe Crew Hours > S' cut 8 HRS. $ 755.00 $ 6,040.00 WTR-23F!ttings for DIP Water Main .17 TNS. $ 10,000.00 $ 1,700.00 WTR-36Megalugs for 6 -Inch PVC 4 EA. $ 61.00 $ 244.00 +`' replacement, Floratam3,705.00 R-26 12 -Inch Compacted Subgrade, 98% T-180 42 SY 22.00 $ 924.00 WP -1 Well Point System, complete 2 DAYS 4,000.00 $ 8,000.001 TOTAL COST ESTIMATE $ 23,510.00 NOTES: 1.) PERMITS and/or FEES NOT INCLUDED 2.) EXISTING 42 -INCH RCP DRAINAGE NOT INCLUDED Page 142 of 412 NEMORIVEW; CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON EACH BOULEVARD P.O. BOX 310 P.O. #: 160357 BOYNTON EACH, FLORIDA 33425-0310 DATE: 10/13/15 VENDOR 301 TO: BARNEY'S PUMPS INC. 12080 NW 40TH STREET CORAL SPRINGS, FL 33065 SHIP TO: City of Boynton Beach EAST UTILITY ADMIN 124 E. WOOLBRIGHT ROAD BOYNTON BEACH, FL 33435 REQUISITION NO. 64931 ORDERING DEPARTMENT: UTILITIES PUMPING HS DATE NEEDED: BID NO: COMMISSION APPROVED: EXTENDED LINE# QUANTITY UOM ITEM O. AND DESCRIPTION UNIT COST COST 1 2.00 EA HO MA PUMPS 10.4HP SUBMERSIBLE 4600.0000 9200.00 AM5434-210/10.4T/C 2 2.00 EA HO MA PUMPS 4.3H.P SUBMERSIBLE 2350.0000 4700.00 AMX434-184/4:.:3T/C REMARks;� REPLACEMENT PUMPS FOR LS 102& 301 QUOTE #24-15-0901 PROCUREMENT SERVICES:® P.O. TOTAL: 13900.00 ACCOUNT NO. PROJECT 403-5000-535.65-04 SWR075 PURCHASING Page 143 of 412 r I• 1 I hUy d H i + E+ o o Oo 0 O O t N L` W 0) W IW d I d N I Ze W I H 1 d i W ex € Ee ! d O U] d I t i + O O € O O i O O d O O + H H 1 1 I M b) z �4 O d ae al .0 &> L1 i H rd rd 1 Ea d I G r -I r—i 04 04 + O U Ln Ln i C�exl .�+r"s] O � O E + z 0 r Ql ri p/ rij t H 1 t d E+ I dz d t O 7 U d i U m ca I W W I a a O O N N I ze z H H Dwl Ix PWFW + "a -e° W z W u OMOUS I + 1 (SFp�Is p t:) pi t:) P4 R I S � � O O Ln Ln W W Ln Ln M M Ln Ln H O O O Ln Ln I UM M U O O d+ tll t 1 € 1 W Z i N 0 H I Fl I Page 144 of 412 N in I H H € W O W S O N € O O Z F d H€ A G € O € W Q € E 104 > 6 H € W S i 1 S d 1 � I O M O O La°Tw U} + O O N HU I O O H U W N Z (A Z H € O € H U] ! E+ N H Ee F+ 6 o p ri Ui PI H UY € O O C F w W a l O O ei W — W H >1 O O O L(9 O + W M O a eN N O O rl W I I N O M z ® I W W a � Ktia aaFl y- 1 ® Ix Z P I O134 O M N' N N ul 4W O H U Q I CRN Fl W 1 W W124> I W 4 W W I �} I U M F U COJ1 C'J 1 d+ \ („7x x AC C7 1 Ea N rn W. m I \ d+ o \ U] H .y le B N ®® HI Vp ix CJ) + MWW vWW 1 d+VlH MWH I W �i GN Qa C7 H 1 H U] H U2 + s-IWU WWU rIwU HWzU Pa H I U]+21� 04 HW�� w WHE W H aHa i H P Baa�H.ff 04 H Fa E"+ H Cil 1 QI pd CR QI iij QI Pa W 1 dj °e' + CSW x "a3 MO°W •Wa Se Z i OWN m O Z 1 H aH HO Sp,I 0 1M H H H I P400 a O 0 H hl Ix U xU H O U3 1 022 go U UJ Q + :4 xO W Re a H W M 1 1 H Z N C/? H p I Fa z 1 r I• 1 I hUy d H i + E+ o o Oo 0 O O t N L` W 0) W IW d I d N I Ze W I H 1 d i W ex € Ee ! d O U] d I t i + O O € O O i O O d O O + H H 1 1 I M b) z �4 O d ae al .0 &> L1 i H rd rd 1 Ea d I G r -I r—i 04 04 + O U Ln Ln i C�exl .�+r"s] O � O E + z 0 r Ql ri p/ rij t H 1 t d E+ I dz d t O 7 U d i U m ca I W W I a a O O N N I ze z H H Dwl Ix PWFW + "a -e° W z W u OMOUS I + 1 (SFp�Is p t:) pi t:) P4 R I S � � O O Ln Ln W W Ln Ln M M Ln Ln H O O O Ln Ln I UM M U O O d+ tll t 1 € 1 W Z i N 0 H I Fl I Page 144 of 412 CITY OF BOYNTON BEACH REQUEST FOR PURCHASE OVER $jo,,000� tis psi Requesting Department: UtilitiesNVastewater Pui Contact Person: Jim Hart �Explanation for Purchase: — These pumps are for the pump replacement program to update Lift Station #102 & 30 1. Source for Purchase (check and attach backup materials): Three Written Quotations GSA State Contract L --j PRIDEMESPECT SNAPS Sole Source Piggy -Back Budgeted Item Emergency Purchase Other Contract Number: NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contract. Fund Source for Purchase: 403-5000-535-65-04 SWR075 Approvals: L1,181 8-faLM&WIArw 01 opneow, Date Date Date a -- 60.L 0 Page 145 of 412 H.T.E. ENTRY DATE: H.T.E. REQUISITION Procurement Ass't: Director: A�, i 11111 M W" 4.1 FIRT" 11,11,11 Ill I TV (1111" NO rqfr l 1ITTIMIX1111 VENDOR INFORMATION: -Inc. 10 THER INFORMATION: Rame: Barney's Pumps oil I Date: 10/6/2015 th A ddress: 1208ONW40 Street Constru - - Date Needed: 10/20/2015 Coral Springs, FI 33065 Cust. Rel. ASAP/Conf Distribution BACKUP DOCS. DELIVERY: SUBMITTED: Phone (contact): Jimmy Hidalgo Water QuaI. Quotes/Verbal E. Admin. 40 (x over $500) 954-346-0669 Pumping (x Quotes/Written X - - s2TP)-- Vendor Number: 301 1: PV �reat. Bid Docs. W. WTP 42 Meter Serv. S ole Source Ltr. INITIATOR: Jim Hart Insurance Special Instructions: Requirements: APPROVED: II SNAPs/GSA/Piggy-back ProjectNumber: SWR075 Quan. Unit Price Description & Part Number Fund De t Basic Elem Obj Amount 2 4600.00 Homa pumps -replacements for 10.414p 9200.00 ea pumps for Lift Station #102 23:50: Ho 2 2350.00 Homa pumps – replacements for 4.3 _4700.00 ea H ptunp for Lift Station 4 301 TOTAL 403 5000 535 65 04 —1-3900.00 Page 146 of 412 The City of Boynton Beach I WE 040- oh MG90 0 1 1 A&A nparimu, f-'ZLG�fluT �' Phone (561) 742-&00 FAX. (561742-6298 VENDOR#1: Barney's Pumps Inc. DATE: 10/6/2015 CONTACT PERSON: Jimmy Hidalgo PHONE NUMBER: 954-346-0669 QUOTE: $13,900.00 VENDOR#2: Custom Pump & Controls, Inc. DATE: 10/6/2015 CONTACT PERSON: Thomas nace PHONE NUMBER: 954-299-5156 QUOTE: $17,092.00 VENDOR #3: Southeastern Pump DATE: 10/6/2015 CONTACTPERSON: PHONE NUMBER: 800-396-4182 QUOTE: $24,950.00 ME 1004MOM MAN Page 147 of 412 24-15-0901 12080 NW 40" Street Coral Springs, FL 33065-7602 Broward (954) 346-0669 Dade (305) 945-0279 Fax (954) 346-0993 DATE: 9-4-15 TO: Boynton each FOR SHIPMENT TO: Boynton Beach 124 E. Woolbright Rd. Jim Hart Tel: 561-742-6422 Tel: Fax: Fax: PROJECT: QgLllvery Via From F.O.B. Terms Best Time Bestway Barney's Pumps Barney's Pumps net 30 DESCRIPTION INKUM LS 102 - AMS434-210/10.4`T/C Zce�-60 $9,200 Non -clog submersible pump with 4" discharge, 3" solids handling, 1750 RPM, 210 Impeller code, 10.4 HP, seal and thermal sensors, 40' cable, lifting bail, 20' pump lifting cable LS 301 - AMX434-184/4.3T/C 2 'b S a ej S--- $4,700 r Non -clog submersible pump with 4" discharge, 3" solids handling, 1750 RPM, 184 Impeller code, 4.3 HP, seal and thermal sensors, 40'cable, lifting bail, 20' pump lifting cable LS 303 - AMS434-210/10.4T/C N Is Non -clog submersible pump with 4" discharge, 3" solids handling, 1750 RPM, 210 Impeller code, 10.4 HP, seal and thermal sensors, 40'cable, lifting bail, 20'pump lifting cable 10LS 520 - AMS434-248/15P/C Non -clog submersible pump with 4" discharge, 3" solids handling, 1750 RPM, 248 Impeller ,11 code, 15 HP, seal and thermal sensors, 40'cable, lifting bail, 20'pump lifting cable N Im"LS 806 - AMX644-270/25P/C Non -clog submersible pump with 6" discharge, 4" solids handling, 1750 RPM, 270 Impeller code, 25 HP, seal and thermal sensors, 40'cable, lifting bail, 20'pump lifting cable Delivery is F.O.B. Barney's Pumpswith full freight allowances to jobsite. Start-up and training services are NOT included. Taxes, anchor bolts, piping, field wiring, etc. are rW1 included. Flange (claw) is not included in the price. The following items are attached: Bulletin Performance curve Prices quoted are firm for 30 days (unless otherwise noted), ther. subject to adjustment to agree with prices at time of shipment an,4 subject to any tax required by law. This quotation is subject to Barney�� Pumps standard terms of sale and warranty which is attached. We appreciate the opportunity to serve you and trust that we are favored with your order, 14 rZ7 agowd Authorized Signature Page 148 of 412 Custom Pump Ph: (954)299-5156 & Controls, Inc. Jacksonville Office:(904) 858-9605 305 Indian Trace #222 Jacksonville Fax: (904) 858-9607 Weston, Ff. 33326 e-mail: t.marinace@custompump.com Mr. James Hart City of Boynton Beach 124 E. Woolbright Road Zoynton Beach, Fl. 334 Dear Mr. Hart, We thank you for your interest in our product and are pleased to quote you on the following KSB sewage pumps and accessories: Pump Station no. 301: KSB Submersible sewage pump, KRT :i 1! 5 HP, 1750 rpm, 230 volt, 3 phase, 15.5 FLA. Equipped with 50ft cords, Flygt claw and SS. Lifting bail. $3,589 each Pump Station no. 102: KSB Submersible sewage pump, KRT E80-251/66XG-S, 7.5 HP, 1155 rpm, 230 volt, 3 phase, 22.8 FLA. Equipped with 50ft cords, Flygt claw and SS. Lifting bail. $4,967 each Pump Station no. 303: KSB Submersible sewage pump, KRT F80-250/74XG-S, 10 HP, 1750 rpm, 230 volt, 3 phase, 26.2 FLA. Equipped with 50ft cords, adapter flange for Barnes (owner furnished) claw and SS. Lifting bail. �4,602 each Pump Station no. 520: KSB Submersible sewage pump, KRT E80-251/114XG-S, 15 HP, 1765 rpm, 230 volt, 3 phase, 44 FLA. Equipped with 50ft cords, adapter flange for EMU (owner furnished) claw and SS. Lifting bail. $4,545 each Pump Station no. 806: KSB Submersible sewage pump, KRT E80-251/164XG-S, 20 HP, 1765 rpm, 230 volt, 3 phase, 58 FLA. Equipped with 50ft cords, adapter flange for EMU (owner furnished) claw and SS. Lifting bail. $6,059 each Sales tax is not included. Price is firm for ninety (90) days. Delivery is estimated at 4 to 6 weeks from date of order, subject to prior sale. Shipping terms are FOB shipping point with full freight allowed to your facility. Payment terms are net 30 days roly,11mr,".17;".. 9= I a ' - Ly.1*1111REWSIAN Z Page 149 of 412 SOUTHEASTERN PUMP Tampa + PompanoJacksonville • : 1 Attention: Subject: Replacement Lift Station Pumps Replacement Pump for Lift Station #301 One Barnes, R . 1 1.. 1 Volt, Pump rated to pass 3" spherical solids. Pump to be shipped with #1 25498XF 50 ft. Power Cord Assembly. ***OK for Size I Starter*** 'E'RICE, Standard Pump - $ 6,918.00 Plus Tax, Delivered • 11 1 • i • • , 1 " Replacement• for Lift Stationi One (1) Barnes #4SHDG100N4-190mm, 10 HP, 1750 RPM, 230 Volt, 3 -Phase, 4" Submersible Pump rated to pass 3" spherical solids. Pump to be shipped with #125498XF 50 ft. Power Cord Assembly. ***OK for Size 2 Starter*** mRICE: Standard Pump - $ 6,557.00 Plus Tax, Delivered • r • � • • 1 1 Replacement. for Lift Station One (1) Barnes #4SHDG1 0ON4-195mm, 10 HP, 1750 RPM, 230 Volt, 3 -Phase, 4" Submersibl(.- Pump rated to pass 3" spherical. solids. Pump to be shipped with #125498XF 50 ft. Power Cord Assembly. ***OK for Size 2 Starter*** SOUTHEASTERN PUMP PO Box 100727, F Lauderdale, FL 33310 + 1368 SW 12t�'Avenue, Pompano Beach, FL 33069 Toll Free :00 4 • - 4 8400 + 781-8434 www.sepump.corr. Page 150 of 412 Is SPE,,AL,,T IN FLUID MOVEMENT 250 Springview Commerce Drive Debary Florida 32713 Sales Representative Phone: 407 330 3456 Contact Information Phone: 800 323 1731 954-240-9359 Fax: 407 330 3404 Fax: 561-852-1948 TO: City of Boynton Beach FROM: Brian Shields S4 EMAIL: b(ian@hydraservir-e.net ATTN: James Ilart DATE: August 18, 2015 PHONE QUOTE: 1 50818b- I BS FAX: REF: LS 301 Pumps -4.7 HP EMAIL: harti@bbfl.us ENG FIRM: N/A 2 ABS Model XFPIOOE- Bl- PE3516 submersible pump, with 4"discharge4.7 HP, 230 volt, 60 Hertz, 3 phase, with 49' power cords. Duty Point 175 GPM at 34- TDH. 2 Dual Rail 4" Bracket with Profile Gasket and Hardware Kit, Flygt-Compatable 2 Lifting bales included with pump, 216SS material. 2 Sealm inder Relay. 115V aole. No other components or options (other than the scope of supply listed above) are included. 7, w'. TOTAL PACE, F.O.B. JOB, FREIGHT ALLOWED S11,889.60 PLUS ANY FEDERAL, STATE OR LOCAL TAXES WHICH MAY APPLY. TERMS ARE NET 30 DAYS. PRICES ARE FIRM 30 DAYS 1 ESTMTD DELIVER' 7-0 WEEKS AFTER RECEIPT IN OUR OFFICE OF CONPLETE APPROVED SUBMITTAL DATA AND SIGNED PROPOSAL. THESE TERMS ARE INDEPENDENT OF, AND ARE NOT CONTINGENT UPON THE TIME OR MANNER IN WHICH PURCHASER MAY RECEIVE PAYMENT FROM OTHERS. NO DAYS OF FACTORY START-UP IS INCLUDED AND REQUIRED FOR WARRANTY. PAYINMNT FOR MATERIALS WILL BE REQUIRED BEFORE TIE AUTHORIZED START-UP IS CONDUCTED. Review Date: August 18 -2015 Brian Shields, P.E. Page 151 of 412 SPECIALIST IN FLUID MOVEMENT 250 Springview Commerce Drive Debary Florida 32713 Sales Representative Phone: 407 330 3456 Contact Information Phone: 800 323 1731 954-240-9359 Fax: 407 330 3404 Fax: 561-852-1948 TO. City of'Roynton Beach FROM: Brian Shields S4 EMAIL: brianflhydraservice.net ATTN: James Hart DATE: August 18, 2015 PHONE QUOTE: 1508182-111S FAX: REF: LS 102 Pumps -12 HP EMAIL: h�artlf�bbfl.�us ENG FIRM: N/A 2 ABS Model XFPI00G-CBI- PE90/6 submersible pump, with 4"discharge 12 HP, 230 volt, GO Herb, 2 phase, with 49' power cords. Duty Point 400 GPM at 40' H. 2 Dual Rail 4" Bracket with Profile Gasket and Hardware Kit Flygt-Compstable 2 Lifting bales included with pump, 316SS material. 2 jSealmi,nder Relay, 115V Note: No other components or options (other than the scope of supply listed above) are included. IUMMIN N iiiiii C 11 ESTMTD DELIVER' 10-12 WEEKS AFTER RECEIPT IN OUR OFFICE OF COMPLETE APPROVED SUBMITTAL DATA AND SIGNED PROPOSAL. THESE TERMS ARE INDEPENDENT OF, AND ARE NOT CONTINGENT UPON THE TITYM OR MANNER IN WHICH PURCHASER MAY RECEIVE PAYMENT FROM OTHERS. NO DAYS OF FACTORY START-UP IS INCLUDED AND REQUIRED FOR WARRANTY. PAYJ�ENT FOR MATERIALS WILL BE REQUIRED BEFORE 71 -IE AUTHORIZED START-UP IS CONDUCTED. ACCEPTED DATE Review Date: August 18 -2015 Brian Shields, P.E. Page 152 of 412 CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. BOX 310 P.O. #: 1603 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 10/13/1 SHIP TO: City of Boynton Beach EAST UTILITY ADMIN 124 E. WOOLBRIGHT ROAD BOYNTON BEACH, FL 33435 EXTENDED LI NE# QUANTITY UO M ITEM NO. AND DESCRIPTION UNIT COST COST 1 23433.00 EA REPAIR GRAVITY SEWER MAIN 1.0000 23433.00 REMARKSd. EMERGENCY GRAVITY SEWER M . AIN REPAIR IN HUNTERS RUN. BID 40,26-2821-14/JMA .SEE ATTACHED QUOTE DATED 10/6/1. I PROCUREMENT SERVICES: I ll--**'AVy-j-7-1*' i® j /jr- I P.O. TOTAL: 23433.00 1 ACCOUNT NO. 401-2815-536.46-42 PROJECT PURCHASING Page 153 of 412 o N 1 ® o i r-0 r -f 8 i W W a i Q Q a 1 a @ ® B A P a W @ y B B H 1 A 1 i P f @ a B r r a i a H O Zai o H H U 0 ! N H a 8 ry H r wa a Ey H 1 O M Z H 1 Q O® H (} 1 O O g d a ca d O Z ® W d W P m I ✓> H A W W 5 Oa N 8 p® W @ U 01 W a to ! I @ 1 x i A @ � a 1 E4 a € F Z zm F P U i Z M g H E4 W u EA W H i Q E4 y�7 i a M M I I;n A / �U k N E+ Pr cn y+ I H x H ® 4>H HO H ar UH H a al H N W @ nx H CA 0 00 WU rA a H M 1 w Zad H UJ H A @ O l r 9 s 1 r+ ul H i 43 a Q U N H H CA H d H EN H 0 H rR a av V W v w 0 W 41 v] ss C W U O Oh ® ®1 H A ri H N H 44 co Cn O N H 1 tJ ss N ra -to a U 9 Page 154 of 412 0%'.4#ITY OF BOYNTON BEACH REQUEST FOR PURCHASE OVER $101,000 Requesting Department: Utilities/Wastewater _ Contact Person:._George Peck �Explanation for Purchase: Emergency repair of 8 -inch gravity sewer main. The manhole shifted and is causing back-ups in the area. Recommended Vendor Madsen/Barr Corporation Dollar Amount of Purchase $23,433.00 • for Purchase (check and attach backup materials); Three Written Quotations GSA State Contract PRIDE/RESPECT SNAPS Sole Source Piggy -Back FX Budgeted Item Emergency Purchase Other Ctract Number: 026-2821-14/JMA I•', NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contrag. i Fund Source for Purchase: 401-2815-536-46-42 Fen- .51111A tel Date "dAll sl - Date to Page 155 of 412 H.T.E. ENTRY DATE: H.T.E. REQUISITION# Procurement Asst: Director: City Manager (non budgeted capital and/or $5000t�.__ lateral in Hunter's Run (Cambridee Lane Ili City of Boynton Beach contract 0 026-2821-141JMA VENDOR INFORMATION: ��-,OTHER INFORMATION: Name: Madsen/Barr Corporation Da10/6/20— te: 15 Addresi�_12113 Indian Mound Road Construction 1 Date Need ed: 10/20/2015 Wellington, FL 33449 Cust. Rel. ASAP/Conf (X) 1 Distribution BACKUP DOCS. DELIVERY: SUBMITTED: Phone (contact): John Baff Water Qual. Quotes/Verbal jover11 561-753-6363r Quotes/Written (x over $2 00) Vendor Number: 10458 PWTreat. Bid Docs. (x Meter Serv. Sole Source Ltr. INITIATOR: George Peck Sewage (X) Insurance (X) Special Instructions: Requirements: APPROVED: IMMA WTAT Project Number: Quan. —Tn—it Description & Part Number _Fund Dept Basic Elem Obj Amount Price _23_433.00 1 ea Emergency repair of gravity sewer 401 2811- 536 46 42 23,433.00 main Page 156 of 412 The City of Boynton Beach Utilities Depaphnent 124E. Woolkight Road Boynton Beach Florida 33435 Phone (561) 742-6400 FAX (561742-6298 I III NEW'', 1101 Tillifflipp I I I VE 1: Madsen/Barr DATE: 10/6/2015 CONTCT PERSON: John Barr PHONE NUMBER: 561-753-6363 QUOTE: $23,433.00 VENDOR#2: DATE: CONTACT PERSON: PHONE NUMBER. - QUOTE: VENDOR #3: DATE: CONTACTPERSON: PHONE NUMBER - QUOTE: ATTACH THE ABOVE QUOTATIONS TO REQUISITION AND SEND TO PURCHASING DEPT. Page 157 of 412 ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL -4 NON -Emergency Mobilization 1 LS 500.00 $ 500.00 GC -7 Pre -During -Post Digital Photos I LS $ 300M $ 300.00 Residential Street 3 EA. $ 250.00 $ 750.00 GC -11 Density Tests 6 EA. $ 18.00 $ 108.00 GC -12 Proctor Tests 1 EA. $ 75.00 $ 75.00 SWR -3 8 -Inch Sewer C-900 PVC 8/10'cut 12 LF $ 275.00 $ 3,300.00 SWR -101 Reconstruct 6" Sewer lateral 1 EA. $ 5,800.00 $ 5,800.00 R-1 Remove and dispose of concrete 23 SF $ 17.50 $ 402.50 R-6 Type "D" Concrete Curb 23 LF $ 138SO $ 3,18S.SO R-17 Remove and dispose of asphalt 28 SY $ 20.00 $ 560.00 R-20 Asphalt restoration Type S-111 28 SY S 85.00 $ 2,380.00 R-25 Lime rock base, primed 28 SY $ 52.00 $ 1,456.00 R-26 12" Compacted Subgrade, 98% T-180 28 SY $ 22.00 $ 616.00 WP -1 Wellpoint System and Dewatering 1 DAY $ 4,000.00 $ 4,000.00 TOTAL COST ESTIMATE $ 23,433.00 NOTES: 1.) PERMITS and/or FEES NOT INCWDED WMI14911174 Page 158 of 412 Page 159 of 412 Page 160 of 412 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. BOX 310 P.O. #: 160360 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 10/13/15 kTj 4 lk FDT$Til 0 0 0 1 F 994-1 wi TO: FL EAST COAST ATT.AAIIS P.O. BOX 1948 JACKSONVILLE,, FL 32201 SHIP TO: City of Boynton Beach PUBLIC WORKS DEPARTMENT 222 N.E. 9TH AVENUE BOYNTON BEACH, FL 33435 LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST 1 108734.86 DL GRADE CROSSING MAINTENACE SE 36TH 1.0000 AVE REMARKS. GULFSTREAM FEC CROSSING WORK: SEE ATTACHEDLETTER DATED 6/30/1.5... .FILE: 314/39/4080 **PER JEFF LIVERGOOD t DO NOT MAILPRIOINAL TO VENDOR. DEPT WILL FILE ORIGINAL WITH THEIR PAPERWORK." 108734.86 P.O. TOTAL: 108734.86 PROCUREMENT SERVICES: I ACCOUNT NO. PROJECT 302-4905-541.63-23 TR1001 PURCHASING Page 162 of 412 REQUISITION No. 64880 ffolzi 8E 1080EK CALL COMMISSION APPROVED: LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST 1 108734.86 DL GRADE CROSSING MAINTENACE SE 36TH 1.0000 AVE REMARKS. GULFSTREAM FEC CROSSING WORK: SEE ATTACHEDLETTER DATED 6/30/1.5... .FILE: 314/39/4080 **PER JEFF LIVERGOOD t DO NOT MAILPRIOINAL TO VENDOR. DEPT WILL FILE ORIGINAL WITH THEIR PAPERWORK." 108734.86 P.O. TOTAL: 108734.86 PROCUREMENT SERVICES: I ACCOUNT NO. PROJECT 302-4905-541.63-23 TR1001 PURCHASING Page 162 of 412 In In 00 14 N 1- -1 m 0) RIM ll >H z CQ 0 z H 0 H 0P H rj EA 0 H Of 0 �:) E-4 W 04 CX F -I 14 m :24 ,x : ul H pq OZ: wo Im � p U dv cM 1 0 r -I 00 OD 0 0 i 11 -1 i U) pp 0 $4 O HW OD Ix co 0 no U m 0 0 z 0 DO O 0) N 0 z I z 0 OW S F -I 121 M W� 9 Ix 0 -E- 0 �EH� b p rn Z °D Of 04 N W CR w W 0 > �D 0 W 104 Ul IX U) >H z CQ 0 z H 0 H 0P H rj EA 0 H Of 0 �:) E-4 W 04 CX F -I 14 m :24 ,x : ul H pq OZ: I ,A t OD O ri Iq tz 10 (d 10 p I bl I H b) ED a H is0 0 UrOU Wo Cx a70U 0 r -I F4 z 104 Ix N. F rX4 p z W P4 W z +0 0 41 M 4.) 0 r. 04a) (1) 44 .0 r. 4J 4) 'A u UO m Z W U-) H z Ea W OD 0 v E 0 C,4 0 r, U r! C,3 -,A U z tp 0 AHO H OW In 0, p C) M 0 OD r4 M 0 9 Page 163 of 412 Im � dv cM 1 0 r -I 00 OD 0 0 i 11 -1 i I ,A t OD O ri Iq tz 10 (d 10 p I bl I H b) ED a H is0 0 UrOU Wo Cx a70U 0 r -I F4 z 104 Ix N. F rX4 p z W P4 W z +0 0 41 M 4.) 0 r. 04a) (1) 44 .0 r. 4J 4) 'A u UO m Z W U-) H z Ea W OD 0 v E 0 C,4 0 r, U r! C,3 -,A U z tp 0 AHO H OW In 0, p C) M 0 OD r4 M 0 9 Page 163 of 412 CITY OF BOYNTON BEACH FREQUEST FOR PURCHASE OVER S 101,0013 Requesting Department: . for Three Written Quotations GSA -' State ContractSNAPS ' Sole Source Piggy -Back Budgeted Item Emergency Purchase Other Contract Number: NOTE: Pricing proposal for purchase must be presented In the same detail contained within the contract •i • Date • r _ te Date .. Page 164 of 412 File: 314/39/4080 BOYNTON ® GRADE CROSSING ALUNTENANCE SE 30 AVENUE, MnEPOST 314+4,080'—FDOT# 272496E NOTICE OF IN1TNT TO WORK Ms. Christine Roberts Assistant Public Works Director City Of Boynton Beach Rtej% ad P.O. Box 3 10 2015 Bo)mton Beach, FL 33436is V1+ads This is in reference to my letter dated June 24, 2014, listing the crossings scheduled for maintenance in the year 2015. The above -referenced grade crossing has declined to the point of requiring said maintenance. The Railway or our contractors will perform all work associated wiAl the crossing to include maintenance of traffic and paving. We have scheduled this work to begin on August 11, 2015. In accordance with the terms ofthe agreement dated October 28, 1956, the cost of the crossing maintenance is the responsibility of the City. no costs to the City are as outlined in the enclosed estimate, however this is an estimate only and all charges for which the City is responsible shall be billed on an actual cost basis. Additionally, the City will be responsible to replace the traffic loop sensors if they are damaged during construction. If this occurs, the now sensors must be installed behind the crossing warning device gate arm to better protect them during fixture crossing maintmmce. Please review the enclosed estimate, and if acceptable, please acknowledge this letter by providing a letter of authorizationagainst which we may bill for this work. In the interim, our Roadmaster, Mr. Kenny Robinson, will be in contact to coordinate the scheduling of the work. Otherwise, if you have any questions in this matteplease do not hesitate to contact ii' .at (904) sincerely, Joseph (Lmlie) Schonder Public Pro ects Engineer j Kenny Robinson Mr. Charles Stone Mr. Andy Fowler Mr. Randy Bacon Page 165 of 412 RAY-" 4A 14, !;i IT-' 7 ZI C i 11401 • SERVICES: Quantity Unit Unit Cost - Total Cost Mobilization Maintenance of Traffic 1 I LS 4,600.00 LS $4,600.00 Police Protection 3 8,000.00 Days 2,419.20 8,000.00 7,257.60 Construct New Track Panel 144 TF 32-00 4,606.00 Sawcut & Remove Asphalt 50 TF 27.00 1,350.00 Remove Concrete Panels & Old Track Panel, Install New Track Pa 144 TF 67.00 9,60.00 Install Concrete Crossing Panels 44 TF 45.00 1,980.00 Perform Thermite Welds 8 Each 450.00 3,600.00 Asphalt in Place 60 Tons 150.00 9.000.00 Instal Transition Rails 4 Each 450.00 1,800.00 Milling Striping 1 LS 11500.00 1'5W.00 Site Cleanup & Disposal 1 I LS 1,500.00 LS 3,000.00 1,500.00 Ila If Miscellaneous & Contingencies I LS 5,18.4.38 AAM.36 TOTAL CONTRACT SERVICES $63,027.96 RAILWAY SERVICES: Matortal $24,305.21 Includes Ballast Timber Screw Spikes, E -Clips, Crossing Pads, Ties, and O.T.M Equipment $9,236.61 Includes Gang Trucks, Mechanical & Signal Vehicles, and On -Track Equipment Labor $13,254.10 Includes Supervisor, Mechanic, Signal MaIntalner, Surfacing Gang, and Ove Lodging $500.00 Mlecellanaotm & Contingencies 19,4-1-098 TOTAL RAILWAY SERVICES ........................... $45,706.90 TOTAL PROJECT COST ................................ $108,734.86 TOTAL COST TO 09 BORNE BY CITY $1100,734.116 - NOTE: THE ABOVE IS AN ESTIMATE ONLY, ALL CHARGES I&qLL BE BASED ON ACTUAL COST. THE RAILWAY IS NOT RESPONSIBLE FOR DAMAGE TO TRAFFIC LOOP SENSORS DURING CONSTRUCTION. Page 166 of 412 Greco-Arencibla, Adrianna From: Liver good, Jeffrey Sent: Tuesday, July 28, 2015 10:55 AM To: Roberts, Christine; Greco-Arencibia, Adrianna Subject: FEC Gulfstrearn Crossing Attachments: Gulfstrearn FEC Crossing Work.pdf TR1001. Work begin on Aug 111 have not seen a detour plan yet. F - IPWRIWAU7 - Public Works and Engineering City of Boynton Beach 100 E. Boynton Beach Blvd. I Boynton Beach, Florida 33435 o: 561-742-6201 LivereoodJ@bbft.us I www.boynton-beach.or 1 Page 167 of 412 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. BOX 310 P.O. #: 16036: BOYNTON BEACH, FLORIDA 33425-0310 DATE: 10/14/15 SHIP TO: TO: EVAC SYSTEMS FIRE & RESCUE EQU City of Boynton Beach 400 24TH ST, PO BOX 771 FIRE STATION O. 5 MOLINE, IL 61265 2080 HIGH RIDGE ROAD BO TON BEACH, FL 33426 REQUISITION NO. 64937 ORDERING DEPARTMENT: OUIDA/ FIRE DATE NEEDED: BID NO: -JCOMMISSION APPROVED: LINE# QUANTITY UO M ITEM NO. AND DESCRIPTION UNIT COST EXTENDED COST 1 32.00 EA BLK W/ WHITE REFLECTORS (MADE TO 19.9900 639.68 GIVEN SPECS) VENDOR ITEM NO.- EP40.1B 2 32.00 EA 15 LIGHTING HOOK SE TO ESCAPE 178.5000 5712.00 TECH 50-' VENDOR:I.TEM NO.- *P075AHS 3 32.00 EA #HWF4k AED'F-4 94.4000 3020.80 VENDOR ITEM'NO.7 #.14WF.4R 4 32.00 EA 2..' STAGE SAFE.D BIND . ER 3:0i.5000 976.00 VNDOR ITEM NO. -:A SAF DTW 5 1.00 EA i.COMPLEr-E KIT DISCOUNTED PRICE 322.9400 322.94 VENDOR ITEM NO.= COMPLETE KIT REMARKS: BAIL ouT.KITS..FOR FIREFIGHTERS. QUOTE.#334� PROCUREMENT SERVICES: P.O. TOTAL: 10671.42 ACCOUNT NO. PROJECT 001-2210-522.52-20 PURCHASING Page 168 of 412 P 1 to In I O 1 N N 0 ( 1 E a 1 r ri rd @ N N ! Z P N In ! N N O a P N N IA %D 0 H B N O O O O rI ! H a 10 Cb O rT \ \ 7 O at O 19 N a O O O a N [® N I W a a-1 H a PT M a @ W a P I p M a a � l E.d a W d I U P 1ZH M W In ca I t� H [ @ r 0 a H W d 0 CfJ �m r @ Ym FX4 W '1 H InF4 a P4 i O h LL I W H M a P4 P4 rX4 0 ! WW W ! a € ! O H P A I a a 1 W a O O O O O O O O a Q f a i I � d @ a O O a a 0 a 0 0 P ! W a vi r a W Q 0 ® U 0 k� @ C4 O O O O a 7m WW l0 O D b dh i ® O 60 H N O 0D N H O M @ M e+ N n N H 00 M 1 H d 1a C^ O T M @ In M H ON 1 I� �W °a3 v -i H i H @ GL I I U] I P H 0 O O O O O h Z W p O O O O O 0 D4 h m i In Nr In m 0 %D H Cn! PT O O N B P 0 H 0O Meq a i a 1 1 I E. a U r .-i @ M O W a I A ! 0 > I P Q o ch \ W r a C) O 0 W e-0 a A W 11 Ln a $gym Ln W W W W P0-�4 I Z .7-a 0 I O W In I O O O O O H H P O O O O O H U0 H H Z Ix I N N N N r-1 t!] LL H O M M M M H GV H Q d a � W a W Z W H a @ O Q I W W rn H t3 ® W a H9 9 I U @ W o Ln 1 >1 a ODU} HUC4 WU] Uv5 U d OY@U W>4U >4U 9+U `Uri ✓+U W HW5 �W� W`✓ W5 UWP \ I W ke Pim CL (� W Ix N H [xd en 1 4W rn4W 4r4 4w 04 I US ua W N vl Ui U] W u} a u] U! k-� 14 d W O a — W'd O W >4 W YH W SH A W Yr aH HaH 04 01 WO'E- H W HgxW�yp HW HW HW W H a OD4d� 1 wr ;rNNN �-IF- PGWI4 0 WH ab U)Hutl H(.$ H a HHPm HHLS O N @ WUa OUP ri C L) P4 QUIx I aW OOWH "zWH QWH P W H W C14 M W MNd M W HHWN a W �WN W ® E / .... C.... .... D4 .... .... H I H>4Q ZS+Q n31 4S+Q W7+Q Z H 1 MHO HPO WH® wpo HHO 0 d 1 H 8 @ MHz Q HHx WHR H WHE xQ QZ IX00 WQ aA P4 00 H 0 a 3®C, HEpUp WLU�j I�Y°-.00 ® m U H O 1 MM aOP El Z Cp O� UOQ eNc0 mum OUm mum NUU] HUue W PI ' a H s°C'm 1 H N M In I 1 P 1 a p O O 1 N N 0 ( 1 E a 1 r B N N N N ! Z P N In ! N N O a P N N N N H B N O O O v ! H a 10 Cb O rT /a 1 O at O 19 N a O M N [® N I W a 1p O PT M a @ W a P I p M a � l a W I U P 1ZH M W In ca I @ o -a a a U @ r 0 a H W d 0 CfJ �m r @ a° 1 @ ! 0z a a CJ 1 1 I W H M a 1 4mU I Z � a ! ! a ! O P A I p 1 I W ! ✓ 1 ! O O O O O O O O a oW I O O O O a a 0 0 0 0 P ! vi r a H ® a k� @ a 00 a 7m 0000 0 O ® O 60 H @ H H O M I H 00 M 1 H O 00 fD @ H ON 1 I� °a3 v -i H i W I a I H I 1 0 U 0 D4 h r ! O 0 i d LLB B P ! H I a i a 1 1 I E. @ f Z a I A ! P Q a C) a P U I 1 I I O O O O 1 N N N N B N N N N ! Ln Ul N In ! N N N N P N N N N 1 In Lf1 Ln Ln H O O O O 1 H H H H 1 N N N N d U r -i H ri H I UO O O O Kj 0 i O O O I p B a W 1ZH M W In a H @ o -a r m 4J O C Z Iv V O 41 ri H H m W H U W � U H m fU �D Id A< a 0 m W Iq Iv Ix a rx Page 169 of 412 F a • Page 170 of 412 Date: -10/6/2015 Requesting Department:► RESCUE Cont act PersonkOUIDA Explanation forPurchase- Request T hazardous.• These kits were first specified and purchased ! 4 � • • "' � _ dim bource forPurchase Three Written Quotations ContractState PRIDE/RESPECT SNAPS- -,Sole Source Piggy -Back _ Emergency Purchase Other Contract Number: NOTE: Pricing proposal for purchase must W presented In the same detail contained within the Gontrac Fund Source for Purchase: �Please use • 001-2210-522-52-20. 'Approvals: 4j ff .. Date w I Purchasing Agent ------ Date /0,//Z-jjS- Asst City Manager City Manager Date f�lll�:t=1 %1��=isl•i`Jt•Yf11Y.... Page 171 of 412 To: Fire Dept. Admin. And Purchasing From: Division Chief of Training and Safety Herrmann Re: Remaining Firefighter Bailout Kit Purchase Date: 10/01/2015 tTUUHU floor of a building. These kits were first specified and purchased in last FY's budget. This final purchase assures standardization across our fleet which is vital for this piece of equipment. 1:17AMM EVAC Systems $242.39/unit East Coast Rescue Solutions $340.00/ it Rock --Rescue $394.80/unit Patroller Supply $453.00/ °t America's Gateway to theGul(stream /O# 172 of 412 ®, EVAC SYSTEMS www.evacsystems.com 400 - 24th Street sales@evacsystems.corr Moline, IL 61265 Quote# 334 IATE: 9/17/15 Boyton Beach Fire Dept. FROM: Laurie McCune Evac Systems SUBJECT: Request for Bid NFE�'Ar.71iffel-TIPMR.".. aa• I @�. . � S01am-77-l1i1l r a =1" I � wN 010-VTON11 I M, M s 0=0" o= Moo #712E.- Q EIPWiTiNIEWUMN !#-HWF4R red F-4 - - - --------------- I IKHMI ------- #HWSAFEDTW 2 stage Safe D biner SHEMMI 1 1i 1 complet e kit ... discounted price 1 11 off 111 ' 111 1 1f I MEMO 1 11 1 0 11 1 11 1 11 111 � 111 1 1f 1 11 1 11 1 Al 111 ' 111 11f ' f11 S01am-77-l1i1l =111111=1 010-VTON11 EMS ��l��.a q each =PMENW-077M. INGM4 MUM 010-VTON11 s 0=0" o= IMM, 0 1 11 1 1i 11 1 11 off 1 11 1 1f 1 11 1 11 1 11 1 11 1 1f 1 11 1 11 1 Al Page 173 of 412 Sterling Ropq F4 SafeTech Escape System w/Lightning Hook I East Coast Rescue Solutio... Vogel qf2 FDNY Products Forcible Entry Simulato, Forcible Entry Tools Hooks -9An,T Rope Kits & Systems Ropesa P it Saws & Blades r E sE 0 I n d n t 4E d t u r Sc y y vA, t ys S 4 T su 'at ems 14t" ae Webbing & Slings Hardware Gloves & Helmets Harnesses Accessory Cords Bags & Tarps East Coast Rescue Solutions Fire Hooks Unlimited FUR Gerntor Petzl Shelby Gloves Sterling Rope Tempest Account I Checkout Shopping Cart 0 item(s) - $0.00 Home I Shop I Training I About j Testimonials 9 Gallery � News I Contact Home x Sterling Rope F4 SafeTech Escape System w/Ughtning Hook ghtning Hook $340.00 LI I Add to Cart Add to Wish List 0 reviews I Write a review 0 0 F—I 0 ..- .. ---. If --- - -- -- -,, Description Reviews (0) Sterling Rope F4 SafeTech Escape Syst/Lightning Hook The F4 SafeTech Escape System is a fire-resistant kit that had everything a firefighter needs for Getting Out Fast! This kit includes: 50 ft SafeTech F4 Escape Device SAFE -D Three -Stage Carabiner Lightning Hook Choice of bag: IVIU-1-Y11 . re attacriment to all common escape harnesses and belts up to 2" wide. -or- Vercu:V LuR�,2r �,2g -lumA2ir-style �2g tX?t X-2xjs,.*mfliXa�ly *elsw yiyr SCBA with an easy tj) reach reflective handle. - This entire system weights only 3.1 lbs and each component is UL certified to NFPA Escape 1983. P 174 of 412 http://www.eastcoastrescuesolutions.comlsterling-rope-f4-safetech-escape-system-w-lightn... 9�9y015 Sterling -Rope F4 SafeTech Escape System wALightning Hook I East Coast Rescue Solutio,.. Page 2 of 2 from sterling rope 02:07 Lightning Hook from sterling rope on Vimeo. You May Also Like SteNing Rope F4 Gerntor 541 NYC Class H Harness SafeTech Escape System w/Lightning GT Hook ECRS News New Clients & Testimonials Trade Shows Copyright 02013 East Coast Rescue Solutions I Sitemap East Coast Rescue Solutions About Us Fire Hooks Unlimited Contact Us FUR Shipping & Returns Geri r Terms & Conditions Petri Shelby Gloves Sterling Rope Tempest ............. /1055of 412 home aboutus download catalog loyalty rewards training search � site In email us view cart - items., 0, cart total: 0 checkout Categories Rescue Catalog > Escape Systems > Escape Kits and Sags > Sterling F4 Fire Tech System vdLightning Hook Best Sellers STERLrNG, F4 Fire Tech System w/Lightning Hook • Specials • Harnesses • Helmets • Gloves • Escape Systems • Accessory Cords • Ropes • Nylon Webbing • Edge Protection • Packs and Bags • Rigging • Shock Absortijng/Fall Protection Lanyards • Slings & Runners • Carabiners & Screw Links • Rabbet / Descender • Mechanics, Advantage/Haul Systems • Pulleys Ascenders • Stretchers • Water Rescue Equipment • Rope Access • Tactical Equipment • Rescue Kits • Confined Space • Lights • Knives and Multi Tools • Publications Load Testing/Camera • T -Shirts Hats & Trinkets • Training -11 " . — SM JL certified to NFPA Escape 1983. Weight 3.2 lbs. Made I the U.S.A. -I Avallabilifty: All in -stock Items ship same day I or next business day r Gaurantee: Your satisfaction is guaranteed. More Info. I Ref. F4FTALS 7rice: $394.81 1. STERLING, Lightning Hook 2. STERLING, Fire Tech 32 - by the 3. STERLING, F4 Escape Device foot A (Rerf. HWHOOKLS) (Ref. F4 X) IRW,, SFT60-75T) kX�zxli� M6 Z! Botili, Harness A 10 R -N -R, Duffel/Gear Organizer Bag �IgIN, 11 $107.00 1" Tubular Nylon Webbing Per Foot $0.38 ;IlIIIIIII III, I 1111111ply'N's III I %, t6 I I, 11201NO, 1n l! ROCK-N-RESCUEIJ. E. Welnel, Inc. Tel: 724-256.8822 Terms & Conditions 02013 ROCK-N-RESCUE/J. E. Weinel, Inc. 300 Delwood Road Fax 724-256-8888 Butler, Pennsylvania 18001 Click here to small us 1r11Tri1:!1!5wn*=s mgsgimioi�;�g F4 Escape Tpch Mercury Escape Kit w/ Lightning GT by Sterling Rope 50 feet $453.00 F F�agp I of 2 Products I About us I RFQ I Discount Pricing CAGE CODE: 3ZLG1 Customer log in Order tracking Global Rope and Harness Cufticomments a [Products: Descenders - Sterling F4 Lightning Hook GT kits View all items in the Des riders - Sterling F4 Lightning Hook GT kits category View the previous item in this category - View the next item in this category => => NI (E5 ff Ze III Zf*TsT-4 Z, 2 CTVA ST-F4ETMBHLGT — 50 feet Quantity: Price: $497-40 $453.00 Iff Md ftm OD VW on sale a Weight: 2.9 lbs. (1.3 KG) 'k�fi r¢�0 Material: ............... . ...................................................... Alu minu m Hook wtwi re gated slot .... ...... .. ....... ...... .. ........ . ... N Manufacturer Sterling Rope ............ . .......................................... ....................................... . .................... a Part # F4ETMBWLGT w certifications: NFPA 1983:2012 (E) Escape/ UL The F4 EscapeTech Escape Kit wiLightning Hook Kit includes: Mercury fire resistant bag 50ft EscapeTechrope F4 Escape Device SAFE -D Three -Stage carabiner Alum. Lightning GT Hook Fire Fighter Anchor Hook eye sewn onto the rope ey Email the F4 Escape Tech Mercury Escape Kit w/ Lightning GT item details ........ ese components pack down to a very compact size. Vhe E4 E 77 neetal ;ix�wws fast egress. All systems utilize the Sterling Rope F4 device and one of Sterling Ropes certified fire escapDD e ropes attached to the Aluminum Lightning GT Firememos Hook (with wire gated slot) with the sewn eye. The Safealuminum carabiner securely connects the system to the user with a three -stave auto lockim! sleeve. The removW-ftAL-vihAi�! fevice orientated for proper loading. All components are individually certified to NFPA 1983. This systems features EscapeTech rope and comes with the Mercury Lumbar bag. The F4 Escape Tech Mercury Escape Kit w/ Lightning GT is a fire-resistant ldt that had everything a firefighter needs for Getting Out Fasil The F4 Escape Tech Mercury Escape Kit w/ Lightning GT includes(image shows solid slot) Mercury Lumbar bag: A compact, lumbar -style bag designed to fit around a belt or harness. 50 feet of EscapeTech rope F4 Escape Device — Red SAFE -D Three -Stage carabiner - Aluminum Lightning GT FiremanDs Hook (with wire gated slot) eye sewn onto the EscapeTech rope The F4'a sleek, lightweight design (6 oz) is engineered to all easy horizontal movement. The F4 features an auto -locking feature for added security and confidence for a hands- free exit of a structure, This escape system can be used by all size firefighters. The low profile shape packs easily in many bag styles and is available with multiple anchor options The F4-50 low -profile bag has 2 velcro straps on the back for secure attachment to all Icommon escape harnesses and belts up to 2" wide. WA The F4's sleek, lightweight design (6 oz) is certified with Sterling's escape ropes, such as the 7.5mm EscapeTach and this personal escape system includes 50 feet of 7.5mm EscapeTech rope, RM warranty and liability. Qualified training is required. F4 Escape Tech Mercury Escape Kit w/ Lightning GT by Sterling Rope 50 feet $453.00 F -Page 2 of 2 EscapeTechli T-Seleo RIT 5000 8mm PER ff�a�-r af a -d u cts'. F4 Descent control det4ce F4 Escape System: FireTech rope with F4-50 Fire Resistant Bag F4 Escape System: SaleTech rope with F4-50 Fire Resistant Bag F4 Escape System: SafeTech rope with Mercury bag F4-EmF_qz System: Esv!�eTzc% riX��,.vXX F4-51 FDS!Re_N'-z*tt 92g F4 Escape System: EscapeTech rope vi(ith Mercury bag F4 Escape System: 8mm PER rope with F4,50' -; Fecontrol device Tech Extension Lanyard 6 M M P Trm 17, rW "I, I Patroller Supply I Denver, Colorado 80216 1 (M) 507-0222 sales@PatmilerSupp:y.com I www.PatrallerSupply-com I Copyright@ 2015 Patroller Supply I — I http://www.patrollersupply.com/equipment/item-435 Lasp Pip/Mof 412 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. BOX 310 P.O. #: 160363 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 10/14/15 uk . !.Il. 107 AlIANOUNIA SHIP TO: City of Boynton Beach ITS DEPARTMENT 100 E BOYNTON BEACH BLVD VOYNTON BEACH, FL 33435 PROCUREMENT SERVICES: I I P.O. TOTAL: ACCOUNT NO. PROJECT SEE BELOW PURCHASING Page 180 of 412 EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 1.00 EA AVAYA EXPRESS MGD SPARES NBD 31.0000 31.00 3526T VENDOR ITEM NO.- GF63.00EM5 2 23.00 EA NORTEL EXP DEL MGI)SPARES PWP 56.5000 1299.50 PLUS VENDOR ITEM 'No GF630:OEM7' 3 11.00 EA NORTEL.NBD'-ERS48500TS PW.R PLUS 155.0000 1705.00 E Tv VNDDAI �M No.- GF6300EKM 4 5.00 EA NORTEL 9'ERS485OGTS PWR PLUS 155.0000 775.00 VENDOR ITEM NO.- GF630-02KM 5 15.00 EA N.Q:RTEL WLAN 8100 ACCESS POINT 47.00D0 705.00 8120 VENDOR ITEM NO.,- GF.6300EA1 6 2.00 EA NORTEL WLA14 8100 ACCESS POINT 47 0€100 94.00 -8120 VENDOR ITEM NO.:- GF63008,Al 7 1.00 EA AVAYA 4HR EXP RESSBASE.SUPPORT 1385.010:00 1385.00 VENDOR- ITEM NO,-:GH6300DS8 8 1.00 EA NORTEL ERS 5650 EXPRESS TECH 986.0000 986.00 SUPPORT VENDOR ITEM No.- GH6300DS.9 9 1.00 EA NORTEL-ERS 5632 EXPRESS TECH 19226.0000 1926.00 SUPPORT VENDOR IT NO.- GH630ODTO 10 1.00 EA NORTEL ERS .5.632:EXPRESS TECH 1926.0000 1926.00 SUPPORT VENDOR ITEM NO.- GH630ODTO 11 1.00 EA AVAYA WLAN 8100 WC81180 16L EXP 370.0000 370.00 Svc VENDOR ITEM NO.- GF6300DZ9 PROCUREMENT SERVICES: I I P.O. TOTAL: ACCOUNT NO. PROJECT SEE BELOW PURCHASING Page 180 of 412 VENDOR 4598 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100EAST BOYNTON BEACH BOULEVARD P.O. BOX 310 P.O. #: 160369 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 10/14/15 OVUM 4211k AV 11:1.11,11cull I i" MR 0 SHIP TO: City of Boynton Beach ITS DEPARTMENT 100 E BOYNTON BEACH BLV1 BOYNTON BEACH, FL 33435 LINE# QUANTITY UOM ITEM O. AND DESCRIPTION UNIT COST 12 1.00 EA AVAYA TECH SUPPORT EXP WMS 8100 270.0000 EXP VENDOR ITEM NO.- GE6300EA2 REKARKS.. SOFTWARE & HARDWARE SUPPORT FOR CITY .NET WORK EQUIPMENT Quark #GNCW53.5 TERM. --11/1/15 10/31/16 ...DO -NOT MAIL PO ITS WILL SEND TO VENDOR EXTENDED COST 270.01 PROCUREMENT SERVICES:P.O. TOTAL: 11472.50 ............. [ ACCOUNT NO. PROJECT SEE BELOW I PURCHASING Page 181 of 412 PIRCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. BOX 310 P.O. #: 160363 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 10/14/15 SHIP TO: TO: CDW GOVERNMENT INC. City of Boynton Beach 230 NORTH MILWAUKEE AVE ITS DEPARTMENT VERNON HILLS, IL 60061 100 E BO TON BEACH BLVD BOYNTON BEACH, FL 33435 REQUISITION NO.• - . INdUI IE8 FiEj3AR€ I p11#3 HASE PRDER,BALL EXTENDED LINE# QUANTITY UOM ITEM O. AND DESCRIPTION UNIT COST COST ACCOUNTING INFORMATION ONLY DO NOT SEND THIS PAGE TO THE VENDOR* ----------------- ------------ ------------ ---------- ------ ------- REQ/ACCT DATE RE.Q... BY PROJECT AMOUNT --------------------------------------- -------------------- 0000064980 10/09/15 its 7691.50 00115105134622 0000064980 10/09/,15.. ITS 3781.00 40128215364691 -------------------- ----------------------------------------------------- PROCUREMENT SERVICES: P.O. TOTAL: ACCOUNT NO. PROJECT PURCHASING Page 182 of 412 I F: H O 0 O 0 0 o O o 0 a 0 0 0 O Lf O O O O O O O O O O lf7 0 ri O1 ut l81 1P1 d+ 1n l0 �O 1p O O N M 01 O r O 0) W W N N r r r N r r r M 0) m 0) M N cP r -I r -I ri r -i .-i ri r-1 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O r-1 r -I 1-1 1-1 H H H H ri r -I H H z 0 H H ri ri ri M ri M ri M r -I M a -i v -i N Lf9 L/9 VI In L(1 l!1 N In In LH9 N p o 0 O r I O e-1 0 ri O H O O MEMOM MMM 41. W Z ri N M W LL1 l6 r W m O e -i N a a w v H D4 F W C4 M x F z H H z 0 H H H H x a x M p Ix 0 3 s4 o as rcl z G u 00 w u 41 rd �4 a 0 m a % m z s+ o Do 3 abi d Lnrd H 0 ;1 LrA-rI U (d M\ `r+ x 1n H o °H �uz14 rd r-4 H �4 va rt Eft ••.wH H 3'WDEQ00 W 0MQ)�0 a mWOlpmQ 0 Page 183 of 412 Ln Ln C) -1 ri OD (A 0 0 m F:4 M M M M W Q Q 0 C) a 0 C) 0 C) 0 C) C) 0 0 0 0 C) a 0 C) O C) 0 0 0 0 M m m m m m M m m rn m m w ko %D LD to w lD ko W %D ko w Gid I 0 0 21: P O O 0 0 0 0 C) 0 0 0 0 0 P M C! C! C! Z d ri 01 U) Ln U) 14F Ln W w %D a 0 cn (n 0 r- C) m OD co N N r- E- >4 rl r- m CA m Ch M NP Z -1 P W Z 0 M r 0 X4 X 0 O O O O 0 0 0 C) 0 0 0 0 C) C) C) 00 C') 0 0 a C) 0 0 0 0 0 O 0 (n a W d 0 In 0 0 0 0 0 0 0 0 0 w4v 0 > %D 04 0 kD N Ln r� r� LP1 W b l0 O C; C) 04 t9 m Ln Ln Ln co 00 CV N r- 0 t:)C 9% Y) 0 M C> 0 W U CD 1a m m A Ln Z to d W W W ryl M W M M N M Z >4 0 0 o 0 0 0 0 0 o C) 0 C) 0 0 IX i O 00 0 124 9 9 9 MW PI CN H 'A Ln Ln (N 0 API Z CY 04P M 04 W QW rY4 > 0 cd NW P F F P EA E-1 E-4 t:) pMF 1 i w tD Ix �D M M M 0) w 0 m C) M M 0 M 0 M 0 rn U M x ril W Z ;Z) Z 8 Z N Z 64 Z Z 04 Z M Z 04 Z > Nmo OM0 M U 0 -Imo r-4.0 0 M 0 p4 0 R 0 , 8 M '4 w 0 m U M U U w U m U ul 0MU MW M MW MW M CA E-414 ril M MW MW MW OW U w W4 U W � U M tDUw PUN PUN 04 U w U M UW UW X U w A U w QH� �c H P4 IHP4 0 H w pq:> N>< a4 > 1-4 M�� Z H � RH1 >H � 2H� MHC4 MH� U >H H v> U>< U > > zp��c Ix �1: C4 OWM OWM 04 W. �C WWnC WWM: Was 4CXS MX M mmm wMQ MMQ NMQ ;DWQ PMQ PWQ PMQ wm XF40 MM P4 NMW, It M P4 �CM04 M Ix MM M U7 rl Cl} sC75 WOM �On 040M MOM M2M MM M M mo� M 0 � MU m U33 mc� O� 1340 Z�, M w �, MZ-, , NHW MHW E-qHW wZ-1 x Z-1 Hf4 U W UHW WHW WHIX HHW wHg E-4 M Opp M UPW UE-im mpm mpm mpm MPP mpw PM 04P 04P c)�P 44P 44P MOP MOP UOP PON M M 0 �:) �:) mo' m e) 0 �) !D 0 r3:D WOO wDN w r3lb mt:)D W:D P P r OMM EMM WMN mmm OM 04 OWN M Ul Ck4 MM MN U]124 Mas omm EZZ Z x .0 X -..r Z x ozz OZX wZz ozz cq �400 0400 moo 00 000 moo moo 000 M80 moo H00 M86 NZZ 0!?4Z MZ2 , U U W U U WUU MUU WUU 04UU WUU 2 M U Q M kDUU WUU HuU �Duu .. w .. M.... .. .. .. .. .. .. .. .. I N�;Q , - - - m m Z P >4 Q w>'Q m>4n M �-# Q �- Q W�;6 0 MPO XE -40 RPO MPO Po p o gpo p4po rX p 0 Xpo PO UFO H MHz MHz HE ZHE �CHX MH MHz MHz MHz MHz RE wHE W Q Z ME Q ME ME ME WQE ME ME ME0 mn Z E-1 Q x P 11 400 000 "00 00 0 H 0 00 40 20 000 000 ORO 0 0 4xU mmu0 M U WEU NEU M U RCE®0 NEU WEU NEU 4EU gxu H 0 �IIXM PEP PEP PXM PEP PEP >4XM PEP PZM PXM �-Xp >4Zm 90.3 Ix 0 Ix 0 OtD IxP40 Ix 0 40e) P40 P40 e3 woo 40 F4Ob E-1 I >UM 0UM 0 U bum CR Z Z Z um oum '�Um 0UM bum bum >UM >UM M Z 4 Z Z Z 4 Ix M v Ln W r m 0) r -I H O CN I Page 184 of 412 :11 � # � 31 = fm�� Contact Person: Marty Stevens ,!Explanation for Purchase: City network communication equipment to route our network traffic between our PC systems, servers, sites, and the Internet. We currently have 24-hour by 7 -day coverage, with 4 -hour response time • any outages on our core • and auxiliary devices. [Recommended Vendor CDW-G Dollar Amount of Purchase $11,472.50 Source for Purchase (check and attach backup materials): Three Written Quotations GSA State Contract PRIDE/RESPECT SNAPS Sole Source L Piggy -Back Budgeted It --j Emergency Purchase Other Contract Number: Fund Source for Purchase: ITS 001-1510-513-46-22 $7691.50 Utilities 401-2821-536-46-91 $3781.00 Date Date Date Date lo Page 185 of 412 MT•T�iu.�C,I r?..',x"iv,✓kd bMsG,A �PWOMI l®AYS 1) Pricing does not include sales tax. 2) Pricing assumes labor done during 8:00 am to 5:00 pm, Monday through Friday. 3) Pricing assumes removal of existing equipment and reuse of cabling. 4) Standard Terms: 70% on order,1 on delivery of equipment,1 on S) Unless Otherwise Stated, Shipping Charges are 11.. INCLUDED in this Quote. PROPRIETARY for Disclosureconsentof RoncoCommunications This Avaya Express quote Is for• agreement #592004 with expires:I 1 10purchased last your! 1545. This agreement provides su•!•i from 1 1.1 f 1 Page 187 of 412 POS6lobetn,>,,, jfftuit quickbooks Pigs Aldelo Restaurant POS AvaVa IP Tvlsphony In -a -Box Solutions POS Bundles: POS Hardware Bundles Retail PUS Systerms Grocery POS, Systems All Categories: Access Controls Bannode Printers Business Phone System Cash Drawers Check Readers Data Nmworldng Digital Signage GoteaaVs Headsets Keyboards LAels Magnetic Strips Readers Massaging Mobile Computer Mobile Computer Acmsories Paging and Sp kers Paper Plastic cards Pole Displays -"S Computers ,VI 6 Accessories Customer Ra,.°Ww I About Us I Omit= Us I Global Shipping I Term & Ratum Policy I order Status livi,, u,co I ChE k ().8 Order coulee or can: 877-769-7300 Create Account I Login Page 188 of 412 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. BOX 310 P.O. #: 160416 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 10/22/15 Ajgzl• •�.- R SHIP TO: TO: XYLEM WATER SOLUTIONS USA, INC City of Boynton Beach 1730 W. 10TH STREET EAST UTILITY ADMIN RIVIERA BEACH, FL 33404 124 E. WOOLBRIGHT ROAD BOYN BEACH, FL 33435 PROCUREMENT SERVICES: I - I P.O. TOTAL ACCOUNT O. PROJECT 401-2816-536.52-75 PURCHASING Page 189 of 412 EXTENDED LINE# QUANTITY UO M ITEM NO. AND DESCRIPTION UNIT COST COST 1 1.00 EA BEARING,BALL ANG CONT SNGL ROW 847.4000 847.40 VENDOR ITEM NO.- 83 36 16 2 1.00 EA BEARING, ROLLER 'SNOLRONCYL 369.5500 369.55 170X95X32. VENDOR IT NO.� 83 '.57 4:8' 3 1.00 EA ROTOP, UNIT .127.27.1500 12727.15 VENDOR. -ITEM NO'.- 683 46 4 1.00 EA K.BY, !?A -RALLEL 20X12X63MM SS 48.4500 48.45 'VENDOR ITEM NO.- 80 78.98 5 1.00 EAIMPE-;LER., C 460MK CI 3231 5$12-1000 5812.10 V . 9 T�DOR. ITEM. NO.- 621 10 GO 6 1.00 EA RING-,: . :L . OCK S9 i c)oo 0 19.00 VENDOR IT2M.NO..- 611 04.00 7 1.00 EA: FOLDER, SZAL RING UNIT 539 6000. 539.60 VE-NDOR ITEM NO..- 6.11 05 00 8 1.00 EA $EA-,. MECHANICAL WCCR/WCCR 4ENDOR 2781.:.6 &QQ 2781.60 VITEM NO..-' 617 99 02 9 1.00 EA. kITI O=:RING 3231/3306/3356 91--.2:0.00 91.20 VENDWITEM-NO.- 83 21 33 10 1.00 EA KI-T,O-RING NBR 6X5 C 191.19000 191.90 VENDOR ITEM No.-: 63 05<94 11 1.00 EA WA$K.E: l. SUPPORTING POLY 155.6000 159.60 VENDOR ITEM NO..- 562 61 0:0 12 1.00 EA BEARING, ROLLER CYL SNCL R. -DW' 236.5500 236.55 140X65X33MM VENDOR ITEM NO.- 8.2 4:6 .33 13 10.00 EA LABOR, SVC 82.6500 826.50 VENDOR ITEM NO.- 14-69 00 03A PROCUREMENT SERVICES: I - I P.O. TOTAL ACCOUNT O. PROJECT 401-2816-536.52-75 PURCHASING Page 189 of 412 PIRCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. BOX 310 P.O. #: 160416 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 10/22/15 VENDOR 3876 SHIP TO: TO: XYLEM WATER SOLUTIONS USA, INC City of Boynton Beach 1730 W. 10TH STREET EAST UTILITY ADMIN RIVIERA BEACH, FL 33404 124 E. WOOLBRIGHT ROAD BOYN BEACH, FL 33435 LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION 14 1.00 EA MISC ITEMS LARGE PUMPS MATERIALS, LUBE SOLVENTS VENDOR ITEM NO.- 14-6.9 00 24B is 1.00 EA ENV FEE ..?5:0Rp NO:TAX VENDOR. IT NO.- 1.4-69 00 21E. REMARKS: REPAIR, : 110 HP PUMPFOR. MASTER STATION 356 QUOTE #R2.015-WEP-0214 ACCOUNT NO. PROJECT 401-2816-536.52-75 • • EXTENDED COST 64. 64 71.25 24786.45 PURCHASING Page 190 of 412 I A N 0 0 D� tD ri W N 0 0 aD dr H O Ln Ln W N � H � 60 h O h N O O O O O Ln w N E Vr H H kD h z 0 H H H H W W d W O O D O H ri H O Ln Ln Ln O O O O O D O Ln O O Ln Ln v Ln ri v H o w w N m w Ln Ln LD N � O h m C- O N m m H H H m LD w v H W v w N tll H H M O m m Ln M N w h O O M h LD Ln h H ri N m h N Ln N v H N O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O OO O O O O O O O O O O O O O O D O O O O O O O O O O O O O ri H H H H rl rl ri H ri H H H H H I do Ln m Ln Ln Ln Ln Ln Ln Ln LCD N Ln Ln Ln h h h L, h Cl. h h h h h h h h h N N N N N N N N N N N N N N N Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln LID Ln Ln in Ln M M M M M M M M M M M M M M M Ln Ln Ln Ln Ln N Ln In in Ln Ln Ln Ln Ln Ln H W VD W W LD LD W %D W W lD LD W W 4D H ri H H H H ri ri H ri ri H H H ri 05 O O O M Ib LD W LD O O O LD CO O ON N N N N N N N N N N N N N N U H ri ri H H H H H H . ri H ri H H H U O D O O O O O O O O O O O O O F[; W tll d° dl dr dr VI dl tll W tl° � d• tlr dl W z H N M v Ln LD h O 05 O H N M v Ln H H H H H H ri 0 Page 191 of 412 Ln LID I H ri I P I N LD W 1 ri N A I I O O I H ri I 1 W W as Aa A q p I S+ O I A 1 W 14 r~^ 1 H I Fa I W I A I I 8 U 1 B I z H B u a ul I Ln z� I M M MOI z 0 �4 I O H W H H B E+ 0 I W u1 CX IX HH 1 OD W W HVj I LD I o a w O O a I w o k a 1 LD 1 Qa' h I a z k4 M B 004 z r1 m 1 O O y1i 1 H Ix O H I H r4 H a H m �Pa F4 0 I a W Wa r1 1 Qui A W I A I W W I ca H b0 W I a W04 C I I 1 I A N 0 0 D� tD ri W N 0 0 aD dr H O Ln Ln W N � H � 60 h O h N O O O O O Ln w N E Vr H H kD h z 0 H H H H W W d W O O D O H ri H O Ln Ln Ln O O O O O D O Ln O O Ln Ln v Ln ri v H o w w N m w Ln Ln LD N � O h m C- O N m m H H H m LD w v H W v w N tll H H M O m m Ln M N w h O O M h LD Ln h H ri N m h N Ln N v H N O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O OO O O O O O O O O O O O O O O D O O O O O O O O O O O O O ri H H H H rl rl ri H ri H H H H H I do Ln m Ln Ln Ln Ln Ln Ln Ln LCD N Ln Ln Ln h h h L, h Cl. h h h h h h h h h N N N N N N N N N N N N N N N Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln LID Ln Ln in Ln M M M M M M M M M M M M M M M Ln Ln Ln Ln Ln N Ln In in Ln Ln Ln Ln Ln Ln H W VD W W LD LD W %D W W lD LD W W 4D H ri H H H H ri ri H ri ri H H H ri 05 O O O M Ib LD W LD O O O LD CO O ON N N N N N N N N N N N N N N U H ri ri H H H H H H . ri H ri H H H U O D O O O O O O O O O O O O O F[; W tll d° dl dr dr VI dl tll W tl° � d• tlr dl W z H N M v Ln LD h O 05 O H N M v Ln H H H H H H ri 0 Page 191 of 412 Ln Ln I CN w W I H cq I- I- 0 0 O 0 0 0 CN 0 ko 00 0 00 0 0 0 0 m 14, 0 m 0 W %D 0 10 Lf) 05 r-I >4 0 1 WCD H 0 0 m H U') to W ON Q I M Ln r- N 0 ep ko z! m H r-1 H r- N I W N i cn m OD 0 clq H rq H m m W (q v 14 > I OD OD LD 00 W W w %D CD CD Lr) CD H 0 Ln Ln Ln 0 0 0 O O 0 0 in a Ln Z ul 1 m U]) W 0 0 U) H dI H 0 LD ko N (A W LF) Ln Z P I h al h m N C\ a; 0l 1d Z 0 X r-I (n 00 ON 0) Ln rn C14 0 H W s OD m co Ln r, H 14 CN 00 H (N Ln C'q 1 0 ri) 14 H H I O O O O O 0 0 O 0 0 0 0 CD W W HU) 1 0 0 0 O 0 0 0 0 0 0 0 0 G) P I no I 0 U) Ln Ln 0 0 0 0 0 0 0 Lr) in 01, m u w Ln H 0 w %D N0) W Lr) w 14P 4 LD 2: N a; 0\ N 0 0 CN H rn CD 01 05 Ln m 00 04 OD M r, CD Ln r- H 0 0 pq I cq LO 0 r34 >4 I P4 %D z 0M 0 P W W 14 N W W M .F< 01 > w O 0 >1 1 0 0 0 O O 0 0 0 0 0 O 0 0 WO 1 1 0 0 0 0 0 0 O O O 0 0 0 0 P4 0 W Q 04 KC W Ol W n W r-1 ca Z 0 W rJ] 0 Fe 134 Ul CX CQ C, > > > >re) U) U) m I)! V) Ix U)W V2 W U) W m W U)�,a >w. m 9>4 Xm � m I>x U) WW x M W WW WW WW WW WW WW WW WW WW uiww WW m H mmH w H ril H rn H ca H Ul H ril H m H WH ril H W W H CAH W m W W W W W W W W 114 W x W 134 z W 0 XWO W 0 040 140 140 W 0 1140 W 0 140 W 0 01140 W 0 HE Hill 0 H co Hen HU' HU) HU) HU) HU) HU) HU) HU] v H ril HU) z x 9 In �'A 9 24 rmA 24 2 rMA 24 m H 0 0 W g w g m 4 m q P, ri 14 u W W P4 W D4 W W W W U W W u W ri W U W u W u mu W u 14 U 3: M U M ri W U �4 W u W W u wl u W. W u W u W () W u W ri OWU 14 U 4 f< >1 0 F4 F:4 l< W F:4 4 F�4 4 IM 4 2 � u ul � r-1 LS Is Q1 U LS ko'd lz lz LS LS H D4 3 CII N P4 M P4 04 a U N m Pi 04 134 0 124 P4 m I E 0 1 ZN IN 116 C11 1 6 IN PIN �- 1 6 ME-IX I �H I � OPP E-1 6 z::) 14 z x MH m Z z z -�z m Z t:) z 6 0 z z z z H PHN BHN H a4 MHP4 H 134 H 04 HHN W H 04 �,H M H 04 0 H U) H 04 H Ro I z 61. Fq 9 4 u N 0 4 9 LS H 0 0 g's Xz mw Ls NJ 9 's -Z .3 rui 0 .8 Cw) 9418 Ls u z 04NU)cq 2i: m Ln 0 �4 04 W U) a) H 04 m XNM 04 CQ 0 04 Ul N m MNM xp4m Z 124 m up4m NU) 0 H 04 Ha Ha XHN XHN H N ZHN q H PJ -�H al WHM H H 04 H 134 H a, z0 WOE OW -86 op O9 HOE He 1-406 O6 10 6 W t:) t:) 2 4 ON w0'0 ON kD ol a W00 a m0 W Ol W Ol W Ol 0 Ol M04 4 M 04 r3Q P4 W (14 v rA W C14 H W ila Cq W IM4 MM04 0 W134 F4 W P4 14 0 pq 0 m z P4 0 O z 0.... 0.... W U -- P4 0.... �3 g >� 0 0 54 Iq Z P H I WHO 10 HPO q10 HO U 10 CO 10 U P 0 zHO z10 M P 0 10 > E-, 0 0P HE F-q 9 HE HE W H x OH9 HE WHE HHE HHE HE 'HE rj) H x H 6 C4 v 0 Q 2: Q x BOX QE WOE .4 Q X A X EOE W Q 9 aQm QE On z QE E-4 0 Hl zoo 200 00 00 900 00 0 00 00 zoo -00 H 0 9 Hmu HEU Wzu � x ri 4XL) -EU MEL) EU 0 L) OZU WEU U HEU 9xu rn u I Hm Wzm OEM E M MEM CH QU FIEM -H -X M :Z 2: � WE M OEM H 0 m 00 400 POO 5 00 M 0 D zo 00 900 �3 PO 10 t:) m00 400 00 0 E-4 W M u w mum oum um xum HUM oum Wum HUM H rj m U rn W u a) u ca 0? Q M M W H W z D4 H M M Z W I rd cq M Ln W r- co aN 0 r Cq ul H M E H ri H H az! Page 192 of 412 Requesting Department: Utilities/Wastewater Pui Contact Person: Jim Hart 'Explanation for Purchase: Repair of pump for Master Station # 356. Service call determined the following repairs: shaft damaged, impeller worn,, bearings and seals need to be replaced. Recommended Vendor xylem Water Solutions USA, Inc. ,Dollar Amount of Purchase $24,786.45 Source for Purchase (check and attach backup materials): Three Written Quotations GSA State Contract PRI SPT SNAPS Sole Source Piggy -Back Budgeted Item Emergency Purchase Other Contract Number: NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contract. IFund Source for Purchase: 401-2816-536-52-75 1 Approvals: Department Head LAP Date Purchasing Agent Date Asst City Manager Date City Manager/mss,Date t ZC1 Yt Form Revised 02/01/02 61. W_(440. Page 193 of 412 �H.-T.E. EN DATE: Unit Price H.T.E. RE�t)UISITI*N # Fund Dept Basic Procui ement As Director: VENDOR INFORMATION: 847.40 ea Bearing, ball ANG CONT SNGL ROW 20X95X45MM, 7319BEM REASON FOR PURCHASE: Repair of 110 Hp pump for Master Station # 356. . ................ . .............. Unit Price Description & Part Number Fund Dept Basic Elem Amount VENDOR INFORMATION: 847.40 ea Bearing, ball ANG CONT SNGL ROW 20X95X45MM, 7319BEM Name: xylem Water SvIu6ims, Inc, FLYGT _Ob' 1 Date: 10/12/2015 1 369.55 ea BEARING, ROLLER SNG ROWCYL 170 95X32 NJ219ECP/P6 Address: 1731, 111,"h Street W Construction Date Needed: 10/26/2015 369.55 1 Riviera Beach, Fl 334,14 Cust. Rel. Phone (contact): Clint Rueff i Distribution Water Qual. 48.45 ea BACKUP DOCS. SUBMITTED: QuotesNerbal (over $500) DELIVERY: E. Admin. 4-* (x M411we N ME Pumping (x �Quotes/Wrltten (x) (over $2000) 1 5812.10 ea VendorNumber: 3876 PWTreat. W. WTP 42 INITIATOR: Jim Hart i Meter Serv. 19.00 ea WTI] r&T4TrrR3- Requirements. Special Instructions: SNAPs/GSA/Piggyw--back 5toject Number: 539.60 ea Quan. Unit Price Description & Part Number Fund Dept Basic Elem Amount 1 847.40 ea Bearing, ball ANG CONT SNGL ROW 20X95X45MM, 7319BEM _Ob' 847.40 1 369.55 ea BEARING, ROLLER SNG ROWCYL 170 95X32 NJ219ECP/P6 369.55 1 12727.15 ea ROTOR UNIT 12727.15 1 48.45 ea KEY, PARALLEL, 20X12X63MM SS 48.45 1 5812.10 ea IMPELLE R,C 460MM Cl 3231 5812.10 1 19.00 ea RING, LOCK SS 19.00 1 539.60 ea HOLDER, SEAL RING UNIT 539.60 Page 194 Page 195 of 412 2781.60 ea SEAL, MECHANICAL WWCR/WCCR 2781.60 91.20 ea. T,O-R G 3231/3306/3356 91.20 1 191.90 ea KIT,O-RING NBR 6X5 C 191.90 1 159.60 ea WASHER, SUPPORTING POLY 159.60 1 236.55 ea BEARING, ROLLER CYL SNGL ROW 140X65X33MM,24X24MM,NU313EC P 236.55 10 82.65 ea Labor, Service -West Palm Beach 826.50 1 64.60 ea Mat'l., Lubes, Solvents-Med. Pumps 64.60 1 71.25 ea. Environmental Fee >50Hp No Tax 71.25 TOTAL 401 2816 536 52 75 24786.45 Page 195 of 412 rs,Tl- I ne City 01 -'Boynton Beach Ulifides Deparment 124E. Woolbright Road ,TymtpzBeawnda33435 Phone (561) 742-6400 FAX (561742-6298 ITEMS REQUESTED: QUOTATIONS Repair pump VENDOR # 1: Xylem Dewatering Solutions, Inc. DATE: 10/12/2015 CONTACT PERSON: Clint Rueff PHONE NUMBER: 561-848-1200 QUOTE: $24,786.45 VENDOR#2: DATE: CONTACT PERSON: PHONE NUMBER. - QUOTE: VENDOR #3: DATE: CONTACT PERSON: 11111 11111 IIIJI �Wvj 04-411 FEW] ON 01212 Page 196 of 412 Estimate* R2015-WEP-0214 Tag#: 812 9 jobName: LS 356 Xylem Water Solutions USA, Inc. Flygt Products wAIt .4 's 41 j �".A ' * �" - " — �'-44 SHAFT DAMAGED, IMPELLER WORN, BEARINGS AND SEALS NEED REPLACED Parts: Qty PartNo Description Sell Price Total Price 1 833616 BEARING,BALL ANG CONT SNGL ROW 201X95X45MM, $847.40 $847.40 1 835748 1 6834602 1 807898 1 6211000 1 6110400 1 6110500 1 617 99 02' 1 832133 1 830594 1 5626100 t 824633 I - Qty PartNo 1014-69 00-03A 1 14-69 00 24B kE�l I �44 7319BEM BEARING,ROLLE R SNGL ROWCYL 172 NJ219ECP/ P6 ROTOR UNIT KEY,PARALLEL 20X12X63MM SS IMPELLER,C 460M M Cl 3231 RING,LOCK SS HOLDER,SEL RING UNIT SEAL, MECHANICAL CCR CCR KIT,O-RING 3231/3306/3356 KIT, O-RING NBR 6X5 C WASH E R,SU PP.ORTI NG POLY BEAI NG,ROLLE R CYL SNGL ROW 140X65X33MM,24X24MM,NU313ECP Total Price Description LABOR,SVC FLYGTNO TAX Z4 -TP MODELS: 3000,7000,8000 MISC ITEMS,LARGE PUM PS TP MATERIALS, LU BESSO LVENTS, ETC ENV FEE >50HP NO TAX TP ENVIRONMENTAL FEE Total Price Flygt Products 15132 Park Of Commerce Blvd. Suite 102, Jupiter FL 33478 PH: (561) 848-1200 rX: (561) 848-1299 $12,727.15 $12,727.15 $48.45 $48JU $5,812.10 $5,8112. $19.00 $19. $539.60 $539. $2,781.60 $2,781 41 $91.20 $91: 0 $191.90 $191. a $159.60 $159. 4 $236.55 $236.1 Sell Price Total Pric $82.65 9 $71.25 $71.25 $962.35 Page 197 of 412 0 Xylem Water Solutions USA, Inc. xylem Flygt Products Estimate #." 112015—WEP0214 Date: 10/6/2015 8129 jobName: LS 356 "SIVN Company Name: CITY OF BOYNTON BEACH Contact: JIM H. Address PO BOX 310 Telephone: Telephone: Fax: BOYNTON BE FL33425 Email: i J1001 W7 - @14 Product Number: 32316655167 Serial Number: 3231.665-0361135 Model: 3231 11 T Inspected By: Richard Bogert for Data: Wire Configuration: Ul: VI: WI: Meggertogroup d: R B W Sensors: Resistance through cable: RB RW BW E] FLS Stator Condition: Good [] CLS Shaft Condition: Unusable Ej KLIX it Condition: Unusable E] Bearing Inspection Plugs: 20= mr-� �- F'Mmdr.l I mpeller/Propeller Condition: Unusable Volute Condition: Good C P Ej Cable Cable Condition: Good Cable Length: Flygt Products 15132 Park Of Commerce Blvd. Suite 102, Jupiter FL 33478 PH: (561) 848-1200 FX: (561) 848-1299 Page 198 of 412 Mr. James Hart fT�Slw JSEA-em 124 E. Woolbright Road Boynton Beach, FL 33435 !�Ii I � I I WMEMOM 1730 Tenth Street W. Riviera Beach, FL 33404 Tel: (561) 848-1200 Fax: (561) 848-1299 is the only authorized vendor for Flygt Products and OEM Parts. Xylem is also the only authorized service repair and warranty organization in the State of Florida; (East of the Apalachicola River). Our staff is properly trained to provide you with original equipment, spare parts, repairs and warranty service. -3= Steve Kiss Branch Manager, Riviera Beach, FL Steve.Kiss@Xyleminc.com Page 199 of 412 Mr4flTxllr*T*.TlpT:l7.* CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. BOX 310 P.O. #: 160423 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 10/23/15 VENDOR 14658 TO: SMARTWATER CSI LLC 110 EAST BROWAJkD BLVD, SUITE 1700 FT LAUDERDALE, FL 3331 SHIP TO: City of Boynton Beach POLICE DEPARTMENT 100 E. BOYNTON 13CH. BLVD. BOYNTON BEACH, FL 33435 :GARDING ,EQUISITION NO. 65081 ORDERING DEPARTMENT: POLICE ---- ----------H' flD , CAO �ATE NEEDED: COMMISSION APPROVED- - - - ------------ -------------- --- --- - - I LINE # QUANTITY LTO M ITEM NO. AND DESCRIPTION 1 400.00 EA SMART WATER RESIDENTIAL KIT VENDOR ITEM NO.- NA PROCUREMENT SERVICES:_1 -------------- ACCOUNT NO. 105-3445-521.52-M* UNIT COST 30.0000 REMARKS - Smart Water Home Coding Instant Tracer Kits. Purchazed UhdOx JAG Grant (Resolution RIS -11 51 M • � EXTENDED COST 12000.00 i Page 200 of 412 CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100E T BOYNTON BEACH BOULEVARD P.O. BOX 310 P.O. #: 160423 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 10/23/15 VENDOR 14658 TO: SMARTWATER CSI, LLC 500 W. CYPRESS CREEK ROAD SUITE 560 FORT LAUDERDALE, FL 33309 SHIP TO: City of Boynton Beach POLICE DEPARTMENT 100 E. BOYNTON BCH. BLVD. F.-OYNTON BEACH, FL 33435 REQUISITION NO. 65081 ORDERING DEPARTMENT: POLICE ER OPLL COMMISSION APPROVED: LINE# QUANTITY UO M ITEM NO. AND DESCRIPTION 400.00 F -A SMART WATER RESIDENTIAL KIT VENDOR ITEM NO.- NA UNIT COST 30.0000 REMARKSt Smart Water . Home Coding Inst.ar I it Tracer. Kits. Purcha,S46d' undet DAG Grant: (kesol ti u 1 -on 915-115) . EXTENDED COST 12000.00 PROCUREMENT SERVICES: P.O. TOTAL: 12000.00 ACCOUNT NO. PROJECT 105-3445-521.52-59 PURCHASING Page 201 of 412 UT L H H € \ \ 1 r-1 1A W i N N € O O tl ri ri € t W Ea Y Q Q a 9 a >+ O W Q Y Ix+ t > + Z F H i Fa Y R Q 1 E I E I I OP € O W® I d Ft U I O U k 0 0 W I O 0 E N R ri I H R c U H Ei R O ca 0 o F F HU 0 W o O E+ I m O Fa E C) O H 1 0 Ei m z W G I a. Q N Y rLl ✓ r -I Q E ® ® yd E O El al W H I US mid 0 € O c Q Ecd 041 rZI � � Y cn Q W W cry 1 a rn C4 U I Y' P I a al I N I Q f a a E Q Q 1 pco I W W I W I F44 I H pa U U € ®7,°7 H H € 0 04 04 ae a € UH1,E71 W t W x y+ z € aU O �. F z H ®I FH0 HR 3H H O HP 00 H 0 E HDU H O c 1 O [a F WFA 1 U ¢!} Q 1 U] H W M za1 H U] H P ,°7 I I a O O O O O N r -I _:2 O O O O 0 N r -I l Page 202 of 412 EITFM CITY OF BOYNTON BEACH REQUEST FOR PURCHASE OVER $10,00ij; Contact Person: Capt. Zeller 'This purchase is for Smart Water residential kits to continue our effort to reduce residential burglaries. This product is a patented forensic marking solution that is placed on personnel property land illuminates under special lighting. This will allow investigators to determine the rightful owner if llocated on a given suspect and aid in a successful prosecution. "Recommended Vendor SmartWaterCS1 Dollar Amount of Purchase 12,000.00 Source for Purchase (check and attach backup materials): Three Written Quotations GSA State Contract PRIDE/RESPECT SNAPS Sole Source Piggy -Back Budgeted It Emergency Purchase Other Contract Number: NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contract. =11 I - 11117i=7a7w. JAG Grant funds. Approvals: mkzff Lei Asst City Manager City Manager Form Revised 02/01/02 Date Date Date Date 16 Page 203 of 412 SmartWater CSI, LLC Sales Order Form 5 * * IT. U—yp—r—es—s Ur—e-eY —Xomfd Suite 560 Ft. Lauderdale, FL 33309 w Boynton Beach Police Departme Attn: Jaclyn Smith 100 E. Boynton Beach Police Boynton Beach, FL 33435 1 10/21/2015 • i I - Attn: Jaclyn Smith 100 E. Boynton Beach Police Boynton Beach, Fl, 33435 P.O. Number Terms Rep Delivery Mode N/A Net 30 Days RHB By Hand Quantity Item Code Description Price Each Amount 300 1 USF035 I 3yr Police Sponsored SmartWater Kits 140.00 12,000.00 Total $12,000.00 Payments/Credits . I11110 0- 12 0 Zit RESOLUTION NO. RESOLUTION OF BOYNTON BEACH, FLORIDA, AUTHORIZING THE MAYOR TO APPLY R DOCUMENTS O 'EDWARD BYRNE MEMORIAL JUSTICE ASSISTANCE GRANT PROGRAM $26,4361 f . F# ACCEPT GRANT GRANT , AGREEMENT; AND PROVIDING AN EFFECTIVE DATE. W,j awarded a grant from the Edward Byrne Memorial Justice Assistance Grant Program; and lar of WHEREAS, a portion of the JAG fundsused towards1 i* i overtime r" j: WHEREAS, in addition, a portion of the JAG funds will be used to purchZ iml ul Section.l. The foregoing "Whereas" clauses are hereby ratified and confirmed as 01, being true and correct and are hereby made a specific part of this Resolution upon adoption M, METTIMIN W! Le_ction 2. The City Commission ofthe City of Boynton Beach hereby1 11111 111111111 1 r� Page 2061of 412 MIN attached hereto as Exhibit ,A." Section 3. This Resolution shall become effective inunediately upon passage - PASSED AND ADOPTED this 15 Ih day of September, 2015. Mayor — Jerry Taylor Vice Mayor — Joe Casello Commissioner — David T. Merker Commissioner — Mack McCray Commissioner — Michael M. Fitzpatrick Page 207` of 412 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. BOX 310 P.O. #: 160425 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 10/23/15 zpz■a W TO: BARNEY'S PUMPS INCET 12080 NW 40TH STRE CORAL SPRINGS, FL 3301 SHIP TO: City of Boynton Beach EAST UTILITY ADMIN 124 E. •• :• ROAD BOYNTON BEACH, FL 33435 EXTENDED LI NE# QUANTITY UO M ITEM NO. AND DESCRIPTION UNIT COST COST 1.00 EA HOMA PUMP MODEL# 13925.0000 13925.00 AK634-270/39.2F/C REMAAXS- New p4m p for. Master Station,, 213; r�pf r to .e Qu Oat a 0- n I, =.. 01-15-1001 dated 10-12.-'2015. PROCUREMENT SERVICES: ACCOUNT NO. PROJECT 403-5000-535.65-04 SWR075 13925.00 PURCHASING Page 208 of 412 0 z 0 H zz Q a4 14 en a E-4 z I PQ 0 z 0 z 0 ED�4 0 H U 0 r4U2 E� Ol Q F4 04 H r7l m Zx ul HM F4 Z 0 0 in Ifi 0) en rn Iq H 0 L1 E-1 z en 0 H W CY pq P4 0 0 H r -i p C� 0 60 0 0 Ln in (n M 14 r -I W 0 z w 04 0 4-) u rd P4 p 0 U Ln w C- r -4 FO 0 Z IX as 04 M z 0 i U M-1 v 0 Ln 10 Ln M U) p 0 9 Page 209 of 412 QP z ril 0 -1 PUW CN U z z 0 H E-1 Ul in in CD w UO Ln Fq W 0 0 z 0 0 0 0 m F-4 124 0 z N z >4 0 0114 H Pa cq C4 ch Pm Za Ol N W apa z Q rij z ri) t:) 0 w rj Hen a 04 ca fx m 0 z 0 H zz Q a4 14 en a E-4 z I PQ 0 z 0 z 0 ED�4 0 H U 0 r4U2 E� Ol Q F4 04 H r7l m Zx ul HM F4 Z 0 0 in Ifi 0) en rn Iq H 0 L1 E-1 z en 0 H W CY pq P4 0 0 H r -i p C� 0 60 0 0 Ln in (n M 14 r -I W 0 z w 04 0 4-) u rd P4 p 0 U Ln w C- r -4 FO 0 Z IX as 04 M z 0 i U M-1 v 0 Ln 10 Ln M U) p 0 9 Page 209 of 412 AON BEACHti 1 yyC�fi�, S- REQUEST ;k zqR!4i PUP -CHASE s +e j � i RDeparbrient Utilities/Wastewater Pui Contact Person: Jim Hart in "Source for Purchase (check and attach backup materia Three Written Quotations State .GSA �.: Rntra&.;PRIDEMESPECT ,. SNAPS Sole Source Budgeted Item Emergency Purchase Other-' Contract Number: NOTE: Fund Source for Purchase: .,03-5000-535-65-04 SWR075 Date Date Date z Page 210 of 412 H.T.E. ENTRY DATE: 10/20/2015 H.T.E. REQUISITION# OTHER INFORMATION: T 1 ON* Name: Barney's Pumps Inc.nc. Admin. Procurement Asst: : — -------------------------------- — ------ Date: 10/20/2015 --- ------ --- Director: ---- --- - - ------- - ASAP M ------ x4vJ-vvJuWeJ& cap al and/or i$5000+�- t j� j Co i Construction VENDOR INFORMATION: DIVISION: OTHER INFORMATION: T 1 ON* Name: Barney's Pumps Inc.nc. Admin. Date: 10/20/2015 ASAP M Address: 12080 NW;4:0: St�reet Co i Construction Date Needed: 10/27/2015 /2 0 15 Cofhm. Coral Springs, F1 33065 Cust. Rel. ASAP/Conf M Distribution BACKUPDOCS. r RY: SUBMITTED: i Phone (contact): To Kalinski Water Qual. Quot e s/Verbal E. Admin. 40 (x over $500) s 2� 954-346-0669 Pumping P" (x Quotes/Written—(x) E. WTP 41 over $2000) Vendor Number: 301 PWTreat. Bid Docs. W. W`I? 42 Meter Se. Sole Source L. (X) P/U 9-9 IMTIATOR: Jim Hart Sewage Insurance Special Instructions: JEREequire ments' APPROVED: Stzmwtr. [SNAPs/GSA/Piggy-back Project Number: SVIR075 Quan. Unit rice M 't P Descrintinn A, PA Number Fund Dept Basic Elem Obj Amount 13925.00 fea Homa pump model # AK634- f270/392F/S��C 403 000 5000 535 65 04 13925.00 9 7 Page 211 of 412 The City of Boynton Beach U01iff Dqwftent 124E Woolbright Road Phone (561) 742-6400 FAX (561742-6298 QUOTATIONS ITEMS REQUESTED: New 39.3 Hp pump VENDOR # 1: Barney's Pumps Inc. DATE: 10/12/2015 CONTACT PERSON: Tom Kalinski PHONE NUMBER: 954-346-0669 QUOTE: $13,925.00 VENDOR#2: Custom Pump & Controls, Inc. DATE: 10/14/2015 CONTACTPERSON: Thomas Marinace PHONE NUMBER: 954-299-5156 QUOTE: $17,200.00 VENDOR #3: Southeastern Pump DATE: 10/12/2015 CONTACTPERSON: PHONE NUMBER: 800-396-4182 QUOTE: $14,873.00 ATTACH THE ABOVE QUOTATIONS TO REQUISITION AND SEND TO PURCHASING DEPT. Page 212 of 412 QUOTATION NUMBER 03-15-1007 BARNEY'S PUMPS INC. B P Page I of — 2 12080 NW 40th Street Coral Springs, FL 33065-7602 Breward (954) 346-0669 Dade (305) 945-0279 x(4)346-0993 DATE: 10-12-15 TO: City of Boynton each Utilities FOR Attn: Jim Hart . SHIPMENT Same 124 East Woolbright Road TO: Boynton Beach, FL 33435 PROJECT: Homa AK634 Replacement Pump alive . _M Via From F.O.B. Terms 2 -3 weeks - subject Bestway Barney's Pumps Barney's Pumps net 30 with approved credit to prior sale ME—M QTY DESCRIFT'ION —PRICE EACH Condition of Service: 1190 GPM @ 83' Electrical Service: 460V/30/60 HZ A I Homa Pump model # AK634-270/39.2F/C, 39.3 HP, 175O RPM, 42.0 FLA, 10.63" impeller, $13,925 50' power cord, also includes: * (1) BPIU-26B-FC-3R, 6" discharge flange (Metal to metal), Flygt compatible for 3"' guide rail * Part # 8734112, lifting bail for F frame motor Delivery is F.O.B. Barney's Pumps. Start-up and training services are NOT included. Taxes chor bolts, piping, field wiring, etc. are not included. an 100�sj2�mwln'rw it for apprmval, plose request them from our office. The following items are attached: Bulletin Performance curve Elevation drawing Prices quoted are firm for 30 days (unless otherwise noted), then subject BARNEY'S PUMPS INC. to adjustment to agree with prices at time of shipment and subject to any tax required by law. This quotation is subject to Barney's Pumps standard terms of sale and warranty. We appreciate the opportunity to Tom JiCa" & serve you and trust that we are favored with your order. Page 213 of 412 4 SOUTHEASTERN Z W Attention: Jim Hart Subject: Replacement Pump for the New Triplex Master Lift Station #213 Replacement Pump for the New Master Lift Station One (1) Barnes #6SHDK40044-285mm, 40 HP, 1750 RPM, 460 Volt, 3 -Phase, 6" Submersib Pump rated to pass 3" spherical solids. Pump comes standard with a 50 ft. Power Cord Assembly. I Delivery: 3 weeks production time. Guide Rail Claws are available for an additional cost. Price is valid for 30 days from this date F.O.B.: Factory, freight allowed Payment Terms Subject to Account Status M�' M, M RM IBM= Date SOUTHEASTERN PUMP PO Box 100727, F Lauderdale, FL 33310 + 1368 SW 12 th Avenue, Pompano Beach, FL 33069 Toll Free (800) 396-4182 + Phone (954) 781-8400 + Fax (954) 781-8434 + www.sepump.com Page 214 of 412 Custom @d> Pump ft Controls, Inc. Mr. James Hart City of Boynton Beach 124 E. Woolbright Road Boynton Beach, Ft. 33435 304 Indian Trace #222 Weston, Fl. 33326 Coll: (954) 299-5156 Email. t.marInace0_cygtompump.com Dear Mr. Hart, We thank you for your interest in our product and are pleased to quote you on the following lift station sewage pump: MIUM) 1 KSB sewage non -clog pump model KRT K 150-400/406XG-S (350), 6" discharge, 50 HP, 1186 rpm, 460 volt, 3 phase. Equipped with 50ft cord, SS. Lifting bail and a 6" pull-out flange (Claw) for 3" Flygt guide rail system. Price does not include sales tax. This price is firm for thirty (30) days. Current delivery is 10 - 11 weeks from date of order. Shipping terms are FOB shipping point with full freight allowed, Payment terms are Net 30 days. ffm�' U= Proposal 101515 - 10114/2015 al - cpc - 09/03/99 Page 215 of 412 VIP If. 0%. = ofOwn SPECIALIST IN FLUID MOVEMENT 250 Springview Commerce Drive Deb ary Florida 32713 Sales Representative Phone: 407 330 3456 Contact Information Phone: 800 323 1731 954-240-9359 Fax: 407 330 3404 Fax: 561-852-1948 TO: Citv of Bovnton each ATTN: James Hart 1000RItl FROM: Brian Shields S4 EMAIL: brianAhydraservice.net DATE: October 13, 2015 FAX: REF: LS 213 Pump -47 HP -Third Pump EMAIL: hajfN/A @_bbfi.us ENG FIRM: I ABS Model XFP1553-CB2- PE35016 submersible pump, with 6"discharge 47 HP, 460 volt LO Hertz, I phase, with 49' power cords and cooling option. Duty Point 1210 GPM at 85'TDH. I I Lifting bales included with pump, 316SS material. I Se index elav, liSV Note. No other components or options (other than the scope of supply listed above) are included. ESTMTD DELIVER' 10-12 WEEKS AFTER RECEIPT IN OUR OFFICE OF COMPLETE APPROVED SUBMITTAL DATA AND SIGNED PROPOSAL. THESE TERMS ARE INDEPENDENT OF, AND ARE NOT CONTINGENT UPON THE TIME OR MANNER IN WHICH PURCHASER MAY RECEIVE PAYMENT FROM OTHERS. NO DAYS OF FACTORY START-UP IS INCLUDED AND REQUIRED FOR WARRANTY. PAYMENT FOR MATERIALS WILL BE REQUIRED BEFORE THE AUTHORIZED START-UP IS CONDUCTED. ACCEPTED DATE Review Date: October 13 2015 Brian Shields, P.E. Page 216 of 412 M CONSENTAGENDA 11/17/2015 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 11/17/2015 REQUESTED ACTION BY COMMISSION: Approve the extensions for RFPs/Bids and/or piggy -backs for the procurement of services and/or commodities as described in the written report for November 17, 2015 - "Request for Extensions and/or Piggybacks". EXPLANATION OF REQUEST: As required, the Finance/Procurement Department submits requests for award to the Commission; requests for approval to enter into contracts and agreements as the result of bid solicitations; and to piggy -back governmental contracts. Options to extend or renew are noted in the "Agenda Request Item" presented to Commission as part of the initial approval process. Procurement seeks to provide an accurate and efficient method to keep the Commission informed of pending renewals and the anticipated expenditure by reducing the paperwork of processing each renewal and/or extension individually and summarizing the information in a monthly report (as required). VENDOR(S) COMMODITY/SERVICE BID NUMBER RENEWAL TERM Commercial Risk Mgmt. and Gallagher Bassett Services Workers' Compensation and Adjuster Services RFP No. 013-1710-13/JMA January 1, 2016 to December 31, 2016 C.A.P. Government, Inc. Building Division Services RFP No. 076-2411-14/JMA January 1, 2016 until a new bid is awarded HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? This renewal report will be used for bids, contracts/agreements and piggy -backs renewed/extended with the same terms and conditions and pricing as the initial award. FISCAL IMPACT. Budgeted Funds have been budgeted under line items as noted on the attached report. ALTERNATIVES: Not approve renewals and require new bids to be issued. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No Page 217 of 412 CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Action Type D Attachment D Attachment D Attachment D Attachment REVIEWERS: Department Finance Finance Legal City Manager Description Descriptions of Extension Requests Commercial Risk Extension Gallagher Bassett Extension C,A,R Agreement to Extend Reviewer Action Howard, Tim Approved Howard, Tim Approved Swanson, Lynn Approved LaVerriere, Lori Approved Date 11/9/2015 - 3:24 PPA 11/9/2015 - 3:24 PPA 11/12/2015 - 9:51 AKA 11/1:x/201 - 8:39 AKA Page 218 of 412 REQUESTING DEPARTMENT. HUMAN RESOURCES/RISK MANAGEMENT DEPARTMENT CONTACT. Julie Oldbury, Director TERM: January 1, 2016 through December 31, 2016 SOURCE FOR PURCHASE: RFP No. 013-1710-13/JMA; Resolution R12-125 VENDORS: Commercial Risk Management, Inc. and Gallagher Bassett Services, Inc. ACCOUNT NUMBER(S): 522-1710-519-45-12 and 522-1710-519-31-90 DESCRIPTION OF EXTENSION: On December 4, 2012, City Commission approved and authorized the City Manager to execute three year Agreements for Professional Services for Third Party Administration for Workers' Compensation with Commercial Risk Management, Inc.; and Adjuster Services for Property and Casualty Claims with Gallagher Basset Services, Inc. The TPA and Adjuster Service manage City of Boynton Beach claims with a comprehensive database system which allows the City access to this information. The City's self-insured retention for workers' compensation for general employees is $500,000., and $850,000. for Police and Fire personnel. For property and casualty claims, the City's self-insurance retention is $200,000. REQUESTING DEPARTMENT. DEVELOPMENT DEPARTMENT CONTACT. Andrew Mack, Development Director TERM: January 1, 2016 until a new RFP has been awarded. SOURCE FOR AWARD: RFP No. 076-2411-14/JMA; Resolution R14-123 VENDOR: C.A.P. Government, Inc. ACCOUNT NUMBER(S): 001-2411-524-49-17 DESCRIPTION OF PIGGY -BACK: On November 18, 2014, City Commission approved a Professional Services Agreement for "Building Division Services" for a one-year term on an "As Needed" basis. C.A.P. Government provides the Development Department with services for building inspections to include electrical, mechanical and/or plumbing inspections and plan review services. The Building Division has been very satisfied with C.A.P. Government, but will be issuing a new RFP for Supplemental Building Inspections and Plan Review Services that will solicit the Building Division's current needs. C.A.P. Government has agreed to extend their Agreement until the RFP has been awarded and anew Agreement signed. During Fiscal Year 2015, the City paid C.A.P. Government $146,000.00 to provide these required services. Commercial Risk Management, Inc. Affiliate Southeastern Underwriters, Inc. PO. 1+: 18366 Tampa, Florida 33679-8366 - f\.:»;81)289 900- Fax (813) 289-3771 Directorof Financial Service Cityo sl The CBoynton Beach P.O. Box 3 10 witton December 31, 2016. This is per the terms of the captioned RFP. Susan E. Theis President � MIII 111111111111�1 , '111511111111111111111 23" 1 1 ff IN I . of, Excess & Surplus Lines - Self -Insurance Administrators : Serving Agents & Brokers Exc1siv44age 220 of 412 The City of 7 1 j loumntau Beac FinancelProcurement Services 100 E Boynton Beach Bouleva P.O. Box 310 A 10 Telephone No: (561) 742-63 FAX. (561) 742-6316 RE: 1'RFP FOR A THREE YEAR CONTRACT FOR TPA FOR WORKERS' COMPENSATION ANT ADJUSTER SERVICES"; RFP No.: 013-1710-13/JMA 0 : 0 7 11'' 11 jr; Yes, I agree to renew the existing Agreement under the same Terms, Conditions and rates for an additional year. Yes, I agree to renew the existing Agreement under the same Terms and Conditions, but with a requested rate increase of — No, I do not wish to renew the Agreement for the following reason(s): NAME OF REPRESENTATIVE`—' (Please print) to C E --MAIL ADDRtSS V6 A T URE A111�2 Z�— WC, TITLE ENO• America's Gateway to the Guff stream Page 221 of 412 The w - Flraoracelf'rocrarcrraeeaa 5erwaces a � 100 E. Boynton Beach Boulevard Fa ` P.O. Box 310 yt BoyrsPr» Beach, Florida 334Z5 -031C" Telephone No: (561) 742-6.3.10 FAX: (5 61) 7-11-6316 September 29, 2015 Gallagher Bassett Services, Inc. 405 Cypress enter Drive Suite ttg Tampa, 6_ 33609-1052 ATTN: Ms. Francesca Tsiora l s, V.P, RE: "RFP FOR A THREEYEAR CONTRACT FOR TPA FOR WORKERS' COMPENSATION AND ADJUSTERVI FOR PROPERTY AND CASUALTY"; RFP No.. 013-1710-13/JMA CURRENT AGREEMENT TERM: JANUARY 1, 2013 THROUGH DECEMBER 31,2016 Tear tis. T sioukl s: The Agreement for "Professional Services for Adjuster Services for Property and Casualty" expires December 31, 2015. The Agreement allows for optional renewals for three () orae -year terms with they same torrns and conditions and mutually agreed upon rates, The City of Boynton Beach would like to renew the existing Agreement under the same terms and conditions for n addlti nail year as allowed in the RFP documents and the Agreement, Any requested increases in the rates must be agreed to and approved by bie City Commission, Klose indicate your response on the foilowing Doge and return it to Financial Services at year earliest convenience, If you should have any questions, please do not hesitate to contact Julianne Aiibrandi, Sr. Buyer, at (561) 742-632 or -rail: asitar ndi @tmfi.us. Sincerely, r" a m,. Tire W. Howard Director of Financl i Service c: Julie Oldbury, Director of HUMa €esource s/F isk Management Tim McPherson, Human Resotjrces and Risk Manager F le Arnersco's Gatewoyto the Gulf.Strearn Page 222 of 412 The City of Fir)ancelProcnrernenr Services t f 100 E. Boynton Beach Boulevard J � rvk A0. Box 310 Boynton Beach, Florida 3.342.5 0310 Telephone No: (561) 742-€310 FAX: (561) 742-6316 AGREEMENT FOR PROFESSIONAL SERVICES FOR ADJUSTER SERVICES FOR PROPERTY AND CASUALTY CLAIMS Yes, i agree to renew the existing Agreement Linder the same Terms and Conditions, but with requested rate increase e�f No, i do not wish to renew the Agreement for die foHowin reason(s): GALLAGHER-rT SERVICE'S, INC, NAME OF COMPANY NAME OF REPRESENTATIVE (sea(Psease print) 0-k E-MA�L ADDRESS �i NATURE k f f T[TLE (AREACODE) THEPHONCRURREt Arnerica's Gateway to rhe Gulf Stream Page 223 of 412 October 23, 2015 C.A.P. Government, Inc. 3265 Meridian Parkway, Suite 100 Weston, FL 33331 ATTN: Carlos A. Penin RE: "RFP FOR BUILDING DIVISION SERVICES" RFP No.: 076-2411-14/JMA CONTRACT PERIOD: JANUARY 1, 2015 to DECEMBER 31, 2015 Dear Mr. Penin The current Professional Services Agreement for Building Division Services between C.A.P. Government and the City of Boynton Beach will expire December 31, 2015. The City of Boynton Beach will be issuing a Request for Proposals for Plan Review and Building Inspectors. The new RFP will be issued as soon as possible, but we may not have an awarded firm(s) before the current contract expires on December 31, 2015. We are requesting that C.A.P. Government extend the contract until a new RFP has been awarded. Please indicate your response on the following page and return it to Procurement Services. If you should have any questions, please feel free to call Julianne Alibrandi, Sr. Buyer, at (561) 742-6322, or E-mail: qlj �n0.i chi bfl.0 . Thank you for your consideration. Sincerely, Tim W. Howard Director of Financial Services PC: Andrew Mack, Development Director Shane Kittendorf, Deputy Building Official File America's Gateway to the Gulf Stream Page 224 of 412 October 23, 2015 RE: "RFP FOR BUILDING DIVISION SERVICES" RFP No.: 076-2411-14/JMA Agreement between the City of Boynton Beach, and C.A.P. GOVERNMENT, INC. Contract Extension Period: UNTIL A NEW RFP HAS BEEN AWARDED. Yes, I agree to renew the existing contract under the same Terms and Conditions, and pricing, until a new RFP has been awarded. No, I do not wish to renew the contract for the following reason(s) C.A.P. GOVERNMENT, INC. NAME OF COMPANY l:my(oS enl✓1 _ NAME OF REPRESENTATIVE (please print) _16 /:27/� DATE SIGNATURE Ty U t� C vv+ TITLE ___ (AREA CODE) TELEPHONE NUMBER America's Gateway to the Gulf Stream Page 225 of 412 7.A. BIDS AND PURCHASES OVER $100,000 11/17/2015 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 11/17/2015 REQUESTED ACTION BY COMMISSION: Authorize City Departments to utilize the School District of Palm Beach County Bid No. 16C -7T for HVAC Mechanical Contractors; Preventitive Maintenance, Repairs and Installations on an "As Needed" basis for an annual expenditure of $150,000. EXPLANATION OF REQUEST: BID TERM: October 22, 2015 through October 21, 2016 The School District of PBC issued a bid for the preventative maintenance, repair and installation of HVAC equipment. On October 21, 2015, the award recommendation was presented to the School Board for approval. The Board approved award to Air Mechanical and Service Corp.; Airstron, Inc.; Carrier Corp.; Farmer & Irwin Corp.; Precision Air Systems; Quantum Mechanical; Southeastern Chiller of Miami; and Stokes Mechanical Contractor. The School District's procurement process satisfies the City's competitive solicitation requirements. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? By allowing the City to utilize this Bid, the Facilities and Utilities Departments could respond to breakdowns in the HVAC systems in a timely manner with predetermined hourly rates for repairs and discounted parts and materials cost. FISCAL IMPACT. Budgeted Funds for these "As Needed" services would be available from the Public Works or Utilities Accounts. Recent Fiscal Year Expenditure: FY 2014/2015 $160,672.00 FY 2013/2014 $137,455.00 FY 2012/2013 $128,919.00 ALTERNATIVES: The City could issue their own bid for HVAC repairs, maintenance and installation, but would not receive the same discounted pricing offered to the School District of PBC due to their annual budget of $4,000,000. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: Page 226 of 412 CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type D Attachment D Attachment D Attachment REVIEWERS: Department Finance Finance Legal City Manager Description School District Term Contract for HVAC Repair Signed Award Letters School District of PBC Bid 16C -7T Reviewer Action Howard, Tim Approved Howard, Tim Approved Swanson, Lynn Approved LaVerriere, Lori Approved Date 11/9/2015 - 3:26 PPA 11/9/2015 - 3:26 PPA 11/12/2015 - 9:52 AKA 11/1:x/201 - 8:39 AKA Page 227 of 412 BOARD APPROVED FMP03 10/21/15 AGENDA ITEM INVITATION TO BID NO.: 16C -7T — TERM CONTRACT FOR HVAC MECHANICAL CONTRACTORS: PREVENTIVE MAINTENANCE, REPAIRS, and INSTALLATIONS DATE: September 15, 2015 DATE OPENED: September 10, 2015 DATE SOLICITED: August 14, 2015 DATE POSTED: September 15, 2015 PRESENTED TO BOARD: October 21, 2015 CONTRACT PERIOD: October 22, 2015 through October 21, 2016 DEPARTMENT: Various FUND: Various FUNCTION: Various ACCOUNT: Various FUNDING SOURCE: Capital Maintenance Transfer and Capital Funds REQUESTING DEPARTMENT: Maintenance and Plant Operations FINANCIAL IMPACT The annual financial impact to the District's budget is not to exceed $4,000,000. The source of funds is the Capital Maintenance Transfer and Capital Funds budgets. Items to be purchased include HVAC Mechanical Contractor Services AWARD RECOMMENDATION / TABULATION (see attached bid summary) Vendor Minority Status Air Mechanical & Service Corp -- Airstron, Inc -- Carrier Corporation -- Farmer & Irwin Corporation -- Precision Air Systems, Inc. 6 Quantum Mechanical, LLC 2 Southeastern Chiller of Miami Inc. -- Stokes Mechanical Contractor, Inc 6 LEGEND: = Award MINORITY - (2 -African American, 3 -Hispanic American, 4 -Native American, 5 -Asian American, 6-Arnerican Woman, 7 -Physically Impaired, 8 -Other) EXCEPTIONS: * Precision Air Systems, Inc_ is a minority owned business registered with the State of Florida; however, they have exceeded the School District of Palm Beach County guidelines and have graduated the program. Stokes Mechanical Contractor, Inc. is a minority owned business that is registered with the State of Florida; however, they have exceeded the School District of Palm Beach County guidelines and have graduated the program. RECOMMENDATION: ' It is recommended that the award be made to all responsive and responsible bidders in order to meet the needs of the School District. Rciis d&24V13 Page 228 of 41 Note, Original Bid document is available upon request. BID PROTEST Failure to file a protest within the time prescribed in §120.57(3), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes and applicable Board rules, regulations and policies. Offers from the vendors listed herein are the only offers received timely as of the above opening date and time. All other offers submitted in response to this solicitation, If any, are hereby rejected as late. If a bidder wishes to protest a bid, they must do so in strict accordance with the procedures outlined in FS 120.57(3)_ Any person who files an action protesting a decision or intended decision pertaining to this bid pursuant to FS 120.57(3)(b), shall post with the Purchasing Department, at the time of filing the formal written protest, a bond secured by an acceptable surety company in Florida payable to the School District of Palm Beach County in an amount equal to 1 percent (1%) of the total estimated contract value, but not less than $500 nor more than $5,000. Bond shall be conditioned upon the payment of all costs that may he adjudged against the protester in the administrative hearing in which the action is brought and in any subsequent appellate court proceeding. In lieu of.a bond, a cashier's check, certified bank check, bank certified company check.or money order will be acceptable form of security. if, after completion of the administrative hearing process and any appellate court proceedings, the District prevails, it shall recover all costs and charges included in the final order of judgment, including charges by the Division of Administrative Hearings. Upon payment of such costs and charges by the protester, the protest security shall be returned. if the protest prevails, he or she shall recover from the District ad costs and charges, which shall be included in the final order of judgment, DISQUALIFYING CRIMES The bidder certifies by submission of this bid, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in this transaction by the State of Florida or Federal Government. Further, bidder certifies that it has divulged, in its bid response, information regarding any of these actions or proposed actions with other governmental agencies. J Page 229 of 41 Q O O 0 O 0 O O O O O O O c Q O O O O O O ul 0 0 Ln O p O to O 6 O O L! r� O tri N O N n O ti LO al N Q0 Ol m nr m to to. V? O O O O O O O O 0 0 0 0 0 O U O O O O 0 O O O O O Ln O ui ui N t!1 t(1 N 6 u� of 1r1 u i N N 't I O m m 0 m m o m m -1 -1 H 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 0 a 6 tri L6 Ui vi o o L i co 00 co r. n O r- r~ r• In un i. to sh th V? ih ri vT tR to V) - 0 R 0 0 0 o a o 0 0 0 0 0 0 O 0 o 0 0 0 0 0 0 CD to o Ln O O O 6 0 0 Q O 6 to r� 6 H O to O O ul O O ;n O co N r` c -i r -i N r -i ri N -4 r -i N to ri H VS V? trT V} V? V)- iJ} Vr t? V'} VT 0 0 0 0 O O 0 0 0 O O o 0 O O O O O O O O O O O O p O O O to ui ui 6 O O ui to vi N m m to 00 N I::r of cn to r� Yi m V? t/? v? tn- V} try V! V)- 0 0 O O O O O O O O O O - O O O O 0 O O O O O O O 6 O O O rn ui o o a o 0 o N m rn Ol N co co m al al 11 w a tri v> v} V� 1/r tri tr> k4 O O C7 0 0 O O O O O O O o o in in 0 in to 0 in Ln o in in ,n to N N to N N to N N ti 1 N N N O O O O 0 Q O O O O O O o O 0 O O O O O O O O O 0 Ln O in in c0 O O c0 O O O O c (N r, co � r, H N r, r -i N cfl rn O V} d) 2 rlu ,E ar > 75 Rr 7 i o v E C.� 0 a Q Q a iv m ar as ani ar m v s' 0 Q L i L 9? > v Z 2 O 1 ] I 7 Q CL \ \ L Y L 0 0 0 1 I t Q= IV IV I O 0 O .0 U U kn Vf N t/1L E w (u 3 = U U U D O 0 Q C V) Q1 LO __A J J LL LL U- Q Q Q G Labor and Material Rates Page 230 of 41: R J0 •. 1 .: VENDORNAME: coir Mechanical. & Service Corp The labor rates bid below shall be valid during the contract, subject to all terms and conditions contained herein. Personnel Title Re alar � Ime mrtime Premlum lime Supervisor $__10. 00 hr. $_j85. 00 hr. $fir• J urease an $__18. 00 hr. $ j 1 -'D -0 hr. $J 20. _0 Or• Foreman ApprertticelHelper $ 78.OQhr. $__6O . 00hr. $ 1 Q or. $ g0 . OChr. $12 0. 0 Chr. $1 QD _fir. $ hr. $hr. $ hr. hr. $_ _hr. $ hr. $ - - -hr. $ hr. $ hr. Hourly rate(s) for various personnel, to include Regular, Overtime and Premium. Regular Time: Monday - Friday 7:00 a.m. - 5:00 p.m. Overtime: After 5:00 p.m. and Saturdays Premium Time: Sundays and holidays. Repair and or replacement parts / material cost. Contractor's Actual Cost plus percentage Cost Plus 25 % (Not to exceed 25%) Taxes are not eligible for mark-up. Page 231 of 412 16C -7T BID SUMMARYL DOCUMENT VENDOR NAME: Ail d"c�_�lit'_> The labor rates bid below shall be valid during the contract, subject to all terms and conditions contained herein. Personnel Title Regular Time Overtime Premium Time Supervisor $ _hr_ $_� : x�hr. $-"__�Q hr. Licensed Journeyman CI $' $------ L—hr. $ii �:� hr. $_�� .. hr. $_ 1 i1r) 0 hr. Foreman $�_hr. $—L4 Apprentice/Helper hr. $—U4. 5y hr_ $ Z. L h,- r_$hr. $—hr. $_ hr. $_ —_hr. $ hr. $— hr. $ --hr. $—_ hr. $----hr. $__vhr. — --- $ —hr. $ hr. $ hr. $ —hr_ $_ hr. $ hr. $hr. $ hr. $ hr_ — J $ hr. $_ —hr. $— _hr. Hourly rates) for various personnel, to include Regular, Overtime and Premium. Regular Time: Monday - Friday 7:00 a.m. — 5:00 p.m. Overtime: After 5:00 p.m. and Saturdays Premium Time: Sundays and holidays. Repair and or replacement parts f material cost. Contractor's Actual Cost plus percentage Cost Plus (Hot to exceed 25%) Taxes are not eligible for mark-up. Page 232 of 412 16C -7T BID SUMMARYL DOCUMENT VENDOR NAME: Carrier Corporation The labor rates bid below shall be valid during the contract, subject to all terns and conditions contained herein. Personnel Title Regular Time Overtime Premium Time Supervisor $ 130.00 hr. $_190.00 hr. $ 190.00 hr. Licensed Journeyman $ 120.00 hr. $185.00 . hr. $185.00 hr. Foreman $130.00 hr. $190.00 hr. $190.00 hr. Apprentice/Helper $ 110.00 hr. $ 160.00 hr. $160.00 hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. Hourly rate(s) for various personnel, to include Regular, Overtime and Premium. Regular Time: Monday - Friday 7:00 a.m. -- 5:00 p.m. Overtime: After 5:00 p.m. and Saturdays Premium Time: Sundays and holidays. Repair and or replacement parts / material cost. Contractor's Actual Cost plus percentage Cost Plus 25% % (Not to exceed 25%) Taxes are not eligible for mark-up. Page 233 of 412 16C -7T BID SUMMARYL DOCUMENT VENDOR NAME: f=armer & Irwin Corporation The labor rates bid below shall be valid during the contract, subject to all terms and conditions contained herein. Personnel Title Regular Time Overtime Premium Time Supervisor $ g0 _hr. $ 130 hr. $ 150 hr. Licensed Journeyman $__35 hr. $ 125 hr. $ 145 hr. Foreman $�_ hr. $ 130 hr. $ 150 hr. ApprenticelHelper $__ 75 hr. $ 115 hr. $__L35 tar. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $_h r. $ hr. $ hr. Hourly rate(s) for various personnel, to include Regular, Overtime and Premium. Regular Time: Monday - Friday 7:00 a.m. — 5:00 p.m. Overtime: After 5:00 p.m. and Saturdays Premium Time: Sundays and holidays_ Repair and or replacement parts I material cost. Contractor's Actual Cost plus percentage Cost Plus 19.9 % (Not to exceed 26%) Taxes are not eligible for mark-up. Page 234 of 412 16C -7T BID SUMMARYL DOCUMENT I VENDOR NAME;: Precision Air Systems, Inc. The labor rates bid below shall be valid during the contract, subject to all terms and conditions contained herein. Personnel Title Regular Time Overtime Premium Time Supervisor $ 10().00 hr. $ 150.01) hr. $ 200.00 hr. Licensed Journeyman Foreman $ 100.00 hr. $ 100.00 hr. $ 150.0() hr. $ 150.00 hr. $ 200.00 hr. $ 200.00 hr. Apprentice/Helper $ 85.00 hr. $ 127.50 hr. $ 170.00 hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr_ $ hr. $ hr. $ hr. $ hr. $_ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. Hourly rate(s) for various personnel, to include Regular, Overtime and Premium. Regular Time: Monday - Friday 7:00 a.m. — 5:00 p.m. Overtime: After 5:00 p.m. and Saturdays Premium Time: Sundays and holidays. Repair and or replacement parts 1 material cast. Contractor's Actual Cost plus percentage Cost Plus 15 % (Not to exceed 25%) Taxes are not ellgible for mark-up. Page 235 of 412 16C -7T BID SUMMARYL DOCUMENT VENDOR NAME: Quantum Mechanical, LLC The labor rates bid below shall be valid during the contract, subject to all terms and conditions contained herein. Personnel Title Regular Time Overtime Premium Time Supervisor $ 80.00 hr. $ 80.00 hr, $ 80.00 hr. Licensed Journeyman $ 70.00 hr. $ 70.00 hr. $ 105.00 hr. Foreman $ 75.00 hr. $ 75.00 hr. $ 75.00 hr. Apprentice/Helper $ 50.00 hr. $ 50.00 hr. $ 75.00 hr. $ hr. $ hr. $ hr. $ hr. $ hr. $—h r. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. Hourly rate(s) for various personnel, to include Regular, Overtime and Premium. Regular Time: Monday - Friday 7:00 a.m. — 5:00 p.m. Overtime: After 5:00 p.m. and Saturdays Premium Time: Sundays and holidays. Repair and or replacement parts 1 material cost. Contractor's Actual Cost plus percentage Cost Plus 20 % (Not to exceed 25%) Taxes are not eligible for mark-up. Page 236 of 412 16C -7T BID SUMMARYL DOCUMENT 1. VENDOR NAME: u %[,asfrrn) ai ll�rr W H�; Pei' -Tvc- . The labor rates bid below shall be valid during the contract, subject to all terms and conditions contained herein. Personnel Title Re_qular Time Overtime Premium Time Supervisor $ /!O hr. $_L1�5-_hr. $ !yf hr. Licensed Journeyman $ /.o2�_ hr. $ i3.f hr. $ hr. Foreman $ ra2 hr. $ I33 hr. $ i I) - hr. Apprentice/Helper$� io2 hr. $ fps" hr. $ r3sr hr, $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr, $ hr. $ hr. $ hr. $ hr. $_h r. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr_ Hourly rate(s) for various personnel, to include Regular, Overtime and Premium. Regular Time; Monday - Friday 7:00 a.m. -- 5:00 p.m. overtime: After 5:00 p.m. and Saturdays Premium Time: Sundays and holidays. Repair and or replacement parts 1 material cost. Contractor's Actual Cost plus percentage Cost Plus 2 °% (Not to exceed 25%) Taxes are not eligible for mark-up. Page 237 of 412 16C -7T RID SUMMARYL DOCUMENT VENDOR NAME: Stokes Mechanical Contractor, Inc. The labor rates bid below shall be valid during the contract, subject to all terms and conditions contained herein. Personnel Title Regular Time Overtime Premium Time Supervisor $ 70.00 hr. $ 105.00 hr. $ 1 U 00 hr. Licensed Journeyman $ 60.00 hr, $ 90.00 hr. $ 120.00 hr. Foreman $ 65.00 _hr. $ 97.50 hr. $ 130.0_o _hr. Apprentice/Helper $ 25.00 hr. $ 3 7.5 0 hr. $ 50.00 hr. Seivice Technician $ 85.00 hr. $ 127.50 hr. $ 170.00 hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. Hourly rate(s) for various Regular Time: Overtime: Premium Time: personnel, to include Regular, Overtime and Premium. Monday - Friday 7:00 a.m. — 5:00 p.m. After 5:00 p.m. and Saturdays Sundays and holidays. Repair and or replacement parts 1 material cost. Contractor's Actual Cost plus percentage Cost Plus 20 % (Not to exceed 25%) Taxes are not eligible for mark-up. Page 238 of 412 October 22, 2015 THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA Purchasing Department 3300 Forest Hill Boulevard, Suite A-923 West Palm Beach, FL 33406-5813 Phone: {561} 434-8214 Fax: (561)S63-3823 %-A-Nr.palmbeachschools arrrtpurchas!N Air Mechanical & Service Corp. Nh•. Blaine Byers 27 Avenue of the Americas Englewood, FL 34224 bbyers@aiusco-ac.com SHARON SWAN MICHAEL J. BURKE DIRECTOR CHIEF OPERATING OFFICER Subject: Letter of Agreement Bid Number: 16C -7T Title: Term Contract for HVAC Mechanical Contractors: Preventive Maintenance,. Repairs and Installations Contract Term: October 22, 2015 through October 21, 2016 Dear Mr. Byers: This is to advise you that the School District of Palm Beach County, Florida, has accepted your offer to firrnish HVAC Mechanical Contractors: Preventive Maintenance, Repairs and Installations. This acceptance is subject to compliance with bid specifications, terms and conditions, all pertinent laws of the State of Florida and instructions as determined by the General Counsel for the School District. A Certificate of Insurance as per special condition "S", "hnsurance Requirements" must be emailed to inSLI rancecertifrcate ct aahTrbeachscinools.org, or faxed to 561-963-3823 within seven (7) days of this notification. Your insurance company is required to have the School Board of Palm Beach County, Florida, NA141ED AS AN ADDITIONAL INSURED. No work shall commence until we receive the Certificate of Insurance and it must reference the above Bid Number. Please be sure to advise your insurance carrier. Purchase orders may be issued to cover the services as the need arises and will be your notification to proceed with fulfilling the School Districts request. Shipment without proper authorization may result in nonpayment. If you have any questions, please do not hesitate to call my office at 561- 434-8310. Thank you for your bid and we are looking forward to doing business with you and your company. Sincerely, :Sharon Swan, C.P.M., Director Purchasing Department CC: bid File Q Dennis Messerli, Purchasing Age' The School District of Pahn Keach County, Florida A Top -Rated District by the Florida Department of Fducatiarr Since 2005 An Eclaenl Ediwation Opportunity Provider and Employer Revised 8t22/13 Page 239 of 412 C1OOLD a BFILCH COL October 22, 2015 THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA Purchasing Department 3NO Forest Hifl Boulevard, Sufla A-323 West Palm Beach, FL 33406-5813 Phone: (561) 434-8214 Fax: (561) %3-3823 vnnx,paImhe�chschools.oralpurchas M Airstron, Inc. Mr. James PasCUCGi, 'Vice President 1559 SW 215' Ave Ft. Lauderdale, FL 33312 dtarafir c ,au-stron.conr SHARON SWAN MICHAEL J. BURKE DIRECTOR CHIEF OPERATRIG OFFICER Subject: Letter of Agreement Bid Number: 16C -7T Title. Terni Contract for HVAC Mechanical Contractors: Preventive Maintenance, Repairs and Installations Contract Term: October 22, 2015 through October 21, 2016 Dear Mr. Pascucci: This is to advise you that the School District of Palm. Beach County, Florida, has accepted your offer to hrrnish HVAC Mechanical. Contractors: Preventive Maintenance, Repairs and Installations. This acceptance is subject to compliance with bid specifications, terms and conditions, all pertinent laws of the State of Florida and instructions as determined by the General Counsel for the School. District. A Certificate of Insurance as per special condition "S", "Insurance Requirements" must be emailed to insnrancec ell ificatc@pahnbeachselrools.org, or faxed to 561-963-3823 within seven (7) days of this notification. Your insurance company is required to have the School Board of Palm. Beach County, Florida, NAMED AS AN ADDITIONAL INSURED. No work shall continence until we receive the Certificate of Insurance and it must reference the above Bid Number. Please be sure to advise your insurance carrier. Purchase orders may be issued to cover the services as the need arises and will be your notification to proceed with fulfilling the School Districts request. Shipment without proper authorization may result in nonpayment. If you have any questions, please do not hesitate to call my office at 561- 431-8310. Thank you for your bid and we are looking for %vard to doing business with you and your company. Sincerely, Sharon Swan, C.P.M., Director. Purchasing Department CC: bid file Dennis Messerli, Purchasing Agent The Scliool District of Palm Beach County, Florida A Top -Dated District by the Florida ➢epartnrent of Education Since 2005 An Equal Educ atiara 01.1por (unity Provider and Eniployer Page 240 of 412 Revised 8/22113 - CHi OLD% i BEACH October 22, 2015 THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA Purchasing Department 3300 Forest Hill Boulevard, Suite A-323 West Palm Beach, FL 33406-5813 Phone: (561) 434-8214 Fax: (561) 963-3823 wrvnv.palmbeachschools.orglpurchasing Carrier Corporation Mr. Scott A. McLennan, Sr. ,Service Rep 5440 NW 33`d Ave. #108 Fort Lauderdale, FL 33309 Scott.iTrclennan ccarrier.ute.com SHARON SWAN MICHAEL J. BURKE DIRECTOR CHIEF OPERATING OFFICER Subject: Letter of Agreement Bid Number: 16C -7T Title: Tenn Contract for HVAC Mechanical Contractors: Preventive Maintenance, Repairs and Installations Contract Term: October- 22, 2015 through October 21, 2016 Dear Mr. IblcLennan: This is to advise you that the School District of Palm Beach County, Florida, has accepted your offer to furnish FIVAC Mechanical Contractors: preventive Maintenance, Repairs and Installations. This acceptance is subject to corupliance with bid specifications, terms and conditions, all pertinent laws of the State of Florida and instructions as determined by the General Counsel for the School District. A Certificate of Insurance as per special condition "S", "Insurance Requirements" must be emailed to insrrrarieecer-tificatc@pahnbeachsehools.or-, or faxcd to 561-963-3823 within seven (7) days of this notification. Your insurance company is required to have the School Board of Palm Beach County, Florida, NAMED AS AN ADDITIONAL INSURED. No work shall commence until we receive the Certificate of Insurance and it must reference the above Bid Number. Please be sure to advise your insurance carrier. Purchase orders may be issued to cover the set -vices as the need arises and will be your notification to proceed with fulfilling the School Districts request. Shipment without proper authorization may result in nonpayment. If you have any questions, please do not hesitate to call my office at 561- 434-8310. Thank you for your bid and we are looking forward to doing business with you and your cornpany. Sincerely, Sharon Swan, C.P.M., Director Purchasing Department CC: bid file Dennis Messerli, Purchasing Agent The School District of Palm Beach Coutity, Florida A Top -Ratted District by the Florida Department of Education Since 2005 An Equal Eflueation Opportunity Provider and Employer Revised 8/22/13 Page 241 of 412 October 22, 2015 THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA Purchasing Department 3300 Forest Hill Boulevard, Suite A-323 West Palm Beach, FL 33445-5813 Phone: (561) 434-8214 Fax (551) 953-3823 YAwi.palmbeachschools.org/purchasing Farmer& hivin Corporation Mr. Steven R. Irvin, President 3300 Ave K Riviera Beach, FL 33404 delbers�fandicorp.com SHARON SWAN MICHAEL J. BURKE DIRECTOR CHIEF OPERATING OFFICER Subject: Letter of Agreement Bid Number: 16C -7T Title. Term Contract for HVAC Nteclnanical Contractors: Preventive Maintenance, Repairs and Installations Contract Term: October 22, 2015 through h October 21, 2016 Dear Mr. Irwin: This is to advise you that the School District of Palin Beach County, Florida, has accepted your offer to ftirnish HVAC Mechanical Contractors: Preventive Maintenance, Repairs and Installations. This acceptance is subject to compliance with bid specifications, terms and conditions, all pertinent laws of the State of Florida and instructions as determined by the General Counsel for the School District. A Certificate of Insurance as per special condition "S", "Insurance Requirements" must be emailed to insturanceecrtiticate@pahnbeaclrschools.org, or faxed to 561-963-3823 within seven (7) days of this notification. Your insurance company is required to have the School Board of Palin Beach County, Florida, NAMED AS AN ADDITIONAL INSURED. No work shall commence until we receive the Certificate of Insurance and it must reference the above Bid Number. Please be sure to advise your- insurance carrier. Purchase orders may be issued to cover the services as the need arises and will be your notification to proceed with fulfilling the School Districts request. Shipment without proper authorization may result in nonpayment. If you have any questions, please do not hesitate to call my office at 561- 434-8310. Thank you for your bid and we are looking forward to doing business with you and your company. Sincerely, Sharon Swan, C.P.M., Director Purchasing Department CC: bid file n '„ Dennis Messerli, Purchasing Agent The School District of Palin Beach County, Florida A Tole -Rated District by the )Florida Departnieut of Education Since 2005 An Equal Education Opportunity Provider and Einployer Revised 8122113 Page 242 of 412 �C tiOOL D/,, rM F.YCEt.L t eEA:crr cotes October- 22, 2015 THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA Purchasing Depanment 3300 Forest Hill Boulevard, Suite A-323 West Palm Beach, FL 33406-5813 Phone: (561) 434-8214 Fax: (561) 963-3823 evens.pafmbeachschools.oLgIpurchasiM Precision ,Air Systems, Inc. I'v1s, Terry Kotalik, President I 1101 South Crown Way, Suite 2 Wellington, FL 33414 Valerie(2,precisionairsystemsinc.corn SHARON SWAN MICHAEL J. BURKE DIRECTOR CHIEF OPERATING OFFICER Subject: Letter of Agreement Bid Nunibcr: 16C -7T Title: Term Contract for HVAC Mechanical Contractors: Preventive Maintenance, Repairs and Installations Contract Term: October 22, 2015 through October 21, 2416 Dear lids. Kotalik: This is to advise you that the School District of Palm Beach County, Florida, has accepted your offer to furnish HVAC Mechanical Contractors: Preventive Maintenance, Repairs and Installations. This acceptance is subject to compliance with bid specifications, terms and conditions, all pertinent laws of the State of Florida and instructions as determined by the General Counsel for the School District. A Certificate of Insurance as per special condition "S", "Insurance Requirements" must be emailed to insurancecertifrcate(cr?palmbeacliscl,00ls.or€;, or faxed to 561-963-3823 within seven (7) days of this notification. Your insurance company is required to have the School Board of Palm Beach County, Florida, NAIN ED AS AN ADDITIONAL INSURED. No work shall conm ence L111tii we receive the Certificate of Insurance and it must reference the above Bid Number. Please be sure to advise your insurance carrier. Purchase orders may be issued to cover the services as the need arises and will be your notification to proceed with fulfilling the School Districts request. Shipment without proper authorization may result in nonpayment. If you have any questions, please do not hesitate to call my office at 561- 434-8310. Thank you for your° bid and we arc looking forward to doing business with you and your company. Sincerely, Sharon Swan, C.P.M., Director Purchasing Department CC: bid file Dennis Messerli, Purchasing .Agent The School District of Paler Beach County, Florida AA Top -Rated District by the Florida Department of Education Since 2005 At z Equal Education Oppoi-t t 0j, h-ovidet- and Employer Revised 8/22,13 Page 243 of 412 October 22, 2015 THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA Purchasing Department 33GO Forest Hill Boulevard, Suite A-323 West Palm Beach, FL 33406-5813 Phone: (561) 434-8214 Fax: (569) 0.63-3823 vAn r. pa Imbeachschools,org/pu rchasino Quantum Mechanical, LLC Mr. Patrick N. Gordon, President/CIO PO Box 220504 West Palm Beach, FL 33422-0504 patrick fr,gtjantl.Irnmeclianical com SHARON SWAN MICHAEL J. BURKE DIRECTOR CHIEF OPERATING OFFICER Subject: Letter of Agreement Bid Number: 16C -7T Title: Term Contract for HVAC Mechanical Contractors: Preventive Maintenance, Repairs and Installations Contract Term:. October 22, 2015 through October 21, 2016 Dear Mr. Gordon: This is to advise you that the School District of Palen Beach County, Florida, has accepted your over to firrnish HVAC Mechanical Contractors: Preventive Maintenance, Repairs and Installations. This acceptance is subject to compliance with bid specifications, terms and conditions, all pertinent laws of the State of Florida and instructions as determined by the General Counsel for- the School District. A Certificate of Insurance as per special condition "S°` "Insurance Requirements" must be emailed to irnsuranceecrtificate r , alnnbeachscliools.or , or faxed to 561-963-3823 within seven (7) days of this notification. Your insurance company is required to have the School Board of Palin Beach County, Florida, NAMED AS AN ADDITIONAL INSURED. No work shall commence until we receive the Certificate of Insurance and it must reference the above Biel Number. Please be sure to advise your- insurance carrier. Purchase orders may be issued to cover the set -vices as the need arises and will be your notification to proceed with fulfilling the School Districts request. Shipment without proper authorization may result in nonpayment. If you have any questions, please do not hesitate to call my office at 561- 434-8310. Thank you for your bid and we are looking forward to doing business with you and your company.. Sincerely, Sharon Swan, C.P.M., Director Purchasing Department CC: bid file / Dennis Messerli, Purchasing Agent The School District of Palin Beach County, Florida A Top -hated District by the Florida Department of Education Since 2005 ilii Equal Ethictation Opportunity Novider• and Erxrployer• Revised 8122/13 Page 244 of 412 October 22, 2015 THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA Purchasing Department 3300 Forest Hill Boufevard, Sub A-323 West Palm Beach, FL 33406-5813 Phone: (561) 434-8214 Fax: (561) 563-3823 www. oa l mbea chs ch oo ls. o role u rchas i rxa Southeastern Chiller of Miami ivIr. Phil LaRoche, General Manager 3800 NW 126 Ave Coral Springs, FL. 33065 brian@,sechillers.com ,sechillers.com SHARON SWAN MICHAEL J. BURKE DIRECTOR CHIEF OPERATIF40 OFFICER Subject: Letter of Agreement Bid Number: 16C -7T Title: Term Contract for HVAC Mechanical Contractors: Preventive Maintenance, Repairs and Installations Contract Terni: October 22, 2015 flu-ough October• 21, 2016 Dear Mr. LaRoche. This is to advise you that the School District of Palm Beach County, Florida, has accepted your offer to finnish HVAC Mechanical Contractors: Preventive Maintenance, Repairs and Installations. This acceptance is subject to compliance with bid specifications, terms and conditions, all pertinent laws of tine State of Florida and instructions as determined by the General Counsel for the School District. A Certificate of Insurance as per special condition "S" "Insurance Requirements" must be emailed to iristrrarlceecriificate�pahnbeachseliools or•g, or, faxed to 561-963-3823 within seven (7) days of this notification. Four• insurance company is required to have the School Board of Palm Beach County, Florida, NAMED AS AN ADDITIONAL INSURED. No work shall cornmer)ce until we receive tine Certificate of Insurance and it must reference the above Bid Number. Please be sure to advise your insurance carrier. Purchase orders may be issued to cover the services as the need arises and will be your notification to proceed with firlfilling the School Dist'icts request. Shipment without proper authorization may result in nonpayment. If you have any questions, please do not hesitate to call nary office at 561- 431-8310. Thank yon for• your bid and we are looking forward to doing business with you and your company. Sincerely, Sharon Swan, C.P.M., Director Purchasing Department CC: bid file, " Dennis Messerli, Purchasing Agent The School District of Palm beach County, Florida A Top-Ratcd. District by the Florida Department of Education Since 2005 An Equal Education Opportunity Provider and Employer Revised 8122/13 Page 245 of 412 October 22, 2015 THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA Purchasing Department 3300 Forest Kfl Boulevard, Suite A-323 West Palm Beach, FL 33446-5813 Phone: (561) 434-8214 Fax: (561) %3-3823 vnm pa trnbeachschaols.orolpurchasirg, Stokes iVlechanical Contractor, Inc. Ms. Susan Stokes, President 20011 7`r Ave North Lake Worth, FL 33161 sstok_esstokes.c oni SHARON SWAN MICHAEL J. BURKE DIRECTOR CNP;EF OPERATING OFFICER Subject: Letter of Agreement Bid Ntrrnber: 16C -7T Title: Term Contract for HVAC Mechanical Contractors: Preventive Maintenance, Repairs and Installations Contract Terris: October 22, 2015 through October 21, 2016 Dear Ms. Stokes: This is to advise you that the School District of Palin Beach County, Florida, has accepted your offer- to fiirnish HVAC Mechanical Contractors: Preventive Maintenance, Repairs and Installations. This acceptance is subject to compliance with bid specifications, terms and conditions, all pertinent laws of the State of Florida and instructions as determined by the General Counsel for the School District. A Certificate of Insurance as per special condition "S" "InsUrance Requirements" insist be emailed to insurancecertifrcategpahilbeaclisehools ol,g, or faxed to 561-963-3823 within seven (7) days of this notification. Your instnrance company is required to have the School Board of Palin Beach County, Florida, NAMED AS AN ADDITIONAL INSURED. No work sliail connnence until we receive the Certificate of Insurance and it must reference the above Bid Number. Please be sine to advise your insurance carrier. Purchase orders may be issued to cover the services as the need arises and will be your notification to proceed with fulfilling the School Districts request. Shipment Nvithorrt prober authorization may result in nonpayment. If yott Have any questions, please do not hesitate to call my office at 561- 434-83 t0. Thank you for your bid and we are looking forward to doing business with you and your company. Sincerely, Sharon Swan, C.P.M., Director - Purchasing Department CC:. bid file Dennis Messerli, Purchasing Agent The School District of Palm Beaeh Comity, Florida A Top -Rated District by the Florida Department of Education Since 2005 rtrt Ep al Editeation Opportand y Provider and Einrployer REvE,ed 3122/13 Page 246 of 412 School District of Palm Beach County FL Invitation to Bid No. 16C -7T Title: HVAC Mechanical Contractors: Preventive Maintenance, Repairs, and Installations ......................................................00000000000000000000000000000 RESPONSES ARE DUE PRIOR TO: September 10, 2015 ......................................................00000000000000000000000000000 RESPONSES MUST BE SUBMITTED ELECTRONICALLY TO: �- o .0000000000000000000000000000000000000000000000000000000000000000000000000000000000 The School District of Palm Beach County is an Equal Education Opportunity Provider and Employer. http://www.palmbReachschools.org/purchasing/documents/Equity Coordinators.pdf Revised 3/23/15 Page 247 of 412 16C -7T - SPECIAL CONDITIONS A. SCOPE: The purpose and intent of this Invitation to Bid is to establish labor rates, cost plus percentage rates for parts and establish a pool of qualified vendors (hereafter referred to as contractor) for HVAC Mechanical Contractor Services which includes Preventive Maintenance, Repairs, and Installations. All contractors, which meet or exceed the criteria established in the Invitation to Bid, shall be placed in a pool of pre -qualified vendors that will be asked to provide quotes as specified herein Contractor shall furnish all labor, supervision, materials, and test equipment to facilitate all major and minor repairs, new installations of various HVAC equipment, and perform routine preventive maintenance regularly found in the HVAC field including but not limited to: Boiler Systems Chilled Water Systems Cooling Towers Duct Work Exhaust Systems Water Pumps Window/Through Wall A/C Systems Mechanical Piping All services shall include all necessary labor charges, tools, fuel, equipment and materials delivered and installed in accordance with N.F.P.A, local and State regulations, ASHRE, OSHA and District Master Specifications. B. DELIVERY: Items in the Invitation to Bid are for various schools and departments located throughout Palm Beach County and are not for delivery to any central location. Deliveries are to be FOB destination as per purchase order. All deliveries made to schools and departments shall require inside delivery unless otherwise specified. C. DEMANDSTAR: 1. All offers must be submitted electronically to Demandstar.com. 2. DemandStar requires that all documents be downloaded, completed, saved and re - uploaded to submit your offer. DemandStar does not support online document completion. 3. The Vendor Contact Information page on the DemandStar site has a required field "BID AMOUNT". The District does not require this field to be completed, but in order to complete the process DemandStar requires input. It is suggested that you input zero. All the District requirements should be included in number one above. 4. It is recommended that you incorporate your response into one document or as few separate uploads as possible when submitting your offer to DemandStar. 5. The District will only consider offers that have been uploaded and submitted Prior to the bid closing date and time. Allow sufficient time to complete your offer. 6. IMPORTANT INFORMATION: When finished uploading all required documents, at the end of the document, you must Submit your Response. After clicking "Submit Response" the following process will begin: • DemandStar will verify that your response is complete as entered. • Your will see a confirmation page with your confirmation number and date/time stamp of your upload. • You will receive a confirmation e-mail indicating a successful response submittal. Page 248 of 412 If you do not receive any of the above, please call DemandStar Supplier Services at (800)711-1712 or email demandstar o via.co For additional information please go to: http://www.palmbeachschools.org/purchasing/bids/purch/vendor/ebidding.pdf 7. Hard copy bids will not be accepted. 8. Be advised that DemandStar has a limit of 30MB per document upload and a 100MB maximum per vendor response. If necessary, an addendum will be distributed by DemandStar to all who are known by the Purchasing Department to have received a complete set of proposal documents. D. BENEFICIAL INTEREST AND DISCLOSURE OF OWNERSHIP AFFIDAVIT: The School District is requesting this affidavit to include a list of every "person" (as defined in Section 1.01 (3), Florida Statues to include individuals, children, firms, associates, joint adventures, partnerships, estates, trusts, business trusts, syndicates, fiduciaries, corporations and all other groups and combinations) holding 5% or more of the beneficial interest in the disclosing entity. The Beneficial Interest and Disclosure of Ownership Affidavit (PBSD Form 1997) must be completed, signed, notarized and returned with your bid. E. FLORIDA PREFERENCE: Pursuant to §287.084 Florida Statute, award recommendations shall make appropriate adjustments to pricing when considering solicitations from Proposers having a principal place of business outside the State of Florida. All Proposers must complete and submit the attached Proposers Statement of Principal Place of Business with the response to this solicitation. Failure to comply may be considered non-responsive to the terms of this solicitation. Refer to hqp://www.leg.state.fl.us/Statutes/index.cfin for additional information regarding this Statute. F. M/WBE PREFERENCE: Pursuant to Board Policy 6.143, award recommendations shall make appropriate adjustments to pricing when considering solicitations from a State of Florida or District certified Minority/Women Business Enterprise (M/WBE) if the bid price does not exceed the lowest bidder's price by an amount greater than $50,000 or 5%, whichever is less. In instances where the certified M/WBE's price difference is greater than $50,000 or 5%, the lowest responsive, responsible bidder will be awarded the contract and the goals shall be deemed waived. The requirements to qualify for the M/WBE are to be certified either by the State of Florida or the School District of Palm Beach County, subject to the criteria indicated in paragraph P. The District does not recognize any other certifications. Graduation (as described in Board Policy 6.143) from the District M/WBE Certification Program shall void certification by the State of Florida, if a vendor has exceeded the revenue/sales size standards for their industry specific classification for the previous three year period. See Paragraph N, M/WBE GOAL for complete detail. For District certification go to hqp://www.palmbeachschools.orQ/MWBE website and complete the M/WBE certification application. G. AWARD: Contract will be awarded to ALL responsive, responsible bidders meeting specifications, terms, and conditions of this bid. The District will request services on an as needed basis, during the term of this contract beginning from the date of award. Page 249 of 412 Whenever work or services are required, all awarded contractors will be invited to provide a quote based upon pricing, terms and conditions from the awarded bid (see Special Condition HH). A scope of work will be provided to each contractor, and in most cases a walk-through will be scheduled. All quotes must include the cost for labor, materials and installation/repair and the pricing shall be broken out for verification of pricing against pricing submitted on attached Bid Summary Sheet. Quotes that do not follow this requirement may be rejected. There will be no additional charge for consultation, troubleshooting or estimating on any particular project. The bidder offering the lowest price on the total order or project, once all applicable preferences have been applied, shall be awarded. The award of that order to one bidder does not preclude the ability of the remaining pre -qualified bidder(s) from submitting offers for other items and or projects. The Purchasing Department or their designee reserves the right to use the next lowest bidder(s) in the event the original awardee of a project cannot fulfill their commitment. NOTE: When invited to quote on projects, contractors that repeatedly fail to submit requested quotes, or those otherwise considered non-responsive on more than three (3) occasions in a twelve (12) month period, may be deemed as unresponsive and no further estimates shall be requested from the vendor under this bid„ (See Instructions to Bidder Section, Item 8, Cancellation / Termination) Repairs estimated by District staff to be no more than $10,000 may be assigned to a contractor from the awarded pool of vendors in a manner that benefits the District in relation to cost and schedule. Assigned vendor shall respond within 24 hours and follow- up with a quote for the repairs. Awarded vendors who are unavailable for a particular project shall be required to provide written notification that they will be unavailable to respond. Vendors shall not refuse any project based solely upon its location and dollar amount. Emergency repairs: Emergency repairs are defined as situations where immediate repairs are required to prevent the loss of service to alleviate the possibility of a situation which would adversely and unduly affect the safety, health or comfort of building, occupants, or otherwise cause loss to the School District. In the event of an emergency, following the Purchasing Departments Emergency Purchases procedure, the District may select at their discretion, a vendor from the pool of awarded vendors to provide emergency repair services. In cases of emergency, the contractor contacted by the District shall provide a written a quote to the HVAC Mechanical Department of Maintenance and Plant Operations, within 24 hours. Quote should include estimated time of completion and notice of any substantial lead times. After receiving written authorization to proceed, the vendor may proceed. Emergency services may require work be performed after regular hours, weekends, and holidays. H. TERM OF CONTRACT: The term of this contract shall be for one year from the date of award, and may be renewable for four additional one-year periods by mutual agreement between the School District and the awardee. If considering renewal, the District, through the Purchasing Department, will request a letter of intent to renew from the awardee prior to the end of the current contract period. The contract may be extended for up to 90 days beyond the contract expiration date, if needed. The awardee agrees to this condition by signing their bid. The awardee will be notified by the Purchasing Department when the recommendation has been Page 250 of 412 acted upon. All prices shall be firm for the term of this contract, however, nothing prohibits the District from accepting lower pricing or additional discounts if offered by the awardee during the term of the contract. I. REFERENCES: Complete the Reference Document and include at least five (5) references from customers that you have contracted with to provide HVAC Mechanical Contractor Services. This should include at least one reference from a customer who has been with you for a year or less, three references from veteran customers with long term or repeat contracts and at least one reference from a past customer who is currently not under contract with you. NOTE: The information requested must include a current contact name, phone number and email address for each reference. J. QUALIFICATIONS: Provide photocopies of the following State or Palm Beach County, Certified or Registered, Class A Air Conditioning (CA or RA) or Mechanical Contractor (CM or RM) (valid and current) licenses and/or certificates and, at least one of the following: Failure to provide this documentation may result in rejection of bid. 1. Palm Beach County Local Business Tax Receipt, formerly Occupational License. OR 2. Proof of an active Certificate of Authority issued by the Florida Department of State which authorizes the Bidder to transact business in the State of Florida. This proof may be provided by either submitting a copy of the Letter of Authority issued by the Office of the Secretary of State or by submitting a copy of the Certificate of Status Verification which may be obtained via Sunbiz.org-Department of State. The bidder(s) must have an adequate organization, facilities, equipment, and personnel to insure prompt and efficient service. The District reserves the right, before recommending any award, to inspect the facilities to determine ability to perform. The District reserves the right to reject bids where evidence submitted, investigation and/or evaluation, is determined to indicate inability of the bidder to perform. K. PLACING AN OFFER: All offers must be submitted electronically to Demandstar.com. No offer will be considered if submitted after the closing date and time. Hard copy bids will not be accepted. Allow sufficient time to complete your offer, and follow all steps outlined in Paragraph C. If necessary, an addendum will be distributed by DemandStar to all who are known by the Purchasing Department to have received a complete set of proposal documents. L. BID QUESTIONS: Any questions concerning conditions and specifications must be submitted by email to Dennis Messerli at dennis.messerli(ir palmbeachschools.org no later than 5:00 p.m. EST, on September 2, 2015. Questions received in writing by the time and date specified will be answered in writing and posted on DemandStar. Mr. Messerli is authorized only to direct the attention of prospective proposers to various portions of the Bid so that they may read and interpret such for themselves. Neither Mr. Messerli nor any employee of the District is authorized to interpret any portion of this Bid or give information as to the requirements of the Bid in addition to that contained in the written documents. Page 251 of 412 All questions submitted (along with their source) are subject to Public Records Laws and as such will be available for inspection upon receipt of a Public Records Request. M. POSTING OF BID RECOMMENDATION / TABULATIONS: Bid recommendations and tabulations will be posted electronically with DemandStar and at the Fulton Holland Educational Services Center Purchasing Department, at 3300 Forest Hill Boulevard, Third Floor, A -Wing Suite A-323 West Palm Beach, FL, for review by interested parties, on September 15, 2015, at 3:00 p.m., EST, and will remain posted for a period of 72 hours. If the bid tabulation with recommended awards is not posted by said date and time, A "Notice of Delay of Posting" will be posted to inform all bidders of the new posting date and time. Any person adversely affected by the decision or intended decision, as defined in School Board Policy 6.14 (4) (a), must file a notice of protest, in writing, within 72 hours after the posting of the notice of decision or intended decision. Saturdays, Sundays and State Holidays shall be excluded in the computation of the 72 -hour time period. The formal written protest must be filed within 10 days after the date the notice of protest is filed. The formal written protest shall state with particularity the facts and law upon which the protest is based. Failure to file a notice of protest or to file a formal written protest within the time prescribed in section 120.57 (3), Florida Statutes, shall constitute a waiver of proceedings under chapter 120, Florida Statutes. N. M/WBE GOAL: The Goal Setting Committee has established a 5% bid preference for participation/utilization of Minority/Women's Business Enterprises. The Board strongly encourages the use of Minority/Woman Owned Business Enterprises for participation as partners, joint -venturers, prime contractor, sub -contractors, and in contracting opportunities. Listings of District Certified Minority and Women Business Enterprises can be found on the District's Office of Diversity in Business Practices web site at http://www.palmbeachschools.org/mwbe/. O. SUB -CONTRACTING: If a vendor intends to sub -contract any portion of this bid for any reason, the name and address of the subcontracting firm must be submitted with the bid or prior to use for approval. No sub -contracting will take place prior to bid -awarded vendor furnishing this information and receiving written approval from the District. Subcontractors will be required to conform to the Jessica Lunsford Act as noted in the Instructions to Bidders document of this bid. The Purchasing Department reserves the right to reject a subcontractor who previously failed in the proper performance of an award or failed to deliver on-time contracts of a similar nature, or who is not in the position to perform this award. The School District Representative reserves the right to inspect all facilities of any subcontractor in order to make determination as to the foregoing. The subcontractor will be equally responsible for meeting all requirements specified in this Invitation to Bid. Vendors are encouraged to seek minority and women business enterprises for participation in sub -contracting opportunities. The sub -contractor shall be equally responsible for meeting all requirements specified in this Invitation to Bid. P. MINORITY BUSINESS PARTICIPATION: Bidders who list minority subcontractors as participants in their bids will complete the M/WBE SUBCONTRACTOR PARTICIPATION LETTER OF INTENT (FORM 1525) and M/WBE SUBCONTRACTOR PARTICIPATION SUMMARY (FORM 1526). The summary (FORM 1526) will be submitted with all requests for payment. Page 252 of 412 The District only recognizes as acceptable for certification as minority/woman business enterprises those firms, vendors, and consultants that have successfully completed the certification requirements of the State of Florida Office of Supplier Diversity or the School District of Palm Beach County's Office of Diversity in Business Practices. The letter or certificate will only be deemed valid if the dates for certification have not expired. Any pending application with the District or the State of Florida Office of Supplier Diversity shall not be considered as certification of the vendor making application for consideration as a MWBE firm. In order to receive consideration for MWBE participation, the bidder or firm(s) to be utilized by the bidder must be certified by the District or the State of Florida at the time that the bid is opened. The District does not currently by implication or direct means have reciprocity with any governmental or non-governmental entity, with the exception of the State of Florida Office of Supplier Diversity for the purpose of sharing and/or acceptance of MWBE vendors, consultants, for certification. The District does not recognize any other certifications. Graduation (as described in School Board of Palm Beach County Policy 6.143) from the School District MWBE Certification shall void certification by the State of Florida. Certification shall be verified and point award shall be determined by the Office of Diversity in Business Practices. Industry Specific Classifications: To ensure compliance with program guidelines and intent, proposers/subcontractors presenting State of Florida certification will receive MWBE bid preference ONLY if their specific MWBE classification is consistent with, and meets the standards identified in the Industry Specific Classifications and thresholds contained in School Board Policy 6.143 and the Office of Diversity in Business Practices' Procedures Manual. The industry specific classification for this solicitation is: • Non —Professional Services- Hispanic American Owned Revenue/ Sales Size Standards for Industry Specific Classifications: Any firm that has exceeded gross sales or revenues (averaged over the last three (3) years) greater than the amounts below shall not be considered eligible to participate in the School District's M/WBE program. • $2,000,000 (Two million dollars) for Professional or Non—Professional Services To verify eligibility of State of Florida MWBE Certified Vendors: Bidders shall include in their bid response notarized copies of the front page of their or their subcontractor's tax return for the previous three years. Failure to do so will result in denial of MWBE bid preference for utilization of State of Florida certified MWBE bidders/subcontractors. Q. ACCESSIBILITY TO AND COOPERATION WITH INSPECTOR GENERAL AND STAFF: The Awarded Vendor agrees and understands that the School District's Office of Inspector General shall have immediate, complete, and unrestricted access to all financial and performance -related records, papers, books, documents, information, writings, drawings, graphs, photographs, processes, data or data compilations, computer hard drives, emails, instant messages, services, and property or equipment purchased in whole or in part with School Board funds ("Information and Records"). The Awarded Vendor shall furnish the Inspector General Page 253 of 412 with all Information and Records requested for the purpose of conducting an investigation or audit, as well as provide the Inspector General with reasonable assistance in locating assets and obtaining Information and Records that are in the possession, custody, or control of the Awarded Vendor or its subcontractor. The Awarded Vendor understands, acknowledges, and agrees to abide by applicable portions of School Board Policy 1.092. Such policy is located at: http://www.palmbeachschools.org/policies/. R. PUBLIC RECORDS LAW The Contractor will be required by contract to: 1) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service. 2) Provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. 4) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. Public Records Exemption: 1) For purposes of this paragraph, "competitive solicitation" means the process of requesting and receiving sealed bids, proposals, or replies in accordance with the terms of a competitive process, regardless of the method of procurement. 2) Sealed bids, proposals, or replies received by an agency pursuant to a competitive solicitation are exempt from s. 119.07(1) and s. 24(a), Art. I of the State Constitution until such time as the agency provides notice of an intended decision or until 30 days after opening the bids, proposals, or final replies, whichever is earlier. 3) If an agency rejects all bids, proposals, or replies submitted in response to a competitive solicitation and the agency concurrently provides notice of its intent to reissue the competitive solicitation, the rejected bids, proposals, or replies remain exempt from s. 119.07(1) and s. 24(a), Art. I of the State Constitution until such time as the agency provides notice of an intended decision concerning the reissued competitive solicitation or until the agency withdraws the reissued competitive solicitation. A bid, proposal, or reply is not exempt for longer than 12 months after the initial agency notice rejecting all bids, proposals, or replies. S. INSURANCE REQUIREMENTS: Proof of the following insurance will be furnished by the awarded vendor(s) to the School Board of Palm Beach County by Certificate of Insurance. Original copies of Certificates of Insurance meeting the specific required provision specified within this contract/agreement shall be forwarded to the School District of Palm Beach County, Purchasing Department by email(insurancecertificate(apalmbeachschools.or), or fax (561- 963-3823), and approved prior to the start of any work or the possession of any school property. Renewal certificates must be forwarded to the same department prior to the policy renewal date. Page 254 of 412 Thirty days written notice must be provided to the School District of Palm Beach County via certified mail in the event of cancellation. The notice must be sent to the Purchasing Department. The awarded vendors shall provide complete copies of any insurance policy for required coverage within seven days of the date of request by the Purchasing Department. For all contracts with an amount of $500,000 or more the actual INSURANCE POLICY must be included with the Certificate of Insurance. 1. WORKERS' COMPENSATION: Bidder(s) must comply with FSS 440, Workers' Compensation and Employees' Liability Insurance with minimum statutory limits. 2. COMMERCIAL GENERAL LIABILITY: Awarded vendors shall procure and maintain, for the life of this contract/agreement, Commercial General Liability Insurance. This policy shall provide coverage for death, bodily injury, personal injury, products and completed operations liability and property damage that could arise directly or indirectly from the performance of this agreement. It must be an occurrence form policy. THE SCHOOL BOARD OF PALM BEACH COUNTY SHALL BE NAMED AS AN ADDITIONAL INSURED ON THE CERTIFICATE FOR COMMERCIAL GENERAL LIABILITY INSURANCE. The minimum limits of coverage shall be $1,000,000 per occurrence, Combined, Single Limit for Bodily Injury Liability and Property Damage Liability. 3. BUSINESS AUTOMOBILE LIABILITY: Awarded vendors shall procure and maintain, for the life of the contract/agreement, Business Automobile Liability Insurance. THE SCHOOL BOARD OF PALM BEACH COUNTY SHALL BE NAMED AS AN ADDITIONAL INSURED ON THE CERTIFICATE FOR BUSINESS AUTOMOBILE LIABILITY INSURANCE. The minimum limits of coverage shall be $1,000,000 per occurrence. This coverage shall be an "Any Auto" form policy or a form policy that includes "Scheduled Autos, Hired Autos, and Non -Owned Autos" coverage. The insurance must be an occurrence form policy. In the event the contractor does not own any vehicles, we require an affidavit signed by the contractor indicating the following: (Company Name) does not own any vehicles. In the event we acquire any vehicles throughout the term of this contract/agreement, (Company Name) agrees to purchase Business Automobile Liability coverage as indicated above on the date of acquisition. This policy must be continued or tail coverage provided for two years after completion of the project. 4. WAIVER OF SUBROGATION: In the event of loss, damage or injury to the awarded bidder(s) and/or the awarded bidder's property, the awarded bidder(s) shall look solely to any insurance in its favor without making any claim against the School Board of Palm Page 255 of 412 Beach County. The awarded bidder(s) hereby waives any right of subrogation against the School Board of Palm Beach County, for loss, damage or injury within the scope of the Performer's insurance, and on behalf of itself and its insurer, waives all such claims against the School Board of Palm Beach County. NOTE: The terms and conditions of this agreement shall apply with respect to awarded bidder's operations for any school or ancillary owned by the School Board of Palm Beach County. T. PAYMENT / PAYMENT TERMS: Payment will be made after the goods/services from the awarded vendor have been received/completed; inspected and found to comply with award specifications, free of damage or defect; and a properly billed invoice is received and processed in the Accounting Services Department. The District's payment terms are net 30 days; however, the District will accept terms for early payment. See Early Payment Terms Document. Payment will not be processed until the following occurs: 1. The complete and satisfactory receipt of all items ordered. All pricing in accordance with the bid. 2. The receipt of a properly billed invoice in the Accounting Services Department. Invoices to the School Board MUST include the following to permit verification of prices and expedite payment to vendors: 1. Name and Address of Vendor 2. A Unique Invoice Number 3. Date of Service(s) 4. Itemized pricing to include copy of vendor's invoice for any equipment and parts used. 5. School District Purchase Order Number 6. A copy of the first invoice for this contract shall be sent to the Purchasing Agent for review at dennis.messerli(aalmbeachschools.org. Invoice copy and/or packing slip must be presented at time of delivery. Original Invoice must be sent to Accounting Services, 3300 Forest Hill Blvd., Suite A-323, West Palm Beach, FL 33406, or submitted electronically. To submit an invoice as an email attachment, ensure that the electronic document meets the guidelines below and email the invoice to auinvoice(c�ualmbeachschools.or� Electronic Invoice Submission Guidelines: a. Submit industry standard PDF's, created at a 300 -dui bi-tonal equivalent (either imaue or text only content) or bi-tonal or grey scale TIF's. b. Each invoice must be its own file attachment. Multiple invoices in a single email is supported, but each invoice must be a separate file attachment If you are interested in learning more about submitting invoices via email, please contact Bob Rucinski at bob.rucinski(a-)palmbeachschools.orl!, or call him at (561) 434-8701. Page 256 of 412 Failure to timely submit invoices(s) to Accounting Services as set forth above may significantly delay processing and payment of the invoice. The School Board may not process invoices submitted more than 120 Days after the date the goods or services were delivered without prior approval from the Accounting Services Department. Vendor waives claims for payment of goods and/or services on invoice(s) not received by the Accounting Services Department within 120 Days of the delivery. Prior approval by Accounting Services is required if invoicing will extend past 120 days. The above terms and conditions are agreed to by submitting an offer on this bid. U. INCORRECT PRICINGlINVOICES: Any pricing on invoices that is incorrect or freight charges that were not included on the original Purchase Order, must be brought to the attention of the Purchasing Agent and corrected prior to the shipment(s) of goods or initiation of services. Additional costs that were not brought to the District's attention and did not receive written approval via a Change Order issued by the Purchasing Agent may not be honored. V. CHANGE ORDERS: Any addition(s) to the Scope of Work or to a Purchase Order as a result of the bid award that adds additional costs must be brought to the School Districts attention and approved by the Purchasing Department prior to commencement of additional work, shipment of goods or the addition of unauthorized freight charges. Once approved, a Change Order will be issued to include the additional costs and work may commence and/or shipment of goods can begin. Additional costs that were not brought to the district's attention and did not result in a Change Order approved by the Purchasing Agent may not be honored. W. DISTRICT PURCHASING CARD: The School District has authorized the use of a Purchasing Card with Visa through the Bank of America to expedite small dollar purchases for materials, supplies, and other items needed for daily operations. Vendors may be presented these credit cards by authorized School District personnel for the above mentioned purchases. Each cardholder's authorization limit may not exceed $1,000 daily per vendor effective July 1, 2006 (with the exception of travel). Purchase orders are strongly discouraged for purchasing materials, and supplies under $1,000. X. ORGANIZATION PROFILE: Provide the Corporate Name and Parent Company (if applicable) and address of corporate headquarters. Provide the names, titles, addresses, email and telephone numbers of the persons authorized to answer any questions related to Company's proposal. The Organization Profile should also include information such as number of years in the business, number of locations, location of facilities, company vision statement and a succinct history of the company. In addition the Beneficial Interest and Disclosure of Ownership Affidavit (PBSD Form 1997) must be completed, signed, notarized and returned with your bid. Y. AREA REPRESENTATIVE: Bidder should indicate on the attached Area Representative Document the name, address, phone number and email address, if available, of the vendor representatives who will make periodic scheduled visits to the schools and departments and will be available, upon request, to resolve billing and delivery problems. Z. HOURLY RATE: The hourly rate quoted shall include full compensation for labor, equipment use, travel time/trip charges, fuel and fuel surcharges and any other cost to the bidder. This Page 257 of 412 rate is assumed to be at straight time for all labor, except as otherwise noted. The bidder shall comply with minimum wage standards and any other applicable laws of the State of Florida. AA. WORK DAY DEFINED: The workday shall start at 7.00 A.M. and end at 5:00 P.M. The hourly rate charge shall commence on the job site; all travel time expenses shall be borne by the bidder and will not be reimbursed by the District. BB. SALVAGE: All items removed during any work performance under this contract must remain the property of the District. As part of the contact, District may require transportation of salvage materials to a site to be determined. It shall be the contractor's responsibility for removal and transport and disposals of the salvage at their expense if the School District chooses not to keep the materials. CC. COMPLETION OF SERVICES/LIQUIDATED DAMAGES: The completion date for repairs or projects shall not exceed quoted or set project schedule, unless written request for extension and the approved authorization has been granted. Should the bidder to whom the repair work is awarded, fail to complete the work within the number of days stated in the quotation, the District reserves the right to: a) collect liquidated damages in the amount of $250 per day work is not completed or, b) cancel the contract with the bidder and to secure the services through another source of supply to complete the work. If the District exercises one of these options, the District may at its option request payment from the bidder through invoice or credit memo, for any additional costs over and beyond the original quoted prices, which were incurred by the District as result of having to secure the services elsewhere or for liquidated damages. If the bidder fails to honor this invoice or credit memo, the District may remove that bidder from the contract. DD. DEFICIENCIES IN WORK TO BE CORRECTED BY THE BIDDER: The successful Bidder shall promptly correct all deficiencies and/or defects in work and/or any work that fails to conform to the Contract Documents; whether or not fabricated, installed or completed. All corrections shall be made within five (5) calendar days after such rejected defects, deficiencies, and/or non -conformances are reported in writing (email, memo, inspection reports, etc) to the Bidder by the District's Contract Manager or designee. The Bidder shall bear all costs of correcting such rejected work. If the Bidder fails to correct the work within the period specified; the District may, at its discretion, notify the Bidder, in writing, that the Bidder is contractually default and obtain the services of another vendor to correct the deficiencies, and charge the Bidder for these costs; either through a deduction from the final payment owed to the Bidder or through invoicing. EE.CONTRACTOR'S RESPONSIBILITY: Contractor shall take field measurements and verify field conditions. Contractor shall carefully compare such field measurements and conditions and other information provided by the District before commencing activities. Errors, inconsistencies or omissions discovered shall be reported to the District at once prior to commencement of work. Failure to report conflicts to the District's contract manager will result in contractor's corrective action at their own expense. The contractor shall be responsible to ensure frequent pick-up of all refuse, rubbish, scrap materials, and debris that result from their operations so that work site presents a neat and orderly appearance at all times. All rubbish, scrap, etc., shall be transported from the premises. NO rubbish shall be deposited as fill on the work site. At completion of work, the contractor shall remove all work materials, tools, construction equipment, machinery, and surplus materials from the work site and shall leave project in ready to use condition. Page 258 of 412 Contractor shall be responsible for the protection of all buildings, structures, and utilities that are underground or above ground from their operations that may be hazardous and/or damaging to said facilities. Contractor shall provide due care at all times while performing any task at any District controlled location to cordon off, barricade, and/or post signs to maintain a safe distance to avoid creating hazardous condition for pedestrians, property, and vehicles. The contractor shall accept full responsibility for refrigerant handling at every assigned job/project. The contractor shall provide a construction work schedule and submit it to the District designated contact person. The schedule shall include estimated commencement and completion dates. Safeguard of all equipment, tools, materials, etc., at the work site is the contractor's responsibility. Contractor shall not inhibit access to school centers during pursuit of work specified herein. Contractor shall leave the work site in a neat and orderly fashion at the end of each workday. All personnel (contractor or sub -contractor) shall sign in while on campus prior to commencing any work and shall sign out prior to leaving campus unless prior written exception has been obtained. Contractor will remedy any and all damage to property by acts of omission or vandalism which occur as a result of their work. The contractor shall be responsible for the protection of all personnel against hazards and/or injuries due to their construction operations at the work site. Contractor shall correct any and all damage caused by their operations to the District's satisfaction at no additional cost to the District. The contractor shall have an English-speaking supervisor/representative on the worksite at all times, who shall be thoroughly knowledgeable of all plans, specifications, and other contract documents and has the authority to act in the contractor's behalf. The contractor shall be responsible for the appearance of all working personnel assigned to the projects (clean and appropriately dressed) at all times, and their compliance with School Board Policies and Rules prohibiting smoking and consumption of alcohol and illegal drugs while on campus. The provision or use of existing sanitary facilities will be discussed and determined at the pre -construction meeting. The contractor shall provide to the owner certification that all personnel on site comply with Level 2 FDLE and FBI screening, with the report of the results provided by or to the District's Police Department, which shall be the sole determiner of clearance. All contractor and sub -contractor personnel must have a badge, indicating clearance. The contractors name and a traceable number must be visible. No contact between students or School staff is allowed with any contractor, sub -contractor, or supplier. If contacted by school personnel or staff, refer them to the Districts Project Coordinator for this project. Contractor shall not proceed with any project until in receipt of Purchase Order or Change Order. Page 259 of 412 Contractor shall ensure all work is installed straight, level, plumb and in a workmanlike manner. The Contractor shall, and in addition to all other guarantees, be responsible for faulty labor or workmanship and shall promptly correct improper work, without cost to the School District, within 24 hours after receipt of notification of such faulty labor or workmanship. If the Contractor fails within 24 hours to correct defects, the Owner shall be entitled to have such work remedied; and the Contractor shall be fully liable for all costs and expense reasonably incurred by the Owner. Payments in full or otherwise do not constitute a waiver of this guarantee. The guarantee period shall be effective for one (1) year after acceptance of the work by the School District. If the contractor determines additional work beyond the scope of original project is required, the contractor must notify the District Contract Manager with details of additional work and an itemized pricing to complete the additional work. This work shall not start until contractor is in receipt of an approved change order. In cases of emergency, as defined in paragraph G, the District representative will follow the District's Purchasing Department Emergency Purchases procedure as applicable. Contractor shall use only factory OEM parts while performing services and equipment under original warranties. After -market parts will be permissible on units out of warranty period upon District's approval. Prior authorization must be obtained before acquisition and installation is performed. Contractor shall be responsible for correction/replacement, according to local codes and District's satisfaction, of all water lines, sanitary lines, electrical lines, curbs, sidewalks, streets, parking lots, grassed areas, etc., broken or damaged as the result of contractor's operations. Schools have a book located in the main office identifying areas that contain asbestos. Should any contractor/employee in the performance of this contract encounter materials that they suspect are embedded with asbestos, they should: 1. Stop all work at the site and do not disturb the area of suspicion. 2. Call the appropriate trade supervisor and advise them of the discovery. 3. Leave the site until the materials can be analyzed. The Contractor shall conform to all Federal, State, County, and SDPBC standards and regulations during the performance of the Agreement. Continued violations by a Contractor may constitute cause for immediate termination of the contract. Technical Literature: Two copies of product information, including technical and descriptive literature, shall be provided with all new products installed in the District. Technical literature shall be provided to the site FMC Coordinator of each project. Submittals: Contractor is required to submit catalog cuts, specifications sheets, and any other technical data necessary to enable proper evaluation for all materials and/or equipment which will be utilized in the performance of each project resulting from this bid. Failure of the contractor to provide the foregoing information may be grounds for rejection of quotes associated with this bid. Repair and Maintenance Manuals: Three manuals containing troubleshooting procedures, parts list, disassembly instructions, schematic diagrams, etc., shall be provided at no cost for each unit of equipment furnished under any contract resulting from this Bid. Job will not be considered complete until all manuals have been received. Page 260 of 412 Performance Bond and Labor and Material Bond: Projects with an estimated construction cost greater than $200,000, but less than $499,999 shall require a performance bond and material and labor bond in the amount of one hundred percent of the contract amount. The District shall provide form of performance bond and material and labor bond for those projects having bonding requirements. The District reserves the right to require a bond on projects less than $200,000. Installation: Successful vendor shall be responsible for unloading, uncrating, setting in place and making ready for operation all items awarded. Successful vendor shall be responsible for furnishing all labor and materials to install designated items. Installation shall include, but not limited to, disconnect and removal of old equipment (where replacement is involved), full and complete hook-up of new unit. Vendor shall make all final connections. School District will furnish necessary services within a reasonable distance. Disconnection and/or hook-up of units shall be accomplished only by personnel certified by the State of Florida or Palm Beach County as being qualified to perform task involved and demonstrate. When applicable, vendor shall be responsible for all utility locates at their expense. Inspections: The contractor shall notify the assigned District's Project Manager of job progress and make arrangements for District inspection of work performed. The contractor shall not proceed with other work until the previous portion has been approved. Required inspections will be outlined in the scope of each job or at pre -construction meeting. A minimum of 24 hours notice to the District must be provided for each inspection. Completion of contract shall be defined as final inspection and subsequent sign -off by inspector/project manager, on all work as satisfactory and acceptable to the District. Uncovering of Work: The contractor may be required to photograph new installations and/or repairs made underground when a District Representative is unavailable. These images shall be forwarded to the Contract Administrator, Team Leader/Mechanical, Maintenance and Plant Operations Department. This can be done via e-mail or US Postal Service. If any portion of the work have been covered which the District has not specifically requested to observe prior to being covered or photographed, the District may request to see such work and it shall be uncovered by the contractor. If such work were found in accordance with the contract documents, the cost of uncovering and replacement shall, through purchase order change, be charged to the District. If such work were found not in accordance with the contract documents, the contractor shall pay such cost unless it is found that the District or a separate contractor caused this condition, in which the event the District shall be responsible for payment of such cost. Service / Repair: All repairs shall be performed using a time and materials basis. Troubleshooting: Once mechanic determines nature or cause of failure, he must provide written cost of repairs to project manager. Final Completion (new installations): Page 261 of 412 After satisfactory completion of work and all requirements are fully and finally completed, the District shall certify Final Completion and acceptance. Final payment shall not be made until Certificate of Occupancy or Completion for the project is received. Contractor shall submit the following, where applicable: 1. Final Invoice (see Special Condition T for invoice requirements) 2. Approved mechanical, electrical and structural prints and final inspection report. 3. Warranty documents 4. Operational Manuals 5. Repair Manuals 6. Parts List FF. WARRANTY: Contractors shall guarantee workmanship and/or materials to be free of defects under normal use and service for a period of one year from date of acceptance by the School District. Contractor shall bear the full obligation and cost of materials and labor for repair and/or replacement during the warranty period. GG. VARIANCES: State any variances to the bid specifications on the attached Variance Document. If none are indicated, however slight, it will be assumed materials and/or services bid are identical to those specified. HH. PERMITS AND CODE INSPECTIONS: Permits: The Vendor shall secure all necessary building permits from the Permitting Authority (The School District of Palm Beach County Building Code Services (BCS) Department). Related instructions are located on the BCS Home Page: http://www.paImbeachschools.org/buiIdingdepartment/. See the information on the BCS Hometab. Construction will be inspected for code compliance, compliance with drawings and specifications, and quality by inspectors working for the Permitting Authority. The Vendor shall provide the following information to the Permitting Authority and obtain approval from the Permitting Authority prior to beginning construction: (a) Documents as required by the Permitting Authority (b) Vendor should assume a 30 day turnaround time from the time of submission of required documents for obtaining a building permit. Code Inspections: All projects require detailed code compliance inspections during construction in disciplines determined by the Permitting Authority. These disciplines normally include, but are not necessarily limited to, structural, mechanical, electrical, plumbing and general building safety. Inspection personnel will be provided by the Permitting Authority. The Vendor shall request the appropriate inspector(s), no less than 48 hours in advance, that the work is ready for inspection and before the work is covered up. Work not inspected and approved prior to cover-up shall be uncovered for inspection when directed by the Permitting Authority. All costs for uncovering and reconstruction shall be borne by the Vendor. Page 262 of 412 All inspections shall be made for conformance with the applicable building codes, compliance with drawings and specifications, and quality. Cost for all re -inspections of Work found defective and subsequently repaired shall be borne by the Vendor. II. ESTIMATED DOLLAR VALUE: The estimated value of this contract is $1,250,000 annually. Award of this bid does not imply or guarantee any bidder any amount of the contract. BID PREPARATION CHECKLIST: The Bid Preparation Checklist is a guide to assist the Bidder in verifying the completeness of their Bid. The Bid Preparation Checklist does not relieve the Bidder of the responsibility of ensuring that all requirements of this solicitation are included with submittal of their response. Items checked "required" must be submitted with your bid response or your bid may be declared non responsive. Verified by Required Vendor Document See Special Condition Yes Bidder Acknowledgement N/A Yes Bid Summary Document G Yes Certificates/License J Yes Beneficial Interest and Disclosure of Ownership Affidavit D Yes Proposer's Statement of Principal Place of Business E Yes Debarment Certification C Yes Variance Document GG Yes Reference Document I Yes Minority Certification F Yes (if applicable) Form 1525, Letter of Intent — M/WBE Subcontractor Participation P Yes (if applicable) Form 1526, M/WBE Subcontractor Participation Summary P Yes Early Payment Terms T Yes Form 0580, Drug -Free Workplace Certification C Yes Organizational Profile X Yes Area Representative Y Page 263 of 412 GENERAL CONDITIONS FOR BIDS 1. USE OF OTHER CONTRACTS: The District reserves the right to utilize any other District contract, any State of Florida Contract, any contract awarded by any other city or county governmental agencies, any other school board, any other community college/state university system cooperative bid agreement, or to directly negotiate/purchase per School Board policy and/or State Board Rule 6A-1.012(6) in lieu of any offer received or award made as a result of this bid, if it is in the best interest to do so. The District also reserves the right to separately bid any single order or to purchase any item on this bid if it is in its best interest to do so. 2. JOINT -BIDDING, COOPERATIVE PURCHASING AGREEMENT: All bidders submitting a response to this Invitation to Bid agree that such response also constitutes a bid to all State Agencies and Political Subdivisions of the State of Florida under the same conditions, for the same prices and for the same effective period as this bid, should the bidder(s) deem it in the best interest of their business to do so. This agreement in no way restricts or interferes with any state agency or political subdivision of the State of Florida to rebid any or all items. 3. FAILURE TO DELIVER: Failure to deliver as specified and at bid price will authorize the Board to purchase these items or services from other sources and hold the bidder responsible for any excess costs incurred thereby. Further, the Purchasing Department may recommend to the School Board that the vendor failing to deliver as specified be removed as a future bidder on all bids for a period of up to three years. 4. MANDATORY NONDISCRIMINATION CLAUSE: The Bidder shall not discriminate on the basis of race, gender, gender identity or expression, religion, national origin, ethnicity, sexual orientation, age or disability in the solicitation, selection, hiring, or treatment of sub- contractors, vendors, suppliers, or commercial customers. The Bidder shall provide equal opportunity for sub -contractors to participate in all of its public sector and private sector sub- contracting opportunities, provided that nothing contained in this clause shall prohibit or limit otherwise lawful efforts to remedy the effects of marketplace discrimination that has occurred or is occurring in the marketplace, such as those specified in the Palm Beach County School Board Policy 6.143. The Bidder understands and agrees that violation of this clause is a material breach of the contract and may result in contract determination, debarment, or other sanctions. 5. CONTRACTOR BID REQUIREMENTS: As part of its bid, bidder shall provide to the District a list of all instances within the past ten years where a complaint was filed or pending against bidder in a legal or administrative proceeding alleging that bidder discriminated on the basis of race, gender, gender identity or expression, religion, national origin, ethnicity, sexual orientation, age, or disability against its subcontractors, vendors, suppliers, or commercial customers, and a description of the status or resolution of each such complaint, including any remedial action taken. 6. CONTRACT DISCLOSURE: Upon the District's request, and upon the filing of a complaint against awarded bidder pursuant to Palm Beach County School Board Policy 6.144, awarded bidder agrees to provide the District, within sixty calendar days, a truthful and complete list of the names of all subcontractors, vendors, and suppliers that bidder has used in the past five years on any of its contracts that were undertaken within the District relevant geographic market as defined in Palm Beach County School Board Policy 6.143, including the total dollar amount paid by bidder for each subcontract or supply contract. Awarded bidder agrees to fully cooperate in any investigation conducted by the District pursuant to this Policy. Bidder Revised 3/30/15 Page 264 of 412 understands and agrees that violation of this clause is a material breach of the Contract and may result in contract termination, debarment, and other sanctions. 7. INDEMNIFICATION AND HOLD HARMLESS: Contractor shall, in addition to any other obligation to indemnify the School Board and to the fullest extent permitted by law, protect, defend, indemnify, and hold harmless the School Board, its agents, officers, elected officials, and employees from and against all claims, actions, liabilities, losses (including economic losses), or costs arising out of any actual: A. bodily injury, sickness, disease or death, or injury to or destruction of tangible property, including the loss of use resulting therefrom, or any other damage or loss arising out of, or claimed to have resulted in whole or in part from any actual act or omission of the Contractor, subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable in the performance of the work; or B. violation of law, statute, ordinance, governmental administration order, rule or regulation by Contractor in the performance of the work; or C. liens, claims or actions made by the Contractor or any subcontractor or other party performing the work; or D. claims by third parties (including, but not limited to, Contractor's employees or subcontractors) based upon an alleged breach by Contractor of any agreement with such third party (e.g., an employment agreement or licensing agreement), or allegation that Contractor's provision of services to the School Board pursuant to the Contract infringes upon or misappropriates a patent, copyright, trademark, trade secret, or other proprietary right of the third party. The indemnification obligations hereunder shall not be limited to any limitation on the amount, type of damages, compensation, or benefits payable by or for the Contractor of any subcontractor under workers' compensation acts, disability benefit acts, other employee benefit acts, or any statutory bar. Such indemnification shall cease at such time the contract would not be renewed. School Board acknowledges the waiver of sovereign immunity for liability in tort contained in Section 768.28, Florida Statutes, and acknowledges that such statute permits actions at law to recover damages in tort for monetary damages up to the limits set forth in such statute for death, personal injury or damage caused by the negligent or wrongful acts or omissions of a School Board employee acting within the scope of the employee's office or employment. The School Board agrees to be responsible for all such claims and damages, to the extent and limits provided in Section 768.28, Florida Statutes, arising from the actions of their respective employees. Each party acknowledges and it is expressly understood that the foregoing shall not constitute: (i) an agreement by the School Board to indemnify the School; (ii) a waiver of sovereign immunity by the School Board; (iii) a waiver of any right or defense that the School Board has under Section 768.28, Florida Statute, or any other statute; nor (iv) as consent to be sued by third parties. Awarded bidder recognizes the broad nature of this indemnification and hold harmless article, and voluntarily makes this covenant for good and valuable consideration provided by the School Board in support of this indemnification in accordance with the laws of the State of Florida. This article will survive the termination of this Contract. 8. BRAND NAMES: Use of a brand name, trade name, make, model, manufacturer, or vendor catalog number in specifications is for the purpose of establishing a grade or quality of material only. It is not the District's intent to rule out other competition, therefore, the phrase Page 265 of 412 OR ACCEPTABLE EQUAL is added. However, if a product other than that specified is bid, it is the vendor's responsibility to submit with the bid brochures, samples and/or detailed specifications on items bid. The District shall be the sole judge concerning the merits of bid submitted. Bidder shall indicate on the bid form the manufacturer's name and number if bidding other than the specified brands, and shall indicate ANY deviation from the specifications as listed. Other than specified items offered requires complete descriptive technical literature marked to indicate detail(s) conformance with specific COPYRIGHTS OR PATENT RIGHTS: Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this bid. Seller agrees to hold the purchaser harmless from any and all liability, loss or expense occasioned by any such violation. 9. MANUFACTURER'S CERTIFICATION: The District reserves the right to request from bidders separate manufacturer certification of all statements made in the response to Invitation to Bid. 10. OCCUPATIONAL HEALTH AND SAFETY: Bidder, as a result of award of the bid, delivering any toxic substances item as defined in Code of Federal Regulation Chapter 29, shall furnish to the Purchasing Department, a Material Safety Data Sheet (MSDS). The material safety data sheet shall be provided with initial shipment and shall be revised on a timely basis as appropriate. The MSDS must include the following information: A. The chemical name and the common name of the toxic substance. B. The hazards or other risks in the use of the toxic substance, including: (1) The potential for fire, explosion, corrosively and reactivity; (2) 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 (3) The primary routes of entry and symptoms of overexposure. C. 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. D. The emergency procedure for spills, fire, disposal and first aid. E. 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. F. 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. Any questions regarding this requirement should be directed to: Department of Labor and Employment Security, Bureau of Industrial Safety and Health, Toxic Waste Information Center, 2551 Executive Center Circle West, Tallahassee, FL 32301-5014, Telephone 1-800- 367-4378. 11. OSHA: The bidder warrants that the product/services supplied to the School District of Palm Beach County shall conform in all respects to the standards set forth in the Occupational Safety and Health Act 1970, as amended, and the failure to comply with this condition will be considered as a breach of contract. 12. PRICES QUOTED: Deduct trade discounts and quote firm net prices. Give both unit price and extend total. Prices must be stated in units of quantity specified in bid specifications. In Page 266 of 412 case of discrepancy in computing the amount of the bid, the UNIT PRICE quoted will govern. All prices FOB destination, freight prepaid (unless otherwise stated in special conditions). Discounts for prompt payment: Award, if made, will be in accordance with terms and conditions stated herein. Each item must be bid separately and no attempt is to be made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a consideration in determination of award of bid(s). If a bidder offers a discount, it is understood that a minimum of 30 days will be required for payment, and the discount time will be computed from the date of satisfactory delivery at place of acceptance and receipt of correct invoice at the office specified. 13. CONDITIONS AND PACKAGING: It is understood and agreed that any item offered or shipped as a result of this bid shall be new (current production model at the time of the bid). All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. 14. UNDERWRITERS' LABORATORIES: Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall be UL listed or re-examination testing where such has been established by UL for the items offered and furnished. 15. DELIVERY: Unless actual date of delivery is specified, show number of days required to make delivery after receipt of purchase order in space provided. Delivery time may become a basis for making an award (See Special Conditions). Delivery shall be within the normal working hours of the user, Monday through Friday, excluding holidays unless otherwise specified on the purchase order. 16. QUALITY: The items bid must be new and equal to or exceed specifications. The manufacturer's standard guarantee shall apply. During the guarantee period the successful bidder must repair and/or replace the unit without cost to the District with the understanding that all replacements shall carry the same guarantee as the original equipment. The successful bidder shall make any such repairs and/or replacements immediately upon receiving notice from the District. 17. SAMPLES, DEMONSTRATIONS AND TESTING: A. Samples of items, when required, must be furnished free of expense and if not destroyed, will upon request, be returned at the bidder's expense. Request for the return of the samples must be indicated on his or her bid. Each individual sample must be labeled with bidder's name, bid number and item number. Failure of bidder to either deliver required samples or to clearly identify samples as indicated may be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered to the Purchasing Department, School District of Palm Beach County. B. When required, the District may request full demonstrations of any units bid prior to the award of any contract. C. Items may be tested for compliance with specifications under the direction of the Florida Department of Agriculture and Consumer Services, or an independent testing laboratory. Bidders shall assume full responsibility for payment for any and all charges for testing and analysis of any materials offered or delivered that do not conform to the minimum required specifications. Bidder's disposition of all items delivered in this category must be at no expense to the District. 18. INSPECTION AND ACCEPTANCE OF GOODS: The awarded bidder shall be responsible for delivery of items in good condition at point destination. Bidder shall file with the carrier all Page 267 of 412 claims for breakage, imperfections, and other losses, which will be deducted from invoices. The District will note, for the benefit of successful bidder, when packages are not received in good condition. In the event the material and/or services supplied to the District is found to be defective or does not conform to specifications, the District reserves the right to cancel the order upon written notice to the seller and return the product to seller at the seller's expense. 19. LIABILITY, INSURANCE, LICENSES, AND PERMITS: Where bidders are required to enter or go onto District property to deliver materials or perform work or services as a result of bid award, the bidder will assume the full duty obligation and expense of obtaining all necessary licenses, permits and insurance. Bidder shall be liable for any damage or loss to the District incurred by bidder, bidder's employees, licensees of the bidder or agent or any person the bidder has designated in completion of his or her contract as a result of the bid; further bidder shall be liable for all activities of bidder occasioned by performance of the Contract. Not withstanding the foregoing, the liability herein shall be limited to ten million dollars ($10,000,000) and the bidder recognizes that and covenants that it has received consideration for indemnification provided herein. 20. SPECIFICATIONS: Any omissions of detail specifications stated herein that would render the materials/service from use as specified will not relieve the bidder from responsibility. 21. BID BONDS AND PERFORMANCE BONDS: Bid bonds, when required, shall be submitted with the bid in the amount specified in Special Conditions. Bid bonds will be returned to unsuccessful bidders. After award of contract, the District will notify the successful bidder to submit a performance bond in the amount specified in Special Conditions. Upon receipt of the performance bond, the bid bond will be returned to the successful bidder. 22. QUANTITIES: The quantities shown are estimates of the quantity of items expected to be purchased during the term of award. Actual quantities purchased may often exceed or be less than quantities shown. Orders will be placed as needed by individual locations during the contract period. The bidder agrees that the price(s) offered shall be maintained irrespective of the quantity actually purchased. 23. ORDERING PROCEDURE: Specific Items: After approval of Contract award by the Board, a letter of contract acceptance will be issued to each successful bidder acknowledging which goods or services have been awarded. Separate purchase orders will be issued based on specific items at firm, fixed prices listed in the bid. Percent Discount Catalog Bids: Separate purchase orders will be issued with pricing based on catalog and/or price lists. No item may be shipped or service performed that is not listed on the purchase order. 24. POSTING OF BID AND SPECIFICATIONS: Invitation to Bid with specifications will be posted for review by interested parties at Demandstar.com and at the Fulton Holland Educational Services Center, Purchasing Department, 3300 Forest Hill Boulevard, Third Floor, A -Wing Suite A-323, West Palm Beach, FL 33406, on the date of bid electronic mailing and will remain posted for a period of 72 hours. Failure to file a specification protest within the time prescribed in section 120.57(3), Florida Statutes, will constitute a waiver of proceedings under Chapter 120, Florida Statutes, and applicable Board rules, regulations and policies. Page 268 of 412 25. BID PROTEST: If a bidder wishes to protest a bid, they must do so in strict accordance with the procedures outlined in section 120.57(3), Florida Statutes, the Invitation to Bid, and School Board Policy 6.14. Any person who files an action protesting bid specifications, a decision or intended decision pertaining to this bid pursuant to section 120.57(3)(b), Florida Statutes shall post with the Purchasing Department, at the time of filing the formal written protest, a bond secured by an acceptable surety company in Florida payable to The School Board of Palm Beach County, Florida in an amount equal to one percent (1 %) of the total estimated contract value, but not less than $500.00 nor more than $5,000.00. Bond shall be conditioned upon the payment of all costs that may be adjudged against the protester in the administrative hearing in which the action is brought and in any subsequent appellate court proceeding. In lieu of a bond, a cashier's check, certified bank check, bank certified company check or money order will be acceptable form of security. If, after completion of the administrative hearing process and any appellate court proceedings, the District prevails, it shall recover all costs and charges included in the final order of judgment, including charges by the Division of Administrative Hearings. Upon payment of such costs and charges by the protester, the protest security shall be returned. 26. TIE BID: According to FS 287.087, tie bid preference shall be awarded to vendors with Drug Free Work Place programs. Whenever two or more are equal with regard to price, quality, and service, a bid received from a business that certifies that it has implemented a Drug Free Work Place program shall be given preference in the award process. In the event both vendors have a Drug Free Work Place preference shall be awarded to the vendor who is certified in the following order: as a M/WBE certified with the School District, as a SBE certified with the School District. If both vendors meet all three requirements, according to standard purchasing practice, the Director or Manager of Purchasing will flip a coin to break the tie. Vendor's company name closest to the letter "A" will always be assigned heads in the coin toss. In the event of a 3 -way (or more) tie, the vendor's company name will be chosen in a drawing. 27. INTERPRETATIONS: Neither DemandStar nor any employee of the District is authorized to interpret any portion of the Invitation to Bid or give information as to the requirements of the bid in addition to that contained in the written bid document. Interpretations of the bid or additional information as to its requirements, where necessary, shall be communicated to bidders by written addendum. 28. SPECIAL CONDITIONS: If any conflict exists between any of the Special Conditions and/or the Specifications and either the General Conditions for Bids or the Instructions to Bidders, the Special Conditions and/or Specifications shall govern. Page 269 of 412 INSTRUCTIONS TO BIDDERS The General Conditions for Bids, Instructions to Bidders, Special Conditions, Specifications, Addenda, and/or any other pertinent documents form a part of the Invitation to Bid, and by reference are made a part thereof. PURPOSE: It is the purpose and intent of this invitation to secure bids for item(s) and/or services as listed herein for The School Board of Palm Beach County, Florida (hereinafter referred to as the "Board"), the corporate body politic that governs, operates, controls, and supervises the School District of Palm Beach County, Florida (hereinafter referred to as "District"). 2. ANTI -COLLUSION: By electronically submitting a bid, the bidder certifies that it has not divulged, discussed or compared its bid with other bidders and has not colluded with any other bidder or parties to a bid whatsoever. No premiums, rebates or gratuities are permitted either with, prior to, or after any delivery of materials. Any such violation will result in the cancellation and/or return of materials (as applicable) and the removal of the bidder from all bid lists for the School Board of Palm Beach County, Florida. 3. ANTI -DISCRIMINATION: a. The bidder certifies that they are in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375 relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. The provisions of the ADA Act of 1990 pertaining to employment shall also be applicable. b. The bidder shall not discriminate on the basis of race, gender, gender identity or expression, religion, national origin, ethnicity, sexual orientation, age or disability in the solicitation, selection, hiring, or treatment of sub -contractors, vendors, suppliers, or commercial customers. Bidder shall provide equal opportunity for sub -contractors to participate in all of its public sector and private sector sub -contracting opportunities, provided that nothing contained in this clause shall prohibit or limit otherwise lawful efforts to remedy the effects of marketplace discrimination that has occurred or is occurring in the marketplace, such as those specified in the Palm Beach County School Board Policy 6.143. Bidder understands and agrees that violation of this clause is a material breach of the contract and may result in contract determination, debarment, or other sanctions. 4. BIDS: Bids will be received electronically through a secure mailbox at Demandstar.com until the date and time as indicated in this bid document. Bids will be opened publicly at the School District of Palm Beach County, Purchasing Department, 3300 Forest Hill Boulevard, Suite A-323, West Palm Beach, FL 33406-5813, and all bidders and general public are invited to attend. It is the sole responsibility of the bidder to ensure its bid reaches Demandstar on or before the closing date and hour as indicated in this bid document. 5. CONTRACT: The submission of your bid constitutes a firm offer by the bidder. Upon acceptance by the Board, the Purchasing Department will issue a notice of award and purchase order(s) for any supplies, equipment and/or services as a result of this bid. The Invitation to Bid and the corresponding purchase order(s) will constitute the complete agreement between the successful bidder and the Board. Unless otherwise stipulated in Revised 5/20/14 Page 270 of 412 the bid documents or agreed to in writing by both parties, no other contract documents shall be issued or accepted. 6. WITHDRAWAL: When a bidder wishes to withdraw a bid, a written request shall be submitted to the Director of Purchasing and the request will be reviewed for consideration. In no case shall a bidder be granted a release from a bid more than one time in a two-year period. A bidder may not withdraw a bid after the final call for bids at a designated time of opening. 7. DEFAULT: In case of default by the bidder, the Board may procure the articles or services from other sources and hold the bidder responsible for any excess costs incurred thereby. 8. FUNDING OUT/ CANCELLATION OR TERMINATION WITH OR WITHOUT CAUSE: A. With Cause: In the event any of the provisions of the Contract are violated by the bidder, the Superintendent or designee shall give written notice to the bidder stating the deficiencies and unless the deficiencies are corrected within ten days, recommendation will be made to the Board or its designee for immediate cancellation. Upon cancellation hereunder the Board may pursue any and all legal remedies as provided herein and by law. In the event that it is subsequently determined that a cancellation under this paragraph was incorrect, the termination shall be converted to a termination for convenience pursuant to the next paragraph. B. Without Cause: The Board or its designee reserves the right to terminate any contract resulting from this Invitation to Bid at any time and for no reason whatsoever, upon giving 30 days prior written notice to the bidder. If the Contract should be terminated for convenience as provided herein, the Board shall be relieved of all obligations under said Contract. The Board or its designee shall only be required to pay to the successful bidder that amount of the Contract actually performed to the date of termination. C. Funding Out: Florida School Laws prohibit the Board or its designee from creating obligations on anticipation of budgeted revenues from one fiscal year to another without year-to-year extension provisions in the contracts. It is necessary that fiscal funding out provisions be included in all bids in which the terms are for periods of longer than one year. Therefore, the following funding out provisions are an integral part of this Invitation to Bid and must be agreed to by all bidders: The Board or its designee may, during the contract period, terminate or discontinue the items covered in this bid for lack of appropriated funds upon the same terms and conditions. Such prior written notice will state: 1. That the lack of appropriated funds is the reason for termination, and 2. Board agrees not to replace the equipment or services being terminated with equipment and services with functions similar to those performed by Revised 5/20/14 Page 271 of 412 the equipment covered in this bid from another vendor in the succeeding funding period. "This written notification will thereafter release the School Board of Palm Beach County, Florida of all further obligations in any way related to such equipment covered herein". 9. When any of the parties desire to give notice to the other, such notice must be in writing, sent by U.S. Mail/Federal Express/United Parcel Service or other traceable method, postage prepaid, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain such until it is changed by written notice in compliance with the provisions of this paragraph. For the present, the Parties designate the following as the respective places for giving notice: To School Board: Director of Purchasing Department The School District of Palm Beach County 3300 Forest Hill Blvd., Suite A323 West Palm Beach, FL 33406 With a copy to: Inspector General The School District of Palm Beach County 3300 Forest Hill Blvd., Suite C306 West Palm Beach, FL 33406 To Contractor: 10. BIDDERS RESPONSIBILITY: Before submitting its bid, each bidder is required to carefully examine the Invitation to Bid delivery schedule, bid prices and extensions, insurance requirements, licensing requirements, bid closing date and time and to completely familiarize itself with all of the terms and conditions that are contained within the Invitation to Bid. Failure to do so on the part of the bidder will in no way relieve it of any of the obligations and responsibilities which are a part of the Invitation to Bid. Bidder warrants by virtue of bidding that prices shall remain firm for a period of ninety (90) days from the date of award by the Board or time stated in special conditions. 11. AWARDS: In the best interest of the District, the Purchasing Department reserves the right to reject any and all bids and to waive any minor irregularity in bids received; to accept any item or group of items unless qualified by bidder; to acquire additional quantities at prices quoted on the Invitation to Bid unless additional quantities are not acceptable, in which case the bid sheets must be noted "BID IS FOR SPECIFIED QUANTITY ONLY'. All awards made as a result of this bid shall conform to applicable Florida Statutes. 12. THE JESSICA LUNSFORD ACT: All awarded bidders who are permitted access on school grounds when students are present, who may have direct contact with any student of the District, or who may have access to or control of school funds must be fingerprinted and background checked. Awarded bidder agrees to undergo a background check and fingerprinting if he/she is an individual who meets any of the above conditions and to require that all individuals in the organization who meet any of the conditions to submit to a Revised 5/20/14 Page 272 of 412 Level 2 FDLE background check and FBI screening, including fingerprinting by the School District's Police Department, at the sole cost of Awarded bidder. The report of the results will be immediately transmitted to the School District's Police Department, which shall be the sole determiner of clearance. Awarded bidder shall not begin providing services contemplated by the Invitation to Bid until Awarded bidder receives notice of clearance by the School District and is issued School District badges. Compliance requiring all awarded bidders to register as a visitor before entering school property and proper display of School District badges will be strictly enforced. Neither the Board, nor its members, officers, employees, or agents, shall be liable under any legal theory for any kind of claim whatsoever for the rejection of Awarded bidder (or discontinuation of Awarded bidder's services) on the basis of these compliance obligations. Awarded bidder agrees that neither the Awarded bidder, nor any employee, agent or representative of the Awarded bidder who has been convicted or who is currently under investigation for a crime delineated in section 435.04, Florida Statutes, will be employed in the performance of the contract. 13. DISQUALIFYING CRIMES: The bidder certifies by submission of this bid, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in this transaction by the State of Florida or Federal Government. Further, bidder certifies that it has divulged, in its bid response, information regarding any of these actions or proposed actions with other governmental agencies. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid to provide any goods or services to a public entity, may not submit a bid to contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. The bidder(s) certifies by submission of this bid, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any State or Federal department/agency. The awarded bidder or any subcontractor shall not employ any persons with multiple felonies and / or crimes against children. The awarded bidder must provide documented proof of efforts to comply with this requirement. The Owner may declare any non- compliance or lack of diligent effort by the awarded bidder to comply as a breach of contract and immediately terminate the services of the awarded bidder. 14. ADVERTISING: In submitting a bid, bidder agrees not to use the results therefrom as a part of any commercial advertising without prior approval of the District. 15. LOBBYING: Bidders are hereby advised that they are not to lobby with any district personnel or board members related to or involved with this bid until the administration's recommendation for award has been posted at Demandstar.com, and at the Fulton Holland Educational Services Center, Purchasing Department area. All oral or written inquiries must be directed through the Purchasing Department. Revised 5/20/14 Page 273 of 412 Lobbying is defined as any action taken by an individual, firm, association, joint venture, partnership, syndicate, corporation, and all other groups who seek to influence the governmental decision of a board member or district personnel after advertisement and prior to the posted recommendation on the award of the Contract. Any bidder or any individuals that lobby on behalf of bidder during the time specified will result in rejection / disqualification of said bid. 16. DISPUTES: In case of any doubt or difference of opinion as to the items to be furnished hereunder, the decision of the Board shall be final and binding on both parties. 17. LEGAL REQUIREMENTS: Federal, state, county, and local laws, ordinances, rules, and regulations that in any manner affect the items covered herein apply. Specifically, bidder(s) is to adhere to School Board Policies 3.12 and 3.13, pursuant to the following, with respect to any criminal arrests and convictions, and is on notice thereto that any employees involved in any Chapter 435, Florida Statutes offenses are precluded from continuing to work on the project and must be replaced. Failure to comply may result in the immediate termination of the awarded bidder's contract at the sole discretion of the District. Lack of knowledge by the bidder will in no way be a cause for relief from responsibility. 18. TAXES: The School District of Palm Beach County, is exempt from any taxes imposed by the State and/or Federal Government. State Sales Tax Exemption Certificate No. 85- 8013897253C-1 and Federal Excise Tax No. 59-600783 appears on each purchase order. This exemption does not apply to purchase of tangible personal property made by contractors who use the tangible personal property in the performance of contracts for the improvements of School District -owned real property as defined in Chapter 192, Florida Statutes. 19. ASSIGNMENT: The successful bidder shall not sub -contract, assign, transfer, convey, sublet, or otherwise dispose of the contract, or of any or all of its rights, title, or interest therein, or its power to execute such contract to any person, firm, or corporation without prior written consent of the Board. 20. SUBCONTRACTING: If an awarded bidder intends to subcontract any portion of the Contract for any reason, the name and address of the subcontracting firm must be submitted along with the bidder's bid or prior to use for approval. No subcontracting will take place prior to bid -awarded bidder furnishing this information and receiving written approval from the District. The Purchasing Department reserves the right to reject a subcontractor who previously failed in the proper performance of a contract or failed to deliver on-time contracts of a similar nature, or who, the District has determined in its sole discretion, is not in the position to perform the contract due to the subcontractor's size, experience, or resources. The District reserves the right to inspect all facilities of any subcontractor in order to make determination as to the foregoing. The subcontractor will be equally responsible for meeting all requirements specified in the Invitation to Bid. Revised 5/20/14 Page 274 of 412 21. DEBARMENT: The Board shall have the authority to debar a person / corporation for cause for consideration or award of future contracts. The debarment shall be for a period commensurate with the seriousness of the causes, generally not to exceed three (3) years. When the offense is willful or blatant, a longer term of debarment may be imposed, up to an indefinite period. 22. REQUIREMENTS FOR PERSONNEL ENTERING DISTRICT PROPERTY: Possession of firearms will not be tolerated in or near school buildings; nor will violations of Federal and State laws and any applicable Board policy regarding Drug Free Workplace be tolerated. Violations will be subject to the immediate termination provision heretofore stated in Paragraph 16, Legal Requirements. "Firearm" means any weapon (including a starter gun or antique firearm) which will, is designed to, or may readily be converted to expel a projectile by the action of an explosive; the frame or receiver of any such weapon; any destructive device; or any machine gun. No person who has a firearm in their vehicle may park their vehicle on District property. Furthermore, no person may possess or bring a firearm on District property. If any employee of an independent contractor or sub -contractor is found to have brought a firearm on District property, said employee must be terminated from the Board project by the independent contractor or sub -contractor. If the sub -contractor fails to terminate said employee, the sub -contractor's agreement with the independent contractor for the Board project shall be terminated. If the independent contractor fails to terminate said employee or fails to terminate the agreement with the sub -contractor who fails to terminate said employee, the independent contractor's agreement with the Board shall be terminated. Bidders are advised that they are responsible to ensure that no employee, agent or representative of their company who has been convicted or who is currently under investigation for a crime against children in accordance with section 435.04, Florida Statutes, will enter onto any school site. Revised 5/20/14 Page 275 of 412 23. PRODUCT RECALL: In the event the awarded awarded bidder receives notice that a product delivered by the awarded bidder to the District has been recalled, seized or embargoed, and/or has been determined to be misbranded, adulterated, or found to be unfit for human consumption by a packer, processor, subcontractor, retailer, manufacturer, or by any State or Federal regulatory agency, the awarded bidder shall notify the District's Bid Purchasing Agent within two business days of receiving such notice. The District's acceptance or failure to reject the affected product as non -conforming shall not in any way impact, negate, or diminish the awarded bidder's duty to notify the District's Purchasing Agent that the affected product has been recalled, seized or embargoed, and/or has been determined to be misbranded, adulterated, or found to be unfit for human consumption. The form and content of such notice to the District shall include the name and description of the affected product; the approximate date the affected product was delivered to the District; the bid number; and relevant information relating to the proper handling of the affected product and/or proper disposition of the affected product by the District, if necessary to protect the health, welfare, and safety of District students or employees; and any health hazards known to the awarded bidder which may be caused or created by the affected product. The awarded bidder shall, at the option of the Purchasing Department and/or Purchasing Agent, either reimburse the purchase price or provide an equivalent replacement product at no additional cost to the District. Unless it was absolutely necessary for the District to dispose of the affected product, the awarded bidder shall be responsible for removal and/or replacement of the affected product within a reasonable time, as determined by the District, without causing significant inconvenience to the District. At the option of the District, the awarded vendor may be required to reimburse storage and/or handling fees to be calculated from time of delivery and acceptance to actual removal or disposal. The awarded vendor will bear all costs associated with the removal and proper disposal of the affected product. The failure to reimburse the purchase price and storage and/or handling fees or to remove and/or replace the affected product with an equivalent replacement within a reasonable time without significant inconvenience to the District will be considered a default. Revised 5/20/14 Page 276 of 412 THE SCHOOL DISTRICT OF PALM BEACH COUNTY PURCHASING DEPARTMENT 3300 Forest Hill Boulevard, Suite A-323 West Palm Beach, FL 33406-5813 INVITATION TO BID Bidder Acknowledgement Vendor Name: Vendor Mailing Address: E -Mail Address: Area Code / Telephone Number: Toll -Free Telephone Number: Fax Number: Web Address: FEID No. or SS #: Delivery calendar days after receipt of order: ANTI -COLLUSION By electronically submitting your bid, the bidder certifies that they have not divulged, discussed or compared their bid with other bidders and have not colluded with any other bidder or parties to a bid whatsoever. No premiums, rebates or gratuities permitted either with, prior to, or after any delivery of material. Any such violation will result in the cancellation and/or return of materials (as applicable) and the removal from the bid lists for the School District of Palm Beach County, Florida and I hereby certify that I have read and understand the requirements of this Invitation to Bid and that I am duly authorized to execute this offer document and any contract(s) and/or other transaction by award of this bid. BID CERTIFICATION I further certify that I have read the entire contents of this Invitation to Bid document and agree to full, complete and unconditional acceptance of the contents of this Invitation to Bid and all appendices and the contents of any Addendum released hereto. I further certify that by virtue of executing and returning this Bidder Acknowledgement Form, I am submitting the following information as this company's response. Name of Representative Submitting Bid Title of Company Representative: Date: Revised 1/9/14 Page 277 of 412 THE SCHOOL DISTRICT OF PALM BEACH COUNTY Beneficial Interest and Disclosure of Ownership Affidavit Bid No. Corporate Name Project No./ Title Tax FEIN No. Before me, the undersigned authority, personally appeared, , ("Corporate Representative") this day of 120 who, first being duly sworn, as required by law, subject to the penalties prescribed for perjury, deposes and says: 1) Corporate Representative has read the contents of this Affidavit, has actual knowledge of the facts contained herein, and states that the facts contained herein are true, correct, and complete. 2) The following is a list of every "person" (as defined in Section 1.01 (3), Florida Statues to include individuals, children firms, associates, joint adventures, partnerships, estates, trusts, business trusts, syndicates, fiduciaries, corporations and all other groups and combinations) holding 5% or more of the beneficial interest in the disclosing entity: (If more space is needed, attach separate sheet) A. Persons or corporate entities owning 5% or more: Name I Address B. Persons or corporate entities who hold by proxy the voting power of 5% or more: Name Address C. Stock held for others and for whom held: 1. 2. 1. 2. 1. 2. Percentage Percentage CORPORATE REPRESENTATIVE By: SWORN TO and subscribed before me this day of , 20 _ ;by Such person(s) (Notary Public must check applicable box). ❑ is/are personally known to me. ❑ produced a current driver license(s). ❑ produced as identification. (NOTARY PUBLIC SEAL) PBSD 1997 (Rev. 02/22/2011) Notary Public (Print, Type or Stamp Name of Notary Public) Page 278 of 412 SCHOOL DISTRICT OF PALM BEACH COUNTY PURCHASING DEPARTMENT DEBARMENT CERTIFICATION CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION LOWER TIER COVERED TRANSACTIONS This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 7 CFR Part 3017, Section 3017.510, Participants' responsibilities. The regulations were published as Part IV of the January 30, 1989, Federal Register (pages 4722-4733). Copies of the regulations may be obtained by contacting the Department of Agriculture agency with which this transaction originated. (Before Completing Certification, Read Instructions on Following Page) (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by an Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participants shall attach an explanation to this proposal. Organization Name: Solicitation Number or Project Name: Name of Authorized Representative:. Title of Representative: Date: Page 279 of 412 INSTRUCTION CERTIFICATIONS 1. By electronic submission of this form the prospective lower tier participant is providing the certification set out on the reverse side in accordance with these instructions. 2. The certification in this clause is a material representation of fact upon reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage section so rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this form that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this form that it will include this clause titled, "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which is determines the eligibility of its principals. Each participant may, but is not required to, check the Non -procurement List. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Page 280 of 412 SCHOOL DISTRICT OF PALM BEACH COUNTY PURCHASING DEPARTMENT AREA REPRESENTATIVE Please list the contact for this contract Add additional forms if necessary Vendor Name: Area Representative: Address: City/Zip Code: Email Address: Telephone: Cell Phone Fax Number: Emergency Number: Page 281 of 412 SCHOOL DISTRICT OF PALM BEACH COUNTY PURCHASING DEPARTMENT VARIANCES BID NAME / NUMBER VENDOR NAME: *If vendor chooses not to participate in Variances Document, please acknowledge by placing N/A here -> VARIANCES: State any variances, however slight, to the above specifications. If none are indicated, it will be assumed materials and/or services bid are identical to those specified. Page 282 of 412 �L �1 ut THE SCHOOL DISTRICT OF PALM BEACH COUNTY Drug -Free Workplace Certification BEACH CO Preference must be given to vendors submitting a certification with their bid/proposal certifying they have a drug-free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the State 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, 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 employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. VENDOR'S SIGNATURE COMPANYNAME DATE Must be executed and returned with attached bid at time of bid opening to be considered. PBSD 0580 (Rev. 4/8/2003) ORIGINAL - Purchasing Department Page 283 of 412 School District of Palm Beach County MINORITY CERTIFICATION INFORMATION * Check here if N/A F] Form must be submitted to Demandstar.com. Minority Certification applications are available through the Minority Business Enterprise located at: Office of Diversity in Business Practices School District of Palm Beach County 3300 Forest Hill Boulevard, Suite A-106 West Palm Beach, FL 33406-5871 Phone: (561) 434-8508 http://www.palmbeachschools.org/mwbe/ Are you a minority vendor certified by: (Check if appropriate) Palm Beach County School District ❑ State of Florida ❑ If yes, expiration date Minority Classification If you are not a certified minority vendor and intend to sub -contract with a certified minority firm(s), please list the vendors and the estimated dollar value below: Vendor Estimated Dollar Value Page 284 of 412 SCHOOL DISTRICT OF PALM BEACH COUNTY PURCHASING DEPARTMENT EARLY PAYMENT TERMS BID NAME/NUMBER: VENDOR NAME: If vendor chooses not to participate in Early Payment Terms, please acknowledge by placing N/A here -o- EARLY > EARLY PAYMENT: Specify terms and discount for early payment. Check which terms you will be willing to provide for the duration of this contract to the School District. 0.5% 10 net 30 0.75% 5 net 30 * Upon receipt of invoice by the School District of Palm Beach County Accounts Payable Department. Note: Updating to these terms will affect all of your District payments. If you choose to revise these terms at a later date, the terms will affect all of your payments from the District. Rev. 4/4/13 Page 285 of 412 SCHOOL DISTRICT OF PALM BEACH COUNTY PURCHASING DEPARTMENT REFERENCES Vendor Name: Bid number/Name: This information will be used in the evaluation of this bid. List a minimum number of required references as stated in the Special Conditions which show experience in similar work, to include nature and scope of work, which demonstrates an expertise in providing the services as stated herein. Provide scope of work, contact name, addresses, telephone numbers and dates of service. Reference 1 — New Customer (one year or less) Reference 2 — Past Customer (currently not doing business) Name of Firm: Scope of Work: Cost of Service: Date of Service: Contact Person: Email: Phone #: Address: Reference 2 — Past Customer (currently not doing business) Page 286 of 412 Name of Firm: Scope of Work: Cost of Service: Date of Service: Contact Person: Email: Phone #: Address: Page 286 of 412 Reference 3 — Repeat or Long Term Customer Reference 4 — Repeat or Long Term Customer Name of Firm: Scope of Work: Cost of Service: Date of Service: Contact Person: Email: Phone #: Address: Reference 4 — Repeat or Long Term Customer Reference 5 — Repeat or Long Term Customer Name of Firm: Scope of Work: Cost of Service: Date of Service: Contact Person: Email: Phone #: Address: Reference 5 — Repeat or Long Term Customer Page 287 of 412 Name of Firm: Scope of Work: Cost of Service: Date of Service: Contact Person: Email: Phone #: Address: Page 287 of 412 D11"\ D11"\THE SCHOOL DISTRICT OF PALM BEACH COUNTY i 9 L D OFFICE OF DIVERSITY IN BUSINESS PRACTICES Participation Letter of Intent o 0 Minority/Women Business Enterprise (M/WBE) 0 Small Business Enterprise (SBE) Submit completed form to the Senior Project Administrator (SPA). Direct all questions to (561) 434-8508. Form must be submitted to Demandstar.com BID/RFP or Project Name BID/RFP or Project # Name of Bidder/Construction Manager The undersigned intends to perform work with the above project as (check one): Individual E] Partnership F-] Corporation E] Joint Venture* * If a joint venture, attach letterhead or other documentation proving relationship. The undersigned intends to perform work with the above project as (check one): Subcontractor E] Subconsultant E] Manufacturer Supplier The undersigned is: F-] Certified with the School District of Palm Beach County M/WBE Coordinator Certified with the State of Florida, Department of General Services (Provisional) The undersigned is: (MWBE must check one in column 1 and column 2; Column 2. completed by both MWBE or SBE; Column 3 completed by MWBE or SBE if applicable) Column 1 (MWBE ONLY) Column 2 (MWBE ONLY) Column 3 African American F-] Native American E] Female Physically Impaired Asian American F-] American Hispanic American Male PARTICIPATION The undersigned intends to perform the following work in connection with the above project: Item No. I Division No. I Contract (Trade) Items (Description/Division) I Amount If the undersigned intends to sub -contract any portion of this subcontract to a non -certified M/WBE or SBE subcontractor, the amount of any such subcontract must be stated $ Name of M/WBE or SBE Subcontracting Firm Name and Position (type or print) INTERNAL USE ONLY - ROUTING DISPOSITION All executed originals of the form must be submitted to the Office of Diversity in Business Practices 3300 Forest Hill Blvd., A-106, West Palm Beach, FL 33406-5813 Signature PBSD 1525 (Rev. 7/6/2011) ORIGINAL - Office of Diversity in Business Practices Date Page 288 of 412 O Lel EO m LA 0 Lu Lol C Y V N L V c O m c O. O V m . O � •V A a r w m V O. O > m O N a� ut CL m m L C O H LA Z O Q Q m � � 7 O O LA v vy O O O O O O O O O O O O O m .. Z Z Z Z Z Z Z Z Z Z Z Z Z ^z 0 0 0 0 0 0 0 0 0 0 0 0 0 Oi W O m W N N N N N N N N N N N N N � � 0 0 0 0 0 0 0 0 0 0 0 0 0- z a !J N 'o N v -m O 46 0 N Z O - \ E O v vW a 4,+ O c V 0 � 6 u 0 vOi V ro U Z in G z ¢z 7 z 0 Q WV � u° 0 00 W O C z F 7 z Zo W ¢ m D 0 0 G Q Z O N O S Z c O m c O. O V m . O � •V A a r w m V O. O > m O N a� ut CL m m L C O H LA Z O Q Q m � � 7 O O LA v vy T « O T v a '- o � � O C !J N 'o N v -m O 46 0 N Z O - \ E O v vW a 4,+ O c V 0 � 6 vOi V ro U Z in N_ 4-- 0 M� W N N (6 d Q d � z � a F F u � r J Z Z u O W O o iQ 0 m J Q f O f O O O O O O O O O O O O O O O O O O A z z z z z z z z z z z z z z z z z z u 0z 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O m O y E a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 v L a in Q Q a F m LA LA m �c z z z O a V � d � N W 0 u z ¢z 7 z O Q WV o . 00 W O C Q W Z V z Z F J Z a Z W O� Q ND Z eel C M V G Q z o m a c M � N V � 3 W h � Z N 4- 0 O N N 'O Q r O a� N m CL N_ L 4- 0 d c d � ~ za u � a Q r 0 N LAL F F u W Z Z u O m m O o iQ c m J Q F O f O O O O O O O O O O O O O O O O O O z z z z z z z z z z z z z z z z z z 0z 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 u O m O E 3 d v v v v v v v v v v v v v v v v v v 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 v a S a z O a m 2 z V � d � N W 0 u� z z� O Q WV o . 00 W O 0 Q W f Z V Z F J a Z Z W O� Q Nm Z eel C M V G Q z o m a c M � N V � 3 W h � Z A r O a� N m CL N_ L 4- 0 J Q r 0 N LAL PROPOSER'S STATEMENT OF PRINCIPAL PLACE OF BUSINESS (Must be completed & submitted with each competitive solicitation) Name of Proposer: Identify the state in which the Proposer has its principal place of business: Proceed as follow: IF your principal place of business above is located within the State of Florida, the Proposer may sign below and attach to your solicitation. No further action is required. IF your principal place of business is outside of the State of Florida the following must be completed by an attorney and returned with your solicitation. Failure to comply shall be considered to be non-responsive to this solicitation. OPINION OF OUT-OF-STATE BIDDER'S ATTORNEY ON BIDDING PREFERENCES (To be completed by the Attorney for an Out -of -State Proposer) NOTICE: Section 287.084(2), Fla. Stat., provides that "a vendor whose principal place of business is outside this state must accompany any written bid, proposal, or reply documents with a written opinion of an attorney at law licensed to practice law in that foreign state, as to the preferences, if any or none, granted by the law of that state [or political subdivision thereof] to its own business entities whose principal places of business are in that foreign state in the letting of any or all public contracts." See also: Section 287.084(1), Fla. Stat. LEGAL OPINION ABOUT STATE BIDDING PREFERENCES (Please Select One) The Proposer's principal place of business is in the State of and it is my legal opinion that the laws of that state do not grant a preference in the letting of any or all public contracts to business entities whose principal places of business are in that state. The Proposers principal place of business is in the State of and it is my legal opinion that the laws of that state grant the following preference(s) in the letting of any or all public contracts to business entities whose principal places of business are in that state: [Please describe applicable preference(s) and identify applicable state law(s)]: LEGAL OPINION ABOUT POLITICAL SUBDIVISION BIDDING PREFERENCES (Please Select One) The Proposer's principal place of business is in the political subdivision of and it is my legal opinion that the laws of that political subdivision do not grant a preference in the letting of any or all public contracts to business entities whose principal places of business are in that political subdivision. The Proposer's principal place of business is in the political subdivision of and the laws of that political subdivision grant the following preferencefs) in the letting of any or all public contracts to business entities whose principal places of business are in that political subdivision: [Please describe applicable preference(s) and identify applicable authority granting the preference(s)].- Signature reference(s)]:Signature of out-of-state Proposer's attorney: Printed name of out-of-state Proposer's attorney: _ Address of out-of-state bidder's attorney: Telephone Number of out-of-state bidder's attorney: �) - Email address of out -of -stake bidder's attorney: Attorneys states of bar admission: Proposer's Printed Name: Signature Company Name: Page 292 of 412 16C -7T BID SUMMARYL DOCUMENT VENDOR NAME: The labor rates bid below shall be valid during the contract, subject to all terms and conditions contained herein. Personnel Title Regular Time Overtime Premium Time Supervisor $ hr. $ hr. $ hr. Licensed Journeyman $ hr. $ hr. $ hr. Foreman $ hr. $ hr. $ hr. Apprentice/Helper $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. $ hr. Hourly rate(s) for various personnel, to include Regular, Overtime and Premium. Regular Time: Monday - Friday 7:00 a.m. — 5:00 p.m. Overtime: After 5:00 p.m. and Saturdays Premium Time: Sundays and holidays. Repair and or replacement parts / material cost. Contractor's Actual Cost plus percentage Cost Plus % (Not to exceed 25%) Taxes are not eligible for mark-up. Page 293 of 412 Date: August 31, 2015 MO, RIM TAETIOM INVITATION TO BID 1\10.: 16C -7T TITLE: TERM CONTRACT FOR HVAC MECHANICAL CONTRACTORS: PREVENTIVE MAINTENANCI REPAIRS, and INSTALLATIONS RETURN DATE: September 10, 2015, 2:00 P.M. EST This addendum modifies the above listed Invitation to Bid as follows: Questions and Answers: QJ.: In regard to the Level 2 FDLE and FBI screening. Is this something that is paid for and the responsibility of the Contractor or is it through the school board? Is there a Fee if through the Palm Beach County School District? Al: This is the responsibility of the Contractor. Details can be found at the following link, under the fingerprinting tab. The fingerprinting dropdown tab includes information, pricing, hours, etc.: http-://www.paImbeachschooIs.or-q/schoolpolice This addendum is for information only and need not be returned with your Bid. rriis Messerli, Purchasing Agent haron Swan, Ui7rector of Purchasing Posting of Conditions/Specifications This Addendum will be posted for review by interested parties, at DemandStar.com on the date of the Addendum electronic mailing and will remain posted for a period of 72 hours. Failure to file a protest on any changes to the specifications contained in the Addendum within the time prescribed in section 120.57 (3) Florida Statutes, will constitute a waiver of proceedings under Chapter 120 Florida Statutes, and applicable School Board rules, regulations and policies. Any person who files an action protesting the specifications contained in this Addendum, pursuant to Section 120.57(3)(b), Florida Statutes shall post with the Purchasing Department, at the time of filing the formal written protest, a bond secured by an acceptable surety company in Florida payable to the School Board of Palm Beach County in an amount equal to 1 percent (11%) of the total estimated contract value, but not less than $500 nor more than $5,000. Bond shall be conditioned upon the payment of all costs that may be adjudged against the protester in the administrative hearing in which the action is brought and in any subsequent appellate court proceeding. In lieu of a bond, a cashier's check, certified bank check, bank certified company check or money order will be acceptable form of security. If, after completion of the administrative hearing process and any appellate court proceedings, the Board prevails, it shall recover all costs and charges included in the final order of judgment, including charges by the Division of Administrative Hearings. Upon payment of such costs and charges by the protester, the protest security shall be returned. Revised 10/19/12 Page 294 of 412 r PUBLIC HEARING 11/17/2015 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 11/17/2015 REQUESTED ACTION BY COMMISSION: Approve request for Major Site Plan Modification to construct a one-story, 19,000 square foot inpatient medical facility and related site improvements on 4.6 acres of property located at 3005 South Congress Avenue, on the NW corner of South Congress Avenue and Charter Drive North, within the C-3 (Community Commercial) zoning district. Applicant: Jeffery C. Lynne, Weiner, Lynne & Thompson, P.A. EXPLANATION OF REQUEST: Jeffery Lynne, Esq., of Weiner, Lynne & Thompson, P.A., representing Sannlor Properties, LLC, is requesting Major Site Plan Modification approval to construct a one-story, 19,000 square foot inpatient medical facility and related site improvements. According to information provided by the applicant, Novus Medical Center provides cutting-edge medical-detox protocols and holistic supplements. The proposed use is permitted in the C-3 zoning district with specific site design, security and buffering requirements. The parcel is currently vacant land between Charter Drive to the south and the Manor Care nursing facility directly to the north. Previously constructed on the subject site was an adult congregate living facility (ACLF), also operated by Manor Care. Since the ACLF was demolished, this property was approved for the construction of The Slomin Family Center for Autism; however, it was never built. Given the plan to use the building for medical uses that involve overnight treatment, the site design and operational requirements of recently -adopted Ordinance No. 15-002 are applicable. Such requirements include measures for site security including surveillance cameras, limited and controlled access points, operational procedures to restrict unauthorized or unarranged accessing or exiting of the property, and design and screening for privacy of patients. Such requirements are being satisfied through the proposed design and will be confirmed through the final construction and inspection stages of the project. The Planning & Development Board reviewed this application at their October 27, 2015 meeting and recommends approval. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? N/A FISCAL IMPACT. Fees received from building permits, taxable value of the building improvements, job opportunities, and expenditures by the business and employees on goods within the City. ALTERNATIVES: None recommended. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: N/A Page 295 of 412 CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: N/A Is this a grant? No Grant Amount: ATTACHMENTS: Type Description D Addendum Staff Report D Addendum Exhibit A - Location Map D Addendum Exhibit B - Site Plan D Addendum Exhibit C - Conditions of Approval D Addendum Development Order REVIEWERS: Department Reviewer Action Date Planning & Zoning Rumpf, Michael Approved 11/4/2015 - 3:09 PPA Development Mack, Andrew Rejected 11/10/2015 - 8: 10 AKA Planning & Zoning Rumpf, Michael Approved 11/10/2015 - 8:42 AKA Development Mack, Andrew Approved 11/12/2015 - 1:43 PPA Finance Howard, Tim Approved 11/12/2015 - 1:48 PPA Legal Swanson, Lynn Approved 11/12/2015 - 4:17 PPA City Manager LaVerriere, Lori Approved 11/10/2015- 8:38 AKA Page 296 of 412 DEVELOPMENT DEPARTMENT PLANNING AND ZONING DIVISION MEMORANDUM NO. PZ 15-042 STAFF REPORT TO: Chair and Members Planning and Development Board and City Commission THRU: Michael Rumpf Planning and Zoning Director FROM: Amanda B. Parker Planner II DATE: October 20, 2015 PROJECT NAME/NO: Novus Medical Center/ MSPM 15-008 REQUEST: Major Site Plan Modification PROJECT DESCRIPTION Property Owner: Sannlor Properties, LLC Applicant: Jeffery Lynne, Esquire, of Weiner, Lynne & Thompson, P.A., Location: 3005 South Congress Avenue (see Exhibit "A" — Location Map) Existing Land Use: Local Retail Commercial (LRC) Existing Zoning: Community Commercial (C3) Proposed Land Use: No change proposed Proposed Zoning: No change proposed Proposed Use: Request a Major Site Plan Modification approval to construct a one-story, 19,000 square foot inpatient medical facility and related site improvements. Acreage: 4.60 acres (200,273 square feet) Adjacent Uses: North: A developed property containing an inpatient medical facility with a Local Retail Commercial (LCR) future land use classification, and zoned Community Commercial (C3); South: Right-of-way for North Charter Drive, and farther south is a recreational facility, with a Recreational (R) future land use classification, and zoned Recreation (REC); East: Right-of-way for Congress Avenue, and farther east is a developed property consisting of a self -storage facility, with an Industrial (1) future land use Page 297 of 412 Staff Report — Novus Medical Center (MSPM 15-008) Memorandum No PZ 15-042 Page 2 classification, and zoned Light Industrial (M1); West: Right-of-way for Palmland Drive, and fartherwest is a multifamily development, with a High Density Residential (HDR) future land use classification, and zoned Multi Family (R3); and Site Details: The subject site is vacant and is located on the northwest corner west side of Congress Avenue and North Charter Drive. The property is currently vacant and is directly adjacent to a similar medical use. The two properties share an ingress/ egress easement from a single access point on Congress Avenue. The facilitywill include twenty-one patient rooms, administrative offices, recreational spaces, and site improvements including parking, site lighting and landscaping. BACKGROUND Proposal: Jeffery Lynne, Esq., of Weiner, Lynne & Thompson, P.A., representing Sannlor Properties, LLC, is requesting Major Site Plan Modification approval to construct a one-story, 19,000 square foot inpatient medical facility and related site improvements. According to information provided by the applicant, Novus Medical Center provides cutting-edge medical-detox protocols and holistic supplements. The proposed use is permitted in the C3 zoning district with specific site design, security and buffering requirements. The parcel is currently vacant land between Charter Drive, to the south, and, the developed property of Manor Care, directly to the north, on South Congress Avenue. Previously constructed on the site was, Manor Care, which is a similar use to the one currently being proposed. Since Manor Care was demolished, this property has been approved to construct The Slomin Family Center for Autism; however, it was never built. ANALYSIS Concurrency: Traffic: A traffic statement for the proposed project was sent to the Palm Beach County Traffic Division for concurrency review in order to ensure an adequate level of service. A traffic concurrency approval letter was received from Palm Beach County indicating that 40 AM peak hour trips and 58 PM peak hour trips would be generated as a result of this project and that no permits are to be issued after the build -out date of December 30, 2020. School: School concurrency is not required for this type of project. Utilities: The City's water capacity, as increased through the purchase of up to 5 million gallons of potable water per dayfrom 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, subject to the applicant making a firm reservation of capacity, following site plan approval. Police / Fire: Staff reviewed the site plan and determined that current staffing levels would be Page 298 of 412 Staff Report — Novus Medical Center (MSPM 15-008) Memorandum No PZ 15-042 Page 3 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. Vehicular Access: The site plan (Sheet SP -1) shows that four (4) primary points of ingress/egress are proposed for the new building. Two of the ingress/egress points, located on the north property line, may be accessed via the ingress/ egress easement that the adjoining properties share. The remaining two entries are along the south property and are accessed by North Charter Drive. All of the proposed access points are gated, two have limited access and two are automatically opening gates. Per Exhibit "C"- Conditions of Approval, minor modifications may be required at the gated entry at the westernmost driveway on North Charter Drive. Employee parking is located at the western side of the property, behind the building, while general visitor parking will be at eastern portion of the property, in front of the building. Circulation: Vehicular circulation from each driveway would include two-way circulation that continues throughout the two parking areas. Pedestrian connectivity would be provided on site via a walkway that would extend from the east side of the building, where patients and visitors would be, and connect with the sidewalk along South Congress Avenue. Per Exhibit "C"- Conditions of Approval, walkways will be required in the western parking area in order to safely connect to the entry. Parking: The site plan (Sheet SP -1) proposes a 19,000 square foot inpatient medical facility, which requires 95 parking spaces. The required number of parking spaces is based upon the standard of one (1) parking space per 200 square feet of building. The site plan depicts 97 parking spaces, including five (5) designated for handicap use. 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 landscape plan (Sheet L-100) indicates compliance with the required minimum buffers around the perimeter of the site. A ten foot wide buffer is proposed adjacent to Congress Avenue; and a seven foot wide buffer is proposed along North Charter Drive. Along the west property line, adjacent to the multifamily community, a fifteen foot wide buffer that includes a seven foot six inch high buffer wall proposed. Red Tip Cocoplum is proposed on either side of wall with Southern Live Oaks along the interior of the wall. These canopy trees would be planted at 14 feet in height, in an effort to provide a substantial screen as part of the required buffer. The landscaping scheme provides the aforementioned canopy and palm trees, as well as Royal Poinciana, and Orange Geiger trees. Typical shrubs would also include Green Island Ficus, Dwarf Fire Bush, and Mammy Croton. The pervious area would total 65% of the entire site and consists of landscaped and open space areas. The landscape code requires that 50% or more of the plant material be native species or low to medium water demand varieties. The code also limits the use of sod to larger open spaces for passive or active recreation purposes, as well as swales, water detention and retention areas, in an effort to Page 299 of 412 Staff Report — Novus Medical Center (MSPM 15-008) Memorandum No PZ 15-042 Page 4 reduce water consumption. The applicant has reduced the amount of sodded areas from the original submittal, limiting placement to the recreational area to the west of the building. Per Exhibit "C"- Conditions of approval, some of the smaller sodded areas will need to be revised to other ground cover and shrub materials. Building and Site: The proposed building is designed as a one (1) -story structure with hip roofs at two varying heights to provide architectural character to the structure. The proposed building placement complies with the minimum setbacks of the C3 zoning district. The proposed building would be setback 191.6 feet from the east property line; this setback includes the retention area and parking area set in front of the structure. The building's rear setback, which is closest to the multifamily community, is 221.19 feet; this area includes a recreational area, parking, retention area, and the 15 foot landscape buffer and wall. The floor plan (Sheet SD -1) indicates the proposed building will contain twenty-one patient rooms, administrative and doctor's offices, and recreation spaces. Given the plan to use the building for medical uses that involve overnight treatment, the site design and operational requirements of recently -adopted Ordinance No. 15-002 are applicable. Such requirements include measures for site security including surveillance cameras, limited and controlled access points, operational procedures to restrict unauthorized or unarranged accessing or exiting of the property, and design and screening for privacy of patients. Such requirements are being satisfied through the proposed design and will be confirmed through the final construction and inspection stages of the project. Building Height: The building elevations (Sheet SD -2) indicate the highest point of the structure to be 26 feet and 11 inches in height, with the typical top of roof being 21 feet and four inches, well below the maximum height of 45 feet allowed in the C3 zoning district. Design: The proposed building utilizes many similar design features as the building on the property to the north. According to the Exterior Elevations (Sheet SD -4), the main body paint colors of the building would be a cream with a tan wainscot and trim "Rice Grain" — SW 6155 and "Khaki Shade" — SW 7533 respectively. The accent color of the cornice and trim above would be white. In an effort to emphasize the entry, the base of the columns at the main entrance includes a decorative pattern base. The building will have a hip roof with terracotta tiles and decorative dormer windows. Public Art: The applicant has indicated they have not selected the proposed artwork or artist at this time. The artwork which is to be placed onsite will be the equivalent of 1 % of the proposed development costs. Ultimate review and approval of the artist and artwork would be under the purview of the Arts Commission. Site Lighting: The photometric plan (Sheet ES1.0) proposes a total of twenty-two freestanding lights in the parking lot. The freestanding lights would be concrete pole light fixtures painted black and 15 feet in height. Additional exterior lighting would be building mounted at a height not to exceed 15 feet. Per Chapter 4, Article VII., Section 3.C. of the Land Development Regulations, all proposed lighting shall be shielded to direct light down and away from adjacent properties and rights-of-way. Page 300 of 412 Staff Report — Novus Medical Center (MSPM 15-008) Memorandum No PZ 15-042 Page 5 The height of the pole and wall fixtures was chosen to mitigate any light trespass onto the residential properties over 100 feet away, and in conjunction with the landscape buffer on the west property line, there should be no adverse impacts. Signage: Currently, there is no signage being proposed for the site. RECOMMENDATION The Development Application Review Team (DART) has reviewed this request for Major Site Plan Modification approval and recommends approval contingent upon satisfying all 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\Novus Medical Office - 3005 S. Congress\Staff Report\Staff Report.doc Page 301 of 412 E Exhibit "A" Location Map *-'S' 1:4,514 0.0275 0.055 0.11 mi 0 0.0425 0.0 5 age th .1 41 :zAIH JINI ,,«z©=,: �z,v \ ^°IAI \ _ s:@� amamm, }@ _ _ IN' INV NI -1-11 ` Nd d]gS� 6 ` �� }6 |l oimsnN PE c CONGRESS AVENUE _ .� . SNDISIAIH JINI % IN' INV NIII-1-11 « _ 6 |l ,,«z©=,: Nd d Ainun �z,v M:S3 amamm, � d oimsnN :o :§ I, ` ( : { \\\r\ AVENUE, o�� s3ilaDdoad snnoN and aaaydaad - o Nd7d 3dVOSC]NV I -lVoia3w snnoN Q SN UG 9 D, Q J J�Xeuw ' " 1-0 VCIINOIJ "HDV]] NOINl.09 NI iN�3 IV31C]�N snAON 09 o a U) -w0�0 00 p0 w0 m0 D 000 m0 0 00 - n� 00 Do om oo 00 �0 ___ J __ �` m� �� �� —_ I=mo `kE✓ �o, is L7-1\1 0 �p o� m� o� o� a� _ I � I 4E M 511 Yt m4; ,. - d f14WE, D' t q • S §c� lw r4i1"Yt:aCk?'iq4'y i f+'s-lrsr or - }9 A4 R MI F SNO ME, 1 � 3 � MEN �!; 1"ury�` "4s\4''mk irt47l1P,Y its--� 1q, i k gF 1as( im MENEM �t SI k 'imi EMS I 'Ati4t—{TUNFPa4 � ?� 1 e 5 v; 4 ii'�'i14;-1\4141mY51 I �tix{riitYPrs� "X#� '�—^W� �*xkdY4�ksW��fa f IN S - -ix m ?'m �' t ` YFC ��:t k'sT: a �,.�`it;t�PYk� LLU'••;� n ` � } !�'4� i pm ^ biANl£CGn/R —Al C6YOOs NO., ba 0�3 �."'8^ u2 W 9$ ^ �:xa"Ba"•a•€g€84€g4 Qi88�£81 ``y asr^rasr b a^asEaAm o d - n �aa3�Aw_ aiiii£iPi.eoadd m�1140®01-W-OCI9B n.-' v £ c yoi vv ti aE E` _ - E £ E Ex$ q A_ e Bei Epi `ak Eu �c it_PCu°mrcp QE; L' Ei po qm' iy`$�'� WW� gd aE_ w - ggyy � m $Ntioo �a z=zzdamaa�aaaaa_mm�m���:�� 3`z» omm"3:' pgH gH- p O 0 O 2 gm6aoighn Sa=-N•�.oaa�a 2 � � m aa ea sa �V�O m m s�aaaaa5�a ��y�o 2 Q^ 2 1 V i" oa WO W m o o p W £$mm Np\ h O' h R W c£a4 O O M I „g"• o i uga Z aQ« N ` w N am^a O m r �He �ti po 2 2 gm6aoighn Sa=-N•�.oaa�a 2 � � m aa ea sa �V�O m m s�aaaaa5�a ��y�o 2 Q^ 2 1 V i" oa WO W m o EXHIBIT "C" CONDITIONS OF APPROVAL Project Name: Novus Medical Center File number: MSPM 15-008 Reference: 3d review of plans identified as a Maior Site Plan Modification with a September 28, 2015 Planning and Zoning Department date stamp marking. DEPARTMENTS I INCLUDE I REJECT ENGINEERING / PUBLIC WORKS / FORESTRY / UTILITIES Comments: 1. The queuing for the proposed gate at the westernmost driveway off x of Charter Drive is required to be a minimum of 70 feet in advance of the card reading device. Verify that 70 feet is being provided. 2. The queuing for the proposed gate at the easternmost driveway off x of Charter Drive does not meet the minimum code requirements for stacking of vehicles. As this entrance is designed for use by the general public, and according to the applicant and operational analysis submitted, the intended use does not attract much general public traffic, the entrance design may remain. However, should the use of the building/property change, or the operational characteristics evolve, or if deficiencies are observed by the City Engineer, the design of this entrance operation will be re-examined by staff and the owner/operator may be required to modify the design to meet the City's requirements for vehicle stacking. 3. Provide an employee only signs near the property line at the x westernmost entrance so that no errant vehicles will have to back up. 4. Outside turning radius of 55' shall be provided for sanitation and fire x truck access. 5. Minimum of 14 feet horizontal clearance is required for sanitation/fire x truck at one way driveway exiting the employee area. 6. The existing 6" water main must be abandoned at the main on the x west side of Congress Avenue, not capped as shown. 7. The covered entry to the building is in conflict with the existing x sanitary sewer. Prior to permit issuance a Hold Harmless Agreement must be submitted and approved, 8. Provide calculations to verify whether the existing grease trap x volume is adequate and confirm whether the grease trap is functional and structurally sound. 9. Verify whether the existing water valve box is part of the irrigation x system. Page 309 of 412 Novus Medical Center (MSPM 15-008) 3rd Review Comments Paae 2 of 4 DEPARTMENTS I INCLUDE I REJECT 10. Confirm that there are no conflicts between the proposed light poles x and water and sewer utilities. 11. Provide a minimum outside turning radius of 55 ft. to allow turning x movements for solid waste and fire rescue trucks. Truck routes for fire and solid waste to be determined by individual departments/divisions. 12. In general, palm trees will be the only tree species allowed within x utility easements. Canopy trees may be planted outside of the easement so that roots and branches will not impact those utilities within the easement in the foreseeable future. 13. At time of permit submittal, provide typical pavement section in x accordance with the Engineering Design Handbook and Construction Standards FIRE Comments: Comments have been addressed at DART held on September 22, 2015. POLICE Comments: Comments have been addressed at DART held on September 22, 2015. BUILDING DIVISION Comments: 14. At the DART meeting held on September 22, 2015 the representative x and owners acknowledged the first set of staff comments and were advised that a complete review will be performed at permit application submittal with a full set of plans. 15. At time of permit review, indicate within the site data the correct type x of construction of the/each building as defined in the 5th Edition (2014) FBC, Chapter 6 and the occupancy type of the/each building as defined in the 5th Edition (2014), Chapter 3. 16. Add a labeled symbol to the site plan drawing that identifies the x location of the handicap -accessible parking space/s. The quantity of the spaces shall be consistent with the regulations specified in the 5th Edition (2014) for Accessibility. The accessible parking space/s that serves a use shall be located on the shortest safety accessible route of travel from adjacent parking to an accessible entrance. The 5th Edition (2014) for Accessibility states that buildings with multiple accessible entrances shall have accessible parking spaces dispersed and located closest to the accessible entrance. Page 310 of 412 Novus Medical Center (MSPM 15-008) 3rd Review Comments Paae 3 of 4 DEPARTMENTS I INCLUDE I REJECT PARKS AND RECREATION Comments: None PLANNING AND ZONING Comments: 17. All above ground mechanical equipment such as, but not limited to, x exterior utility boxes, meters, and transformers shall be depicted on all plans and shall be visually screened. Back-flow preventers shall be painted to match the principal structure. Please place a note on plans indicating this requirement and revise plans accordingly. This may require slightly shifting some of the water and fire apparatus further from the sidewalk or to another location on site to accomplish the appropriate screening. 18. The landscape code requires elimination of any small sod areas to x reduce irrigation demand. Please revise the landscape plan to delete use of all small areas of sod, and replace with Waterwise approved groundcover or shrubs as required by the landscape code. 19. At time of permit submittal, provide a tree planting detail to indicate x where caliper inches are measured and label as such. 20. Canopy trees are required within in landscape islands, if using x palms, either Florida Royal or Canary Island Date Palms may be used. If other palm species are used they may be substituted at a 3:1 ratio. 21. At time of permit submittal, provide a shrub planting detail to note x where shrub height and spread are measured and label as such. Note that shrubs are planted 2' on center. 22. At time of permit submittal, provide a palm tree planting detail and x depict the code minimum of 6 feet of clear wood. 23. At time of permit submittal, provide a detail of the existing wall. x 24. Requirements of Zoning Matrix Footnote #101 shall be satisfied x through site design, security and buffering requirements. Such measures shall include surveillance cameras, limited and controlled access points, operational procedures, as well as fencing and buffering for privacy of exterior areas intended for client or patient use. Although fencing is shown, indicate how all other requirements will be satisfied through design and/oroperation see accompanying Page 311 of 412 Novus Medical Center (MSPM 15-008) 3rd Review Comments Paae 4 of 4 DEPARTMENTS I INCLUDE I REJECT Ordinance #15-002.) 25. At time of permit submittal, explain how the architecture style of the proposed building is consistent with the neighboring medical building. x 26. At time of permit submittal, revise site plan to include in tabular: existing use, zoning district, and future lands use classification on adjacent parcels. x COMMUNITY REDEVELOPMENT AGENCY Comments: N/A PLANNING & DEVELOPMENT BOARD CONDITIONS Comments: None CITY COMMISSION CONDITIONS Comments: To be determined. S:\Planning\SHARED\WP\PROJECTS\Novus Medical Office - 3005 S. Congress\Staff Report\ExhibitC-COA.doc Page 312 of 412 DEVELOPMENT ORDER OF THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA PROJECT NAME: Novus Medical Center (MSPM 15-008) APPLICANT: Jeffery Lynne, Esq., of Weiner, Lynne & Thompson, P.A., APPLICANT'S ADDRESS: 10 SE 1St Avenue, Suite C, Delray Beach, FL 33444 DATE OF HEARING RATIFICATION BEFORE CITY COMMISSION: November 17, 2015 APPROVAL SOUGHT: Major Site Plan Modification to construct a one-story, 19,000 square foot inpatient medical facility and related site improvements, located at 3005 South Congress Avenue, and zoned C3 (Community Commercial). LOCATION OF PROPERTY: 3005 South Congress Avenue, on the west side, north of North Charter Drive DRAWING(S): SEE EXHIBIT "B" ATTACHED HERETO. THIS MATTER was presented to the City Commission of the City of Boynton Beach, Florida on the date of hearing stated above. The City Commission having considered the approval sought by the applicant and heard testimony from the applicant, members of city administrative staff and the public finds as follows: 1. Application for the approval sought was made by the Applicant in a manner consistent with the requirements of the City's Land Development Regulations. 2. The Applicant _ HAS HAS NOT established by substantial competent evidence a basis for the approval requested. 3. The conditions for development requested by the Applicant, administrative staff, or suggested by the public and supported by substantial competent evidence are as set forth on Exhibit "C" with notation "Included." 4. The Applicant's request is hereby _ GRANTED subject to the conditions referenced in paragraph 3 above. DENIED 5. This Order shall take effect immediately upon issuance by the City Clerk. 6. All further development on the property shall be made in accordance with the terms and conditions of this order. 7. Other: DATED: City Clerk S:\Planning\SHARED\WP\PROJECTS\Novus Medical Office - 3005 S. Congress\Staff Report\xNovus DO.doc Page 313 of 412 10.A. CITY MANAGER'S REPORT 11/17/2015 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 11/17/2015 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. R15-143 - Approve and adopt the Greenways, Blueways and Trails Master Plan, presented by Stewart Robertson of Kimley-Horn, consultant for the project RFQ No. 023-2730-14/JMA. EXPLANATION OF REQUEST: The general objective of the Greenways, Blueways and Trails Master Plan, an update of the original Greenways Plan that was adopted in concept in 2004, is to provide a comprehensive plan identifying, illustrating, defining and prioritizing the improvement of new and existing greenways and trails and associated amenities. When implemented, the proposed connectivity of facilities will increase and enhance multimodal and non -motorized transportation, tourism, education, recreation, economic development, health, physical fitness, and environmental conservation throughout the defined areas. The plan will also address the diversity of users by incorporating quality of life, property value, and safety issues relating to the development of on and off street facilities. The interconnected system of greenways, bikeways and blueways will facilitate access to major destinations and points of interest, as well as connectivity on both a local and regional level. This plan will ensure implementation of these functions through complete streets foundations, which seek to provide a comfortable transportation system for all transportation modes and users of all ages and abilities. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? The Boynton Beach Greenways, Blueways, and Trails Master Plan will assist city staff to identify and prioritize the improvement of new and existing greenways, trails, and associated amenities. It will include recommendations for design guidelines, mapping, parking, and potential funding and provide detailed actions that outlines strategies and work plans for accomplishing public land acquisition, public and private land management, recreation, education and interpretation, information management and program funding. It will also address the diversity of users by incorporating quality of life, property value, and safety issues relating to the development of on and off road facilities. FISCAL IMPACT. To be determined on a project -by -project basis through the strategic planning, budgeting, CIP and grant acquisition processes. ALTERNATIVES: Not approve and adopt the plan. STRATEGIC PLAN: Positive and Exciting Boynton Beach Image: "Curb appeal" to Reputation STRATEGIC PLAN APPLICATION: Within the 2015-2016 Strategic Plan: Action Item 5.2 - Greeways, Blueways and Trails Master Plan. CLIMATE ACTION: Yes Page 314 of 412 CLIMATE ACTION DISCUSSION: Climate Action Plan: Implementation Item 4.4.1 — Establish an integrated network of non -motorized transportation corridors connecting parks, linear parks, greenways, canals and waterways to increase the non -motorized transportation network. Is this a grant? No Grant Amount: ATTACHMENTS: Type REVIEWERS: Department Assistant City Manager Finance Legal City Manager Description Resolution approving and adopting Greenways Blueways and Trails Master Plan Greenways, Blueways & Trails Master Plan Final Draft Reviewer Action Lejeune, Carisse Approved Howard, Tim Approved Swanson, Lynn Approved LaVerriere, Lori Approved Date 11/9/2015 - 4:49 PIVD 11/10/2015 - 3:05 AIV 11/12/2015 - 9:51 AKA 11/13/2015 - 3:33 AIV Page 315 of 412 1 RESOLUTION R15- 2 3 A RESOLUTION OF THE CITY OF BOYNTON BEACH, 4 FLORIDA, APPROVING AND ADOPTING THE 5 GREENWAYS, BLUEWAYS AND TRAILS MASTER PLAN 6 AND PROVIDING AN EFFECTIVE DATE. 7 0 9 WHEREAS, the Greenways Plan was adopted in concept in 2004 has now been 10 updated by the Greenways, Blueways and Trails Master Plan, which general objective is to 11 provide a comprehensive plan identifying, illustrating, defining and prioritizing the 12 improvement of new and existing greenways and trails and associated amenities; and 13 WHEREAS, the proposed connectivity of facilities will increase and enhance 14 multimodal and non -motorized transportation, tourism, education, recreation, economic 15 development, health, physical fitness and environmental conservation throughout the defined 16 areas; and 17 WHEREAS, the plan will also address the diversity of users by incorporating quality 18 of life, property value and safety issues relating to the development of on and off street 19 facilities; and 20 WHEREAS, upon the recommendation of staff, the City Commission deems it to be 21 in the best interests of the citizens and residents of the City of Boynton Beach to approve and 22 adopt the Greenways, Blueways and Trails Master Plan. 23 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 24 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 25 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 26 being true and correct and are hereby made a specific part of this Resolution upon adoption. C:AProgram Files (X86)ANeevia.Com\DocconverterproATemp\NVDC\A3D28345-CCFD-4302-A4AD-2D4019285E84\Boynton Beach. 2197.1.Greenways_Blue_Ways_Trailways_Master Plan_-_Reso.Doc Page 316 of 412 27 Section 2. The City Commission does hereby approve and adopt the Greenways, 28 Blueways and Trails Master Plan, a copy of which is attached hereto as Exhibit "A". 29 Section 3. This Resolution will become effective immediately upon passage. 30 PASSED AND ADOPTED this day of , 2015. 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 ATTEST: 50 51 52 53 Janet M. Prainito, MMC 54 City Clerk 55 56 57 58 (Corporate Seal) 59 60 61 CITY OF BOYNTON BEACH, FLORIDA Mayor — Jerry Taylor Vice Mayor — Joe Casello YES NO Commissioner — David T. Merker Commissioner — Mack McCray Commissioner — Michael M. Fitzpatrick VOTE C:AProgram Files (X86)ANeevia.Com\DocconverterproATemp\NVDC\A3D28345-CCFD-4302-A4AD-2D4019285E84\Boynton Beach. 2197.1.Greenways_Blue_Ways_Trailways_Master Plan_-_Reso.Doc Page 317 of 412 aTJWIi[1 Boynton Beach Greenways, Blueways, and Trails Plan Prepared for: City of Boynton Beach Prepared by: Kimley-Horn and Associates, Inc Klmley)))Horn @Kimley-Horn and Associates, Inc. 2015 043176015 The preparation of this report has been financed in part by the U.S. Department of Transportation (USDOT), through Federal Highway Administration (FHWA) and/or the Federal Transit Administration (FTA), the State Planning and Research Program (Section 505 of Title 23, U.S. Code) and Palm Beach County, Florida. The contents of this report do not necessarily reflect the official views or policy of the U.S. Department of Transportation. Page 319 of 412 �� / / Boynton Beach Greenways, L� al�Trails ��[kan I rel; Introduction............................................................................................................................................. 1 Complete Streets --------------------------------------------2 Mobility................................... ---------------------------------.......... 2 Sefetv-------------------------------------------------�2 MuUUfnoda|isrn.............. -----------------------------------............. 2 Uwabi|itv------------------------------------------------�3 PlanGoal and Objectives ....................................................................................................................... 4 LiteratureReview .................................................................................................................................... 5 Greenway and Bikeway Master Plan .............. ----------------------------�5 Florida Greenways and Trails System Plan 2O13 -2O17 ............................................... ----........... 8 ClimateAction Plan ............................................................................................................................... 8 Crime Prevention Through Environmental Design /[}PTE[)L---------------------7 Master Comprehensive Bicycle Transportation Plan ............................................................................ 8 Florida Department ofTransportation Work Program ........................................................................... 8 Palm Beach County MPO Transportation Improvement Program (T|P) ..---------------. 9 Palm Beach County MPO 2O4OLong Range Transportation Plan /LRTP\......................................... 1O Complete Streets /US[)[/TL-------------------------------------1O Directions 2040: Categorical Funding Program ---------------------------11 Palm Beach County Transit Development Plan 2OO8-2O18................................................................ 2 Transportation Mobility Analysis ........................................................................................................ 13 GISData Map Series .......................................................................................................................... 17 FieldObservations .............................................................................................................................. 22 PublicEngagement ............................................................................................................................... 23 PublicWorkshop ................................................................................................................................. 23 ParksAdvisory Board .......................................................................................................................... 24 Interagency Coordination .................................................................................................................... 25 Network Identification and Supplemental Infrastructure .................................................................. 26 ProposedNetwork Plan ....................................................................................................................... 28 BikeLanes ........................................................................................................................................... 28 NeighborhoodGreenways ................................................................................................................... 3O SharedLanes ...................................................................................................................................... 33 ii Page 320 of 412y �� / / Boynton Beach Greenways, L� al�Trails ��[kan I rel; Shared Use Path -------------------------------------------34 SafeCrossings ........ --------------------------............................................ 35 Primary Trail Facilities ................. --------------------------....................... 37 DesignGuidelines ................................................................................................................................. 38 ImplementationPlan ............................................................................................................................. 42 Priority One Scenario ........ -------------.......................................................................... 42 BikeLanes ---------------.......................................................................................... 42 Priority Two Scenario ........ ---------------................................................................... 42 Shared -Use Path .... ----------------....................................................................... 43 Priority Three Scenario ........... ----------------........................................................... 43 Neighborhood Greenways ....... -----------------................................................... 43 iii Page 321 of 412y �� / / Boynton Beach Greenways, L� al�Trails ��[kan I rel; List of Figures Figure 1. StnavaCvdiet Data --------------------------------------15 Figure 2. Stnava Runner Data ................................................................................................................. 18 Figure 3. Community Features ............................................................................................................... 18 Figure 4.Existing and Planning Facilities ............................................................................................... 19 Figure 5.Bicycles Crashes C2O1O-2O14L-------------------------------'2O Figure 6. Pedestrian Crashes C2O1O-2O14L------------------------------.21 Figure8. Proposed Network ................................................................................................................... 27 Figure 9.Neighborhood Trail Design Guideline ...................................................................................... 39 Figure 10. Shared Use Path Design Guideline ....................................................................................... 4O Figure 11.Trail Adjacent toCanal Design Guidelines ............................................................................ 41 mal�izlmal7lo, =I, Table 3. Boynton Beach Bicycle and Pedestrian Facility Recommendation Summary .......................... 26 Table 5. Boynton Beach Greenways, Blueways, and Trails Plan: Cost Estimate ................................... 45 Table 6. Boynton Beach Greenways, Blueways, and Trails Plan: Cost Estimate (Per Roadway) .......... 46 List of Appendices Appendix A: Public Workshop IV Page 322 of 412y �� / Boynton Beach Greenways, L� and Trails ��/kan Introduction ��uc���~ on The City ofBoynton Beach understands the significance of providingtransportation connections between residential areas and recreational facilities, shopping centers, employment centers, destination locations, historical and cultural points of interest, natural areas, transportation centers, and other regional or local greenvvayand trail facilities. The enrichment ofquality life for residents and visitors alike will be created by network of greenways linking open space, natural areas, parks, schools, and other community resources that connect to the statewide greenvvay system. The focus of this Plan is to identify, illustrate, and prioritize the improvements for the City of Boynton Beach to achieve the following outcomes: • Increase and enhance multi-modalism (choice between different modes depending on the trip) • Improve non -motorized transportation safety • Connect people with natural areas • Increase recreation and conservation opportunities The City desires to implement these functions through complete streets foundations, which seek to provide a comfortable transportation system for all transportation modes and users of all ages and abilities. Aoornp|ete street may include sidewalks, bike lanes (or wide paved shoulders), special bus lanes, comfortable and accessible public transportation stops, frequent and safe crossing opportunities, median islands, accessible pedestrian signals, curb extensions, narrower travel lanes, roundabouts, and more. An essential component of this effort is to formulate and approve this Plan, which identifies an interconnected network ofnon-motorized mobility and forms acomplete streets foundation. The Boynton Beach Greenways, B|uevvays,and Trails Plan is acommunity-based transportation plan that provides for convenient and efficient use of motorized and non -motorized transportation facilities resulting in short - and long-term strategies for implementation of the resultant plan. 1 Page 323 of 412y �� / / Boynton Beach Greenways, L� al�Trails ��[kan I rel; have the potential for an extraordinary cumulative impact if the power of rnuUU-rnoda|isrn can be Umk/ harnessed. Complete streets provide facilities for people toaccess public transportation. Elevating the pedestrian and bicycle to prominence within the traveled way provides facilities for people toaccess public transportation to extend their trip beyond the typical range for walking and bicycling. After Complete street principles along with transit service enhancements were implemented on the San Pablo Avenue Corridor in Alameda County, California, the corridor experienced a 17 percent mode shift to public transportation as measured by on -board transit surveys (Source: The Sen fzebkz Rapid BRT Project Evaluation, Federal Transit Administration, June 2OO8,FTA-FL-28-7O22-2OO8.1.\. �on7��be ������ ewha/�� b\� non7n7u/�K� �/ab��/andncx,bibube �o bro�d�on�/�c���/gma/�Not only do [}ornp|eha streets serve to increase mobility and safety for non -motorized transportation users, Complete streets also have been shown to increase property values, contribute tothe health and well- being ofthe citizenry, provide environmental benefits such asreduced emissions, and create a sense of place for the community. 3 Page 325 of 412y Boynton Beach Greenways, Blueways, and Trails Plan Plan Goal and Objectives The primary goal of the Boynton Beach Greenways, Blueways, and Trails Plan is to increase and i MINIMUM i 1! i iiiiii ill !1 1 1 1 1 ill I l I I I - - development, health, physical fitness, and environmental conservation. The development of this plan will incorporate public input and participation. I i I i i F i I i I i I i I I i I i ii i i ii I I i I ii F ■ Identify and prioritize the improvement of new and existing greenways, trails, and associated amenities. 2.cquisition, public and private land management, recreation, education and interpretation, ■ Address the diversity of users by incorporating quality of life, property value, and safety issues relating to the development of on and off road facilities. 4 Page 326 of 412 �� / Boynton Beach Greenways, L� and Trails ��/kan Literature �mu�m^~ m����ew An important element of a successful rnu|drnoda| mobility plan is to understand prior initiatives that can provide information about the context within which this plan was formed and provide information about projects that can be used as a starting point for enhancing rnu|drnoda| mobility. Recommendations and projects identified in prior studies that may affect the outcome of this plan have been identified. The hd|ovvng data sources, studies, and plans were reviewed as part of this effort. A brief summary of the review of each item is included. • Greenway and Bikeway Master Plan • Florida Greenways and Trails System Plan 2O13 -2O17 • Climate Action Plan • Crime Prevention Through Environmental Design /[}PTE[)\ • Master Comprehensive Bicycle Transportation Plan • Florida Department ofTransportation Work Program • Palm Beach County Metropolitan Planning Organization /MP{}\ Transportation Improvement Program /T|P\ • Palm Beach County MPO 2O4OLong Range Transportation Plan /LRTP\ • Complete Streets /US[){}T\ • Directions 2040: Categorical Funding Program • Palm Beach County Transit Development Plan 2OO8-2O18 Greenway and Bikeway Master Plan The City ofBoynton Beach developed, but did not adopt a draft Greenway and Bikeway Master Plan in 2004. The draft plan identifies several key parcels of land that is available to the City for use in a greenways and trails system. In addition, the draft plan identifies major parcels that have some environmental values that might be acquired, preserved and incorporated with existing environmental areas, schools and parks to create a functioning greenvvay system. The draft plan includes standards and guidelines for several classes ofbikeways, aswell as standards for greenways andb|uevvays. 5 Page 327 of 412y IBoynton Beach Greenways, Blueways, and Trails Plan Florida Greenways and Trails System Plan 2013-2017 The Florida Greenways and Trails System (FGTS) Plan establishes priorities and defines the role of the FGTS in advancing Florida's economy, tourism, health, alternative transportation, recreation, conservation, and quality of life. Florida was recognized in 2008 as the first-ever Best Trails State in America for its work in facilitating an outstanding statewide system of trails. The FGTS is made up of existing, planned and conceptual trails, and ecological greenways that form a connected, integrated statewide network. Below are a list of projects that are of interest to this Plan. • Flagler Trail ® SRAlASidepath (Palm Beach County) Climate Action Plan The City of Boynton Beach's Climate Action Plan (CAP) summarizes the implementation plan to achieve reduced greenhouse gas (GHG) emissions and energy consumption in the future. The CAP is a key component in securing funds 1111"ill " 11111 iiii1i i iiiiiiii� ilill;l Iiill EM3=4 LAI" , " M'11�1111 The CAP addresses the need to change direction with respect to City operations Q � and policies, alternative energies and fuels, mass and individual transportation strategies, land use and development, landscaping, irrigation and community engagement and education. These efforts will TOM!, I I ! I ii F � I I IN I I ii I I �i I I i I I I!! rll�! I' I I! � I � I I � I I 11111,1-8111 1111 1 1111 IN 1 .1 1 11111 - 11 Researching successful programs implemented by other communities and providino, recommendations for ways to improve the environmental sustainability of city programs, services, MVMHMMHE�� =41111MUST0111101 "NOMMOM 0 Creating incentives for residents, businesses, developers, and organizations to practice environmental conservation and sustainable building. Incorporate green building standards into the City's Land Development Regulations. 6 Page 328 of 412 Boynton Beach Greenways, Blueways, and Trails Plan 14* ��, I rel; ■ Create incentives for sustainable affordable housing developments which would also provide a 7RO711111107154TOT Mis"UNW. "NOUNTSIMMOM Crime Prevention Through Environmental Design (CPTED) Crime Prevention Through Environmental Design (CPTED) includes strategies implemented to directly modify the environment to take advantage of pre-existing environmental assets or change the design features and conditions of particular targets or areas in an effort to reduce crime. CPTED strategies address quality of life issues by attempting to deter criminal activity. Several key components of CPTED are often engineered to impact crime and positively affect public perceptions of safety including: MMUMEMM * Territoriality communicates a sense of active "ownership" of an area that can discourago 1pl!jlj;�ll consequences. The use of see-through screening, low fencing gates, signage, different pavement textures, or other landscaping elements that visually show the transition between areas intended for different uses are examples of the principle of territoriality. i I i I i F! I I I i I I i •ii I i I i i i i ill i I •I I I �� 1 11 1 1 �!; • - pedestrian users in a given area. Passive examples are design elements that make an TO IMP I, I llii �ll lli I! Will � l I i l 11 1 •III I - , •- . appropriate users, such as picnics, concerts, or sports events. ■ Access Control Access control is a concept directed primarily at decreasing criminal accessibility, especially into areas where a person with criminal purpose would not easily be seen by MIM841 which all users of a property must enter, or the appropriate use of signage, door and window locks, or fencing to discourage unwanted access into private space or into dark M Surveillance Surveillance is achieved through design and maintenance that allow people engaged in their normal activity to easily observe the space around them. Examples of surveillance 7 Page 329 of 412 Boynton Beach Greenways, Blueways, and Trails Plan 14* �01 I rel; MIN 20wsr*��F I I I III I I MIMIC MORONI III III I ISOMERISM Z !'III INE! 1 111111,11,1111 1111111 11,111 111 111 1 11 1 111 1 1111 1 111 111 1 1 1111111 111 1 Weerersylly ". I M, "The proper design and effective use of the built environment can lead to a reduction in the fear of crime and incidence of crime, and to an improvement in quality of life." Master Comprehensive Bicycle Transportation Plan The purpose of the Master Comprehensive Bicycle Transportation Plan is 111ovide a foundation on which future decisions regarding bicycle transportation will be based. The plan includes both long and short range strategies and actions that will most efficiently integrate bicycling into the overall multi -modal transportation system. The on is that in 2035, Palm Beach County will be a place where bicycling is experienced as a safe and convenient transportation option, and an attractive form of recreation for residents and visitors alike. Reaching this vision will help Palm Beach County remain a 13= The Florida Department of Transportation (FDOT) prepares an annual work program for projects to be completed within the next five years. Palm Beach County falls within the jurisdiction of FDOT District Four. The FDOT 2015-2020 work program was reviewed to determine what projects are expected to be completed within the next five years. According to Florida Statute 335.065, bicycle and pedestrian ways shall be established in conjunction with the construction, reconstruction, or other change of any state transportation facility. The following projects are programmed by FDOT that are of interest to this Plan. 8 Page 330 of 412 Boynton Beach Greenways, Blueways, and Trails Plan 4rel; Table 1. FDOT 7rojects within the Boynton Beach Study Area 231932-1 1-95/SR 9 Gateway Boulevard Interchange 2015 Interchange Improvement 231932-2 1-95/SR 9 Woolbright Boulevard Interchange 2015 (Interim Interchange) Improvement 435804-1 1-95/SR 9 Boynton Beach PD/EMO 2015 Boulevard/SR 804 Study 436304-1 1-95/SR 9 Southbound Gateway Boulevard Resurfacing 2016 Ramps 437165-1 SIR 804/Boynton Beach Winchester Park Boulevard Traffic Signal 2016 Boulevard Update 427516-1 1-95/SR 9 L30 North of Gateway Resurfacing 2018 Canal Boulevard Palm Beach County MPO Transportation Improvement Program (TIP) The Palm Beach County Metropolitan Planning Organization (MPO)WN prepares the annual Transportation Improvement Program (TIP) consistent I INNER Transportation impr©v-nt P ...... with federal guidelines. At the time of this Plan the FY 2014-15 to FY 2018- FY 2095-2019 19 TIP was in effect and had been approved by the Palm Beach Governing Ad pt dl .3o1a Board on June 19, 2014. The TIP specifies proposed transportation `" improvements to be implemented in Palm Beach County over the coming five years. The only projects within the study area that were found in the TIP were FDOT projects identified in the previous section under FDOT Work Program. 9 Page 331 of 412 �� / / Boynton Beach Greenways, L� al�Trails ��[kan I rel; Palm Beach County MPO 2040 Long Range Transportation Plan (LRTP) The Palm Beach MPO updates their Long Range Transportation Plan (LRTP) every five years per federal legislation requirements. The LRTP outlines expenditures for surface transportation programs including highways, transit, safety, research and freight. The current LRTP is for long term planning horizon 2040. The 2040 LRTP was adopted by the MPO Governing Board in October 2014. The plan addresses several transportation improvements, including mobility, safety, security, economic vitality, environmental, connectivity, and system preservation. Palm Beach MPO provides a000peradve, comprehensive, and continuing (3-C) transportation planning process that encompasses all modes and covers both the short-term and long-range transportation planning efforts. Non -motorized projects are planned using the Transportation Alternatives /TALU\ Funds, which are federal funds available to the MPO to accomplish non -motorized infrastructure and safe routes toschool projects. The TALU funds allocated to the MP{} are around $35.3 million dollars. Complete Streets (USDOT) In March 2010, the Secretary of the United States Department of Transportation /USDOT\ announced the end of favoring motorized transportation at the expense of non -motorized transportation. To accomplish this objective, the US[)[/T is directing state [){}Ts, MP{}s, and local jurisdictions to do the • Treat walking and bicycling asequals with other transportation modes • {5obeyond minimum standards within acontext sensitive solution • Collect data onwalking and bicycling trips • Improve non -motorized facilities during maintenance projects Complete streets are designed and implemented to enable safe access for all users so that pedestrians, bicyclists, transit passengers, and motorists of all ages and abilities are not discriminated against in the design of the transportation network. Complete streets are defined by the National Complete Streets Coalition (NCSC), a national non-profit partnership, as safe, comfortable and convenient for travel by everyone, regardless of age or ability — motorists, iDedestrians, bicyclists, and il tranwortation riders. Ili Mill I Will !Ili I I Mil! 1111 1 Mill I I 10 Page 332 of 412y �� / / Boynton Beach Greenways, L� al�Trails ��[kan I rel; has evolved to its current form where it states that both bicycle and pedestrians shall be given full consideration in the planning and development of transportation facilities, with special emphasis on Directions 2040.- Categorical Funding Program The Palm Beach ITIPO is tasked with identifying transportation projects most important to communities so Palm Beach can allocate state and federal dollars toward the implementation. The City of Delray Beach submitted applications that are consistent with goals stated by the MPO. Those goals are • Integrate and prioritizeall modes oftransportation • Provide adequate highway capacity • Support local land use plans and development approvals • Preserve and enhance the human and natural environment • Improve the safety and security of transportation systems Applications for the following corridors to providecontinuous bicycle lanes and sidewalks were submitted to the MPO by the City of Delray Beach: 11111''i 0111 Me Me Boulevard to Atlantic Avenue. It is approximately one M\ mile in length and primarily within the boundaries of the Delray Beach Golf Club. The vision is a north -south automobile -free thoroughfare comprised of landscaped and water -bordered bike and walking paths. 11 Page 333 of 412y IBoynton Beach Greenways, Blueways, and Trails Plan Palm each County Transit Development Plan 2006-2016 transit service and how it is performing to the development of the plan was evaluated to improve the service to meet the changing mobility needs. The existing public transportation service consists of Palm Tran and Tri -Rail. Palm NOW M-07WHIffri-SErJUH2701 • Route No. 1 • Route No. 2 • Route No. 3 • Route No. 70 • Route No. 71 • Route No. 73 The Tri -Rail operates commuter rail services in Miami -Dade, Broward, and Palm Beach County. There are six (6) rail stations within Palm Beach County which include one (1) rail station in the City of Boynton Beach. PON!!•1! 1111 1 111111 IMIlill P li 11111 Ii I I I I I ii I I III I I I ii I I ii I I I I I I I I I I Ili I F! I! I I S• I Ii I I I I I lIF1i7HFW_rV1= 12 Page 334 of 412 City of Boynton Palm Beach State of Florida Beach I County Description I Number I Percent I Number I Percent I Number I Percent United States ........................................................................................................................ Number Percent �� / / Boynton Beach Greenways, L� al�Trails ��[kan I rel; A review of data available through Strava.com was also conducted as a tool to study bicyclist and runner trip patterns. Strava is a smartphone-based application that uses GPS location to track data about bike rides and runs taken bvits members. The data available through Stnava provideanoverview ofpopular routes for cyclists and runners. Srnartphone-based applications such as Etnawa are largely used by experienced on -road bicyclists and runners for recreational activity. Figure 1 identifies Miner Road, Gateway Boulevard, {}|d Boynton Beach Road, Boynton Beach Boulevard, VVoo|bhght Road, and SVV23,dAvenue as primary east/west routes used bvStnawa`s cyclist users. Congress Avenue, Lawrence Road, and SR AlA/Ocean Boulevard as primary north/south routes. Local routes can also be seen with the Stnava`s cyclist user data, such as Swinton Avenue, Ocean Avenue, Meadows Boulevard, and Renaissance Commons Boulevard. Figure 2 identifies Quantum Boulevard and the primary east/west routes identified in Figure 1 as primary runner routes. US 1/Federal Highway, Seacrest Boulevard, and the primary north/south routes identified in Figure 1 were also identified as primary runner routes. Local routes can also be seen with the Strava -rem 1537F.. wo I When evaluating the trip patterns and popular routes found in Figures 1 and 2, it is important to keep in mind that these data are only a tool used to evaluate data from the population of Strava users, who are likely more experienced bicyclists and pedestrians than the general population as avvho|e. Nevertheless, the data provide support for the need for bicycle and pedestrian facilities on many of the majoroorridona in the City. 14 Page 336 of 412y IBoynton Beach cc , Blueways, and Trails Plan W x a auJ[ �prl 201115 AlNEE Y tri t` NE, 11,01 AvoJ L. ; ai^3AVO y i 4 �s a j • E 15 Page 337 of 412 IBoynton Beach Greenways, Blueways, and Trails Plan 16 Page 338 of 412 "'110 R11, 5FtIS E, 15 231h A NL NF 1611, Avr- I. N'O Ave 911, Ave �V w scoumt Beg Y 0, aYN 131i, A, v" ,6t "N9 M Ave Vi 16 Page 338 of 412 �� / Boynton Beach Greenways, L� and Trails ��/kan GIS Data Map Series Using geographic information systems (GIS), a map series was prepared to illustrate existing transportation mobility conditions and community features in Boynton Beach. This information helped • Figure 4. Existing and Planning Facilities • Figure 5. Bicycle Crashes (2010-2014) • Figure 6. Pedestrian Crashes (2010-2014) 17 Page 339 of 412y BOYNTON BEACH GREENWAYS, BLUEWAYS, AND TRAILS PLAN FIGURE 3: COMMUNITY FEATURES a 1 r s sw� R Legend .,4tt j l �, Schools Canoe & Kayak Launch E;f i Conrad Pickel/Stained Glass Trail caioo9aPa.k j i sioN��i� t ©® Hospital ® The Avenue of Art Promenade GU.. Historical Cemeteries City Parks t ' 4 �f Scrub Area ` _ 4 f i Preserve �Tri-Rail Station Tri -Rail FEC Railway Water Bodies I`rw Boynton Beach City Limits Ji 1 � Adjacent Municipalities "@ @@ N 1913 e MUSEUM NE 2 BOYNTON BEACH GREENWAYS, BLUEWAYS, AND TRAILS PLAN FIGURE 4: EXISTING FACILITIES fa BOYNTON BEACH GREENWAYS, BLIJEWAYS, AND TRAILS PLAN FIGURE 5: BICYCLE CRASHES (2010-2014) Legend Bicycle Crashes Tri -Rail Station Schools Tri -Rail Hospital FEC Railway City Parks Water Bodies 141 41 41v Scrub Area Boynton Beach City Limits Preserve Adjacent Municipalities anP n n r 1 Mil BOYNTON BEACH GREENWAYS, BLIJEWAYS, AND TRAILS PLAN FIGURE 6: PEDESTRIAN CRASHES (2010-2014) Legend • Pedestrian Crashes Tri-Rail Station Fatal Pedestrian Crashes Tri -Rail Hospital FEC Railway � Schools Water Bodies City Parks Boynton Beach City Limits v4w4w Scrub Area Adjacent Municipalities Preserve Mil �� / / Boynton Beach Greenways, L� al�Trails ��[kan I rel; among City officials and stakeholders, the master plan team facilitated an online public survey in addition tothe following. • MPDBGPAC Meeting • One -on -One Meetings with Elected Officials • Interagency Coordination • City Commission Meetings • Public Workshop Public Workshop III Vte U91 and guiding principles for the project. A briefing of the existing City streets and their characteristics was given prior to the workshop. A as data collection and analysis was presented. The workshop format was structured for individuals to come at their leisure, work Ew;:RE maps and aerials. The findings of the workshop helped frame the project reoornrnendetions and sx»mxn and comment card used during the proposed network plan map. Public Workshop �,mmleyMor" 23 Page 345 of 412y Boynton Beach Greenways, Blueways, and Trails Plan 4* I rel; Interagency Coordination The master plan team coordinated and scheduled an interagency coordination committee. The 1110, J be ongoing through other agencies or in neighboring jurisdictions and to enhance opportunities for implementation. The agencies that participated in the Interagency Coordination Committee include: • City of Boynton Beach • Palm Beach Metropolitan Planning Organization (MPO) • Palm Beach County Parks and Recreation • Florida Department of Transportation (FDOT) • South Florida Water Management District (SFWMD) • Treasure Coast Regional Planning Council • City of Delray Beach • Town of Lantana • Florida Paddling Trails Association • Advocacy (members of the general public representing Mobility and Paddling groups) 25 Page 347 of 412 �� / / Boynton Beach Greenways, L� al�Trails ��[kan 14* 01 I rel; 1111M 1111111 iiiiiiiijiiiiiiiii ir Bicycle and pedestrian connectivity should be provided throughout the City of Boynton Beach. Most streets already have basic sidewalks that provide pedestrian circulation. Based on the transportation mobility analysis that was conducted for this Plan, and coupled with an understanding of the objectives established, an analysis of the City's transportation network was conducted. Proposed Network Plan The analysis resulted in the creation of Proposed Network Plan, shown in Figure 7. The Proposed Network Plan builds upon the opportunities established from the previous Greenway and Bikeway Master Plan. The proposed network Plan identifies the types of facilities recommended for the City's street network, such asbike lanes, shared use paths, neighborhood greenways, crosswalks, campsites, and canoe and kayak launches. The development of the plan included several forms of public engagement, interagency coordination, technical analysis, use of complete streets design elements, and adherence to the goals and objective. In addition, the proposed network Plan serves the City's mobility needs for all ages and abilities. 26 Page 348 of 412y BOYNTON BEACH GREENWAYS, BLUEWAYS, AND TRAILS PLAN .1&o�ID FIGURE 7: PROPOSED NETWORK Kimley>>)CiCr� Page 349 od 412 0.5 1Miles �� / / Boynton Beach Greenways, L� al�Trails ��[kan I rel; Bike Lanes Bike lanes provide an exclusive space for bicyclists on the roadway curface. Identified through the use of edge lines and pavement toreflect the general traffic principleofslower traffic keeping toUle M4 - INIMMARM-M F. MEW reduction (includes narrowing of travel lanes, removing travel lanes, and/or reconfiguring parking III I 1111 11111! 1111 pill III illil ll� !1 11 11111 Jill I Ili illillill! Mill !I 1! 11!111111111111 11 q I g 11111 11111 111,1111111113111111 11 i I Jill ill 28 Page 350 of 412y IBoynton Beach cc , Blueways, and Trails A • Buffer bekween bicycle lane and general purpose lane. Normal width solid single While lane line Dotted line optional : - UNUM M0 , - t : While chevron markins it butter space is 4 te+ev or wider Driveway or Minor Commercial Entrance Consider ending butter r groacha to intersectunn side strut or major commercial driveway The following bike lane projects are recommended as a part of Boynton Beach Greenways, Blueways, and Trails Plan. Depending on the available travel right-of-way, improvements on some facilities may require lane width narrowing or lane reduction to accommodate the addition of the bicycle facility. These facilities are geared more towards bicycle commuters travelling within Boynton Beach. Bike lane projects that are listed in bold are considered the Qrumar\,,/ corridors of the initial implementation scenarios that will serve as the backbone for Boynton Beach Greenways, Blueways, and Trails Plan. • Congress Avenue from City of Boynton Beach Limits to Hypoluxo Road • Gateway Boulevard from Lawrence Road to NE 1st Lane • Seacrest Boulevardr i of Boyntoneach Limits to Hypoluxo Road • Quantum Boulevard from Congress Avenue to Gateway Boulevard • Boynton Beach Boulevard from City of Boynton Beach Western Limits to City of Boynton Beach • Gulfstream Boulevard from Railroad to Federal Highway • Commerce Park Drive from High Ridge Road to Boynton Beach Station • SW 23rd Avenue from SW 10th Street to Railroad • Old Boynton Road from Lawrence Road to Winchester Park Boulevard • Old Dixie Highway from Gulfstream Road to Sunset Road • SW 26th Street from Golf Road to Woolbright Road • Woolbrlght Road from City of Boynton Beach Western Limits to Ocean Boulevard • Gulfstream Boulevard from Seacrest Boulevard to Old Dixie Highway 29 Page 351 of 412 �� / / Boynton Beach Greenways, L� al�Trails ��[kan 14* �, I rel; o At major street crossings, neighborhood greenways may need additional crossing measures f bicyclists such as bicycle -sensitive loop detectors (at signalized intersections), actuated flashing beacons (at unsignalized -TA-raT M11 11M R100"im- elm MOMBEIMMM 0 Traffic calming measures such as neighborhood traffic circles, speed 0 Green background should be added to the "sharrow" pavement markings to improve visibility and create a network of "green bike routes" within the Beach Greenways, Blueways, and Trails Plan. These facilities are primarily intended for bicyclists and pedestrians residing and traveling within Boynton Beach. Users of this neighborhood greenway network will usually make shorter trips to/from recreation activities, schools, and shopping. Neighborhood greenways that are listed in bold are considered the primarycorridors that will serve as the backbone for Boynton Beach Greenways, Blueways, and Trails Plan. • NW7 th Street from Boynton Beach Boulevard to Pioneer Canal Park • Industrial Avenue from Boynton Beach Boulevard to Industrial Avenue (loop) • Diane Drive/Mission Hill Road from Lake Drive Ext to Seacrest Boulevard • SE 1st Avenue/SE 2nd Street from Seacrest Boulevard to SE 23,d Avenue 31 Page 353 of 412y Boynton Beach Greenways, Blueways, and Trails Plan 4rel; • SW 2511 Avenue from Mission Hill Road to SW 23rd Avenue • SE 24th Avenue from Seacrest Boulevard to SE 2nd Street • SW 14th Avenue/SW 3rd Street from Seacrest Boulevard to Seacrest Boulevard (loop) • SE 2nd Avenue from Seacrest Boulevard to SE 3rd Street • SE 3rd Street from SE 2nd Avenue to Ocean Avenue • SE 1st Avenue from SE 3rd Street to Ocean Avenue • NE 1st Street to SE 2nd Avenue to Ocean Avenue • Ocean Drive from o r venue to Railroad • Casa Loma Boulevard/ t" Street from cean Avenue to Intracoastal Waterway • Marina Way from Casa Loma Boulevard to Boynton Beach Boulevard • Galaxy Way from Eco -Trail to Boynton Beach Boulevard • NW 3rd Street/NW 1st Street from Martin Luther King Jr Boulevard to Seacrest Boulevard • NW 12th Avenue to NW 5th Street to NW 4th Street • Renaissance Commons Boulevard from Old Boynton Road to Stanley Weaver Canal • Old Dixie Highway from Sunset Road to Federal Highway • Swinton venue from i of Boyntoneach Limits to Mission Hill Road • SW 3rd Street to SE 23rd Avenue to Woolbright Road • NW 1st Avenue to NW 2nd Street to SW 4th Street • NE 4th Avenue from NW 4th Street to NW 2nd Street • NW 2nd Street from Woolbright Road to NW 8th Avenue • S 4th Street from SE 5th Avenue to Ocean Avenue �411191"! 11111111 R IN INS 151! 0556 -3M* bicycle crossing improvements where neighborhood greenways cross major roadways should be considered basic elements consistent with all neighborhood greenways. • •• •• • - • • - s- - -• - • - 32 Page 354 of 412 �� / / Boynton Beach Greenways, L� al�Trails ��[kan I rel; Shared Lanes Shared lane markings, or sharrows, are paveme markings that are placed within the vehicular travel lane the roadway to indicate a shared lane. Shared la markings do not provide bicyclists with an exclusive righ of -way, but rather alert motorists that bicyclists a welcomed on the roadway. They can also be used to dire bicyclists to a proper lateral position and direction of tra within the travel lane in order to encourage safer passi Shared lane markings are typically used on streets where space constraints make it impractical to provide designated bicycle lanes Sharrows should not be used on streets with speed limits higher than 35 MPH. On streets with narrow lanes, the shared lane marking is typically placed in the center of the lane to indicate that motorists must change lanes to pass bicyclists. Refer to the MUTCD and the AASHTO Guide for Development of Bicycle Facilities for more information on the application of shared lane markings. The following shared lane markings projects are recommended as a pan u`/ o�uyn^on o�eau�/ 'G`-ee_w_yu, o=/uew_yu, and Plan. These facilities are geared more towards bicycle commuters travelling into/outof/through Boynton Beach. • NW8 th Street from Ocean Avenue to Boynton Beach Boulevard • NW 7th Street from Ocean Avenue to Boynton Beach Boulevard • Ocean Avenue from Seacrest Boulevard to Federal Highway Shared lane markings can be used in constrained corridors as a temporary solution to complete connections between bike lanes and other facilities. 33 Page 355 of 412y IBoynton Beach Greenways, Blueways, and Trails Plan Shared lane markings should be accompanied by a "Bicycles May Use Full Lane" sign (MUTCD R4-11 sign). Shared lane markings can be used as the standard element in development of neighborhood greenways (bicycle boulevard which are discussed in greater detail in the next section. I Shared lane improvements can be implemented in the short term (1- 5 years). Shared Use Path MAY USE FULL LANE Shared use paths are non -motorized transportation trails that are typically used pedestrians. Shared use paths may vary from a wide sidewalk in the street's right-of-way to a paved trail separate from the roadway such as a canal or park. ap7puffiff-W 11 Shared use paths are distinct from wide sidewalks in that they are designed to accommodate shared use for both cyclists and pedestrians 3333REEMS 2. minimum width of 10 to 14 feet that would permit striping that designates direction of travel. More information on design guidelines for shared use path facilities are found in the Trail Design Guidelines chapter. The following shared use path projects are recommended as a part of the Boynton Beach Greenways, Blueways, and Trails Plan. Shared use path projects that are listed in bold are considered the primary corri*'orss*.2t \i/ill serve .2s Vie W0.2cVoI ! i I ii I I I I I i i I I I ! I I I 1! 1 1 � 1 1 1 1 1 ! 1 R 111111 111 1111111 11 34 Page 356 of 412 Boynton Beach Greenways, Blueways, and Trails Plan 14* ��, I rel; M -Mg 1111113iIII! 11 Itill IIIIIII!IIII I a � Seacrest Scrub Preserve from Railroad to Gulfstream Boulevard Stanley Weaver Canal from Javert Street ti Renaissance Commons Boulevard i I • i i I I I !i ! I i I !i ! I I I •� I I ! I F i I I Iff nom = IMMM Due to existing trees and utility poles, the path would need to be designed with covered tree wells to ensure that bicyclist and pedestrians are able to travel with minimal horizontal restriction. The proposed shared use paths will be implemented through a variety of different projects likely over approximately a 15 -year period. Safe Crossings iil;;Jlill�l In i trail planning because safety is always a priority. A rectangular rapid flashing beacon (RRFB) is a p-•- an -activated warning beacon for use at mid -block crossings or uncontrolled intersection crossings. When activated, the RRFB does not iii•iiiili!ll!il MINIIII i I III IT iii •I IBM IM11 r •• S of a pedestrian either in the crosswalk or requesting to cross. Th4 RRFB uses rectangular -shaped high-intensity LED -based rNMOMHOMMUNMOTM-1175 mal i warning sign and the sign's supplemental arrow plaque. The RRFB offers significant potential safety and cost benefits, because it achieves high rates of motorist yielding compliance at a relative low cost in comparison to other more restrictive devices, such as full mid -block signalization. 35 Page 357 of 412 �� / / I Boynton Beach Greenways, L� al�Trails ��[kan OEM A pedestrian hybrid beacon (PHB) is a traffic control device at uncontrolled marked crosswalk locations. A PHB is distinct from pre - timed traffic signals and constant flash warning beacons because it is only activated by pedestrians when needed. To activate the PHB, pedestrians push an accessible button located on a pole or post at the roadside. The actuated beacon then begins to flash yellow to, followed The hrUovvng were identified as potential locations for safe crossing improvements implementation through either F(F(FBsorPHBs. WOMMORKS-W 1110M • For roadway crossings across more than two lanes without amedian refuge, anoverhead F(F(FB should beused. • A PHB may be considered for installation to facilitate pedestrian crossings at alocation that does not meet traffic signal warrants. 30 Page 358 of 412y �� / / Boynton Beach Greenways, L� al�Trails ��[kan I rel; Primary Trail Facilities During the course of the analysis conducted for the Plan, several key trail facilities were developed in conjunction with Town staff and the Interagency Coordination Committee. Additional conceptual design work was prepared for these key trail facilities to help determine feasibility and to assist City staff in future efforts to potentially acquire grant funding for construction of the facilities. These key trail facilities are intended to form the primary backbone of the Boynton Beach Greenways, B|uevvays, and Trail network. The following facilities were identified as the primary trail facilities. • Seaorest Boulevard Bicycling/Walking Trail • Neighborhood Greenway/Canal Trail Bicycling/Walking Trail • Swinton Avenue Bicycling/Walking Trail • Stanley Weaver Canal Bicycling/Wal king Trail 37 Page 359 of 412y �� / Boynton Beach Greenways, L� and Trails ��/kan Design Guidelines 0~ m�������� ��������m�ne�� ��The design principles of the Boynton Beach Greenways, Blueways, and Trails Plan are based on current • Manual on Uniform Traffic Control Devices (MUTCD), Federal Highway Administration • Manual of Uniform Minimum Standards for Design, Construction, and Maintenance for Streets and Highway /^F|oridaGreenbook") • AASHT[) Guide for the Development ofBicycle Facilities, 4m Edition, 2012 • Designing Walkable Urban Thoroughfares: A Context Sensitive Approach, an ITE Recommended Best Practice • Pedestrian Facilities User Guide, Federal Highway Administration • Florida Pedestrian Facilities Planning and Design Handbook, Florida Department of Transportation • Florida Bicycle Facilities Planning and Design Handbook, Florida Department of Transportation • Urban Bikeway Design Guide, National Association ofCity Transportation {}Mioia|s /NA[}T{}\ • Climate Action Plan Initiatives • [}PTE[) The following figures illustrate key design principles associated with shared use paths and neighborhood 38 Page 360 of 412y IBoynton Beach Greenways, Blueways, and Trails Plan CAL 39 Page 361 of 412 IBoynton Beach Greenways, Blueways, and Trails Plan m m UMEM��� 40 Page 362 of 412 IBoynton Beach Greenways, Blueways, and Trails Plan not ive w-getal ion 41 Page 363 of 412 �� / / Boynton Beach Greenways, L� al�Trails ��[kan 14* 01 I rel; Implementation of this Plan will likely occur over time through a variety of different projects, funded through a broad range of sources, and built by several different agencies including the City and its transportation partners at F[)[/Tand Palm Beach County. The implementation plan respects the limits ofaffordability and provides a strategy that the City could potentially follow tomaximize the user benefit while keeping costs within reason of available funding sources. It should be noted that many of the recommendations may be implemented through resurfacing, maintenance, or other transportation projects that are already planned and, therefore would incur only an incremental cost associated with the additional intermodal transportation infrastructure. In addition, the City, along with public and private sector stakeholders, should seek grant funding to implement key components of the Plan. The future availability of grant funding could impact the timing and priority order of the projects listed herein. The priority list assumes the City will implement "early -win" projects. Priority One Scenario Seacrest Boulevard traverses the City from north to south. Bicycle lanes are designated by a white stripe, a bicycle symbol, and signage that alerts all road users that a portion of the roadway is for exclusive use by bicyclists. A bike lane is located adjacent to motor vehicle travel lanes or parking lanes, and flows in the same direction as motor vehicle traffic. Bike lanes are typically four to six feet wide. am M. 10111140141111 M. Priority Two Scenario 11!1:1 11 1111111 1 WINE lilililill!li MITI Ill I ill I 42 Page 364 of 412y Boynton Beach Greenways, Blueways, and Trails Plan 14* �01 I rel; PINVAP.Millilli0rommi. III ., iffli 1 1 rem Priority Three Scenario i1eighborhood greenways are streets with low motor vehicle speeds that are designed with a variety of elements, including shared lane markings, traffic calming, bike route signage, and wayfinding signs, to allow bicyclists to travel comfortably in a low -stress environment. Neighborhood greenways often give priority to bicycle use and discourage through -traffic by motor vehicles. Neighborhood Greenways Project: ® Swinton Avenue from Mission Hill Road to City of Boynton Beach Limit ® Casa Loma Boulevard/NE 6t" Street from Ocean Avenue to Intracoastal Canal • Ocean Drive from Congress Avenue to the Railroad tracks 43 Page 365 of 412 Boynton Beach Greenways, Blueways, and Trails Plan Estimated Project Costs A planning level estimate of probable cost was developed for Boynton Beach Greenways, Blueways, and 11M. limp, "O.M140=2 'I'll 44 Page 366 of 412 zcs z o '$�' _ E E E V E � E E Tno Tn N.Tno mTno TITO Q 3 3 3w w3 T 3 3 3 3z z a m 3 E V E E E - E E o 0 :E E - 3 0 o 3 0 o 3 0V o m 10 a: E o E V �z m 3 O 3 m �� m A 3 - � O r V _ � E E E V n - _ - 10 E O O m o Z � O V 5 - wz .. E T 3 3 3 3 3 3 3 3 3 3 Table 6. BOYNTON BEACH GREENWAYS, BLUEWAYS, AND TRAILS PLAN: COST ESTIMATE (Per Roadway) Roadway Total Cost Boynton Lakes Boulevard $ 649,000' Casa Loma Boulevard/NE 6th Street $ 1,900' Commerce Park Drive $ 17,600' Congress Avenue $ 488,000' Diane Drive/Mission Hill Road $ 8,700' Flag ler Trail/FEC Railway $ 3,000,000 Galaxy Way $ 2,300 Gateway Boulevard $ 200,000 Golf Road $ 19,400 Gulfstream Boulevard $ 18,400 High Ridge Road $ 40,000' Industrial Avenue $ 7,200' Marina Way $ 620 Miner Road $ 662,400' NE 1st Street $ 1,200' NE 26th Avenue $ 51500 NE 4th Avenue $ 1,500 NE 4th Street/NE 20th Avenue/NE 2nd Lane/NE 1st Court $ 16,000 NW 12th Avenue $ 1,600 NW 1st Avenue $ 2,800 NW 2nd Street $ 5;000 NW 3rd Street/NW 1st Street $ 3,200' NW 7th Street $ 9,800 NW 8th Street $ 2,800 Ocean Avenue $ 7,400' Ocean Drive $ 11,000 Ocean Parkway/NE 4th Street $ 8,700 Old Boynton Road $ 16,400 Old Dixie Highway $ 13,000 Quantum Boulevard $ 96,000 Renaissance Commons Boulevard $ 5,700' SE'1stAvenue $ 1,000' SE'1 st Avenue/SE 2nd Street $ 12,000' SE 24th Avenue $ 2,300 SE 2nd Avenue $ 2,100' SE 3rd Street $ 11200 SE 4th Street $ 3,000 Seacrest Boulevard $ 488,000 Seacrest Scrub Preserve $ 600,000 Stanley Weaver Canal $ 1,773,500 SW 14th Avenue/SW 3rd Street $ 16;000' SW 23rd Avenue $ 96;000' SW 25th Avenue $ 11,000' SW 26th Street $ 9,600 SW 3rd Street $ 4,700 Swinton Avenue $ 3,300 Woolbright Road $ 56,000 Total Costj $ 8,402,820 Page 368 of 412 APPENDIX A: Public Workshop Page 369 of 412 I e 14 6a3 st Yt f v G�3 Yt f v I a � i 0 C3 I 61-4 I I I�p I 0 co I 61-4 w r 13.A. LEGAL 11/17/2015 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 11/17/2015 REQUESTED ACTION BY COMMISSION: PROPOSED ORDINANCE NO. 15-031 - FIRST READING - PUBLIC HEARING - Approve the fourth extension of the suspension of the application and enforcement of the Workforce Housing Program for a period of one year. EXPLANATION OF REQUEST: The City adopted the Workforce Housing Program (WHP) on April 3, 2007. The program requires developers of projects with a residential component to set aside a certain percentage of units for low and moderate income households (the WHP does not address housing needs of very low income households). By the time the WHP was adopted, the residential market in Palm Beach County was already in a downturn. Consequently, the program was never applied to any projects, as none were being built until 2011, when the first signs of recovery appeared. In December of 2011, the City Commission approved a two-year suspension. which was then extended for one year in December 2013 and December 2014. The rationale behind the suspension was based on a fear that the WHP's requirements may inhibit re-emerging but still weak development and redevelopment activities, a particular concern in the downtown and surrounding areas. There were also additional arguments for suspension. Although a sharp decline in home prices in the City significantly improved price affordability for home buyers, many households found it difficult to qualify for a loan under stringent underwriting standards. Such issues were not addressed by the WHP. Moreover, at that time the rental housing market offered reasonably priced units for low -to moderate income households. Similar arguments were made in 2014. However, affordability of rental housing in the City was steadily deteriorating as rents continue to rise and wages remained stagnant. Staff still believes that ending the suspension of the Workforce Housing Program and reinstating it with its current requirements can jeopardize the as yet fragile recovery, especially since the surrounding municipalities do not have such a program. Staff has been working on revisions to the program and plans to review the proposed changes with members of the development community. The requested one-year suspension would allow for completion of this process. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? No impact on City programs and services FISCAL IMPACT. None ALTERNATIVES: Staff does not recommend any alternatives at this time STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: Page 376 of 412 CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type REVIEWERS: Department Reviewer Planning & Zoning Rumpf, Michael Development Mack, Andrew Finance Howard, Tim Legal Swanson, Lynn City Manager LaVerriere, Lori Description Ordinance approving fourth extension of the suspension of the application and enforcement of the Workforce Housing Program Action Date Approved 11/2/2015 - 10:54 AM Approved 11/10/201 - 8:16 AM Approved 11/10/2015 - 8:35 AM Approved 11/12/201 - 10:54 AM Approved 11/13/2015 - 8:37 AM Page 377 of 412 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 ORDINANCE NO. 15 - AN ORDINANCE OF THE CITY OF BOYNTON BEACH, FLORIDA AMENDING LAND DEVELOPMENT REGULATIONS, CHAPTER 1, ARTICLE V, SECTION 2, "WORKFORCE HOUSING PROGRAM", AMENDING SUB -SECTION I, "SUSPENSION OF PROGRAM" CONTINUING SUSPENSION OF APPLICATION OR ENFORCEMENT OF THE WORKFORCE HOUSING PROGRAM FOR A PERIOD OF ONE YEAR; PROVIDING FOR AUTOMATIC REIMPLEMENTATION OF APPLICATION AND ENFORCEMENT UPON THE EXPIRATION OF THE STATED TIME PERIOD; PROVIDING FOR CONFLICTS, SEVERABILITY, CODIFICATION AND AN EFFECTIVE DATE. WHEREAS, the Workforce Housing Program was adopted by the City Commission on April 3, 2007; and WHEREAS, on December 6, 2011, the City Commission approved the suspension of the Workforce Housing Program for a period of two (2) years in order to offer interim relief to stimulate development; and WHEREAS, in December, 2013 and December, 2014, the City Commission extended the suspension, one more year based on a concern that the Workforce Housing Program's requirements may inhibit re-emerging but still weak development and redevelopment activities; and WHEREAS, staff believes that ending the suspension of the application and enforcement of the Workforce Housing Program and reinstating it with its current requirements can jeopardize the "as yet" fragile recovery therefore staff has been working on revisions to the program and plans to review the proposed changes with members of the development community; and WHEREAS, the City Commission has considered the recommendations and has determined and finds that it is in the best interest of the citizens and residents of the City of -1- C:\Program Files (x86)\neevia.com\docConverterPro\temp\NVDC\81C4E9EB-03E7-4AEC-A214-BA91D2204E7D\Boynton Beach. 21981. Workforce Housing Program continue suspension (2015) - Ordinance.doc=��c s ,la w -sw,f# 14�q �;1� � � , a. � Page 378 of 412 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 Boynton Beach, Florida to continue suspension of the application and enforcement of the Workforce Housing Program for a period of one (1) year. NOW THEREFORE, BE IT ORDAINED BY THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: Section 1. The foregoing whereas clauses are true and correct and are now ratified and confirmed by the City Commission. Section 2. The Land Development Regulations of the City of Boynton Beach Code of Ordinances, Chapter 1, Article V, Section 2, "Workforce Housing Program" is hereby amended as follows: I. Suspension of Program. Commencing December 15, 2011 and ending December 14, -2444-5,2016 application of the Workforce Housing Program is suspended and parties to whom it may apply are relieved of any compliance requirements. The Workforce Housing Program will automatically be re - implemented upon expiration of the suspension of the application and enforcement of the Program. Section 3. Each and every other provision of the Land Development Regulations not herein specifically amended, shall remain in full force and effect as originally adopted. Section 4. All laws and ordinances applying to the City of Boynton Beach in conflict with any provisions of this ordinance are hereby repealed. Section 5. Should any section or provision of this Ordinance or any portion thereof be declared by a court of competent jurisdiction to be invalid, such decision shall not affect the remainder of this Ordinance. Section 6. Authority is hereby given to codify this Ordinance. Section 7. This Ordinance shall become effective immediately. -2- C:\Program Files (x86)\neevia.com\docConverterPro\temp\NVDC\81C4E9EB-03E7-4AEC-A214-BA91D2204E7D\Boynton Beach. 21981. Workforce Housing Program continue suspension (2015) - Ordinance.doc=��c s ,la w -sw,f# 14gt-(QW4 � � , a. t Page 379 of 412 FIRST READING this day of , 2015. -3- C:\Program Files (x86)\neevia.com\docConverterPro\temp\NVDC\81C4E9EB-03E7-4AEC-A214-BA91D2204E7D\Boynton Beach. 21981. Workforce Housing Program continue suspension (2015) - Ordinance.doc=��c s ,la m -sw,f# 14gt-(QW4 � � , a. t Page 380 of 412 I SECOND, FINAL READING AND PASSAGE this day of , 2015. 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 ATTEST: Janet M. Prainito, MMC City Clerk (Corporate Seal) CITY OF BOYNTON BEACH, FLORIDA Mayor — Jerry Taylor Vice Mayor — Joe Casello Commissioner — David T. Merker Commissioner — Mack McCray Commissioner — Michael M. Fitzpatrick -4- VOTE YES NO C:\Program Files (x86)\neevia.com\docConverterPro\temp\NVDC\81C4E9EB-03E7-4AEC-A214-BA91D2204E7D\Boynton Beach. 21981. Workforce Housing Program continue suspension (2015) - Ordinance.doc=��c s ,u, w -sw,f# 14gt-(QW , a. Page 381 of 412 13. B. LEGAL 11/17/2015 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 11/17/2015 REQUESTED ACTION BY COMMISSION: PROPOSED ORDINANCE NO. 15-024 - SECOND READING - PUBLIC HEARING - Approve Petition to Expand Boundaries of Boynton Village Community Development District. (TABLED TO 11/17/15) EXPLANATION OF REQUEST: The City is in receipt of a Petition to Expand Boundaries of Boynton Village Community Development District wherein the Board is requesting to expand the boundaries of the District by adding approximately 4.995 acres of land. Once the expension of the District's boundaries takes place, all lands in the District will continue to be located wholly within the jurisdictional boundaries of the City. The Boynton Village Community Development District is requesting to expand the CDD to include the park property that is currently owned by the city that will be "swapped" in consideration of the developer providing the acreage in the new development for the dog park. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT. Non -budgeted ALTERNATIVES: STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Page 382 of 412 Type D Ordinance REVIEWERS: Department City Clerk Description Ordinance Petition to Expand the Boundaries of the Boynton Village Community Development District Reviewer Action Date Pyle, Judith Approved 11/10/2015 - 9:06ANA Page 383 of 412 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 ORDINANCE NO. 15 - AN ORDINANCE OF THE CITY OF BOYNTON BEACH, FLORIDA, AMENDING ORDINANCE 06-073 WHICH CREATED THE BOYNTON VILLAGE COMMUNITY DEVELOPMENT DISTRICT REVISING THE BOUNDARIES OF THE BOYNTON VILLAGE COMMUNITY DEVELOPMENT DISTRICT TO EXPAND THE DISTRICT BOUNDARIES BY APPROXIMATELY 4.995 ACRES; PROVIDING FOR CONFLICTS, SEVERABILITY, CODIFICATION AND AN EFFECTIVE DATE. WHEREAS, on September 6, 2006 the City Commission approved a Petition establishing the Boynton Village Community Development District which established the boundaries of that District in accordance with Section 190.005(2), Florida Statutes; and WHEREAS, The Boynton Village Community Development District has filed a Petition to Expand the Boundaries of the CDD, which is attached hereto as Exhibit "A" and made a part hereof and contains the information required pursuant to Section 190.046, Florida Statutes; and WHEREAS, a public hearing on the petition was conducted by the City Commission on September 15, 2015, at City Hall in accordance with the requirements of Florida Statutes; and WHEREAS, the City Commission has determined that: 1. That all statements contained within the Petition have been found to be true 25 and correct. 26 27 28 2. That the expansion of the District boundaries is not inconsistent with any applicable element or portion of the State Comprehensive Plan or of the effective local government comprehensive plan. C:\Program Files (x86)\neevia.com\docConverterPro\temp\NVDC\7BDC8061-040B-4A19-B32E-69FF25143747\Boynton Beach.1921.1.15-024_ =CDD_Boynton_Village_Boundary_Expnsion_ _Ordinance.doc Page 1 of 3 Page 384 of 412 1 3. That the land within the proposed District is of sufficient size, sufficiently 2 compact and sufficiently contiguous to be developable as one functional interrelated 3 community. 4 4. That the expansion of the District boundaries is the best alternative available 5 for delivering the community development services and facilities to the lands within the 6 District boundaries. 7 5. That the area identified in the Petition is amenable to be included in the 8 proposed District; and 9 WHEREAS, the City Commission has determined that the expansion of the Boynton 10 Village Community Development District boundaries would be consistent with the criteria for 11 community development districts as set forth in the Uniform Community Development 12 District Act of 1980,Chapter 190, Florida Statutes; 13 NOW, THEREFORE, BE IT ORDAINED BY THE CITY COMMISSION OF 14 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 15 Section 1. Each Whereas clause set forth above is true and correct and herein 16 incorporated by this reference. 17 Section 2. In accordance with the provisions of Chapter 190, Florida Statutes, the 18 City Commission of the City of Boynton Beach, Florida hereby approves the expansion of the 19 boundaries of the Boynton Village Community Development District as set forth on the 20 Petition attached hereto as Exhibit "A". 21 Section 3. That all ordinances or parts of ordinances in conflict herewith be and 22 the same are hereby repealed. C:\Program Files (x86)\neevia.com\docConverterPro\temp\NVDC\7BDC8061-040B-4A19-B32E-69FF25143747\Boynton Beach.1921.1.15-024_ =CDD_Boynton_Village_Boundary_Expnsion_ _Ordinance.doc Page 2 of 3 Page 385 of 412 1 Section 4. Should any section or provision of this ordinance or portion hereof, any 2 paragraph, sentence, or word be declared by a court of competent jurisdiction to be invalid, 3 such decision shall not affect the remainder of this ordinance. 4 Section 5. Authority is hereby granted to codify said ordinance. 5 Section 6. This ordinance shall become effective immediately upon passage. 6 FIRST READING this 3rd day of September, 2015 7 SECOND, FINAL READING AND PASSAGE this day of 8 , 2015. 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 ATTEST: 27 28 29 30 Janet M. Prainito, MMC 31 City Clerk 32 33 34 35 (Corporate Seal) CITY OF BOYNTON BEACH, FLORIDA Mayor — Jerry Taylor Vice Mayor — Joe Casello Commissioner — David T. Merker Commissioner — Mack McCray Commissioner — Michael M. Fitzpatrick VOTE YES NO C:\Program Files (x86)\neevia.com\docConverterPro\temp\NVDC\7BDC8061-040B-4A19-B32E-69FF25143747\Boynton Beach.1921.1.15-024_ =CDD_Boynton_Village_Boundary_Expnsion_ _Ordinance.doc Page 3 of 3 Page 386 of 412 1 11 1 1 Lelyrallm"11 CNIONIUmasufflige 1100IN11111111610"Ril TO EXPAND THE BOUNDARIES OF BOYNTON VILLAGE COMMUNITY DEVELOPMENT DISTRICT I COMMUNITY DEVELOPMENT DISTRICT J The Board of Supervisors (the "Board") of the Boynton Village Community Development District, an independent special district established pursuant to Chapter 190, Florida Statutes (the "District"), and Ordinance No. 06-073 of City of Boynton each, Florida (the "City"), adopted on September 6, 2006 (the "Ordinance"), hereby petitions the City Commission of the City of Boynton each, Florida (the "City Commission") in accordance with Section 190.046(1) of the Uniform Community Development Act of 1980, Chapter 190, Florida Statutes (the "Act"), to expand the boundaries of the District and in support thereof, hereby attests as follows: 1. That approximately 101.18 acres are currently within the external boundaries of the District. 2. That the Board desires to expand the boundaries of the District by adding approximately 4.995 acres as legally described on Exhibit A. Following such expansion of the District's boundaries, all lands in the District will continue to be located wholly within the jurisdictional boundaries of the City. [X14.: ( 1ZNKMF 9 Page 387 of 412 11111!11 1�1�llp!111111� 0 . 1 0 0 111111� r1ri, 111 � � � � 111i i 1�11 I li!�, does not exceed 50% of the acres initially located within the boundaries of the District and all RW 11111TIN !I I I I , MOM"6 won "I I 1 110 Iii M 6111111 IMN, =W111,1111III :,il boundaries. No real property within the external boundaries of the District as proposed is to be any District facilities to serve the proposed expansion area and the estimated cost of constructing 6. That annexed hereto as Exhibit D and made a part hereof is evidence of the written consent to the inclusion of its property in the District by the owner (directly or as attorney in fact) of one hundred percent (100%) of the real property within the proposed 7. That annexed hereto as Exhibit E and made a part hereof is a designation of the future general distribution, location, and extent of public and private uses of land within thi. proposed expansion area as shown on the future land use plan element of the City's 8. That annexed hereto as Exhibit F and made a part hereof is a statement of estimated regulatory costs in accordance with the requirements of Section 120.541, Florid.? Page 388 of 412 9. That following the proposed expansion of the District's boundaries on WITE MW 1111 0 1 rel •r- = Vistrict will be of sufficient size, compactness, and contiguity to be developable as one W11 Wou TiI available for delivering the community development facilities and services to the property that will be served by the District; (iv) the community development facilities and services of the District will not be incompatible with the capacity and uses of existing local and regional community development services and facilities; and (v) the property comprising the District will be amenable to separate special-purpose government. ff MM A. Direct its staff to notice, as soon as practicable, a local public non -emergency grant the petition for the expansion of the District's boundaries and to amend the Ordinance B. Grant this Petition and enact an ordinance pursuant to applicable law amending 1111 111�1�1�111111�11p Page 389 of 412 htEl SPECTFULLY SUBMITTED this day of 32015. BOYNTON VILLAGE COMMUNITY DEVELOPME NT DISTRICT By: =1 I = = I N The foregoing instrument was acknowledged before me this '30 day of t3 "�— 2015, by XZ�M-A PR1Z-tL'tAA the ���icc-Chairperson of the Boar& of Supervisprs of the Boynton Village Community Development District, who is or produced r,, Cas identification. Page 390 of 412 1":11-11M jgI 1:1 Jill SMU - Park Parcel, of "BOYNTON TOWN CENTER, A P.C.Das recorded in Plat Book 106, Pages 144-151 of the Public Records of Palm Beach County, Florida; Said parcel of land situate within the City of Boynton Beach, Palm Beach County, Florida, containing 4.995 Acres, (217,567 Square Feet), more or less. 1IIID •!� Page 391 of 412 1*144* VA-te. EXHIBIT METES #, BOUNDS DESCRIPTION ParcelParcelParcel •.Parcel _ J - ., Parcel Parcel 8, SMU - Lake Parcel, SNW - Park Parcel, Tract C-1, and Spine Road Tract, all of "BOYNTON TOWN CENTER, a ! Das recorded Plat •• 16RJB. 144-15of the Public Records of Palm Beach County, Florida, together with all of "CORTINA P.U.D. REPLAT", as recorded in Plat Book 109 at pages 196-202 of said Public Records, said parcel being more particularly described as follows: Page 392 of 412 Said parcel of land situate within the City of Boynton Beach, Palm Beach County, Florida, containing 106.179 Acres, (4,625,160 Square Feet), more or less. Page 393 of 412 I IX"I` ! two 14 MON X42:I DI IOU% RIJ 1101 INAM I I I 110 11 R-1 114 E ON WCTII 1 Sanitary Sewer System 1'-,fsT,TsWM 6374 COST ESTIMATE $57,952 $60,133 $136,195 $31,812 October, 1 C#I • s OT;WATI]� October, 2016 Page 394 of 412 10,14:111-110 a1, Page 395 of 412 " W W I Imam On this day of , 2015, personally appeared before me, an officer duly authorized to administer oaths and take acknowledgements, who, after being duly sworn, deposes and says: 1 . Affiant, , is the of the CITY OF BOYNTON BEACH, a municipal corporation of the State of Florida 3. Affiant hereby represents that he/she has full authority to execute the Petition to Expand the Boundaries of the Boynton Village Community Development District on behalf of the City. 4. The Property consists of approximately 4.995 acres of real property located in the City. 5. Affiant, on behalf of the City, as the fee simple owner of the Property, in the capacity described above, hereby gives its full consent to the expansion of the external boundaries of the Boynton Village Community Development District to include the Property therein. IN WITNESS WHEREOF, I have hereunto set my hand this _ day of ,2015. CITY OF BOYNTON BEACH, a municip corporation of the State of Florida, i STATE OF FLORIDA COUNTY OF PALM BEACH The foregoing instrument was acknowledged before me this day of 5 2015, by . as — of the City of Boynton Beach, a municipal corporation of the State of Florida. He/she is personally known to me or producei as idwicatio,(.. Page 396 of 412 ITM;MsjFMW=s 4 IM Mel MIMMIMPROMINN lifflMEMB Said parcel of land situate within the City of Boynton Beach, Palm Beach County, Florida, containing 4.995 Acres, (217,567 Square Feet), more or less. FIT11 I M, I FMI MITIMI W-1 MMM Page 397 of 412 Page 398 of 412 In a A AD Ww FAM"Mr t Fgs= 000 FRble's j is Page 399 of 412 nR Legend Community Redevelopment Area Q Urban CBD TCEA Boundary Expansionr :7t=0 , Ar .4 At ala 1 as w x:.. �i 4 zzi City Boundary WATER LOW DENSITY RESIDENTIAL - MODERATE DENSITY RESIDENTIAL (MODR) Max. 7.26 D.U. #FFICE COMMERCIAL! LOCAL RETAIL COMMERCIAL iw4 RECREATIONAL w w, MIXED SUBURBAN wwrA DEVELOPMENT OF REGIONAL IMPACT (DRI) CONSERVATION ` ! CONSERVATION OVERLAY Page 400 of 412 10114:101-M a"- VNIT5101 I � 1111,11 i� 1 iil i 111111 1111 1 ii 1.0 Introduction 1.1 Purpose and Scope This Statement of Estimated Regulatory Costs ("SERC") supports the petition to expand the boundaries of the Boynton Village Community Development District ("District"). The District currently contains approximately 10 1. 18 acres of land located in the City of Boynton Beach, Florida (the "City"). The proposed expansion area contains approximately 4.995 acres of land, also located in the City. The limitations on the scope of this SERC are explicitly set out in Section 190.002(2) (d), Florida Statutes ("F.S.") governing District establishment as follows: "That the process of establishing such a district pursuant to uniform general law shall be fair and based only on factors material to managing and financing the service delivery function of the district, so that any matter concerning permitting or planning of the development is not material or relevant (emphasis added)." The purpose of the District is to provide, operate and maintain public infrastructure, services, and facilities to a master planned mixed-use community containing a total of approximately 116 residential dwelling units and 435,441 square feet of commercial building area within the boundaries of the District, including approximately 26 residential dwelling units to be constructed within the proposed expansion area. Section 120.541(2), F.S. (2014), defines the elements a statement of estimated regulatory costs must contain: (a) An economic analysis showing whether the rule directly or indirectly; is likely to (1) have an adverse impact on economic growth, private sector job creation or employment, or private sector investment in excess of $1 million in the aggregate within 5 years after the implementation of the rule; is likely to (2) have an adverse impact on business competitiveness, including the ability of persons doing business in the state to compete with persons doing business in other states or domestic markets, productivity, or innovation in excess of $1 million in the aggregate within 5 years after implementation of the rule; or is likely to (3) increase regulatory costs, including any transactional costs, in excess of $1 million in the aggregate within 5 years after the implementation of the rule. Page 401 of 412 LC comply with the rule, together with a general description of the types o individuals likely to be affected by the rule. (c) A good faith estimate of the cost to the agency (County), and to any other state and local government entities, of implementing and enforcing the proposed rule, and any anticipated effect on state and local revenues. (d) A good faith estimate of the transactional costs likely to be incurred by individuals and entities, including local governmental entities, required to comply with the requirements of the ordinance. As used in this paragraph, "transactional costs" are direct costs that are readily ascertainable based upon standard business practices, and include filing fees, the cost of obtaining a license, the cost of equipment required to be installed *r used or procedures required to be employed in complying with the rule, additiomb *perating costs incurred, and the cost of monitoring and reporting. (e) An analysis of the impact on small businesses as defined by Section 288.703, and an analysis of the impact on small counties and small cities as defined by Section 120.52, F.S. Miami -Dade County is not defined as a small County for purposes of this requirement. fflff��� (g) In the statement or revised statement, whichever applies, a description of any good faith written proposal submitted under paragraph (1) (a) and either a statement adopting the alternative or a statement of the reasons for rejecting the alternative in favor of the proposed ordinance. ote: the references to "rule" in the statutory requirements for the Statement o7 Estimated Regulatory Costs also apply to an "ordinance" under section 190.005(2) (a), Florida Stalites." 2.0 An economic analysis of potential impacts on economic growth, business competitiveness ori regulatory costs, in excess of $1 million within the next 5 years. It is unlikely the establishment/creation of the District will meet any of the triggers in Section 120.541(2)(a), F.S. The basis for this determination is provided in the discussions in Section 3.0 through Section 6.0 herein. 3.0 A good faith estimate of the number of individuals and entities likely to be required to comply with the ordinance, together with a general description of the types of individuals likely to be affected by the ordinance. At buildout, the estimated total population of the District will be approximately 2790, with the proposed expansion area having an estimated population of 65. The types of Page 402 of 412 individuals•- affected by - ordinance will be - present • future residents • - faith4.0 A good estimate oa cost to the agency, and to any other statea local government entities, of implementingenforcing s anticipated effect on state or local revenues. � 1 1> 1 1 ! 1. ` E' 1 1 lil 1 I :• 1 �1 1 �... 1 1 , ! ,.. 1 Because the results of adopting the ordinance is establishment of a local special purpose government, there will be no enforcing responsibilities of any other government entity, but be various implementing responsibilities which are identified with their costsr '.r.. 1 1 l 1 1 1 1 1 9W andenforceproposed ! l 1 of the District. The District,1 1 1, and expanded, will encompass under 1,000 acres; therefore, the City is the establishing 1tity under 190.005(2), modest 1 1 various li implement 1 1enforce1 proposed ordinance 1' the receiptand l ii. processing 1 1us reports thatDistrict is required to file with the State and variousits entities.1 • lists the reporting requirements.1 1 those agenciesState 1 1 process 1 1reports1 because theDistrict is only one of manygovernmental units1required 1' submit the various reports. Therefore, the marginal cost of processing one additional of reportsAdditionally, pursuant 1 section 189.018, District mustpyyC annual 1 the State of 1! Deyartment of Economic1 1( I F offsets such costs. City of Boynton Beach There will be only ,• ,est costs to the City fornumber of - of the Petition to Expand the District boundaries does not include analysis of the development • • the Petitionprovides much of _ information- • r for a staffreview. Third, the City alreadypossesses the staff needed to conduct the review without•! for o capital required to review the Petition. routinelyprocesses simil.r petitions forr uses and zoning changes that are far • re complex than is the petition to expand the boundaries of •development district. Finally, potential • to the City of - Petition to Expand the District boundaries offset by .r .r filing costsThe annual • the City, because of the establishmentand expansion of District, are • very small. The District is an independentof • government. only costsannual • of ous reports that the District is required to provide to the City, or • r • expenses establishesCity may incur if it • • program •However, Page 403 of 412 Petitioner has includeda payment of $1,500 to offset any expenses the City may incur in the processing of this Petition, or in the monitoring of this District. Adoption of the proposed ordinance will have no negative impact on state or local revenues. The District is an independent unit of local government. It is designed to provide infrastructure facilities and services to serve the development project and it has its own sources of revenue. No state or local subsidies are required or expected. In this regard it is important to note that any debt obligations incurred by the District to construct its infrastructure, or for any other reason, are not debts of the State of Florida or any other units of local government. In accordance with State law, debts of the District are strictly its own responsibility. 5.0 A good faith estimate oft a transactional costs likely to be incurred by individuals and entities required to comply with the requirements oft a ordinance. Table 1 below provides an outline of the various facilities and services the District may provide to the proposed expansion area: 1 0 go 81 1 - - 11 - Lejvw�wiqns wou, rITIN; - - ties outlined in Table 1 to the proposed expanded area. Total costs for those Facilities, which may be provided, are estimated to be approximately $286,092. The District may issue special assessment bonds in one or more series to fund all of the costs or a portion of the costs of these Facilities located in the District. The proposed bonds would be repaid through non -ad valorem special assessments levied on all benefitted properties within the proposed expansion area that may benefit from the District's infrastructure program as outlined herein on Table 2 below. Table 3 herein below provides an approximate timetable for commencement and completion of the Facilities. Prospective future landowners in the proposed expansion area may be required to pay non -ad valorem assessments levied by the District to secure the debt incurred through bond issuance. In addition to the levy of non -ad valorem special assessments for debt Page 404 of 412 0 DI ZM443 *1*1 1b 1 0 go 81 1 - - 11 - Lejvw�wiqns wou, rITIN; - - ties outlined in Table 1 to the proposed expanded area. Total costs for those Facilities, which may be provided, are estimated to be approximately $286,092. The District may issue special assessment bonds in one or more series to fund all of the costs or a portion of the costs of these Facilities located in the District. The proposed bonds would be repaid through non -ad valorem special assessments levied on all benefitted properties within the proposed expansion area that may benefit from the District's infrastructure program as outlined herein on Table 2 below. Table 3 herein below provides an approximate timetable for commencement and completion of the Facilities. Prospective future landowners in the proposed expansion area may be required to pay non -ad valorem assessments levied by the District to secure the debt incurred through bond issuance. In addition to the levy of non -ad valorem special assessments for debt Page 404 of 412 and maintenance of the District and its owned facilities Furthermore, locating in the District by new property owners is completely voluntary. So, ultimately, all owners and users of the affected property choose to accept the non-ai valorem special assessments by various names and user fees as a tradeoff for the benefits and facilities that the District provides. A Community Development District ("CDD") provides property owners with the option of having higher levels of facilities and services financed through self-imposed assessments. The District is an alternative means to manage necessary development services with related financing powers. District management is no more expensive, and often less expensive, than the alternatives of a municipal service taxing unit (MSTU), a property owner's association, City provision, or through developer equity and/or bank loans. First, landowners in the District will receive a higher long-term sustained level of public services and amenities sooner than would otherwise be the case. Second, a CDD is a mechanism for assuring that the community services and amenities will be completed concurrently with development of lands within the District. This satisfies the revised growth management legislation, and it assures that growth pays for itself without undue burden on other consumers. Establishment of the District and expansion of the District boundaries will ensure that these landowners pay for the r+,rovision of facilities, services and improvements to these lands. Third, a CDD is the sole form of governance which allows District landowners, through landowner voting, to determine the type, quality and expense of District services they -receive, provided they meet the County's overall requirements. The cost impact on the ultimate landowners in the District is not the total cost for the District to provide infrastructure services and facilities. Instead, it is the incremental costs above what the landowners would have paid to install infrastructure via an alternative financing mechanism. Given the low cost of capital for a CDD, the cost impact to landowners is negligible. This incremental cost of the high quality infrastructure provided by the District is likely to be fairly low. Page 405 of 412 FACILITYAMPROV- 1 Water• • Collection•i October, 1 16 Roadway, October, 2015 • , + _ • • L Total Estimated Cost ;I I' �o / !Complete 11 1 1 Construction If !' • • • •' 1 October, 1 16 October, 2015 October, 2016 .0 An analysis of the impact ons all businesses as defined by Section 288.703, F.S., and an analysis of the impact ons all counties ands all cities as defined by Section 120.52, F.S. Approval of the petition to expand the District will have positive impacts on small business as defined in Chapter1' positive impacts because the additional population in the District will require••• • services from businesses.small - services can be provided • businesses that currently serve the general area. Additional opportunities will also be created for new businesses to be • • or • to the area. No negative impactsbeen identified for businesses as defined. estimatedThe City has an population in 2010 10,000; therefore,• defined • Irll City" according to Section 120.52, there will accordingly be no impact on a small City because of the establishment of the Page 406 of 412 7.0 Any additional useful information. The analysis provided above is based on a straightforward application of economic theory, especially as it relates to tracking the incidence of regulatory costs and benefits. Inputs were received from the petitioner's engineer and other professionals associated with the Petitioner. 8.0 In the statement or revised statement, whichever applies, a description of any good faith it proposal submitted under paragraph (1) (a) and either a statement adopting the alternative or a statement of the reasons for rejecting the alternative in favor of the proposed rule. There have been no good faith written proposals submitted to the agency as described in Section 120.541(l)(a), Florida Statutes. Page 407 of 412 WIMMM ByrorrCTMIMI nRid ymmw1r R �,•� FL. STATUTE DUE DATE CITATION 11.45 within 45 days of audit completion, but no later than 12 months after end of fiscal year 218.32 within 45 days of financial audit completion, R ut no later than 12 months after end of fiscal year; if no audit required, by 4/30 200.068 no later than 30 days following the adoption of the property tax levy ordinance/resolution (if levying property taxes) within 30 days of accepting interest the appointment, then every year thereafter by 7/1 (by "local officers" appointed to special district's board); during the qualifying period, then every year thereafter by 7/1 (by "local officers" elected to special district's board) Public Facilities Report 189.415 within one year of special district's creation; then annual notice of any changes; and updated report every 5 years, 12 months prior to submission of local goverm-nent's evaluation and appraisal report Public Meetings Schedule 189.417 quarterly, semi-annually, or annually Bond Report 218.38 when issued Registered Agent 189.416 within 30 days after first meeting of governing board Proposed Budget 189.418 prior to end of current fiscal year Public Depositor Report 280.17 annually by 11/30 Page 408 of 412 14.A. FUTURE AGENDA ITEMS 11/17/2015 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 11/17/2015 REQUESTED ACTION BY COMMISSION: Annual Performance review of City Manager - December 1, 2015 EXPLANATION OF REQUEST: HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT: ALTERNATIVES: STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: REVIEWERS: Department Finance Finance City Manager Reviewer Action Date Howard, Tim Approved 11/9/2015 - 8:57 AM Howard, Tim Approved 11/9/2015 - 8:57 AM LaVerriere, Lori Approved 11/1:x/2015 - 8:37 AM Page 409 of 412 14. B. FUTURE AGENDA ITEMS 11/17/2015 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 11/17/2015 REQUESTED ACTION BY COMMISSION: Review and appoint accordingly applications received for the CRA Advisory Board with the annual board appointments - December 15, 2015 EXPLANATION OF REQUEST: Commission to review applications received for the CRAAdvisory Board and appoint accordingly at the same meeting that annual board appointments are made. Applications for the CRAAdvisory Board will be accepted until positions are filled. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT: ALTERNATIVES: STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: REVIEWERS: Department City Clerk Reviewer Action Date Foyle, Judith Approved 11/0/2015- 10:17 AM Page 410 of 412 14.C. FUTURE AGENDA ITEMS 11/17/2015 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 11/17/2015 REQUESTED ACTION BY COMMISSION: Interlocal Agreement between the City and CRA for the Neighborhood Officer Policing Program - December 1, 2015 EXPLANATION OF REQUEST: HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT: ALTERNATIVES: STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: CLIMATE ACTION DISCUSSION: Is this a grant? Grant Amount: REVIEWERS: Department Finance Finance City Manager Reviewer Action Date Howard, Tim Approved 11/12/2015 - 10:50 AM Howard, Tim Approved 11/12/2015 - 10:51 AM LaVerriere, Lori Approved 11/1:x/2015 - 8:38 AM Page 411 of 412 14.D. FUTURE AGENDA ITEMS 11/17/2015 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 11/17/2015 REQUESTED ACTION BY COMMISSION: Interlocal Agreement between City and CRA for maintenance of the North Entry Signage Area - December 1, 2015 EXPLANATION OF REQUEST: HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT: ALTERNATIVES: STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: CLIMATE ACTION DISCUSSION: Is this a grant? Grant Amount: REVIEWERS: Department Finance Finance City Manager Reviewer Action Date Howard, Tim Approved 11/12/2015 - 10:50 AM Howard, Tim Approved 11/12/2015 - 10:50 AM LaVerriere, Lori Approved 11/1:x/2015 - 8:38 AM Page 412 of 412