Loading...
Agenda 02-16-16The City of Boynton Beach City Commission Agenda Tuesday, February 16, 2016, 6:30 PM Commission Chambers 100 E. Boynton Beach Blvd., Boynton Beach, FL 33435 Regular City Commission 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 Judith A. Pyle, Interim 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 710 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 2of710 1. OPENINGS A. Call to Order - Mayor Jerry Taylor I nvocation Pledge of Allegiance to the Flag led by Mayor Taylor 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. General Election Proclamation - March 15, 2016 - presented by Mayor Jerry Taylor B. The second Commission meeting in March has been rescheduled to Wednesday, March 16, 2016 at 6:30pm in the Commission Chambers due to the election on Tuesday, March 15, 2016. C. Officer Brown and K9 Filip of the Boynton Beach Police Department will announce the 2016 South Florida Police K9 Competition. D. Police Department to announce meeting on Monday, February 22, 2016 at 6:30 p.m. at the Carolyn Sims Center, 225 N.W. 12th Avenue to meet officers assigned to the Neighborhood Community Policing Program. E. Presentation - Award of Appreciation to Mr. Glaston "Alec' Sims. 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 east: Arts Commission: 1 Reg and 1 Alt Building Board of Adjustments and Appeals: 2 Alts Education and Youth Advisory Bd.: 1 Alt, 1 Stu and 1 Stu N/V Library Bd.: 1 Alt Planning & Development Board: 1 Alt Senior Advisory Board: 2 Regs and 2 Alts Veterans Advisory Commission: 2 Alts Page 3of710 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. R16-024 - Assess the cost of nuisance abatement on properties within the City of Boynton Beach B. PROPOSED RESOLUTION NO. R16-025 - Approve and authorize signing of an Agreement for Water Service outside the City limits with 1042 Hypoluxo Rd, LLC, for the property at 1044 Hypoluxo Road, Lantana, FL 33462. C. PROPOSED RESOLUTION NO. R16-026 - Authorize the purchase of Geofeedia a Location Based Social Media Monitoring Service in the amount of $20,475. D. PROPOSED RESOLUTION NO. R16-027 - Approve and authorize signing of an Agreement for Water Service outside the City limits with Adam Redner as Trustee of the Adam Redner Living Trust dated June 5, 2009 for the property at 4931 Clock Road, Lake Worth, FL. E. PROPOSED RESOLUTION NO. R16-028 - Requesting settlement on current utility account for previous owner's water and sewer for the property located at 12762 Hampton Lake, Muhammad J. Zaheer, current owner. Proposed settlement amount of $200 F. PROPOSED RESOLUTION NO. R16-029 - Authorize the City Manager to sign Traffic agreement for Coastal Bay HOA. G. PROPOSED RESOLUTION NO. R16-030 - Approve Amendment to Interlocal Agreement with Boynton Village Community Development District abating any assessment levied by the CDD on the City Parcel. H. PROPOSED RESOLUTION NO. R16-031 - Approve Second Amendment to Boynton Village Park Conveyance Agreement and authorize the Mayor to sign the Second Amendment. Approve the one-year extension for RFPs/Bids and/or piggy -backs for the procurement of services and/or commodities as described in the written report for February 16, 2016 - "Request for Extensions and/or Piggybacks". Accept first quarter report on operations of the Schoolhouse Children's Museum and Learning Center for FY 15/16. K. Accept the written report to the Commission for purchases over $10,000 for the month of January 2016. L. Approve the minutes from the Regular City Commission meeting held on February 2, 2016. 7. BIDS AND PURCHASES OVER $100,000 A. PROPOSED RESOLUTION NO. R16-032 - Authorize the City Manager to sign an agreement with e -Builder for Capital Project Management Software through a piggyback of GSA Contract Number GS-35F-408AA in the sum of $113,475 plus $2,000 for travel totaling $115,475 for implementation services and an annual software license fee of $48,120 for a total cost of $163,595. Utilization of General Services Administration contracts are permitted as an alternative to formal sealed bids. B. PROPOSED RESOLUTION NO. 16-033 - Authorize the City Manager to sign a contract with M&M Asphalt Maintenance Inc., d/b/a All County Paving, in the amount of $149,599.71, plus a 10% construction contingency in the amount of $14,959.97, for a total cost of $164,559.68 for the purpose of resurfacing Ocean Avenue and Leisureville Boulevard, both streets located in Palm Beach Leisureville utilizing the City of West Palm Beach's Paving Contract #16393 pricing, terms and conditions. C. Approve the purchase of new and replacement vehicles as approved in the FY2015/2016 budget in Page 4of710 the estimated amount of $817,925.00 by utilizing the following contracts; Florida Sheriffs Association Contract #15-23-0904, Florida Sheriffs Association Contract #15-13-0904, and State of Florida Contract #21100000-15-1. D. Approve piggyback of the City of Naples contract for pipe lining services (Bid No. 11-021 (021-11 ), Clerk No. 11-00017) with Insituform Technologies, LLC utilizing the same terms, conditions, specifications and pricing. This contract will be used to line approximately 11,000 linear feet of sewer mains and 48 service connections at various locations within the Utilities Department's service area. The estimated expenditure is $167,353.80. E. Authorize the City Manager; 1) To send a letter to Palm Beach County opting out of the P25 Migration Interlocal Agreement; 2) Contract with Motorola, the selected vendor, directly for the City's Statement of Work (SOW); 3) Enter into an agreement with Omnicom Consulting Group (OCM) for Implementation support and execute any required documents upon attorney review and approval. 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. PROPOSED ORDINANCE NO. 16-004 - FIRST READING - Approving a request for abandonment of a portion of a ten (10) foot wide utility easement at the rear of the residence in order to construct a private swimming pool, located at 2731 SW 23rd Cranbrook Drive and zoned PUD (Planned Unit Development). Applicant: Shawn Lago, homeowner. 10. CITY MANAGER'S REPORT - None 11. UNFINISHED BUSINESS - None 12. NEW BUSINESS A. Create "Honorary Robert E. Wells Avenue" on Martin Luther King Jr. Boulevard from Federal Highway to Seacrest Boulevard. B. Discussion on permitting functions held at Sara Sims Park, requested by Commissioner McCray. 13. LEGAL A. PROPOSED RESOLUTION NO. R16-034 -Authorize the City Manager to sign Participation Agreement attached as Exhibit "A" to the Interlocal Agreement (ILA) between the School District of Palm Beach County, Palm Beach County and Municipalities of Palm Beach County for Coordinated Planning ("Coordinated Planning Agreement"). B. PROPOSED ORDINANCE NO. 16-005 - FIRST READING - Approve and authorize Ordinance creating Part II, Chapter 26, Article I, Section 26-7 and Chapter 10, Article II, Section 10-33 of the Code to facilitate creation of liens for unpaid balances and recording of such liens for unpaid balances for utility and refuse accounts. C. PROPOSED ORDINANCE NO. 16-006 - FIRST READING - Approve amending City Code of Ordinance Section 16-60, item (d) to restrict use of the docks in the lagoon at the park for loading and unloading, and for no more than 30 minutes. D. Pursuant to Section 286.011(8), Florida Statutes, Attorney Cherof is requesting a private attorney- client session of the City Commission to discuss pending litigation in the following case: Page 5of710 THOMAS JONES, Plaintiff vs. CITY OF BOYNTON BEACH, MATTHEW IMMLER, PAUL DEALE, FRANK BRIGANTI, RICHARD MCNEVIN and EVELYN MCCOY, Defendants — United States District Court, Southern District of Florida, Case No. 9:15-CV-81297-DMM 14. FUTURE AGENDA ITEMS A. Code Compliance Initiative - North Federal Highway - March/April 2016. B. Workshop with City Commission and City Staff concerning zoning designations and terminology (i.e. permitted uses, conditional uses, etc) - April/May 2016 15. ADJOURNMENT NOTICE 1F APER.SON DECIDES TOAPPEALANY DECISION MADE BY THE CITY COMMISSION WITH RESPECT TO ANY MATTER CONSIDERED AT THIS MEETING, HE/SHE WILL NEED ARECORD OF THE PROCEEDINGSAND, FOR SUCH PURPOSE, HE/SHE MAY NEED TO ENSURE THAT A VERBATIM RECORD OF THE PROCEEDING 1S MADE, WHICH RECORD INCLUDES THE TESTIMONYAND EVIDENCE UPON WHICH THEAPPEAL 1S TO BE BASED. (F.S. 286.0105) THE CITY SHALL FURNISH APPROPRIATEAUXII.IARYAIDSAND SERVICES WHERE NECESSARY TO AFFORD AN INDIVIDUAL W1THA DISABILITYAN EQUAL OPPORTUNITY TO PARTICIPATE 1N AND ENJOY THE BENEFITS OFA SERVICE, PROGRAM, ORACTWITY CONDUCTED BY THE CITY PLEASE CONTACT THE CITY CLERK'S OFFICE, (561) 742-6060 OR (TTY)1-800-955-8771, AT LEAST 48 HOURS PRIOR TO THE PROGRAM ORACTIVITY 1N ORDER FOR THE CITY TO REA.SONABLYACCOMMODATE YOUR REQUEST. ADD1TIONALAGENDAITEMS MAY BEADDED SUBSEQUENT TO THE PUBLICATION OF THEAGENDA ON THECITY'S WEB SITE. INFORMATION REGARDING 1TEMSADDED TO THEAGENDAAFTER 1T 1S PUBLISHED ON THE C1TYS WEB SITE CAN BE OBTAINED FROM THE OFFICE OF THE CITY CLERK. Page6of710 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 REQUESTED ACTION BY COMMISSION: Call to Order - Mayor Jerry Taylor I nvocation Pledge of Allegiance to the Flag led by Mayor Taylor 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 Reviewer Action Date 1.A. OPENING ITEMS 2/16/2016 Page 7of710 City Clerk Pyle, Judith Approved 2/11/2016 - 2:14 PPA Page 8 of 710 2.A. OTHER 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 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 2/11/2016 - 2:14 FSM Page 9of710 433 ANNOUNCEMENTS, COMMUNITY & SPECIAL EVENTS & PRESENTATIONS 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 REQUESTED ACTION BY COMMISSION: General Election Proclamation - March 15, 2016 - presented by Mayor Jerry Taylor EXPLANATION OF REQUEST: On November 17th, 2015. the qualifying period for candidates for Mayor - at Large, Commissioner District I and Commissioner District I II closed. There are five candidates for Mayor -at Large, only one candidate filed for Commissioner District I and three candidates for District I11. The Proclamation declares all of the polling locations that will be active on Election Day. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? In the case of Mayor -at Large and Commissioner District I11, the majority vote of electors will determine which candidates are elected. No election will be necessary for Commissioner District I as only one candidate filed and is deemed without opposition. FISCAL IMPACT. Budgeted The fiscal impact to the City involves the base salary and expenses of the positions. The cost of conducting the election has been budgeted in the 2015-2016 fiscal year budget. ALTERNATIVES: There is no alternative to having this election. Our elected official serve three-year terms and the terms of the Mayor and Commissioners District I and III will expire in March 2016. STRATEGIC PLAN: High Performing City Organization STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Page 10 of 710 Type Description D Proclamation Voter Information REVIEWERS: Department Reviewer Action City Clerk Pyle, Judith Approved Finance Howard, Tim Approved Legal Swanson, Lynn Approved City Manager LaVerriere, Lori Approved Date 2/1/2016 - 4:35 FOIA 2/5/2016 - 8:30 AM 2/5/2016 - 10:36 ANA 2/11/2016 - 2:51 FOIA Page 11 of 710 PROCLAMATION I, Jerry Taylor, Mayor of the City of Boynton Beach, Florida, do hereby proclaim that a General Election will be held in the City of Boynton Beach, Palm Beach County, Florida, on the 15th day of March 2016 to elect the Mayor - at Large and one Commissioner from District 3 to serve a three-year term expiring in March 2019. The voting hours are between 7:00 a.m. and 7:00 p.m. on said date. Polling places are hereby designated as follows: VOTING LOCATIONS PRECINCT # NAME & LOCATION 3136 Freedom Shores Elementary School 3168 3400 Hypoluxo Rd. 3138 Citrus Cove Elementary School 3172 8400 Lawrence Rd. 3140 Boynton Lakes North Clubhouse 3174 100 Redford Dr. 3142 Boynton Lakes North Clubhouse 3176 100 Redford Dr. 3146 Brookdale North Boynton Beach 3182 (formerly Newport Place) 4735 NW 7' Ct. 3164 Citrus Cove Elementary School 8400 Lawrence Rd. 3168 Boynton Beach Fire Station #3 3501 N. Congress Ave. 3172 Boynton Beach High School 4975 Park Ridge Blvd. 3174 Boynton Beach Fire Station #3 3501 N. Congress Ave. 3176 Boynton Beach High School 4975 Park Ridge Blvd. 3182 Imagine Schools Chancellor Campus 3333 High Ridge Rd. 3186 Christ Fellowship Church 801 N. Congress Ave. 3187 Christ Fellowship Church 801 N. Congress Ave. 3188 Christ Fellowship Church 801 N. Congress Ave. Page 12 of 710 3190 Imagine Schools Chancellor Campus 3333 High Ridge Rd. 3192 Palm Beach Leisureville #1 Clubhouse 1007 Ocean Dr. 3194 Boynton Beach Fire Station #2 2615 West. Woolbright Rd. 3196 Palm Beach Leisureville Clubhouse #3 2001 SW 13"` Ave. 3198 Boynton Beach Leisureville Clubhouse 1807 SW 18' St. 3200 Golfview Harbour Clubhouse 2775 SW 14"` St. 3202 Golfview Harbour Clubhouse 2775 SW 14' St. 4020 Christ Fellowship Church 801 N. Congress Ave. 4022 Congress Middle School 101 S. Congress Ave. 4024 Harvey E. Oyer Jr. Park US # 1 and NE 21 s Ave. 4026 Sterling Village Auditorium 500 S. Federal Highway 4034 Crosspointe Elementary School 3015 S. Congress Ave. 4036 Colonial Clubhouse 26 Colonial Club Dr. 4050 Hunters Run Courtside Caf6 3500 Clubhouse Ln 4052 Crosspointe Elementary School 3015 S. Congress Ave. 4053 Crosspointe Elementary School 3015 S. Congress Ave. 4054 Lakeview Baptist Church 2599 N. Swinton Ave. Delray Beach, FL 4062 Colonial Club Clubhouse 26 Colonial Club Dr. 4066 Seacrest Presbyterian Church 2703 N. Seacrest Blvd. Page 13 of 710 4068 Seacrest Presbyterian Church 2703 N. Seacrest Blvd. 4070 Seacrest Presbyterian Church 2703 N. Seacrest Blvd. 7178 Ezell Hester Community Center 1901 N. Seacrest Blvd. 7180 St. John Missionary Baptist Church 900 North Seacrest Blvd. 7182 Carolyn Sims Center 225 NW 12th Ave. 7184 St. John Missionary Baptist Church 900 North Seacrest Blvd. 7186 Boynton Beach Civic Center 128 E. Ocean Ave. 7188 Forest Park Elementary School 2701 SW 3rd St. 7190 Seacrest Presbyterian Church 2703 N. Seacrest Blvd. CITY OF BOYNTON BEACH JERRY TAYLOR, MAYOR ATTEST: JUDITH A PYLE, CMC INTERIM CITY CLERK (Corporate Seal) Page 14 of 710 3.B. ANNOUNCEMENTS, COMMUNITY & SPECIAL EVENTS & PRESENTATIONS 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 REQUESTED ACTION BY COMMISSION: The second Commission meeting in March has been rescheduled to Wednesday, March 16, 2016 at 6:30pm in the Commission Chambers due to the election on Tuesday, March 15, 2016. 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 City Manager Finance City Manager Reviewer Action Date Howard, Tim Approved 2/3/2016 - 4:13 PM Howard, Tim Approved 2/0/2016 - 6:47 AM LaVerriere, Lori Approved 2/11/2016 - 3:00 PM Page 15 of 710 3.C. ANNOUNCEMENTS, COMMUNITY & SPECIAL EVENTS & PRESENTATIONS 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 REQUESTED ACTION BY COMMISSION: Officer Brown and K9 Filip of the Boynton Beach Police Department will announce the 2016 South Florida Police K9 Competition. EXPLANATION OF REQUEST. The 2016 South Florida Police K9 Competition will be held Saturday, Feb. 27 from 2 p.m. - 8 p.m. at Boynton Beach Community High School. This free community event will feature more than 35 K9 officers and their dogs from police departments across the state competing in an obstacle course and the hardest hitting/fastest running dog. There will be a bounce house and rock climbing wall and interactive SWAT mission for children, as well as local vendors, demonstrations and food, drinks and T-shirts on sale. For more information, go to www.southfloridapolicek9competition.com HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT. Budgeted This event is funded through the Police Department's K9 Donation Account 691-5000-590-04-32 and additional support is received from community donations and on-site raffles. Support is also provided by various City Departments. ALTERNATIVES: Do not announce the K9 event. STRATEGIC PLAN: High Performing City Organization STRATEGIC PLAN APPLICATION: As part of the City's Strategic Plan, Principal 6: Fun Opportunities #5. CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type Description Other Event Flyer Page 16 of 710 REVIEWERS: Department Reviewer Action Police Patz, Jeff Approved Finance Howard, Tim Approved City Manager LaVerriere, Lori Approved Date 1/2012010 - 0:19 PPA 2/0/2010 - 0:02 AM 2/0/2010 - 2:09 PPA Page 17 of 710 him 3.D. ANNOUNCEMENTS, COMMUNITY & SPECIAL EVENTS & PRESENTATIONS 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 REQUESTED ACTION BY COMMISSION: Police Department to announce meeting on Monday, February 22, 2016 at 6:30 p.m. at the Carolyn Sims Center, 225 N.W. 12th Avenue to meet officers assigned to the Neighborhood Community Policing Program. EXPLANATION OF REQUEST: Residents of the Heart of Boynton community are invited to meet their new neighborhood officers on Monday, Feb. 22 at 6:30 p.m. at the Carolyn Sims Center, 225 N.W. 12th Ave. Sgt. Henry Diehl and Officer Terrance Paramore are assigned to the department's new Neighborhood Officer Policing Program. The goal of the program, funded by the Boynton Beach CRA, is to cultivate high levels of mutual trust, understanding and respect between the police and the residents of the neighborhoods they patrol. Sgt. Diehl and Officer Paramore will patrol on foot, bicycle and Segway. They will be assigned within the Heart of Boynton community with a specific geographical emphasis on the east and west portions of Martin Luther King Jr. Blvd. For more information about the community meeting, please contact Captain Michael Kelley at 742-6852 or kelleym@bbfl.us. 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: Page 19 of 710 ATTACHMENTS: Type Description D Attachment Event Flyer REVIEWERS: Department Reviewer Action Date Finance Howard, Tim Approved 2/1012016 - 10:40 AM Finance Howard, Tim Approved 2/10/2016 - 10:40 AM City Manager LaVerriere, Lori Approved 2/11/2016 - 2:42 PPA Page 20 of 710 51, KINIOU 21 B'� 0 1 ; ) 3.E. ANNOUNCEMENTS, COMMUNITY & SPECIAL EVENTS & PRESENTATIONS 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 REQUESTED ACTION BY COMMISSION: Presentation - Award of Appreciation to Mr. Glaston "Alex" Sims. EXPLANATION OF REQUEST: The City of Boynton Beach wishes to present an Award of Appreciation to Mr. Glaston "Alec' Sims for his 60 years of service within the Heart of Boynton Beach. Alex opened his first Barbershop in 1929; just a few blocks from his current shop, located in the 900 block of North Seacrest Boulevard, where he has been since 1956. Mr. Sims was born in Boynton Beach in April of 1929 and was married to Carolyn Sims, who passed away in 2002. The Carolyn Sims Center is named after his wife. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? This will not affect city programs or services. FISCAL IMPACT. Budgeted Plaques are budgeted under the City Commission's Miscellaneous Supplies budget. ALTERNATIVES: Do not allow the presentation. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? Grant Amount: REVIEWERS: Department Reviewer Action Date Page 22 of 710 City Manager Howard, Tim Approved Finance Howard, Tim Approved City Manager LaVerrier , Lori Approved 2/1012016 - 6:11 PPA 2/10/2016 - 6:11 PPA 2/11/2016 - 2:55 PPA Page 23 of 710 5.A. ADMINISTRATIVE 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 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: Arts Commission: 1 Reg and 1 Alt Building Board of Adjustments and Appeals: 2 Alts Education and Youth Advisory Bd.: 1 Alt, 1 Stu and 1 Stu N/V Library Bd.: 1 Alt Planning & Development Board: 1 Alt Senior Advisory Board: 2 Regs and 2 Alts Veterans Advisory Commission: 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: High Performing City Organization STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: Page 24 of 710 ATTACHMENTS: Type D Other D Other D Other D Other D Other D Other D Other REVIEWERS: Department City Clerk Description Appointmetns &Applicants Brake llarnes Stevens Podray Wilkinson Kathleen Wilkinson Lori Reviewer Action Pyle, Judith Approved Date 2/11/2016 - 2:14 Pl\A Page 25 of 710 ry r r a a r r a r i y r • N • Arts Commission I Merker Reg 3 yr term to 12/18 II McCray Alt 1 yr term to 12/16 Applicants None Building Board of Adjustment & Appeals I Merker Alt 1 yr term to 12/15 Tabled (3) 11 McCray Alt 1 yr term to 12/15 Education and Youth Advisory Board 1 Merker Alt 1 yr term to 12/16 11 McCray Stu 1 yr term to 12/16 111 Fitzpatrick Stu NN 1 yr term to 12/16 Applicants Lori Wilkinson - Current Alternate Kathleen Wilkinson, - Current Student Library Board II McCray Alt 1 yr term to 12/16 Applicants None Planning and development Board III Fitzpatrick Alt 1 yr term to 12/16 Applicants Jewel Stevens James Brake - Current Regular Andrew Podray Page 26 of 710 Senior Advisory Board IV Casello Reg 2 yr term to 12/17 Tabled (3) Mayor Taylor Reg 2 yr term to 12/17 i Merker Alt 1 yr term to 12/16 II McCray Alt 1 yr term to 12/16 Applicants Terry Hames Veterans Advisory Commission Merker Alt 1 yr term to 12/16 McCray Alt 1 yr term to 12/16 Applicants None Page 27 of 710 Stanzione, Tammy From: Jamesmbinc <noreply@123contactform.com> Sent: Friday, December 04, 2015 10:25 PM To: City Clerk Subject: Advisory Board Appointment application Today's date 12/04/2015 Name James Brake Gender Male Phone number 561-699-3232 Address 710 SW 27th Ter Boynton Beach Florida 33435 United States Email JamcsmbincLy)qol.co Current occupation or, if Realtor retired, prior occupation Education Bachelor of Arts Are you a registered voter? Yes Do you reside within the Yes Boynton Beach City limits? Do you own/manage a No business within City limits? If "yes", name of business: Are you currently serving Yes on a City board? Have you served on a City Yes board in the past? If "yes", which board(s) Planning and Development Advisory Board - current and when? Code Compliance Board - 2009 to 2011 Have you ever been convicted of a crime? If "yes", when and where? Advisory Board Palm Beach County Planning Commission - current Palm Beach County Land Development Regulation Advisory Board - current. No Planning & Development Board Page 28 of 710 D6'you wish to serve on No more than one board? Personal Qualifications Real estate licensee since 2005 Comprehensive background on several planning boards at the city and county level Professional Memberships Realtor Association of the Palm Beaches Certification 1, the applicant, hereby certify that the statements and answers provided herein are true and accurate. I understand that, if appointed, any false statements may be cause for removal from a board. The message has been sent from 108.220.238.119 (United States) at 2015-12-04 22:25:21 on Chrome 47.0.2526.73 Entry ID: 134 Referrer: boynton-beach.org/officials/advisory boardL.php Page 29 of 710 Ellis, Sha la g/6,6 From: vitaeser <no reply@ 123contactform.com > Sent: Tuesday, February 09, 2016 2:49 PM To: City Clerk Subject: Advisory Board Appointment application Today's date 02/09/2016 Name Terry Ilames Gender Female Phone number 561-436-9165 Address 656 NW I st Avenue on a City board? Have you served on a City Boynton Beach Florida 33426 board in the past? C-1) If "yes", which board(s) and when? United States No convicted of a crime? Email vitaesergbellsouth.net rn CO Advisory Board Current occupation or, if Administrator College/Accounting/CPR Instructor/ Serving the Aging. r—©oMc.., retired, prior occupation Certification 30- c,;; Education College ko C) C)n X 1 CD :rM Cl) Are you a registered voter? Yes W rn3> C-) Do you reside within the Yes Boynton Beach City limits? Do you own/manage a Yes business within City limits? If "yes", name of business: Vitae Services Are you currently serving No on a City board? Have you served on a City No board in the past? If "yes", which board(s) and when? Have you ever been No convicted of a crime? If ""yes"", when and where? Advisory Board Senior Advisory Board Personal Qualifications College/Accounting/CPR Instructor/ Serving the Aging. Professional Memberships N/A Certification 1, the applicant, hereby certify that the statements and answers provided herein are true and accurate. I understand that, if appointed, any false statements may be cause for removal from a board. 1 Page 30 of 710 The message has been sent from 73.1.179.85 (United States) at 2016-02-09 14:48:44 on Internet Explorer 11.0 Entry ID: 144 Referrer: www.boynton-beach.org/officiaIs/advisory boards.phg Page 31 of 710 e, Judith From: jewylstevens <noreply@123contactform.comy Sent: Thursday, October 29, 2015 12:59 PM To: City Clerk Subject: Advisory Board Appointment application Today's date 10/2912015 Name Tewyl Stevens Gender Female Phone number 679-770-7552 Address 60 Lake Eden Dr. yes Boynton Beach FLORIDA 33435 United States Email jew °lstevens ) mail.com Current occupation limits? or, if retired, prior Radiologic Technologist, Manager, Realtor, Georgia and Florida occupation Education 2 year technical school plus some college Are you a registered yes _ voter? Do you reside within the Boynton Beach yes City limits? Do you own/manage a business within City No limits? If "yes", name of business: Are you currently serving on a City No board? Have you served on a City board in the No past? If "yes", which board(s) and when? Have you ever been No convicted of a crime. If "yes", when and where? Advisory Board Planning &: Development Board I Page 32 of 710 Do you wish to serve on more than one board? Personal Many years in hospital management navigating between multiple specialized Qualifications departments to develop process and programs to enhance the services provided by the organization. (Not as easy as it sounds). Strong work ethics and moral compass. I enjoy finding solutions to difficult problems and seeing the results of having everything come together. I think the community has much untapped potential and I would like to be involved in assuring our children and grandchildren an even better place to live. Professional ARRT Memberships ASRT Certification 1, the applicant, hereby certify that the statements and answers provided herein are true and accurate. I understand that, if appointed, any false statements may be cause for removal from a board. The message has been sent from 73.0.200.70 (United States) at 2015-10-29 11:59:01 on Chrome 46.0.2490.80 Entry ID: 127 Referrer:www,boynton-beach.org/officials/advisory boards.php Page 33 of 710 Stanzione, Tammy From: poc14270 <noreply@123contactform.com> Sent: Tuesday, January 19, 2016 3:26 PIVI To: City Clerk Subject: Advisory Board Appointment application Attachments: resu melts retailoffice.docx Today's date 01/19/2016 Name Andrew Podray Gender Male Phone number 561-523-5140 Address 800 North Road Boynton Beach Florida 33435 United States Email pod4270 Lamol.com Current occupation or, if retired, prior President and CEO of American Housing Enterprises occupation Education Bachlors in Health Administration / Business Are you a Yes (J registered voter? Do you reside within the Boynton Yes Beach City limits? Do you own/manage a Yes business within City limits? If "yes", name of American Housing Enterprises business: Are you currently serving on a City No board? Have you served on a City board in the Yes past? If "yes", which Board of Adjustment and Appeals. I only served about 6 months. The board didn't meet board(s) and when? frequently enough and I did not want to use my talents to enforce the Building Department's codes. Page 34 of 710 Have you ever been convicted of a No crime? If "yes", when and where? Advisory Board Planning & Development Board Personal Please see Resume Qualifications Professional Please see resume Memberships Feel free to attach/upload an www.123contactform.com/upload dld.php?fileid=e75dl fc26b3b4dba940e5ac927d77d69 extra sheet or resume. Certification I, the applicant, hereby certify that the statements and answers provided herein are true and accurate. I understand that, if appointed, any false statements may be cause for removal from a board. 'rhe message has been sent from 98.242.164.67 (United States) at 2016-01-19 15:26:12 on Internet Explorer 11.0 Entry ID: 140 Referrer: www.boynton-beach.org/officials/advisory boards.php 2 Page 35 of 710 Andrew V. Podnay 8UUNorth Road Boynton Beach, Florida 33435 Office: (5G1)523-5140 Statement of General Qualifications American Housing Enterprises November 1$57'Present President andC.E.O. Boynton Beach, Florida During my sixteen plus years owning, managing, and developing multi -family, office and retail real estate, I have successfully owned' operated and/or developed 1228 apartment undo. 167.000 square feet of office and over 913,000 square feet of retail ottwenty nine different |wcmUnnn throughout Florida. Most of the buildings | am affiliated with were purchased in o ^Dimtnauoad Condition" and had to be renovated/streamlined tobecome profitable. These distressed properties exhibited avariety ofproblems including: Low Dccuponcy, High Expenses, Below Market Rents, Physical/Structural |eouem. Improper Staffing, and High Crime. Today, ! own and manage 841apartment units, 74.2O0 square feet cfoffice and 621.000 square feet ofretail property throughout the state ofFlorida. | actively manage/ upemioea||phmaaoot Collections, Leasing, Appnaisa|&a|um Evaluation Procurement and Interpretation, Financial Tax Prepand|nn, Aoouundn0, Evictions. Purchasing and Selling, Maintaining Community Relations, Advertising, Insurance Matters, Budget Adhensnce, Staffing. Payroll, and other similar functions related to the overall mwnenah|p, development and management ofrenta|/offine/ne(ai|property units. Returns Supervisor (During College) September 1996 - October 1997 AUDIO AMERICA WEST PALM BEACH, FLORIDA | dealt exclusively with customer credit accounts, merchandise returns and customer relations. | filed paperwork including invoicao, ordens, requests for credit, and minor budgeting paperwork. Additionally, | facilitated customers' orders and returns in conjunction with my supervisors and warehouse staff. Bachelors inBusiness/Financial Administration Graduated 1997 FLORIDA ATLANTIC UNIVERSITY BOCA R~TOw.FLDn|DA Graduating GPA (3.88) 4 Graduated with honors at the age of eighteen' � Accepted into college onthe early admissions program. � A recipient ofthe Florida Presidential Scholarship. � Amember ofthe Business Honors Society, Page 36 of 710 gm -b 'r"> , Ellis, S4hayla Tt) JN r From: kathleencwilkinson <noreply@123contactform.com> Sent: Friday, February 05, 2016 1:56 PM To: City Clerk Subject: Advisory Board Appointment application Today's date 02/05/2016 Name Kathleen Wilkinson Gender Female Phone number 561-733-9790 Address 2458 SW 23rd Cranbrook Drive Boynton Beach Florida 33436 United States Email kathleencwilkinson(kgmail.com Current occupation or, if Student retired, prior occupation Education Incomplete High School Are you a registered voter? No C -J Do you reside within the Yes n -4 c: Boynton Beach City limits? rn CO C-)-Wn - I r r" C) Do you own/manage a No business within City limits? C:):r If yes", name of business: Are you currently servingr"C-) No C11P, on a City board? Have you served on a City Yes board in the past? If "yes", which board(s) Education and Youth Advisory board and when? Have you ever been No convicted of a crime? If "yes", when and where? Advisory Board Education and Youth Advisory Board Personal Qualifications I am a student at Boynton Beach Community High School with two years of experience on the Education and Youth Advisory Board, and I would be able to vote with a students point of view if I were on the board. Professional Memberships Page 37 of 710 Certification 1, the applicant, hereby certify that the statements and answers provided herein are true and accurate. I understand that, if appointed, any false statements may be cause for removal from a board. The message has been sent from 107.196,68,141 (United States) at 2016-02-05 13:56:08 on Chrome 48.0.2564.103 Entry ID: 141 Referrer: Boynton-beach.orp,/officials/advisory boards.php Page 38 of 710 Ellis, Shayla From: 1signer <noreply@123contactform.com> Sent: Friday, February 05, 2016 2:03 PM To: City Clerk Subject: Advisory Board Appointment application Today's date 02/05/2016 Name Lori Wilkinson Gender Female Phone number 561-376-6208 Address 2458 SW 23rd Cranbrook Drive Boynton Beach Florida 33436 United States Email I signergbellsouth.net Current occupation or, if Teacher retired, prior occupation Education post secondary degree Are you a registered voter? Yes Do you reside within the Yes V Boynton Beach City limits? Do you own/manage a No business within City limits? if "yes", name of business: Are you currently serving on a City board? Have you served on a City board in the past? If "yes", which board(s) and when? Have you ever been convicted of a crime? If "yes", when and where? Advisory Board Personal Qualifications Professional Memberships Certification OR Yes Education and Youth Advisory Board since 2000 lm C-) n--4 corn I rInc) r -n : M. C:) x n Ln r-ncn Education and Youth Advisory Board I am amazing. Kiwanis GBBF 1, the applicant, hereby certify that the statements and answers provided herein I Page 39 of 710 are true and accurate. I understand that, if appointed, any false statements may be cause for removal from a board. The message has been sent from 107.196,68.141 (United States) at 2016-02-05 14:02:31 on Chrome 48.0.2564.103 Entry ID: 142 Referrer: boynton-beach.orgjofficials/advisoa boards.php Page 40 of 710 CONSENTAGENDA 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. R16-024 - Assess the cost of nuisance abatement on properties within the City of Boynton Beach EXPLANATION OF REQUEST: In accordance with the Municipal Lien Procedure on file in the City of Boynton Beach, the attached list contains the addresses of properties cited by Code Compliance for nuisances abated by a City -contracted vendor. Finance sent an invoice to each property owner. There was no response within the required 30 -day period. Copies of the invoices were then forwarded to the City Clerk's Office for continuation of the procedure. The property owners were again issued a copy of the invoice and a letter which offered an opportunity to pay the invoice within an additional 30 -day period. The attached list contains the names of the property owners who have still not responded to our correspondence. At this point in the procedures, authorization is requested to record liens against these properties in the public records of Palm Beach County within 30 days of adoption of the Resolution. Prior to sending the Resolution to the County for recording, the City Clerk will send another letter to each property owner notifying them they have another 30 days to pay the invoice before the Resolution is sent for recording. An additional administrative fee of $30 will be added to the assessment when the Resolution is sent to the County for recording. Thirty days after the Resolution is recorded, the property owners will receive, by certified mail, a copy of the Resolution and another letter stating the unpaid balance will accrue interest at a rate of 8% per annum. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT. This process allows us to place liens on the properties in order to reimburse the City for the services that were provided when the nuisances were abated. ALTERNATIVES: The alternative would be to not place liens on the properties and not collect for the service provided. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Page 41 of 710 Is this a grant? No Grant Amount: ATTACHMENTS: Type D Resolution D Exhibit REVIEWERS: Department City Clerk Finance Legal City Manager Description Resolution approving Nuisance Abatement ExhibitA Reviewer Action Date Pyle, Judith Approved 1/26/2016 - 10:54 AM Howard, Tim Approved 1/26/2016 - 11:00 AM Swanson, Lynn Approved 1/27/2016 - 3:44 PPA LaVerriere, Lori Approved 2/11/2016 - 2:55 PPA Page 42 of 710 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 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 RESOLUTION NO. R16 - A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA ASSESSING THE COSTS OF ABATEMENT OF CERTAIN NUISANCES AGAINST THE OWNERS OF THE PROPERTIES INVOLVED; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, a contract vendor was requested by Code Compliance to mow the lots, remove vegetation and board up structures on the properties, described in Exhibit "A"; and WHEREAS, the owners of the parcel(s) of property hereinafter described were invoiced by the Finance Department in an effort to recoup these costs with no response; and WHEREAS, said nuisance was not abated as required; and, WHEREAS, all of the property owners listed in the attached Exhibit "A" were sent letters offering them an opportunity to remit within 30 days in order to avoid incurring a lien on their property; and WHEREAS, the City Manager or her authorized representative has made a report of costs actually incurred by the City and abatement of said nuisance as to the property(s) involved, which is described in Exhibit "A" attached to this Resolution; and WHEREAS, upon passage of this Resolution, the property owners will be furnished with a copy of this Resolution, and given one more opportunity to remit all costs associated with the abatement in full within 30 days of the passage of the Resolution, before transmittal to the County for recordation of Liens; and NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA AS FOLLOWS: Section 1: Each Whereas clause set forth above is true and correct and incorporated herein by this reference. Section 2: The amount of costs incurred by the City and the abatement of the above-described nuisance as to the parcels of land, owned and indicated to wit: SEE ATTACHED EXHIBIT "A" C:AProgram Files (x86)Aneevia.com\docConverterProAtemp\NVDC\1D24C464-F25E-4B3B-AF59-574D5A10EC88\Boynton Beach.2688.1.Reso - Nuisance Abatement for 021616.doc Page 43 of 710 47 48 49 50 51 52 53 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 84 85 86 87 Subject amount is hereby assessed as liens against said parcels of land as indicated, plus an additional administrative charge of $30.00 for each Lien. Liens shall be of equal dignity with the taxes there from for the year 2016, and shall be enforced and collected in like manner pursuant to applicable provisions of law. In the event collection proceedings are necessary, the property owner shall pay all costs of the proceedings, including reasonable attorneys fees. Section 3. This Resolution shall become effective immediately upon passage. PASSED AND ADOPTED this day of February, 2016. CITY OF BOYNTON BEACH, FLORIDA Mayor — Jerry Taylor Vice Mayor — Joe Casello Commissioner — David T. Merker Commissioner — Mack McCray Commissioner — Michael M. Fitzpatrick VOTE ATTEST: Judith A. Pyle, CMC Interim City Clerk (Corporate Seal) YES NO C:AProgram Files (x86)Aneevia.com\docConverterProAtemp\NVDC\1D24C464-F25E-4B3B-AF59-574D5A10EC88\Boynton Beach.2688.1.Reso - Nuisance Abatement for 021616.doc Page 44 of 710 Ly zo O 0 LO N (6 CF) rn Ln rn rn rn rn rn rn rn O O M O O O O O O O 0 00 00 0 00 00 00 00 M 00 M � 00 00 Ln Ln Ln � � Q .ti,O O M O O O O O O O U C00 00 O 00 00 00 00 M06 M tLD QC l0 rl rl Ln Ln Ln Ln {i L fU -i N Ln I- m Ln Q I- Ln Ln Ln Ln l0 N N N Ln > l0 O O N N N l0 L.0 O Ol M l0 M cI N O {U, N M O Ln Ln Ln Ln L.0 M Ln L.0 O Ln �t �t �t M �t n m m Ol L!1 L!1 L!1 L!1 L!1 L!1 L!1 L!1 L!1 L!1 c -I c -I c -I c -I c -I c -I c -I c -I c -I c -I O O O Ln O O O O O � rl M m r -i Ln O O O O O O O O O M O O O O O cI O O O O O O I� ci c I N -i r -I Ln N O O O O O O cI cI cI O 1- O N� N N � N O N Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln O O O O O O O O O O QJ r -I J N J J J rMn J J M..:. U- O L- 10 L- L- LL J L- L - cu t Ln t It M i t t '� t t 4. U n U M U U U tCa U U Ca 41 cu x cu CU cu cu u cu cu (A CO m LL m m m fB m m N .4Ti, C C fB C C C m C C U � O U) O L1 L1 U) L1 OU) U) rn O C S Cc C C C c rn >- � r -I >- � c >- � >- � >- � >- � >- � 00 M Q CO M -i CO M M M M M 00 M 00 M 00 N D_ L Ln N Q i Ln U U U QQ d Q cu Ca .Ca r—ILU LU LU LU N u�cu z m z � LU z z 0 N Il U) Il z U) O z O z N 00 O M l0 N M 00 O O U) M N L.0 L.0 U) M L.0 00 U) r -I �t N-tt M r -I L.0 M r -I N r -I M U) N m d J N N J tU +� C uE f0 .N f0 J — f0 cu CU L e6 0U 0 co O c7 S z N Q LL i — w cu 4�coC cr- cu cu 0 cu to L cu 00 C ^� C co O aD N Z 0 m m t 0 t Ly zo O 0 LO N (6 M CONSENTAGENDA 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. R16-025 -Approve and authorize signing of an Agreement for Water Service outside the City limits with 1042 Hypoluxo Rd, LLC, for the property at 1044 Hypoluxo Road, Lantana, FL 33462. EXPLANATION OF REQUEST: The property covered by this Agreement is located in the unincorporated Palm Beach County area outside of the City limits in our water service area, on the South side of Hypoluxo Road, between Seacrest Blvd. and Overlook Road. The property historically receives water from a well and the owner now requests that we provide potable water in the future. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? The City is able to provide water to the property. The owner agrees to be responsible for all costs to provide service to the owner's premises. No additional construction is required by the City to serve this property. FISCAL IMPACT. Customers outside the City limits pay an additional 25% surcharge above the water rates charged to customers within the City. ALTERNATIVES: Deny request to provide service. If service is denied the Consumptive Use Permit could be subject to modification. The Utility Department is granted water allocation under the South Florida Water Management District Consumptive Permit. The current permit has limiting restriction #19 that states "The Permittee shall notify the District within 30 days of any change in the service area boundary. If the Permittee will not serve a new demand within the service area for which the annual allocation was calculated, the annual allocation may then be subject to modification and reduction." Although it is highly unlikely that refusal to serve one property would trigger modification or reduction of the annual allocation, this provision should be noted. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Page 46 of 710 Is this a grant? No Grant Amount: ATTACHMENTS: Type rh�01 REVIEWERS: Department Reviewer Utilities -Customer Service Groff, Colin Finance Howard, Tim Legal Swanson, Lynn City Manager LaVerriere, Lori Description Resolution approving Water Service Agreement at 1044 Hypoluxo Road Agreement wsa backup Action Date Approved 2/2/2016 - 3:18 PPA Approved 2/5/2016 - 8:32 AM Approved 2/5/2016 - 11:34 AM Approved 2/11/2016 - 3:02 PPA Page 47 of 710 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 RESOLUTION NO. R16 - A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, AUTHORIZING AND DIRECTING THE CITY MANAGER TO SIGN AN AGREEMENT FOR WATER SERVICE OUTSIDE THE CITY LIMITS AND COVENANT FOR ANNEXATION BETWEEN THE CITY OF BOYNTON BEACH AND 1042 HYPOLUXO ROAD LLC; PROVIDING AN EFFECTIVE DATE. WHEREAS, the subject property is located outside of the City limits, but within our water and sewer service area, at 1044 Hypoluxo Road, Lantana, FL 33462 (Parcel Control Number 00-43-45-09-03-000-0080); and WHEREAS, the parcel covered by this agreement is located in the unincorporated Palm Beach County portion of the City's utility service area; and WHEREAS, the property historically receives water from a well and the owner requests that the City provide potable water in the future; and WHEREAS, no additional construction is required by the City to serve this property. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. Section 2. The City Commission hereby authorizes and directs the City Manager to sign a Water Service Agreement between the City of Boynton Beach, Florida and 1042 Hypoluxo Road LLC., a copy of which is attached hereto as Exhibit "A". Section 3. This Resolution shall become effective immediately upon passage. C:AProgram Files(x86)Aneevia.com\docConverterProAtemp\NVDC\7362FC58-D806-4943-8D7E-2971DEEF9D2A\Boynton Beach. 2732.1.1044_Hypoluxo _Road _WSA-_Reso.docx Page 48 of 710 30 31 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 PASSED AND ADOPTED this day of , 2016. CITY OF BOYNTON BEACH, FLORIDA Mayor — Jerry Taylor Vice Mayor — Joe Casello Commissioner — David T. Merker Commissioner — Mack McCray Commissioner — Michael M. Fitzpatrick VOTE ATTEST: Judith A. Pyle, CMC Interim City Clerk (Corporate Seal) YES NO C:AProgram Files(x86)Aneevia.com\docConverterProAtemp\NVDC\7362FC58-D806-4943-8D7E-2971DEEF9D2A\Boynton Beach. 2732.1.1044_Hypoluxo_Road _WSA-_Reso.docx Page 49 of 710 THIS AGREEMENT made on this <-ZJay of Abe�-b20116 and e by and betwe 1042 HYPOLUXO ROAD, LLC (Name of Corporation), hereinafter called the "Customer", and CITY OF BOYNTON BEACH, a municipal corporation of the State of Florida, hereinafter call the �vitypv. WHEREAS, Customer owns real property outside of the jurisdictional limits of the City of Boynton Beach, Florida; and WHEREAS, Customer has requested that the City of Boynton Beach, Florida provide water service to the property owned by Customer; and WHEREAS, the City of Boynton Beach has the ability to provide water service to Customer's property; and WHEREAS, the City of Boynton Beach has a policy which conditions the grant of water services outside of its jurisdictional limits on annexation of the property to be serviced into the City at the earliest practicable time. NOW THEREFORE, for and in consideration ofthe privilege of receiving water service from the Municipal Water System and the mutual covenants expressed herein, the City of Boynton Beach and the Customer, his heirs, successors and assigns, agree as follows: I . The City agrees to provide Customer with water service from its Municipal Water System to service the real property described as follows and which Customer represents is owned by Customer: (Exhibit A) 2. The Customer and the City hereby agree that there are Equivalent Residential Connections which City shall service. 3. The Customer agrees to pay all costs and fees of engineering, material, labor, installation and inspection of the facilities as required by the City of Boynton Beach Code of Ordinances or Land Development regulations to provide service to the Customer's premises. The Customer shall be responsible for installation in conformance with all codes, rules and regulations applicable to the installation and maintenance of water service lines upon the Customer's premises. All such lines shall be approved by the Director of Utilities and subject to inspection by the City Engineers. The City shall have the option of either requiring the Customer to perform the work necessary to conform the lines or the City may have the work performed on behalf of the Customer, in which case the Customer will pay in advance all estimated costs thereof. In the event the City has such work performed, the Customer will also advance such additional funds as may be necessary to pay the total actual costs incurred by the City. 4. Any water main extension made pursuant to this Agreement shall be used only by the Page 50 of 710 Customer, unless written consent is granted by the City of Boynton Beach for other parties to connect. All connections shall be made in accordance with the Codes and regulations of Boynton Beach. 5. Title to all mains, extensions and other facilities extended from the City Water Distribution System to and including the metered service to Customer shall be vested in the City exclusively unless otherwise conveyed or abandoned to the property owner. 6. The Customer agrees to pay all charges, deposits and rates for service and equipment in connection with water service outside the City limits applicable under City Ordinances and rate schedules which are applicable which may be changed from time to time. 7. Any rights-of-way or easements necessary to accommodate the connections shall be provided by the Customer to the City. 8. The Customer shall, contemporaneously execute and deliver to the City an Irrevocable Special rower of Attorney granting to the City the power and authority to execute and advance on behalf of the Customer a voluntary petition for annexation. Customer covenants that it shall cooperate with the City and not raise opposition or challenge to such annexation if and when annexation is initiated. The property shall be subject to annexation at the option of the City at any time the property is eligible under any available means or method for annexation. Customer will inform any and all assigns or purchasers of any or part of this property of this covenant and of the irrevocable special power of attorney, but Customer's failure to provide such notice shall not constitute a defense or bar to the City's rights as set forth herein. The Customer acknowledges that the consideration of initially connecting to the City's water supply is sufficient to support the grant of the power of attorney any subsequent disconnection or lack of service shall in no way impair the power of attorney nor constitute a diminution or lack of consideration. 9. Annexation is intended to be and is hereby made a covenant running with the land described in paragraph 1 above. This Agreement and the power of attorney referenced herein is to be recorded in the Public Records of Palm Beach County, Florida, and shall be binding on the Customer and all subsequent transferee, grantees, heirs, successors and assigns. 10. It is agreed that the City shall have no liability in the event there is a reduction, impairment or termination in water service to be provided under this Agreement due to any prohibitions, restrictions, limitations or requirements of local, regional, State or Federal agencies or other agencies having jurisdiction over such matters. Also, the City shall have no liability in the event there is a reduction, impairment or termination of water service due to acts of God, accidents, strikes, boycotts, blackouts, fire, earthquakes, other casualties or other circumstances beyond the City's reasonable control. 11. The Customer hereby agrees to indemnify, defend and hold harmless the City of Boynton Beach, Florida, its Mayor, Members of the City Commission, Officers, employees and agents (Both in their individual and official capacities) from and against all claims, damages, law N Page 51 of 710 suits and expenses including reasonable attorneys fees (whether or not incurred on appeal or in connection with post judgment collection) and costs rising out of or resulting from the Customer's obligation under or performance pursuant to this Agreement including disputes for breach of warranty of title. 12. No additional agreements or representations skull be binding on any of the parties hereto unless incorporated in this Agreement. No modifications or change in this Agreement shall be valid upon the parties unless in writing executed by the parties to be bound thereby. 13. The Customer warrants to the City that Customer holds legal and beneficial title to the property which is the subject of this Agreement. 1� � �1►�-1�11►117 �1:Z17 � J�1''! �! 1►Y Y �1�►�LM [�7�►/1111!•� Il �! �M 1�:� 1I_��:I .� 0 Page 52 of 710 MAM I 12 1► F.IVV#Mv FOR CORPORATE NOTARIZATION: STATE OF 6Yae LY[ )ss: COUNTY OF 51010 5111151 By: Its: kv nfinit Name and Ti le I HEREBY CERTIFY that on this day, before me, an officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared & p��&j c,±-� I- as " C -A K of IhQ2- LLC, named in the foregoing agreement and that he/she acknowledged executing tYie same in th�e presence of two M717414PT1111 4i4 I is I Joe 14 V-Mullpag4 !MEMO= Ell Page 53 of 710 Ulf _(YNSERT NAME) Lori LaVerriere, City Manager City Clerk Em MJT-Z!�� City Attorney STATE OF FLORIDA )ss: COUNTY OF PALM BEACH) I HEREBY CERTIFY that on this day, before me, an officer duly authorized in the Stai aforesaid and in the County aforesaid to take acknowledgments, personally appeared Lo LaVerriere, City Manager and City Clerk respectively, of Cifw -iwaed i -,F Vie foregoi-ig aweewe-tt a -rd *at * ev eyecuti , . - , ' vgg SULU %-IL��-Llu L11dW'MYT7 MY aniXeci Viere-co is uie LrTe corporate Real mixea mereto is me corporate seal of said City. WITNESS my hand and official seal in the County and State last aforesaid this _ day of ,201_. (Notary Seal) �1 Notary Public Page 54 of 710 (By Corporate Representative) STATE OF FLORIDA I, MOHAMMAD ABDELAZIZ, as Corporate Representative of 1042 HYPOLUXO ROAD, LLC, hereinafter "Grantee", hereby make, constitute, and appoint THE CITY OF BOYNTON BEACH, FLORIDA, true and lawful attorney in fact for Grantee and in Grantee's name, place and stead, for the sole purpose of executing on behalf of Grantee the power to initiate, maintain, and complete a voluntary petition for annexation of the real property described herein into the CITY OF BOYNTON BEACH. This power shall extend to the CITY OF BOYNTON BEACH full and complete authority to act on Grantee's behalf to accomplish annexation by any available means. The real property which is the subject of this power is described as follows: PCN No.: 00-43-45-09-03-000-0080 The powers and authority of my attorney, THE CITY OF BOYNTON BEACH, FLORIDA, shall commence and be in full force and effect on the -?,R- day of and the powers and authority shall be irrevocable by Grantee. Page 55 of 710 IN WITNESS WHEREOF, we have hereunto set our hands and seals the 2--Z day of in the year 20L —& Corporation Nameja44��f�q- b 0 fie'p ac eOign SOS Print lacne In= i,TATE OF COUNTY OFA By Pri: ATTEST ..................... Secretary Corporate Seal: SS: I HEREBY CERTIFY that on this day, before me, an ofiicer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared as QL4, of nam d in e foregoing agreement and that he/she acknowledged executing tWe same in thg presence of two subscribing witnesses freely and voluntarily under authority duly vested in him/her by said Corporation and that the Corporate seal affixed thereto is the true corporate seal of said Corporation. Witness my hand and official seal in the County and State last aforesaid this �DQA day of Muly Pubk Stm of nt"Ma NOTARY PUBLId Taralyn Pran)c MY CWMRbabn FF 177863 .............. 6-A- . ............................ . . Printed Name My Commission Expires: 11 k ok W 2) SACA\AGATFS\Water ServiceTower of Attorney -Corp. 1-6-06.doc H:\1990\900182.BB\AGMT\PowerofAttomey-Corp 1-6-06.doe Page 56 of 710 Gare R, M fits', CAA F Location Address 1044 HYPOLUXO RD Municipality UNINCORPORATED Parcel Control Number 00-43-45-0-0-000-0080 Subdivision HYPOLUXO RIDGE IN Official Records Book 26934 Page 782 Sale Gate JUL-2014 Legal Description HYPOLUXO RIDGE, LTS ,8 & 9 Owners 1042 HYPOLUXO ROAD LLC Homestead e Ft,,,(��)pfi(.Irl addressMafflng Sales Date Price OR Book/Page Sale. Type Owner JUL-2014 $600,000 26934 /0782 WARRANTY DEED 1042 HYPOLUXO ROAD LLC APR -2003 $373,000 25162 /1251 WARRANTY DEED M i.1 B HOLDING CO SEP -1998 $192,500 10632 /1384 DEED OF TRUST MAY -1993 .$100 07723 /0589 QUIT CLAIM APR -1981 $225,000 03501/ 1285 WARRANTY [TEED No Exemption Information Available. I Number of Units 0 *Total Square Feet 7842 Acres 0.2525 Use Code 1200 _ Zoning CG - General Commercial (00- STORE/OFFICE/ RESIDENTIAL UNINCORPORATED) Tax Year 2015 2014 2013 Improvement Value $334,652 $244,613 $230,947 Land Value $177,760 $123,420 $103,730 Total Market Value $512,412 $368,033 $334,677 All values are as of January 1st each year 2015 2014 201.3 $512,412 $368,033 $334,677 $0 $0 so $512,412 $368,033 $ 334,677 20:15 2014 2013 $9,528 $6,919 $6,313 $3,474 $3,697 $3,710 $13,002 $10,616 $10,023 http://Www.co.pahn-beach.fl.uslpapalAspsIPropertyDetaillPropertyDetail.aspx?parcel=004... qpA716of 710 i CTS {� ' ! a r W'049'=1 a949E-zzi J Tr �! itsZS l CS _ f 1 P. t W101*01 'Detail by Entity Name J =-*r.1 1042 HYPOLUXO ROAD, LLC Effing Information Document Number L14000095569 FEI/ElN Number 47-1104792 Date Filed 06/13/2014 Effective Date 06/1312014 State FL Status ACTIVE Principal Address 1042-1044 HYPOLUXO RD LANTANA, FL 33462 Mailing Address 1784 N CONGRESS AVE #100 WEST PALM BEACH, FL 33409' Re9hattmd Agent Name & Address ABDELA'tIZ, MOHAMMAD 1784 N CONGRESS AVE # 100 WEST PALM BEACH, FL 33409 vm�A Inl= Name & Address ABDELAZIZ. MOHAMMAD 1784 N CONGRESS AVE # 100 WEST PALM BEACH, FL 33409 Report Year Filed Date 2015 0211712015 Detail by Entity Name 02/17/2-015 ANNUAL REPORT View image in PDF format ............................. poop 06/13/2014 Flodda L ----------- -imited L�abH-Ijy ,sue image in PDF fonTlat ........................... - - 6.C. CONSENTAGENDA 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. R16-026 -Authorize the purchase of Geofeedia a Location Based Social Media Monitoring Service in the amount of $20,475. EXPLANATION OF REQUEST: Subscription Term: January 1, 2016 - September 30, 2017. Geofeedia will be the first step in implementing a predictive policing program in the police department. This program will enable certain members of the department to monitor posts that are publicly made on seven different popular social media sites. This will allow the police department to create investigative leads in cases as well as monitor and potentially prevent mass casualty/active shooter type incidents. This program gives real time information and immediate email/te)d alerts for preset alert words or phrases. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? This program allows a proactive instead of reactive approach to policing. We are able to receive alerts regarding specific identified criminals, threats against public servants/dignitaries, suicidal subjects, and other criminal activity in a real time manner. The program allows the department to draw "geofences" around various areas around the city and monitor what people are publically posting on social media websites. The program has been used by other cities to investigate active shooter incidents, track drug dealers, and prevent suicides. FISCAL IMPACT. Non -budgeted The cost of the program for 10 users for the period of January 1, 2016 through September 30, 2017 is $20,475. The cost will be prorated based on the date of initial implementation. Forfeiture funds would be used to purchase this program. Account 691-5000-590-04-22. See attached. ALTERNATIVES: Geofeedia has provided a sole source letter. See attached. STRATEGIC PLAN: Great Neighborhoods: Safe, Affordable and Livable STRATEGIC PLAN APPLICATION: This program will allow the police department to take proactive action when information is obtained from social media sites with the hopes of preventing crimes and suicides. CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: Page 60 of 710 CONTRACTS VENDOR NAME: Geofeedia START DATE: END DATE: CONTRACT VALUE: MINORITY OWNED CONTRACTOR?: No EXTENSION AVAILABLE?: No EXTENSION EXPLANATION: ATTACHMENTS: Type D Agreement D Addendum D Addendum D Addendum D Addendum D Addendum Description Resolution approving Geofeedia SerNAces Agreement Geofeedia Devised Agreement Chief Memo to Cm Purchase Request Memo Geofeedia Sole Source Geofeedia Purchase Order Geofeedia W9 Page 61 of 710 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 RESOLUTION NO. R16 - A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY MANAGER TO SIGN A GEOFEEDIA SERVICE AGREEMENT FOR A LOCATION BASED SOCIAL MEDIA MONITORING SERVICE IN THE AMOUNT OF $20,475 AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the Geofeedia program will enable certain members of the Police Department to monitor posts that are publicly made on seven different social media sites which will allow the department to create investigative leads in cases as well as monitor and potentially prevent mass casualty/active shooter type incidents; and WHEREAS, the Geofeedia program allows a proactive instead of reactive approach to policing by receiving alerts regarding specific identified criminals, threats against public servants/dignitaries, suicidal subjects and other criminal activity in areal time manner; and WHEREAS, the department is requesting the Commission to authorize the City Manager to sign a Geofeedia Services Agreement for a location based social media monitoring service in the amount of $20,475 for the period January 1, 2016 to September 30, 2017. 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 26 hereof. 27 W Section 2. The City Commission of the City of Boynton Beach, Florida does hereby approve and authorize the City Manager to sign a Geofeedia Services Agreement for C:\Program Files (x86)\neevia.com\docConverterPro\temp\NVDC\72BA1486-E744-4D50-82DD-9788F15DF24D\Boynton Beach. 2743.1.Geofeedia_Service _Agreement _ _Reso.doc Page 62 of 710 29 a location based social media monitoring service in the amount of $20,475, a copy of which 30 is attached hereto as Exhibit "A". 31 Section 3. This Resolution shall become effective immediately upon passage. 32 PASSED AND ADOPTED this day of , 2016. 33 34 CITY OF BOYNTON BEACH, FLORIDA 35 36 YES NO 37 38 Mayor — Jerry Taylor 39 40 Vice Mayor — Joe Casello 41 42 Commissioner — David T. Merker 43 44 Commissioner — Mack McCray 45 46 Commissioner — Michael M. Fitzpatrick 47 48 49 VOTE 50 ATTEST 51 52 53 54 Judith A. Pyle, CMC 55 Interim City Clerk 56 57 58 59 (Corporate Seal) C:\Program Files (x86)\neevia.com\docConverterPro\temp\NVDC\72BA1486-E744-4D50-82DD-9788F15DF24D\Boynton Beach. 2743.1.Geofeedia_Service _Agreement _ _Reso.doc Page 63 of 710 GEOFEEDIA SERVICE AGREEMENT This Geofeedia Service Agreement (this "Agreement"), dated as of the date of last signature below (the "Effective Date"), is made and entered into by and between Geofeedia, Inc., a Delaware corporation "us," "we" and "our," as the context requires) and the customer identified on the signature line below ("you" and "your," as the context requires). This Agreement consists of the Order Form(s) and the terms and conditions herein. This Agreement is not effective unless and until signed by both parties. 1. Definitions. 1.1 "Authorized User(s)" means those users identified by name and type of user access on the Order Form who have received a User ID in order to access the SAAS Service online. 1.2 "Authorized Purpose(s)" means use of the SAAS Service to search for, organize, review and use the Social Media Content for your benefit, and for any other purposes expressly identified on the Order Form. 1.3 "Customer Data" means all information, records, files, and data entered into, received, processed, or stored by or for you and your Authorized Users using the SAAS Service, including, without limitation, Registration Information (as defined below). 1.4 "Order Form" means an order form we issued that is executed by the parties and that sets forth the specific information relating to the products and services you have the right to receive, the fees payable to us and the initial term, and which may include, without limitation, (i) identification of any Services other than the SAAS Service, (ii) any additional Authorized Purposes for which you may access the Services, (iii) any terms on which User IDs may be shared, and (iv) any provisions applicable to renewal terms. 1.5 "SAAS Service" means access and use of our Geofeedia software platform via the Internet, including but not limited to services capable of searching, retrieving, and storing Social Media Content by Authorized Users. 1.6 "Services" means the SAAS Service, Support Services, training and associated services we provide to you under this Agreement. For the avoidance of doubt, the SAAS Service does not include the Social Media Content. 1.7 "Social Media Content" means information obtained from the Internet by the SAAS Service based on or related to searches, including but not limited to links, posts and excerpts, and data derived thereof, such as reports, summaries, graphs and charts. 1.8 "Support Services" has the meaning set forth in Section 4 1.9 "Update" means any improvement, enhancement, modification and/or changes to the SAAS Service we offer or provide. 1.10 "User ID" means a unique user identification assigned to an Authorized User; provided however that if your Order Form provides express conditions upon which User IDs may be shared, User IDs may be shared subject to those conditions. 2. SAAS Service 2.1 Access. We grant your Authorized Users a nonexclusive, personal and nontransferable right to access the SAAS Service during the term of this Agreement solely for the Authorized Purposes. Your use of the SAAS Service is limited to the terms of this Agreement and the parameters defined in the Order Form, including its limits regarding the number of Authorized Users. As a condition to access, you and your Authorized Users agree to comply with (i) the terms and conditions set forth in this Agreement; (ii) applicable laws and regulations; and (iii) the terms of service of the platforms from which the Social Media Content originates. Page 64 of 710 2.2 Restrictions. You will not, in whole or in part, (a) copy the SAAS Service or distribute copies of the SAAS Service to any third party; (b) modify, adapt, translate, reverse engineer, make alterations, decompile, disassemble or make derivative works based on the SAAS Service except as otherwise permitted by law; (c) rent, loan, sub -license, lease, distribute or attempt to grant any rights to the SAAS Service to third parties; or (d) use the SAAS Service to act as an application service provider or reseller of the SAAS Service to third parties, or to permit access to the SAAS Service by any kind to any third parry. Use of the SAAS Service is also subject to our privacy policy, available through our website, https:Hgeofeedia.com/privacy-policy. 2.3 Right to Suspend or Terminate the SAAS Services; No Content License. In general, the Service is designed to store links to locations where Social Media Content is hosted on third -parry websites that we do not own or control. We do not guarantee that any specific Social Media Content will remain available or accessible. We reserve the right to immediately suspend or terminate the affected SAAS Service and/or to remove the Social Media Content from the SAAS Service, if required by the third -parry platform from which the Social Media Content was received or if we reasonably believe that the SAAS Service or the Social Media Content is or is about to become non-compliant with any applicable law, regulation or policy, or is likely to become the subject of a lawsuit or material dispute. However, our action or inaction shall not be deemed review or approval of such use of such Social Media Content. You acknowledge that, depending upon your intended use, including copying and reproduction, of the Social Media Content, you may be required to obtain licenses or permissions from the author or owner of the Social Media Content, abide by copyright law or other applicable law and abide by terms of service for the sources from which the Social Media Content was obtained. We do not license the Social Media Content and are not responsible for your use of the Social Media Content. Your use of Social Media Content is at your sole risk. 3. Authorized Users. 3.1 Authorized Users. The number of Authorized Users granted access hereunder is set forth in the Order Form. 3.2 Additional Users; Reassignment of Authorized Users. Unless otherwise specified in the applicable Order Form: (i) SAAS Services may be accessed by no one other than the Authorized Users; (ii) additional subscriptions may be purchased for additional Authorized Users for prorated fees during the term of this Agreement; and (iii) such additional Authorized User accounts shall terminate on the same date as the pre-existing Authorized User accounts terminate. Authorized User account subscriptions are for designated Authorized Users only. Except as expressly provided in an Order Form, User IDs cannot be shared. However, User IDs may be reassigned to new Authorized Users replacing former Authorized Users who no longer require ongoing use of the SAAS Services. You shall designate at least one (1) Authorized User to act as an administrator who will be responsible for requesting set-up and removal of Authorized User accounts and for other administrative tasks related to your use of the Services. If applicable law requires the consent of the Authorized User before a third -parry receives particular information about him or her (personal information), you shall obtain the Authorized User's consent before providing such information to us. 4. Support Services and Training. 4.1 Support Services. We will provide reasonable support efforts that do not require code changes ("Support Services") at no additional charge. We may provide upgraded support to you at mutually agreed upon rates, if available, through an Order Form referencing this Agreement. 4.2 Service Limitations; Maintenance. The Service may be temporarily unavailable, without notice, from time to time, including due to required maintenance, improvements, telecommunications interruptions, or other disruptions affecting the applicable third parry provider of Social Media Content and the Internet generally. In addition, we reserve the right to take down applicable servers hosting the SAAS Service upon reasonable notice to conduct routine regularly scheduled maintenance checks ("Scheduled Maintenance"); provided that, the number of Scheduled Maintenance checks each month during the term of this Agreement will not be excessive in relation to our historical Scheduled Maintenance practices and patterns. We will use commercially reasonable efforts to perform Scheduled Maintenance outside of regular business hours. We will not be responsible for any damages or costs you incur in connection with Scheduled Maintenance performed in accordance with this Agreement. Page 65 of 710 5. Additional Services. The parties may add additional training services and/or consulting, interface development or other services by mutual agreement by adding an additional Order Form referencing this Agreement. 6. Fees and Payment. 6.1 Fees. Fees for the initial term of this Agreement are set forth in the Order Form. 6.2 Payment Terms. You shall pay the Fees as specified in the Order Form. We will invoice you in advance and otherwise in accordance with the relevant Order Form. Invoiced charges are due net 45 days from the invoice date. You are responsible for providing complete and accurate billing and contact information to us and notifying us of any changes to such information. If you provide automatic payment information, you authorize us to store the information and use it to charge the associated billing source according to the Order Form without further authorization until termination of the Order Form or this Agreement. If automatic payment is terminated and not replaced within three business days of notice, we have the right to suspend access to the Service by you and your Authorized Users until payment is current. 6.3 Taxes. Each party shall be responsible for any personal property taxes on property it owns or leases, for franchise and privilege taxes on its business, and for taxes based on its net income or gross receipts. We shall be responsible for any sales, use, excise or similar taxes payable by us on any goods or services used or consumed by Services Provider in providing the Services hereunder. You shall be responsible for any sales, use, excise or similar taxes that are imposed on any charges made by us to you under the terms of this Agreement. 7. Responsibilities of the Parties. 7.1 Registration Information. You will promptly provide to us the name and contact information of each Authorized User to register each Authorized User (collectively, the "Registration Information") to use the SAAS Service. We acknowledge that such Registration Information (and all Customer Data) is your (and/or your affiliates' or Authorized Users') confidential and proprietary information; we shall maintain and protect such information with the same care and measures to avoid unauthorized disclosure or access as we use with our own confidential information (but in no event less than a reasonable standard of care) and will use such information solely to carry out the purposes for which the information was disclosed. 7.2 User IDs. Except as expressly provided in an Order Form; each Authorized User must have a unique User ID for his or her access to the SAAS Service; you must exert commercially reasonable efforts to ensure that your Authorized Users will use only their respective assigned User IDs and not another's User ID. You must adopt and maintain such security precautions for User IDs to prevent their disclosure to and use by unauthorized persons and must promptly notify us if you become aware that the security or integrity of a User ID or password has been compromised 7.3 Access and Compliance. You agree that (a) you are responsible for all obligations under this Agreement arising in connection with your use, including all users using User IDs assigned to you, of the Services; (b) you are responsible for any act or omission by any of such users of the Services, which, if performed or omitted by you, would be a breach of this Agreement and any such act or omission will be deemed to be a breach of this Agreement by you; (c) you will use commercially reasonable efforts to prevent unauthorized access to or use of the Services; (d) you and your Authorized Users will only access and use Services in accordance with this Agreement, applicable laws and the terms of service of the platforms from which the Social Media Content originates; and (e) you and your Authorized Users shall not use the Services in a law enforcement capacity to conduct surveillance or obtain information that would require a subpoena, court order, or other valid legal process. 7.4 Computer System. You will: (a) cooperate and consult with us in the set-up and activation of the SAAS Service for you, and (b) provide and maintain your own Internet access and all necessary communications equipment, software and other materials necessary for Authorized Users to access and use the SAAS Service. You are responsible for the security of your own computer systems and the security of your access to and connection with the SAAS Service. 7.5 No Interference with Service Operations. You will not knowingly take any action that: (a) interferes or Page 66 of 710 attempts to interfere with the proper working of the SAAS Service or engage in any activity that disrupts, diminishes the quality of, interferes with the performance of, or impairs the functionality of the SAAS Service; (b) circumvents, disables, or interferes or attempts to circumvent, disable, or interfere with security -related features of the SAAS Service or features that prevent or restrict use, access to, or copying of any data or enforce limitations on use of the SAAS Service; or (c) imposes or may impose, in our reasonable discretion, an unreasonable or disproportionately large load on the SAAS Service infrastructure. 8. Term and Termination. 8.1 Term of Agreement. This Agreement commences on the Effective Date and continues until terminated in accordance with this Agreement or as provided in the Order Form. 8.2 Termination for Cause. A party may terminate this Agreement (i) for cause upon 15 days written notice to the other party of a material breach if such breach remains uncured at the expiration of such period, or (ii) immediately if the other party becomes the subject of a petition in bankruptcy or any other proceeding relating to insolvency, receivership, liquidation or assignment for the benefit of creditors. Without limiting any remedies otherwise available to you under law or in equity, if you terminate this Agreement as a result of any event described in this Section 8.2, (a) we shall refund to you a pro -rata amount of any fees pre -paid by you for which you did not receive use of the SAAS Service in accordance with this Agreement and (b) you will have no further payment obligation to us. 8.3 Effect of Termination. We will destroy any Customer Data still residing on our systems within thirty days after the termination of this Agreement. The definitions herein and the terms of Sections 8-12 (inclusive) shall survive the expiration or termination of this Agreement. 9. Proprietary Rights; Publicity. 9.1 Proprietary Rights. We are and will remain the exclusive owner of all right, title and interest in and to the SAAS Service and Updates, including all intellectual property rights therein. As between the parties, you are and will remain the exclusive owner of all right, title and interest in and to Customer Data, including all intellectual property rights therein. 9.2 Publicity. Except as expressly provided herein with respect to Customer Data, we shall have no right to use your intellectual property, including, but not limited to, your name, trademarks, logos (or the names, trademarks or logos of your affiliates), in whole or in part, for any purpose. 9.3 Feedback. To the extent that we receive from you or any of your Authorized Users any suggestions, ideas, improvements, modifications, feedback, error identifications or other information related to the SAAS Service or any other products or services ("Feedback"), we may use, disclose and exploit such Feedback without restriction, including to improve the Services and to develop, market, offer, sell and provide other products and services. 10. Representations; Limitations of Liability. 10.1 Covenants, Representations and Warranties. Each party agrees to comply with all applicable laws and regulations in connection with performing its obligations under and exercising its rights under this Agreement. We represent and warrant that: (a) the SAAS Service complies with all relevant API terms and conditions and policies of each applicable third party provider of Social Media Content (such as Twitter, YouTube, Flickr, Picasa and Instagram) accessible through the SAAS Service, and the SAAS Service (excluding your use of the Social Media Content) complies with all applicable laws, rules and regulations; (b) we have all rights and licenses necessary in order make the SAAS Service available to you under this Agreement and for us to grant the rights and licenses we grant to you under this Agreement, and your use of the SAAS Service (excluding your use of the Social Media Content) shall not infringe upon (whether direct or contributory), misappropriate, or otherwise violate the intellectual property or other rights of any third party or otherwise subject you or any of your affiliates to any royalty or other fees, obligations, or attribution of any type by you to any third party; and (c) there are no actions, suits, proceedings, or other impediments, actual or threatened against us that would undermine, prevent or impair us from fulfilling its obligations or granting the rights to you as provided under this Agreement. 10.2 Disclaimer. Except as expressly provided herein, we make no warranties related to the Services Page 67 of 710 provided hereunder, and hereby disclaim all warranties, express or implied, including without limitation, warranties of merchantability and fitness for a particular purpose. You assume complete responsibility for the selection of the Services to achieve your intended results and for your use of the results obtained from the Services. We do not warrant that the Services will meet your requirements or that they will be uninterrupted or error -free. We are not responsible for your inability to access the SAAS Service or for any degradation of the SAAS Service caused by or resulting from any resources or factors outside of our control. 10.3 Limitations of Liability. In no event will we (including our affiliates, employees, officers, directors and agents) be liable for any consequential, indirect, special, incidental, exemplary or punitive damages under this Agreement or in connection with any Services provided hereunder, including without limitation, damages for loss of business profits, or other pecuniary loss arising out of the use or inability to use the Services, even if advised of the possibility of such damages and even if available remedies are found to have failed of their essential purpose. Our total liability, if any, (including our atfiliates, employees, officers, directors and agents) in the aggregate over the term of this Agreement for all claims, causes of action or liability whether in contract, tort or otherwise arising under or in any way related to this Agreement and/or the Services provided hereunder, shall be limited to the lesser of: (a) your direct damages, actually incurred, or (b) the total fees you paid us under this Agreement in the most recent six (6) month period. Notwithstanding the foregoing, our sole obligation in the event of an error in the performance of any Services under this Agreement shall be limited to re -performing the Services. 11. Indemnification. 11.1 Indemnification by Us. We agree to defend, indemnify and hold harmless you, your members, affiliates, partners and successors, and your and their officers, directors, partners, shareholders, representatives, agents, licensees and employees from and against all third parry claims, actions, liabilities, losses, expenses, damages and costs, including but not limited to attorney's fees, whether fixed or contingent, actual or threatened, in law or in equity (collectively, the "Claims", or individually, a "Claim"), that may, at any time, arise out of or relate to any breach or alleged breach by us of any of our representations, warranties and/or covenants set forth in Section 10.1 above. 11.2 [Reserved] 11.3 Indemnification Procedures. Any party seeking to be indemnified under this Section 11 shall as promptly as reasonably practicable notify the indemnifying party in writing of any Claim subject to the indemnities set forth in this Section 11; provided, however, that failure to so notify the indemnifying party after receiving actual notice of a Claim shall not relieve the indemnifying party from its indemnification obligations under this Agreement unless if, and only to the extent that, such failure to notify the indemnifying party has a material adverse impact on the indemnifying party. After receiving such notice, the indemnifying party shall assume and have exclusive control over the defense of such Claim, including, without limitation, the selection and retention of counsel and the disposition of any such Claim (by compromise, settlement or otherwise); provided, however, that the selection and retention of counsel, and any settlement or compromise of any Claim which may materially impact the indemnified parry, shall be subject to the indemnified parry's prior written approval, which shall not be unreasonably withheld. It is pre -agreed that any Claim alleging copyright, patent, trademark or other intellectual property infringement or misappropriation of the Services, or any part thereof, shall be considered to materially impact you for purposes of the foregoing. The indemnified parry shall cooperate in all reasonable respects with the indemnifying party in the defense and disposition of such Claim, at the indemnifying party's expense. 12. General. 12.1 Assignment, Successors. No right or license under this Agreement may be assigned or transferred by either party, nor may any duty be delegated by either party without the other party's prior written consent, except that you may assign, transfer or delegate this Agreement to any affiliate of yours and that either party may transfer or assign this agreement to any successor entity or to an acquirer of all or substantially all of the business, stock or assets of such party relevant to this Agreement. Any assignment, transfer or delegation in contradiction of this provision will be null and void. Subject to the foregoing, this Agreement will bind and inure to the benefit of the successors and assigns of the parties. Page 68 of 710 12.2 Force Majeure. Notwithstanding any other provision of this Agreement, no party to the Agreement shall be deemed in default or breach of this Agreement or liable for any loss or damages or for any delay or failure in performance (except for the payment of money) due to any cause beyond the reasonable control of, and without fault or negligence by, such party or its officers, directors, employees, agents or contractors. 12.3 Governing Law. The validity, construction, and interpretation of this Agreement and the rights and duties of the parties hereto shall be governed by the laws of the State of Florida, excluding its principles of conflicts of laws. 12.4 Notice. All notices required or permitted under this Agreement will be in writing and sent by certified mail, return receipt requested, or by reputable oversight courier, or by hand delivery. Our notice address is 444 North Wells Street, Suite 502, Chicago, IL 60029, Attention: Michael J. Mulroy. Your notice and billing address is set forth in the Order Form. Any notice sent in the manner sent forth above shall be deemed sufficiently given for all purposes hereunder (i) in the case of certified mail, on the second business day after deposited in the U.S. mail and (ii) in the case of overnight courier or hand delivery, upon delivery. Either party may change its notice address by giving written notice to the other party by the means specified in this Section. 12.5 Independent Contractor. We are acting as an independent contractor in our capacity under this Agreement. Nothing contained in this Agreement or in the relationship between the parties shall be deemed to constitute a partnership, joint venture, agency, employment or any relationship other than that of our serving as an independent contractor to you. 12.6 Entire Agreement. This Agreement, together with the Order Form and all exhibits hereto, constitutes the entire agreement between the parties with respect to the subject matter hereof. There are no restrictions, promises, warranties, covenants, or undertakings other than those expressly set forth herein and therein. This Agreement supersedes all prior negotiations, agreements, and undertakings between the parties with respect to such matter, including, without limitation, any user agreement or other arrangement for any trial of the SAAS Service prior to the date hereof. This Agreement, together with the Order Form and all exhibits hereto, may be amended only by an instrument executed in writing by the parties or their permitted assigns. 12.7 Construction of Agreement; Headings. No provision of this Agreement shall be construed against or interpreted to the disadvantage of any parry hereto by any court or arbitrator by reason of such party having or being deemed to have structured or drafted such provision. The headings in this Agreement are for reference purposes only and shall not be deemed to have any substantive effect. 12.8 Severability. If any provision of this Agreement is held by a court of competent jurisdiction to be contrary to law, then the parties agree to replace it with an enforceable provision reflecting the intent of the original provision as nearly as possible in accordance with applicable law, and the remaining provisions of this Agreement will remain in full force and effect. 12.9 Waiver. The failure of either party at any time to require performance by the other party of any provision of this Agreement shall not affect in any way the full right to require the performance at any subsequent time. The waiver by either party of a breach of any provision of this Agreement shall not be taken or held to be a waiver of the provision itself. Any course of performance shall not be deemed to amend or limit any provision of this Agreement. 12.10 Counterparts; Signatures. This Agreement may be signed in counterparts with the same effect as if the signatures were upon a single instrument, and all such counterparts together shall be deemed an original of this Agreement. For purposes of this Agreement, a facsimile copy of a parry's signature shall be sufficient to bind such Page 69 of 710 parry. IN ACKNOWLEDGEMENT, each party causes this Agreement to be signed and delivered by its duly authorized representative. City of Boynton Beach Geofeedia, Inc. By: By: Name: Name: Title: Title: Date: Date: Address: VA Page 70 of 710 Lori. LaVerriere TO City Manager REF Geofeedia Social Media Monitoring Jeffrey S. Katz FROM Chief of Police TE: 12/15/2015 --I 1 r_ __J L___J I Florida statute 932.7055 (5)(a) mandates the following regarding federal forfeiture funds: If the seizing agency is a county or municipal agency, the remaining proceeds shall be deposited in a special law enforcement trust fund established by the board of county commissioners or the governing body of the municipality. Such proceeds and interest earned therefrom shall be used for school resource officer, crime prevention, safe neighborhood, drug abuse education, prevention programs, or for other law enforcement purposes„ which include defraying the cost of protracted or complex investigations, providing additional equipment or expertise, purchasing automated external defibrillators for use in law enforcement vehicles, and providing matching funds to obtain federal grants. The proceeds and interest may not be used to meet normal operating expenses of the law enforcement agency. The Geofeedia program provides the following benefits: Data from seven sources (Twitter, Instagram, YouTube, Flickr, Picasa, Sina- eibo, and VK) ® The Geofeedia Streamer, which allows users to stream the real-time social content corning from multiple locations simultaneously ® Real-time alerts, automatically notifying users via email of new content from defined users or containing defined keywords • Data archiving, enabling users to easily store all social data from a defined location in a secure, cloud - based data center for future access and analysis • Network analysis to describe social media relationships once a subject has been identified. An aggregate collage view of search results, displaying data in an organized timeline with all sources displayed together or individually = Ability to consolidate and aggregate content coining from multiple- locations into one single feed. Simple and elegant creation of collections for workflow and curating processes. 8 Workflow capabilities to integrate and push discovered posts on Geofeedia to popular CRM platform. • Create curated and embeddable I:nstagram maps to display content within other websites or intelligence platforms. Direct import of shape files for any customer location. Integrated mobile applications (iOS and Android) that enables mobile use of the Geofeedia platform, including data and feeds created on the desktop platform. This purchase should be drawn from account 691-5000-590-04-22. The current account balance is: 238808.75. This is a one --time expense. I certify this use: of funds comports with the statutory requirements. Page 71 of 710 Jeffrey Katz Richard McNevin TO: Chief of Police FROM: Captain Intelligence and Analytics Commander ,REP Social Media Monitoring DATE, November 18, 2015 Over the past several months I have been reviewing various social media monitoring platforms to assist the department with our crime analysis/predictive policing program. I have conducted extensive research with four different companies and I have found that Geofeedia would be the best fit for our agency. They monitor the most social media sites of all of the companies that I looked at and provide the best pricing for their platform and the number of users (10) we would have. They have provided a sole source letter and I recommend that we purchase their product. The price for the product for the rest of this fiscal year and next fiscal year would be $20,475.00. I would like to use forfeiture funds to purchase this system. Based on the statute this program would be used for crime prevention purposes. Florida statute 932.7055 (5)(a) mandates the following regarding federal forfeiture funds: If the seizing agency is a county or municipal agency, the remaining proceeds shall be deposited in a special law enforcement trust fund established by the board of county commissioners or the governing body of the municipality. Such proceeds and interest earned therefrom shall be used for school resource officer, crime prevention, safe neighborhood, drug abuse education, prevention programs, or for other law enforcement purposes, which include defraying the cost of protracted or complex investigations, providing additional equipment or expertise, purchasing automated external defibrillators for use in law enforcement vehicles, and providing matching funds to obtain federal grants. The proceeds and interest may not be used to meet normal operating expenses of the law enforcement agency. Page 72 of 710 Page 73 of 710 November 18, 2015 Captain McNevin Boynton Beach Police Department- FL 100 E. Boynton Beach Blvd Boynton Beach, FL 33435 Re: Sole Source Designation for Geofeedia, Inc Captain McNevin, Thank you for the opportunity to provide you with information concerning Geofeedia's Social Media monitoring and analytics platform. Geofeedia is the sole provider of the Geofeedia platform. Geofeedia is a web -based social media discovery and analytics platform that allows government agencies and corporations to understand what's happening at a place in real time. No other social media monitoring platform provides the following combination of data, features, and capabilities, as found in Geofeedia. Patented, Location -based Social Media Monitoring Platform Geofeedia is a patented (13 patents issued) location -based social media monitoring platform available for law enforcement. The algorithms necessary to search and aggregate social media data in this manner are intellectual property and not available in other software packages. Unlike keyword -centric platforms, Geofeedia takes a "geo-first" approach and only provides social media data that has been geo-coded with precise latitude and longitude coordinates from GPS enabled devices, therefore allowing law enforcement agencies to extract actionable intelligence from vast volumes of social media content in the locations most important to them. The following patents support the overall Geofeedia technology and various features and functions of our platform: 8655873, 8612533, 8639767, 8595317, 2827184, 9055074, 8655983, 8990346, 8862589, 8484224, 8850531, 8849935. Sole Source Vendor Justification - Confidential Page 74 of 710 In addition, Geofeedia offers a number of features not available with any other vendor: Data from seven sources (Twitter, Instagram, YouTube, Flickr, Picasa, Sina-Weibo, and VK) The Geofeedia Streamer, which allows users to stream the real-time social content coming from multiple locations simultaneously Real-time alerts, automatically notifying users via email of new content from defined users or containing defined keywords Data archiving, enabling users to easily store all social data from a defined location in a secure, cloud -based data center for future access and analysis Network analysis to describe social media relationships once a subject has been identified. An aggregate collage view of search results, displaying data in an organized timeline with all sources displayed together or individually Ability to consolidate and aggregate content coming from multiple locations into one single feed. Simple and elegant creation of collections for workflow and curating processes. Workflow capabilities to integrate and push discovered posts on Geofeedia to popular CRM platform. Create curated and embeddable Instagram maps to display content within other websites or intelligence platforms. Direct import of shape files for any customer location. Integrated mobile applications (iOS and Android) that enables mobile use of the Geofeedia platform, including data and feeds created on the desktop platform. Location -based social media intelligence vs. keyword monitoring tools While hundreds of social media monitoring tools are available to help organizations search for and monitor social conversations surrounding specific keywords or hashtags, none of them have the hyper -local, geo- social capabilities of Geofeedia's platform. Unlike traditional monitoring platforms that start with a keyword, Geofeedia starts with a location, and rich social media intelligence can be gathered from any specific location in the world regardless of what words are used. This is a vital differentiator when considering the fact that, based on analyses conducted by Sole Source Vendor Justification - Confidential Page 75 of 710 Geofeedia, up to 70% of content posted to social media networks from a location or event does not contain keywords that would be relevant to a search. In fact, many images and videos posted to sites like Instagram or Flickr do not contain a text caption at all, making this rich content nearly impossible to find without a location -based tool like Geofeedia. For organizations with locations of importance, location -based social data is vital when trying to gain enhanced situational awareness, identifying those who witnessed an event, securing live events, visualizing what is happening in and around specific areas and much more. Conclusion The Boynton Beach Police Department has a critical need to monitor the social media content coming from specific locations of interest. Many software solutions focus solely on keyword and hashtag monitoring, and other location -based platforms lack the patented technology, location accuracy and feature set of Geofeedia. The functionality of Geofeedia's platform is critical to fulfilling the needs of the Boynton Beach Police Department. I would be happy to discuss with you the data, features, and services available to you with Geofeedia. Should you have any questions concerning this document or require additional information, please do not hesitate to contact me. Sincerely, David Meyer Account Executive - Law Enformcenent Geofeedia, Inc. Sole Source Vendor Justification - Confidential Page 76 of 710 ORDER FORM Order Information Account Name: Boynton Beach Police Department - FL Prepared By: David Meyer Preparation Date: 12/02/2015 Subscription Term, Billing & Payment Information Company Name: Boynton Beach Police Department - FL Billing Name: Captain Richard McNevin Billing Email: McNevinR@BBFL.us Billing Address: 100 E Boynton Beach Blvd Boynton Beach, FL33435 Billing Terms: Invoices sent Annually Contract Start Date: January 1, 2016 Contract End Date: September 30, 2017 Total Amount: $20,475 Billing Phone: (561) 742-6100 Billing Fax: Payment Method: Invoice PO Number: Payment Terms: Due Upon Receipt. Interest accrues at the rate of 1.5% per month 60 days after the invoice date. Invoices 30 days or more past due may result in suspension of Services. This Order Form is subject to and governed by the terms and conditions of the Geofeedia Service Agreement posted online at http://www.geofeedia.com/legal/service-agreement/ (unless there is already a Geofeedia Service Agreement in force and effect between you and Geofeedia, in which case the terms of such existing Geofeedia Service Agreement shall govern this Order Form). If for any reason you are unable to view the Geofeedia Service Agreement online at http://www.geofeedia.com/legal/service-agreement, please contact Geofeedia immediately. This Order Form is valid for 30 days from the Preparation Date. Customer: Boynton Beach Police Department - FL Geofeedia, Inc. Signature: Signature: Printed: Printed: Title: Title: Date: Date: Page I of 2 Geofeedia, Inc. Rev. November 2015 Page 77 of 710 Order Form (Cont'd) — [CUSTOMER NAME] Application Services Subscription* The Application Services include the following: Total Price Service Edition Standard Service Package Customer orders the following Standard Package: $ 28,000.00 Geofeedia Public Safety Edition Total Permitted Users: Ten (10) Search • Real -Time Search Plus • Keyword Search • Discovery Search • Streamer • Influencer Search Engage & Share • Alerts with Boolean Exclusions • Notification Inbox • One -Click Instagram Map Widget • iOS/Android Mobile App Archive & Analyze • Unlimited Data • Unlimited Locations and up to 20 Recordings • Analytics • Translate • Collections • CSV Export Search Radius • Maximum of 15 kilometers Support & Services Included Unlimited Tutorials & Documentation Customer Support Customer Success Manager Live Webinar Training Partner LE Discount ($7,525) Total Annual Cost $ 20,475.00 Order Comments For additional details regarding standard features and functionality of the Application Services, please visit: http://geofeedia.com/how-it-works Page 2of2 Rev. Novembers 78 of 710 Form _9 Request for Taxpayer Give Form to the (Rev. December 2014) Identification Number and Certification resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other requester. Do not Department of the Treasury - m - entities, it is your employer identification number (EIN). If you do not have a number, see How to get a send to the IRS. Internal Revenue Service TIN on page 3. or 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. Geofeedia, Inc N 2 Business name/disregarded entity name, if different from above N 3 Check appropriate box for federal tax classification; check only one of the following seven boxes: 4 Exemptions (codes apply only to O ❑ Individual/sole proprietor or ❑✓ C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate certain entities, not individuals; see instructions on3 page ) d c ap >, .2 single -member LLC ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=partnership) ' ' Exempt payee code (if any) p ? Note. For a single -member LLC that is disregarded, do not check LLC; check the appropriate box in the line above for Exemption from FATCA reporting N the tax classification of the single -member owner. code (if any) d U E]Other (see Instructions) ' (Applies to accounts maintained outside the U.S.) 5 Address (number, street, and apt. or suite no.) Requester's name and address (optional) U a 444 N. Wells Street, Suite 502 U) Boynton Beach Police Department - 6 City, state, and ZIP code w Chicago, IL 60654 7 List account number(s) here (optional) Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number backup withholding. For individuals, this is generally your social security number (Sag). However, fora resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other - m - entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN on page 3. or Note. If the account is in more than one name, see the instructions for line 1 and the chart on page 4 for I Employer identification number guidelines on whose number to enter. 4 6 - 0 6 1 8 16T2 1 1 Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonrgent of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other tJ r t and dividends, you re r}ot required to sign the certification, but you must provide your correct TIN. See the instructions on page 3. / n Sign Signature of Here U.S. person' General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. Information about developments affecting Form W-9 (such as legislation enacted after we release it) is at www.irs.gov/fw9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following: • Form 1099 -INT (interest earned or paid) • Form 1099 -DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) Date' • 11/18/2015 • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding? on page 2. By signing the filled -out form, you: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. If applicable, you are also certifying that as a U.S. person, your allocable share of any partnership income from a U.S. trade or business is not subject to the withholding tax on foreign partners' share of effectively connected income, and 4. Certify that FATCA code(s) entered on this form (if any) indicating that you are exempt from the FATCA reporting, is correct. See What is FATCA reporting? on page 2 for further information. Cat. No. 10231X Form W-9 (Rev. 12-2014) FL Page 79 of 710 Form W-9 (Rev. 12-2014) Note. If you are a U.S. person and a requester gives you a form other than Form W-9 to request your TIN, you must use the requester's form if it is substantially similar to this Form W-9. Definition of a U.S. person. For federal tax purposes, you are considered a U.S. person if you are: • An individual who is a U.S. citizen or U.S. resident alien; • A partnership, corporation, company, or association created or organized in the United States or under the laws of the United States; • An estate (other than a foreign estate); or • A domestic trust (as defined in Regulations section 301.7701-7). Special rules for partnerships. Partnerships that conduct a trade or business in the United States are generally required to pay a withholding tax under section 1446 on any foreign partners' share of effectively connected taxable income from such business. Further, in certain cases where a Form W-9 has not been received, the rules under section 1446 require a partnership to presume that a partner is a foreign person, and pay the section 1446 withholding tax. Therefore, if you are a U.S. person that is a partner in a partnership conducting a trade or business in the United States, provide Form W-9 to the partnership to establish your U.S. status and avoid section 1446 withholding on your share of partnership income. In the cases below, the following person must give Form W-9 to the partnership for purposes of establishing its U.S. status and avoiding withholding on its allocable share of net income from the partnership conducting a trade or business in the United States: • In the case of a disregarded entity with a U.S. owner, the U.S. owner of the disregarded entity and not the entity; • In the case of a grantor trust with a U.S. grantor or other U.S. owner, generally, the U.S. grantor or other U.S. owner of the grantor trust and not the trust; and • In the case of a U.S. trust (other than a grantor trust), the U.S. trust (other than a grantor trust) and not the beneficiaries of the trust. Foreign person. If you are a foreign person or the U.S. branch of a foreign bank that has elected to be treated as a U.S. person, do not use Form W-9. Instead, use the appropriate Form W-8 or Form 8233 (see Publication 515, Withholding of Tax on Nonresident Aliens and Foreign Entities). Nonresident alien who becomes a resident alien. Generally, only a nonresident alien individual may use the terms of a tax treaty to reduce or eliminate U.S. tax on certain types of income. However, most tax treaties contain a provision known as a "saving clause." Exceptions specified in the saving clause may permit an exemption from tax to continue for certain types of income even after the payee has otherwise become a U.S. resident alien for tax purposes. If you are a U.S. resident alien who is relying on an exception contained in the saving clause of a tax treaty to claim an exemption from U.S. tax on certain types of income, you must attach a statement to Form W-9 that specifies the following five items: 1. The treaty country. Generally, this must be the same treaty under which you claimed exemption from tax as a nonresident alien. 2. The treaty article addressing the income. 3. The article number (or location) in the tax treaty that contains the saving clause and its exceptions. 4. The type and amount of income that qualifies for the exemption from tax. 5. Sufficient facts to justify the exemption from tax under the terms of the treaty article. Example. Article 20 of the U.S.-China income tax treaty allows an exemption from tax for scholarship income received by a Chinese student temporarily present in the United States. Under U.S. law, this student will become a resident alien for tax purposes if his or her stay in the United States exceeds 5 calendar years. However, paragraph 2 of the first Protocol to the U.S.-China treaty (dated April 30, 1984) allows the provisions of Article 20 to continue to apply even after the Chinese student becomes a resident alien of the United States. A Chinese student who qualifies for this exception (under paragraph 2 of the first protocol) and is relying on this exception to claim an exemption from tax on his or her scholarship or fellowship income would attach to Form W-9 a statement that includes the information described above to support that exemption. If you are a nonresident alien or a foreign entity, give the requester the appropriate completed Form W-8 or Form 8233. Backup Withholding What is backup withholding? Persons making certain payments to you must under certain conditions withhold and pay to the IRS 28% of such payments. This is called "backup withholding." Payments that may be subject to backup withholding include interest, tax-exempt interest, dividends, broker and barter exchange transactions, rents, royalties, nonemployee pay, payments made in settlement of payment card and third party network transactions, and certain payments from fishing boat operators. Real estate transactions are not subject to backup withholding. You will not be subject to backup withholding on payments you receive if you give the requester your correct TIN, make the proper certifications, and report all your taxable interest and dividends on your tax return. Payments you receive will be subject to backup withholding if: 1. You do not furnish your TIN to the requester, 2. You do not certify your TIN when required (see the Part II instructions on page 3 for details), Page 2 3. The IRS tells the requester that you furnished an incorrect TIN, 4. The IRS tells you that you are subject to backup withholding because you did not report all your interest and dividends on your tax return (for reportable interest and dividends only), or 5. You do not certify to the requester that you are not subject to backup withholding under 4 above (for reportable interest and dividend accounts opened after 1983 only). Certain payees and payments are exempt from backup withholding. See Exempt payee code on page 3 and the separate Instructions for the Requester of Form W-9 for more information. Also see Special rules for partnerships above. What is FATCA reporting? The Foreign Account Tax Compliance Act (FATCA) requires a participating foreign financial institution to report all United States account holders that are specified United States persons. Certain payees are exempt from FATCA reporting. See Exemption from FATCA reporting code on page 3 and the Instructions for the Requester of Form W-9 for more information. Updating Your Information You must provide updated information to any person to whom you claimed to be an exempt payee if you are no longer an exempt payee and anticipate receiving reportable payments in the future from this person. For example, you may need to provide updated information if you are a C corporation that elects to be an S corporation, or if you no longer are tax exempt. In addition, you must furnish a new Form W-9 if the name or TIN changes for the account; for example, if the grantor of a grantor trust dies. Penalties Failure to furnish TIN. If you fail to furnish your correct TIN to a requester, you are subject to a penalty of $50 for each such failure unless your failure is due to reasonable cause and not to willful neglect. Civil penalty for false information with respect to withholding. If you make a false statement with no reasonable basis that results in no backup withholding, you are subject to a $500 penalty. Criminal penalty for falsifying information. Willfully falsifying certifications or affirmations may subject you to criminal penalties including fines and/or imprisonment. Misuse of TINS. If the requester discloses or uses TINS in violation of federal law, the requester may be subject to civil and criminal penalties. Specific Instructions Line 1 You must enter one of the following on this line; do not leave this line blank. The name should match the name on your tax return. If this Form W-9 is for a joint account, list first, and then circle, the name of the person or entity whose number you entered in Part I of Form W-9. a. Individual. Generally, enter the name shown on your tax return. If you have changed your last name without informing the Social Security Administration (SSA) of the name change, enter your first name, the last name as shown on your social security card, and your new last name. Note. ITIN applicant: Enter your individual name as it was entered on your Form W-7 application, line 1 a. This should also be the same as the name you entered on the Form 1040/1040A/1040EZ you filed with your application. b. Sole proprietor or single -member LLC. Enter your individual name as shown on your 1040/1040A/1040EZ on line 1. You may enter your business, trade, or "doing business as" (DBA) name on line 2. c. Partnership, LLC that is not a single -member LLC, C Corporation, or S Corporation. Enter the entity's name as shown on the entity's tax return on line 1 and any business, trade, or DBA name on line 2. d. Other entities. Enter your name as shown on required U.S. federal tax documents on line 1. This name should match the name shown on the charter or other legal document creating the entity. You may enter any business, trade, or DBA name on line 2. e. Disregarded entity. For U.S. federal tax purposes, an entity that is disregarded as an entity separate from its owner is treated as a "disregarded entity." See Regulations section 301.7701-2(c)(2)(iii). Enter the owner's name on line 1. The name of the entity entered on line 1 should never be a disregarded entity. The name on line 1 should be the name shown on the income tax return on which the income should be reported. For example, if a foreign LLC that is treated as a disregarded entity for U.S. federal tax purposes has a single owner that is a U.S. person, the U.S. owner's name is required to be provided on line 1. If the direct owner of the entity is also a disregarded entity, enter the first owner that is not disregarded for federal tax purposes. Enter the disregarded entity's name on line 2, "Business name/disregarded entity name." If the owner of the disregarded entity is a foreign person, the owner must complete an appropriate Form W-8 instead of a Form W-9. This is the case even if the foreign person has a U.S. TIN. Page 80 of 710 Form W-9 (Rev. 12-2014) Line 2 If you have a business name, trade name, DBA name, or disregarded entity name, you may enter it on line 2. Line 3 Check the appropriate box in line 3 for the U.S. federal tax classification of the person whose name is entered on line 1. Check only one box in line 3. Limited Liability Company (LLC). If the name on line 1 is an LLC treated as a partnership for U.S. federal tax purposes, check the "Limited Liability Company" box and enter "P" in the space provided. If the LLC has filed Form 8832 or 2553 to be taxed as a corporation, check the "Limited Liability Company" box and in the space provided enter "C" for C corporation or "S" for S corporation. If it is a single -member LLC that is a disregarded entity, do not check the "Limited Liability Company" box; instead check the first box in line 3 "Individual/sole proprietor or single -member LLC." Line 4, Exemptions If you are exempt from backup withholding and/or FATCA reporting, enter in the appropriate space in line 4 any code(s) that may apply to you. Exempt payee code. • Generally, individuals (including sole proprietors) are not exempt from backup withholding. • Except as provided below, corporations are exempt from backup withholding for certain payments, including interest and dividends. • Corporations are not exempt from backup withholding for payments made in settlement of payment card or third party network transactions. • Corporations are not exempt from backup withholding with respect to attorneys' fees or gross proceeds paid to attorneys, and corporations that provide medical or health care services are not exempt with respect to payments reportable on Form 1099-MISC. The following codes identify payees that are exempt from backup withholding. Enter the appropriate code in the space in line 4. 1 —An organization exempt from tax under section 501(a), any IRA, or a custodial account under section 403(b)(7) if the account satisfies the requirements of section 401(f)(2) 2—The United States or any of its agencies or instrumentalities 3—A state, the District of Columbia, a U.S. commonwealth or possession, or any of their political subdivisions or instrumentalities 4—A foreign government or any of its political subdivisions, agencies, or instrumentalities 5—A corporation 6—A dealer in securities or commodities required to register in the United States, the District of Columbia, or a U.S. commonwealth or possession 7—A futures commission merchant registered with the Commodity Futures Trading Commission 8—A real estate investment trust 9—An entity registered at all times during the tax year under the Investment Company Act of 1940 10—A common trust fund operated by a bank under section 584(a) 11 —A financial institution 12—A middleman known in the investment community as a nominee or custodian 13—A trust exempt from tax under section 664 or described in section 4947 The following chart shows types of payments that may be exempt from backup withholding. The chart applies to the exempt payees listed above, 1 through 13. IF the payment is for ... THEN the payment is exempt for ... Interest and dividend payments All exempt payees except for 7 Broker transactions Exempt payees 1 through 4 and 6 through 11 and all C corporations. S corporations must not enter an exempt payee code because they are exempt only for sales of noncovered securities acquired prior to 2012. Barter exchange transactions and Exempt payees 1 through 4 patronage dividends Payments over $600 required to be Generally, exempt payees reported and direct sales over $5,0001 1 through 52 Payments made in settlement of Exempt payees 1 through 4 payment card or third party network transactions 1 See Form 1099-MISC, Miscellaneous Income, and its instructions. Page 3 2 However, the following payments made to a corporation and reportable on Form 1099-MISC are not exempt from backup withholding: medical and health care payments, attorneys' fees, gross proceeds paid to an attorney reportable under section 6045(f), and payments for services paid by a federal executive agency. Exemption from FATCA reporting code. The following codes identify payees that are exempt from reporting under FATCA. These codes apply to persons submitting this form for accounts maintained outside of the United States by certain foreign financial institutions. Therefore, if you are only submitting this form for an account you hold in the United States, you may leave this field blank. Consult with the person requesting this form if you are uncertain if the financial institution is subject to these requirements. A requester may indicate that a code is not required by providing you with a Form W-9 with "Not Applicable" (or any similar indication) written or printed on the line for a FATCA exemption code. A—An organization exempt from tax under section 501(a) or any individual retirement plan as defined in section 7701(a)(37) B—The United States or any of its agencies or instrumentalities C—A state, the District of Columbia, a U.S. commonwealth or possession, or any of their political subdivisions or instrumentalities D—A corporation the stock of which is regularly traded on one or more established securities markets, as described in Regulations section 1.1472-1(c)(1)(i) E—A corporation that is a member of the same expanded affiliated group as a corporation described in Regulations section 1.1472-1(c)(1)(i) F—A dealer in securities, commodities, or derivative financial instruments (including notional principal contracts, futures, forwards, and options) that is registered as such under the laws of the United States or any state G—A real estate investment trust H—A regulated investment company as defined in section 851 or an entity registered at all times during the tax year under the Investment Company Act of 1940 I—A common trust fund as defined in section 584(a) J—A bank as defined in section 581 K—A broker L—A trust exempt from tax under section 664 or described in section 4947(a)(1) M—A tax exempt trust under a section 403(b) plan or section 457(g) plan Note. You may wish to consult with the financial institution requesting this form to determine whether the FATCA code and/or exempt payee code should be completed. Line 5 Enter your address (number, street, and apartment or suite number). This is where the requester of this Form W-9 will mail your information returns. Line 6 Enter your city, state, and ZIP code. Part 1. Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. If you are a resident alien and you do not have and are not eligible to get an SSN, your TIN is your IRS individual taxpayer identification number (ITIN). Enter it in the social security number box. If you do not have an ITIN, see How to get a TIN below. If you are a sole proprietor and you have an EIN, you may enter either your SSN or EIN. However, the IRS prefers that you use your SSN. If you are a single -member LLC that is disregarded as an entity separate from its owner (see Limited Liability Company (LLC) on this page), enter the owner's SSN (or EIN, if the owner has one). Do not enter the disregarded entity's EIN. If the LLC is classified as a corporation or partnership, enter the entity's EIN. Note. See the chart on page 4 for further clarification of name and TIN combinations. How to get a TIN. If you do not have a TIN, apply for one immediately. To apply for an SSN, get Form SS -5, Application for a Social Security Card, from your local SSA office or get this form online at www.ssa.gov. You may also get this form by calling 1-800-772-1213. Use Form W-7, Application for IRS Individual Taxpayer Identification Number, to apply for an ITIN, or Form SS -4, Application for Employer Identification Number, to apply for an EIN. You can apply for an EIN online by accessing the IRS website at www.irs.gov/businesses and clicking on Employer Identification Number (EIN) under Starting a Business. You can get Forms W-7 and SS -4 from the IRS by visiting IRS.gov or by calling 1 -800 -TAX -FORM (1-800-829-3676). If you are asked to complete Form W-9 but do not have a TIN, apply for a TIN and write "Applied For" in the space for the TIN, sign and date the form, and give it to the requester. For interest and dividend payments, and certain payments made with respect to readily tradable instruments, generally you will have 60 days to get a TIN and give it to the requester before you are subject to backup withholding on payments. The 60 -day rule does not apply to other types of payments. You will be subject to backup withholding on all such payments until you provide your TIN to the requester. Note. Entering "Applied For" means that you have already applied for a TIN or that you intend to apply for one soon. Caution: A disregarded U.S. entity that has a foreign owner must use the appropriate Form W-8. Page 81 of 710 Form W-9 (Rev. 12-2014) Part 11. Certification To establish to the withholding agent that you are a U.S. person, or resident alien, sign Form W-9. You may be requested to sign by the withholding agent even if items 1, 4, or 5 below indicate otherwise. For a joint account, only the person whose TIN is shown in Part I should sign (when required). In the case of a disregarded entity, the person identified on line 1 must sign. Exempt payees, see Exempt payee code earlier. Signature requirements. Complete the certification as indicated in items 1 through 5 below. 1. Interest, dividend, and barter exchange accounts opened before 1984 and broker accounts considered active during 1983. You must give your correct TIN, but you do not have to sign the certification. 2. Interest, dividend, broker, and barter exchange accounts opened after 1983 and broker accounts considered inactive during 1983. You must sign the certification or backup withholding will apply. If you are subject to backup withholding and you are merely providing your correct TIN to the requester, you must cross out item 2 in the certification before signing the form. 3. Real estate transactions. You must sign the certification. You may cross out item 2 of the certification. 4. Other payments. You must give your correct TIN, but you do not have to sign the certification unless you have been notified that you have previously given an incorrect TIN. "Other payments" include payments made in the course of the requester's trade or business for rents, royalties, goods (other than bills for merchandise), medical and health care services (including payments to corporations), payments to a nonemployee for services, payments made in settlement of payment card and third party network transactions, payments to certain fishing boat crew members and fishermen, and gross proceeds paid to attorneys (including payments to corporations). 5. Mortgage interest paid by you, acquisition or abandonment of secured property, cancellation of debt, qualified tuition program payments (under section 529), IRA, Coverdell ESA, Archer MSA or HSA contributions or distributions, and pension distributions. You must give your correct TIN, but you do not have to sign the certification. What Name and Number To Give the Requester For this type of account: Give name and SSN of: 1. Individual The individual 2. Two or more individuals (joint The actual owner of the account or, account) if combined funds, the first individual on the account' 3. Custodian account of a minor The minor' (Uniform Gift to Minors Act) 4. a. The usual revocable savings The grantor -trustee' trust (grantor is also trustee) b. So-called trust account that is The actual owner' not a legal or valid trust under state law 5. Sole proprietorship or disregarded The owner' entity owned by an individual 6. Grantor trust filing under Optional The grantor* Form 1099 Filing Method 1 (see Regulations section 1.6714(b)(2)(i) (A)) For this type of account: Give name and EIN of: 7. Disregarded entity not owned by an The owner individual 8. A valid trust, estate, or pension trust Legal entity' 9. Corporation or LLC electing The corporation corporate status on Form 8832 or Form 2553 10. Association, club, religious, The organization charitable, educational, or other tax- exempt organization 11. Partnership or multi -member LLC The partnership 12. A broker or registered nominee The broker or nominee 13. Account with the Department of The public entity Agriculture in the name of a public entity (such as a state or local government, school district, or prison) that receives agricultural program payments 14. Grantor trust filing under the Form The trust 1041 Filing Method or the Optional Form 1099 Filing Method 2 (see Regulations section 1.6714(b)(2)(i) (B)) List first and circle the name of the person whose number you furnish. If only one person on a joint account has an SSN, that person's number must be furnished. 2 Circle the minor's name and furnish the minor's SSN. Page 4 3You must show your individual name and you may also enter your business or DBA name on the "Business name/disregarded entity' name line. You may use either your SSN or EIN (if you have one), but the IRS encourages you to use your SSN. 4 List first and circle the name of the trust, estate, or pension trust. (Do not furnish the TIN of the personal representative or trustee unless the legal entity itself is not designated in the account title.) Also see Special rules for partnerships on page 2. *Note. Grantor also must provide a Form W-9 to trustee of trust. Note. If no name is circled when more than one name is listed, the number will be considered to be that of the first name listed. Secure Your Tax Records from Identity Theft Identity theft occurs when someone uses your personal information such as your name, SSN, or other identifying information, without your permission, to commit fraud or other crimes. An identity thief may use your SSN to get a job or may file a tax return using your SSN to receive a refund. To reduce your risk: • Protect your SSN, • Ensure your employer is protecting your SSN, and • Be careful when choosing a tax preparer. If your tax records are affected by identity theft and you receive a notice from the IRS, respond right away to the name and phone number printed on the IRS notice or letter. If your tax records are not currently affected by identity theft but you think you are at risk due to a lost or stolen purse or wallet, questionable credit card activity or credit report, contact the IRS Identity Theft Hotline at 1-800-908-4490 or submit Form 14039. For more information, see Publication 4535, Identity Theft Prevention and Victim Assistance. Victims of identity theft who are experiencing economic harm or a system problem, or are seeking help in resolving tax problems that have not been resolved through normal channels, may be eligible for Taxpayer Advocate Service (TAS) assistance. You can reach TAS by calling the TAS toll-free case intake line at 1-877-777-4778 or TTY/TDD 1-800-829-4059. Protect yourself from suspicious emails or phishing schemes. Phishing is the creation and use of email and websites designed to mimic legitimate business emails and websites. The most common act is sending an email to a user falsely claiming to be an established legitimate enterprise in an attempt to scam the user into surrendering private information that will be used for identity theft. The IRS does not initiate contacts with taxpayers via emails. Also, the IRS does not request personal detailed information through email or ask taxpayers for the PIN numbers, passwords, or similar secret access information for their credit card, bank, or other financial accounts. If you receive an unsolicited email claiming to be from the IRS, forward this message to phishing@irs.gov. You may also report misuse of the IRS name, logo, or other IRS property to the Treasury Inspector General for Tax Administration (TIGTA) at 1-800-366-4484. You can forward suspicious emails to the Federal Trade Commission at: spam@uce.gov or contact them at www.ftc.govlidtheft or 1-877-IDTHEFT (1-877-438-4338). Visit IRS.gov to learn more about identity theft and how to reduce your risk. Privacy Act Notice Section 6109 of the Internal Revenue Code requires you to provide your correct TIN to persons (including federal agencies) who are required to file information returns with the IRS to report interest, dividends, or certain other income paid to you; mortgage interest you paid; the acquisition or abandonment of secured property; the cancellation of debt; or contributions you made to an IRA, Archer MSA, or HSA. The person collecting this form uses the information on the form to file information returns with the IRS, reporting the above information. Routine uses of this information include giving it to the Department of Justice for civil and criminal litigation and to cities, states, the District of Columbia, and U.S. commonwealths and possessions for use in administering their laws. The information also may be disclosed to other countries under a treaty, to federal and state agencies to enforce civil and criminal laws, or to federal law enforcement and intelligence agencies to combat terrorism. You must provide your TIN whether or not you are required to file a tax return. Under section 3406, payers must generally withhold a percentage of taxable interest, dividend, and certain other payments to a payee who does not give a TIN to the payer. Certain penalties may also apply for providing false or fraudulent information. Page 82 of 710 I CONSENTAGENDA 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. R16-027 -Approve and authorize signing of an Agreement for Water Service outside the City limits with Adam Redner as Trustee of the Adam Redner Living Trust dated June 5, 2009 for the property at 4931 Clock Road, Lake Worth, FL. EXPLANATION OF REQUEST: The property covered by this Agreement is located in the unincorporated Palm Beach County area outside of the City limits in our water service area, West of Military Trail, South of Hypoluxo Road. The property historically receives water from a well and the owner now requests that we provide potable water in the future. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? The City is able to provide water to the property. The owner agrees to be responsible for all costs to provide service to the owner's premises. No additional construction is required by the City to serve this property. FISCAL IMPACT. Customers outside the City limits pay an additional 25% surcharge above the water rates charged to customers within the City. ALTERNATIVES: Deny request to provide service. If service is denied the Consumptive Use Permit could be subject to modification. The Utility Department is granted water allocation under the South Florida Water Management District Consumptive Permit. The current permit has limiting restriction #19 that states "The Permittee shall notify the District within 30 days of any change in the service area boundary. If the Permittee will not serve a new demand within the service area for which the annual allocation was calculated, the annual allocation may then be subject to modification and reduction." STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: Page 83 of 710 ATTACHMENTS: Type D Resolution D Agreement D Attachment REVIEWERS: Department Utilities -Customer Service Finance Legal City Manager Description Resolution approving W at 4931 Clock Road WSAAgfeement W backup Reviewer Action Pyle, Judith Approved Howard, Tim Approved Swanson, Lynn Approved LaVerriere, Lori Approved Date 2/10/2016 - 11:53 AKA 2/10/2016 - 1:38 PPA 2/10/2016 - 2:28 PPA 2/11/2016 - 3:02 PPA Page 84 of 710 I RESOLUTION NO. R16- 2 3 A RESOLUTION OF THE CITY OF BOYNTON BEACH, 4 FLORIDA, AUTHORIZING AND DIRECTING THE 5 CITY MANAGER TO SIGN AN AGREEMENT FOR 6 WATER SERVICE OUTSIDE THE CITY LIMITS AND 7 COVENANT FOR ANNEXATION BETWEEN THE CITY 8 OF BOYNTON BEACH AND ADAM REDNER, 9 TRUSTEE OF THE ADAM REDNER LIVING TRUSTE 10 DATED JUNE 5, 2009; PROVIDING AN EFFECTIVE 11 DATE. 12 13 14 WHEREAS, the subject property is located outside of the City limits, but within our 15 water and sewer service area, at 4931Clock Road, Lake Worth, FL (Parcel Control Number 16 00-42-45-11-00-000-1220); and 17 WHEREAS, the parcel covered by this agreement is located in the unincorporated 18 Palm Beach County portion of the City's utility service area; and 19 WHEREAS, the property historically receives water from a well and the owner 20 requests that the City provide potable water in the future; and 21 WHEREAS, no additional construction is required by the City to serve this property. 22 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 23 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 24 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 25 being true and correct and are hereby made a specific part of this Resolution upon adoption 26 hereof. 27 Section 2. The City Commission hereby authorizes and directs the City Manager 28 to sign a Water Service Agreement between the City of Boynton Beach, Florida and Adam 29 Redner Trustee of the Adam Redner Living Trust dated June 5, 2009, a copy of which is 30 attached hereto as Exhibit "A". C:AProgram Files (x86)Aneevia.com\docConverterProAtemp\NVDC\771376E6-5CEB-4E34-8B7A-E03747B117B8\Boynton Beach. 2746.1.4931 Clock Road WSA - Reso.docx Page 85 of 710 31 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 61 62 Section 3. This Resolution shall become effective immediately upon passage. PASSED AND ADOPTED this day of , 2016. CITY OF BOYNTON BEACH, FLORIDA Mayor — Jerry Taylor Vice Mayor — Joe Casello Commissioner — David T. Merker Commissioner — Mack McCray Commissioner — Michael M. Fitzpatrick VOTE ATTEST: Judith A. Pyle, CMC Interim City Clerk (Corporate Seal) YES NO C:AProgram Files (x86)Aneevia.com\docConverterProAtemp\NVDC\771376E6-5CEB-4E34-8B7A-E03747B117B8\Boynton Beach. 2746.1.4931 Clock Road WSA - Reso.docx Page 86 of 710 This Agreement, made on this 9 day ofEEBRUA t', 2016, by and between: ADAM hereinafter called the "Owner(s)," THE CITY OF BOYNTON BEACH, a municipal corporation of the State of Florida, hereinafter called the "City." WITNESSETH, the City and the Owner(s), in consideration of the privilege of receiving water service from the City Water System and the mutual covenants expressed herein, the City of Boynton Beach and the Owner(s), the heirs, successors and assigns, agree as follows: 1. Owner(s) represents and covenants that it owns the following described real property (hereinafter "Property") located outside the boundaries of the City, but in the City's water and wastewater service area: County Property Appraiser's Property Control Number (PCN) 00--5-11-00-100-1220 2. The City agrees to provide Owner(s) with water services from the City Water System only as necessary to service the Property. 3. Owner(s) shall not use or supply water it receives from the City to service or benefit any property other than the Property described in paragraph 1 above, unless written permission is granted by the City of Boynton Beach. 4. The Property requires _i_ (specify number) Equivalent Residential Connection(s). . The Owner(s) agrees to pay all costs of engineering, material, labor, installation, and inspection of the facilities as required by the City Code to provide service to the Owner(s)'s Property. b. The Owner(s) shall be responsible for installation and conformance with all applicable codes, rules, and regulations of all service lines upon the Owner(s)'s Property and all such lines shall first be approved by the Director of Utilities and subject to inspection by the City Engineers. 7. The City shall have the option of either requiring (a) the Owner(s) to use a licensed contractor to perform the necessary work or (b) the City may have the work performed in which case the Owner(s) will pay in advance all estimated costs thereof. In the event the City has such work performed, the Owner(s) will also advance to the City such additional funds as may be necessary to pay the total actual costs of providing the work. U:\WSA farms\WSA (Individual) 8-22-12.doc Page 87 of 710 AND COVENANT 1R ANNEXATION (Individuals) I 8. Any water main extension made under the Agreement shall be used only for Property of the Owner(s), unless written permission is granted by the City of Boynton Beach for other party or parties to connect pursuant to the Code of Ordinances and regulations of Boynton Beach. 9. Ownership and title to all mains, extensions, and other facilities extended from the City Water Distribution System to and including the metered service to Owner(s) shall be vested i the City exclusively unless otherwise conveyed or abandoned to the property owner. 10. The Owner(s) agrees to pay all charges, deposits, and rates for service and equipment in connection with water service outside the City limits applicable under City Code of Ordinances and rate schedules which are now applicable or as may be changed from time to time. 11. Owner(s) shall pay a twenty-five percent (25%) surcharge on all base facility and water use charges to the Property. 12. Any rights-of-way or easements needed by the City to provide water to the Property shall be provided by the Owner(s) and at the Owner(s)'s expense. 13. It is understood by the Owner(s), and shall be binding upon the Owner(s), his or her transferees, grantees, heirs, successors, and assigns, that all water to be furnished, supplied, and sold under this Agreement is made available from surplus. If the surplus does not exist at the time of Owner(s)'s actual request for commencement of service, as determined by the City's Director of Utilities, then this CITY, without liability, may refuse to initiate service to the subject Property. 14. The Owner(s) further agrees in consideration of the privilege of receiving water service from said City, that the execution of this Agreement is considered to be a voluntary Petition for Annexation pursuant to Section 171.044 of the Florida Statutes or any successor or amendment thereto. Furthermore, should any other general law, special act, or local law be enacted which provides for voluntary or consensual annexation, this Agreement shall also be considered a request by the Owner(s) for annexation under such other laws. The Property shall be subject to annexation at the option of the City at any time eligible under any one or more of the above - referenced laws concerning annexation. Owner(s) will inform any and all purchasers of this property of this voluntary Petition for Annexation and its applicabilities to such purchasers. 15. The Owner(s) acknowledges that this Agreement is intended to be and is hereby made a covenant running with the land described in paragraph 1 above. This Agreement is to be recorded in the Public Records of Palm Beach County, Florida, and the Owner(s) and all subsequent transferees, grantees, heirs, or assigns of Owner(s) shall be bound by this Agreement. 16. It is agreed that the City shall have no liability in the event there is a reduction, impairment, or termination in water service to be provided under this Agreement due to any prohibitions, restrictions, limitations, or requirements of local, regional, state, or federal agencies or other agencies having jurisdiction over such matters. Also, the City shall have no liability in the event there is a reduction, impairment or termination of water service due to acts of God, Page 2 of 5 U:\WSA forms\wsA (Individual) 8-22-12.doc Page 88 of 710 accidents, strikes, boycotts, blackouts, fire, earthquakes, other casualties, or other circumstances beyond the City's reasonable control. AGREEMENT AND COVENANT FOR ANNEXATION (Individuals) 17. The Owner(s) hereby agrees to indemnify, defend and hold harmless the City of Boynton Beach, its Mayor, Members of the City Commission, officers, employees, and agents (both in their individual and official capacities) from and against all claims, damages, law suits and expenses including reasonable attorneys' fees (whether or not incurred on appeal or in connection with post judgment collection) and costs rising out of or resulting from the Owner(s)'s obligation under or performance pursuant to this Agreement, including disputes for breach of warranty of title. 18. No prior or present agreements or representations shall be binding on any of the parties hereto unless incorporated in this Agreement. No modifications or change in this Agreement shall be valid upon the parties unless in writing executed by the parties to be bound thereby. 19. The Owner(s) warrants to the City that the Owner(s) holds legal and beneficial title to the Property which is the subject of this Agreement. 20. In the event of a sale of the Property by Owner(s), Owner(s) agrees to provide written notice of the existence of this Agreement to the buyer of the Property prior to or in conjunction with the closing of the sale transaction. M U:\WSA forms\WSA (Individual) 8-22-12.doc Page 89 of 710 ?�Uxol AND COVENANT FOR ANNEXATION (Individuals) _Second Witness, SIT a Printed Witiless Name First Witness Signature Owner Signature Printed Witness Name Second Witness Signature Printed Witness Name FOR OWNER(S) NOTARIZATION: STATE OF FLORIDA ) ss: COUNTY OF PALM BEACH I HEREBY CERTIFY that on this day, before me, an otricer dutythonzed in the State of Florida and in the County of Palm Beach to take acknowledgments, personally appeared to me f12eA ney as the Owner(s) named in the foregoing Agreement and that he/she acknowledged executing the same in the presence of two subscribing witnesses freely and voluntarily and that the individual was personally known to me or provided the following proof of identification: _&�' A �lp zf /4- WITNESS my hand and official seal in the County and State last aforesaid. this_L/-day of j 20 (Notary Seal) Nt Public aih��_ �nAYAYC Y'� P�ntd Narne of Notary Public AGREEMENT R WATER SERVICE OUTSIDE 1;, COVENANT1ANNEXATION (Individuals) O 4, is I ego Lori LaVerriere, City Manager City CII - Approved as to Form: City Attorney STATE OF FLORIDA ) ) ss: COUNTY OF PALM BEACH ) I HEREBY CERTIFY that on this day, before me, an officer duly authorized in the State of Florida and in the County of Palm Beach, to take acknowledgments, personally appeared Lori LaVerriere, City Manager and Janet Prainito, City Clerk, respectively, of the City named in the foregoing Agreement and that they severally acknowledged executing same and voluntarily under authority duly vested in them by said City and that the City seal affixed thereto is the true corporate seal of said City. WITNESS my hand and official seal in the County and State last aforesaid this _ day of _ , 20„ (Notary Seal) Notary Public Signature Printed Notuy Public Name My Commission Expires: m __. Commission No. O U:\WSA f®rms\WSA (Individual) 8-22-12.doc Page 91 of 710 Fi 11 1 1111111" t ! 1WNTUB 04 -, Mti! M� "117, 1 I/We, AD" REIiNER TRUSTEE OF THE ADAM REFINER LII_I G TRURO' DAYED ,ILTN 5 2iB, hereinafter "Grantee", hereby make, constitute, and appoint THE CITY OF BOYNTON BEACH, FLORIDA, true and lawful attorney in fact for Grantee and in Grantee's name, place and stead, for the sole purpose of executing on behalf of Grantee the power to initiate, maintain, and complete a voluntary petition for annexation of the real property described herein into the CITY OF BOYNTON BEACH. This power shall extend to the CITY OF BOYNTON BEACH full and complete authority to act on Grantee's behalf to accomplish annexation by any available means. The real property which is the subject of this power is described as follows: The powers and authority of my attorney, THE CITY OF BOYNTON BEACH, FLORIDA, shall commence and be in full force and effect on the 9 day of EEBUARY, 2016 and the powers and authority shall be irrevocable by Grantee. a � !� � lay �," ■ � Page I of 2 UAWSA forms ower of Attorney (Individual) 8-22-12 (3).doc Page 92 of 710 (Individuab) IN WITNESS WHEREOF, we have hereunto set our hands and seals this �U, day of in the year 20/� Scaled and delivered in the presence of - First Witness Signature Printed Witness Name Printed Witness Name STATE OF FLORIDA ) SS: COUNTY OF PALM BEACH Owner Signature Printed Owner Name (Notary Seal) My Commission Expires: Commission No. ice NWU Puft State of FlorWs Karen T Riseley %q Y MCOMMISSion FF 135760 o 06a*2018 Page 2 of 2 U:\WSA forrns\Power of Attorney (Individual) 8-22-12 (3).doc Page 93 of 710 zmf I A te urption Ga?, y? A Ahkofits, C'/,'-, Homps. .ad Ext Propert Ao.prahser d Location Address 4931 CLOCK RD Municipality UNINCORPORATED Parcel Control Number 00-42-45-11-00-000-1220 Subdivision Official Records Book 27689 Page 394 Sale Date JUL-2015 Legal Description 11-45-42, S 339.26 FT OF N 1696.3 FT OF W 158.37 FT OF E 316.75 FT OF NE 1/4 BEING A PT OF E 1/4 OF LT 12 UNREC PL OF HY Mailing address Owners 16745 W BERNARDO DR U S BANK TRUST NA TR SAN DIEGO CA 92127 1907 Sales Date Price OR Book/Page Sale Type Owner JUL-2015 $20,100 27689/ 0394 CERT OF TITLE U S BANK TRUST NA TR APR -2005 $445,383 18400 /0285 WARRANTY DEED AY ERS RONALD & APR -2004 $0 17331 /0721 QUIT CLAIM KRIEGER LOUIS & No Exemption Information Available. Number of units 2 *Total Square Feet 2485 Acres 1.1553 Use Cade 0100 - SINGLE Zoning AR - Agricultural Residential ( 00- FAMILY UNINCORPORATED) Tax Year 2015 2014 2013 Improvement Value $161,123 $135,095 $98,962 Land Value $72,206 $72,206 $57,765 Total Market Value $233,329 $207,301 $156,727 All values are as of January 1st each year 2015 2014 2013 $189,640 $172,400 $156,727 $0 $0 $0 $189,640 $172,400 $156,727 2015 2014 $3,854 $3,506 $402 $406 $4,256 $3,912 0 http://www.co.palm-beach.fl.uslpapalAspsIPropertyDetaillPropertyDetail.aspx?parcel=004... Pj9ff/Aj pf 710 Page 95 of 710 ' eSMCMWARRAMDEED bjAz I MV I .,._ - ., Wt R iA a Wress ia, '108 Vanme Drive, Boynton Beach, FL 33428, parly/parties of the # R # 7 of the aum of TEN AND NO1100 DOLLARS J$10.00) and other _. = s:. '- R• rsis 9arebV:&r< cw#. r * + r # =112 of sI descrg)ed properly, 0, 11, TOWMIVp 46 South, Range 42 Eatit, said point being Section 11, which Northeast comer ig 2652.23 1eK East, a disitance of 31616 feet to the po4t of beginnft al lands Wg and being sluated in Palm BeoM I>M` 0.J a•s R s `T'' 3 s KI � i 9 County, Florida. 1111,1111 I'sli!11111111 Page 96 of 710 CFN 20160024902 OR K 28081 PG 29 RECORDED 0112Z2016 11: Palm Beach County, Florida AMT , 1,874.00 Prepared by wW Relum to: y� ifs r, R, Bock Pammount TW CLERK W.FlotdwAve, Sults 101 S s) I2 , a T F rusba p@q 4y{ d 1 i1 RE �e tl w 9803446922 parwl'oa No.. 00-42-0-114)0-M-1220 ' eSMCMWARRAMDEED bjAz I MV I .,._ - ., Wt R iA a Wress ia, '108 Vanme Drive, Boynton Beach, FL 33428, parly/parties of the # R # 7 of the aum of TEN AND NO1100 DOLLARS J$10.00) and other _. = s:. '- R• rsis 9arebV:&r< cw#. r * + r # =112 of sI descrg)ed properly, 0, 11, TOWMIVp 46 South, Range 42 Eatit, said point being Section 11, which Northeast comer ig 2652.23 1eK East, a disitance of 31616 feet to the po4t of beginnft al lands Wg and being sluated in Palm BeoM I>M` 0.J a•s R s `T'' 3 s KI � i 9 County, Florida. 1111,1111 I'sli!11111111 Page 96 of 710 IN WITNESS WHEREOF, first party fm :signed and sealed these present the date set forth on 2016. Participatlon Trust By.- Catiber Home Loans, Inc- Mr,71142RM MM MURIVIKA491MMOIA State Of To= courdy of Theforegol instrymen; was acknowledged beftire me this -�*—WjyArW by . , .. -, 47a 4 tiel r, the authorkzed signer of Cafter'Home 1-5-ans, Inc,, who is the attorney In fact for U.S. BANK TRUST N.A. who is personally known to me or who has produced a valid drivers license as iderittfication. J. WALT lie, 5 te a 9 rag otary P MV Ul 14,2019 Timothy J. Waitcr Print Notaq /%Ae My Commission Expires: Page 97 of 710 I I I m r- 41 -0 >0M A u 0 M - , * 0Mm 0 r_ > 0 > 0 v) I 0401atF.W.J by 0" 0 W� III McNeal a YvE o. m&,I PROFESSIOWL SURVEYOR AA0 PA4PPER #2M SERVING ALL FLORIDA r 'WIM115 5411,��,, I I Page 98 of 710 'A L- Niho Gury (J n Property, Appraiser Owner Name: U S BANK TRUST NA TR Parcel Control Number: 00-42-45-11-00-000-1220 Location Address: 4931 CLOCK RD ilructural Element for Building 1 1. Exterior Wall I WOOD SIDING 2. Year Built 1983 3. Air Condition HTG & AC Desc. 4. Heat Type FORCED AIR DUCT 5. Heat Fuel ELECTRIC 6. Bed Rooms 0' 7. Full Baths 2 8. Half Baths 0 9. Exterior all 2 N/A 10. Roof Structure SHE 11. Roof Cover ASPH/COMIP. SHG. 12. Interior all 1 WOOD/CUST.PNL. 13. Interior all 2 N/A 14. Floor Type 1 CARPETING is. Floor Type 2 NIA 16. Stories 1 Land Line # Description 1. MULTI -FAMILY Year Built No Extra Feature Available Ml http-ll www.co.palm-beach.fl.uslpapalAss IPropertyDetaillStructuralDetail.aspx?entity_jd... Pjqqql� of 710 6.E. CONSENTAGENDA 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. R16-028- Requesting settlement on current utility account for previous owner's water and sewer for the property located at 12762 Hampton Lake, Muhammad J. Zaheer, current owner. Proposed settlement amount of $200 EXPLANATION OF REQUEST. Muhammad J. Zaheer purchased the subject property in June 2015, via a Special Warranty Deed. The previous owner John Tricarico and the estate, accrued debt of $2,657.10 from February 2009 until June of 2015. The $2,657.10 is comprised of the monthly base facility charges, readiness to serve the property, for water and sewer service for the property, and periods of consumption during that time.. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? This request for settlement demonstrates the importance of implementing a utility lien filing process to record debt on properties. At this time there is not a lien filing process in place for utility billing; however, this does not relieve parties of the responsibility to research debt on a property. Title companies and real estate attorney's perform and advise this on property sales, some properties are higher risk than others.. FISCAL IMPACT. A settlement will reduce utility revenue for water and sewer sales. This property is located in the unincorporated area, there is no revenue reduction impact on refuse and storm water. ALTERNATIVES: Several alternatives are available. These suggestions are not all inclusive: 1. The settlement can be accepted. 2. The Settlement can be denied; the property owner will have to pay the arrearage in full but may have recourse against the title company or closing agent. 3. A settlement differing from $200 can be offered. 4. A payment plan over time can be imposed. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Page 101 of 710 Grant Amount: ATTACHMENTS: Type D Letter D Exhibit D Attachment REVIEWERS: Department Reviewer Utilities -Customer Service Groff, Colin Finance Howard, Tim Legal Swanson, Lynn City Manager LaVerriere, Lori Description settlement letter request from the customer account history property information backup Action Date Approved 2/2/2016 - 3:21 PPA Approved 2/5/2016 - 9:40 AM Approved 2/5/2016 - 11:44 AM Approved 2/11/2016 - 3:01 PPA Page 102 of 710 Date: Jan 29th, 2015 To: The City Commission, City of Boynton Beach, FL. Regarding: Past utility debt I, Muhammad J. Zaheer bought a property located at 12762 Hampton Lake Cir. Boynton Beach, Account# 278901-32435 in June 2015. When I purchased this property from the bank, the bank did not disclose any liens or debt on the property and provided a warranty deed with title insurance. Unfortunately bank and the title company did not disclose that there was past utility debt assigned to the proper and after closing; I found out from the city that property has previous unpaid utility balance. This balance was not found by the title company during the lien search and they did not add the past utility bill in closing documents. This balance was from the previous owner that vacated the property in 2011 and both the bank and HOA had rented the property and did not assume or pay the debt. I understand the risk of buying a foreclosure property and I used all of the proper investigative measures and relied on professional to determine the total debt on the property and they did not complete their responsibility correctly. I understand the property has past debt with the City and would like to work out a resolution. We are requesting that the City accept a settlement of $200.00 on the above referenced account. We are current on all utility payments to date since we purchased the property but cannot have the water turned on until this issue is settled. Sincerely, r� J Muhammad J. Zaheer Page 103 of 710 Muhammad Zaheer account Bill Date Due Date Amt EC Bill 1/20/2016 E CYC BILL 1/21/2016 2/16/2016 $ 38.84 LF Adj 1/14/2016 Late Fee 12/17/2015 $ $ 10.00 LF Adj 12/18/2015 Late Fee 11/20/2015 $ $ 10.00 FB Bill 12/16/2015 FINAL BILL 12/17/2015 1/11/2016 $ 41.43 BL Bill 11/19/2015 CYCLE BILL 11/20/2015 12/15/2015 $ 38.84 LF Adj 11/19/2015 Late Fee 10/22/2015 $ $ 10.00 LF Adj 10/22/2015 Late Fee 9/22/2015 $ $ 10.00 BL Bill 10/21/2015 CYCLE BILL 10/22/2015 11/16/2015 $ 78.23 IN Pmt 10/12/2015 C2G_CXUSER10091599 5/20/2013 $ $ (37.71) TO Trfb 9/29/2015 Balance Transfer 4/16/2013 $ $ 2,657.10 BL Bill 9/21/2015 CYCLE BILL 9/22/2015 10/19/2015 $ 37.71 IN Pmt 9/9/2015 C2G_CXUSER09081599 2/19/2013 $ $ (35.09) BL jBill I 8/20/2015 CYCLE BILL 1 8/21/2015 9/15/20151 $ 35.09 Previous Debt on property from prior owner - Tricarico, John FR Trfb 9/29/2015 Balance Transfer $ (2,657.10) FB Bill 9/25/2013 FINAL BILL 9/26/2013 10/21/2013 $ 14.21 BL Bill 9/18/2013 CYCLE BILL 9/19/2013 10/14/2013 $ 35.54 BL Bill 8/20/2013 CYCLE BILL 8/21/2013 9/16/2013 $ 35.54 BL Bill 7/22/2013 CYCLE BILL 7/23/2013 8/19/2013 $ 35.54 BL Bill 6/24/2013 CYCLE BILL 6/25/2013 7/22/2013 $ 35.54 LF Adj 6/4/2013 Late Fee 4/23/2013 $ 10.00 BL Bill 5/22/2013 CYCLE BILL 5/23/2013 6/17/2013 $ 35.54 BL Bill 4/22/2013 CYCLE BILL 4/23/2013 5/20/2013 $ 35.54 BL Bill 3/21/2013 CYCLE BILL 3/22/2013 4/16/2013 $ 35.54 BL Bill 2/20/2013 CYCLE BILL 2/21/2013 3/18/2013 $ 35.54 BL Bill 1/24/2013 CYCLE BILL 1/25/2013 2/19/2013 $ 35.54 BL Bill 12/20/2012 CYCLE BILL 12/21/2012 1/15/2013 $ 35.54 BL Bill 11/21/2012 CYCLE BILL 11/23/2012 12/18/2012 $ 35.54 BL Bill 10/24/2012 CYCLE BILL 10/25/2012 11/19/2012 $ 35.54 BL Bill 9/24/2012 CYCLE BILL 9/25/2012 10/22/2012 $ 34.51 BL Bill 8/22/2012 CYCLE BILL 8/23/2012 9/17/2012 $ 34.51 BL Bill 7/23/2012 CYCLE BILL 7/24/2012 8/20/2012 $ 34.51 BL Bill 6/25/2012 CYCLE BILL 6/26/2012 7/23/2012 $ 34.51 BL Bill 5/21/2012 CYCLE BILL 5/22/2012 6/18/2012 $ 34.51 BL Bill 4/19/2012 CYCLE BILL 4/20/2012 5/15/2012 $ 34.51 BL Bill 3/21/2012 CYCLE BILL 3/22/2012 4/16/2012 $ 34.51 LF Adj 2/28/2012 Late Fee 2/28/2012 $ 10.00 BL Bill 2/21/2012 CYCLE BILL 2/22/2012 3/19/2012 $ 34.51 LF Adj 1/31/2012 Late Fee 1/31/2012 $ 10.00 BL Bill 1/19/2012 CYCLE BILL 1/20/2012 2/14/2012 $ 163.23 LF Adj 12/28/2011 Late Fee 12/28/2011 $ 10.00 BL Bill 12/19/2011 CYCLE BILL 12/20/2011 1/16/2012 $ 121.12 LF 1Adj 1 12/1/20111 Late Fee 1 12/1/20111 1 $ 10.00 Page 104 of 710 BL Bill 11/16/2011 CYCLE BILL 11/17/2011 12/12/2011 $ 117.83 LF Adj 11/1/2011 Late Fee 11/1/2011 $ 10.00 BL Bill 10/19/2011 CYCLE BILL 10/20/2011 11/14/2011 $ 103.31 LF Adj 9/29/2011 Late Fee 9/29/2011 $ 10.00 BL Bill 9/19/2011 CYCLE BILL 9/20/2011 10/17/2011 $ 92.25 BL Bill 8/18/2011 CYCLE BILL 8/19/2011 9/13/2011 $ 66.41 BL Bill 7/20/2011 CYCLE BILL 7/21/2011 8/15/2011 $ 46.25 BL Bill 6/21/2011 CYCLE BILL 6/22/2011 7/18/2011 $ 37.97 BL Bill 5/18/2011 CYCLE BILL 5/19/2011 6/13/2011 $ 33.83 BL Bill 4/19/2011 CYCLE BILL 4/20/2011 5/16/2011 $ 33.83 LF Adj 4/5/2011 Late Fee 4/5/2011 $ 10.00 BL Bill 3/21/2011 CYCLE BILL 3/22/2011 4/18/2011 $ 33.83 BL Bill 2/16/2011 CYCLE BILL 2/17/2011 3/14/2011 $ 33.83 BL Bill 1/20/2011 CYCLE BILL 1/21/2011 2/15/2011 $ 33.83 BL Bill 12/20/2010 CYCLE BILL 12/21/2010 1/17/2011 $ 33.83 BL Bill 11/20/2010 CYCLE BILL 11/22/2010 12/17/2010 $ 33.83 BL Bill 10/19/2010 CYCLE BILL 10/20/2010 11/15/2010 $ 33.83 BL Bill 9/21/2010 CYCLE BILL 9/22/2010 10/18/2010 $ 31.75 LF Adj 9/1/2010 Late Fee 9/1/2010 $ 10.00 BL Bill 8/19/2010 CYCLE BILL 8/20/2010 9/14/2010 $ 31.75 LF Adj 8/3/2010 Late Fee 8/3/2010 $ 10.00 BL Bill 7/22/2010 CYCLE BILL 7/23/2010 8/17/2010 $ 85.97 LF Adj 7/1/2010 Late Fee 7/1/2010 $ 10.00 BL Bill 6/21/2010 CYCLE BILL 6/22/2010 7/19/2010 $ 67.01 BL Bill 5/20/2010 CYCLE BILL 5/21/2010 6/15/2010 $ 52.15 BL Bill 4/21/2010 CYCLE BILL 4/22/2010 5/17/2010 $ 39.91 BL Bill 3/20/2010 CYCLE BILL 3/22/2010 4/16/2010 $ 35.83 BL Bill 2/17/2010 CYCLE BILL 2/18/2010 3/15/2010 $ 31.75 BL Bill 1/21/2010 CYCLE BILL 1/22/2010 2/16/2010 $ 35.83 BL Bill 12/21/2009 CYCLE BILL 12/22/2009 1/18/2010 $ 35.83 BL Bill 11/18/2009 CYCLE BILL 11/19/2009 12/14/2009 $ 31.75 BL Bill 10/21/2009 CYCLE BILL 10/22/2009 11/16/2009 $ 35.83 BL Bill 9/22/2009 CYCLE BILL 9/23/2009 10/19/2009 $ 31.75 BL Bill 8/21/2009 CYCLE BILL 8/24/2009 9/18/2009 $ 34.14 BL Bill 7/22/2009 CYCLE BILL 7/23/2009 8/17/2009 $ 34.14 LF Adj 7/22/2009 Late Fee 6/19/2009 $ 10.00 LF Adj 7/16/2009 Late Fee 6/19/2009 $ 10.00 BL Bill 6/18/2009 CYCLE BILL 6/19/2009 7/14/2009 $ 78.52 BL Bill 5/18/2009 CYCLE BILL 5/19/2009 6/15/2009 $ 34.14 BL Bill 4/20/2009 CYCLE BILL 4/21/2009 5/18/2009 $ 21.09 BL Bill 3/20/2009 CYCLE BIL 1 3/23/2009 4/17/20091 $ 21.09 BL jBill I 2/19/2009 CYCLE BIL 1 2/20/2009 3/17/2009 $ 21.09 Page 105 of 710 Running blanace $ 2,894.44 $ 2,855.60 $ 2,845.60 $ 2,835.60 $ 2,794.17 $ 2,755.33 $ 2,745.33 $ 2,735.33 $ 2,657.10 $ 2,694.81 $ 37.71 $ 2,348.57 $ 35.09 shut-off no payment agreement -stated he would not pay this is the debt - transferred ($130 in late fees can be discharged) Page 106 of 710 $ 2,657.10 $ 2,642.89 $ 2,607.35 $ 2,571.81 $ 2,536.27 $ 2,500.73 $ 2,490.73 $ 2,455.19 $ 2,419.65 $ 2,384.11 $ 2,348.57 $ 2,313.03 $ 2,277.49 $ 2,241.95 $ 2,206.41 $ 2,171.90 $ 2,137.39 $ 2,102.88 $ 2,068.37 $ 2,033.86 $ 1,999.35 $ 1,964.84 $ 1,954.84 $ 1,920.33 $ 1,910.33 $ 1,747.10 $ 1,737.10 $ 1,615.98 shut-off no payment agreement -stated he would not pay this is the debt - transferred ($130 in late fees can be discharged) Page 106 of 710 $ 1,605.98 $ 1,488.15 $ 1,478.15 $ 1,374.84 $ 1,364.84 $ 1,272.59 $ 1,206.18 $ 1,159.93 $ 1,121.96 $ 1,088.13 $ 1,054.30 $ 1,044.30 $ 1,010.47 $ 976.64 $ 942.81 $ 908.98 $ 875.15 $ 841.32 $ 809.57 $ 799.57 $ 767.82 $ 757.82 $ 671.85 $ 661.85 $ 594.84 $ 542.69 $ 502.78 $ 466.95 $ 435.20 $ 399.37 $ 363.54 $ 331.79 $ 295.96 $ 264.21 $ 230.07 $ 195.93 $ 185.93 $ 175.93 $ 97.41 $ 63.27 $ 42.18 $ 21.09 Page 107 of 710 http://www.pbcgov.com/papa/Asps/ProperryDetail/PropertyDetail.as No Exemption Information Available. Number of Units I "Total Square Feet 1999 Gary R. Alikolits CFA Homestead Ewemption ftop" Appraiser Use Code Zoning Pakn-geac.h C=ity LINE 00 -UNINCORPORATED ) Tax Year 2015 Location Address 12 762 HAMPTON LAKES CIR Improvement Value $182,000 Municipality UNINCORPORATED Land Value Parcel Control Number 00-42-46-02-17-000-0730 $0 Total Market Value Subdivision HAMPTON LAKES $142,000 Official Records Book 27612 Page 1024 Tax Year 2015 Sale Date JUN -2015 2014 A-le%w,tl Valum Legal Description HAMPTON LAKES LT 73 $142,000 ('jr.emplion Aino(jot so Mailing address Taxable Value Owners 9275 SW 2ND ST ZAHEER MUHAMMAD 2014 Ad Valorem BOCA RATON FL 33428 4509 Sales Date Price OR Book/Page Sale Type Owner JUN -2015 $166,425 27612 11024 WARRANTY DEED ZAHEER MU14AMMAD FER-2015 $150,100 2733110401 CERT OF TITLE NATIONSTAR MORTGAGE LLC OCT -2013 $100 26391/ 0895 CERT OF TITLE HAMPTON LAKES PROPERTY 0 ASSN NOV-1999 $129.990 11467/1039 WARRANTY DEED TRICARICO JOHN EST No Exemption Information Available. Number of Units I "Total Square Feet 1999 Acres 0.12 0130 - ZERO LOT AR - Agricultural Residential Use Code Zoning LINE 00 -UNINCORPORATED ) Tax Year 2015 2014 Improvement Value $182,000 $142,000 Land Value $0 $0 Total Market Value $182,000 $142,000 All values are as of'January 1st each year Tax Year 2015 2014 A-le%w,tl Valum $156,200 $142,000 ('jr.emplion Aino(jot so $0 Taxable Value $156,200 $142,000 Tax Year 2015 2014 Ad Valorem $3,098 $2,670 Non Ad Valorem $361 $365 Total W $3,459 $3,035 2013 $127,000 $o $127,000 2013 $127,000 $0 $127,000 2023 $2,396 $359 $2,755 Page 108 of 710 After Recording Return to - FJR-#jW9TIFiWi CFN 20150226144 OR BK 27612 PG 1024 ?kIECIFAIIET 11115/2115 11:111:21 PaIM Beach County, Florida AMT 166.425.00 DEED DOC 1, 165,50 Sharon R. EWck CLERK & COMPTROLLER Pgs 1024-1026; (3Pgs) Documentary Stamps am based on CO) the consideration of S166,425.00 Mail JILIJAIa "en tg: Muhammad 7&hecr 0 9275 SW 2rA Strect — Boca Rato% FL 33429 'rhis SPFCL4,L W"kY L DUD, executed. this Z- day o rf 2 0 15. v'; I 015, InkfIONSTAR MORTGAGE, U.C, with a businem address of 9950 Cypress Watersk)9Coppell, TX 75019 hereinafter refert-ed to as 1� ZAHEER:-a-A�I�j rmiding at 91-775 SW To Street. Boca Raton, FL 33428, hereinafter referred to as GRANTF.E- Wherever used herein the terms "GRAN70W'AND "GRANTEE" include all the parties to this instniment and the heirs, legal representatives and assigns of individuals, and the successors and assigns of corporations. 111-itnesse1. That GRANTOR, for and in consideration of the sum of TEN and 00/100 ($10.00) and other valuable considerations, receipt whereof hacknowle1g4 hereby convc�is and confirmn unto the PRAN' e all that cixtain I t-CMUMM Beach County, FWda, viz: 013M Page 109 of 710 7 1044 M Ste. 700 Kransas64105 (816) 221- 0 FJR-#jW9TIFiWi CFN 20150226144 OR BK 27612 PG 1024 ?kIECIFAIIET 11115/2115 11:111:21 PaIM Beach County, Florida AMT 166.425.00 DEED DOC 1, 165,50 Sharon R. EWck CLERK & COMPTROLLER Pgs 1024-1026; (3Pgs) Documentary Stamps am based on CO) the consideration of S166,425.00 Mail JILIJAIa "en tg: Muhammad 7&hecr 0 9275 SW 2rA Strect — Boca Rato% FL 33429 'rhis SPFCL4,L W"kY L DUD, executed. this Z- day o rf 2 0 15. v'; I 015, InkfIONSTAR MORTGAGE, U.C, with a businem address of 9950 Cypress Watersk)9Coppell, TX 75019 hereinafter refert-ed to as 1� ZAHEER:-a-A�I�j rmiding at 91-775 SW To Street. Boca Raton, FL 33428, hereinafter referred to as GRANTF.E- Wherever used herein the terms "GRAN70W'AND "GRANTEE" include all the parties to this instniment and the heirs, legal representatives and assigns of individuals, and the successors and assigns of corporations. 111-itnesse1. That GRANTOR, for and in consideration of the sum of TEN and 00/100 ($10.00) and other valuable considerations, receipt whereof hacknowle1g4 hereby convc�is and confirmn unto the PRAN' e all that cixtain I t-CMUMM Beach County, FWda, viz: 013M Page 109 of 710 0 t - a 101441414= '11 1 1 oau 1 N X4'jill" 0 :1 I �I DMIJ ,, I !�MJZIM%3-133 AT* I U-4111" 16A W 1,4374 0 I -Tim= M I Wia IRA" 11WI'v2915 10 M 27331 FK PAGE 0401 IN THE OFFICLAL RECORDS OF PALM COUNTY, FLORMA. W : M = = 0 =1 � title only against chum hold by, through, or under the Giantor, or or && ered by the Grantor. and it cannot be hekf to warrant tide F persons claiming by through or the the grantor but no further or otherwise. 0 Together with all the tenerneej ereditaments and appurtenances thereto belonging or in anywise iippertaining. TO HAVE AND TO HOLD. the same in fee simple forever. The undersigned persons executing this Deed on behalf of said Grantor cGrpomfioulgoverriment entity represent and certify that they are duty eleaW officer or other and deliver this deed; that the Grantor has full corporate capacity to convey the real estate UM= if, Page 110 of 710 EN- '01 -MESS WHEREOF, Grantor has hereunto set a hand and sea] the day and year first wrWen above. , sealed and delivered in our presence: alo sWe mquim t*v unoffleW wknesms GRANTOR: RA;44a NATIONSTAR MORTGAGE, LLC witneg NO; Raymond D. R I AssIstant SecretarY PriatedNaim Thk Printed Nme For s4pumory suthorhy, me Dt[cga&n of Au*orhy mW Wit.qess Appoinum"t mvx&d in Hook _ Pap or is behM nwd cort *eATA R -3�R -,'4 ........... 'tFD Printed Name 0 G) STATE OF THE FORGOING INS 22015,by Ra was acknowledged before me this day of is 'NATIONSTAR o who the —sFatent fiecratmf MOXf GAGE, LLC, who pemormmlly d befote me and acknowledged that he signed the instrurnent voluntarily for the ed in it. GAMELMONTOYA 'Stotaof Iwo 8098 - Apm os. 2017 Notary Public �y Commission Fxpires: �PPMNALLY KNOWN, OR PRODUCED IDENMFICArON TYPE OF IDEMMICATION PRODUCED-- .............. Page 111 of 710 TITLE SNAPSHOT E365 10" MAIN STREET, STE 700, KANSAS CITY, MO 64105 GRADEToll Free. (877)365-9365 1 Direct: Title is Vested in 0 Nationstar Mortgage LLC AN No Curative Issues or All Curative Issues Were Resolved A = No title curative issues B = Issues to pay or clear C = Liens to clear D = Title curative issues • V I Prepared On June 11, 2015 Order Number FLT -1501609 N. - " AN-' Property Address 12762 Hampton Lakes Circle For questions regarding this Title Snapshot, please contact: Yvonne Moskey The Title Snapshot is intended for informational purposes only. It is not intended as a guaranty, affirmation, indemnification, or certification of any fact, insurance coverage or conclusion of law to any yvonne.moskey@title365.com insured or party to a transaction. No liability for reliance thereon is inferred, implied or expressed. Page 112 of 710 WESTCOR LAND TITLE INSURANCE COMPANY, a Florida corporation (the "Company'), for a valuable consideration, commits to issue its policy or policies of title insurance, as identified in Schedule A, in favor of the proposed Insured named in Schedule A, as owner or mortgagee of the estate or interest in the Land described or referred to in Schedule A, upon payment of the premiums and charges and compliance with the Requirements; all subject to the provisions of Schedules A and B and to the Conditions of this Commitment. This Commitment shall be effective only when the identity of the proposed Insured and the amount of the policy or policies committed for have been inserted in Schedule A by the Company. All liability and obligation under this Commitment shall cease and terminate six (6) months after the Effective Date or when the policy or policies committed for shall issue, whichever first occurs, provided that the failure to issue the policy or policies is not the fault of the Company. The Company will provide a sample of the policy form upon request. This Commitment shall not be valid or binding until countersigned by an authorized officer of the Company or an agent of the Company. In Witness Whereof, Westcor Land Title Insurance Gompany has caused its corporate name and seal to be affixed by its duly authorized officers on the date shown Yvonne M. Moskey AVP, National Title Manager WESTCO.R.. MURANCE COMPANZY 00 04 By:AQVW, �..._____., , (This Commitment is valid only when Schedule A and B are had) This jacket was created electronically and constitutes an original document INSURANCE FRAUDWARNING: ANY PERSON WHO, WITH INTENT TO DEFRAUD OR KNOWING THAT HE IS FACILITATING A FRAUD AGAINST AN INSURER, SUBMITS AN APPLICATION OR FILES A CLAIM CONTAINING A FALSE OR DECEPTIVE STATEMENT IS GUILTY OF FRAUD. For `­m50TT6—fi(2-1-1 1) Page I Created: 06111 12015 ALTA Commitment (6-17-06) Page 113 of 710 1. The term mortgage, when used herein, shall include deed of trust, trust deed, or other security instrument. 2. If the proposed Insured has or acquired actual knowledge of any defect, lien, encumbrance, adverse claim or other matter affecting the estate or interest or mortgage thereon covered by this Commitment other than those shown in Schedule B hereof, and shall fail to disclose such knowledge to the Company in writing, the Company shall be relieved from liability for any loss or damage resulting from any act of reliance hereon to the extent the Company is prejudiced by failure to so disclose such knowledge. If the proposed Insured shall disclose such knowledge to the Company, or if the Company otherwise acquires actual knowledge of any such defect, lien, encumbrance, adverse claim or other matter, the Company at its option may amend Schedule B of this Commitment accordingly, but such amendment shall not relieve the Company from liability previously incurred pursuant to paragraph 3 of these Conditions. 3. Liability of the Company under this Commitment shall be only to the named proposed Insured and such parties included under the definition of Insured in the form of policy or policies committed for and only for actual loss incurred in reliance hereon in undertaking in good faith (a) to comply with the requirements hereof, or (b) to eliminate exceptions shown in Schedule B. or (c) to acquire or create the estate or interest or mortgage thereon covered by this Commitment. In no event shall such liability exceed the amount stated in Schedule A for the policy or policies committed for and such liability is subject to the insuring provisions and Conditions and the Exclusions from Coverage of the form of policy or policies committed for in favor of the proposed Insured which are hereby incorporated by reference and are made a part of this Commitment except as expressly modified herein. . This Commitment is a contract to issue one or more title insurance policies and is not an abstract of title or a report of the condition of title. Any action or actions or rights of action that the proposed Insured may have or may bring against the Company whether or not based on negligence arising out of the status of the title to the estate or interest or the status of the mortgage thereon covered by this Commitment must be based on and are subject to the provisions of this Commitment. 5. The policy to be issued will contain the following arbitration clause: Unless prohibited by applicable law, arbitration pursuant to the Title Insurance Arbitration Rules of the American Arbitration Association may be demanded if agreed to by both the Company and the Insured at the time of the controversy or claim. Arbitrable matters may include, but are not limited to, any controversy or claim between the Company and the Insured arising out of or relating to this policy, and service of the Company in connection with its issuance or the breach of a policy provision or other obligation. Arbitration pursuant to this policy and under the Rules in effect on the date the demand for arbitration is made or, at the option of the Insured, the Rules in effect at Date of Policy shall be binding upon the parties. The award may include attorneys' fees only if the laws of the state in which the land is located permit a court to award attorneys' fees to a prevailing party. Judgment upon the award rendered by the Arbitrator(s) may be entered in any court having jurisdiction thereof. The law of the situs of the land shall apply to an arbitration under the Title Insurance Arbitration Rules. A copy of the Rules may be obtained from the Company upon request. lForm 5011612 (2-1-11) F' e 2 Created-.0611112015ALTA Comm trn nt (6-17-06) Page 114 of 710 1. Effective Date: May 22, 2015 at 07:30AM ALTA Ownees Policy (2006) Coverage Amount: $166,425.04 Proposed Insured: Muhammad Zaheer 3. The estate or interest in the land described or referred to in this Commitment is (identify estate covered, i.e. Fee, Leasehold, etc) 11 - III!!' !II11II; l I Nationstar Mortgage LLC 5. The land referred to in this Commitment is described as follows: VA: I 1 1-11 9.1V-11 I GTSJ a, [:I bi ; I :1 :4 :1 re Do not hesitate to contact the undersigned should you or your financial institution have any questions with regards to the information provided above. Issuing Agent: Title365 Company Title Only - ------------- ----- - --------------------- ALTA Cominftent (6-17-06) Page 115 of 710 .. SAS AN AGEN'r FOR: -n, S The following requirements must be met: 11111111i 111111!01 111!! 1 i MIT= 4. Documents satisfactory to us creating the interest in the land and the mortgage to be insured must be signel delivered and recorded 5. You must tell us in writing the name of anyone not referred to in this Commitment who will get an interest in the land or who will make a loan on the land. We may then make additional requirements or exceptions. PRIOR TO THE ISSUANCE OF ANY POLICY, THE COMPANY WILL REQUIRE THE FOLLOWING: 9 ALL TAXES AFFECTING THE LAND ARE PAID FURNISHED6 RECORDED A FULL RELEASE, SATISFACTION OR RECONVEYANCE OF ANY LIENS OR ENCUMBRANCES LISTED HEREIN 6 ANY DOCUMENTS REQUESTED BE FOR REVIEW 6. Proof of payment of any Hampton Lakes Property owners Association, Inc. liens and/or assessments 7. In order to complete this report, this Company requires a Statement of Information to be completed by the following party(ies), Party(ies): Muhammad Zaheer The Company reserves the right to add additional items or make further requirements after review of the requested Statement(s) of Information. • • �•♦ -#-- if .•# to A• -• # ■ • # If survey coverage is requested on your policy, a survey or survey affidavit may be required to be submitted to thl-- Company for review, prior to closing. The Company reserves the right to make additional requirements and/or exceptions ! #review•the survey. JA Special Warranty Deed from Nationstar Mortgage LLC to Muhammad Zaheer. d: 061111 01 -ALTA Commiftent (6-17-06) Page 116 of 710 Schedule 8 of the policy or policies to be issued will contain exceptions to the following matters unless the same are disposed of to the satisfaction of the Company: 96i MFBII (2-1-11) 1 Created: D611112015 ALTA Commftent(6-17-06) Page 117 of 710 Said Covenants, Conditions and Restrictions have been modified by an instrument: Executed by: Hampton Lakes Property Owners Association, Inc. Recorded., November 14, 2012 as Instrument Number 20120454879 in Book 25589 and Page 1940, of Officia' Records. 14. Declaration and Restrictive Covenant Regarding School Impact Fee contained in instrument recorded in Book 10491, Page 731, of Official Records. 15. Restrictions, dedications, conditions, reservations, easements and other matters shown on the plat of Hampton Lakes, as recorded in Plat Book 82, Page(s) 38, but deleting any covenant, condition or restriction indicating a preference, limitation or discrimination based on race, color, religion, sex, handicap, familial status or national origin to the extent such covenants, conditions or restrictions violate 42 USC 3604(c). 16. The terms and provisions contained in the document entitled Affidavit Regarding Establishment of Fire Control Districts Recorded: as Book 8340 Page 1168, of official records. 17. Any loss or damage caused by a lien for homeowner's association assessments pursuant to SEction 720.3085, Florida Statutes, notwithstanding assurances to the contrary in any attached Florida Form 9 Endorsement or ALTA Form 5 PUD Endorsement. (Affects any loan policy(s) issued pursuant to this commitment). �W41fi1$ii;1(;101 VI;XQ1144• EMMI)IM 19. General and Special City and/or County taxes, including any personal property taxes and any assessmen collected with taxes, for the fiscal year 2014: Total Tax: $2,913.29 Paid Exemption: $0.00 Code Area: 00355 Assessment No. 00-42-46-02-17-000-0730 20. Loss by reason of a lack, or alleged lack, of priority of the insured mortgage over any lien for unpaid condominium assessments accruing subsequent to the date of this policy. This exception supersedes any contrary insurance, whether directly, or through guaranteed assurances, provided under any ALTA (4)4.1 Condominium Endorsement, ALTA (5)5.1 P.U.D. Endorsement attached hereto. (Affects any loan policy(s) issued pursuant to this commitment) 21. Any loss or damage for unpaid assessments pursuant to Section 718.116(1)(a), Florida Statutes. (Affects any Owner's Policy(s) issued pursuant to this commitment) 22. Any lien arising under Chapter 159, Florida Statutes, in favor of any city, town, village, or port authority for unpaid service charges, for service by any water system, sewer system or gas system servicing the land described herein. 23. Any Homeowners/Condominium Association liens and/or Assessments not showing as liens in the public records, and/or being reflected in the records of the local collecting authority. 24. Any Municipal/Utility Department account balance and/or lien not showing in the public records, and/or being reflected in the records of the local collecting authority. To include, but not limited to, the following accounts/offices: Water, Gas, Trash, Special Assessment, City Fees, Code Enforcement, Tourist, Business Taxes, Sidewalks, Grass Cuffing, Snow Removal. INT 11511T 11 1 FIT 111!11 T-41re-M MGE=� 11111arrom 26. General and Special City and/or County taxes, including any personal property taxes and any assessments collected with taxes, for the fiscal year 2014: Total Tax: $2,913.29 Paid Exemption: $0.00 Code Area: 00355 Assessment No. 00-42-46-02-17-000-0730 [Form 5011612-1311 (2-1-11) — I Created: 0611112015 1 ALTA Commhment (6-17-06) Page 118 of 710 Form 6111612- 11 (2-1---11) 1 Created: 06111/2015 ----T-- ALTA Commitment (6-17606) Page 119 of 710 1044 MAIN STREET, STE 700, KANSAS CITY, MO 64105 Toll Free: (877)365-93651 Direct: Effl:11 I: , , , , ili M iT. 7 1 1 =j, - P%f I =--mr,115=1 -=1 - IM. M7 These notes below are being supplied for informational purpose only: a The improvements on said land are commonly known as: PUD (Residential) 12762 Hampton Lakes Circle, in the City of Boynton Beach, County of Palm Beach, State of Florida, Zip 33436-8201. APN: 00-42-46-02-17-000-0730 Grantor: Palm Beach County ,.7rantee: Nationstar Mortgage LLC Recorded: February 10, 2015 as Instrument Number 20150048909, Book 27331 Page 0401, of Offic Records. % General and Special City and/or County taxes, including any personal property taxes and any assessments collected with taxes, for the fiscal year 2014: Total Tax: $2,913.29 Paid Exemption: $0.00 Code Area: 00355 Assessment No. 00-42-46-02-17-000-0730 d: 06/11/2015 �FLT-15�01609 Page 120 of 710 described as follows: Lot 73, Hampton Lakes, according to the map or plat thereof, as recorded in Plat Book 82, at Pages 38 through 41 of the Public Records of Palm Beach County, Florida. Page 121 of 710 We are committed to safeguarding customer information; When we request information from you or about you, it is for our own legitimate business purposes and not for the benefit of any unaffiliated party; We use personal consumer information only for legitimate business purposes in a manner consistent with title insurance and escrow practices in compliance with applicable laws and regulations; We will obey the laws governing the collection, use, and dissemination of personal data; and We will endeavor to educate our employees on the responsible collection and use of personal information. Title V of the Gramm -Leach -Bliley Act ("GLBA") generally requires a financial institution (which term includes title insurers, underwritten title companies and those providing real estate settlement services) to disclose to all its customers the privacy policies and practices with respect to information sharing of consumer nonpublic personal information with both affiliates and non-affiliated third parties. In compliance with GLBA, we are providing you with this document, which notifies you of the privacy policies and practices of Title365 Company This disclosure does not apply to business, commercial or agricultural transactions. We may collect nonpublic personal information about you from the following sources: 1. Information we receive from you, such as on applications or other forms. 2. Information about your transactions we secure from our files, or from our affiliates or others. 3. Information we receive from a consumer -reporting agency. 4. Information we receive from others involved in your transaction, such as the real estate agent, lender, surveyor or appraiser. Unless it is specifically stated otherwise in an amended Privacy Policy Notice, no additional nonpublic personal information will be collected about you. We may disclose any of the above information that we collect about our customers or former customers to our affiliates or to non-affiliated third parties as permitted by law. This includes, but is not limited to, financial service providers (e.g., banks, consumer finance lenders, securities and insurance companies, etc.), non-financial companies (e.g., settlement or fulfillment service providers, or title plant operated by a third party vendor). IS NOT SPECIFICALLY PERMITTED BY LAW. l�ri€ f'sliy r ted; 06111£2015 FLT -1 1609 Page 122 of 710 6.F CONSENTAGENDA 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. R16-029 -Authorize the City Manager to sign Traffic agreement for Coastal Bay HOA. EXPLANATION OF REQUEST. Peter Jannis, Coastal Bay HOA President requested renewal of traffic agreement HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? n/a FISCAL IMPACT. Budgeted ALTERNATIVES: Not approve the agreement STRATEGIC PLAN: Great Neighborhoods: Safe, Affordable and Livable STRATEGIC PLAN APPLICATION: Allows for the enforcement of traffic laws within this community and provides for a deterrent to unsafe vehicle operations. CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type Description D Resolution Resolution approving the Traffic Enforcement Agreement with Coastal Bay HOA D Agreement Traffic Enforcement Agreement with Coastal Bay HOA D Attachment Certificate of Insurance REVIEWERS: Page 123 of 710 Department Reviewer Action Police Katz, Jeff Approved Finance Howard, Tim Approved Legal Swanson, Lynn Approved City Manager LaVerriere, Lori Approved Date 2/5/2016 - 11:47 AM 2/5/2016 - 1:56 PPA 2/9/2016 - 3:30 PPA 2/11/2016 - 3:00 PPA Page 124 of 710 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 RESOLUTION R16 - A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, AUTHORIZING AND DIRECTING THE MAYOR AND INTERIM CITY CLERK TO SIGN AN AGREEMENT FOR TRAFFIC ENFORCEMENT BETWEEN THE CITY OF BOYNTON BEACH, FLORIDA AND COASTAL BAY HOMEOWNERS ASSOCIATION, INC.; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, Coastal Bay Homeowners Association, Inc., (hereinafter referred to as "Association") owns or controls certain private roads lying and being in the City of Boynton Beach, Florida; and WHEREAS, Association does not have the power to enact or enforce traffic laws within the Association, nor can it hire others with police power to do so; and WHEREAS, pursuant to Chapter 316.006(1)(b), Florida Statutes, the Association hereby grants to the City of Boynton Beach, municipal traffic control jurisdiction over all those certain private roads in said Association. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. Section 2. The City Commission of the City of Boynton Beach, Florida does hereby authorize and direct the Mayor and Interim City Clerk to sign the Agreement for Traffic Enforcement between the City of Boynton Beach, Florida and Coastal Bay C:AProgram Files (x86)Aneevia.com\docConverterProAtemp\NVDC\54906519-146D-4D7B-9B7B-61957FC5D3CE\Boynton Beach. 2755.1. Coastal Bay Traffic Enforcement - Reso.doc 1 Page 125 of 710 I Homeowners Association, Inc., a copy of which is attached hereto as Exhibit "A". 2 Section 3. This Resolution will become effective immediately upon 3 passage. 4 PASSED AND ADOPTED this day of , 2016. 5 6 CITY OF BOYNTON BEACH, FLORIDA 7 8 9 10 Mayor — Jerry Taylor 11 12 Vice Mayor — Joe Casello 13 14 Commissioner — David T. Merker 15 16 Commissioner — Mack McCray 17 18 Commissioner — Michael M. Fitzpatrick 19 20 21 VOTE 22 23 ATTEST: 24 25 26 27 Judith A. Pyle, CMC 28 Interim City Clerk 29 30 31 32 (Corporate Seal) 33 34 YES NO C:AProgram Files (x86)Aneevia.com\docConverterProAtemp\NVDC\54906519-146D-4D7B-9B7B-61957FC5D3CE\Boynton Beach. 2755.1. Coastal Bay Traffic Enforcement - Reso.doc — — -- 2 Page 126 of 710 E111"t7 1 01t191Y THIS AGREEMENT is entered into, this day of , 2016, by and between: CITY OF BOYNTON BEACH, FLORIDA, a municipal corporation organized and existing under the laws of the State of Florida, with a business address of 100 East Boynton Beach Boulevard, Florida 3343 5, hereinafter referred to "CITY," and COASTAL BAY HOMEOWNERS ASSOCIATION, INC, ("Development"), having a business address of c/o Phoenix Management, 6131 Lake Worth Road, Suite B, Greenacres, FL 33463, hereinafter called "ASSOCIATION." WHEREAS, CITY recognizes that it has full power and jurisdiction to patrol on private property to enforce all of the laws of the nation, state, county and city, duly enacted, excluding those of traffic control and enforcement; and WHEREAS, ASSOCIATION specifically recognizes the above; and WHEREAS, ASSOCIATION wishes to grant CITY the authority to exercise jurisdiction for traffic regulation purposes over any private or limited access road or roads of specified private segments of the ASSOCIATION, pursuant to §316.006(b) Florida Statutes; NOW, THEREFORE, for and in consideration of the mutual covenants and undertakings of the parties hereto, and other good and valuable considerations, the parties hereto covenant and agree, each with the other as follows: 1.0 Ratification. The foregoing preamble is hereby ratified and confirmed as true and correct and incorporated herein. 2.0 Recognition of Jurisdiction. The ASSOCIATION hereby recognizes the jurisdiction of CITY over any private or limited access road or roads within the property indicated on the map attached hereto as Exhibit "A," for traffic control purposes. 3.0 The ASSOCIATION shall provide CITY with a Resolution of the ASSOCIATION attached as Exhibit "B", evidencing the ASSOCIATION's desire for CITY's services hereunder and authorizing the ASSOCIATION, via its President, to enter into this Agreement. :�1�71T[i�i5i11Y"1. fiifl�Vz'7;[Tf�C�hfFfl.'S�fI1aITf��1fC1TtRA W= Page 127 of 710 4.0 Exercise of Jurisdiction. The CITY hereby agrees to exercise jurisdiction for traffic control purposes over any private or limited access road or roads within the property within the Development listed on attached Exhibit "A." 4.1.The City of Boynton Beach Police Department agrees to provide a minimum base level of traffic enforcement service on all those certain private roads in the Development identified in Exhibit "A." 4.2.The level of service provided by the CITY shall be determined solely by the Boynton Beach Chief of Police and shall be based upon the availability of police personnel. 4.3.The Police Department shall choose the hours and days of operation, but these choices shall be based upon information from ASSOCIATION and the observations of the Boynton Beach Police Department and Public Works Department. 5.0 Signs and Markings. In order to permit CITY to perform pursuant to the terms of this Agreement, and to ensure appropriate jurisdictional and enforcement authority: 5.1.All traffic control devices on and along the private or limited access roads within the Development identified in Exhibit "A" must conform to the requirements contained in the United States Department of Transportation Manual on Uniform Traffic Control Devices for Streets and Highways (the "MUTCD") and CITY Engineering Standards. The determination as to whether signs or other traffic control devices meet the installation requirements and/or conform to the MUTCD and CITY Engineering Standards, shall be made solely by CITY. The CITY may conduct any necessary traffic engineering studies to determine appropriate regulatory traffic control within the ASSOCIATION. 5.2.In the event ASSOCIATION has installed traffic calming devices that do not conform with existing CITY and MUTCD standards, on or along the private or limited access roads within the Development identified in Exhibit "A," such as speed humps and/or speed bumps, ASSOCIATION shall, at its sole expense, cause such devices to be removed within thirty (30) days of execution of this Agreement if CITY so requests or a traffic engineering study determines that the existing traffic calming devices are not warranted. Further, ASSOCIATION shall not install any traffic calming devices on or along its private or limited access roads during the term of this Agreement without the express written consent of the City of Boynton Beach Public Works Department. 5.3.ASSOCIATION shall purchase and install all signs, signage, posts, pavement markings, and other necessary traffic control, as prescribed by the CITY, as necessary for traffic control purposes. Should CITY determine that traffic -calming measures are appropriate, ASSOCIATION shall incur all costs of designing and installing such measures. ASSOCIATION shall be responsible for maintenance of any traffic control devices and traffic calming measures necessary or desirable for the enforcement of traffic laws. 6.0 Insurance. The ASSOCIATION agrees to maintain insurance under its general liability policy for all actions arising out of or in any way connected to this Agreement under minimum policy limits of $1,000,000 per occurrence. The Association agrees to name "City of SACAIAGMTS1Traffic EnforcemenACoasal Say TEA (2016).doe Page 128 of 710 Boynton beach, 100 E. Boynton Blvd., P.O. Box 310, Boynton Beach, FL 33435" as an Additional Insured and provide proof of insurance upon execution of this Agreement to the City's Risk Management Department. 7.0 Gaffed Entrances. In the event access to any portion of the ASSOCIATION's private or limited access roads is through a gate, ASSOCIATION shall take steps to ensure access by means other than gate codes, such as siren activated gates, Knox Box, or by bar-coding of vehicles, so as to permit uninhibited access by authorized police vehicles and prevent any delay in access to ASSOCIATION property. ASSOCIATION shall provide gate access codes to the Public Works Department for purposes of conducting traffic engineering analyses. 8.0 Term. The term of this Agreement shall be five (5) years, effective on the date of execution, provided that either party may terminate this Agreement without penalty upon sixty (60) days notice by notifying the opposite party in writing of its intention to do same. 9.0 General Law Enforcement Jurisdiction. ASSOCIATION recognizes the authority of CITY to patrol on private property, including ASSOCIATION's property, to enforce all laws of the nation, state, county and city other than for traffic control purposes, and same is done by Boynton Beach Police Department and other appropriate law enforcement agencies pursuant to law, and not through this or any other Agreement. 10.0 Notices. All notices which shall or may be given pursuant to this Agreement shall be in writing and delivered personally or transmitted (a) through the United States mail, by registered or certified mail, postage prepaid; (b) by paeans of prepaid overnight delivery service; or (c) by facsimile or email transmission, if a hard copy of the same is followed by delivery through the U.S. mail or by overnight delivery service as just described, addressed as follows: To CITY: Lori LaVerriere, City Manager City of Boynton Beach 100 East Boynton Beach Boulevard Boynton Beach, FL 33425 Telephone No. (561) 742-6010 Facsimile No. (561) 742-6011 with a copy to: Jeffrey Katz, Chief of Police City of Boynton Beach 100 East Boynton Beach Boulevard Boynton Beach, Florida 33425 Telephone No. (561) 742-6100 Facsimile No. (561) 742-6185 To ASSOCIATION: Coastal Bay Homeowners Association, Inc. c/o Phoenix Management 6131 Lake Worth Road, Ste. Greenacres, FL 33463 Telephone No. (561) 964-1550 Facsimile No. (561) Notices shall be deemed given upon receipt in the case of personal delivery, three (3) days after SACAIAGMTSITraffic EnforcementlCaasW Bay TEA (2016).doc � Page 129 of 710 deposit in the mail, or the next business day in the case of facsimile, email, or overnight delivery. Either party may from time to time designate any other address for this purpose by written notice to the other party delivered in the manner set forth above. 11.0 Severability. If any provision of this Agreement or application thereof to any person or situation shall to any extent, be held invalid or unenforceable, the remainder of this Agreement, and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. 12.0 Modification of Agreement. This Agreement may be modified upon mutual consent of the parties only in writing, and executed with the same dignity herewith. 13.0 Legal Representation. It is acknowledged that each party to this Agreement had the opportunity to be represented by counsel in the preparation of this Agreement and, accordingly, the rule that a contract shall be interpreted strictly against the party preparing same shall not apply due to the joint contribution of both parties. 14,0 Binding Authority. Each person signing this Agreement on behalf of either party individually warrants that he or she has full legal power to execute this Agreement on behalf of the party for whom he or she is signing, and to bind and obligate such party with respect to all provisions contained in this Agreement. 15.0 Governing Law. This Agreement shall be governed by the laws of the State of Florida, with venue lying in Palm Beach County, Florida. 16.0 Additional Terms upon Modification or New Agreement. Nothing herein shall preclude the parties from modifying this Agreement during the term of such, or, upon completion of the term, entering into another Agreement, to provide for additional or revised terms. IN WITNESS WHEREOF, CITY and ASSOCIATION have executed this Agreement by their duly authorized officers, this day of , 2016. ATTEST: BY: i'V__I_-____________ APPROVED AS TO FORM: l CITY OF BOYNTON BEACH M., OFFICE OF THE CITY ATTORNEY SACMAG TSUraffic Enforcement\CoasW Bay TEA (2016).doc Page 130 of 710 COASTAL BAY HOMEOWNERS ASSOCIATION, INC. BY: Peter Jannis,,96sicicnt 611 Ky BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared, Peter Jannis, as President of COASTAL BAY HOMEOWNERS ASSOCIATION, INC., on behalf of and duly authorized to execute the same, and acknowledged he executed the foregoing Agreement for the use and purposes mentioned in it, and who is personally known to me or has produced as identification. ..... - .................. I - IN WITNESS OF THE FOREGOING, I have set my hand and official seal at in the State and County aforesaid on this jL_ day of 1�� 2016. 19MRAFAL SZUQAJEW NOTARY PUUL C// Notary Public - State of Florida My Commission E 4'ires: Commission # FF 201121 My Comm. Expires Mar 10. 2019 Bonded bough National Notary Assn. SACAILAGMTSN'rraffic EnforcementkCoastal Bay TEA (2016).doc Page 131 of 710 u ki VON IN R um i S:ICAIAGMTS\Trafnc EnforcemenACoastal Hay TEA, (2016).doc Page 132 of 710 t- k�LL if, A GocgleMap 2505 S Federal A Boynton Beach, FL 33435 AM SE "M Aw SE WfdA- �i'F std. AWI _-2--j Ae Gf. 22M Ave .f 2? -Id AW. GE :2 14* 8W """'Osw ft) &W r-7 sw Ge Map data 02016 Google 50 ft Page 133 of 710 1,, i loytoll I OM I MAU4114! S ACAUGATTSUrxtiic Enfarcement\CoasW Bay TEA (2016).doc Page 134 of 710 COASTAL BAY HOMEOWNERS ASSOCATION, INC. r r �-: ■. ., ., „. FLA Peter Jannis S Board Member Julius Lee was unable to be in attendance. Page 135 of 710 ACOR" CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 2/12/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER The Fairway Insurance Group, LLC 5461 North Federal Highway Fort Lauderdale FL 33308 CONTACT Annette Griffin NAME: PAH/CONNo Ext: (954) 772-9819 FAX No: (954)772-9564 ADDRIESS:Annetteg@tfigins.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERAArch Specialty Insurance Co. LIMITS INSURED Coastal Bay Homeowners Association Inc C/o Phoenix Management 6131-B Lake Worth Road Green Acres FL 33463 INSURER B :Federal Insurance Company COMMERCIAL GENERAL LIABILITY INSURERC:Continental Casualty Co INSURER D INSURER E EACH OCCURRENCE INSURER F: A COVERAGES CERTIFICATE NUMBER:15-16 COI REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF MM/DDYYY /Y POLICY EXP /Y MM/DDYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1 , 000 , 000 A CLAIMS -MADE 1X OCCUR DAMAGE TO PREMISES(E. occurrDence)$ 100 , 000 MED EXP (Any one person) $ 10 , 000 X AGL0010130-01 3/18/2015 3/18/2016 PERSONAL &ADV INJURY $ 1,000,000 AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2 , 000 , 000 GEN'L X POLICY ❑PRO JECT ❑ LOC PRODUCTS - COMP/OP AGG $ 1 , 000 , 000 $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ NON -OWNED HIRED AUTOS AUTOS X UMBRELLA LAB X OCCUR EACH OCCURRENCE $ 5, 000 , 000 AGGREGATE $ 5,000,000 B EXCESS LAB CLAIMS -MADE DED X RETENTION$ 0 Products Completed Operation $ 5,000,000 79938922-69771 3/18/2015 3/18/2016 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N PER OTH- STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? ❑ N/A E.L. DISEASE - EA EMPLOYE $ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ C Directors & Officers Liab 0251146942 3/18/2015 3/18/2016 Aggregate Limit of Liability $1,000,000 C Fidelity Crime 0251146990 3/18/2015 3/18/2016 Employee Theft $250,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Certificate is suject to policy forms & endorsements. This Certificate of Liability covers the Club House & Common Areas located at: 2505 Coastal Bay Blvd., Boynton Beach, FL 33435. The City of Boynton Beach is listed as Additional Insured with respect to General Liability. CERTIFICATE HOLDER CANCELLATION ACORD 25 (2014/01) INS025 (201401) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Page 136 of 710 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Boynton Beach THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 100 East Boynton Beach Blvd. ACCORDANCE WITH THE POLICY PROVISIONS. Boynton Beach, FL 33425 AUTHORIZED REPRESENTATIVE -cm:- Edward Brown/AG ACORD 25 (2014/01) INS025 (201401) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Page 136 of 710 6.G. CONSENTAGENDA 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. R16-030 - Approve Amendment to Interlocal Agreement with Boynton Village Community Development District abating any assessment levied by the CDD on the City Parcel. EXPLANATION OF REQUEST. The City and the Boynton Village Community Development District (CDD) entered into that certain Interlocal Agreement dated November 17, 2016. Pursuant to the Agreement, the CDD and City agreed that a certain parcel of land located within the boundaries of the CDD and referred to in the Agreement as the "Park Site" which is in the process of being conveyed to the City, will not be subject to any special assessment lien imposed by the CDD as long as the Park Site is used by the City as a public park. At this time, the CDD is in the process of levying revised special assessments on certain lands located within the CDD, which progress may not be completed prior to the closing of the exchange of the existing City Parcel located at Old Boynton Road and Renaissance Commons Boulevard for the Park Site. The City has requested, and the CDD is agreeable that the CDD will not levy any special assessments on the existing City Parcel until such time as the existing City parcel is conveyed to a private party. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? N/A FISCAL IMPACT. Non -budgeted None ALTERNATIVES: Not approve the Amendment and have the City owned parcel subject to any assessments levied by the CDD. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: Page 137 of 710 ATTACHMENTS: Type D Amendment REVIEWERS: Department Legal Finance City Manager Description Resolution approving Amendment to ILA with Boynton Village CDD Amendment to I nterlocal Agreement with Boynton Village CDD Exhibit A to Amendment Reviewer Action Swanson, Lynn Approved Howard, Tim Approved LaVerriere, Lori Approved Date 2/11/2016 - 10:32 AKA 2/11/2016 - 10:43 AKA 2/11/2016 - 2:42 IIIA Page 138 of 710 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 R16 - A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING AND AUTHORIZING THE MAYOR AND CITY CLERK TO SIGN THE AMENDMENT TO 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 has requested that the CDD agree that the CDD will not levy any special assessments on the City Parcel prior to closing of the exchange of the City Parcel for the Park Site; 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 Amendment to 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 Amendment to Interlocal Agreement with the Boynton Village Community Development District for the CDD to refrain from levying any special assessments on the Existing City Parcel prior to closing of the exchange of the City Parcel for the Park Site. Section 3. The City Commission authorizes the Mayor and City Clerk to sign the Amendment to Interlocal Agreement, a copy of which is attached hereto as Exhibit "A". Section 4. That this Resolution shall become effective immediately upon passage. C:AProgram Files (X86)ANeevia.Com\DocconverterproATemp\NVDC\BF6C0176-1E2B-4618-83B1-OC1C160115FO\Boynton Beach. 2771.1. Amendment To ILA With_Boynton_Village_CDD_-_Reso.Doc Page 139 of 710 29 PASSED AND ADOPTED this day of , 2016. 30 31 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 CITY OF BOYNTON BEACH, FLORIDA Mayor — Jerry Taylor Vice Mayor — Joe Casello Commissioner — David T. Merker Commissioner — Mack McCray Commissioner — Michael M. Fitzpatrick VOTE ATTEST: Judith A. Pyle, CMC Interim City Clerk (Corporate Seal) YES NO C:AProgram Files (X86)ANeevia.Com\DocconverterproATemp\NVDC\BF6C0176-1E2B-4618-83B1-OC1C160115FO\Boynton Beach. 2771.1. Amendment To ILA With_Boynton_Village_CDD_-_Reso.Doc Page 140 of 710 This Document Prepared by: Record and Return To: David Tolces, Esq. City Attorney's Office City of Boynton Beach 100 East Boynton Beach Boulevard Boynton Beach, Florida 33425 AMENDMENT TO INTERLOCAL AGREEMENT THIS AMENDMENT TO INTERLOCAL AGREEMENT (the "Amendment") made and entered into on the day of 2016, by and between: BOYNTON VILLAGE COMMUNITY DEVELOPMENT DISTRICT, a local unit of special-purpose government organized and existing pursuant to the Chapter 190 of the Florida Statutes, whose address is Wrathell, Hunt and Associates, LLC, 2300 Glades Road, Suite 41OW Boca Raton, FL 33431 (the "CDD"), and CITY OF BOYNTON BEACH, FLORIDA, a municipal corporation of the State of Florida, whose address is 100 East Boynton Beach Boulevard, Boynton Beach, FL 33425 (the "CITY"). WITNESSETH: WHEREAS, the CDD and the CITY entered into that certain Interlocal Agreement dated November 17, 2016, and recorded at O.R. Book 28041, Page 1953, Public Records of Palm Beach County, Florida (the "Agreement"); and WHEREAS, pursuant to the Agreement, the CDD and CITY agreed that a certain parcel of land located within the boundaries of the CDD and referred to in the Agreement as the "Park Site", which is in the process of being conveyed to the CITY, will not be subject to any special assessment lien imposed by the CDD as long as the Park Site is used by the CITY as a public park; and WHEREAS, the parcel of land referred to in the Agreement as the Park Site is being conveyed to the CITY in exchange for another parcel of land owned by the CITY that was recently annexed into the boundaries of the CDD, but which has not in the past, and is not currently being assessed by the CDD (the "City Parcel"), WHEREAS, the City Parcel is described in Exhibit "A" attached hereto; and {00115548.1 306-9905104 } Page 141 of 710 WHEREAS, the CDD is in the process of levying revised special assessments on certain lands located within the CDD, which process may not be completed prior to the closing of the exchange of the City Parcel for the Park Site, at which time the City Parcel will be conveyed to a private party; and WHEREAS, the CITY has requested that the CDD agree that the CDD not levy any special assessments on the City Parcel prior to closing of the exchange of the City Parcel for the Park Site; and WHEREAS, the CDD is agreeable to the CITY's request; NOW, THEREFORE, FOR AND IN CONSIDERATION of the mutual covenants and agreements hereinafter set forth, the parties hereto agree as follows: Section 1. RECITALS. The above recitals are true and correct and are incorporated herein. Section 2. NO ASSESSMENT OF CITY PARCEL. The CDD agrees that there shall not be any assessments levied by the CDD on the City Parcel, as defined in this Amendment, as long as the City Parcel is owned by the CITY. The CDD agrees that so long as the City owns the City Parcel that the City shall have no obligation to pay any assessment or other charge imposed by the CDD. Section 3. AGREEMENT TO REMAIN IN EFFECT; CONFLICT. As amended hereby, the Agreement shall remain in full force and effect. In the event of any conflict between the provisions of the Agreement and the provisions of this Amendment, the provisions of this Amendment shall prevail. IN WITNESS WHEREOF, the CDD and the CITY have caused these presents to be executed in their respective names by the proper officials the day and year first above written. BOYNTON VILLAGE COMMUNITY DEVELOPMENT DISTRICT, a local unit of special- purpose government organized and existing pursuant to the Chapter 190 of the Florida Statutes wo ATTEST: Secretary/Assistant Secretary {00115548.1 306-9905104 } 2 Chairperson/Vice Chairperson Page 142 of 710 STATE OF FLORIDA COUNTY OF The foregoing instrument was acknowledged before me this day of , 2016, by , as Chairperson/Vice-Chairperson of BOYNTON VILLAGE COMMUNITY DEVELOPMENT DISTRICT, who is personally known and/or produced as identification who being duly sworn, deposes and says that the aforementioned is true and correct to the best of his or her knowledge. Notary Public My commission expires: STATE OF FLORIDA COUNTY OF The foregoing instrument was acknowledged before me this day of , 2016, by , as Secretary/Assistant Secretary of BOYNTON VILLAGE COMMUNITY DEVELOPMENT DISTRICT, who is personally known and/or produced as identification who being duly sworn, deposes and says that the aforementioned is true and correct to the best of his or her knowledge. My commission expires: ATTEST: City Clerk {00115548.1 306-9905104 } Notary Public CITY OF BOYNTON BEACH, a municipal corporation organized and existing under the laws of the State of Florida Wo , Mayor Page 143 of 710 Approved as to form: City Attorney The foregoing instrument was acknowledged before me this day of , 2016, by , as Mayor of the CITY OF BOYNTON BEACH, who is personally known and/or produced as identification who being duly sworn, deposes and says that the aforementioned is true and correct to the best of his or her knowledge. Notary Public My commission expires: The foregoing instrument was acknowledged before me this day of , 2016, by , as City Clerk of the CITY OF BOYNTON BEACH, who is personally known and/or produced as identification who being duly sworn, deposes and says that the aforementioned is true and correct to the best of his or her knowledge. My commission expires: {00115548.1 306-9905104 } M Notary Public Page 144 of 710 EXHIBIT "A" Description of City Parcel {00115548.1 306-9905104 } Page 145 of 710 Exhibit A Legal Description of the Existing Park Land 1 8".' a' R 657 Te! pq 2„-@889' F= t561) 24115162 SKETCH AND LEGAL DESCRIPTION (NOT A SURVEY) ZyliloI r A BOYNTON TOWN CENTER - EXISTING CITY PARK LEGAL DESCRIPTION SMU - Park Parcel, of "BOYNI ON IO%VN CENTER, A P.C.D", as recorded in Plot Book 106, Pages 144-151 of the Public Records of Palm Beacn County, Florida, LESS_ AND EXCEPT THF FAST 40.00 FEET THEREOF. Said parcelof land situate within the City of Boynton Beoch, Polm Beach County. Florida, containing 4.723 Acres. (205751 Squorc FccU. more or leas. ABBREViA KEY MAP LARGLt 0�• twin OiLIC=NLA ICfpTRM ANGLF 1 1.6. I ICEWAQ �SVETOR NOTES L•S• LICENSED SORYETCR 1. REPRODTICTIONS OF THIS SKETCH ARE NOT VALID D.R.S.� OFFrtCl§ RECONS 8= WITHOUT TkE SIGNATURE AND THE ORIGINAL RAISED P.O.B. P.O.C. POINT E9 UGIRNING POINT OF COSfK1sCClCNT SEAL OF A FLORIDA LICENSED SURVEYOR AND MAPPER. 2. 140 SEARCH OF THE PURI.IGECOR05 ►'iA5 MME P;y. c. R. PALM OWN COUl:1T iMCCRUS IN THF. PRIEPARMION'OF THIS SKf. ll AND DrSCRIPTION. PG. PAGE' 3. BEARRNGS SHOWN HEREON ARC BASED ON THE P•S. u. PROr CSSIONAL SV WWW NORTH LINE OF SAID PLAT HAVING A BEARING 0- RW A CAPPER RICHT—OF—lav NORTH 87.45.57" EAST. ACCORDING TO SAID PI Al. IIICRCOY CERTIFY THAT THE SKETCH AND DESCRIPIICN SHOWN HEREOF: COMPLIES WITH MINIMUM IECHM;CAI. STANDARDS AS CONIAWD IN CHAPIFR 5J•17.051. FLORIDA ADMINISTRATIVE CODE. PURSUANT.,70— AND BELIL!- A.5SPR JEFF YOR AND LU FL'JRIUl. 11CFNSF r �bt Mme., eorRlai 1Lurx cw MD. 04173 4701439-11 (OW027.3 305.9 SUS 1 Page 146 of 710 (eocross wruomml (1-60100 4 .6i'oZodON No1N�o o �6Z'6L£ — -- '149.9t, 0 95' .90'6ZZ M.. $y Vit?-ZI ia�'blLP _ Y( 'SOd j ct5t-YYs 'SJd ;('Ut'Y '901 'e'd)— 90t Vd)-- .l9'ZL II a '3v'1.5 3'8'1.St JN..bt.Z£.tLN ci I : N Mme. (LSl-tril 'SJd'901 ((c,.•vYl ;S9d c j y a �"0'0'd d 'a3LN30 Nh101 NOINA08.. '401 8'd), A Z f a ►,�. oN 130Wd MWd-nVIS .ro a (l5t-POt'SOd A •£S'60Z8-LIQ ast-by9019d) © ! 'Sad''''sot 'd) -l' ���� - ..'0'a'd v'U31N3J NJA01 NOINA0S.. JNIN�d0.OS .09'9 9•11 atL _ 3M3W7_SJ3 hN!211S301d�U-g — .� 3y 7,s• a r , .�- 8�--1Ott ----- .yam � �y' tN3Y�3S!:3 Alllllc) ,,y�, I" L U - 1 6'T� '• I (ZOZ-96t 'SOd '60l '8'd) ! q ..LVld38 and VMIMI. `0 �I I I I j CoAmns d.LON) NOI.LdIMOS3a 'IV03l CINV HO13)IS Mmeloigaxi�i Y fl'tldaw'�e'Po iA3n�a of14T,7 6. H. CONSENTAGENDA 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. R16-031 - Approve Second Amendment to Boynton Village Park Conveyance Agreement and authorize the Mayor to sign the Second Amendment. EXPLANATION OF REQUEST - The City and BR Cortina Acquisition LLC., have previously entered into a Boynton Village Park Conveyance Agreement with an effective date of November 25, 2015. The purpose of the Agreement is to provide for the exchange of properties within the Boynton Village CDD. The City will exchange the property located at Old Boynton Road and Renaissance Commons Boulevard with a parcel owned by the Developer further North within the Boynton Village CDD. The City Commission previously approved a First Amendment to Boynton Village Park Conveyance Agreement dated February 2, 2016 in order to provide for clarification as to the 9bAtF#*JM #o*mKv--w it property is substantially complete. The purpose for the 2nd Amendment is to amend the Closing Date from 90 days after the Effective Date, which would be February 23, 2016, to a point in time that is three business days after the receipt of the release for the easement contained in the Special Warranty Deed recorded in ORB 23237, Page 1640. The City and BR Cortina have not been able to obtain the signature from the Boynton Town Center Master Association on the release of easement. Therefore, this amendment is necessary so that we can extend out the closing date and obtain the release. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? The proposed centrally located park within Boynton Village & Town Center development will be constructed and maintained by the Developer and maintenance ultimately turned over to the BR Cortina Homeowners Association or the Boynton Village Community Development District CDD. FISCAL IMPACT. Budgeted None associated with the execution of the amendment. Costs associated with the park improvements and maintenance are not the City's responsibility. ALTERNATIVES: Do not approve the amendment and retain the agreement as first amended. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No Page 148 of 710 CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type D Amendment REVIEWERS: Department Legal Finance City Manager Description Resolution approving Second Amendment to Park Conveyance Agreement Second Amendment to Park Conveyance Agreement Reviewer Action Swanson, Lynn Approved Howard, Tim Approved LaVerriere, Lori Approved Date 2/11/2016 - 9:12 AM 2/11/2016 - 9:22 AM 2/11/2016 - 3:00 PPA Page 149 of 710 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 R16 - A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING A SECOND AMENDMENT TO THE BOYNTON VILLAGE PARK CONVEYANCE AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND BR CORTINA ACQUISITIONS LLC., AND AUTHORIZING THE MAYOR TO SIGN THE SECOND AMENDMENT; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, on November 17, 2015, the City Commission approved the Boynton Village Park Conveyance Agreement (resolution R15-141) between the City of Boynton Beach and BR Cortina Acquisitions LLC., which requires the completion and acceptance of the park by the City prior to issuance of the first certificate of occupancy for the project; and WHEREAS, on February 2, 2016, the City Commission approved the First Amendment to the Boynton Village Park Conveyance to allow for the issuance of certificates of occupancy for certain units and the clubhouses prior to completion and acceptance of the park by the City; and WHEREAS, the applicant is requesting this amendment to the agreement to amend the closing date from 90 days after the Effective Date which would be February 23, 2016 to a point in time that is three (3) business days after the receipt of the release for the easement contained in the Special Warranty Deed recorded in ORB 23237, Page 1640; 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 Second Amendment to 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 Page 150 of 710 29 hereof. 30 Section 2. The City of Boynton Beach approves the Second Amendment to the 31 Boynton Village Park Conveyance Agreement and authorizes the Mayor to sign the Second 32 Amendment, a copy of which is attached hereto as Exhibit "A". 33 Section 3. That this Resolution shall become effective immediately upon passage. 34 PASSED AND ADOPTED this day of , 2016. 35 CITY OF BOYNTON BEACH, FLORIDA 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 ATTEST: 53 54 55 56 Judith A. Pyle, CMC 57 Interim City Clerk 58 59 60 61 (Corporate Seal) 62 Mayor — Jerry Taylor Vice Mayor — Joe Casello Commissioner — David T. Merker Commissioner — Mack McCray Commissioner — Michael M. Fitzpatrick VOTE YES NO Page 151 of 710 SECOND AMENDMENT TO BOYNTON VILLAGE PARK CONVEYANCE AGREEMENT THIS SECOND AMENDMENT TO BOYNTON VILLAGE PARD CONVEYANCE AGREEMENT ("Amendment") is made and entered into as of February L , 2016 by and between BR CORTINA ACQUISITION LLC, a Delaware limited liability company ("BR Cortina") and THE CI`l'Y OF BOYNTON BEACH FLORIDA, a municipal corporation of the State of Florida (the "Citti°", and together with BR Cortina, each a "Ear F"; and together the "Parties"), RECITALS A. The Parties previously entered in to that certain Baynton Village Park Conveyance Agreement with an Effective Date of November 25, 2015, as amended by the First Amendment to Boynton Village Park. Conveyance Agreement dated February 5, 2016 (as amended, the "Agreement") for the exchange of certain tracts and parcels of land in the project known as Boynton Town Center located in the City of Boynton Beach, Palm Beach County, Florida, as more particularly described in the Agreement. B, The Parties desire to amend the Agreement as set forth in this .Amendment, NOW, THEREFORE, in consideration of the mutual covenants and agreements set forth in this Amendment, and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the Parties agree as follows: AMENDMENT 1. Recitals, The foregoing Recitals are true and correct and are hereby incorporated into the Amendment by this reference. 2. Defined Terms. All capitalized terms used but not otherwise defined in this Amendment shall have the same meaning given to such terms in the Agreement. 3. Closing hate. Item 8 of Schedule B Section I of the Existing Park `l'itle Commitment requires a release of the reserved easements contained in the Special Warranty Deed recorded in Official Records 23237, Page 1640 of the Public Records of Paha Beach County, Florida ("Reserved Easements"), The parties are continuing to attempt to obtain a release ("Release") of the reserved easements. As such, Section 2(A) of the Agreement is modified to delete the phrase "no later than ninety (90) days following the Effective Date" and replace it with the phrase "on the date that is Three (3) Business Days following the date on which the Release is recorded in the Public Records of Palin Beach County, Florida satisfying the requirements of the Existing Park Title Commitment". 4, Miscellaneous. Except as modified or amended by this Amendment,. the Parties hereby ratify and confirm the Agreement in all respects and the same shall remain in full force and effect as originally set forth in the Agreement and be binding on the Parties in accordance with its terms. This Amendment shall be binding upon and inure to the benefit of the Parties, and their respective heirs, personal representatives, successors and assigns, 5. Counterparts. This Amendment may be executed in two or more counterparts, each of which shall be an original but all of which shall constitute one instrument. An executed facsimile copy or e-mail delivery of a `-.pdf' format data file shall be an acceptable form of acceptance of this Amendment, and shall be considered an original for all purposes. 6938019-1 Page 152 of 710 6. Conflicts. In the event of any conflict between the terms of the Agreement and the terms of this Amendment, the terms of this Amendment shall control. above. IN WITNESS WHEREOF, the Parties have executed this mendment as of the date set forth BR CORTINA ACQUISITION LLC, a Delaware limited liability company By: Fridge Cortina Management, LLC a Florida limited liability, its non-member manag r By: Name: Title; ATTEST: CITY OF BOYNTON BEACH, a municipal corporation of the State of Florida By: Judith A. Pyle, CMC Jerry Taylor, Mayor Interim City Clerk Approved as to Foran: (SEAL) Office of the City Attorney 6938619-1 Page 153 of 710 M CONSENTAGENDA 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 REQUESTED ACTION BY COMMISSION: Approve the one-year extension for RFPs/Bids and/or piggy- backs for the procurement of services and/or commodities as described in the written report for February 16, 2016 - "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 RFP/BID NUMBER RENEWAL TERM NALCO Anti-scalant PC -1850T Piggy -back Pompano March 12, 2016 to Beach Bid E-25-14 March 11, 2017 Law Office of Carol D. Special Magistrate Quote no. January 8, 2016 to Ellis, Esq, Services Q-024-2120-14/JMA January 7, 2017 Community Administrator of Record, Quote no. March 1, 2016 to Champions Corp. Abandoned/Foreclosed/ Q-020-2111-15/JMA February 28, 2017 Vacant Properties Creative Lawn Maint., Landscape Maintenance Bid no. March 1, 2016 to Enviroscapes, First 020-2730-13/JMA February 28, 2017 Genesis Lawn Service, BG Katz, LV Superior, Novo Arbor, Phoenix Landscape, Superior Landscaping and Vincent and Sons Landscaping HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? This renewal report will be used for those bids, contracts/agreements and piggy -backs that are 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: Page 154 of 710 STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? Grant Amount: ATTACHMENTS: Action Type D Cather D Letter D Piggy -Back D Cather D Cather D Cher REVIEWERS: Department Finance Finance Legal City Manager Reviewer Action Date Howard, Tim Approved 2/5/2016 - 6:26 AM Howard, Tim Approved 2/5/2016 - 6:29 AM Swanson, Lynn Approved 2/5/2016 - 11:05 AM LaVerriere, Lori Approved 2/5/2016 - 2:67 PPA Page 155 of 710 REQUESTING DEPARTMENT. UTILITIES DEPARTMENT CONTACT. Bevis Pigott TERM: March 12, 2016 to March 11, 2017 SOURCE FOR PURCHASE: City of Pompano Beach Bid no. E-25-14 for Anti-scalant ACCOUNT NUMBER: 401-2811-536-52-35 VENDOR(S): NALCO Company ANNUAL EXPENDITURE: $45,000.00 DESCRIPTION OF BID EXTENSION: City Commission approved a one-year piggy -back of the City of Pompano Beach Bid No. E-25-14 for anti-scalant PC -1850 with NALCO with the same terms, conditions and pricing. PC -1850T is a proprietary product of NALCO that reduces the deposit of solids on the membrane surfaces at the West Water Treatment Plant. Use of this product has greatly reduced the Utilities Department dependence on sulfuric acid. NALCO has agreed to allow the City of Boynton Beach to piggy -back the City of Pompano Beach second renewal to the Bid for anti- scalant. REQUESTING DEPARTMENT. Police/Code Compliance DEPARTMENT CONTACT. Diane Springer TERM: January 8, 2016 to January 7, 2017 SOURCE FOR PURCHASE: Request for Quote No. Q-024-2120-14/JMA; Resolution R14-004 ACCOUNT NUMBER: 001-2111-521-49-17 VENDOR(S): Law Office of Carol D. Ellis ANNUAL EXPENDITURE: $6,000. 00 DESCRIPTION OF BID EXTENSION: On January 7, 2014, City Commission authorized the City Manager to enter into an Agreement with Carol Dutra Ellis, Esq. to provide Special Magistrate Services to hear cases for violations against the City Code at the agreed rate of $100.00 per hour for a one-year term. The Agreement contains the option to renew for an additional three (3) one-year terms. Carol Dutra Ellis has agreed to renew the Agreement for the second renewal year with the same terms, conditions and pricing. REQUESTING DEPARTMENT. Police/Code Compliance DEPARTMENT CONTACT. Diane Springer TERM: March 1, 2016 to February 28, 2017 SOURCE FOR PURCHASE: Request for Quote No. Q-020-2111-15/JMA; Resolution R15-017 ACCOUNT NUMBER: 001-0000-342-92-00 VENDOR(S): Community Champions Corporation (CCC) PROJECTED INCOME: $250,000.00+ DESCRIPTION OF BID EXTENSION: On February 3, 2015, City Commission authorized the City Manager to sign an Agreement with Community Champions Corporation for a one-year period for the administration of the City's vacant property registration ordinance as a result of Quote No. Q-020-2111- 15/JMA. This Agreement maybe renewed for three (3) additional one-year terms. This Agreement allows each applicant to be charged $250.00 of which $150.00 is remitted to the City. Fiscal Year 2015 revenue from Community Champions Corporation administration of this registration for abandoned/foreclosed/vacant properties amounted to $346,000.00. Community Champions Corporation has agreed to renew the Agreement with the same terms and conditions and fees for the first one-year renewal term. REQUESTING DEPARTMENT. PUBLIC WORKS/PARKS AND GROUNDS DEPARTMENT CONTACT. Glenda Hall, Forestry and Grounds/Streets Manager TERM: March 1, 2016 to February 28, 2017 SOURCE FOR PURCHASE: Bid No. 020-2730-131JMA — "Two Year Contract for Landscape Maintenance" ACCOUNT NUMBER: 001-2730-572-46-98 VENDORS: Creative Lawn Maintenance, Enviroscapes Plus, First Genesis Lawn Service, BG Katz Property Maintenance, LV Superior Landscaping, Novo Arbor, Phoenix Landscape Service, Superior Landscaping, and Vincent and Sons Landscaping. ANNUAL EXPENDITURE: $700,000.00 DESCRIPTION OF BID EXTENSION: On February 19, 2013, City Commission approved the bid award for Landscape Maintenance to nine landscape contractors for a two year bid term. The vendors perform landscaping services for the various parks, building grounds, medians and right-of-ways, lots, alley ways, the Boynton Beach Cemetery, utilities sites, the CRA, the Nuisance Abatement Program and the Median Restoration Project. This bid also included Additional Services for new areas and arborist services as needed. The bid documents allows for three (3) one-year renewal terms. All nine (9) landscape contractors have agreed to extend the bid for the second one-year term with the same terms, conditions and pricing. 1, A 4 ly umpano City of Pompano Beach, Purchasing Divisio 1190 N.E. 3rd Avenue, Building C beaPompano Beach, Florida, 33060 Florida's Warmest Welcome I December 9, 2015 Lech Czerwinski, District Sales and Service Engineer Nalco An Ecolab Co. 875 Concourse Parkway South, Ste. 150 Maitland, FL 32751 Via Facsimile (630) 839-5034 and email !czerwinskl@IIalco.cOI-n Dear Mr. Czerwinski, As specified in Bid E-25-14 Antiscalant, we have an option to renew the existing contract for an additional one-year period, based upon the original bid prices, terms and conditions. Please advise if a one-year extension of our current contract would be acceptable. if you do not wish to renew you must return this form to the Purchasing Division (fax 954-786-4168) by January 30, 2016. Thank you for your cooperation in this matter. Call me if you have any questions at (954) 786-4098. This renewal will be for one year from March 12, 2016 to March 11, 2017. Thank you for your continued cooperation. Very truly yours, X7�x Jeff English Purchasing Agent cc: file V1 I hereby agree to a one-year, extension of tile subject contract, I ani unable to pr-ovide a OXICIISioll of the subject contract. 'Signature Date fl? Nance (print) Page 158 of 710 Alibrandi, Julianne From: Czerwinski, Lech <Iczerwinski@nalco.com> Sent: Thursday, January 28, 201612:20 PM To: Alibrandi, Julianne Cc: Pigott, Bevis; Liberus, Leon; Brooks, John; Aston, Diana; Kaiser, Kevin Subject: Re: Piggy -Back - City of Pompano each Bid E-25-14 yps wp annMV Thanks so much and I hope all is well so far in your new year;-,' -Lech L MUMIN =1 111111111 !11111111110111;1! FRIMMIMT-11171 0 Hope that all is well with you. The City of Pompano Beach Purchasing Agent, Jeff English, has provide me with a copy of the one-year extension to Bid E-25-14 for Anti-Scalant with Nalco. With your Dermission, the CiV. of Boynton 2ward for Anti-Scalant with Nalco. Thank you for your consideration, and your prompt reply. If you approve, I will need too to our Ci Commission for appg roval to piggy -back. i Julianne Atibrandi, Senior Buyer Financial Services City of Boynton each 100 E. Boynton Beach Blvd. I Boynton Beach, Florida 33435 o: 561-742-6322 Ali bran djJ@bbflus Iryo �nton-bgachor please be advised that Florida has as broad public records low and all correspDndence to me via email may be subject to disclosure.Under Florida records low, email addresses are public records, ThCrefore, your e-mail communication and your e-mail address may be subject to public disclosure. Page 159 of 710 I FinancelProcurementservices 100E Boynton Beach Boulevard P.O. &1 310 Telephone No. (5w,«< wa FAX. (561) 742-6316 Agreement between the City of Boynton Beach and LAW OFFICES OF CAROL 1D.ELLI RE: AGREEMENT FOR SPECIAL MAGISTRATE SERVICES QUOTE No.024-2120-14/JMA 1-24: AGREEMENT PERIOD: © 8, 3016 to January 7,2017 Yes, I agree to extend the existing Agreement under the same Terms and Conditions and Fees. (AREA CODE) TELEPHONE NUMBER America's Gateway to the Gulf Stream Page 160 0 710 RE: AGREEMENT FOR ADMINISTRATOR OF RECORD FOR ABANDONED/FORECLOSED PROPERTIES RFQ: Q020-2111-15/JMA Agreement between the City of Boynton Beach and Community Champions Corporation: NEW AGREEMENT PERIOD: March 1, 2016 through February 28, 2017 / Yes, I agree to extend the existing Agreement under the same Terms and Conditions. No, I do not wish to extend the Agreement as explained below: COMMUNITY CHAMPIONS CORPORATION -kv'1 � V NAME OF REPRESENTATIV� Please Print 4--- VI&I SIGNATURE fly -(5 i- A TITLE I L.E '/C c) e- /- --I 0 J2-1) DATE (AREA CODE) TELEPHONE NUMBER dm al bulKv to 6 okkaip " ) ws, com E-MAIL ADDRE8S Page 161 of 710 The City of ,Tomntat"7 Rnancel�rocurement Services 100 E. Boynton Beach Boulevard P.O. BOX 310 Telephone No: (561) 742-6310 FAX (561) 742-6316 RE: "TWO YEAR CONTRACT FOR LANDSCAPE MAINTENANCE RE -BID" ; ID , I III I ii 1 Aareement betWeeT F Rnv T 1; A k/Yes, I agree to extend the exisbng Bid under the same Terms, Conditions and pricing for an additional year. No. I do not wish to renew the Bid for the following reason(s): i-CeWrIf-11 Mj Z I - III I � � k � k 10 U LIF, I *o] 041W IT, 1:7-11 ki NAME OF REPRESENTATIVE .- + eprint) iffl—p-I W.0-11 America's Gateway to the Gulf Stream Page 162 of 710 I ;ij� 1111�11111 I 11 1 il Fill Ili n I I Yes, I agree to extend the existing Bid under the same Terms, Conditions and pricing for an additional year. T �Tz On VtL) C, 3 jeoto, /,J1 NAME Or REPRESENTATIVE (please print) DATE d "lA C / E-MAIL 11 Al oe WN AT U IJAZ TITLE (AREA CODE) TELEPHONE NUMBER FinancelProcurement Services 100 E. Boynton Beach Boulevard P.O. Box 310 Telephone No: (561) 742-6310 FAX: (561) 742-6316 1:11111,071 WA'• F759177 =s, Yes, I agree to extend the existing Bid under the same Terms, Conditions and pricing for an additional year. I Ij • (please print) ®ATE - ej &J- E -MAIL America's Gateway to the Gulf Stream Page 164 of 710 FinancelProcurement Services 100 E. Boynton Beach Boulevard P.O. Box 310 R1.4 fIX-1-06 11 Telephone No: (561) 742-6310 FAX: (561) 742-6316 I. � - I � 1 1111111!1111 1', 111',1 did. :1VYk^-1:4j III' 11� III 'I KTI i - IN . IF 1 =;aJU6I 1, III.N77=- Yes, I agree to extend the existing Bid under the same Terms, Conditions and pricing for an additional year. Z1711111111117 FIRST GENESIS LAWN SERVICE INC. -MK i>, mcutnd,oyl NAME OF REPRESENTATIVE (please print) LM1111 Abw&-QSR na-kne,-k r=-mAIL §61NATURE 1A TITLE TITLE [to V WI 11;411 NO RAN: America's Gateway to the Gulf Stream Page 165 of 710 The City of Bounton Beach FinancelProcurement Services 100 E. Boynton Beach Bouleva P.O. Box 310 Telephone No: (561) 742-6310 FAX: (561) 742-6316 V Ll i;11,1� .'' 1111144-3-M9191 Z kil :1-,'•1, 1:11 511 -?7-17- =7 Yes, I agree to extend the existing Bid under the same Terms, Conditions and pricing for an additional year. I I, rem re I kwdl [01A W-1 k1l 1 M• I AN, =� � PMTI�iill E-MAIL SIGNATORE TITLE I Igo [11171-*R� America's Gateway to the Gulfstream Page 166 of 710 Fin an celProcurem en t Services IjIL—F P.O. Box 310 Boynton Beack. FWJOA-44475,�W— Telephone No. (561) 742-010 FAK.- (561) 742-6316 11 1 � 1 11 F I 1 11 .7,7r�� —/Ye I agree to extend the existing Bid under the some Terms, Conditions and pricing .,or an addlonal year. NOVO ARBOR, INC. NAME OF COMPANY NAME OF REPRESENTATIVE (please print) UU DATE 41 /'c 4,q d oeow-lv r, 'C O'n E-MAIL I SIGNATURE 7� I y , dTITLE -- America's Gateway to the Gulf Stream Page 167 of 710 Ill City of Vo inton Beacl FinancelProcu=cen=s 100 E. Boynton h r P.O. Box 310 Telephone No: (561) 742-6310 FAX. (561) 742-6316 E:r=-* 0 Aff I I" rAj1&[j!rFTVjl i"I" i'I Yes, I agree to extend the existing Bid under the same Terms, Conditions and pricing for an additional year. No, I do not wish to renew the Bid for the following reason(s): NAME OF COMPANY MA'je(j DAjT wsh E-MAIL e�2zl Of SIGNATURE TITLE MY540A rr.111 .11 4111V40161 3119 4 q :W America's Gateway to the Gulf Stream Page 168 of 710 FinancelProcurement Services 100 E. Boynton Beach Boulevard P.O. Box 310 Telephone No: (561) 742-6310 FAX: (561) 742-6316 0000000000uh-VITTOWA Agreement between the CITT OF BOYNTON BEACH and SUPERIOR LANDSCAPING and LAWN SERVICE, INC.: :r�jr';i V0010'Yes, I agree to extend the existing Bid under the same Terms, Conditions and pricing for an additional year, No. I do not wish to renew the Bid for the following reason(s): SUPERIOR LANDSCAPING and LAWN SERVICE NAME OF COMPANY NAME OF REPRESENTATIVE (please print) I — bAm- E-MAIL TILIE rt& WIN A-AT019014XII-1-111-10 15010 1 America's Gateway to the Gulf Stream Page 169 of 710 FinancelProcurement Service5 100 E. Boynton Beach Boulevard P.O. Box 310 5--03 11 Telephone No: (561) 742-6310 FAX: (561) 742-6316 I I I Yes, I agree to extend the existing Bid under the same Terms, Conditions and pricing for an additional year. No, I do not wish to renew the Bid for the following reason(s): VINCENT & SONS LANDSCAPING, INC. Gag' NAME OF COMPANY S GNATURE A NAME OF REPRESENTATIVE` TITLE (please print) DAYE/ (AREA CODE}T L NUMBER E-MAIL Page 170 of 710 6.J. CONSENTAGENDA 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 REQUESTED ACTION BY COMMISSION: Accept first quarter report on operations of the Schoolhouse Children's Museum and Learning Center for FY 15/16. EXPLANATION OF REQUEST: Per the City's Management Agreement with the Schoolhouse Children's Museum, the Executive Director shall submit a quarterly report to the City Commission on all of its activities, revenues and expenditures at a regularly scheduled Commission meeting. Report covers October 1, 2015 thru December 31, 2015. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? None FISCAL IMPACT: ALTERNATIVES: STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type Attachment REVIEWERS: Department Reviewer Description Museum 1st Quarter Report FY 15/16 Action Date Page 171 of 710 Library Assistant City Manager Finance Clark, Craig Approved Pyle, Judith Approved Howard, Tim Approved LaVerriere, Lori Approved ]/2320]6- 8:36 AM 2/5/2016 - 9:45 AM 2/5/2016-k AM 2/5/2016-2 PKA Page 172 0 710 Schoolhouse C h i s den " S M () SEE U M & I_ E A 'k a Rets � N G Ali. i:: N TE. R Quarterly Report FY '15/'16 151 Quarter General Operations The first quarter of the fiscal year realized showed improvement in several areas compared with 151 quarter '14/'15. Overall Visitation was up 15%, the number of Memberships sold increased 21% and Group Sales increased by 39%. The Museum has placed a strong emphasis educational programming, including programs for groups and home school children. This strategy has proven to be positive as reflected in corresponding, line item, income. Revenue Gross revenue for the first quarter of '15/'16 was on par with the same period last year. Excluding the City's support, notable areas of improvement include a 64.4% increase in Program Income, an 86.2% increase in Group Admissions revenue, 19.3 % increase in General Admissions revenue and a 44.1% increase in Membership revenue. Total Gross revenue for FY '15/'16 — Q1 was $124,545.94 vs was $125,042.13 in FY '14/'15 — Q1. Expenses Overall Expenses for the first quarter of '15/'16 increased by 10.4% compared to the same period last year. This is due, in large part, to being fully staffed vs. operating without a Program Manager for the first quarter of FY'14-'15 Expenses for FY '15/'16 — Q1 were $114,173.63 vs. $103,403.79 in FY '14/'15 — Q1. Programming In addition to regular educational programming and group visits, the following special events and programs were conducted. • Pirate Day — October 2nd • Paint a Pumpkin Day — October 16th • Costumes & Cocktails — October 23rd • Halloween Spooktacular— October 24th &25 1h • Johnny Appleseed Day — November 6th • CityPlace — Family Fun Day PR Event — November 8th • Fall Festivities Day — November 201h • Celebrate Walt Disney's Birthday —December 4th • Hanukkah with Miss Helen — December 10th • Polar Express Day —December 11th • Foster Family Fun Day — in partnership with Kids in Distress — December 13th Page 173 of 710 • CityPlace Family Fun Day PR Event — December 13th • Deck the Halls — December 18th • Gingerbread Day —December 191h • Marshmallow Madness — December 22nd • Santa's Workshop — December 23rd • OPEN % Day Christmas Eve — December 24th • "Boxing Day" — December 26th • OPEN — December 28th (Monday) • Happy Noon Year — December 31s' Respectfully submitted, Suzanne Ross Executive Director Page 174 of 710 6. K. CONSENTAGENDA 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 REQUESTED ACTION BY COMMISSION: Accept the written report to the Commission for purchases over $10,000 for the month of January 2016. 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 January 2016: Purchase Order Vendor Amount 160699 & 160700 Hartzell Construction, Inc $ 24,375.00 160707 Metro -Dade K-9 Services $ 11,000.00 160715 Pro Fitness Sales & Services $ 10,716.00 160738 Carollo Design Build Group $ 18,228.85 160741 DLT Solutions, LLC $ 13,520.89 160747, 160762 A Cut Above Landscape & Irrigation $ 18,141.00 & 160763 160764 Bulldog Fence of Florida, LLC $ 11,030.00 160787, 160788 Duffy's Tree & Landscape Service $ 13,984.00 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. Budgeted 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 175 of 710 CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type D Attachment REVIEWERS: Department Finance Finance City Manager Description Purchases over 10K Backup - January 2016 Reviewer Action Howard, Tim Approved Howard, Tim Approved LaVerriere, Lori Approved Date 21612016 - 9:66 AM 21612016 - 9:66 AM 21612016-2:63PKA Page 176 of 710 CITY OF BOYNTON BEACH APPROVED REQUESTS FOR PURCHASES OVER $10,001 FOR JANUARY 2016 1. Vendor: Hartzell Construction, Inc Purchase Amount: $24_,37500 Requesting Department: Engineering Contact Person: Kevin Ramsey Date: 1/8/16 Brief Description of Purchase: Purchase Order #160699 - $19,000 - Clean and paint roofs at Intracoastal Park. Purchase Order #160700 - $5,375 - Clean and paint light poles and light fixtures at Intracoastal Park. Source for Purchase: Piggyback City of Miami Fund Source: 302-4223-572-62-01 - $19,000 Beach Contract #ITB -2014-191 -SW RP1622 302-4223-572-62-01 - $5,375 RP1621 2. Vendor: Metro -Dade K-9 Services Purchase Amount: $11,000.00 Requesting Department: Police Contact Person: Chief Katz Date: 1/8/16 Brief Description of Purchase: Replacing K-9, Daxx, retired for medical reasons. Source for Purchase: Other Fund Source: 691-5000-590-04-32 3. Vendor: Pro Fitness Sales & Services -Purchase Amount: $10,716.00 Requesting Department: Human Resources Contact Person: Tanyi Garcia Date: 1/12/16 Brief Description of Purchase: New Elliptical machine for City Hall Gym. Source for Purchase: Three Written Quotes Fund Source: 691-5000-590-04-93 4. Vendor: Carollo Design Build Group Purchase Amount: $18,2�2885 Requesting Department: Utilities Contact Person: Colin Groff Date: 1/15/16 Brief Description of Purchase: Emergency installation of a replacement 36 -inch valve on Raw Water Main, Section A. Section A of the raw water main pipeline must be operational to complete delivery of raw water to the East Water Plant. Delays jeopardize the completion of the ongoing plant upgrade. Source for Purchase: Emergency Fund Source: 404-5000-533-65-01 WTR136 Page 1 Page 177 of 710 5. Vendor: DLT Solutions, LLC Purchase Amount: $13,520.89 Requesting Department: Utilities Contact Person: Colin Groff Date: 1/15/16 Brief Description of Purchase: Annual license renewal of Autodesk AutoCAD Software used by Utilities CADD Tech/Design, Field Operation Manager, Associate Engineer, Civil Engineer and the Utilities Electrical Engineer. Source for Purchase: Piggyback GSA Contract Fund Source: 401-2823-536-46-91 #GS-35F4543G 6. Vendor: A Cut Above Landscape & Irrigation Purchase Amount: $18,141.00 Requesting Department: Public Works Contact Person: Chris Roberts Date: 1/22/16 Brief Description of Purchase: Tree Pruning at Dewey Park - PO #160747 - $900.00 Tree Pruning at Harvey Oyer Park - PO #160762 - $8,907.00 Tree Pruning at Jaycee Park - PO #160763 - $8,334.00 Source for Purchase: Three Written Quotes Fund Source: 001-2730-572-46-98 7. Vendor: Bulldog Fence of Florida, LLC Purchase Amount: $11,030.00 Requesting Department: Public Works Contact Person: Chris Roberts Date: 1/25/16 Brief Description of Purchase: Fence repair at Forest Hill Park. Source for Purchase: Three Written Quotes Fund Source: 302-4223-572-63-05 RP1611 8. Vendor: Du 's Tree & Landscape Svc Purchase Amount: $13,984.00 Requesting Department: Public Works Contact Person: Chris Roberts Date: 1/29/16 Brief Description of Purchase: Tree Pruning at Intracoastal Park - PO #160787 - $12,884.00 Tree Pruning at Ocean Ave. - PO #160788 - $1,100.00 Source for Purchase: Three Written Quotes Fund Source: 001-2730-572-46-98 Page 2 Page 178 of 710 M��* �;, CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100E ST BOYNTON EACH BOULEVARD P 31 .O. BOX 0 P.O. #: 160699 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 01/08/16 VENDOR 10931 SHIP TO: TO: HARTZELL CONSTRUCTION INC City of Boynton Beach 2301 NW 33 CT, STE 112 PU13LIC WORKS DEPARTMENT POMPANO BEACH, FL 33029 222 N.E. 9TH AVENUE BOYNTON BEACH, FL 33435 REQUISITION O. 65540 ORDERING DEPARTMENT: FACILITIES/GJ DATE NEEDED: BID NO: COMMISSION APPROVED: LINE# QUANTITY UOM ITEM O. AND DESCRIPTION UNIT COST 1 19000.00 DL PRESSURE CLEAN ROOFS AT 1.0000 INT COASTAL PARK PREP WHERE NEEDED, NEUTRALIZE RUST SPOTS WHERE NEEDED. PRIME WTTH DTM.. PRIMER. APPLY TW'O-. F'Ol T DTM .. -A..S.�.:OF SE I;=' I FIN18H NT TO' COLOR.. SEE ATTACHEZ). QLX)TE: DATED .12/17/15. EXTENDED COST 19000.00 PROCUREMENT SERVICES: I P.O. TOTAL: 19000.00 ACCOUNT O. PROJECT 302-4223-572.62-01 RP1622 PURCHASING Page 179 of 710 Page 180 of 710 in N 1 H H 1 1 1 / 1 HO O 1 2 C7 O 1 N N I 0 \ ® 1 O O � N N i O Q � H f I O9 1 H I 1 1 1 1 / A 1 r4 H e 1 1 9 A p f Q Q 1 1 Q O 1 1 1 ,+ O 1 O 1 Q z 1 H 1 O / I Of @ N 1 H a I � 1 7 •p� q B 1 1 I 1 1 1 a 1 1 t 1 V 1 H 1 qH 1 Q 10 y Q 1 H Hzo 1 H" X 1 O z U 1 Q1 O 0 Ide 0 7 rd H 1 0 ca1 1 / H H 1 O 1 O U HraLn H I Q NN in RA Lu 10 L ib 1 rf 19 0.40 H L O d I LLIW O H a H 1 O 1 1 M 1 a H fh 1 H / z N q 1 PCO H M 1 8 10 1 PCO 1 U z H H 1 O / 1� to Ua .H1 H l� 1 O i N L11 LLI I H i 9 1 f 0 r,44 U H to 0 Ix i, H 1 H U a LAOx Va r b 1 1 aO H DA z 94 a q U LTI Al H H HD r 1 100U\ 1 0 14 Ido U 3 t F7 11Oi H \z.H to 8 zHH `i rgom 1 rn Ox O Ed H w HN 1 ACH,,�aIICrHa 1 1-4 1 H WO P U r q qVWV a H 1 LIG r`W F Ln M 0'. E.- N al 1 a0 Ozz 1 N E-4 04.tg 1 H 4 A/ O. 0% U eq. H 144 H 1 11 H0 ®�Hq® I Q194 1 0 9WO OE -400 0p/NMP- H rl H U 1 1 H H 0 1 H al ar y q g a 1c rn H [sa 1 aAH 1 ri Ua H 1 a 1 Page 180 of 710 a P 8 3 1 1 / 1 HO O 1 2 C7 O 1 00 0 O O � O Q gtle4 I O9 171 1 1 1 1 / A 1 r4 H e 1 1 9 A p f Q O 1 Q O 1 1 O O P Q O 1 H O / Of @ H I � 7 •p� 1 1 Id 1 .. 1 10 y 1 H a z O 0 Ide �Id H b 0 H / H o U H NN RA Lu 10 L 19 0.40 H L 1 LLIW H 1 1 (� a H H / z N 1 8 10 1 H 1 U z 1 / 1� to H i N 9 1 0 Aj 1 H U b 1 HH a q U H H r 1 100U\ mm Ido IWN @ t 8 p� •C H 1 O Ed N 1 E P N 1 r`W F Ln M 0'. N 1 N 1 O U qr N U O. 0% U O UH1 I ldv 1 H rl 1 H O 1 H N 1 / H 1 a aAH Page 180 of 710 3 % x d •� 1 ��d � gtle4 Page 180 of 710 CITY F BOYNTON BEAcH R: -FOR PURHr Roque -sting DOWLMOW: ENGINEERING L. RAMSEY To prolong the 111b Of #12 Bb. lIght poie* and lighic ihey need to be puln d. 111-i pft. The #of the r K W. 1,i t, ,.WI and theyfaded.In order to achieveo lwjer ,life span for thase roofs they n&W to be painted rf, res fop, h m M 0 Gista Coate! .C,?WS Soliawma, W ,Budge W d ROM Ern3ripincy Purcharso „Oftr NOTS gPddng pmWo,tdpb mut &s Pmzeniad hj tho &ome dr it canulmd t " in ffi . ;R1 r r Paparbnant HeadDate AZ- P�7�7— ui-diceIng Agentoate c r Date City 4 ' uier Date— Map Page 181 of 710 Fat I i i A,%c�2 REQUEST FOR OFFICE ASSISTANCE -I e— FROM: wazi 1:1 Copy Work - Number of Copies: Double -sided / Collated & Stapled Distribution: 0 Type from the attached /transcription tape / it (to be forwarded upon request) 0 Request for 121/Direct Pay Req. for the attached - Vendor or Person to be reimbursed: Account Number: Project No.:, Request for Requisition - Vendor: &Z -6 - Account Number: 30a a R r Fir0 Project No.: r a C*b List Items w/Quantities & Unit Costs on the back of this request. Li Verbal Quotes ($500 to $1,999): Vendor: Vendor: Cost: Cost: M Ll Written Quotes ($2,000 to $9,999-99) - Attached. ,K Written Quotes ($10,000 to $24,999) w/Purchases over $10,000 Form - Attached. Li Bid/City (Over $25,000): Bid # Ll Bid/Other Entity (Over $25,000): Bid #, Bid Eff. Dates, Bid Quotes - Attached. ffi�- M Special Instructions: gsi-cle oFF of- &-firnr &I -CM 66��Z,4C rZ- -,AqJ:4 - 191 S PRe tiest completed by: Date completed: I I Please sign and return this form to the Office Staff's Inbox; feel free to make any comments belol age 182 of 710 t E LL t�,Uu Been in Roof Painting 2301 N.W. 33rd Court, Suite 12 December 17, 2015 Pompano Beach,!. Kevin FROM: Leo Citrangulo RE; Roof Painting Boynton Intracoastal Park PiggyE of Miami Beach Paintingr Term Contract The following proposal is based upon..:d units as Der the n. Pressure clean ! ;, i' mm whe Prime with DTM Primer. !, Applytwo coatso DTM Semi -Gloss Finish — Irinted to color. Total sq. ft. Is 12,150 r— 21,870.00 — with 1 i 13 000.00 10 Leo &, JxProject Manager Emai Main Fax. (954) 957-9766 -Main Rhone: (954) 957-9761 Page 183 of 710 10 M ImmaggIm-gm #taw TITLE: For Citywide Interior and Exterior Painting and Waterproofing CONTRACT NO.: j -SW EFFECTIVE DATE(S): This Contract shall remain In effect for three (2) years from date of Contract execution by the Mayor and City Clerk, and may be renewed, at the sole discretion of the City, though It's City Manager, for two (2) additional one (1) Year pel M -U, ESTIMATED ANNUAL CONTRACT AMOUNT: N/A A. Upon affirmative action taken by the Mayor and City Commission of the City of Miami Beach, Fiorida, on September 10, 2014 for approval to aww a contract, upon -execution between the City of Miami Beach, Florida, and Contractor. B, EFFECT - This Co pt Is entered Into to provide for :Pitywide Interior and Exterior PaIntiho and Water g pursuant to City Invitation to Bid No. 2014 -191 -SW and any addenda thereto (the and Contractor's bid In response thereto (this Contract, the ITB, and Contractors bid in response thereto may hereinafter collectively be referred to as: the-l"Contract Dacu inante). C. QR 'MING. I NO] - All blanket purchase orders shall be Issued In accordanc:6 with the' City of Miami Beach Procurement Department policies and procedures, at the prices Indicated' . . .. exclusive of all Federal, State and local taxes.. All R -t purchase orders shall show the City of Miemi Beach Contract Number 1. i. too E. WSYSA&C-5. CERTIFICAT51`91. - The Contractor shall file Insurance Certmcates, as required, which must be signed by a Registered Insurance Agent licensed in the State of Florida, and approved by the City of Miami Beach Risk Manager, prior to delivery of supplies and/or commencement of any services/work by Contractor. FL40-IGNMENT ANQ:8MWAMA;W . - Neither this Contract nor any interest herein shall be assigned, transferred, or encumbered by Contractor without the prior written consent of the City. In addition, Contractor shall not subcontract deilvery of supplies, or any portion of work and/or services required by the Contract Documents without the prior written consent of the City. Page 184 of 710 Contractor warrants and represents that all persons provlding/performing any supplies, work, and/or services required by the Contract Documents have the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and competently providelperform some, or services to City's satisfaction, for the compensatioagreedn. Contractor shall provide/perform the supplies, work, and/or services required under the Conb*ad Documents In a skiliful and respectable manner. The quality of the Contractoes Performance and all Interim and final product(s) and ior work Provided to or on behalf of City shall be comparable to the best local and national standards. G. XLLENQE§T6NP1 R — Excellent Customer Service is the standard of the CRY df Maml Beach. As a Contractor of the City, Contractor will be required to conduct Itself In aproftseldnal, cdutteous and ethical manner, and at all times adhere to the City's Service Excellence standards. Training Will be provided by the City's Organizational Development and Training Specialist. Ar,,g�=­:M�MES - In accordance with the Public CrimesAct,'Sectlon 287.133, Florida Statutes, a person or affiliate who Is a contractor, consultant or other provider, who has been placed on the convicted vendor list following a conviction for a public enfity crime may not submit a bid on a contract to'provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not submit bids on leases of real property to the Clty� may nof be awarded or perform work as a contractor, suppffer, subcontrac(or, or consultant under a contract with the City, and may not transact any business with the City In excess of the threshold amount provided In Section 287.017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list, Violation of this section by Contractor shall result In cancellation of the Contract and may result: In Contractor debarment. 1. AREMNUNT CONTF - Contractor Is an independent contractor under this Contract. Supplies, work, and/or services, provided by Contractor pursuant to the Contract Documents shall be subject to the supervision of Contractor. In providing such supplies, work, and/or services, neither Contractor nor Its agents shall act as officers, employees, or agents of the CAty. This Contract shall not constitute or make the parties d 0666(shlp or joint venture. MMEMMIk-M, gin NMI it 114-J01-1110 The parties expressly acknowledge that It Is not their Intent to create any rights of obligations In any third person or entity under this Contract andfor the Contract Documents. Page 185 of 710 MM NOTICES - Whenever either party dealres to give notice to the other, such notice must be In writing, sent by certified United States Mail, postage prepaid, return recelpi requested, or by hand -delivery vvith a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it Is Intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in wrng in the manner provided in this section. For the present, the parties idesignate the following: Eo 5"Mr1r, �-' - -- A Al =-MMAJ , - , - .11: 1171� , ff�:-r 10; # til iM ■ M. SEME R -WOE - In the event a portion of this Contract and/or the Contract Documents Is found by a court of competent jurisdiction to be Invalid, the remaining provisions shall continue to be effective unless City or Contractor elects to terminate this Contract. An election to terminate this Contract based upon this prwAsIon shall be made within seven (7) days after the finding by the court becomes final. Page 186 of 710 WIRT I -7-777-1-MILM MR 2A I t TTA ItoffASIONO Ti 5101TAI �V Mot ip�l M it W711,147111, OM" 0 :1 Page 187 of 710 I ip /a, Lqvy- Date :t. u° Oi4-101-SW MpMde Intedor and Extedor PakwUng and Waterproofing%COnbl3ct%2014-191-SW HarbEWI Pair-Ang.docx Attachments: A: Commission memo and If Summary B:IT8,Addendurn C: Proposals APPROVED AS TO D. Insurance Certification FORM & LANGUAGE & FOR EXECUTION � aiwz� �4 iData cty Aftorney I I Page 188 of 710 Q Page 189 of 710 IT 2014-191 CITYWIDE PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center ® Miami Beach, Florida 33139 sr 1a-l1w 43 u I Page 191 of 710 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. BOX 310 P.O. #: 160700 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 01/08/16 SHIP TO: TO: HARTZELL CONSTRUCTION INC City of Boynton Beach 2301 NW 33 CT, ST E 112 PUBLIC WORKS DEPARTMENT POMPANO BEACH, FL 33029 222 N.E. 9TH AVENUE BOYN BEACH, FL 33435 REQUISITION NO. 65541 ORDERING DEPARTMENT: FACILITIES/GJ lop-119ALRI401014 0 . . . . - 11 EXTENDED LINE# QUANTITY UO M ITEM O. AND DESCRIPTION UNIT COST COST 43.00 EA PRESSURE CLEAN LIGHT POLES/LIGHT 125.0000 5375.00 FIXTURES AT INTRACOASTAL PARK... PREP WHERE. NEED8-D' ITE UT A T. .RUST SPOTS WHERE NEEDED... PRIME WITH -,DT.M" PRIMER. APP.L.I. TWO. .00ATS': OF DTM ISEMI -GLOSS FlNI.SH-.--.:TINT2b .TO COLOR.I..' ..... . . .... .... -CHE. SEE ATI.T. T D QUOTE. DA ED: 12/1.7/15 REMARKS... PZ: GYAC K..CITY OF.MTAMI BEACH CONTRACT 4tT1.372014191-SW; EXP:.:10/20/17 PROCUREMENT SERVICES: ACCOUNT O. PROJECT 302-4223-572.62-01 RP1621 PURCHASING Page 193 of 710 m B Ln tn V tj r 0 LU fo Qib 00 m -4-- r- m m uj E. 0 In Ln 0 1D i > Z Not dp 0 64U 6 z u 0 Ln ih f H 4 0 M Uz 41 Ln 0 C: -4 Ln to OZ .1 94 LnF 0 H 1N fd M H fu 0 1 1 Eq I x WN J4 04 1 N Pn to 41 0 on, Z mr4H IE40 HE,H H E4 0 Eq z OF 0, WE4 Z z H N 10 Cd 14 H a 04 r/A 0 01 94 C4 N f 0 In o7 f ji Ix 0 9d .3 r- rA m H W N rq .4 tq zz r. H A H HH U MN 14 Z HH 04 0 H H E� 1-4 90 do 0 H U tW4m 4 4) Nuz A H z HW `4 H HMM OU M0 m 07. 5 (d m =E� OHH CX44 -lu g� z x INN Ow H 4 AIN t,O W 44 0 E�m Ln M E 0., x H I p : F40 - I. � 9 E�O 9 E 0 LM U) 44,14 04 Om E. 0 H wo A 184 01 0 a UN u 0 .3 W w MW ri ri) MMOU Om mm 8 0 W `J FM log M M M 04 0 M BUR H U I (dv m A# 04 z E4 M H 0 x zw Hi Zq M I m B Page 194 of 710 V tj r Page 194 of 710 CrJrY OF BOYNTON BEACH REQUZST FOR PURCHASZ 0VZR *1090n Ruquesting Deparbnent ENGINEERING- Contact Pomon:.KEVIN L. RAMSEY !TO Prolong the Ift or the site light poles and lights they need to be pointed. The poles and fixture M oint has faded and there are some areas to where the aluminum has started to pit. The rooves of the pavilion and bathrooms are made from steel and they are faded. In order to achieve a longi, fife open fbr these roofs they need to be painted. materials): i'Punaftimse (chook and k7 backup Three Written Quotations =J GSA State Contract PRIDEIRESPECT SNAPS Sole Source P19gyni3ack �X BudgeW Hem X Emergem-y Pumhaft Other Contruct Number ITB -2014 -101 -SW NOM: PrWnQ ProPold ft PwWw" nxmt be Precented in tw, "me doWl conk, [nod won ft contral FundA*uroefbrPuk*0h&--8-19: The funding soume for these two Items are within the C. I.P. budget for this year. The account# is 302-4223-572-62-01 Pmject &11621 and account # 302-4223-572.62-01 project # 1622. - [��"JEI Page 195 of 710 REQUEST FOR OFFICE ASSISTANCE file I I'l FROM: Date: 57- 0 Copy Work - Number of Copies: Double -sided / Collated & Stapled J Distribution: 0 Type from the attached / transcription tape I email (to be forwarded upon request) 0 Request for 121 /Direct Pay Req. for the attached - Vendor or Person to be reimbursed: Account Number: Project No.: Request for Requisition - Vendor: Account Number: - 3 0 List Items w/Ouantities & Unit Costs on the back of this request. o Verbal Quotes ($500 to $1,999): Vendor: Vendor: Vendor: Cost: Written Quotes ($2,000 to $9,999-99) - Attached. • Written Quotes ($10,000 to $24,999) w/Purchases over $10,000 Form -Attached. • Bid/City (Over $25,000): Bid# • Bid/Other Entity (Over $25,000): Bid#, Bid Eff. Dates,& Bid Quotes -Attached. 0 Special Instructions, rg'f NW-WAIFFM zzz��� 71lease sian and return this form to the Offic ta " - :1 I'll, . Lot r. Page 196 of 710 Is l - , " I � TO: Kevin Ramsey FROM: Leo Citrangulo RE: Light Pole Painting Boynton Beach Intracoastal Park Piggy Backing — City of Miami Beach Painting and Waterproofing Tenn Contract W WIDE PAINTING (interior and exterior) AND WATERPROOFING SERVICES. Contract Information is on file with your purchasing department. SCOPE OF WORK LIGHT POLESILIGHT FIXTURES • Pressure clean light poles/light fixtures, prop where needed, neutralize rust spots where needed. • Prime with DTM Primer. • Apply two coats of DTM Semi -Gloss Finish — Tinted to color. Light Poles and tall cement pole fixtures - $125.00 each X 43 = $ 5,375.00 Roof Painting by Hartzell, Inc. W ftw*404 Project Minager Email: leo(&-mvhartzell.com Cell: (954) 658-051 Page 197 of 710 0 VAISIM110-41li-R-11 e�allllllllllll11l jim, I M - TITLE: For Citywide Interior and Exterior Painting and Waterproofing CONTRACT NO.: ITIB-2014-191-SW EF,FECTIVE DATE(S): This Contract shall remain in effect for three (3) years from date of Contract execution by the Mayor and City Clerk, and may be renewed, at the sole discretion of the City, though it's City Man..- .# . gedditional one (1) Year perlods. I-lipjW-4 -.411011111 ESTIMATED ANNUAL CONTRACT AMOUNT: N/A -1 -20 - Upon affirmative action taken by the Mayor and City Commission of the City of Miami Beach, Florida, on September 10, 2014 for approval to awird a contract, upon -execution between the City of. Miami Beach, Flodda, and Contractor. B. EFFECT - This Co�iracit Is entered Into to provide for Citywide Interior and Exterior Painting and Waterl*Qofing pursuant to City invitat . ion to Bld No. 2014 -191 -SW and any addenda thereto (the ITB), and Contractor's bid In response thereto (this Contract, the ITB, and Contractor's bid in response thereto may hereinafter collectively be referred to as the-"Contrect Duca m-antel'), C. P8-MA—RN—Q1LJh!SMCT[0NS - All blanket purchase orders shall be Issued In accordance wiMth the WtYR Miami Beach Procurement Department policies and procedures, at the prices indicated, exclusive of all Federal, State and local taxes, Ail blanket purchase orders shall show the City of Warr"'Beach Contract Number 2014-191 - 8W. D99EMPLO& =E9WAN-ce - City of Miami Beach departments shall report a failure of Contractors performance (or failure to perform) according to the requireme of the Contract Documents to City of Miami Beach, Anthony Kaniewski, Props Management Director at 305-673-7000 ext. 2914, n _!-8ANCE. C-1-=RTIFICATE(SI. - The Contractor shall file Insurance Cartificates, required, which must be signed by a Registered Insurance Agent licensed in the State, Florida, and approved by the City of Miami Beach Risk Manager, prior to delivery supplies and/or commencement of any servicestwork by Contractor. F. A4510NMENT AND: MAN-2—P—EREORMANC-E - Neither this Contract nor any interest here shall be assigned, transferred. or encumbered by Contractor without the prior wrIttl consent of the City. In addition, Contractor shall not subcontract delivery of supplies, any portion of work and/or services required by the Contract Documents without the pri written consent of the City. 1� Page 198 of 710 111'1111tW11"AEKtUlMe My ang Uontractor hiavq caused this Certification of Contract to be signed and attested on this day of 20Ly , by their respective duly authorized representatives. nvl Z " M1jVi,:V:eL1( Print Name —/0/0+,. pot F -MUM F-.PURC%$ALLkgolloltatbns%2014LV14-igi-SW 01"do Interior and Exterior Painting and WatBrproofing%ContractWOi4-191-SW Hartzell Paining.doox Attachments: A: Commission memo and It Summary B:ITB,Addendum C, Proposals APPROVED AS TO D: Insurance Certification FORM & LANGUAGE & FOR EXECUTION Lr k City Attorney Date 5 Page 199 of 710 MO { RIFt, 1 Page 200 of 710 Pt M I AM I BEAC f--1 ITB 20.14-191 CITYWIDE PAINTING (INTERIOR AN11F EXTERIOR) AND WATERPROOFING SERVICES DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Otive T"Iror"ll Page 202 of 710 I Page 203 of 710 PIRCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. BOX 310 P.O. #: 160707 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 01/08/16 VENDOR 13242 SHIP TO: TO: METRO- DADE K-9 SERVICES City of Boynton Beach 17940 SW 168 STREET POLICE DEPARTMENT MIAMI, FL 33187 100 E. BOYNTON BCH. BLVD. BOYNTON BEACH, FL 33435 ::N :0. 6-9-591 REQUISITION NO. 65591 ORDERING DEPARTMENT: POLICE N _'0: DATE NEEDED: BID NO: COMMISSION APPROVED: EN LINE# QUANTITY UOM ITEM O. AND DESCRIPTION UNIT COST EXTDED COST 1 11000-00 DL POLICE K-9 TBA GERMAN/DUTCH 1.0000 11000.00 SHEP,MALINOIS, IMPORT VENDOR ITEM NO.. - R E 14 -A :P urcha-se 6f'. p SerVi FDLE-. or-�State of j-6,en... :ed training. scho - t' s ol per at ached e .0pla-ping K-9- - D" -.x-- - - retirre:d f or rhe&.c.:al. :reasons. ThA C'I:t'-Y. Of 'Boyp.-'t0"n'n'--B'e' -urc . has -ed f6ur dogs art. has p. prrev--161�sly. rot Metro Dade: K�q: Servi. PROCUREMENT SERVICES: P.O. TOTAL: 11000.00 ACCOUNT NO. PROJECT 691-5000-590.04-32 PURCHASING Page 204 of 710 W W p Ln Ln 0 0 r -I H 0 >p z C tl Zm I 0 WO I PU I C; 0 pq U2 ri 0 C) Ln Ln 0 0 rI 0 Ix 0 E -i 0 0 M P4 cq z m M 0 0 to c) H CAU N I 0 HM no z W as > r4 0, P4 A W U2 E-4 C4 aa 00 W, I 004 E-4 U2 0 W :D al U2 ex to I CA0 z I 1 1000 UOM C) 2,4 -_O 1 124 'a U u I5 M H H I Ix M s Fq Fa w 0 0 914 a4 H W 0 zl EA omaHpo E 04 M p 0 H 0 Ix u Z Hu Hri 2 H M 0 U2 'oloe 0 p u 0I 0 z U W ul I 61 0 EW - I Fa 0 V Q (N IZM 13W q > U2 W E-0 C) Z 0 0 0 H E-4 H ril H 0 I I I O O 0 Ln U r -I u a% 4 LO 4t W Z r -I H 0 I I Page 205 of 710 CITY OF BOYNTON BEACH I UMEQUEST FOR PURCHASE OVER $10100iS Requesting Department: Police Contact Person: Capt. Zeller Explanation for Purchase: Purchase of a K-9 to replace K-9 Daxx (medical retirement) A i F:T-T� I Source for Purchase (check and attach backup materials): Three Written Quotations =X GSA State Contract PRIDE/RESPECT 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: K-9 Donantion account -691-5000-590-04-32 ,Department Head ./1fDate Purchasing Agent Date 577,j4o Asst City Manager Date City Manager 04 ou..— Date L 7.9. "M - - 1 Page 206 of 710 selecting a replacement K9. - the normal bid procedure to the selection process'%ill not guarantee the best dog at the best price. Anyone can sell you a basic patrol dog at a low cost; however, the price will usually increase for each of the specific traits you request in a dog. There are few vendors in the area that import quality dogs, and maintain a positive reputation. Attached you will find bids from 3 of the major work dog importers. Only one of them is located in South Florida, Metro -Dade K-9 Services and is the vendor I would recommend. We have purchased the last 4 purchasing from Metro -Dade K-9 Services are the following: • Close proximity for dog selection ' • One of the best reputations in work dog imports, in the world. • Has a proven quality product track record with our agency as well as most agencies in Palm Beach and Broward Counties, to include PBSO and Delray Beach PD. • Knows exactly what traits we are looking for in a work dog, and usually has our searched narrowed down to 3 dogs before we even arrive; however, has access to one of the biggest inventories of police work dogs. • Has one of the best replacement guarantees in the business, which allows us to take the K9 before payment and have a full medical examine by our veterinarian. Payment is only due upon passing medical. The K9 is then guaranteed to pass FDLE K9 School Certification or a replacement K9 will be provided. • Quoted price of $9,000 to $11,500.00 which would be in the same range we paid for our last K9 purchased over I year ago. Page 207 of 710 u�lci PERSONAL PROTECTIOW SCHUTZHUND* KNPD December 21, 2015 DUAL PURPOSE sPATROLit NARCOTICS HOME -BUSINESS Boynton Beach Police Department C/O Brian Adams adwnsb@bbfl.us im kq rors I i T.7,17 rj_ -r -3 -71 V a W�= � W", 00-1 '1 W-11, OMW MMUMXWTMM.�, V WIJ%w 9 %,M ;vt , tvi va;uo ooio I www.mekAoadek9.mm (305) 378-9035 Page 208 of 710 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. BOX 310 P.O. #: 160715 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 01/12/16 LYTOND lelillms �. SHIP TO: TO: PRO FITNESS SALES & SERVICES City of Boynton Beach 1732 CORPORATE DR 100 E BOYNTON BEACH BLVD BO TON BEACH, FL 33426 BOYNTON BEACH, FL 33425 EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 2.00 EA TRUE SPECTRUM ADJ. STRIDE 4895.0000 9790.00 ELLIPTICAL) WITH Interactive TV,..Blue..Tooth Connectivit "t y., pere- no. 1513.2.:-d-at--itd De�c-. �j 7 20 15. VENDOR.-ITEM.No.- ST --t:.!F.S,l GOV-15*.T.PT 2 2.00 KA CONSOLE*-:4:&.PTE-R- BOX- 1.39.0 00 278.00 0.1-. stv. -AXSCAS N M VEMOR ITE14" ... ......... 3 1.00 EA DE-LIVE-PY:` AND x:4:8..:0000 648.00 INSTALLATION/FR EIGH -T. REKARKS--,'. Re f:et : to., �:.Atuo.tdtion -1-5131, &it6d -Ded-..-.--17,,: 2:015. Pro:pitneas.-ls City' -s-'v'end6r--f6r qyin 6..ipMent qu m ain - Ateh hc.a- dn" dj' repair, .. ..... ... .. ..... .... .. ACCOUNT NO. PROJECT 691-5000-590.04-93 . 0 0 - I . II Page 209 of 710 NOR HO O O O 00 m m W 01 l- 'W r -I L' N to r- 0) O ri O O O B O O O 0 1 O O O 1 O O O I r -I H H 1 I I P I Iz 10 I H @ Ey i 8 @ a O U I I Gd O 1 Ix I I H 1 i H I z i I i 10 I U I I U I di B I � � H W H W H W o-Wh� W p.m Ue-)WpUp�lW P WP40 DI LTi rx I H01H 99 E-1 rX I W FWW ++ v�zca U'z I H W H W H W I �UUU I WCl) WW1 WI W I r> cn m CA a aWaW U} CA HCAH I W W W H W H I lx NW NWw i 4t W zrA N ra H a Page 210 of 710 W w I Iq r1 I \ \ P f W to W 1 O O I H N E H H z H E L I W Esj ! H RI & O U A A O US SH 0 I U] I H I ! B y r W US W i H f Fa I W i A I P I � E I P W V U I H I I a H E O 0 O W U] f O O O U WO U ct SC W F C® N lO U: 0) W i E U: H U3 I H H I O O O Ln V H U] & O O 0 R �o z U I ® ® o Ln H I w H I U1 m W O �a IT M W O ! m H tD w o z a O W a E OI r I H N ! 0 ID W W W z W O p HN >4 H I O O O H 040 HI H 04 a 1 N a W W F4 7 I R$ A I W E v I 4J �W bi U7 f4 U] I H 0 � yH Qp Y @ 4 ^'r1 04134 aa 'rl 0 ap Ot H.0 OPW OW P H U W W H C7 HG UU] UUi c7 HU WU -IOgH WH WAa H E A11NH� H� z U HO m��] KC OA P H H H ca C�J4 t� H I� U•0m 0us 100 H 'I I Fy rl OHM OHM HH \ H gMPON AHO+ HNP4 FC 1XII rA P4 P4 x U `O O`' W4.OL zHH Hmw F PJ HU]O pq O z O:avo.... �.... H O I H r `✓EA >4A �A z H H I U•raNHO �HO HO OH H I W altnH N I NUri0 H y+H H O H I mmmoo WA x w7OO a0 WOO H a Ix I klgxU O U 5ZUpq H O W �� .®0 mH HIM Ix H ri WAUU] W FA Hw r. a a H w i �°. z ✓x t H N M 9z: I NOR HO O O O 00 m m W 01 l- 'W r -I L' N to r- 0) O ri O O O B O O O 0 1 O O O 1 O O O I r -I H H 1 I I P I Iz 10 I H @ Ey i 8 @ a O U I I Gd O 1 Ix I I H 1 i H I z i I i 10 I U I I U I di B I � � H W H W H W o-Wh� W p.m Ue-)WpUp�lW P WP40 DI LTi rx I H01H 99 E-1 rX I W FWW ++ v�zca U'z I H W H W H W I �UUU I WCl) WW1 WI W I r> cn m CA a aWaW U} CA HCAH I W W W H W H I lx NW NWw i 4t W zrA N ra H a Page 210 of 710 Requesting Department: Human Resources — Contact Person: Tanyi Garcia i Explanation for Purchase: ,New state-of-the-art elliptical machines to replace aging gym equipment. Recommended Vendor Pro Fitness Sales and Service Dollar Amount of Purchase $10,716.00 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: NOTE: Pricing proposal for purchase must be presented in the same detail contained mdthin the contract. Fund Source for Purchase: • A City Manager i-orm Kevisea uziui/uz Date Date Date Date Page 211 of 710 100 E. Boynton Beach Blvd. P.O. Box 3 10 Boynton Beach, FL 33435-03 10 Garciat@bbfl.us ME I pit Phone 561-572-2066 Fax 561-572-2065 61117.7b E. Boynton Beach Blvd. P.O. Box 3 10 Boynton Beach, FL 33435-03 10 Garciatod bbfl.us P.O. No. T�erms Rep Option Inv. H509%/. a Date Estimate # Dn bal. on defiv KT 12/17/2015 15132. MY It Description Msrp Unit Total *OPTION # I - True Spectrum (Adj. Stride Elliptical) 2 ST- TS100015TFT TRUE, TS100015TFT, Spectrum with 15" Escalate Interactive TV, 9299.00 4,895.00 9,790.00 BlueTooth Connectivity, 13"-30" Adjustable Stride, USB port, Headphone jack, & Contact Heart Rate (Lifetime Frame, 3yrs Parts, Screen, & Labor, 90 days USB port) 2 SBV-AXSCAB-N... BROADCAST, Console Adapter Box (CAB) - Add Console Control to 199.00 139.00 278.00 Integrated TVs Connected to Cable/Satellite Set Top Boxes Next to Cardio Equip - Includes CAB Box & IWIR Cable (2yrs Parts) *NOTE: Allows User to Change the Channels of the Comcast Cable Box by Using the Controls Directly on the Elliptical rather than needing an Additional Comeast Remote Control I S - MANUALS Manuals / Safety Info Packet as applicable No Charge 0.00 I Labor -Installation ... Delivery and Installation of Equipment 200.00 200.00 1 F FREIGHT 448.00 448.00 I -P*le e si& revia ,, . 1 -1 - - asgn turn fax if you would like to place order. ------------- *NOTE: Above price reflects a Ca Check discount. If paying by Credit Card the 3% Total $10,716.00 discount would not apply I Signature Print Name Date Commercial Fitness Equipment, SSIes & Sen4ces www.ProfftnessSeles.com Page 212 of 710 4 i Page 213 of 710 :11MMMMMM" . 0 1945 florth Federal Highway Boca Raton, FL 33432 Phone: (561) 955-0005 Fax: (561) 955-0007 1: Customer/Bill to Address: Boynton Beach, FL 33435 Proposal Proposal# ILILiveryfinstallation Address: Terms Work Phone Home Phone Fax/Cell Phone Sales Rep s See Below Rob T Page 214 of 710 Description Oty. Price Total - Sports Art Fitness E845S Commercial Variable -Stride Elliptical Cross -Trainer 2 5,399.00 10,798.00 with 15" LCD Touchscreen Console (WiFi enabled) - $7,799.00 COMMERCIAL PARTS WARRANTY: - Lifetime Warranty: Frame - 5 Year Warranty: Mechanical & Electrical Parts - 3 Year Warranty: Labor - Delivery/Assembly/Installation 1 200.00 200.00 Terms and Conditions: - All items listed are special order items. All sales on special order items are finaL - The balance of $10,998.00 is due at the time of installation. - An additional 3% processing fee will be applied to all credit card payments. - Ownership of all goods is retained by Home Fitness Headquarters, Inc. until the balance has been paid in full. - Please allow approximately 2 to 3 weeks for the arrival of all products. - Signing below, or the receipt of the customer's purchase order, constitutes a sale under the terms and conditions as listed herein. Approved/Accepted By (Print Name): X: Date: (Signature) All proposals are valid for 30 days. Prices, products, and warranties are subject to change without notice thereafter. Subtotal $10,998.00 Sales Tax (6.0%) $0.00 Total $10,998.00 Page 214 of 710 insm, n-WrITT-710 =-, -= - 9-04U—MMMIM ET7,M- Boca Raton, FL 33432 Phone: (561) 955-0005 955-0007 1, Customer/Bill to Address: N Boynton Beach, FL 33435 fi Mr, IM1111111111 1111 Delivery/installation Address: Boynton Beach Fitness Center 100 East Boynton Beach Blvd. Boynton Beach, FL 33435 1; r#Tj 7MU i M i r Fax/Cell Phone Proposal # Description Qty. Price Total - SportsArt Fitness E845S Commercial Variable -Stride Elliptical Cross -Trainer 2 3,899.00 7,798.00 with Tri -Color LED Console - $5,599.00 COMMERCIAL PARTS WARRANTY: - Lifetime Warranty: Frame - 5 Year Warranty: All Mechanical & Electrical Parts - 3 Year Warranty: Labor - Delivery/Assembly/Installation 1 200.00 200.00 Terms and Conditions: - All items listed are s - The balance of $7,998.00 is due at the time of installation. - An additional 3% processing fee will be applied to all credit card payments. - Ownership of all goods is retained by Home Fitness Headquarters, Inc. until the balance has been paid in full. - Please allow approximately 2 to 3 weeks for the arrival of all products. under the terms and conditions as listed herein. ME= 10 I All proposals are valid for 30 days. Prices, products, and warranties are subject to change without notice thereafter. Sales Tax (6.0%) Total $7,998.00 Page 215 of 710 1900 Okeechobee Blvd. Ste A 10, West Palm Beach, FL 33409 561.712.038 1 www.coastalfitness.com I coostalfitness@aol.com BILL: City of Boynton Beach CONTACT, Boynton Beach, FL 742-6276 E-MAIL: qarciat(a_)_bbfl.us ITEM(S) REQUESTED True Spectrum Adj Stride Elliptical w 15" Escalate 'Jnj�irl M#e 3 Yrs; Parts & Labor 5ubtotal 9,900.00 Installation 200.00 New Subtotal 10,100.00 Tax Rate 6.00% Tax 606.00 Freight 396.00 . + i Fol All sales final on commercial equipment, special order (non -stock items) as well as delivered horne gyms, smith systerns & floor samples. Full refund on all other retail products within 7 days of delivery minus the delivery fee and a 15-20% restocking fee. An additional pick-up fee may apply All parts I equipment & flooring purchases remain property of Coastal Fitness until paid in full. By accepting delivery or installation of equipment, flooring or parts, customer agrees to terms & conditions listed herin Customer agrees to allow Coastal Fitness access to equipment & flooring for removal if unpaid within terms .Garcia, Tanyi From: CoastalFitness@a aol.com Sent: Monday, January 0,201 3:28 PM To: Garcia, Tanyi Subject: Re: Coastal Fitness Attachments: 1223-15-BB.pdf Ina 1 111 1? 1 111 Fill III 111 1!111 111 111 111 1 111 1111 111 Michael Asenti Coastal Fitness is 52/ = I III UI=♦ Tany! Garcia, HR / Risk Coordinator Human Resources and Risk Management City of Boynton Beach 100 E. Boynton Beach Blvd. I Boynton Beach, Florida 33435 o: 561-742-6276 GarciaT@bbft.us I www.boynton-beach.or-g 0 Page 217 of 710 1 4 0 Page " .:t` 0 i �l l F� nU � j t 66y S � 4 g a Page " .:t` 0 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. BOX 310 P.O. #: 160738 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 01/15/16 SHIP TO: TO: CAROLLO DESIGN BUILD GROUP FLO City of Boynton Beach 1711 W GREENTREE DR #201 EAST UTILITY ADMIN TEMP, AZ 85284 124 E. WOOLBRIGHT ROAD BO ON BEACH, FL 33435 REQUISITION NO. 65624 ORDERING DEPARTMENT: UTIL/KTR DATE NEEDED: BID NO: COMMISSION APPROVED: LINE# QUANTITY UO M ITEM O. AND DESCRIPTION UNIT COST EXTENDED COST 1 18228.85 DL EMERG INSTALL 36 -INCH VALVE RWM - 1.0000 18228.85 SECTION A REMARKS - EMERGENCY INSTALLATION 36 - INCH 'VALVE SEE ATTACHED QTJOTE DATED 1/4/16 PCL PROJECT NO: 5403089 PROCUREMENT SERVICES: I /,I//, I P.O. TOTAL: 18228.85 ACCOUNT O. PROJECT 404-5000-533.65-01 TR136 PURCHASING Page 221 of 710 X M" b ate" W A7 N m m UI d r @ , Izr �Fl EQ @ 41:! 1 b L19 b d ®® i 0ul H ul000 , H O H y OR @ ® i �t'H d b XHZOq 0 y En ! H y z VI P W b .. I i z W @ � n n r P OS I' O ® ' to 1 O Z4 i CIS W OY I W 1 2 y r 9 cigz @ nHn 1 pq syr r0 1 P3H tH-, zEn H r µ ! I H N P] P C g ! '� Z P z H 1 W v y In H S H I P z e z W @ @ y @ �! I H 6 Z �� @ ' rD US ry5y f] @ !eC°dj ' 2 Wb N ' G ui 7a en 0! q cof @ ppLyy I V H z C q @ ! b C+i M�Py310 Z y 10 FA g L' FA H ! @ H �qPd z1 o k o ®®y 0; C Pgf ; c 2 y(ny e �+ i® m W r m d H V] J ' pa �@ W H @ m W @ @ .. z x d @ 4y O z m ! N I y O y d b PAs H @ I® C H i d @ I g O CD Ln @ [�!Ln P d N z; O @ UX Wz ® yy m y @ p -e @ p m m @ ci W 1 N N N H N @ 0w d 01° w m @ W o I o Ln MG] vl @ H w @ O ' @ C @ @ b 1 I 1 � tl 1 r @ 1 P ! O , p I i @ 1 d ' @ ' � r ' @ H i d 1 d @ P @ w W 1 @ ® ,� m @ N @ I d ' N @ m® H P @ F3 Ln 1 I @ W W @ @ Page 222 of 710 Requesting DeContact •Karen r A • *' ! ! c1 Will ♦ a e� (check # attach Matekiati-ji.— ContractBudgeted Three Wrden Quotations State Contruct PRIDE/RESPECT�.. SNAPS Sole Source Piggy -Back Item 77mergency Purchase Other !' - Memo . Pricingproposal f. purchesa rn be P Mad In the Barris detail contained within the oontract. M=1 111i0q,T Form 1 Dato Date Page 223 of 710 H.T.E. ENTRY DATE: 1/6/2016 H.T.E. REQUISITION# 65624 Maintenance Manager: KTR Director: Cohn Groff 11 �L.5 '6CUMA A Of the raw water -Section A of the raw water pipeline must be operational to complete delivery of raw water to the East Water Plant. Time delays would jeopardize the completion Of the ongoing plant upgrade. (See attached letter) El 'A OTHER MORMATION: Carollo Design Build Group Date: ------- - ---- Ad ss: rive, #201 Engineering El Date Needed: PWMaint. Tempe, AZ 85284 Cust. Rel. - - A SAP/Conf. El - -- --- ------ - --- ---------- - -- --- Scott Tweten (602) 799-3594 Distribution UP DOCS. SUBMITTED: L P/(J 99 El Todd Palmatier, Sr7 0 nager,N Manager QuotesNerbal El i J E. Admin Special instructions: over $500) 40 (480) 829-6333 Pumping El Quotes/Wriften (over $2001() ( -252 480) 829 8 PWMaint. Bid Docs. El W. WTP 42 El 15878 Commodity 9118/031 P/(J 99 El INITIATOR: I Technical Servic nager,N Insurance F Special instructions: Reqyiren�ents: APPROVED: Cohn Groff, Utilities Director Proposal Attached Project WTR136 Unit Price Des mription &Part N -umber 1$18,228.85 Installation of 36 -inch valve too Page 224 of 710 W0110 Dealin Build Group Ower Atrewnent No.: COBS wrp eprobil'or PCL Project No.: 5403089 De*BLQdC-w* PCO No.: 001 Date: 01/04/16 Proposal Summary TIN 111itional Days Required TBD Working DaM Date Conversion TBD Calp,-rdar M -O", Copy of 36inch RW Valve ReplacementAs 114=1 6 Summary Page 225 of 710 Material Costs. Sales Tax: 6% $ 8,643.50 I MaterbI Subtotal: 1 + $ 618.61 Material Markup @ 10% (less sales tax) $ 9,162.11 MATERIAL TOTAL: + 1-0,020.40 Direct Labor Costs: Labor Burden 38.83% $ 2,120.00 LaborSubtotal: + $- 823.20 Labor Ma Labor Markup @ 15% $ 2® 3.20 LABOR TOTAL: + $ "1.48 $ 3,384.681 rEquipment Costs: Sales Tax $ 4 1 r 4,153.20 3 2 E I me Equipment Subtotal: + $ 2 4 249.19 9 Equia Equi n nt Markup @ 10% (less sales twc) 4 4 4.402.39 0 2 '3 9 EQUIPMENT TOTAL: + $ 4 1 r 415.32 -3 2 $ $44 8 1 7 4,817.71 -7 1 Subcontractor Costs Subcontractor Markup $ SUBCONTRACTOR TOTAL: $ Sum Costs $ 18,228.86 SUBTOTAL $ - $ IS 8.85 18422LU IWET DIR-67TCOSTS $ 111itional Days Required TBD Working DaM Date Conversion TBD Calp,-rdar M -O", Copy of 36inch RW Valve ReplacementAs 114=1 6 Summary Page 225 of 710 Boynton Beach Utilities 124 East Wbolbnight Road Boynton Beach, Florida 33435 Phone. (561) 742-6400 Fax (561) 742-6298 Website: uww.boynton-beactLorg IT It To: Lori LaVerri6re City Manager From: Michael Low ��® Manager, Technical Services Date: December 18, 2015 Subject: The ongoing plant upgrade project needs to connect to section A of the raw water main linking the Western Wellfield with the East Plant. Section A of that pipeline has been left untouched for several years following installation. The contractor was unable to perform the work due to a problem isolating the line because the operating gear on the terminal valve had failed. The contractor, PCL, had issued formal notice of delay to their work on the project. In order to meet the Plant Project timetable and not incur m,, stUWhp W -M & _yNWkUIP issue quickly. The Utility already had a replacement valve in storage and so only needed assistance in installing it. Since PCL was already mobilized at the location, and had crews on standby awaiting resolution of- issue, they were asked to complete the work. 11be total cost for the work was $18,228-85, of which the majority cow-rori Page 226 of 710 PS -1: Replace Existing 36" RW Cate Valve me 36" Mega Lugs with Acey. Sets Qty Units Hourly Unit Price Units Total cost 57 Stone 2.00 EA $ 1,217.00 $ 2.-4-9.-00 24"DI MJ 90 19.00 Tons $ 24.50 $ 465.50 24 -x 2(r -O' DI PEXPE Pipe 1.00 1.00 EA $ 1.099-00 $ 1.099.00 24" Mega Lugs with Accy. Sets 2.00 EA $ 3.865.00 $ 3,W5.00 25.00 $ 0 EA $ 390.00 S 780.00 $ 25.00 $ 0 MH $ 1 1,14-3.60 Ubw Project Management Project Superintendent Project Engineering Prolect Sdety Mech Foremen Journeyman Carpenter Carpenter Helper Equipment Operator Pipe Layer Skilled Laborer General Labow Ego-mant Concrete Pumping Mechanical Screed Plate Compactor (monthly rate) Generator (monthly rate) 14- Cut -Off Saw (monthly rate) Pickup 314 Ton 4x4 Pickup 1/2 Ton 4x4 GPS Engineering Level, Nikon AS2- Loser Level, HIM PR25 Radio. Motorola Unkbelt 235 Zero Tall Excavator w� - city Units LumD Sum Tntol I 0 Labor $ 2,120.00 Equipment $ 4.153.20 Subcontrwct $ - Copy of Wnch RW VWVe RepWAmeM.99 1 1 DOWN Page 227 of 710 Hourly Qty Units Rate Total u MH 76.60 -$- 0 MH $ 60.00 $ 0 MH $ 60.w $ 0 MH $ 51.00 $ 0 MH $ 62.00 $ 40 MH $ 35-00 $ 1,40D.00 0 MH $ 25.00 $ 0 MH $ 20.00 $ 0 MH $ 25.00 $ 0 MH $ 25.00 $ - 40 MH $ 1&00 S 720.00 0 MH $ 16.00 $ - Avg: $ 26.501 2.120.00 Qly Units Hourly Total Rate Cost 0.200.00- T 0.00 Hra $ 50.00 $ 0.00 Hrs $ 53.43 $ 8.00 Hra $ 12.90 S 1()3.20 0.00 Hrz $ 6.50 $ 0.00 Mrs $ 4.15 $ 0.00 Hrs $ 25.20 $ 0.00 Hrs $ 18.85 S 0.00 Hrs $ 0.00 Hro $ 0.00 Hra $ 0.00 Hm $ 5°w Days $ 810-00 $ 4,050.00 w� - city Units LumD Sum Tntol I 0 Labor $ 2,120.00 Equipment $ 4.153.20 Subcontrwct $ - Copy of Wnch RW VWVe RepWAmeM.99 1 1 DOWN Page 227 of 710 Eric Shaffer From: Gary�Morgan2@Ferguson.com Sent: Monday, November 23, 2015 4:47 PM To: Eric Shaffer Cc: Tony Spera; Todd Palmater Subject: RE: 36" MJ side actuated GV F.Atac ments: 30-362500MJX MJ—BEVEL—GEARED.pdf ma 1950 NW 18TH STREET POMPANO BEACH, FL 33069-1394 Phone : 954-973-8100 Fax: 954-917-3134 829067S Bid Date...: 11/23/1S Quoted By: GM Customer.: PCL CONSTRUCTION INC 1711 W GREEN'TREE DR STE 201 TEMPE, AZ OS284 Cust Phone: 480429-6333 PROX CONSTRUCTION INC 1711 W GREENTREE DR STE 2 TEMPE, AZ BS294 I Cust PO#..: Job Naml BB VJTP 36" GATE Item Desaiption Quantity Not Pr' e UM ALUTOCKII AFC2S36MMLAOL 36 IVJ RW D1 OL GATE VLV L/A W/ BG EA 33000.00 E1136EG 36 MEGALUG F1 DI W/EBAA SEAL GSKT 2 1061-000 EA 2122.00 DMJBGP36 36 W OLT PK L/ GLAND 2 156.000 EA 31100 Subtotal: $35434,00 Inbound Freight: $0.00 Tax: $2126.04 Order Total: $37560.04 I W6Q9iN-N1k1 *T1r1p= raf, Page 228 of 710 nnRr7171 From: Gary.Morgan2@Ferguson.com Sent, Tuesday, November 17, 2015 2:13 PM To. Eric Shaffer Cc: Tony Sper2; Todd Paimatler, Matthew. Gracle@Ferguson.com Subject: RE: Needed material ASAP M3 Please see the order confirmation below. This material is scheduled to arrive tomorrow in Pompano but could be at various times. Can you take delivery Thursday if it makes it too late tomor�&�-� I •rt e order! �*M; Nn' I I - t 0=1 1950 NW 18TH STREET POMPANO BEACH, FL 33069-13,Cv, Phone. 934-973-8100 Fax: 954-917-3134 W�W Order Date: 11/17/1S Req Date: 11 S Si Via..: OUR TRUCK Writer ....... : MSG s.....: NET 10TH PROX Sold T.......: PCL CONSTRUCTION INC Ship To ... : PCL CONSTRUCTION 1711 W GREENTREE DR STE 201 S469 BOYNTON BEACH BLVD TEMPE, AZ 85284 ERIC: 602-206-1"0 BOYNTON BEAM FL 33437 Cust PON..: NEED Job Name.: BOYNTON It Description Chi LIM Total . . . .......... ERIC 602-206-1440 .00 .00 1099A"= EA 1099.00 Subtotal: $5744.00 Inbound Freight: $0.00 Tax: $344.64 Order Total: $6098.64 H Page 229 of 710 CONTACT PHONE TOM Spe maza"500 PCL CIVIL CONSTR ION, INC, 820 TECO rd Ruskin, FL USA JOB SITE LOCA 110-9 Ion Project, Boynton Beach, FL I= MWA Luffm Ift Jr. Blvd WOO Palm Such, FL Richard Bm7mW NEFF RMENTMAL—SAWLE—GRE—P —0 '66 17194654 Them bo!R.—com E _ nwR APP --d ay—N.—ff—(ff—Ap—pl—l..b—Q NEFF RENTAL - WMAEFFREN-TAL.COM * 888-709-NEFF Page 230 of 710 AMMNM �011 ;1 CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. BOX 310 P.O. #: 160741 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 01/15/16 VENDOR 5860 SHIP TO: TO: DLT SOLUTIONS, LLC City of Boynton Beach 2411 DULLES CORNER PARK EAST UTILITY ADMIN SUITE 800 124 E. WOOLBRIGHT ROAD HERNDON, VA 20171 130YNTON BEACH, FL 33435 REOUISITION NO. 65654 ORDERING DEPARTMENT: UTIL ENGINEERING TP IM DATE NEEDED: I BID NO: I COMMISSION APPROVED: LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST 1 3.00 EA 9701 -0128 -16 -ELS AUTODESK 3197.2600 AUTOCAD Electrical 2016 Government Subscription, Re. 1 Year Contract 3.44-05678.879:, 2/15/2:017 VENDORITEM NO.- 9701 0128-16-ELS� 2 3.00 EA 9701-0128-167XWlAUTODESK AUTO CAD 467.8500 .2016 Government Subscription 1 year Exp.. 2/15/2017 VENDOR ITEM NO..-- 9701-0128-16-XW1 3 1.00 EA 9701-0571-16-NRIAUTODE8X AUTOCAD 684.9000 Electrical 2016 Government subscription Renewal year .1 Ex . 2/15/2017: VENDOR ITEM No.- :9701-0571-16-NR1 4 1.00 EA 9701-8803-16-NRlAUTODESK 1046.3700 INFRASTRUCTURE Design Suite Premium 2016 Government Subscription - Renewal I Year Contract 344-05678879 Exp. 2/15/2017 VENDOR ITEM NO.- 9701-8803-16-NR1 5 1.00 EA 9701-8813-16-NRlAUTODESK 794.2900 INFRASTUCTURE Design Suite Standard 2016 . Government Subscription Renewal i Year Contract 344-05678879 Exp. 2/15/2017 VENDOR ITEM NO.- 9701-8813-16-NR1 PROCUREMENT SERVICES: ACCOUNT NO. E 401 -2823 -536.46 -SE W.1110i "10 P.O. TOTAL: • 794.29 13520.89 PURCHASING Page 231 of 710 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORID;Ai PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. BOX 310 BOYNTON BEACH, FLORIDA 33425-0310 TO: DLT SOLUTIONS, LLC 2411 DULLES CORNER PARK SUITE 800 HERNDON, VA 20171 SHIP TO: City of Boynton Beach EAST UTILITY ADMIN 124 E. WOOLBRIGHT ROAD 130YNTON BEACH, FL 33435 REQUISITION NO. 65654 ORDERING DEPARTMENT: UTIL ENGINEERING TP DATE NEEDED: BID NO:------ COMMISSION APPROVED: LINE# QUANTITY UOM ITEM O. AND DESCRIPTION UNIT COST REMARKS: UTILITIES YEARLY LICENSE RENEWAL OF AUTODESK SOFTWARESUBSCRIPTIO.N-TL;?RM ' - 2/16/16 - 2/15/16 PIGGYBACK 08A CON-TRAC;�T:#GS-3SF-4,543G TERM. 11/19/12 - 3/31/17' QUOTE .,#4474894' PROCUREMENT SERVICES: 1 .7, -* A, I P.O. TOTAL: ACCOUNT NO. PROJECT 401-2823-536.46-91 Page 232 of 710 FIT.TM- WIF• CITY OF BOYNTON BEACH REQUEST FOR PURCHASE OVER $10t000 Requesting Department: Utilities Engineering Contact Person: Christopher Roschek �Explanation for Purchase: Annual license renewal of Autodesk AutoCAD Software used by Utilities CADD Tech/Design, Field ,Operation Manager, Associate Engineer, Civil Engineer and the Utilities Electrical Engineer Vendor 5860 DLT Soultions, LLC 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 L—j Contract Number: GS -35F -4543G 'YOTE: Pricina Drowsal fbr ourc NWTX%!4 Source for Purchase: Total Cost $13520.89 ff 0 .7.1 = SZL�� NZL�� M Date /// //' V - Date Date AM M Page 233 of 710 PIRCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST :•' •''• BOULEVARD P.O. BOX 310 P.O. #: 160747 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 01/22/16 SHIP TO: TO: A CUT ABOVE LANDSCAPE & IRRIGA City of Boynton Beach 1686 D ROAD PUBLIC WORKS DEPARTMENT LOXAHATCHEE, FL 33470 222 N.E. 9TH AVENUE BOYNTON BEACH, FL 33435 REQUISITION NO, 65684 ORDERING DEPARTMENT: G/ e' DATE NEEDED: BID NO: I COMMISSION APPROVED: EXTENDED LINE# QUANTITY UO M ITEM O. AND DESCRIPTION UNIT COST COST 1 1.00 EA PRUNE 1 BANYAN TREE, 1 FICUS AND 900.0000 900.00 2 LIGUSTRUM REMARKS: Wotk to he coordinated with 0. . lenda Hall (561) 742 - 6" Work to e dondu atned Monday though Priday'only. PROCUREMENT SERVICES: I /Xs 240 P.O. TOTAL: 900.00 ACCOUNT NO. PROJECT 001-2730-572.46-98 PURCHASING Page 234 of 710 b Ln O ri rl rt ri • a 0 0 0 0 0 0 0 0 m rn 0 O O Et O O O� Z O H E4 H ul H a w a 0 0 m H i a p ! H W 1 f I 1 H W @ W iFCJj O ! QI Oo ! i O W W ch u I W W I I i t I d I W I w I W ✓' 1 � ® i W d ! N U H I wE'ir+ i I Z�iNQ I @ I I r4. i @ O10 W I � @ W � € / wH W O ! y I O W W app . � ! o I I O I i I H W OOOO OZ 0000 W 0000 I O O O O O O W H H H O W In (h B Ei Ui �W0N W H r-1 fry ry W ! I w I i a x W H z c,4 h I W I O 5 W Z a 1 I al I Q I H i w I I U i 1 w W E+ I F -i I I w W �fy P Cf] I I W U I � U � i W U3 Iw ! U I U Zw ! w E -H E4 Z Z H I H B Wpip 1 H pH O d w a W a� I 9 I 1 i O I � W � (n p O I ah I O N I U e -i t U O F4O W I 1 W w H W H W a R S q Page 235 of 710 ou 0 CITY OF BOYNTON BEACH 1REQUEST FOR PURCHASE OVER $101,000 5V "t equesting Department: Contact Person: CM L -LM S>!ti - Explanation for P rchase: -ratc %44v=cvcv Dvzt.,�6 WkA keg IPSW4 CIDo-Do jj Qeq (vs&qB 171-glli-, r -T. IF M-1 Source for Purchase (check and attach backup materials): Three Written Quotations GSA State Contract PRIDE SNAPS RESPECT Piggy -Back Sole Source Emergency Purchase Other Contract Number: NOTE: Pricing proposal fbr purchase must be presented in the same detail contained within the contract �Department Hea Purchasing '.- r Date I Asst City Manager Date City Manager Date- Z� r-niMmu- Page 236 of 710 City of Boynton Attn: GlendaHall PO Box 310 Boynton Beach,�FL%,3 4 PBC SBE Vendor #VC0000009701 1 1 ■��L Page 237 of 710 Y TCA. immegrman man — Tffeemice Palm Beach CounfyW Vree Health ProleSsIonaft&- 4660 71st Court South Lake Worth, FL 33463 QTE19161 Telephone: (561) 966-1045 Date 11/5/2015 Fax: (561) 966-4612 Provided For: City of Boynton Beach Attn: Glenda Hall 222 NE 9th Ave Boynton Beach FL 33425 ORLI ZIMMERMAN DUE UPON RECEIPT R ft�,- 1111111041�11�1 I As a tree care provider in Palm Beach County for 35 years and an "K"L.11 0 tolm I I III IPA i I alOIL*] 0,0. - while they are young will require little corrective pruning when they mature. ni-Ir-7151= T=77117rjr.11717117.1 provide for sunlight and wind penetration. Moreover to make the trees clear lights and buildings as well as raise trees to a height of at least 7 feet. the rest of the tree. * Raising of a tree to selectively remove or shorten branches to provide vertical and horizontal clearance from buildings, driveways, lights, signs and walkways. Banyan tree - clear light and reduce back from the road. a r- , - 1, I MY 6EMponsime it any damage should occur to the lantem light. Clean up and disposal of debris. Accepted By: Date: I 1141h d 0 l4k 9 =1 0 7 I RKS] Z 111 EVA 4 ; I'l Page 238 of 710 10190 52nd Place South Lake Worth, FL 33449 US (561) 433-0095 tuffyslandscape@comcast.net ESTIMATE # 11304 DSTIMATE DATE 10/21/2015 ADDRESS City of Boynton Beach Forestand Grounds 100 E.%oynton Beach Blvd. Boynton Beach, FL 33425 Please detach top portion and return with your payment. ...... ........................ ........ -11 ....... ............. I ...... .. ---------- ... ......... ............ ..... . M= � ACTIVITY QTY RATE AMOUNT Location: Dewey Park Trimming of the following: 1 0.00 0.00 1 Banyan Tres 1 1,800.00 1,800.00 -subordinate from lights, over road, suckers and thin canopy elecric for lights and lanterns I Ficus 1 425.00 425.00 2 Ligustrums 2 36.00 72.00 3 Lantern Lights- Reposition In Tree 3 50.00 _U9.86 .... ­ ­ . .................................... .......... --- _ ....... .................... ................................ ............ Signing this contract indicates acceptance for the above work at the stated TOTAL price. Reduction or changes of scope may increase the price. Pricing is $2,447.00 based on normal business hours (M -F, 8:00am-4:00pm). We follow Palm zo Beach County Ordinance 87-15 Chapter 162 F.S: We cannot trim more than 25% off of any tree within a given year. Accepted By Accepted Date During removals, root pruning, excavating, stump grinding and tree installations: Duffy's is NOT responsible for damages to wiring, irrigation, lighting that NoCuts cannot mark. We re NOT responsible for surrounding plants and/or sod that is damaged due to work being completed as contracted. It is the responsibility of the HOA and/or homeowner, Page 239 of 711 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. BOX 310 P.O. #: 160762 BOYNTON BEACH, FLORIDA 33425-0310 D. 01/25/11 SHIP TO: TO: A CUT ABOVE LANDSCAPE & IRRIGA City of Boynton Beach 1686 D ROAD PUBLIC WORKS DEPARTMENT LO TC, FL 33470 222 N.E. 9TH AVENUE BOYN BEACH, FL 33435 PROCUREMENT SERVICES: P.O. TOTAL: ACCOUNT NO. PROJECT 001-2730-572.46-98 PURCHASING Page 240 of 710 EXTENDED LINE# QUANTITY UO M ITEM O. AND DESCRIPTION UNIT COST COST 1 19.00 EA HARDWOOD TRIM AND PRUNE MAHOGANY 95.0000 1805.00 2 3.00 EA HARDWOOD TRIM AND PR UN MAHOGANY 145.0000 435.00 3 1.00 EA HARDWOOD :TRI M AND PRUNE (3UMB.0 10.0000 10.00 4 1.00 EA HARDW00D..TR±M AND.PRUNE RED'- 10.0000 10.00 MAPL2 5 3.00 EA H-AADWOOD E D PRUNE. RED 4.5.0000 135.00 6 1.00 EA CUT RACK BRAZILIAN PEPPER 'AND 300.0000 300.00 TREAT W, GARLON 7 1.00 EA CUT BACK SAW PALMETTO ALL 3 30:0. 0:000 300.00 I 8 2.00 EA. HARDWOOD TRIM AND PR ROYAL. 7:0. OU -00 140.00 POINCIANA - 9 10.00 EA HARDWOOD TRIM AND PR . UN,.GREEN 65.0000 650.00 SUTTON 00D 10 1.00 EA HARDWOOD TRIM AND -PRUNE LIVE OAK 60.0-.0.0.0 60.00 11 2.00 EA HARDWOOD TRIM.AND PRUNE. 50.. 0.000 100.00 12 1.00 EA HARDWOOD. TRIM AND PRUNE- PIC US 160.0000 150.00 fttE 13 8.00 EA HARDWOOD TRIM.AND PRUNE- CYPRS . SS:: 25.0000 200.00 TREE 14 1.00 EA OCD`, IMAND PRUNE BANYAN 80.0000 80.00 15 1.00 EA THIN SAW PALMETTOS AT ROtM A 275.0000 275.00 BOUT 16 6.00 EA HARDWOOD TRIM AND PRUNE SILVER 25.0000 150.00 BUTTONWOOD PROCUREMENT SERVICES: P.O. TOTAL: ACCOUNT NO. PROJECT 001-2730-572.46-98 PURCHASING Page 240 of 710 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. BOX 310 P.O. #: 160762 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 01/25/16 SHIP TO: TO: A CUT ABOVE LANDSCAPE & IRRIGA City of Boynton Beach 1686 D ROAD PUBLIC WORKS DEPARTMENT LOXAHATCHEE, FL 33470 222 N.E. 9TH AVENUE BOYN BEACH, FL 33435 EXTENDED LINE# QUANTITY UOM ITEM O. AND DESCRIPTION UNIT COST COST 17 3.00 EA HARDWOOD TRIM AND PRUNE SEAGRAPE 100.0000 300.00 18 1.00 EA CUT 13ACK VEG.OFF 9 -AILING' AT 200.0000 200.00 FISHING .DO X. 19 1.00 EA HARDWOOD.TPAIM AND PAUNE:8TRAGLEE. 175.0000 175.00 FIG. AT RES O.` 20 1.00 EA INTERIOR 'PR. WAW PALMETTO & 2:3.5.0000 235.00 R'9mbv-2 -Ex-OT108 21 9.00 EA PALM TREE.TRIM AND. PRUN- E SASALS 20.0000 180.00 22 20.00 EA PM TREE TRIM .AND PRUNE COCONUT 1.0 abo 0 600.00 PALM 23 37.00 EA PTREE, TRIM AND PRUNE SABALS. 16 00 . 00 592.00 24 1.00 EA REMOVE MAHOGANY AND GRIND STUMP 400. 00:00 400.00 25 1.00 EA REMOVAL. '> WOOD DAHOO.N HOLLY 2.0...0000 20.00 26 1.00 EA REMOVE MANGO TREE. AND DEAD DAHOON' 75.0000 75.00 HO. 1 iL Y 27 1.00 EA REMOVE ALL/ANY BRAZILIAN PEPER 1:0®.;0::000 100.00 AND EXOTICS... 28 1.00 EA REMOVE EXOTICS FROM.BUILDING 1-51:0.0000 150.00 29 1.00 EA REMOVE EXOT-ICS AND :!ELEVATE 2'7 5.0000 275.00 mTO' IN" N ISLAND.. PAtF-T' 30 1.00 EA REMOVE VINEAND CUT UP VEG AT -NH 200.0000 200.00 CORNER 31 1.00 EA REMOVAL SABAL 145.0000 145.00 32 1.00 EA REMOVE VEG OFF KIOSK 60.0000 60.00 PROCUREMENT SERVICES: I -e-::7 'v j- 24 how I P.O. TOTAL: ACCOUNT NO. PROJECT 001-2730-572.46-98 PURCHASING Page 241 of 710 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. BOX 310 P.O. #: 160762 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 01/25/IG SHIP TO: TO: A CUT ABOVE LANDSCAPE & IRRIGA City of Boynton Beach 1686 D ROAD PUBLIC WORKS DEPARTMENT LO C, FL 33470 222 N.E. 9TH AVENUE BOYNTON BEACH, FL 33435 REQUISITION' NO. 65696 ORDERING DEPARTMENT: B&G/SB DATE NEEDED: BID NO: COMMISSION APPROVED: EXTENDED LINE# QUANTITY UOM ITEM O. AND DESCRIPTION UNIT COST COST 33 1.00 EA REMOVE SAPLING OUT OF ALL 200.0000 200.00 ISLANDS 34 1.00 EA STT 200.0000 200.00 TREE PRUVING AT: HAR-.EY OYER P K V No W-EZOND WORK .Cbq=NATE' WITH GLENDA. LOCATES IFbR ALL ■T.-R2E 'REMOVAL AND/OR':STUM 0RVb-TNG GAR• 'bRIDA HOLLY CUTSI ON REMOVALS PROPOSAL #961-2 PROCUREMENT SERVICES:1 8907.00 P.O. TOTAL: ACCOUNT NO. PROJECT 001-2730-572.46-98 PURCHASING Page 242 of 710 w w ! a% O rxi! rI N M! t \ ! ! EP W I Q Q QI ! r>' O 1 ! ! > > 1 H i F� ! W I A I I @ P 8 I P H t I +b E I O O O O O O O O US ! O O O O O O O O W WO@ a1 E U! O O in o u, o o O W 1 H ri N N 14 O O � ! N N Q ! 1 I I 1 U W EE I O O O O O O O O O ZHVj d O O O O O O O O ch H O O I O O O O O C. W U 8 O O O O O O O O Ln ID a°a 1 O O N O 111 O O O O a .h 1 e-! 'A N N .A O O O W U d N N C) EcD ! Zi H W W E! O O O OE -4 at O O O O HH D4O W. H ri rl ri ri rl H .-i r -I 01 a1 W Od d w Q > W W M M U, Z O 2A V1 9 A U EI a1 C/, W IM I M H I U H Z E I 0 H W 94w DC7 O�C7 O�C7 DC7 DC7 DC7 xC7 A Z Z E Z U Z Z Z Z NH 04 aa1H WadH L1aH aPH wNH a1H 6do d N a R Moi EWA Wa Wa Dam d do 6WN Waw Za� as a I�p';� a� Haa$ W @ 01 W H Ul W W ow M u] cn m x I no QQO Poe WQCB no no 0-1 C7 QO anZ IZZ 4 Z> Z ZZ Z Z ZZ O d H H W. H > H a H H H H WH s d HO QC7C7 a1C7 C7 C7 C7 C9 Q- W v W U ! H H W H W H W H H W H O W H W H M H NA Aa A EA Qa MQW A Aa a P HE OHE HE H HE 0HE �-dHE HE C'J W 1 W W N O U U] M H M I� YA vi A I Q W W W W ® W Q a ! >+OW r!]O U]O AOa; Oa CxaOa ORM Oa Z Ha E HUaE E IaWP Ga E ZWN aE 4 O H Q O Z + \ .... E .... p .. .. W ....>+Q C7 0.... . .. H O @ O- Hn 0>40 O>+A ZS+A >Q a1>dQ >H 0 E E! H H° MH >H SHE >H® MHz EHE H N 9 Q Q A Q OQX A QL HA E O H 1 WOO WOO 00 c�OO dCC00 WOO WOO 0�10p� H i.a 9 I >EU >�.0 U > U > U > -aU > U L.V M o U I O^z O O O O O�p7q O A A E °'sW7 ! UIn UM MUM UG] WUVS MUM WUW EUM ai A a a ai a a H W a x Zx ! r do O1 0 M H I N N N M M M M M F O O r O Oi 00 A Page 243 of 710 W H rd 1 I a I I fyl O w I I \ \ I I H o 0 o o o o o o o o o 0 0 0 0 0 0 0 0 0 0 0 0 1 1 E-1M o 0 0 0 0 0 09 0 0 0 0 0 0 0 o O o 0 0 0 0 0 •• •• I 1 1 1 00 o to o 0 0 0 0 0 0 0 0 m 0 0 0 m m o o N o 0 H Iq I H H M0 O v Ill w O m O w r N O O r M 17D O O N A Q aI 1 1 H M M rl lD H H N N ri M N H N ri ED In � y 0111: I 1 I I I P4 w > I B 1 I H 1 1 a I I W I I A I 1 1 1 1 I I I I B P 1 L I I H I I a I 1 a 1 1 H I 1 I I O O O O O O O O O O O O O O O O O O O O O O O tb Ei l I O O O O O O O O O O O O O O O O O O O O O O O US I I W T40: t O O O O O O O O O O O O O O O O O O O O O O O a p U 1 O O O O O O O O O O O O O O O O O O O O O O O I r-I r-I H rl 1-1 H H H ri ri r-I CA 1 1 Q t 1 I 1 { I 1 I B 1 l0 0 Z H o 7..0 1 I In I 1 H i0 a 1 I O a I H O I 1 O w U K� H OD I { Q U 7-a A✓ a H0019 I 1 W N] H a W z a p a %1F-i a4 C4 H I I H Mri EC ® o I 1 H y`I I I ay I 1H W w I I z a Q I I Q I I W I 1 I I 0 pa C?S z U] I 1 U E4 CO U I t U . . la 1 I U Cn eca Ul ca U] cn Ul US V! ul pa) U) eM H 'e7 1 B 5 ✓ v' r04 Ix "J r % ✓ r ✓ S a ✓ ✓ 5 ✓ r a CA a CIS ' f ril MIS US US m US C4 CA US MIj U] U] Cl1 US C!] US Cq U} C!1 US CA US CQ I I W w w w W w W w w w w W w w W w w w w w W w w I 1 w U w U W U w U w U w U w U w U w U W U w U w U w U w U w U w U W U w U w U W U w U w U w U 1 1 U U U U U U U Up�U U UyU U U U Up�Ug-,UyU U Uy Up,U 1 I zy7 y 7., 7g' Wy yxi Z W y7 W Fye& 1 1 W WHwC-IwEyW wHWEyw[-+wHWFwEyw wEiwEiw wHW[ywEyw W W w WH ZHZH H'T- HE'�.,H,E'r.,H H H H HZNaH H H H H ZH H"r.H' HZH HH H H H H H H r+ H H H w H H H H H H H H H H H H H H H I I \US\cl1\US`^�U]\U1\U}\USS.U]\M!S\.US\US\U]\cJI\US®.US°®US°`US\US\Ui\v!`.,US\Mn\US I I a Q a A a A a a Q a A a A a a A a A a a Q a A a a Q a A a A a a A a p a Q a a A i miH H HRH H H H H H CaH C7H C7aH C7aMC7 C7 C7 C7aH HRx a0aaF0a�a 909090909O oOP40a0MONOaa° wawwawwWaa0a 0 WaZOw0 1 1 m u 1 Mn H 1 U A 1 m O Ip ID m m W O O 0 m 1� O fZl m O m tp fD m W 18 I 1 O1 m 61 CIt Ch lyl (ri 1?1 dT ()l � 01 61 C31 Ih BT Cfl Q1 U1 Qi Gil tll C7l � a I I lD tG l0 F9 ll> b 1D 4D ®0 W 19 1D lD I.q ®D lD 1D 1.6 l0 b 10 l4 w •• I 1 N N N N N N N N N N N N N N N N N N N N N N N 7 I I r r h r r r h r r r r r r r r r r r r r r h r A o Z 1 1 Ln Ln In In cn ul LI] Ln N Ln In In Ln us In u) 1nIn In Ln us Li In H 01 1 E-10 o o O o o o o O O O O O O O O O O O O O O O z H H I I M M M M M M M M M M M M M M M M M M M M M M M O pr, ' r r r r r r r r r r r r r r r r r r r r r r r O N N N N N N N N N N N N N N N N N N N N N N N P o H 1 1 Uri ri rl H rd ri H ri ri H ri rl ri H H r-t H H rd r®I ri ri ri H 0 a l I U�a O 0 0 0 0 0 0 0 O o O o 0 0 0 0 0 0 0 0 o a o CA Ul I 1 I.y0 0 0 0 0 O 0 O O 0 0 0 0 0 0 0 0 0 0 O 0 0 0 HO o A I 1 W a I I MH Aa' i H M dl ut co r Ip of o ri N M W M rA r O In O ri N M dl N h7 z l 1 ,� "� r♦ H H ®-+ H ri ra N N N N N N I I Page 244 of 710 Page 245 of 710 Q w I I 0 C) E-1 9 9 Ow 0 0 m o m o 0 6 t- r- 0 m 1- 0 v w a 0 o Qp N N m OD >4 0 O C) a 0 0 0 0 0 ril W W 0: 0 C) 0 0 0 0 C) P L) 0 O O 0 0 0 W z > H to of H 0 0: IO Ln W 0 0, EA 0 t3 U 0 CD 1,- 0 z DUQ � 1-3 zri 0 0 0 W. z 04 aa H H a, o W. 0 E� E-1 >Z 0 50 W U00 u a], ul cn* E-1 w O w m zwzwzmzmzwzwzwzwzm Z H HZ z H HZHZH gofflogog 904N N9 N4O 0 U) F -I Q Q o F -A 0 1 1 HO a 0 0 0 0 0 0 0 z 0 H H: B p M m m m m m m m m F -I 24 1 1 r- r- r- r- r- r- r- Ll ON N N N N N N N N E-4 0 H: : UrA H 1-4 HH I -q rq H H H uo 0 0 0 0 C) 0 0 0 ul a 0 0 0 0 0 0 F- 0 nw Q1 f I41- rx H M I I FA m Z9 zw r- w m 0 I -q N m v HM HN N Page 245 of 710 Page 246 of 710 ta W I r! H I \ a I ch O I r-1 N I I r -I H i EI a a a' a i j OI PI a W 8 y I H i h, I w t Q I I f c7 I I I H I a I a I H I I O WOO O O O O O O O O O O O O O O O O O O O O O O O O al F� P U i N 1 O Lt1 M O ri O ri Ln M O O O O O dI O LR O W O O O Ln O O U U] W I O ri / I d+ H M (I'1 ri lD ri H N �D C7 Ty I I HH I O HM t 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 Ch 6O Ln H O O I O U I 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 LD O a a i I 6A I Ol Lf v O r -i O r-1 a; VI O O O O O r- Lli 10 O w O Ln O Ln Lfl N O O w 1 ri Iry H O w I O a H I O a � I a z rI% O H Oa 134 yI @ O EI 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 Ui 04 HI H f+l H H M H ri N O H ri N H m W W I W W 1 Zi E I U U U1EP 9 9 0 al U} a U3 E f] I 1 Cry 0 1 FUyy I F -I yVy l4 pVyy 1-1 pUpyy H , PV1-y� [� pVI.y� Z m p(pyy7 P H FU1-y� yVI� ' 2 L®, yVIy L FVFy� pV z yyV W R W yVI-� a �a4H aBH N MW04H W�aaH aa1H aIH HNH 0 F-1 HNH ISI �a/H NH WaaIH H EI aIIH� I Ua al Ua Wal Ua ®Wal aUa Ua HU/ay� U]Ua 'R 134 U OUa Ua FUa USUa I Oa ma W Wal a QW W a Hwal a Wal a ZW aI wal Wal MWN W Wal U5 I .ta I U3 ® ^� +I� Dul rya Q ^� W m Q ®I� W M ®ea U] M a. G� U} .ga ® U] Wa W "a a U] AW IX r ^ H US a ®I� UI 7a U wl H US as N wla W Qcyyn I F -I PCy F 0 ycI.y�� FI aQgcg��7 H aQryye FY a c� W �..I 0Qg0 �-y �i a o W ch 0 H aQFo no wQFo �H Ui UFQygo z z O I W H Rex H c7 H C7 W H c7 W H c9 E alaH a ch .AVS H o E WaH 0 E H Ch Fi W H c7 W W H C7 W W H C7 E WWH [7 I E ® W ® o 1E U rn H a WMH I NQa I HEI a W H alfa HE -I aWH NOW HH awH N aWH Nnw NwH Qa PMH EIP W M H NQW WMH alga WMH NQW WMH alga aWH NQa WMH a+Qa ,-7 c7 Ls I AUl W QU] W QU1 W H to W HEI QU] W ZHP U] H W WH EUi W HEI Qw W HEI mm HH n w HH n W HE -I CA W HH Qm W Q a 1 W I Oa W Oa W Oa W Oa W Oa hl w How W W NOW w Oa W Oa w Oa W Oa W Oa W Oa y I HaEI HaEI HaEI LV aE-I aH HaEI HaEI HaE-I O z I a.... ae... HEaE-I a.... HEaF a.... a.... �.... HEaH a.. .e HEaEI a.... a`.... HEaF a�j...�.. a.. e. ay�jeyl... H z E+ O I F,+Q H I PO EYIQ H O EI '�IP O PI Hn PO EI>40 PO w.. r^P HO w>qQ FO EI>qP HO EI'IQ PO EI>1P HO P' n Ey HNO PC Q ® H F I Q H a . aP Q H E on A H on Q H S'.. OPE PH OQ W H E UQE M H E UQE P H E OQE A H E oPE PH OQ PH E on PH OQ Q H E Ey O H 0 U) H: OOO al $EU U I QE 000 U P 000 EU QE 000 EU E 000 EU PE 00 U 400 MEU E 000 U Q 000 EU 000 EU 000 U ®00 EU one 000 U .°7 EI W i UU] UU1 Um Um OR UU7 02 UCS UEn UM QE QE P E Q Q Q U UU] UU] Um UU] UUl W a1 I a H W I co HQ W. I H I N M dI O 10 n O Oi O H az f H H H H Page 246 of 710 Page 247 of 710 'q H E-1 04 1 04 r4 >4 0 m 0 Z Ix M P9 > > H 14 M Q H H I RP � a m 0 0 0 C) 0 0 0 0 C) C> 0 0 C) 0 0 0 0 0 0 0 94 WO1 C; CD Lh r. C� Ln O a C; 0 h rn C; Go O O CFA 0 CN r - m C'q Ln yl w Z ✓ C) Hm 1 0 C) 0 O 0 C) C) 0 0 0 C) 0 0 a C) 0 0 0 Ch O H O 01 C) 0 0 0 C) C) 0 C) C3 0 0 0 0 0 0 0 0 0 Ln to a I O N ll1 N 0 C) C; 0 Ln Lf m C; N C; rn 10 'i O C; L1 O rxi u C19 ri C19 %2 14 W W WM M Z 0 H 09 r4 W >4 1 c' E-4 1 0 0 0 C) 0 0 0 0 O 0 0 a C) O O O C) O 0 0 0 H U2 040 4 P4 0 EA I -i E-1 m W� > W E -q 0 wZ m 0 00 w E -i NI a ma rA 0 F4 H 0 0 Cy 0 cS 0 W 1 C9 W C7 Z OW C7 Ww C7 Q O�O H W 1% M W >�O W W w W Ma 0 w m o aIH P F) m H Z E m H Z alH Z Z H04H �4 0 ZZ Z 2 0 2 � Z WUa a, R 14 .6 04 Iml WPIH ml E04 VW4 04 H m a#H 04 H 04 H 04 H Z04H 0 114) SK gx c; C4 U9 9MM HUIX rT4 W 13w Ouw ow al Owm 42K m In wu 'n �Huw W C14 0 A � 9x 04 > OMM W 14 cri EA 0 —a 0 0- W R co m no 29m H ca MOO ca WRO Z 4 ri) 0 22 corn ME 2 E-1 m HED mm me MmZ U WEE a) co 22 M RRE m In AR fiR P C7 C7 E WmZ 2 R CZE, Iwo HI�EH P�H I ll E H DE H ROE H ROE gH 909 H H lxoz 0 ONE t�E :� I IX -Z pm' 0 E m W ll� H 9X M H 04ng H E-4 4MH 09 WWH MQP4 I mQ9 HWH go 0 MWH MWH mg MWH QW mp'N"HIJ OW M'ZH QW WH mnal 4 WH QQ9 �Qll mg �4 m ow mHP ow H E-4 nm HP om H m now H P Zm M HP 4m OHP m QHE-i m QHE-4 m �q H E -i m H[-4 Qm HH mm m m Oa WOW 004 Ow. 00� xOg WO zow X09 zow OW mom POIX Z EWP I H ZWP xp w4 zp4p pi H rx P g 04 H9P Hwp HlxP WP 04 E-4 WP m 0 Z pd CH4 H Ix 014D .. .. 9.... IX -- -- p E-4 -- -- E-4 w 14 E-4 0 0 00 O H 0 E-4 >4 Q H PO QHX al>qn P 0 P>fm E-1 0 P>4Q E-1 0 >>In E-1 0 P�in H 0 M>4m PO >4 0 WHO MPO N P 0 I PO MU '0 PO I H C�j Al 0 Opm: Q VE 0 HE Onx QHX 006 WHX unm PHE onx 9HZ Ooz WHE 9m MHz WHE HE H E H E P 0 H: 000 MOO 000 00 900 000 HOO POO 9x Q E E-100 lxQ E-400 0 MOO QE 00 PE moo H In H .4 F ;4 M Z U u PEN W : 0 EU ZEN H 0 M Q00 Amu Em zu XN AEU x 02 WEU ME PON EXU E 0 N u 24 2 EU Z x N > 0 ZIN OxFQ >zu OXN cy W� Um a W. rIj um !num Um Zum ro) U2 �8w W UW XOD MUM zo M L) En 14 cia P u H a4 Ix w 04 1% 1-4 M w Z:x M Hm 1 v H Ln H VD H-1 r- OD HH ON a N H N N NN M dl N Ln CN ko ,4Z Page 247 of 710 a 2 EM -K Z 717=14�= M. Requesting Department: ?to Contact Person: • Recommended Ven Source for Purchas (check and afti—chbackup materials): Three Written Quotations GSA State Contract PRIDE SNAPS RESPECT Piggy -Back of Source Emergency Purchase Other Contract Number: NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contract. 74 -7 M. 2 1174 TM Approvals: Department Head kz---::5CjV Date 19 14116 Purchasing Agent —TC7-7 1. Date J.21 F1 4 Asst City Manager Date City Manager Date Z� Form Revised 02/01/02 Page 248 of 710 III7-T-713 M1-7111'17-711 E BoyntonCity of Beach Glenda PO Box 310 Boynton ,_� Mahogany . .:. grind stump 400001 400.00 Remove dead wood from Dahoon Hollyr 1! 20.00 MangoRemove Tree and Dead Dahoon Holly 75.0075.00 Remove any/all Brazilian Pepper and exotics from South Buffer 100.00,: 100.00 R.extR - emolAm a - i 150.00 150.00 of K CUSTOMER AUTHOR27A770N. a Page 249 of 710 SBE Vendor #VC0000009701 DEISCRHYrION RE: HARVEY E OYER IR PARK (Boat Club Park) TRIMMING & PRUNING ACA to provide any/all necessary equipment, labor, supervision, materials and suppliesPBC # complete #lf g' HARDWOOD TRIMMING & PRUNING Mahogany i + 5.01 1,805.00 Mahogany /1 Ili Gumbo 10.00 10.00 Maple1 10.00 10.00 Red Maple i 1# 135,00 back Brazilian Pepper to fence line and treat with Garlon 300.00 300.00 PalmettoCut Cut back Saw in all 3 Islands300.00 / / / r: Royal Po'Mclana Green Buttonwood it 1 /- 6SO.00 Live Oak 1 60.00 60.00, Laurel Oak 2 50.0 100.00 Ficus Tree (cut _ off parking 150.0 150.00 (lightCypress Tree 11 11 / r; Prune Banyan away from light and lite trim on South side 'Thin 80.00 80.051 Saw Palmettos at Round -A -Bout 275.001 27S.00. Silver Butbonwood 01. 150.001 'Seagrape (structural prune) -7 100.00 300.00, Cut back vegetation off of railing at Fishing Dock 200.00 200.00A Strangler fat restroom175.00 175.00 Interior prune Saw Palmetto & remove exotics In Island Nose 23S.00 235.00, PALM TREES TRIMMING & PRUNING: 9 20.01) 180.00, Coconut (removepod deadfronds) 30-00 600.00 Sabals (remove dead fronds and side cut off of building) b' 3 16.00 592.00" Mahogany . .:. grind stump 400001 400.00 Remove dead wood from Dahoon Hollyr 1! 20.00 MangoRemove Tree and Dead Dahoon Holly 75.0075.00 Remove any/all Brazilian Pepper and exotics from South Buffer 100.00,: 100.00 R.extR - emolAm a - i 150.00 150.00 of K CUSTOMER AUTHOR27A770N. a Page 249 of 710 City of Boynton Attn: Glenda Hall PO Box 310 •. • .�I'Ylil i { aws+ { ♦ ti,. ,s =,i ^t■ i ,i c - s w r.. ' i M i� R'. i ♦ i �'aY �{ • i t i FM `�'} ,l i" Page 250 of 710 DulI Total are Lawn Service, Inc. 10190 52nd Place South Lake Worth, FL 33449 US (561) 433-DO95 1rultysiandscape@comeastnet ESTIMATE# 11309 ESTIMATE DATE 10/2212015 PT-T".q�u M�y M V� ACTIVITY QTY RATE AMOUNT Location: Harvey E. Oyer Park Trimming Of The FollovAng Trees: West: 4 Sabel Palms- 9&3- remove other vegetation 1 85.00 85.00 1 Dahoon Holly- Remove dead wood 4 22.00 88.00 9 Mahoganys; 1 28.00 28.00 1 Mahogany- Island nose remove exotica 9 45.00 405.00 Take Down: 1 45.00 45.00 Take Down And Stump Grind I Mahogany 1 425.00 425.00 Trimming - 5 Sabel Palms- 9&3- remove other vegetation 1 45.00 45.00 4 Green Bu 5 22.00 110.00 I Maple 4 28.00 112.00 Remove I Dahoon Holly and Spray Garlon 1 40.00 40.00 1 Gumbo Limbo 1 35.00 35.00 Remove 1 Mango and Spray adon 1 32.00 32.00 South: I Florida Holly- Cut From Side Fence and Garton 1 85.00 85.00 1 Dahoon Holly- Remove dead wood 1 28.00 28.00 1 Mahogany- Island nose remove exotica 1 45.00 45.00 Saw Palmetto 6x3- 3 Islands- cut back stalks from curb and remove exotics 1,200.00 1.200.00 1 Royal Poinclana 1 45.00 45.00 4 Green Bu 4 28.00 112.00 Remove I Dahoon Holly and Spray Garlon 1 35.00 35.00 Remove 1 Mango and Spray adon 1 20.00 20.00 1 Laurel Oak 1 28.00 28.00 8 Cypress 8 12.00 96.00 1 Maple 1 36.00 36.00 WE= 67 *.-*AmjtTin twm i IT4- L-1 � V-1. IN-- I- I - I 1�1011141 Page 251 of 710 ACTIVITY OTY RATE AMOUNT 3 Green Buttonwood 3 38.00 114.00 4 Mahogany 4 45.00 180.00 I LW Oak 1 18.00 18.00 I Banyan- cut out for light and prune lower only on parking lot 1 65.00 65.00 3 Seagrape- Sub. Clean Structure 3 45.00 135.00 12 Coconuts- brown fronds and remove coconuts 12 30.00 360.00 Fish Dock- Cut back from rail 12-15' 1 975.00 975.00 4 Coconuls- brown fronds and remove coconuts 4 38.00 162.00 3 Green Buttonwood 3 32.00 96.00 Klosk- Cisan Vegetation Off 1 125.00 125.00 1 Strangler- Structure Prune 1 425.00 425.00 1 Mahogany- sapling 1 35.00 35.00 6 Silver Buttonwoods 6 26.00 156.00 Circle Median: I Saw Palmetto- off curb and interior prune- bottom up to 3 to W 1 450.00 450.00 1 Sabal Palm- strangler out 1 28.00 28.00 4 Mahoes- out of light 4 35.00 140.00 North End Dock, Remove Vines and Exotics- Clear 7-8'over dock 1 600.00 600.00 North Buflar. Remove Vines and Exotica- Clear Bid. -' and Parking Lot Edge 1 5,850.00 5.850.00 9 Sabal Palms- Off building 9 22.00 198.00 I Flous- nalse, and sub over parking lot 1 125.00 125.00 19 Sabal Palms- 9&3- remove vegetation 19 22.00 410.00 I Royal Poinclana Maritime Academy. 2 Mahogany 9 Sabal Palms 4 Coconuts- brown fronds and remove coconuts 4 Mahoganys- out of wires 2 Maples I Live Oak Signing this contract indicates acceptance for the above work at the stated TOTAL price. Reduction or changes of scope may Increase the price. Pricing is based on normal business hours (M -F, 8:00am-4:00pm). We follow Palm Beach County Ordinance 87-15 Chapter 162 F.S: We cannot trim more than 25% off of any tree within a given year. NOC 7We= T=poZb=fos=) resi 3,825.00 3.825.00 1 28.00 x0o 2 45.00 90.00 9 22.00 198.00 4 36.00 144.00 4 45.00 180.00 2 38.00 76.00 1 38.00 38.00 $18,054.00 Page 252 of 710 i PIRCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. •BOX 310 P.O. #: 160763 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 01/25/16 SHIP TO: TO: A CUT ABOVE LANDSCAPE & IRRIGA City of Boynton Beach 1686 D ROAD PUBLIC WORKS DEPARTMENT LO CE, FL 33470 222 N.E. 9TH AVENUE BOYN EACH, FL 33435 REQUISITION NO. 65698 ORDERING DEPARTMENT: B&G/SB N I DATE NEEDED: BID NO: I COMMISSION APPROVED: --mm PROCUREMENT SERVICES: ACCOUNT NO. PROJ A 001-273C-572.46-98 I PURCHASING Page 253 of 710 EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 1 12.00 EA HARDWOOD TREE TRIM AND PRUNE LIVE 75.0000 900.00 OAK 2 12.00 EA HARDWOOD TREE TRIM AM PR. 50.0000 600.00 GUMBO LIMBO 3 7.00 EA HARDWC*0 :TREE TRIM AND PRUNE 25.0000 175.00 GUMBO -LIMSO 4 1.00 EA HARDWOOD TREE TRIM. AND PR:.NE 150.0000 150.00 STA"..-GLEP, FIG 5 11.00 EA HARDWOOD TREE TRIM -AND PRUNE 19.0000 165.00 JATROPHA. 6 4.00 EAHARDWOOD TREE. TRIM AND,PRUNE 5:640.00 224.00 tilftOWN': 7 9.00 E:A HARDWOOD.TEE TRIM AND PRUNE 35.15:000 315.00 .PI"GEON PLUM a 4.00 EA HARDWOOD TREE. TRIM AND P 65;.0000 260.00 MANGLER FIb': 9 3.00 EA HARDWOOD -TRPEE TR. I.K. AND PRUNE 1:5 O&GO 45.00 10 1.00 EA HARDWOOD. TREE TRIM .AND PRUNE: E.9000 75.00 GREE BUTTON 11 6.00 EA HARIWOD TREE TRIM AND -PRUNE 145.0000 870.00 FIBS 12 1.00 EA HARDWOOD TREE TRIM. AW) PRUNE 275.0000 275.00 FICUS 13 1.00 EA HARDWOOD TREE TRT -M AND PPWNE 350.0000 350.00 SOUTH BUFFER 14 72.00 EA PALM TRIM AND PRUNE SABALS 20.0000 1440.00 PROCUREMENT SERVICES: ACCOUNT NO. PROJ A 001-273C-572.46-98 I PURCHASING Page 253 of 710 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. BOX 310 P.O. #: 160763 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 01/25/16 SHIP TO: TO: A CUT ABOVE LANDSCAPE & TRIG A City of Boynton Beach 1686 D ROAD PUBLIC WORKS DEPARTMENT LO TC FL 33470 222 N.E. 9TH AVENUE BOYNTON BEACH, FL 33435 REQUISITION NO. 65698 ORDERING DEPARTMENT: B&G/SB DATE NEEDED: BID NO: COMMISSION APPROVED: ffil LI NE# QUANTITY UO M ITEM O. AND DESCRIPTION UNIT COST EXTENDED COST 15 6.00 EA PALM TRIM AND PRUNE PAUROTIS PALM 85.0000 510.00 CLUSTER 16 1.00 EA FLUSH CUT SILK FLOSS 45.0000 45.00 17 1.00 EA FLUSH CUT SCREFFLERA AND TREAT 60.0000 60.00 STUMP WITH' QtaLON is 1.00 EA REMOVE MAHOE CLUSTER AT WATE.kq 50.0000 50.00 EDGE 19 1.00 EA REMOVE:.VINES & EXOTIC . SALONG 700.,0000 700.00 SOCT-14 BUFFER 20 1.00 EA: REMOVE VINES & EXOTICS A -LONG 900.0,000 900.00 NORTH BUFFER 21 1.00 EA GRIND STRANGLER FIG: STUMP 2:25 0..0 0 0 225.00 RE -MARKS: T a PRUNING. AT JAYCEE -PARK F1,6RIDA, HOLLY. & OTHER EXOTICS. AIRE 'TO USE GARLORD NO. WEEKEND WORK CbORMNATE WITH GLENDA HALL 5:61- 742 - 62.2:8 L6 -CATES ARE TO DR.. SCHEDULED P94.... D . �k CALLED Ili FOR ALL REMOVALS. AND/OR STUMP GRINDING PROPOSAL #9565 PROCUREMENT SERVICES: P.O. TOTAL: 8334.00 ACCOUNT hIO. PROJECT 001-2730-572.46-98 PURCHASING Page 254 of 710 t I g W / � I i H I 1 W N 1 W 1 rl H W 1 H ! I 1 tb O O O + I O O O I a+ O O O Ill I @ d1 lD m O I ri A W � I i Y'♦ N @ I w I I f t ®MN a H w �1 wuH IND 0 ZaCNAQ I I I v I A [® P H � 1 1 B H I O O O I A I I O of O O O 5% W 1 O O @ a i W W 1 F -t 1 Ma W Q + 8 { L I I 1 H I 1 @ H I Ib W I O I O O O O O O O O O O O O O O O a I O I r O ri Ln V O W O In O O O O Ln W v @ I i r c N CD w 5 I I ! O i ® O O O O O O O O O O O O O o Q+ O I o 1 0 o 0 O 0 o 0 0 0 0 0 0 0 0 0 Ln lO + O N cn M w O to o cn O o o o N o O [- U n ChO N O Cry F4 I Z H co Z a dr m Z y O H Ox X! + o O 0 O 0 O 0 O 0 O 0 O 0 O 0 O HP4 a O W n w ri rt ri H r1 rl H w Q I al U w 8 h 1 ua° m �" a H a I Z Z ax Z x U z x dG x aIH XNH arH a1H QQNH QEHa1H Ha1H 04 f U alU U PUN MUN MUW Zu U wal aw�al wP/ �.cb 4NN F4 04 wal W04 wal ON 04134 0 N wPl W I cb H- Ib a +b H +b Z LS Z S 8 w I x I MM U Z HM IU rn Ci E vM QU .iul QU zz 0 M Q(7 zz Om F-� U 4 z M a1Q� z I I I H c7 H H H HH H H H I E IC'c7x as - 0z c7 4,0 CSE u. M0 U® HUE A U 1 wH N MwH wH w HwH HwH M z wH M \ U H I a4 I w H H Q H H 9M MM 0 H H A w H H mMN H H H HQ O H H HQ N O H P Unix H H H m QQW I ✓ I P4I DM NAW al w WW al w c4 a) N w w 0M N w 41 w wMwaM W w 1•� w x u) w w w XCn w w w 44 ws w W w I ® Oa xI O U0 Ib Oa `bO WO Q QQe°H HCH H H H H 04 H z I U U3 M 0 Z H HO HO HHO HO 0 �IA HZH HH/ HO O H I H HE NQz HH aim '.7 H'„ (inx H A H x >HE �Hx HH H ® HIO H00 00 00 rME 00 Q w00 vM wOO m 00 H M H 1-1 P 1 O I u Z O u I u end QI Z U N QO u O 5 U I 'J u O Q U z V1 TUU] UUl OQ wUV' ZO UU] O wUCl] HO uV] W 134 1 PIU P4 I U} I I W ri Ill H LO H t® rl W H ch rl O N H N t I g W / i H I 1 W N 1 W 1 1 H ! I 1 tb O O O + I O O O I a+ O O O Ill I @ d1 lD I � 1 ri A W � I i I w I I f t ®MN a H w �1 wuH IND 0 ZaCNAQ I 1 O I I v I A [® P 1 B H I O O O I O O O of O O O O O O I z R. Page 255 of 710 F1IR Page 256 of 710 lt) LD 1 1 \ \ 7 O1 O 1 I 1 r-1 N 1 I ri rl 1 I O O O O O O O O O O O O O O O W 1 ! A I 1 00 0 v m O to m O 117 O O O Ln O O O O Irl q+ m w N H W v h h r - Ln di H v w In O O N M H -1 N M N m N M dl In r- 01 N Q 1 M rl I 1 m } @ I I P 1 I W i 1 I I y 1 H 1 I I Fa & W 1 I I Q 1 1 1 1 I I 1 H 1 1 I I 1 1 H I 8 I 1 a I H I I I @ i I 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 I al I I 1 I � 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 I P 1 I H rl H H r -I �-i H r -I ri H H H .--I H ri rl ri ri Q I 1 @ I I I I f m @ ✓ I I I IT I'D O I 9 d 0 I If1 to 1 1 H O W 1 I Ed O EP V I 1 z P 1 Q 19 n dg I 0z [% z a, H w N] H ai z I 04 a H C/} al niIx1 /f O I I H 1 H W E@ W Q 1 I EI ani Q W > I z W W 1 I W z M 1 V NEq O pq (} H ' U I 1 U e✓ ✓ r ✓ �' r r r,' e5 > r > ✓ > W c!1 Lq ! 1 d' I a a a$ a a a a a a C!] tAA IM 0 w m w m m m U] M M w to C13 U3 CIi W W W W w W W W W W W W W W W W W W I 1 I 1 1. Z 2 z zWzmzmr.zwzmzWzi zmzw zWzmzwzwzwz zW WHW W W G'W E'I WEI WF WNW WE"1 W EIW[y W W W EIW EI WH W ZHZHZH`Z zHFlZZH HzH HZH HZHZHZHZZpZFl F! H HZHZH r i H H H H H H H H H H Ho H H H H H H H I I \U]\V]\U]\CQ\VS\V]\Ui\Ch\U]\U]\U]\U]\U3\C!1\US\VJ\v1\U1 Q,H�e Q,HIQ Q,aQ�He ,CD Hp HQ�HaQ�HmQ �HWQ��.�eIQ�H�I• �HeQH H H HQ�Ha H ^M W wV H H H H AC H H H ,Hp ,HpQ a 0 I 9W ^M W ^V 90909 044 90909 9 90909 010 a+0 a+0a/OMONON NON alO WWWWWWaWaWWWWPaWaWWaWaWtYaWW @ 1 �enair�acaai7 cnlx0w0w0w0w w w0woIxow IC11% mo Q t%] U H H 1 0 1� 1 & I 1 In m m m O O m m m m O m m m O m m m 01 O D1 01 01 m 01 01 D1 01 m m 01 01 m m m m Q a ! ^• I 1D 10 LD I,D 1D i0 60 lD l0 lD W t0 LD W 10 !O O ®O @ @ N N N N N N N N N N N N N N N N N N N N h h N N h r- h N C' Q 0 8 W 1 1 1 Ln LII Ln 1f1 m Ln Ln N Ln Ln Ln M Ln Ln Ln Its Ln In [i O O O O O O O O O O O O O O O O O O z O EI H S U I e M M M M M M M M M M M M M M M M M M [® I® C® h h L rl h n P- h t® C° h h N r, h EI 0 I I O N N N N N N N N N N N N N N N N N N (,1 H H H ri H H H H H H r-1 H H r-1 H H rl H H H 0I z a 0 1 i (jO O O O O O O O O O O O O O O O O O ACO 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Q O F I E1 I 0 W 1 H 04 I M I I IX H H I� cn I a I 1 W z W 1n W h m m O H N M w Ln 1D r- m 01 O H H r♦ H H H H H ri H H H N N 1 W 1 � I 1 Ma F1IR Page 256 of 710 -1 5 I Page 257 of 710 LD W i ri ri ! \ \ I at O @ H N ! \ \ 9 rt ri @ i 9 W W @ H @ Q Q I @ @ i W @ W I @ H , W @ Q , ! @ , @ i H , r H 1 a is @ 0 0 0 0 0 0 0 0 o O O O O i 0 o W O o 0 0 0 0 0 0 0 o O I i o O in O Ln v to o Ln to o us o @ O O r In W N H %D r r r Ln @ m N m N m N cn � P I B @ 7 i O O O O O O O O O O O O p O @ O O O O O O O O O O O O O 0% O @ O O O O O O O O O O O O O ®C @ In O O O O O O O O O O O p p U1 I eo W @ In O Ln O to 80 N Ln N to to Ln O W i r to N In rI in M 60 -1 r d+ r to O 8 H H N M O I O H @ Z W W W O OM @ o O o o O O o 0 0 0 0 o p H W ! O O O o O O O O O O O O O HH a s W N N r H rl v m v rt rB %D ri H m @y" O H DQ Q i E-4 Da h Q @ co Er @ U] C!] P U NO M a Ul W US ! O O !H W B O 0 Gr W W W gHm HZ Nm W bdQIW FaW HW'r7 .Y. W WPQ W O OC7 O O a@ O C7 O t7 O O O O O O O O Z Z Z vj Z u] Z Z ! WNH Wa,H Wa@H 0.@H HWa,H 0.,H OOWH 0.@HOOWH WWNH asH U0.PH ASH H El WO In El Z caUW OUW OUW USUW 17UW CSW HUC4 USUW 'Z, UW 0r L*PU Grua V1V IX N of W WN W04 R,WW N Wa' Wa@ 0P pa 04 Wa W WW W W WW W W W W W W WW W W W W P —a W m @ N W W US US US zuS N US Cn � US On P WOO WQO WQC7 W O7 WQO7 WAC7 ,7QC7 W O WQO WQC7 WQO WQO W i7 W I of a@ z..! N Z Z ai Z a Z Z a Z W Z aP Z a Z Z al Z at Z al Z a@ Z ® @ H H WH H WH H N H H WH H H H H QU' QC7 CH PO O Q02 O QO QOM O Q02:C7 POE d war u w G U @ W H W H W H W H W H W H W H W H W H W H W H W H W H u] H aW Q QW QW QW 0a QW QW QW Q QW QW aW \ g HEr H CHH CHH ZHp H[-+ HH H[-1 ZHP H CHH CHH HH O @ HUS HUS HUS HUS HU) HCA Z UJ HUS HUS HUS HCA HUS Hua ! ® Wad W H W H W H W H W WW ® ®W ®W ® ® WH W HW W W ®W ® W ®W HW WW HW ® WWW WH ® WWW WH ® WWWH WH WH WWH WWH WW WH WWH WWH WWH WWH WWH WWH >r i W W W W W W W W W W W W Ix Ix ® P W .. .. W .. .. W .. .. W .. .. W .. .. W .. .. W .. .. W .. .. W .. .. W .. .. .. .. H @ H>+Q HS+Q H>®Q H>4Q H>+Q Er>+Q H>40 H>+Q H>®Q E1 15 >1Q NO E-To Z H @ HO HO HO HO HO HO HO HO HO HO H0 HO EO ® 1 Q H Q H q H Q H Q H Q H Q H Q H MHz q H A H Q H Q H H OQ oQ OQ OQ oQ onsoQ OQ OQe OQ OQ OQ oQ H O i 000 000 000 000 000 000 ®00 000 000 000 000 000 000 H @-7 U U U U U Su $U U uU U $U EU U CA Q Q QW QQ Q QL QZQ Q Q P'R H O P O ® O] OR OR O OR 07 O O O O H i 1)u] Um 81 UUS GUS UW Uv2 UUS Um UUS UuS UUS US W a! @ W H 8 WP H N M tl@ N %D r W a% O H N M a ri H H rl Page 258 of 710 CITY OF BOYNTON BEACH Gnty i'RMUEST FOR PURCHASE OVER $109,00,11 92MEM-M Requesting Department: rtp — - Contact Person:. a t-ILIJ zk.11 7 - danation for Purchase: vt- 5xv, P-eg(PSW4 '* cloc).DD ;5cet Rpij 2eq (PsIA8 " tjft'P,Vt,t6 EAC)S&A PA-P.V,,jfk. RAPq W3V �ha (cheEkand �a��� Purcso Source for Purchase (check and attach backup materials): Three Written Quotations GSA State Contract PRIDE SNAPS RESPECT Piggy -Back of Source Emergency Purchase Other Contract Number: NOTE: Pricing proposal for purchase must be presented in the some detail contained within the contract. 10 City Manager ZM=;.Kl Date Date Date Date Page 259 of 710 City of Boynton Attn: Glenda Hall O Box 310 Boynton Beac h, Fl- 3341 PBC SBE Vendor #VC0000009701 11) completesupplies to ';HARDWOOD TREE TRIMMING/PRUNING: *.,: LimboGumbo LimboGumbo Strangler Fig Jab,opha (structural pruning) Pigeon pruning) hedgeStraingler Fig Noronhia Ficus Ficus South Buffer fencellne PAZ -h TRIMMING/PRUNING: 1 REiqO Flush cut a Silk Floss Flush Cut Schefflera a treat stump with Garlon Remove .edge) Lif va Grind Strangler Fig stump OPTIONAL: Mango E 119 ff 14MR j { Page 260 of 710 75.00 900 .00 50.C10 ./i ir: rD 175.00 ii: 150.00 15.001, 165.00 56.01) : / b +r ii 65.00: r 0 60.00 1 45.00 75.00 75.00 14S.00 - r i is 27S.00 1:� 275.001 350.00 350 , 00 20.00:: 1,440.00 M4^ 510 f 00 45.00, 60.001 50.00 50.09� 70 0.00'i r i 1� :,� 900.00 900 .00 225.00: 0.00 0.00 ff 14MR j { Page 260 of 710 CIE. i 7myVe - rrm mice Palm 19each County's Tree Health Prollipashm&4' ervice 4660 71 st Court South Lake Worth, FIL 3346329TE127�L--- Telephone: (561) 968-1045 1112-31201 5 Fax: (561) 966-4612 1 Provided For: City of Boynton Beach Attn: Glenda Hall 222 NE 9th Ave Boynton Beach FL 33425 Xuqll�= RE: JAYCEE PARK As a tree care provider in Palm Beach County for 35 years and an accredited company recognized by the Tree Care Industry Association, we thank you for the opportunity to present this proposal. Proper pruning is essential in developing a tree with a strong structure and desirable form. Trees that receive the appropriate pruning measures while they are young will require little corrective pruning when they mature. ii In order to make trees less susceptible to breakage and being uprooted, thinning is an important activity in proper tree care. This kind of procedure is ongoing since only 25% of the overall canopy of a tree can be removed in a year. We will begin the process to selectively remove limbs in order to provide for sunlight and wind penetration. Moreover to make the trees more resistant to hurricanes and wind damage. It is also important that we clear lights and buildings as well as raise trees to a height of at least 7 feet. * Aesthetic pruning of a palm tree to eliminate lower or dead fronds ani seed pods. Healthy fronds lying below or at the horizontal plane will be removed only if necessary to facilitate the removal of the seed pods. Fronds will be removed close to the petiole base without damaging liv trunk tissue. * Remove vegetation Pruning of: 11 Jatropha, 18 Gumbo Limbo, 12 Live Oak, 9 Pigeon Plum, 4 Stranglersi 3 Noronhia, 2 Green Buttonwood, 8 Ficus, Almond/Mahoe, and j It 5 Unknown , Thinning of a tree to selectively remove live branches to reduce the interior density, increase sunlight penetration, reduce wind resistance and provide even distribution of foliage throughout the crown. * Cleaning of a tree to selectively remove dead, diseased, detached and broken branches to reduce the risk of branches failing and eliminate the movement of decay, insects and diseases of dead or dying branches into the rest of the tree. Page 261 of 710 "M a an ewe 4rVj ervice Palm Beach C" &19 Pree H"11h Prohmolonals 4660 71 st Court South Lake Worth, FL 33463 QTE19278 Telephone: (561) 968-1045 11/23/2015 Fax: (561) 966-4612 2 Provided For: City of Boynton Beach I Hj all Attn: GlendE 1 222 NE 9th Ave Boynton Beach FL 3341 ORLI ZIMMERMAN 07:1111 1:31-31 Raising of a tree to selectively remove or shorten branches to provide vertical and horizontal clearance from buildings, driveways, lights, signs and walkways. Green Buttonwood - clear artwork Almond/Mahoe - clear boardwalk Removal of dead Silk Floss tree, Mahoe saplings and Schefflera (triangle) cut close to ground leve and treat with a systemic herbicide. Removal of: 1 Strangler stump and Paurotis palm (south) with stump grinding * Zimmerman Tree Service will be required to call Sunshine State One -Call Center for public utility locations prior to commencement. The Twner is responsible for locating and marking sewer/septic and other — underground lines/systems. Zimmerman Tree Service will not be responsible for any damages above or below ground. ,nnd reduce Firebush 1/2. ; 11 . a 11', 1 1� 0 0 , 101 ff;�1411 I loll I[;,] a I a fel &;J 110191 &KOI&D I taorl IVA n (JES) SYM, 1:1M$14 162- 11,1- We 610CURIX511CO'k d INA 1: 1:419 4V i� 1481 On: -ATA;4 Page 262 of 710 DufVs Total Care Lawn Service, Inc. 101 lz'l, 52nd Place South Lake Worth, FL 33"9 US (561)433-0095 duffysiandscape@comeast.net ESTIMATE# 11305 ESTIMATE DATE 101=2015 ADDRESS City of Boynton Beach Forest and Grounds 100 E'ynton Beach Blvd. Boynton Beach, FL 33425 Please detach top portion and return with your payment. . ...... .............. .. ........ ............ .... ... .... . ........... ....... ... SALES REP Brian Dufry ACTIVITY QTY RATE AMOUNT Location: Jaycee Park 25.00 5 22.00 110.00 Trimming of the foillowing: 36.00 West: 35 Sabal Palms- 9&3- across front 35 22.00 770.00 11 Jatropha 11 12.00 132.00 1 Gumbo Limbo 1 38.00 38.00 South: Remove vines, poison ivy, exotics 1 46.00 46.00 5 Live Oaks 5 55.00 275.00 4 Sabal Palms 4 22.00 88.00 6 Pidgeon Plums a 22.00 132.00 4 Stranglers- to the left -dead wood- 8' height 4 48.00 192.00 7 Gumbo I-Imbos 7 48.00 336.00 Trimming of the following. 3 Noronhla 2 Green Buttonwood- power prune- cut off suckling I Silk Floss 5 Sabal Palm Trees- 9&3 1 Gumbo Limbo 1 85.00 r1w-17, 3 14.00 42.00 2 85.00 170.00 1 25.00 25.00 5 22.00 110.00 1 36.00 36.00 'Auring removals, root pruning, excavating, stump grinding and tree installations: Duffys is NOT responsible for damages to wiring, irrigation, fighting that NoCuts cannot mark. We are NOT responsible for surroundli lb Flants and/or sod that is damaged due to work being completed as contracted. It is the responsib I ty of the HOA and/or homeowner. Page 263 of 711 ACTIVITY Take Down: Flush Cut I Sheffelera Trimming of the Idlowing: 2 Ficus Tress- Cut off big dead branch I Mahoe -over broadwalk Mahos saplings- remove cluster 6 Paurolls- clear sidewalk and clean- brown out North: 9 Sabal Palms- 9&3 5 Harwoods 3 Pidgeon Plums 10 Gumbo Limbos 2 Ficus 19 Sabal Palms- 9&3 9 Live Oaks Trim endre row of Florida Holly Playground: 2 Ficus 9 Cluster of Paroufls- full of vines Stumps: I Paurotis Palm Stump To Grind- By Water- SE Comer I to to Grind- South Side of Walkway- 1W Back From Water Signing this contract Indicates acceptance for the above work at the stated TOTAL price. Reduction or changes of scope may Increase the price. Pricing is based on normal business hours (M -F. 8:00am-4:00pm). We follow Palm Beach County Ordinance 87-15 Chapter 162 F.S: We cannot trim more then 25% off of any tree Within a given year. Fff.7- = .5,n OTY RATE AMOUNT 1 75.00 75.00 2 125.00 250.00 1 45.00 45.00 1 85.00 85.00 6 450.00 2,700.00 9 26.00 234.00 5 140.00 700.00 3 22.00 66.00 10 32.00 320.00 2 250.00 500.00 19 26.00 494.00 9 38.00 342.00 1 6,000.00 6,000.00 2 245.00 490.00 9 145.00 1,305. 1 125.00 125.00 1 250.00 250.00 During removals, root pruning, excavating, stump grinding and tree installations: Duffys is NOT responsible for damages to wiring, irrigation, lighting that NoCuls cannot mark. We are NOT responsible for surrounding plants and/or sod that is damaged due to work being completed as contracted. It is the responsibility of the HCA /or homeowner. Page 264 of 710 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES -DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. BOX 310 P.O. #: 160764 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 01/25/16 SHIP TO: TO: BULLDOG FENCE OF FLORIDA, LLC City of Boynton Beach 1300 SW 10TH ST. PUBLIC WORKS DEPARTMENT BLDG A, STE 3/4 222 N.E. 9TH AVENUE DELRAY BEACH, FL 33444 BOYNTON BEACH, FL 33435 EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 1 11030.00 DL SOUTH FENCE- REMOVAL AND DISPOSAL 1.0000 11030.00 OF 432 LF OF existing 61 galvanized chain link fence. Installatibia of .432.LF of ..61 yalvanized. 9.q chain ink fence. 'Replddetnennt 6f. All. po-St.s a MO., and.. 9--h- Removal -of '(:3 . residential..w&lk gates. inlatallation of (3) residential walk iate.b back into, e . nces line. installation of galvanized terminal post to Connect to loos:e top rail that intersects into Park Fence from naighborinq.fence./mesh to be knuckle bottomand twist top.Installation of bottom tension wire along bottom and. flop. 'rail at top. NORTH MCE-Removal and. disposal of 30 of 6' tall qAlvani0:.ed.fencinq including (1) 6x1.60, double drive gate system.. FAbri-cation. and installaltio.n., Of x 16 ddub.lb drive- gate and 14. LF of -V galva' nized chain link -same spec's as South line. Gate hardware package.inclusive. **Permit x.ecruik6m6nf; toe. determined cab City of Boynton Bea6h** IF so... then below applies Permit and/or Engineer Drawings (to be determined) plus %95.00 Admin -Fee for Palm PROCUREMENT SERVICES: P.O. TOTAL: ACCOUNT NO. PROJECT 302-4222-572.63-05 RP1611 PURCHASING Page 265 of 710 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. BOX 310 P.O. #: 160764 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 01/25/16 SHIP TO: TO: BULLDOG FENCE OF FLORIDA, LLC City of Boynton Beach '300 SW 10TH S. PUBLIC WORKS DEPARTMENT BLDG A, STE 3/4 222 N.E. 9TH AVENUE DEL RAY BEACH, FL 33444 BOYNTON BEACH, FL 33435 EXTENDED LIN E# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST Beach county and $125.00 Admin Fee for Broward County REKARX$;: N . CE PAIR'- FOR'8S.T -HILL MSTIMAT-8 .#12946 PURCHASING Page 266 of 710 i a n Ey W W A A al i a� a pQ, fi Fm ! a WF ji > € S H € a ! W E Q € E E 1 I 1 U E Fa I a E E H z U) E a rA OI O HU@ a SC E W W d Ga � O E I W U € Z HH€ w HO€ W O € � O @ W A s Oz m € aW r I Oe Cy � E 4 O€ f.y 1 b I z >a H € HH H€ x a E+ € O F U�z p€ a € m0 E W Q W m z cn b0 rA Hw Ui a M E € ril E I I , € I 1 1 P s h € x € w 0 H $ @ H I H U S wa H € ICC E W � $ I W O Od z H H€ ® al p H � Vi U € "a7 E0-1 W d W as ��xx77 A s a zaE U5 H m I F7 z € 0 M 0 H 14 N 0 0 0 0 I r - I WIM Ho no o M 0 U 0 0 0 M 0 E U) z W O z O H H H U] H 01 W a Page 267 of 710 • R { • A f I . a • . ! • !: Mr • • i 1 1 f {: ! ♦ ♦ ♦ 1 AAA as ! ■ ! ! • f ! • • A. c • :. a: [: f - s 1 a 1 { A AIA IA { , • • a • , • • f r • • • r , r e r , : • ! as r - I WIM Ho no o M 0 U 0 0 0 M 0 E U) z W O z O H H H U] H 01 W a Page 267 of 710 W u 0 0 I I 04 D4 0 M U z W 04 0 04 0z 0414 r Nr -4 N 41 00 z F4 0 fz u z 0414 W 0 Ix > 040 Q pa N z U) 0 W ul wl W Page 268 of 710 CITY OF BOYNTON. 13BACH MQUWT FOR PMCHABZ OV=t $10,000 Requeedrig Department: — *dzlves Contact Person- _&j W L#L7= oUrce '�'Ibr lOurchase (check and attach backup materials).. Three Written Quotatbris GSA State Contract PRIDERESpECT SNAPS We Source Plaa6Beck Budgeted ftem Emergency Purchase Other Contract Number NOTE. Pddno propmW lbr puyehave must be prem"d in dw &am@ doWl, oar"IMW mpft he 00"boa Date X-0 Date Date Date I Jj/ Page 269 of 710 REQUEST FOR. OFFICE ASSISTANCE FROM: m 7—Z Date: 4)&-- [3 Copy Work — Number of COPIOS: Double -sided I Collated & Stapled I Distribution: NO zMe from the attached / transcription tape I ema_1QY576L3_1 - 0 Re'quest for 121113irect Pay Req. for the attached - Vendor or Person to be reimbursed: Project No.: Account Number: Vendor, #Z7 & Project No.: Account Number: List items w/Quantities & Unit Costs on the back of this request. Cost: Li Verbal Quotes ($500 to $1,999): Vendor: -------- — Cost: 51 Vendor: Cost: Vendor: )�Written Quotes ($2,000 to $9,999.99) — Attached. — Attached. Written Quotes ($10,000 to $24,999) w/Purchases over $10,000 Form Li Bid/City (Over $25,000): Bid # L3 Bid/Other Entity (Over $25, . 000): Bid #, Bid Eff. Dates, & Bid Quotes — Attached. 0 File AS: [3 OTHER: special instructions: C let by' Date completed: Request com!) 0 e� s form to A' 0 office staff's Inbox, I ke any comments below. _tu 0 office staff's Inbox; feel free to ma please sign and return s form to Page 270 of 710 Estimate Estimate # Boynton Beach, Florida lip 717-70-M "Mr, list! Allzjiiai; t intersects into Park Fencefrom neighboring fence. Mesh to be knuckle bottom and twist top. ft ,7k-T&,*TUffA top rail at top. NORTH FENCE -Removal and disposal of 30 If of 6'tall galvanized fencing including (1) 6 x 16'double drive gate system. Fabrication and installation of (1) 6 x 16 double drive gate and 14 LF of 6' galvanized chain link -same specs as South fine. Gate hardwar- #, « packaginclusive. "Permit requirement to be determined by City of Boynton Beach" IF so .......... then below applies. Permit and / or Engineer Drawings (to be LK -7 n' V4.201wo ama iur*V'T_1T'ffft-07nJ rj 561-742-6223 Pool Barrier Rep NO DBJ Qty Rate 1 11,030.001 (1#111: tr� lit, w1wiv "41146"" -"*"R-Ql 94A W19 my i wl"I" 4-410- 11 for HOA approval, electrical grounding and landscaping if applicable. The fence represented in this contract/estimate remains the property of Bulldog Fence of Florida until fully paid for, For wood fence installations only: Wood is a natural produc� not free from imperfections, knots, splits, color variations etc. gn,= �m ['Tn Sales Tax (0.0%) Permit TBD Total 11,030.00 NUI Elm Total $11,030.00 Date Page 271 of 710 ALLIED ALUMINUM & RAILING Date: January 5, 2016 ALLIED 1499 SW 30th Ave. Suite # 23 salesDallisdaluminum.us ALUMINUM & RAILING Boynton Beach, Fl- 33426 License It U-1 7525 ARE (561) 736-3857(p) (561) 736-MI(fax) License # 94-7491 -FX WWW.ALLIEDALUMINUM.US CK ED Ei 0 Proposal Submitted to: City of Boynton Beach Community Name: Forest Hill Park Billing Address: 222 NE 9th Ave Gated: Yes No Code# City: Boynton Beach State: - FIL Zip: 33435 Job Site Address: .2500 SW Oth St Phone #: Business: Boynton Beach, FL 33435 Fax # Call: Job Contact: Gail Mootz Total FocrtagEl [3 LotI71 Email: mgotzg-Obbfl.us Job site Phone #: (561) 307-2185 ALL PENCE LINES MUST BE CLEARED BY CUSTOMER PRIOR to installation. A trip charge may be added to contract price if crew is unable to start Association approval, and all necessary paperwork required for permit. Customer is responsible for the electrical grounding of fence and for landscaping If al,flicable. Mmm EKZ=EmLzmm Ell CHAIN LINK Height: Bit PCN# 08-43-45-32-00-000-5050 Galvanized Commercial Remove existing 432ft 6ft chain link fence and replace with Color: Galvanized Gauge: 9 Finish CollWire 0Top 0 Bottom Top Rail: 11-5/8"Schedit BottomRail: na Middle Rall: N ma 131 - Brace & Truss: 0 Yes 13 Line Post: 2" Schad 40 Cor Post: na Gate Post: 3. End Post: 2-1/2"' Schad 40 Walk Gate: 3-42" Single SwInIt Drive Gate: Existing DBL Sil Windscreen / PVT Slats■Yes N NO Color. Barb Wire: Ye7s KNo Concrete In Ground: N Yes 13 No Core Drill: [3 YesE No Plate Mount: 13 Yes E No Hinges: Stcl Latch: Fork Self Closing: NO Drop Rod: Na Pool: 171 Yes 0 NO P� ro,71=9." Existing Remains Black 4--�, A Remove small section of fence and reinstall now x x x x x Remove gates and reset (using existing ifift Doi gate and posts) Install now fence approx 78ft x B Replace Brew I Truss x Remove existing CIL fence and replace - Install 3 - Ae— gates that are installed in current fence. x X 4ft High .......... ...... ...................... RMkw Bme /Tnm ,-;7 G ah ftal an PMB*) R h12h Gain and kme of neighlxm .0 'a Area Remains k L...................... ........... I ................... ! I Per contract price quote with City 'Standard syring gates. Does Total $ 17.945.00 Removal $ 3,888.00 not include self dosing gates. IInstall (A & B - with 3 gates) $ 12,587.00 'Deposit $ Brace & Truss $ 1.120.00 $ 17,595.00 — — — — — — — $ 17,945.00 A 3% surcharge shall be added to all credit card purchases BALMCE PAID TO CREW UPON COMPLETION Customer responsible for sprinklers, electrical grounding, HOA approval and landscape. are not self closingnot meet pool code if homeowner has pool.) Existing fence has 'barbs' up p for new fence at park. Homewowners must keep dogs locked up during installation. To whom it may concern: Permission is hereby granted to ALLIED ALUMINUM, INC to act as my agent and to sign on my behalf as required to obtain necessary permits, easement agreement, landscape agreement, hold harmless Wars, drainage its, and indemnity letters that may be required to obtain permits from the city, county or other authority for installation as stated above. Both sides of this proposal I contract Must become an attachment I exhibit to any other written contract. I I We have read both the front and back of the foregoing proposed contract and accept the same on the terms and conditions printed on the reverse side and as stated above. Allied Representative Approved by Print Name Date: Pap I ors Page 272 of 710 ALLIED ALUMINUM & RAW IETIALZURTWUM, Wimm'IM70 1499 SW 30th Ave. Suite # 23 Boynton Beach, FL 33426 '561) 736-3857(p) (561) 736-3861(fax) WWWALLIEDALUMINUMUS Date: January 5, 2016 sales0alliedalurninum.us License # U-1 7525 License # 94-7491 -FX 04 w F—m im wivo 1-66,reAr -. STree Wdue rewr AA Ve —1tr FOD- - 1 4 VP - W'd 9dale 42-69 OV'14�0 O�Vlr A.I.AUL W 6'- 8' CHAIN UNk FENCING DETAL STYLE: NTS CA LJ 10 UZ= Page 273 of 710 N From: Mootz, Gail To: Mootz, Gail Occ: "Michael Brown" D -ave 3 ?ne Subject: Forest Hill Pait Pence Repair Date: Tuesday, December 29, 2015 1:41:00 PM Attachments: Forest Hill Park Fence Repair.pdf Attached you will find a pdf for the Forest Hill Park Fence Repair. Please provide me a quote per the attached file. stating that. AT Page 274 of 710 From: Mootz, Gail Sent: Tuesday, December 29, 2015 1:41 PM To: Mootz, Gail Subject For Hill Park Fence Repair Affachments: Forest Hill Park Fence Repair.pdf 7r%1NMrVT3aTsFA&W-70 Gail Mol Crew Supervisor Public Works, Facilities Maintenance City of Boynton Beach 222 N.E. 9th Ave. I Boynton Beach, Florida 33435 R' 561-742-6223 MootzG@bbft.us I www.boynton-beach.o 1 OM n' Like uson Facebookil Hill � 1, N '�$ Page 275 of 710 i PIRCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. BOX 310 P.O. #: 160787 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 01/29/16 SHIP TO: TO: DUFFY'S TREE & LANDSCAPE SERVI City of Boynton Beach 10190 52ND PLACE SOUTH PUBLIC WORKS DEPARTMENT LAKE WORTH, FL 33467 222 N.E. 9TH AVENUE BOYN BEACH, FL 33435 REQUISITION NO. 65686 ORDERING DEPARTMENT: B&G/SB Nomll COMMISSION APPROVED: LINE# QUANTITY UO M ITEM NO. AND DESCRIPTION UNIT COST EXTENDED COST 1 1.00 EA EAST TRIM MANGROVE AREA 6000.0000 6000.00 2 2.00 EA EAST TRIM 2 SILVER BUTTONWOOD 32.0000 64.00 3 9.00 EA EAST TRIM:.9 GUMBO LIMBO 38.0000 342.00 4 2.00 EA SOUTH TRIM :2 MAHOGA.NYS. 38.0000 76.00 5 2.00 EA SOUTH TAKE DOWN AND STUMP GRIND 2 45.0000 90.00 FOXTAIL15 6 2.00 EA 'SOUTH FLUSH CUT 2. SOLITAIRE. 45.0000 90.00 :PALMS 7 4.00 FA SOUTH OF POND TRIM 4 GUMBO LIMBO 4 .00.0.0 180.00 8 16.00 EA SOUTH OF POND :RIM 16 SABAL 26 0:0.0 0 416.00 PALMS 9 1.00 EA SOUTH OF POND TRIM 1 PINK TAB 38.0000 38.00 10 12.00 EA SOUTH OF POND TRIM 12 SA.B AL 26.0000 312.00 PALMS 11 6.00 EA INNER CIRCLE TRIM 6 GUMBO LIMBO 38;0000 .0000 228.00 12 25.00 EA INNER CIRCLE TRIM 25 SABAL PALMS 26.0.000 650.00 13 1.00 EA INNER CIRCLE TRIM 1 LIVE.OAK 3.8.0000 38.00 14 17.00 EA INNER. CIRCLE TRIM 17 WASHINGTON 38.0000 646.00 PALMS. 15 3.00 EA INNER.CIRCLE TRIM 3 L IVE. OAKS: 38.0000 114.00 16 2.00 EA WEST TRIM 2. GUMBO LIMB. 38.0000 76.00 17 3.00 EA WEST TRIM 3 SABAL PALMS 26.0000 78.00 18 6.00 EA WEST TRIM 6 LIVE OAKS 45.0000 270.00 PROCUREMENT SERVICES: I . .............. P.O. TOTAL: ACCOUNT NO. PROJECT 001-2730-572.46-98 PURCHASING Page 276 of 710 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. BOX 310 P.O. #: 160787 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 01/29/16 SHIP TO: TO: DUFFY'S TREE & LANDSCAPE SERVI City of Boynton Beach 10190 52ND PLACE SOUTH PUBLIC WORKS DEPARTMENT LAKE WORTH, FL 33467 222 N.E. 9TH AVENUE BOYNTON BEACH, FL 33435 PROCUREMENT SERVICES: �' W�12 * t c. P.O. TOTAL: ACCOUNT FM. PROJECT 001-2730-572.46-98 PURCHASING Page 277 of 710 EXTENDED LINE# QUANTITY UO M ITEM O. AND DESCRIPTION UNIT COST COST 19 1.00 EA WEST TRIM 1 CASSIA TYPE 32.0000 32.00 20 4.00 EA WEST TRIM 4 GUMBO LIMBO 32.0000 128.00 21 3.00 EA WEST TRIM 3 LIVE OAKS.... 40.0000 120.00 22 2.00 EA WEST TRIM.2 UNKNOWN HARDWOODS: 40.0000 80.00 23 1.00 EA WE .TRIM 1 MAHOGANY 40.0000 40.00 24 1.00 EA WEST TRIM 1 LIVE OAK 45.0000 45.00 25 3.00 EA WEST TRIM 3 DAHOGN HOLLY 10.0000 90.00 26 2.00 EA WEST TRIM 2 NORONHIA 40:00.00 80.00 27 7.00 EA WEST TRIM 7. SA13AL PALMS 22 . G&O.0 154.00 28 1.00 EA WEST TRIM 1 MAPLE 40. 0:00 0 40.00 29 1.00 EA WEST TRIM, 1 WAX MYRTL 125..0000 125.00 30 1.00 EA WEST TRIM 1 OAK 40.0:0'0'0 40.00 31 1.00 EA: WEST TRIM 1 GUMBO LIMBO 40:0000 40.00 32 1.00 E ST-TRIM 1 STRANGLER PARK SIDE 225.0000 225.00 ONLY 33 3.00 EA WEST TRIM 3 LIVE OAKS 40,0000 120.00 34 2.00 EA WEST TRIM 2 MAHOGANYS 40.0000 80.00 35 1.00 EA WEST 'TRIM I PARADISE TREH 38.0000 38.00 36 2.00 EA WEST TRIM 2 MAHOGANYS.. 40.0000 80.00 37 1.00 EA WEST TRIM 1 S PALM 22.0000 22.00 38 13.00 EA WEST TRIM 13 LIVE OAKS 40.0000 520.00 PROCUREMENT SERVICES: �' W�12 * t c. P.O. TOTAL: ACCOUNT FM. PROJECT 001-2730-572.46-98 PURCHASING Page 277 of 710 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. BOX 310 P.O. #: 160787 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 01/29/16 VENDOR 6611 SHIP TO: TO: DUFFY'S TREE & LANDSCAPE SERVI City of Boynton Beach 10190 52ND PLACE SOUTH PUBLIC WORKS DEPARTMENT LAKE WORTH, FL 33467 222 N.E. 9TH AVENUE BO TON BEACH, FL 33435 PROCUREMENT SERVICES: ACCOUNT NO. 001 -2730 -572.46 -El REMARKS.: TREE PRUNING AT INTRACOASTAL PARK COORDINATE WORK WITH GLENDA @561-742-.6.2.28 NO.W8EKEND WORK, LOCATES ARE TO BE CALLED lN PRIOR TOANY STUMP GRINDING AND/OR REMOVAL. ESTIMATE #11310 PURCHASING Page 278 of 710 EXTENDED LINE# QUANTITY UO M ITEM O. AND DESCRIPTION UNIT COST COST 39 1.00 EA WEST TRIM I GUMBO LIMBO 40.0000 40.00 40 3.00 EA NORTH TRIM 3 DAHOON HOLLY 30.0000 90.00 41 7.00 EA NORTH TRIM 7 LIVE.OAKS.:.. 45.0000 315.00 42 5.00 EA NORTH TRIM -5 LIVE OAKS 45.0000 225.00 43 3.00 EA NORTH TRIM 3 MAHOGANYS 30.0000 90.00 44 10.00 EA DUMPSTER TRIM 10 S. PALMS L6..0000 260.00 45 1.00 EA DUMPSTER TRIM 1 LIVE OAK 3210000 32.00 46 1.00 EA DUMPSTER TRIM 1 SILVER 25.0000 25.00 .BUTTONWOOD PROCUREMENT SERVICES: ACCOUNT NO. 001 -2730 -572.46 -El REMARKS.: TREE PRUNING AT INTRACOASTAL PARK COORDINATE WORK WITH GLENDA @561-742-.6.2.28 NO.W8EKEND WORK, LOCATES ARE TO BE CALLED lN PRIOR TOANY STUMP GRINDING AND/OR REMOVAL. ESTIMATE #11310 PURCHASING Page 278 of 710 I 1 H I + ✓ 1 1 a B I W B / � 1 1 I 1 W P E 1 1 I l 1 I N B 1 8 1 I 1 1 8 I I I � I 1 I I W 1 W f / a 1 ® HO t 1 I 1 rn N P W H e I 04U 1 B H 1 ® H P 1 Q10 ! 1 e 1 � 6 I i d I I 1 B B S P O e W P 1 Q 1 000 1 000 B 000 / 0 0 0 0 0 B H NO ¢ H rn m o r H NVO p 14liN 1 I a + O 10 ® 1 I R ke F 1 1 1 dz p 1 B P I Q 1 H t W 1 e I B U B / W B S W 1 F I B B P /Q 1 F U P B U I 1 B 1 I S B � i 4 I f e 1 � 1 v F I R i p O O O O O O O O O O O O O O O O O O O O e-1 rl N H N am + W b 1 N N 1 m m w m B at d1 4 LL7 I th (31 / to co ID i0 N N / + v v N H 1 ! N N N N 1 r F W W 1 1 C+ LA 1 1 O O ® O Q Q B yf a N N N N B 1 UO O O O O @ 1 O O O B W P a S H .a I v 1 W Q 1 1 M V 481 H e B I P ya G] 1 I QI B a O P O I O O O O O O O O p O O O Q 1 O i in N 169 NN O 6h O M N M I tb Cry H e m H / O a O O O O O O O O O p O p O N l0 o O M- e O In Ui a m O M w N N to 1fl N W cu a O O qh ps E^I Q I @ ri 1 1 to Q H P O 4 0 O 0 O 0 O 0 O o O O O o HH 0 RC O Q / R1 B r u5 H U I W W ✓ / H Q t Z O a 1 H 1 Q1to1 a a B 1 I / zzo Q/H QIH Q1H U p/H 1 Q/H H ®IH ® ® B U a U Woe U WQI U U Wpl U ll, W U 4 Ail a A a wWaGe 004 e0 OC9 Q W a o PCQ o0 [9 ca [Co OH CAHP4 o U 1 rA H 1 0 I H ZOO a OH /7,IWH Q H O H WH WH Q y H /7 C7 + 1 a I Orn W W to r H H r W H HHrA O0 W H rn O W N HH .jus W HHE1 enol O s70a 170 O W O rl W a W Ir Oa 1 Ina raH Na � H HaH H H H O seO Z H 1 O 1 H Q H H O H HQ HE40 Q HHR H NQ HO 05 H eB 0 aH EIA H aH H @ HQ HQ Q HQ W Q 0 1 H a R 00 U 0 U 00 U 00 'U HOO w U 0 W U a0 C+oo [� U aQ H Q I W UM a0 OU Oa 00 O RUM oum AVN QUrn U0 a ! H I 1 1qv 1 1 O N N Mv Ln I 1 H I + ✓ 1 1 a B I W B / � 1 1 I 1 W P E 1 1 I l 1 I N B 1 8 1 I 1 1 8 I I I � I 1 I I W 1 W f / a 1 ® HO t 1 I 1 rn N P W H e I 04U 1 B H 1 ® H P 1 Q10 ! 1 e 1 � 6 I i d I I 1 B B S P O e W P 1 Q 1 000 1 000 B 000 / 0 0 0 0 0 B H NO ¢ H rn m o r H NVO p 14liN 1 I a + O 10 ® 1 I R ke F 1 1 1 dz p 1 B P I Q 1 H t W 1 e I B U B / W B S W 1 F I B B P /Q 1 F U P B U I 1 B 1 I S B � i 4 I f e 1 � 1 v F I R i p O O O O O O O O O O O O O O O O O O O O e-1 rl N H N am + m m m w m B at d1 or th (31 / to co ID i0 e + N N N N N 1 r F P P C+ LA 1 HO O O ® O 1 ON N N N N 1 UO O O O O O O O B S B 1 W M V 481 I H P ya i in 0 Page 279 of 710 I O O O O O O O O O O O O O O O O O O O O O O O I O O O O O O O O O O O O O O O O O O O O O O O I O O O O O O O O O O O O O O O O O O O O O O O I O O O O O O O O O O O O O O O O O O O O O O O B r♦ r -I r -I ri ri ri ri ri r -I r -I rl r -I ri ri ri .--I r -I ri ri e -I r -I r-1 r -I 1 1 I I I 1 .z 10 1 I I I m ix rd Ix Ix wl Page 280 of 710 I w eo l6 l0 I.D e9 40 !D l0 W i4 W l0 l0 AD 40 lD lD l0 i6 10 00 1® I N 1 r N h N r N r N r N r N h N h N h N r N r N r N r N h N h N h N h N h N r N h N h N r N r I L(1 I H O I fel I h 1 o N 1 U ri I U O 1 40 I In O M h N ri O O 117 O M h N ri O O In O M h N H O O l81 O M h N H O O l!1 O M r N H O O L(1 O M r N H O O lf1 O M r N r-1 O O 6f1 O M h N H O O [fl O M r N H O O N O M h N ri O O to O M r N ri O O N O m r N H O O 111 O M h N H O O l(1 O M h N ri O O lfT O M h N ri O O lf8 O M r N H O O LI'I O Cal h N ri O O N O M r N ri O O m O M h N 14 O O m O M h N ri O O 1f1 O fel h N ri O O Ln O M r N H O O I I 1 [if I z l0 h O O® O ri N M W l(1 I,p h O 01 O ri N M dl 111 !O h m 1 H I o -a B H ri ri ri r -I H ri H H H N N N N N N N N N Page 280 of 710 W W @ \ \ P LIS co @ ri ri B \ \ 1 ri H R P @ W W @ Q Q 1 B I @ p$ i @ H a 14 @ W f Q I I @ H @ I a I W @ U] 1 I W @ k @ I O I @ P I @ w H W E I Ln 134 U] W �1 @ O y1 I O W N i O H Q @ f LDri ! H @ z H P4 H @ H N M H �u a ® ",S' I a a W @ Ix Q•z r> I H Q 1 W W I U [� U] 0 94 F4 0 f 1 a I i 1 i I I i i 1 @ O i @ @ Q u 1 O H @ O � W � Q B QB 8 I M 0 1W H 0 H O R H 4 @ H I H W QB 1 Ul a H I H @ V! k a @ W I a HO O O O O O O O O O O O O O O O O O O 69 O O O O O O O O O O O O O O O O O 01:1 O O m O O W O N O O O Ln G1 O O Cy lfl d1 $ N eft V N N W M CO N N V 01 H M W M N W ri 1I1 M N N W N r -I 1 O O O O O O O O O O O O O O O O O O I O O O O O O O O O O O O O O O O O O 1 0� 1 O O O O O O O O O O O O O O O O O O 1 O O O O O O O O O O O O O O O O O O ! ri H ri H ri .-i ri ri ri ri ri ri ri ri ri H r-1 ri W @ i P 4 @ I 1 O @ ! H @ 4 E^1 @ 1Qj @ �e O Ci 1 1 �O @ ZIx a I H @ @ E-1 1 @ Q @ P O @ u I 1 u V] U] U) Vl U2 US U] U] U] U1 U} U] M Vi Uj m m @ W W W W W W W W W W W W W W W W W W I WUWi�WUWUWUWi,Wr.iWUWc%WUWc.%WUWUWUWUWUWUWu @ u u u u u u u u u u u u u u u u u u 4z z z z z z z z z z z z z z z Z z ZWZWzWZwzxZWZWZWzzWzWZWzWzWZWzWzwZW @ W WE HWHWHWHW WHW�IHWHWE+WEWHWHWE E zH Hz zHZEZE ZEZH zHZHz ZPZEW a z H H z H Z H H Z H Z H Z H H Z H Z H H HHZH H Z H H f H H H H H H H H H H H�H H H H H H H B 0.10aa0G40W f @ @ f W W W W W W W W W W W W W W W W W W @ W Ot 01 6i 61 O 61 Oi 6! 01 6{ m dl 01 Q1 61 Q1 6'1 i O t0 lD 6D i0 W � Ib 60 60 W 40 CO tD l0 lO l0 W W dl d1 W d° � W d° d° dl � V1 d1 dl W V° dl tlf d° I N N N N N N N N N N N N N N N N N ry h h @ L!1 l!1 Lry L!1 lf1 m L(1 m Ln U1 m m m m m m N LCL t H O O O O O O O O O O O O O O O O O O I 'Zi M M M M M M M M M M M M M M M M M M I ^�O N N N N N N N N N N N N N N @@ CN urA r-1 ri H H ri ri r°I N-iu 0 O O O O O O O NH rNi O O O O O O O O O O O O O O O O O O O O 1 @ I ! W I z 61 o ri N M a° If6 W [® W O1 O ri N M dP L(1 l0 I ha I Page 281 of 710 W � O H Gd Z W BMW C� Z H M H 0 H H H H °z a Page 281 of 710 i 9 Page 282 of 710 Page 283 of 710 %D W Ln OD I ,f p1 1 W H W I0 C) C�9 0 0 0 0 0 0 0 0 C) 0 9 9 9 9 9 9 9 9 %D 0 Di 0 D\ 0 a) W co clq CD C) 00 0M W H M C9 clq Ln W co 0 0 0 C) 0 0 0 C) C) 0 a C) C3 0 C) a 0 C) C) 0 W In UI I 0 I (D C) a CD 0 0 C) 0 0 0 0O 0 0 a 0 0 0 0 0 0 O C) W 0 0 clq m CD m OD Cl) Ln ul in W Cq Go m ko N O 0 1 0 m rq m 0 0 P rq rq z to kD O 0 a� E, 00 9 9 0 0 9 C) 9 0 C as 9 cX 0 -i cli C14 N N dl cD ! H C14 9 Ln rl C14 2 9x Q z H ruA, 04 ff1 W M NH R NH �O 12. U Z OW 14�R � m 2 R U 0 R` cz R R R H 13I H C14 0, a, H PI H UINH 04 H CO) 04 H PIH a, F-I 04 F-I 6W 694 A UW z Ix e.y dUW EUI L;94 A UW U 0 Wal W QW 04 0 N WPI 0404 HWa4 alWN HWP4 N M 04 M Wal NW 04 cQ UW E W 1'14 OuDd 4wal Uri Wal ri) ) -a U'o M W. to 0 pi 1-8 �w < OH Z-'s 04 pi .-d W WF '04 20 40 z o 1 E-4 H no 00 0 R M HQO MER 0 RRH woo R, 04 Bc MO E � E � I MOE -Z HZ MOE � - .3 OE HOE I 'm CCE E Ox to H r4 H NO= WOE IIZXI ROE HE MOE >w FRI HOM U M H allE W IQ N HE Q Ix Z HFAH 'M MH Q W UP WH Q Q OWH VMH z 'q W 'E T-INH N -x W H LnMH ax H WAP > M WAP P w P4094 H P ow Ow IX ZHP 40 U) In. Ix. N w .10' H M m wl EAP HM Q ix XHP QW EAP wow HP NQ PW H P HOW H P Pe I W. 9 W ON 6 10, D01:4 HM W EA�4 Q HM wpm P m M HQN W w E ril H m W 1404 x cr) HRw 00 owl WP HOW C4 vIWP Ex E-q cx P OIXP �)Opi u I'J4 E-4 0 PW OW WP 0 r,4 QWI-4 OW QWP POW WP6x POW P 0 M W 0 N 0 W w rx >4 0 mpo HHE N >10 EEO H H >4 0 ZE-�o HHE HPO 0 nPO P PH FO 9XPO WPO W WE-oo H -4 Wox c4HE PQ i EAE rk� n 9 HE onz rZi zo onx NH E on N H X OQZ HHZ HHE HHX E-q 0 H 4 Po 0 0 E U E-100 U 00 zu 00 00 WE0 00 00 00 00 unm 00 un 00 Unz 00 CA H 0 PEU Wool E-q 20R F, E woo EN PEU E92 Ju 2 Wxu W Ezu 62 WEU m WZU WER W10 P gum �um 4um oum OR oum o(jul OUM OR 0 UM oum oum loi:) um u 10, 2 NUM N w ril M M w M P4 H W : CII H N Ln %D h CD 4m Clq (n Page 283 of 710 Page 284 of 710 W W P PD P H H t W W P I P E P Q Q @ i >I I P Q I P B W � y F H E W { Q E P I H F 1 @ P x P W P rn P W P W § O 6 O O O O O O O O O O O O O O O O O O O O CKJ� I O O O p p W Q E lD 7 v d' H W h co C` O N N M O cla O O co O W Ln d' O Ch O O E P9 P H N eb i 9 I PD H x P O O O O O O O O O O O O O CD P o I o o O O 0 o 0 0 0 O 0 o 0 0 0 0 0 0 0 0 0 0 0 0 `n O x v] W [LF P i O m in N N o 0 o En o 0 O pd E rti i Ze-1 a@ %D @ W fY1 W W 14 +CC W W W W W O H P OAC xE I a •• P 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 V] p ® 6 1 N M l0 ri d' M N ri r -I M N O O a i r' 1 W Q H Q i W P E 1 OO W E U P0 i Es W P PJ ca x ca i P P P I � P P . rYe C7 C7 � C7 � C9 x zo mYa C7 i7 mYi ZO � zo eYa C7 C7 C7 € Z a H a/ P4 H al H QI H al 134H al H QI H al H QB H ZO Q6 H N Hz P 0 I u 91 Ux @ E pq as ul M Ps N N Ux W Oa Ux Was Ux WW Ux WC14 Ux DQ ae Ux ul 04 P4 Ua W W CJx W aP 6W4 pa ae Ux as i Zx m 9xcb P� Q1 xPs acs xQ1 xm� xPa xLb O W Is W4 x W+� NW xstl P 1 x H r/1 O n QC7 ul no US no Vi no ca- no o] no Cn no O m QC7 U] Ail co no O AC7 v1 no P O P U] Z z � H Z 5 H ZZ ®xH Z U] H Z H W H ZZ OxH Z H Q Z H ZZ xH Z H >+ Z Z S @ Oz HCTZ O ECCE ED 040E MC7 C9E C7 CE C4 � H Fqo H O W U L®WH WH HWH ryPWH xWH HWH HWH WNH H >®WH HWH 0WH AsP H M H E 0 Q HU HEP MQx HEP 000 HP RPQx HE ACQx OHE Qx ACHE onpi HP CPQ OH AIX m�HP Qx HE r.�QW. OHP Qx ZHE HQx HP P +b Q F P4 EU) H W Ix Em H W O U1 y�Q�• W m W r!] W HU) r/3 O U] xx^ W v] Om W rn O W CA W O v1 O W U3 O q W E®W E®x EP 6 N eaO,eX maip HO exp x E-4 x or�pOx �WyU14 OW Ox I!r.',];, Hww Ox Wx VxH Po xF Vx E"P Faxes H xH F�xE'P QWP yOACOx zxH Q® F H I Z E i a .. .. UrMQ xE0 Fq .. .. U>yQ WE -®O (N .. .. YPQ EPO M .. .. >iQ EEO b .. .. >iQ ENO ri .. .. >`Q EEO V .. .. >aQ EEO M.. .. >'PQ EHO (V .. .. >'PQ H .... >IQ rg .... >'PQ M .... S'PQ (y .. .. Q O AC I H U E H H E UAE H H UQ H H E WQE H H E xQ H H xQ H H xA H H E WQE H H E QE EPO H H E EEO H H E EPO H H E EEO H H EE+O H H E P O F OO OO POO POO EOO E00 HOO OO WOE E00 QE OO xQE POO xQ E00 x0E HOO H 0 P H O i x U WO x2�UQ WOP7 U ECJ MO EU EU U EU U EU U EU U Q H Ur/] Ur/j mom WUrA WUrri W20M WUV1 rg07 Uu] USO WUU1 v]Op Um VJO u]O U3O v]O U]OO H H M UUI W U m WUW mum mum W as i x H i @ Cn P '� In '"� CO e1 h H W H 01 H O N H N N N rn N dP N Ln N l0 N Page 284 of 710 Page 285 of 710 � � t N OD 1 ri rl 1 \ \ i ri ri I @ W @ e ! P P A Q @ @ S7 I Q ! a @ @ P yW ! H ! Fa ! W @ Q I B @ H I I @ N� W @ W d O @ W I I Qa e O e O O O O O O O O O p O O O O O O O C6 m Q I I W O dl U) N O VI O d' Ln O O OD OD M O O O N O O O O iLn I N rN i N Ln i O7 W ! i H a ! O O O O O p O O O O O O O O O O Go P ! O + O O O O O O O O O O O O O O O O O O O O O O O N O O O O O N O L(1 N O dl O d' Ln N O O W M O tll N O O 'i N N -0 dl O W N @ @ Pi rl @ Q1 W Z @ H F1 0µ rx PP @ p1 ca O O O O O O ® O O O O O O H QI 14 a @ �U h 1-I ri rd rl ri M N H N ri M r6 H Q 1 H 0.1 CR W S C4 Q ,7i @ H Q W W @ m17.1 m 1 O W U m C7 @ pd ma m I @ I ! @ 1 O7 a O7 O O7 O9 >4 Z4 O7 C7 0 C7 O7 C7 O7 C7 ! QaH LLH W WH a4 OP4 a4H @ W (y aiH a4 H NH @ 1,1772, L) W. 61"4 Ua UE WW M0 W0., Wal Uma WP4 HW aI WGe WP1 WW aLs a,a ma, a a a as CW 01 WW a1 WR1 a m I m 0 m Q0 CJS Q m QC7 m �Q�-{0 � m O U) Q0 m � Q ltm CJS W C7 ca QL7 QC7 � � 0 � Ls no O ! m H H aH H OLGH WZ pi aH H aH WH H rx @ EC7E Fa ®m C7E °i wC7E Fa iE ® �c� E q a ® ox m ®E ox m ^,E �ryW L cn 0X D MOZ O H m U I En H @ q WHs� GL1AW WH Qa P H aQ H Q HWH eIQQ��y++ WWH s3Qa HWH Qa WH Aa E WWH mQa m S1WH µWH WH HWH \ ha I CLI HP HH SIH HP HC'1 OH[-1 QH [-1 HEw H[-1 Qa HF! 0.1Qa H OQW HFI OMIX @ W Aa @ 4m W Wm Pe �I Em yy•�Ge� W m pm 0C0 W m m ✓ M m O W m Q C7m ® .am Wm H[-1 Om m µ 8 mlkP .Wa OW aP WOa aP ext wW QIOa oaP eWw OW C7 P eWu POa rnaH HOW Oa �e wWs v�yOW eWs W low W Oae How ss 1-la Oa Nom a1aH aP R+W aP maP aP C7aP O1 H 7 Z h .... >1Q H .... SIQ ri .... S1Q �.{ .... S1Q r.{ .... S1Q H .. .. S1Q qa-I .... S+Q `y .... S1Q H .... S1Q N .... S1Q H .... SIQ M HSIQ H>4Q H @X PO EPO EPO EPO REPO HX HQx EEO EPO EPO EPO EPO EPO EPO EPO H @ P O a0E POO aQ POO aHp;O HOO WQ POO 000 aQ POO a0 aQ aQ Wnx aQ aQ aQ H 11 EU U EU U Upq U FOO EU POO EU�q POO U POO U POO EU POO U POO U H O C3 Pi MOQ WOQ mo� mO m O17 Me moa mO17 mO WO mO mO W U m W U m W U m W U m W U m W U m W U m W U m W U m W U m W U m W U m moo W U m W r{ Ix H m i N N N M M M M M 1 M M M M M Page 285 of 710 We) 4 116 OKS) A: 101Wk 110102--w I DK Tel Droll z w Requesting Department: ?, 0 Contact Person:. (7nL -L,-Wi rl f- 'Explanation for Purchase: DO. 00 MOW -ce for Purchase (check and attach backup materials): Three Written Quotations GSA State Contract PRIDE SNAPS RESPECT Piggy -Back Sole Source Emergency Purchase Other Contract Number: NOTE: Pricing proposal for purchase must be presented in the same detail contained vAthin the contract. Mal WVK• � 51!11 Date -lbs-1161 Date Date Page 286 of 710 Didilys Total Care Levin Service, Inc 10190 52nd Place South Lake Worth. FL 33449 US (661) 433-0095 duffysiandscape@comeast.net ESTIMATE# 11310 ESTIMATE DATE 10/2212015 ADDRESS City of Boynton Beach Fore Grounds 100 E%tyn on Beach Blvd. Boynton Beach. FL 33426 Please detach top portion and return vWth your payment. ...... ..... .... ... ... ..... .. ...... . ..... ... ...... ........ ....... ... ........... SALES REP Brian Duffy ACTIVITY Location: Intracoastal Park Triming of the following: East: Mangrove Area- dear vines and exotles- approx. 25' perimeter 2 Silver Buttonwood 9 Gumbo Limbo South: 2 Mahoganys ave Take Down and Stump Grind 2 Foxtall Aft FkAF South Of Pond: 4 Gumbo Lknbo 16 Sabel Palms I Pink Tab 12 Sabel Palms- 9&3- remove her vegetation Inner Circle: 6 Gumbo Limbo 25 Sabel Palms- 9&3- remove other vegetation 1 Live Oak 17 Washington la Palms- brown fronds only 3 Live Oaks QTY RATE AMOUNT 1 6,000.00 6,000.00 2 32.00 64.00 9 38.00 342.00 2 38.00 76.00 1 0.00 0.00 2 45.00 90.00 2 45.00 90.00 4 45.00 180.00 16 26.00 416.00 1 38.00 38.00 12 26.00 312.00 6 38.00 228.00 25 26.00 650.00 1 38.00 38.00 17 38.00 646.00 3 38.00 114.00 During removals, root pruning, excavating, stump grinding and tree installations: Duffy's is NOT responsible for damages to wiring, irrigation, lighting that NoCuts cannot mark. We are NOT responsible for surrounding plants and/or sod that is damaged due to work being completed as contracted. It is the responsibility of the HOA and/or homeowner. Page 287 of 7111, ACTIVITY West /2 Gumbo Llmbo ASabal Palms- 9&3- remove other vegetation VS Lim Calm �sale Type 4G=bo LJmbo V/3 Lhre OMM 2 Unkrxmn Hardwoods, out of light AMahogany Vulva Oak jDahoon Holly ,/2 Noronhia %f7 Sabel Palms- 9&3- remove other vegetation 'fMapie /I Wax Myrfie- remove awfics only /I Oak /I Gumbo Limbo � StrangWr- park side only a Live Oak 2 Mahcganya 11 Paradise Tree ,f2 Mahoganys , Sabal Palm- 91163- remove other vegetation 13 Live Oaks AGumbo Limb, price. Reduction or changes of scope may increase the price. Pricing Is Beach County Ordinance 87-15 Chapter 162 F.S: We cannot trim more tian 25% off of any tree within a given year. OTY RATE AMOUNT 2 38.00 76.00 3 26.00 78.00 6 45.00 270.00 1 32.00 32.00 4 32.00 128.00 3 40.00 12D.00 2 40.00 80.00 1 40.00 40.00 1 45.00 45.00 3 30.00 9D.00 2 40.00 80.00 7 22.00 154.00 1 40.00 40.00 1 125.00 125.00 1 40.00 40.00 1 40.00 40.00 1 225.00 225.00 3 40.00 12D.00 2 40.00 60.00 1 38.00 38.00 2 40.00 8D.00 1 22.00 22.00 13 40.00 520.00 1 40.00 40.00 3 30.01) 90.00 7 45.00 315.00 5 45.00 225.00 3 30.00 90.00 10 26.00 260.00 1 32.00 32.00 1 25.00 25.00 .. .... .... .. TOTAL ....... . I ........ ... .............. $12,884.00 ndi plants anc'rl 0 utseannotmark. WeareNOTresponsibi for so 11,7rd ns bility of the 1-15LO-AMA mmulur It Page 288 of 710 A f -i, City n Beach Attn: Glenda Hall PO Box 310 PROPOSAL Boynton : DAIIEP i PBC SBE Vendor #VC0000009701 10/22/2015 9616 DESCRIPTION y RE: INTRACOASTAL PARK ACA to provide any/all necessary equipment, labor, supervision, materials and supplies to complete the following: HARDWOODI M AND PRUNING: Silver Butbonwood 3 45.00 135.00 Gumbo os 24 65.00 1,560.00 Gumbo Umbos 4 95.00 380.00 Mahogany 75.0 825.00 Live a s 27 45.00 1,215.00 Live Oaks 14 75.00 1,05 .00 Tabebuia 1 4. 4S.00 Tamarind 1 65.00 65.00 Unknown (Prune and cut back from light) 1 50.00 50.00 Red Bay (Prune and cut back from light) 1 85.00 85.00 a o n Holly 2 25.00 50.00 a oon Holly 5 60.00 300.00 Paradise 1 40.00 40.00 clusla 2 50®0 100.00 Red ale I 2SX0 25.00 Live Oak35.00 105.00 Gumbo o 1 20.0 20.00 Strangler Fig (Cut back to wall on SW Corner) 125.0 125.00 Green Buttonwood 1 40.00 40.00 PALM I AND PRUNING: a alp 82 20.0 1,640.00 Washingtonla Palms 17 40.00 680.00 REMOVALS: Remove dead F® all trunk & grind stump 2 60.00 120.00 Grind Stump 75.00 75.00 Remove Pothos along SW corner off of wall 120.00 120.00 LANDSCAPINGCUSTOMER AUTHORLZATZON. TOTAL $8,850.00 ALL TA. DACCORDING TO SOUND NURSERY PRACTICES AND SHALL BE FLORIDA NO. 1 OR BETTER AS GIVEN IN GRADES AND STANDARDS FOR NURSERY "PLANTS-, STATE OF FLORIDA, DEPARTMENT OF AGRICULTURE. THERE WILL BE A CHARGE OF 1.5% ON ANY BALANCE REMAINING AFTER 30 DAYS PAST THE DUE DATE WHICH SHALL BE ASSESSED MONTHLY. SHOULD ACA BE REQUIRED TO PURSUE COLLECTIONS IN THE ABOVE ACOCUSTOMER COLLECTION AND REASONABLEI YOUR SIGNATURE ABOVE CONFIRMS O! lING OF ACA'S COLLECTION POLICY AND GRANTS PERMISSIONTO COMMENCE PROPOSED ,, fl,. �._ i • 1 %�'. City of Attn: Glenda Hall PO Box 310 Bo)IT,to-t Beach, FL 3341 1685 0 ROAD Page 290 of 710 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST BOYNTON BEACH BOULEVARD P.O. BOX 310 P.O. #: 160788 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 01/29/16 EXTENDED LINE# QUANTITY UO M ITEM O. AND DESCRIPTION UNIT COST COST 1 1.00 EA TRIM 18 LIVE OAKS 990.0000 990.00 2 1.00 EA TRIM 2 BLAKC OLIVES 110.0000 110.00 REMARKS: TREE PPTINING AT. OCEAN AVE NO WEEKEND WORK MOT,REQ UI -RED COORDINATE ALL WORK WITH.e,'LENDA @ 5-6l.-742.-6228 9STIMATE:#11306 PROCUREMENT SERVICES: 1 / P.O. TOTAL: 1100.00 C - ACCOUNT NO. PROJECT 001-2730-572.46-98 PURCHASING Page 291 of 710 SHIP TO: TO: DUFFY'S TREE & LANDSCAPE SERVI City of Boynton Beach 10190 52ND PLACE SOUTH PUBLIC WORKS DEPARTMENT LAKE WORTH, FL 33467 222 N.E. 9TH AVENUE BOYNTON BEACH, FL 33435 REQUISITION NO, 65685 ORDERING DEPARTMENT: B&G/SB DATE NEEDED: BID NO: I COMMISSION APPROVED: -11, EXTENDED LINE# QUANTITY UO M ITEM O. AND DESCRIPTION UNIT COST COST 1 1.00 EA TRIM 18 LIVE OAKS 990.0000 990.00 2 1.00 EA TRIM 2 BLAKC OLIVES 110.0000 110.00 REMARKS: TREE PPTINING AT. OCEAN AVE NO WEEKEND WORK MOT,REQ UI -RED COORDINATE ALL WORK WITH.e,'LENDA @ 5-6l.-742.-6228 9STIMATE:#11306 PROCUREMENT SERVICES: 1 / P.O. TOTAL: 1100.00 C - ACCOUNT NO. PROJECT 001-2730-572.46-98 PURCHASING Page 291 of 710 Page 292 of 710 VD w i 1 H 1 us E ri rt i 1 W 1 I 1 I ZO O 14 1 f Q 1 a 1 ® O O Q t ; Q1 rl I i € 1 I i P 1 f ! t I W 1 I H P I 1 W Q i P t € r 1 W UH0 i roll 4 h ll Q 09 NI m ! 1 I F 1 H ri I 1 U) O � W F i O O O i Zko W s 1 O O 1 O O t O O O 1 1 dP O O 0 1 1 O O O fT E ON H O H E U] I F W F 1 WLn 1 [1 1 ® s® ® ••a 0000 0000 1 Z 1 w s O O O O O O O b m F H . e I H O O y1 C7 Ga i at 1 m H H H 00010 U) H 0 OD IA 1 [� 1 H € O H HAHIf1 1 r -I Y Hril 1 I ID E W 1 QI O U W I rx, h W 1 O H pp� t 1 O O r ix 1 H 0�p& �,' / rl rl t W 1 �✓p ^4 r4 ® f E W W 1 F W W1 a W I 1 Qu t Q 1 1 Q Gi W i ra ca s U E4® C9 1 U F Q 1 E 1 1 1 U U ! 1 UW u 1 @04H 04 r zH f H H & w of HH E QC% QC7 � 0 MHz 1 1 cn H Q 9x HE. H E o a WSra W F O w tilW 0 gx F 1 I O 1 WWF .4;Q u04 Q h h F O H 1 1 O O h H 1 ✓vF Q N H F HU NO® U 1 1 Uri H O H O P HO HOy ! wUweeO �y0 O U7 1 CR W a s NVQ 1 1 H 1 ri N 1 rJ N 1 1 W S 1 Page 292 of 710 ,y t ikCITY OF T O BEACH y ` `• ! 1' ! s l Requesting Department: Contact k v i tti f for Purchase:1 r l + Source fir Purchase (check and attach backup materials): Three Written Quotations tate Contract PRIDE SNAPS RESPECT Piggy -Back SI Emergency urc s r r NOTE:;ontract Number: Pricing proposal fbr purchase must be presented in the same detail contained within the cot,e, Date Date Date IM Page 293 of 710 Dufly's Total Care Lawn Service, Inc. 10190 52nd Place South Lake Worth, FL 33449 US (561)433-0095 du"andecape@comeast.net ESTIMATE ADDRESS City of Boynton Beach Forestry and Grounds 100 E. Boynton Beach Blvd. Boynton Beach, FL 33425 Please detach top portion and return with your payment. . ..... .. .... .. .... ...... . .. ............. SALES REP Brian Duffy ACTIVITY QTY RATE AMOUNT Location: an Avenue Trim 18 Live Oaks 18 55.00 990.00 RM-MMIFZ�7- �7277 Trim 2 Black Olives 2 55.00 110.00 Signing this contract indicates acceptance fort above work at the stated TOTAL price. Reduction or changes of scope may increase the price. Pricing is $1,100.00 based on normal business hours (M -F, 8:00am-4:00pm). We follow Palm Beach County Ordinance 87-15 Chapter 162 F.S: We cannot trim more than 25% off of any tree within a given year. During removals, root pruning, excavating, stump grinding and tree installations: Duffy's is NOT responsible for damages to wiring, Irrigation, lighting that NoCuts cannot mark. We are NOT responsible for surroundinq plants and/or sod that is damaged due to work being completed as contracted. It Is the responsibility of the HOA and/or homeowner. Page 294 of 711 City of Boynton Glenda Hall +* Box310 Boynto { Page 295 of 710 0 i a M�� 1. - im an Tun " low C129 FreervIlice PRIM Beach County's Nwe Health Proiessionals" w CourtSouth Lake Worth, FL 33463 QT9= 10170 Telephone: 1 Fax: (561) 966-4612 tj 1 1 Date:Accepted By: Provided For: City of Boynton Beach Attn: Glenda Hall 222 NE 9th Ave Boynton Proper pruning is essential in developing a tree with a strong structure and desirable form. Trees that receive the appropriate pruning measure -a while they are young will require little corrective pruning when they is • s :• •r `!;. clear lights and building trees to a height of at least 7 + { { 0- i provide even distribution of foliage throughout the crown. WWW M6 the rest of the tree. * Raising of a tree to selectively remove or shorten branches to provide vertical and horizontal clearance from buildings, driveways, lights, signs 2nd walkways. M` M i r � Page 296 of 710 Page 297 of 710 6.L. CONSENTAGENDA 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 REQUESTED ACTION BY COMMISSION: Approve the minutes from the Regular City Commission meeting held on February 2, 2016. EXPLANATION OF REQUEST. The City Commission met on February 2, 2016 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 2-2-16 Action Approved Date 2/11/2016 - 2:14 PKA Page 298 of 710 MINUTES OF THE REGULAR CITY COMMISSION MEETING HELD IN COMMISSION CHAMBERS, CITY HALL, 100 E. BOYNTON BEACH BLVD., BOYNTON BEACH, FLORIDA ON TUESDAY, FEBRUARY 2, 2016, AT 6:30 P.M. PRESENT Gerald "Jerry" Taylor, Mayor Joseph Casello, Vice Mayor David T. Merker, Commissioner Mack McCray, Commissioner Michael M. Fitzpatrick, Commissioner A. Call to Order - Mayor Jerry Taylor i 1! 111110111117 ; 111311011 � � 9r, 1Z 117, � IZI I � � � 0-�� R0r#M'gVAjN0fM in Interim City Clerk Pyle called the roll. A quorum was present. Pledge of Allegiance to the Flag led by Vice Mayor Casello Vice Mayor Casello led the Pledge of Allegiance to the Flag. Agenda Approval: 1. Additions, Deletions, Corrections Mayor Taylor added a presentation from Crosspointe Elementary School to Announcements and Presentations as Item D, and Feeding South Florida as Item E. Commissioner Fitzpatrick pulled Consent Agenda Item F for comment. REEMETOTSTem Commissioner McCray moved to approve the agenda as amended. Commissioner Werier seconded the motion. Page 299 of 710 MEETING MINUTES CITY COMMISSION BOYNTON BEACH, FLORIDA Vote The motion passed unanimously, A. Informational items by Members of the City Commission Commissioner McCray spoke with Rick Gonzales and Jeff Hardin about the Old High School and had received about 15 emails regarding the same. He announced a letter was drafted to Mike Norwood, Chair of the MLK Committee thanking the Committee for a job well done. He was a signee, but the letter was from all of the elected officials in the City. He announced Pathways to Prosperity received the Non -Profit of the Year award from the Chamber of Commerce. Also known as P2P, the Organization does much for the community. The organization was spearheaded by St. John Missionary Baptist Church, He spoke with Village Royale on the Green regarding the Citizens on Patrol (COP) program earlier and attended a Mayoral Candidate Forum on Monday night and spoke at Congress Middle School for Literacy Week. Commissioner Merker disclosed he received calls and emails regarding the Old High School. He proposed history is the path to learning the future and the building signifies the wants and desires of the City and its citizens. Vice Mayor Casello thanked all for the emails regarding the Old High School and advised he read each one. He attended the Chamber of Commerce Gala and opening of the Texas Roadhouse restaurant. He attended an informal send-off for former Fire Chief Ray Carter. He noted it was Groundhog Day and hoped there would be some type of resolution regarding the Old High School as it had been a longstanding issue. Commissioner Fitzpatrick attended the South Central Wastewater Treatment Center Board meeting and the Chamber of Commerce Gala. He hosted a sober home workshop to help find local solutions to the issue. He attended a Citizens on Patrol meeting and a car show at the Senior Center on Sunday. Mayor Taylor advised he attended many of the same events. He went to Crosspointe Elementary for Literacy Week and read a book to two second grade classes about being trustworthy. He was pleased to learn how the students defined the word and thought it was a great�event. While at the school, he was introduced to a teacher whose daughter has a program that will be discussed later on. Commissioner McCray recognized Kurt Godfrey, who was his employer for over 20 years. 161 Page 300 of 710 MEETING MINUTES CITY COMMISSION BOYNTON BEACH, FLORIDA • 3. ANNOUNCEMENTS, COMMUNITY & SPECIAL EVENTS & PRESENTATIONS A. City offices will be closed on Monday, February 15th in observance of Presidents' Day. Mayor Taylor announced City offices will be closed in observance of Presidents' Day. K Announce the Arts Commission is holding a public workshop on Saturday, February 20, 2016 at the Boynton Beach Library Program Room from 10:00am - 1 1:00am. Debby Coles-Dobay, Public Art Manager, invited the public to the public workshop on February 20, 2016, at the Library from 10 to 11 a.m. She commented the public will learn about plans for the future of the program and offer input. C. Announcement by Recreation & Parks Director Wally Majors about the upcoming Barrier Free 5K Run, Walk & Roll event, registration information and team competition. Wally Majors, Recreation and Parks Director, invited all to the 4 th Annual 5K Run Walk and Roll event on February 13, 2016, at 7:30 a.m. All proceeds will benefit the Barrier Free Park D. Crosspointe Elementary School Annmarie Dilbert, Principal, Crosspointe Elementary School, explained the A -rated, Title 1 school has 700 students and 91% of the students have free and reduced lunch. They teach values and create a safe environment for students. She explained the school is like a family, and they have nearly 30 homeless students. During the summer, the cafeteria manager conveyed an idea from her daughter, Abby, about collecting small suitcases with items to give to homeless students. Courtney Roper also helped. Ms. Dilbert explained Abby is a senior at John I. Leonard High school who is dual enrolled in Palm Beach State College. When not at school, Abby is at Crosspointe Elementary helping students. Abbey Peterman, creator of Abby's Angels, explained the program will help homeless children in Palm Beach County. She explained Crosspointe has helped support the effort as has the Boynton Beach and Delray Beach Police Departments. There are 2,682 identified homeless children in Palm Beach County. The goal is to go, school by school, starting on the elementary school level, to the first five schools that have the highest number of homeless children. Those five schools have 361 homeless children. Ms. Peterman would continue with the next five highest schools until all the students are helped. These children are bounced around and do not have anything to call their own. The small rolling suitcases are donated and filled with everything a homeless or foster child needs including toiletries, comfort items, stuffed animals, big K Page 301 of 710 MEETING MINUTES CITY COMMISSION BOYNTON BEACH, FLORIDA blankets educational items and journals. She hoped it would make a difference in their lives. Ms. Peterman requested support for the program and explained they have a Facebook page, a GoFundMe account and actual donations can be made at Crosspointe Elementary School. Volunteers are also needed. ME Mayor Taylor explained he met with Ted Hutchinson of Feeding South Florida. They have headquarters in West Palm Beach and are moving their headquarters to Boynton Beach. They have a big program about feeding the hungry and were working with community centers and the local churches. He had mentioned they were considering doing backpacks with food. Mayor Taylor had told Mr. Hutchinson about Ms. Peterman and he wanted to meet. 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) David Katz, 67 Midwood Lane, discussed a January 21" article in the Palm Beach Post. During the mayoral debate at Hunters Run, Commissioner Merker commented the City was in a financial crisis. Mr. Katz noted the budget information for an agenda item indicated there was a surplus. Mr. Katz contended if Commissioner Merker feels the City is in dire straits, he should pay back the $760 that was spent for him to go to Tallahassee that he did not attend. Mark Crompton, Community Sciences LLC, 900 N. Ocean Boulevard, Pompano Beach, representing KMG explained KMG owns six lots. They wanted to combine the properties for a multi -family use and there would be zoning changes. It was suggested this item be put on the agenda to determine when the zoning change would be completed, Mayor Taylor advised the item would be added to the agenda. Reverend Bernard Wright, 713 NW 2nd Street, commended the City for its work in the Heart of Boynton area and commended Jeff Livergood, Director of Public Works, for trimming overgrowth and timely attending to complaints. He spoke about the Lena Rahming Head Start Center. In 2010, the Center had a 51% rating preparing children for school. A new teacher that began in 2013/2014 helped the Center raise the rating to 94% and he thought the City should notice they are doing a great job. He announced the Robert E. Wells Celebration on Saturday, February 16 1h and Robert E. Wells Day on February 17th. He noted Mr. Wells helped found the African-American Community and they were lacking in donations. All are welcome to participate or contribute. Tom McClure, 2004 South Federal Highway, advised he is the President of the Boynton. Intracoastal Group (BIG), and they will hold a political forum in conjunction with -9. Page 302 of 710 S r m's UNRUH, 0100,94 � Rm Yd 011 Kel 011 14 WA -101 M FEBRUARY 2, 2016 the League of Women Voters on Thursday, February 25, 2016, at 5 p.m. at Sterling Village to get the opinions of those running for office. The event will be followed by a meet and greet in the back of the room. He also announced the formation of the Boynton Coalition for Responsible Development, a Non-profit Corporation. The mission is to work with the City Commission, the Planning and Development Board, the CRA and the developers of River Walk Plaza at the intersection of Woolbright Road and Federal Highway. The goal is to provide the citizens with a development that addresses the concerns of its citizens before decisions are made. They will work with the Florida Coalition for Preservation, their friends and neighbors and the City in a transparent way. Kristin Dehaseth, 4600 N. Ocean Boulevard, Executive Director, Florida Coalition for Preservation, a non-profit group to promote responsible development and preserve the quality of life in coastal communities explained they were contacted by several condo, homeowner associations and single-family residents in the nearby area, seeking information about the proposed River Walk rezoning and residential high tower. As a public interest group they are working to gather all the details of the project. She commended the CRA and the Planning and Zoning staff for being responsive to their public records requests. The Coalition for Preservation will work to ensure the property will be an asset to all. Harry Woodworth, 685 NE 15th Place, commented INCA supports BIG. He also praised City staff for their follow up on Federal Highway. There were a number of dilapidated properties and the City's involvement with Code Compliance has been impressive. There are several drainage issues in INCA and the follow-up was also impressive. He announced the parking problem by U -Haul has been resolved. Mr. Woodworth noted Boynton Beach has a HACK Lab which is a technology oriented - training institute where anyone can learn for next to nothing. He thought it should be connected to the Schoolhouse Children's Museum. Dominique Natale, 10143 Boynton Place Circle, explained she was thankful to the City Commission for their service. They serve children with special needs and were excited about the upcoming Love for Hope Ball for children with disabilities. She requested the City Commission continue to advocate for all children. The Love for Hope Ball is from 5 to 9 p.m. and the 5K Run, Walk and Roll starts at 7:30 a.m. that morning. At the Ball, children with special needs will be prince and princesses for the night at the Carolyn Sims Center. Susan Schaffel, 116 SW 1St Avenue, advised she wanted the High School saved. She moved from Broward County to Boynton Beach because of crime. She purchased a new home in April and her neighbor behind her, in 10 days, was robbed five times. She has complained and emailed requesting the area be cleaned up. She thought it was offensive. There are drug rehab centers on her street. She sees characters walking the street at night and commented something had to be done. She was unsure the City Commission was aware of the situation. He noted her brother had an addiction problem, but he received treatment in a proper facility. Page 303 of 710 INIKMID Wil I -09M ! I go] 011 Dr. Piotr Blass, 113 W. Tara Lakes Drive, commended Abbey Peterman and suggested providing temporary housing for homeless children and working with Abby's Angels. He understood concerns about fear and robbery and thought the Police Department was superb, but there should be a greater effort to address crime. He reminded all the Old High School is designated as the University of Boynton Beach and he would object to its demolition, 141IIIIIIIIIIIK-1 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 (NN Stu) openings exist: Arts Commission: 1 Reg and 1 Alt Building Board of Adjustments and Appeals: 2 Alts Education and Youth Advisory Bd.: 1 Alt, 1 Stu and 1 Stu NN Library Bd.: 1 Alt Senior Advisory Board: 2 Regs and 2 Alts Veterans Advisory Commission: 2 Alts There were no applicants. Commissioner McCray announced former Code Compliance Chair, Chris DeLisio had passed away and had served the City for many years as the Chair of the Code Compliance Board and as a member of the Police Department. He requested prayers for Mr. DeLisio and his family. 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. R16-017 - Approve First Amendment tit Boynton Village Park Conveyance Agreement between the City of Boynton Beach and BR • Acquisitions LLC. B. PROPOSED RESOLUTION NO. R16-018 - Assess the cost of nuisance abatement on properties within the City of Boynton Beach. C. PROPOSED RESOLUTION NO. R16-019 - Authorizing the City Manager to execute an interlocal agreement for reimbursement between Palm Beach County Page 304 of 710 MEETING MINUTES CITY COMMISSION BOYNTON BEACH, FLORIDA Emergency Management and the City of Boynton Beach for our recent purchase of Target Solutions, an online training management system. D. PROPOSED RESOLUTION NO. R16-020 - Declaring the public necessity of acquiring three (3) parcels of property for the purpose of acquiring right-of-way and utility easements to implement the proposed NW 10th AvenueANest Martin Luther King Jr. Blvd street improvements as part of the Model Block Program of the Heart of Boynton Community Redevelopment Plan. E. PROPOSED RESOLUTION NO. R16-021 - Declaring the public necessity of acquiring four (4) parcels of property for the purpose of acquiring right-of- way and utility easements to implement the proposed NW 11th Avenue street improvements as part of the Model Block Program of the Heart of Boynton Community Redevelopment Plan. F. PROPOSED RESOLUTION NO. R16-022 - Authorizing the Mayor to sign a Subordination of Easement Interest for a new Florida Department of Transportation (FDOT) drainage easement that will replace an existing drainage easement for the Casa del Mar project. Commissioner Fitzpatrick commented he would appreciate a Google drawing to see where the easements were. They were difficult to see using surveys and thought Google maps would be better. Motion Commissioner Fitzpatrick moved to approve. Commissioner McCray seconded the motion. Vice Mayor Casello asked what effect the easements would have on surrounding neighborhoods. Colin Groff, Utilities Director, explained this is an agreement to share the easement with the Department of Transportation so each could access their pipes. The FDOT was improving drainage along Dimick Road by adding a swale and installing an outfall structure for the neighborhood. In October, the City would finish the drainage for the rest of the neighborhood. Dimick Road had all the water lines changed and has new hydrants. The motion unanimously passed. G. Accept the Fiscal Year 2015-2016 Budget Status Report of the General Fund and the Utilities Fund for the three (3) month period ending December 31, 2015. 7 Page 305 of 710 :o A H. Authorize the Finance Department to reduce the Allowance for Uncollectible Accounts and the Accounts Receivable Accounts by $376,951.26. This amount reflects unpaid ALS Transportation billings that have been in collections for 12 months or longer. 1. Authorize the City Manager to terminate two Commercial Lease Agreements located on City owned land at 909 N. Seacrest Boulevard. J. Approve the minutes from the Regular City Commission meeting held on January 19, 2016, K. Authorize the Mayor to sign the plat for the Flavor Pict Townhomes project to accept dedications per plat for the utility easements for service by Boynton Beach Utilities. A. PROPOSED RESOLUTION NO. R16-023 - Approving the award of RFP No. 012-2411-16/JMA for Supplemental Building Services to C.A.P. Government as primary, Hy -Byrd as secondary and G.F.A. International as third, and authorize the City Manager to sign Professional Services Agreements for building services to be utilized #n an "as needed" basis. Motion Commissioner Merker moved to approve. Commissioner McCray seconded the motion. Andrew Mack, Director of Development, advised this would supplement Building Division services on an as needed basis when there are fluctuations in the number of inspections and/or plan reviews. They will conduct inspections and supplement building staff. Commissioner Fitzpatrick hoped the service would not be used that much. Mr. Mack explained they made some organizational changes geared to use staff instead; however, this would streamline the process. Vote 8. CODE COMPLIANCE and LEGAL SETTLEMENTS - None 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. Page 306 of 710 MEETING MINUTES CITY COMMISSION BOYNTON BEACH, FLORIDA FEBRUARY 2, 2016 10. CITY MANAGER'S REPORT - None 11. UNFINISHED BUSINESS A. Hear presentation from Rick Gonzalez, REG Architects on Old High School restoration project. Commissioner McCray commented there was a committee created to save the Old High School. He asked how much money was raised and learned the amount was about $5,000. Rick Gonzales, President REG Architects, 300 Clematis Street, commented he had met with each Commissioner and would summarize his presentation. He explained he has been involved with this type of work for 30 years and preservation requires community support. He appreciated being given the time to develop a viable, economic approach to sustainability and preservation. There would four partners which were the City of Boynton Beach, the CRA, REG Architects and Straticon Construction, their contractor and investor. Jeff Hardin, Straticon Construction and REG Architects will handle the majority of the work and they had been working with others on a master plan. Mr. Gonzales commented historic buildings are often green buildings and he thought it would be easy to obtain a green building designation for the Old High School. Mr. Gonzales commented they have experience working with CRA Districts and Straticon and REG had worked on projects for the Seminole Indians, Trump National Golf Clubs in Jupiter, Doral and West Palm Beach, and historic Gulfstream Goodwill Apartments for the homeless. Straticon is a family-owned business in existence for 25 years, with 50 employees and four locations. Jeff Hardin, Straticon Chief Executive Officer, is experienced with preservation, construction and governmental projects, and had worked on notable project such as the Versace Mansion in South Beach, various hotels such as Pestana and the Alexander Lofts. REG Architects has worked on the 1916 Palm Beach County Courthouse, Mar-a-Lago, Harriet Himmel Theatre, Trump National Golf Club, Lake Worth Beach Casino and the International Polo Equestrian. Mr. Gonzales reviewed several other historic projects he worked on and explained he hoped the project would help develop the western downtown area and create a gateway to the areas to the north and west, stimulating new investments and jobs. He expressed the project would generate tourism, increase sales for local businesses and create a pedestrian -friendly cultural campus, generating foot traffic. Mr. Gonzales expressed there would be activity nodes and outdoor activities with adjacent City cultural assets that would reinforce the area's historic character and help rebrand downtown Boynton Beach. N Page 307 of 710 INIUM 011-3-01 lavexallue ffloulma—molm. 0 W. -Ke _1 AAMEEWW Mr. Gonzales pointed out the location was four blocks from 1-95 on a historic main street connecting to the Marina. He looked at existing uses in the area and prior studies. The building is flexible and the hallway and stairwells are wide. The first phase would be to restore the Old High School to National Historical Landmark status and Mr. Gonzales commented the City already has two National Landmarks. He noted Boynton Beach achieved Certified Local Government status. The site plan would respect the Kapock tree and recreate walkway and fountain features that had previously existed. Phase I would encompass resurfacing the existing parking lot and he noted the location is within walking distance of an additional 200 parking spaces. The conceptual design was discussed with the Recreation and Parks Director. The first floor could have four retail spaces and they hoped to have a small caf6 to generate activity. They could have a small brewery or retail establishment selling Boynton Beach items. The building would also have City spaces and area for art galleries. All four staircases would be restored to their original condition and they would add a handicapped access. Bathrooms would be refurbished and they could have a check in space for children's activities the City currently offers across the street. There could be a Tots and Mom space, piano lessons, karate and dance, children's art classes, after school programs and teen spaces and more. The second floor could accommodate CRA offices along the front of the building and art gallery space. The largest draw to the project would be to use the gymnasium and bleachers for an indoor green market. The space could be used for mid-sized concerts and can seat 600 to 700 people. The Old High School is also centered between West Palm Beach and Boca Raton, making it a convenient location to access. Mr. Gonzales explained the building could stabilize the Town Square project, and they used the Treasure Coast Regional Planning Council plan, overlaid with the high school. The 15 -acre project had mixed uses. It created an urban environment and would be a catalyst for an urban downtown. Sketches of the project from Phase I were viewed. Jeff Hardin, Straticon Construction Services, explained Straticon is a family-owned business, and they renovate, redevelop and construct buildings. He appreciated the community putting their passion into saving a landmark project. He and Mr. Gonzales worked on several projects together. They toured the facility and Straticon decided to invest in the project and finance the development in its entirety. Straticon is a financially viable company and they put together a financial pro forma. The project is a $6 million project. Straticon assembled their vendors, subcontractors and others who are experienced in restoration of historic buildings and they studied the concept that was presented. Mr. Hardin commented they met with each Commissioner this week, and they are requesting the City make an initial contribution and investment of $1.5 million dollars. Straticon and the development team would finance the rest of the funds to restore the building. im Page 308 of 710 MEETING MINUTES CITY COMMISSION BOYNTON BEACH, FLORIDA FEBRUARY 2, 2016 Straticon will request the City and CRA lease a portion of the building. Straticon's plan also included retail areas on the ground floor in the front of the building. A 10 -year and 20 -year lease proposal had been prepared, and Mr. Hardin requested they begin negotiations that would address the needs of the City and cost implications. The building will revert back to the City at the end of the lease period. Commissioner Merker disclosed he met with Messrs. Gonzales and Hardin, and he applauded those trying to preserve history. Commissioner Fitzpatrick asked about ownership of -the land and Mr. Hardin explained under the lease agreement, Straticon would renovate the building, the City would contribute $1.5 million and lease it at slightly over $300,000 a year for 20 years and the completely restored building would revert back to City ownership at the end of the lease. Commissioner Fitzpatrick thought a deed transfer pertained to the Historic Tax Credits. There was also a long-term lease option for 39 years, but it could revert back after 20 years. He clarified they need counsel in this area. Commissioner McCray requested Attorney Cherof discuss a reminder notice about the Old High School. Attorney Cherof explained it was a notice that while considering this project, a prior project was initiated by Mr. Contin from the Old Boynton School Partnership. The City Commission cancelled the project and there was a pending lawsuit. Commissioner McCray asked if the litigation would prevent them from moving forward and learned it would not. Commissioner Merker thought the litigation was even more reason to move forward because a final determination has not been made and the additional research could come in time with a final decision from the Court. Commissioner McCray requested a timeline be given. Mr. Gonzales explained they would work with City staff over the next 30 to 90 days to determine the financial, legal and technical components of the project. The consultants would review the tax credits and other financial matters, and they would refine the floor plans with the Recreation and Parks, Historic Preservation and Building Departments. Mr. Hardin advised he is ready to immediately fence the property when an agreement is reached, and Mr. Gonzales hoped to waterproof the building before hurricane season starts on June 1St "rhe rest of the year, they would seek to obtain historic preservation, planning and zoning and building department approvals, and final construction documents. He hoped construction would commence by Christmas 2017. Mr. Hardin expressed there was much that could be done that does not require construction documents and permits and there are safety issues and others that need to be addressed almost immediately. Mayor Taylor liked the plan and complimented Messrs. Gonzales and Hardin and their team on the work. He has always believed in preservation, but the obstacle was the financing. Since Straticon was willing to commit $4.5 million dollars, the project is a public/private partnership. The City would make an investment in the project, but Mayor Taylor wanted to ensure the City performed its financial due diligence. 11 Page 309 of 710 MEETING MINUTES CITY COMMISSION BOYNTON BEACH, FLORIDA Vice Mayor Casello commended Mr. Gonzales for developing the plan without any cost to the City. He asked about the lease payments of $300,000 per year, with a cost of living increase of 3% per year. He noted after 20 years, the City would be paying $11.7 million. Mr. Hardin commented it would be a combination of City and CRA funds including the $1.5 million. Vice Mayor Casello asked about the value of the asset. Mr. Hardin explained the value of the asset is now zero. After investing $6 million on the restoration, he appreciated the amount over the lease term of 20 years at 3% per year. The building could be paid off at an accelerated pace and had a 10 -year option. Vice Mayor Casello commented he favored the project and it all came down to the financing. Mr. Hardin commented the financing was in place and they were ready to move forward. Commissioner Merker commented the project preserves the City's history and the City's future. Attorney Cherof explained some kind of motion is needed to move forward on a temporary basis, to do the analysis and direct staff to participate in the process. Vice Mayor Casello so moved, Commissioner Merker seconded the motion. Mayor Taylor opened the issue to public comment. Gillian Davis, 1037 Coral Drive, a resident since 1957, was horrified at the thought of losing the Old High School. She commented it was the center of social activities in the 60's and 70's and she held dance classes and recitals there. Steven Grant, 1136 NE 3"d Avenue, mayoral candidate, was glad the City Commission reconsidered its stance on demolishing the Old High School. He requested the City Commission consider a community benefit agreement and the developer provide a deposit because there were instances when the City and CRA gave money and the developer did not follow through on its obligation or filed for bankruptcy. Commissioner McCray noted the $1.5 million contribution would be made in payments. Lisa Fuller Bradbury, 635 Casa Loma Boulevard, was excited about the project. She pointed out the popular Arts Garage in Delray Beach may lose their lease. She suggested that organization may be a good fit for the Old High School. A woman who did not identify herself was present supporting those in favor of preserving the Old High School. The group worked very hard and she thanked the City Commission. im Page 310 of 710 MEETING MINUTES CITY COMMISSION BOYNTON BEACH, FLORIDA Colleen Paulhas, Gulfstream, Florida, frequents the Schoolhouse Children's Museum, commented there was no better partner than REG and she liked their plans. She proposed they consider leasing or selling part of the building to C -Star, a school committed to Waldorf Education located in Boca Raton. Debbie Lytle, 1700 SW 14th Avenue, a Boynton Beach resident since 1952 attended the Old High School. She commented it is a piece of the past and would like to see it maintained. Sharon Koscot, Art Deco Society of Palm Beach, thanked Messrs. Gonzales and Hardin for their proposal. The Commissioners created a legacy and will be remembered as the City Commission that saved the Old High School. She pointed out all art buildings are housed in historic structures. She thanked the City Commission and was proud to be at the meeting. Nicole Ants, 307 SW 13th Avenue, was glad the City Commission decided to save the school. She requested the C * ity Commission reverse their vote to demolish the Old High School Attorney Cherof advised procedurally they could not because there was nothing on the agenda to demolish the building. Dr. Piotr Blass, 113 W. Tara Lakes Drive, thanked Mr. Gonzales for saving the Himmel Theater. Dr. Blass commented he wants to have the University of Boynton in the building and he wanted to be clear when the building is restored there will be lecture halls, computers and labs there. He would pay for the space if needed. Dr. Blass urged caution about committing millions of dollars with an election coming up in a few weeks. He thought the idea of leasing a building back that the City already owned must be financially reviewed. He thought the Old High School was the most valuable property in the City. Alan Hendricks, 122 SE 4th Avenue, thanked Mr. Gonzales and noted the Community Caring Center incubator program was packed. If the incubator were housed in the Old High School, there would be a lot of grants available. Vice Mayor Casello appreciated the ideas put forth and thought they should be explored, Commissioner McCray commented if they build it, they will come and if renovated, the building would be used. Commissioner Fitzpatrick thought the $300,000 per year was tough and asked if there were any offsetting costs from the Civic Center since the programs would be held in the Old High School. He also inquired if there was needed maintenance for the Civic Center that should be considered. 13 Page 311 of 710 MEETING MINUTES CITY COMMISSION BOYNTON BEACH, FLORIDA dgn�Mo Jeff Livergood, Director of Public Works and Engineering, explained staff would have to look at the building where those programs are currently held and determine maintenance costs. Commissioner Fitzpatrick wanted to know if there would be a major renovation cost for the Civic Center and learned there were and they were contained in the Capital Improvement Plans. Commissioner Fitzpatrick inquired if there were any expenses associated with the Art Center and learned there Would be minimal maintenance costs over the next five years. If the programs at the Art Center are moved, staff must determine what space they would use and if they could use the land for other private development. Commissioner Fitzpatrick thought the $300,000 may be difficult to overcome. There was talk about raising the millage rate to cover the $300,000 and he could not support it. There were other items more important to fund such as replacing worn out sanitation trucks or funding the P25 radio system or other unfunded programs. He mentioned the item is not a vote to save the Old High School; it is to save the Old High School for 90 days. Forty-five days after the election, things could change. He pointed out the City Commission authorized him investigating a land acquisition from the County, and when he did, the vote did not favor the acquisition. There is also the lawsuit with Juan Contin. Three weeks before he was to execute the paperwork, the deal was pulled. Commissioner Merker agreed with Commission Fitzpatrick and thought it was good they were giving Mr. Gonzales and Mr. Hardin time to do what was needed. Commissioner Merker agreed there is a pension problem, but there is a united Commission wanting the project to move forward. Commissioner Fitzpatrick inquired if the project had to be bid. Attorney Cherof responded it did not at this point, but it depended on what was submitted to them to review and they would evaluate that aspect. Mayor Taylor commented they have been talking with several developers about the entire Town Square and developers were waiting to see what would occur with the Old High School. He thought once the fate of the Old High School is made known, several plans would be submitted. =1 The motion passed unanimously. 12. NEW BUSINESS - None 13. LEGAL A. PROPOSED ORDINANCE NO. 16-001 - SECOND READING - Request revision to existing Ord. 14-017 to coincide with changes made under FSS 316.1951 to increase citation penalty for curbstoning violation from $100 to $500 per event. M Page 312 of 710 MEETING MINUTES CITY COMMISSION BOYNTON BEACH, FLORIDA Jagam��f Mayor Taylor opened the issue for public comment. No one came forward. I J, Commissioner Merker moved to approve. motion. Commissioner Fitzpatrick seconded the Interim City Clerk Pyle called the roll, The vote was 5-0 B. PROPOSED ORDINANCE NO. 16-002 - SECOND READING - Amending Part 11, Chapter 2, Article XII, Section 2-163(b) of the Code of Ordinances entitled: "Establishment of Public Art Fee" to provide for residential community project exemptions to the Public Art Fee; establishing a retroactive date for application of the exemption. Attorney Cherof read Proposed Ordinance No. 16-001 on second reading, by title only. Mayor Taylor opened the issue for public comment. No one came forward. Commissioner Merker moved to approve. Cornmissioner McCray seconded the motion. Vote Interim City Clerk Pyle called the roll. The vote was 5-0. C. PROPOSED ORDINANCE NO. 16-003 - SECOND READING - Amending the Land Development Regulations, Chapter 4, Article W, Section 4, Subsection 1310 to allow feather banners on a permanent basis. Attorney Cherof read Proposed Ordinance No. 16-001 on second reading, by title only. Mayor Taylor opened the issue for public comment. No one came forward. Commissioner McCray moved to approve. Commissioner Merker seconded the motion. Vote Interim City Clerk Pyle called the roll. The vote was 5-0. 15 Page 313 of 710 MEETING MINUTES CITY COMMISSION BOYNTON BEACH, FLORIDA 14. FUTURE AGENDA ITEMS Mfflbm�, R A. Code Compliance Initiative - North Federal Highway - March/April 2016, B. Workshop with City Commission and City Staff concerning zoning designations and terminology (i.e. permitted uses, conditional uses, etc) - April/May 2016 Commissioner McCray requested adding a discussion of Sara Sims Park as a future agenda item. 15. ADJOURNMENT There being no further business to discuss, Mayor Taylor properly adjourned the meeting at 8:32 p.m. (CONTINUED ON NEXT PAGE) im Page 314 of 710 AN1111 M.-®RY41111001,01411".] W, ma* a—, ATTEST Judith A. Pyle, CMC Interim City Clerk 0 a --"- "z1 Catherine Cherry 6 Minutes Specialist 17 Jerry Taylor, Mayor Joe Casello, Vice Mayor David T. Merker, Commissioner Mack McCray, Commissioner Michael M. Fitzpatrick, Commissioner Page 315 of 710 7.A. BIDS AND PURCHASES OVER $100,000 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. R16-032 -Authorize the City Manager to sign an agreement with e -Builder for Capital Project Management Software through a piggyback of GSA Contract Number GS-35F-408AA in the sum of $113,475 plus $2,000 for travel totaling $115,475 for implementation services and an annual software license fee of $48,120 for a total cost of $163,595. Utilization of General Services Administration contracts are permitted as an alternative to formal sealed bids. EXPLANATION OF REQUEST: The Utility currently manages a significant number of both large and small capital projects but does not have a dedicated system for managing both the information flow and finances of the project in one location. e -Builder is a suite of software packages that handles every aspect of project management from the position of the buyer, unlike most project management systems that are dedicated to the contractors and engineers. The e -Builder Enterprise Suite is comprised of the following elements Capital Planning Cost and Funding Management Structured Workflow Schedule Management Bid Management Integrated Reporting Because every project is handled within the one system it will be possible to review the entire capital plan progression in one place both in terms of progress in the field and the complete financial picture. This will provide senior management with the ability to allocate resources appropriately to ensure that projects are completed on time and within budget. The software licensing will enable other City departments to utilize the system and will be included in the implementation phase as follows 1. Kickoff (Initiation) 2. Design (Planning) 3. Configuration (Execution) 4. Training (Control) 5. Adoption (Closure) On first adoption it is intended to utilize the system on a stand alone basis with the understanding that it will be possible to integrate e -Builder with our financial software at a later date if deemed appropriate. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? This system will provide a structured centralized project management system which will improve cost and time control of the CIR FISCAL IMPACT. Budgeted The implementation costs will be met from a/c 403-5000-536-31.90 Page 316 of 710 Software annual license fees will be met from a/c 401-2821-536-46.91 ALTERNATIVES: To continue to use the existing fragmented manual systems for project management. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type Description D Resolution Resolution approving e -Builder Software Agreement D Agreement e builder agreement D Attachment GSA Contract GS-35F-408AA D Attachment GSA authorized schedule price list REVIEWERS: Department Reviewer Action Date Utilities Groff, Colin Approved 1/12/2016 - 5:14 PPA Utilities Groff, Colin Approved 1/12/2016 - 5:16 PPA Assistant City Manager Pyle, Judith Approved 1/13/2016 - 9:39 AKA Finance Howard, Tim Approved 1/26/2016 - 1:48 PPA Legal Swanson, Lynn Approved 2/5/2016 - 2:46 PPA City Manager LaVerriere, Lori Approved 2/11/2016 - 2:56 PPA Page 317 of 710 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. R16 - A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY MANAGER TO SIGN AN AGREEMENT WITH e -BUILDER FOR CAPITAL PROJECT MANAGEMENT SOFTWARE THROUGH A PIGGYBACK OF GSA CONTRACT NUMBER GS-35F-408AA IN THE AMOUNT OF $113,475 PLUS $2,000 FOR TRAVEL TOTALLING $115,475 FOR IMPLEMENTATION SERVICES AND AN ANNUAL SOFTWARE LICENSE FEE OF $48,120 FOR A TOTAL COST OF $163,595 AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the Utilities Department currently manages a significant number of both large and small capital projects but does not have a dedicated system for managing both the information flow and finances of the project in one location; and WHEREAS, e -Builder is a suite of software packages that handles every aspect of project management from the position of the buyer, unlike most project management systems that are dedicated to the contractors and engineers; and WHEREAS, the department is requesting the Commission to authorize the City Manager to sign an agreement with e -Builder for Capital Project Management Software through piggyback of a GSA Contract Number GS-35F-408AA in the sum of $113,474 plus $2,000 for travel totaling $115,475 for implementation services and an annual software license fee of $48,120 for a total cost of $163,595. 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. C:\Program Files (x86)\neevia.com\docConverterPro\temp\NVDC\EAAF1 BD1-6979-4479-A054-E3F02F43D87B\Boynton Beach. 2742.1.e- Builder_for _Capital_Project_ Management _Software _Agreement _ =Reso.doc Page 318 of 710 31 Section 2. The City Commission of the City of Boynton Beach, Florida does 32 hereby approve and authorize the City Manager to sign an agreement with e -Builder for 33 Capital Project Management Software through piggyback of a GSA Contract Number GS - 34 35F-408AA in the sum of $113,474 plus $2,000 for travel totaling $115,475 for 35 implementation services and an annual software license fee of $48,120 for a total cost of 36 $163,595, a copy of which is attached hereto as Exhibit "A". 37 Section 3. This Resolution shall become effective immediately upon passage. 38 PASSED AND ADOPTED this day of , 2016. 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 CITY OF BOYNTON BEACH, FLORIDA Mayor — Jerry Taylor Vice Mayor — Joe Casello Commissioner — David T. Merker Commissioner — Mack McCray Commissioner — Michael M. Fitzpatrick VOTE ATTEST: Judith A. Pyle, CMC Interim City Clerk (Corporate Seal) YES NO C:\Program Files (x86)\neevia.com\docConverterPro\temp\NVDC\EAAF1 BD1-6979-4479-A054-E3F02F43D87B\Boynton Beach. 2742.1.e- Builder_for _Capital_Project_ Management _Software _Agreement _ =Reso.doc Page 319 of 710 E -BUILDER SERVICE AGREEMENT e -Builder, Inc. whose address is 1800 NW 69h Avenue, Suite 201, Plantation, FL 33313 ("e -Builder") and Ordering Activity, as defined in GSA Order ADM4800.2G and as revised from time to time ("Customer"), enter into this e -Builder Service Agreement (the "Service Agreement"). In the event of a conflict between any terms and conditions in this Service Agreement and the terms and conditions of the GSA Schedule 70 contract, the terms and conditions of the Schedule 70 contract shall control. The work to be performed for an "Ordering Activity" may be contained in one or more "Task Orders." TERM. This Agreement shall continue for the period purchased by the Ordering Activity as set forth in the relevant task order. SERVICES. 2.1 Services. e -Builder agrees to provide the services described in the relevant Task Order (the "Services") to Customer subject to the terms and conditions of this Agreement, in consideration for the payments set out therein. Customer acknowledges that e- Builder Enterprise' software may be modified or upgraded from time to time, and that "Services" and `Customer Support" provided to Customer shall only include the use of the most recent version of e -Builder Enterprise'. 2.2 License of Software. Customer's right to use the Services (including, without limitation, the limited license to use e -Builder Enterprise" software), is limited to the restrictions contained herein, including those related to the number of users, projects, annual capital program expenditures and/or period of use. The Customer acknowledges that title to and copyright in the software applications supplied by e -Builder (including e -Builder Enterprise) are reserved by e -Builder. Customer acquires no right in any software, copyrights, patents or any other intellectual property belonging to or licensed by e -Builder, other than the specific limited rights to the Services. e - Builder is and shall remain the sole owner of all copyrights, trademarks, patents and other proprietary rights in and to all aspects of the Services (including, without limitation, all software, code and designs used in providing the Services). WARRANTIES 3.1 Representations. Customer represents, warrants and covenants the following to e -Builder. (i) Customer currently possesses all necessary licenses, permits, insurance and approvals required validly to execute, deliver and perform its duties under this Agreement and is qualified to do business in all jurisdictions where such qualification is required for Customer's performance of its duties under this Agreement, (ii) To the best of its knowledge and ability, Customer will comply with, and will use its best efforts to cause each subcontractor it may engage to comply with all applicable federal and state laws and regulations in performing its and their respective responsibilities under this Agreement and any subcontracts, and (iii) No information provided to e -Builder or disseminated through its software or systems shall infringe on or violate any trademark, copyright, trade secret, right of publicity or privacy (including but not limited to defamation), patent or other proprietary right of any third party. 3.2 Disclaimer of Warranty and Limitations of Liability. E -BUILDER DOES NOT AND CANNOT CONTROL THE FLOW OF DATA TO OR FROM E -BUILDER'S NETWORK AND OTHER PORTIONS OF THE INTERNET. SUCH FLOW DEPENDS IN LARGE PART ON THE PERFORMANCE OF INTERNET SERVICES PROVIDED OR CONTROLLED BY THIRD PARTIES. AT TIMES, ACTIONS OR INACTIONS OF SUCH THIRD PARTIES CAN IMPAIR OR DISRUPT CUSTOMER'S CONNECTIONS TO THE INTERNET (OR PORTIONS THEREOF). ALTHOUGH E -BUILDER WILL USE COMMERCIALLY REASONABLE EFFORTS TO TAKE ALL ACTIONS IT DEEMS APPROPRIATE TO REMEDY AND AVOID SUCH EVENTS, E -BUILDER CANNOT GUARANTEE THAT SUCH EVENTS WILL NOT OCCUR. ACCORDINGLY, E -BUILDER DISCLAIMS ANY AND ALL LIABILITY RESULTING FROM OR RELATED TO SUCH EVENTS. EXCEPT FOR THE WARRANTIES SPECIFICALLY AND EXPRESSLY MADE HEREIN AND ANY WARRANTIES SPECIFICALLY PROVIDED IN THE GSA SCHEDULE 70 CONTRACT, E -BUILDER MAKES NO WARRANTIES EITHER EXPRESS OR IMPLIED, AND ALL SUCH WARRANTIES ARE DISCLAIMED. FOR ANY ONE OR MORE BREACH OF THIS AGREEMENT OR DEFAULT HEREUNDER, THE ENTIRE LIABILITY OF THE PARTY 1N BREACH OR DEFAULT, AND THE EXCLUSIVE REMEDY OF THE OTHER PARTY, SHALL BE PAYMENT OF THE ACTUAL DAMAGES PROXIMATELY CAUSED BY SUCH BREACH OR DEFAULT, WHICH SHALL NOT EXCEED THE AMOUNT OF ONE (1) MONTH'S FEES PAID BY CUSTOMER HEREUNDER. 1N NO EVENT SHALL EITHER PARTY BE LIABLE FOR ANY SPECIAL, INDIRECT, INCIDENTAL, CONSEQUENTIAL OR EXEMPLARY DAMAGES, LOSSES, OR EXPENSES, INCLUDING, WITHOUT LIMITATION, LOST PROFITS, FAILURE TO REALIZE EXPECTED SAVINGS OR ANY OTHER COMMERCIAL OR ECONOMIC LOSS OF ANY KIND ARISING OUT OF OR RELATED TO THIS AGREEMENT. THESE LIMITATIONS ON THE LIABILITY OF EITHER PARTY SHALL APPLY TO ANY AND ALL CAUSES OF ACTION THAT EITHER PARTY MAY HAVE AGAINST THE OTHER, IRRESPECTIVE OF THE NATURE OF THE CAUSE OF ACTION UNDERLYING A CLAIM, DEMAND OR ACTION, INCLUDING, WITHOUT LIMITATION, WHETHER 1T SOUNDS 1N CONTRACT OR TORT, BUT SHALL NOT APPLY TO OR LIMIT SUMS DUE HEREUNDER TO E -BUILDER FOR SERVICES. This clause shall not impair the U.S. Government's right to recover for fraud or crimes arising out of or related to this Contract under any federal fraud statute, including the False Claims Act, 31 U.S.C. §§ 3729-3733. Furthermore, this clause shall not impair nor prejudice the U.S. Government's right to express remedies provided in the GSA Schedule 70 contract (e.g., clause 552.238-75 — Price Reductions, clause 52.212-4(h) — Patent Indemnification, and GSAR 552.215-72 — Price Adjustment — Failure to Provide Accurate Information). Page 320 of 710 E -BUILDER - SERVICE AGREEMENT 3.3 Indemnity. e -Builder agrees to indemnity and hold harmless the Customer (for services rendered under a Task Order, as applicable), , its officers, directors, employees or agents from and against any claims made upon it by any third party, arising out of information or software provided by it or actions of its employees, agents or invitees. 4. AUDIT RIGHTS. e -Builder will have the right, during normal business hours and upon at least five (5) days prior written notice, to have an independent audit firm selected by e -Builder audit Customer's records relating to Customer's activities pursuant to this Service Agreement in order to verify that Customer has complied with the terms of this Agreement Such audits will be conducted no more than once in any period of twelve (12) consecutive months, and e -Builder will adhere to any security measures required by the Ordering Activity. 5. CONFIDENTIALITY. Confidential Information refers to all nonpublic information provided by one party to the other, but it does not include this Service Agreement. The Parties agree that, except to the extent necessary to implement the terms and conditions of this Agreement, when authorized in writing by the other Party or when otherwise required by law: (i) each Party will preserve and protect the confidentiality of the other Party's Confidential Information; (ii) neither Party will disclose to any third party the existence, source, content or substance of the other Party's Confidential Information, or make copies of such Confidential Information except as required by this Agreement; (iii) neither Party will deliver the other Party's Confidential Information to any third party, or permit such information to be removed from the premises of the Party receiving such information; and (iv) each Party shall advise any of its employees or agents working on or having access to the other Party's Confidential Information of the confidentiality of such information. 6. MISCELLANEOUS 6.1 Governing Law and Venue. This Agreement shall be governed by and interpreted in all respects in accordance with the laws of the State of Florida, United States. 6.2 Notices. All notices required or permitted to be sent pursuant to this Agreement shall, unless otherwise specifically provided, be in writing and shall be deemed given when delivered personally or by facsimile, overnight air courier or certified mail (postage prepaid, return receipt requested), to the addresses shown above or such other substitute address designated in writing. 6.3 Force Majeure. Notwithstanding any other provision of this Agreement, if by reason of Force Majeure, any Party is unable to perform certain of its obligations under this Agreement it shall be automatically relieved of those obligations to the extent, and for the period of time, that such Party is prevented from meeting them by Force Majeure. E -BUILDER, INC. "Customer" By: Title: Date: By: Title: Date: Page 321 of 710 e -Builder Task Order for: City of Boynton Beach February 5, 2016 GSA Contract Number: GS-35F-408AA Period Covered by Contract: May 31, 2013 -May 30, 2018 General Services Administration This Investment Summary is considered valid for 60 days from the above publication date of this Order Form. Non -approval of the Order Form within this timeframe will result in the redefinition of the Investment Summary. Builder"' CONFIDENTIAL Disclosure Statement This Task Order, is between e -Builder, Inc. ("e -Builder") and Port Canaveral ("Customer"), and is dated August 14, 2015 (the "Effective Date"). This Order Form incorporates by reference the terms and conditions of the GSA Service Agreement dated MONTH DAY, 2015 between e -Builder and Customer. In the event of an inconsistency between the terms of this Task Order and the Service Agreement, the terms of the Service Agreement shall control. The term of this Task Order shall commence on the Effective Date and end on MONTH DAY, YEAR. Customer may renew this Order Form by providing notice of renewal to e -Builder at least sixty (60) days prior to expiration of the then current term. Each renewal term shall be for a period of not less than one (1) year, unless agreed otherwise. The information provided in this document shall not be disclosed outside the recipient's organization and shall not be disclosed in whole or in part for any purpose other than to evaluate the information. During the evaluation process, the recipient may duplicate this document only for distribution to evaluators within the recipient's organization. If a contract is awarded to e -Builder as a result of or in connection with the submission of this information, the recipient shall have the right to duplicate, use or disclose the information to the extent provided in the contract. This restriction does not limit the right of the recipient to use information contained if it is obtained from another source without restriction. In the event that the recipient is served with a request to disclose any or all of e -Builder's confidential information pursuant to the requirements of applicable law, a judicial or governmental request, requirement or order or otherwise, e -Builder asks to be promptly notified in order to provide sufficient time to object to such request, understanding that the recipient will take reasonable steps to cooperate with and assist e -Builder in contesting such request, requirement ,or order or in otherwise protecting e -Builder's rights prior to disclosure. © Copyright e -Builder Inc., 2015 e -Builder Order Form: City of Boynton Beach Page 1 Page 323 of 710 CONFIDENTIAL Investment ®y The following details the investment summary for the Annual Software Subscription and the One -Time Implementation & Development Services for the e -Builder EnterpriseTM system. Annual tvoffiiare tvubscrintion Annual Item Scope Variable Annual Price Number of Users Up to 50 users $48,120 The license investment reflects the GSA/e-Builder agreement under SIN#132-52/Part Number EB -ENT. Total Annual Subscription $48,120 n -°I inti: Implementation & Des e lopment See -N ices Item Scope Variable Price e -Builder Enterprise Per Implementation & $113,475 Implementation, Setup, Development Services Scope Deployment & Training section below Total Implementation Services $113,475 Total e- wild r Enterprise Ins estment — Year 1 Item Price Total Annual Software Subscription $ 48,120 Total Implementation & Development Services $113,475 Total Year 1 Investment $161,595 Proposal GSA Detail SIN Labor Category Discounted Rate Hours Price 132-51 Consultant $175.00 525.0000 $ 91,875 132-51 Project Manager $165.00 130.9091 $ 21,600 GSA Implementation Proposal $113,475 aynie rni • Payment of the first (lst) year's license term is due upon signing of this Order Form. • Fees for Professional Services shall be invoiced, and be due and payable, as follows: • 25% due upon delivery of the Implementation and training schedule. • 25% due upon completion of the design and delivery of functional specifications. • 25% due upon completion of configuration and user acceptance testing (UAT). • 25% due upon completion of user training. e -Builder Order Form: City of Boynton Beach Page 2 Page 324 of 710 CONFIDENTIAL • Travel and Expenses - Travel expenses and course material reproduction (if requested) are not included in the above investment. These expenses are billed as incurred as actuals. The Not to exceed amount for the travel and expenses is $2,000. Annual Subsc,,.ripfion Includes • Unlimited Projects • Unlimited Document Storage • 24x7 Technical Support • Quarterly Enhancement/Upgrades • Maintenance Releases The proposed annual subscription fees for Unlimited e -Builder Enterprise Users is based on the City of Boynton Beach's annual Capital Spend Program. e -Builder reserves the right to adjust the fee accordingly to align with the City of Boynton Beach's annual Capital Spend Program. e -Builder Order Form: City of Boynton Beach Page 3 Page 325 of 710 CONFIDENTIAL Implementation ever Services Scope Phase & Deliverables Scope 71 Comments Project Kickoff & Discovery Kick-off Meeting Included 2-4 weeks after contract execution Implementation Goals Included Defined during Kickoff Success Matrix Included Defined during Kickoff Initial Project Schedule Included Defined during Discovery Data Gathering Guide Included Defined during Discovery Project Design & Requirements Solution Document Included Requirements & Solution Design Project Configuration & Testing Core Modules Home Projects Calendar Contacts Setup Planning Module Not included Cost & Funding Module 1 -Template Process Module 3 -Processes Structured Workflow(s). Payment Application, Purchase Requisition, Potential Change Order Forms Module 3 -Forms +60 Standard Forms Schedule Module 1 -Template Document Module 1 -Template Bidding Module Standard Dashboard Module 2 -Dashboards +1 Admin Dashboard Reports Module 2 -Reports +120 Standard Reports Submittal Module Standard Time Tracking Module Not included Import Toolkit Standard +Use Training Project Training & Adoption Admin Training 1- Session Onsite 3 days Duration/ 5 Users Maximum End User Training 2- Sessions Onsite 2 days Duration Each/15 Users Maximum Train -the -Trainer 1- Session Onsite 3 -days Duration/8 Users Maximum Onsite Support Hands On 1- Session /4 Days Duration e -Builder Order Form: City of Boynton Beach Page 4 Page 326 of 710 Builder"' CONFIDENTIAL Phase & Deliverables Scope 71 Comments Project Kickoff & Discovery Adoption Calls 4 -Calls Customer s si iiis & Implementationss tip s The following responsibilities and assumptions are necessary for the successful completion of this implementation. In the event that an item below does not occur in the manner or time frame defined, e - Builder may request to meet with the Customer and mutually agree upon an adjustment to the schedule, work activities and fees. • The Customer will make best efforts to ensure the committed participation of all appropriate technical and user personnel throughout the project, including but not limited to periodic status reviews. Customer resources provided during the technical and functional sessions must be empowered to make decisions on project direction. • The e -Builder implementation team will work jointly with the Customer team to resolve all issues including those impacting the scope and timeline. Issues that may impact the progress and the schedule will be documented. If the issue is critical, e -Builder will present the issue to the Customer in writing as quickly as possible. Once the issue is presented in writing the Customer is expect to respond within two (2) business days. If the issue cannot be resolved within two days, they will notify e -Builder and arrange a meeting with all relevant personnel to resolve this issue. Failure to do so could impact the cost and schedule of the e -Builder implementation project. • All necessary content (data, text and graphics) will be provided to e -Builder prior to the creative processes (if applicable). • The Customer will reimburse reasonable travel expenses for any travel associated with the engagement. • Unless specifically identified as deliverables within this document, Customer will enter any historical data from past projects to enable historical analysis. • Unless specifically identified as deliverables within this document, data migration, system integrations or custom development of any kind is not included within the scope of the e -Builder implementation project. These items can be included through the change management process if identified as required items. • All change requests received and approved will be listed on a contract Addendum or Work Order. Each Addendum or Work Order must be signed and accepted prior to initiating additional work by the e -Builder. e -Builder Order Form: City of Boynton Beach Page 5 Page 327 of 710 Construction Program Management Software GENERAL SERVICES ADMINISTRATION FEDERAL SUPPLY SERVICE AUTHORIZED FEDERAL SUPPLY SCHEDULE PRICE LIST On-line access to contract ordering information, terms and conditions, up-to-date pricing, and the option to create an electronic delivery order are available through GSA Advantage!, a menu -driven database system. The Internet address for GSA Advantage! is: http.//www.gsaadvantaae.aov WORLDWIDE FEDERAL SUPPLY SCHEDULE CONTRACT SCHEDULE TITLE: GENERAL PURPOSE COMMERCIAL INFORMATION TECHNOLOGY EQUIPMENT, SOFTWARE, AND SERVICES FSC GROUP: 70 CONTRACT NUMBER: GS-35F-408AA PERIOD COVERED BY CONTRACT: May 31, 2013 to May 30, 2018 e -Builder, Inc. 1800 NW 69th Ave STE 201 Fort Lauderdale, FL 33313 (P) 954-513-3105 (F) 954-792-5949 http://www.e-Builder.net Contractor's Administration Source: ipraytherp_e-buil er.net General Services Administration Management Services Center Acquisition Division Modification #0002, dated 2/25/15 Business Size: Small DUNS: 933695785 For more information on ordering from Federal Supply Schedules click on the FSS Schedules button at http://www.fss.gsa.gov. e -Builder, Inc. [eRS11- 9 INTIV 1 OVERVIEW Company Background e -Builder is the leading provider of fully integrated, cloud -based construction program management software for top facility owners and organizations that act on their behalf. The company's flagship product, e -Builder Enterprise, improves capital project execution resulting in increased productivity and quality, reduced cost, and faster project delivery. Since 1995, e - Builder's technology leadership and construction industry focus has provided thousands of global companies, government agencies, and healthcare and educational institutions managing billions of dollars in capital programs with solutions to improve the plan, build and operate lifecycle. The company is privately held and headquartered in Fort Lauderdale, Florida. Earned Prestige and Trust e -Builder is trusted by many of the largest facility Owners and Program Managers managing capital construction project portfolios in excess of $100 billion to provide a reliable, cost effective and flexible platform for strategically managing cost, schedule and scope information from planning to occupancy. e -Builder provides these organizations with an auditable control mechanism to meet today's regulatory requirements. Accessible and Responsive Team e -Builder prides itself in being accessible to our clients and responding to their needs as part of our product roadmap definition. More than 75% of our enhancement requests come from clients. e -Builder's leadership team is available to address issues or concerns quickly. Experience in the Construction Industry Our team consists of seasoned experts with vast experience implementing our software throughout the world. The e -Builder team is experienced in the development, implementation, deployment, training and support of complex construction program management systems. We do not subcontract these functions. Our direct experience affords us a unique understanding of what it takes to deliver a successful implementation and results in our clients achieving their stated goals. e -Builder's focus and experience has always been on the construction industry, as opposed to generic project management systems. We have not ventured, nor do we plan to venture, outside of this space. e -Builder Enterprise TM Product Overview e -Builder Enterprise is a fully integrated cloud -based construction program management software system for owners managing capital projects. The system is designed to address the specific needs of these owners from planning stages through occupancy or operation. e -Builder Enterprise connects all of the internal and external stakeholders to efficiently manage documents, schedule, and communications across all of the projects in the organization. Developed and continuously refined since 1995 with input from thousands of users, e -Builder Enterprise is the most innovative, functionally -rich and easiest -to -use construction program management software system of its kind. Whether you are managing a single project, multiple projects, or multiple programs each with several projects, e -Builder Enterprise provides one integrated system to manage the cost, schedule and scope of each project as it moves from planning to occupancy. The system is modular, and entirely accessible and configurable via the Internet making it the fastest system to deploy. More than 5,000 companies and government agencies involved in capital construction planning, design, construction and operations leverage e -Builder to improve capital project execution. The results are increased productivity, accountability, and much tighter control over costs and schedule, which ultimately reduces costs and speeds time to market. e -Builder, Inc. GS-35F-408AA 2 Page 330 of 710 1a. TABLE OF AWARDED SPECIAL ITEM NUMBERS (SINs) SIN 132-51: Information Technology (IT) Professional Services SIN 132-52: Electronic Commerce and Subscription Services 1 b. LOWEST PRICED MODEL NUMBER AND PRICE FOR EACH SIN: See attached Proposed Pricelist 1c. HOURLY RATES (Services Only): See attached proposed pricelist 2. MAXIMUM ORDER*: SIN 132-51: $500,000 SIN 132-52: $500,000 *If the "best value" selection places your order over this Maximum Order identified in this catalog/pricelist, you have an opportunity to obtain a better schedule contract price. Before placing your order, contact the aforementioned contractor for a better price. The contractor may (1) offer a new price for this requirement; (2) offer the lowest price available under this contract; or (3) decline the order. A delivery order that exceeds the maximum order may be placed under the Schedule contract in accordance with FAR 8.404 3. MIMINUM ORDER: $100 4. GEOGRAPHIC COVERAGE: Domestic Delivery 5. POINT(S) OF PRODUCTION: 1800 NW 691h Ave STE 201 Fort Lauderdale, FL 33313 6. DISCOUNT FROM LIST PRICES: Net GSA pricing is listed in the attached pricing table 7. QUANTITY DISCOUNT(S): Additional 1 % discount on single task orders over $250,000 8. PROMPT PAYMENT TERMS: 0%, Net 30 Days 9a. Government purchase cards are accepted at or below the micro -purchase threshold 9b. Government purchase cards are not accepted above the micro -purchase threshold 10. FOREIGN ITEMS: None 11a. TIME OF DELIVERY: To be negotiated at the task order level 11 b. EXPEDITED DELIVERY: To be negotiated at the task order level 11 c. OVERNIGHT AND 2 -DAY DELIVERY: To be negotiated at the task order level 11d. URGENT REQUIREMENTS: Customers are encouraged to contact the contractor for the purpose of requesting accelerated delivery 12. FOB POINT: Destination e -Builder, Inc. GS-35F-408AA 3 Page 331 of 710 13a. ORDERING ADDRESS: e -Builder, Inc. 1800 NW 69th Avenue Suite 201 Plantation, FL 33313 (P) 954-513-3105 (F) 954-792-5949 13b. ORDERING PROCEDURES: For supplies and services, the ordering procedures, information on Blanket Purchase Agreements (BPA's) are found in FAR 8.405-3 14. PAYMENT ADDRESS: e -Builder, Inc. 1800 NW 69th Avenue Suite 201 Plantation, FL 33313 (P) 954-513-3105 (F) 954-792-5949 15. WARRANTY PROVISION: Refer to e -Builder, Inc.'s Service Agreement 16. EXPORT PACKING CHARGES: N/A 17. TERMS AND CONDITIONS OF GOVERNMENT PURCHASE CARD ACCEPTANCE: Accepted at, below, and above the micro -purchase threshold. 18. TERMS AND CONDITIONS OF RENTAL, MAINTENANCE, AND REPAIR (if applicable). N/A 19. TERMS AND CONDITIONS OF INSTALLATION (IF APPLICABLE): N/A 20. TERMS AND CONDITIONS OF REPAIR PARTS INDICATING DATE OF PARTS PRICE LISTS AND ANY DISCOUNTS FROM LIST PRICES (IF AVAILABLE): N/A 20a. TERMS AND CONDITIONS FOR ANY OTHER SERVICES (IF APPLICABLE): N/A 21. LIST OF SERVICE AND DISTRIBUTION POINTS (IF APPLICABLE): N/A 22. LIST OF PARTICIPATING DEALERS (IF APPLICABLE): N/A 23. PREVENTIVE MAINTENANCE (IF APPLICABLE): N/A 24a. SPECIAL ATTRIBUITES SUCH AS ENVIRONMENTAL ATTRIBUTES (e.g. recycled content, energy efficiency, and/or reduced pollutants): N/A 24b. Section 508 Compliance for EIT: as applicable 25. DUNS NUMBER: 933695785 26. NOTIFICATION REGARDING REGISTRATION IN SYSTEM FOR AWARD MANAGEMENT (SAM) DATABASE: Active in SAM, CAGE Code 1XMUo e -Builder, Inc. GS-35F-408AA 4 Page 332 of 710 SCOPE a. The prices, terms and conditions stated under Special Item Number 132-51 Information Technology Professional Services apply exclusively to IT Professional Services within the scope of this Information Technology Schedule. b. The Contractor shall provide services at the Contractor's facility and/or at the ordering activity location, as agreed to by the Contractor and the ordering activity. 2. PERFORMANCE INCENTIVES I -FSS -60 Performance Incentives (April 2000) a. Performance incentives may be agreed upon between the Contractor and the ordering activity on individual fixed price orders or Blanket Purchase Agreements under this contract. b. The ordering activity must establish a maximum performance incentive price for these services and/or total solutions on individual orders or Blanket Purchase Agreements. C. Incentives should be designed to relate results achieved by the contractor to specified targets. To the maximum extent practicable, ordering activities shall consider establishing incentives where performance is critical to the ordering activity's mission and incentives are likely to motivate the contractor. Incentives shall be based on objectively measurable tasks. 3. ORDER a. Agencies may use written orders, EDI orders, blanket purchase agreements, individual purchase orders, or task orders for ordering services under this contract. Blanket Purchase Agreements shall not extend beyond the end of the contract period; all services and delivery shall be made and the contract terms and conditions shall continue in effect until the completion of the order. Orders for tasks which extend beyond the fiscal year for which funds are available shall include FAR 52.232-19 (Deviation — May 2003) Availability of Funds for the Next Fiscal Year. The purchase order shall specify the availability of funds and the period for which funds are available. b. All task orders are subject to the terms and conditions of the contract. In the event of conflict between a task order and the contract, the contract will take precedence. 4. PERFORMANCE OF SERVICES a. The Contractor shall commence performance of services on the date agreed to by the Contractor and the ordering activity. b. The Contractor agrees to render services only during normal working hours, unless otherwise agreed to by the Contractor and the ordering activity. C. The ordering activity should include the criteria for satisfactory completion for each task in the Statement of Work or Delivery Order. Services shall be completed in a good and workmanlike manner. d. Any Contractor travel required in the performance of IT Services must comply with the Federal Travel Regulation or Joint Travel Regulations, as applicable, in effect on the date(s) the e -Builder, Inc. GS-35F-408AA 5 Page 333 of 710 travel is performed. Established Federal Government per diem rates will apply to all Contractor travel. Contractors cannot use GSA city pair contracts. 5. STOP -WORK ORDER (FAR 52.242-15) (AUG 1989) (a) The Contracting Officer may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part, of the work called for by this contract for a period of 90 days after the order is delivered to the Contractor, and for any further period to which the parties may agree. The order shall be specifically identified as a stop -work order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Within a period of 90 days after a stop -work is delivered to the Contractor, or within any extension of that period to which the parties shall have agreed, the Contracting Officer shall either - (1) Cancel the stop -work order; or (2) Terminate the work covered by the order as provided in the Default, or the Termination for Convenience of the Government, clause of this contract. (b) If a stop -work order issued under this clause is canceled or the period of the order or any extension thereof expires, the Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery schedule or contract price, or both, and the contract shall be modified, in writing, accordingly, if - (1) The stop -work order results in an increase in the time required for, or in the Contractor's cost properly allocable to, the performance of any part of this contract; and (2) The Contractor asserts its right to the adjustment within 30 days after the end of the period of work stoppage; provided, that, if the Contracting Officer decides the facts justify the action, the Contracting Officer may receive and act upon the claim submitted at any time before final payment under this contract. (c) If a stop -work order is not canceled and the work covered by the order is terminated for the convenience of the Government, the Contracting Officer shall allow reasonable costs resulting from the stop -work order in arriving at the termination settlement. (d) If a stop -work order is not canceled and the work covered by the order is terminated for default, the Contracting Officer shall allow, by equitable adjustment or otherwise, reasonable costs resulting from the stop -work order. 6. INSPECTION OF SERVICES In accordance with FAR 52.212-4 CONTRACT TERMS AND CONDITIONS --COMMERCIAL ITEMS (MAR 2009) (DEVIATION I - FEB 2007) for Firm -Fixed Price orders and FAR 52.212- 4 CONTRACT TERMS AND CONDITIONS []COMMERCIAL ITEMS (MAR 2009) (ALTERNATE I ❑❑OCT 2008) (DEVIATION I — FEB 2007) applies to Time -and -Materials and Labor -Hour Contracts orders placed under this contract. e -Builder, Inc. GS-35F-408AA 6 Page 334 of 710 7. RESPONSIBILITIES OF THE CONTRACTOR The Contractor shall comply with all laws, ordinances, and regulations (Federal, State, City, or otherwise) covering work of this character. If the end product of a task order is software, then FAR 52.227-14 (Dec 2007) Rights in Data — General, may apply. 8. RESPONSIBILITIES OF THE ORDERING ACTIVITY Subject to security regulations, the ordering activity shall permit Contractor access to all facilities necessary to perform the requisite IT Professional Services. 9. INDEPENDENT CONTRACTOR All IT Professional Services performed by the Contractor under the terms of this contract shall be as an independent Contractor, and not as an agent or employee of the ordering activity. 10. ORGANIZATIONAL CONFLICTS OF INTEREST a. Definitions. "Contractor" means the person, firm, unincorporated association, joint venture, partnership, or corporation that is a party to this contract. "Contractor and its affiliates" and "Contractor or its affiliates" refers to the Contractor, its chief executives, directors, officers, subsidiaries, affiliates, subcontractors at any tier, and consultants and any joint venture involving the Contractor, any entity into or with which the Contractor subsequently merges or affiliates, or any other successor or assignee of the Contractor. An "Organizational conflict of interest" exists when the nature of the work to be performed under a proposed ordering activity contract, without some restriction on ordering activities by the Contractor and its affiliates, may either (i) result in an unfair competitive advantage to the Contractor or its affiliates or (ii) impair the Contractor's or its affiliates' objectivity in performing contract work. b. To avoid an organizational or financial conflict of interest and to avoid prejudicing the best interests of the ordering activity, ordering activities may place restrictions on the Contractors, its affiliates, chief executives, directors, subsidiaries and subcontractors at any tier when placing orders against schedule contracts. Such restrictions shall be consistent with FAR 9.505 and shall be designed to avoid, neutralize, or mitigate organizational conflicts of interest that might otherwise exist in situations related to individual orders placed against the schedule contract. Examples of situations, which may require restrictions, are provided at FAR 9.508. 11. INVOICES The Contractor, upon completion of the work ordered, shall submit invoices for IT Professional services. Progress payments may be authorized by the ordering activity on individual orders if appropriate. Progress payments shall be based upon completion of defined milestones or interim products. Invoices shall be submitted monthly for recurring services performed during the preceding month. e -Builder, Inc. GS-35F-408AA 7 Page 335 of 710 12. PAYMENTS For firm -fixed price orders the ordering activity shall pay the Contractor, upon submission of proper invoices or vouchers, the prices stipulated in this contract for service rendered and accepted. Progress payments shall be made only when authorized by the order. For time -and -materials orders, the Payments under Time -and -Materials and Labor -Hour Contracts at FAR 52.212-4 (MAR 2009) (ALTERNATE I – OCT 2008) (DEVIATION I – FEB 2007) applies to time -and -materials orders placed under this contract. For labor -hour orders, the Payment under Time -and -Materials and Labor -Hour Contracts at FAR 52.212-4 (MAR 2009) (ALTERNATE I – OCT 2008) (DEVIATION I – FEB 2007) applies to labor -hour orders placed under this contract. 52.216-31 (Feb 2007) Time-and-Materials/Labor-Hour Proposal Requirements—Commercial Item Acquisition As prescribed in 16.601(e)(3), insert the following provision: (a) The Government contemplates award of a Time -and -Materials or Labor -Hour type of contract resulting from this solicitation. (b) The offeror must specify fixed hourly rates in its offer that include wages, overhead, general and administrative expenses, and profit. The offeror must specify whether the fixed hourly rate for each labor category applies to labor performed by— (1) The offeror; (2) Subcontractors; and/or (3) Divisions, subsidiaries, or affiliates of the offeror under a common control. 13. RESUMES Resumes shall be provided to the GSA Contracting Officer or the user ordering activity upon request. 14. INCIDENTAL SUPPORT COSTS Incidental support costs are available outside the scope of this contract. The costs will be negotiated separately with the ordering activity in accordance with the guidelines set forth in the FAR. 15. APPROVAL OF SUBCONTRACTS The ordering activity may require that the Contractor receive, from the ordering activity's Contracting Officer, written consent before placing any subcontract for furnishing any of the work called for in a task order. 16. DESCRIPTION OF IT PROFESSIONAL SERVICES AND PRICING a. The Contractor shall provide a description of each type of IT Service offered under Special Item Numbers 132-51 IT Professional Services should be presented in the same manner as the Contractor sells to its commercial and other ordering activity customers. If the Contractor is proposing hourly rates, a description of all corresponding commercial job titles (labor categories) for those individuals who will perform the service should be provided. e -Builder, Inc. GS-35F-408AA 8 Page 336 of 710 b. Pricing for all IT Professional Services shall be in accordance with the Contractor's customary commercial practices; e.g., hourly rates, monthly rates, term rates, and/or fixed prices, minimum general experience and minimum education. The following is an example of the manner in which the description of a commercial job title should be presented: EXAMPLE: Commercial Job Title: System Engineer Minimum/General Experience: Three (3) years of technical experience which applies to systems analysis and design techniques for complex computer systems. Requires competence in all phases of systems analysis techniques, concepts and methods; also requires knowledge of available hardware, system software, input/output devices, structure and management practices. Functional Responsibility: Guides users in formulating requirements, advises alternative approaches, conducts feasibility studies. Minimum Education: Bachelor's Degree in Computer Science e -Builder, Inc. GS-35F-408AA 9 Page 337 of 710 ****NOTE: If offering IT Professional Services with E -Commerce, use SIN 132-51 and include the Terms and Conditions applicable to the IT Professional Services offered. 1. SCOPE The prices, terms and conditions stated under Special Item Number 132-52 Electronic Commerce (EC) Services apply exclusively to EC Services within the scope of this Information Technology Schedule. 2. ELECTRONIC COMMERCE CAPACITY AND COVERAGE The Ordering Activity shall specify the capacity and coverage required as part of the initial requirement. 3. INFORMATION ASSURANCE a. The Ordering Activity is responsible for ensuring to the maximum extent practicable that each requirement issued is in compliance with the Federal Information Security Management Act (FISMA) b. The Ordering Activity shall assign an impact level (per Federal Information Processing Standards Publication 199 & 200 (FIPS 199, "Standards for Security Categorization of Federal Information and Information Systems') (FIPS 200, "Minimum Security Requirements for Federal Information and Information Systems") prior to issuing the initial statement of work. Evaluations shall consider the extent to which each proposed service accommodates the necessary security controls based upon the assigned impact level. The Contractor awarded SIN 132-52 is capable of meeting at least the minimum security requirements assigned against a low -impact information system (per FIPS 200). c. The Ordering Activity reserves the right to independently evaluate, audit, and verify the FISMA compliance for any proposed or awarded Electronic Commerce services. All FISMA certification, accreditation, and evaluation activities are the responsibility of the ordering activity. 4 DELIVERY SCHEDULE. The Ordering Activity shall specify the delivery schedule as part of the initial requirement. The Delivery Schedule options are found in Information for Ordering Activities Applicable to All Special Item Numbers, paragraph 6. Delivery Schedule. 5. INTEROPERABILITY. When an Ordering Activity requires interoperability, this requirement shall be included as part of the initial requirement. Interfaces may be identified as interoperable on the basis of participation in a sponsored program acceptable to the Ordering Activity. Any such access e -Builder, Inc. GS-35F-408AA 10 Page 338 of 710 or interoperability with teleports/gateways and provisioning of enterprise service access will be defined in the individual requirement. 6. ORDER a. Agencies may use written orders, EDI orders, blanket purchase agreements, individual purchase orders, or task orders for ordering electronic services under this contract. Blanket Purchase Agreements shall not extend beyond the end of the contract period; all electronic services and delivery shall be made and the contract terms and conditions shall continue in effect until the completion of the order. Orders for tasks which extend beyond the fiscal year for which funds are available shall include FAR 52.232-19 (Deviation — May 2003) Availability of Funds for the Next Fiscal Year. The purchase order shall specify the availability of funds and the period for which funds are available. b. All task orders are subject to the terms and conditions of the contract. In the event of conflict between a task order and the contract, the contract will take precedence. 7. PERFORMANCE OF ELECTRONIC SERVICES The Contractor shall provide electronic services on the date agreed to by the Contractor and the ordering activity. 8. RESPONSIBILITIES OF THE CONTRACTOR The Contractor shall comply with all laws, ordinances, and regulations (Federal, State, City, or otherwise) covering work of this character. 9. RIGHTS IN DATA The Contractor shall comply FAR 52.227-14 RIGHTS IN DATA — GENERAL and with all laws, ordinances, and regulations (Federal, State, City, or otherwise) covering work of this character. 10. ACCEPTANCE TESTING If requested by the ordering activity the Contractor shall provide acceptance test plans and procedures for ordering activity approval. The Contractor shall perform acceptance testing of the systems for ordering activity approval in accordance with the approved test procedures. iIATI-11N:L1Llk�'1 The Contractor shall provide a warranty covering each Contractor -provided electronic commerce service. The minimum duration of the warranty shall be the duration of the manufacturer's commercial warranty for the item listed below: Refer to Service Agreement The warranty shall commence upon the later of the following: e -Builder, Inc. GS-35F-408AA 11 Page 339 of 710 a. Activation of the user's service b. Installation/delivery of the equipment The Contractor, by repair or replacement of the defective item, shall complete all warranty services within five working days of notification of the defect. Warranty service shall be deemed complete when the user has possession of the repaired or replaced item. If the Contractor renders warranty service by replacement, the user shall return the defective item(s) to the Contractor as soon as possible but not later than ten (10) working days after notification. 12. MANAGEMENT AND OPERATIONS PRICING The Contractor shall provide management and operations pricing on a uniform basis. All management and operations requirements for which pricing elements are not specified shall be provided as part of the basic service. 13. TRAINING The Contractor shall provide normal commercial installation, operation, maintenance, and engineering interface training on the system. If there is a separate charge, indicate below: Refer to Pricelist 14. MONTHLY REPORTS In accordance with commercial practices, the Contractor may furnish the ordering activity/user with a monthly summary ordering activity report. 14. ELECTRONIC COMMERCE SERVICE PLAN (a) Describe the electronic service plan and eligibility requirements. Refer to Pricelist (b) Describe charges, if any, for additional usage guidelines. Refer to Pricelist (c) Describe corporate volume discounts and eligibility requirements, if any. Refer to Pricelist e -Builder, Inc. GS-35F-408AA 12 Page 340 of 710 E -BUILDER SERVICE AGREEMENT e -Builder, Inc. whose address is 1800 NW 691h Avenue, Suite 201, Plantation, FL 33313 ("e -Builder") and Ordering Activity, as defined in GSA Order ADM4800.2G and as revised from time to time ("Customer"), enter into this e -Builder Service Agreement (the "Service Agreement"). In the event of a conflict between any terms and conditions in this Service Agreement and the terms and conditions of the GSA Schedule 70 contract, the terms and conditions of the Schedule 70 contract shall control. The work to be performed for an "Ordering Activity" may be contained in one or more "Task Orders." 1. TERM. This Agreement shall continue for the period purchased by the Ordering Activity as set forth in the relevant task order. 2 SERVICES. 2.1 Services. e -Builder agrees to provide the services described in the relevant Task Order (the "Services") to Customer subject to the terms and conditions of this Agreement, in consideration for the payments set out therein. Customer acknowledges that e -Builder Enterprisean software may be modified or upgraded from time to time, and that "Services" and `Customer Support" provided to Customer shall only include the use of the most recent version of e -Builder Enterprise°1. 2.2 License of Software. Customer's right to use the Services (including, without limitation, the limited license to use e - Builder Enterprisean software), is limited to the restrictions contained herein, including those related to the number of users, projects, annual capital program expenditures and/or period of use. The Customer acknowledges that title to and copyright in the software applications supplied by e -Builder (including e -Builder Enterprise°1) are reserved by e - Builder. Customer acquires no right in any software, copyrights, patents or any other intellectual property belonging to or licensed by e -Builder, other than the specific limited rights to the Services. e -Builder is and shall remain the sole owner of all copyrights, trademarks, patents and other proprietary rights in and to all aspects of the Services (including, without limitation, all software, code and designs used in providing the Services). 3. 4. WARRANTIES 4.1 Representations. Customer represents, warrants and covenants the following to e -Builder: (i) Customer currently possesses all necessary licenses, permits, insurance and approvals required validly to execute, deliver and perform its duties under this Agreement and is qualified to do business in all jurisdictions where such qualification is required for Customer's performance of its duties under this Agreement, (ii) To the best of its knowledge and ability, Customer will comply with, and will use its best efforts to cause each subcontractor it may engage to comply with all applicable federal and state laws and regulations in performing its and their respective responsibilities under this Agreement and any subcontracts, and (iii) No information provided to e -Builder or disseminated through its software or systems shall infringe on or violate any trademark, copyright, trade secret, right of publicity or privacy (including but not limited to defamation), patent or other proprietary right of any third party. 4.2 Disclaimer of Warranty and Limitations of Liability. E -BUILDER DOES NOT AND CANNOT CONTROL THE FLOW OF DATA TO OR FROM E -BUILDER'S NETWORK AND OTHER PORTIONS OF THE INTERNET. SUCH FLOW DEPENDS IN LARGE PART ON THE PERFORMANCE OF INTERNET SERVICES PROVIDED OR CONTROLLED BY THIRD PARTIES. AT TIMES, ACTIONS OR INACTIONS OF SUCH THIRD PARTIES CAN IMPAIR OR DISRUPT CUSTOMER'S CONNECTIONS TO THE INTERNET (OR PORTIONS THEREOF). ALTHOUGH E -BUILDER WILL USE COMMERCIALLY REASONABLE EFFORTS TO TAKE ALL ACTIONS IT DEEMS APPROPRIATE TO REMEDY AND AVOID SUCH EVENTS, E -BUILDER CANNOT GUARANTEE THAT SUCH EVENTS WILL NOT OCCUR. ACCORDINGLY, E -BUILDER DISCLAIMS ANY AND ALL LIABILITY RESULTING FROM OR RELATED TO SUCH EVENTS. EXCEPT FOR THE WARRANTIES SPECIFICALLY AND EXPRESSLY MADE HEREIN AND ANY WARRANTIES SPECIFICALLY PROVIDED IN THE GSA SCHEDULE 70 CONTRACT, E -BUILDER MAKES NO WARRANTIES EITHER EXPRESS OR IMPLIED, AND ALL SUCH WARRANTIES ARE DISCLAIMED. FOR ANY ONE OR MORE BREACH OF THIS AGREEMENT OR DEFAULT HEREUNDER, THE ENTIRE LIABILITY OF THE PARTY IN BREACH OR DEFAULT, AND THE EXCLUSIVE REMEDY OF THE OTHER PARTY, SHALL BE PAYMENT OF THE ACTUAL DAMAGES PROXIMATELY CAUSED BY SUCH BREACH OR DEFAULT, WHICH SHALL NOT EXCEED THE AMOUNT OF ONE (1) MONTH'S FEES PAID BY CUSTOMER HEREUNDER. IN NO EVENT SHALL EITHER PARTY BE LIABLE FOR ANY SPECIAL, INDIRECT, INCIDENTAL, CONSEQUENTIAL OR EXEMPLARY DAMAGES, LOSSES, OR EXPENSES, INCLUDING, WITHOUT LIMITATION, LOST PROFITS, FAILURE TO REALIZE EXPECTED SAVINGS OR ANY OTHER COMMERCIAL OR ECONOMIC LOSS OF ANY KIND ARISING OUT OF OR RELATED TO THIS AGREEMENT. THESE LIMITATIONS ON THE LIABILITY OF EITHER PARTY SHALL APPLY TO ANY AND ALL CAUSES OF ACTION THAT EITHER PARTY MAY HAVE AGAINST THE OTHER, IRRESPECTIVE OF THE NATURE OF THE CAUSE OF ACTION UNDERLYING A CLAIM, DEMAND OR e -Builder, Inc. GS-35F-408AA 13 Page 341 of 710 ACTION, INCLUDING, WITHOUT LIMITATION, WHETHER IT SOUNDS IN CONTRACT OR TORT, BUT SHALL NOT APPLY TO OR LIMIT SUMS DUE HEREUNDER TO E -BUILDER FOR SERVICES. This clause shall not impair the U.S. Government's right to recover for fraud or crimes arising out of or related to this Contract under any federal fraud statute, including the False Claims Act, 31 U.S.C. §§ 3729-3733. Furthermore, this clause shall not impair nor prejudice the U.S. Government's right to express remedies provided in the GSA Schedule 70 contract (e.g., clause 552.238-75 — Price Reductions, clause 52.212-4(h) — Patent Indemnification, and GSAR 552.215-72 — Price Adjustment — Failure to Provide Accurate Information). 4.3 Indemnity. e -Builder agrees to indemnify and hold harmless the Customer (for services rendered under a Task Order, as applicable), , its officers, directors, employees or agents from and against any claims made upon it by any third party, arising out of information or software provided by it or actions of its employees, agents or invitees. 5. AUDIT RIGHTS. e -Builder will have the right, during normal business hours and upon at least five (5) days prior written notice, to have an independent audit firm selected by e -Builder audit Customer's records relating to Customer's activities pursuant to this Service Agreement in order to verify that Customer has complied with the terms of this Agreement Such audits will be conducted no more than once in any period of twelve (12) consecutive months, and e - Builder will adhere to any security measures required by the Ordering Activity. 6. CONFIDENTIALITY. Confidential Information refers to all nonpublic information provided by one party to the other, but it does not include this Service Agreement. The Parties agree that, except to the extent necessary to implement the terms and conditions of this Agreement, when authorized in writing by the other Party or when otherwise required by law: (i) each Party will preserve and protect the confidentiality of the other Party's Confidential Information; (ii) neither Party will disclose to any third party the existence, source, content or substance of the other Party's Confidential Information, or make copies of such Confidential Information except as required by this Agreement; (iii) neither Party will deliver the other Party's Confidential Information to any third party, or permit such information to be removed from the premises of the Party receiving such information; and (iv) each Party shall advise any of its employees or agents working on or having access to the other Party's Confidential Information of the confidentiality of such information. 7. MISCELLANEOUS 7.1 Governin4 Law and Venue. This Agreement shall be governed by and interpreted in all respects in accordance with the laws of the United States. 7.2 Notices. All notices required or permitted to be sent pursuant to this Agreement shall, unless otherwise specifically provided, be in writing and shall be deemed given when delivered personally or by facsimile, overnight air courier or certified mail (postage prepaid, return receipt requested), to the addresses shown above or such other substitute address designated in writing. 7.3 Force Majeure. Notwithstanding any other provision of this Agreement, if by reason of Force Majeure, any Party is unable to perform certain of its obligations under this Agreement it shall be automatically relieved of those obligations to the extent, and for the period of time, that such Party is prevented from meeting them by Force Majeure. E -BUILDER, INC. "Customer" By: By: Title: Title: Date: Date: e -Builder, Inc. GS-35F-408AA 14 Page 342 of 710 e -Builder, Inc. Awarded GSA Pricelist- SIN 132-51 e -Builder, Inc. GS-35F-408AA 15 Page 343 of 710 Awarded SIN Labor Category Functional Responsibility Years of Experience Educational Requirements Net GSA UOI Price As primary point of contact for the customer, the Project Manager Bachelors degree in a At least six years of technical is proficient in the latest hardware, software, and network experience with computer and business or technical field technologies. Directs completion oY'complex information such as Information technology tasks within estimated timeframe and budget network system architecture within Technology, Engineering, or a variety of Information 132-51 Project Manager constraints, while oversees all project work. Schedules and Technology environments. Portion Computer Science. In lieu of $167.51 Hourly assigns duties to subordinates and subcontractors and ensures Bachelors degree, six years assignments arc completed as directed. Enforces work standards requires excellent oral and written relevant experience and/or and reviews/resolves work discrepancies to ensure compliance communications kills, with the technical certificates may be ability to multi -task. with scope requirements. substitucd. Demonstrated ability to provide guidance and direction for specific sub -tasks of a project. The Senior Project Manager is proficient in the latest hardware, software, and network technologies and acts as the overall lead, manager and administrator for the effort. Serves as the primary interface and point of contact with program authorities and representatives on technical and program/project issues. Leads team on large Eight years of management and A Bachelors Degree in a complex projects of significance. Coates innovation solutions for supervisory experience with business ortechnical field complex projects scheduling, technology, methodology, tools, and computer and network system solution components. Provides systems analysis and programming architecture within a variety of such as Information Technology, Engineering, or 132-51 Senior Project Manager activities for a customer site, facility or multiple locations. Information Technology Computer Science. In lieu of $263.22 Hourly Prepares plans for application selection, systems development, environments. Position requires systems maintenance, and production activities and for necessary excellent oral and written a Bachelors degree, six years of relevant work experience support resources. Supervises program/projcct operations by communication skills, with the can be substituted. developing procedures, planning and directing execution ofthe ability to multi -task. technical programming, maintenance and administrative support effort and monitoring and reporting progress. Manages acquisition and employment of program/projcct resources. Manages and controls financial and administrative aspects of the program/projcct with respect to contract requirements. Responsible for all aspects of project. A Bachelors Degree in a Serves as interface and point of contact with program authorities and representatives on technical and project issues. Plays a major Four years of cxpericncc in IT business ortechnical field part in program/projcct operations by developing procedures, related business and consulting. such as Information Technology, Engineering, or 132-51 Consultant planning and directing execution of the technical programming, Position requires excellent oral and Computer Science. In lieu of $215.37 Hourly maintenance and administrative support effort and monitoring and written communication skills, with reporting progress. Reports on acquisition and employment of the ability to multi -task. a Bachelors degree, six years of relevant work experience program/projcct resources to Project Managers. can be substituted. e -Builder, Inc. GS-35F-408AA 15 Page 343 of 710 e -Builder, Inc. Awarded GSA Pricelist- SIN 132-52 SIN 'Manuf Part Number Product Description UDI Awarded Netacturer GSA Price Warranty CDD' E -Builder Enterprise Platform which 132-52 E -Builder EB -ENT includes up to 15 named users. One Up to 15 users/ $21,916.62 Service US year subscription license. per year Agreement Additional e -Builder Enterprise user licenses (above the 15 users included per User/ Per Service 132-52 E -Builder EB-ADDL with the Enterprise Platform). One $1,461.11 US year subscription license. Price per Year Agreement user per year. e -Builder, Inc. GS-35F-408AA 16 Page 344 of 710 Bu"Ider Construction Prograrn Management Ul.S. General Services o AUTHORIZED INFORMATION TECHNOLOGY SCHEDULE PRICELIST GENERAL PURPOSE COMMERCIAL INFORMATION TECHNOLOGY EQUIPMENT, SOFTWARE AND SERVICES Note: e -Builder, Inc. wishes to participate under the Cooperative Purchasing and Recovery Purchasing programs. The following SINs are available to state and local governments: Special Item No. 132-51 Information Technology Professional Services Special Item No. 132-52 Electronic Commerce Services SPECIAL ITEM NUMBER 132-51 - INFORMATION TECHNOLOGY (IT) PROFESSIONAL SERVICES FPDS Code D301 IT Facility Operation and Maintenance FPDS Code D302 IT Systems Development Services FPDS Code D306 IT Systems Analysis Services FPDS Code D307 Automated Information Systems Design and Integration Services FPDS Code D308 Programming Services FPDS Code D310 IT Backup and Security Services FPDS Code D311 IT Data Conversion Services FPDS Code D313 Computer Aided Design/Computer Aided Manufacturing (CAD/CAM) Services FPDS Code D316 IT Network Management Services FPDS Code D317 Creation/Retrieval of IT Related Automated News Services, Data Services, or Other Information Services (All other information services belong under Schedule 76) FPDS Code D399 Other Information Technology Services, Not Elsewhere Classified Note 1: All non-professional labor categories must be incidental to and used solely to support hardware, software and/or professional services, and cannot be purchased separately. Note 2: Offerors and Agencies are advised that the Group 70 — Information Technology Schedule is not to be used as a means to procure services which properly fall under the Brooks Act. These services include, but are not limited to, architectural, engineering, mapping, cartographic production, remote sensing, geographic information systems, and related services. FAR 36.6 distinguishes between mapping services of an A/E nature and mapping services which are not connected nor incidental to the traditionally accepted A/E Services. Note 3: This solicitation is not intended to solicit for the reselling of IT Professional Services, except for the provision of implementation, maintenance, integration, or training services in direct support of a product. Under such circumstances the services must be performance by the publisher or manufacturer or one of their authorized agents. SPECIAL ITEM NUMBER 132-52 - ELECTRONIC COMMERCE (EC) SERVICES FPDS Code D304 Value Added Network Services (VANs) FPDS Code D304 E -Mail Services FPDS Code D304 Internet Access Services FPDS Code D304 Navigation Services FPDS Code D399 Other Data Transmission Services, Not Elsewhere Classified - Except "Voice" and Pager Service Page 345 of 710 e -Builder, Inc. 1800 NW 69th Ave STE 201 Fort Lauderdale, FL 33313-4583 Phone: 954-556-6701 Fax: 954-792-5949 www.e-Builder.net Contract Number: GS-35F-408AA Period Covered by Contract: May 31, 2013 -May 30, 2018 General Services Administration Federal Acquisition Service Pricelist current through Modification # , dated Products and ordering information in this Authorized Information Technology Schedule Pricelist are also available on the GSA Advantage! System (http://www.gsaadvantage.gov). Page 346 of 710 INFORMATION FOR ORDERING ACTIVITIES APPLICABLE TO ALL SPECIAL ITEM NUMBERS .............. 4 TERMS AND CONDITIONS APPLICABLE TO INFORMATION TECHNOLOGY (IT) PROFESSIONAL SERVICES (SPECIAL ITEM NUMBER 132-51).....................................................................................................11 TERMS AND CONDITIONS APPLICABLE TO ELECTRONIC COMMERCE AND SUBSCRIPTION SERVICES (SPECIAL ITEM NUMBER 132-52).........................................................................................................................15 USA COMMITMENT TO PROMOTE SMALL BUSINESS PARTICIPATION PROCUREMENT PROGRAMS...............................................................................................................................................................19 BLANKET PURCHASE AGREEMENT (BPA)........................................................................................................20 BPA FORMAT GUIDELINES...................................................................................................................................21 CONTRACTOR TEAM ARRANGEMENTS............................................................................................................ 22 CONTRACTOR'S INFORMATION TECHNOLOGY LABOR CATEGORY DESCRIPTIONS ...........................23 CONTRACTOR'S AUTHORIZED GSA PRICING..................................................................................................24 E -BUILDER, INC. SERVICE AGREEMENT........................................................................................................... 25 e -Builder, Inc. GS-35F-408AA 1 (P) 954-556-6701 Page 347 of 710 INFORMATION FOR ORDERING ACTIVITIES APPLICABLE TO ALL SPECIAL ITEM NUMBERS SPECIAL NOTICE TO AGENCIES: Small Business Participation SBA strongly supports the participation of small business concerns in the Federal Acquisition Service. To enhance Small Business Participation SBA policy allows agencies to include in their procurement base and goals, the dollar value of orders expected to be placed against the Federal Supply Schedules, and to report accomplishments against these goals. For orders exceeding the micropurchase threshold, FAR 8.404 requires agencies to consider the catalogs/pricelists of at least three schedule contractors or consider reasonably available information by using the GSA Advantage !TM on- line shopping service (www.gsaadvantage.gov). The catalogs/pricelists, GSA Advantage!Tm and the Federal Acquisition Service Home Page (www.gsa.gov/fas) contain information on a broad array of products and services offered by small business concerns. This information should be used as a tool to assist ordering activities in meeting or exceeding established small business goals. It should also be used as a tool to assist in including small, small disadvantaged, and women -owned small businesses among those considered when selecting pricelists for a best value determination. For orders exceeding the micropurchase threshold, customers are to give preference to small business concerns when two or more items at the same delivered price will satisfy their requirement. 1. GEOGRAPHIC SCOPE OF CONTRACT: Domestic delivery is delivery within the 48 contiguous states, Alaska, Hawaii, Puerto Rico, Washington, DC, and U.S. Territories. Domestic delivery also includes a port or consolidation point, within the aforementioned areas, for orders received from overseas activities. Overseas delivery is delivery to points outside of the 48 contiguous states, Washington, DC, Alaska, Hawaii, Puerto Rico, and U.S. Territories. Offerors are requested to check one of the following boxes: [ ] The Geographic Scope of Contract will be domestic and overseas delivery. [ ] The Geographic Scope of Contract will be overseas delivery only. [X] The Geographic Scope of Contract will be domestic delivery only. CONTRACTOR'S ORDERING ADDRESS AND PAYMENT INFORMATION: e -Builder, Inc. 1800 NW 69th Avenue Suite 201 Plantation, FL 33313 Contractor must accept the credit card for payments equal to or less than the micro -purchase for oral or written orders under this contract. The Contractor and the ordering agency may agree to use the credit card for dollar amounts over the micro -purchase threshold (See GSAR 552.232-79 Payment by Credit Card). In addition, bank account information for wire transfer payments will be shown on the invoice. The following telephone number(s) can be used by ordering activities to obtain technical and/or ordering assistance: 954-556-6701 When Authorized Dealers are allowed by the Contractor to bill ordering activities and accept payment, the order and/or payment must be in the name of the Contractor, in care of the Authorized Dealer. e -Builder, Inc. GS-35F-408AA 2 (P) 954-556-6701 Page 348 of 710 LIABILITY FOR INJURY OR DAMAGE The Contractor shall not be liable for any injury to ordering activity personnel or damage to ordering activity property arising from the use of equipment maintained by the Contractor, unless such injury or damage is due to the fault or negligence of the Contractor. 4. STATISTICAL DATA FOR GOVERNMENT ORDERING OFFICE COMPLETION OF STANDARD FORM 279: Block 9: G. Order/Modification Under Federal Schedule Contract Block 16: Data Universal Numbering System (DUNS) Number: 933695785 Block 30: Type of Contractor: Other Small Business Block 31: Woman -Owned Small Business -No Block 37: Contractor's Taxpayer Identification Number (TIN): 59-3305657 Block 40: Veteran Owned Small Business (VOSB): N/A 4a. CAGE Code: 1XMU0 4b. Contractor has registered with the Central Contractor Registration Database. 5. FOB DESTINATION 6. DELIVERY SCHEDULE a. TIME OF DELIVERY: The Contractor shall deliver to destination within the number of calendar days after receipt of order (ARO), as set forth below: SPECIAL ITEM NUMBER 132-51 132-52 *To be nezotiated at the Task Orde level DELIVERY TIME (Days ARO) * Days * Days b. URGENT REQUIREMENTS: When the Federal Supply Schedule contract delivery period does not meet the bona fide urgent delivery requirements of an ordering activity, ordering activities are encouraged, if time permits, to contact the Contractor for the purpose of obtaining accelerated delivery. The Contractor shall reply to the inquiry within 3 workdays after receipt. (Telephonic replies shall be confirmed by the Contractor in writing.) If the Contractor offers an accelerated delivery time acceptable to the ordering activity, any order(s) placed pursuant to the agreed upon accelerated delivery time frame shall be delivered within this shorter delivery time and in accordance with all other terms and conditions of the contract. 7. DISCOUNTS: Prices shown are NET Prices; Basic Discounts have been deducted. a. Prompt Payment: 0% -30 days from receipt of invoice or date of acceptance, whichever is later. b. Quantity: None C. Dollar Volume: 1% on orders over $250,000 d. Government Educational Institutions: None e. Other: None e -Builder, Inc. GS-35F-408AA 3 (P) 954-556-6701 Page 349 of 710 8. TRADE AGREEMENTS ACT OF 1979, as amended: All items are U.S. made end products, designated country end products, Caribbean Basin country end products, Canadian end products, or Mexican end products as defined in the Trade Agreements Act of 1979, as amended. 9. STATEMENT CONCERNING AVAILABILITY OF EXPORT PACKING: 10. Small Requirements: The minimum dollar value of orders to be issued is $100. 11. MAXIMUM ORDER (All dollar amounts are exclusive of any discount for prompt payment.) a. The Maximum Order value for the following Special Item Numbers (SINs) is $500,000: Special Item Number 132-51 - Information Technology Professional Services Special Item Number 132-52 - Electronic Commerce (EC) Services 12. ORDERING PROCEDURES FOR FEDERAL SUPPLY SCHEDULE CONTRACTS Ordering activities shall use the ordering procedures of Federal Acquisition Regulation (FAR) 8.405 when placing an order or establishing a BPA for supplies or services. These procedures apply to all schedules. a. FAR 8.405-1 Ordering procedures for supplies, and services not requiring a statement of work. b. FAR 8.405-2 Ordering procedures for services requiring a statement of work. 13. FEDERAL INFORMATION TECHNOLOGY/TELECOMMUNICATION STANDARDS REQUIREMENTS: ordering activities acquiring products from this Schedule must comply with the provisions of the Federal Standards Program, as appropriate (reference: NIST Federal Standards Index). Inquiries to determine whether or not specific products listed herein comply with Federal Information Processing Standards (FIPS) or Federal Telecommunication Standards (FED-STDS), which are cited by ordering activities, shall be responded to promptly by the Contractor. 13.1 FEDERAL INFORMATION PROCESSING STANDARDS PUBLICATIONS (FIPS PUBS): Information Technology products under this Schedule that do not conform to Federal Information Processing Standards (FIPS) should not be acquired unless a waiver has been granted in accordance with the applicable "FIPS Publication." Federal Information Processing Standards Publications (FIPS PUBS) are issued by the U.S. Department of Commerce, National Institute of Standards and Technology (NIST), pursuant to National Security Act. Information concerning their availability and applicability should be obtained from the National Technical Information Service (NTIS), 5285 Port Royal Road, Springfield, Virginia 22161. FIPS PUBS include voluntary standards when these are adopted for Federal use. Individual orders for FIPS PUBS should be referred to the NTIS Sales Office, and orders for subscription service should be referred to the NTIS Subscription Officer, both at the above address, or telephone number (703) 487-4650. 13.2 FEDERAL TELECOMMUNICATION STANDARDS (FED-STDS): Telecommunication products under this Schedule that do not conform to Federal Telecommunication Standards (FED-STDS) should not be acquired unless a waiver has been granted in accordance with the applicable "FED -STD." Federal Telecommunication Standards are issued by the U.S. Department of Commerce, National Institute of Standards and Technology (NIST), pursuant to National Security Act. Ordering information and information concerning the availability of FED-STDS should be obtained from the GSA, Federal Acquisition Service, Specification Section, 470 East L'Enfant Plaza, Suite 8100, SW, Washington, DC 20407, telephone number (202)619-8925. Please include a self-addressed mailing label when requesting information by mail. Information concerning their applicability can be e -Builder, Inc. GS-35F-408AA 4 (P) 954-556-6701 Page 350 of 710 obtained by writing or calling the U.S. Department of Commerce, National Institute of Standards and Technology, Gaithersburg, MD 20899, telephone number (301)975-2833. 14. CONTRACTOR TASKS / SPECIAL REQUIREMENTS (C -FSS -370) (NOV 2003) (a) Security Clearances: The Contractor may be required to obtain/possess varying levels of security clearances in the performance of orders issued under this contract. All costs associated with obtaining/possessing such security clearances should be factored into the price offered under the Multiple Award Schedule. (b) Travel: The Contractor may be required to travel in performance of orders issued under this contract. Allowable travel and per diem charges are governed by Pub L. 99-234 and FAR Part 31, and are reimbursable by the ordering agency or can be priced as a fixed price item on orders placed under the Multiple Award Schedule. Travel in performance of a task order will only be reimbursable to the extent authorized by the ordering agency. The Industrial Funding Fee does NOT apply to travel and per diem charges. (c) Certifications, Licenses and Accreditations: As a commercial practice, the Contractor may be required to obtain/possess any variety of certifications, licenses and accreditations for specific FSC/service code classifications offered. All costs associated with obtaining/ possessing such certifications, licenses and accreditations should be factored into the price offered under the Multiple Award Schedule program. (d) Insurance: As a commercial practice, the Contractor may be required to obtain/possess insurance coverage for specific FSC/service code classifications offered. All costs associated with obtaining/possessing such insurance should be factored into the price offered under the Multiple Award Schedule program. (e) Personnel: The Contractor may be required to provide key personnel, resumes or skill category descriptions in the performance of orders issued under this contract. Ordering activities may require agency approval of additions or replacements to key personnel. (f) Organizational Conflicts of Interest: Where there may be an organizational conflict of interest as determined by the ordering agency, the Contractor's participation in such order may be restricted in accordance with FAR Part 9.5. (g) Documentation/Standards: The Contractor may be requested to provide products or services in accordance with rules, regulations, OMB orders, standards and documentation as specified by the agency's order. (h) Data/Deliverable Requirements: Any required data/deliverables at the ordering level will be as specified or negotiated in the agency's order. (i) Government -Furnished Property: As specified by the agency's order, the Government may provide property, equipment, materials or resources as necessary. (j) Availability of Funds: Many Government agencies' operating funds are appropriated for a specific fiscal year. Funds may not be presently available for any orders placed under the contract or any option year. The Government's obligation on orders placed under this contract is contingent upon the availability of appropriated funds from which payment for ordering purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are available to the ordering Contracting Officer. (k) Overtime: For professional services, the labor rates in the Schedule should not vary by virtue of the Contractor having worked overtime. For services applicable to the Service Contract Act (as identified in the Schedule), the labor rates in the Schedule will vary as governed by labor laws (usually assessed a time and a half of the labor rate). e -Builder, Inc. GS-35F-408AA 5 (P) 954-556-6701 Page 351 of 710 15. CONTRACT ADMINISTRATION FOR ORDERING ACTIVITIES: Any ordering activity, with respect to any one or more delivery orders placed by it under this contract, may exercise the same rights of termination as might the GSA Contracting Officer under provisions of FAR 52.212-4, paragraphs (1) Termination for the ordering activity's convenience, and (m) Termination for Cause (See 52.212-4) 16. GSA ADVANTAGE! GSA Advantage! is an on-line, interactive electronic information and ordering system that provides on-line access to vendors' schedule prices with ordering information. GSA Advantage! will allow the user to perform various searches across all contracts including, but not limited to: (1) Manufacturer; (2) Manufacturer's Part Number; and (3) Product categories. Agencies can browse GSA Advantage! by accessing the Internet World Wide Web utilizing a browser (ex.: Netscape). The Internet address is http://www.gsaadvantage.gov 17. PURCHASE OF OPEN MARKET ITEMS NOTE: Open Market Items are also known as incidental items, noncontract items, non -Schedule items, and items not on a Federal Supply Schedule contract. ODCs (Other Direct Costs) are not part of this contract and should be treated as open market purchases. Ordering Activities procuring open market items must follow FAR 8.402(f). For administrative convenience, an ordering activity contracting officer may add items not on the Federal Supply Multiple Award Schedule (MAS) -- referred to as open market items -- to a Federal Supply Schedule blanket purchase agreement (BPA) or an individual task or delivery order, only if - (1) All applicable acquisition regulations pertaining to the purchase of the items not on the Federal Supply Schedule have been followed (e.g., publicizing (Part 5), competition requirements (Part 6), acquisition of commercial items (Part 12), contracting methods (Parts 13, 14, and 15), and small business programs (Part 19)); (2) The ordering activity contracting officer has determined the price for the items not on the Federal Supply Schedule is fair and reasonable; (3) The items are clearly labeled on the order as items not on the Federal Supply Schedule; and (4) All clauses applicable to items not on the Federal Supply Schedule are included in the order. 18. CONTRACTOR COMMITMENTS, WARRANTIES AND REPRESENTATIONS a. For the purpose of this contract, commitments, warranties and representations include, in addition to those agreed to for the entire schedule contract: (1) Time of delivery/installation quotations for individual orders; (2) Technical representations and/or warranties of products concerning performance, total system performance and/or configuration, physical, design and/or functional characteristics and capabilities of a product/equipment/ service/software package submitted in response to requirements which result in orders under this schedule contract. (3) Any representations and/or warranties concerning the products made in any literature, description, drawings and/or specifications furnished by the Contractor. b. The above is not intended to encompass items not currently covered by the GSA Schedule contract. e -Builder, Inc. GS-35F-408AA 6 (P) 954-556-6701 Page 352 of 710 19. OVERSEAS ACTIVITIES The terms and conditions of this contract shall apply to all orders for installation, maintenance and repair of equipment in areas listed in the pricelist outside the 48 contiguous states and the District of Columbia, except as indicated below: 101 Upon request of the Contractor, the ordering activity may provide the Contractor with logistics support, as available, in accordance with all applicable ordering activity regulations. Such ordering activity support will be provided on a reimbursable basis, and will only be provided to the Contractor's technical personnel whose services are exclusively required for the fulfillment of the terms and conditions of this contract. 20. BLANKET PURCHASE AGREEMENTS (BPAs) The use of BPAs under any schedule contract to fill repetitive needs for supplies or services is allowable. BPAs may be established with one or more schedule contractors. The number of BPAs to be established is within the discretion of the ordering activity establishing the BPA and should be based on a strategy that is expected to maximize the effectiveness of the BPA(s). Ordering activities shall follow FAR 8.405-3 when creating and implementing BPA(s). 21. CONTRACTOR TEAM ARRANGEMENTS Contractors participating in contractor team arrangements must abide by all terms and conditions of their respective contracts. This includes compliance with Clauses 552.238-74, Industrial Funding Fee and Sales Reporting, i.e., each contractor (team member) must report sales and remit the IFF for all products and services provided under its individual contract. 22. INSTALLATION, DEINSTALLATION, REINSTALLATION The Davis -Bacon Act (40 U.S.C. 276a -276a-7) provides that contracts in excess of $2,000 to which the United States or the District of Columbia is a party for construction, alteration, or repair (including painting and decorating) of public buildings or public works with the United States, shall contain a clause that no laborer or mechanic employed directly upon the site of the work shall received less than the prevailing wage rates as determined by the Secretary of Labor. The requirements of the Davis -Bacon Act do not apply if the construction work is incidental to the furnishing of supplies, equipment, or services. For example, the requirements do not apply to simple installation or alteration of a public building or public work that is incidental to furnishing supplies or equipment under a supply contract. However, if the construction, alteration or repair is segregable and exceeds $2,000, then the requirements of the Davis -Bacon Act applies. The ordering activity issuing the task order against this contract will be responsible for proper administration and enforcement of the Federal labor standards covered by the Davis -Bacon Act. The proper Davis -Bacon wage determination will be issued by the ordering activity at the time a request for quotations is made for applicable construction classified installation, deinstallation, and reinstallation services under SIN 132-8 or 132-9. 23. SECTION 508 COMPLIANCE. If applicable, Section 508 compliance information on the supplies and services in this contract are available in Electronic and Information Technology (ETT) at the following: www.e-Builder.net The EIT standard can be found at: www. Section508. o�v/. 24. PRIME CONTRACTOR ORDERING FROM FEDERAL SUPPLY SCHEDULES. Prime Contractors (on cost reimbursement contracts) placing orders under Federal Supply Schedules, on behalf of an ordering activity, shall follow the terms of the applicable schedule and authorization and include with each order — (a) A copy of the authorization from the ordering activity with whom the contractor has the prime contract (unless a copy was previously furnished to the Federal Supply Schedule contractor); and (b) The following statement: e -Builder, Inc. GS-35F-408AA 7 (P) 954-556-6701 Page 353 of 710 This order is placed under written authorization from dated . In the event of any inconsistency between the terms and conditions of this order and those of your Federal Supply Schedule contract, the latter will govern. 25. INSURANCE—WORK ON A GOVERNMENT INSTALLATION (JAN 1997)(FAR 52.228-5) (a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract. (b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective— (1) For such period as the laws of the State in which this contract is to be performed prescribe; or (2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request. 26. SOFTWARE INTEROPERABILITY. Offerors are encouraged to identify within their software items any component interfaces that support open standard interoperability. An item's interface may be identified as interoperable on the basis of participation in a Government agency -sponsored program or in an independent organization program. Interfaces may be identified by reference to an interface registered in the component registry located at httl2://www.core.gov. 27. ADVANCE PAYMENTS A payment under this contract to provide a service or deliver an article for the United States Government may not be more than the value of the service already provided or the article already delivered. Advance or pre -payment is not authorized or allowed under this contract. (31 U.S.C. 3324) e -Builder, Inc. GS-35F-408AA 8 (P) 954-556-6701 Page 354 of 710 1. SCOPE a. The prices, terms and conditions stated under Special Item Number 132-51 Information Technology Professional Services apply exclusively to IT Professional Services within the scope of this Information Technology Schedule. b. The Contractor shall provide services at the Contractor's facility and/or at the ordering activity location, as agreed to by the Contractor and the ordering activity. 2. PERFORMANCE INCENTIVES I -FSS -60 Performance Incentives (April 2000) a. Performance incentives may be agreed upon between the Contractor and the ordering activity on individual fixed price orders or Blanket Purchase Agreements under this contract. b. The ordering activity must establish a maximum performance incentive price for these services and/or total solutions on individual orders or Blanket Purchase Agreements. C. Incentives should be designed to relate results achieved by the contractor to specified targets. To the maximum extent practicable, ordering activities shall consider establishing incentives where performance is critical to the ordering activity's mission and incentives are likely to motivate the contractor. Incentives shall be based on objectively measurable tasks. 3. ORDER a. Agencies may use written orders, EDI orders, blanket purchase agreements, individual purchase orders, or task orders for ordering services under this contract. Blanket Purchase Agreements shall not extend beyond the end of the contract period; all services and delivery shall be made and the contract terms and conditions shall continue in effect until the completion of the order. Orders for tasks which extend beyond the fiscal year for which funds are available shall include FAR 52.232-19 (Deviation — May 2003) Availability of Funds for the Next Fiscal Year. The purchase order shall specify the availability of funds and the period for which funds are available. b. All task orders are subject to the terms and conditions of the contract. In the event of conflict between a task order and the contract, the contract will take precedence. PERFORMANCE OF SERVICES a. The Contractor shall commence performance of services on the date agreed to by the Contractor and the ordering activity. b. The Contractor agrees to render services only during normal working hours, unless otherwise agreed to by the Contractor and the ordering activity. C. The ordering activity should include the criteria for satisfactory completion for each task in the Statement of Work or Delivery Order. Services shall be completed in a good and workmanlike manner. d. Any Contractor travel required in the performance of IT Services must comply with the Federal Travel Regulation or Joint Travel Regulations, as applicable, in effect on the date(s) the travel is performed. Established Federal Government per diem rates will apply to all Contractor travel. Contractors cannot use GSA city pair contracts. 5. STOP -WORK ORDER (FAR 52.242-15) (AUG 1989) (a) The Contracting Officer may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part, of the work called for by this contract for a period of 90 days after the order is delivered to the e -Builder, Inc. GS-35F-408AA 9 (P) 954-556-6701 Page 355 of 710 Contractor, and for any further period to which the parties may agree. The order shall be specifically identified as a stop -work order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Within a period of 90 days after a stop -work is delivered to the Contractor, or within any extension of that period to which the parties shall have agreed, the Contracting Officer shall either - (1) Cancel the stop -work order; or (2) Terminate the work covered by the order as provided in the Default, or the Termination for Convenience of the Government, clause of this contract. (b) If a stop -work order issued under this clause is canceled or the period of the order or any extension thereof expires, the Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery schedule or contract price, or both, and the contract shall be modified, in writing, accordingly, if - (1) The stop -work order results in an increase in the time required for, or in the Contractor's cost properly allocable to, the performance of any part of this contract; and (2) The Contractor asserts its right to the adjustment within 30 days after the end of the period of work stoppage; provided, that, if the Contracting Officer decides the facts justify the action, the Contracting Officer may receive and act upon the claim submitted at any time before final payment under this contract. (c) If a stop -work order is not canceled and the work covered by the order is terminated for the convenience of the Government, the Contracting Officer shall allow reasonable costs resulting from the stop -work order in arriving at the termination settlement. (d) If a stop -work order is not canceled and the work covered by the order is terminated for default, the Contracting Officer shall allow, by equitable adjustment or otherwise, reasonable costs resulting from the stop -work order. 6. INSPECTION OF SERVICES In accordance with FAR 52.212-4 CONTRACT TERMS AND CONDITIONS --COMMERCIAL ITEMS (MAR 2009) (DEVIATION I - FEB 2007) for Firm -Fixed Price orders and FAR 52.212-4 CONTRACT TERMS AND CONDITIONS —COMMERCIAL ITEMS (MAR 2009) (ALTERNATE I — OCT 2008) (DEVIATION I — FEB 2007) applies to Time -and -Materials and Labor -Hour Contracts orders placed under this contract. 7. RESPONSIBILITIES OF THE CONTRACTOR The Contractor shall comply with all laws, ordinances, and regulations (Federal, State, City, or otherwise) covering work of this character. If the end product of a task order is software, then FAR 52.227-14 (Dec 2007) Rights in Data — General, may apply. 8. RESPONSIBILITIES OF THE ORDERING ACTIVITY Subject to security regulations, the ordering activity shall permit Contractor access to all facilities necessary to perform the requisite IT Professional Services. 9. INDEPENDENT CONTRACTOR All IT Professional Services performed by the Contractor under the terms of this contract shall be as an independent Contractor, and not as an agent or employee of the ordering activity. e -Builder, Inc. GS-35F-408AA 10 (P) 954-556-6701 Page 356 of 710 10. ORGANIZATIONAL CONFLICTS OF INTEREST a. Definitions. "Contractor" means the person, firm, unincorporated association, joint venture, partnership, or corporation that is a party to this contract. "Contractor and its affiliates" and "Contractor or its affiliates" refers to the Contractor, its chief executives, directors, officers, subsidiaries, affiliates, subcontractors at any tier, and consultants and any joint venture involving the Contractor, any entity into or with which the Contractor subsequently merges or affiliates, or any other successor or assignee of the Contractor. An "Organizational conflict of interest" exists when the nature of the work to be performed under a proposed ordering activity contract, without some restriction on ordering activities by the Contractor and its affiliates, may either (i) result in an unfair competitive advantage to the Contractor or its affiliates or (ii) impair the Contractor's or its affiliates' objectivity in performing contract work. b. To avoid an organizational or financial conflict of interest and to avoid prejudicing the best interests of the ordering activity, ordering activities may place restrictions on the Contractors, its affiliates, chief executives, directors, subsidiaries and subcontractors at any tier when placing orders against schedule contracts. Such restrictions shall be consistent with FAR 9.505 and shall be designed to avoid, neutralize, or mitigate organizational conflicts of interest that might otherwise exist in situations related to individual orders placed against the schedule contract. Examples of situations, which may require restrictions, are provided at FAR 9.508. 11. INVOICES The Contractor, upon completion of the work ordered, shall submit invoices for IT Professional services. Progress payments may be authorized by the ordering activity on individual orders if appropriate. Progress payments shall be based upon completion of defined milestones or interim products. Invoices shall be submitted monthly for recurring services performed during the preceding month. 12. PAYMENTS For firm -fixed price orders the ordering activity shall pay the Contractor, upon submission of proper invoices or vouchers, the prices stipulated in this contract for service rendered and accepted. Progress payments shall be made only when authorized by the order. For time -and -materials orders, the Payments under Time -and -Materials and Labor -Hour Contracts at FAR 52.212-4 (MAR 2009) (ALTERNATE I – OCT 2008) (DEVIATION I – FEB 2007) applies to time -and -materials orders placed under this contract. For labor -hour orders, the Payment under Time -and -Materials and Labor -Hour Contracts at FAR 52.212-4 (MAR 2009) (ALTERNATE I – OCT 2008) (DEVIATION I – FEB 2007) applies to labor -hour orders placed under this contract. 52.216-3 1 (Feb 2007) Time- and-Materials/Labor-Hour Proposal Requirements—Commercial Item Acquisition As prescribed in 16.601(e)(3), insert the following provision: (a) The Government contemplates award of a Time -and -Materials or Labor -Hour type of contract resulting from this solicitation. (b) The offeror must specify fixed hourly rates in its offer that include wages, overhead, general and administrative expenses, and profit. The offeror must specify whether the fixed hourly rate for each labor category applies to labor performed by— (1) The offeror; (2) Subcontractors; and/or (3) Divisions, subsidiaries, or affiliates of the offeror under a common control. 13. RESUMES Resumes shall be provided to the GSA Contracting Officer or the user ordering activity upon request. e -Builder, Inc. GS-35F-408AA 11 (P) 954-556-6701 Page 357 of 710 14. INCIDENTAL SUPPORT COSTS Incidental support costs are available outside the scope of this contract. The costs will be negotiated separately with the ordering activity in accordance with the guidelines set forth in the FAR. 15. APPROVAL OF SUBCONTRACTS The ordering activity may require that the Contractor receive, from the ordering activity's Contracting Officer, written consent before placing any subcontract for furnishing any of the work called for in a task order. 16. DESCRIPTION OF IT PROFESSIONAL SERVICES AND PRICING a. The Contractor shall provide a description of each type of IT Service offered under Special Item Numbers 132-51 IT Professional Services should be presented in the same manner as the Contractor sells to its commercial and other ordering activity customers. If the Contractor is proposing hourly rates, a description of all corresponding commercial job titles (labor categories) for those individuals who will perform the service should be provided. b. Pricing for all IT Professional Services shall be in accordance with the Contractor's customary commercial practices; e.g., hourly rates, monthly rates, term rates, and/or fixed prices, minimum general experience and minimum education. The following is an example of the manner in which the description of a commercial job title should be presented: EXAMPLE: Commercial Job Title: System Engineer Minimum/General Experience: Three (3) years of technical experience which applies to systems analysis and design techniques for complex computer systems. Requires competence in all phases of systems analysis techniques, concepts and methods; also requires knowledge of available hardware, system software, input/output devices, structure and management practices. Functional Responsibility: Guides users in formulating requirements, advises alternative approaches, conducts feasibility studies. Minimum Education: Bachelor's Degree in Computer Science e -Builder, Inc. GS-35F-408AA 12 (P) 954-556-6701 Page 358 of 710 1. SCOPE a. The prices, terms and conditions stated under Special Item Number 132-52 Electronic Commerce (EC) Services apply exclusively to EC Services within the scope of this Information Technology Schedule. b. The Contractor shall provide services at the Contractor's facility and/or at the ordering activity location, as agreed to by the Contractor and the ordering activity. 2. PERFORMANCE INCENTIVES I -FSS -60 Performance Incentives (April 2000) a. Performance incentives may be agreed upon between the Contractor and the ordering activity on individual fixed price orders or Blanket Purchase Agreements under this contract. b. The ordering activity must establish a maximum performance incentive price for the services and/or total solutions on individual orders or Blanket Purchase Agreements. c. Incentives should be designed to relate results achieved by the contractor to specified targets. To the maximum extent practicable, ordering activities shall consider establishing incentives where performance is critical to the ordering activity's mission and incentives are likely to motivate the contractor. Incentives shall be based on objectively measurable tasks. Incentives shall be based on objectively measurable tasks. 3. ORDER a. Agencies may use written orders, EDI orders, blanket purchase agreements, individual purchase orders, or task orders for ordering services under this contract. Blanket Purchase Agreements shall not extend beyond the end of the contract period; all services and delivery shall be made and the contract terms and conditions shall continue in effect until the completion of the order. Orders for tasks which extend beyond the fiscal year for which funds are available shall include FAR 52.232-19 (Deviation — May 2003) Availability of Funds for the Next Fiscal Year. The purchase order shall specify the availability of funds and the period for which funds are available. b. All task orders are subject to the terms and conditions of the contract. In the event of conflict between a task order and the contract, the contract will take precedence. 4. PERFORMANCE OF SERVICES a. The Contractor shall commence performance of services on the date agreed to by the Contractor and the ordering activity. b. The ordering activity should include the criteria for satisfactory completion for each task in the Statement of Work or Delivery Order. Services shall be completed in a good and workmanlike manner. c. Any Contractor travel required in the performance of EC Services must comply with the Federal Travel Regulation or Joint Travel Regulations, as applicable, in effect on the date(s) the travel is performed. Established Federal Government per diem rates will apply to all Contractor travel. Contractors cannot use GSA city pair contracts. 5. STOP -WORK ORDER (FAR 52.242-15) (AUG 1989) a. The Contracting Officer may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part, of the work called for by this contract for a period of 90 days after the order is delivered to the Contractor, and for any further period to which the parties may agree. The order shall be specifically identified as a stop -work order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Within a period of 90 days e -Builder, Inc. GS-35F-408AA 13 (P) 954-556-6701 Page 359 of 710 after a stop -work is delivered to the Contractor, or within any extension of that period to which the parties shall have agreed, the Contracting Officer shall either - i) Cancel the stop -work order; or ii) Terminate the work covered by the order as provided in the Default, or the Termination for Convenience of the Government, clause of this contract. b. If a stop -work order issued under this clause is canceled or the period of the order or any extension thereof expires, the Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery schedule or contract price, or both, and the contract shall be modified, in writing, accordingly, if - c. The stop -work order results in an increase in the time required for, or in the Contractor's cost properly allocable to, the performance of any part of this contract; and d. The Contractor asserts its right to the adjustment within 30 days after the end of the period of work stoppage; provided, that, if the Contracting Officer decides the facts justify the action, the Contracting Officer may receive and act upon the claim submitted at any time before final payment under this contract. e. If a stop -work order is not canceled and the work covered by the order is terminated for the convenience of the Government, the Contracting Officer shall allow reasonable costs resulting from the stop -work order in arriving at the termination settlement. 6. INSPECTION OF SERVICES The Inspection of Services—Fixed Price (AUG 1996) (Deviation — May 2003) clause at FAR 52.246-4 applies to firm -fixed price orders placed under this contract. The Inspection—Time-and-Materials and Labor -Hour (MAY 2001) (Deviation — May 2003) clause at FAR 52.246-6 applies to time -and -materials and labor -hour orders placed under this contract. 7. RESPONSIBILITIES OF THE CONTRACTOR The Contractor shall comply with all laws, ordinances, and regulations (Federal, State, City, or otherwise) covering work of this character. If the end product of a task order is software, then FAR 52.227-14 (Deviation — May 2003) Rights in Data — General, may apply. 8. RESPONSIBILITIES OF THE ORDERING ACTIVITY Subject to security regulations, the ordering activity shall permit Contractor access to all facilities necessary to perform the requisite EC Services. 9. INDEPENDENT CONTRACTOR All EC Services performed by the Contractor under the terms of this contract shall be as an independent Contractor, and not as an agent or employee of the ordering activity. 10. ORGANIZATIONAL CONFLICTS OF INTEREST a. Definitions. "Contractor" means the person, firm, unincorporated association, joint venture, partnership, or corporation that is a party to this contract. "Contractor and its affiliates" and "Contractor or its affiliates" refers to the Contractor, its chief executives, directors, officers, subsidiaries, affiliates, subcontractors at any tier, and consultants and any joint venture e -Builder, Inc. GS-35F-408AA 14 (P) 954-556-6701 Page 360 of 710 involving the Contractor, any entity into or with which the Contractor subsequently merges or affiliates, or any other successor or assignee of the Contractor. An "Organizational conflict of interest" exists when the nature of the work to be performed under a proposed ordering activity contract, without some restriction on ordering activities by the Contractor and its affiliates, may either (i) result in an unfair competitive advantage to the Contractor or its affiliates or (ii) impair the Contractor's or its affiliates' objectivity in performing contract work. To avoid an organizational or financial conflict of interest and to avoid prejudicing the best interests of the ordering activity, ordering activities may place restrictions on the Contractors, its affiliates, chief executives, directors, subsidiaries and subcontractors at any tier when placing orders against schedule contracts. Such restrictions shall be consistent with FAR 9.505 and shall be designed to avoid, neutralize, or mitigate organizational conflicts of interest that might otherwise exist in situations related to individual orders placed against the schedule contract. Examples of situations, which may require restrictions, are provided at FAR 9.508. 11. INVOICES The Contractor, upon completion of the work ordered, shall submit invoices for EC services. Progress payments may be authorized by the ordering activity on individual orders if appropriate. Progress payments shall be based upon completion of defined milestones or interim products. Invoices shall be submitted monthly for recurring services performed during the preceding month. 12. PAYMENTS For firm -fixed price orders the ordering activity shall pay the Contractor, upon submission of proper invoices or vouchers, the prices stipulated in this contract for service rendered and accepted. Progress payments shall be made only when authorized by the order. For time -and -materials orders, the Payments under Time -and -Materials and Labor -Hour Contracts at FAR 52.212-4 (MAR 2009) (ALTERNATE I – OCT 2008) (DEVIATION I – FEB 2007) applies to time -and -materials orders placed under this contract. For labor -hour orders, the Payment under Time -and -Materials and Labor -Hour Contracts at FAR 52.212-4 (MAR 2009) (ALTERNATE I – OCT 2008) (DEVIATION I – FEB 2007) applies to labor -hour orders placed under this contract. 52.216-31(Feb 2007) Time-and-Materials/Labor-Hour Proposal Requirements—Commercial Item Acquisition. As prescribed in 16.601(e)(3), insert the following provision: a. The Government contemplates award of a Time -and -Materials or Labor -Hour type of contract resulting from this solicitation. b. The offeror must specify fixed hourly rates in its offer that include wages, overhead, general and administrative expenses, and profit. The offeror must specify whether the fixed hourly rate for each labor category applies to labor performed by— i) The offeror; ii) Subcontractors; and/or iii) Divisions, subsidiaries, or affiliates of the offeror under a common control. 13. INCIDENTAL SUPPORT COSTS Incidental support costs are available outside the scope of this contract. The costs will be negotiated separately with the ordering activity in accordance with the guidelines set forth in the FAR. 14. APPROVAL OF SUBCONTRACTS The ordering activity may require that the Contractor receive, from the ordering activity's Contracting Officer, written consent before placing any subcontract for furnishing any of the work called for in a task order. e -Builder, Inc. GS-35F-408AA 15 (P) 954-556-6701 Page 361 of 710 15. DESCRIPTION OF ELECTRONIC COMMERCE (EC) SERVICES AND PRICING a. The Contractor shall provide a description of each type of EC Service offered under Special Item Numbers 132-52 E -Commerce. Services and rates should be presented in the same manner as the Contractor sells to its commercial customers and other ordering activity customers. Please submit a description of all corresponding commercial EC services to be provided. b. Pricing for all EC Services shall be in accordance with the Contractor's customary commercial practices; e.g., hourly rates, monthly rates, term rates, unit prices and/or fixed prices. e -Builder, Inc. GS-35F-408AA 16 (P) 954-556-6701 Page 362 of 710 PREAMBLE e -Builder, Inc. provides commercial products and services to ordering activities. We are committed to promoting participation of small, small disadvantaged and women -owned small businesses in our contracts. We pledge to provide opportunities to the small business community through reselling opportunities, mentor -protege programs, joint ventures, teaming arrangements, and subcontracting. COMMITMENT To actively seek and partner with small businesses. To identify, qualify, mentor and develop small, small disadvantaged and women -owned small businesses by purchasing from these businesses whenever practical. To develop and promote company policy initiatives that demonstrate our support for awarding contracts and subcontracts to small business concerns. To undertake significant efforts to determine the potential of small, small disadvantaged and women -owned small business to supply products and services to our company. To insure procurement opportunities are designed to permit the maximum possible participation of small, small disadvantaged, and women -owned small businesses. To attend business opportunity workshops, minority business enterprise seminars, trade fairs, procurement conferences, etc., to identify and increase small businesses with whom to partner. To publicize in our marketing publications our interest in meeting small businesses that may be interested in subcontracting opportunities. We signify our commitment to work in partnership with small, small disadvantaged and women -owned small businesses to promote and increase their participation in ordering activity contracts. To accelerate potential opportunities please contact: Company Point of Contact: Thaddeus Chuchla Phone Number: 954-556-6714 E-mail Address: tchuchla@e-builder.net Fax Number: 954-792-5949 e -Builder, Inc. GS-35F-408AA 17 (P) 954-556-6701 Page 363 of 710 BEST VALUE BLANKET PURCHASE AGREEMENT FEDERAL SUPPLY SCHEDULE (Insert Customer Name) In the spirit of the Federal Acquisition Streamlining Act (ordering activity) and (Contractor) enter into a cooperative agreement to further reduce the administrative costs of acquiring commercial items from the General Services Administration (GSA) Federal Supply Schedule Contract(s) Federal Supply Schedule contract BPAs eliminate contracting and open market costs such as: search for sources; the development of technical documents, solicitations and the evaluation of offers. Teaming Arrangements are permitted with Federal Supply Schedule Contractors in accordance with Federal Acquisition Regulation (FAR) 9.6. This BPA will further decrease costs, reduce paperwork, and save time by eliminating the need for repetitive, individual purchases from the schedule contract. The end result is to create a purchasing mechanism for the ordering activity that works better and costs less. Signatures Ordering Activity Date Contractor Date e -Builder, Inc. GS-35F-408AA 18 (P) 954-556-6701 Page 364 of 710 BPA NUMBER (CUSTOMER NAME) BLANKET PURCHASE AGREEMENT Pursuant to GSA Federal Supply Schedule Contract Number(s) , Blanket Purchase Agreements, the Contractor agrees to the following terms of a Blanket Purchase Agreement (BPA) EXCLUSIVELY WITH (ordering activity): (1) The following contract items can be ordered under this BPA. All orders placed against this BPA are subject to the terms and conditions of the contract, except as noted below: MODEL NUMBER/PART NUMBER *SPECIAL BPA DISCOUNT/PRICE (2) Delivery: DESTINATION DELIVERY SCHEDULES / DATES (3) The ordering activity estimates, but does not guarantee, that the volume of purchases through this agreement will be (4) This BPA does not obligate any funds. (5) This BPA expires on or at the end of the contract period, whichever is earlier. (6) The following office(s) is hereby authorized to place orders under this BPA: OFFICE POINT OF CONTACT (7) Orders will be placed against this BPA via Electronic Data Interchange (EDI), FAX, or paper. (8) Unless otherwise agreed to, all deliveries under this BPA must be accompanied by delivery tickets or sales slips that must contain the following information as a minimum: (a) Name of Contractor; (b) Contract Number; (c) BPA Number; (d) Model Number or National Stock Number (NSN); (e) Purchase Order Number; (f) Date of Purchase; (g) Quantity, Unit Price, and Extension of Each Item (unit prices and extensions need not be shown when incompatible with the use of automated systems; provided, that the invoice is itemized to show the information); and (h) Date of Shipment. (9) The requirements of a proper invoice are specified in the Federal Supply Schedule contract. Invoices will be submitted to the address specified within the purchase order transmission issued against this BPA. (10) The terms and conditions included in this BPA apply to all purchases made pursuant to it. In the event of an inconsistency between the provisions of this BPA and the Contractor's invoice, the provisions of this BPA will take precedence. e -Builder, Inc. GS-35F-408AA 19 (P) 954-556-6701 Page 365 of 710 BASIC GUIDELINES FOR USING "CONTRACTOR TEAM ARRANGEMENTS" Federal Supply Schedule Contractors may use "Contractor Team Arrangements" (see FAR 9.6) to provide solutions when responding to a ordering activity requirements. These Team Arrangements can be included under a Blanket Purchase Agreement (BPA). BPAs are permitted under all Federal Supply Schedule contracts. Orders under a Team Arrangement are subject to terms and conditions or the Federal Supply Schedule Contract. Participation in a Team Arrangement is limited to Federal Supply Schedule Contractors. Customers should refer to FAR 9.6 for specific details on Team Arrangements. Here is a general outline on how it works: • The customer identifies their requirements. • Federal Supply Schedule Contractors may individually meet the customers needs, or - • Federal Supply Schedule Contractors may individually submit a Schedules "Team Solution" to meet the customer's requirement. • Customers make a best value selection. e -Builder, Inc. GS-35F-408AA 20 (P) 954-556-6701 Page 366 of 710 e -Builder, Inc. Awarded GSA Pricelist- SIN 132-51 e -Builder, Inc. GS-35F-408AA 21 (P) 954-556-6701 Page 367 of 710 Awarded SIN Labor Category Functional Responsibility 'Years of Experience Educational Acquirements. Net GSA UOI Price As primary point of contact for the customer, the Project Manager Bachelors dcgrcc in a At least six years of technical is proficicnt in the latest hardwarq software, and network cxpericncc with computer and business or technical field technologies. Directs completion oY'complcx information such as Information network system architecture within technology tasks within estimated timeframe and budget a variety of Information Technology, Engineering, or 132-51 Projcct Manger constraints, while oversees all projcct work. Schedules and Computcr Scicncc. In lieu of $167.51 Hourly assigns duties to subordinates and subcontractors and ensures Tcchnology environments. Portion Bachelors dcgrcc, six years requires cxccllcnt oral and written assignments arc completed as directed. Enforces work standards rcicvant cxpericncc and/or and reviews/resolves work discrepancies to ensure compliance communications kills, with the technical certificates may be ability to multi -task. with sco c rc uircmcnts. substitucd. Demonstrated ability to provide guidance and direction for specific sub -tasks of a projcct. The Scnior Projcct Managcr is proficicnt in the latest hardwarq software, and network technologies and acts as the overall lead, manager and administrator for the effort. Scrves as the primary interface and point of contact with program authorities and representatives on technical and program/project issues. Leads team on large Eight years of management and A Bachelors Degree in a complcx projects of significance. Ccatcs innovation solutions for supervisory cxpericncc with complcx projects scheduling, tcchnology, methodology, tools, and computer and network system solution components. Provides systems analysis and programming architecture within a variety oY' such as Information Tcchnology, Engineering, or 132-51 Scnior Project Managcr activities for a customer sitq facility or multiple locations. Information Tcchnology $263.22 Hourly Prepares plans for application selection, systems development, environments. Position requires Computcr Scicncc. In lieu of systems maintcnancc, and production activities and for necessary cxccllcnt oral and writtcn a Bachelors six years cxpericncc of rcicvant work cx of support resources. Supervises program project operations by communication skills, with the can be substituted. dcvcloping procedures, planning and directing execution of the ability to multi -task. tcchnical programming, maintcnancc and administrative support effort and monitoring and reporting progress. Manages acquisition and cmploymcnt of program/projcct resources. Manages and controls financial and administrative aspects of the program/projcct with respect to contract requirements. Rcs onsiblc for all as ccts of proicct. A Bachelors Dcgrcc in a Serves as interface and point ofcontact with program authorities and representatives on tcchnical and projcct issues. Plays a major Four years of cxpericncc in IT business or tcchnical field part in program/projcct operations by dcvcloping procedures, related business and consulting. such as Information Tcchnology, Engineering, or$215.37 132-51 Consultant planning and dirccting cxccution of the tcchnical programming, Position requires cxccllcnt oral and Computcr Scicncc. In lieu of Hourly maintcnancc and administrative support effort and monitoring and written communication skills, with reporting progress. Reports on acquisition and cmploymcnt of the ability to multi -task. a Bachelors dcgrcc, six years of rcicvant work cxpericncc program/projcct resources to Projcct Managers. can be substituted. e -Builder, Inc. GS-35F-408AA 21 (P) 954-556-6701 Page 367 of 710 e -Builder, Inc. Awarded GSA Pricelist- SIN 132-52 SIN 'Manuf Part Number Product Description UDI Awarded Netacturer GSA Price Warranty CDD' E -Builder Enterprise Platform which 132-52 E -Builder EB -ENT includes up to 15 named users. One Up to 15 users/ $21,916.62 Service US year subscription license. per year Agreement Additional e -Builder Enterprise user licenses (above the 15 users included per User/ Per Service 132-52 E -Builder EB-ADDL with the Enterprise Platform). One $1,461.11 US year subscription license. Price per Year Agreement user per year. e -Builder, Inc. GS-35F-408AA 22 (P) 954-556-6701 Page 368 of 710 E -BUILDER SERVICE AGREEMENT e -Builder, Inc. whose address is 1800 NW 691h Avenue, Suite 201, Plantation, FL 33313 ("e -Builder") and Ordering Activity, as defined in GSA Order ADM4800.2G and as revised from time to time ("Customer"), enter into this e -Builder Service Agreement (the "Service Agreement"). In the event of a conflict between any terms and conditions in this Service Agreement and the terms and conditions of the GSA Schedule 70 contract, the terms and conditions of the Schedule 70 contract shall control. The work to be performed for an "Ordering Activity" may be contained in one or more "Task Orders." 1. TERM. This Agreement shall continue for the period purchased by the Ordering Activity as set forth in the relevant task order. 2 SERVICES. 2.1 Services. e -Builder agrees to provide the services described in the relevant Task Order (the "Services") to Customer subject to the terms and conditions of this Agreement, in consideration for the payments set out therein. Customer acknowledges that e - Builder Enterprisean software may be modified or upgraded from time to time, and that "Services" and `Customer Support" provided to Customer shall only include the use of the most recent version of e -Builder Enterprise°1. 2.2 License of Software. Customer's right to use the Services (including, without limitation, the limited license to use e -Builder Enterprisean software), is limited to the restrictions contained herein, including those related to the number of users, projects, annual capital program expenditures and/or period of use. The Customer acknowledges that title to and copyright in the software applications supplied by e -Builder (including e -Builder Enterprise°1) are reserved by e -Builder. Customer acquires no right in any software, copyrights, patents or any other intellectual property belonging to or licensed by e -Builder, other than the specific limited rights to the Services. e -Builder is and shall remain the sole owner of all copyrights, trademarks, patents and other proprietary rights in and to all aspects of the Services (including, without limitation, all software, code and designs used in providing the Services). 4. WARRANTIES 4.1 Representations. Customer represents, warrants and covenants the following to e -Builder: (i) Customer currently possesses all necessary licenses, permits, insurance and approvals required validly to execute, deliver and perform its duties under this Agreement and is qualified to do business in all jurisdictions where such qualification is required for Customer's performance of its duties under this Agreement, (ii) To the best of its knowledge and ability, Customer will comply with, and will use its best efforts to cause each subcontractor it may engage to comply with all applicable federal and state laws and regulations in performing its and their respective responsibilities under this Agreement and any subcontracts, and (iii) No information provided to e -Builder or disseminated through its software or systems shall infringe on or violate any trademark, copyright, trade secret, right of publicity or privacy (including but not limited to defamation), patent or other proprietary right of any third party. 4.2 Disclaimer of Warranty and Limitations of Liability. E -BUILDER DOES NOT AND CANNOT CONTROL THE FLOW OF DATA TO OR FROM E -BUILDER'S NETWORK AND OTHER PORTIONS OF THE INTERNET. SUCH FLOW DEPENDS IN LARGE PART ON THE PERFORMANCE OF INTERNET SERVICES PROVIDED OR CONTROLLED BY THIRD PARTIES. AT TIMES, ACTIONS OR INACTIONS OF SUCH THIRD PARTIES CAN IMPAIR OR DISRUPT CUSTOMER'S CONNECTIONS TO THE INTERNET (OR PORTIONS THEREOF). ALTHOUGH E -BUILDER WILL USE COMMERCIALLY REASONABLE EFFORTS TO TAKE ALL ACTIONS IT DEEMS APPROPRIATE TO REMEDY AND AVOID SUCH EVENTS, E -BUILDER CANNOT GUARANTEE THAT SUCH EVENTS WILL NOT OCCUR. ACCORDINGLY, E -BUILDER DISCLAIMS ANY AND ALL LIABILITY RESULTING FROM OR RELATED TO SUCH EVENTS. EXCEPT FOR THE WARRANTIES SPECIFICALLY AND EXPRESSLY MADE HEREIN AND ANY WARRANTIES SPECIFICALLY PROVIDED IN THE GSA SCHEDULE 70 CONTRACT, E -BUILDER MAKES NO WARRANTIES EITHER EXPRESS OR IMPLIED, AND ALL SUCH WARRANTIES ARE DISCLAIMED. FOR ANY ONE OR MORE BREACH OF THIS AGREEMENT OR DEFAULT HEREUNDER, THE ENTIRE LIABILITY OF THE PARTY IN BREACH OR DEFAULT, AND THE EXCLUSIVE REMEDY OF THE OTHER PARTY, SHALL BE PAYMENT OF THE ACTUAL DAMAGES PROXIMATELY CAUSED BY SUCH BREACH OR DEFAULT, WHICH SHALL NOT EXCEED THE AMOUNT OF ONE (1) MONTH'S FEES PAID BY CUSTOMER HEREUNDER. IN NO EVENT SHALL EITHER PARTY BE LIABLE FOR ANY SPECIAL, INDIRECT, INCIDENTAL, CONSEQUENTIAL OR EXEMPLARY DAMAGES, LOSSES, OR EXPENSES, INCLUDING, WITHOUT LIMITATION, LOST PROFITS, FAILURE TO REALIZE EXPECTED SAVINGS OR ANY OTHER COMMERCIAL OR ECONOMIC LOSS OF ANY KIND ARISING OUT OF OR RELATED TO THIS AGREEMENT. THESE LIMITATIONS ON THE LIABILITY OF EITHER PARTY SHALL APPLY TO ANY AND ALL CAUSES OF ACTION THAT EITHER PARTY MAY HAVE AGAINST THE OTHER, IRRESPECTIVE OF THE NATURE OF THE CAUSE OF ACTION UNDERLYING A CLAIM, DEMAND OR ACTION, INCLUDING, WITHOUT LIMITATION, WHETHER IT SOUNDS IN CONTRACT OR TORT, BUT SHALL NOT APPLY TO OR LIMIT SUMS DUE HEREUNDER TO E -BUILDER FOR SERVICES. This clause shall not impair the U.S. Government's right to recover for fraud or crimes arising out of or related to this Contract under any federal fraud statute, including the False Claims Act, 31 U.S.C. §§ 3729-3733. Furthermore, this clause shall not impair nor prejudice the U.S. Government's right to express remedies provided in the GSA Schedule 70 contract (e.g., clause 552.238-75 — Price Reductions, clause 52.212-4(h) — Patent Indemnification, and GSAR 552.215-72 — Price Adjustment — Failure to Provide Accurate Information). e -Builder, Inc. GS-35F-408AA 23 (P) 954-556-6701 Page 369 of 710 E -BUILDER - SERVICE AGREEMENT 4.3 Indemnity. e -Builder agrees to indemnify and hold harmless the Customer (for services rendered under a Task Order, as applicable), , its officers, directors, employees or agents from and against any claims made upon it by any third party, arising out of information or software provided by it or actions of its employees, agents or invitees. 5. AUDIT RIGHTS. e -Builder will have the right, during normal business hours and upon at least five (5) days prior written notice, to have an independent audit firm selected by e -Builder audit Customer's records relating to Customer's activities pursuant to this Service Agreement in order to verify that Customer has complied with the terms of this Agreement Such audits will be conducted no more than once in any period of twelve (12) consecutive months, and e -Builder will adhere to any security measures required by the Ordering Activity. 6. CONFIDENTIALITY. Confidential Information refers to all nonpublic information provided by one party to the other, but it does not include this Service Agreement. The Parties agree that, except to the extent necessary to implement the terms and conditions of this Agreement, when authorized in writing by the other Party or when otherwise required by law: (i) each Party will preserve and protect the confidentiality of the other Party's Confidential Information; (ii) neither Party will disclose to any third party the existence, source, content or substance of the other Party's Confidential Information, or make copies of such Confidential Information except as required by this Agreement; (iii) neither Party will deliver the other Party's Confidential Information to any third party, or permit such information to be removed from the premises of the Party receiving such information; and (iv) each Party shall advise any of its employees or agents working on or having access to the other Party's Confidential Information of the confidentiality of such information. 7. MISCELLANEOUS 7.1 Governin4 Law and Venue. This Agreement shall be governed by and interpreted in all respects in accordance with the laws of the United States. 7.2 Notices. All notices required or permitted to be sent pursuant to this Agreement shall, unless otherwise specifically provided, be in writing and shall be deemed given when delivered personally or by facsimile, overnight air courier or certified mail (postage prepaid, return receipt requested), to the addresses shown above or such other substitute address designated in writing. 7.3 Force Majeure. Notwithstanding any other provision of this Agreement, if by reason of Force Majeure, any Party is unable to perform certain of its obligations under this Agreement it shall be automatically relieved of those obligations to the extent, and for the period of time, that such Party is prevented from meeting them by Force Majeure. E -BUILDER, INC. "Customer" By: By: Title: Title: Date: Date: e -Builder, Inc. GS-35F-408AA 24 (P) 954-556-6701 Page 370 of 710 7.B. BIDS AND PURCHASES OVER $100,000 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. 16-033 - Authorize the City Manager to sign a contract with M&M Asphalt Maintenance Inc., d/b/a All County Paving, in the amount of $149,599.71, plus a 10% construction contingency in the amount of $14,959.97, for a total cost of $164,559.68 for the purpose of resurfacing Ocean Avenue and Leisureville Boulevard, both streets located in Palm Beach Leisureville utilizing the City of West Palm Beach's Paving Contract #16393 pricing, terms and conditions. EXPLANATION OF REQUEST: The finance department has confirmed with the City of West Palm Beach and the contractor that we are able to piggyback this contract. The Finance Department also has the complete City of West Palm Beach Contract on file. The City of West Palm Beach's competitive bid process satisfies the City of Boynton Beach's competitive bid requirements. Over the past several years, City staff and elected officials have received a growing number of complaints regarding the pavement condition of Ocean Avenue from Congress Avenue to SW 8th Street and Leisureville Boulevard from Boynton Beach Boulevard to Ocean Avenue. As such, staff proposes to resurface each of these streets this year. The proposed contract with M&M Asphalt Maintenance Inc. is piggy backed upon the City of West Palm Beach General Roadway and Miscellaneous Construction Contract #16393. Each of these streets were last microsurfaced about 8 years ago. There is evidence of minor delamination of the microsurfacing material. Furthermore, there have a been a number of utility cuts that have degraded the surface materials and ride quality. Each of these roadways are considered collector routes within Leisureville and thus warrant a relatively higher level of maintainance upkeep that would be expected with a new microsurface application. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? Asphalt overlay will extend the pavement surface life by an additional 20 years, at which time the city should consider a microsurface application. FISCAL IMPACT. Budgeted The proposed construction cost, plus contingency, is $164,559.69 and shall be funded from the Transportation/Roadway component of the City's FY 2015/16 Capital Improvement Plan. Funding shall include $90,000 from Street Maintenance Impr. (CP0266) and reallocation of $74,559.68 of sidewalk replacement funds (CP0263). ALTERNATIVES: Either defer all roadway maintenance to a future year (not recommended) or considering utilizing microsurfacing in lieu of asphalt overlay. Staff was unable to procure a microsurfacing piggy back so selection of this option would delay the project many months. STRATEGIC PLAN: Great Neighborhoods: Safe, Affordable and Livable, Positive and Exciting Boynton Beach Image: "Curb appeal" to Reputation STRATEGIC PLAN APPLICATION: Maintaining streets by utilizing asphalt overlay adds to improved public Page 371 of 710 perception of city maintenance activities. CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: CONTRACTS VENDOR NAME: M&M Asphalt Maintenance, Inc., d/b/a All County Paving START DATE: END DATE: CONTRACT VALUE: $164,599.68 MINORITY OWNED CONTRACTOR?: No EXTENSION AVAILABLE?: EXTENSION EXPLANATION: ATTACHMENTS: Type D Resolution D Contract D Addendum D Addendum D Attachment D Attachment D Attachment D Addendum REVIEWERS: Department Public Works Finance Reviewer Action Date Livergood, Jeffrey Approved 2/4/2016 - 3:44 PM Howard, Tim Approved 2/9/2016 - 9:12 AM Page 372 of 710 Legal Swanson, Lynn Approved Finance Howard, Tim Approved City Manager LaVerriere, Lori Approved 2/11/2016 - 9:38 AM 2/11/2016 - 9:51 AM 2/11/2016 - 3:00 PPA Page 373 of 710 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 31 RESOLUTION NO. R16 - A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING THE PIGGY -BACK OF A CITY OF WEST PALM BEACH PAVING CONTRACT #16393 WITH M&M ASPHALT MAINTENANCE INC., D/B/A ALL COUNTY PAVING FOR THE PURPOSE OF RESURFACING OCEAN AVENUE AND LEISUREVILLE BOULEVAR, BOTH STREETS LOCATED IN PALM BEACH LEISUREVILLE IN THE AMOUNT OF $149,599.71, PLUS A 10% CONSTRUCTION CONTINGENCY IN THE AMOUNT OF $14,959.97, FOR A TOTAL COST OF $164,559.68; AUTHORIZING THE CITY MANAGER TO SIGN A CONTRACT FOR GENERAL ROADWAY PAVING WITH M&M ASPHALT MAINTENANCE INC., D/B/A ALL COUNTY PAVING; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, City staff has confirmed that the City of West Palm Beach has complied with Public Contract Bid requirements which equal or exceed the City of Boynton Beach's requirements; and WHEREAS, upon recommendation of staff, it is the City's desire to piggy -back a City of West Palm Beach Paving Contract #16393 with M&M Asphalt Maintenance Inc., d/b/a All County Paving for the purpose of resurfacing Ocean Avenue and Leisureville Boulevard in the amount of $149,599.71, plus a 10% construction contingency in the amount of $14,959.97 for a total cost of $164,559.68. 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. Section 2. The City Commission of the City of Boynton Beach, Florida, hereby C:AProgram Files(x86)Aneevia.com\docConverterProAtemp\NVDC\9A3EAFF1-89BB-462B-BFDD-6082A753257A\Boynton Beach. 2768.1. Piggy -Back (M_M_Asphalt)_-_Reso.doc Page 374 of 710 32 approves the piggy -back of a City of West Palm Beach Paving Contract #16393 with 33 M&M Asphalt Maintenance Inc., d/b/a All County Paving for the purpose of resurfacing 34 Ocean Avenue and Leisureville Boulevard in the amount of $149,599.71, plus a 10% 35 construction contingency in the amount of $14,959.97 for a total cost of $164,559.68. 36 Section 3. The City Manager is hereby authorized to sign a contract with 37 M&M Asphalt Maintenance Inc., d/b/a All County Paving, a copy of which is attached 38 hereto as Exhibit "A". 39 Section 4. That this Resolution shall become effective immediately. 40 PASSED AND ADOPTED this day of , 2016. 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 CITY OF BOYNTON BEACH, FLORIDA Mayor — Jerry Taylor Vice Mayor — Joe Casello Commissioner — David T. Merker Commissioner — Mack McCray Commissioner — Michael M. Fitzpatrick VOTE ATTEST: Judith A. Pyle, CMC Interim City Clerk (Corporate Seal) YES NO C:AProgram Files(x86)Aneevia.com\docConverterProAtemp\NVDC\9A3EAFF1-89BB-462B-BFDD-6082A753257A\Boynton Beach. 2768.1. Piggy -Back (M_M_Asphalt)_-_Reso.doc Page 375 of 710 CONTRACT FOR GENERAL ROADWAY PAVING This Contract is made as of this day of , 2016 by and between M&M Asphalt Maintenance Inc., d/b/a All County Paving, with offices at 1180 SW 10th Street, Delray Beach, FL 33444 ("ALL COUNTY PAVING'), and The City Of Boynton Beach, a Florida municipal corporation, with an address at 100 East Boynton Beach Boulevard, Boynton Beach, FL 33435 (the "CITY'). RECITALS WHEREAS, the City wishes to resurface West Ocean Avenue from Congress Avenue to SW 8th Street and Leisureville Blvd. from Boynton Beach Boulevard to Ocean Avenue. WHEREAS, ALL COUNTY PAVING provided a proposal to the CITY to provide an asphalt overlay based on their awarded contract with the City of West Palm Beach, Florida Contract No. 16393 for General Roadway and Miscellaneous Construction for a proposed price of $149,599.71. NOW THEREFORE, in consideration of the mutual covenants contained herein, and for other valuable consideration received, the receipt and sufficiency of which are hereby acknowledged, the parties agree as follows: AGREEMENT Section 1. The foregoing recitals are true and correct and are hereby incorporated in this Agreement. Section 2. The CITY and ALL COUNTY PAVING agree that ALL COUNTY PAVING shall perform the work outlined in the in the Scope of Work based on City of West Palm Beach, Florida Contract for "General Roadway and Miscellaneous Construction", a copy of which is attached hereto as Exhibit "A", except as hereinafter provided: A. All references to City of West Palm Beach, Florida shall be deemed as references to the City of Boynton Beach. B. All Notices to the City shall be sent to: City: Lori LaVerriere, City Manager City of Boynton Beach 100 East Boynton Beach Boulevard Boynton Beach, Florida 33435 Telephone: (561) 742-6010 /Facsimile: (561) 742-6090 Copy: James A. Cherof, City Attorney Goren, Cherof, Doody & Ezrol, PA. 3099 East Commercial Boulevard, Suite 200 Fort Lauderdale, FL 33308 Telephone: (954) 771-4500 Facsimile: (954) 771-4923 Page 1 Page 376 of 710 C. The proposal from ALL COUNTY PAVING, is attached hereto as Exhibit "B". Section 3. In the event that the City of West Palm Beach, Florida Contract is amended, or terminated, ALL COUNTY PAVING shall notify the City within ten (10) days. In the event the City of West Palm Beach, Florida Contract is amended or terminated prior to its expiration, this Contract shall remain in full force and effect, and not be deemed amended or terminated, until specifically amended or terminated by the parties hereto. Section 4. The insurance required shall require that the Certificate of Insurance name the City of Boynton Beach as an additional insured. Section 5. In all other aspects, the terms and conditions of the City of West Palm Beach, Florida Contract, as amended, are hereby ratified and shall remain in full force and effect under this Contract, as provided by their terms. IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the day and year first written above. ATTEST: Judy Pyle, Interim City Clerk APPROVED AS TO FORM: James A. Cherof, City Attorney WITNESSES: ATTEST: SECRETARY CITY OF BOYNTON BEACH, FLORIDA Lori LaVerriere, City Manager ALL COUNTY PAVING BY: Print Name: Title: Page 2 Page 377 of 710 EXHIBIT A AGREEMENT BETWEEN THE CITY OF WEST PALM BEACH AND M&M ASPHALT MAINTENANCE INC., d/b/a ALL COUNTY Page 3 Page 378 of 710 EXHIBIT B PROPOSAL FROM ALL COUNTY PAVING Page 4 Page 379 of 710 Palm Beach County: U-21491 � Broward County: 13 -3A -17799-R' ate Collier County: LCC20110001485 Martin County: MCP5910 General Contractor: CGC1509532 SCOPE OF WORK WORK TO BE PERFORMED ON: W. Ocean Ave, from Congress to SW 8th St, Leisureville Blvd, from W. Ocean Ave to Boynton Beach Blvd Item No. Item Description Unit Cost Units Quantity Total GENERAL 1 Mobilization $5,000.00 LS 1 $5,000.00 2 Maintenance of Traffic $7,500.00 LS 1 $7,500.00 3 Bonding $3,500.00 LS 1 $3,500.00 4 Insurance $1,000.00 LS 1 $1,000.00 ROADWAY 19 Type SP -9.5 Asphaltic Concrete $110.00 Ton 995 $109,450.00 26 Adjust Existing Manhole Top to Grade $500.00 EA 15 $7,500.00 39 Adjust Water Valve Box $350.00 EA 5 $1,750.00 STRIPING & SIGNAGE 61 6" Solid White Thermoplstic Striping $0.88 LF 911 $801.68 62 6" Skip White Thermoplastic Striping $0.88 LF 120 $105.60 65 6" Double Yellow Thermoplastic Striping $1.76 LF 4250 $7,480.00 68 18" Solid Yellow Thermoplastic Striping $2.20 LF 282 $620.40 69 24" Solid White Thermoplastic Striping $3.30 LF 120 $396.00 70 Special Pavement Message: ARROW (single and double) Thermoplastic $99.00 EA 8 $792.00 71 Special Pavement Message: MERGE, ONLY, R/R, SCHOOL, SHARROW, Thermoplastic $121.00 EA 2 $242.00 74 6" White Temporary Striping Paint $0.33 LF 911 $300.63 76 6" Yellow Temporary Striping Paint $0.33 LF 8,500 $2,805.00 78 Retro -Reflective Pavement Markers (RPMs) All colors $4.40 EA 81 $356.40 TOTAL: $149,599.71 Page 1 of 2 M&M Asphalt Maintenance Inc., d/b/a All County Paving Office 561-588-0949 1 Fax 561-588-2140 11180 SW 10th Street, Delray Beach, FL 33444 Office 407-610-8069 1 Fax 407-380-200114800 Patch Road, Orlando, FL 32822 info(o-),allcountypaving.com Members of ICSC, CAI, SEFAA, IREM, CREW, AAGO, BBB, FTBA, FHEA, UCA, ABC, NAIOP, BOMAA, FHBA, APWA, PRISM, NEYRA OFDOTCERTIFIED CONTRACTORSO Note: All County cannot work around vehicles. Management is responsible for towing when owners fail to comply with paving and/or sPtF"s 81ulof 710 Palm Beach County: U-21491 � Broward County: 13 -3A -17799-R' ate Collier County: LCC20110001485 Martin County: MCP5910 General Contractor: CGC1509532 Page 2 of 2 M&M Asphalt Maintenance Inc., d/b/a All County Paving Office 561-588-0949 1 Fax 561-588-2140 11180 SW 10`h Street, Delray Beach, FL 33444 Office 407-610-8069 1 Fax 407-380-200114800 Patch Road, Orlando, FL 32822 info(o-),allcountypaving.com Members of ICSC, CAI, SEFAA, IREM, CREW, AAGO, BBB, FTBA, FHEA, UCA, ABC, NAIOP, BOMAA, FHBA, APWA, PRISM, NEYRA OFDOTCERTIFIED CONTRACTORSO Note: All County cannot work around vehicles. Management is responsible for towing when owners fail to comply with paving and/or sPtF s38T Ie)f 710 CONTRACTOR RECOMMENDATION -ALTERNATE ADD TO BASE BID 1 Mobilization $2,000.00 LS 1 $2,000.00 2 Maintenance of Traffic $4,000.00 LS 1 $4,000.00 3 Bonding $1,000.00 LS 1 $1,000.00 4 Insurance $250.00 LS 1 $250.00 12 Mill Existing Asphalt (Up to 2") $2.50 SY 14086 $35,215.00 DEDUCT FROM BASE BID. 26 Adjust Existing Manhole Top to Grade $500.00 EA 15 $7,500.00 39 Adjust Water Valve Box $350.00 EA 5 $1,750.00 TOTAL: $33,215.00 Page 2 of 2 M&M Asphalt Maintenance Inc., d/b/a All County Paving Office 561-588-0949 1 Fax 561-588-2140 11180 SW 10`h Street, Delray Beach, FL 33444 Office 407-610-8069 1 Fax 407-380-200114800 Patch Road, Orlando, FL 32822 info(o-),allcountypaving.com Members of ICSC, CAI, SEFAA, IREM, CREW, AAGO, BBB, FTBA, FHEA, UCA, ABC, NAIOP, BOMAA, FHBA, APWA, PRISM, NEYRA OFDOTCERTIFIED CONTRACTORSO Note: All County cannot work around vehicles. Management is responsible for towing when owners fail to comply with paving and/or sPtF s38T Ie)f 710 To: From: Date: Matter No: Dept. Re: on 9 NOW Now -nWEST PALM BEACH cv ter Y 0 City Attorney Jeri Muoio, Mayor V C ON Nancy D. Urcheck, Deputy City Attar EF"', October 2015 OCT 22 2015 16393 CiTy OF WESTRALIV BEAC�i 420 Engineering Services OFFICE OF THE CIP, CLERK M&M Paving dba All County Paving: General Roadway; Misc Construction; GASB Rebid Transmitted herewith for your signature are original documents which have been reviewed and approved for legal sufficiency. Kindly forward the documents, along with this memo, to the City Clerk's Office. To: Office of the City Clerk The Mayor is authorized to execute the document in accordance with: Y Procurement Code. Commission Approval. Resolution No, City Charter Please take the actions indicated below with respect to these documents: • Attest to the execution of the Agreement by the Mayor. • Insert the date of execution beneath the Mayor's signature (if not already dated). Estimated Record Retention Review (5 years from estimated completion and final payment: service and general contracts) X December 2030 (10 years from estimated completion and final payment for construction & CCNA contracts). Please retain one original as a public record and forward the other original to: WM=1190-10121M. LOU Page 383 of 710 6 GENERAL ƒ :% §2AND\ \ `\}} $ N E \;« CONSTRUCTION CITY PUBLICWORKS DEPARTMENT KHANH 2<±» «+2« *:. SENIOR RO;® ^°°* 401 CLEMATIS STREITHFLOOR WEST PALM BEACH, ; »<x! 5 /:) 494-1040 Page 384 0 710 092415 City of 'West of (Beacfi CONSTRUCTION CONTRACT Work Orders Bid No, 14-15-134 Project: General Roadway and Miscellaneous Construction Contract No. 16393 THIS CONTRACT is made and entered into by and between the CITY OF WEST PALM BEACH, a municipal corporation of the State of Florida whose address is 401 Clematis Street, West Palm Beach, Florida 33401 (the "Owner") and M&M ASPHALT MAINTENANCE, INC., d/b/a ALL COUNTY PAVING, a corporation of the State of Florida, whose principal address is 1180 SW 10TH Street, Delray Beach, Florida 33444 ("Contractor"). WHEREAS, the Owner caused to be prepared specification, drawings and other contract documents for certain work and issued an Invitation to Bid for the above-described project, which is incorporated into this Contract by this reference; and WHEREAS, the Contractor submitted its Bid in response; and WHEREAS, the Owner determined that the Contractor's Bid represents the best value to Owner and wishes to contract with Contractor under the terms and conditions contained in the Invitation to Bid; NOW THEREFORE, in consideration of the promises and mutual covenants and obligations herein contained, and subject to the terms and conditions herein stated, the Owner and Contractor understand and agree as follows: 1.1 If issued a Work Order, the Contractor shall furnish all necessary labor, materials, equipment and supplies, and shall execute and complete, to the satisfaction of Owner and in accordance with the terms and conditions of this Contract all work described and shown in the applicable Work Order for small roadway and miscellaneous construction projects, in accordance with the technical specifications and drawings specified for such Work Order. 12 Owner will issue Work Orders on an as -needed basis, Each Work Order will be on Owner's form and detail the specific project scope of work, project schedule for completion and compensation. All terms and conditions of this Contract, the General Conditions and the Contract Documents will be applicable to each Work Order. 1.3 No work is authorized until a work order is fully executed by the Owner. Any amendment to a work order is not effective and not authorized until such amendment is fully executed by the Owner. 1.4 A comprehensive project shall not be broken into small related segments/projects in order to fall within the limitations of this Contract. Contractor shall not execute any such Work Order. 1.5 Work Orders shall be completed within the time indicated for each Work Order. Time is of the essence of each Work Order. Contractor shall proceed with the work and shall conform to the schedule for each Work Order. Work shall commence on the date indicated in the Notice to Proceed issued by Owner and be substantially complete and then fully complete in accordance with the Work Page 385 of 710 092415 Order schedule and the General Conditions, with such extensions of time as are provided in the General Conditions. 1,6 No Work Order may be issued for work to be completed after the expiration of this Contract. The form of Owner's Work Order is attached to this Contract. 1.7 No work order(s) or minimum amount of work or compensation is guaranteed under this Contract. 2. PRICES, Contractor shall perform the work for the prices set forth on Contractor's Bid. If specific circumstances require additional work of materials not listed in Exhibit B, the parties shall negotiate a price which shall be detailed in the Work Order. 1 PAYMENT AND INVOICES. Payment for Work Orders shall be made in accordance with the General Conditions of this Contract. Contractor acknowledges that if a construction bond is required, payments under Work Order(s) shall not be made until consent of surety is received by Owner. Contractor shall submit individual invoices for each Work Order. Along with each invoice, Contractor will provide a copy of the Work Order, the appropriate completed Small Business participation form and any updated insurance documents (when applicable). 4.1 Term of Contract. Subject to the termination rights of the Owner, this Contract shall have a term of three (3) years, commencing as of the date of execution by the Owner. The Owner shall execute this Contract last, 4.2 Renewal. At the sole option of the Owner, this Contract may be renewed for up to two additional twelve (12) month periods. Contract renewal will only be effective upon a written contract amendment executed by both parties. Renewal terms and conditions for this Contract shall be unchanged. 5. LIQUIDATED DAMAGES. The actual damages Owner and the public may suffer as a result of the failure to complete work under a Work Order within the scheduled time are not ascertainable at the time of this Contract. If said work under any Work Order is not substantially and then fully completed within the time established by the Work Order and the General Conditions, as may be adjusted, the Contractor shall be liable and hereby agrees to pay to the Owner as liquidated damages, and not as a penalty, a sum per calendar day for each and every day or part of a day thereafter that said work remains incomplete. Unless a Work Order specified otherwise, Contractor shall pay to Owner the sum of Two Hundred Dollars ($200) per calendar day as liquidated damages. 6. CONSTRUCTION BOND(S). If the estimated amount of any Work Order is $200,000 or more, then prior to the commencement of the work under such Work Order, Contractor shall record a public construction bond, in an amount not less than the total cost of such Work Order, on Owner approved forms, with the Clerk of the Court in the Public Records of Palm Beach County and provide a certified copy of the recorded bond(s) prior to commencing work and submittal of first invoice, in accordance with the General Conditions. The City shall be an obligee under such bond(s). The bond shall incorporate by reference the terms of the Contract Documents in their entirety. 7, SPECIAL TERMS. Page 386 of 710 092415 8.1 Compliance, Article IX of Chapter 66 of the City of West Palm Beach Code of Ordinances relating to the Small Business Program is incorporated in this Contract by this reference. The Contractor agrees to comply in all respects with its commitment to use the certified small businesses identified in Contractor's Bid in the manner and proportions set forth in the Bid. In the event that it is impossible or impracticable to engage or procure materials from one or more of the identified certified small businesses, the Contractor shall so notify the City's Small Business Division promptly in writing and shall thereafter ensure that that firm or firms are duly replaced by other certified small businesses unless written approval to the contrary is granted by the City. 8.2 Records, The Contractor agrees to maintain in an orderly fashion all relevant records and information that document its compliance with the Small Business Program and the utilization of and payment to certified small businesses under this Contract; and shall make said records available to the City for inspection during reasonable business hours. Copies of all contracts between the Contractor and firms engaged by it in connection herewith shall be submitted to the City upon the City's request. 9. CONTRACTOR'S UNDERSTANDING. It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of the equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions. Execution of this Contract by the Contractor is a representation that the Contractor has visited the site, reviewed any design criteria furnished by Owner, become generally familiar with local conditions under which the Work is to be performed and correlated personal observations with requirements of the Contract Documents. Contractor deems both his inspection of the site and review of information furnished by Owner to be an adequate investigation. Contractor represents that the plans and specifications are consistent, practical, feasible and constructible within the scheduled construction time. Contractor affirmatively covenants that Contractor has observed no defects or discrepancies in the plans, specifications or site and that if during construction any discrepancies, defects, etc., are discovered by or made known to Contractor, Contractor shall immediately communicate same to the Owner. 10. ETHICS. Contractor acknowledges, agrees and commits that it shall comply with all applicable state and city rules and regulations. 11. CONTRACT DOCUMENTS. Contractor agrees, to complete all work in accordance with the Contract Documents. The term "Contract" and or "Contract Documents" shall include all the terms and conditions and Project requirements contained in this Contract and the following documents, all of which taken together are incorporated herein and form the Contract Documents. For convenience sake, some of the documents may not be attached to this Contract, but the listed documents make up the Contract Documents, whether or not they are attached. a. Each Work Order and all associated Documents b. Special Terms C. Contractor's Bid d. Schedule of Bid items e. Substitution Sheet f. Schedule of Subcontractors 9. Contractor License Verification Form h. Affidavit of Prime Bidder Page 387 of 710 M.. i. Drug Free Certification j. Trench Safety Compliance Form, k. Small Business – Subcontractors Listing 1. Small Business – Statement of Small Business Participation M. Small Business – Letter of Intent n. Contractor's Material Suppliers 0. Public Construction Bond and Related Power of Attorney and Surety Certificate P. Insurance Certificates q. General Conditions r. Technical Specifications and Drawings S. Invitation to Bid This Contract shall be executed in two (2) original sets by Owner and Contractor. The Contract Documents are complementary, and wherever possible the provisions of the documents shall be construed in such manner as to avoid conflicts between provisions of the various documents. IN WITNESS WHEREOF, the parties execute this Contract through their duly authorized representatives. ATTEST: By: City derk CITY ATTORNEY'S OFFICE Approved I- s form and legality By:iz�� Z� By: Orate Secretary 'A Print Name:C., Al I CITY OFESTPALM BEACH I— By: K Geraldine eraldine Mubic;1, Mayor Date- /0 1 - _L- , 20,1r Contractor: AL ( 411AI-ATEAAACE, IAC d/b/a PAVING Print Naive: �MA GclAe Title: Page 388 of 710 mms STAIMMMUSM Contractor: M&M Asphalt Maintenance, Inc., d/b/a All County Paving Project / Work Title: 1. Work: A detailed scope of work to be performed under this Work Order is attached as Exhibit A. (check if applicable) Technical specifications and drawings for the Project prepared by dated , project number (the "Contract Drawings") describe the work and are Contract Documents for this Work Order. 2. Schedule: Time is of the essence of this Work Order. The Contractor shall commence Work under this Work Order on the date indicated in the Notice to Proceed and fully complete said Work in accordance with Exhibit Substantial Completion shall be: days from Notice to Proceed. 3. Work Order Price. The total amount to be paid to the Contractor by the Owner under this Work Order shall not exceed the sum of subject only to adjustment as provided in the General Conditions. Payments shall be made in accordance with the General Conditions. Contractor acknowledges that if a construction bond is required, final payment under this Work Order shall not be made until consent of surety is received by Owner. Contractor shall submit individual invoices for each Work Order. Along with each invoice, Contractor will provide a copy of the Work Order, the appropriate completed Small Business participation form and any updated insurance documents, 0 (check if applicable) A detailed schedule of values is attached as Exhibit 11 (check if applicable) Contingency, Owner and Contractor agree the project budget shall include an Owner's contingency, which shall be utilized in accordance with the General Conditions, sum in the amount of $ 4. Liquidated, Damages. In accordance with the Contract Documents, Contractor shall be liable and hereby agrees to pay to the Owner as liquidated damages for each and every calendar day or part of a day that the work remains incomplete, the sum of ($_.00) per calendar day. Page 389 of 710 5. Construction Bond. Unless indicated below, Contractor will record the required public construction bond, on Owner forms, with the Clerk of the Court in the Public Records of Palm Beach County and provide a certified copy of the recorded bond prior to commencing work under this Work Order and submittal of first invoice. [I (check if applicable) Construction bond not required and Work Order Price is less than $200,000, 6, Special Terms. 7. 'Warranty. Contractor agrees to correct all Work found by Owner to be defective or not in conformance with the Contract Documents for a period of one year from the final certificate of occupancy for the project (or if no certificate of occupancy to be issued, within one year of substantial completion) or for such longer periods of time as may be set forth with respect to specific warranties contained in the specifications. 8. Small Business: The small business commitment for this Work Order is %. Contractor agrees to maintain in an orderly fashion all relevant records and information that evidence compliance with the Small Business program, including the utilization of, and payment to, certified small businesses under this Contract. 9. Insurance: Contractor hereby confirms that it maintains the insurance coverages required under the Contract and that certificates of insurance evidencing current policies are on file with the Owner as of the date of this Work Order. 10. Contract Reference: This Work Order shall be performed under the terms and conditions described within the master contract titled Master Contract for General Roadway and Miscellaneous Construction, dated I by and between the Owner of West Palm Beach and the Contractor named above ("Contract"). 11. Contract Documents. Contractor agrees to complete all work in accordance with the Contract Documents. The following documents are Contract Documents with respect to this Work Order, regardless of whether they are attached: ❑ Technical Specifications and Construction Drawings and specifications identified above. El Scope of Work ❑ Contractor's Bid and Schedule of Values ❑ Construction Schedule Special Terms Grant Requirements Substitution Sheet Contractor's material Suppliers List Schedule of Subcontractors — including suppliers Trench Safety Compliance Form K Page 390 of 710 r-1 Small Business — Statement of Small Business Participation El The following Contract Documents may be found at www.cit)(pfyyp . r / n ine _b. o g e g prt[!g/. Owner's Approved Materials List Owner's Engineering Standard Details CONTRACTOR: CITY OF WEST PALM BEACH M&M ASPHALT MAINTENANCE, INC. dibla ALL COUNTY PAVING By: jV, hA�lq By: Geraldine Muoicy, Mayor ' Print Name: Date: ell),;V20 /:3 I - City Clerk Approval as to form and legality By 9 Page 391 of 710 ITB Rev. 4-08 aSECTION 2 •- SPECIAL TERMS Pre -Bid Conference A pre-bid conference is scheduled to provide potential bidders the opportunity to ask questions and receive clarification concerning the project and to emphasize safety factors, hazards, or potential interference of other projects. If a pre-bid conference is scheduled, attendance is strongly encouraged. If a site inspection is scheduled it will be the only opportunity to inspect the site and attendance is recommended as no individual appointments will be made. Date: N/A Time: N/A Place: N/A Please bring your copy of the Invitation to Bid to the pre-bid conference. In accordance with the Americans with Disabilities Act, any person who believes he or she has a disability requiring the use of a special accommodation at either the scheduled site inspection, pre-bid conference or bid opening should contact the Procurement Division at 561-822-2100, at least five (5) days prior to the event to advise of his/her special requirements. 2. Time of Completion and Liquidated Darna_qes. The work to be performed under this project shall commence on the date of Notice to Proceed. The work shall be substantially completed within 120 ONE HUNDRED TWENTY) calendar days after the date of such notice, and fully completed within 180 (ONE HUNDRED EIGHTY) calendar days, with such extensions of time as are provided for in the General Terms and Conditions. If said work is not substantially completed within the specified times, the Contractor shall be liable and hereby agrees to pay to the Owner as liquidated damages, and not as a penalty, the sum of ONE THOUSAND TWO HUNDRED ($1,200) per calendar day for each and every day or part of a day thereafter that said work remains incomplete. 3. Permits and Fees. In accordance with the Public Bid Disclosure Act, the Contractor will be required to make payment to the City of West Palm Beach for following permits or licenses, impact, inspection or other fees for this Project under the Contract: (F.S. 218.80) (Permit) (Fee/Amount or calculation) Right -of -Way Permit See City website (www.citvofwpb.org) Parking Permit (Bagging of Meters) See City website Refer to City Website (wpb.org) for current permit fees. 4. Licenses. The Bidder will be required to have at the time of bid submittal, the following current license(s): 0 State of Florida General Contractor's License or Paving Contractor's License The Bidder will also be required, at the time of contract execution, to have a business tax receipt or certificate of registration in accordance with the following: No person, contractor or subcontractor may conduct business within the City without a business tax receipt or certificate of registration. ITB 14-15-134 Page 392 6f 710 ITB Rev. 4-08 • A contractor who holds a valid countywide contractor's license, in addition to a county business tax receipt shall register with the City. ® Any person engaging in any business, occupation or profession within the City without a permanent business location or branch office in the City, but holding a valid and currently effective business tax receipt issued by the county or another incorporated municipality, shall be issued a certificate of registration upon registering with the business tax official. 5. Small Business Participation. In accordance with the Small Business Ordinance, the goal for Small Business participation under the contract resulting from this Invitation to Bid is 15% of the total contract value. 6, Construction Bond. If required, please refer to General Condition 11. Required YeS Not Required 7. Insurance. Please refer to General Condition 13 for insurance requirements, unless a modification to such requirements is listed below: 8. Equal Benefits Ordinance. Section 66-9 of the City's Code of Ordinances provides that, with limited exceptions, when contracting for goods, services or construction in an amount of $50,000 or more, with persons or businesses with five or more employees that also provide benefits to employees' spouses and dependents, the city shall contract only with those persons or businesses that provide equal benefits, to employees' domestic partners. Each proposer shall submit an Equal Benefits certification with its proposal/bid The City intends to award to a Primary and Secondary Vendor(s). The award of the Primary and Secondary bidder will be determined in order of responsiveness, lowest price, and consideration of bidder's bid package with reference to conforming of bid, deviations (if any,) bidder's notes, materials proposed, along with bidder's qualifications, adequate organization, and personnel to ensure prompt and efficient performance of work to the City. If the Primary bidder is not able to supply the product/material in question, the City will contact the Secondary bidder accordingly. ITS 14-15-134 Page 393 6f 710 Each recipient of this Addendum acknowledges all of the provisions set forth in the Invitation to Bid (ITB) a agrees to be bound by the terms a#..: i ligg �;111111gp i 1 i FIMIF "i I I I RMT 2=111M. mr., M-lamn. jrjmjvn�, UMEM= Questions and Answers Revised schedule of bid items Revised technical specifications 11111 NINE iiiiii lill;lllumlf*wlp T 4� * Addendum 1 ITB 14-15-134 * Addendum 1 ITB 14-15-134 Revised Schedule of Bid Iten! Question 1: Do contractors have to provide pricing on all, items or can items be marked N/A if the the contractor is not providing a quote? Answer Pricing must be provided for all items. Question 2: How will the City determine the to bid as there is no total of bid items? Answer This is a line itern bid and the City's award decisions are based on the response or responses determined to be the best value. Answer Depending on the number of responses and bid prices multipie awards may be made. Awards will be based or) the best value to the City as determined by review and analysis of the submitted prices for each line item. Answer Work Orders will be issued for this contract. Addendum 1 14-15-134 Page 1 of 4 Page 394 of 710 Question 5- Please clarify line item 88 — Root Removal/Pruning., Is this one tree or all possible trees? Answer The line item refers to all trees. M I r BEEI - G111111111 Answer The line item is to adjust irrigation system in existing planter boxes or tree grates. Question 7: Has the City reduced the required paperwork for work orders and pay requests? How many forms are required for work orders and pay requests, for this project? Answer For the typical work order the pay request includes the following items: 1. Work order form 2, Scope of work 1 Fee proposal 4. Statement of small business participation form 5. Letter of intent 6Schedule of contractors 7. Drug free certificate 8. Contractors materials suppliers 9. Certificate of insurance 10. Bond *er Section 10.6 in the GC and the subcontractor utilization report. 10.5 Initial Pa, ment. Prior to submittal of its initial payment request, Contractor shall have submitted the foillowiing items to the Engineer/Architect and Owner� 1. Certified copies of the Performance and Payment bonds, or Public Construction bond, recorded in the public records. 2 List of subcontractors and suppliers 3. Project schedule 4. Schedule of values 5All current certificates of insurance 6. Designation of Contractor's Project Manager Addendum 1 14-15-134 Page 2 of 4 Page 395 of 710 gqit�!1111111�1'; lliiiii�!! 1111�111111�1��Jippl g AaPHALTiC 20 NCRETE PAVEMENT IBY THICK NE—S, ANP., TYPE 5-1, 5-3 OR 5,WAPER PAYE ) Method of Measurement The quantity to be paid for under this Section shall be per square yard (SY) of asphalt surface course ano shall include all labor, material, and equipment required to construct the base layer and the final surface course as shown on the plan vsevv and detail drawings The unit prices shall include compensation for multiple mobilizations, labor, materials and equipment required to construct the new asphalt concrete base and surface courses. The contract unit price shall also include other miscellaneous work required to complete the work in accordance with Florida Department of Transportation Standard Specifications for Road and Bridge Construction, latest edition and the City of West Beach specificationS. This unit price shall also include all necessary labor, materials, and equipment to adjust the valve boxes, manholes, rims, inlets, or other fi)nures to final grade, transitions to existing pavement milling existing asphan at tie-ins, tack coaling, compaction, rotting, grooming, samculling and any other work required to cornplete the worv, 0 1025-39 Basis of Payment: Payment shall be at line Contract Unit Price per square yard of pavernent installed to the limits shown or, the plans or as directed nyihe Engineer in the field during construction Y il)" LIMEROCK BASE Method of Measurement. The quantity to be paid for under this Section shall be per square yard (SY) for lumerock base installed and accepted The Contract Unit Price shall include compensation for all labor, materials, and eqwpmenl required to construct Me new firne rock base, including prime coat in accordance wrM the plans and specificattorls The contract unit price shall also Include other miscellaneous work required to correct all detective surfaces and deficient thicknesses and to complete the work in accordance with Florida Department of Transportation Standard Spearications for Road and Bridge construction late ed"llon and tile city of West Beach specifications Tree Contractor rnay, at no audillicrult cost to if Clity of West Partin Beach, substitute 1 D- inch crushed Concrete in lieu of time rock provided that tile rolninium L.SR 1110 is achieved 2 Basis of Paymenl: Nyrnem shall be at the Contract Unit Price per square yard of lihierock base installed to the limits shown on the plans of as directed by the Engineer in the field during construction Addendum 1 14.15A34 Page 3 of 4 Page 396 of 710 Proposers must acknowledge receipt of this Addendum 1 in the space provided below. This Addendum forms an integral part of the ITB documents and therefore must be executed. Failare to return this addendum with vour,or000sal submittal may be cause for disqualification. Issued By: City of West Palm Beach Procurement Division July 17, 2015 Signed By: Patricia D. V-mstrong Sr, Purchasing Agent PROPOSER: I Signed By; Pani Irfa ne: 4L-44-4-11 Title: L�iacai Date: 1111-E� Addendum 1 14-15-134 Page 4 of 4 Page 397 of 710 4" '4 City of West Talm Beacfi Im Item No, Jll Item Description GENERAL Unit Gast Units 1 2 3 Mobilization Maintenance of Traffic Bonding LS LS LS, 4 Insurance LS 5 Construction Permits (Allowance) AL -6- 7 lVehicle Towing (Allowance) ROADWAY Reclaimed Asphalt Base Course (Up to 10") AL Sy 8 Asphalt Emulsion for Reclamation (Asphalt Treated Base) GAL 9 10 Saw Cut Existing Concrete/Pavement up to 12" deep Concrete Road Base Removal up to 12" deep LF Sy 11 12 Excavation, Removal & Disposal of excess material Mill Existing Asphalt (up to 2") CY SY 13 Mill Existing Asphalt (2"-4") SY 14 Asphalt & Base Removal, up to 24" SY 15 12° Compacted, Stabilized Subbase Sy 16 17 FOOT Optional Base Group 4 FOOT Optional Base Group 6 Ton Ton 18 19 FOOT Optional Base Group 9 Type SP -9.5 Asphaltic Concrete Ton Ton 20 Type SP -12.5 Asphaltic Concrete Ton 21 Removal and Disposal of Old Guardrail LF 22 Reset Guardrail LF 23 Furnish & Install Guardrail, Steel Beam, Double Face, Incl Hardware LF 24 25 Furnish & Install Guardrail, Steel Beam, Straight Panel, Incl Hardware Furnish & Install Aluminum Handrail per FOOT Specification LF LF Addendum 1 ITB 14-15-134 P49PS66'8f 710 Addendum 1 ITB 14-15-134 Utilities 26 Adjust Existing Manhole Top to Grade EA 27 Install New Manhole Top with Ring and Cover to Grade (remove and dispose of existing) EA 28 Adjust Type "A" Inlet to Grade EA 29 Remove and Replace Type "A" Inlet EA 30 Install New Type "A" Inlet EA 31 Adjust type "C" Inlet to Grade EA 32 Remove and Replace Type "C" Inlet EA 33 Install New "C" Inlet EA 34 Remove and Replace Type P-5 (FDOT) Inlet EA 35 Remove and Replace Type P-6 (FDOT) Inlet EA 36 New Type P�5 FDOT Inlet EA 37 New Type P-6 FDOT Inlet EA 38 Install New Water Valve box (remove and dispose of existing) EA 39 Adjust Water Valve Box EA 40 Remove and Replace Water Meter Box, Single (City standard) EA 41 Remove and Replace Water Meter Box, Double (City standard) EA Remove and Replace Electrical Pull Boxes with "New Basis" Model PBC1 1 1812TO2 or an 42 Approved Equivalent EA 43 Install Electrical Pull Boxes, "New Basis" Model PBC1 11812TO2 or an Approved Equivalent EA 44 Remove & Replace Traffic Signal Loops/Wifing (Per PBC Standard) At Cost 46 Stamped, Colored Concrete (6" thick) SY 46 Pav r Brick (traffic rated) SY 47 Remove and Replace Paver Brick (traffic rated) Sy 48 Speed Humps, Stamped Asphalt(up to 100SY), primed and painted SY CONCRETE 49 Concrete Removal up to 6" thick SY So 4" Concrete Sidewalk SY 51 6"Concrete Pathway/Driveway SY 52 Concrete ADA Curb Ramp with detectable warning surface (FDOT standard) EA 53 6" ADA Compliant Detectable Warning Pavers Ramp EA 54 6'y ADA Compliant Ramp with Armor -Tile Tactile System or an approved equivalent EA 55 Remove Concrete Curb All Type include asphalt restoration and sawcut LF 56 Concrete Curb Type `D" LF 57 Concrete Curb Type `F LF 58 Concrete Header Curb (up to 12" X 12") LF 59 Modified Concrete Curb LF 60 Concrete Valley Gutter LF Addendum 1 ITB 14-15-134 I- Highlighted items will not be evaluated Bidder Company Name: I �,, " �-10 - I ! ! I I I : : i ! I i I ! I i I• I I I ! I ! ! ! i I I I I ! �111 I =r i. Addendum 1 ITB 14-15-134 Pag'4qW4 710 STRIPING & SIGNAGE 61 6" Solid White Thermoplastic Striping LF 62 6" Skip White Thermoplastic Striping LF 63 6" Solid Yellow Thermoplastic Striping LF 64 6" Skip Yellow Thermoplastic Striping LF 65 6" Double Yellow Thermoplastic Striping LF 66 12" Solid White Thermoplastic Striping LF 67 18" Solid White Thermoplastic Striping LF 68 18" Solid Yellow Thermoplastic Striping LF 69 24' Solid White Thermoplastic Striping LF 70 Special Pavement Message: ARROW (single and double) Thermoplastic EA 71 Special Pavement Message: MERGE, ONLY, RIR, SCHOOL, SHARROW, Thermoplastic EA 72 Furnish and Install Single Sign Post AS 73 Relocate Sign and Post AS 74 6" White Temporary Striping Paint LF 756" White Temporary Striping Plastic Tape LF 76 6" YelIow Temporary Striping Paint LF 77 16" Yellow Temporary Striping Plastic Tape LF 78 Retro -Reflective Pavement Markers (RPMs) All colors EA LANDSCAPING 79 Bio -Barrier (12" wide) LF 80 Bio -Barrier (19.5" wide) LF 81 Sodding (Floratam) SY 82 Sodding (Bahia) SY 83 Top Soil (3" Thick) SY 84 Red Designer Mulch (3") SY 85 Root Removal/Pruning AL 86 Tree Removal (up to 12" Diameter) EA 87 Seeding SY 88 Stump Removal up to 18" Diameter, Including Roots EA 89 Stump Removal up to 36" in Diameter, Including Roots EA go JTree Removal up to 18" in Diameter, Incl. Roots EA 91 Tree Removal up to 36" in Diameter, Incl. Roots EA 92 Adjust Irrigation AL 93 Regrade Swales SY I- Highlighted items will not be evaluated Bidder Company Name: I �,, " �-10 - I ! ! I I I : : i ! I i I ! I i I• I I I ! I ! ! ! i I I I I ! �111 I =r i. Addendum 1 ITB 14-15-134 Pag'4qW4 710 Addendum 1 ITB 14-15-134 Pag a 41�0I 710 W r - L S PALM BIACId MMMM= Each recipient of this Addendum acknowledges all of the provisions set forth in the Invitation to Bid (ITB) and agrees to be bound by the terms thereof. g111 1111111 1 111111 Fill IMM, • Questions and Answers • Revised Section 2 Special Terms • Revised Form B2 0 Addendum 2 ITB 14-15-134 0 Addendum 2 ITB 14-15-134 Revised Section 2 - Special Terms 6 Addendum 2 ITB 14-15-135 Revised Form B2 Questions and Answers Answer No, a bid bond is not required. Bonding may be required for work orders issued for this contract. Question 2: Regarding Section 2 - Special Terms, Item 1, Time of Completion and Liquidated Damages. How will the contract time and fines be applied to the contract? Answer The time of completion dates are removed from the bid documents. Timing for substantial and final completion will be included on the work orders issued for individual projects. Liquidated damages will be calculated at 25% of each worl, order amount. Answer No dollar arnount is expected as this is a line item bid There is a note on the forn) to refer to the list of bid items or) Form 83, Addendum 2 14-15-134 1113k ! Page 402 of 710 11111F 11 1! 1 !1 1� 11111 M111 ,i ��, � i �; i � Answer No dollar amount is expected at this time and the field can be completed with TBD,. The dollar amount will be included on the work order issued for a specific project. Question 5: How should suppliers for materials and dollar amounts be listed on Form B15? Answer Form B 15 can be left blank or marked TBD at this time; the information will be completed when a work order is issued for a specific project. Question 6: How should contractors respond to the allowance items on Form B? Should they be left blank or marked TBD? Answer The allowance items and lump sura items can be marked TBD for the bid response. Question 7- How should contractors provide SBE percentages when the quantities and value of the projiect(s) are unknown? Answer Include the names of your SBE team and rnark the percentage fields as TBD. Contractors will be expected to meet the SBE goal for the projects assigned via work order. Addendum 2 14-15-134 Page 2 of 3 Page 403 of 710 Proposers must acknowledge receipt of this Addendum 1 an integral part of the ITB documents and therefore must your proposal submittal may be cause for disgualification. Issued By: City of West Palm Beach Procurement Division July 22, 2015 in the space provided below. This Addendum forms be executed. Failure to return this addendurn with MUM it Koff signed igned By - PROPOSER: j Print Name:" V[e'A(-Tj I - Cal Date:mm Addendum 2 14-15-134 Page 3 of 3 Page 404 of 710 ITB Rev. 4-08 aSECTION 2 — SPECIAL TERMS ramnlroxom A pre-bid conference is scheduled to provide potential bidders the opportunity to ask questions and receive clarification concerning the project and to emphasize safety factors, hazards, or potential interference of other projects. If a pre-bid conference is scheduled, attendance is strongly encouraged. If a site inspection is scheduled it will be the only opportunity to inspect the site and attendance is recommended as no individual appointments will be made. Date: N/A Time: N/A Place: N/A I I I I I I I I I i 1! 1! 11! 11! 11 1 1! 111 � I i I I I I 1 1! 1111'! F I I 11! 1! 1! 11 V In accordance with the Americans with Disabilities Act, any person who believes he or she has a disability requiring the use of a special accommodation at either the scheduled site inspection, pre-bid conference or bid opening should contact the Procurement Division at 561-822-2100, at least five (5) days prior to the event to advise of his/her special requirements. 2. Time of Completion and Liguidated Daimagesi. The work to be performed under this project shall commence on the date of Notice to Proceed. The work shall be substantially completed within 120 ON HUNDR PNENTY) TBD calendar days after the date of such notice, and fully completed within 180 (ONE HU4PREO SIGN= — TBD calendar days, with such extensions of time as are provided for in the General Terms and Conditions. If said work is not substantially completed within the specified times, the Contractor shall be liable and hereby agrees to pay to the Owner as liquidated damages, and not as a penalty, the sum of ONIE TW - _1& KIn 111A, 14,200) TBD per calendar day for each and every day or part of a day thereafter that said work remains incomplete. 3. 'Permits and Fees. In accordance with the Public Bid Disclosure Act, the Contractor will be required to make payment to the City of West Palm Beach for following permits or licenses, impact, inspection or other fees for this Project under the Contract: (F.S. 218,80) (Permit) (Fee/Amount or calculation) Right -of -Way Permit See City website (wwvv.ci1yofwpb.oLg) Parking Permit (Bagging of Meters) See City website (www.cJtvofwpb,or_) Refer to City Website (wpb,org) for current permit fees. 4. Licenses The Bidder will be required to have at the time of bid submittal, the following current license(s): State of Florida General Contractor's License or Paving Contractors License The Bidder will also be required, at the time of contract execution, to have a business tax receipt or certificate of registration in accordance with the following: No person, contractor or subcontractor may conduct business within the City without a business tax receipt or certificate of registration. ITB 14-15-134 3 Page 405 of 710 QTR Rev. 4-08 A contractor who holds a valid countywide contractor's license, in addition to a county business tax receipt shall register with the City. Any person engaging in any business, occupation or profession within the City without a permanent business location or branch office in the City, but holding a valid and currently effective business tax receipt issued by the county or another incorporated municipality, shall be issued a certificate of registration upon registering with the business tax official. 5. Small Business Participation., In accordance with the Small Business Ordinance, the goal for Small Business participation under the contract resulting from this Invitation, to Bid is 15% of the total contract value. 6Construiation.Bond. If required, please refer to General Condition 11, Ixequired YeS Not Requiret' 7. Insurance. Please refer to General Condition 13 for insurance requirements, unless a modification to such requirements is listed below: 8. gqual Benefits Ordinance. Section 66-9 of the City's Code of Ordinances provides that, with limited exceptions, when contracting for goods, services or construction in an amount of $50,000 or more, with persons or businesses with five or more employees that also provide benefits to employees' spouses and dependents, the city shall contract only with those persons or businesses that provide equal benefits to employees' domestic partners. Each proposer shall submit an Equal Benefits certification with its proposal/bid .. . The City intends to award to a Primary and Secondary Vendor(s), The award of the Primary and Secondary bidder will be determined in order of responsiveness, lowest price, and consideration of bidder's bid package with reference to conforming of bid, deviations (if any,) bidder's notes, materials proposed, along with bidder's qualifications, adequate organization, and personnel to ensure prompt and efficient performance of work to the City. If the Primary bidder is not able to supply the product/material in question, the City will contact the Secondary bidder accordingly. ITB 14-15-134 4 Page 406 of 710 ITB Rev. 4-08 City of West Pafinz Beac,h (B2) 4)BID ["kim.g's 1451IFT-111relffm See Bid Items 1 - 96 on Form B3 - Schedule of Bid Items (Write IDOar Figure Here) Bidder agrees to furnish, unless otherwise provided, all implements, machinery, equipment, transportation, tools, materials, supplies, labor and other things necessary for the performance and completion of the work for the amount indicated above. The undersigned Bidder hereby declares that: 1. No Lobbying. Proposer acknowledges that contact by a Proposer, or anyone representing a Proposer, regarding this ITB with the Mayor, any City Commissioner, officer, City employee, other than an employee of the West Palm Beach Procurement Division, is grounds for disqualification. 2. This bid is made in good faith, without collusion or fraud and is fair and competitive in all respects. 3. The Bidder has carefully and to his full satisfaction examined the attached Scope of Work, Special Terms, General Conditions, technical specifications, and form of bonds, if applicable, together with the accompanying plans, and Bidder has read all issued addenda issued. 4. Bidder has made a full examination of the site and is familiar with the site conditions that may impact its performance. 5. There is enclosed a bid guarantee consisting of five percent (5%) of bid price in the amount of $_N/A 6. Upon receipt of a Notice of Intent to Award the contract the Bidder shall: 1 commence obtaining a Performance Bond, Labor and Material Bond, and Certificate(s) of insurance immediately after receiving a Notice of Intent to Award, and 2) immediately obtain a Certificate of Registration for engaging in business from the City, as such documents will be required prior to execution of a Contract. Bidder understands that the contract time starts on the date of Notice to Proceed. 44. The Bidder states that this bid is the only bid for this project in which Bidder is interested; and Bidder shall not be a subcontractor or subcontractor on this project, 10. Substantial completion shall be within On- "Ji;, -.—P, (4201" TBD calendar days. Final completion shall be in fN-- u— .-1 ighty-(4964 TI3D calendar days. 12. Small Business participation for this project is 15%. ITB 14-15-134 E Page 407 of 710 111932ME1111-1 13. Bidder shall be responsible for all permitting fees and utility service connection fees. For construction of a building, the City shall be responsible for plan and permit review fees through its Construction Services Department. 14, All debris is to be legaDy disposed of at a licensed disposal site in accordance with city, state, and federal standards. 15, The City reserves the right to select and include one or more alternates in the Project and work. 16. The following officer, director or agent of the Bidder is also an employee of the City of West Palm Beach: Name Address 17. The following employee(s) of the City of West Palm Beach hold, either directly or indirectly, an interest of 10% or more of Bidder or its affiliates or subsidiaries: Name Address 18. Bidder and all aililiates, suppliers, subcontractor or consultants who will perform the'11ork have not been placed on the Pubilic Entity Crimes convicted vendor list maintained by the State of Florida within the 36 months immediately preceding the date of this Bid. 19. Bidder acknowledges that ADDENDA NO(S). have been RECEIVED and are A17ACHED HERETO and are signed by a duly authorized officer of Bidder. 20. By signing and submitting this Bid, Bidder represents that all Bid Forms are fully complete and accurate. Business Address: (Street, City, State, Zip Code) State of incorporated: Telephone: Fax: Print Name: Title: Date: MMMIMIIM�- far -M -F-71 I I I , , irliiiiii 111111 MMUMNI ITB 14-15-134 In Page 408 of 710 1T13 Rev. 4-08 City of West Pak Beach (B2) @ BID ITB 14-15-134 .,',roposalof: M &M Asphalt Maintenance, Inc. d/b/a All County Paying (Bidder Company Name) Bid Amount: $ N/A (Write Doliar Figure Here) Bidder agrees to furnish, unless otherwise provided, all implements, machinery, equipment, transportation, tools, materials, supplies, labor and other things necessary for the performance and completion of the work for the amount indicated above. The undersigned Bidder hereby declares that: 1. No Lobbying. Proposer acknowledges that contact by a Proposer, or anyone representing a Proposer, regarding this ITB with the Mayor, any City Commissioner, officer, City employee, other than an employee of the West Palm Beach Procurement Division, is grounds for disqualification. 2. This bid is made in good faith, without collusion or fraud and is fair and competitive in all respects. 3. The Bidder has carefully and to his full satisfaction examined the attached Scope of Work, Special Terms, General Conditions, technical specifications, and form of bonds, if applicable, together with the accompanying plans, and Bidder has read all issued addenda issued. 4. Bidder has made a full examination of the site and is familiar with the site conditions that may impact its performance. 5. There is enclosed a bid guarantee consisting of five percent (5%) of bid price in the amount of $_N/A 6. Upon receipt of a Notice of Intent to Award the contract the Bidder shall; 1) commence obtaining a Performance Bond, Labor and Material Bond, and Certificate(s) of Insurance immediately after receiving a Notice of Intent to Award, and 2) immediately obtain a Certificate of Registration for engaging in business from the City, as such documents will be required prior to execution of a Contract. 7. Bidder understands that the contract time starts on the date of Notice to Proceed. 8. Bidder furthermore agrees that, in case of failure on his part to execute a Contract and provide all required documents within ten (10) calendar days of receipt of the Contract for execution, the City may withdraw the offer and contract with another bidder and the check, bond, or other security accompanying his bid and the money payable thereon, shall become the property of the City, by forfeit as agreed and liquidated damages. 9. The Bidder states that this bid is the only bid for this project in which Bidder is interested-, and Bidder shall not be a subcontractor or subcontractor on this project. 10. Substantial completion shall be within One Hu TBD calendar days. Final completion shall be in One HundFed Eighty(180) TBD calendar days. I 11. Liquidated damages for delay are agreed to be $1,200.00 TBD per calendar day. 12. Small Business participation for this project is 15%. ITB 14-15-134 14 Page 409 of 710 ITB Rev. 4-08 13. Bidder shall be responsible for all permitting fees and utility service connection fees. For construction of a building, the City shall be responsible for plan and permit review fees through its Construction Services Department. 14, All debris is to be legally disposed of at a licensed disposal site in accordance with city, state, and federal standards. 15. The City reserves the right to select and include one or more alternates in the Project and work. 16. The following officer, director or agent of the Bidder is also an employee of the City of West Palm Beach: Name Address None 17. The following employee(s) of the City of West Palm Beach hold, either directly or indirectly, an interest of 10% or more of Bidder or its affiliates or subsidiaries: Name Address 18. Bidder and all affiliates, suppliers, subcontractor or consultants who will perform the Work have not been placed on the Public Entity Crimes convicted vendor list maintained by the State of Florida within the 36 months immediately preceding the date of this Bid. 19. Bidder acknowledges that ADDENDA NO(S). 1 & 2 have been RECEIVED and are ATTACHED HERETO and are signed by a duly authorized officer of Bidder. 20. By signing and submitting this Bid, Bidder represents that all Bid Forms are fully complete and accurate. 21. Bidder acknowledges that the Bid may be rejected if all Bid Forms are not fully complete, not accurate or if forms are not signed by properly authorized signatures where required. Bidder Company Name: M & M Asphalt Maintenance, Inc. d/b/a All County Paving Business Address: (Street, City, State, Zip Code) 1180 SW 10th Street Delray Beach, FL 33444 State of Incorporated: FL Telephone: 561-588-0949 Fax:, 561-588-2140 of Official authorized to bind Bidder. Print Name: Kenneth Gold Title: President Date: 7-27-15 Failure to fully -comfete and sign this Bid Form may result in reiection of the Bid. ITB 14-15-134 15 Page 410 of 710 ITB 14-15-134 PROJECT TITLE: General Roadway and Miscellaneous Construction M, Item No. Item Description Unit Cost I Units GENERAL 1 Mobilization TBD LS 2 3 Maintenance of Traffic Bonding TBD TBD LS LS 4 -Insurance 5 6 Construction Permits (Allowance) Vehicle Towing (Allowance) TBD TBD TBC LS AL AL ROADWAY 7 8 9 Reclaimed Asphalt Base Course (Up to 10") Asphalt Emulsion for Reclamation (Asphalt Treated Base) Saw Cut Existing Concrete/Pavement up to 12" deep $12.90 $2,50 $2.00 SY GAL LF 10 11 Concrete Road Base Removal up to 12" deep Excavation, Removal & Disposal of excess material $11-00 $25.00 SY cy 12 Mill Existing Asphalt (up to 2") $2.50 SY 13 Mill Existing Asphalt (2"-4") $3.10 SY 14 15 16 Asphalt & Base Removal, up to 24" 12" Compacted, Stabilized Subbase FDOT Optional Base Group 4 $11.85 $5.00 $40-00 SY SY Ton 17 FDOT Optional Base Group 6 $40.00 Ton 18 FDOT Optional Base Group 9 $40-00 Ton 19 20 Type SP -9.5 Asphaltic Concrete Type SP -12.5 Asphaltic Concrete $11(7.00 $110.00 Ton Ton 21 22 Removal and Disposal of Old Guardrail Reset Guardrail $5.95 $11-00 LF LF 23 24 Furnish & Install Guardrail, Steel Beam, Double Face, Incl Hardware Furnish & Install Guardrail, Steel Beam, Straight Panel, Incl Hardware $38.50 $27.50 LF LF 25 Furnish & Install Aluminum Handrail per FDOT Specification $85.00 LF Addendum 1 ITB 14-15-1134 Page I of 4 Page 411 of 710 Addendum 1 [TB 14-15-134 Page 2 of 4 Page 412 of 710 Utilities 26 27 Adjust Existing Manhole Top to Grade Install New Manhole Top with Ring and Cover to Grade (remove and dispose of existing) $500-00 $750-00 EA EA 28 29 Adjust Type "A" Inlet to Grade Remove and Replace Type "A" Inlet $2,500.00 $5,500-00 EA EA 30 Install New Type "A" Inlet $4,200-00 EA 31 Adjust type "C" Inlet to Grade $2,500-00 EA 32 Remove and Replace Type "C" Inlet $5,800-00 EA 33 34 Install New "C" Inlet Remove and Replace Type P-5 (FDOT) Inlet $4,500,00 $7,700.00 EA EA 35 36 37 Remove and Replace Type P-6 (FDOT) Inlet New Type P-5 FDOT Inlet New Type P-6 FDOT Inlet S7,500.00 $6,200,00 $6,000.00 EA EA EA 38 39 Install New Water Valve box (remove and dispose of existing) Adjust Water Valve Box $500,00 $350-00 EA EA 40 Remove and Replace Water Meter Box, Single (City standard) $500.00 EA 41 Remove and Replace Water Meter Box, Double (City standard) $600.00 EA 42 Remove and Replace Electrical Pull Boxes with "New Basis" Model PBC1 1 1812TO2 or an Approved Equivalent $1,500,00 EA 43 Install Electrical Pull Boxes, "New Basis' Model PBC1 1 1812TO2 or an Approved Equivalent $1,100,00 EA 44 45 Remove & Replace Traffic Signal Loops/Wiring (Per PBC Standard) Stamped, Colored Concrete (6" thick) TBD $72.00 At Cost SY 46 47 Paver Brick (traffic rated) lRemove and Replace Paver Brick (traffic rated) $30.00 $35.00 SY SY 48 Speed Humps, 'tamped Asphalt(up to 1 OOSY), primed and painted I SY CONCRETE 49 Concrete Removal up to 6" thick $10151 SY 5() 51 4" Concrete Sidewalk 6" Concrete Pathway/Driveway $34Z01 $42.50, SY SY 52 Concrete ADA Curb Ramp with detectable warning surface (FDOT standard) $575.001 EA 53 6" ADA Compliant Detectable Warning Pavers Ramp $1,200.00 EA 54 55 6" ADA Compliant Ramp with Armor -Tile Tactile System or an approved equivalent Remove Concrete Curb All Type include asphalt restoration and sawcut $975,00 $4.50 EA LF 56 Concrete Curb Type "D" $11-50 LF 57 Concrete Curb Type 'F" $20-00 LF 58 59 Concrete Header Curb (up to 12" X12") Modified Concrete Curb $2000 $20.00 LIF LF 60 Concrete Valley Gutter $20.00 LF Addendum 1 [TB 14-15-134 Page 2 of 4 Page 412 of 710 I' Highlighted items will not be evaluated Bidder ComDanv Name: NN A ter iN, Signattikk011 0"1 authorized to bind Bidder Print Name LcLel G L� J Title 4 31A ak Date al I'S Failure to fully complete and sign this Bid Form may result in rejection of the Bid Addendum 1 ITB 14-15-134 Pa v Page 3 of 4 Page 413 of 710 STRIPING & SIGNAGE 61 62 6" Solid White Thermoplastic Striping 6" Skip White Thermoplastic Striping $0,88 $0.88 LF LF 63 6" Solid Yellow Thermoplastic Striping $0.88 LF 64 6" Skip Yellow Thermoplastic Striping $0.88 LF 65 66 6" Double Yellow Thermoplastic Striping 12" Solid White Thermoplastic Striping $176 $1,65 LF LF 67 18" Solid White Thermoplastic Striping $2,20 LF 68 69 18" Solid Yellow Thermoplastic Striping 24" Solid White Thermoplastic Striping $2.20 $3.30 LF LF 70 Special Pavement Message: ARROW (single and double) Thermoplastic $99-00 EA 71 Special Pavement Message i MERGE, ONLY, RIR, SCHOOL, SHARROW, Thermoplastic $121-00 EA 72 Furnish and Install Single Sign Post $292 AS 73 74 Relocate Sign and Post 6" White Temporary Striping Paint $192-00 $0.33 AS LF 75 6" White Temporary Striping Plastic Tape $0.66 LF 76 77 6" Yellow Temporary Striping Paint 6' Yellow Temporary Striping Plastic Tape $0331 $0.66 LF LF 7878 fRetro-Reflective Pavement Markers (RPMs) All colors $4.40 EA LANDSCAPING 79 Bio -Barrier (12" wide) $15,00 LF 80 Bio -Barrier (19.5" wide) $18.00 LF 81 Sodding (Floratam) $150 SY 82 83 Sodding (Bahia) Top Soil (3" Thick) $120 $16.50 SY SY 84 Red Designer Mulch (3") $21.00 SY 85 Root Removal/Pruning TBD AL 86 87 Tree Removal (up to 12' Diameter) Seeding $1,000-00 $10.00 EA SY 88 Stump Removal up to 18" Diameter, Including Roots $750,00 EA 89 Stump Removal up to 36" in Diameter, Including Roots $850-00 EA 90 91 Tree Removal up to 18" in Diameter, Incl. Roots Tree Removal up to 36" in Diameter, Incl. Roots $1,500-00 2,000.001 EA EA 92 93 Adjust Irrigation Regrade Swales TBD $13,50 AL SY I' Highlighted items will not be evaluated Bidder ComDanv Name: NN A ter iN, Signattikk011 0"1 authorized to bind Bidder Print Name LcLel G L� J Title 4 31A ak Date al I'S Failure to fully complete and sign this Bid Form may result in rejection of the Bid Addendum 1 ITB 14-15-134 Pa v Page 3 of 4 Page 413 of 710 �� • a :r wf 'r � j f � r � f Addendum 1 ITB 14-15-134 Page 4 of 4 Page 414 of 710 ITB Rev. 4-08 City of West (Pa[m Beach (B4) ITB 14-15-134 SUBSTITUTION SHEET This form must be completed if Bidder proposes to deviate from any contract requirements including, but not limited to, proposed material specifications, proposed method, construction schedule, or phasing plan. Associated "Add" or "Deduct" must be provided. DESCRIPTION OR MAKE PROPOSED ADD DEDUCT BID ITEM NO. SPECIFIED SUBSTITUTION None $- $ ITS 14-15-134 17 Page 415 of 710 I 1 -0 io 1 x W 1. SCHEDULE OF SUBCONTRACTORS Failure to fully complete form may result in bid rejection. The following is a complete list of all subcontractors utilized for this project: Pi 3. EJ Asphalt Paving Systems (company name) 9021 Wire Rd., Zephyrhills, FL (address) 33540 (zip code) ITB Rev. 4-08 M Dollar amount of subcontract work Reclamation $ TBD (type of work) 813-455-2471 (tel. #) 22-3787755 (federal I.D. #) WIVI. D. Adeimy Jr., Inc. Concrete $ TBD (company name) (type of work) 1201 Omar Rd., West Palm Beach, FL 561-832-6305 (address) (tel. #) 33405 59-1927258 (zip code) (federal I.D. #) Sou-thwide Industries, Inc. Striping $ TBD (company name) (type of work) 4357 Okeechobee Blvd., Ste C4 561-688-8833 (address) (tel, #) West Palm Beach, FL 33409 65-0857746 (zip code) (federal I.D. #) Centerline Utilities, Inc. Drainage TBD (company name) (type of work) 2180 SW Poma Drive, Palm City, FL 561-689-3917 (address) (tel. #) 34990 65-0849488 (zip code) (federal I.D. #) 5. $ (company name) (type of work) (address) =-(zip —code)— (federal M. #) Total dollar amount to be awarded to subcontractors (this page) ITB 14-15-134 $ 18 Page 416 of 710 ITB 14-15-134 SCHEDULE OFSUBCONTRACTORS (continued ifnecessary) 6. $ ITB Rev. 4-08 (company name) (type of work) (zip code) (federal I.D. #) Q- $ (company name) (type of work) (zip code) (federal I.D. #) Total dollar amount to be awarded to Subcontractors $ nao Authorized Signature., YNote: The above schedule of subcontractors will become a part of the Contract documents. Changes made to the above schedule of subcontractors after the contract has been executed must be submitted in writing to the Engineering and Public Works Department for approval prior to that subcontractor performing any work. ITB 14-15-134 19 Page 417Of710 | | � ITB Rev. 4-08 City of West (Tafm Beach (1136) ITB 14-15-134 CONTRACTOR VERIFICATION FORM PRIME BIDDER: Name of Firm: irm: M & M Asphalt Maintenance, Inc. d/b/a All County Paving Address: 1180 SW 19th Street Delray Beach, FL 33444 Telephone: 561-588-0949 Fax: 561-588-2140 GENERAL CONTRACTOR OF RECORD. Name-, Micheal M. Ritter Jr. Address: 1180 SW 19th Street Delray Beach, FL 33444 State License # CGC 1509532 (ATTACH COPY) County License # U-21491 (ATTACH COPY) Type of License: Paving Unlimited Yes (yes/no) If "NO", Limited to what trade? Is the General Contractor a full-time employee of Prime Bidder? X Yes No Will the General Contractor be in responsible charge of the work performed and installed under this contract? X Yes No City License: (COPY OF CITY REGISTRATION OR BUSINESS TAX RECEIPT —MUST BE OBTAINED PRIOR TO CONTRACT EXECUTION — Maybe obtained from City Construction Services) Failure to fully or accurately complete this form may be cause for rejection of the bid. ITB 14-15-134 20 Page 418 of 710 August 3, 2015 Kenneth Goldberg President M&M Asphalt Maintenance, Inc. d/b/a All County Paving 1180 SW 10`h Street Delray Beach, FL 33444 RE: Notice of Intent to Award ITB No. 14-15-134 General Roadway and Miscellaneous Construction Mr. Goldberg Please accept this Notice of Intent to Award on behalf of the City of West Palm Beach for ITB 14-15-134 General Roadway and Miscellaneous Construction. Your company has been determined to be a best value to the City. The City's Engineering Department will contact your company for any required documentation so the contract can be compiled and executed. Thank you for your cooperation. We look forward to a prosperous working relationship with your organization. If you have any questions please contact me at 561822-2100 Sincerely, W,/" �-, Frank Hayden Procurement Official cc: Kharih Uyen Clang Senior Project Engineer Engineering and Public Works ITS 14-15-134 file 401 CLEMATIS STREET P.0, BOX 3366 WEST PALM BEACH, FL 33401 561,822.2100 Page 419 of 710 W E ST P A L M B A C I -I - - - - ------ Date: August 4, 2015 To: Uyen Dang Senior Project Engineer Engineering and Public Works From: Frank Hayden Procurement Official Subject: ITB 14-15-134 Award Recommendation General Roadway and Miscellaneous Construction The following vendors responded to the above mentioned ITB: • Asphalt Paving — Not responsive due to lack of required licenses or certifications • Community Asphalt • DIP Development • Foster Marine • M&M Asphalt Maintenance D/B/A All County Paving • West Construction • Wynn & Sons Please review the submitte.dquotes and advise us of your award recommendation. I recommend award to: M&M Asphalt and DP Development Reason: Recommend award two above referenced, contractors because unit prices for the two firms are fair, balanced and is the best value to tie City, 401 C1 EMATIS STkEET P.C. BOX 3366 WEST PALM EACH, FL 3-,401 561 .822.21 00 Page 420 of 710 Q EA- EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA 9YJ', CT. U N N O O O O O O O O O O O O O �: ❑ ❑ ifl N M NO N NM 4 N N N N N M M O O O O O O C ~ ~ C N C' Q U, y Oro O O O O O O O O O O C O N M N M (O y N O O O M 6 (O O (n 4 ('l N co O�N Mro M N � EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA U U F F F F F O O O O O O O N O O O O O N O O O O O 0 a aJ N O 0 0 N N O O O O O O m O N N . 06U ❑ ❑ ❑ ❑ ❑ ❑ ifl M N N N I� ifl � : EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA C C (n U U U Q Q u) ¢ LL U U U U U } O O O O O LL LL LL LL LL �. O -- O O O O 0 0 0 0 0 0 O O O �: O> O> O> o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O V O > > > 'C N O O O N O O O LL:. O O O F m mF - - - EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA U F F F F F 0 } O O O N O O O O O O O N O O O O O N N O O O O O N N O O C r O ❑ ❑ M M N M 4 M N NO � M N N M O( (n U U U j Q Q u) U U U U U U U F F F F F T O O O O O r O O r O O O O O O O O E U ❑ ❑ ❑ ❑ ❑ ❑ M r r mN M N N M N m M M M M m N O r [-: F F F F F F U � s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 u)Q LL u U u) u) u) } O O O U F F F F O O LL LL LL LL LL U F N a O N L: U N N m M N M O (O M r (NO N 'n N N v : EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA N N � 3 3a q� a 2 Q w = c m m y m To a ) E.) - o o 'O ❑ O N Q U ❑ (n LL O Q (V % - E E Q E Q O N N N m m O N � O O O > O N 2 0 ° ° o q = m 'o 'o 'o U o - - °Ea '� ° K xf o - C7 C7 C7 O EE `m `m � s °- ° - - - Q Q ❑ - - - � m m m ° ¢ x ° ¢ m m �' 0 0 o N ccN -a y y y ° c c c c o c m T -i m w W m ° xf a a a a aL m m xf xf xf E E O O O LL a N y O N U U N W W N ° F F F U U O y y y U m m y x=_ °- iv o 0 0 °�; °�; m m E E E m O U > [Y Q (n U W Q LL LL LL F F [Y [Y ll ll ll O � N U! : Q Q Q Q Q Q Q Q Q Q Q QQ Q Q Q Q Q Q Q Q LL LL LL LL LL LL G O W W W W W W W W W W W W W W W W W W U Q 0 0 0 0 0 0 0 W W W C G O O O O O O O O O O OO O O ❑m Um NN O O (MO M� OO N ON M N N N N N N Nfl m NO : EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA C o Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q O } } } } } } } Q Q Q LL LL LL LL LL LL U W W W W W W W W W W W W W W W W W W U Q u) u) u) u) u) u) u) W W W N O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 U 0 a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o a N o a m 0 0 0 0 0 a ON a a a N N N g � m 6 (V 4 (O OJ 6 4 4 4 4 (O � m (O EA EA EA EA EA EA EA EA - (O - (O - ifl - ifl - - - - - - - - - - - - - - - - - - - - - - Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q ° } } } } } } } Q Q Q LL LL LL LL LL LL t9 W W W W W W W W W W W W W W W W W W U u) u) u) u) u) u) u) W W W 9 Q N N r N_ N N_ � N r N N M N N N ❑ r M M N M � N � : EA EA N EA EA EA N EA EA EA EA EA EA EA EA EA EA EA EA EA F EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA G Q W Q W Q W Q W Q W Q W Q W Q W Q W Q W Q W Q W Q W Q W Q W QQ W W Q W O U } u) } u) } u) } u) } u) } u) } u) Q W Q W Q W LL LL LL LL LL LL N Q �5 O O O O O O O O O O O O O O O O O O O N N O N N O ❑ O Oro N O O O O M M M M M LL N N N O O N O O O O N N m EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q QQ Q U Q Q Q LL LL LL LL LL LL W W W W W W W W W W W W W W W W W W u) u) u) u) u) u) u) W W W fl_ O Q N O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O Q O O O O O O O O O O O O O O O N O O ❑ O O O N M N N N O O N N N M N EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA L Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q O } } } } } } } Q Q Q LL LL LL LL LL LL b W W W W W W W W W W W W W W W W W W U u) u) u) u) u) co u) W W W Q _T Q E(O E O r O N O r O M O O M O M O r O r O M O O r O O O O M O O O O ifl M ( +J O O O O O OJ O O (O O (O (O N O M M M O O M O M � � M M N r � � M M M M tJ. s3 s3 s3 s3 m s3 s3 co s3 co s3 <» <» ro e> m e> e> e> e> e> e> -- e> e> e> e> e> e> e> e> e> e> e> e> e> e> e> e> e> e> m : Q W Q W Q W Q W Q W Q W Q W Q W Q W Q W Q W Q W Q W Q W Q W Q W Q W Q W O U } u) } u) } u) } u) } u) } u) } u) Q W Q W Q W LL LL LL LL LL LL 3 Q d O O O O O O O O O O O O Ul Ul Ul � N ifl ifl N_ O N N M N O O O F N M N W N O N a LL o 3 o O Q >w m a r. m E N m - - O 7 y y m 2 O m U U z a s a v m U C7 u) 3 Ti fl - U O O 2E 2E F 3 m m m m m m m fl - m o o c c o w `mN " mp LLaN ° oL.- -UU2m ~�°� vma mU , of -2 ❑°mN� [EN ti UUm QFQ avm avm 0 ❑N 0 ❑(O 2 aop- U N N a5 ? U Tm Q CvmaL U CL CL CL CL K 6 E -Y � �CL - - Q o o U U 3 U° >>>> w O O - 0 E 0 E 0 E 0 E 3 3 0 E 0 E 0 0 E o_ - o E o E m p o U o U p Q Q v v v v Q ¢ m .- ¢ m .- m m m z m z .- ¢ m m m a Q m a m a u o U a o o U o o m o U 0 U 0 U 0 2 0 U O r M m M M M M M M M M M N N N N d N N -1 N N 1 N y LL LL LL LL LL LL LL LL LL ¢ ¢ 0 0 LL LL LL LL ¢ LL LL } } } } Q } Q Q Q Q } G O W W Q Q W (n (n (n (n ¢ W (n W W W W ¢ (n C N NO N N N G O O O O O N N M N M MO N (O (O ❑m ON N OM ON O(O O❑m O EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA - - EA - - EA - - - - - EA EA C LL LL LL LL LL LL LL LL LL ¢ ¢ (n (n LL LL LL LL ¢ LL LL } } } } Q } Q Q Q Q } U J J J J J J J J J W W Q Q J J J J W J J (n (n (n (n ¢ W (n W W W W ¢ (n N O O Nl Nl N O O C'l (O m m 6 O Oro m M F (O � F EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA � EA r EA EA LL LL LL LL LL LL LL LL LL ¢ ¢ (n (n LL LL LL LL ¢ LL LL } } } } Q } Q Q Q Q } �q L W W Q Q W (n (n (n (n ¢ W (n W W W W ¢ (n N (NOM M O O O M (00 M (00 � O O N ON N O O O N O O O O � � N N OJ OJ N N OJ y ifl N M M (O N ❑ 6] O O O O O O O ❑ C1] Nl I� N N O F LL LL LL LL LL LL LL LL LL Q Q 0 0 LL LL LL LL Q LL LL } } } } Q } Q Q Q Q } G W W Q Q W (n (n (n (n ¢ W (n W W W W ¢ (n N O N M N N LL - - - - - - - - - - M - M - - - - - - - - - - - - - m F - - r - EA EA EA m F EA LL LL LL LL LL LL LL LL LL ¢¢ (n (n LL LL LL LL ¢ LL LL } } } } Q } Q Q Q Q } E W W Q Q W (n (n (n (n ¢ W 0 W W W W ¢ (n fl_ O N M M M M N N O O O N O N O O O O O O O O O O O O O O O O O O O O O O O N O O O O O O O 0 OF N M N N F EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA S LL LL LL LL LL LL LL LL LL Q Q(n (n LL LL LL LL Q LL LL } } } } Q } Q Q Q Q } b W W Q Q W (n (n (n (n ¢ W 0 W W W W ¢ (n N Q _T C N N N N O N N N O O O O O N O N O O O O N N O O O O N O O O O O O U s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 s3 m LL LL LL LL LL LL LL LL LL Q W Q(n W Q (n Q LL LL LL LL Q W LL LL } (n } (n } (n } (n ¢ Q W } 0 Q W Q W Q W Q W ¢ } (n 3 d NN O O O O N r N r N N N N N _ L O O O Q Q N U >F W O � O ¢ C7 2 of m O U. � _ o S rn c O m rn Q m a m a m a L6 7 rt c c c in in `� in CL o c w y m °� m m ° < U ..t5 U° t5 .. m m o t5 t5 o� o� m o� a o� s m ❑ o ❑ a m °- a E o o o y m �- �- ro io ._ U), U), > m v 0 0 M v 2 o a a a a a 3 o m m o m E u 3 >> E ) s 1E m o} a c m m F F m v m v m o o E E o 0 _ -a - _ m m o o CL .� .� m m m m m of CL m m _ rn ° - w u m m o m m -° -° O K K ° a s CL CL r� in 0 o fl- >1 >' E. E. m m' m (O (O (O (O (O ro m a Cn co ll CL 1' (O (O (O — (O — CL 6] 6] co co F CL CL F co Cn Cn F F Q CL— �� M O d N O (O O I� O N O m O r r r M r r N O r N m M N O r N m M N C O U Lt iz} CJ w z3 c zJ zJ zi a) a) a1 'j ) l >T N N M C U p C U m NU a Z T CJ U u z an d p u z u z u z c <j 'c C O Lp c (() t9 zJ a 2)C O -Oo N N N a E zJ zJ N M LO a) w z) U zJ N C ice+ U a)2 } Z } N U } a) Q (DC N EL C U C 0 U m N a) N LJ U a) zJ GC3 Ga Ltd zJ O) O N a) % �+ - E U N a) M m C .0 a) m N a) a) O U L a) } a) c o } CO N } Z U c cu z r a) a a) d C_ zJ L wC N zJ a a O U N .d) > z) N N E zJ N M LO U C a) > } U } CO m a N N m O Z N s 0 a c .� O r W a) U C a1 G co O E -Oa v O W a 'a a) EL N N aNi E a N M CO L°1i — Ln U c a) } a) } a) U c a) } m m N m } o Z a1 (DC N M � CJ C w IL U p ) p z7 y 7 : h- CV N C O a) N C5 a5 O i� �+ N CV N I CV a) t c } '- c c ) m m c m Z N p Q C7 u o d , N u u u V U U) z7 z z z rn c ID o3 a O c a a Na N N co p a) m O U U ` U } c c c } m m c m Zo G a)u u u u a w0 w N a) w N a1 a) a) N rL.., C a1 zJ y... a p..... a) N N y p O N C a) a) a N O c T U U zJ c E E a) N N D- w w L_ O O> N� N C O a N O N N Y E U U .a1 w a1 O a) O y > a) T O O O -a .O T E a) N E a� c w a) a) c L a m m �w O a) a a1 d a x a a c O a m .. a aN sC O O O �o O a L a1w N N a1 a) C d a1 C a) O a a) O N a a) d) O zJ -a 3 w N U w - N C w oo N N °1 -- O a1 a1 O O 4 N � a) E 3° .0 L .0 -o a a� N E m `° m T - a1 > a1 m o CO H a a .N., C N O a 0 t0 w> a) "' d) U C O a) LL U y M m O N a) y L a) C a N w C> > 2 f/) a) .L.. U zJ a) c a) w 2i a) c L -OO zJ c U a a) a) w N C N 30 U E zJ a o E E N L w O d a +_' T N a N O C L O N y d) 'C w 0 y 6 LL 3 T p L C a) w aC) o o m a a) a) O y a) wl, u) N O am) wx L o a m cc cc C N O zJ N c .O C .d c a U C> O N N E o a L LUi E a >i O O L a) ~ a N O a zJ > a .. N N O L> zJ .0. a) _ a) a) > N T a) c L O C a1 N a) O N N '� N O N a) U zJ C d) N Y a) C C N N T O zJ zJ d) 0 a) '� w a) c a) N C N c, a) a U O N U L_ N a) U C c a) 'U 0 0 N .a T a) C -O L 2)— O a N m y a) N 7 d 30 C 00 O Y y a) d) zJ -O >j a -O N N w -O N C c 4 N w a1 E O C E >' coU y, a) a) a1 a 0 a) d a) N a Q a1 .. Y O O zJ N a1 a ,. O a) a .. w a) m C. w m U T C p w Q w a o) U° '� a) O O O U E E a) L N Y a) U L C o 0: CO a) CO d) -a (n ) q N .N. a N E O L L C ~ O zJ a E a) E E O L d) CO zJ � (O L C .O U. U L a1 y O L C> a) .N wl, O a1 -a .0 O O U .�T. —_ a) ..0-. CO w w w L d a) O OU >. C w E a) c a) a1 N O E M 0: a1 w O C O N .E U V: a a) Y C_ C a) u; a a) N N O .. L> a) zJ a c N C — >i N N a) C N O C O D m Z N a N O a) >j E N .L.. a) (a a) O U C C OC .O C 7 (, (� C d) a) C_ E U E C a a) lL. a) W U O a) zJ c zJ >j .0 O _O O -' a w m N .= a) .w N N N O a) U C a a) U a U a1 U N m O L zJ U y 0 .O c O U L E. T O a1 a a a L L Q C N a1 a N •:7.. N a) N — a1 c .0 U C U a) O a) a) N> C r N L �'. a O i zJ a '- _ O OC .w a) w O a) O .�_ a) E O U a1 a) w U a) N a E a � C C N a) U OU O o fC.: U d a) in U CO O �: � >i U a1 a1 Y L� LL U N L (n E U p O u) � W W .0 W a u) Q zJ O O U u) N co V W. N co V '19-1 CO - W a) � �!! �2 -� C c c (n C O C U N H Q Q O C O C O U U N L ... N ULL �' D C T 0 U N U a)LL �' C 0 U N N O a' m O '. a' m o O) N LL N >i 1r) aQ C N 0 o > C U) C >Q > Q N cc O 'U U m e O m e a C 0 U aO.1 LL C Lu LL C LL W W J N E N W W J LL G N OU X a)O N E CL O t0 H c N U LL a) W N c U) O. o N N N U w N N N N > a) W 0 IL aLL 0 ¢ �aU) U_ o U L _a E N= a) a Z a)t0 U) 'a E N m a a) -o U) N C7 GC Cy C J Q 5 t0 D O -O C J D O O a N U) U J N U) U J U c c LL Q LL Q rn c m m m t CL 4 7.C. BIDS AND PURCHASES OVER $100,000 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 REQUESTED ACTION BY COMMISSION: Approve the purchase of new and replacement vehicles as approved in the FY2015/2016 budget in the estimated amount of $817,925.00 by utilizing the following contracts; Florida Sheriffs Association Contract #15-23-0904, Florida Sheriffs Association Contract #15-13-0904, and State of Florida Contract #21100000-15- 1. EXPLANATION OF REQUEST: The Fleet Administrator recommends the annual purchase of twenty (20) replacement vehicles collectively for Fire Rescue, Public Works, Warehouse, Building Division, Parks and Grounds, Recreation, Memorial Park Cemetery and Utilities as approved in the Fiscal Year 2015/2016 budget. Attached is a spreadsheet indicating the vendor, the number of units ordered, user department, bid/contract information and cost. Florida Sheriffs Association Contract #15-23-0904 (Effective 10/1/15-9/30/16) Florida Sheriffs Association Contract #15-13-0904 (Effective 10/1/15-9/30/16) State of FL Contract #21100000-15-1 (Effective 9/1/15-6/30/17) Both agencies complied with public contract bid requirement that satisfies the City of Boynton Beach bid requirements. The Fleet Maintenance Division intends to award the following vendors for purchase as follows (see attached Exhibit 1 for vendor details): A. Hub City Ford for 2 units, a Ford F-150 pick-up for the Warehouse in the amount of $23,519.00 and a Ford 15 passenger van for Recreation in the amount of $27,245.00. These units utilize the Florida Sheriffs contracts #15-13-0904 & #15-23-0904. B. Alan Jay for 1 unit, a Chevrolet 4X4 pick-up for Fire Rescue in the amount of $50,283.95. This unit utilizes the Florida Sheriffs Contract #15-13-0904. C. Duval Ford for 6 units, a Ford Taurus for Fire Rescue in the amount of $22,537.00, Two (2) Ford Escapes for the Building Division in the amount of $36,972.00, a Ford F-250 w/service body for Utilities in the amount of $34,592.00, a Ford F-550 w/service body in the amount of $99,229.00, and a Ford Cargo van for Utilities in the amount of $39,280.00. These units utilize the Florida Sheriffs Contracts #15-13-0904 & #15-23-0904. D. WESCOTURF for 4 units, a Toro Sand Pro for Parks & Grounds in the amount of $15,912.97, Two (2) Toro 72" zero turn mowers for Parks & Grounds in the amount of $25,298.16, and a Toro 72" zero turn mower for the Memorial Park Cemetery in the amount of $12,649.08. These units utilize the Florida State Purchasing Contract #21100000-15-1. E. Kelly Tractor for 1 unit, a Genie self -powered personnel lift w/trailer for Parks & Grounds in the amount of $64,406.00. This unit utilizes the Florida Sheriffs Contract #15-23-0904. F. Bobcat of Palm Beach for 1 unit, a Skid Steer tractor w/trailer for Parks & Grounds in the amount of $80,480.73. This unit utilizes the Florida Sheriffs Contract #15-23-0904. G. NORTRAX for one unit, a John Deere articulated loader for Utilities in the amount of $135,172.00. This unit utilizes the Florida Sheriffs Contract #15-23-0904. Page 426 of 710 H. Texas Trailer Sales & Service for 1 unit, a Wells Fargo 8X20 enclosed trailer for Utilities in the amount of $10,694.00. This unit utilizes the Florida Sheriffs Contract #15-13-0904. I. Lou Bachrodt Freightliner for 1 unit, a Freightliner 12 yard dump truck for Utilities in the amount of $114,837.00. This unit utilizes the Florida Sheriffs Contract #15-23-0904. J. Southern States Toyota for 1 unit, a Toyota forklift for Utilities in the amount of $24,818.00. This unit utilizes the Florida Sheriffs Contract #15-13-0904. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? These 20 replacement vehicles will be used throughout the City to provide services to our residents. FISCAL IMPACT: Budgeted FY2015/2016 approved budget included $884,920 for these purchases. ALTERNATIVES: To defer or not purchase these selective replacement vehicles. By deferring purchases, departmental maintenance cost and equipment downtime would increase. STRATEGIC PLAN: High Performing City Organization STRATEGIC PLAN APPLICATION: Buying the right vehicle at the right time for the right cost yields cost efficiency. CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type Addendum Addendum REVIEWERS: Department Public Works Finance Legal Finance City Manager Description Fleet Replacement Vehicle Spreadsheet Bid - Contract Information for Various Vendors Reviewer Action Date Livergood, Jeffrey Approved 2/1/2016 - 4:29 PIVD Howard, Tim Approved 2/8/2016 - 3:57 PIVD Swanson, Lynn Approved 2/8/2016 - 4:15 PIVD Howard, Tim Approved 2/8/2016 - 4:16 PIVD LaVerriere, Lori Approved 2/11/2016 - 2:54 PIVD Page 427 of 710 M October 1, 5 , 201 POLICE RATED, ADMINISTRATIVE0 UTILITY VEHICLES, TRUCKS &VANS Agencies i { of iia State } , Y of Florida zofi t t s_. Coordinate -d By �, �{, , e Florida %. Association Florida Associmtion of Counties Md Asurd Announcewant 12 a Page 430 of 710 Name of Dealership FLORMA SHERIFFS ASSOCIAT10N & FLORIDA ASSOCIATZON OF COUNTIES Zone Base Unit -Price Rountree -Moore Chovml� Cadillac, Nissan 2016 Nisswi Ymxhna (16116) M $27,196.00 IRD"h4m 2016 Nissan Maxima (16116) Northens AC IES C X, Alan Jay Nissan 20161 sss 1xima (16116) central AHAkuk Fltri& FLORMA SHERIFFS ASSOCIAT10N & FLORIDA ASSOCIATZON OF COUNTIES Zone Base Unit -Price Rountree -Moore Chovml� Cadillac, Nissan 2016 Nisswi Ymxhna (16116) 'Westem $27,196.00 Rountree -Moore ChevroK Cadillac,Nissan 2016 Nissan Maxima (16116) Northens $26,859M Alan Jay Nissan 20161 sss 1xima (16116) central $27,042.00 Alan Jay ISTissan 2016 Nissan NIL-dma (1611 16) Southern $27,192.00 Stir - gray Chevrolet 2016 Chevrolet Impala (I GY69/21,T) western. $25,689.00 Stingra, , Chowalel y 2016 Chevrolet 1sa (IGY69.42LT) Northam $25,647.00 Stingray Cls Diet 2016 Chevrolet Impaia (1GY69/21.jn Central $25,607M Stingrky Chevrolet 2016 Chevrolet Impala (1.GY69/71,T) South, $25,62 $25,627.00 2016 Chevrolet Impala Limited (IWF19) westem $19,196.00 P1111 .,'E', ROLLOVE..I't. FIR"C)IM 2016 Chevrolet Impala Limited (I WF 19) Northem $18,036.00 (],ONTRACT 14-22-0904 2016 Chevrolet Im.pWaLinsit ed (IWF19) centm] $19,186.00 2016 Chevrolet ImpalaUmited (IWF19) Southern $19,137M Auto Nation Chrysler .1g e Pines Drx,, Jeep.Plana - 1s Ire 2016 Dodge Charger (LEYE)M48) Westem $22,519.00 AW,afisn Chrysler Dodgo Jeop Rwn - Pernbroke 2016 Dodge Charger tMI)DIM48) Northem $22,519A0 Pines Auto Nation Chrysler Dodge Jeep.Ram Pembroke 2016 Dmige Charger 11.113Central $22,51 Pines .00 Auto Natiori Cbrysler Dodge Jecit.Rami Pembroke Pinos 2016 Dodge Charger ( LDDIV148) Southern $22,51A 9.00 Duval Ford 2016 Ford Taurus (P2D) *West em $19,920.00 Daval Ford 2016 Ford Taivus (M) *Northam $19,1196.1311 Duval Ford 2016 Ford Taurus (PM) *Central $213,1177,1313 Duval Ford 2016 Ford Tams 01721)) *Soothe m $20,078M Alan Jay Toyota, Scion 2016 Toyota Avalon XLE (3544) Westar n $28,646.00 Alan Jay Toyota, Scion 2016 Toyota Avalon XLE, (3544) 11 ,v' S28,496,00 Bid Amawd Announcement (J 5-W-0904) 130 Page 431 of 710 Alan Jay Toyota, Scion Alan Jay Toyota, Scion Btd Award Annomeement 115-23-09") 2010 Toyota Avalon XLE (.1544) Central $28,396.00 2016 Toyota Avalon XLE (3544) soutlelm $28,496.00 EM Page 432 of 710 FLORIDA SHE RIFFS ASSOCIATION & FLORIDA ASSOCIATION OFtCOUNTMES FULL SIZE 4 -DOOR AR"w' STRATIVE VEH SPECIFICATION #12 2016Mssan'Mmxima (16116) 2016 CheNTolet Impala (IGY69/2LI.) 2016 Chevrolet Impala Limitod (1, WF 19) (RO) 2016 Dodge Charger (LDMA48) 2016 Ford Taurus (M) 2016 Toyota Avalon XLE (3544) ALL !TE MS FACrORY INSTALLED UNLESS G(rHERWLSEINDICATE, D JUMUCnQN& LiWd above, you will find 6e model warnbers of the vehicles dhat, will be included in this year's contract. a. Manufacftnt?s standard V6. alternator, baftery, and cooling package, 2. xzAus=%%o2L a. Manuhicturees standard autornala tair-swulssion/bran saxle, 3. ZEREQ&YANCLLMAZ, a. Marra. tune's Man& -rd pourer steering. b. Manufacturees standard gouges. 4.L=Qj'jY& a. Mann r' stamiard air conditioning With 134A systarn, b. -Manufacturer's standard thdW glass all around, c. Mamufactuxers standard trunk opener, elecaric, remote ur.ft location. d. Keys: two (2) pervehicle, sirqlle key locking system, (each vehicle keyed differently.). e. Manufactures standard "REQ stereo f, Carpet floor covering, with 11%)w Pjad rear floor mats. g. Power door locks, power windows, cruise control and tilt steem"ng wheel. L. MenufbMirees standard prod seals. Purchaser all selec-t coder at time of order. a. rourwheel anti-lock brake ABS system. 6. SAEE3XjUM&-- a. Dun] outside mirrors mid inside rearview mirror, b. Intanior dr)me figilt(e), with left and right do,,,)r activated switches, c. M' neer 2-aseed electric wipam, and isrindshieldwasher. d. Manufacturer's standard air bags. a. Manufacturees standard tWs and wheels. b. Marra' wrinvesspare tire and rim, ifare ailable. ,BfdAuwwdAnrwunconwal,ZS.,234M") 232 Page 433 of 710 31" 11 AMqg r FLORIDA SHE RIFFS ASSOCIATION & FLORIDA ASSOCIATION OFtCOUNTMES FULL SIZE 4 -DOOR AR"w' STRATIVE VEH SPECIFICATION #12 2016Mssan'Mmxima (16116) 2016 CheNTolet Impala (IGY69/2LI.) 2016 Chevrolet Impala Limitod (1, WF 19) (RO) 2016 Dodge Charger (LDMA48) 2016 Ford Taurus (M) 2016 Toyota Avalon XLE (3544) ALL !TE MS FACrORY INSTALLED UNLESS G(rHERWLSEINDICATE, D JUMUCnQN& LiWd above, you will find 6e model warnbers of the vehicles dhat, will be included in this year's contract. a. Manufacftnt?s standard V6. alternator, baftery, and cooling package, 2. xzAus=%%o2L a. Manuhicturees standard autornala tair-swulssion/bran saxle, 3. ZEREQ&YANCLLMAZ, a. Marra. tune's Man& -rd pourer steering. b. Manufacturees standard gouges. 4.L=Qj'jY& a. Mann r' stamiard air conditioning With 134A systarn, b. -Manufacturer's standard thdW glass all around, c. Mamufactuxers standard trunk opener, elecaric, remote ur.ft location. d. Keys: two (2) pervehicle, sirqlle key locking system, (each vehicle keyed differently.). e. Manufactures standard "REQ stereo f, Carpet floor covering, with 11%)w Pjad rear floor mats. g. Power door locks, power windows, cruise control and tilt steem"ng wheel. L. MenufbMirees standard prod seals. Purchaser all selec-t coder at time of order. a. rourwheel anti-lock brake ABS system. 6. SAEE3XjUM&-- a. Dun] outside mirrors mid inside rearview mirror, b. Intanior dr)me figilt(e), with left and right do,,,)r activated switches, c. M' neer 2-aseed electric wipam, and isrindshieldwasher. d. Manufacturer's standard air bags. a. Manufacturees standard tWs and wheels. b. Marra' wrinvesspare tire and rim, ifare ailable. ,BfdAuwwdAnrwunconwal,ZS.,234M") 232 Page 433 of 710 S. LHASS11LIZA2ELLA& a. Irwiele hood relemse. b. Mfacturees standard colors, fam, ry painted. Colors to be dmrnflned by individual agenmes. c. Manufacturees standard door molding. d, Manufacrarces standard flael Umk, Bid Awmrd Annommommat (15-23-M" 133 Page 434 of 710 DealershipName of FLORIDDA qm RIF FS ASSOCIAT ION & FLORIDA ASSOCIAT-17ON OF COUNTIES Zone ase Unh Price Rountrae-Moore Chavrolef, Cadillac, Nissan 2016 Nissan Rogue S (22116) Wastem $19,457.011 ^}' R-� 0116 Nisami Raga. S (2211Northern M�� $19,057.00 ft'�tt 21116 Ni (22116) Cern $19,318.110 FLORIDDA qm RIF FS ASSOCIAT ION & FLORIDA ASSOCIAT-17ON OF COUNTIES Zone ase Unh Price Rountrae-Moore Chavrolef, Cadillac, Nissan 2016 Nissan Rogue S (22116) Wastem $19,457.011 Roantme-Moore Chavrokt, Cadfliez, Nissan 0116 Nisami Raga. S (2211Northern $19,057.00 1 1rr rteChevrolet, Cadillac, Nin 21116 Ni (22116) Cern $19,318.110 Alan Jay Nlr n 2016 l is "Ro 22116) Southenk 19,547.00 N Mber Chevrolet Bunk GMC 21116 Chuyrolet M 11U76) Wasum $18,508»011 Gerber Chevrolet Buick GIMC 21116 Chevre let Trax 1 7 No 18,409"00 (jarber Chevrolet nick GMC 2016 Chevrolekt'rrax (111 6) Centra; $18,458.00 1.i.1 .1 r 1h , 1 t af C000=Creek 2016 Chevmlet T= (IJU76) Southern 11,4 4. (jarber Chevrolet Buick GMC 201 1r let Equinox (11,F W $20,124.00 Roup Moor Chevwl1i]1 Nissan 2016 Chewolet Equbaox (ILF26)Nordienr $19,957M Alan Jay Chevrolet, Buick, CSC, Cadillac 2016 Chevrolet Equinox (ILF d 1 1 $19.99100 Alan Jay Chevrolet, Buick, GMC, Cadillac 2016 Chevrolet i 1LF26) Southem $19,99100 Duval Ford 2016 Ford Escape 11F W s1 m $1, 11.110 Duval Ford 2016 Ford Escape 111F Nordlern $17,9.11.00 .rinn Reid Ford 2016 Ford Escape (U01'17) CenCentral S17,799.00 Don Raid Ford 2016 Ford Escape (VOF)Southern $1.7,899M 99.11 Alan Jay Chevrolet, Buick, GIC, Cadillac 2016 MAC Termin °1LF26) Western $21,347.00 Alan Jay Chemlet,, i , k4,1F, Catliff1w, 2016 G °1 i ("1 Northam $21,247"1111 MI Page 435 of 710 Alan Jay Chevzrole4 Mel-, GMC, CaUllac 2016 MAC Tenmin (TLF26) Centnd $21,247.00 Man Jay Chevrolet, Buick; GIMC, Cadillac, 2016 GMC Teff in (TLF26) South em $21,247.00 Rountree -Toyota 2016 Toyota Ravel (44 0) wNtern $21,989.00 Rountme- Toym 2016 Toyota Ra -v4 (4430) Northem $21,757600 Ro,untrex,,royota 2016 Toyota RM (4430) Central $21,987.00 Alan Jay'royota, Scion 2016 Toyota Rav4 (4430) Southern $22,274.00 324 Page 436 of 710 FLOMDA SIMRLIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES SMALL SIZE A----- jJTjjCjTX N�LVHjCjFS - 4X2 SPECIFICATION #24 2016 Dodge Journey (jCD1149) ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED INSIRMIMS, Listed above, you will find the modell numbem afthe vehimlesiffiat will be ipcluded in to year's contract. a, Manufacturer's standard gwoline engine, alter toy', battery wid cooling package. 2. L- a. Manufachirer's stmqdard mftomalic transmassirrahmnsaxle. & -Manufachirer's standanJ powernlng. b, Manu ms's standardgauges, 4.,QQMEQEZLMW1&- 5. ,LjMjX.LTM5j & Dual outside miffors and inside mandeis, inimcm ® Interior dome lights with left and right door activated %witiihes. c. Manufacturtes standlard air bags. a. Fourwheel anti-lock bre ABS system. 7. JZL&ANQ_WM&L- a, Manufactmes standard fires and wheel& Bid Award Aummmmmnent (16.23-4"") 315 Page 437 of 710 gilylk P, 4y 40 —Raib'� A X rl"."'N' kk. P A f,� AW -we FLOMDA SIMRLIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES SMALL SIZE A----- jJTjjCjTX N�LVHjCjFS - 4X2 SPECIFICATION #24 2016 Dodge Journey (jCD1149) ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED INSIRMIMS, Listed above, you will find the modell numbem afthe vehimlesiffiat will be ipcluded in to year's contract. a, Manufacturer's standard gwoline engine, alter toy', battery wid cooling package. 2. L- a. Manufachirer's stmqdard mftomalic transmassirrahmnsaxle. & -Manufachirer's standanJ powernlng. b, Manu ms's standardgauges, 4.,QQMEQEZLMW1&- 5. ,LjMjX.LTM5j & Dual outside miffors and inside mandeis, inimcm ® Interior dome lights with left and right door activated %witiihes. c. Manufacturtes standlard air bags. a. Fourwheel anti-lock bre ABS system. 7. JZL&ANQ_WM&L- a, Manufactmes standard fires and wheel& Bid Award Aummmmmnent (16.23-4"") 315 Page 437 of 710 b. Manufacturer's spare tire and rim, if available, a, Manu&cturves fftapdard colors, facWry pniwwtedColors to be deft.,miined by individual agencies. b.Manu%mr-&s standard fael' tank, EW Asurd Annaumenwnt (25-23.09M) 316 Page 438 of 710 jL s "04 Ij 'A AUM 1"Imda FLORMA SHEJ"UFFS ASSOCIATION & FLORIEDA ASSOCIATION OF COUNTIES Name of Dalership Type �of Vehicle Zone Base Unit Price Alan Jay Chevrolet, Buick, GMC,, Cadillac 2016 Chevralet Express Cargo Vail Western $20 796X0 (CG23405) Roffltree-MGOre CheVrOld, Cadillm, Nissan 2016 Chevrolet Express Cargo Van Nordsern $20,413.00 (CG23405) Alan Jay Chevrolet, Buick, GMC, Cadillac 2016 Chevrolet Express CargG'%Fan centyd $20,296.00 (CC -123405) Stingray Chevrolet 2016 Chevrolet Express Cargo Van Southern $21,165.00 (('023405) Alan Jay Ford 2016 or Transit T- 150 Cargo Van (E 1Z) *Wcm $19,894,.00 DuvaJ Ford 2016 Ford Transit T-150 Cargo Van (E)Z) *Northem $20,007M Duval Ford 2016 Ford Transit T-1 50 Cargo Van (EIZ) *Central $20,007.00 Duval Ford 2016 Ford 2" sat T- 150 Cargo Van (E 1) *Southern $20,007.00 Orlando Freightfiner 2016 Fnaightfiner Sprinter (F2CA1 44) Wmitern $332,991.00 Orlando Freightfiner 2016 Frei ghtfinew Sprinter (MCA 144) Northem $32,991 M Orlando Freightliner 2016 Freightliner Sprinter (FWA 144) Central $321,991.00 uriando Freightliner 2016 Freightliner Sprinter �TWA]44) Sourthem $32,991 M Kelley Buick CYMC 2016 G-T-k1C Savana Corgo Vmi (TG23405) Westem $20,368,00 Kelley Buick GMC 2016 Gy4C Savana Cargo Van. ('rG23405) Nofthem $20.21&00 Kul ley Buick CIMM 2016 Gkl(-' Sarrmia Cargo Van (TO 23405) Central $20,118.00 Kdfley Buick GMC 2016 OW Swam Cargo Van (TG23405) Souffiem $20,418M Back Nissan 2016 Nissan NV Cargo Van (63316) Western $223,665A0 Beek Nisamn 2016'Nissan NLTIV Cargo Man (fi3316) Northern, $23,4915M Beck'Nfissan 2016 Nimn'NV Cargo Van (63316) centraj $23,615.00 DeckN.Tissark 2016 Nlssan'.Wl Cargo Van (§3316) Southem $23,665.00 Am 'Nation Chrysler Dodge Jeep Rwn - Pembroke Pines 2016 Rarn. Promaster Van (VFILI 1) wet m $22.2,9100 Did Auwd Annannewmat (15-23-0904) 559 Page 439 of 710 Auto Nation Cbrysler DGdge Jeep Ram - Pembroke 2016 Run Prate aster Van, (VF I L 11) Pines Al.an Jay Chrysler, Jeep, Dodge, Rmn 2016 Ram Promaster Van (VFILl 1) Auto Nation Cbzysler Dodge Jeep Rmn - Pwnbrokm 2016 Ram Prommster an (VF I 1) pipes Bld AuwM Anmemnwment (15-234M" Nofthem $22,292A0 Cmtml $22,282.00 Southern $22,29.2.00 BE Page 440 of 710 UTILITY CARGO VAN SPECIFICATION 33 2016 Chu evmlet Express Cargo Van 'CG23405) 2016 Ford Transit T-150 Cargo Van (FIZ) 2016 Freightliner Sprinter (F2CA 144) 2016 GMC Sa Cargo Van (TO,213405) 2016 NlssanINTV Cargo Ven 16) 2016 Pmn -Prow-aster Van (WILI 1) ALI, =I MS FACTORY INSTALLED UNLESS OTM.7RW.F9E INDIC-AX-E D LNLjTjLU-C33jjM- Listed above, you will find the model numbers of the vehicles that will be included in drs year's contract. I. EMQLUL- a. Manufaclures standard engine, altemator, battery and cooling psckag,& 2- jBANS=SjQN a. Manulkohirer's standard Rutomatic tammission. b, Idanufacturees standard axle. c. Manufacturer's stindard suspension systern. 3. zEHEQHmAscE1nu& a. Manufiwturer's standard pown- steering, b. Manufactates stwidard gauges, 4. LQuEazimm& a. Console. engine cover. b. t standatd air conditioning with 134A system. C. Manufaclure-es standard ted ,glass d. Manufacturer's standard AM/FN4 mer -co, e. Manufacturees stardard floor covering. f Manuficturees stwidard production seats. Purchaser will select color at time of order. g. Keys: two (2) per vehicle, single key locking system, (each -vehicle keyed diffbrentrly)� & Dual outside mirrors and Inside rearview mirror, b. In heor dome. lights with left and right door activated switches, c. Mari; ftmuces standard air begs. a. Fotw wheel anfi-lock brake, AB S %ystexm 7.JJUAAM2_1&M,yM& a. Manufacturees standpax! firw mid wheels. b. Manufacturees spare fire and rim, if available. Md Awwd Annewnewmat (25-23-09") 561 Page 441 of 710 MR All Atmmollorid,,? FLORIDA SHERIFFS ASSOCIATION & FLOREDA ASSOCIATION OF COUNTIES UTILITY CARGO VAN SPECIFICATION 33 2016 Chu evmlet Express Cargo Van 'CG23405) 2016 Ford Transit T-150 Cargo Van (FIZ) 2016 Freightliner Sprinter (F2CA 144) 2016 GMC Sa Cargo Van (TO,213405) 2016 NlssanINTV Cargo Ven 16) 2016 Pmn -Prow-aster Van (WILI 1) ALI, =I MS FACTORY INSTALLED UNLESS OTM.7RW.F9E INDIC-AX-E D LNLjTjLU-C33jjM- Listed above, you will find the model numbers of the vehicles that will be included in drs year's contract. I. EMQLUL- a. Manufaclures standard engine, altemator, battery and cooling psckag,& 2- jBANS=SjQN a. Manulkohirer's standard Rutomatic tammission. b, Idanufacturees standard axle. c. Manufacturer's stindard suspension systern. 3. zEHEQHmAscE1nu& a. Manufiwturer's standard pown- steering, b. Manufactates stwidard gauges, 4. LQuEazimm& a. Console. engine cover. b. t standatd air conditioning with 134A system. C. Manufaclure-es standard ted ,glass d. Manufacturer's standard AM/FN4 mer -co, e. Manufacturees stardard floor covering. f Manuficturees stwidard production seats. Purchaser will select color at time of order. g. Keys: two (2) per vehicle, single key locking system, (each -vehicle keyed diffbrentrly)� & Dual outside mirrors and Inside rearview mirror, b. In heor dome. lights with left and right door activated switches, c. Mari; ftmuces standard air begs. a. Fotw wheel anfi-lock brake, AB S %ystexm 7.JJUAAM2_1&M,yM& a. Manufacturees standpax! firw mid wheels. b. Manufacturees spare fire and rim, if available. Md Awwd Annewnewmat (25-23-09") 561 Page 441 of 710 s 8,500 LBS. GVWR, minimum ) tit. . Manufacharees standard " t and rear bumpem c. Manufacturces standard door affutigments with, side full rear glass pjaraments d. r"s standard #.. w mot. Collors to be detcTmiried by individiml agencies. R Page 442 of 710 yv f� v ,. � ME' � 1 A. f� r `c Name of Dealenhipa Base Unit Fri ce 44If(I YUyf( tt I+1 S 5I` i $ LIN����€€g ul�elC)Drl�l`t {�se»S�i�si `{ l�{,11st�,lltt»itr; elf Fi•SYE,A4fFfisG,�l1,P, »,,,L,>::; Apar Jay Chemlet, Buick, G - MC, Caclilmc 2016 Chevrolet Express 3500 (CG33706)ew ,0 .0 Alan,iky Chamlet Buick, MAC, Cadillac 2016let Express re 3500 (CG,33706) Northem $26,957.00 Alae ,pay Chmmlet, Buick , Cadillac 2016 Chewole Expwms 3500 Central $26,657.00 Alan Jay Chemlet, Buick, GNMC, Cadillac 20116 Chevrolet Express 3500 . 3 Southorn $26,857.00 Hub Cl Ford 2016 Ford'r-350 Transit W ( 765 *Western $26,602.00 Hub City Ford 2016l or r- Transit Wa,o (X27Y765 *Noithem $26,602.00 Hub City Ford 2016 Ford "l-> 'l' it Wagon 2 Y 41 l $26,602.00 Hub City Ford 2016 Ford " 'm3 507rmnsit WagonZ *Southern $26,802.00 Alan. lay Omevrolet, k, GMC, Cadillac, 2016 GMC Savana 3500 (T033706) western $27,057.00 Alm Jay Chevrolet, Buick., GMC, Cadillac 2016ONIC Savana, 3500 r Northern. $26,957.00 Alan lad, Chevrolet, Buick, GMC, Cadillac 2016 GIVC Sayana Say3500 Vx 33706 Central $26,657,.00 Alm ,lay Chevrolet, Buick, GMC, Cadillac 2016 CYM Save l TG33 Sou $26,85.00 ( Page 443 of 710 AM", j, vpl, Vrr Aw 'p AN A 61M Mrw1�dg FLORIDA SHERIFFS ASSOCIATICN IT & FLOREDA ASSOCIATION OF COUNTIES 15 PASSENGER VAN S a X ECIFICA11"10N #37 2016 Carr meet Express 3 500 :G3'6) 2016 Ford T-350 Transit Wagon (X,27,Y765 2016 GIMC Savana 3500 (TG33706) ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE MICATED 1NffZLU_CjLQN&- Listed above, you will find the alodel numbers of the vehicles that will be moluded in this year's contract, a. Manufacturees standard gasoline engine, altemator, battery and cocfling package, 3 4, a. Manufacturees sundart! airtomenc transmission. b. Manufkcturees standard axle, c — Marr ufact umes standard, suspension system (must supgwrt 15 passenger payloae), a. Manufkaftmes stwidard power steering. b. Manufacturees standard gauges, a. Manufacturees standard air conditionhig with 134A system, from and rwn Via. Manufaclwer's standard tinned. glass all wound, c. Manafactureria stavdard AM/FM stareo. d. Power windows, power d locks, cruise cantrol and tilt steering wheel. e. Manirfacturces standard floor 3va. f. hlanuficftTrees stawidard productionseVis* Nirchaser will select or at flaaa of ord en & Keys: two (2) per vehicle, single key locking system, (aacb vehicle keyed differently), 5.BAEEj-LjV.M&- a. Dual oubdde mirrom and inside rearview Worm, b. Interior dome I1 is with left and r door activeted switolres. c. Manufacturer's standard air bags, a. Four wheel and. -look brake ADS system. 7. a. Manufacturees standard tires and wheels. b. 1&nulkctmrrr1s spare tim and rim, if available, & LH&a&SELjMLCA& Md Ausxrd Announcenswt Page 444 of 710 a. Manufacturees standard front andu rea bumpen., b. Manufacturer's stmidard door arrangements with nandwd gims ply enlem c. Masi u&-tarses Rtandard colorb, factory painted. Colois to tv determined by individual agencies. d. Manuftturer's stwidard fuel tank. Md Auwyd Anwmwwmnt (15-23-09") 666 Page 445 of 710 Name hip 'Type Zone Base Unit ply t Alan Jay Chevrolet, Buick, QMC, Cadillac ii Ab,r,:3 fL n,'_s Name hip 'Type Zone Base Unit ply Alan Jay Chevrolet, Buick, QMC, Cadillac 2016.Chvm1et Silverado 151101,M1.55 d i $23,646.00 Alan Jay Chevrolet, Buick, GMC, Cadillac 2016 Cly let Silverado 1500 (CC 15543) Northern $23,496.00 f-„ day Chemlet, Buick:, GMC, Cadillac 2016 Clievrolet Silverado 1500 (CC15543) Central $23,39COO Alm. Jay Chevrolet, Buick, CYMC, Cadillac 2616 Chevrolet Silverado 1500 CC155 ern $23,496.60 Garber Chrysler Dodge Jeep u Inc. 2016 Ram. 1506 I) 1 9 Western $73,239.00 Uarber Cbrysler Dodge Jeep Raw. Thwk Inc. 2016 Rara 1511,0 (DS 1LNorthern $23,139.011 Garber Chrysler Dodge Jeep Rmm Tmok Inc. 2016 Ram. 1500 (DSIL6) Curs 1 S'23,199.0 Garber Chrysler Dodge. Jeep Rmn Truck Inc. 2016 Ram 15110 SIL Southern $27,239,011 Hub City Ford 2016 Pard -150 1C W m $21,738.00 Duval Ford 2016 FDrd F- l C irk... $21,647M Alan Jay Ford 21116 Ford F.15 I Q *Centml, $21,756.00 Doi Reid Ford 2016 Ford F-150 1 C uthem $21.850M Kelley Buick GMC 2016 GMC Sierra 15110 (TC155 d) Western $22,41100 Kelley Buick GMC 2016 GMC Sierra 1.51111 C155 $22,39100 . 11ey Buick. . G ..0 2016 GMC Sierra 1500 "C 15543) Central $22,292.00 Kelley Buick OM.0 2016 CMC Sierm 1500 "C155 Southern $22,317A0 Alan lay Toyota, Solon 2016Toyota Tundra Short lead (9259) Western $M587.00 Rountma-Toyota 2016 Toyota Tundra Sort Bad (8259) Northern $28,251.00 Alan lay Toyota, Scion 2016 Toyota Tundra Short Beed (9259) Central $29,397.00 1 n. lay Toyota, Scion 2016 Toyota Tundra Short d (8259c) Southern $28,497,.110 Md Award Announcemeft P'. 915 Page 446 of 710 MAIvw "Pq `Nvlwsklillll 04 Adp,ehbow , I R*-�dk' MMMMMMM'U'umms im 1/2 TON 4 -DOOR, CREW CAB PICKUP TRUCK - 4X2 S-DECIFICATION #49 I 2016 Ch let Silverado 1500 (CC15543) 2016 Ram. 1500 CDSIL99) 2016 Ford F-150 (WIC) 2016 CYMC Sierra 1500 ('Ir,15543) 2016 Toyota Tundra Short Bed (8259) ALL ITEMS FACTORY INSTALLED UNLESS ISE INDICATED Listed above, you will find the modal numbers of the ythiclesthat will be ircluded in this year's contract, a, Manu hroturoes mininunn 6 cylinder girsoline engine, alltmator, battery and cooling packagt,f. 2. MUN5ML%UQWrAXLb&- a. Manu&cturer'a standard aularreific Inansmission and &-Jes. a. Mangy res standard power steering. b. Manufacturees starrdard gauge& 4, l;gj&Q&LLLLMj, a. Manufacturces standmil air conditioning with 134A system. b. Manufacturees standard tinted rJus all amuv& c. Manufacturees standard AM(FM stereo. d . Heavy duty rubber floor covering instead of cwpct. e. Manufacturves standard production seats. Purchaser will select color at time of order. f. Keys: two (;) per velhicle, single key locking systern, (each vehicle keyed differently). a. Dual outside mirrors and inside rearview mirror. b. Interior dome 11 is with left and right door activated switches. c. Manufirctumes standard air bags, mmax"M a. to wheel anti-lock broke ABS system. a, Manafhctum?s stodard tires and wheels. b. Poll sim spwt tire and rim, if available, 8. LHAMLBSAMESAIII a. ]&nufacturer' s standard colors, fimtory painted, Colors to be datermined by individual agencies. Bid Award Announcommet (I 5-W490q 926 Page 447 of 710 b — NclaniSpicturees standard fuel tank. cA Mant&L-tureesstandard ftnt and rear bumpers. d. Manufachtmes sm. dard bed. Bid Aw&wd Annamummmt (ISM -09") 9.77 Page 448 of 710 FLORMA SHERIFFS ASSOCIATION & FLOREDA ASSOCIATION OF COUNTIES Name of Dealership Type of Vehicle 2Z Rountree-Mocre Chavrole% Cadillac, Nissan Rountm,,,Mcore Chevrolet, Cadillac, Nissan Alan Jay Chevrolet, Buick, (IMC, Cadillac Alan Jay Chevrolet, Buick, OMLC, Cadillac MM Westem Northern Central Southem Western Northern Central *Southem Base Unit Price $23,252.00 $23,168.00 $23,180.00 $23,330M $20,35100 $20,27&00 $20,29100 $20,329.00 Duval Ford 2016 Ford F-250 SD (F2A) v 1 vk $19,625.00 1, M 2016 Ford F-250 S,D (M) *Northem $19,625.00 P 2016 Ford F-250 SD (F2,A) *Centml AR A lwuc 1,4o-�ida FLORMA SHERIFFS ASSOCIATION & FLOREDA ASSOCIATION OF COUNTIES Name of Dealership Type of Vehicle 2Z Rountree-Mocre Chavrole% Cadillac, Nissan Rountm,,,Mcore Chevrolet, Cadillac, Nissan Alan Jay Chevrolet, Buick, (IMC, Cadillac Alan Jay Chevrolet, Buick, OMLC, Cadillac MM Westem Northern Central Southem Western Northern Central *Southem Base Unit Price $23,252.00 $23,168.00 $23,180.00 $23,330M $20,35100 $20,27&00 $20,29100 $20,329.00 Duval Ford 2016 Ford F-250 SD (F2A) *Wcstem $19,625.00 Duval Ford 2016 Ford F-250 S,D (M) *Northem $19,625.00 .Alan Jay Ford 2016 Ford F-250 SD (F2,A) *Centml $19J37M Duval Ford 2016 Ford F-250 SD (F2A) southern $20,449.00 Garber Chevrolet Buick GMC 2016 GMC Sierra 2500 HD (TC25903) Wohlam $23,639,00 Garber In let Buick GMC 2016 GMC- Sierm 2500 HD (TC25903) Northam $23,43%00 Alan Jay In let, Buick, GMC, Cadillac 2016 GMC Sierra 25001 (TC25903) Central $23,291.00 Alan Jay Chevrolet, Buick, GMC, Cadillac 2016 GMC Sierra 2500 HD (2"C25903) south.. $23,443.00 MW Award Announamwat (15,23-09" 987 Page 449 of 710 V1.1LOREDA SHERIFFS ASSOCIA"Al"10N & FLORIDA ASSOCIATION OF COUNTIES 1/4 TON PICKUP TRU.CK - �4M� SPECIFICATION #51 2016 Chevrolet Silverado 2500 HD (CC25903) 2016 Rarn 2500 (MM62) 2016 Ford F-250 SD (M) 2016 GMC Siarm 2500 HD (TC25903) ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED INS�� Listed above, You will fmd the model numbers. of the vehicles that will be bacludod in this year's oontract, EMOM a. Manu&mrer's standard V8 gwoline engine, altzrantor, battery and coming package. 2. JX&XSMM5jMk&XLZL a. Manufacturer2s dandard, automatic tr&nsrnission. b. Manufacturees standard drive wde ratio for engine and tmrismission combipation. 1 mamm&tmEmuL a. MWnufacturer's standard 1mrser steming. b. ManufacturWos stwidard gauges. 4. LQMELMZ�-� a. Manufachum-s standard, air coralitioning mid 134staim b, manufacurmes standard tinted gAasq all around. c. Manuflacturees smlard AMFM starem d. Heavy duty rubber floor covering instead, of carpet, e. Manuhcturees ammdard production seats, Purchasers1 select Color at time of order,, f. Ka two (2) per vehicle, single key locking system.le e W a, 0 U ( h v ffii keyed differently). a. Dual outside mhTors and inside rearview rnfivor. b,, latri or dome lights with left and right door actirrateAt switcheL c. Manufactor ees standard air bags. IFIMM a. Four wheel anti. -lock brake: AB S systan, 7, JMLJANUXTL� ELL, a. iftnWheturces standard fires and wheel& b. Con-venhozed spare tire mountod underbody, am Mormf"act urer's standard colors, factory painted. Colors to be determined bar individe all agencies. Bid Anard Anmmmewmat (15-23-0904) 988 Page 450 of 710 3N i74 T"T DIM AU A 6m{' Fkbriduf, V1.1LOREDA SHERIFFS ASSOCIA"Al"10N & FLORIDA ASSOCIATION OF COUNTIES 1/4 TON PICKUP TRU.CK - �4M� SPECIFICATION #51 2016 Chevrolet Silverado 2500 HD (CC25903) 2016 Rarn 2500 (MM62) 2016 Ford F-250 SD (M) 2016 GMC Siarm 2500 HD (TC25903) ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED INS�� Listed above, You will fmd the model numbers. of the vehicles that will be bacludod in this year's oontract, EMOM a. Manu&mrer's standard V8 gwoline engine, altzrantor, battery and coming package. 2. JX&XSMM5jMk&XLZL a. Manufacturer2s dandard, automatic tr&nsrnission. b. Manufacturees standard drive wde ratio for engine and tmrismission combipation. 1 mamm&tmEmuL a. MWnufacturer's standard 1mrser steming. b. ManufacturWos stwidard gauges. 4. LQMELMZ�-� a. Manufachum-s standard, air coralitioning mid 134staim b, manufacurmes standard tinted gAasq all around. c. Manuflacturees smlard AMFM starem d. Heavy duty rubber floor covering instead, of carpet, e. Manuhcturees ammdard production seats, Purchasers1 select Color at time of order,, f. Ka two (2) per vehicle, single key locking system.le e W a, 0 U ( h v ffii keyed differently). a. Dual outside mhTors and inside rearview rnfivor. b,, latri or dome lights with left and right door actirrateAt switcheL c. Manufactor ees standard air bags. IFIMM a. Four wheel anti. -lock brake: AB S systan, 7, JMLJANUXTL� ELL, a. iftnWheturces standard fires and wheel& b. Con-venhozed spare tire mountod underbody, am Mormf"act urer's standard colors, factory painted. Colors to be determined bar individe all agencies. Bid Anard Anmmmewmat (15-23-0904) 988 Page 450 of 710 . MarLufbeturees standard fuel, t in . Manmfiwmes standardint mid rem bumpers. Flectside long bed, I- - 989 Page 451 of 710 Name of Dealership M % x cp 4W, . . ........ ,!"u howd"I"I"""Awoe FLORIDA SHERIF FS ASSOCIAT .,'ON & FLOREDA ASSOCIATION OF COUNTIES UMEMN= Zone Base Unft Price Alan Jay Nissan 2016 Nissan, Titan XD (56016) - Amailable in westem $31 Dieselonly ,796 .00 Alan Jary'Nissan 2016,Nissmi Titan.ND (56016) - AvaHable ME lNorthem t,7 Diesel only ,d Alan lay'Nissan 2016 Nissan Titan' -XD (56016) - Available in Central $31,646.00 Diesel only Alan Jay Nissan 2016 N'is sanTitan X -D (56016) - Avahlable. in southem $31,746.00 Diesel Only Alan Jay Chewolet, Buick, GIVIC, Cadillm 2016 Chevrolet Silverado 7.500 HD westem $28,817M (CK25943) Afar. Jay Chevrolet, Buick, 0, MC, Cadillac 2016 Chevrolet Sflvera& 2500 HD Ninthem $28,617.00 (CK25943) Alan Jay Chevrolet Buick, GMC, Cadillac 2016 Chevrolet Silverado 2500 HD Central $28,417M (CK25943) Man Jay Chevrolet, Buick, GMC, Cadillac 20 16 Chevrolet Silvemdo 2500 HD Southoni $28,567M (CK259,43) Garber errysler Dodge Jeep Ram Truck Inc. 2016 Rwn 2500 (DJ71,92) westam $27,048.00 Garber Cbrr Dodge Jeep Ram Truck Inc. 201.6 Rzan 2500 (PJ71,92) Northern $26,848.00 Alan im y Chryskr, JM, Dodge, Ram. 2016 Ram. 2500 (PJ71,92) Central $26,937M Garber Chrysler Dodge Jeep Ram Truck Inc. 2016 Rwn 2500 ( DJ7L92) south.ena $27,04&00 Duval Ford 2016 Ford F-250 SD (W2B) *Western $25,520M Duval Ford 2016 Ford F-250 SD (W2B) *Northem $25,520M Alan J to 2016 Ford F-250 SD (W213) *Centsl $25,46&00 Duval Ford 2016 Ford F-2301SD (W2B) *Southern $25,833.00 Alan.lay Chevrolet, Buick.. GMC, Cadillac Alw-,sky Chevrole4 Buick, M. ,s Cadillac Alan Jay Chewolet, Buick, GMC, Cadillac Alan Jay hew t, Buick, 0MC, Cadillac Did Auwd Announcement (18-23-0904) .1016 GINIC Sierra 2500 LID 7K 4.J wesitern 2016 GMC Sierra 2500 111) (TK2593) Northern 2016 GMU Sierm 2500.HD (T.K25943) centrw 2016 OW Sierra 2500 1H) (TK25943) southem N 11" Page 452 of 710 FLORIDA SHERHIFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 3/4 TON 4 -DOOR CREW CAB PICKUP T -RUCK - 4X4 SPECIFICATION #56 2016 Nissan Than 3a) (56016) - Available in Diesel an ly 2016 Chavrislet Sihon-ado 2500 M (CX2;943) 2016 Rain 2500 (DJX92) 2016 Ford F-250 SD (W2 -B) 2016 GIVIC Sierfa 2500 HD (TX25943) ALL ITEM FACTORY INSTALLED UNLESS OTEERWISE INDICATED F,NlqrRl - I Listed above, you will find the made] numbers of the vehicles that will be, included in this year's contract. WNW a. Manufacturees standard V8 gasoline engine, aft tori, bidtery and cooling package, 2, foo a. Manufbdurer's %landard autornatic transmission. Is. Manufacturer's standard drive, axle ratio for engine and Mmsmission combination, c. Limited Ap differential on 4 -wheel driv& 3. ZE&LQHMANCL� JLL-,ht�L' a. Manufacturer's standard j suedn& Is. Manufacturces standard gauges. 4.,QQ,Mfflfi,TJ,1'FA1,L a. Manufacturer's Awdead air oonditioning with 134A systern. b. of r' standard tinted glass all around. c. MmutfachumJs standard AMJFM stereo. d. Heavy duty rubber fla covoing instead of carpet. a. h4anufacturees standard production seats. Purbarer will select calor at time of order. E. Keys: two (2) per vehicle, single kay lodking systema, (each vehicle keyed dffFm,-nt1y). a. Due] autside mirrars aud iriside rearvigw mirror, b. Interior dome HOts withleft and right door awvzteA switches, c. Matyufactura's standW air bags. 3110M a. Four wheel and - lock broke ADS system. 7, a. MarnActurees standard &a and wheels. Is. Conventional spare tire cited underbody. Bid Auwrd Anmmmeenunt (I S-23-09041 1145 Page 453 of 710 NUR "51 FLORIDA SHERHIFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 3/4 TON 4 -DOOR CREW CAB PICKUP T -RUCK - 4X4 SPECIFICATION #56 2016 Nissan Than 3a) (56016) - Available in Diesel an ly 2016 Chavrislet Sihon-ado 2500 M (CX2;943) 2016 Rain 2500 (DJX92) 2016 Ford F-250 SD (W2 -B) 2016 GIVIC Sierfa 2500 HD (TX25943) ALL ITEM FACTORY INSTALLED UNLESS OTEERWISE INDICATED F,NlqrRl - I Listed above, you will find the made] numbers of the vehicles that will be, included in this year's contract. WNW a. Manufacturees standard V8 gasoline engine, aft tori, bidtery and cooling package, 2, foo a. Manufbdurer's %landard autornatic transmission. Is. Manufacturer's standard drive, axle ratio for engine and Mmsmission combination, c. Limited Ap differential on 4 -wheel driv& 3. ZE&LQHMANCL� JLL-,ht�L' a. Manufacturer's standard j suedn& Is. Manufacturces standard gauges. 4.,QQ,Mfflfi,TJ,1'FA1,L a. Manufacturer's Awdead air oonditioning with 134A systern. b. of r' standard tinted glass all around. c. MmutfachumJs standard AMJFM stereo. d. Heavy duty rubber fla covoing instead of carpet. a. h4anufacturees standard production seats. Purbarer will select calor at time of order. E. Keys: two (2) per vehicle, single kay lodking systema, (each vehicle keyed dffFm,-nt1y). a. Due] autside mirrars aud iriside rearvigw mirror, b. Interior dome HOts withleft and right door awvzteA switches, c. Matyufactura's standW air bags. 3110M a. Four wheel and - lock broke ADS system. 7, a. MarnActurees standard &a and wheels. Is. Conventional spare tire cited underbody. Bid Auwrd Anmmmeenunt (I S-23-09041 1145 Page 453 of 710 a. Manaficturer's standard oolors, fkaory painWd, Colors to be deteamine dby individual agencies. b. Manufwwrees standexd fuel tank. cR IMmrafacturer's standard front. nd rear bumpers. I Flectside, long bed. BM Aumwd Annmnewwnt fig -23-0904) 1146 Page 454 of 710 "'IPM *, „ I Effective Dates: October 1, 2Septernber 3, 2016 Cab & Chassis Trucks & Other Fleet E.,quipmerat P`''- r x " (` t,, }Sheriffs ,ifft, t }t �` ', Local 1, Agencies Coordin(ded By The Florida Sheriffs ; ff, {ti, tt, or ' Florida AssociationCounties RO Award nnt 15-13-0904 I Page 455 of 710 1 )RI, DA, Ab�,-a Fhm;Ow FLORMA SHERIFF S ASSOCIATiON & FLORIDA ASSOCUT. ION OF COUNnAES Name of Dealership Auto Nation Chtysler Dodge ATep Rem - P=bxoke Pines Auto Nation Chrysler Dodge leap Ram - Pembroke Pines Alan sky Chrysler, Jeep, lMdge, Rmn Auto Nabon Chrysler Dodge, Jeep Ram - Pembroke Pines HIMEM= 2016 Rain 5500 (DPiL63) 201 Ram ,x'00 (DP5L63) 2016 Ram 5500 (DP5L63) 2016 Ram 5500 (DPSL63) "Y' Mw Wastem Northern Central soutA Base'Unit Price $38,584.00 $39,509,00 $38,53100 $39,55%,00 Duval Ford 2016 Ford F-550 (F5G) *westem $34,654A0 Duval Ford 2016 Ford F-550 (F5G) *No-thern $34,654.00 Alan Jay Ford 2016 For' -550 ()P5G-1 J *Central $34,62&00 Duval'Ford 2016 Fr d F-550 (F5G) *Sotdheni $34,65C00 Tampa Ti ualk Cc&terLLC 2016 Freightif w. IA2 Western $56,281,00 Twnpa '11ruck CenterLLC 2016 Fraightfiner M2 Northern $56,281.00 Tarapa Tnack Can%-rLLC 2016 Freightfiner M-2 Central $56,281.00 T Truck, CenterLLC 2016 Fteigififirer M2 Southern $56,281,00 Maudlin Inteeniational Trucke, LLC 2016 Intemational Terratar west em $49,166.00 Maudlin Intemational Trucks,, LLC 2016 Intemational Tormstar Northern $48,16&00 Sun State International Trucks 2016 tot erriational Tegrastar Central S45,145�00 Vit, echtien Tnternational Trucks, Inc 2016 International Te tar southem $48,505.00 Kenwortb of Jacksonville 2016 Kenworth T170 Western $65,664, 0 Kenwarth of Jacksonville 2016 Kenworth T170 Northem $65,414.00 Kenworth of Central Florrida 2016 Kenwarth T170 Centmi $67,950X0 Kenworth of South Florida 2016 Kenworth T170 south em $65,979.00 2016 Petarbilt 325 Western .-NB — Rush Track Center of Tampa 2016 Patar bilt 325 Northern $65,262.00 RlashTruck Center of Tom,= 2016 PeLerbilt 325 Central $65,262.00 Bid Azowd Annmnawywnt 15-13-0904 2,59 Page 456 of 710 Palin Petmbilt, Thick Centers 2016 Peterbilt 325 Southern $63,816.00 BW Awwd Anrwuncewmt 15-13-0904 260 Page 457 of 710 I NO OKI 4i FLORIDA -t.)Tq '171ES FLOR11DA SHERIFF S ASSOCIATION & FLORIDA ASSOCIA 7HON OF COUNTIES 2016 Rmn 5500 (MW) 2016 or F-550 (F50) 2016 Frwightlinor -No 2016Internwflonal Teassuir 2016 Kenwth T170 2016 Peterbilt 325 ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE WDICATTM J� LCMN,5j Lig ed a1mve, you will tinddie model numbers of the vehicles that ll be included in thisyew-'s con ftwt. 1. ENOB& a. Diesel ergine, minimwn 190 IV b. "Maintenance fi= heavy dubatteyy c. Manufthimee heavy lity engine coang, d, fleaKy ditty Wternawr a. Mmmufacturer's standard aue'sinafic 4 -speed Iransmission with over&ive mid manubicturer's heavy as cooling. b. Manufacturw's standard drive axle ratio 1br engine and transmission comblei atiom 3. zELEQiwAuczjjmmL,- a, Manufacturces starielard power steering. b. Marrufactmees stwidard gauges, c. Heavy &V front and, rear shocks. 4. CQMEQZL1" �� Air con-Chtionlay. g, fitettiry j,a W-jn& b. 111AR-nufacturees standaw finted glass all around. c. Manulketmes standard, ANK0M rtell d,, Reavy duty mbbtr floor coverhig -' itstead of ciu-pat,, e. Vinyl seating with head msts to, accommodate 3 passu wr& Purchaser will select. color at firne o1`or, f Keys: two (2) per vehicle, single key I ockiRg syst=, (a vehicle, ke-yed difibmeritly), aP IX -81 mownt outaide, mirrurs most provide a field of" l ra for vehicles to 96" wialth, and for tDwing. la. luterior dome fig at .Ms with left right door sedir ad sWffches� c. Air begs for driverand right. front rhwsera ge,, if available, & Rear anti-lock braltes, minfinurn, b. Power bralres,font brakes disc type, rear brakes may be drian or ftc, Bid AwardAnnounemnent, 15-13-0go4 261 Page 458 of 710 & BSW all season umd radial, N" heavyduty truck tires, ll MUSSM29LULLAIL ll Cab to center tee° axle - " approximately, - Cab & chassisll t's s�mdard 1m, factory painted, Colors to be determined ii u @ agencies. . d rer's simidard front bumper, bright or painted. f. Fuel tank capacity; 24 ,gallons minimurna, Page 459 of 710 BfdAward Aymmumwment .15-13-0904 1" 5135 Page 460 of 710 "a 63W, '46 All Alhow Romida FLOR.EDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIA]"LION OF COUNTIES Name of Dealenhip Type ofd r one Base Unit Price, in Power Corpomflon 2016 Crxipill ar CT660 Warty m $109,726.00 Iting Power Corporation 2016 Catalffllar CT660 Northern $109,726.00 Ring Power Corpination 2016 Caterpillar CT660 Central $109,726.00 Pwitropic Power 2016 CatsalarCT660 Smile= $113,790.00 2016 Cmne Carrier COE2 wesltem NB 2016 Crane Geier COE2 Northom NB 2016 Cmne Carrier COE2 Central NB 2016 Crone Carrier COE2 Soudhern NB — Lou Bachrodt Freightliner 2016 Freightliner M-7-112 *Wem $61,935.00 Lou Bachrodt Fri ghtlinerr 2016 Freightfiner M2-112 *Northern $(j 1,93 5 fr 00 Lou .Ir rt Fraightfiner 2016 Freight-liner M2-112 *Central $61,935�00 Lou Bachrudt, Freightflner 2016 FreightlinerIV12-112 *Souffim. $61,935,,00 Maudlin Intemational Trurks, LLC 20161` t rrr tr rx 1 Workstar Westann $90,975.00 Maudlin Internadonal Trucks, LLC 2016 Inti rnational'WorksW Northern $89,975.00 Sri State, International Tmeks 2016 It tial Works tar Ceirtmi $99,150AO RecHen Tnternational Trucks, Inc 2016 International Workstar souldrarn $88,136.00 Kenwortb ofd acksonvil.le 2016 Kenworth T880 We ten $101,492.00 Kenworth of Jacksonville 2016 Kenwomb T880 Nordiam $101,23100 Kenworth of Cmitral Florida 2016 Kenworth T880 Central $102,280.00 Kenworth of South Florida 2016 Kenworth T880 Southem $102,985.00 NMXML ANTRUCK CENTEKS 2016 Mack C or 0 Sardes Western $109,300.00 NEXIRA.NL 111LICK CENTERS 2016 Mwk " or 0 Series Northern $109,30040 INEXIrRAN IRU CK CENMRS 2016 Mack C or G Series cenu,81 $109,300.00 NEXII jLA.NT'rAUCK CENTERS 2016 fvlack C or G Seri Southern $109,3110.00 BfdAward Aymmumwment .15-13-0904 1" 5135 Page 460 of 710 MdAupardArurowwordent 15-13-0904 5 51-36 Page 461 of 710 2016 Peterbilt 567 Western — NB -Rush Truck Center of Tampa 2016 Peterbilt 567 Northern $108,362.50 Rush Truck Center of Tampa 2016 Peterbilt 567 cealml $108,36150 Pahn Peterbilt Tnick Center-, 2016 Peterbilt 567 Southern $110,544.00 NEIMAN 'TRUCK (MMNIEM 2016 Volvo V Series wastm, $91,540M NEXTRAN TRUCK CE, ..ERS` 2016 Volvo V Series Northern $91,540.00 Ni CENTUM 2016 Volvo'V Series Central $91,540,,00 NEXTRANTRUCK CENTERS 2016 Volvo V Seties South 'm $91,540M Tampa Truck CenterLLC 2016 Western, Star 4700 West= $97,116M rampaTruck CenterLLC 2016 Wern Star 4700 North em $87,11&00 Tampa Thick OenterLLCI 201 WesStar 4700 centmi $87,116.00 Tampa Truck CenterLLC 2016 Western Strur 4700 Southem $87,116.00 MdAupardArurowwordent 15-13-0904 5 51-36 Page 461 of 710 01111", N, 09 78 0, imAl c: 6 rum A N A hatig YT-midw FLORUDA SHERIFFS ASSOCIATION & FLORIDA ASSOCUTION OF couri,ruivs 52j010 LB. GVW.RC.A -4 :�N -11 17- �M A XL E �TWE �IC K 'S X 10 AUL MMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED LMR1171ON& Listed above, you will find the model tradbers of the vehicles that, will be indrd in this year's contract. 2. a. 350 HP 6 cylinder diesel engine, marlufact an-r1r, I IL raini'mum a. The following or approved eqjivalents a b. Fuller 1421 OB 110 Speed helwit&, with OD 3x mommmiap mum a. Alternator — '1 2 volt I 00A b. Pm. nium angnus hoses �— leu ection purnp — electroric engine control d. Radiator — Wuminum core, & Air restriction monitor — intake, inollorod 4, &KK Cab — welded steel 1vnixed or alum, finim shell widi rust, preventative coating, b. Floor cavedmif — blackmhbar mats c. Seating — driver air suspension mid bacik, passes gerfixed mid basica d,. Steering wheel —1 W`hvo spoke e. Slandard air condifloning atid heating a. Frwne — steel construction marched tn, G and mounted body of truck, b. Wheelbase — 187 " c. Fmnt bumper — painted steel & Fuel to& — 74) gallon, nunintum e. Air dryer — BendLx AD9 heated, or approved equivalent MENEM EW Award Anrwunwmmt 15-13-0904 537 Page 462 of 710 a Front wheals — steel hale hub piloted c. Fmnt, fireas — I IR22.5Goodyear 37'LE. steer or approved qu[" u t° da Front hubs —n i` L% or approvedgwval to uu. 011 type With synthefic lube Poo axle — 40,000 1b. ill Rear wheels — sUcl 1«; hole hub piloted a. Rear fres — ; IR22.5 Clxxiyear1 unisteel traction or approved equivalent da Hubs — Ferrou s, or aptnoved equivalent, e. Power diAder with warning light mid bu.72er lakes in .ffi control) 9. EXCMICAL „ Circuit it p u �. — u except di u p �u wiperi ��1 h olithre circuit break . Hand throttle — electranic hand throttle operated t1wough cruise Control when in -P'PJ miode onLy. uu. Engine protemor. — engine shut down kystem monitoring bigh water tamp, low iii Pressure, high exh ut knnp, hied tansmission temp. Bid Award Armuncernent 15-13-0,904, 5318 Page 463 of 710 FIA 111,01, FLOREDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATIMN OF COUNTIES Name of DmIership Type of Vehicle Zone Base Unit Price M Bolvat, Cpany 2016 Bamt 'r/50 western $51,036.00 Bobcat Company 2016 61catT750 Northern $51,036.00 Dobcat Company 2016 Bobcat'1'150 centill $51,036.00 Bobcat Conrporky 2016 Bobcat T750 Southern $51,036M Wrig Power Corpoiation 2016 Caterpillar 279D WeM, M $51,107.00 Ring Power CorpoAudor 2016 Caterpillar 279D Northem $5 1, 107M Tking Power Corporation 2016 Caterpillar 279D Central $51,1107.00 Kc11v Tractor 1 2.016 Catarpjllar 279D Southern $50,80.1 100 Nartnix,1 e 2016 John Doe -re 329E WesteRM $53,050A Nortrax, Inc. 2016,101m Deere 329E Northern $53,050.00 or x, Inc, 2016 John De r. 329E Central $53,050.00 Norlmx, Inc. 2016 Jotut Deere 329ESoWthern $53.050,00 Fatch's Tractor Depot ,a SIP '7-2 2016 KabC)+ ,5 *Westem S41�500&0 Pwitch's Tmetor Depot 2016 Kubota SVL75-2 *Northern $40,950.00 Futch's Tractor Depot 2016 Kubota SVL75-2 *Central $41,250.00 Futch's Twor Dejmt 2016 Kubota SVL75-2, * Southern $41,500.00 Cowin td merit 2016'rakeuchi TL 1, Wesu, M $64,903.00 Hagler Construction EquipmenLLC 2016 Takeuchi 11 12 Northern $64,700A0 Nagler Construction -Equiptnent, LLC 2016 Takeuchi TLI 2 Central $64,700.00 Flagler Constniction Equipment LLC 2016 Takeimin T1 12 Southern $64,700.00 Growers Equipment 2016 New Holland C232 welfftprn $47,537.00 Growers Equipment 2016 New Holland C232 Northern, $47,337.00 Growers Equipment 2016 New Holland C232 centmi $47,037.00 growers Equipment 2016 New 11and 0232 Southern $46.737M Bid Award Ann-ouncment 15-13-0-1WM 856 Page 464 of 710 BOALuard Appiouncemerd IS -I3-0904 �911C'51/ Page 465 of 710 2016 VolvoMMM35C wem -- NB -- Flailer Cotta tructionFquipment, LLC 2016 Volvo 5 "135C North= $49,500, FhWer Constracdon Equipment, ILC 2016 Volvo M.CT135C Central $49,500.00 Flagj'er Cor'struction NUIP'ne,"t, LI X 2016'VoIvo.MMC-Tl35C Southem $49,500.00 2016 Case TR310 waste.— " UB M Trekker Tmctor, LLC 2016 Case M 10 'Northern $42,500.00 Trekker Tractor, LLC 2016 Case TR310 Cmitral $42,500.00 r' r, LLC 2016 Case TR3 10 Southerni $42,500® Ww.L-er ason Sales Americas, LLC 2016 Wacker Neuson SI'35 Westem $50,310M Wacker neuron Sales Americas, LLC 2016 Wacker Neu son ST35 Northern 550,310.00 Wacker ne-dson Sales Americas, LLC 2016 Wacker Nouson S135 (AnU21 $511„510„011 Walker n Sales Americas, LLC 2016 Wacker Neusan Sr15 soothe m $50,310A0 BOALuard Appiouncemerd IS -I3-0904 �911C'51/ Page 465 of 710 91 or, fl� 11 A.. t W5 'k FLOREDA SHERIFFS ASSOCW11"TON FLORIDA ASSOCIATXON OF CIOUNTIE S SICID STEER LOADER — 3.100 LBS. OPERATING CAPAQ'I"Y TRACKED ONLY SPECIFICATION #,26 ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED M'12111�$I Listed above, you wfll find the model nurnbc of the vehicle,% that will be included in this year's coni Ect. ALL ITEMS FACTORY B41STALLED UNLESS OTHERWISE INDICAIMD a. Minimum 3 cylinder 74 1-1P Diesel b. Spin on type filtem. cDry type air filt= 2. jRANjHja&= a. 11ydrostafic drive b. For%vard, mverse, travel apeed controlled by two hand lovers a. OSHA approved ROPS canopy shall be intagmi b. Front and rear or lights, hazzrd lights c. Engine monitoring system nu. gauges, with audible alarra d. Hom and, badawl) maim HURIMN use Parking broke b. Hydrostatic bmking, s. Bjx�,&:r; & Olin urn 66" conmucdon bucket b. Bolt on, ice; Buie cutting edge for bucket c. Operating capacity3J1,00 rbs. minunum Md Award Annourwernent 25-13-0-904 858 Page 466 of 710 e pi AMA 4 At AkbmaFgamb F LORUDA SHE RIF FS ASSOCIATION & FLORIDA ASSOCIA7110N OF COUNTIES ,Name. of Dealenhip Type of Vehicle Zone Base Unit price .. . . ..... Ring Power Corporation 2016 Caterpillar 926 M Westem.1 $126,816M Ring Power. Corpowdon 2016 Caterpilla 926 M Noble $126,816.00 Ring Power Corlmraflon, 2016 Catla 926 M Caw* $126,816.00 Kelly Tmct(,)r 2016 Catllar 926 M souftrn $129,092.00 Doosen Idmore Conctrucdor, Equipment 2016 Doosam DL250-5 Western $128,015.25 Doosan Ire fiv=re Ckmitruction Equipinew 2016 Doosan DL250-5 Narthern $128,015,25 Doosmi In acre Construction Equipment 2016 DoosanDL25to- 5 Centrefal $129,015.25 000swi lnftw,,Pr,. Construction Equipment 2016 Etoosan.DL250-5 South em $128,015.25 Nortrax, b= 2016 John Deere 5"K Wn $127,460A0 Norm, inc,. 2016 Jolm Deere 544 Northm. $127,460.00 Nortmx, tics 2016 John Deere 5"K Ceftal $127,460.00 1,4010ax, InG, 2016 John Deem 544K southem$1227,460M Cowin Fquipent 2016 Kawasaki 7027 Westem $151,730A G S Equipment, Tnc, 2016 Kawasald 7027 Northern $149,128.DO 0 S Equipme-al; Inc. 2016 Kawasaki 7 Central $149,128M G S Equipmwit, Inc, 2016 Xffwm&l 70Z7 Southem $149,128.00 2016 Volvc L60EL Western -- N'B -.,u Hagler Construction Eq ipment LLC N 2016 Volvo L60H Northam $124,000.00 Flagler Construction Equipment, LLC 2016 Volvo L60FI central $124,000M Magler Construction Equipment, LLC 2016 Volvo L60H Southern $124,000.00 201.6 Case 621E Westem -- NB -- Trcldcer 1to t 2016 Case 621F Northern $127,000.00 Trekkff Tractor, LLC 2016 CaFe ( 52-11F central $127,000.00 Trekker Tractor, LLC 2016 Case 621F Southem $127,000.00 Md Award Aramuncement 15-13-0."' 916 Page 467 of 710 2016 Hvlmdaian $107,670.00 'rC. , LLC 2016 Hyundai BL940 �� , a $108,000.00 Trekker Tmator,., 2010 liyandai HL940 *Central 108,000.00 Trekker Tralor, ... 20116 Ayundai.1 040 *Soothe . $108,000.00 B& Award .fir ' r i 15613.0904 917 Page 468 of 710 0.0 CU'. YD.WREEL LOADER Z -BAR LINKAGE BUCKE171 - PARALLEL A,11M op,rinN) SPECMCATION #29 ALL ffEMS FACTORY INSTALLED UNLESS OTHERWISE fNDICATED INSIRIJ& Listed above, you will find the model nwnbers of the vehicles that will be included in this yew's contract, a. Diesel eng gine, six cylinder, firir cycle, liquid cooled, minimum 140 SAE Net B? bm Cab with.A/C 2. j9&NShVS, %QL Power A ift trarismission with tarque converter or hydrostatic drive, min -mum of four forward marl three reverw speeds, 1 Dmumw&-, & F our wheel drive. b. IVIenufacturs a.. rd axle, c. Inboard or outhoard mounted wet disc broldrig system. d. Inboard or cup boardincant ed iflantetary fmal drives. ea X5 — 25 Bias ply tires mounted on multi piece dm& DRUM" 5. BLZCj&LCAL- a. 12 or 24 voft elecuical system. b. Manual battwy discorsnect switch. Bid Award Amwzuncemont 15-13-0904 918 Page 469 of 710 4 3 �.'NVVPII K J' IDA A 'FLORMA SHERIFFS ASSOCIATION &FLORIDA ASSOCUTION OF COUNTIE S 0.0 CU'. YD.WREEL LOADER Z -BAR LINKAGE BUCKE171 - PARALLEL A,11M op,rinN) SPECMCATION #29 ALL ffEMS FACTORY INSTALLED UNLESS OTHERWISE fNDICATED INSIRIJ& Listed above, you will find the model nwnbers of the vehicles that will be included in this yew's contract, a. Diesel eng gine, six cylinder, firir cycle, liquid cooled, minimum 140 SAE Net B? bm Cab with.A/C 2. j9&NShVS, %QL Power A ift trarismission with tarque converter or hydrostatic drive, min -mum of four forward marl three reverw speeds, 1 Dmumw&-, & F our wheel drive. b. IVIenufacturs a.. rd axle, c. Inboard or outhoard mounted wet disc broldrig system. d. Inboard or cup boardincant ed iflantetary fmal drives. ea X5 — 25 Bias ply tires mounted on multi piece dm& DRUM" 5. BLZCj&LCAL- a. 12 or 24 voft elecuical system. b. Manual battwy discorsnect switch. Bid Award Amwzuncemont 15-13-0904 918 Page 469 of 710 c. Driving lights, fi-ont and rear work lights, stop lights, waming lights and taq lights. Bid, Award Annomt 1 23-09040 919 Page 470 of 710 Name of DmIership Zone Base Unit price Fedeml Contracib Corp 2016 United U-71LTA35-83 lkwestern7,430.0 - "K "'�� X,& *North.em $7,430.00 Po Contracts rp 201 UriftedLT-7 ' 35-8.5 FLORIDA ASSOCIATI'ON OF COUNTIES Zone Base Unit price Fedeml Contracib Corp 2016 United U-71LTA35-83 lkwestern7,430.0 Fedeml Connwts Corp 2016 United Um7 Tk3'zym ,,c *North.em $7,430.00 Po Contracts rp 201 UriftedLT-7 ' 35-8.5 Ketitral $7,430.00 Fedeml Contww Corp 2016 United m7 T . m n4 *Southerr, $7,430.00 2016 All Pro Tmiler 716TA w t m — XI .,A t6 All Pro'nufler 716TA Northem m B e_ 2016 All Pro Trailer 716TA Centm]111M 2016 All Pro TMIer 716TH Southerp NB .- 't "'Nailer Salsa and Services 2016 Wells Cargo V1 . -102 wwem $7,870.00 Te,xm P 1 r Sales and Services 2016 Wells Cup CW1 622-102 Northem. $7,470.00 Texas Trailer Seles and Services 2016 Wells Cargo CM622-1.02 „ r&$7,640.00 Texas Trailer Satan and Sergi+ices 2016 Wells Cargo CW1622-102 Southern $7,970.00 Bid Awprint 1 -AIS 1437 Page 471 of 710 A U111A Vne ,qw, 0 �X)UUINI S AN Akwt Ammide TX 16'ENCLOSEID CARGO IRAILER - 7.000 LBI. GV �WR SPE CIFiCATION #55 2016 United U`-71LTA35-8.5 2016 All Pro Tfafiller Ta ! GrA 2016 Wells Cargo 71 -10 All, ITEMS F-ACTORYINSTALUD UNLESS OTHERWISE INDICA'YED InSIRUK' 3:1I&SI Listed above, you will find the model numbers of 'the vela es that will. be included in this year's contract. I.Mhzxw= a. Width ,- 7' b. Length -16' c. ,- 7,000 1„ 3� ZLjjQ&yiALT_SMLML� aA Tandem 3,500.1b. torflax axles b. 15" wheels c. 205 x 15 tmflu rated fires & Demo brakes mita breakaway awft6h 5. LIQUILNUUMMB& BW Award Anwunwmeruo 15-13-0904 1438 Page 472 of 710 a. Frotected tumistop/taff lights b. Clearance lighLs ce W run in conduit d. Heavy dut), tmit plug 6. YjaMLLAM-QVj; a. Spare wheel aad fim Bid Award Aryww&mment 15-13-0904 14,39 Page 473 of 710 Name of Dealership Type of Vehicle Zone Base Unit Price General Truck Equipment and Trailer Sales 2016 Al Steel TA82587' *wastern $7,890.00 General Truck Equipment and Tridler Sales 2016 All Steel 7A8258T *Nbrthem S7,590J)O Oen mal Truck Equipmen! and Trailer Sales 2016 All StteeITA8258T * Central $7,690.00 General Track Equipment. and Traflar Sales 2016 All Steel 1'A8258T *Southern $7,990M Texas Trailer Sales end Services 2016 Big Tex 22PH255 Aleblem $8,840.00 Texw Viler Sales and Servs oes 2016ftTex22PH255 Nonh.-M $8,490.0O ;.x `railer Trailer Sales and Services 2016 Big Tex 22PH255 Central $9,590M Texas Trrular Sales and Services 2016 Big Tex 22PH'255 Southern $8,890m NoM ax, lrc. 2016 Eager Beaver BS -DOW westem $11,790M 1trax, Inc. 2016 Eager Beaver BS -DOW Northem $11,790.00 Nortrax, hic, 2016 Eager Beaver BS -DOW Central $11,790M Noruns, Inc, 2016 Eager Beaver 118 -DOW Slouthem $11,790.00 Deland Truck Center 2016 Eoonoffine M025DE Tag Trailer wn $8,745.00 Deland 'Pracle Center 2016 EconolineDP11025DE Tag Trafler Northern $8,71 UO Deland Truck Center 2016 Econoline DP 1025DE 'fag Trailer Central $9,710.00 Deland Truck Center 2016 Ampoline DPI02.5DE 7'%v Trailer soulhwm A745M Federal Contiacts Corp 2016 FeUing Trailers FT -16-2 Western $11,89100 Ted Contrans Corp 2016 Falling Trailers Fr -1 - Nom em $11,992.00 Federal Contracts Carp 2016 Folling, Trail ,$ TAT -1 -7 Central $11,892.00 Kelly'ltwtor 2016 Felling Tmilers FT -1 - uthem $1.1, `Til, ll Nome,1 � 2016 Interstate 16HST mea tm", $11,645.00 Nor � , Inc. 2016 Interswe. 1 S Northern, $11,645,00 Kelly Tractor 41116 .bterstate 16BST Centmf $10,565.00 Kelly Tractor 2016 Interstate 1 S Southern $10,565.00 BAi'Awar d Ar"unaarnmt 15-13-0.904 1451 Page 474 of 710 Texas Tmil er Sales and Services 2016 TexasTraflex IX85258T Western $8,790M Texas Traflej, Sales and Services 2016 Texas Trailer TX85259T Northern $8,340A TaxasTraffer Sales and Services 2016 Tex&q Traflan8T Central $8�.440,0 Texm Trailer Sales and Services 2016 Texas TrHiler TX85259T southem $8,840800 Ring Rower Corporation 2016'1"ovmmsterTC-16 Western $14,467.00 Ring Power Corporation 2016 'r TC -16 Northern $14,467.00 Rdng Power Corporation 2016 TovmIm TC -I 6 Central $14,467.00 Kelly Tractor 2016rowmastarTC-16 Southern $12,750M 2016 Trail King TK20 Western -- N ms FI&Wcr Constructioa, Equipnient, LLC 2016 Trail King I Northern $14,000.00 is ler Construction Equipment, LLC 2016 Trail. King M-20 Central $14,000.00 Flagler Comstruction Equipment, LLC 2016 Trail King'FK20 Southeni $14,000.00 LNd Award Annou-neemera iz;-i34)9rj4 14 552 Page 475 of 710 FLOREDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIAT ION OF COUNriff"IES SPECIFICATION #56 ALL ITE MS AC `011 INSTALLED UNLESS OTHEMVISE INDICATED JNu5,TjW,rjjQbfijL isted above, you will fired the model na b ers o f th a v chi c les that will b e incl L-ded in this ye* r's c or tract. I - DIMENSLON& a. Deck width - 8'6" b. Ovemil deck length - 25' c, Dovetail length - 5' dR GVWR - 16,000 1b. MEN= 5" channed side rails b. 3" charmel cross memben on 16" centers c. 4" channel undercarriage & 2" x 3/8"rub rail vdth stake pockets a. Pirtle lib a. 2 a 8 pres.-sure Ireated deck - b. Galvanized deck screws c. Ydovdail d. Spring wssist stand up rarnps a. Tandem 9,000 1b. Dexter oil both axles (2) b. Electric brakes c—Breakaway brake system with well call battery 5v 1JUDI'MAYMML & Proltzcmd hnnJst*tafi ligbis b. Wiring run in conduit c, Heavy duty trafler plug &,MLJQLLAMQU& Bid Award Annmrumawavd, 15-1349N 1453 Page 476 of 710 ;p 'p, I'll 84"14 FLOREDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIAT ION OF COUNriff"IES SPECIFICATION #56 ALL ITE MS AC `011 INSTALLED UNLESS OTHEMVISE INDICATED JNu5,TjW,rjjQbfijL isted above, you will fired the model na b ers o f th a v chi c les that will b e incl L-ded in this ye* r's c or tract. I - DIMENSLON& a. Deck width - 8'6" b. Ovemil deck length - 25' c, Dovetail length - 5' dR GVWR - 16,000 1b. MEN= 5" channed side rails b. 3" charmel cross memben on 16" centers c. 4" channel undercarriage & 2" x 3/8"rub rail vdth stake pockets a. Pirtle lib a. 2 a 8 pres.-sure Ireated deck - b. Galvanized deck screws c. Ydovdail d. Spring wssist stand up rarnps a. Tandem 9,000 1b. Dexter oil both axles (2) b. Electric brakes c—Breakaway brake system with well call battery 5v 1JUDI'MAYMML & Proltzcmd hnnJst*tafi ligbis b. Wiring run in conduit c, Heavy duty trafler plug &,MLJQLLAMQU& Bid Award Annmrumawavd, 15-1349N 1453 Page 476 of 710 a, Spare tdre and rack b. ckable, txvIJ 'box cll hi—.d,-.d and painted - choice of color d. 'ronfaejwk rated for G'%rWR of vailler But Aupa?d Announwment 15-13-0904 1454 Page 477 of 710 BWA-umrd Annaunmment 15-131-0904 1570 Page 478 of 710 1AACU FLORUDA d e. `tY .iiUAbG6w NRSY'Bde SHERTLYRFS ASSOCIATION & FLORMA ASSOCIATION OF COUNTIES Name of Dealership Type of Vehide Zone Base .it price Southernt q, Toyota Lid, 2016 Toynta 8FGCTJJ20 *Westz.-I $21,518.00 Southern Stomates Toyota Lid; 2016 Toqota SFGC-020 *N $21,518.10 Southmm States Toyota Lift 2016'royota 8FGCTJ20 *Central $21,519.00 Southern States Toyota Lift 2016 Toyota t *Scruff 1,518A0 FUng Power Corporation 201.6.Mitstibishi FG20 Wastem$25,735.00 Ring Power Corporation 2016 Mitsubishi F Northem $25,735.00 Ring Power Corpomfloa, 2016 .Mitsubishi FG20 ce t l $25,735.00 2016 Mitsubishi ubishi FG herr v-- NB -- 'Ring Power Corporation 2016 Caterpillar 2CC4000 Western $26,412.00 Ring Porver Corpowdon til 16 Caterpillar 2CC4000 Nosema $26,432.00 Ring Power Corporation 20 16 Caterpillar 000 Central $76,437,00 KeHyTracuir 2016 Caterpillar 2CC4000 Southern $23,500.00 BWA-umrd Annaunmment 15-131-0904 1570 Page 478 of 710 Bid Award Ariwunceanent 15-13-0904 1581 Page 479 of 710 COUNMES Aff Akna Novi dad`. FLOR11DA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES Name of Dealership Type of Vehide Zone Base Unit Priet "L., L "11,41,C -Cl Ring Power Corpoxaflni, 2016 Genic, GS -1930 Weatem $13,438,00 Rmg Power Corporation 2016 Geak 08-1930 Northern $13,439.00 Ring Power Corporation 2016 Genic OS -1930 central $13,43&00 Kelly Tractor 2016 Genic GS -1930 Southern $11,610.00 Coartal" Machinery 20 11 6,JLG 19-10 ES Western $11,584.00 Coastal Machinery 2016 JL G 1930 ES Northern $11,984.00 Coastal Macl-daery 2016 JLG, 1930 ES Central $11,984.00 Coastal Av11rnery 2016 41 1930 ES Southern $12,094.00 Federal Contracts Corp 2016 Haulotte Optimum 1930 E *Western $11,339.00 Federal Contracts Corp 2016 Haulotte Optimum 1930 E *Noxibrim. $11,339.00 F Contracts or 201.6 Haulotte Optimum 1930 E *Cenfral $11,339.00 Fadewal Contracts Corp 2016 Flaulotta Optimum 1930 E*Southem, $11,1139,00 Bid Award Ariwunceanent 15-13-0904 1581 Page 479 of 710 Agn"culture and Lawn Equipment / StateFerm Contracts / State Contracts and.Agreement... P,age I of 2 > !';r1f. s and L Awn Equipment < < rri� Agriculture and Lawn Equipment21100000-22.5-1 Effective Period 09/01/2015 through 06/30/2017 Contract Type State Term Contract KB) Contract Information Contract 01' Vls% IMk­`,-�" 1-11,1'11,2 B 01 922-9867 Administratiort MMMM= This contract covers the purchase and delivery of new agriculture and lawn equipment such as; all -terrain and utll!tV vehicles, golf and sports specialty equipment, forestry machinery, utility tractors, agricultural tractors, mowers, utility and specialty trailers, hand held equipment, and accessories. The contract is awarded to over 19 nationally and Internationally recognized Brands/ManufaLturers. OEM= Document reader download Unks http-//wvvw.dms.myflorida.�coni/business rations/state Ormation/... ��qF216N ol 7111, Lope _Purchasjng/vondo�j� Contract Documents PDi- K,") g U . Q Ed '4 3 K B '6K Contract 01' Vls% IMk­`,-�" 1-11,1'11,2 B 01 922-9867 Administratiort UNSPSC-21101500, UNSPSC-21101600, UNSPSC-21101700, UNSPSC-21101800,1 Commodity UNSPSC-21102000, UNSPSC-21102100, UNSPSC-21102200, UNSPSC-23231800,1 Codes UNP SC -25101900, PSC -2511934, UNSPSC-25181700, UNSPSC-27112000, UNSPSC-27112712, UNSPSC-49211600, UNSPSC-70151700, MMMM= This contract covers the purchase and delivery of new agriculture and lawn equipment such as; all -terrain and utll!tV vehicles, golf and sports specialty equipment, forestry machinery, utility tractors, agricultural tractors, mowers, utility and specialty trailers, hand held equipment, and accessories. The contract is awarded to over 19 nationally and Internationally recognized Brands/ManufaLturers. OEM= Document reader download Unks http-//wvvw.dms.myflorida.�coni/business rations/state Ormation/... ��qF216N ol 7111, Lope _Purchasjng/vondo�j� CERTIFICATION OF CONTRACT MY"LEE: AgdcuMrs arvit'sAn COMM"ACTNO.: 211000QU-16-1 GOLU'r ,, I AMON NO. 20-21 IM 00,-C' EWEX,',TrVTEv $v0smbei, t 2015 - Jars 30, 2017 MMUM COWMACM6043Yt I � Men CornrmrW - GiravaWy 2. Clark Eulownwi Crompwriv dbs. BoW.. Cawmny" 3,' CNIH, frou-Wid Antann 1.14. - 14m I*Awd MisInd More 6k y EgaW Induatphn, Im dbik MY nlawlllurf Ot&w* corywh, corp 'T. f9rovkw OwWundon Equipiart, LJLC & ftlprwi liv. 9, Flmida Ou*Avar ftnow, rd, Inct 10. QW W & G-rv%e Supply Co, LLC 11. IM I y% TO wM, r C m 12k Mad-das MWIulactudrM, IP04 Cke Oplashow-ar I& Mng Pmver G,"'arp� 141, pt"t"As' Sri 1, I& RoAnson Ousdooin, liva i &Sarsacda rhwi IWin*% lyric. 17.8mb Pow Maiwism, b1c, WOWwWri, Flredudv" Inc. I & iNamw Turf, Inc - ,VVJMfvly - Upon fffirnl0m aabn Wwn byMe Stsiv of Flaskis, Depftsmk rif dim and 13(ndices.,wCaikoct, tm Won om"*W Www this E4110 di ftnuds and thesbavo do-okpabd CAM "w, im. The Qw0ftibn of FOUitmo, k� r4,t a ocitirs,% bitt Is Umd,whoo a lat-go cumber qvf w*ww"tom, we,?AVNW wida, F Wmwffln wn'trad'. .4 mall'ovv the DepaMwit ki difti, a vIiVW wrWan of ft wrevel and M. -As tha nortrackam Ind uded uMer that agminvit B, EFFECT -rho 'Caril-wil wn qwiwvvd, ifft, to prww!oU,,w*ranisi m th's pw, go of sgftftn* and 6wimiatlidprive rd by all Its of Fbdds eorrissoaxi kw6lutiona, 'rharaftso, .41 an Wf.042, Rxtda Skahibw al ;xj0dMww of thwn wmmodW@*,qhsU be nmWe under the pr 31 %W mm &W =WWWas of thns cofthw ww wdh Mo Cordrectwis *1 Page 482 of 710 D. CONTRACTOR PERFORMANCE —Agencies I report any CorTw6int to Vandw, 7 17, ed the probism vdWn a preacdbed pw1od of Im, thwi Is to be fled vAh We ofte. SPECIAL 1 — SpwW and gemml axW18w9r,%fe Eyoyr"Iqn. Any mebicdonesc Dim, ftr Of MschaskV Chief Pmwre Offiwr ITB Agriculture and Lawn Ei U Page Page 483 of 710 Friel Page 484 of 710 Pap Page 485 of 710 Mque2 Page 486 of 710 pp'la, I Page 487 of 710 Pap4 Page 488 of 710 112,812016 BML DARTY CAFM MY OFSOW47011 BEACH 561-742-62is 410 or Ughb, Color Lenaw,, 751hamet.00,41, "ZIM13 0, fi 1,c' CANS) 3 9 & W, 11- t (sssp sm4m I 0-23414M m m M1 VGMCIQG WIN nkMS Wnff Chooess'a diftrent cvW, PlOam fOlut'n Wats along with Pump ose order. 0460 SOWk P:lt*-g -3",. COMM&FL 32536 Page 489 of 710 Noe&: CK25943 12MCIRCATION M MISSWEVY-8-15WADO 2MW NO CREW CAB PM PAGE 0: 1 110 —n 1PECE sm E. (tton �7, Tr— J s3 VR........ ... ... ... .. ..... ... ...r ... ... ... ... ........... .. .. . ............ Jj�, 'N"�Ai ....... 1111111!'!""'�i . . . . . . ..... .. . . . .. . .. ... . ........... . ........ A? .. . .... . . .. ....... ........... it ... .... ... . .. . .. . . . .. .......... ",­ ....... . . . . .. . ............... .. ...... ............... ............ . .................. ..... . ....... .. .......... ..... .. .. . . .................................. ... . ............ . ..... ........ I'l, "k V""', ... .. . . . .............. . ... .. . . .......... . ... ... ... .. ........... ......... . . . .. . ... . ...... ... . . . .......... ... ........... ... 21, t it 4 FACTORY 0MIONS qes} ` .. .. ...... ..... I . to ....... ....... ..... ...... .. ? A istt", "N, 164 tf \k, %Z rr 2 k "pl"6", %""l 'k . . .... Av �w "'w �T ',W I�j .. .. ........ tr. ttNW ... ............. . ................ ............ .............. . ............. . . .... .. ... . . ... . . 1� .. . . ....... .. ... . ....... . .. MIT !if ......... ............... ....... . �SI ......... .. , . ... ....... z3 �,llvv V',v,w r, , , " .tS qV . .. . . . . . p ",I, V� K",e . . ... ... . . i ll{ .......... IV, 64,41 1t o rt, e S', rq, j, Stal M,tta'i In v, 3)","""'c'40 I �iq4w,,V "f, %Vi, xv� 4" V 411 ra . . .. . .. ..... . . ..... to"Y f"'O U ... ..... . .... F, t 1111'111!111',it ... .. . . . . ..... . ........ . U�) S�apt ....... . ..... ... 9 "W" .. . ........... M-SOMMN SWH, WY 0E -Cr -,59T" Page 490 of 710 ft�mtsdF, 1/21/16 (wwpAB*WyMaW ffywhmaWqLvzftwnWw%ftffi*9wftpk=ww9 V&VdpwffibewWwWwhft&vhwW urJus sps~ dw pumabmw wder 0 FORD TAURUS, P20 TIME RUNNING G. YOFTYTAO ELEN BUIC UNMARKED PATROL PACKAGE., ALL. FLEm CLEAR FOR FIRE DEFE slat of kftrior RwrW&w Niffor, GMIIe and Rur Dock LED Aystem (Mlnlmwn, 2 UghR in Paoli Won) LED %ft may be Mu% rwC wnber or any cambirofflon .-- phxw specIV color, Headlight 3 F4WIon one pleae CombinaBw Ught ContrWierffilmn, Speeker and Bradkg*Faur Corner LaEM SMEMMINIM *dght dorge pw vehfole thr obornsUm own purchning per swition 8.54 paragmph A, Item I IL kbor hours per spam Includes wirs, loom, oonnentars, PDI wW shop suppiles, $146 PLEASE CLEARLY NCYTATE ON"SOUR PURCL FORD IS TO SHIP YOUR VEHICLE, HOW THE VEHICLE ISTO BEMLED, AND WHERE THE INVOICE 13 TV) ee MAlk ED- 3('�'TfYTCAN Naw"'I VVID 1'3"adifim Page 491 of 710 (wmwfth&-M&V) ffyOUhnw&ny qwadwwrWrL4VM9&wjOpMm""flj V&Wdb MW bm WOWFWd whft &TWbr UWA= OpmkUd an puvhmm "&r FORD EROAPE U2, UOF VIMN BEACH GRAPHICS TAG AND 71TLE ml freNWOmraw Pwv6hkI01mvVw zone PQvhmWn9 per wmUon 3,54 pwWraph A, Jim 9. �rw mW $PvuUhxdkm 1,14- PnW"VOY MvkW lROPembOn and all 0-k-vry r*qLdrmmnU, plus addrdcrAd 111WAG kay Inaluded, Hot Wok=bfm whw 8QBnW b d=IDW In amm zom an the but wymd. AmmAd Is Im"d vb 8WHIld" aWkhm Ofting bmwfrM nwtel mkv dWA and owdlan valmWe ftlLtd amb I OwMIR IMIMOM m0magm Me pcinh wMn ON a of Marumvp amdjj to tMm unit whwlm appNo", Ivy per mmUon SM i labor Mum per som. Indudes Mrs, loom. commb^ PM and shop suppNes: Page 492 of 710 c PAT Fj ZmwdFnlrdA6.A&,— Lown 7*jtwW ffitwk) NO#�M-044 AMULIMMUm- (Fm) 004,074818 M-7424218 ?W11,13"I'VA0019 (wmwfth&-M&V) ffyOUhnw&ny qwadwwrWrL4VM9&wjOpMm""flj V&Wdb MW bm WOWFWd whft &TWbr UWA= OpmkUd an puvhmm "&r FORD EROAPE U2, UOF VIMN BEACH GRAPHICS TAG AND 71TLE ml freNWOmraw Pwv6hkI01mvVw zone PQvhmWn9 per wmUon 3,54 pwWraph A, Jim 9. �rw mW $PvuUhxdkm 1,14- PnW"VOY MvkW lROPembOn and all 0-k-vry r*qLdrmmnU, plus addrdcrAd 111WAG kay Inaluded, Hot Wok=bfm whw 8QBnW b d=IDW In amm zom an the but wymd. AmmAd Is Im"d vb 8WHIld" aWkhm Ofting bmwfrM nwtel mkv dWA and owdlan valmWe ftlLtd amb I OwMIR IMIMOM m0magm Me pcinh wMn ON a of Marumvp amdjj to tMm unit whwlm appNo", Ivy per mmUon SM i labor Mum per som. Indudes Mrs, loom. commb^ PM and shop suppNes: Page 492 of 710 RF 2101 Cnntu Coun, Saras&a Fbdda 34232-6242 300 Technology Park, Lake MarV Hodda 32746 7037-37 CommonweWth Avenue, JacksonAge, FL 322-1 ,nn.`, ur 1, 2016 William City of Boynton Beach Public Works, Fleet I l t n Boynton Beach, Florida 33435 Dear Wifflarn Darty, res- your request, I am pleased to submit a quotation on the following equipment. State Contract Number, 21100000-13-1 Lawn Equipment Afi pricing is valid for thirty (30) days 1 08703 Sand Infleld Pro 3040 17,1 7.00 1 13,561~93 1 08714 Manual Blade 400 1,330,00 21% $ 1,208.70 1 08751 Tooth Rake $ 1,446.0 21% $ 1,142.34 Total Price for I UnIt(s)1 Equipment Total 1.,912.97 State Sales Tax 0 0 County Surtax) Tax Exam t Commercial DIvIsiis Page 493 of 710 2101 CanW Court, Sarasota Floilda 342,32-6242 300 Technofty Park, Lake Mary Flodda 32746 7037-37 Commonwealth Avenue, Jacksonvifle, R 32220 January 21, 2016 William Darty City of Boynton each PublIc Works, Fleet MaIntenance BoYnton Beach, Florida 33435 Dear William Darty, Per your request, I am pleased to submit a qui tatlon on the °' Il equipment. Terms., Net 3-0 1 FOR: ata.-EUffida Equipment Total $ 25,298.16 Smote Sales Tax (0% + 0% County Surtax) Tax ExeMLt. Total $ 25,298.16 Commercial II lIvIsIon fflffiL.t2jgRWrfcorn Page 494 of 710 '® Quote per ®tion Contract #15-13-09% ZTPA-34/22 IC 4WD with Jib STANDARD FEATURES a 40, ft 10 In working height 22 ft 3 In horizontal reach a 15 ft 1 to tri andover clearance Up to 500 lb platform lid capachy N ,}'rtii 4 ft 8 in Steel platform ... 4 ft Jib rn VAth 139 degrow working range ■ Fully proportional controls (e k, Hydraulic a rotation A, 365 degrees non -continuous turntable rotation Drive enable stern Self-Imeling platform power cord to platform Hour motor Hain Descent alarm Tilt Alarm * Zero tally ing and front arm swing * Two speed wheel motors * 12 V DC auxin r ling turntable covers Rough terrdin alr-tilled Orm Genie -$98,120 fmP Perkins 403F-1, diesel SAN 4WD Rough-TerrainPori-R d Tires ter d2,695 Engine Pay 455 Flashing e 260 Lockable Platforms Control Box Cover $ 295 Page 495 of 710 N ,}'rtii ... (e k, A, Page 495 of 710 Product < { 1 tuoatio,.. S" eat r »� CORDER9TO 1ac 1 r �ur r Attn: WILLIAM DARTY BOYNTON BEACH, 33435 Phone: (561) 742-6215 PO Box 6000 N Fargo, WD 68078 7 -2414719 Fax® 701-280-7860 Contact: 1 Stram cryQty Price stal.st-ram@dooson.coni Total 1 $49,764.00 $49,764.00 A51 Option Package Cab .Enclosum with Heat and AC Power Bob -Tach Total Items Quoted Quote Total - US diollars M0291 -POI -A51 1 $3,329.90 $3,329.90 AccessoriesCab 6732305 1 $1,003.00 $1,083.00 6718007 1 $238.00 $238.00 7130772 1 $9,256.00 $9,256.00 7169488 1 42.60 $420.60 7169932 1 $520.20 $5201.20 6911"9 1 $1,347,1111 $1,347.00 7152512 1 $334.40 $334.40 72,20912 1 $2,992.14 .14 $2,992.14 M7023 1 $0.00 $0.00 M7023-01-01 1 $627.110 $627.00 71.6 1 $3,034.20 $3,034.20 6684646 1 $139.29 $139.29 Part NO Qty Price 1 1 $7,395.00 $7,395.00 Page 496 of 710 idem mtject to € ¢ �Vpjb a§�; d3or tiot cfxr6b,116,16 � I"�:�w ��M«"< quote Msuperh� kall; cd� aS �D�ice # knit, Cualtorper nmg# a l a' „'� .thom cavicte F: m .}xiau -_-aaaC��i� meAeptianca. Authorized f pkn ,uuuuuuuu, . M.uuuuuuuu..uuuuuuua—Fp ,.xiuuuuuuu. ,M.uuuuuuuuua ,M.uuuuuuu, ,M.uuuuuuu, . x ,xi.uuuu.M uuuuuuuu. Page 497 of 710 lirm=ls WIJL MDARTY' CITY OF BOYNTON 1,MACH, 561-742-6215 cmdract 0 mm Color klllolii G'7- 1 Color. LAriess Alfille., (MM"),972.36-13 001ce: (X') 15-23-0904 m Ma n age, r, 10 offil.ce 23 CAJI AN w0hWeamd-11 be al red WHITE unkoss agwicy ojj�ft, pas a diffeftnt.color., pit e m quaft aking WRh pratijus ajvjsr� Bbd, Gmw,*ix. 19L 32536 BUZZ Page 498 of 710 "'7-p7 ` RAX filoli, r � far mst -t� iu,f, (t��.�.ai✓rrG� iSts,��ls-3 ,u.t A JORN DEERE COMPANY John Deere 544K Loader January 1, 2016 Quote'For: City of Boynton ton each One ( Loi with: $127,460.00 8419 Ub with A/C and Heat 4313 20.5X25 12PR Bias 560 Hydraulic quick coupler 3046 Axles, Standard Rear, Hyd DiffLock Front 9525 SlowMoving Vehicle Emblem 8835 3.0 Yard QuickCoupler o OptionsStated from Contract: qnton Beach MADE IN n -M U.S.A. Greg Dudek, Governmental Sales Manager 3933 Martin Luther King Jr West Palm Beach, FL 33404 Call Phone (239)-470-0822}848-7099 Page 499 of 710 Texas I'milers Sales and Servkx 5601 NW 13th Street Gainesville, FL 32653 Office 352-378-4756 . MEMMUMNEW 0 Estimmat', Sales Tax Page 500 of 710 Prop Unit# Des� n M Cost , nnnnnnnnnnnnnnn Total from no . Sheriffs ead nnnn . #15-13 mmmm � mmmmmm 1 , 70. Specification Drlimrcd to the Southern District Upgmde. to FSA Option - EW2022 1 1"031.011 1,031.00 Add a - HDRD -1 rw-y Duty Ramp Nor 1 576.1111 576,00 Add Option - 17 n of Height 2 16.2-5 3 .5 0 Add Option - CMS16 -1 e" on Ccufter rross members 20 12.00 740.011 Add Option - WPW34 - 3/4 Mzri= Plywjoda Floor 27 9.00 243.00 Add Option - SW I - Snide Wall Vents pair 1 140.00 140.00 Add Ciption R,V14 - Rimf Ven - 1 69.00 69,00 Add Option - `1"1 WTA - 1 200.1111 200.01 Sales Tax Page 500 of 710 TemasTrailem Sales and Service 5601 NW 13th Street Gainesville, FL 32653 Office 352-3784756 MMENNM= HEEM EM Date EqUmato 9 1/22/2016 5199 oty Cost 0.00 Sales Tax (6.0%) sm ME mm FBOYMMM BRACE OXFORDINNITE 4MMMD MYL SEKIING 135MEREMMEM *w2ht cheros pw, vehiatelbr atemagn xmis pumhmng per, soodw L34 pay. qMh A, Rom I b, kbw hours per spec. Includi"w were, loom, ocrnwft"� P01 and shop aupplh $145 VENDOR PLEASE CLEARLY NOTATE ON YOUR PURCHASE ORDER WHERE DUVAL FORD 18 TO SHIP YOUR VEHICLE, HOW THE VEHICLE 18 TO BE TITLED, AND WHERE THE INVOICE 18 W`r��xvk,edo 1120/16 Page 502 of 710 2016 PLORIDA SHERIFFST SEC 14 19-134904 LOU 8ACHRODT FREIGHLINER LOW BID ON THIS SPEC Preparad by. Drew Ellbon LOU BACHRODT PREIGHTLINER CENTER2840 PORT CIRCLE POMPANO BEACH, FL 33064 Rhone., 407 704 PER UNIT TOTAL VEHICLEPRIG TOTAL# OF UNITS (1) $ 5, EXTENDED WARRANTY 111 15 u,�L��2Ofiff�na PRIME TAXES AND FEES OTHER TR (0) (0) BALANCE DUB ,W ........................... LCL UR ' t 114,8437 114,837 Projected delivery on I _ providedthe order is received Deform APPROVAL: Pleew IndIcate your soceptence of this quotation by signing below, ll^orne X Date: I N K .. -K Page 503 of 710 Southern 560 Cynthia St Jacksonville, FL 32254-3580 ", J7 Phone: 904-764-7662 r � v : 904-764-1079 To- Sheriffs Association 26:17 TaIldmssee,.FL 32308-5448 Williarn Darty MAF City f Boynton Beach Date- January 25, 2016 City f Boynton Beach FL 33435 Revised We respectfully submit this quotation for the following NEW Toyota to l Combustion Lift T 1 Toyota. -Proud to be the world's G lift truck manufacturerl TOYOTA MODEL SFGU20, Intenud Combustion Lift Truck qualityfollowing spec1 : Air Filledw Gas Powered - UL Type "LP" Rating This lift truck 1.s equipped withs. 3 -Way Catalytic Muffler System as standard equipmen% and confonns to cunvnt Fedeml EPA and Califomiaregulations foroff-road large spark ignitedengines. ALMOMMUNKimmim Toyota!s Automatic Fork Leveling feature increases pmductivity while reducing darmge with a psi of a button. By depmsing the AutomaticFord Leveling button duringforward tilt opemtors are quickly and easily able to level the forks, "YQUAKME Engineered to the highest standards f quaff , durability, and reliability, your Toyota -Series lift truck 1s outfitted with the industys most reTected industrial .. nes, .T t Y �p trar is r ll. �l s lel f . 4� s1� . 1 sped 1 sta Page 504 of 710 To 6 degrees forward and 6 degrees backwards Ca"iage ITA Hook Type, 40" Camage Fofks Forld 42" x 511 x 1.611 .- Class 11 Load,Backrest .4811 High Load.Backrest steering Hydmstatic Power Steering Other 0 EPA/CARB Certified Engine with 3 -Way Closed loop catalytic muffler system OnWanding a Operator Presence Sensing System (OpSS) Toyota Feafwvs * Fully Stamped Steel Side Panels a Overly Spacious Log Room 0 Weather Protmted Electrical System 0 Unparalleled Fork Tip Visibility 0 Foot Activated Park Brake with High Mount Release 0 Adjustable Headlights with Guards a Electronic Shift Control 0 7" Cyclone Air Cleaner Fully Insulated Stamped Steel Engine Hood Dual Operator Assist Grips Oversized Cup Holder and Amenity Tray Heavy Duty, Non -Slip Rubber Floor Mat Automotive Style Heala Switch Some standard Iterm listed within this quotation may be replaced or alterto optional equipment. -2- Page 505 of 710 Toy 0f oaf offi $ 1" fffif y by of to' 000fAr-'r o ctIo1 1 of the lift truck. LK2RkQftLIAAMh Should the operator inadvertently plare the lift . in potentiaWlY Lmstableo fio , these sensors trigger the SAS controller to activate the ANIC,which limits forward fiff or tilt back speedhelp reduce the likelihood of longitudinal tip over,. Forward Tiff Angle Contrwill sense load wesight and mast height, then automabcallyoverride the operator's manual control and limit forward fit to decrease the chance of spilling a load or IfiPpIng the lift truck fonv r la Rear Tiff Speed Control alizes the some load and asst height sensors to govern the mast -s mast-sreve r1se Ult speed to half, f decreasing the of r� ces of spilling unsecured loads or fipping the lift truck c r . ,.0 ors simultaneously vehicle load Id operator o ff lf ntroller to activate the ActiveControl l i to help re,fm' of p o r, z :. oo gotapply to dual drivemodels) Togo ' Automatic Leveffng feature inemages productivity whilef iof bArtton. By depressingAutomatic Fork Leveling button forward tilt, Operators afters ui easily able to level the forks. Page 506 of 710 STAIN'DAIZI) ITAI"U'RE VOYON Exc&jIve ,One-way automatic fork leveling consistently levels the forks parallel to the ground, improving OPerating efficiency and productivity while reducing product damage. Stwdmg from a back tilt position, the one-way automatic fork leveling feature positions the forks hozizontally to the floor with the simple push of a button on the tUt lever, aowing more efficient to handUng, Two-way automatic fork leveUng allows the o to level the for from both the back tilt and forward tilt positions. Warranty 12 Months or 2,000 hours whichever occurs fiM: Bmic 36 Months or 6,000 hours whichever occum first, Powertrain Sideqhiftcr w/ hydraulics Strobe Light - Yellow Total Florida Sheriffs Association Price SFGU20 Page 507 of 710 Financing and . broad range of Compefifivel financing options it °' l Toyota. Makiefiance Financing requires credit approval, Terms and conditionssubs °a change. In addition, Full Maintenance and Plannedt are available. v Page 508 of 710 Sincerely, Southem States Toys lift M3 Name, Shane Poison I itle: 'renitory MMMger Accepted: Sheriffs Association / City of Boynton Beach Cash Price Financed Payment By: Name: Title: Date: Per Mowh �6- Page 509 of 710 DAWN L41MA TORRMT 2XIIi, MkM 9*,W-2144 (Far) 904-JOAMIG I AARX*h'Gn (www MASMEL&V) WYOu hAW MY queeftm regardAV M *AWN PhOSO V4WI VaNOM WX be &Mbr&y Whft SdMjor mapes sPecAffied an powhow radar 6 FORD F -M M2 C4C (DUAL REAR WHEEL) F59 MoIC SMKE CONTROLLER 7 VEAIV 200,000 MILE/ 8,000 HOUR DIESEL ENGINE CARE PLUS WARRAMY WrM $100 DEo Regional fmWht ah.mgm pw vehide hr mi�om am& purchaWng perseaRan 8.54 psmgraph A, hum I b labor lumm per @pea. Includes Mrs, LOW. 00nmmWM P01 and ahop mupMgov. $145 ;E CLEARLY NOTATE ON YOUR PURCHASE ORDER WHERE DUVAL. FORD IS 70 SHIP VEHICLE, HOINT HE VEHICLE IS TO BE TMED. AND WHERE THE INVOICE 18 TO BE 1"O"YEEM"M '1112 t x Page 510 of 710 �Swm ftheftftOM) ffyou -'My* may qw#&0M PAPmft N& qw9d PIRMG CaRt VehICAN WX be orderad whMe omfisdar UnAw NP*a)W an Purchaft order R8010nelfrMIght ObArge per vehicle fbr afternedwo mm M"haWrg pw awtIca &34 pam~ A, Item I b Isbor hour per apse, Inal"dG9 WIN, 100M, 00nnect^, P01 and Shop supplies: $146 VENDOR PLEASE CLEARLY NOTATE, ON YOUR PURCHASE ORDER WHERE DUVAL FORD IS TO COMMENTS ISHIP YOUR VEHICLE, HOW THE VEHICLE 18 TO MMLED, AND WHERE THE INVOICE FIVYVi"'.qw IMAX"M 1"'M 'LIX"u"lax Page 511 of 710 M 0 OKMDNF ff"mO6 2101 Cantu Court Sarasota Florida 34232-6242 300 Technology Park, Lake Mary Florida 32746 7037-37 COMMOnmaith Avenue, JacksonviHe, FL 32220 January 21, 2016 W1111am Darty City of Boynton Beach Public Works, Fleet Maintenance Boynton each, Florida 33435 Dear William Darty, Per your request, I am pleased to submit a quotation on the following equipment. Equipment Total $ 12,649M State Sales Tax (0% + 0% County Surtax) Tax E -----M.X.e.M.P—t Total $ 12,649.08 Commercial Division AAMSK-A-8—s—COILTEOM Page 512 of 710 7.D. BIDS AND PURCHASES OVER $100,000 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 REQUESTED ACTION BY COMMISSION: Approve piggyback of the City of Naples contract for pipe lining services (Bid No. 11-021 (021-11 ), Clerk No. 11-00017) with Insituform Technologies, LLC utilizing the same terms, conditions, specifications and pricing. This contract will be used to line approximately 11,000 linear feet of sewer mains and 48 service connections at various locations within the Utilities Department's service area. The estimated expenditure is $167,353.80. EXPLANATION OF REQUEST: City of Naples Contract with Insituform Renewal Period: 6/1/15 -5/31/16 The City of Boynton Beach (City) oversees and maintains over 160 wastewater lift stations connected to a network of sewer pipes that convey wastewater collected from homes and businesses within the City's service area to the South Central Regional Wastewater Treatment Plant (SCRWWTP) for processing and treatment. As part of our routine maintenance program, a number of sewer lines within our service area have been televised and identified as requiring immediate attention. These sewer lines have cracks that, if ignored, will cause the formation of sinkholes as is already the case in some areas. In addition, these cracks introduce both groundwater infiltration and sand into the piping network which, in turn, cause pumps to run longer (more power consumption) and their impellers to wear out prematurely (higher replacement rate). Some of these sewer lines are in easements, but some are also under roadways such as Seacrest Boulevard and other roads in communities such as Leisureville. To prevent further deterioration and to permanently fix these problem areas, we propose piggybacking the City of Naples contact with Insituform Technologies, LLC (Insituform). Boynton Beach Utilities has used Insituform for the provision of these services in the past and it has performed satisfactorily. The City of Naples has complied with Public Contract Bid requirements equal to or exceeding the City's requirements. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? This project will restore the identified pipelines within our wastewater system and reduce the amount of infiltration and inflow to our wastewater treatment plant, thereby reducing operational costs. It will also help to prevent pipeline failures by proactively repairing the identified problems now to avoid costly repairs in the future. FISCAL IMPACT. Budgeted Funds have been budgeted in accounts: 403-5000-535-64-05, SW R064 401-2815-536-46-42 ALTERNATIVES: Possible alternatives include: • Issuing a bid for these services, but the City benefits from bid pricing secured by a governmental agency offering a larger scope of work. • Using conventional excavation but this is more expensive Taking no action, but this will result in an increase in treatment and operational costs, and serious system failures. Page 513 of 710 STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? Grant Amount: Reviewer ATTACHMENTS: Date Type Description D Addendum I nsi tuform Quote D Addendum City of Naples - Insituform Contract D Addendum Naples Contract - First Renewal D Addendum Naples Contract - Second Renewal D Addendum Lining Areas REVIEWERS: Department Reviewer Action Date Utilities Groff, Colin Approved 2/6/2016 - 9:35 AM Utilities Groff, Colin Approved 2/6/2016 - 9:35 AM Assistant City Manager Pyle, Judith Approved 2/9/2016 - 9:38 AM Finance Howard, Tim Approved 2/9/2016 - 5:34 FOIA Legal Swanson, Lynn Approved 2/10/2016 - 3:13 FOIA City Manager LaVerriere, Lori Approved 2/11/2016 - 2:54 FOIA Page 514 of 710 Insituform7'echnoloy"m LLC January 27, 2016 Mr. Patrick Franklin City of Boynton Beach 124 E. Woolbright Rd. Boynton Beach, FL 33435 9001 NW 97`h Terrace Name: Andrew Costa Fax: 813-627-0006 Suite F Title: Business Development Email: acosta@insituform.com Medley, FL 33178 Phone: 813-309-0385 www.insituform.com Project Name: Lift Station Basin 803 Sanitary Sewer Rehabilitation (Piggyback) Start Date: TBD Completion Date: PROPOSAL PRICING: ITI proposes the following pricing for the scope of services described herein: TBD Item Description U/M Qty U/P Total Aab Traffic Control (Per Week) LS 1 $ 1,475.00 $ 1,475.00 Ba2 Medium Cleaning - 08" diameter LF 5,068 $ 1.60 $ 8,108.80 Ba4 Medium Cleaning - 12" diameter LF 433 $ 2.10 $ 909.30 C1 b1 08" diameter x 6.Omm LF 5,068 $ 26.60 $ 134,808.80 C1d1 12" diameter x 6.Omm LF 433 $ 34.30 $ 14,851.90 C3d Lateral Cutout EA 48 $ 150.00 $ 7,200.00 TOTAL $ 167,353.80 *** A copy of City of Naples Contract #11-00017 has been attached to this proposal for review and use *** Submitted By: Andrew Costa Business Development Manager Insituform Technologies, LLC Page 515 of 710 CITY OF NAPLES, FLORIDA ORIGINAL AGREEMENT (PROFESSIONAL SERVICES) Bid/Proposal No. 021-11 Contract No. "Xis Project Name Pipe Lining Service THIS AGREEEM ENT (the "Agreement") is made and entered into this I" day of June, 2011, by and between the City of Naples, a Florida municipal corporation, (the "CITY") and Insituform Technologies, Inc.,, a Delaware corporation, the address of record of which is set out below, (the "CONTRACTOR"). 17988 Edison Avenue Chesterfield, MO 63005 W I T N E S S E T H: WHEREAS, the CITY desires to obtain the services of the CONTRACTOR concerning certain services specified in this Agreement (referred to as the "Project""); and WHEREAS, the CONTRACTOR has submitted a proposal for provision of those services; and WHEREAS, the CONTRACTOR represents that it has expertise in the type of professional services that will be required for the Project. NOW, THEREFORE, in consideration of the mutual covenants and provisions contained herein, the parties hereto agree as follows: NRTICLE ONE 1.1. 'I"he Services to be performed by CONTRACTOR arc, generally described as sanitary sewer and stormwater pipe lining services, and may be more fully described in the Scope of Services, attached as Exhibit A and made a part of this Agreement. 1.2. The CONTRACTOR agrees to obtain and maintain throughout the period of this Agreement all such licenses as are required to do business in the State of Florida, the City of Naples, and in Collier County, Florida, including, but not limited to, all licenses required by the respective state boards and other governmental agencies responsible for regulating and licensing the professional services to be provided and performed by the CONTRACTOR pursuant to this Agreement. 1.3. The CONTRACTOR agrees that, when the services to be provided hereunder relate to a professional service which, under Florida Statutes, requires a license, certificate of authorization or other form of legal entitlement to practice such services, it shall ernploy or retain only qualified personnel to provide such services. 1 A. CONTRACTOR agrees to ernploy and designate, in writing, within 5 calendar days after receiving its Notice to Proceed, or other directive from the CITY, a qualified licensed professional to serve as the CONTRACTOR's project manager (the "Project Manager"). The Project Manager shall be authorized and responsible to act on behalf of the CONTRACTOR with respect to directing, coordinating and administering all aspects of the services to be provided and performed under this Agreement. Rev. 8/13/08 1 Page 516 of 710 1. 5. The CONTRACTOR has represented to the CITY that it has expertise in the type of professional services that will be required for the Project. The CONTRACTOR agrees that all services to be provided by CONTRACTOR pursuant to this Agreement shall be subject to tile CITY's review and approval and shall be in accordance with tile generally accepted standards of professional practice in the State of Florida, as may be applied to the type of services to be rendered, as well as in accordance with al I published laws, statutes, ordinances, codes, rules, regulations and requirements of any governmental agencies which regulate or have jurisdiction over the Project or the services to be provided and performed by CONTRACTOR. In the event of any conflicts in these requirements, the CONTRACTOR shall ratify' the CITY of such conflict and utilize its best professional judgment to advise CITY regarding resolution of the conflict. 1.6. The CONTRACTOR agrees not to divulge, furnish or, make available to any third person, finii or orgallizurtion, without crrrs prior written consent, or unless incident to the proper performance of the CONTRACTOR's obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly subpoenaed, any non-public information concerning the services to he rendered by CONTRACTOR hereunder, and CONTRACTOR shall require all of its employees, agents, subconsultants and subcontractors to comply with the provisions of this paragraph. However, the CONTRACTOR shall comply with the Florida Public Records laws. 1.7 The CONTRACTOR agrees not to employ or offer to employ any 1,�dected Officer or City Managerial Employee of the CITY who in any way deals with, coordinates on, or assists with, the professional services provided in this Agreement, for a period of 2 years after termination of all provisions of this Agreement. For purposes of this paragraph, the term "Elected Officer" shall mean any member of the City Council. For purposes of this paragraph, the term "City, Managerial Flniployee" shall mean the City Manager, the Assistant City Manager, the City Clerk, and any City department )lead or director. If the CONTRACTOR violates the provisions of this paragraph, the CONTRACTOR, shall be required to pay damages to the CITY in an arnount equal to any and all compensation which is received by the former Elected Officer or City Managerial 1-Ariployce of the CITY from or on behalf of the contracting person or entity, or ail amount equal to the forriler Elected Officer's or City Managerial Employee's last 2 years of gross compensation from the CITY, whichever is greater. 1.8 The CONTRACTOR agrees not to provide services for compensation to any other party other than the CITY on the same subject matter, same project, or scope of services as set forth in this Agreement without approval firorn the City Council of the CITY. 1.9. Except as otherwise provided in this Agreement, tile CONTRACTOR agrees not to disclose or use any information not available to members of the general public and gained by reason of the CONTRACTOR's contractual relationship with the CITY for the special gain or benefit of the CONTRACTOR or for the special gain or benefit of any other person or entity. ARTICLE TWO CITY'S RESPONSIBI LITiEs 2.1. Tile CITY shall designate in writing a project coordinator to act as tile CITY's representative with respect to the service,, to be rendered under this Agreement (the "Project Coordinator"). Tile Project Coordinator shall have authority to transmit instructions, receive information, interpret and del'ine the CITY's policies and decisions with respect to the CONTRACTOR's services for tile Project. However, the Project Coordinator is not authorized to issue any verbal or written orders or instructions to the CONTRACTOR that would have the effect, or be 'Interpreted to have the effect, of modifying or changing in any way whatever: I (a) "File scope of services to be provided and perl'ornied by the CONTRACTOR; (b) 'file time the CONTRACTOR is obligated to conlinence and complete all Stich services; or Rev 8/1 3/W"', 2 Page 517 of 710 (c) The amount of compensation the CITY is obligated or committed to pay the CONTRACTOR. Any such modifications or changes ((a) (b) or (c)) shall only be made by or upon the authorization of the CITY's city manager as authorized by city council in the enabling legislation or in the CITY's procurement policies. 2.2. The Project Coordinator shall: (a) Review and make appropriate recommendations on all requests submitted by the CONTRACTOR for payment for services and work provided and performed in accordance with this Agreement; (b) Arrange for access to and make all provisions for the CONTRACTOR to enter the Project site to perform the services to be provided by the CONTRACTOR under this Agreement; and (c) Provide notice to the CONTRACTOR of any deficiencies or defects discovered by the CITY with respect to the services to be rendered by the CONTRACTOR hereunder, 2.3. The CONTRACTOR acknowledges that access to tile Project Site, to Iv arranged by the CITY for the CONTRACTOR, may be provided during times that are not the normal business hours of the CONTRACTOR. ARTICLE THREE TIME 3.1. Services to be rendered by the CONTRACTOR shall be commenced subsequent to the execution of this Agreement upon written Notice to Proceed from the CITY for all or any designated portion of the Project and shall commence on June 1, 2011 for a three year period with the City's option to exercise two additional one-year renewals. Time is of the essence with respect to the performance ofthis Agreement, 3.2. Should the CONT-RACTOR be obstructed or delayed in the prosecution or completion of its services as a result of unforeseeable causes beyond the control of the CONTRACTOR, and not due to its own fault or neglect, including but not restricted to acts of God or of public enemy, acts of government or of the CITY, fires, floods, epidemics, quarantine regulations, strikes or lock -outs, then the CONTRACTOR shall notify the CITY in writing within 5 working days after commencement of such de -lay, stating the cause or causes thereof, or be deerned to have waived any right which the CONTRACTOR may have had to request a time extension. 33. No interruption, interference, inefficiency, suspension or delay in the cornmencernent or progress of the CONTRACTOR's services from any cause whatsoever, including those for which the CITY may be responsible in whole or in part, shall relieve the CONTRACTOR of its duty to perform or give rise to any right to damages or additional compensation from the CITY. The CONTRACTOR's sole remedy against the CITY will be the right to seek an extension of time to its schedule. This paragraph shall expressly apply to claims for early completion, as well as claims based on late completion. 3.4. Should the CONTRACTOR fiail to commence, provide, perform or complete any of the services to be provided hereunder in a timely and reasonable manner, in addition to any other rights or remedies available to the ary hereunder, the CITY at its sole discretion and option may withhold any and all payments due and owing to the CONTRACTOR unti I such time as the CONTRACTOR resumes perfortnanee of its obligations hereunder in Such a manner so as to reasonably establish to the CITY's satisfaction that the CONTRACTOR's perfori-nance is or will shortly be back on schedule. ARTICLE FOUR COMPENSATION 4.1. The total compensation to be paid the CONTRACTOR by the CITY for all Services shall not exceed Rev. 8/13/08 3 Page 518 of 710 S300,000.00 per project or assignment and shall be paid in the manner set forth in the "Basis of Compensation", which is attached as Exhibit B and made a part of this Agreement. ARTICLE FIVE MAINTENANCE OF RECORDS 5.1. The CONTRACTOR will keep adequate records and supporting documentation which concern or reflect its services hereunder. The records and documentation will be retained by the CONTRACTOR for a minimum, of five 5 years from the date of termination of this Agreement or the date the Proiect is completed, whichever is later. the CITY, or any duly authorized agents or representatives of the CITY, shall have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the 5 year period noted above; provided, however, such activity shall be conducted only during non -nal business hours. If the CONTRACTOR desires to destroy records prior to the minimum period, it shall first obtain permission from the CITY in accordance with the Florida Public Records laws. ARTICLE SIX INDEMNIFICATION 6.1. The CONTRACTOR agrees to indemnify and hold harrnless the City frorn liabilities, darnages, losses and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the CONTRACTOR and persons employer or utilized by the CONTRACTOR in the performance of the Contract. ARTICLE SEVEN INSURANCE 7.1. CONTRACTOR shall obtain and carry, at all times during its performance tinder this Agreement, insurance of the types and in the amounts set forth in the document titled General Insurance Requirements, which is attached as Exhibit C and made a part of this Agreement. ARTICLE EIGHT SERVICES BY CONTRACTOR'S OWN STAFF 8.1, The services to be performed hereunder shall be performed by the CONTRACTOR's own staff, unless otherwise authorized in writing by the CITY. The employment of, contract with, or use of the services of any other person or firrn by the CONTRACTOR, as independent contractor or otherwise, shall be subject to the prior written approval of the CITY. No provision of this Agreement shall, however, be, construed as constituting an agreement between the CITY and any such other person or firm. Nor shall anything contained in this Agreement be dee arced to give any such party or any third party any claim or right of action against the CITY beyond such as may otherwise exist without regard to this Agreement. ARTICLE NINE 'WAIVE'R OF CLAIMS 9.1. The CONTRACTOR's acceptance of final payment shall constitute a full waiver of any and all claims, except for insurance company subrogation claims, by it against the CITY arising out of this Agreenient or otherwise related to the Project, except those previously made in writing and identified by the CONTRACTOR as unsettled at the time of the final payinent. Neither the acceptance of the CONTRACTOR's services nor payment by the CITY shall be deemed to be a waiver of any of the CITY's rights against the CONTRACTOR. Rev. 8/13/08 4 Page 519 of 710 ARTICLE TEN TERMINATION OR SUSPENSION 10,1. The CONTRACTOR shall be considered In material default of this Agreement and such default will be considered cause for the CITY to terminate this Agreement, in whole or in part, as further set forth in this section., for any of the following reasons- (a) failure to begin work under the Agreement within the times specified under the Notice(s) to Proceed, or (b) failure to properly and timely perform the services to be provided hereunder or as directed by the CITY, or (c) the bankrL[ptCy or insolvency or a general assignment for the beliefit of creditors by the CONTRACTOR or by any of the CONTRACTOR's principals, officers or directors, or (d) failure to obey laws. ordinances, regulations or other codes of conduct, or (c) failure to perform or abide by (lie ternis or spirit of this Agreement,, or (f) for any other just cause. The CITY may so teri-ninate this Agreement,, in whole or in part, by giving the CONTRAC'FOR at least 3 calendar days' written notice. 100 If, after notice of termination of this Agreement as provided for in paragraph I OI above, it is determined for any reason that the CONTRACTOR was not in default, or that its default was excusable, or that the CITY otherwise was not entitled to the rctriedy against the CONTRACTOR provided for in paragraph 10.1, then the notice of termination given Pursuant to paragraph 10.1 shall be deemed to be the notice of termination provided tier in paragraph 10.3 below and the CONTRACTOR's remedies against the CITY shall be the same as and limited to those afforded the CONTRACTOR under Paragraph 10.3 below. 10.1 The CITY shall have the right to terminate this Agreement, in whole or in part, without cause upon 7 calendar day's written notice to the CONTRACTOR. In the event of such termination for convenience, the CONTRACTOR's recovery against the CITY shall be limited to that portion of the fee carried through the date of termination, together with any retainage withheld and any costs reasonably incurred by, the CONTRACTOR that are directly attributable to the termination, but the CONTRACTOR shall not be entitled to any other or further recovery against the CITY, including, but not limited to, anticipated fees or profits on work not required to be performed. ARTICLE ELEVEN 11.1. The CONTRACTOR represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. The CONTRACTOR further represents that no persons having any such interest shall be employed to perforril those services. ARTICLE TWELVE MODIFICATION 12. 1 No modification or change in this Agreement shall be valid or binding upon the pat -ties unless in writing and executed by the party or panics intended to be bound by it, ARTICLE THIRTEEN NOTICES AND ADDRESS OF RECORD 13. I , All notices required or made pursuant to this Agreement to be given by the CONTRACTOR to the CITY shall be in writing and shall be delivered by hand or by United States Postal Service Department, First class mail set -vice, postage prepaid, return receipt requested, addressed to the following CITY's address of record: City of Naples 735 Eighth Street South Naples, Florida 34102-3796 Attention. A. William Moss, City Manager- Rev. anager Rev. 8/13/08 5 Page 520 of 710 13.2. All notices required or made pursuant to this Agreement to be given by the CITY to the CONTRACTOR shall be made in writing and shall be delivered by hand or by the United States Postal Service Department, first class mail service, postage prepaid, return receipt requested, addressed to the following CONTRACTOWs address of record: Insituform Technologies, Inc. 17988 Edison Avenue Chesterfield, MO 63005 Attn: H. Douglas Thomas, VP -Global Procurement/Operations Support 13.3. Either party may change its address of record by written notice to the other party given in accordance with requirements of this Article. ARTICLE FOURTEEN MISCELLANEOUS 14.1. The CONTRACTOR, in representing the CITY, shall prornote the best interest of the CITY and assume towards the CITY a duty of the highest trust, confidence, and fair dealing. 14.2. No modification, waiver, suspension or termination of the Agreement or of any terms thereof shall impair the rights or liabilities of either party. 14.3. This Agreement is not assignable, in whole or in part, by the CONTRACTOR without the prior written consent of the CITY. 14.4. Waiver by either party of a breach of any provision of this Agreement shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Agreement, 14,5. The headings of the Articles, Exhibits, Parts and Attachments as contained in this Agreement are for the purpose of convenience only and shall not be deemed to expand, limit or change the provisions in such Articles, Exhibits, Parts and Attachments, 14.6. This Agreement constitutes the entire agreement between the parties hereto and shall supersede, replace and nullity any and all prior agreements or understandings, written or oral, relating to the matter set forth herein, and any such prior agreements or understanding shall have no force or effect whatever on this Agreement. Sec. 14. 7, The CONTRACTOR shall comply fully with all provisions of state and federal law, including without limitation all provisions of the Immigration Reform and Control Act of 1986 ("IRCA") as amended, as well as all related immigration laws, rules, and regulations pertaining to proper employee work authorization in the United States. The CONTRACTOR shall execute the Certification of Compliance with Immigration Laws, attached hereto as Exhibit "W'. ARTICLE FIFTEEN APPLICABLE LAW 15.1. Unless otherwise specified, this Agreement shall be governed by the laws, rules, and regulations of the State of Florida, and by the laws, rules and regulations of the United States when providing services funded by the United States government, Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate Florida state court in Collier County, Florida. Rev. 8/13/08 6 Page 521 of 710 IN WITNESS WHEREOF, the parties hereto have executed this Agreement for the day and year First writtwi above, ATTEST: ti 1 ■'ara A. on -n I i Clerk mr'�111 Approved as to form and legal sufficiency: By: Robert D. Pritt, City Attorney A Witness Diane Partridge, Contractinga Attesting Officer Z' m Gienerat Comma (not wm CITY OF NAPLES, FLORIDA, A Municipal Corporation By: City Manager William Moss, C CONTRACTOR: Insituform Technologies, Inc. A Delaware Corporation By: H. DOL!,glaslhonms Its Vp-cilc3'UiTl':curciiLetit/Qp(iationsSupi2o z� (CORPORATE SEAL) Rev. 8/13/08 7 Page 522 of 710 SCOPE OF SERVICES The Services to be provided under this Agreement are those set out below J'Or in Exhihii A-] 1hrough A -J, attached and made part of" this Exhibit A. REQUEST FOR PROPOSAL CITY OF NAPLES PURCHASING DIVISION CM HALL 735 8:M STREET SOUTH NAPLES, FL 34102 PH* 239-213-7100 FX, 239-213-7105 "OnncAlnoofNUMB"" VAIM. oputum "" & VMS" 2/28/11 1/24/11 RFP PIPE LINING SERVICE I 021-11 2:OOPM PPI -PROPOSAL CONFERENCE: DATE, TIME AND LOCATION. "MOR Of V*Jff"EKSKIF, CORPOMT10M OR I MOMMA&I Ineituform Tecbnologl*s, Inc. NAJLMG Poafuslk 17988 Edison Avenue C"Y4TAT1-ZM Chesterfield# NO 63005 M (636) 530-8000 v"w dthemaseinsitutorm.com inoltuform.com I certify that this proposal Is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a proposal for the same materials, supplies, or equipment or services and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this proposal and certify that I am authorized to sign this proposal for the proposer. In submitting a proposal to the City of Naples the proposer offers and agrees that if the proposal is accepted, the proposer will convey, sell, assign or transfer to the City of Naples all rights, title, and Interest in and to all causes of action It may now or hereafter acquire under the Anti-trust laws of the United States and the State of FL for price fixing relating to the particular commodities or services purchased or acquired by the City of Naples. At the Oty's discretion, such assignment shall be made and become effective at the time the Oty tenders final payment to the proposer. arra Z90 SIG*AWRE DAM -0 a. I)VU92aff MM&M February 2S. 2013, 1 VP - Mob"I W-rocia roment j0par&t ions B-Appart pj,.", L"'l-W 1'g all tll,i w, Ply k Wp� 0 U"" fA—in doa�d� PLEASE NQ1F-'1'1--1E FOLI-OWIN& This page MUSIAM-completed and 01mragd with your proposal. Proposals -tmtbe submilMd Jum,tuttill jitoyStage, W1j;bftgMg9vajnij-ber&djW dMil. Proposals received after the above dosing date and time will not be accepted. Proposal tabulations will be available an We City of Naples web site www nae{ sgsy Departments, Finance, Purchasing. Rev. 8/13/08 8 Page 523 of 710 This project provides for the rehabilitation of pipelines and conduits (6 inch through 72 inches) and laterals by various 'trenchless methods on an "as needed" basis. These rehabl,litation methods may be used in a variety of gravity and pressure applications such as sanitary sewers, force mains, and stormwater systems. Pipelines for rehabilitation on this project consist primarily of vitrified clay pipe, with some ductile iron pipe, reinforced concrete pipe and corrugated metal pipe. The City reserves the right to award separate contracts for the various trenchless methods. The decision on which method will be used in any giver, situation will be made at the sole discretion of the City. The repairs assigned to the Contractor may require priorit-ization by the City. The City may order the Contractor to accompl.:Lsh the work in accordance with a given chronologi,,cal sequence. The locations of rehabilitation work will be as directed by the City's designated representative. The City will. issue task orders to the contractor on an as needed basis. The City of Naples seeks to establish contractual arrangements with at least one (1) or more (up to 5) qualified Contractor(s), on an as needed basis, for a three-year period, with the City's option to renew for two additiona-L one-year periods, to provide cured in place pipe lining services for the City's sanitary sewer and stormwater systems, in full, compliance with regulatory agency requirements and consistent with current Occupational Safety and Health Adminis-,[_- rat on (OSHA) regulations, Florida Department of Environmental Protection (FFP), and the Florida Department of Transportation (FDOT) Construction Standards. Those services would include: • Cured in place pipe (CIPP) lining (of various thicknesses) of sanitary sewers, force mains, and stormwater systems p ' '.ping ranging from six (6) inch to seventy-two (72) inch and, of various lengths. • Sectional CIPP linings (of various lengths) of sanitary sewers, force mains, and stormwater systems piping ranging from six (6) inch to seventy-two ('72) inches. • Lateral CIPP linings in thirty (30) feet increments, including initial (zero (0) to thirty (30) feet) and greater (thirty (30) feet and greater) in one (1) foot increments. • Service reconnections, service connection grouting and cleanout assembly installation for four (4), six (6), and eight (8) inch laterals. Top hat/ful]. wrap I.in,..Ings of four (4), six (6), and eight (8) inch laterals. Rev. 8/1-3/08 9 Page 524 of 710 Light., medium, heavy, and tuberculation cleaning and inspection of sanitary sewers and stormwater systems piping ranging from six (6) to seventy-two (72) inches of various lengths. • Root removal within sanitary sewers and stormwater systems piping ranging from six (6) to seventy-two (7 2) inches of various lengths. • Bypassing of sanitary sewers and stormwater systems piping ranging from six 66) to seventy-two (72) inches of various lengths. • Pre and post work closed circuit televising (CCTV) of sanitary sewers and stormwater systems piping ranging from six (6) inch to seventy-two (72) inches and of various lengths. e Managing and operating the Maintenance of Traffic (MOTs) associated with work in City, County, and State right-of-ways. * Easement access of sanitary sewers and stormwater systems. Manhole/lift station refurbishment for the various manholes and lift station per the City's specifications (02607 and 02608). • Mobilization and demobilization. • Dewatering capabilities in order to accommodate operations within low lying areas that are impacted by ground water and tidal activities. o Site restoration activities associated with any projects or excavation activities requiring sod installation, irrigation system repairs, landscape installation/ replacement, road repairs (per FDOT Construction Standards), asphalt patching, concrete work (driveways and sidewalks), brick paver repairs, grading, and etc. Contractors need not be qualified for all of the requested services in ,this or000sal. However, for thos,e­ specific services identified, contractors must b f J, ed '— and have sufficient resources necessary to perform all -3 _�2_ _P —pects related -to the area,,,of eKprtise of this RFL, including the ability to manage a major workforce including possibly multiple sub -contractors and cover 'the expenses associated with the operations prior to the initial payment and between subsequent payments, as well as providing the necessary bonding and insurance coverage. Contractor experience with and knowledge of OSHA, AWWA, FDEP and FDOT regulations, Construction Standards, and procedures will be vital,. to Rev. 8/13/08 10 Page 525 of 710 t" he City of Naples' s successful pipe lining activities. Each contractor should have specific knowledge and compliance with Traffic Management, Trench Safety, and Confined Space. A detailed scope of services will be negotiated with the successful proposer(s). Traffic Control and Barriers The Contractor shall notify the appropriate agencies a minimum of two (2) working days prior to any construction affecting traffic flow. All traffl.c control devices and barriers utilized during construction shall be provided by the Contractor as stipulated under items notated in the submitted proposal and meet there requirements set forth in the Florida State Department of Transportation Manual on Traffic Control and Safe Practices for Street and Highway Construction, Maintenance and Utility Operations. Failure or refusal, on the part of the Contractor, to install, main -Lain, and/or position traffic control devices or barriers promptly, fully, and in an acceptable manner, shall be sufficient cause for the City, after twenty-four (24) hours notice, to perform the work with its own organization, or to contract with any other individual, firm or corporation to perform the work. All,, costs and expenses incurred thereby shall be charged against the Contractor, and the amount thereof deducted from any money due, or which may become due him, or shall be charged against the contract bond. Any work performed as described by this paragraph, shall. not relieve the Contractor in any way of his responsibility for the work performed by him. Bypass Pumping The City lines, during most repair work, may be plugged to prevent the continuous flow of wastewater or stormwater into the area of work. At the directi,on of the City, the Contractor will install bypass pumping equipment to reroute flow, as an alternate to line plugging. The Contractor will be responsible for mobilization, setup, coordination, and operation of all bypass pumping equipment and vacuum truck resources including any additional traffic control measures that may be required. Bypass pumping will be continued until directed to cease by the City. The City shall identify t-he appropriate discharge location for all flow that is bypass pumped. FOLLOWING IS A LIST' OF VEHICLES, wun,mENT AND MACHINERY Rev. 8/13/08 11 Page 526 of 710 �ev. 8/1, 3/08 12 Page 527 of 710 Attachment E Florida EquipmeM lnvankwy List Sualneses State Locartion status ITI Unit Nt Model Yeo Make Name short D"Clipti Asset Type Model Name Leasattlov ;450 FL JACKS014VILLE Active ACP 1417 2000 EQUIPMENT AIR COMPRESS TRAILER AIR COMPRESSOR OWN 1450 FL JACKSONVILLE Active DIX 1108 2000 INTERNATIO BOILER TRUCK TRUCK HD 8100 OWN 1450 Ft, JACKSONVILLE Active BTK2604 2000 INTERNATIO BOILER TRUCK TRUCK I ID 2674 OWN 1450 FL JACKSONVILLE Active JVK5487 2005 IN'TERNA110 COMBO CLNR TRUCK fit) 7600 76006X4 SHA OWN 1450 FL JACKSONVILLE Active EXP5362 2004 FORD EXPLORER SUV U73 EXPLORER LEASE 14510 rt, JACKSONVILLE Active FBK5693 2006 FORD FLATBFDTRUC TRUCK MO W56 F-550 CHASSI LEASE 1450 FL JACKSONVILLE Active FOK3694 2006 FORD FLATBED TRUC TRUCK MD W56 F- 3 3 0 C HAS.S I LEASE 1450 F1, JACKSONVILLE Active L-DR10651,2000 EQUIPMENT FORKLIFT EQUIPMENT 520 JCB LOADALL OWN 1450 FL JACK"VILLE', Active JTK5650 2005 IN'IV-PNATIO )r.IIFP, TRUCK TRUCK HD SF637 7500SBA 6X4 OWN 14.410 Ft. JACKSONVILLE Active 111-5025 2001 TRAILER LATE RAI, TRLR TRAILER LIBERTY TRAVELONG OWN 1450 FL JACKSONVILLE Active 13-115840 2005 GENIC LIGHTTOWLR EQUIPmFN! TML OWN 1450 FL JACKSONVILLE Active U115841 2005 GENIE LIGiinOwLR IRQUIPMLNT TMI, OWN 14M FL JACKSONVILLE Active PTK3987 2009 DODQ PICKUPTRUCK TRUCK 1-1) DH7H41 RAM 2300 LEASE 1450 IL JACKSONVILLE Active PIK5988 2008 DODGE PICKUP TRUCK TRUCK LD DF -171-141 RAM 2500 LEASE 1450 rt, JACKSONVILLE Active PTK7323 2010 FORD PICKUP TRUCK TRUCK LD W2B P-250 LEASE 14547 FL JACKSONVILLE Active PTK7724 2010 FORD PICKUP TRUCK TRUCK LD WIL F-150 LEASE 1450 FL JACKSONVILLE Active PTK1520 2000 FORD PICKUP TRUCK TRUCK LD 11250 OWN 14.50 I'L JACKSON VI Lt, F Active PMP1402 1994 GODWIN PUMP TRAILER TRAILER 6 INCH OWN 1450 FL )ACMNVILI-E Active PMP5747 20*4 SYKES PUMP TRAILER TRAILER 9 1 NCH OWN 1450 IT. JACK.WNVII.,LL Active PMP5937 2006 TRLR PUMP TRAILER TRAILER SYKES GPIOO PUMP TRL OWN 1450 FL JACKSONVILLE Active TTRI08702000 IRONOOC TOOL TRAILER TRAILER U1*58SGT OWN 1450 FL JACKSONVILLE Active TTR7194 2009 TRAILER TOOL TRAILER TRAILER TRAVALONG 241-7 OWN 1450 FL JACKSONVILLE Active TVK1721 20M FORD TVTRUCK TRUCK MD F550 OWN 1450 FL JACKSONVILLE Active TVK7189 2009 L\7ERNA1 10 TV TRUCK TRUCK MD 4300 Sit 4300 SBA 4X2 OWN 14", FL MIAMI Active ACP1416 2000 EQUIPMFNT AIR COMPRESS TRAILER AIR COMPRESSOR OWN 1450 Fl, MIAMI Active ACP1518 1994 INGrRSOL AIR COMPRESS TRAILER P193 AIR COMPRESSOR OWN 1450 FL MIAMI Active ACP1525 2002 IR AIR COMPRESS TRAILER 11193WJD OWN 1450 FL MIAMI Active ACR 1522 1996 IR AIRCOMPTRLR TRAILER 195 OWN 100 FL MIAMI Active 67K 1524 2000 IN I E RNA] 10 BOILER TRUCK TRUCK 111) 2674 OWN 1450 FI, MIAMI Active ITK 1204 2000 INTERNATIO BOILER TRUCK TRUCK FID 8100 OWN 111150 Fl, MIAMI Active ITK2602 20*0 INTERNATIO 13OILER TRUCK TRUCK 111) 2674 OWN 1450 FL MIAMI Active CHRM70 2003 TRAILER CHIP TRAILER TRAILER S L- 162-F BROOKS BROS OWN 1450 Fl. MIAMI Active CHR5420 2004 TRAILI-k CHIP TRAILER TRAILER BROOKS BROS SL 162 E OWN 1450 FL MIAMI Active CHR%99 2003 BROOKSBPO CHIPTRAIL-FR TRAILER CUP TRAILER OWN 1450 FL MIAMI Active CVD7025 200?! HYUNDAI CONVERTER DO TRAILER DOLLY TRAILER OWN 14511 FL MIAMI Active J'IK7112 2009 INTERNATIO JI ITER TRUCK TRUCK ITT) 4400 44005BA4X2 OWN 1450 FL MIAMI Active J'T K 7114 200 IN'TERNATIO )ETTER TRUCK TRUCK H0 4400 4400SBA 4X2 OWN 1450 17L MIAMI Active P71<5683 2006 I -ORD PICKUP TRUCK TRUCK IA) W21 F-250 LEASE 1450 FL MIAMI Active PTK5991 2009 DODGE PICKUP TRUCK TRUCK LD DIJ71141 RAM 2590 LEASE: 1450 FL MIAMI Active PTK7736 2011 FORD PICKUP TRUCK TRUCK LD W213 F-250 LEASE 1450 FL MIAMI Active PTK5049 2001 FORD PICKUP TRUCK TRUCK I.D I"150 S -C OWN 1450 FL MIAMI Activr TTK1225 2005 INTERNATIO TOOL TRUCK TRUCK HD 000 4300- LEASE 1450 FL MIAN41 Active 'I tK7226 2003 INTERNATIO TOOLTRUCK TRUCK LD 4300 4300, LEASE 1450 FL MIAMI Active TVK7091 2007 INTERNATIO TV TRUCK TRUCK Mi.) 4A9 4300. OWN 1450 Fl. MIAMI Active TVK7407 2011 1147ERNAITO TVTRUCK TRUCK MD 4300 SB 4300 SBA 4X2 OWN 1450 FL OCALA Active CVD7159 1997 LOUIPMENT CONV DOLLY TRAILER 8 POIN'TCON-U EAR TL OWN 1450 Fl, TAMPA Active 10019 2001 EQUIPMENT AIR COMPRESS TRAILER XP-750WCU INC ERSOLL OWN 1450 FL TAMPA Active ACK7096 200 EQUIPMENT AIR COMPRESS TRAILER INGERSOL XP375WIR OWN 1450 FL TAMPA Active ACRI525 210W IR AIPCOMP TRIA TRAILER 185 OWN 1450 Fl. TAMPA Active ACR2602 1996 IR AIRCOMPTRLR TRAILER I" OWN 1450 FL, TAMPA Active BTKI519 1996 FREIGHTLIN BOILER TRUCK TRUCK IID 1-1,0120 OWN 1450 FI, TAMPA Active BTK2502 2000 INTERNATIO BOILER TRUCK TRUCK lit) -7614 OWN 1430 Ft. TAMPA Active BTK7227 2010 INTERNATIO BOILER TRUCK TRUCK 110 SI -637 7500SBA 6X4 OWN 1450 FL TAMPA Acme tTKI203 1999 114TEPNATIO BOILER TRUCK TRUCK 1,11) $100 OWN 1450 FL TAMPA Aelivc JVK5488 2005 INTERS"ATIO COMBO CILNIR TRUCK HI) 7600 76006X4 SBA OWN 1450 FL TAMPA Active CRNS979 2004 STERLING CRANF TRUCK TRUCK FID L17500 OWN 100 FL TAMPA Active FDK5693 2W6 FORD FLATBED TRUC TRUCK MI) W56 V-550 C14ASSI LEA511 1450 Ft. TAMPA Active PBK5696 2006 FORD FLAT BED TRUC 'I RUCK MD W56 F-550CHASSI LEASE 1450 rL TAMPA Active JTK 1721 19" FORD JETTFR TRUCK TRUCK LID F$00 OWN 1450 Fl, TAMPA Active JTK2501 1999 STERLING JETTER TRUCK TRUCK HD 1-7501 OWN 1450 FL TAMPA Active JTK2702 2000 STERLING JETTTR TRUCK TRUCK 14D 1350701 OWN 1450 FL TAMPA Active ITK3437 2005 INTERNATIO JI TTER TRUCK TRUCK 110 7:5000 7500 SBA 4X2 OWN 1150 Ft. TAMPA Active PTK5982 2008 DODGE PICKUP TRUCK TRUCK ED D1471141 RAM 2500 LEASE 1450 FL TAMPA Active PTK5991 2008 DOWE PICKUP TRUCK I RUCK 1.0 01171141 RAM 2500 LEASE 1450 FL TAMPA Active PTK3989 2008 DODCTE PICKUP TRUCK TRUCK ED 01171141 RAMZ5D0 LEASE 1450 IT TAMPA Adwe PTK5993 2008 DODGE PICKUPTRUCK TRUCK LD DR6H4I RAM 1500 LEASE 1450 FL TAMPA Active PTK77,45 2011 FORD PICKUP TRI-JCK TRUCK LD W2B F-250 Lr -ASF 1450 IT. TAMPA Active PIK10701 2001 FORD PICKUP TRUCK TRUCK ED F.' 50 1 ION Pell OWN 1450 Fl. TAMPA Active TTR8192 2011 LIBERTY TOOL TRAILER TRAILER 19FT PULL BEHIND OWN 1450 FL TAMPA Active TTR1414 2000 TRAILER TOOL TRAILER TRAIIALA 7RAVALONG O$AN Rev. 8/13/08 13 Page 528 of 710 Afta,Otmonl E Florida Equipment lnv*ntory Ual Business State LocaUan Status Fn Unit Nk Model Yet make Name Short bescripti Asset Type Model Name L*&%*&0v 1430 EL TAMPA Avi%e TTP,7182 2009 TRAILER 1*001. TRAILER TRA I LE, R TRAVALON(j 24FT OWN 1450'FL TAMPA Aclive TTK7183 2009 TRAILER TOOL TRAILER TRAILER TRAVAZONG 24FT OWN 1450 Fl. IAMPA Aclike DORM31. 1996 MISCELLAN TRAILER TRAILER TKMI,ER OWN 1430 FL TAMPA Activt TvKI532 2000 FORD TV TRUCK TRUCK M,D F550 OWN 1450 Fl. TAMPA Active TVK 1620 20M FORD TV TRUCK I -RUCK MD 1`550 OWN 1450 FL TAMPA Active TVK2"3 21*0 FOLD TV TRUCK TRUCK MD F550 OWN 1450 FL TAMPA Active TVK7121 2W9 INTERNATIO I VTRUCK TRUCK MD 4,100 4?00. OWN 145o FL TAMPA Aclivv 01147459 21I FORD TRUCK III) V350 OWN END OF EXI 11131T A Page 529 of 710 BASIS OF,'COMPENSATION As consideration for providing the Services as set Jbilli in the Agreement, the CITY agrees to pay, and the CONTRACTOR agrees to accept payment on a time and reimbursement cost basis [or Mier bavis] as follows or Rev. 8/1-3/08 15 Page 530 of 710 ...... . ..... DESCRIPTION . ......... MI 1 Traffic Control County -Road trol Coupt y ®. _(gvr WgqK��it Sewer Line Cleaning Medium Cleaning a m ete r 8" diameter 10" diameter 12" diameter avy Cleaning Wdiameter 8" diameter 10" diameter 12" diameter Tuberculation 6" diameter iamet e r -dia -t —r 1-16" m e e- is Removal 6" diameter diameter .... . . . ....... .. diameter Rev. 8/1-3/08 15 Page 530 of 710 2. Sectional iameter ............ ......... . . .. ete-r-- �,Ierlgth 8"diameter 14'in I e nqth _6 in lieR 7.5 mm nominal thickness l thickness 9.0 mm nominapi (.354) 8" diameter Xin li�� 6.0 mm nomina,l thickness (.236) 7.5-m"m nominal thicknes # !8t in length 9.0 mm nominal thickness (.354) . . . ........ . 10" diameter LT in length 12" dia eter --- - -- ---------- 6.0 mm nominal thickness _(.236)_ T.5_Mm nominal thickness (.295) 9.0 mm nominal thickness (.354) 2. Sectional CIPP Lbing ............ ......... . . .. ete-r-- �,Ierlgth 14'in I e nqth _6 in lieR 8in length 8" diameter Xin li�� 4' in length !8t in length . . . ........ . 10" diameter LT in length in ength.- IrRev. 8/13/08 16 Page 531 of 710 'A 11�."" im nnnek Er h Rev.. 8/13/08 17 Page 532 of 710 8' in length Tin IeNth .' a VOR- M ►. Ito- A i '3. Lateral ®r Lining I _® ,=_TMI phat full wrap •to6inches I Four _ o a r Six s inch lateral connection ` 1—ight s` inch lateral connection--,..,,- Lateral!0 to • Additional lateral lining eM • Lateral Lateral grout Manhole/LilStationR_ • )le Application (IF t SII IIMI� ammumi ° # *" Interior Lift Station 4plication (Brick) Bench/invert ' •• + InstallationCleanout FoqTA4)jnch deanout i ISix (6) inch cleanout Eight (8) inch cleanout Rev.. 8/13/08 17 Page 532 of 710 �Mldu4y -- ---- ----- DESCRIPTION D. Stonn Sewer T. 8" — 12" diameter 14"- 18" diameter 0"--24" diameter . .. ....... . .... . .. ... . 27" - 42" diameter 72" diameter Heavy Cleaning e ter 14" - 18" dia meter 20 — 24" diamet- - er .. ... ...... T-lbprculation Cleaning 8" — 12 diameter diameter 20" — 24" diameter diameter 48" - 72 diameter • Root Removal 8," — 12" diameter diameter 27" - 42" diameter P',ev. 8/1.3/08 18 Page 533 of 710 Rev, 8/11.3/08 1.9 Page 534 of 710 11 - 17.5 mm nominal thick- , . + nominal - mm thickness increase exceeding 9.0 mm nominal1.5 7.5 mm 9.0 mm nominal,, -1.5 mm thickness increase exceeding 9.0 mm IIIIIIII aill-6.0 mm nominail thickness (.236 7.5 mm nominal 9.0 mm nominal thickneWC3f�� 1.5 mm thickness increase i mm �*�UE8 diameter _ $ nominal $. � thickness7.5 mm $ nominal thickness (.354) _ } 0 nominal C413 # E mm.thickness increase exceeding 10-5 diameter1.5 i o. �. R $ J!R^ $.0 mm nominal thickne } } k.a:: • nominal thickness } 9� nominal12.0 mm $ �. $11111.5 mm thickness increase exceeding. " diameter }i+ $ 7 mm nominal } - m' '. mm nominal 12.0 mm nominal thickness (.472) UI Rev, 8/11.3/08 1.9 Page 534 of 710 ` `j` 13.5 mm nominal thickness -531)— i, ■ IRV iickness increase exceeding _ 15.0 mm I * d.. r meter mm nominal thickness (.354) Man MY nominal9.0 10.5 mm . -15.0 _. 12.0 mm nominal thickness (.472) Mm nominal 1.5 mm thickness increase exceedipg 15.0 mm " diameter _ I r ,r 10.5 mm nominal - (.413) 13.5 mm nominal thickness _. (.531) . nominal • _. increase1.5 mm thickness exceeding - - -15.0 mm ---- 6"diameter 10.5 mm nominal- ► +� r IIIIIIIIIII��IIIIIIII�.. IIIIIIIIII mm nominal thickness_C47_?�_ nominal13.5 mm 15.0 mm nominal thickne 3s C 591) ( 1 ' nominal e C650) - nominal thickness (.709) III 1.5 mm thickness increase exceeding 18,0 mm mom diameter Irmm nominal 1 mm nominal thickness (.472) 13.5 mm nominal thickness (.531) r r 150 mm nominal thickness w w 0 O increase _ - _ a0 mm 8/1 /()`` 20 Page 535 of 710 Re,v, 8/13/08 21, Page 536 of 710 !mm nominal_ 413,. Nlmm , nominal13.5 mm _ �r nominal15.0 mm .' 116.5 mm nominal1.650) nominal18.0 mm _ 1 • ,= �19.5 mm nominal thickness (.768) t2l.O mm nominal thickness (.827) .1.5 mm thickness increase • !1 _ IIIIIIAII diameter 1 ! r viii 2. 1 mim no ` L 13.5 _ ominal thickness (. 531) l nominal_` 16.5 -mm nominal thickness (.650) nominalmm 18.0 mm . nominal nominal21.0 mm 22.5 mm nominal thickness (.Aq6)_s .a!! 1.5 mm thickness increase exceeding mm nominal thickness (.413) nominal10.5 t a 13.5 mm nominal thickness (531) _ J nominal15.0 mm h 16.5 nominal!18.0 �.. mm ti l thickness (.709) 19.5 mm nominal thickness (.768) 21 nominal 22.5 mm nominal thicknessr8• r 1.5 mm thickness increase exceeding 22.5 mm 60" diameter __. nominal (,413) 12.0 mm nominal thickness (.472) .w 13.5 mm nominal thickness (.531) ,. 15.0 mm nominal IF : ar Re,v, 8/13/08 21, Page 536 of 710 kov8/13/08 22 Page 537 of 710 :! mm nomi n all thickness 19.5 mm r -Q 121.0 mml nomiinal thickness (.827) L22.5 mm nominal increase1.5 mm thickness - - 10.5 mm nominal thickness (.413) 0 mm nominalthickness. - - L15.0 mm nominal thickness (.591) 16.5 mm nominal thickness (.650 18. i - 19.5 mm nominal_ . s 21.0 mm nominal thickness (.827) QUI nominal22.5 mm (.8 861, ithickness increaseac kov8/13/08 22 Page 537 of 710 x Cr) T� 0) N o C) CO M 6 64 � V') C) Cl) Cl) 0 C) c) LO V C14 LQ m cc, I- r— (D aj CID C�4 fli m NT 0 U� C) C) Olt ry N ria rt CO CO U) r,A C Cj cli (N m I 1. O cc "j Rev. 8/13/08 23 REW—MAN —1 FIND OF EXI-11B]"I" B Rev. 8/13/08 24 Ln r -I 0), Lo 14�r Co N CD CA M q 0 CN Lo m 04 LO U- m Uo M I— 00 M C%4 !� c m m r. CL Ll c Eat is CL d) a) m > or w CF w cu (10 CL E tof 'Of 0 0 7E! MIIM to (D CL CL CL CL Z) m > (D a C 21 =3 0) U) CD C CL 4R J9 C m 0 4 w 0- a- > 00 C-) W W W W LLJ W w w w cf) U) FIND OF EXI-11B]"I" B Rev. 8/13/08 24 LON124.110.1 90 GENERAL INSURANCE R QUIRE, MENTS The Contractor shall not commence work until he has obtained all the insurance required under this heading, and until such insurance has been approved by the CITY, nor shall the Contractor allow any, subcontractor to commence work until all similar insurance required of the subcontractor has also been obtained and approved by the CITY, Certificates of insurance must be issued by an authorized representative of the insurance corripany at the request and direction of the policyholder and must include sufficient information so as to identify the coverage and the contract for CITY's improvements for which they are issued, Certificates of insurance must be issued by a nationally recognized insurance company with a Best's Rating of no less than B+Vll, satisfactory to the CITY, and duly licensed to do business in the state of said Contract. The Contractor shall procure and maintain, during the life of this Contract., Workmen's Compensation Insurance for all of his employees to be engaged in work under this Contract, and he shall require any subcontractor similarly to provide Workmen's Compensation Insurance for all of the latter's employees to be engaged in such work, unless such employees are covered by the protection afforded by the Contractor's insurance. In case any employees are to be engaged in hazardous work under this Contract, and are not protected under this Workmen's Compensation statute, the Contractor shall provide, and shall cause each subcontractor to provide, adequate coverage for the protection of such employees. It is acceptable to use a State -approved Workmen's Compensation Self -Insurance fund. The Contractor shall take out and maintain during the life of this Contract, Public Liability and Property Damage and shall include Contractual Liability, Personal Injury, Libel, Slander, False Arrest, Malicious Prosecution, Wrongful Entry or Eviction, Broad Form Property Dainage, Products, Completed Operations and XCU Coverage to be included on an occurrence basis, and to the full extent of the Contract to protect him, the CITY, and any subcontractor performing work covered by this Contract from damages for personal injury, including accidental death, as well as from claims for property damage, which may arise from operations under this contract, whether such operations be by himself or by a subcontractor,, or by anyone directly or indirectly employed by either of them. The Contractor shall also maintain automobile liability insurance including "non -owned and hired" coverage. The entire cost of this insurance shall be home by the Contractor. The amount of such insurance shall be no less than $1,000,000 annual aggregate for bodily injury and property damage combined per occurrence. 1"he City of Naples and their Engineer must be named as Additional Insured on the insurance certificate and the followin must also be stated on the certificate. "These coverages are primary to all other coverages the City possesses for this contract only." The City of Naples shall be named as the Certificate holder. The Certificate Holder shall read as follows: The City of Naples 735 Eighth Street South Naples, Florida 34102 No City Division, Department, or individual name should appear on the Certificate. No other format will be -ac iq- Thirty (30) days cancellation notice required. The Certificate must state the bid number and title. Rev. 8/13/08 25 Page 540 of 710 When using the "Accord" form of insurance certificate, please note that under the cancellation cause. use. the fol to ing must be deleted: "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company" fffother insurance or insurtance requirements or any, uwivers, ollach (is Exhibit C- Ithrough C-,, _ I Rev. 8/13/08 26 Page 541 of 710 XV91111111 17 CE CERTIFICATION OF COMPLI ANCE WIT14 INIMIG RA TION LAW Tile undersigned, is the VP -Global Procurement/Ope i__rqlJ,ons Support of Insituform Technologies, Inc. ("the CONTRACTOR-), and hereby cert i fies to the following: 1. The CONTRACTOR is in full compliance with all provisions of the Immigration Reform and Control Act of 1986 ("IBCA"), as well as all related immigration laws, rules, regulations pertaining to proper employee work authorization in the United States. 2. The undersigned has verified that the CONTRACTOR has obtained and maintains on file, and will continue to obtain and maintain oil file, all documentation required by law, including but not limited to, I'orin 1-9, E'niployrnent Elligibility Verification, for all persons employed by or working for the CONTRACTOR in any capacity on any project for the City of Naples (ary). All such persons have provided evidence of identity and eligibility to work to the CONTRACTOR in accordance with the IRCA and related law. The undersigned hereby affirms that no person has been or will be employed by the CONTRACTOR to work oil projects for the CITY who is not authorized to work under law. The undersigned further affirms that the CONTRACTOR's files will be updated by written notice any time that additional employees work on projects tor the CITY. 3. The CON"I"RACTOR will have its contractors, subcontractors, suppliers and vendors who are involved in projects for the CITY to sign a written acknowledgment that they too are in compliance with inimiggration law. It is understood that failure to do so could result in the CONTRAC]"OR being liable for any violation of the law by SLIC11 third parties. 4, The CONTRACTOR will fully cooperate with and have its contractors, subcontractors, suppliers and vendors to fully cooperate, with, all inquiries and investigations conducted by any governmental agency in connection with proper compliance with the laws pertaining to appropriate work authorization in the United States. S. The undersigned, oil behalf of the CONTRACTOR, acknowledges that this Certification may be relied upon by the CIJI Y, its officers, directors, employees, and affiliates or related persons and entities. 6. If it is found that the CONTRACTOR has not complied with the laws pertaining to proper employment authorization, and any legal and administrative action ensues against the CITY, the COVIRACTOR will indemnify, defend and hold the CITY harmless along with their officers, directors,, employees. and affiliated or related persons and entities. 7. The CONTRACTOR acknowledges that the CITY by their authorized representatives shall have the right, at any time, upon 24 hours notice, to examine the CONTRACTOR's books and records to confirm that the CONTRACTOR is in compliance with the terms of this certification. Rev. 8/13/08 2? Page 542 of 710 Executed this -3 day of -:3,-� t�L 2011. By: 1-1. Douglas Therms, VP -Global Procurement/Operations Support ACKNOWLEDGMENT STATE OF Missouri COUNTY OF St. Louis SWORN TO AND SUBSCRIBED before me this �2 day of 2011. The Affiant, H. Douglas Thomas, is [X] personally known to me or has produced as identification, which is current or has been issued wTthin ' thepast five years and bars a serial number of other identifying number. Diane Partridge i� —r nt 'K -a' —me TARY PUBLIC STATE OF Missouri commission Number: 08595471 my Cornmiss,ion Expires: July 8, 2012 (Notary Seal) w7r j 543'759u [31 1, 0 16763. 0001 Rli V. 12-27'-07 R DP Rev, 8/1.3/08 28 Page 543 of 710 INSITUFORM'TECHNOLOGIES, fNC. Assistant Secretarys Certificate The undersigned, being the Assistant Secretary of Insituforin Techriologies, Inc., a Delaware corporation (the "Corporation"), hereby certifies that: The followinly is as true and correct excerpt ftorn the By-laws of the Corporation: 0 CltiefE,xeculit,c�Office i-Appoiiiiiiteiziy. The Chief Executive Officer may fforn time to time appoint such officers of operating divisioiis, and such contracting and attesting officers, of the M Corporation as the Chief Executive Officer may deem proper, who shall have such authority, subject to the control of the Board, as the Chief Executive Officer may fronr time to time prescribe. 2. The Chief Executive Officer of the Corporation has, pursuant to tire above authority., duly appointed H. Douglas Thomas, Vice President - Global Procurement/Operations Support, and has appointed 0 Joann Smith, Denise L. Carroll, Debra Jasper, Jana Rause and Diane Partridt? ge as Contracting and Attesting 0 11� Officers of the Corporation. Each of the foregoing have been fully authorized and empowered by the Chief Executive Officer of the Corporation: "(i) to certify and to attest the signature of any officer of the Corporation, (ii) to enter into and to bind the Corporation to perform pipeline rehabilitation activities of the Cor )oration and all matters related thereto, including the maintenance of one or more offices and facilities of the Corporation, (iii) to execute and to deliver documents on behalf of the Corporation and (iv) to take such other action as i$ or may be necessary and appropriate to carry out the projects, activities and work- of the Corporation." IN, WITNESS WHERE OF, I have hereunto affixed ray naine as Assistant Secretary, this 7th day of February, 2011. RNSITUFORM TEICIiNIOLOGIES, INC. '17 Y-1017 ---- By: at April A. Greer Assistant Secretary Page 544 of 710 FIRST RENEWAL OF AGREEMENT (SERVICES) 44 - THIS THIS FIRST RENEWAL is made and entered into thisf day of May, 2014 by and between the City of Naples and INSITUFORM TECHNOLOGIES, LLC. WHEREAS, the City and the Contractor entered into that certain Agreement ori June 1, 2011 for Pipe Lining Services (Bid No. 021-11, Clerk No. 11-00017) for the City of Naples; and WHEREAS, the parties desire to extend the Original Agreement so that the Contractorwill provide said services for an additional year with no price increase; and WHEREAS, the City Manager is authorized by City Council pursuant to Section 2-667 (5)(e), Naples City Code, to extend this Agreement; NOW, THEREFORE, it is hereby acknowledged and agreed that the Original Agreement is hereby extended and from June 1, 2014 through May 31, 2015 with one more renewal available. WHEREAS, the City and the Contractor have caused this Amendment to be duly executed by their duly authorized officers. CITY OF NAPLES, FLORIDA INSITUFORM TECHNOLOGIES, LLC By: By: A. William Moss Name: Diane Partridge City Manager Title: Contracting and Attesting Officer Page 545 of 710 INSITUFORM TECHNOLOGNS, LLC Assistant Secretary's Certificate The undersigned, being the Assistant Secretary of Insituform Technologies, LLC, a Delaware limited liability company, hereby certifies that: The following is a true and correct excerpt from the Limited Liability Company Agreement of the Company: APPOintmeRts -bY the President. The President of the Company may from time to time appoint officers of the Company's operating divisions, and such contracting and attesting officers of the Company as the President may deem proper, who shall have such authority, subject to the control of the Board of Managers, as the President may from time to time prescribe. 2. The President of the Company has, pursuant to the above authority, duly appointed H. Douglas Thomas; Vice President - Global Procurement/Operations Support, and has appointed Joann Snaith, Denise L. Carroll, Debra Jasper, Jana Lause and Diane Partridge as Contracting and Attesting Officers of the Company. Each of the foregoing have been fully authorized and empowered by the President of the Company (i) to certify and to attest the signature of any officer of the Company, (ii) to enter into and to bind the Company to perform pipeline rehabilitation activities of the Company and all matters related thereto, including the maintenance of oiie or more offices and facilities of the Company, (iii) to execute and to deliver documents on behalf of the Company, and (iv) to take such other action as is or may be necessary and appropriate to carry out the project, activities and work of the Company. IN WITNESS WHEREOF, I have hereunto affixed my name as Assistant Secretary this 1St day of January, 2014. INS=ORM TECHNOLOGIFB, LLC Tod O'DonoglKe Assistant Secretary Page 546 of 710 SECOND RENEWAL OF AGREEMENT THIS SECOND RENEWAL is made and entered into this. day of July, 2015 by and between the City of Naples and INSITUFORM TECHNOLOGIES, LLC. WHEREAS, the City and the Contractor entered into that certain Agreement on June 1, 2011 for Pipe Lining Services (Bid No. 11-021 (021-11), Clerk No. 11-00017) for the City of Naples; and WHEREAS, the parties desire to renew the Original Agreement so that the Contractor will provide said services for an additional year with no price increase; and WHEREAS, the City Manager is authorized by City Council pursuant to Section 2-667 (7)(e), Naples City Code, to renew this Agreement; NOW, THEREFORE, it is hereby acknowledged and agreed that the Original Agreement is hereby renewed and retroactive from June 1, 2015 through May 31, 2016 with two one-year extensions available. WHEREAS, the City and the Contractor have caused this Amendment to be duly executed by their duly authorized officers. CITY OF NAPLES FLORIDA INSITUFORM TECHNOLOGIES LLC By: f/t/ !/ By: A. William Moss Name: Diane Partridge City Manager Title: Contracting and Attesting Officer Page 547 of 710 PSR east - west �a, T 12/15/2015 09-47.,50 Dry cast- wast6626_12-15-2015. mpg east to west irrstp, "I"k, 0.0 <Start Inspection- at 09:47.50 0.0 Manhole V7, Starting manhole: east AAL, 0.0 Water Level 0 23.7 Tap Factory Active At 3 Ole, 6.000%t,1,1, 72.2 Crack Longitudinal At 3 1st 7.000 2nd 5.000 1 130.9 General PhotoUt"! °' V 162.9 Tap Factory Active At 3 to XkL", , 1� , 189.3 Crack Longitudinal At 4 1st 6.000 x 314.0 Manhole[ Finishing manh, Page 1 of 1 [12 11512015 10:46:161 FIR-, "q 7.2 Roots gall Barrel 55 % At 7 To 5 60.7 Tap Factory Active At 9 Dia 6.000 T130.5 Crack Longitudinal At 2 1st 8.000 K—,`_,'1 132.0 Broken At 7 To 5 1st 8.000 169.4 Crack Longitudinal At 3 220.1 Tap Factory Active At 9 Dia 6.000 41 510 ~11 CobraTouch PRO (PACP 6.01 8.0.38 www.cobratec.co Page 548 of 710 eel' i400 .W(91 c meters� M100 A Page 549 of 710 PlanView of PACP 6.0 inspection 716-716-034 to 716-716-03 Dbv ............ . . . . . .............. ................................... . . .. ........................ ............. ............... PSR 716-716-034-038 ............... .................... . ........................... Dat I � nn e wv a� th, er 06/15/2015 14:21:24 Dry V�deo 'H.m-.aflor, 716-716-034-038-3352--96-15-2015.mPg IQ'1z;-=,74P NMI I vv�c-_ a a 0 11 4 1 0.0 Manhole Starting manhole: 716-716-034� 0.0 Water Level 15 % sveez 77 Northwoods Ln r I-,; D a Wd*' Sh ape m , t e, r , a 1 8 circular Clay Tile 159.0 General Photo g 159.0 Crack Circumferential At 7 To 5 �A Wgi 159.0 1 nf Il Runner At 7 To 5 ?" W I Page 1 of 1 [06/15/2015 14:31:41] Boynton Reach en 5 U � V Ot',d en 139.9 Completed Pu rp cue neer Maintenance Relat... I ................ . .. . ............................................. Fkw 1V 0,9 General Photo lnf I Itr, tion p7r 0.9 General Photo 0.9 Crack Circumferential At 7 To 5 1-71 El 0.9 Infil Runner At 7 To 5 �,Twll ,u 7,1 ri159.9 Manhole Finishing manhole: 716-716-038 159.9 <Completed Inspection> at 14:28:25 A IK, K W,4*W I CobraTouch PRO (PACP 6.0) 8.0.38 www.cobratec.coPage 550 of 710 Plan View Report MH 716-716-027 to 716-716-028 P S R Street City 716-716-027-028 Northwoods Ln Boynton each Date -rime Weather Ht/Dia Width Shape Material Length Surveyed Total Length Status 06/12/2015 09:41:44 Dry 8 Circular CT 162.3 Completed Video Name Additional nfo Purpose Sheet 716-716-027-028334106-12-2015.mpg x Maintenance Related I 19 = video attached uninspected portion 716-716-027 0.0 <Start inspection> at 09:41:44 Missing 0.0 Manhole image Starting manhole: 716-716-027 Missing 0.0 Water Level 15 % image Missing 40.8 Tap Factory Active At 3 Dia 6 image Missing ------------- — ----- 05M 1 59.4 Crack Circumferential At 7 To 5 image '1*1. Missing 159.4 Infil Runner At 7 To 5 image Flow TV Missing image 157.6 General Photo Missing image 162.3 Manhole Finishing manhole: 716-716-028 162.3 <Completed inspection> at 09:49:34 ..................................... . ............................................ . - . ...................... . ..................................................... ...... Page 1 of I Q samg! '10 Cobra Information Management Software WwP-.V&t551'bf 710 Plan View Report MH 716-716-034 to 716-716-038 Missing 159.0 General Photo image Missing 159.0 Crack Circumferential At 7 To 5 image Missing 1 n f u -n -tom T 5 image Missing ima e 159.9 Manhole g Finishing manhole: 716-716-038 7 ~ w.}._ 159.9 <Completed inspection> at 14:28:25 Page 1 of 1 (DEtkM—R 10 Cobra Information Management Software wwF.V�et-`�nbf 710 Street City 716-716-034-038 77 Northwoods Ln Boynton Beach Date Time Weather Fit/Dla Width Shape Material Length Surveyed Total length Status 06/15/2015 14:21:24 Dry Circular CT 159.9 Completed Video Name Additional Info Purpose Sheet 716-716-034-03833 5206152 0 IS. mpg MaintenanceRelated i Flow TV - video attached ®uninspected portion f � 716-716-034 0.0 <Start inspection> at 14:21:24 "i Mmaging e 0.9 General Photo infiltration Missing 0.0 Manhole image Missing image 0.9 General Photo Starting manhole: 716-716-034 Missing Missing 0.0 Water Level 15 % image imag 0.9 Crack Circumferential At 7 To 5 Missing image 0.9 Infil Runner At 7 To 5 Missing 159.0 General Photo image Missing 159.0 Crack Circumferential At 7 To 5 image Missing 1 n f u -n -tom T 5 image Missing ima e 159.9 Manhole g Finishing manhole: 716-716-038 7 ~ w.}._ 159.9 <Completed inspection> at 14:28:25 Page 1 of 1 (DEtkM—R 10 Cobra Information Management Software wwF.V�et-`�nbf 710 Plan View Report MH 716-716-043 to 716-716-042 Street City 716-716-043-042 31 Brentwoods Dr Boynton Beach Date 'time Weather Ht/Dia Width Shape Material Length Surveyed total Length Status 06/18/2015 09:51:38 Dry 8 Circular CT 2S5.8 Completed Video Name Additional info Purpose Sheet 716-716-043- 42_3368_06_18_2015. mpg E Maintenance Related 1 Cg= video attached uninspected portion 0.0 <Start inspection> at 09:51:38 Missing 142.6 Tap Factory Active At 2 Dia 6 image Missing 255.8 Manhole image Finishing manhole: 716-716-042 255.8 <Completed inspection> at 10:00:27 Flow TV Missing P Y image 6.4 Ta Factor Active At 10 Dia 6 Missing image 129.1 Tap Factory Active At 10 Dia 6 Missing image 255.2 Crack Circumferential At 7 To 5 Missing image 255.2 Infil Runner At 7 To 5 Page 1 of 1 '10 Cobra Information Management Software wwP.--det5159'of 710 Missing 0.0 Manhole image Starting manhole: 716-716-043 Missing 0.0 Water Level 15 % image Missing 20.1 Tap Factory Active At 2 Dia 6 image Missing 142.6 Tap Factory Active At 2 Dia 6 image Missing 255.8 Manhole image Finishing manhole: 716-716-042 255.8 <Completed inspection> at 10:00:27 Flow TV Missing P Y image 6.4 Ta Factor Active At 10 Dia 6 Missing image 129.1 Tap Factory Active At 10 Dia 6 Missing image 255.2 Crack Circumferential At 7 To 5 Missing image 255.2 Infil Runner At 7 To 5 Page 1 of 1 '10 Cobra Information Management Software wwP.--det5159'of 710 . lodlanView of PACP 6.0 inspection 803-803-054 to 803-803-03 [bmYlare in ................. . .. . ................. ... .. .. ................................................... . . . ..................... . "", . ................. . . .... . ............................................................. .... PSR 803-803-054-030 ............... Weathe� 07/30/2015 13:24:37 Dry Viclea 803-803-054-030�_4448-97_30_2015. mpg ?-.;11I r I I -- a � �-;t NMI 1 1, kz�ft Grass W'ENL Widnh Shape e 8 Circular Clay Tile AdGifloi-,al lnfo 0.0 <Start Inspection> at 13:24:37 0.0 Manhole Starting manhole: 803-803-054 0.0 Water Level 10 % r,- Fill 215.2 Inf 11 Runner At 7 To 5 Page 1 of 1 [08/25/2015 14:18:31] I ty Boynton Beach Total ian 215.3 Completed P tj q-, o S C `s. , e Maintenance Relat ... I ............... Fkw IV 213.7 General Photo Cyt 213.7 General Photo 215.3 Manhole Finishing manhole: 803 -903-030 jkl 215.3 <Compiet,,,V 3:34.17 CobraTouch PRO (PACP 6.0) 8.0.38 www.cobratec.coPage 554 of 710 PlanView of PACP 6.0 inspection 803-803-030 to 803-803-029 . ... ...... . .. ... . . .......... PSR S03-903-030-029 J fin U 08/07/2015 08:44:50 Dry 803-803-030-029_4469-08-07-201S- mpg Q0=17, Mel• OZSIZ be I I Grass Ht / Di P 8 Circular Clay Tile 0.0 <Start Inspection> at 08:44:50 0.0 Manhole tr- 7 Starting manhole: 803-803-030 16J 0.0 Water Level 10 % 246.0 Manhole 9-3 Finishing manhole: 803-803-029 " 246.0 <Completed Inspection> at 08:56:05 Page I of 1 [08/2512015 14:16:411 Boynton Beach � "'er, sun" hv 246.0 Completed Maintenance Relat.. I Flow W 243.9 Crack Multiple At 7 To 5 1 st 5.000 CobraTouch PRO (PACP 6.0) 8.0.38 www.cobratec.co 'Page 555 of 710 Go,.)Sl,e earth eel' 300 meters 100 3uc) H/ e 0 ( �t x 6 n- 416- Iv e- � T nAf IfIll-z-, u Page 556 of 710 PlanView of PACP 6.0 inspection liar -, 1, 1 rn t,`. ,V2,.. , )" I u,. 12/09/2015 11:18:32 Dry viaeu- l oe.,?,toon fi-7-6615_12__0�_2015-rnpg u*WeWd poitwi 5, 1 ?, ", e 1 Sand Hr If Da ,A,' 4 S h , �c; e M,"", e I 10 Circular Ductile Ir.. !,d 1 -,""! on fl info 44.2 <Completed Inspection> at 11:31.54 44.2 Manhole Finishing manhole: 2 40.1 joint Separated Medium 1st 2.000 2nd 2.000 Pipe n 40.1 General Photo 40.1 General Photo 40.1 General PhotorMp, 6 to 7 (..< `V Boynton Beach I o t len st,-�tu S ".2 Completed P e e,,, Pre -Acceptance 1 FbW W 0.0 Water Level 5 % Iw0.0 Manhole o, 6: Starting manhole- 6 0.0 <Start Inspection> at 11:18:32 t"i I CobraTouch PRO (PACP 6-0) 8.0.38 www.cobratec.coPage 557 of 710 \ FT -T d _ yR Nk �41 -3 of 9 T A H - H cc��1 Page 558 of 710 !! earth metersi 00 Page 559 of 710 Plan View Report MH 602-604-114 to 602-604-115 P S R Street City 602-604-115-114 2014 SW GOLF LN BOYNTON BEACH Date 1 i me Weather Ht 'I Di a Width Shape Material Length Surveyed Total Length StatU S 12/20/2008 Dry 8 0 Circular VCP 297.1 297.1 Completed Video Name Additional Info purpose Sheet 602-604-115-1141220_2008.mp4 Routine Assessment Flow TV video attached uninspected portion 602-604-115 End 297.1 <Completed inspection> at ??? F., msp 297.1 Manhole 602-604-115 297.1 General Observation TOTAL LENGTH 297 188.2 Crack Multiple At 7 To 8 At Jnt 188.2 Tap Factory Active At 10 Dia 4 89.4 Crack Multiple At 12 To 4 At Jnt 74.7 Tap Factory Active At 9 Dia 4 234.5 Crack Longitudinal At 4 At Jnt 233.4 Crack Multiple At 4 To 8 At Jnt 131.3 Crack Longitudinal At 4 At Jnt 129.7 Infil Dripper At 7 To 8 At Jnt 129.7 Infil Dripper At 3 To 5 At Jnt 84.8 Infil Weeper At 12 To 12 At Jnt 84.8 Crack Multiple At 11 To 4 At Jnt 23.9 Infil Weeper At 12 To 12 At Jnt 0.0 Water Level 5 % -�604®�l 1.0 Infil Weeper At 12 To 12 At Jnt 0.0 Manhole 602-604-114 <Start inspection> at ??? 1.0 Broken At 7 To 12 Page I of I asams. 10 Cobra Information Management Software ww)Pa'--0y-'9tjff60n`bf 710 Ga-sle earth eel' 400 meters� is A Page 561 of 710 PfanView of PACP 6.01"nspection 602-604-126 to 602-604-081 ......... ' PSR 602-604-126-081 18 5 SW Congress Blvd Boynton Beach 12/15/2015 08:46:18 [pry 10 Circular Clay THe 0.0 Survey Ala... t<r "of/—""Pose 54x 662-604-126-081_6625_12_15_2015. mpg ® Infiltration/ Inflow... 1 s -LF*1q)8dWPMfM 602-604-081 �, 0.0 Survey Abandoned inspection> a °f„50:26 Page 1 of 1 11211512015 08:58:071 L mvft ' 0.0 Abandoned Survey Inspection abandoned 0.0 Infil Cuser At g To 10 6” In the line from MH 602-604-126 ,going to h 0.0 General Photo 0.0 General Photo I , 0.0 General Photo �i 0.0 Water Level 50 % 0.0 Manhole kk Starting manhole: 602-604-126 0.0 <Start Inspection> at 08:46:16 z CobraTouch PRC (PACP 6.0) 8.0.38 ww.cobratec.corpage 562 of 710 i300 Gal,igle e a r t h meters� �100 Page 563 of 710 ,1k,,,,',',1anView of PACP 6.0 inspection 602-604-131 to 602-604-103 0.0 Manhole r Starting manhole: 602-604-131 0.0 Water Level 20 % 24.0 Tap Factory Active At 3 Dla 4.000�4:,' 73.6 Tap Factory Active At 3 Dia 4.000 IN 133.2 Tap Factory Active At 3 Dia 4.000 146.5 infli Weeper At 3 To 9 OLE Page 1 of 2 [12/14/2015 08:48:27) OtV Boynton Beach sr t u s 380.0 Completed Infiltration/ Inflow... 1 144.4 Infil Weeper At 7 T 5 CobraTouch PPO (PACP 6.0) 8.0.38 www.cobratec.coPage 564 of 710 P S R 602-604-131-130 12/14/2015 08-15:47 Dry ,4 � �", ,,_ a, ;iii: 602-604-131-130-6622-12-14-201S.InPg C i ,,Y Boynton Reach ,u 38Cr,0 Cornpleted P a Infiltration/ Inflow... 2 192.0 Crack Longitudinal At 4 1st 8.000 32 - 192.8 Tap Factory Active At 3 Dia 4.000 201.0 Infil Weeper At 7 To 5 X 220.9 Infil Weeper At 3 To 9, b"Ir", 245.9 Infil Stain At 7 To 5 Mal 246.8 Tap Factory Active At 3 Dla 6.000 7"` 259.9 Infli Stain At 7 To 5 97 300.6 Tap Factory Active At 3 Dia 4.000 M P41.0 Infil Stain At 3 To 9MAg, M 356.6 Tap Factory Active At 3 Dla 4.000 " 380.0 Manhol-P Finishing manholt: ori 71380.0 <Completed inspection> at 08:41:58 Page 2 of 2 [12114/2015 08:4$°27] PIPter,230.9 1011 Weeper At 7 To 5 248.8 Tap Factory Active At 9 Me 6.000 Lffip,!V 299.8 lnfil Runner At 7 To 5 MI 299.8 Crack Multiple At 7 To 5 Tst 4.000 301.9 Crack Longitudinal At 4 1st 5.000 M346.4 Crack Longitudinal At 5 n 'T gunner At 7 To 5 378.6 Infli CMMIA CobraTouch PRO (PACP 6.0) 8.0.38 www.cobratec.c-Piage 565 of 710 planView of PACP 6.0 inspection 602-604-130 to 602-604-129 ..................... .. . . ......... 111.11-11,111,11,11, , TA h, X)- 14 ... . . . ....................... . EI................. Ett \1 0.0 <Start inspection> at 08:51:40 0.0 Manhole Starting manhole: 602-604-130 V 0.0 Water Level 20 % V 27.8 Tap Factory Active At 3 Dia 4.000 e . ..... 83.8 Inf It Runner At 3 To 9 ET 86,6 Tap Factory Active At 3 Dia 4.000 E", 196.2 lnfll Weeper At 7 To 5 Page 1 of 1 [12/14/2015 10:27:441 1828 SW congmss Blvd Boynton Beach i or i dt t u 8 Circular Clay Tale 243.0 Completed o' 9 infiltration/ Inflow ... Fkw W 12.8 Crack Multiple At 7 To 5 Ist 7.000 193.0 Tap Factory Active At 9 Dia 4.000 Infilltration 243.0 Manhole Finishing manhole: 602-604-129 243.0 <Completed Inspection> at 09:21:14 le CobraTouch PRO (PACP 6.01 8.0.38 www.cobratec.cPage 566 of 710 fee, m500 earth metersi I.— --�100 A Page 567 of 710 • PlanView of PACP 6.0 inspection 356-204-006 to 356-204-007 1Y)wrx&ew,), inspedion PSR Street City 356-204-006-007 622 South Rd Boynton Beach Date lime Weather fibra Width Shape Materiai Leo. sory Total len status 03/30/2015 09-.37:23 Dry Video location 356-204-006-0073239_03_3( _2015. mpg . . ...... .... -*boc-dadmid - u*qxKWdpoWm 0.0 <Start Inspection> at 09:37:23 0.0 Manhole Starting manhole: 356-204-006 iv 0.0 Water Level 5 % wy 27.0 Crack Longitudinal At 3 - 37.9 Tap Factory Active At 3 Dia 6.000 135.8 Crack Longitudinal At 5 Page I of 2 [0313112015 09:93:211 Circular Clay Tile 286.1 Additional info Completed VU rp o 5 e sfitet Maintenance Refat... 1 ............ . .... Fkw W aT—AT-5 ML T!!J," 37.0 Crack Longitudinal At 2 6,11 --i - .2 44.5 CracLongitudinal At 4 64.9 Tap Factory Act Ive At 9 Dia 6.004; 1M,,Fr- 106.1 Crack Multiple At 7 T 5 W 130.5 Crack Longitudinal At CobraTouch PRO (PACP 6.0) 8.0.39 www.cobratec.com Page 568 of 710 PtanView of PACP 6.0 inspection 356-204-006 to 356-204-007 Dmvmtream irgection ------------------------------- I ------------ P S R 356-204-006-007 Date Time Weather 03/30/2015 09:37:23 Dry Video locarion 3S6-204-00"07.32390330_2015. mpg 1 Z-4 UT t , i 7—q Mi -T F Street 622 South Rd Hr/1.)Ia width Shape Ma�pr;al Circular Clay Tile Additional info, 188.0 Crack Longitudinal At 2 212.5 Broken At 7 To 5 INE, 212.5 Crack Multiple At 7 To 5 ZPPV,1-1,5� 232.2 Crack Multiple At 7 To 5"_"`"" 1 - el 261.7 Crack Longitudinal At 5 M 276.7 Crack Multiple At 7 To 5 nd 286.1 Manhole P.11r, insp Finishing manhole: 356-204-007 A-2O4�7007 286.1 <Completed Inspection> at 10:00:44 Page 2 of 2 [03/31 /2015 09:33:211 (.' 1 ty Boynton Beach Len sure Tot'Al l8r) Status 286.1 Completed Purpose Sheet Maintenance Relat.. 2 Fkw 1V r155.5 Crack Longitudinal At 5 156.4 Tap Factory Active At 9 Dia 6.000 Roots In Service P' 178.0 Crack Longitudinal At 4 .5 Crack Long tu Ina At 4 WLI 242.0 Crack Longitudinal At 5 266.9 Crack Multiple At 7 To 5 277.5 Tap Factory Active At 9 Dia 6.000 ,. aark,!�aCSFtk§IkE�gdF9 CobraTouch PRO (PACP 6.0) 8.0.38 www.cobratec.com Page 569 of 710 0 PlanView of PACP 6.0 inspection 356-204-007 to 356-204-015 Dow'strea m. irqwtion P S R City 356-204-007-015 ROW Boynton Beach Date Tiaie weadicy Htt'Dii Width Shag,e I'latedal Len sura Total len status 03130/2015 13:24:27 Dry Wd"o location 356-204-007-0153240_0330_2015. mpg ----- 9 - UftsdBdporfm 0.0 <Start Inspection> at 13:24:27 0.0 Manhole Starting manhole: 356-204-007 0.0 Water Level 20 % 69.0 Crack Longitudinal At 3 ITI T Page I of 1 [03/31/2015 09:36:09] a Circular Clay Tile Addirionaf info &E W �01'. �.�11 � 90.8 Completed NA I P O's e Shout Maintenance Relat... I .......... . ..... .. . . . ................. Fbw 1V 3 rF- F 54.1 Crack Longitudinal At 2 9F 90 8 Manhole I-9sp FJ�Ishlng manhole: 356-204-015 356-204-011--�: 90.8 <Completed Inspection> at 13:29:24 49 M1 CobraTouch PRO (PACP 6.0) 8.0.38 www.cobratec.com Page 570 of 710 PlanView of PACP 6.0 inspection 356-204-008 to 356-204-007 Ebwmtream irqvdan PSR Street 644 south rd Date Ti me Weather Ht/ D! a Width Shape Material oi/mquis 14, lgt4* Dry circular Clay Tile Video location Additiona4 info 356- -007_ 2 "3®2,S_ 01 mpg H 4d90dww 1@-v*ve(kdpmft M-20"08 0-111, sta, if 0.0 <Start Inspection> at 14:18:40 in r. * MINA11,114 % t wif 0.0 Water Level 20 % _,,GEnd 26.7 Manhole so Finishing manhole: 356-204-007 4-007 26.7 <Completed inspection> at 14:20:23 Page I of 1 [0313112015 09:29:381 City Boynton Reach L.V11 SUN Total Jeri Status 26.7 Completed Nitpose Sheet Maintenanlat... � 1 Fbw W =I 22.8 Crack Longitudinal At 3 CArtcYsglsia - CobraTouch PRO (PACIP 6.0) 8.0.38 www.cobratec.com Page 571 of 710 a PlanView of PACP &.01"nspection 356-204-009 to 356-204-003 QxWeam irgection . ..... . . .......... . . ........... .............. ...... . .... PSRsirs t 356-204-009-003 707 Central Rd Boynton Beach 11; Width Sha )e NUtertal Lett sure Total len Status Date I i ni e Wnat er a 1 03/25/2015 13.26.17 Dry 8 Circular Clay Tile 182.8 Vidw) locallon Additional info 356 -204 -009 -003 -3236_03_25 -2015 --Pg 182.8 <Completed Inspection> at 13:32:55 182.8 Manhole1w," Finishing manhole: 356--Z04-003 131.6 Tap Factory Active At 10 Dia 6.000 ="' I NNW 72.8 Crack Longitudinal At 4 Ll 72.2 Tap Factory Active At 9 a -0.00 Cracks in service 0.0 Water Level 20 % 0.0 Manhole r,"' Starting manhole: 356-204-009 0.0 <Start inspection> at 13:26:17 Page I of 1 [03/31/2015 09:24:481 Start in Completed PL, I p 0 S,; S h e 0. Maintenance Iftelat ... 1 . . . . .... . . .................. . ................... Fkw w r' 94 4 Tap Factory Active At 3 Dia 6.000 r;T 65.2 Crack Longitudinal At 2 fl CXBRA CobraTouch PRO (PACP 6.0) 8.0.38 www.cobratec.com Page 572 of 710 PlanView of PACP 6.0i 0nspection 356-204-002 to 356-204-003 Damy)lreem inspmfion P S R 356-204-002-003 640 North rd Boynton Beach lJrti in e woathel Ht/Wa t'q d T I I Shape Motorial i,41 Ltil Sury Tatal ley, statijv 03/25/2015 10.03.34 Dry Circular Clay Tile 306.7 Completed Additional info Purpose Sheet in 356-204-002-003-3235-03-25�2015. mpg L 0.0 Manholej Starting manhole: 356-204-002 0.0 Water Level 15 % 62.0 Crack Longitudinal At 3 1st 5-000MES 62.7 Tap Factory Active At 3 Dia 6.0001K,-,-,,- 109.0 Crack Longitudinal At 4 1st 6.000T, 1 78.5 tap Factory Active At 7ilrmk 259.4 Crack Longitudinal At 3"H"'T'19 r"A 302.7 Crack Multiple At 7 To 5 Page I of 1 [03/31/2015 09:22:141 Maintenance Relat... 1 .............. Fkw IV 7.3 Crack Longitudinal At 2 2: 168.1 Crack Longitudinal At 4 Ist 5.000 195.2 Crack Multiple At 7 To 5 1st 6.000 9 284.2 Crack Longitudinal At 9 306 - 7 Manhole F nish g manhole: 356-204-003 L 306.7 <Completed Inspection> at 10:21:1 �1313RA CobraTouch PRO (PACP 6.0) 8.0.38 www.cobratec.com Page 573 of 710 P View of PACP 6. 0 inspection 356-204-003 to 356-204-004 LtArem- - Dart TJ me Wea,:her 031242115 00,53.83 Dry Video location 2156-204&o*3-004�3233_03_24_201S« mpg 5 NIA7-H.-P CITY1h". In., Street 664 North Rd HtjDia Width Shaine tylater! ai Circular Clay Tile Add!d! tionzd info 314.1 <Completed Inspection> at 09,18:14 314.1 ManholeV7,,L, Finishing manhole- 356-204-004 291.2 Crack Longitudinal At 3"K, .41T 251,1 Crack Longitudinal At 3 1st 6.000 f, : 221.5 Crack Longitudinal At 8 13 194.3 Crack Longitudinal At 31K,!, Infiltrat 182.0 Crack Multiple At 9 To 3 1st 12.0009 q 142.6 Crack Longitudinal At 2 107.7 Crack Longitudinal At 4 13.9 Infil Weeper At 7 To 5 Page I of 1 [03/31/2015 09:18:54] NIMP17574-1 lx�ltrl � 292.9 Roots Ball Lateral 75 % At 3 292.9 Tap Factory Active At 3 Dia 6.000 s. LFT 255.7 Crack Longitudinal At 3 - I 231.3 Crack Multiple At 7 To 5 Roots 216.0 Tap Factory Active At 3 Dia 6.000 188.8 Tap Factory Active At 3 Dia 6.000 167.1 Crack Multiple At 7 To 5 :79X 137.3 Crack Longitudinal At 2 1st 4.000 r6xFmV— 87.5 Crack Longitudinal At 4 �' "? 0.0 Water Level 20 % 0.0 Manhole Starting manhole: 356-204-003 0.0 <Start inspection> at 08:53:53 OBPA CobraTouch PRO (PACP 6.0) 8.0.38 www.cobratec.com Page 574 of 710 Boynton Beach Len sure Tatal lot) SUNS 314.1 Completed Purpose Sheet Maintenance Iftelat... ........... .. .. FkW IV 292.9 Roots Ball Lateral 75 % At 3 292.9 Tap Factory Active At 3 Dia 6.000 s. LFT 255.7 Crack Longitudinal At 3 - I 231.3 Crack Multiple At 7 To 5 Roots 216.0 Tap Factory Active At 3 Dia 6.000 188.8 Tap Factory Active At 3 Dia 6.000 167.1 Crack Multiple At 7 To 5 :79X 137.3 Crack Longitudinal At 2 1st 4.000 r6xFmV— 87.5 Crack Longitudinal At 4 �' "? 0.0 Water Level 20 % 0.0 Manhole Starting manhole: 356-204-003 0.0 <Start inspection> at 08:53:53 OBPA CobraTouch PRO (PACP 6.0) 8.0.38 www.cobratec.com Page 574 of 710 PlanView of PACP 6.0 inspection 356-204-004 to 356-204-005 L#dre-wi impecdon Datc "rime We at I I,., I 11t 11 Di a 03123/2015 08:39:20 Dry 8 Video location 356-204-004-005_322703_23_2013. mpg Ir -nalp'sw6j] WTV1111juilwob 329.5 Manhole Finishing manhole: 356-204-005 284.6 Crack Multiple At 4 To 8F7' 269.8 Crack Longitudinal At 2 209.7 Crack Longitudinal At 4 X 153.3 Crack Multiple At 7 To 5 WNW 138.4 Crack Longitudinal At 10 1st 5.000 w, OR I "JE 118.7 Crack Longitudinal At 3 1st 4.000^ r" b" 66.4 Crack Longitudinal At 3 1st 12.000r� H ME K"I"i OX Water Level 10 %e 0.0 Manhole t Starting manhole: 356-204-004 0.0 <Start Inspection> at 08:39:20 Page I of 1 [03/3112015 09:06:401 Street 802 North Rd Wid0i Shape Material Circular Clay Tile Additional info 90 15 11 NWA K-11MI SOME= L it ' Boynton Beach Lvii st)ry Total 10." status 329.5 Completed plirpose Short Maintenance Relat... I 's 296.2 Tap Factory Active At 3 Dia 6.000 274.4 Crack Longitudinal At 3 254.7 Crack Longitudinal At 6 Tap FactorY Active At 3 Ura--U-.14YU 142.9 Crack Longitudinal At I X" 123.4 Crack Longitudinal At 3 r! - H ;, 11"',�ILJ 88.0 Tap Factory Active At 3 DIa 6.000 56.0 Crack Longitudinal At 3 1st 6.000 -on 31.1 Crack Longitudinal At 3 1st 12.000 Z` COBRA Cobra-rouch PRO (PACP 6.0) 8.0.38 www.cobratec.corn Page 575 of 710 Google earth feet' --- 300 meters N L, rLik 9 Sok A ,k' o c% W t B oy Aj �oj T; r, oqc,4 Page 576 of 710 Gooearth leet', ------------ -------- -- 300 sle i metersi 100 Nbf"k 't Sbwik Rojd'4�OYN�Ooj Z41A-A Page 577 of 710 00 rn O 578 of 710 o. W ID U 00 oR -r- ❑ C > 10 w . CL E tm ca C: 'd V 0 578 of 710 leet' 300 earth Qr) I I ItUf I Z) aw A Page 579 of 710 Plan View Report MH 806-806-103 to 806-806-104 P 5 R street City 806-806-103-104 East lake dr Boynton Beach Date -rime Weather Flt/Dia Width Shape Material Length Surveyed Total Length Status 05/01/2015 09:17:43 Dry 8 Circular DIP 168.9 Completed Video Name Additional info Purpose Sheet 806-806-103-104_3271_05_01_2015. mpg 19 Maintenance Related i video attached ED= uninspected portion 0.0 <Start inspection> at 09:17:43 Flow TV ° w Missing Missing 0.0 Manhole image Starting manhole: 806-806-103 Missing 136.1 Infil Runner At 7 To 5 At Jnt Missing 0.0 Water Level 10 % image 157.8 Material Change Missing 8.6 Infil Runner At 7 To 5 At Jnt image image Missing 19.8 Infil Runner At 7 To 5 At Jnt image image Missing 25.3 infil Gusher At 7 To 5 At Jnt image image Missing 40.8 General Photo image image Missing 47.6 infil Runner At 7 To 5 At Jnt image Missing 79.7 General Photo image Flow TV ° w Missing Missing 129.9 General Photo image Missing Missing 136.1 Infil Runner At 7 To 5 At Jnt image Missing Missing 157.8 Material Change image pipe change to DIP 31.1 Infil Gusher At 7 To 5 At Jnt Flow TV ° w Missing 6.8 Material Change image pipe change to clay Missing 14.2 Infil Runner At 7 To 5 At Jnt image Missing 24.3 General Photo image Missing 31.1 Infil Gusher At 7 To 5 At Jnt image Missing 42.2 Infil Gusher At 7 To 5 At Jnt image Missing 64.3 Infil Runner At 7 To 5 At Jnt image Missing 80.9 Infil Gusher At 7 To 5 At Jnt image Missing image 130.7 Infil Gusher At 7 To 5 At Jnt Missing image 147.3 Infil Runner At 7 To 5 At Jnt Missing image 168.9 Manhole Finishing manhole: 806-806-104 168.9 <Completed inspection> at 09:30:31 Page 1 of 1 r°:. S Cobra Information Management Software ww1Dff�&t580rbf 710 I leell- -------------- - - ----------------- —100 cs � e, earth n ZU� I �01; A Page 581 of 710 Plan View Report MH 806-806-082 to 806-806-081 P S R Street City 806-806-082-081 36 Clubhouse Ln Boynton each Date Time Weather Ht/Dia Width Shape Material Length Surveyed Total Length Status 03/16/2015 10:53:13 Dry 12 Circular CT 111.5 Completed Video Name Additional Info Purpose Sheer 806-806-082-081_3221_ 3_16_2 IS. mpg N Maintenance Related I 19 = video attached r uninspected portion 111.5 <Completed inspection> at 10:59:35 Missing 111.5 Manhole image Finishing manhole: 806-806-081 issin 64.3 Infil Weeper At 7 To 5 At jnt iMmageg Missing 0.0 Water Level 25 % image Missing 0.0 Manhole image Starting manhole: 806-806-082 0.0 <Start inspection> at 10:53 Flow TV Missing image 82.5 Infil Weeper At 7 To 5 At jnt Missing image 58.2 Infil Runner At 7 To 5 At jnt Page 1 of 1 02 "070 Cobra Information Management Software ww'P-&Y-hUt5ff2rbf 710 leell �400 earth rnetersl 100 1 Page 583 of 710 PlanView of PACP 6.0 inspection 806-806-121 to 806-806-104 ............... ............... PSR 806-806-121-104 05/13/2015 12:59:23 Dry 806-806-121-1043 3000 513_20 1 S. mpg I Q, W =0 . r� 4 RZ11. 0.0 <Start Inspection> at 12:59:23 70.4 Inf 11 Runner At 7 To 5 37 149.6 Tap Factory Active At 3 Dia 6.000 Page 1 of 2 [05113/2015 13:21:391 S e, f, t Esgwex Dr 12 Circular Ductile Ir.. cl�y Boynton Beach 322.9 Completed Maintenance Rela... 1 Am W 9.7 Material Change pipe change to clay E40.3 Infil Dripper At 7 To 5 ir 7 1 82.4 1 nf I I Dripper At 7 To 5 11 F. ' NNOWAGM CobraTouch PRO (P CP 6.0) 8.0.3.9 www.cobratec.co nPage 584 of 710 O'lanView of PACP 6-.0 inspection 806-806-121 to 806-806-104 ........... Da T j A) „� ra 05/13/2015 12:59:23 Dry 806-806-121-104_33000513_20 IS. mpg im-1,19P, =11.1"Min kzA�jl PLO- V A I I 169.7 Tap Factory Active At 3 Dia 6-000Rg mm we I WA, Page 2 of 2 [05/1312015 13:21:391 Esswex Dr 12 Circular Ductile Ir.. Boynton Beach 322.9 Completed Pu . P S b Maintenance Relat... 2 Fkiw W Ir"' ! 170.5 Infil Weeper At 7 To 5 Lj M275.2 Infil Weeper At 7 To 5 299.0 Infil Runner At 7 To 5 311.3 Infil Gusher At 7 To 5 322.9 Manhole Finishing manhole: 806-806-104 322.9 <Completed inspection> at 13:15:00 CobraTouch PRO (PACP 6.0) 8.0.38 www.cobratec.coPage 585 of 710 Go,.�.Sle earth feet 300 n-etersi 100 Page 586 of 710 PlanView of PACP 6.0 inspection 602-604-132 to 602-604-140 Ltnbwm ir tkm 08/03/2015 08:45:48 Dry 602-604-132-140_4450_08_03_2015. mpg 174.7 Manhoie Finishing manhole: 602-604-140 118.7 Tap Factory Active At 9 is 6.000 �& I 85.5 Crack Multiple At 7 To 5 1st 6.000FFM,,",, 6-1 a' Ta 85.5 Infil Runner At 10 To 9 E, 84.3 General Photon' i V 84.3 General Photo 70.5 Crack Longitudinal At 3 Ist 13.000 50.3 Infil Weeper At 7 To 5 44.5 Tap Factory Active At 9 Dia 6.000 41.0 Crack Longitudinal At 4 1st 6.000 0.0 Water Level 20 % 0.0 Manhole Starting manhole: 602-604-132 w,2 Page 1 of 1 [08/03d<.601 j 09:14:57] tart InsDectlon> at 08:45:48 2370 SW 11 Ave ,H t A,i dt shapn mz,,Leri,�I Circular Clay Tile ZONE 4 Boynton Beach 174.7 Completed P Maintenance Relat.. I '!w� 96.8 Tap Factory Active At 3 Dia 6.000 84.5 General Photo 80.6 Crack Multiple At 7 To 5 1st 5.000 SO ,V 60.3 Crack Longitudinal At 3 1st 4.000 L42.5 Tap Factory Active At 3 is 6.000 35.7 Crack Longitudinal At 4 1st 7.000 ;W CobraTouch PRO (P CP 6.0) 8.0.39 www.cobratec.co Page 587 of 710 Go,.,Sle earth leet 400 meters 100 Page 588 of 710 7.E. BIDS AND PURCHASES OVER $100,000 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 REQUESTED ACTION BY COMMISSION: Authorize the City Manager; 1) To send a letter to Palm Beach County opting out of the P25 Migration Interlocal Agreement; 2) Contract with Motorola, the selected vendor, directly for the City's Statement of Work (SOW); 3) Enter into an agreement with Omnicom Consulting Group (OCM) for Implementation support and execute any required documents upon attorney review and approval. EXPLANATION OF REQUEST: In November 2014 the City Commission passed R14-118 entering into an interlocal agreement with Palm Beach County, to be included in the County's planning of replacing its public safety radio system with one that is APCO P25 compliant. As a result of the interlocal the City was included in the County's Design Criteria phase in preparation of the County's Request for Proposal for a Contractor for the new radio system. The County selected Motorola as the radio vendor. As a result of the County selection and in accordance with the Interlocal (Section 6.05 & 6.06) the County, Consultant and City negotiated the City's Statement of Work according to the City Design Criteria Package with Motorola. Motorola's price proposal for the City's Radio System is $416,822 (Includes a 1 year warranty). There will be annual maintenance costs after the warranty period and scheduled software upgrades in years 3, 6, 9, 12 and 15 that are not include in the initial price. These costs would be budgeted in the City's operating budget in the appropriate years. According to the interlocal (Section 6.06), the City needs to either provide the County with the City Radio System Election in order to be included in the County's Installation phase of this project or choose not to be included in the County's installation phase and pursue the installation phase independently. Subsequent to the installation phase the City will need to either purchase or upgrade (if possible) the City's radio inventory. If the City chooses to provide the County with the City Radio System Election the City will need to transfer the following funds to the County (per interlocal agreement) in order for the County to process the necessary change order with Motorola: City's system costs $416,822 10% Contingency 41,682 Consultants Implementation Fee 41,825 10% Contingency 4,182 Total $504,511 If the City chooses to pursue the installation phase independently, the City would need to contract with Motorola and the Consultant individually for the following: Motorola system costs $416,822 Consultants Implementation Fee 41,825 Total $458,647 Motorola has informed the City that they have a financing program that the City could utilize for the City's system costs and purchase of radios (approx. $2.5M) with a 5, 7 or 10 year payback option. If the City pursues the installation independently, the following would need to occur: 1. Enter into an agreement with Consultant for Implementation for $41,825 (included in this agenda approval) 2. Enter into a financing agreement with Motorola for system and radio purchases; a) Cost of system $416,822, Page 589 of 710 b) Purchase of radios $1.9M — $2.1 M (City still finalizing exact number of radios to be purchased), total financed $2.3M - $2.5M Based on financing information from Motorola, a 7 -year lease of $2.5M would have annual payments of approximately $408,000. The first payment would be due 1 year after execution of lease agreement (March/April of 2016). This would allow the City to budget the first payment in FY 16/17. 3. Enter into maintenance agreement with Motorola for annual maintenance costs and scheduled software upgrades, as required. (Future agenda item). Staff recommends opting out of the PBC interlocal, contracting with the consultant for implementation support, and pursuing financing of the radio system and radios directly with Motorola. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT: Consultants implementation fee of $41,825, City would budget the annual lease payment of approximately $408,000 for 7 years beginning in FY16/17. ALTERNATIVES: STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Action Type Howard, Tim Attachment 2/11/2016 - 4:06 PM Attachment Approved Attachment Swanson, Lynn Attachment REVIEWERS: Department Finance Finance Legal City Manager Description Interlocal with PBC Motorola Pricing Proposal Consultant Implementation Proposal Motorola Financing Options Reviewer Action Date Howard, Tim Approved 2/11/2016 - 4:06 PM Howard, Tim Approved 2/11/2016 - 4:08 PM Swanson, Lynn Approved 2/12/2016 - 10:43 AM Howard, Tim Approved 2/12/2016 - 1:22 PM Page 590 of 710 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 X 21 2P' RESOLUTION R14-118 A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, AUTHORIZING THE MAYOR AND CITY CLERK TO SIGN AN INTERLOCAL AGREEMENT WITH PALM BEACH COUNTY REGARDING THE CITY MAINTAINING INTEROPERABILITY WITH IT'S RADIO SYSTEMS AND THE COUNTY'S; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the County is replacing its public safety radio system with one that i APCI P25 Compliant and therefore. if the City wants to maintain the interoperability it currently has, then it needs to move forward with replacing its current radio system with an APCO P25 compliant one as well; and WHEREAS, Palm Beach County requires the attached Interlocal Agreement in order to include Boynton Beach in the planning of their new radio system; and WHEREAS, the City Commission of the City of Boynton Beach upon recommendation of staff, deems it to be in the best interest of the citizens and residents of the City of Boynton Beach to authorize the Mayor and City Clerk to sign the Interlocal Agreement with Palm Beacl- County to maintain the interoperability it currently has with the County and by replacing current radio system with an APCO P25 compliant one. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION C' THE CITY OF BOYNTON BEACH, FLORIDA, THAT: Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed being true and correct and are hereby made a specific part of this Resolution upon adopti, hereof. Section 2. The City Commission approves and authorizes the Mayor and City Cle to sign an Interlocal Agreement between the City of Boynton Beach and Palm Beach County C \Users\p rain itojWppData\LocaWicrosoft\Windows\Temporary Internet Files\Content IE5\9155K2YF\Reso_ i _ILA_with_PBC_APCO_P25radio_system doc Page 591 of 710 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 31 32 3'3 314 35 316 7 8 maintain the interoperability it currently has with the County and by replacing its current radii system with an APCO P25 compliant radio system, a copy of the Interlocal Agreement is attached hereto and made a part hereof as Exhibit "A". C \Use —ILA— M. LA Section 3. That this Resolution shall become effective immediately upon passage. PASSED AND ADOPTED this 18th day of November, 2014. CITY OF BOYNTON BEACH, FLORIDA or – J ry If ayl Mayor – Joe Casello Commissioner – David T. Merker Commissioner ack ray tz"t, �— �-4L ) — Commissioner – Michael. Fitz rick ATTEST: M. Prainito, MMC WLocal\Microsoft\W indows\Tem porary 225radio_system doc Internet Files\Content IE5\9155K2YF\Res Page 592 of 710 R I4-118 INTERLOCAL AGREEMENT This INTERLOCAL AGREEMENT ("Agreement") is made and entered into by and between Palm Beach County, a political subdivision of the State of Florida ("County") and the City of Boynton Beach ("City"), a municipal corporation existing under the laws of the State of Florida. WITNESSETH WHEREAS, Section 163.01, Florida Statutes, permits public agencies to enter into Interlocal Agreements to jointly exercise any power, privilege, or authority which such agencies share in common and which each might exercise separately; and WHEREAS, the County has initiated a P25 Migration Project pursuant to which the County will replace its existing public safety radio system with one that is APCO P25 compliant; and WHEREAS, the City has been interoperable with the County's current public safety radio system since 2000 and desires to continue to receive the benefits of interoperability; and WHEREAS, the City owns a radio system which is connected to the County's public safety radio system through the County's Motorola SmartZoneTM Controller; and WHEREAS, the City wants to replace its City owned system with an APCO P25 compliant system; and WHEREAS, the County and City concur that it is in both parties' best interests to jointly plan, set performance specifications and participate cooperatively in a single procurement process for the replacement of their individual radio systems, and WHEREAS, this Interlocal Agreement provides the framework for the City to make the election (or take the actions) specified in this Agreement and for the County to provide the services in relation to the City's P25 migration project as set forth herein. NOW THEREFORE, in consideration of the mutual covenants, promises and representations contained herein the parties hereto agree as follows. Section 1: Recitals The foregoing recitals are true and correct and incorporated herein by reference. Page 1 of 15 Page 593 of 710 Section 2: Purpose The purpose of this Agreement is to define the relationship between the County and the City by setting forth the parameters under which the County will: (1) facilitate the Consultant's preparation of City's Design Criteria Package; (2) prepare an RFP for the P25 Migration Project which includes the City's Design Criteria Package as an Alternate; and (3) at City's election and cost, contract with the Contractor for the design and installation of the City's Radio System The County will perform project management services for the City. In addition, this Agreement sets forth the City's obligations for funding the County's third party costs and expenses relating to the City's Radio System. Section 3: Definitions 3.01 Alternate: A portion of the RFP which describes a discrete scope of work for which a response is mandatory, and which work must be performed by the respondent to the RFP, if City in its sole discretion makes the Radio System Election as set forth herein, despite the fact that the respondent will not know whether that discrete scope of work will actually be awarded as part of the P25 Radio System Contract. 3 02 Board: The Palm Beach County Board of County Commissioners. 3.03 CID: The Capital Improvement Division of the FDO Department CID is responsible for the administration of the Consultant's and Contractor's contracts. 3.04 City: City of Boynton Beach, a municipal corporation of the State of Florida. 3.05 City Consultant Services Authorization (City CSA): Written document describing the Consultant's work effort necessary to; 1) prepare the City Design Criteria Package, 2) provide installation administration services, 3) provide project close-out services, and 4) authorize any other work, allowed pursuant to the Consultant contract, requested and approved by the City Representative. 3.06 City Contingency: Ten Percent (10%) of the cost of the City CSA and Ten Percent (10%) of the cost of the City SOW to be transferred to the County by the City; 1) at the time of City Design Criteria Election, and 2) at the time of City Radio System Election The contingency to be transferred at the time of Radio System Election is equal to 10% of the cost of the City SOW and 10% of the costs of the Consultant's installation administration services. The City Contingency can be used by the City to fund changes made necessary by, 1) requests of the City, and/or 2) errors and/or omissions of the Consultant during the design/implementation phase, and/or 3) unforeseen conditions as defined by the P25 Radio System Contract. Page 2 of 15 Page 594 of 710 3.07 City Design Criteria Package: The Consultant's work product in response to the City CSA. The City Design Criteria Package will specify performance based criteria for the City Radio System which may include material quality standards, conceptual design, budget restrictions, schedule and other requirements to accurately reflect the required project elements such as conducting field surveys, and performing propagation analyses. 3.08 City Design Criteria Package Election: A written notification which at a minimum contains a; 1) statement that the scope of work for the City CSA is final, 2) certification that the City accepts the Consultant's proposed cost for the City CSA, 3) a monetary transfer in an amount equal to 110% of the cost of the City CSA, 4) identification of the City Project Manager, and 5) certification that the City Representative has the authority to make the City Design Criteria Package Election 3.09 City Project Manager: The Chief of Police, or his designee, that is the primary City point of contact for the County Project Manager with respect to the administration of the City CSA and the City SOW. This person shall act on behalf of the City and be responsible for making timely decisions, approvals (either approving or securing City approval), processing accounting approvals, and authorizing City initiated change orders and funding transfers. The City Project Manager shall not directly communicate with the Consultant or the Contractor but instead shall communicate with the County Project Manager unless otherwise authorized by the County Project Manager 3.10 City Radio System: A City owned and operated P25 compliant public safety radio system 311 City Radio System Budget: The total of the City CSA plus 10% contingency, the City SOW plus 10%, and any other funding that may be required by the County to complete the City's CSA or City SOW, approved by the City and transferred to the County from time to time 3.12 City Radio System Election: A written notification which at a minimum contains a, 1) statement that the City concurs with the County's selection of a Contractor, 2) certification that the City accepts the scope, terms, conditions and costs of the City SOW, 3) certification that the City accepts the costs of the Consultant's cost for construction administration, 4) monetary transfer in an amount equal to 110% of the cost of the City SOW plus 110% of the Consultant's installation administration services, and 5) certification that the City Representative has the authority to make the City Radio System Election. 313 City Representative. The City Manager or designee who has the authority of the City to obligate the City pursuant to this Agreement, after adhering to City adopted policies and procedures Page 3of15 Page 595 of 710 3.14 City Statement of Work (SOW): The specific scope of work for the City Radio System which is negotiated with the selected Contractor and, at a minimum, includes provisions describing the responsibilities of the Contractor, defining the conditions of sale, delivery, installation and acceptance testing, detailing the system parameters, identifying unit quantities, detailing the cut -over plan and containing the price and schedule for the proposed City Radio System 315 Consultant- RCC Consultants Inc., a professional engineering firm awarded a continuing services agreement by the County. 3.16 Consultant Services Authorization (CSA): A written task order issued against the Consultant contract which describes the scope of services to be performed, the cost for services and the timeframe for completion. 3.17 Contractor: The properly licensed vendor awarded a contract by the County for the P25 Migration Project. 3.18 County Palm Beach County, a political subdivision of the State of Florida. 3.19 County Proiect Manager The Capital Improvement Division Director, or his designee, that is responsible for the management of the Consultant contract and the P25 Radio System Contract. 3 20 County Representative. The FDO Director, who is given the authority to obligate the County in accordance to County adopted policies and procedures. 3.21 Electronic Services and Security Division (ESS): The division of FDO responsible for administration and management of the County's Radio Systems. 3.22 Facilities Development & Operations Department (FDO). The County Department responsible for oversight of ESS and the design, construction, management and operation of County electronic systems under the jurisdiction of the Board. 3.23 P25 Migration Proiect: The replacement of County's existing public safety radio system (in whole or in part) to a system which is compliant with the Association of Public -Safety Communications Officials (APCO) P25 standards which includes fixed transmitting and receiving equipment, a microwave system for communications between sites, remote and prime site control and management equipment, dispatch consoles and related equipment. 3.24 P25 Radio System Contract. A binding agreement between the County and the Contractor which sets forth the requirements for the P25 Migration Project including the cost thereof Page 4 of 15 Page 596 of 710 3.25 RFP: County issued request for proposals for a P25 Migration Project which will, upon City election, include the City Design Criteria Package as an Alternate. 326 SmartZoneTM Controller: The Motorola SmartZoneTM Controller is the central computer that currently manages and controls the operation of the County's and City's Public Safety Trunked Radio Systems. The SmartZoneTM Controller manages access to system features, functions, individual radio users and talk -groups. Section 4: Proiect Management Services 401 The County shall provide project management services throughout all phases of the P25 Migration Project. The County shall also provide project management services related to the City CSA and the City SOW. 4 02 The County shall have the full authority to take all actions and make all decisions necessary to prosecute the work associated with awarded contracts including on those portions of the work undertaken on the City's sole behalf. In such capacity, the County shall use it best professional judgment in determining which matters are of a nature and magnitude where consultation and approval of the City Project Manager must be obtained prior to authorizing an action. In general, matters which are routinely addressed with, or require approval of ESS, will require the approval of the City Project Manager. Matters which are routinely addressed with or require the approval of the Director, Facilities Development & Operations, will require the approval of the City Representative. However, when a specific provision of this Agreement requires City approval or consultation prior to the County taking action, such specific provision shall be applied to that specific approval requirement. 4.03 Pursuant to the requirements of Section 287.055, Florida Statutes (the Consultants' Competitive Negotiation Act), the County has selected RCC Communications, Inc. for a continuing contract related to the County's Public Safety Radio System, which includes the preparation of the design criteria package for the County's migration of its current public safety radio system to one that is in compliance with APCO P25 compliance standards. 4.04 The County shall cause the Consultant to create a vendor neutral design criteria package that will form the basis of a competitive Request for Proposals (RFP) for a contractor to implement the P25 Migration Project. The County shall conduct the RFP pursuant to County code, policies and procedures. 4.05 The County shall use its standard form contract for design and construction service authorizations and/or work orders which incorporates all provisions required by state statute, local laws or policies, including but not limited to, payment and performance bonds and insurance requirements. Page 5 of 15 Page 597 of 710 4.06 The County shall negotiate the fees associated with the Consultant and/or Contractor contract and pay each Consultant and/or Contractor from the funds provided by the City for that purpose pursuant to Section 9 of the Agreement. Section 5: Design Criteria Phase 5.01 The City Project Manager and the Consultant shall develop a scope of work by which the Consultant can develop the City Design Criteria Package sufficient to allow a design -build contractor to respond to the RFP. Using the scope of work identified by the City, the County Project Manager shall negotiate the Consultant's costs, which together comprise the City CSA. When the City is satisfied with the proposed City CSA, it shall provide the County with the City Design Criteria Election. The City must make the City Design Criteria Election no later than 30 days after the Effective Date of this Agreement. Upon receiving the City Design Criteria Election, the County shall enter into a City CSA on behalf of the City 5 02 Upon County execution of the City CSA, the County and Consultant will diligently begin work on the City CSA. 5.03 The Consultant will concurrently provide the City and County Project Managers with copies of all deliverables and submittals required by the City CSA for review and comment. The County Project Manager shall meet with the City Project Manager and Consultant(s), if necessary, to review the deliverables and submittals. The Consultant shall provide the County and the Project Managers with written reports containing all comments resulting from all submittal reviews. The County and the City Project Manager shall review the written reports to ensure that the Consultant addresses each comment and incorporates changes approved by the City into the work product. 5.04 The City may make changes to the City CSA by having the City Representative request that the County Representative amend the City CSA and providing the same notification with regard to the change request as the City provided for the City Design Criteria Election. Upon receipt of the City's request to change; the County shall enter into an amendment to the City CSA. Funding for any City CSA amendment will be as described in Section 9. 5.05 The County Project Manager shall administer the City CSA in accordance with the Consultant Contract and the City CSA. In the event of a conflict between the Consultant Contract and the City CSA, the terms of the Consultant Contract shall prevail. 5.06 At any time during the term of this Agreement, the City may request that the County cause the Consultant to perform service provided for in the Consultant's contract other than those provided for in the City CSA. The City's request for other Page 6 of 15 Page 598 of 710 services shall be in the same format and content as the City Design Criteria Package Election 5.07 If the City terminates this Agreement after the Consultant has delivered the Design Criteria Package to County, then the County shall provide the City Design Criteria Package to the City. Section 6: Request for Proposals (RFP 601 The County shall prepare a RFP for a Contractor which includes an Alternate encompassing the City's Design Criteria Package and which may be awarded to the Contractor, at the City's election. The RFP shall contain language clearly indicating that the City's Design Criteria Package is a mandatory component, which may or may not be awarded in the City's sole discretion, and that the unit or component prices included in the Alternate shall be identical to those unit or component prices included in the bid for the County's P25 Migration Project. The City Radio System Election may, or may not be made by the City, in its sole discretion, and the proposer will be bound by its responses to the County portion of the RFP regardless of whether the City chooses to make the City Radio System Election. 6.02 The City shall be invited and encouraged to participate in all aspects of the RFP and the selection of a Contractor, but shall not have a representative sit as a voting member of the final selection committee. If the City does not concur with the results of the County's selection of a Contractor, the City may terminate this Agreement. 6.03 Despite not having a representative of the City as a voting member of the final selection committee for the Contractor, elected officials of the City shall comply with Sec. 2-355, Palm Beach County Code of Ordinances with regard to communication with respondents to the RFP The County Representative shall provide to the City's elected officials the same notifications with regard to the cone of silence to City elected officials as he/she does to the Board. Employees of the City shall comply with the terms of the RFP with respect to directing communications to and from potential respondents about the RFP 6 04 After the selection committee's recommendation has been considered by the Board, the Board may direct County Representative to begin negotiations with the selected contractor. Within 30 calendar days of the Board's direction to County staff to commence negotiations, the City Representative shall advise the County Representative as to whether the City desires that the County negotiate the selected contractor's City SOW. 6.05 The County Project Manager and Consultant shall negotiate the City SOW according to the City Design Criteria Package and the Contractor's proposal. The County Project Manager shall coordinate the negotiations with the City Project Manager so that the City can reasonably participate in the negotiations. Page 7 of 15 Page 599 of 710 6 06 Upon completion of the negotiations with the selected contractor for the City SOW, the County will transmit a copy of the proposed City SOW to the City for review and final comment Concurrent with the transmittal of the City SOW, the County shall also transmit the terms pursuant to which the County will allow the City to use assets of the County's P25 Radio System on an on-going basis. The City shall have no more than sixty (60) calendar days from the receipt of the transmittal for the City to provide the County with the City Radio System Election. If the City chooses not to make the City Radio System Election within 60 calendar days, the County shall have the right to terminate this Agreement. Section 7: Desian and Installation Phase 7.01 The County Project Manager shall conduct a pre -work conference for attendance by the Consultant, City Project Manager, the Contractor and all other interested parties. 7.02 The County Project Manager and the Consultant shall provide installation administration services described in the City CSA and the City SOW. Examples of such services are: 1) reviewing and commenting on shop drawings; 2) administering coordination meetings; 3) making recommendations on change orders; 4) measuring, estimating and calculating quantities of work and certifying estimates and vendor/installer payments; 5) performing and reporting on field testing of materials and equipment, 6) identifying and resolving technical problems encountered during implementation; 7) conducting on-site inspections of all facilities and equipment installations, certification of equipment operating parameters, verification of system integration and integration with existing systems and equipment; 8) participating in site acceptance testing, reviewing and verifying all test data to determine whether site and equipment performance is in compliance with the City SOW; and 9) participating at system acceptance testing including staging at the manufacturer's facilities and in the City after its installation. 7 03 The County Project Manager shall review the payment applications submitted by the Contractor for completeness and conformance with contract requirements, Certification of the amount(s) to be paid shall be determined with the Consultant after consultation with and approval by the City Project Manager. Copies of the applications for payment shall be sent to the City Project Manager after County approval of payment application. 7.04 The City may make changes to the City SOW by having the City Representative request that the County Representative amend the City SOW and providing the same notification with regard to the change request as the City provided for the City Radio System Election. Upon receipt of the City's request to change; the County shall enter into a change order to the City SOW. Funding for any amendment to the City SOW will be as described in Section 9. Page 8 of 15 Page 600 of 710 Section 8: Project Close -Out 8.01 The County Project Manager and the Consultant shall provide project close-out services in accordance with the City CSA and City SOW. Examples of those services are: 1) review of general accuracy of information submitted and certified by the Contractor; 2) preparation of electronic Auto CAD 2013 record drawings based on information furnished, including significant changes in the work made during implementation; 3) during final inspection assist in the development of the list of items to be completed; 4) assist with acceptance testing, system certifications and inspections to verify final completion of the list of items and the work; and 5) obtain and compile all required close-out documentation including but not limited to record drawings, approved final permits, certificates of occupancy, certificates of completion, product and contractor warranties, training material and user manuals etc 8.02 No earlier than the successful completion of the City Radio System acceptance testing and no later than concurrent with the closeout of the P25 Radio System Contract, the County will. 1) convey, via bill of sale to the City, all assets that are the subject of the City SOW; and 2) assign all warranties to the City that are the subject of the City SOW. The exact time for conveyance and assignment will be agreed upon by the County Representative and City Representative. 8.03 The sole responsibility for maintenance of the City Radio System, and the costs thereto, shall pass to the City concurrent with the conveyance of the assets and assignment of warranties described above. 8.04 The City and the County will create a separate agreement, or amend the existing agreement, for the City's ongoing use of any County P25 Radio System assets Section 9: Project Funding, Payments and Change Management 901 The City shall be responsible for all costs associated with the City CSA(s) and City SOW. City's funding responsibilities shall include, but not be limited to, all procurement costs, the costs of frequency management services, application and permit fees to governmental entities, surveys, geotechnical investigations, field coverage testing, utility connection charges, out of pocket costs and expenses incurred by the County in the performance of, or directly related to, this Agreement, and all expenses, fees or costs that are reasonably incurred by County and/or required to complete the City CSA and City SOW. 9.02 The County is solely responsible for funding all costs or services associated with; 1) the County's staff and County program management services, and 2) litigation with Consultant or Contractor resulting from the County's administration of the City CSA and City SOW, provided however that the litigation is not the result of any action of the City. Page 9 of 15 Page 601 of 710 9.03 All funds sent by the City to the County will be placed in a separate unit within the County's budget entitled "Boynton Beach Radio System" which will become the City Radio System Budget. All funds transferred by the City to the City Radio System Budget must not be the subject of any contractual obligations, express or implied. 9.04 All expenditures authorized by the City pursuant to this Agreement will be made from the City Radio System Budget. City Radio System Budget shall not be used for expenses pursuant to Section 9 02. 905 Although contingency funding will be transferred at different times throughout the Agreement, the City contingency funds are cumulative and maintained as a single contingency until the City Radio System is completed. 9.06 City acknowledges that the County will not contribute any funds to the City CSA and City Radio System, and as a result, the City is encouraged to allocate sufficient funds to allow the City to maintain its own contingency account in the event that the costs exceed the City Radio System Budget. The County Representative will immediately notify the City Representative by email at any time that the costs of the City Radio System are projected to exceed the City Radio System Budget for City approval of scope reductions or increases to the City Radio System Budget. 9 07 Change requests approved by the City which do not impact the cost of the City SOW, may be authorized by the County Project Manager on the signature of the City Project Manager. Change requests approved by the City which impact the cost of the City SOW, but which can be addressed through the use of the City Contingency, shall be authorized by the County upon the signature of the City Representative 9.08 Change requests approved by the City which cannot be funded from the contingency and will require additional contributions from the City, shall require County email notice to the City Representative and City Project Manager along with options, if any, for resolution of the change request along with the estimated costs The City shall select, and approve by return email to County, an option within seven (7) business days of County's email notice, or 24 hours prior or the date a critical path will be impacted, whichever is shorter. If the scope of the change requires an increase in the City Radio System Budget, City shall within twenty (20) days provide its approval of the change constituting agreement to increase the City Radio System Budget which must be accompanied by a transfer of funds sufficient for the change order and an additional 10% 9.09 The Director of FDO shall have the authority to execute all documents pertaining to the City Radio System, without further Contract Review Committee or Board of County Commissioner review, after receiving City approval to execute the documents pursuant to this Agreement. However, all such documents shall be reviewed for legal sufficiency prior to execution by the Director of FDO. Page 10 of 15 Page 602 of 710 9.10 One hundred (100%) of any funds remaining in the City Radio System Budget will be refunded to the City within thirty (30) days of; (1) the date of the termination of this Agreement, or (2) the date of the close-out of the P25 Radio System project, whichever is earlier. 9.11 In the event that the Contractor fails to comply with the P25 Radio System Contract requirements and County relies on the Contractor's surety bond to cure the default, County agrees to hold City harmless from any cost beyond that which was contemplated by the scope of the City SOW at the time of default Section 10: Liability and Insurance 10.01 The parties to this Agreement and their respective officers and employees shall not be deemed to assume any liability for the acts, omissions and negligence of the other party. Furthermore, nothing herein shall be construed as a waiver of sovereign immunity by either party, pursuant to Section 768.28, Florida Statutes 10.02 Without waiving the right to sovereign immunity as provided by Florida Statutes Section 768.28, the parties acknowledge that they are each self-insured for general liability under Florida sovereign immunity statutes with coverage limits of $200,000 per person and $300,000 per occurrence, or such monetary waiver limits that may be established by the Florida legislature. Section 11: Term The term of this Agreement shall commence upon execution of the Agreement by the County (Effective Date) and shall extend for three (3) years or until the completion of the City Radio System, whichever is longer, unless terminated pursuant to Section 12 of this Agreement The City and County can mutually agree to extend this Agreement for any duration acceptable to both parties Section 12: Termination 1201 The City and County may unilaterally terminate this Agreement as provided in other sections of this Agreement. At any time prior to the County's receipt of the City's Radio System Election, the City may, for any reason, terminate this Agreement. In the event the City terminates the Agreement, the City shall provide written notice to the County. Within 5 business days of County's receipt of notice, the County shall terminate the services of the Consultant pursuant to the terms of the Consultant contract and the City agrees that it will reimburse the County for all costs incurred up to the date of the termination of the Consultant's contract. 12 02 At any time prior to the County's receipt of the City's Radio System Election, the County may, for any reason, terminate this Agreement by providing written notice to the City which shall be effective immediately upon receipt. The County shall Page 11 of 15 Page 603 of 710 terminate the services of the Consultant pursuant to the terms of the Consultant contract and the City agrees that it will reimburse the County for all costs relating to the City CSA incurred up to the date of the termination of the Consultant's contract. 12.03 In the event the County receives a City Radio System Election from the City, then thereafter, neither party shall have the right to terminate this Agreement unless the other party is in default of its obligations contained in this Agreement. Section 13: Notices Any notice given pursuant to the terms of this Agreement shall be in writing and done by Certified Mail, Return Receipt Requested. The effective date of such notice shall be the date of receipt, as evidenced by the Return Receipt. All notices shall be addressed to the following: As to the County: County Administrator 301 North Olive Avenue West Palm Beach, FL 33401 Director, Facilities Development & Operations 2633 Vista Parkway West Palm Beach, FL 33411 With a copy to: County Attorney's Office 301 North Olive Avenue West Palm Beach, Florida 33401 As to Boynton Beach - City Manager, City of Boynton Beach 100 E. Boynton Beach Blvd. Boynton Beach, FL 33425-0310 With a copy to. Chief of Police 100 East Boynton Beach Blvd. Boynton Beach, FL 33435 Page 12 of 15 Page 604 of 710 Section 14: Applicable Law / Enforcement Costs This Agreement shall be governed by the laws of the State of Florida. In any litigation brought by a party to this Agreement to enforce the terms of this Agreement, each party shall bear its own costs and attorney's fees incurred in connection therewith. Section 15: Filing A copy of this Agreement shall be filed by Palm Beach County with the Clerk of the Circuit Court in and for Palm Beach County. Section 16: Delegation of Dut Nothing contained herein shall be deemed to authorize the delegation of the Constitutional or Statutory duties of any party Section 17: Time is of the Essence Time is of the essence with respect to the performance of every provision of this Agreement in which time of performance is a factor. Section 18: Non -Discrimination The parties agree that no person shall, on the grounds of age, race, color, sex, national origin, disability, religion, ancestry, marital status, familial status, sexual orientation, gender identity and expression, or genetic information be excluded from the benefits of, or be subjected to any form of discrimination under any activity carried out by the performance of this Agreement Section 19: Force Majeure Any party delayed by a Force Majeure Event, as defined herein, in performing under this Agreement shall use reasonable efforts to remedy the cause or causes of such Force Majeure Event. A delay due to a Force Majeure Event shall serve to toll the time to perform under this Agreement. "Force Majeure Event" shall mean any act of God, fire, flood, earthquake, explosion, hurricane, riot, sabotage, terrorist attack, windstorm, failure of utility service, or labor dispute. Section 20: Inspector General Audit Requirements Palm Beach County has established the Office of the Inspector General in Palm Beach County Code, Section 2-421 - 2-440, as may be amended. The Inspector General is authorized with the power to review past, present and proposed County Page 13 of 15 Page 605 of 710 contracts, transactions, accounts and records. The Inspector General's authority includes, but is not limited to, the power to audit, investigate, monitor, and inspect the activities of entities contracting with the County, or anyone acting on their behalf, in order to ensure compliance with contract requirements and to detect corruption and fraud Failure to cooperate with the Inspector General or interfering with or impeding any investigation shall be a violation of Palm Beach County Code, Section 2-421 - 2- 440, and punished pursuant to Section 125 69, Florida Statutes, in the same manner as a second degree misdemeanor Section 21: Construction No party shall be considered the author of this Agreement since the parties hereto have participated in extensive negotiations and drafting and redrafting of this document to arrive at a final agreement. Thus, the terms of this Agreement shall not be strictly construed against one party as opposed to the other party based upon who drafted it In the event that any section, paragraph, sentence, clause, or provision hereof is held by a court of competent jurisdiction to be invalid, such shall not affect the remaining portions of this Agreement and the same shall remain in full force and effect. Section 22: No Third Party Beneficiary No provision of this Agreement is intended to, or shall be construed to, create any third party beneficiary or to provide any rights to any person or entity not a party to this Agreement, including but not limited to any citizen or employees of the County and/or City. Section 23: Effective Date This Agreement shall be expressly contingent upon the approval of the City Commission of the City of Boynton Beach which must be followed by the approval of the Palm Beach County Board of County Commissioners and the Agreement shall become effective only when signed by the City Commission of the City of Boynton Beach followed by the signature of the Palm Beach County Board of County Commissioners. The remainder of this page is left intentionally blank Page 14 of 15 Page 606 of 710 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above ATTEST: SHARON R. BOCK CLERK & COMPTROLLER By: Deputy Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: By: County Attorney ATTEST: CITY CLERK By. City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY By. , City Attorney PALM BEACH COUNTY, a political subdivision of the State of Florida APPROVED AS TO TERMS AND CONDITIONS: By: Audrey Wolf, Director Facilities Development & Operations CITY OF BOYNTON BEACH, a municipal corporation of the State of Florida Page 15 of 15 Mayor Page 607 of 710 Facilities Development & Operations Department 2633 Vista Parkway West Palm Beach, FL 33411 Telephone - (561) 233-0200 Facsimile - (561) 233-0206 www pbcgon com,fdo 0 Palm Beach County Board of County Commissioners Pn�,cilla A Taylor, Mayor Paulette Burdick, Vice Mayor Hal R Valechc Shelley Vana Step cn L Abram, Mary Lou Berger Jess R Santamaria County Administrator Robert Weisman, P E "an Equal Opportunity A/frnmtire Action Emplo"er October 24, 2014 Chief of Police Jeffrey Katz Boynton Beach Police Department 100 E Boynton Beach Blvd. Boynton Beach, FL 33435 Dear Chief Katz: Enclosed please find three (3) P25 Migration Interlocal Agreements for consideration and approval by your City Commission. If the agreement meets with the approval of the Commission, kindly return the three (3) original executed Agreements to the following: Denise Coffman Business & Community Agreements Manager PBC Facilities Development & Operations Department 2633 Vista Parkway West Palm Beach, FL 33411-5603 Upon receipt, we will move forward to obtain final County approval and execution and I will forward both an electronic copy and a fully executed original to you for your files. If you have any questions or concerns, please do not hesitate to let me know. Sincerely 1 L. Denise Coffma Enclosures: Interlocal Agreements (3) cc: Lori LaVerriere, City Manager City of Boynton Beach 100 E Boynton Beach Blvd, Boynton Beach, FL 33425-0310 Tim Howard, Director of Financial Services City of Boynton Beach 100 E Boynton Beach Blvd. Boynton Beach, FL 33425-0310 Page 608 of 710 PROJECT NO, 14212 PRICE PROPOSAL BOYNTON BEACH RADIO SYSTEM oz==. mom RCLA MO MOTOROLA S@LWJj,� Page 609 of 710 TABLE OF CONTENTS Section C-2 Boynton Beach Price Proposal (Exhibit "C-2" to the RFP) .............................................................. C-1 Introduction................................................................................................................................. C-1 1. Proposal Pricing for Boynton Beach ........................................................................................ - .1 Dispatch Center Equipment .................................................................................................. C-3 2.2 RF Communications Site ....................................................................................................... C-4 2.3 Training ................................................................................................................................. C-5 2.4 Recommended Spares and Test Equipment ......................................................................... - 2. Software Upgrade and Technology Refresh .......................................................................... C-7 2.6 Maintenance Services ........................................................................................................... C-8 Palm Bea -.h County, Florida BOYNTON BEACH RADIO SYSTEM EDMotorola Solutions Confidential Restricted May 21, 2015 Use or disclosure of this proposal is subject to the restrictions on the cover page. TableVont i aggtl 0 of 710 BOYNTON BEACH PRICE PROPOSAL (EXHIBIT "C-2" TO THE RFP) INTRODUCTION -*- your technical• R Motorola's proposal allows the City of Boynton Beach to leverage economies of scale and receive excellent value and pricing through a shared implementation. Additionally Motorola's proposal will allow the City of Boynton Beach to leverage your existing MCC 7500 consoles to realize a greater return on your legacy investment. to move forward following contract award and system staging of the primary County solution - -zdditional costs could be required. MotorolaPalm Beach County, Florida EDSolutions Confidential:. 1 .�...� .-.- Boynton Beach Price Proposal (Exhibit "C-2" tot Ra9e 6c'i'1 of 710 hl V Page 612 of 710 ai N A W � d V1 L N W py Co. O L O. w, ®. O LD N yc 0 "o 0 0 m tr •v o `o m m gn hl V Page 612 of 710 N= r t d r N L N N y m O pp 20 m CLi C. O N N yLD C O �o e w LD o m ;s 0.2 `o E m 0 ro m Of .O 7 d (D m v c 0 E� LLtA� 7 C Q O W � � m O U.) Z cc a) 0 m®Z a.¢m W Page 613 of 710 w u i 1 C41 C41 !®N!®' 1 c-41 c7i 1 1 en < 1 Ln J 1 1 tD 1 100 N 1 ioo ZIr4l j 1 CD 00 i 1 LO 4; Co CD C) .r r� i T -q i tD cli ca IL 1 tD 1 0 00 r4 Ln N i 1 %-q r4 q* t (j N H yyo CL 01 4.41 MI rA ILL ci CL 0 —0 uj ca to a 0 t 04 - — — — - — --------- lqr C.4 Ln �001 w z " 1 001 (D M3, I A 0 a) WLu Lij C -A C4 MA 0 21 Ix Al Lni Q, 1 r C) 41 Y 0 u U- uj 1 LU cr LU LU LU 151 0 Cl) E Sl C m 1 uj I LU C( tio ui wl 1=1 LU uj Uj Oc 01 cr 1 11:10 uj 0 is! 'luil ol w cf q! R q I I —ILUI I 5 0 — a)1Lu I i Wl al -;r EL I I D u I a. 'Z�l ui 1 a' cf 0 aj 1 UJ UJ W E LU CL to i i!LU� MW 0 01 1 r 01 —1 tAl 0 M cr Cy 1 04-1,01 cr U-1 to 'Fu (51 LU < Ln E 11 20 11 i ml cl E a < cul 01 w =1 El ml r-11 0011 tmLO 0 1 r 2 Un 1 E tA — 1 — � Lu r E 0 C 1 Z 0 u 1 Ul 1 '32 .0 01 01-0� I m CLI .2 1 2 w El-wl m < cri j% QJ I L4 m U > Qg CLI �u -C LO) cu 0 r CU 1 LU LO Z U 1 u 1 U N! 0 CN 49 i U) i CU Ch m 4 cri -�� m 4J 1 & 1 L*l Ln 3t i 4W 0 z L=L Ll L.L 1 2 1 Eo> CN Ln ILA CL WCLO a. < m Page 614 of 710 I L-; j P, 100 100 1 1 06 100 In LU ED z 'd ai AD 0) M cc 2 i 8 00 CLE 2c CLr - CL 0 LO to 6.2 LD 0 z - A Page 615 of 710 C N�r, �; ro � o m U u00 w = 00 eV rL 'q=ce Q N u m a aLIZ U mis8 2 o m m as J z co b yc N o v � .1 LD ;ca d N v _u = .9 S U Q cr 4 W m O N' m or C cr W N' H UJ C�8 Q N ca Or LU in 0 4- C E W O ® 5ca d CL uj cc yJ v va E - Oc cn a CL .= 4r aEi t dLU d uj 2H ® ++ ,Q : i m V, W y d � r N w Vf 0 V ++ C a C Oa W c m d v a E ++ Z ro� U W E L �9yD t 4m, ELLI w ow Urn CL U +r w va G M LL vv tA LLm� U O = y ® d v m =2w a Q. E E E ® ,_ tE-m o .y o 0 0 O p 0LO Z � IL � s , oj} H * EeLD a¢m Page 616 of 710 I I ELID 0 v 09 k � � �/ LU 0 Ln W I E 0 v 09 LU 0 0 kƒ§ 2 �— m 0 to Z to C14 4) CL In 0 z E L) >- 6 (L 0 (L < m 0 Page 617 0 710 lD m N d N lD m O ri m LD Ot (D m N 00 ri m N d U P- LD N 0) -i W r� tri a' un N ri cn W rq r. ri r` a CD m r h ri H tD m r d° N lD m N N ri m N ri N m ri � ra N M .-q Wt cv a 4 i h h V1, V11- lf� 14 Vin 0non 2a 0 m �w no w we c N o�652 v ME w N y2 k 90 W w �O p `o a D M z — — — — a r m 0 0 m •dh H Qj 2-0 cu tA cu m C: (D r_ i., I I m 1ritDiail b od 1 r, 1 m 1 m I J, -t 1 1 w Go r, Ln 1,11 1 1 1 11 N I! T -q 1 o i q* cn i P, C) I I" D !,011 1! N 11 1 T-7 '411 _.5$.e...,,I N fl V di cp Q r.. cn! CA! I r-'! ,t! N! cn! zt rj 11 N Lnu col! f 11 ch 74 C� CIL N Ln I � 'I 'I r -I co m 1 I cv 1,411 LAIII Cr In eqlI I IL cr�l I 11 Ln 4, LL 14j-, vs.! V). 1 H R Ln Ln Ln w T® 8 CL C CL 0 Ma W, NNe 1 v I LD 0 wMA w Lu 101 1DI w w 2.2 0 D QL CD cWry 0 E � £ 2 � / 2 � \ k \§ yp $ «no $ J� § _05 0 X77 k mak§LO k (DILE 2 m0z 7 0\) $ Page 620 0 710 consulting group December 18, 2015 Mr. Richard Avery Palm Beach County Facilities Development and Operations Department Capital Improvements Division 2633 Vista Parkway West Palm Beach, Florida 33411 RE: Proposal for Project 14212 — Public Safety Radio System - P25 Upgrade Project - Implementation Support for the City of Boynton Beach Dear Mr. Avery: Based upon your request, Omnicom Consulting Group, Inc. (OCG) submits this proposal to Palm Beach County to provide radio communications consulting services required to support the implementation of the proposed P25 Radio System for the City of Boynton Beach. The services proposed herein reflect our understanding of the requirements for consulting services related to the implementation phase of the P25 Upgrade Project. OCG's proposed work plan is as follows: Work Plan Task 1: Attend Kick-off Meeting & Participate in Customer Design Review The kickoff meeting will formally initiate the implementation of the new radio system. OCG will participate in the project kickoff meeting with the City's project team and Motorola's representatives. A Customer Design Review (CDR) will be conducted by Motorola to thoroughly discuss their proposed system configuration prior to the ordering and manufacturing of equipment and software. OCG will review all vendor equipment submittals and any request for substitute in this phase of the implementation. The CDR document identifies all required equipment, equipment locations, software, system diagrams and any customization as required by the City. OCG will review Motorola's initial draft of the CDR documents, RF site plans, and dispatch center designs, and will participate in project meetings and discussions to finalize the document. OCG will also assist in resolving other technical issues as well including the radio system coverage design and other design problems as they may arise. Task 2: Review and Approve Factory Acceptance Test Plans and Attend P25 System Staging The City's P25 radio system will be staged together with the County's radio system in Motorola's facility in Schaumburg. OCG will attend the P25 radio system staging in Schaumburg. In advance of the system y Page 621 of 710 Richard Avery December 18, 2015 Page 2 staging, OCG will review and approve the factory acceptance test plans to ensure that the test plans are complete and that all systems are factory tested in accordance with the agreed in the contract. At the conclusion of system staging, OCG will develop a punch list of items to be completed prior to shipment of the equipment to the field. Finally, OCG will monitor the vendor's reported progress on the punch list items to ensure they are completed; however, OCG's proposal includes attending the P25 System Factory Staging once and does not include additional trips to perform any on-site inspection to physically verify completion of punch list items. Task 3: Inventory Received Equipment Based on the Motorola -provided equipment list OCG will inventory the received equipment to verify its completeness. Punch list items from factory system acceptance that can be visually inspected will be verified during the inventory process. Task 4: Regulatory Compliance Reviews OCG will review Motorola's prepared documentation for Federal Aviation Administration (FAA), Federal Communications Commission (FCC), local zoning and planning filings as required. OCG will also assist the City in ensuring that Motorola meets all regulatory requirements. Task 5: P25 System Inspection and Field Acceptance Testing Throughout the duration of the project, OCG will perform progress inspections of the vendor's installations at the P25 sites. In addition, at a minimum of two weeks prior to the scheduled field acceptance testing, OCG will perform inspections of the P25 system. OCG will verify that all required equipment is properly installed as defined in the CDR document and the manufacturers' specifications. OCG will develop a punch list of deficiencies that must be corrected prior to field acceptance and prior to final acceptance. As required, OCG will re -inspect the installations prior to field acceptance testing and upon notice from Motorola that all punch list items have been completed. If the required punch item deficiencies have been completed, OCG will schedule the field inspection testing with the City and Motorola. OCG will participate in and document the field acceptance testing in accordance with the contract documents. It is Motorola's responsibility to perform the tests and provide all necessary test equipment. The field acceptance testing process may yield additional punch list items that must be corrected prior to cutover and prior to final acceptance by the City. OCG personnel will maintain and monitor the punch list for the City. Prior to recommending final acceptance, OCG will perform the necessary inspections to verify that all items required for final system acceptance are complete and in accordance with the contract. OCG's proposal includes an initial inspection and one field acceptance testing. Task 6: P25 Coverage Verification The City's radio system is limited to five (5) RF channels and the coverage verification testing for the P25 radio system will require four (4) RF channels. Therefore, the City will be required to coordinate with the County the use of the County's radio system during the coverage testing process. y Page 622 of 710 Richard Avery December 18, 2015 Page 3 OCG will manage and participate in the radio coverage verification testing of the P25 radio system to ensure that the level of radio coverage specified in the City's procurement document has been delivered. For the coverage verification testing, OCG proposes one (1) test team and a total of 40 hours. Prior to beginning the coverage test, OCG will participate in a coverage acceptance test meeting with the City and Motorola to review the logistics necessary to ensure a successful testing process. During the meeting the roles and responsibilities of the City, Motorola and OCG will be reviewed, discussed and agreed upon. Motorola will be responsible for providing the necessary test equipment. OCG will inspect the installation and calibration of the test equipment at the beginning and conclusion of each test day. OCG will collect the official written and electronic test records at the end of each day. At the conclusion of the testing, OCG will review the test results and make a determination if the P25 system passed the coverage verification test. OCG will develop and provide a coverage acceptance testing report to the City. In the event that the P25 system fails the coverage verification test, OCG will review the test results with the City and Motorola and participate in meetings and discussions regarding correcting the system or testing deficiencies. Task 7: P25 System Cutover As previously noted, the City cannot operate on its radio system during the coverage test due to capacity limitations. Therefore, it is recommended that the cutover to the new P25 system and start the 30 -day Performance Period begin simultaneously. OCG will work with the City and Motorola to refine and finalize the cutover plan. The primary objective of the cutover plan is to assure a smooth transition to the new P25 system, minimizing service interruptions during the transition to the new system. OCG will be present during the system cutover to provide guidance and assistance as required. OCG's proposal includes performing one P25 system cutover. Task 8: P25 System 30 -Day Performance Period Upon successful completion of the coverage performance test, the 30 -day Performance Period will commence. OCG will monitor the system alarms and case reports from Motorola to determine if a failure of the Performance Period has occurred. During the 30 -day Performance Period, the City will be responsible for exercising the P25 System. OCG will participate in meetings and discussions during the Performance Period to review the alarms and case reports. Should OCG determine that the P25 system has failed the Performance Period, OCG will immediately notify the City and participate in a meeting with Motorola to discuss a stop and or restart of the Performance Period. Task 9: Project Management OCG will monitor Motorola's work performance on a daily basis and will review monthly project status reports reflecting the progress and any issues that have arisen during the previous month. OCG will participate in biweekly teleconference meetings with Motorola and the City throughout the entire duration of the project. OCG will review and respond to items such as, but not limited to, shop drawings/submittals, requests for information (RFI), review requests for changes to contract time and/or costs and payment requisitions, Page 623 of 710 Richard Avery December 18, 2015 Page 4 monitor the project schedule, and attend pre -installation meetings for critical components, as necessary. OCG will monitor Motorola's master project schedule that incorporates Motorola, City and OCG tasks. OCG will also monitor a master action item list, risk register, and risk mitigation plan. The current project schedule, action item list, risk register, and risk mitigation plan will be reviewed as part of the monthly project status reports. OCG will provide recommendations for problem resolution on a case-by-case basis. OCG will work with the City's team and Motorola to monitor, track, and resolve integration issues that may arise during system implementation. As part of the Project Close-out, OCG will review all as -built documentation provided by the vendor to ensure a complete record is available to the City. OCG will work with the City to ensure that all contractual closeout documentation is completed, final payments are made, insurance and bonds are released, warranties are transferred, liens are released, and issuance of the Certificate of Final Completion. y Page 624 of 710 Richard Avery December 18, 2015 Page 5 PROJECT SCHEDULE This proposal is based on a project duration of 16 months and a P25 Radio System Final System Acceptance date of no later than 06/01/2017. OCG will begin work on the P25 radio system project upon contract execution. PAYMENT SCHEDULE OCG will invoice the County monthly based upon percent complete. RATESCHEDULE OCG's standard rates are shown in the table below. Billing Category Rate/Hour President $160.00 Vice President $160.00 Senior Consultant $160.00 FEES Except where noted, all labor and expenses for the Work Plan above are proposed as firm fixed price. Any additional trips required, in excess of the contracted amount, due to failed acceptance test by Motorola will be billed on a time and material basis for determining actual damages to be charged back to the contractor if required by the County. The total fee for the project is $41,825.00. See attached breakdown; summary below: OCG $38,290.00 JLRD, Inc. $3,535.00 (SBE Participation 8.5%) $41,825.00 Please call me at my office at (850) 792-4724 or my cell phone (850) 321-0334 with any questions. Sincerely, Kenny Chen, P. E. PMP Senior Consultant Attachments: Fee Breakdown JLRD Rate Schedule y Page 625 of 710 Richard Avcry Dcccmbcr 18, 2015 Pagc 6 Fee Breakdown 12/18/2015 14212 - P25 Migration Project Palm Beach County - Boynton Beach Implementation Phase V Attend Kick-off Meeting & Participate in 111,111111M 8 4 Detailed Desi n Revew Review and Approve Factory Acceptance 2' Test Plans and Attend P25 System ME= 40 8 5 P25 System Inspection and Field Acceptance Testin 5.1 Progress Inspections at 1 RF Site 8 4 throu htout the duration of the Pro'act 5.2* Pre -Field Acceptance Testing Site 4 2 Inspections 1 RF site 5.3' Field Acce tance Testin 1 RF site 4 2 P25 Coverage Verification (1 Person at 6' Dispatch for 1 week = 40 + 24 hours for 40 24 CATP Review and Completion Report) 7' P25 System Cutover 8 4 8 P25 System 30 -Day Performance Period 4 9 Project Management Bi -Weekly Teleconferences (OCG = 35 9.1 weeks x 1 hours per week = 35, JLRD = 5 35 5 hours by invitation) Miscellaneous PM Activities (RIF Is, Document Reviews, Manage Issues and 9.2 Risks, etc) (OCG = 70 weeks x .5 hours 35 17.5 per week = 35, JLRD = 70 weeks x .25 hours per week = 17.5) 9.3 1Proiect Close-out oloolifflowom8 omnicom consulting group, inc � 2927 Habersham Drive . Tallahassee, FL 32309 � tel (850) 792-4705 Page 626 of 710 Richard Avery December 18, 2015 Pagc 7 12/18/2015 $100.00 14212 - P25 Migration Project $175.00 Palm Beach County - Boynton Beach Implementation Phase EM P25 Coverage Verification (1 Person at 6' Dispatch for 1 week = 40 + 24 hours for 5 5 CATP Review and Com letion Re ort 7' P25 System Cutover 1 1 1 Bi -Weekly Teleconterences (OCG = 35 9.1 weeks x 1 hours per week = 35, JLRD = 5 hours b invitation Miscellaneous PM Activities (RFIs, Document Renews, Manage Issues and 9.2 Risks, etc) (OCG = 70 weeks x .5 hours per week = 35, JLRD = 70 weeks x .25 hours per week = 17.5) 9.3 Proiect Close-out ornniconl consulting group, inc � 2927 Habersham Drive . Tallahassee, FL 32309 � tel (850) 792-4705 Page 627 of 710 Richard Avery December 18. 2015 omnicom consulting group, inc � 2927 Habersham Drive . Tallahassee, FL 32309 � tel (850) 792-4705 Page 628 of 710 J L R D JOHNSON, LEVINSON, RAGAN, FINV I LA, I N C, CO N S t ' LTING ENC31NEERS 1450 C'Mtrepark Boulevard, Suite 350 `Asst Palm Beach, FL 33401 (561) 689-2303' (561) 689-2302 Fax 'wWwJIT-dinc,com PER HOUR PRINCIPAL $180.00 PROJECT ENGINEER (P.E.) $145.00 ENGINEER $110.00 SENIOR DESIGNER $ 95.00 DESIGNER $ 80.00 DRAFTSPERSON $ 60.00 CLERICAL $ 45.00 Page 629 of 710 Communications System Financing Proposal Motorola Solutions Credit Company LLC is pleased to submit the following proposal for the financing of your Motorola Communications P-25 solution in accordance with the terms and conditions outlined below: Transaction Type: Municipal Lease -Purchase Agreement Lessor: Motorola Solutions, Inc. (or its Assignee) Lessee: City of Boynton Beach, FL Amount: $2,557,488.00 Down Payment: $0.00 Balance to Finance: $2,557,488.00 Equipment: As per the Motorola equipment proposal. Title: Title to the equipment will vest with the Lessee. Insurance: Lessee will be responsible to insure the equipment as outlined in the IeasE contract. Taxes: Personal property, sales, leasing, use, stamp, or other taxes are for the account of the Lessee. Option One Option Two Option Three Lease Term: Five Years Seven Years Ten Years Payment Frequency: Annual Annual Annual Payment Structure: Arrears Arrears Arrears Lease Rate: 2.67% 2.86% 3.18% Lease Factor: 0.216301 0.159661 0.118310 Lease Payment: $553,188.06 $408,329.92 $302,576.23 Payment Commencement: First payment due one year after contract execution. Expiration: This interest rate methodology is valid for all leases commenced by 2/26/2016 Indexing arrangement —Non bank qualified structure 5, 7 and 10 year terms The Lease Payments shall be calculated using a rate of interest ("Lease Rate") that is initial indexed to the five (5), seven (7) or ten year (10) average life Interest Rate Swap (the "Index Rate as reported on the Federal Reserve Statistical Release H.15 Report. The average life Interest Rai Swap corresponds to the respective lease term. The H.15 Report can be accessed at th�,� "30 of 710 �---•-•- �-•-�- •-•-�- _:a_ . .•..•..•. r_�---�-----••_ '•-••i--�-----i�wri �� ate_ i+_.—.—:a.—_�a r�_a_ a Keserve tsanK weD Site: www.Teaeraireserve.gov/releases/nio/. un the t;ommitment uate, the tin Lease Rate will be calculated by taking the Index Rate for that date from the H.15 Report, plus spread of 3.06% and multiplying the sum of those two numbers by .64 to calculate the Lease Ra for the 5 year term. The rate for the 7 year term will be calculated by taking the Index Rate for th date from the H.15 Report, plus a spread of 3.17% and multiplying the sum of those two number by .64. The rate for the 10 year term will be calculated by taking the Index Rate for that date froi the H.15 Report, plus a spread of 3.45% and multiplying the sum of those two numbers by .64. Tt rates are then fixed for the full term of the Lease. The following H.15 average life Index Rates were in place at the approximate time this quote we issued: 5 year: 1.12% 7 year: 1.30% 10 year: 1.52% Qualifications: Documentation: Receipt of a properly executed documentation package. Lessee qualifies as a political subdivision or agency of the State as defined in the Internal Revenue Code of 1986. The interest portion of the Lease Payments shall be excludable from the Lessor's gross income pursuant to Section 103 of the Internal Revenue Code. Receipt of a copy of the last years audited financial statements and current year's budget from the Lessee. This proposal should not be construed as a commitment to finance. It is subject to final Motorola credit committee approval. This quote is based on the general level of interest rates, primarily U.S. Treasury Bills of like term maturity. Any movement in those rates in excess of 10 basis points will result in the revision of this quote. Municipal Equipment Lease Purchase Agreement Opinion of Counsel Schedule A/ Equipment List Schedule B / Amortization Schedule 8038G UCC -1 Certificate of Incumbency Statement of Essential Use/Source of Funds Evidence of Insurance or Statement of Self Insurance Resolution from governing body authorizing the execution of the Lease Please feel free to contact me if there are any questions or if an alternate structuring is required. Regards, Bill Stancik Motorola Customer Financing 847-538-4531 Page 631 of 710 V PUBLIC HEARING 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 REQUESTED ACTION BY COMMISSION: PROPOSED ORDINANCE NO. 16-004 - FIRST READING - Approving a request for abandonment of a portion of a ten (10) foot wide utility easement at the rear of the residence in order to construct a private swimming pool, located at 2731 SW 23rd Cranbrook Drive and zoned PUD (Planned Unit Development). Applicant: Shawn Lago, homeowner. EXPLANATION OF REQUEST: The subject easement is a special purpose easement originally platted for the purpose of accommodating underground utilities. The plat dedicated the easement to the City for utility purposes and Comcast was the only service provider utilizing the easement. The utilities were subsequently relocated out of this portion of the easement. Portions of this utility easement on other lots within the PUD have previously been abandoned by the City per the requests of individual homeowners. Staff has recommended that the Property Owner's Association pursue a neighborhood -wide abandonment of the utility easement, however their letter states the POA does not have the funds or resources and has no objection to the incremental abandonment of the unused easement (see Exhibit "C" - Letters of No Objection). HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? N/A FISCAL IMPACT. Non -budgeted N/A 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: Page 632 of 710 ATTACHMENTS: Type D Staff Report D Location Map D Exhibit D Exhibit D Conditions of Approval D Development Order REVIEWERS: Department Planning & Zoning Development Finance Legal City Manager Description Ordinance abandoning a portion of a 10 foot utility easement - Lago Staff Report Exhibit A - Site Location Map Exhibit B - Plat, Sketch, & Legal Exhibit C - Letters of No Objection Exhibit D - Conditions of Approval Development Order Reviewer Action Rumpf, Michael Approved Mack, Andrew Approved Howard, Tim Approved Swanson, Lynn Approved LaVerriere, Lori Approved Date 2/3/2016 - 5:16 PKA 2/9/2016 - 10:55 AKA 2/9/2016 - 5:31 PPA 2/10/2016 - 3:52 PPA 2/11/2016 - 2:55 PPA Page 633 of 710 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 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 ORDINANCE NO. 16- AN ORDINANCE OF THE CITY OF BOYNTON BEACH, FLORIDA, AUTHORIZING ABANDONMENT OF A PORTION OF A TEN (10) FOOT WIDE UTILITY EASEMENT AT THE REAR OF THE RESIDENCE TO CONSTRUCT A PRIVATE SWIMMING POOL LOCATED AT 2731 SW 23RD CRANBROOK DRIVE, MORE PARTICULARLY DESCRIBED HEREIN, SUBJECT TO STAFF COMMENTS; AUTHORIZING THE CITY MANAGER TO EXECUTE A DISCLAIMER, WHICH SHALL BE RECORDED WITH THIS ORDINANCE IN THE PUBLIC RECORDS OF PALM BEACH COUNTY, FLORIDA; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, Shawn Lago, Applicant and Homeowner is requesting the City abandon a portion of a ten (10) foot wide utility easement located to the rear of the residence located at 2731 SW 23rd Cranbrook Drive, to allow construction of a private swimming pool, subject to staff comments; and WHEREAS, comments have been solicited from the appropriate City Departments, and public hearings have been previously held before the City's Planning & Development Board, and the City Commission on the proposed abandonments; and WHEREAS, staff finds that a portion of the ten (10) foot wide utility easement no longer serves a public purpose, and the City Commission adopts that finding. 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 incorporated herein by this reference. Section 2. The City Commission of the City of Boynton Beach, Florida, does hereby abandon a portion of a ten (10) foot wide utility easement at the rear of the residence in order to construct a private swimming pool located at 2731 SW 23rd Cranbrook Drive, subject to staff comments. The property being abandoned is more particularly described as follows: NORTH 10 FEET OF THE SOUTH 115 FEET OF LOT 46, BLOCK 2, CRANBROOK LAKES ESTATES, A SUBDIVISION AS RECORDED IN PLAT BOOK 33, PAGES 124 AND 125 IN THE PUBLIC RECORDS OF PALM BEACH COUNTY, FLORIDA. Section 3. The City Manager is hereby authorized and directed to execute the CAProgram Files (x86)\neevia.com\docConverterPro\temp\NVDC\490FCC35-62CE-4CB3-A724-53AD7258FA58\Boynton Beach. 2766.1. Lago_Abandonment _(10_ft_easement)_Ord i nance. doc Page 634 of 710 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 31 32 33 34 35 36 37 38 attached Disclaimer and cause the same to be filed, with this Ordinance, in the Public Records of Palm Beach County, Florida. Section 4. This Ordinance shall take effect immediately upon passage. FIRST READING this day of 2016. SECOND, FINAL READING AND PASSAGE THIS day of , 2016. CITY OF BOYNTON BEACH, FLORIDA YES NO Mayor — Jerry Taylor Vice Mayor — Joe Casello Commissioner — David T. Merker Commissioner — Mack McCray Commissioner — Michael M. Fitzpatrick VOTE ATTEST: Janet M. Prainito, MMC City Clerk (Corporate Seal) CAProgram Files (x86)\neevia.com\docConverterPro\temp\NVDC\490FCC35-62CE-4CB3-A724-53AD7258FA58\Boynton Beach. 2766.1. Lago_Abandonment _(10_ft_easement)_Ord i nance. doc Page 635 of 710 DISCLAIMER KNOW ALL MEN BY THESE PRESENTS that The City Commission of the City of Boynton Beach, Florida, does hereby abandon a portion of a ten (10) foot wide utility easement at the rear of the residence located at 2731 SW 23rd Cranb rook Drive, subject to staff comments. The property being abandoned is more particularly described as follows: NORTH 10 FEET OF THE SOUTH 115 FEET OF LOT 46, BLOCK 2, CRANBROOK LAKES ESTATES, A SUBDIVISION AS RECORDED IN PLAT BOOK 33, PAGES 124 AND 125 IN THE PUBLIC RECORDS OF PALM BEACH COUNTY, FLORIDA. IN WITNESS WHEREOF, the duly authorized officers of the City of Boynton Beach, Florida, have hereunto set their hands and affixed the seal of the City this day of 2016. ATTEST: Judith A. Pyle, CMC Interim City Clerk STATE OF FLORIDA ) )ss: COUNTY OF PALM BEACH ) CITY OF BOYNTON BEACH, FLORIDA Lori LaVerriere, City Manager BEFORE ME, the undersigned authority, personally appeared Lori LaVerriere and Judith A. Pyle, CMC, City Manager and Interim City Clerk respectively, of the City of Boynton Beach, Florida, known to me to be the persons described in and who executed the foregoing instrument, and acknowledged the execution thereof to be their free hand and deed as such officers, for the uses and purposes mentioned therein; that they affixed thereto the official seal of said corporation; and that said instrument is the act and deed of said corporation. WITNESS my hand and official seal in the said State and County this day of 2016. NOTARY PUBLIC, State of Florida My Commission Expires: CAProgram Files (x86)\neevia.com\docConverterPro\temp\NVDC\490FCC35-62CE-4CB3-A724-53AD7258FA58\Boynton Beach. 2766.1. Lago_Abandonment _(10_ft_easement)_Ord i nance. doc Page 636 of 710 DEVELOPMENT DEPARTMENT PLANNING AND ZONING DIVISION MEMORANDUM NO. PZ 16-002 TO: Chair and Members Planning & Development Board THRU: Michael W. Rumpf Planning and Zoning Director FROM: Kathleen Hatcher Senior Planner DATE: January 20, 2016 SUBJECT: Abandonment of a portion of a Utility Easement (ABAN 16-001) 2731 SW 23rd Cranbrook Drive, Cranbrook Lake Estates PUD NATURE OF REQUEST Shawn Lago, Applicant and Homeowner, is requesting to abandon a portion of a utility easement located to the rear of his residence to allow construction of a private swimming pool. The subject property located at 2731 SW 23 d Cranbrook Drive is a single-family lot classified LDR (Low Density Residential) future land use and zoned PUD (Planned Unit Development), generally located south of Golf Road and west of South Congress Avenue (see Exhibit "A" — Location Map). The portion of the ten (10) foot -wide utility easement to be abandoned runs in an east -west direction for a distance of 80 feet (the width of the subject lot). A sketch and legal description of the portion of the utility easement to be abandoned is attached as Exhibit "B". The applicant indicates that this portion of the utility easement is being vacated because there are no longer any public utilities located within the easement and it will not have any public utilities in the future. Therefore, the easement no longer serves a public purpose. The following is a description of the zoning districts and land uses of the properties that surround the subject request: North: A lake owned and maintained by the Property Owner's Association (POA) as a storage basin for stormwater discharge; South: A private street (SW 23 d Cranbrook Dr.) owned and maintained by the POA, and a single-family residence (2732) in Cranbrook Lake Estates PUD; East: A single-family residence (2729) in Cranbrook Lake Estates PUD; and, West: A single-family residence (2733) in Cranbrook Lake Estates PUD. Page 637 of 710 Page 2 Memorandum No. PZ 16-002 ABAN 16-001 BACKGROUND The subject easement is a special purpose easement originally platted for the purpose of burying underground utilities. The plat dedicated the easement to the City for utility purposes and Comcast was the only service provider utilizing the easement. The utilities have been relocated out of this portion of the easement. Portions of this utility easement on other lots within the PUD have previously been abandoned by the City per the requests of individual homeowners. Staff has recommended that the Property Owner's Association pursue a neighborhood -wide abandonment of the utility easement, however their letter states the POA does not have the funds or resources and has no objection to the incremental abandonment of the unused easement (see Exhibit "C" - Letters of No Objection). ANALYSIS Owners of properties within 400 feet of the subject site were mailed a notice of this request and its respective hearing dates. The applicant has certified that they posted signage and mailed notices in accordance with Ordinance No. 04-007 and the abandonment request has been advertised in the newspaper. A summary of the responses follows: CITY DEPARTMENTS/DIVISIONS Engineering Public Works/Utilities Planning and Zoning PUBLIC UTILITY COMPANIES Florida Power and Light AT&T Florida Public Utilities Comcast - No objection - No objection - No objection - No objection - No objection - No objection - No objection RECOMMENDATION Staff has determined that the subject portion of the utility easement no longer contains any utilities and that anew easement has been created to meet the utility needs. Based on the above analysis, staff recommends APPROVAL of the applicant's request to abandon this portion of the subject 10 - foot wide utility easement. Any conditions requested by the Planning and Development Board or required by the Commission will be placed in Exhibit "D" - Conditions of Approval. S:\Planning\SHARED\WP\PROJECTS\2731 SW 23rd Cranbrook Dr (Lago ABAN)\Staff Report.doc Page 638 of 710 fg I� ser MCY MAP racss. BmP.331Paga9n Pageto 2 1ANE L,,yy I ur9 TYO/CdL %A!/.-$r1/LQtNO 3E% CI$L/ y5ry $EY6ld ¢E'OthRGM Ka sza.�m. ur...bs.vvm ,v.sa..+sarvc.e b49_9ecs.Yc visa aureaYae voe. c�ezr Page 640 of 710 *Apoication to ibaudon a utility easement _77 BOX "Z APPROXIML LWt' 2- EAV ii E. 9 AT NMW351 80 -OD' ANDI'FLIPRONI� EXISTIM ]VU11,11"'Y' 1,'A SEM-ENRA 0 BE ............... ............... ABANDONED A, SURVEY'ril..,, AND TOP OF S1..,0PE L ---- T, L-0 r TORY E, 0 C K- 2 92731 EXISITNG I S BLOCK -2 CBS.R.ESIDENCE P, �3 c 54.1 UVEWEAD NOTTO SCAL-E FF. 1[2' ................... LOT 46,131-OCK 2 CRANBROOK TAKE, ESFAITS 2731 SW 21k -D CRANDROOK Dk1V1-,' BOYNTON BEAC."HF1, 334,36 MANNUM on, Page 641 of 710 LEGAL IES CRTPTION FOR PROPOSED EASEMENT' ABANDOI- ENT, LOT 46, BLOCK 2,4 NBROOK, LAKESESTATES. LEGAL SC,. P"[ NORTH 10 FEET OF THE SOUTH 3.15 FEET, OF LC 46, BLOCK 2, CRANBROOK LAKES ESIATES, A SUBDIVISION AS RECORDED IN PLAT BOOK 33, PAGES 124 AND 125,1 `I HE PUBLIC RECORDS CJM BEACH COUNTY, FLORIDA EXHIBIT "B" Page 642 of 710 2306 SW 23rd Cranbrook Drive Boynton Beach, FL 33436 1111111iIIII I mr111:11-3:1111 1111! Fil 111,311 F MW I Mort # I n 11 R IM It r% The Estates of Silverlake Homeowners' Association, Inc., has no objection to the abandonme of the 10 foot utility easement located in the rear of the property described as 2731 SW 23'd Cranbrook Drive, Boynton Beach, FL 33436. 1 The Estates of Silverlake Homeowners' Association Inc. does not have the funds or the resources to pursue a neighborhood wide abandonment. Please allow Mr. Shawn Lago to *recede with the abandonment J.9A—L Page 643 of 710 ACKNOWLEDGMENT: The Civv cel` Bovnton Beach Utilities liras no olliection to the abandonment of the 10 `:-X)t Lllifi'V Claselliell", locateful in the rear, ofthe property described as 27 31 SNS -1.3"' Cranbrook Drive, Boynton Beach. FL 136 — III P - L -1 -tie's U�V OT T -Al I CT Ti 1-13 Chief Fie;ld lWeptor STATE OF FLORIDA COUNTY OF PA-LINI BEACH on., was ac"k-no-Mea'Oed, befza going in5trim -,'fk ins day of,,, bv v -h o pe. Sonally kno-,; '011 ime oT -who has :�roduced i sg T as wdenti-SCZHL-lm and who (-M, (Clu'd; -not", -?I--e an oath. "Sigmarare cjf per -son -'Lumgg acknin-"'Ia"Cmezll m ln:av C.Imewiedpatmt tvp�nd' viin—t--d' or mmpf�ld) Page 644 of 710 Florida Power & Light Company 9329 S Military Trail Boynton Beach, FL 33436 Consent Form Location: 2731 SW 23d Cranbrook Drive, Boynton Beach, Florida 33436 The Florida Power & Light Company has no objection to the abandonment of the 10 foot utility easement located in terear of the property described as 2731 SW 23rd Cranbrook Drive, Boynton each, FL 3343& No Objection Print Name & Da Please return at your earliest convenience. Page 645 of 710 aW ErieM.Brown AT&T 321 SE 2nd St Delray Beach, /» 33483 Office: 561.988.6515 Fax: 561.272.8695 eb39 2 Xorn Shawn Lago 2731 SW 23rd Cranbrook Drive Boynton Beach, FIL 33436 RE.� No Objection Proposed Abandonment of I O'wide Utility Easement 2731 SW 23rd Cranbrook Drive, Boynton Beach, © 33436 AT&T has reviewed the proposed plat submitted by you or your company. AT&T no longer has active lines within the rear 10 foot utility easement, therefore, © no objection to the abandonment on the property described as 2731 SW 23rd Cranbrook Drive, Boynton Beach, FIL 33436. MR= Eric M. Brown Manager OPs & Design AT&T Florida 561-988-6515 -CEIVED AN 0 z ot Wt4G � Page 646 0 710 Florida Public Utilities 401 South Dixie Hwy. West Palm Beach, FL 33401 Consent Form Location: 2731 SW23 rd Cranbrook Drive, Boynton Beach, Florida 33436 The Florida Public Utilities Company has no objection to the abandonment of the 10 foot utility easement located in the rear of the property described as 2731 SW 23rd Cranbrook Drive, Boynton Beach, FL 33436. Print Narae & Date: Please return at your earliest convenience. I Page 647 of 710 Comcast: PBC Construction Department 7201 North Federal Highway Boca Raton, Florida 33487 RE: Utility Abandonment Submitted §v Shawn Lago, Cranbrook Lake Estates at 2731 SW 23 rd Cranbrook Drive Boynton Beach, Florida 33436 Comcast has no objection to the abandonment of the utility easement on Lot 46 Block 2 of Cranbrook Estates as outlinedirty urletter of October 8I 2015. 1122=0 Sign Here And Return Page 848 0 710 EXHIBIT "D" Conditions of Approval Project name: 2731 SW 23d Cranbrook Dr (Lago ABAN) File number: ABAN 16-001 Reference: DEPARTMENTS INCLUDE REJECT PUBLIC WORKS- General Comments: None X PUBLIC WORKS- Traffic Comments: None X UTILITIES Comments: None FIRE Comments: None X POLICE Comments: None X ENGINEERING DIVISION Comments: None X BUILDING DIVISION Comments: None X PARKS AND RECREATION Comments: None X FORESTER/ENVIRONMENTALIST Comments: None X PLANNING AND ZONING Comments: None X Page 649 of 710 Conditions of Approval Page 2 DEPARTMENTS INCLUDE REJECT ADDITIONAL PLANNING & DEVELOPMENT BOARD CONDITIONS Comments: None X ADDITIONAL CITY COMMISSION CONDITIONS Comments: To be determined. S:\Planning\SHARED\WP\PROJECTS\2731 SW 23rd Cranbrook Dr (Lago ABAN)\Exhibit D - Conditions of Approval.doc Page 650 of 710 DEVELOPMENT ORDER OF THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA PROJECT NAME: Abandonment of a portion of a Utility Easement (ABAN 16-001) APPLICANT: Shawn Lago APPLICANT'S ADDRESS: 2731 SW 23 d Cranbrook Drive, Boynton Beach, FL 33436 DATE OF HEARING RATIFICATION BEFORE CITY COMMISSION: February 16, 2016 & March 1, 2016 TYPE OF RELIEF SOUGHT: Abandonment of a portion of a 10 foot wide Utility Easement located to the rear of a single-family residence, and running in an east -west direction for a distance of approximately 80 feet, to allow for future construction of a private swimming pool. LOCATION OF PROPERTY: 2731 SW 23d Cranbrook Drive DRAWING(S): SEE EXHIBIT "B" ATTACHED HERETO. THIS MATTER came on to be heard before the City Commission of the City of Boynton Beach, Florida on the date of hearing stated above. The City Commission having considered the relief sought by the applicant and heard testimony from the applicant, members of city administrative staff and the public finds as follows: 1. Application for the relief sought was made by the Applicant in a manner consistent with the requirements of the City's Land Development Regulations. 2. The Applicant _ HAS HAS NOT established by substantial competent evidence a basis for the 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 "D" with notation "Included". 4. The Applicant's application for relief is hereby _ GRANTED subject to the conditions referenced in paragraph 3 hereof. DENIED 5. This Order shall take effect immediately upon issuance by the City Clerk. 6. All further development on the property shall be made in accordance with the terms and conditions of this order. 7. Other: DATED: City Clerk S:\Planning\SHARED\WP\PROJECTS\2731 SW 23rd Cranbrook Dr (Lago ABAN)WBAN 16-001 TO 16-001.doc Page 651 of 710 12.A. NEW BUSINESS 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 REQUESTED ACTION BY COMMISSION: Create "Honorary Robert E. Wells Avenue" on Martin Luther King Jr. Boulevard from Federal Highway to Seacrest Boulevard. EXPLANATION OF REQUEST: Staff has evaluated a request to extend an honorary street name for Robert E. Wells, a historically prominent figure in the development of the City of Boynton Beach. In fact, the City Commission has heard both Mr. Wright and Mr. Norfus describe in fascinating detail the great contributions that Mr. Wells had upon early settlement of Boynton Beach with particular emphasis on the portion of Martin Luther King, Jr. Boulevard from Federal Highway to Seacrest Boulevard. This street was once known as Well Avenue. This portion of Martin Luther King Jr. Boulevard currently has dual name status (for the purpose of postal delivery) with Martin Luther King Jr. Boulevard being the primary name and NE 10th Avenue remaining secondary. Thus, we cannot expand upon the dual naming system. However, an honorary overlay name would be acceptable, provided appropriate steps are taken to minimize public confusion. City Code provides guidance into the creation of vanity street names but is silent in regards to honorary street names. As such, staff believes the Commission may designate an honorary street name if it so wishes. However staff recommends that the honorary street name and its signing mechanism should include the following components in order to minimize confusion to the motoring public. 1. The street name shall include the word "honorary", and 2. The street sign panel shall be brown background and while letters to be consistent with the Manual on Uniform Traffic Control Devices, and 3. The sign shall be placed at the road edge, away from the intersections, to avoid confusion with traditional street name signs at intersection corners. Sign locations shall be determined by City Engineering staff. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? None FISCAL IMPACT. Non -budgeted The signs can be fabricated by City staff using in stock materials. Estimated material cost $400. ALTERNATIVES: Do not post the honorary signs STRATEGIC PLAN: Great Neighborhoods: Safe, Affordable and Livable, Positive and Exciting Boynton Beach Image: "Curb appeal" to Reputation STRATEGIC PLAN APPLICATION: This honorary sign will identify the historical prominence for this, and future, generations. Page 652 of 710 CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type D Exhibit REVIEWERS: Department Public Works Finance Legal City Manager Description Page 653 of 710 Robert E. Wells Street Sign Reviewer Action Date Livergood, Jeffrey Approved 21512016 - 3:30 PPA Howard, Tim Approved 2/6/2016 - 3:16 PPA Swanson, Lynn Approved 2/6/2016 - 4:15 PPA LaVerriere, Lori Approved 2/11/2016 - 2:49 PPA Page 653 of 710 O ti 4- 0 LO O N O1 12. B. NEW BUSINESS 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 REQUESTED ACTION BY COMMISSION: Discussion on permitting functions held at Sara Sims Park, requested by Commissioner McCray. 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 2/10/2016 - 4:60 PM Howard, Tim Approved 2/10/2016 - 4:60 PM LaVerriere, Lori Approved 2/11/2016 - 2:60 PM Page 655 of 710 13.A. LEGAL 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. R16-034 -Authorize the City Manager to sign Participation Agreement attached as Exhibit "A" to the Interlocal Agreement (ILA) between the School District of Palm Beach County, Palm Beach County and Municipalities of Palm Beach County for Coordinated Planning ("Coordinated Planning Agreement"). EXPLANATION OF REQUEST: The Coordinated Planning Agreement supersedes the 2001 School Concurrency ILA which expired in 2011. Per changes brought about in 2011 by the Florida Legislature, School Concurrency is no longer mandatory; however, Section 163.31777, Florida Statutes (F.S.), requires the county and municipalities located within the geographic area of a school district to enter into an interlocal agreement with the School District for coordinated school planning. The Coordinated Planning ILA was prepared by members of the Intergovernmental Plan Amendment Review Committee (IPARC), which is composed of staff from the County, School District and most cities within the County. This ILA will allow the School District to conduct an analysis regarding the impact of new development on schools actually serving the development and to make recommendations through a School Capacity Availability Determination (SCAD). The ILA also addresses school site selection, infrastructure planning and consistency with local government's comprehensive plans and development regulations. The ILA was adopted by the School Board on August 19, 2015, and by the Board of County Commissioners (BCC) on December 15, 2015. The term of the agreement is for five years, with automatic five year renewals. In follow-up to the execution of the Participation Agreement, staff will prepare amendments to the Comprehensive Plan. The county planning staff is currently working on the amendment template for use by all the local governments implementing this ILA. Although no timeline has been provided for the completion of the template, the amendments will likely be transmitted to the state by August 1, 2016. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? N/A FISCAL IMPACT. N/A ALTERNATIVES: Staff does not recommend any alternatives. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: N/A Page 656 of 710 CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type D Resolution D Agreement REVIEWERS: Department Reviewer Planning & Zoning Rumpf, Michael Planning & Zoning Matras, Hanna Planning & Zoning Rumpf, Michael Development Mack, Andrew Finance Howard, Tim Legal Swanson, Lynn City Manager LaVerriere, Lori Description Resolution approving Participation Agreement I nterlocal Agreement w/School District Action Date Rejected 1/27/2016 - 9:14 AKA Approved 1/27/2016 - 9:19 AKA Approved 1/27/2016 - 11:28 AKA Approved 2/9/2016 - 10:54 AKA Approved 2/9/2016 - 5:37 IIIA Approved 2/10/2016 - 5:01 IIIA Approved 2/11/2016 - 2:47 IIIA Page 657 of 710 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 RESOLUTION R16 - A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY MANAGER TO SIGN A PARTICIPATION AGREEMENT WHICH IS EXHIBIT "A" TO THE INTERLOCAL AGREEMENT BETWEEN SCHOOL DISTRICT OF PALM BEACH COUNTY, PALM BEACH COUNTY AND MUNICIPALITIES OF PALM BEACH COUNTY FOR COORDINATED PLANNING; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the Coordinated Planning Interlocal Agreement was prepared by members of the Intergovernmental Plan Amendment Review Committee (IPARC) which is comprised of staff from the County, School District and most cities within the County; and WHEREAS, the Coordinated Planning Agreement supersedes the 2001 School Concurrency Interlocal Agreement which expired in 2011; and WHEREAS, pursuant to changes in 2011 by the Florida Legislature, School Concurrency is no longer mandatory, however, Section 163.31777, Florida Statutes requires the county and municipalities located within the geographic area of a school district to enter into an Interlocal Agreement with the School District for coordinated school planning; and WHEREAS, the Participation Agreement is the City's agreement to participate; and WHEREAS, the City Commission of the City of Boynton Beach upon recommendation of staff, deems it to be in the best interest of the citizens and residents of the City of Boynton Beach to approve and authorize the City Manager to sign the Participation Agreement which is Exhibit "A" to the Interlocal Agreement between the School District of Palm Beach County, Palm Beach County and Municipalities of Palm Beach County for Coordinated Planning. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF C:AProgram Files(x86)Aneevia.com\docConverterProAtemp\NVDC\OFDIBC84-3B1B-463D-9AF9-DIB475541E01\Boynton Beach. 2767.1. Participation_Agreement to Coordinated Planning Agreement _-_Reso.doc Page 658 of 710 30 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 31 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 32 being true and correct and are hereby made a specific part of this Resolution upon adoption 33 hereof. 34 Section 2. The City Commission of the City of Boynton Beach hereby authorizes 35 the City Manager to sign the Participation Agreement which is Exhibit "A" to the Interlocal 36 Agreement between the School District of Palm Beach County, Palm Beach County and 37 Municipalities of Palm Beach County for Coordinated Planning, a copy of said Interlocal 38 Agreement and Participation Agreement is attached hereto and made a part here as Exhibit "A". 39 Section 3. That this Resolution shall become effective immediately upon passage. 40 PASSED AND ADOPTED this day of , 2016. 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 CITY OF BOYNTON BEACH, FLORIDA YES NO Mayor — Jerry Taylor Vice Mayor — Joe Casello Commissioner — David T. Merker Commissioner — Mack McCray Commissioner — Michael M. Fitzpatrick VOTE ATTEST: Judith A. Pyle, CMC Interim City Clerk (Corporate Seal) C:AProgram Files(x86)Aneevia.com\docConverterProAtemp\NVDC\OFDIBC84-3B1B-463D-9AF9-DIB475541E01\Boynton Beach. 2767.1. Participation_Agreement to Coordinated Planning Agreement _-_Reso.doc Page 659 of 710 INTERLOCAL AGREEMENT between THE SCHOOL BOARD OF PALM BEACH COUNTY, PALM BEACH COUNTY, and MUNICIPALITIES OF PALM BEACH. COUNTY for COORDINATED PLANNING Attachment Page 660 of 710 TABLE OF CONTENTS I. DEFINITIONS....................................................................................................................3 U. CAPITAL IMPROVEMENT PLAN...............................................................................5 A. School Board's Five -Year Capital Facilities Plan..........................................5 B. Ten- and Twenty -Year Work PIan.....................................................................6 C. Transmittal...........................................................................................................6 D. Final Adoption...................................................................................................... 6 E. Material Amendment to the School Board's Five -Year Capital Facilities Plan........................................................................................................................ 7 III. COMPREHENSIVE PLAN AMENDMENTS...............................................................8 A. Process for Development and Incorporation of Capital Improvements Element......................................................................................8. B. Intergovernmental Coordination Element........................................................8 C. School District Participation on Local Planning Agencies...............................8 IV. COORDINATED PLANNING........................................................................................9 A. The Coordination of Planning and Sharing of Information ............................9 B. Population Projections.........................................................................................9 C. Local Government Data Collection..................................................................10 D. Multiplier Publication...................................................................I...................10 E. Proposals for Development, Redevelopment, School Closures and Infrastructure Required to Support Public School Facilities ........................11 F. School Siting and Site Planning.........................................................................11 G. School Capacity Availability Determination...................................................16 Page 661 of 710 V. SPECIAL PROVISIONS..............................................................................................17 A. School District Requirements...........................................................................17 B. Land Use Authority...................................................:.......................................18 C. Specific Performance.........................................................................................18 VI. MEDIATION OF DISPUTES.....:.......I....................... VII. ACTS OF GOD AND OTHER EXIGENT CIRCUMSTANCES BEYOND THE CONTROL OF THE SCHOOL BOARD...........................................................19 VIII. STANDING AND THIRD PARTY BENEFICIARY RIGHTS................................20 IX. AMENDMENT, WITHDRAWAL AND TERMINATION.......................................20 A. Amending the Agreement..................................................................................20 B. Withdrawal from Agreement............................................................................20 C. Additional Participants.....................................................................................20 X. TERM OF THE AGREEMENT....................................................................................20 XI. INDEMNIFICATION OF PARTIES...........................................................................21 A. Hold Harmless....................................................................................................21 B. Third Party Claims............................................................................................21 XII. MULTIPLE ORIGINALS.............................................................................................21 XIII. EFFECTIVE DATE OF AGREEMENT......................................................................22 A. Effective Immediately........................................................................................22 Page 662 of 710 EXHIBITS EXHIBIT A Participation Agreement EXHIBIT B Form 1: Approved Future Land Use Amendments EXHIBIT C Form 2: Summary of Approved Development Orders -fv- Page 663 of 710 INTERLOCAL AGREEMENT DEC 15 2015 between THE SCHOOL BOARD OF PALM BEACH COUNTY, PALM BEACH COUNTY, and MUNICIPALITIES OF PALM BEACH COUNTY for COORDINATED PLANNING An Interlocal Agreement between PALM BEACH COUNTY (hereafter referred to as the "COUNTY"), operating through its BOARD OF COUNTY COMMISSIONERS; those municipalities who have executed this Agreement (hereafter referred to singly as "MUNICIPALITY" or collectively as "MUNICIPALITIES"); and THE SCHOOL BOARD OF PALM BEACH COUNTY (hereafter referred to as the "SCHOOL BOARD"), operating through the SCHOOL DISTRICT OF PALM BEACH COUNTY (hereafter referred to as the "SCHOOL DISTRICT"); WHEREAS, Section 163.01, Florida Statutes, enables local governments to cooperate with other local governments and public agencies, including school boards, to provide services and facilities on a basis of mutual advantage, and to enter into an Interlocal Agreement; and WHEREAS, the COUNTY, the MUNICIPALITIES and the SCHOOL BOARD have determined that the safe, convenient, orderly and adequate provision of public school facilities is essential to the health, safety, and general welfare of the citizens of Palm Beach County; and WHEREAS, in order to provide adequate public school facilities in a timely manner and at appropriate locations, the COUNTY, the MUNICIPALITIES and SCHOOL BOARD have further determined that it is necessary and appropriate for the entities to cooperate with each other to maintain -adequate capacity and to provide capacity for projected new growth; and Page I of 22 Page 664 of 710 WHEREAS, the Local Government Comprehensive Planning and Land Development Regulation Act requires the COUNTY and the MUNICIPALITIES to adopt comprehensive plans to guide and control future development; and WHEREAS, Article IX, Sections 1 and 4 of the Florida Constitution require a uniform system of free public schools on a county -wide basis, and provide that each county shall constitute a SCHOOL DISTRICT subject to supervision by the State Board of Education as provided by general law; and WHEREAS, Section 1013.33, Florida Statutes, requires the coordination of planning between school boards and local governments to ensure that the plans for the construction and opening of public educational facilities are coordinated in time and place with plans for residential development; and WHEREAS, Section 1013.33, Florida Statutes, requires the general location of educational facilities to be consistent with the COUNTY'S and the MUNICIPALITIES' Comprehensive Plans; and WHEREAS, Section 1013.33, Florida Statutes, requires the SCHOOL BOARD to submit plans for public educational facilities to the COUNTY and the MUNICIPALITIES and requires each local jurisdiction to determine the consistency of the plans with the effective Comprehensive Plan and applicable land development regulations; and WHEREAS, Section 163.3177(6)(h), Florida Statutes, requires the COUNTY and the MUNICIPALITIES to coordinate the adopted local comprehensive plans with each other and the plans of the SCHOOL BOARD; and WHEREAS, Sections 163.3177(6)(h)1 and 163.3177(6)(h)2, Florida Statutes, require an intergovernmental coordination element showing relationships and stating principles and Page 2 of 24 Page 665 of 710 guidelines to be used in coordinating the adopted comprehensive plan with the plans of school boards, regional water supply authorities, and other units of local government providing services but not having regulatory authority over the use of land, with the comprehensive plans of adjacent municipalities, the county, adjacent counties, or the region, with the state comprehensive plan and with the applicable regional water supply plan approved pursuant to s. 373.709, as the case may require and as such adopted plans or plans in preparation may exist. This element of the local comprehensive pian must demonstrate consideration of the particular effects of the local pian, when adopted, upon the development of adjacent municipalities, the county, adjacent counties, or the region, or upon the state comprehensive plan, as the case may require; and WHEREAS, the intergovernmental coordination element must describe joint processes for collaborative planning and decision making on population projections and public school siting, the location and extension of public facilities subject to concurrency, and siting facilities with countywide significance, including locally unwanted land uses whose nature and identity are established in an agreement. NOW, THEREFORE, in order to accomplish these goals and purposes, and in consideration of the mutual obligations and benefits the COUNTY, the MUNICIPALITIES and the SCHOOL BOARD (hereafter referred to collectively as "PARTIES") hereby enter into this Agreement. I. DEFINITIONS Capacity Projects - New school construction or any project that adds necessary improvements to accommodate additional permanent student stations or core facilities needed for the educational program of each type of school based on the State Requirements for Educational Facilities (SREF). Page 3 of 24 Page 666 of 710 Consistency - The condition of not being in conflict with and in furtherance of the goals, objectives and policies of the Comprehensive Plan Elements and this Agreement. Educational Facilities - The buildings, equipment, structures, and special educational use areas that are built, installed, or established to serve educational purposes only. Educational Plant Survey - A systematic study of educational and ancillary plants and the determination of future needs to provide appropriate educational programs and services for each student. First FTE Student Count - A first semester count of all "full time equivalent" students. The date of the first FTE count is determined by the Florida Department of Education each school year, pursuant to Chapter 1011.62, Florida Statutes. Five -Year Work Plan - The School Board of Palm Beach County Five -Year District Facilities Work Program adopted pursuant to Section 1013.35; Florida Statutes. Florida Inventory of School Houses (FISH) - A report of the capacity of existing facilities. The FISH capacity is the number of students that may be housed in a facility (school) at any given time based on using a percentage of the number of existing satisfactory student stations and a designated size for each program. FISH capacity includes modular capacity in Palm Beach County. Intergovernmental Plan Amendment Review Committee (IPARC) ' - The interlocal committee, established through the "Comprehensive Plan Amendment Coordinated Review Interlocal Agreement" dated October 1, 1993, which coordinates comprehensive plan amendment review. Local Governments - PALM BEACH COUNTY and the participating MUNICIPALITIES. Permanent Student Station - The floor area in a public school facility required to house a student in an instructional program, Page 4 of 24 Page 667 of 710 Residential Development - Any development that is comprised, in whole or pail, of dwelling units -for permanent human habitation. School Board Five -Year Capital Facilities Plan The SCHOOL BOARD OF PALM BEACH COUNTY Five -Year Work Plan and Capital Budget as authorized by Section 1013.35, Florida Statutes, School Board of Palm Beach County Five -Year Capital Improvement Schedule - A Table of expenditures and revenues summarizing capital and non -capital projects. Significant Renovation — Renovation or construction on existing school sites, which results in a greater than 5 percent increase in student capacity (FISH). II. CAPITAL IMPROVEMENT PLAN A. SCHOOL BOARD'S Five -Year Capital Facilities Plan 1. On or before September 30"' of each year, the SCHOOL BOARD shall adopt and update the SCHOOL DISTRICT'S Five -Year Capital Facilities Plan for public schools in PALM BEACH COUNTY. 2. The SCHOOL BOARD'S Five -Year Capital Facilities Plan shall specify all new construction, remodeling or renovation projects which will add permanent FISH capacity or modernize existing facilities. 3. The SCHOOL BOARD'S Five -Year Capital Facilities Plan and each annual update shall include a description of each school project, the amount of money to be spent in each fiscal year for the planning, preparation, land acquisition, and actual construction and renovation of each school project which adds FISH capacity or modernizes existing facilities; the amount of FISH capacity added, if any; and a generalized location reap for schools depicted in the SCHOOL BOARD'S Five -Year Capital Facilities Plan consistent with the SCHOOL Page 5 of 24 Page 668 of 710 BOARD'S current Educational Plant Survey and with the Future Land Use Elements of each MUNICIPALITY'S Comprehensive Plan and the COUNTY'S Comprehensive Plan. 4. The SCHOOL BOARD'S Five -Year Capital Facilities Plan and each annual update shall identify the projected enrollment, capacity and utilization percentage of all schools of each type for each year of the Plan. The SCHOOL BOARD shall annually update the Five Year Capital Improvement Schedule when updating the SCHOOL DISTRICT'S Five - Year Capital Facilities Plan. S. The SCHOOL BOARD shall initiate the necessary program and/or boundary adjustments to reflect the new capacity for the schools that are scheduled to be constructed and opened for each year of the SCHOOL DISTRICT'S Five -Year Capital Facilities Plan. B. Ten- and Twenty -Year Work Plan In addition to the adopted SCHOOL BOARD'S Five -Year Capital Facilities Plan, the SCHOOL BOARD shall annually adopt a 10 -year and a 20 -year Work Plan based upon enrollment projections and facility needs for the 10 -year and 20 -year periods. Itis recognized that the projections in the 10- and 20 -year time frames are tentative and should be used only for general planning purposes. C. Transmittal The SCHOOL DISTRICT shall transmit electronically or via posting on its website the proposed SCHOOL BOARD'S Five -Year Capital Facilities Plan along with data and analysis to the MUNICIPALITIES and COUNTY on or before July 1" of each year commencing after the effective date of this Agreement. D. Final Adoption Unless it is delayed by mediation or a lawful challenge, the SCHOOL BOARD Page 6 of 24 Page 669 of 710 shall adopt the SCHOOL DISTRICT'S Five -Year Capital Facilities Plan and it shall become effective no later than September 30"' of each year. E. Material Amendment to the School District's Five -Year Capital Facilities Plan 1. The SCHOOL BOARD shall not amend the SCHOOL DISTRICT's Capital Facilities Plan so as to modify, delay or delete any capacity addition project in the first three years of the Program unless the SCHOOL BOARD determines by written findings, with the concurrence of at least five Board members the following: (a) That the modification, delay or deletion of a project is required in order to meet the SCHOOL BOARD'S constitutional obligation to provide a county -wide uniform system of free public schools or other legal obligations imposed by state or federal law, or (b) That the modification, delay or deletion of a project is occasioned by unanticipated change in population projections or growth patterns or is required in order to provide needed capacity in a location that has a current greater need than the originally planned location; or (c) At the request of one of the parties to this agreement, the project schedule or scope has been modified to address local government concerns, or non -capacity projects deferred for financial reasons. Page 7 of 24 Page 670 of 710 III. COMPREHENSIVE PLAN AMENDMENTS A. Process for Development and Incorporation of Capital Improvements Element 1, No later than thirty days after the SCHOOL BOARD adopts the Five -Year Capital Facilities Plan, annual updates, or any material amendment thereto, the SCHOOL DISTRICT shall post the same onto the SCHOOL DISTRICT website and provide notice to the COUNTY and MUNICIPALITIES. The COUNTY and MUNICIPALITIES shall in turn incorporate the same into the Capital Improvements Element of their Comprehensive Plans. 2, The COUNTY and MUNICIPALITIES, by incorporating "The School District of Palm Beach County Five Year Capital Improvement Schedule," annual updates, and any material amendment thereto in their respective Comprehensive Plans, shall have no obligation or responsibility for funding the SCHOOL BOARD'S Five -Year Capital Facilities Plan annual updates, and any material amendment thereto. B. Intergovernmental Coordination Element The process for the development, adoption, and amendment of the Intergovernmental Coordination Element shall be that set forth in Section 1013,33, Florida Statutes. C. School District Participation on Local Planning Agencies The Local Planning Agency or the equivalent agency of the COUNTY and each MUNICIPALITY shall include a member of the SCHOOL DISTRICT, appointed by the SCHOOL BOARD, to serve as a nonvoting member. The SCHOOL DISTRICT representative may attend any or all meetings at which the agency will consider a comprehensive plan amendment which would, if approved, increase residential density of the property that is the subject of the application. This subsection does not prevent a Local Government from granting voting member status to the SCHOOL DISTRICT representative. Participation as a non-voting member may also Page 8 of 24 Page 671 of 710 be satisfied by the School District representative submitting a letter with comments and recommendations after review of the proposed amendment. IV. COORDINATED PLANNING A. The Coordination of Planning and Sharing of Information The PARTIES recognize that sound planning for both educational facilities and student growth emanating from existing development, redevelopment, and new development of residential property requires adequate and accurate data and information and that effective coordination of these two planning functions requires that all of the PARTIES have access to and utilize the same data and information. Accordingly, the COUNTY, the MUNICIPALITIES, and the SCHOOL DISTRICT agree to share and coordinate information relating to existing and planned public school facilities, proposals for development and redevelopment, infrastructure required to support public school facilities, and population projections, including student population projections, which are utilized and relied on by the PARTIES for planning purposes. Where practicable, the PARTIES shall endeavor to utilize electronic media to share data and information contemplated in this Section IV by posting such data and information on their respective websites, participating in electronic message boards, or otherwise utilizing emerging electronic communications media that may become available during the term of this Agreement. B. Population Projections Using the Cohort Survival Forecasting Methodology as the foundation, the SCHOOL DISTRICT shall annually prepare five-year enrollment projections by school, using the following data sources as inputs or checks on reasonableness; 1. Input on future or active residential developments horn local municipal and COUNTY planning departments, developer's and their agents; Page 9 of 24 Page 672 of 710 2. Input from the Intergovernmental Plan Amendment Review Committee (IPARC); 3. Birth data by month; 4. l ltt' day (count day), October and February's FTE student counts; 5. Information on existing and planned charter schools, including enrollment estimates and targets; 6. State Department of Education annual Capital Outlay Full Time Equivalent (COFTE) enrollment projections; 7. Bureau of Economic & Business Research (BEBR) annual age -group population projections; 8. US Census and American Community Survey data. C. Local Government Data Collection On April 15"' and October 15"' of each year, the Local Governments shall provide the SCHOOL DISTRICT with the information electronically regarding the Certificates of Occupancy issued for new residential units. The April 15"' Report shall include Certificates of Occupancy data from October 1St through March 31St and the October 15"' Report from April 1" through September 30"', Local Governments shall also provide electronically data of approved future land use amendments and approved development orders in accordance with the schedule provided on the electronic forms contained in Exhibit B and Exhibit C. The actual students generated fi-om new residential units will be used in the data and analysis for the annual update of the SCHOOL DISTRICT's Five -Year Capital Facilities Plan. D. Multiplier Publication The multipliers adopted by the SCHOOL DISTRICT will be used for the term of this Agreement to determine the number of elementary, middle and high school students, based on Page 10 of 24 Page 673 of 710 the number and type of residential units from the proposed development. These multipliers must be supported by data and analysis based on existing enrollment for each type of residential unit. Multipliers will be updated based on the recommendation from SCHOOL DISTRICT staff. E. Proposals for Development, Redevelopment, School Closures and Infrastructure Required to Support Public School Facilities 1. On or before January 1" of each year, for the SCHOOL DISTRICT's consideration and utilization in preparing its annual update of the SCHOOL DISTRICT's Five - Year Capital Facilities Plan the COUNTY and the MUNICIPALITIES shall provide to the SCHOOL DISTRICT a report setting forth the COUNTY'S and the MUNICIPALITIES' respective projections for development, and redevelopment, in the forthcoming year. In addition, before January 1" of each year, the COUNTY and the MUNICIPALITIES shall provide to the SCHOOL DISTRICT a copy of any amendments to their respective capital improvement elements. 2. The SCHOOL BOARD and the affected Local Government shall jointly determine the need for off-site improvements necessary to support a new school or proposed significant renovation of an existing school. 3. Prior to closing or declaring school properties as surplus, the SCHOOL BOARD shall notify the affected Local Government. Prior to taking final action on a school closure or declaring a property surplus, the Local Government shall have 30 days to comrment on the proposed action. The SCHOOL BOARD shall take into account the Local Government's comments on the proposed school closure or declaring a property as surplus prior to taking formal action. F. School Siting and Site Planning 1. Unless a Local Government has or does enter into a separate Interlocal Agreement relating to school siting and site planning, the following provisions shall be followed in Page I l of 24 Page 674 of 710 school siting and site planning decisions. If a separate Interlocal Agreement that addresses school siting and site planning is in effect, the provisions of that Agreement shall control and this Section N.F. shall not be applicable between those parties. 2. The SCHOOL DISTRICT shall coordinate planning and site location of educational facilities with each MUNICIPALITY and the COUNTY.in which a school site is proposed for construction or site acquisition within the SCHOOL DISTRICT's Five -Year Capital Facilities Plan in accordance with Chapters 1013 and 163 of the Florida Statutes. This process shall assist in determining possible sites for the proposed schools and the consistency with the Comprehensive Plan, applicable land development regulations, the necessary existing or planned infrastructure, and coordination of public facilities such as parks, libraries, and community centers. 3. Not less than ninety days prior to adoption of the initial Five -Year Capital Facilities Plan and any amendments or yearly updates, the SCHOOL DISTRICT shall coordinate with the COUNTY and each MUNICIPALITY in which a school is proposed for construction or expansion under the proposed plan to determine the consistency of one or more proposed sites with the Local Government's comprehensive plan and the availability of necessary or planned infi'astructure and to coordinate the proposed location with public facilities such as parks, libraries and community centers. Alternative sites may be proposed by the Local Government for consideration by the SCHOOL DISTRICT. Page 12 of 24 Page 675 of 710 4. At least sixty days prior to acquiring or leasing any property that may be used for a school site, the SCHOOL DISTRICT shall provide written notice of the proposed acquisition to the Local Government in whose jurisdiction the proposed site is located. This written notice from the SCHOOL DISTRICT shall include a school site acquisition form, aerial map, location map and proposed acquisition and construction completion schedule. As quickly as possible but no later than 45 days from receipt of this notice, the Local Government shall notify the SCHOOL DISTRICT if the proposed site is consistent with the land use categories and policies of the Local Government's comprehensive plan and zoning district and provide comments regarding the feasibility of each of the sites submitted by the SCHOOL DISTRICT. These comments should address the availability of necessary and planned infrastructure and the collocation of the proposed school facility with other public facilities such as parks, libraries and community centers. The SCHOOL DISTRICT shall include these comments in their rating system to determine the best overall site for acquisition. 5. The site plan review process for a new SCHOOL BOARD owned public educational facility or significant renovation to an existing SCHOOL BOARD owned public educational facility shall consist of the following: (a) It is the SCHOOL DISTRICT'S intent to work cooperatively with Local Governments regarding the construction of educational facilities; (b) SCHOOL DISTRICT staff shall meet with Local Government representatives in a collaborative effort to discuss potential or proposed school construction projects prior to any submittal to the Local Government; Page 13 of 24 Page 676 of 710 (c) Local Government's comments and input will be carefully considered and incorporated, on the site plan prior to formal submittal; (d) Staff will discuss projects with the Local Government in an effort to keep them apprised of the project's particulars and the fact that proposed site and education facilities shall, at a minimum, meet the State Requirements for Educational Facilities (SREF). (e) SCHOOL DISTRICT shall submit a written request for review of the proposed site plan and determination of consistency with the Local Government's comprehensive plan and applicable land development regulations at least 90 days prior to letting of contract for construction. (f) Collaboration and coordination between the Local Government and the SCHOOL DISTRICT is necessary to ensure that a school is opened on schedule to accommodate the students; (g) The maximum review process from the Local Government shall be up to and no more than 90 days, and thus an expeditious review shall be implemented; (h) The Local Government shall not charge an application or plan review fee for site plan consistency review; (i) If a written determination as to consistency fiom the Local Government has not been received within ninety days after initial submittal, the Local Govermnent shall have waived its right to comment on the SCHOOL DISTRICT's site plan; 0) The PARTIES agree that the following criteria shall be applied in evaluating the site plan: (1) The Local Government shall not condition or deny the site plan based on adequacy as it relates solely to the needs of the school. If the site location is consistent Page 14 of 24 Page 677 of 710 1 with the Local Government's land use policies and categories in which public schools are identified as allowable uses, the Local Government may not deny the application but it may impose reasonable development standards and conditions to address applicable Land Development Regulations (LDRs), environmental concerns, health, safety and welfare, and effects on adjacent property provided they do not conflict with the State Uniform Building Code or the State Requirements for Educational Facilities (SREF). For significant renovation to an existing school the development standards and conditions shall apply only to the expansion. Standards and conditions may not be imposed which conflict with those established in Chapter 1013 of the Florida Statutes or the Florida Building Code unless listed in Section IV.F.(5)0)(2) and (3) of this Agreement. (2) The site plan shall provide sufficient space to meet on-site parking as required by SREF. The SCHOOL DISTRICT and Local Governments will coordinate design of on-site traffic circulation to satisfy current and projected site generated vehicular demand. (3) Although SCHOOL DISTRICT schools are exempt from local landscaping requirements in accord with Florida Statutes 1013.64(5)(a), in order to enhance territorial integrity, define public and private areas, enhance access control, and mitigate off-site impacts, the school site perimeter adjacent to public roadways and residentially zoned property will be landscaped with canopy trees planted at 25 feet on center and ground cover or hedge clustered at various locations around or between trees at a quantity of 36 inches on center. Perimeter trees may be clustered if desired by the Local Government. Credit will be given for existing trees on site that are preserved. The hedge or groundcover shall be a low maintenance species, preferably native or adapted, and with a mature height of 18 inches and shall be maintained at that height. Trees shall be of a low maintenance species, preferably native or adapted, and shall be at Page 15 of 24 Page 678 of 710 least 10 to 12 feet tall with a 5 foot canopy spread at the time of planting, and shall be allowed to grow naturally but may be kept clear of low branches. Chain link fencing up to a height of 8 feet may be placed on the perimeter of the school property and shall be black or green vinyl coated when located along public roadway frontages. If desired by Local Government, credits will be given for existing landscape that is preserved. (k) Nothing herein shall preclude the SCHOOL DISTRICT and the Local Government from developing alternative development standards based on mutually acceptable performance criteria that would meet the intent of the provisions listed above. G. School Capacity Availability Determination t. Each Local Government shall submit to the SCHOOL DISTRICT at least 30 days prior to its transmittal hearing an executive summary of any Comprehensive Plan amendment to the Future Land Use Element or rezoning that modifies or adds any residential designation or increase in residential density along with a copy of the plan amendment or rezoning and supporting material and the date, time, and place of the transmittal hearing or any public hearing. 2. The SCHOOL DISTRICT shall review the information submitted and shall evaluate the impact of the proposed Comprehensive Plan amendment or rezoning on the Public School Facilities Plan, the consistency of the proposed Plan amendment or rezoning with the SCHOOL DISTRICT's Five -Year Capital Facilities Plan, the impact on public schools, and the projected timing and delivery of public school facilities to serve any residential development authorized by the Plan Amendment or rezoning. 3. Within 20 days of receipt, the SCHOOL DISTRICT shall submit to the appropriate Local Government a school capacity availability determination setting forth the findings Page 16 of 24 Page 679 of 710 and recommendations of the SCHOOL DISTRICT, and specifically setting forth the capacity, or lack thereof, of existing facilities or planned facilities in the current SCHOOL DISTRICT Capital Facilities Program Plan to serve additional students. Should the proposed amendment or rezoning negatively impact the public school system, the SCHOOL DISTRICT staff may recommend reasonable conditions to mitigate such impacts, and these conditions shall be included in the Local Government staff report or equivalent document to be considered by the Local Government in reviewing the proposed amendment or rezoning. The Local Government, in its sole discretion, may incorporate such conditions as it deems appropriate. V. SPECIAL PROVISIONS A. SCHOOL DISTRICT Requirements The PARTIES acknowledge and agree that the SCHOOL BOARD is or may be subject to the requirements of the Florida and United States Constitutions and other state or federal statutes regarding the operation of the public school system. Accordingly, the PARTIES agree that this Agreement is not intended, and will not be construed, to interfere with, hinder, or obstruct in any manner, the SCHOOL BOARD's constitutional and statutory obligation to provide a uniform system of free public schools on a county -wide basis or to require the SCHOOL DISTRICT to confer with or obtain the consent of the COUNTY or the MUNICIPALITIES, as to whether that obligation has been satisfied. Further, the COUNTY, the MUNICIPALITIES and the SCHOOL BOARD agree that this Agreement is not intended and will not be construed to impose any duty or obligation on the COUNTY or MUNICIPALITY for the SCHOOL BOARD's constitutional or statutory obligation. The COUNTY and the MUNICIPALITIES also acknowledge that the SCHOOL BOARD's obligations under this Agreement may be superseded by state or federal court orders or other state or federal legal mandates. Page 17 of 24 Page 680 of 710 B. Land Use Authority The PARTIES specifically acknowledge that each Local Government is responsible for approving or denying comprehensive plan amendments and development orders within its own jurisdiction. Nothing herein represents or authorizes a transfer of this authority to any other party. C. Specific Performance The COUNTY, the MUNICIPALITIES and the SCHOOL BOARD shall have the right to petition the Circuit Court for the Fifteenth Judicial Circuit for the State of Florida for specific performance of any and all of the provisions of this Agreement. VL MEDIATION OF DISPUTES The PARTIES acknowledge that the intergovernmental coordination provisions of Section 163.3177(6)(h), Florida Statutes, may not eliminate all disputes between the PARTIES to this Agreement and such disputes may affect the SCHOOL BOARD and the land use planning authority of the COUNTY and the MUNICIPALITIES. In the case of the negotiation, adoption, and implementation of any provision of this Interlocal Agreement and amendments thereto, COUNTY, MUNCIPALITIES, and the SCHOOL BOARD agree that the PARTIES in opposition shall attempt an informal resolution of the concerns raised. In the event objections cannot be resolved within 20 days or such other time as may be mutually agreeable, the PARTIES shall have the right to petition the Court in accordance with the provision of Article V.C., or submit their disagreement for mediation with a mediator that the PARTIES have mutually agreed upon. If the PARTIES cannot reach an agreement with regard to a mediator, within 15 days of being notified by either PARTY the Executive Committee of the Palm Beach County Issues Forum will select a mediator to mediate the PARTIES' dispute and mediation will commence within 30 days following selection of the Page 18 of 24 Page 681 of 710 mediator or as soon as the mediator's schedule may reasonably permit. The cost of mediation will be borne equally by the PARTIES. If the mediation process is irretrievably deadlocked, as determined by either PARTY, the PARTIES may seek redress in a court of competent jurisdiction in Palm Beach County, The PARTIES specifically waive whatever rights they may have to a trial by jury. VII. ACTS OF GOD AND OTHER EXIGENT CIRCUMSTANCES BEYOND THE CONTROL OF THE SCHOOL BOARD The COUNTY and the MUNICIPALITIES acknowledge that the SCHOOL BOARD, in its operation of the public school system, is subject to events, circumstances, and external forces and authorities beyond its control. Examples are hurricanes or other natural disasters which destroy school facilities, other emergency situations affecting the operation of the public school system, state court judgments concerning the SCHOOL BOARD's State Constitutional or Statutory obligation to provide a uniform system of free public schools, and school desegregation orders or compliance agreements involving Federal Courts or the Office of Civil Rights, United States Department of Education. Such events or actions may prevent the SCHOOL BOARD from complying with the provisions of this Agreement and may require the SCHOOL BOARD to deviate from or modify the SCHOOL DISTRICT's Five -Year Capital Facilities Plan agreed to and approved by the COUNTY, the MUNICIPALITIES and the SCHOOL BOARD. The COUNTY and the MUNICIPALITIES hereby agree that such noncompliance, deviations, or modifications will not be deemed a violation of this Agreement and that the provisions of Section V will pertain to those occurrences. The SCHOOL BOARD shall give written notice to the COUNTY and the participating MUNICIPALITIES if an "Act of God" has prevented the SCHOOL BOARD from complying with its obligation under this Agreement. Page 19 of 24 Page 682 of 710 VIII. STANDING AND THIRD PARTY BENEFICIARY RIGHTS The PARTIES hereby acknowledge and agree that it is not the intent of any party to this Agreement to confer any rights on any persons or entities other than the PARTIES to this Agreement. No person or entity not a party to this Agreement shall have any claim or cause of action against either the COUNTY, the MUNICIPALITIES or the SCHOOL BOARD for the failure of any party to perform in accordance with the provisions of this Agreement except as may be provided by law. IX. AMENDMENT, WITHDRAWAL AND TERMINATION A. Amending the Agreement This Agreement may be amended only by written agreement of the PARTIES. B. Withdrawal from Agreement Any PARTY may withdraw from this Agreement by sending written notice to the other PARTIES to the Agreement and the Florida Department of Economic Opportunity (or its successor agency) at least sixty days prior to the effective date of the withdrawal. C. Additional Participants Any MUNICIPALITY may become a party to this Agreement after its effective date upon execution of a Unilateral Participation Agreement in such form as the agreement attached hereto as Exhibit A. X. TERM OF THE AGREEMENT This Agreement shall be for a term of five years and will automatically be renewed every five years for additional five-year terms, Any objection by any PARTY to this Agreement or to its renewal must be sent in writing to the other PARTIES no sooner than ninety days prior to the end of the term. XI. INDEMNIFICATION OF PARTIES Page 20 of 24 Page 683 of 710 A. Hold Harmless The SCHOOL BOARD agrees to hold harmless and indemnify the other PARTIES to this Agreement against any third party claim, liability, lawsuit, and damage award arising, out of the performance of this Agreement for any acts, failure to act, or decisions of the SCHOOL BOARD that are totally within the purview of the SCHOOL BOARD or are the responsibility of the SCHOOL BOARD under this Agreement. Acts or decisions of the SCHOOL BOARD include, but are not limited to, items relating to school attendance boundaries, providing adequate capacity for new students in the SCHOOL BOARD'S Five- Year Capital Facilities Plan, constructing and modernizing schools consistent with the adopted SCHOOL BOARD'S Five -Year Capital Facilities Plan, decisions on whether to accept or reject mitigation, and decisions on available capacity in the review process. B. Third Party Claims The COUNTY and each individual MUNICIPALITY that is a PARTY to this Agreement agree to hold harmless and indemnify all other PARTIES to the Agreement against any third party claim, liability, Iawsuit, and damage award arising out of the performance of this Agreement for any acts, failure to act, or decisions of that PARTY that are totally within the purview of that party or are the responsibility of that party under this Agreement. Acts or decisions of the COUNTY or an individual MUNICIPALITY include, but are not limited to, the denial of an application for development approval based on school impacts after the SCHOOL DISTRICT has informed that party that adequate school capacity exists for the development. XII. MULTIPLE ORIGINALS This Agreement may be executed in one or more counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. Page 21 of 24 Page 684 of 71 XIII. EFFECTIVE DATE OF AGREEMENT A. Effective Immediately Upon this Agreement being signed by all PARTIES, the Agreement shall be filed with the Clerk of the Circuit Court. This Agreement shall take effect immediately on the date filed with the Clerk of the Circuit Court and shall continue until terminated. {Remainder of page intentionally left blank} Page 22 of 24 Page 685 of 710 IN WITNESS WHEREOF, the parties hereto have affixed their signatures on the day and year first above written. �„ , DEC 15 2015 ATTEST: PALM BEACH COUNTY, FLORIDA, BY ITS Sharon R. Bock Clerk & Comptroller;`` ��\�',\\�""' By. 4� e Deputy Clerk ry��f�a4 f°e C (SEAL) APPROVED AS TO FORM AND LEGAL SUFFIENCY By: d County Attorney BOARD OF COUNTY COMMISSIONERS By: Mary Lou Berger, Mayor APPROVED AS TO TERMS AND CONDITIONS Page 23 of 24 Page 686 of 710 Boarq Approval Date: A41 ? APPROVED AS TO FORM AND LEGALSUFFICIENCY r' �c of B and Attorne THE SCHOOL BOARD OF PALM BEACH COUNTY, FLORIDA BY Chuck Shaw, Chairman BY J -- Robert M. Avossa, E .D., Superintendent Page 24 of 24 Page 687 of 710 EXHIBIT A PARTICIPATION AGREEMENT THIS AGREEMENT is dated this day of , 2( , and entered into by and among the a municipal government, hereinafter "New Participant," and the various parties executing the Interlocal Agreement between The School District of Palm Beach County, Palm Beach Countv and Municipalities of Palm Beach County for Coordinated Planning dated hereinafter "Coordinated Planning Agreement." WITNESSETH: WHEREAS, the School District of Palm Beach County, Palm Beach County, and participating Municipalities in Palm Beach County have entered into the Coordinated Planning Agreement as required by Section 163.31777, Florida Statutes; and WHEREAS, Coordinated Planning Agreement; and desires to become a participant under the WHEREAS, pursuant to Article 1X, Section C of the Coordinated Planning Agreement, participation is authorized upon the execution of this unilateral Participation Agreement NOW, THEREFORE, in consideration of the mutual covenants contained herein, it is agreed and understood by and among the undersigned New Participant and the participants in the Coordinated Platuiing Agreement as follows; 1. Upon execution of this Agreement, New Participant will become a participant in the Coordinated Planning Agreement, 2. The New Participant shall enjoy all the privileges of, and shall be bound by all the terms and conditions of, the Coordinated Planning Agreement. The New Participant shall adopt the required comprehensive plan amendments pursuant to Article III as soon as possible after execution of this Participation Agreement. 3. The participants in the Coordinated Planning Agreement agree to the inclusion of New Participant in accordance with Article IX, Section C of the Coordinated Planning Agreement Page 1 of 2 Page 688 of 710 as it is acknowledged that the inclusion of an additional participant furthers the intent and spirit of the Coordinated Planning Agreement. 4, A copy of this Participation Agreement shall be filed with the Clerk of the Court in and for Palm Beach County. 5. This Participation Agreement shall be effective upon execution and shall continue in full force and effect unless New Member withdraws pursuant to Article IX, Section B of the Coordinated Planning Agreement, or the Coordinated Planning Agreement is otherwise terminated. IN WITNESS WHEREOF, this Agreement has been executed by as of the date and year indicated below. By: Its: Date: Page 2 of 2 Page 689 of 710 0 C a E c a E Q a D c m a L 4j U- 0 L Q. L2. z Pi E L 0 Li Mfg Page 690 of 710 ... . . . .. Y x ... ... .. �j u-11, �4 R;Dn v Page 691 of 710 211, .-7 777 7-777777 7 7 rA. E cu 0 ... . . . .. Y x ... ... .. �j u-11, �4 R;Dn v Page 691 of 710 211, 13. B. LEGAL 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 REQUESTED ACTION BY COMMISSION: PROPOSED ORDINANCE NO. 16-005 - FIRST READING - Approve and authorize Ordinance creating Part 11, Chapter 26, Article I, Section 26-7 and Chapter 10, Article 11, Section 10-33 of the Code to facilitate creation of liens for unpaid balances and recording of such liens for unpaid balances for utility and refuse accounts. EXPLANATION OF REQUEST: The City of Boynton Beach invoices customers on a monthly basis for public services including water, sewer, storm water, refuse and reclaimed water. The City actively pursues past due accounts including termination of services for non-payment. The termination of service process includes a notice of the past due amount on the following months' invoice and a 10 day grace period prior to the customer being placed on a list to cut-off service. Service terminations occur Tuesday through Thursday prior to noon to allow customers time to pay the full amount due during business hours for same day service restoration or meet with staff to work out a payment plan based on payment history with a minimum partial payment. Prior to filing a lien, the customer is sent a minimum of two reminders on the monthly bill but the amount due continues to grow monthly due to base fee and flat fee services assessed to all property. The City is proposing to start the lien process after an invoice is 90 days past due. If the property is a rental property and the tenant has the past due amount, the service is changed to the property owner's name within 30 day of a past due bill and the tenant's portion is sent to a collection agency if there are any past due amounts over the deposit that was paid when the account was established. Once it is in the property owner's name, the City will initiate monthly billing to the property owner. Pursuant to Section 159.17 of the Florida Statutes, the City is authorized to record a lien and enforce its receipt and collection of utility debt on property. Staff is requesting approval of Ordinance No. 16-)om to facilitate placing liens on real property. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? Recording of liens on property for non- payment of water, sewer, storm water, reclaimed water and residential refuse collection fees and charges will provide the public information in regard to debt on the property if it is sold. Recording of liens will provide notice to all that there is outstanding debt that must be satisfied prior to property exchange. The ability to record liens and collect the debt that is due on the property demonstrates prudent financial responsibility and accountability for billing and collection of services provided. FISCAL IMPACT. The ability to lien property and enforce collection of debt will ensure that all revenues due and payable will be collected. It is financially prudent to attempt to collect for all services to ensure that rates remain stable and competitive. ALTERNATIVES: The City may choose to not record or enforce collection of utility debt. This may change or impact the City in Economic Growth and neighborhood sustainability because financially sound government promotes financially healthy government that leads to positive growth and opportunity. STRATEGIC PLAN: Page 692 of 710 STRATEGIC PLAN APPLICATION: CLIMATE ACTION: CLIMATE ACTION DISCUSSION: Is this a grant? Grant Amount: ATTACHMENTS: Type D Attachment REVIEWERS: Department Utilities -Customer Service Finance Legal City Manager Reviewer Groff, Colin Howard, Tim Swanson, Lynn LaVerriere, Lori Description Utility Lien Ordinance Action Approved Approved Approved Approved Date 1/7/2016 - 6:04 PPA 111112016 - 9:08 AM 2/5/2016 - 1:32 PPA 2/11/2016 - 3:01 PPA Page 693 of 710 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 31 32 33 34 35 36 ORDINANCE NO. 16 - AN ORDINANCE OF THE CITY OF BOYNTON BEACH, FLORIDA, AMENDING PART II, CHAPTER 26, ARTICLE VII, SECTION 404 OF THE CODE OF ORDINANCES ENTITLED "BILLING AND PAYMENT; PENALTIES"; CREATING PART II, CHAPTER 26, ARTICLE I, SECTION 26-7 OF THE CODE OF ORDINANCES TO BE ENTITLED "LIEN FOR UNPAID CHARGES; LIABILITY FOR CHARGES"; CREATING CHAPTER 10, ARTICLE II, SECTION 10-33 OF THE CODE OF ORDINANCES TO BE ENTITLED "LIEN FOR UNPAID CHARGES; LIABILITY FOR CHARGES" TO PROVIDE FOR THE RECORDATION AGAINST THOSE PROPERTIES FOR WHICH MONTHLY WATER, SEWER, STORMWATER, RECLAIMED WATER, REFUSE COLLECTION RATES, FEES, AND CHARGES ARE NOT PAID, AND PROVIDING THAT SAID LIENS SHALL BE PRIOR IN DIGNITY TO ALL OTHER LIENS AGAINST ASSESSED PROPERTIES, EXCEPT A LIEN FOR TAXES; PROVIDING FOR CONFLICTS, PROVIDING FOR SEVERABILITY, PROVIDING FOR CODIFICATION AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City has by prior Ordinance set forth established rules and regulations applicable to and governing the provision of water, sewer and refuse collection services to the citizens and residents of the City of Boynton Beach; and WHEREAS, Section 159.17, Florida Statutes authorizes the City to record a lien for unpaid water, sewer, reclaimed water and refuse collection services; and WHEREAS, Chapter 26, Article VII, Section 404 of the City Code currently provides for the recordation of a lien for unpaid stormwater utility fees; and WHEREAS, in addition to stormwater, the City also provides water, sewer and reclaimed water services to its residents; and WHEREAS, Chapter 10, Article II, Section 10-24 and Section 10-25, the City currently provides for residential refuse collection ; and 100087494.6 306-9001821 } Words in strike tht:ottgh type are deletions from existing law; Words in underlined type are additions. Page 694 of 710 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 WHEREAS, the City Code is silent with respect to recording liens for unpaid water, sewer, reclaimed water and residential refuse collection services; and WHEREAS, the City Commission, deems it appropriate and in the best interests of the health, safety, and welfare of the citizens and residents of the City of Boynton Beach to establish a procedure for the recordation of municipal liens for unpaid water, sewer, stormwater, reclaimed water, and residential refuse collection fees and charges. BE IT ORDAINED BY THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA: 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 Ordinance upon adoption hereof, as if fully set forth herein. Section 2. Part II, Chapter 26, Article VII, Section 26-404 of the Code of Ordinances entitled `Billing and Payment Penalties" is hereby amended to read as follows: (a) Bills or statements for the stormwater utility fee shall be rendered monthly, in accordance with the regular utility billing cycle, by the utility billing division of the city for all properties subject to the fee. Bills shall be payable at the same time and in the same manner and subject to the same penalties as set forth for water. Any partial payment of a combined utility bill shall be applied first to the storm water utility fee. lien,lieftS Of state, e6ttftt�'aftd ff�ffiftieipal tfflies and shall be On a par-ity with the lien of stteh , (b) For properties normally receiving monthly utility bills for other services, the stormwater utility fee shall be included in the monthly utility bill rendered to the established customer. At the discretion of the city Finance Director, fee waivers for short-term inactive utility accounts accruing fees of $10 or less in a six-month period may be made for purposes of administrative convenience. (c) For properties not receiving monthly utility bills for other services, the bill or statement for the stormwater utility fee shall be sent to the owner of the property as determined from the tax rolls. The utility billing division may render annual or semiannual billing at the beginning of the defined period on such properties if determined to be in the best interest of the city. 100087494.6 306-9001821 } Words in strike tht:ottgh type are deletions from existing law; Words in underlined type are additions. Page 695 of 710 70 (d) The owner of a property is ultimately responsible for all fees imposed under this 71 chapter. 72 73 Section 3. Part 11, Chapter 26, Article I, Section 26-7 of the Code of Ordinances 74 entitled "Lien for Unpaid Charge; Liability for Charges" is hereby created as follows: 75 (a) Lien when customer is owner of property. In addition to any other remedy 76 provided in this chapter, when the customer is the owner of the property, the cites 77 have a lien against the property serviced for any and all unpaid fees and charges 78 authorized for the City's water, sewer, stormwater, reclaimed water system. The city 79 may record the lien in the Public Records of Palm Beach County, Florida. The lien 80 shall be coequal with the lien of all county and municipal taxes, superior in dignity to 81 all other liens, titles and claims, until paid. Such lien when delinquent for more than 82 30 days may be foreclosed by the city in the manner provided by the laws of Florida 83 for the foreclosure of mortgages on real property. The city shall be entitled to recover 84 costs and a reasonable attorney's fee incurred in foreclosing any such lien. No change 85 of occupancy or ownership shall affect the lien. 86 87 (b) Lien when customer is tenant. When the customer is a tenant, the city shall 88 have a lien against the leasehold interest and the tenant's personal property on the 89 premises for all unpaid fees and charges. The city may record the lien in the Public 90 Records of Palm Beach County, Florida. The lien shall be coequal with the lien of all 91 county and municipal taxes, superior in dignity to all other liens, titles and claims, 92 until paid. The city shall be entitled to recover costs and a reasonable attorney's fee 93 incurred in foreclosing any such lien. The city shall not impose a lien against the rental 94 property for any unpaid utility charges incurred by a former occupant except to the 95 extent that the present tenant or owner directly benefited from the services provided to 96 the former occupant. It is presumed that a property owner benefit from the City 97 providing utilities to the former occupant unless the property owner following the 98 City's Notice of Intent to file a lien, submits an affidavit and supporting documents to 99 the City establishing the following, when applicable: foo 1) The lease agreement, in effect during the time period the delinquency accrued, 101 contained a provision or addendum which required the tenant/former occupant to pay 102 the utilities and; 103 2) The property owner had no knowledge that utility_ payments were in arrears; 104 3) The property owner received no rent payment during the time period the 105 delinquency accrued and; 106 4) The property owner did not have a security deposit or the security deposit was 107 applied to delinquent rent and; fob 5) Prior to the time period the delinquency accrued, the property owner legally 109 conveyed all of his/her/its interest in the respective property to an unassociated 110 individual or entity; 111 112 The owner of a rental unit shall be responsible for all fees and charges for the rental 113 property until such time as the tenant applies for service and tenders the required 100087494.6 306-9001821 } Words in strike tht: ttg-, type are deletions from existing law; Words in underlined type are additions. Page 696 of 710 114 deposit. Any charges prior to the current tenant's application and deposit and 115 subsequent to the former tenant's termination shall be the responsibility of the owner. 116 The city shall have a lien against the property serviced for all unpaid fees and charges 117 during the period of the owner's responsibility as stated in subsection (a) of this 118 section. 119 120 (c) Liability for charges; civil actions. The customer applying for utility service 121 shall be personally liable to the city for the payment of all fees and charges. In 122 addition to all other remedies, including the lien and foreclosure remedies set forth in 123 (a) and (b) above, the city shall have the authority to recover from the customer in a 124 civil legal action all unpaid fees, charges and penalties and the costs and a reasonable 125 attorney's fee incurred in any such action, including those incurred while on appeal. 126 Additionally, the customer shall be liable for any administrative costs the city incurs in 127 collection of the account. 128 129 (d) An administrative fee of $125.00 shall be charged to the customer whenever 130 the city records a lien against the property serviced for unpaid water, sewer 131 stormwater, reclaimed water rates, fees and charges. 132 133 134 Section 4. Chapter 10, Article 11, Section 10-33 of the Code of Ordinances entitled 135 "Lien for Unpaid Charge; Liability for Charges" is hereby created as follows: 136 (a) Lien when customer is owner of property. In addition to any other remedy 137 provided in this chapter, when the customer is the owner of the property, the city shall 138 have a lien against the property serviced for any and all unpaid fees and charges 139 authorized for the City's refuse collection system. The ci may record the lien in the 140 Public Records of Palm Beach County, Florida. The lien shall be coequal with the lien 141 of all county and municipal taxes, superior in dignity to all other liens, titles and 142 claims, until paid. Such lien when delinquent for more than 30 days may be foreclosed 143 by the city in the manner provided by the laws of Florida for the foreclosure of 144 mortgages on real property. The city shall be entitled to recover costs and a 145 reasonable attorney's fee incurred in foreclosing any such lien. No change of 146 occupancy or ownership shall affect the lien. 147 148 (b) Lien when customer is tenant. When the customer is a tenant, the city shall 149 have a lien against the leasehold interest and the tenant's personal property on the 150 premises for all unpaid fees and charges. The city may record the lien in the Public 151 Records of Palm Beach County, Florida. The lien shall be coequal with the lien of all 152 county and municipal taxes, superior in dignity to all other liens, titles and claims, 153 until paid. The city shall be entitled to recover costs and a reasonable attorney's fee 154 incurred in foreclosing any such lien. The city shall not impose a lien against the rental 155 property for any unpaid utility charges incurred by a former occupant except to the 156 extent that the present tenant or owner directly benefited from the services provided to 157 the former occupant. It is presumed that a property owner benefit from the City 100087494.6 306-9001821 } Words in strike tht:ottgh type are deletions from existing law; Words in underlined type are additions. Page 697 of 710 158 providing utilities to the former occupant unless the property owner following the 159 City's Notice of Intent to file a lien, submits an affidavit and supporting documents to 160 the City establishing the following, when applicable: 161 1) The lease agreement, in effect during the time period the delinquency accrued, 162 contained a provision or addendum which required the tenant/former occupant to pay 163 the utilities and; 164 2) The property owner had no knowledge that utility_ payments were in arrears; 165 3) The property owner received no rent payment during the time period the 166 delinquency accrued and; 167 4) The property owner did not have a security deposit or the security deposit was 168 applied to delinquent rent and; 169 5) Prior to the time period the delinquency accrued, the property owner legally 170 conveyed all of his/her/its interest in the respective property to an unassociated 171 individual or entity; 172 173 The owner of a rental unit shall be responsible for all fees and charges for the rental 174 property until such time as the tenant applies for service and tenders the required 175 deposit. Any charges prior to the current tenant's application and deposit and 176 subsequent to the former tenant's termination shall be the responsibility of the owner. 177 The city shall have a lien against the property serviced for all unpaid fees and charges 178 during the period of the owner's responsibility as stated in subsection (a) of this 179 section. 180 181 (c) Liability for charges; civil actions. The customer applying for utility service 182 shall be personally liable to the city for the payment of all fees and charges. In 183 addition to all other remedies, including the lien and foreclosure remedies set forth in 184 (a) and (b) above, the city shall have the authority to recover from the customer in a 185 civil legal action all unpaid fees, charges and penalties and the costs and a reasonable 186 attorney's fee incurred in any such action, including those incurred while on appeal. 187 Additionally, the customer shall be liable for any administrative costs the city incurs in 188 collection of the account. 189 190 (d) An administrative fee of $125.00 shall be charged to the customer whenever 191 the city records a lien against the property serviced for unpaid refuse collection rates, 192 fees and charges. 193 194 Section 5. If any section, sentence, clause, or phrase of this Ordinance is held to be 195 invalid or unconstitutional by any court of competent jurisdiction, then said holding shall in 196 no way affect the validity of the remaining portions of this Ordinance. 197 Section 6. It is the intention of the City Commission of the City of Boynton Beach, 198 Florida, that the provisions of this Ordinance shall become and be made a part of the City of 100087494.6 306-9001821 } Words in strike tht:ottgh type are deletions from existing law; Words in underlined type are additions. Page 698 of 710 199 Boynton Beach Code of Ordinances; and that the sections of this ordinance may be 200 renumbered or relettered and the word "ordinance" may be changed to "section," "article," or 201 such other appropriate word or phrase in order to accomplish such intentions. 202 Section 7. This Ordinance shall become effective on the date of second reading set 203 forth below. All changes, additions, and implementation of any rate or fee shall take effect 204 immediately. 205 100087494.6 306-9001821 } Words in strike tht: ttg-, type are deletions from existing law; Words in underlined type are additions. Page 699 of 710 206 207 208 2016. FIRST READING this day of , 2016. SECOND, FINAL READING AND PASSAGE this day of 209 CITY OF BOYNTON BEACH, FLORIDA 210 211 212 213 Mayor — Jerry Taylor 214 215 Vice Mayor — Joe Casello 216 217 Commissioner — David T. Merker 218 219 Commissioner — Mack McCray 220 221 Commissioner — Michael M. Fitzpatrick 222 223 224 VOTE 225 226 ATTEST: 227 228 229 230 Judith A. Pyle 231 Interim City Clerk 232 233 234 235 (Corporate Seal) 236 237 YES NO 100087494.6 306-9001821 } Words in strike tht: ttg-, type are deletions from existing law; Words in underlined type are additions. Page 700 of 710 13.C. LEGAL 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 REQUESTED ACTION BY COMMISSION: PROPOSED ORDINANCE NO. 16-006 - FIRST READING - Approve amending City Code of Ordinance Section 16-60, item (d) to restrict use of the docks in the lagoon at the park for loading and unloading, and for no more than 30 minutes. EXPLANATION OF REQUEST. The docks in the lagoon at Oyer Park are intended for loading and unloading. They are provided so that boaters do not obstruct the flow of boats that use the ramps that are used for launching or placing boats back onto their trailer. However, it is not uncommon for some boaters to leave their vessels at the loading/unloading docks for an inordinate amount, thereby making them unavailable for their intendent purpose. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? This will allow for a more efficient use of the ramps and loading/unloading docks at Oyer Park. FISCAL IMPACT. Non -budgeted $50 to purchase the necessary sign. ALTERNATIVES: None. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type Description Ordinance Ordinances amending Boat Storage at Oyer Park REVIEWERS: Page 701 of 710 Department Reviewer Action Date Recreation & Parks Majors, Wally Approved 1/27/2016 - 2:49 PPA Assistant City Manager Pyle, Judith Approved 2/9/2016 - 9:37 AM Finance Howard, Tim Approved 2/9/2016 - 9:48 AM Legal Swanson, Lynn Approved 2/10/2016 - 3:13 PPA City Manager LaVerriere, Lori Approved 2/11/2016 - 2:43 PPA Page 702 of 710 I 2 ORDINANCE NO. 16- 3 4 AN ORDINANCE OF THE CITY OF BOYNTON BEACH, FLORIDA, 5 AMENDING PART II, CODE OF ORDINANCES, CHAPTER 16, 6 "PARKS AND RECREATION", SECTION 16-59, "OVERNIGHT 7 BOAT DOCKING PROHIBITED"; AMENDING SECTION 16-60, 8 "ESTABLISHING HOURS OF USE AT HARVEY E. OYER, JR. 9 PARK" PROVIDNG A TIME LIMIT FOR THE USE OF THE BOAT 10 LAUNCH AREA; PROVIDING FOR CONFLICTS, SEVERABILITY, 11 CODIFICATION AND AN EFFECTIVE DATE. 12 13 WHEREAS, City staff has been reviewing existing code language to assure that the 14 Parks and Recreation Chapter is clear and consistent throughout the Code of Ordinances; and 15 WHEREAS, Boynton Beach Harvey E. Oyer, Jr. Park is one of the City's most 16 popular and busiest parks; and 17 WHEREAS, the boat launch docks at Harvey Oyer park are frequently used and 18 limited in space; and 19 WHEREAS, the City's current ordinance has provisions which limit boat storage but 20 do not clearly address the use or obstruction of the boat launch docks; and 21 WHEREAS, to allow full and fair access to the boat launch docks, City staff has 22 determined that the ordinance should be amended to include specific guidelines for the use of 23 the boat launch docks and the storage of boats at the park; and 24 WHEREAS, the City Commission deems it to be in the best interest of the citizens 25 and residents of the City to amend Chapter 16 of the City's Code of Ordinances as 26 hereinafter referenced. 27 NOW THEREFORE, BE IT ORDAINED BY THE CITY COMMISSION OF 28 THE CITY OF BOYNTON BEACH, THAT: 29 Section 1. The foregoing "Whereas" clauses are true and correct and incorporated 30 herein by this reference. 31 Section 2. Chapter 16, "Parks and Recreation", Section 16-59 of the City's Code 32 of Ordinances is hereby amended by adding the words and figures in underlined type and by 33 deleting the words and figures in struck -through type, as follows: 34 Sec. 16-59. Overnight boat docking prohibited. t00106407.2 306-9001821 } 1 Page 703 of 710 35 It shall be unlawful for any persons to camp overnight on the grounds of Harvey E. Oyer, 36 Jr. Park or to dock their boats on the shorelines or ramp area of said Harvey E. Oyer, Jr. Park 37 either overnight or on a permanent docking basis. 38 Section 3. Chapter 16, "Parks and Recreation", Section 16-60 of the City's Code 39 of Ordinances is hereby amended by adding the words and figures in underlined type and by 40 deleting the words and figures in struck -through type, as follows: 41 Sec. 16-60. Establishing hours of use at Harvey E. Oyer, Jr. Park. 42 (a) The Harvey E. Oyer, Jr. Park shall be closed at 10:00 p.m. to all persons, except: 43 (1) Fishermen; 44 (2) Boaters actively engaged in fishing or boating or preparation thereof, and 45 (3) Official permit holders utilizing the boat club building. 46 (b) It shall be unlawful for anyone, except the enumerated persons, to enter the Park 47 between the hours of 10:00 p.m. and dawn of the next day. 48 (c) The Harvey E. Oyer, Jr. Park shall not be used for storage of any kind, including but 49 not limited to, storage of vessels, vehicles and trailers. 50 (d) The docks in the lagoon at the park are intended for loading and unloading boats. The 51 loading/unloading docksea+ l ,,.,e n. -an shall not be used for storage and all persons who 52 use the loading/unloading docks +he I -e !auneh area must clear the afea docks as quickly 53 and efficiently as possible. No boats,ilex-s y ft personal property, or other objects 54 shall occupy or obstruct the loading/unloading docks Ile— !aunearea for more than thirty 55 (30) minutes at a time. 56 -��Le) No tether, lock or other personal property shall be permanently attached to any 57 fixtures, trees or other objects on the Harvey E. Oyer, Jr. Park premises. 58 Lf Any decal holder actively engaged in fishing, boating or preparation thereof for a 59 period of three (3) days or more shall notify the City in writing in advance. The City shall tag 60 the trailer and/or vehicle of any such decal holder as an "Extended Stay" vehicle. Any 61 vehicle or trailer that remains in the Park for three (3) days or more without prior permission 62 from the City shall be removed, towed or otherwise disposed of at the owner's expense. 63 ( = Vehicles without a trailer may only park in areas designated for single vehicles. 64 Section 4. Each and every other provision of the Code of Ordinances of the City 65 of Boynton Beach not herein specifically amended shall remain in full force and effect as 66 previously enacted. t00106407.2 306-9001821 } 2 Page 704 of 710 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 97 98 99 100 101 102 103 104 105 106 107 Section 5. All ordinances or parts of ordinances in conflict herewith be and the same are hereby repealed. Section 6. Should any section or provision of this ordinance or portion hereof, any paragraph, sentence or word be declared by a court of competent jurisdiction to be invalid, such decision shall not affect the remainder of this ordinance. Section 7. Authority is hereby granted to codify said ordinance. Section 8. This ordinance shall become effective immediately upon passage. FIRST READING this day of , 2016. SECOND, FINAL READING AND PASSAGE this 2016. ATTEST: Judith A. Pyle, CMC Interim City Clerk (Corporate Seal) t00106407.2 306-9001821 } CITY OF BOYNTON BEACH, FLORIDA Mayor — Jerry Taylor Vice Mayor — Joe Casello Commissioner — David T. Merker Commissioner — Mack McCray Commissioner — Michael M. Fitzpatrick 3 VOTE day of , YES NO Page 705 of 710 13.D. LEGAL 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 REQUESTED ACTION BY COMMISSION: Pursuant to Section 286.011(8), Florida Statutes, Attorney Cherof is requesting a private attorney-client session of the City Commission to discuss pending litigation in the following case: THOMAS JONES, Plaintiff vs. CITY OF BOYNTON BEACH, MATTHEW IMMLER, PAUL DEALE, FRANK BRIGANTI, RICHARD MCNEVIN and EVELYN MCCOY, Defendants — United States District Court, Southern District of Florida, Case No. 9:15-CV-81297-DMM EXPLANATION OF REQUEST. City Attorney James Cherof will be in attendance along with Assistant City Attorney Tracey DeCarlo, Special City Counsel Lyman Reynolds, City Manager Lori LaVerriere, a Court Reporter, the Mayor and City Commission. We will need approximately 45 minutes. The time and date of the private attorney-client session will be set at the February 16, 2016 City Commission Meeting. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? None FISCAL IMPACT. Non -budgeted The cost of a Court Reporter at the private attorney-client session. ALTERNATIVES: STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type r Description Memorandum requesting attorney client private Page 706 of 710 REVIEWERS: Department Reviewer Action Legal Swanson, Lynn Approved Finance Howard, Tim Approved City Manager LaVerriere, Lori Approved Date 2/10/2016 - 9:28 ANA 2/10/2016 - 9:31 ANA 2/11/2016 - 2:57 PPA Page 707 of 710 CITY OF BOYNTON BEACH City Attorney's Office MEMORANDUM TO: Honorable Mayor and City Commission Lori LaVerriere, City Manager FROM: James A. Cherof, City Attorney Tracey DeCarlo, Assistant City Attorney DATE: February 9, 2016 RE: Request for Private Attorney -Client Session Pursuant to Section 286.011(8), Florida Statutes, I am requesting a private attorney-client session of the City Commission to discuss pending litigation in the following case: 1. THOMAS JONES, Plaintiff vs. CITY OF BOYNTON BEACH, MATTHEW IMMLER, PAUL DEALE, FRANK BRIGANTI, RICHARD MCNEVIN and EVELYN MCCOY, Defendants — United States District Court, Southern District of Florida, Case No. 9:15-CV- 81297-DMM I will be in attendance along with Assistant City Attorney Tracey DeCarlo, Special Counsel Lyman Reynolds, City Manager Lori LaVerriere, a Court Reporter, the Mayor and City Commission. We will need approximately 45 minutes. The time and date of the private attorney-client session will be set at the February 16, 2016 City Commission meeting. JAC11ms C:\Program Files (X86)\Neevia.Com\Docconverterpro\Temp\NVDC\BB2A1323-47A2-4212-8927-33E4FD5BC495\Boynton Beach. 2754.1.Request_For_Ex_Session_-_021616_(Jones).Doc Page 708 of 710 14.A. FUTURE AGENDA ITEMS 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 REQUESTED ACTION BY COMMISSION: Code Compliance Initiative- North Federal Highway - March/April 2016. 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 Reviewer Action Date Howard, Tim Approved 2/6/2016 - 2:00 FSM Page 709 of 710 14. B. FUTURE AGENDA ITEMS 2/16/2016 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 2/16/2016 REQUESTED ACTION BY COMMISSION: Workshop with City Commission and City Staff concerning zoning designations and terminology (i.e. permitted uses, conditional uses, etc) - April/May 2016 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 Reviewer Action Date Howard, Tim Approved 2/6/2016 - 2:00 FSM Page 710 of 710